Loading...
HomeMy WebLinkAboutJ. Growth Management BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: Mav 19. 2010 Division: Growth Management Bulk Item: Yes ~ No Department: Marine Resources Office Staff Contact PersonlPhone #: Richard Jones 2805 AGENDA ITEM WORDING: Approval of Amendment No.6 to the Agreement with DRC Emergency Services LLC (DRC) amending the procedures for disposal of traps, amending the trap disposal fee structure, and extending the Agreement for a fourth one (1) year period. ITEM BACKGROUND: The Board of County Commissioners approved an Agreement with DRC in 2006 for the removal of traps, derelict vessels, and other marine debris. The Agreement provides for five (5) additional one (1) year periods with approval from the BOCC. Amendment No.6 provides for the fourth of five extension periods. Amendment No.6 also reflects changes in procedures regarding the disposal of traps, recognizing NOAA's prohibition on disposing of concrete and wood trap parts offshore, and amends the associated fee structure. The Amendment stipulates that all trap parts will be brought to shore and disposed of at an approved disposal site on the mainland. The County is prepared to issue a Task Order authorizing DRC to proceed with the removal and disposal of traps deposited in coastal areas as a result of the 2008 storm season. FEMA has approved reimbursement funding for both trap removal/disposal and monitoring for the project. The County estimates the total cost associated with the trap removal and disposal at $1,779,900.00. PREVIOUS RELEVANT BOCC ACTION: September 2006- approval of Agreement with ORe for marine debris removal and disposal November 2006- amendment No. I to the Agreement identifying seven vessels of special consideration August 2007- amendment No.2 to the Agreement stipulating final disposal sites on the mainland September 2007- amendment No.3 to the Agreement extending the Agreement for one year September 2008- amendment No.4 to the Agreement extending the Agreement for one year August 2009- amendment No.5 to the Agreement extending the Amendment for one year CONTRACT/AGREEMENT CHANGES: Attached ST AFF RECOMMENDATIONS: Approval TOTAL COST: $1.779.900 INDIRECT COST: BUDGETED: Yes ~No DIFFERENTIAL OF LOCAL PREFERENCE: nla COST TO COUNTY: nla SOURCE OF FUNDS: 125-0459106-530340 REVENUE PRODUCING: Yes No X AMOUNT PER MONTH_ ~ APPROVED BY: County Atty ~ Y]_~BIP~ChaSing~ DOCUMENTATION: Included X Not Required_ Year Risk Management -L DISPOSITION: AGENDA ITEM # MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: DRC Emergency Service Contract # Effective Date: Expiration Date: 9/20/2007 9/29/2011 Contract Manager: Richard Jones (Name) 2805 (Ext. ) Growth Mana ement/11 (Department/Stop #) for BOCC meeting on 5/19/2010 Agenda Deadline: 5/4/2010 CONTRACT COSTS Total Dollar Value of Contract: $ Budgeted? YeslZl Grant: $ County Match: $ NoO 1,779,900 Current Year Portion: $ $1,779,900 estimated estimated Account Codes: 125-0459106-530340-_-_ - - - - ----- - -- ----- - - - - ----- 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 Division Director >= ~ "e;> Y esO No~ Risk Management Y.Jhi{D Y esO No~ o.t8./Pqtasing ~1'l>YesDNo"-~ ;~~ , 0"---- /-1..... \ j County Attorney 41 ~() Yes No_~ I_'t L...... ... I L~ Date Out [ rJ.~-w ~2 ,- 4 d'" ) d Comments: ,=~ {!(,~ ;:; br 7- ,o&-1'~{' JJ ~ .6JU~ /1/ ~; 60 _ ;-n;:)-In~~, ;~ Y- ,::S C ( /{J; 'N; 16# f I .il4flL { 4i"j' .'j//~!- ~/C-<./r '#~~~:~{L-~~ ~/I;?J~. OMB Form Revised 2/27/01 MCP #2 MEMORANDUM MONROE COUNTY GROWTH MANAGEMENT DIVISION We strive to be caring, professional and fair To: Board of County Commissioners and County Administrator From: Richard Jones, Marine Resources Senior Administrator Date: April 27, 2010 Through: Christine Hurley, Growth Management Division Director RE: Explanation regarding DRC Agreement amendment The purpose of this memo is to provide explanation regarding the Agreement amendment with DRC Emergency Services LLC (DRC). The 2006 DRC Agreement provides for disposal of wood and concrete portions of lobster traps at designated offshore sites. However, the Florida Keys National Marine Sanctuary currently prohibits such practices. Therefore, the DRC Agreement must be revised to reflect a modification in procedures (Exhibit A) and a modification of the accompanying fee structure (Exhibit B) for DRC to dispose of all traps and trap parts at a DEP permitted upland site on the mainland. The Agreement amendment indicates that all traps and trap parts will now be transported to a designated disposal site in Pompano Beach. The Agreement amendment also provides for the fourth of five annual extensions to the Agreement. As a result of the 2008 storm season, thousands of lobster traps were dislodged from their anchorage and deposited in the shallow coastal areas of the middle and lower Keys, creating a threat to public health and safety. The County applied for FEMA funding to remove and dispose of the traps, and reimbursement funding was ultimately approved. FEMA Project Worksheet 594 provides for up to an estimated $1,779,900 for trap removal and disposal utilizing the 2006 DRC Agreement, and up to an estimated $163,370 for monitoring of the removal and disposal work utilizing a 2007 Beck Disaster Recovery, Inc. Agreement. Both Agreements stipulate that such work will be authorized by Task Order. Draft Task Order 2010-1 (attached) authorizes DRC to proceed and stipulates the scope of services. All trap removal and disposal work is anticipated to occur during the months of June and/or July, prior to the beginning of the 2010-2011 commercial lobster season. ~....:..}\ r _.-.1". j . ~ .~.. _ I _. . - ',. j ~ I. ~. . . Page I AMENDMENT No.6 TO AGREEMENT BETWEEN DRC EMERGENCY SERVICES LLC AND MONROE COUNTY, FLORIDA THIS AMENDMENT TO AGREEMENT is made and entered into this 19th day of May, 2010 between Monroe County Board of County Commissioners (hereinafter "COUNTY" or "BOCC") and DRC Emergency Services, LLC (hereinafter "DRC"). WHEREAS, the parties entered into a non-exclusive agreement on September 20,2006, for removal of hurricane debris including lobster traps, canal debris, and marine debris including abandoned/derelict vessels; and WHEREAS, the Agreement allows for five (5) additional one (1) year extensions on the same terms and conditions with approval from the BOCC; and WHEREAS, this Agreement was extended for one year commencing on September 20,2007, again on September 20, 2008, and again on September 19, 2009; and WHEREAS, it is deemed in the interest of the health, safety, and welfare of the general public to extend this Agreement in order to remove vessels, traps, and other debris that may be generated by future storm events or other natural disasters; and WHEREAS, FEMA has approved funding for trap debris removal and disposal as a result of 2008 storm events utilizing the DRC Emergency Services LLC Agreement for marine debris removal; and WHEREAS, Exhibit A under the current Agreement provides for disposal of wood and concrete portions of traps to be disposed of at designated offshore sites in the Gulf and Atlantic Ocean, and WHEREAS, Exhibit B under the current Agreement provides a fee structure based on the offshore disposal of wood and concrete portions of traps, and WHEREAS, the Florida Keys National Marine Sanctuary no longer allows the use of such offshore sites for disposal; and WHEREAS, the Agreement and accompanying Exhibits A and B must be amended to reflect disposal of all traps and trap parts at an upland waste facility; NOW, THEREFORE, IN CONSIDERATION ofthe mutual covenants contained herein the parties agree to as follows: I. Section 1.2 of the September 20, 2006 Agreement is hereby amended as follows: This Agreement shall be extended for the year September 20, 2010 through September 19, 20 II. 2. Exhibit A and Exhibit B of the September 20, 2006 Agreement are amended as attached. 3. The remaining provisions of the agreement dated September 20,2006, not inconsistent herewith, remain in full force and effect. Remainder of page intentionally left blank Signature page to follow ORe Amendment 4-21-20 10 I IN WITNESS WHEREOF, the parties have set their hands and seal on the day and year first above written. (SEAL) ATIEST: DANNY L. KOLHAGE, CLERK BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA Deputy Clerk Mayor/Chairman WITNESSES: DRC EMERGENCY SERVICES LLC 1. By: Print Name: Print Name: 2. Title: Print Name: MONROE COUNTY ATTORNEY .. /::RI~~~,T: ~~M: . SU N M. GRIMSLEY 1 ASSISTANT COUNTY ATTORNEY Date __ __'i_-': ~G? c:J.-O { 0 DRC Amendment 4-21-2010 2 EXHmIT A SCOPE OF WORK FOR MARINE DEBRIS Lobster traps, Marine Debris, and Abandoned Vessels Lobster Trap Removal DRC will be responsible for managing the removal and disposal of lobster traps destroyed or substantially damaged as the result of the 2005 and subsequent hurricane seasons within the life of the Agreement; to include the identification of locations in the water of where significant trap debris exists, working with the Florida Keys Commercial Fishermen's Association or other entities as appropriate to locate, remove, and dispose of traps, and oversight of field monitoring, and billing for the project. Detailed Responsibilities: . DRC will be responsible for locating appropriate Temporary Debris Sites and Reduction Sites. . DRC will provide management and oversight for County designated temporary debris sites to manage traps prior to appropriate disposal. No traps or trap parts shall be disposed of offshore. Designated temporary debris sites can be at fish houses or commercial fishing related facilities. . Determine locations of significant lobster trap debris in an area from Key West to Key Largo and the Monroe County portion of the "Eighteen Mile Stretch," to include municipalities. No effort should be made to assess the area within the bounds of Everglades National Park. Assessment of debris locations should not extend beyond ~ mile further toward the ocean or gulf from the islands connected by U.S. highway 1, unless there are known shallow water flat areas which may harbor trap debris. In addition, a less detailed assessment of the existence of lobster trap debris should be completed for the area ten miles (plus or minus) west of Key West. . Traps to be removed will include only those that have washed up on shallow water "flats" in the Keys or which otherwise exist in the near shore environment of the Keys and are tangled with other trap material (trap lines particularly); such that these traps cannot be construed as being active or functional for "fishing." . DRC will provide supervision and project oversight as required by FEMA, the State of Florida, and the County in conjunction with County staff and/or a monitoring firm employed by the County. Monitoring will include determination of actual trap removal counts of complete or partial traps and coordination with FEMA, the State of Florida, or Monroe County for verification of such counts. Exhibit A 4/21/2010 -1- . Momoe County will maintain an independent monitoring team. representing the County as the project applicant. . DRC will be responsible for the management of all project expenses and billing documentation as will be required by FEMA, the State of Florida, and the County. . DRC through separate sub-contract(s) will accept the assistance of any other valid, qualified contractor as needed to assist in this project. DRC reserves the right to solely determine if the sub-contractor in question is qualified to participate in this project. Canal and Near Shore Debris Clean-un DRC will be responsible for managing the removal and disposal of marine debris in manmade canals which has resulted from the impacts of the 2005 and subsequent hurricane seasons within the life of the Agreement. Efforts are to include the identification of locations in the water of where significant marine debris exists, contracting with local marine contractors to, locate, remove, and dispose or marine debris, and oversight of field operations for the project. Detailed Responsibilities: . DRC will be responsible for locating appropriate Temporary Debris Sites and Reduction Sites . Management and oversight of County designated temporary debris sites for storage of marine debris prior to appropriate final disposal. . Determine locations of marine debris in manmade canals within an area to include Key West to Key Largo and the Momoe County portion of the "Eighteen Mile Stretch," to include the municipalities. The definition of manmade canal shall be that found in the Momoe County Code of Ordinances as follows: Man-made water body means a water body that was created by excavation by mechanical means under human control and shall include a canal, cut basin, or channel where its edges or margins have subsequently been modified by natural forces (See Definitions, Chapter 9.5-4 (M-4). (1) For the purposes of this chapter, such water bodies may have natural components, for instance a channel or canal may have been dredged such that the dredge material was used to create land on one side, but not the other, thus leaving a relatively natural shoreline on the opposite side. (2) Also for the purposes of this chapter, the man-made water body must have "Buildings," as defined in Chapter 9.5-4 (B-9), along its shoreline to be applicable. If buildings are not present on a given shoreline on the date of adoption of this ordinance, but such buildings are constructed at a later date, then this ordinance becomes effective at that time. Exhibit A 4/21/2010 -2- . Assess total potential volume or appropriate metric (linear feet of canal, tons, etc.) for the amount of marine debris likely to be removed and disposed of. Marine debris should include such material that is visible on or just under the waters surface and that would cause a hazard to safe navigation or be a potential risk to human health if not removed. Such marine debris should not be debris attached to personal property unless permission is provided to remove such debris. An effort should be made to contact a property owner to obtain permission to remove material that is obviously debris, but which may be tied or otherwise affixed to land for reasons of maintaining clear navigation. . Complete Contracts for Service with local marine contractors to remove debris from manmade canals located in the project work area. . DRC will provide supervision for project oversight efforts as required by FEMA or the Natural Resources Conservation Service (NRCS) (U.S. Department of Agriculture), the State of Florida, and the County in coordination with County staff and/or a monitoring firm employed by the County. . Monroe County will maintain an independent monitoring team representing the County as the project applicant. . DRC will be responsible for the management of all project expenses and billing documentation as will be required by FEMA or NRCS, the State of Florida, and the County Abandoned Vessel Recoverv and Disposal DRC will be responsible for managing the removal from the water, impound and auction or disposal, of abandoned vessels surrounding the Florida Keys which are largely, but not exclusively, the result of impacts of the 2005 and subsequent hurricane seasons within the life of the Agreement. Efforts are to include the detailed cost assessment for the removal of larger vessels which are located in shallow waters and are hard aground. Work will also include obtaining necessary salvage approvals through applicable state and federal agencies, including the Florida Keys National Marine Sanctuary, the United States Coast Guard, the U.S. Fish and Wildlife Service, and the Florida Fish and Wildlife Conservation Commission. Detailed Responsibilities: . DRC will be responsible for locating appropriate Temporary Debris Sites and Reduction Sites . Determine current locations of remaining abandoned vessels and determine thevleast costly approach for salvage or disposal as appropriate. Maps provided show approximate location of vessels after Hurricane Wilma. Additional information may be available concerning their current disposition. Exhibit A 4/21/2010 - 3- . In the event of future storms and similar impacts, staff will work with DRC to locate and map vessels and other marine debris post each event. Such products will supplant the maps provided herein. ~.. ;.'. + Hurricane Season ~f Abando vll88ll1s - Key we8t Area .' Exhibit A 4/21/2010 -4- Exhibit A 4/21/2010 --+ ----+- - ------, =:JI I + H rrlcane Season 2005 andoned Vessels - Middle Keys _1. I . '-11" ,:~:,:.; ". ..'<:" ._~_._~,-;t--~:..- . "f .;'1, ,. /;~~; ..,--...... =:J ....... ,.~~., - 5 - I Ii I I I >I Hurricane Season 2005 Abandoned -.ell" :-UPPfrlQyS I I ~- ""'" g-- --~ ~-_.. . Management and oversight of County designated temporary debris sites for storage of marine debris prior to appropriate final disposal. . Assess total potential value of the removal operation whether by means leading to disposal or by means appropriate for salvage and sale for cost. . Work with local, state, and federal agencies to approve salvage plans for vessels that are located on sensitive marine or wetland resources, including shallow water seagrass areas and mangrove communities. . Prior to ultimate removal from the marine environment, reach agreement with local, state, and federal agencies on which abandoned vessels will be "eligible" under FEMA's eligibility guidelines. . Prior to ultimate removal from the marine environment, reach agreement on which vessels will be removed for disposal and which will be removed to a holding site for cost recovery through sale to an original owner or auction. . DRC will provide supervision for project oversight efforts as required by FEMA and the County in conjunction with County staff and/or a monitoring fIrm employed by the County. Exhibit A 4/21/2010 -6- . Monroe County will maintain an independent monitoring team representing the County as the project applicant. . DRC will be responsible for all project oversight where salvage plans have been applied for and approved and necessary salvage criteria or constraints are imposed by approving agencies. . DRC will be responsible for the management of all project expenses and billing documentation as will be required by FEMA and the County Exhibit A 4/21/2010 -7- EXHIBIT B FEE SCHEDULE FOR MARINE TRAP, VESSEL, CANAL CLEAN-UP, MARINE DEBRIS AND DERELICT VESSELS TraD Debris Cost per Trap Removed Shallow Water (0-2') Channels (2' plus) $ 51.00 43.70 1. All traps and trap parts collected will be brought in to Temporary Debris and Reduction Sites on land, utilizing fish houses where possible. 2. When possible, the Contractor will work with local commercial fisherman and other capable and interested parties as sub-contractors for this project. 3. All trap debris will be disposed of at Central Disposal located in Pompano Beach. Disposal costs will be a pass through, and reflect the actual cost of disposal at that designated disposal site. 4. Partial traps will be billed as ~ trap and at ~ the cost noted above. Counts of complete or partial traps will be determined by monitoring, as indicated in Exhibit A of the Agreement. Canal Debris Costs for Canal Debris Removal C & D debris removal from canals. $ 19.58 per linear foot cleaned Vegetative debris removal from canals. $ 19.58 per linear foot cleaned Vessel and Other ODen Water Marine Debris Labor and Cost of boat and vessel removal BoatsN essels retrieved from the land by means of various equipment. No water borne equipment. $ 150.00 per linear foot of vessel Open Boats and Skiffs up to 18 feet in length retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Non Salvageable: $ 25.00 per linear foot of vessel Other BoatsNessel up to 35 feet in length retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Salvageable: $ 150.00 Non Salvageable: $ 225.00 per linear foot of vessel per linear foot of vessel Other BoatsNessel in excess of 35 feet in length retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Salvageable: $ 250.00 Non Salvageable: $ 225.00 per linear foot of vessel per linear foot of vessel Houseboats and larger vessels that may create some difficulty in removal because of location (edge of islands or in the mangroves, hard aground etc. retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Salvageable: $ 400.00 Non Salvageable: $ 225.00 vessel per linear foot of vessel per linear foot of Per day fees for storage/dockage for salvaged boats/vessels. $ 35.00 per unit/daily Respondent responsible for providing storage / dockage site. Water based marine debris found outside of canals including offshore collection and transport to offloading site: $ 50.00 per cubic yard collected 1. The removal of vessels of special consideration may require unexpected additional effort and further negotiation may be allowed on a case by case basis. 2. Substantially intact vessels (Greater than 80 %) are considered to be vessels for the purposes of this fee schedule and will be billed by the linear foot. Note, in all cases, traps, vessels, and other marine debris: . Load and haul to TDSRS, any necessary separation and reduction cost, and haul out to final resting place of trap line, floats, and funnels must be considered in any price quote provided. Exhibit B 4/26/2010 10:43:00 AM . Tipping fees from fmal disposal of all canal/waterway debris brought to land will be a pass through cost to be determined upon designation of final disposal facilities. Exhibit B 4/26/2010 10:43:00 AM County of Monroe Growth Management Division Marine Resources Office Suite #420 2798 Overseas Highway Marathon FL 33050 Voice: (305) 289-2805 FAX: (305) 289-2536 Board of County Commissioners Mayor Sylvia J. Murphy, Dist. 5 Mayor Pro Tern Heather Carruthers, Dist. 3 Kim Wigington, Dist. I George Neugent, Dist. 2 Mario Di Gennaro, Dist. 4 We strive to be caring, professional and fair April 28, 2010 NOTICE TO PROCEED AND TASK ORDER #2010-1 Ref: Trap removal and disposal as a result of2008 storm events, in accordance with the September 20, 2006 Agreement between Monroe County and DRC Emergency Services, LLC. (DRC) and Amendment #6 to the Agreement, and as described in FEMA Project Worksheet PA-04-FL-1785- PW-00594(O). DRC shall perform the following tasks to assist the County in responding to trap debris from 2008 storm events: · The Contractor will coordinate and perform the removal and disposal of traps deposited in coastal areas ofthe Florida Keys in accordance with FEMA Project Worksheet No. 594. · The Contractor will determine locations of trap debris, set up temporary collection sites (including fish houses), and transport the trap debris to Central Disposal in Pompano Beach for final disposal. · The Contractor will perform the work during the months of June and July 2010, and complete all work prior to opening of the 2010-2011 commercial lobster season. · The Contractor will assure that all work is performed in adherence with all state, federal and local guidelines. · The Contractor will be compensated according terms of the Agreement, and the approved estimated costs indicated in FEMA PW 594 not to exceed $1,779,900. Any increase in costs will require FEMA approval. Approved for Monroe County: Approved for DRC, Inc. Signature: Signature: Title: Title: Date: Date: ACORD,,, CERTIFICATE OF INSURANCE ISSUE DATE 04/26/2010 PRODUCER This certificate is issued as a matter of information only and confers no rights MCGRIFF, SEIBELS & WILLIAMS OF TEXAS, INC. upon the Certificate Holder. This CertIficate does not amend. extend or alter the 5080 Spectrum Dr., Suite 900E coverage afforded by the policies below. Addison, TX 75001 COMPANIES AFFORDING COVERAGE (469) 232-2100 Company Ironshore Specialty Insurance A INSURED Company Amerisure Mutual Insurance Company DRC Emergency Services, LLC B 740 Museum Drive Mobile, AL 36608-1940 Company C Company 0 Company E This is to certify that the policies of insurance described herein have been issued to the Insured named herein for the policy period indicated. Notwithstanding any requirement, term or condition of 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, conditions and exclusions of such policies. Limits shown may have been reduced by paid claims. CO TYPE OF INSURANCE POLICY NUMBER EFFECTIVE LIMITS OF LIABILITY LT EXPIRATION A GENERAL LIABILITY 000117900 01/28/2010 EACH OCCURRENCE $ 1,000,000 lXI CommlllCial General Liability 07/28/2011 FIRE DAMAGE $ 50,000 o Claims Made lXIoccurrence MEDICAL EXPENSE $ 0 o Owners' and Contractors' Protection 0 PERS. AND ADVERTISING INJURY $ 1,000,000 0 GENERAL AGGREGATE $ 2,000,000 General A9!rllll8te Umit app~es per: PRODUCTS AND COMP. OPER. AGG. $ 2,000,000 o Policy lXI Projecl 0 Location B AUTOMOBILE LIABILITY 112491100 01/20/2010 COMBINED SINGLE LIMIT $ 1,000,000 lXI Any Automobde 01/20/2011 BODII Y INJURY (PAr nAr!lnn\ $ o All Owned Automobiles BODILY INJURY (Per accident\ $ o Scheduled Automobiles lXI Hired Automobiles PRnPERTY DAMAGE IPer accident\ $ lXI Non-owned Automobiles COMPREHENSIVE ' $500 deductible 0 COLLISION $500 deductible B WORKERS' COMPENSATION WC2067300 01/20/2010 WC ~talutorv Limit I X I Other I I AND EMPLOYERS' LIABILITY 01/20/2011 EL EACH ACCIDENT $ 1,000,000 E' 014::1=.6.4::1= (Each Am"I"""A' $ 1 ,000,000 EL DISEASE (Policv Limit' $ 1,000,000 A EXCESS LIABILITY 000118000 01/28/2010 EACH OCCURRENCE $ 10,000,000 lXI Occurrence OClaims Made Follow Form 07/28/2011 AGGREGATE $ 10,000,000 Retention/Deductible 10.000 A CONTRACTORS POLLUTION 000108000 01/19/2010 Each Occurrence $ 5,000,000 Liability Ouring Transportation. fines. penalties. daan 01/19/2011 Policy Aggregate $ 5,000,000 up. punitive damage. Occurrence ronn Deductible Each Loss $ 10,000 $ $ Project: Marine Debris Removal - Lobster traps from Hurricane Wilma Monroe County Board of County Commissioners is included as Additional Insured (except on Workers Compensation) as required by written contract subject to policy terms, conditions and exclusions. The above referenced policy(s) include a waiver of subrogation in favor of Monroe County Board of County Commissioners. CERTIFICATE HOLDER SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. Monroe County Board of County Commissioners Authonzed Representative AUn: Rich Jones i; ~- ; 2798 Overseas Hwy ; Marathon, FL 33050 ( I I I ;"iloe 1 rJt 1 CerMcsle 10 . LW56FZPL Federal Emergency Management Agency E-Grants Page 1 of 11 PA-G4-FL-1785-PW-G0594(O) p Applicant Name: Application Title: MONROE (COUNTY) HRMC17A Debris Removal- Monitoring Period of Performance Start: Period of Performance End: 08-24-2008 02-24-2009 Subgrant Application - Entire Application Application Title: HRMC1lA Dd)ris REmlOval- MOnitoring Application Number: PA-04-FL-H85-PW-00594(O) Application Type: Sut!grimt Application (PWj Preparer Information Prefix Mr. First Name Hector Middle Initial L Last Name Rivera Title P. A. Project Specialist Agency/Organization Name DHS / FEMA Region IV Address 1 2501 Principal Row Address 2 City Orlando State FL Zip 32837 Email Hector.Rivera@dhs.gov Is the application pre parer the Point of Contact? No Prefix First Name Middle Initial Last Name Title Agency/Organization Address 1 Address 2 City State ZIP Point of Contact Information Ms. Usa Tennyson https://isource.fema.net/emmie/ dispatchDestination.do ?menuTile=&topTile=dsHeader&b... 09/25/2009 Federal Emergency Management Agency E-Grants Page 2 of 11 Phone 305-292-4444 Fax 305-292-4515 Email tennyson-lisa@monroecounty-f1.gov Alternate Point of Contact Information Prefix Ms. First Name Tina Middle Initial Last Name Boan Title Senior Budget Director Agency/Organization Monroe County Address 1 1100 Simonton Street Address 2 City Key West State FL --- ZIP 33040 Phone 305-292-4472 Fax 305-292-4515 Email boa n-tina@monroecounty-f1.gov Project Description Disaster Number: 1785 Pre-Application Number: PA-04-FL-1785-RPA-0065 Applicant 10: 087-99087-00 Applicant Name: MONROE (COUNTY) Subdivision: Project Number: Standard Project Number/Name: 199 - Debris Removal Please Indicate the Project Type: Neither Alternate nor Improved Project Title: HRMC17A Debris Removal- Monitoring Category: A.DEBRIS REMOVAL Percentage Work Completed? 0.0% As of Date: 10-30-2008 Comments 12-16-2008 - As described in 44 CFR 13.43, applicant must maintain all work-related records for a period of five (5) years from applicant closure (final payment), all records relative this project worksheet are subject to examination and audit by the State, FEMA and the Comptroller General of the United States and must reflect work related to disaster specific costs. AS/OS Attachments Damage Facilities (Part 1 of 2) Facility Site Facility Name Address County City State ZIP Previously Action Number Damaged? https://isource.fema.net/emmie/ dispatchDestination.do ?menuTile=&top Tile=dsHeader&b... 09/25/2009 Federal Emergency Management Agency E-Grants Page 3 of 11 Debris Removal-Monitoring County Wide . Comments ~~~U..,,~~~~~~~~~0~~;'~~~i~~M::,{~;~tJ::;:j~;r%i~~~f::{:~,~.~ ......_-----_.__.._.-----_.__.~.-..,~..,.y".. ",..~.,,~.,-----_._....._--_._._-_....._- .i,r{:~i~~.' ,.- -.' :Facility Name: I Address 1: 'Address 2: County: '" i-~~-----:----.~- ,City: State: "ZIP: )>j ~-t?~ ,f 11\ ; Was this site previously d~maged? : Location: ~. >- ? ~ ,j:l' : ,~ W Damage Description and Dimensions: 087-99087-00 Monroe County 087-99087-00 Monroe County THIS IS NOT A PA PILOT PROGRAM PW. During the incident period of . Aug/18/08 through Sep/12/08 high winds and excessive rain from Tropical Storm Fay caused damage across Monroe County, Florida. These powerful winds and heavy rains generated mixed storm debris throughout coastal areas of the county. The removal and disposal of storm debris on coastal areas located in the county's boundary that is a threat to public health and safety falls under the responsibility of the county. From Key West to Marathon approximately 45,000 lobster traps were dislodged from their anchorage as a result of tropical storm Fay. Also the storm deposited debris in canals within the applicant's jurisdiction. ***********SCOPE OF WORK STARTS HERE*************WORK TO BE COMPLETED: The Applicant will hire DRC Emergency Services LLC., services to remove i 45,000 lobster traps dislodged from their anchorage and deposited on I coastal areas by tropical storm Fay. Also contracted with Beck Disaster Recovery Inc. to monitor. The applicant estimates the cost associated with the lobster trap monitoring debris removal $163,370.00. The applicant estimates the cost associated with the lobster trap removal is $1,779,900.00 Notes:1. This project worksheet is an estimate only. No invoices or other supporting documentation has been provided: Therefore, close scrutiny is required of the project closeout office prior to a final determination of reimbursement eligibility. 2. The lobster traps dislodged from their anchorage and their anchor line pose an immediate threat to navigation and recreational use of the county's coastal waters and canals. 3. The Applicant Monroe County has already in place a contract with Beck Disaster Recovery Inc. for debris monitoring. This contractor was used by the Applicant in previous disaster for debris monitoring process. 4. Copy of debris monitoring contract is included in backup documentation in this project worksheet. 5. Schedule of hourly Labor rates for monitoring field https://isource.fema.net/emmie/ dispatchDestination.do ?menuTile=&top Tile=dsHeader&b... 09/25/2009 Federal Emergency Management Agency E-Grants Page 4 of 11 Rate Total Hours Trap Removal Project Manager 75.0 $ 8,625.00 Data Manger 33.0 $ 3,135.00 Field Supervisor 80.0 $ 8,320.00 Disposal Monitor 160 $ 12,000.00 Collection Monitor 2,120 $110,240.00 Administrative 10.0 $ 350.00 Total Labor Scope of Work: $142,670.00 Estimated Expenses 7.50% $10,700.25 Estimated Boat Rental Costs $ 10,000.00 Grand Total $163,370.25 Estimated Cost $115.00 $ 95.00 $ 65.00 $ 52.00 $ 52.00 $ 35.00 7. "The sub grantee is requesting direct administrative costs that are directly chargeable to this specific project. Associated eligible work is related to administration of this PA project only and in accordance with 44 CFR part 13.22. These costs are treated consistently and uniformly as direct costs in all Federal Awards and others sub grantee activities and are not included in any approved indirect cost rates." 8. Project specialist has reviewed information received from the Applicant and found it to be accurate and reasonable. 9. The Applicant has been briefed that all federal, state, and local procedures and regulations must be followed. 10. Upon completion, this site will be returned to its original design, function and capacity within the original footprint. 11. The applicant is responsible for obtaining all local, state and/or federal permits as they may apply to this project. GIS Coordinates Latitude 24.56233 Project Location ; County Wide Longitude -81.79851 Special Considerations 1. Does the damaged facility or item of work have insurance coverage and/or is it an insurable No risk (e.g., buildings, equipment, vehicles, etc)? 2. Is the damaged facility located within a floodplain or coastal high hazard area and/or does it No have an impact on a floodplain or wetland? 3. Is the damaged facility or item of work located within or adjacent to a Coastal Barrier No I Resource System Unit or an Otherwise Protected Area? J 4. Will the proposed facility repalrs/reconstruction change the pre-disaster conditions (e.g., No footprint, material, location, capacity, use of function)? https:llisource.fema.net/emmie/ dispatchDestination.do ?menuTile=&top Tile=dsHeader&b... 09/25/2009 Federal Emergency Management Agency E-Grants Page 5 of 11 5. Does the applicant have a hazard mitigation proposal or would the applicant like technical assistance for a hazard mitigation proposal? I 6. Is the damaged facility on the National Register of Historic Places or the state historic listing? No Is it older than 50 years? Are,there more, similar buildings near the sit~? 7. Are there any pristine or undisturbed areas on, or near, the project site? Are there large tracts I of forestland? : 8; Are there any hazardous materials at or adjacent to the damaged faciOty and/or item of work? : 9. Are there any other environmental or controversial issues associated with the damaged facility and/or item of work? " : Attachments User Date No Mitigation section is not applicable for your project category. Cost Estimate I Is this Project Worksheet for i (Preferred) Repair I Se u e Code Material. a~d/or q enc Descnptlon 00001 2 ,9001 Contract 1 i Direct 3 9901 Administrative 1 'Costs (Subgrantee) 4 9999 I Estimate To Perfom Monitor Work Sequence Code Unit Price Subgrant Cost Budget Class Estimate Total Cost: $ 0.00 Action Total Cost Estimate: (Preferred Estimate Type + InsuranCe Adjustments) $ 1,943,372.96 Comments Attachments User Date Document Type Description Hard Copy File Reference File Name Action -~ ! ANTHONY 12-18- Calculation ; SAWNEY 2008 j Sheet HRMC17A Direct Admin 087 -99087 -00 Monroe County HRMC17A Direct Admin Cost View Sheet.pdf(137.96 https://isource.fema.netJ emmie/dispatchDestination.do ?menuTile=&top Tile=dsHeader&b... 09/25/2009 Federal Emergency Management Agency E-Grants Page 6 of 11 r- kb) D Cost Sheet Insurance Type I Policy No. I Existing Insurance Information Bldg/Property I Content I Insurance I Amount Amount Amount Deductible Amount I Years Required Comments Attachments Name of Section Comments and Attachments Comment Attachment Project Description HRMC17A S.ubgr;;mt Application Revised,pdt HRMC17A Agreement.pdf Bundle Reference # (Amendment #) SU_!'ilnt A,."liciltien - FEMA Ferm !'-!1 Note: The Effective Cost Share tor this application is 75% FEDERAL EMERGENCY MANAGEMENT AGENCY PROJECT WORKSHEET PAPERWORK BURDEN DISCLOSURE NOTICE O.M.B. No. 1660-0017 Expires: 10/31/2008 Public reporting burden for this form is estimated to average 90 minutes per response. The burden estimate includes the time for reviewing instructions, searching existing data sources, gathering and maintaining the needed data, and completing, reviewing, and submitting the form. You are not required to respond to this collection of information unless a valid OMB control number appears in the upper right hand comer of this form. Send comments regarding the accuracy of the burden estimate and any suggestions for reducing the burden to: Information Collections Management, Federal Emergency Management Agency, 500 C Street SW, Washington, DC 20472, Paperwork Reduction Project (3067-0151). Submission of the form is required to obtain benefits under the Public Assistance Program. NOTE: Do not send your completed form to the above address. PA ID NO. 087-99087-00 DATE 12-18-2008 CATEGORY A WORK COMPLETE AS OF https://isource.fema.net/emmie/ dispatchDestination.do ?menuTile=&top Tile=dsHeader&b... 09/25/2009 Federal Emergency Management Agency E-Grants Page 7 of 11 Debris Removal-Monitoring 110-30-2008 : 0 % APPLICANT: MONROE (COUNTY) 1 LOCATION: County Wide I COUNTY: Monroe DAMAGE DESCRIPTION AND DIMENSIONS I LATITUDE: 24.56233 I LONGITUDE: - 181.79851 THIS IS NOT A PA PILOT PROGRAM PW. During the incident period of Aug/18/08 through Sep/12/08 high winds and excessive rain from Tropical Storm Fay caused damage across Monroe County, Florida. These powerful winds and heavy rains generated mixed storm debris throughout coastal areas of the county. The removal and disposal of storm debris on coastal areas located in the county's boundary that is a threat to public health and safety falls under the responsibility of the county. From Key West to Marathon approximately 45,000 lobster traps were dislodged from their anchorage as a result of tropical storm Fay. Also the storm deposited debris in canals within the applicant's jurisdiction. ***********SCOPE OF WORK STARTS HERE*************WORK TO BE COMPLETED: The Applicant will hire DRC Emergency Services LLC., services to remove 45,000 lobster traps dislodged from their anchorage and deposited on coastal areas by tropical storm Fay. Also contracted with Beck Disaster Recovery Inc. to monitor. The applicant estimates the cost associated with the lobster trap monitoring debris removal $163,370.00. The applicant estimates the cost associated with the lobster trap removal is $1,779,900.00 Notes:1. This project worksheet is an estimate only. No invoices or other supporting documentation has been provided. Therefore, close scrutiny is required of the project closeout office prior to a final determination of reimbursement eligibility. 2. The lobster traps dislodged from their anchorage and their anchor line pose an immediate threat to navigation and recreational use of the county's coastal waters and canals. 3. The Applicant Monroe County has already in place a contract with Beck Disaster Recovery Inc. for debris monitoring. This contractor was used by the Applicant in previous disaster for debris monitoring process. 4. Copy of debris monitoring contract is included in backup documentation in this project worksheet. 5. Schedule of hourly Labor rates for monitoring field can be found on contract Attachment B.6. The cost associated with monitoring of the debris operations is derived from Applicant's estimate. The applicant's estimate is based on the following breakdown: SCOPE OF WORK Rate Trap Removal Project Manager Data Manger Field Supervisor Disposal Monitor Collection Monitor Administrative Total Hours Estimated Cost $115.00 $ 95.00 $ 65.00 $ 52.00 $ 52.00 $ 35.00 Total Labor Estimated Expenses Estimated Boat Rental Costs 7.50% Grand Total 75.0 33.0 80.0 160 2,120 10.0 $ 8,625.00 $ 3,135.00 $ 8,320.00 $ 12,000.00 $110,240.00 $ 350.00 $142,670.00 $10,700.25 $ 10,000.00 $163,370.25 7. "The sub grantee is requesting direct administrative costs that are directly chargeable to this specific project. Associated eligible work is related to administration of this PA project only and in accordance with 44 CFR part 13.22. These costs are treated consistently and uniformly as direct costs in all Federal Awards and others sub grantee activities and are not included in any approved indirect cost rates." 8. Project specialist has reviewed information received from the Applicant and found it to be accurate and reasonable. 9. The Applicant has been briefed that all federal, state, and local procedures and regulations must be followed. 10. Upon completion, this site will be returned to its original design, function and capacity within the original footprint. 11. The applicant is responsible for obtaining all local, state and/or federal permits as they may apply to this project. Does the Scope of Work change the pre-disaster conditions at the site? rYes f7 No Special Considerations included? rYes r No I Hazard Mitigation proposal included? https://isource.fema.net/emmie/ dispatchDestination.do ?menuTile=&topTile=dsHeader&b... 09/25/2009 Federal Emergency Management Agency E-Grants Page 8 of 11 I rYes f7 No Is there insurance coverage on this facility? rYes F No PROJECT COST ITEM CODE NARRATIVE QUANTITY/UNIT UNIT PRICE COST 1 0000 Work to be OILS $ 0.00 $ 0.00 Completed 2 9001 Contract 1/LS $ 1,779,900.00 $ 1,779,900.00 3 9901 Direct Administrative 1/LS $ 102.96 $ 102.96 Costs (Subgrantee) 4 9999 Estimate To Perfom 1/LS $ 163,370.00 $ 163,370.00 Monitor Work TOTAL COST $ 1,943,372.96 PREPARED BY Hector L Rivera TITLE P. A. Project Specialist SIGNATURE APPLICANT REP. Lisa Tennyson TITLE Grants Administrator SIGNATURE MONROE (COUNTY): PA-04-FL-1785-PW-00594 ... - - . ~. . --. ~._._- Conditions Information Review Name . Condition Type' Condition Name : Descrlpt~~ - --- - , Monitored: I :I-per FDE-P e-mail on 7/13/2009: If r- the applicant must cut the I I mangrov~. trees to re~o~e traps, i I Coastal Zone ,then additional coordination may i EHP Review Other (EHP) : Management Act I be necessary with FDEP. Work 1 r (CZMA) cannot trespass on a state park I land any work within a state park 1- :would require coordination with ithat parks manager. I --- - r--- --.---- ~ --~- - : Applicant'l; responsible -fo~- - - Ii obtaining any required FL DEP i ' i ,permits/waivers. Compliance with I ' . Coastal Zone : FDEP requirements constitutes : EHP Review 'Other (EHP) , Management Act I compliance with Florida CZM. (CZMA) ! Failure to obtain applicable . permits may jeopardize funding. Copies of permits may be required at project close-out. .. --l Status No I Recommended I i -j No Recommended! ,STANDARD MANATEE CONDITIONS FOR IN-WATER WORK July 2005 The permittee shall comply with the following conditions intended to protect , manatees from direct project effects: a. All personnel associated with the project shall be instructed about the presence lof manatees and manatee speed ,zones, and the need to avoid II collisions with and injury to ,manatees. The permittee shall !advise all construction personnel https://isource.fema.net/emmie/ dispatchDestination.do ?menuTile=&top Tile=dsHeader&b... 09/25/2009 Federal Emergency Management Agency E-Grants I ; i i I I I I i , I EHP Review iOther (EHP) I , I 1 i ! Endangered Species Act (ESA) Page 9 of 11 lthat there are civil and criminal 1 penalties for harming, harassing, lor killing manatees which are I protected under the Marine . Mammal Protection Act, the I Endangered Species Act, and the I Florida Manatee Sanctuary Act. b. " All vessels associated with the Iconstruction project shall operate at "Idle Speed/No Wake" at all times while in the immediate area land while in water where the draft . of the vessel provides less than a four-foot clearance from the bottom. All vessels will follow routes of deep water whenever possible. c. Siltation or turbidity barriers shall be made of material I in which manatees cannot Ibecome entangled, shall be I properly secured, and shall be regularly monitored to avoid manatee entanglement or entrapment. Barriers must not impede manatee movement. d. All on-site project personnel are responsible for observing water- related activities for the presence of manatee(s). All in-water operations, including vessels, must be shutdown if a manatee(s) comes within 50 feet of the operation. Activities will not resume until the manatee(s) has moved beyond the 50-foot radius of the project operation, or until 130 minutes elapses if the Imanatee(s) has not reappeared IWithin 50 feet of the operation. ,Animals must not be herded away jlor harassed into leaving. e. Any lcollision with or injury to a i manatee shall be reported 'I immediately to the FWC Hotline ,at 1-888-404-FWCC. Collision land/or injury should also be I reported to the U.S. Fish and Wildlife Service in Jacksonville (1- 904-232-2580) for north Florida or Vero Beach (1-561-562-3909) for south Florida. f. Temporary signs Iconcerning manatees shall be Iposted prior to and during all in- Iwater project activities. All signs are to be removed by the II permittee upon completion of the project. Awareness signs that have already been approved for Ithis use by the Florida Fish and j!Wildlife Conservation Commission (FWC) must be I No I Recommended I I https:llisource.fema.net/emmie/ dispatchDestination.do ?menuTile=&topTile=dsHeader&b... 09/25/2009 Federal Emergency Management Agency E-Grants i I I , - ~~~._[ I Endangered EHP Review Other (EHP) Species Act (ESA) _.._ _.._ _.1._.__ ____. EHP Review EHP Review I i I i EHP Review I i I I I ; EHP Review i I I i I ~._~~.~~-~ - . Other (EHP) Other (EHP) ; Other (EHP) Other (EHP) ! used. One sign measuring at I least 3 ft. by 4 ft. which reads i Caution: Manatee Area must be I posted. A second sign measuring iat least 81/2" by 11" explaining the requirements for "Idle Speed/No Wake" and the shut down of in-water operations must I be posted in a location prominently visible to all I personnel engaged in water- related activities. .j FEMA and State EHP request to --I I have an opportunity to review any N 'I final plans prior to work being , 0 conducted. I __,,__J___._ _l___~ Ilf ground disturbing activities I occur during construction, : applicant will monitor ground i disturbance and if any potential 'I' archeological resources are discovered, will immediately I cease construction in that area and notify the State and FEMA. 'Applica,;ti~-~quiredtopub~l- --..-- final notice of decision to perform work within the floodplain per 44 . CFR Part 9, Executive Order ! 11988: Floodplain Management i8-step process. The public notice I'ShOUld include location, brief description of work and that ! project is functionally dependent on location within the floodplain. The notice should run at least 15- days prior to start of work. ,Documentation of the notice and :copies of any public feedback · may be required at project , closeout. ! Any change to the approved : scope of work will require re- i evaluation for compliance with . NEPA and other Laws and : Executive Orders. ; This review does not address all 'federal, state and local IreqUirements. Acceptance of ifederal funding requires recipient ito comply with all federal, state and local laws. Failure to obtain all appropriate federal, state and local environmental permits and clearances may jeopardize jfederal funding. Standard Condition #3 I I Executive Order 11988 - Floodplains I i I I I Standard : Condition #1 I , Standard : Condition #2 i Magnuson- : Stevens Fishery Page 10 of 11 I , I~~-i (e~omm:nded ! No Recommended No I Recommended i I i l ~ _.~.______. : , , i I --~~ ~~~... I I No I I i Recommended i I ,Applicant is responsible for obtaining any required permits/waivers from the Florida , Keys National Marine Sanctuary No , . : Recommended I https:/lisource.fema.net/emmie/ dispatchDestination.do ?menuTile=&top Tile=dsHeader&b... 09/25/2009 Federal Emergency Management Agency E-Grants Page 11 of 11 EHP Review ,Other (EHP) ._--~ Conservation 'I prior to any work starting. and Management Compliance with permiUwaiver Act (MSA) : requirements constitutes I No . R d d I compliance with MSA. Copies of ! I ecommen e 1 : permits and correspondence may I I ~ required at project close-out. I ._____~ I https://isource.fema.net/emmie/ dispatchDestination.do ?menuTile=&top Tile=dsHeader&b... 09/25/2009 #5' AMENDMENT TO AGREEMENT BETWEEN DRC EMERGENCY SERVICES LLC AND MONROE COUNTY, FLORIDA THIS AMENDMENT TO AGREEMENT is made and entered into this 19th day of August, 2009 between Monroe County Board of County Commissioners (hereinafter "COUNTY" or "BOCC") and ORC Emergency Services, LLC (hereinafter "ORC"). WHEREAS, the parties entered into a non-exclusive agreement on September 20, 2006, for removal of hurricane debris including lobster traps, canal debris, and marine debris including abandoned/derelict . vessels; and WHEREAS, the Agreement allows for five (5) additional one (I) year extensions on the same terms and conditions with approval from the BOCC; and WHEREAS, this Agreement was extended for one year commencing on September 20, 2007 and again on September 20, 2008; and WHEREAS, it is deemed in the interest of the health, safety, and welfare of the general public to extend this Agreement in order to remove vessels and other debris that may be generated by future storm events or other natural disasters; NOW, THEREFORE, IN CONSIDERATION of the mutual covenants contained herein the parties agree to as follows: I. Section 1.2 of the September 20,2006 agreement is hereby amended as follows: This Agreement shall be extended for the year September 20, 2009 through September 19, 20 10. 2. The remaining provisions of the agreement dated September 20, 2006, not inconsistent herewith, remain in full force and effect. Remainder of page intentionally left blank Signature page to follow ORe Amendment 8-4-2009 . .. IN WITNESS WHEREOF, the parties have set their hands and seal on the day and year first above written. (SEAL) AITEST: DANNY L. KOLHAGE, CLERK ~~C.-" ~C/Y\-t:v Deputy Clerk 0 C"') t.U -J ex: N ~. ~ 0 .. C::(~~ - (..) - :::z:u~ I.l.J !i -J ":Z a::: 00:::::; a::: ~UC N .~u 0 N -I.". La... . .,.- I-\.J a... >- tJ C) 0 ~ Z I,",." LLl zuz -1 IS <I: C1 C ... " La... c::t .... C"'" DRe Amendment 5-22-2009 BOARD OF COUNTY COMMISSIONERS ;J::,NROE COUN1Y, FLORIDA --."t.('. 'n-.,.q... ayor/Chairman DRC EMERGENCY SERVICES LLC ::~~ Title: (' . 0 . () . 2 4'1 A~NDMENTTOAGREEMENT BETWEEN DRC E~RGENCY SERVICES LLC AND MONROE COUNTY, FLORIDA THIS AMENDMENT TO AGREEMENT is made and entered into this 17th day of September, 2008, between Monroe County Board of County Commissioners (hereinafter "COUNTY" or "BOCC") and DRC Emergency Services LLC (hereinafter "DRC"). WHEREAS, the parties entered into a non-exclusive agreement on September 20, 2006, for removal of hurricane debris including lobster traps, canal debris, and marine debris including abandoned/derelict vessels; and WHEREAS, the Agreement allows for five (5) additional one (1) year extensions at the same tenns and conditions with approval from the BOCC; and WHEREAS, the Agreement was amended in September of 2007 to extend the Agreement for an additional year to provide for removal of remaining hurricane debris including the Lady Luck casino boat; and WHEREAS, it is deemed in the interest of the health, safety, and welfare of the general public to extend this Agreement in order to remove vessels and other debris that may be generated by future storm events or other natural disasters; now therefore IN CONSIDERA nON of the mutual covenants contained herein the parties agree to as follows: I. Section 1.2 of the September 20, 2006 agreement is hereby amended as follows: This Agreement shall be extended for the year September 20,2008 through September 19,2009. 2. Section 3.5 of the September 20,2006 agreement is h"ereby amended as follows: All invoices shall be delivered to: Richard Jones, Marine Resources Senior Administrator Division of Growth Management 2798 Overseas Highway, Suite 420 Marathon, Florida 33050 3. Section 23 of the September 20,2006 agreement, provision for notice to County, is hereby amended to provide notice to: Mr. Richard Jones Marine Resources Senior Administrator Division of Growth Management 2798 Overseas Highway, Suite 420 . Marathon, Florida 33050 Mr. Roman Gastesi County Adminis1rator 1100 Simonton Street Room 2-205 Key West, Florida 33040 ORe Amendment 7-28-08 1 4. The remaining provisions of the agreement dated September 20,2006, not inconsistent herewith, remain in full force and effect. .' IN'~SS WHEREOF, the parties have set their hands and seal on the day and year first above written. ' BOARDOFC~~~~~~ONERS ~M~A Mayor/Chairman 2. Print Name: "- 3: ..... 0 (:j 8 ::z: )> CD -- ::o('")?; c:') :-, '0_..(:. n rq....'\...( ..., ~ rj~ I~- I ";-j c:--..:--- . ~ ~ , co:: ---;- --:J :..' ..... :- :=- --;.-r -, .:..::~ :z: i ':;": - ."J -'1 - i::"J ~- r-;. .. . ;'.1 :;.... ... CD DRe Amendment 7-28-08 2 1-3 AMENDMENT TO AGREEMENT BETWEEN DRC EMERGENCY SERVICES LLC AND MONROE COUNTY, FLORIDA THIS AMENDMENT TO AGREEMENT is made and entered into this 19th day of September, 2007, between Monroe County Board of County Commissioners (hereinafter "COUNTY" or "BOCC'') and DRC Emergency Services LLC (hereinafter "DRC"). WHEREAS, the parties entered into a non-exclusive contract on September 20, 2006, for removal of hurricane debris including lobster traps, canal debris, and marine debris including abandoned/derelict vessels; and WHEREAS, the Agreement dated September 20, 2006, has a natural expiration date of September 19, 2007, with options for five consecutive one-year extensions; and WHEREAS, there is still one major vessel rendered derelict by Hurricane Wilma during the 2005 season, and possibly other unidentified vessels requiring removal; AND WHEREAS, it is deemed in the interest of the health, safety, and welfare of the general public to extend this contract in order to remove the vessels and other debris remaining in the marine environment from the 2005 hurricane season; now therefore IN CONSIDERATION of the mutual covenants contained herein the parties agree to as follows: 1. Section 1.2 of the September 20, 2006 agreement is hereby amended by adding the following sentence: "This Agreement shall be extended for the year September 20,2007, through September 19,2008." 2. Section 3.5 of the September 20,2006 agreement is hereby amended to read: "All invoices shall be delivered to: Mr. Rich Jones Division of Growth Management Planning Department 2780 Overseas Highway, Suite 420 Marathon, Florida 33050." 3. Section 23 of the September 20,2006 agreement, provision for notice to County, is hereby amended to read: "Mr. Rich Jones Division of Growth Management Planning Department 2780 Overseas Highway, Suite 420 Marathon, Florida 33050 Mr. Thomas Willi County Administrator 1100 Simonton Street Room 2-205 Key West, Florida 33040" DRC Amendment 9-19-07 4. The remaining provisions of the agreement dated September 20,2006, not inconsistent herewith, remain in full force and effect. IN WITNESS WHEREOF, the parties have set their hands and seal on the day and year first above written. (SEAL) ATTEST: DANNY L. KOLHAGE. CLERK ihaLQ Q. CwX1~ Deputy Clerk ' Attest: Witne ('II) <( Ll N ld 1-... ':..:J -oJ (" .. .' l.... - c..:.' ...:I....:~.:: l1.. :E: : ~~ (. :.: f-:; ~- Q,. r~: ~:::::S N . .~,) .:::> l:~' _.I .r..) L.._ :.::: 0 I- ,- I\.JJ (..) :-...:<:;0 u..: C ;...:: e::: -' - c.! :z Lt... CD 0 0 CD 4 ~ ~ DRC Amendment 9-19-07 BOARD OF COUNTY COMMISSIONERS OF~lr~RIDA~ Mayor/Chairman ORC EMERGENCY SERVICES LLC B~~~ ...., Title: C. . 0 . 0 I MONROE COUNTY ATTO EO AS TO ~ ("Amendment 2") to the Agreement ("Agreement") nuuIe and entered into this ~day of ~;;;;t:... 7JlO7 by ~ bdW~ MONROE coUNTY. a politi~ su~ of the Stale of Florida. whose adcJress IS 1100 Sunonton Sueet. Key west, Flonda, 33040. rts suc;<:e8SOtS and assigns, bereinafte< ",fcrre<\ to as .COUNTY" through the M,omoe County Board of County c:ommissioners ("BOCC"). and DRC EMERGENCY SERVICES LLC. a limited 1i8bility OODlpany organized under the laws of A\abalD8, authorized to transact busineSS in the Stale of Florida, its successors and assigllS. bereinafte< refem:d to as "DRC". The won! "parties" shall refer to both ORC and COUNTY. AMENDMENT 2 TO AGREEMENT BETWEEN DRC EMERGENCY SERVICES LLC AND MONROE coUNTY, FLORIDA FOR PROFESSIONAL SERVICES wmREAS. DRC was awarded a contrael for emergency disaster -- for the removal of marine debris. jnc\uding 10- 1IllP8o cana1 debriS, marine debris including aban<IonedIdcrelict vessels, and other derelict vessels related to the impacts ofhurricanCSj and wmllEAS. the Agreement b- the parties provides fur negotiation of additional termS and conditions; and wmREAS. through negotiation. the parties have agreed that to amend the contrael to allow fur direct bining to the County of tipping fees ftom the !inaI disposal sites incurred during Hurricane Wilma; NOW. THEREFORE. in consideration of the mutual promi- covenmrts and agreements stated bmein. and for other good and valnaI>le consideration. the sufficiency of wbicl1 is hereby acknowledged, COUNTY and DRC agree as follows: Section 1. amend for last fu11sentence under Exhibit B. Fee Scbedule for Marine Trap. Vessel. Cana1 Scope. The COUNTY and DRC, for the consideration named agree to Clean-up, Marine debris and derelict vessels to read: "For _ Wilma. October 2005. fina\ dlsposol ..... w... cIolignOleclto be the - si'" -...,s by tho Solid W_ ~ ~ ofMD- CountY. Tipping foes iocuaod by the ~ of Marine Resources under this contraCt with ORe ere a direct cost to the Dep81't1neDt of Marine ~: the Solid W_ ~ DcportmODt sball be psi<! in full in ...- by the -"" of Marine Resources, utilizing funds appropriated through FEMA Project Worksheet No. 9107. for those tippmg _ iocuaod ..... October 2005 twl tbn>Ullb complclion of the _. The ~ of MarinClleoOUfC"S sbaIl """"tude aoy doc........... to _Hsh tms payment in fun by AugUallO. 2007. in order to finalize Hurricane Wilma cleanup, BC070MO DIC Cntrct Amnd Z 7/11 / '1.007 11:04:00 AM In the future tipping fees from final disposal of all cauallwaterway debris shal1 be brought by DRC to designated final disposal facilities on the mAinland. Any pass through costs shall be detennined upon designation of final disposal facilities on the mainland. No payments will be made to DRC until the detennination of the disposal sites and the cost bas been included in this contract by amendment. The term pass through refers to the fact that the County will not be charged more than the actual cost of disposal at the mainland disposal site. DRC agrees not to dispose of any cana1Iwaterway debris in Monroe County, all disposal shall be a designated disposal sites on the mainland." Section 1. Effective Date. The effective date of this Contract Amendment is upon signature by both parties. The termination date is established in the Contract to which this is an amendment. SecdOD 3. Contract Otherwise VDchanged. In all other aspects, the Contract remains unchanged and in full force and effect. ~ ~ ""'f\ ~ 0 ~ ? IN WITNESS WHEREOF each party hereto has caused this Agreement to be~~ed ~ its~ i' ' r- -. , duly authorized representative. ..; ~ 1:- -a g :~ F<; .." ; A .-:..: .c./:.... ~ Or"') : ..~...:, of.' ~ -r, ',-;,"; ..... '::::J r- .-" ..- "? CD (SEAL) BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA ~lJt~ Attest: DANNY L. KOLHAGE, CLERK G~ Deputy Clerk AUG 1 5 2007 Date: By: Mayor Mario Di Gennaro AUG 1 5 Zool , Date: ORC Emergency Services LLC BY:~ Authorized to Sign for Corporation ~..~ ~~~D Print Name ------ Date: ,-l:J;..I)/ Date: 7-J3- 07 BC070840 DRe Cntrot Amnd 2 7/11/2007 11:04:00 AM AMENDMENT 1 TO AGREEMENT BETWEEN DRC EMERGENCY SERVICES LLC AND MONROE COUNTY, FLORIDA FOR PROFESSIONAL SERVICES Thi~endm~~dment 1 ")to the Agreement ("Agreement") made and entered into this ~day of 2006 by and between MONROE COUNTY, a political subdivision of the State of Florida, whose address is 1100 Simonton Stree4 Key West, Florida, 33040, its successors and assigns, hereinafter referred to as "COUNTY," through the Monroe County Board of County Commissioners ("BOCC"), and DRC EMERGENCY SERVICES LLC, a limited liability company organized under the laws of Alabama, authorized to transact business in the State of Florida, its successors and assigns, hereinafter referred to as "DRC". The word ''parties'' shall refer to both DRC and COUNTY. WHEREAS, DRC was awarded a contract for emergency disaster response for the removal of marine debris, including lobster traps, canal debris, marine debris including abandoned/derelict vessels, and other derelict vessels related to the impacts ofhwricanes; and WHEREAS, the Agreement between the parties provides for negotiation of additional expenses for the removal of vessels of special consideration; and WHEREAS, through negotiation, the parties have agreed that seven (7) vessels warrant the expenditure of additional funds; NOW, THEREFORE, in consideration of the mutual promises, covenants and agreements stated herein, and for other good and valuable consideration, the sufficiency of which is hereby acknowledged, COUNTY and DRC agree as follows: Section 1. Scope. The COUNTY and DRC, for the consideration named agree to amend Exhibit B 1, Fee Schedule for Marine Trap, Vessel, Canal Clean-up, Marine debris and derelict vessels to include the identification of seven (7) vessels of special consideration, attached to this Amendment as Exhibit B 1. SeedOD 2. Payment. Payment for these seven (7) vessels of special consideration will be at a rate ofS350.oo per foot measured in a single line from the point (or center) of the BC0611SO DRC Cntrct Amnd 1 7/11/2007 9:33:43 AM bow to the center of the stern. These vessels are not considered salvageable and will be removed to the Monroe County waste transfer station for ultimate disposal. Section 3. Effective Date. The effective date of this Contract Amendment is upon signature by both parties. The termination date is established in the Contract to which this is an amendment. Section 4. Contract Otherwise Unchanged. In all other aspects, the Contract remains unchanged and in full force and effect. IN WITNESS WHEREOF each party hereto has caused this Agreement to be executed by its duly authorized representative. Date: November 15. 2006 Date: 7'" 1.3 . fJl BC061180 ORe Contract 10/31/20068:50:00 AM BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: ~~~ Mayor 0"&"61 "S(l.1,I Iy" Mw8u1~ g Mario Di Gennaro ~o~ Date: November 15. 2006 ~~=< ("). r- ~::~.. ~:::: ;U.::":. ....~.. . :".~: -in~... ;< ;-'i> ..." C", r fTl > ~ c:;t ." ~ - , c... r:1 ~ CJ -Tl c...) Cl ;"0 -0 ::~} :x j'l'l ...-;) - 0 .. :;0 N c .... DRC Emergency Services LLC By;~Qf- Authorized to Sign for Corporation }'1Ard< 5tA~ Print Name Date: 7-t3-el 2 EXHIBIT Bl ADDENDUM FEE SCHEDULE FOR MARINE TRAP, VESSEL, CANAL CLEAN-UP, MARINE DEBRIS AND DERELICT VESSELS Description ID No. Latitude Lonsritude Approx. Len2th Fero Cemment 153.01 24.57290 -80.78797 45' Sailboat - "Shanti" 46 24.58503 -80.70628 20' Sailboat 49.01 24.58545 -80.71260 20' Sailboat 242 24.58282 -80.70888 20' Sailboat 157 24.66167 -80.69858 34' Houseboat 130 24.73232 -80.01402 40' Houseboat 232 25.23663 -80.42625 25' Exhibit Ht DRe 10/31/20068:50:00 AM AGREEMENT BETWEEN ORC EMERGENCY SERVICES LLC AND MONROE COUNTY. FLORIDA FOR PROFESSIONAL SERVICES This Agreement ("Agreemenr) made and entered into this ;-O~ay of _1 J~ 2006 by and between MONROE COUNTY, a political subdMsion of the ~t: ~ Florida, whose address is 1100 Simonton Street, Key West, Florida, 33040, its successors and assigns, hereinafter referred to as "COUNTY, n through the Monroe County Board of County Commissioners ("eocc.), and ORC EMERGENCY SERVICES llC, a limited liability company organized under the laws of Alabama, authorized to transact business in the State of Florida, its successors and assigns, hereinafter referred to as "ORC". The word "parties" shall refer to both ORC and COUNTY. WHEREAS, COUNTY requires professional services as may be required to effect the removal of hurricane debris including lobster traps, canal debris, marine debris including abandoned/derelict vessels, and other derelict vessels requested to be removed by COUNTY; and WHEREAS, COUNTY has sought a contractor for the project through a Request for Bids; and WHEREAS, ORC was awarded the bid over other contenders; and WHEREAS, ORC represents that it is capable and prepared to provide such services to COUNTY, and; NOW, THEREFORE, in consideration of the mutual promises, covenants and agreements stated herein, and for other good and valuable consideration, the sufficiency of which is hereby acknowledged, COUNTY and ORC agree as follows: ARTICLE 1 - EFFECTIVE DATE, TERM OF AGREEMENT 1.1 The effective date is the date of this Agreement after execution by all parties, shaD be retroactive to June 2006. 1.2 The term of the Agreement shall be for a one (1) year period, unless otherwise terminated as provided herein. COUNTY shall have the option of extending the Agreement for five (5) additional one (1) year periods at the same terms and conditions with approval from the SOCC. Increase in compensation shall be available at the time of approval. Such extension shall be in the form of a written Amendment executed with the same formality as this Agreement. ARTICLE 2 - SERVICES TO BE PERFORMED BY ORC 2.1 DRC shall be prepared to respond to any of the following types of events: Hurricanes, tornadoes, floods, wildfires, 011 spills, mass migration, hazardous materials, terrorist attacks, Weapons of Mass Destruction (WMD) Incidents disease carrying vector 1 ~ control, biological and viral threats, fires and explosions, and other natural and man made events. 2.2 ORC shall perform services stated in the Scope of Work, EXHIBIT A, subject to subcontracts approved pursuant to Article 10, as may be specifically authorized by COUNTY. Such authorizations will be referred to as Task Orders. Each Task Order will set forth a specific scope of services, rate/amount of compensation, estimated completion date, and other pertinent details of the task being authorized. This clause does not restrict COUNTY from utilizing Its own work force, labor and/or equipment to perform said services. ARTICLE 3 - COMPENSATION 3.1 COUNTY shall pay ORC in accordance with the Fee Schedule EXHIBIT B, which is attached, hereto and incorporated by reference as part of this Agreement. If needed, compensation may be negotiated as a lump sum or not-to-exceed amount for any Task Order containing a task covered by the scope of work of this Agreement but to which the fee schedule cannot readily be applied. 3.2 DRC shall submit semi~monthly invoices for services rendered. Invoices must reference the Task Order number. Invoices shall include a statement of progress and appropriate audit quality detail to satisfy the reasonable requirements of any Federal or state agency, which may provide potential reimbursement of the costs associated with this Agreement DRC shall be paid according to the Florida Prompt Payment Act, Florida Statute 255.0705 - 255.078 subsequent to submission of a complete invoice for services including the supporting documentation. DRC will be paid for those items not in dispute and disputed items will be resolved as expeditiously as possible and paid within 30 days of a resolution. 3.3 If such state or federal agencies require additional explanation or an adjusted format of the information submitted, DRC will make reasonable and necessary changes and provide appropriate personnel as required to work and negotiate with such agencies on COUNTY'S behalf. 3.4 Payment to DRC by COUNTY is not contingent upon COUNTY being reimbursed by the Federal or state agency. Payment to DRC will be made for any work directed by COUNTY, which may be determined by Federal and state agencies to be inetigible for reimbursement. COUNTY IS NOT RESPONSIBLE FOR PAYMENTS TO DRC FOR WORK NOT DIRECTED BY COUNTY. 3.5 All invoices shall be delivered to: Mr. George Garrett Division of Growth Management Department of Marine Resources 2780 Overseas Highway, Suite 420 Marathon, Florida 33050 3.6 In order for both parties herein to close their books and records, ORC will clearly state "FINAL INVOICE" on DRC'S finalllast bllling to COUNTY. This certifies that all 2 ~ services have been properly performed and all charges and costs have been invoiced to COUNTY. COUNTY, in writing, must agree to such certification. 3.7 COUNTY will retain 10% of the payment under each Task Order unit until such time as the entire project is completed to COUNTY'S satisfaction. 3.8 COUNTY'S performance and obligation to pay under this contract is contingent upon an annual appropriation by the BOCC. ARTICLE 4 - INSURANCE 4.1 ORC shall name COUNTY as additional Insured on COUNTY'S insurance policies and all other requirements found to be in the best interest of Monroe County as may be imposed by the Monroe County Risk Management Department. ORC has provided the COUNTY with a Certificate of Insurance from Gray Insurance Company, see attached hereto and made a part hereof as "Exhibit C. ORC shall maintain the insurance as listed on EXHIBIT C. 4.2 Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of COUNTY and the ORC in this Agreement and the acquisition'of any commercial liability insurance coverage, self-insurance coverage, or local govemment liability insurance pool coverage shall not be deemed a waiver of immunity to the extent of liability coverage, nor shall any contract entered into by COUNTY be required to contain any provision for waiver. ARTICLE 5 -STANDARD OF CARE ORC shall exercise the same degree of care, skill, and diligence in the performance of the services as is ordinarily provided by a comparable professional under similar circumstances. ORC warrants that skilled and competent personnel shall perform all services to the highest professional standards. ARTICLE 6 -INDEMNIFICATION ORC agrees to protect, defend, indemnify, and hold harmless COUNTY, its employees and representatives, from any and all claims and liabilities, for which COUNTY, its employees and representatives, can or may be held liable as a result of injury (including death) to persons or damage to property occurring by reason of any acts or omissions of ORC, its employees or agents, arising out of or connected with this Agreement. COUNTY shall not be required to indemnify ORC. ARTICLE 7 -INDEPENDENT CONTRACTOR ORe undertakes performance of the services as an independent contractor and shall be wholly responsible for the methods of performance. COUNTY shall have no right to supervise the methods used, but COUNTY shall have the right to observe such performance and shall report to the SOCC regarding the progress, the methods used and the correctness or incorrectness of said methods. 3 =If All performance will be in accordance with all applicable state, federal and county ordinances, rules and regulations, and ORC will be responsible for performance to obtain the maximum possible reimbursement from applicable agencies. ARTICLE 8 - NO PLEDGE OF CREDIT ORC shall not pledge COUNTY'S credit or make it a guarantor of payment of surety for any contract, debt, obligation, judgment, lien or any form of indebtedness. ARTICLE 9 - GOVERNMENT TO PRACTICE ORC represents and warrants that it has and will continue to maintain all licenses, registrations and approvals required to conduct its business, and that it will at all times conduct Its business activities in a reputable manner. ARTICLE 10 - COMPLIANCE WITH LAWS In performance of its services, ORC will comply with applicable regulatory requirements including federal, state, county, special district and local laws, rules, regulations, orders, codes, criteria and standards. ARTICLE 11 - SUBCONTRACTING COUNTY reserves the right to accept the use of a sub-contractor by ORC or to reject the selection of a particular sub-contractor and to review the capabilities of any sub- contractor to properly perform under this Agreement, unless expressly provided for therein, such approval shall in no manner or event be deemed to impose any additional obligation upon the Board. ORC agrees that any contracts it enters into with any subcontractor shall comply with all of the provisions of this agreement. ARTICLE 12- FEDERAL AND STATE TAXES County is exempt from payment of Florida State Sales and Use taxes. The ORC shall not be exempted by virtue of COUNTY'S exemption from paying sales tax to Its suppliers for materials used to fulfill its obligations under this contract, nor Is the ORC authorized to use COUNTY'S Tax Exemption Number in securing such materials. The ORC shall be responsible for any and all taxes, or payments of withholding, related to services rendered under this agreement. ARTICLE 13 - GOVERNMENT'S RESPONSIBILITIES COUNTY shall be responsible for providing access to all project sites, and proViding information required by ORC which is available in the files of COUNTY and not restricted by law, litigation or privilege. ARTICLE 14 - TERMINATION OF AGREEMENT COUNTY may terminate this contract for cause with fifteen (15) days notice to ORC. Cause shall constitute a breach of the obligations of ORC to perform the services enumerated as ORC'S obligations under this Agreement. Either of the parties hereto 4 -3ff may terminate this contract without cause by giving the other party sixty (60) days written notice of its intention to do so. ARTICLE 15 - GOVERNING LAW AND VENUE This Agreement shall be governed by and construed in accordance with the laws of the State of Florida applicable to contracts made and to be performed entirely in the State. In the event that any cause of action or administrative proceeding is instituted for the enforcement or interpretation of this Agreement, COUNTY and ORC agree that venue will lie in the appropriate court or before the appropriate administrative body in Monroe County, Florida. ARTICLE 18 - NON..DISCRIMINATlON COUNTY and ORC 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 ORC agree to comply with all Federal and Florida statutes, and allloesl 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 $S. 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 Orug 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 ARTICLE 17 - WAIVER A waiver by either party of any breach of this Agreement shall not be binding upon the waiving party unless such waver is in writing signed by authorized person for DRC and approved by SOCC. In the event of a written waiver, such waiver shall not affect the waiving party's rights with respect to any other or further breach. The making or acceptance of a payment by either party with knowledge of the existence of a default or breach shall not operate or be construed to operate as a waiver of any subsequent default or breach. 5 ~ ARTICLE 18 - SEVERABILITY The invalidity, illegality, or unenforceabllity of any provision of this Agreement, or the occurrence of any event rendering any portion or provision of this Agreement void, shall in no way affect the validity or enforceability of any other portion or provision of the Agreement. Any void provision shall be deemed severed from the Agreement and the balance of the Agreement shall be construed and enforced as If the Agreement did not contain the particular portion or provision held to be void. The parties further agree to reform the Agreement to replace and stricken provision with a provision that comes as close as poSSible to the intent of the stricken provision. ARTICLE 19 - ENTIRETY OF AGREEMENT The parties agree that this Agreement sets forth the entire agreement between them, and that there are not promises or understandings other than those stated herein. This Agreement supersedes all prior contracts, representations, negotiations, letters or other communications between COUNTY and ORe pertaining to the services, whether written or oral. None of the provisions, terms and conditions contained In this Agreement may be added to, modified, superseded or otherwise altered except by written Instrument executed by the parties hereto. ARTICLE 20 - MODIFICATION This Agreement may not be modified unless such modifications are evidenced in writing signed by both COUNTY and ORC. Such modifications shall be in the form of a written Amendment executed by both parties. ARTICLE 21 - SUCCESSORS AND ASSIGNS. ASSIGNMENT COUNTY and ORC each binds itself and its partners, successors, assigns and legal representatives to the other party to this Agreement and to the other party's partners, successors, assigns and legal representatives. ORC shall not assign this Agreement without express written approval of the BOCC executed in the same manner as this Agreement. ARTICLE 22- OWNERSHIP OF THE DOCUMENTS Any and all documents, records, disks, original drawings, or other information shall become the property of COUNTY for its use and/or distribution as COUNTY may deem appropriate. ARTICLE 23 - NOTICE Any notice or demand required or permitted under this agreement shall be in writing and hand delivered or mailed. postage prepaid, to the other party by certified mail, returned receipt requested, to the following: 6 ~ FOR COUNTY: Mr. George Garrett Division of Growth Management Department of Marine Resources 2780 Overseas Highway, Suite 420 Marathon, Florida 33050 AND Mr. Thomas Willi Monroe County Administrator 1100 Simonton Street, Room 2-205 Key West, Florida 33040 FOR ORe: DRC Emergency Services LLC 740 Museum Drive Mobile, Alabama 36608 Attn: Contract Administrator Facsimile transmission is acceptable notice and is effective when received so long as the original of the notice is additionally mailed, postage prepaid, to the other party by certified mail, returned receipt requested. Notices shall be effective when received at the addresses as specified above. Changes in the respective addresses to which such notice is to be directed may be made from time to time by either party by written notice to the other party. Nothing contained in this Article shall be construed to restrict the transmission of routine communications between the parties or their representatives: however, facsimile transmissions received (i.e. printed) after 5:00 p.m. or on weekends or holidays, will be deemed received on the next business day. The original must be additionally mailed. ARTICLE 24 - AGREEMENT ADMINISTRATION Services of DRC shall be under the general direction of COUNTY Administrator, or his designee, who shall act as COUNTY'S representative during the term of this Agreement. ARnCLE 25 - TASK ORDER/PERFORMANCE Task Orders shall be executed bilaterally and the scope of services and format of Task Orders shall be mutually agreed to by DRC and COUNTY. COUNTY shall have the right to correct for vendor default or underperformance by any means it deems in its best interest. ORC will be required to provide a weekly report on quantity of work perfonned under each Task Order. ARTICLE 26- BONDS ORC will furnish a performance and payment bond for any and/or all Notices to Proceed. 7 lE ARTICLE 27 - AUTHORITY Each party represents and warrants to the other that the execution, delivery and performance of this Agreement have been duly authorized by an necessary County and corporate action, as required by law. ARTICLE 28 - CLAIMS FOR FEDERAL OR STATE AID DRC and COUNTY agree that each shall be, and is, empowered to apply 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. ARTICLE 29 - PRIVILEGES AND IMMUNITIES . All of the privileges and immunities from liability, exemptions from laws, ordinances, and rules and pensions and relief, disability, workers' compensation, and other benefits which apply to the activity of officers, agents, or employees of any public agents or employees of COUNTY, when performing their respective functions under this Agreement within the territorial limits of COUNTY shall apply to the same degree and extent to the performance of such functions and duties of such officers, agents, volunteers, or employees outside the territorial limits of COUNTY. ARTICLE 30 - LEGAL OBLIGATIONS AND RESPONSIBILITIES Non-Delegation of Constitutional or Statutory Duties. This Agreement is not intended to, nor shall it be construed as, relieving any participating entity from any obligation or responsibility imposed upon the entity by law except to the extent of actual and timely performance thereof by any participating entity, in which case the performance may be offered in satisfaction of the obligation or responsibility. Further, this Agreement is not intended to, nor shall it be construed as, authorizing the delegation of the constitutional or statutory duties of COUNTY, except to the extent permitted by the Florida constitution, state statute, and case law. ARTICLE 31 - NON-RELIANCE BY NON-PARTIES No person or entity shall be entitled to rely upon the terms, or any of them, of this Agreement to enforce or attempt to enforce any third-party claim or entitlement to or benefit of any service or program contemplated hereunder, and COUNTY and the DRC agree that neither COUNTY nor DRC or any agent, officer, or employee of either shall have the authority to inform, counsel, or otherwise indicate that any particular individual or group of individuals, entity or entities, have entitlements or benefits under this Agreement separate and apart, inferior to, or superior to the community in general or for the purposes contemplated in this Agreement. ARTICLE 32 - ATTESTATIONS ORe agrees to execute such documents as COUNTY may reasonably require, to include a Public Entity Crime Statement, an Ethics Statement, and a Drug-Free Workplace Statement. 8 ~ ARTICLE 33 - NO PERSONAL LIABILITY No covenant or agreement contained herein shall be deemed to be a covenant or agreement of any member, officer, agent or employee of Monroe County in his or her individual capacity, and no member, officer, agent or employee of Monroe County shall be liable personally on this Agreement or be subject to any personalliabllity or accountability by reason of the execution of this Agreement. ARTICLE 34 .. EXECUTION IN COUNTERPARTS This Agreement may be executed in any number of counterparts, each of which shall be regarded as an original, all of which taken together shall constitute one and the same Instrument and any of the parties hereto may execute this Agreement by signing any such counterpart. ARTICLE 35 .. SECTION HEADINGS Section headings have been inserted in this Agreement as a matter of convenience of reference only, and it Is agreed that such section headings are not a part of this Agreement and will not be used In the interpretation of any provision of this Agreement. ITNESS WHEREOF the parties hereto have executed this Agreement on the ~rst written above in four (4) counterparts, each of which shall, without . ting for the other counterparts, be deemed an original contract. BOARD OF COUNTY COMMISS NERS OF MON OUNTY, FLORIDA By: By: Mayor Charles" IE nny" McCoy o ZOUu Date: Date: :x 0 Date: qtrz!~(~ ~'"'~ 0,-:::: rr1 -< MONROE COUNTY ATTOR~r'; PPROVED AS 0 FO !2~_: _?tiC) Date: ~ 1/ ~~~ 9 .~ i ~ -I CD :I w - ~ N "TI i= :"fl o ..." <:) ::0 :;c lT1 C") C :;c o EXHIBIT A SCOPE OF WORK FOR MARINE DEBRIS Lobster traps, Marine Debris, and Abandoned Vesse1s Lobster TraD Removal DRC will be responsible for managing the removal and disposal of lobster traps destroyed or substantially damaged as the result of the 2005 and subsequent hurricane seasons within the life of the Agreement; to include the identification of locations in the water of where significant trap debris exists, working with the Momoe County Commercial Fisherman (MCCP) or other entities as appropriate to locate, remove, and dispose or traps, and oversight of field monitoring, and billing for the project. Detailed Responsibilities: . DRC will be responsible for locating appropriate Temporary Debris Sites and Reduction Sites . ' DRC will provide management and oversight for County designated temporary debris sites to manage trap line, funnels, and buoys prior to appropriate disposal. Sites can be at fish houses or commercial fishing related facilities. Disposal sites for wood and concrete portions of traps will be as follows - various County designated offshore sites in the Gulf and Atlantic Ocean. Site In Estimated Depth (F'eet) Latitude Longitude 01 40 24.51244 -82.14985 02 33 24.49513 -81.96367 03 31 2451528 -81.82093 04 28 24.54376 -81.62800 05 40 24.56686 -81.44104 06 43 24.60182 -81.28612 07 39 24.64480 -81.13454 08 27 24.77655 -80.78988 09 14 24.89500 -80.58864 10 23 25.02491 -80.41809 11 26 25.14859 -80.28529 12 34 25.28558 -80.18986 13 20 24.96675 -81.34483 Exhibit A 9/01/06 - 1 - ~ . Determine locations of significant lobster trap debris in an area from Key West to Key Largo and the Monroe County portion of the "Eighteen Mile Stretch," to include municipalities. No effort should be made to assess the area within the bounds of Everglades National Park. Assessment of debris locations should not extend beyond ~ mile further toward the ocean or gulf from the islands connected by U.S. highway 1, unless there are known shallow water flat areas which may harbor trap debris. In addition, a less detailed assessment of the existence of lobster trap debris should be completed for the area ten miles (plus or minus) west of Key West. . Traps to be removed will include only those that have washed up on shallow water "flats" in the Keys or which otherwise exist in the near shore environment of the Keys and are tangled with other trap material (trap lines particularly); such that these traps cannot be construed as being active or functional for "fishing." · DRC will provide supervision and project oversight as required by FEMAt the State of Florida, and the County in conjunction with County staff and/or a monitoring firm employed by the County. Monitoring will include determination of actual trap removal counts of complete or partial traps and coordination with FBMA, the State of Florida, or Monroe County for verification of such counts. Exhibit A 9/01/06 -2- ~ . Momoe County will maintain an independent monitoring team representing the County as the project applicant. . DRC will be responsible for the management of all project expenses and billing documentation as will be required by FEMA, the State of Florida, and the County . DRC through separate sub-contract(s) will accept the assistance of any other valid, qualified contractor as needed to assist in this project. DRC reserves the right to solely determine if the sub-contractor in question is qualified to participate in this project. Canal and Near Shore Debris Clean-un DRC will be responsible for managing the removal and disposal of marine debris in manmade canals which' has resulted from the impacts of the 2005 and. subsequent hurricane seasons within the life of the Agreement. Efforts are to include the identification of locations in the water of where significant marine debris exists, contracting with local marine contractors to, locate, remove, and dispose or marine debris, and oversight of field operations for the project. Detailed Responsibilities: · DRC will be responsible for locating appropriate Temporary Debris Sites and Reduction Sites · Management and oversight of County designated temporary debris sites for storage of marine debris prior to appropriate final disposal. · Determine locations of marine debris in manmade canals within an area to include Key West to Key Largo and the Monroe County portion of the "Eighteen Mile Stretch," to include the municipalities. The definition ofmanmade canal shall be that found in the Monroe County Code of Ordinances as follows: Man-made water body means a water body that was created by excavation by mechanical means under human control and shall include a canal, cut basin, or channel where its edges or margins have subsequently been modified by natural forces (See Definitions, Chapter 9.5-4 (M-4). (1) For the purposes of this chapter, such water bodies may have natural components, for instance a channel or canal may have been dredged such that the dredge material was used to create land on one side, but not the other, thus leaving a relatively natural shoreline on the opposite side. (2) Also for the purposes of this chapter, the man-made water body must have "Buildings," as defined in Chapter 9.5-4 (B-9), along its shoreline to be applicable. If buildings are not present on a given shoreline on the date of adoption of this ordinance, but such buildings are constructed at a later date, then this ordinance becomes effective at that time. F..xhibit A 9/01/06 -3- 4ff · Assess total potential volume or appropriate metric Qinear feet of canal, tons, etc.) for the amount of marine debris likely to be removed and disposed of. Marine debris should include such material that is visible on or just under the waters surface and that would cause a hazard to safe navigation or be a potential risk to human health if not removed. Such marine debris should not be debris attached to personal property unless permission is provided to remove such debris. An effort should be made to contact a property owner to obtain permission to remove material that is obviously debris, but which may be tied or otherwise affixed to land for reasons of maintaining clear navigation. · Complete Contracts for Service with local marine contractors to remove debris from manmade canals located in the project work area. · DRC will provide supervision for projecJt oversight efforts as required by FEMA or the Natural Resources Conservation Service (NRCS) (U.S. Department of Agriculture), the State of Florida, and the County in coordination with County staff and/or a monitoring firm employed by the County. · Monroe County will maintain an independent monitoring team representing the County as the project applicant · DRC will be responsible for the management of all project expenses and billing documentation as will be required by FEMA or NRCS, the State of Florida, and the County Abandoned Vessel Recovery and DisDosal DRC will be responsible for managing the removal from the water, impound and auction or disposal, of abandoned vessels surrounding the Florida Keys which are largely, but not exclusively, the result of impacts of the 2005 and subsequent hurricane seasons within the life of the Agreement. Efforts are to include the detailed cost assessment for the removal of larger vessels which are located in shallow waters and are hard aground. Work will also include obtaining necessary salvage approvals through applicable state and federal agencies, including the Florida Keys National Marine Sanctuary, the United States Coast Guard, the U.S. Fish and Wildlife Service, and the Florida Fish and Wildlife Conservation Commission. Detailed Responsibilities: · DRC will be responsible for locating appropriate Temporary Debris Sites and Reduction Sites · Determine current locations of remaining abandoned vessels and determine the least costly approach for salvage or disposal as appropriate. Maps provided show approximate location of vessels after Hurricane Wilma. Additional infonnation may be available concerning their current disposition. Exhibit A 9/01/06 - 4- ~ · In the event of future storms and similar impacts, staff will work with DRC to locate and map vessels and other marine debris post each event. Such products will supplant the maps provided herein. Exhibit A 9/01/06 - 5- ~ Exhibit A 9/01/06 .;,,~ *1'. - 6- .~ . Management and oversight of County designated temporary debris sites for storage of marine debris prior to appropriate final disposal. . Assess total potential value of the removal operation whether by means leading to disposal or by means appropriate for salvage and sale for cost. . Work with local, state, and federal agencies to approve salvage plans for vessels that are located on sensitive marine or wetland resources, including shallow water seagrass areas and mangrove communities. . Prior to ultimate removal from the marine environment, reach agreement with local, state, and ~ederal agencies on which abandoned vessels will be "eligible" under FEMA's eligibility guidelines. . Prior to ultimate removal from the marine environment, reach agreement on which vessels will be removed for disposal and which will be removed to a holding site for cost recovery through sale to an original owner or auction. · DRC will provide supervision for project oversight efforts as required by FEMA and the County in conjunction with County staff and/or a monitoring firm employed by the County. · Monroe County will maintain an independent monitoring team representing the County as the project applicant. . DRC will be responsible for all project oversight where salvage plans have been applied for and approved and necessary salvage criteria or constraints are imposed by approving agencies. · DRC will be responsible for the management of all project expenses and billing documentation as will be required by FEMA and the County J:i..xbibit A 9/01/06 -7- ~ EXHIBIT B FEE SCHEDULE FOR MARINE TRAP, VESSEL, CANAL CLEAN-UP, MARINE DEBRIS AND DERELICT VESSELS TraD Debris Cost Der TraD Removed Shallow Water (0-2') Channels (2' plus) 34.20 $ 41.50 1. Concrete and wood will be disposed of at designated sites on the water, thus per unit cost is based on delivery of material to these sites and not to temporary land based sites for transportation to a permanent disposal area. 2. Trap line, trap funnels, and buoys are to be disposed of at appropriate land-based disposal sites. 3. When possible, the Contractor will work with local commercial fisherman and other capable and interested parties as sub-contractors for this project. Canal Debris Costs for Canal Debris Removal C & D debris removal from canals. $ 19.58 per linear foot cleaned Vegetative debris removal from canals. $ 19.58 per linear foot cleaned Vessel and Other ODeD Water Marine Debris Labor and Cost of boat and vessel removal BoatsN essels retrieved from the land by means of various equipment. No water borne equipment. $ 150.00 per linear foot of vessel Open Boats and Skiffs up to 18 feet in length retrieved from the water by means of various equipment, including barges, cranes, boats, etc. Non Salvageable: $ 25.00 per linear foot of vessel :?If BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: May 19. 2010 Division: Growth Management Bulk Item: Yes...x..... No Department: Building Staff Contact PersonlPhone #: Odalys Mayan X2583 AGENDA ITEM WORDING: Approval to reappoint Gary Centonze to one (1) additional three (3) year term to the Contractors Examining Board beginning May 19, 2010. ITEM BACKGROUND: The Contractors Examining Board (CEB) voted unanimously to recommend the reappointment of Gary Centonze at their March 23,2010 meeting. PREVIOUS RELEVANT BOCC ACTION: February 18,2004 - Board appointed Mr. Centonze to the CEB February 21,2007 - Board reappointed Mr. Centonze to the CEB CONTRACT/AGREEMENT CHANGES: nla STAFF RECOMMENDATIONS: Approval TOTAL COST: nla INDIRECT COST: BUDGETED: Yes _No DIFFERENTIAL OF LOCAL PREFERENCE: COST TO COUNTY: SOURCE OF FUNDS: AMOUNTPERMONTH_ Year REVENUE PRODUCING: Yes No APPROVED BY: County Arty _ OMB/Purchasing _ Risk Management_ DOCUMENTATION: Included x Not Required_ DISPOSITION: AGENDA ITEM # Revised 7/09 COUNTY OF MONROE MONROE COUNTY BOARDS AND COMMITTEES APPOINTMENT INFORMATION BOARD OR COMMITTEE: Monroe County Contractor's Examining Board COMMISSIONER APPOINTING MEMBER: BOCC NAME OF MEMBER: Gary Centonze - CF C1425735 ADDRESS: Gary's Plumbing, Ine. 6409 2nd Terrace # L Key West Florida 33040 PHONE NUMBERS WORK (305) 296-6013 HOME: (305) 797-1062 - CELL DA TE OF APPOINTMENT: February 2004 REAPPOINTMENT: February 2007, DATE TERM EXPIRES: February 2010 NAME OF PERSON BEING REPLACED: nla FULFILLING TERM OF: nla OTHER INFORMATION: COUNTY OF MONROE -#### BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: Mav 19. 2010 Division: Growth Management Bulk Item: Yes....x...- No Department: Building Staff Contact PersonlPhone #: Odalvs Mavan x 2583 AGENDA ITEM WORDING: Approval to re-appoint Steve R. Henson to one (1) additional three (3) year term to the Contractors Examining Board beginning May 19, 2010. ITEM BACKGROUND: The Contractors Examining Board (CEB) voted unanimously to recommend the reappointment of Steve R. Henson at their March 23,2010 meeting. PREVIOUS RELEVANT BOCC ACTION: October 15, 1997 - The Board appointed Mr. Henson to the CEB October 18, 2000 - The Board reappointed Mr. Henson to the CEB October 15, 2003 - The Board reappointed Mr. Henson to the CEB October 18, 2006 - The Board reappointed Mr. Henson to the CEB May 16, 2007 - The Board reappointed Mr. Henson to the CEB CONTRACT/AGREEMENT CHANGES: n/a 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 No x AMOUNTPERMONTH_ Year APPROVED BY: County Atty _ OMB/Purchasing _ Risk Management_ Not Required_ DOCUMENTATION: Included x DISPOSITION: AGENDA ITEM # Revised 7/09 COUNTY OF MONROE MONROE COUNTY BOARDS AND COMMITTEES APPOINTMENT INFORMATION BOARD OR COMMITTEE: Monroe County Contractor's Examining Board COMMISSIONER APPOINTING MEMBER: BOCC NAME OF MEMBER: Steve R. Henson - CGC047345 / ENG I 222A ADDRESS: Key Iron Works, Inc. 5551 2nd A venue, Key West, Florida 33040 PHONE NUMBERS WORK (305) 294 - 0277 HOME: (305) 304-1088 - CELL DATE OF APPOINTMENT: October 1997 - Replacing Frank Toppino REAPPOINTMENT: October 2000, 2003, 2006, and May 2007. DATE TERM EXPIRES: NAME OF PERSON BEING REPLACED: n/a FULFILLING TERM OF: n/a OTHER INFORMATION: COUNTY OF MONROE -#### BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: Mav 19.2010 Division: Growth Management Bulk Item: Yes --X- No Department: Staff Contact PersonlPhone #: Susan Grimslev Ext. #2517 AGENDA ITEM WORDING: Approval of Subordination Agreement between Monroe County and Northstar Resort Enterprises, Inc. for the Lakeview Gardens affordable housing project in Key Largo. ITEM BACKGROUND: The construction fmancing for the Lakeview Gardens affordable housing project in Key Largo to be known as Key Lake Villas, will be provided by Wells Fargo Bank and will be insured by the Office of Housing and Urban Development (HUD). HUD requires as a condition of the fmancing that the Development Agreement be subordinated to the mortgage loan to be obtained in the amount of $20,400,000. Due to the current economic conditions the County recognizes that the HUD insured loan is a viable alternative for the Developer and acknowledges that the only way the loan will close is if the Development Agreement is subordinated to the financing. PREVIOUS RELEVANT BOCC ACTION: March 19,2008- BOCC approved Development Agreement with Northstar Resorts January 28, 2009 - BOCC approved Consent to Assignment by Northstar Resorts CONTRACT/AGREEMENT CHANGES: nla STAFF RECOMMENDATIONS: Approval TOTAL COST: nla INDIRECT COST: BUDGETED: Yes _No DIFFERENTIAL OF LOCAL PREFERENCE: COST TO COUNTY: nla SOURCE OF FUNDS: REVENUE PRODUCING: Yes No x AMOUNTPERMONTH_ Year APPROVED BY: County Atty --X.... OMB/Purchasing _ Risk Management_ DOCUMENTATION: Included x Not Required_ DISPOSITION: AGENDA ITEM # Revised 7/09 Prepared by and return to: Gerald J. Biondo, Esq, Murai Wald Biondo & Moreno, P.A. 1200 Ponce de Leon Blvd Coral Gables, FL 33134 SUBORDINATION AGREEMENT This Subordination Agreement is made and entered into this _ day of 2010 by and between Monroe County, Florida, a political subdivision of the State of Florida (the "County") and Northstar Resort Enterprises, Inc., a Florida Corporation ("Developer"). RECITALS The following recitals are true and correct: 1. On or about March 19, 2008, Developer as Owner of real property legally described on Exhibit A (the "Real Property") appended hereto and the County entered into a Development Agreement which is recorded in Official Records Book 2352 at Page 2310 of the Public Records of Monroe County, Florida (the "Development Agreement"). 2. The Developer will bifurcate the Real Property into two separate parcels. One parcel, which is legally described on Exhibit B will be conveyed to Key Lake Villas LLC, a Florida Limited Liability Company and will be developed as 110 affordable housing units (the" Affordable Parcel"). The second parcel which is legally described on Exhibit C will be conveyed to Lakeview Gardens, Key Largo LLC , a Florida limited liability company which entity will develop the same with up to 13 market rate units ( the "Market Rate Parcel"). A cross access and cross utility agreement will be placed of record granting cross easements to both parcels. 3. Construction Financing for the Affordable Parcel will be provided by Wells Fargo Bank, which will be insured by the Office of Housing and Urban Development ("HUD"). 4. HUD requires as a condition of said financing that the Development Agreement be subordinated to the mortgage loan to be obtained in the approximate amount of $20,400,000 from Wells Fargo Bank. 5. The County recognizes that the mortgage financing is extremely difficult to obtain in today's economic times and that the HUD insured loan is a viable alternative for the Developer and further acknowledges that the only way that the loan will close is if the Development Agreement is subordinated to said financing. NOW THEREFORE in consideration of Ten Dollars and other mutual considerations, the receipt and sufficiency of which is acknowledged, the parties agree as follows: 1. Recitals. The foregoing recitals are true and correct. 2. Subordination. The County hereby subordinates the Development Agreement as it affects the Affordable Parcel to a new loan to be obtained for the development of said real property in the approximate amount of $20,400,000 from Wells Fargo Bank which mortgage loan will be insured by HUD and is recorded in Official Records Book _ at Page . of the Public Records of Monroe County, Florida. Accordingly, the Development Agreement is expressly subordinate to the aforesaid HUD insured mortgage on the Affordable Parcel for the construction and use for affordable housing, to any HUD regulatory agreement placed of record, and subordinate to all applicable HUD mortgage insurance regulation and administrative requirements. This subordination is not in any way applicable to the Market Rate Parcel. 3. Change of Ownership. The bifurcation of the Real Property and its conveyance to the entities as set forth in Recital 2 (two) above is hereby approved and all obligations, requirements, conditions, permits, rights and entitlements as provided for in the Development Agreement and other development orders shall remain vested in the respective entities as successor developers. IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed effective as of the _ day of . 2010. ATTEST: Danny L. Kolhage, Clerk MONROE COUNTY BOARD OF COUNTY COMMISSIONERS Deputy Clerk Sylvia J. Murphy, Mayor State of Florida County of Monroe The foregoing instrument was acknowledged before me this _ day of 2010 by on behalf of the Board of County Commissioners. He / She is personally known to me or has produced as identification. NOTARY PUBLIC, STATE OF FLORIDA Print Name: Commission No: My Commission Expires: NORTHSTAR Signatures to follow on separate page C:\Documents and Settings\jsaunders\Local Settings\Temporary Internet Files\OLKl77E\SUBORDINATION AGREEMENT(3)20100415 (2).doc Page 2 of 3 l Q NORTHSTAR R;~ b; Print Name: ::U/Jllt;s C. S/ltJ L/tJEA.S State of Florida County of Monroe The ,foregoing instrument was acknowledged before me this ;2? day of ltt-)Ytl L. 2010 by :ji'))Y~ C. SA4 r-JJe~l. ~ on behalf of Northstar Resort Enterprises Corp. He / She is _r has produced as identification. /~\ ) ... I ( f}:~.t __l. (', -,'-.. ; flu' NOTARY P IC"STATE OF FLOtlA Print Nam VI ~C:I1J I A- F 1J;0I::. l L , Commission No: My Commission Expires: ~,\\"tt1I1I11",1. ~\\~~~~l~.~ftV'~/~ ~ ~..~\~\SSIO.~..~/~ "" . vvY>' 'r <:::. . \ ~ ~ .. ~ .."IiI 8, 20 :to.. ~ ~ ..~ 'r"" /,)" ~. ~ :*: ~: ~ :z: .... :*= ~ ~ .. NDD 627990 .: ~ ,. 'Y: .1;", $, . ~.:::- ~ ~..."'J-Pq,OtIdedl~~......."{>.. ~~ ~.. ,.0/, ... tJlicunde\"...~:vC5~ ''',,- vb/ ........ <'.., ~ "II/.IC, STAit. 0\ '1\\,.... "'nl/Illll\\\"'" C:\Documents and Settings\jsaunders\Local Settings\Temporary Internet Files\OLKl77E\SUBORDINATION AGREEMENT(3)20100415 (2).doc Page 3 of 3 J Exhibit A Original Legal Description used for Development Agreement which is recorded in Official Records Book 2352 at Page 2310 of the Public Records of Monroe Cou~ty, Florida. LE~GAL DESCRIPTION All that part of Lots 5,12 and 13, in Section 6, Township 61 South, Range 40 East, which is West of a Line beginning at a point on the center of the South boundary of Lot 13, and extending straight through the center of Lots 13 and 12 and through Lot 5, of the Southeast side of MONROE COUNTY ROAD; all said Land being on the South side of the FLORIDA EAST COAST RAILROAD Right-of-Way, according to the Plat thereof as Recorded in Plat Book 1, at Page 68, of the Public Records of MONROE COUNTY, FLORIDA. TOGETHER WITH A Portio of Lots twelve (12) and thirteen (13), Section six (6), Township sixty one (61) South, Range forty (40) East, according to the Survey made by P.F. JENKINS and Recorded in Plat Book 1, Page 68, of the Public Records of MONROE COUNTY, FLORIDA and being more particularly described as follows: Commence at the Southeast corner of said Lot thirteen (13); thence in a Westerly direction along the South bot:lndary line of said Lo.t thirteen (13), S69"04'38"W a distance of 331.48 feet; thence NOO"40'47"W aDISTANCE OF 381.09 feet to a POINT OF BEGINNING; thence continue NOO"40'47"W a distance of 1033.82 feet; thence N89"19'13"E for a distancE of 17.00 feet; thence SOO"40'47"E for a distance of 901.27 feet; thence N69"19"3"E for a distance of 8.00 feet; thence SOO"40' 47"E for a distance of 132.65 feet; thence 589"19'13" for a distance of 25.00 feet to the POINT OF BEGINNING. J Exhibit B Affordable Parcel LEGAL DESCRIPTION: Keys LClke VillClS pClrcel (HUD parcel), "'ore pClrticulClrly described ClS Follows: PARCEL 1 All thot port of Lots 5, 12 and 13, in .'SIctten 6, Township 61 South. Ronge 40 East. which is West of 0 line beginning at 0 point on the center of the South bounclory of Lot 13, ond extending straight through the center of Lots 13 and 12, and through Lot 5 to the Southeast side of the Monroe County Road; 011 of said land being on the South side of the Florida East Coast Railroad Right of Way, according to the Plot thereof, recorded in Plot Boak 1 at Page 68 of the public records of Monroe County, Florida. PARCEL 2 A portion of Lots 12 Clnd 13, Section 6, Township 61 South, RClnge 40 EClst, ClcCordlng to Cl survey PlClde by PF. Jenkins Clnd redorded In PtClt Book I, PClge 68 of the public records of Monroe County, noridCl Clnd being ",ore PClrticulClrly described ClS Follows. COI'll'lt'nce Clt the southeClst corner of SClid Lot 13J thence In Cl westerly direction Cllong the south boundClry line of sClid Lot 13, South 89 degrees 04'38. Vest, Cl distClnce of 331.48 Feet; thence North 00 degrees 40'47. Vest, Cl distClnce of 381.69 Feet to Cl Point of Beginning; thence continue North 00 degrees 40'47. Vest, Cl distClnce of 1033.82 FeetJ thence North 89 degrees 19'13. EClSt, Cl distClnce of 17.00 Feet; thence South 00 degrees 40'47' EClSt. Cl distClnce of 901.27 Feet; thence North 89 degrees 19'13. EClSt, Cl distClnce of 8.00 Feet; thence South 00 degrees 40'47. EClst, Cl distClnce of 132.55 Feet; thence South 89 degrees 19'13. Vest, Cl distClnce of 25.00 Feet to the Point of Beginning. LESS AND (XC(PT. LClkeview GClrdens pClrcel (Non-HUn pClrcel), pClrt of sClid Parcels 1 Clnd 2, Plore pClrticulClrly described ClS Fotlows: COl'lME'nce Clt the intersection of the lotline COPlPlon to Lots 9 Clnd 12, Clccording to the plot by P.F. Jenkins recorded in PlClt Book 1 Clt PClge 68 of the public records of Monroe County. norida, with the existing southeClsterly right of WCly line of StClte ROCld No.5 <US Hwy No. 1>; thence S 0'40'47.( Cllong SClid lotline, being Cllso the centerline of' on un-nCl"'ed 30 Foot wide rOCldwoy Clccording to sClid plClt, For 792.06 Feet to the Point of Beginning. thence N 89019'13'( For 84.09 Feet to the Point of' CurvClture of Cl circular curve, concave to the southwest, hClving For its elel'lents Cl RCldius of' 20.0 f'eet Clnd a CentrCll Angle of 90000'42.; thence southeClsterly Cllong the Clrc of sClid curve For 31.42 Feet to the Point of TClngency; thence S 0040'05.( For 40.79 Feet to the Point of Curva- ture of Cl circular curve, conCClve to the northeClst, hClving For its eleMents Cl RCldius of 49.0 Feet Clnd Cl CentrCll Angle of 118014'23.; thence eClsterly Cllong the Clrc of sClid curve For 101.12 Feet to the Point of TClngency; thence N 61"05'32.( For 150.57 Feet to the Point of CurvClture of Cl circulClr curve, conCClve to the northwest, hClving For its eleMents a RCldius of 25.0 Feet Clnd Cl CentrCll Angle of 61"45'53'; thence Cllong the arc of sClid curve For 26.95 Feet to the Point of TClngency; thence N 0"40'21.V For 43.21 FeetJ thence N 89019'13.( For 32.27 Feet to the l'Iost eClsterly line of the ClFore described PClrcel 2; thence S 0"40'47.E Cllong sClid "'ost eClsterly line of PClrcel 2 For 132.55 Feet; thence S 89"19'13.V Cllong the southerly line of SClid PClrcel 2 For 25.0 Feet to the eClsterly line of ClFore described PClrcel 1; thence S 0"40'47.( Cllong SClid eClsterly line of PClrcel 1 For 381.69 Feet to the southerly line of sClid PClrcel 1; thence S 89"04'23.V along sClid southerly line of Parcel 1 For 329.37 f'eet to the sClid centerline of said 30 Foot wide un-nal'led roadwClY; thence N 0040'47'V Cllong sClid centerline For 483.56 Feet to the Point of' Beginning. Containing 145652 squClre Feet or 3.3437 Clcres, More or less. Subject to and Together with: A 5 Foot wide by 206.10 f'eet long PedestriCln (ClSel'lent, adjoining Clnd pClrClllel with the eClsterly right of' way line of' SClid 30 f'oot wide un-nal'led rOCldwCly, More pClrticularly described ClS f'ollows, COl'll'lence Clt the intersection of' the lotline COI'IMon to Lots 9 and 12, according to the plClt by P.F. Jenkins, recorded in PlClt Book 1 at PClge 68 of public records of Monroe County, nOridCl, with the existing southeClsterly right of wCly line of StClte Roo.d No.5 <US HighwClY No. 1>; thence S 0"40'47.( Cllong sClid lotline, being Cllso the centerline of Cln un-nClMed 30 Foot wide rOCldwClY Clccording to sClid plat, For 792.06 Feet; thence N 89"19'13.( For 15.0 Feet to the eClsterly right of wCly line of SClid 30 Foot rOCldwClY Clnd the Point of Beginning: thence continue N 89"19'13'( For 5.0 Feet; thence S 0"40'47'( For 206.10 FeetJ thence S 89019'13'V For 5.0 Feet to sClid eClsterly right of wCly line; thence N 0040'47.V For 206.10 Feet along sClid right of wCly line to the Point of Beginning; contClining 1031 sqUClre Feet, More or less. j Exhibit C Non-HUD Parcel (Identified as the "LESS AND EXCEPT' area shown in the LEGAL DESCRIPTION) LEGAL DESCRIPTION: Keys Loke Villos porcel <HUD porcel>, l'Iore particulorly described os Follows' PARCEL I All thot port of Lots 5, 12 ond 13, in -'SIct"ten 6, Township 61 South, RO"ge 40 Eost, which is West of 0 line beginning ot 0 point on the center of the South boundary of Lot 13, ond extending stroight through the center of Lots 13 ond 12, ond through Lot 5 to the Southeost side of the Monroe County Road; 011 of soid land being on the South side of the F'lorido East Coost Roilroad Right of Woy, occording to the Plot thereof, recorded in Plot Book 1 at Poge 68 of the public records of Monroe County, F'lorida. PARC[L 2 A portion of Lots 12 ond 13, Section 6, Township 61 South, Ronge 40 Eost, occordlng to 0 survey !'lode by P.F'. Jenkins ond redorded In Ptot Book 1, Poge 68 of tmo public records of' Monroe County, F'lorldO ond being l'Iore partlculorly described os Follows, CO!'ll'l4lnCe ot the southeost corner of sold Lot 13J thence In 0 westerly directiOn olong tmo south boundory line of soid Lot 13, South 89 degrees 04'38" Vest, 0 distonce of 331.48 Feet, thence North 00 degrees 40'47" Vest, 0 dlstonce of 381.69 Fe.t to 0 Point of Beginning; thence continue North 00 d.grees 40'47" Vest, o dlstonce of 1033.82 FeetJ thence North 89 degrees 19'13" [ost, o distonce of 17.00 FeetJ tmonce South 00 degrees 40'47" [ost, 0 dlstonce of 901.27 Feet; thence North 89 degrees 19'13" [ost, 0 distonce of 8.00 FeetJ thence South 00 degrees 40'47" [ost, 0 distonce of' 132.55 FeetJ thence South 89 degrees 19'13" Vest, o distonce of 25.00 Feet to the Point of Beginning. LESS AND EXCEPT. Lokevlew Gordens parcel <Non-HUD porcel>, port of soid Porcels 1 ond 2, More portlculorly described 05 Follows: COl'll'lence ot the intersection of the 10tUne COMMon to Lots 9 ond 12. occording to the plot by P.F'. Jenkins r.corded in Plot Book 1 ot Poge 68 of the public records of Monroe County. F'lorldo, with the elCisting southeosterly right of woy line of Stote Rood No.5 <US Hwy No. 1>, thence S 0"40'47"[ along soid 10tUne, being olso the centerline of an un-nOl'led 30 Foot wide roadway according to said plot, For 792.06 Fel''t 'to the Poin't of Beginning. thence N 89019'130[ For 84.09 Feet to the Point of Curva'ture of 0 circular curve, concave to 'the southwest, having For i'ts eleMents Q Radius of 20.0 Feet and a Central Angle of 90000'420; thence southeasterly along the arc of sold curve For 31.42 Feet to the Point of TongencYJ thence S 0040'050E For 40.79 Feet to the Point of Curva- ture of 0 circular curve, concove to the northl'ast, having For Its elel'lents 0 Radius of 49.0 Feet and 0 C.ntral Angle of 118014'23"; thence easterly olong the orc of sold curve For 101.12 f'eet to the Point of TangencYJ thence N 61"05'32"[ For 150.57 Feet to the Point of Curvature of 0 circular curve, concove to the northwest, having For Its eleMents 0 Radius of 25.0 Fel't and 0 Central Angle of 61045'530; thence olong the orc of sold curve For 26.95 Feet to the Point of TangencYJ tmonce N 0040'210V For 43.21 FeetJ thence N 89019'130E for 32.27 feet to the MOSt easterly line of the afore described Parcel 2; thence S 0"40'470[ olong sold l'Iost eosterly line of Parcel 2 for 132.55 feet; thence S 89019'13"V along the southerly line of said Porcel 2 For 25.0 feet to the easterly line of afore described Porcel 1; thenc. S 0040'470[ olong sold easterly line of Parcell for 381.69 feet to the southerly line of sold Porcel lJ thence S 89004'230V along said southerly line of Parcel 1 for 329.37 feet to the said centerline of said 30 foot wide un-naMed roadway; thence N 0040'470V along sold centerUne For 483.56 feet to the Point of Beginning. Containing 145652 square feet or 3.3437 acres, More or less. ". Subject to and Together with: A 5 foot wide by 206.10 feet long Pedestrian EaseMent. adjoining and parallel with the easterly right of way Une of said 30 Foot wide un-naMed roadway, More particulorly described os followSI COMMence at the intersection of the 10tUne COMMon to Lots 9 and 12, according to the plot by p.r. Jenkins, recorded in Plot Book 1 at Page 68 of public records of Monroe County, rtorido. with the elCisting southeasterly right of way line of State ROGd No.5 <US Highway No. 1>; thence S 0040'470[ along sold lotllne, being also the centerline of on un-nOMed 30 foot wide roadway according to said plot, for 792.06 feetJ thence N 89019'130[ for 15.0 feet to the easterly right of woy line of said 30 f'oot rOGdway ond the Point of' Beginning' thence continIA(' N 89"19'130[ For 5.0 feet, thence S 0040'470[ for 206.10 feetJ thence S 89"19'130V for 5.0 feet to soid easterly right of way line; thence N 0040'47"V For 206.10 feet along said right of way line to the Point of BeglnnlngJ contolning 1031 square feet, l'Iore or less. J BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: Mav 19. 2010 Division: Growth Management Bulk Item: Yes ....L No Department: Land Steward Staff Contact PersonlPhone #: Beth Bergh ex 2511) AGENDA ITEM WORDING: Approval of a Restoration Agreement between Monroe County and the National Audubon Society, Inc. for the restoration of a freshwater wetland on Big Pine Key. ITEM BACKGROUND: This agreement was approved by the BOCC on April 15, 2009. However, no work was done under the agreement and it expired on December 31, 2009. The agreement will allow the restoration of County-owned conservation land at no cost to the County. The proposed project is located on a 1.39 acre parcel, known as the Chetkin parcel (RE#00111880- 000300), near the west end of Big Pine Key. The natural elevation of approximately one acre of this property is altered with fill. The County purchased the property using a grant from the Florida Communities Trust. As a condition of the FCT grant the County is required to remove the fill and restore the property to the historic freshwater wetland elevations on site. Freshwater wetlands are rare natural communities in the Keys and provide critical habitat for many species of wildlife, including the endangered Key deer. National Audubon Society, Inc. is offering to perform this restoration work for the County at no charge and will be responsible for all aspects of the project, including permits and contractor oversight. The Keys Environmental Restoration Fund operated by the National Audubon Society Inc. has been performing restoration work in Monroe County for over 25 years and has successfully completed over 50 projects. PREVIOUS RELEVANT BOCC ACTION: Apri115, 2009 - BOCC approved the restoration agreement which expired on December 31, 2009. CONTRACT/AGREEMENT CHANGES: NA STAFF RECOMMENDATIONS: Approval TOTAL COST: 0 INDIRECT COST: BUDGETED: Yes _No COST TO COUNTY: o SOURCE OF FUNDS: REVENUE PRODUCING: Yes No..x.. AMOUNT PER MONTH_ Year APPROVED BY: County Atty .!...... OMB/Purchasing _ Risk Management ~ DOCUMENTATION: Included L Not Required_ DISPOSITION: AGENDA ITEM # RESTORATION AGREEMENT This Agreement is entered into this day of ,2010 between the National Audubon Society, Inc., a New York corporation, through its Keys Environmental Restoration Fund program operating in Monroe County, Florida ("Audubon"), and Monroe County, a political subdivision of the state of Florida ("County"). Whereas, Audubon has funds to restore a small freshwater wetland on property owned by Monroe County known as the Chetkin parcel as more particularly described herein; and Whereas, the County desires that fill placed on such Chetkin parcel be removed by Audubon; Now, therefore, the parties agree as follows: WITNESSETH: 1. PERMISSION TO ENTER PROPERTY. County hereby grants Audubon the non- exclusive permission to enter the Chetkin parcel (RE#00111880.000300, lots 10,11,16 and 17 of the Cahill Tract) on Big Pine Key (the "PropertY"), for the sole purpose of removing fill from approximately 1/3 of an acre of historic freshwater wetland (the "Project"), from the date of this Agreement through December 31, 2011. 2. DUTIES OF AUDUBON. The Project shall be conducted in accordance with Exhibit A "Scope of Work", attached hereto and incorporated herein. Audubon may bring all customary and necessary personnel and equipment, including vehicles, contractors and agents, onto the Property as may be necessary in connection with the Project. Audubon will leave the County Property in as good order and condition as it is on the day the Project begins, ordinary wear and tear and damage from the elements excepted. Audubon must enter the Property via Henry Lane off of Ship's Way. During the period of time the Project is ongoing, any vehicles or equipment remaining on site outside of working hours will be parked completely on the Property and will not in any way obstruct Henry Lane. In consideration of nearby residential areas, no heavy equipment operation will be permitted prior to 8 A.M, after 5 P.M., or on weekends or holidays. 3. PAYMENT. Audubon is solely responsible for all costs incurred in carrying out the project. County is paying nothing for this restoration to Audubon, and is in no way responsible for any costs incurred. Audubon is solely responsible for payment to and for all contractors and subcontractors. There are no third party beneficiaries to this Agreement, and no contractor, sub- contractor or any other person or entity shall look to County for payment. 4. INDEMNIFICATION AND INSURANCE. Each party, as to its own negligent act acts or omissions or those of its subcontractors or agents, hereby indemnifies, defends and holds harmless the other party and each of its directors, officers, employees and affiliates against any losses, claims, damages, liabilities, costs and expenses (including reasonable attorney's fees and costs) arising from any injury or damage while on the Property in connection with this Agreement; however, County's indemnification is strictly limited to the extent allowed by law, including Section 768.28 of the Florida Statutes. While this Agreement is in effect, Audubon shall maintain a Comprehensive General Liability Insurance policy with a limit of One Million Dollars ($1,000,000.00) per occurrence, and shall name County as an additional insured on this policy. 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. 5. COMPLIANCE WITH LAWS. Audubon will comply with all laws, ordinances, and governmental rules and regulations which apply its activities on the Property. Audubon will obtain all necessary permits and / or authorizations as may be required by the regulatory agencies. 6. JURISDICTION AND VENUE This Agreement shall be governed by and construed in accordance with the Laws of the State of Florida applicable to contracts made and to be performed entirely in the State. In the event that any cause of action or administrative proceeding is instituted for the enforcement or interpretation of this Agreement, the Parties agree that venue will lie in the appropriate court or before the appropriate administrative body in Monroe County, Florida. Venue for any suits or actions of any kind and any mediation shall be in and governed by the rules of the 16th District Court in Monroe County, Florida. This Agreement shall not be subject to arbitration. 7. NONDISCRIMINATION. The Parties agree that there will be no discrimination against any person, and it is expressly understood that upon a determination by a court of competent jurisdiction that discrimination has occurred, this Agreement automatically terminates without any further action on the part of any party, effective the date of the court order. The Parties agree to comply with all Federal and Florida statutes, and all local ordinances, as applicable, relating to nondiscrimination. These include but are not limited to: (1) Title VI of the Civil Rights Act of 1964 (P.L. 88-352) which prohibits discrimination on the basis of race, color or national origin; (2) Section 504 of the Rehabilitation Act of 1973, as amended (20 V.S.C. s. 794), which prohibits discrimination on the basis of handicap; (3) The Age Discrimination Act of 1975, as amended (42 V.S.C. ss. 6101-6107), which prohibits discrimination on the basis of age; (4) The Drug Abuse Office And Treatment Act of 1972 (P.L. 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; (5) The Comprehensive Alcohol Abuse And Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (P.L. 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; (6) The Public Health Service Act of 1912, ss. 523 and 527, (42 V.S.C. 290 dd-3 and 290 ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; (7) The Americans With Disabilities Act of 1990 (42 V.S.C. s. 1201 Note), as may be amended from time to time, relating to nondiscrimination on the basis of disability; (8) The Florida Civil Rights Act of 1992, (Chapter 760, Florida Statutes, and Section 509.092, Florida Statutes), as may be amended from time to time, relating to nondiscrimination; and (9) any other nondiscrimination provisions in any federal or state statutes or local ordinances which may apply to the parties to, or the subject matter of, this Agreement. 8. 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, the parties agree to participate, to the extent reasonably 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 Parties specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement or any Attachment or Addendum to this Agreement. 9. COVENANT OF NO INTEREST. The Parties 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. 10. NO SOLICIT A TIONIP A YMENT. The Parties 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 this provision, the each party agrees that the other party 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. 11. PUBLIC ACCESS TO RECORDS. The Parties shall allow and permit members of the public reasonable access to, and inspection of, all documents, papers, letters, or other materials subject to the provisions of Chapter 119, Florida Statutes, and made or received by the parties in conjunction with this Agreement. 12. TERMINATION. (a) County may terminate this Agreement for cause in the event Audubon abandons the Project or Audubon fails to develop, manage and maintain it according to the terms of this Agreement; provided County shall give Audubon prior written notice specifying Audubon's failure. If within thirty (30) days after receipt of such notice, Audubon shall not have corrected such failure (or if the failure cannot reasonably be corrected within 30 days, then Audubon's failure to diligently prosecute such correction), County may, at its option, give Audubon written notice of Audubon's default and terminate this Agreement on the date specified in such default notice. (b) Either party may terminate this Agreement without cause by providing thirty (30) days written notice thereof to the other party. In the event of such a termination requested by County, Audubon shall cancel as many outstanding obligations as possible, but Audubon shall be entitled to payment for all non-cancelable costs incurred through the date of termination. BALANCE OF PAGE INTENTIONALLY LEFT BLANK SIGNATURE PAGE TO FOLLOW In Witness Whereof, the parties have entered into this Agreement on the day and year first above written. NATIONAL AUDUBON SOCIETY, INC. (l)YY\.QM0 ft/\M. Q JJ...) OJ\I\_~.N-> Witness , Print Name: ffi1!EJ ~~ (2) ) II" '.1;_- /,.itIW Witness . Print Name: f{) PrR\ \. '1 ~ ~ ~ L (SEAL) ATTEST: DANNY L. KOLHAGE, CLERK Deputy Clerk ~ for National Audubon Society, Inc. ~P. o~ y::- t 1/'~ 1'\ ~ ...p . Title BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY By: Mayor Sylvia Murphy I ,-",/ I" . '" . . /- 1/1 -:~.;%>,;7 . . /........... EXHIBIT A SCOPE OF WORK CHETKIN PARCEL FRESHWATER WETLAND RESTORATION PROJECT General Project Description The project consists of vegetation and fill removal from approximately one acre of a 1.39 acre parcel, known as the Chetkin parcel (RE#00111880-000300), located on the west end of Big Pine Key (see attached location map Photo 1). The purpose of the project is to restore the historic freshwater wetland elevations on site. Freshwater wetlands are rare natural communities in the Keys and, therefore, provide critical habitat for many species of wildlife, including the endangered Key deer. The south-east corner of the property (closest to Highway US1 ) is already in a natural state and is not to be disturbed. Additionally, a buffer strip of 20' in width along the northern border of the property (adjacent to Henry Lane) is to be left undisturbed except for limited clearing of invasive exotic vegetation and as required for vehicular access to the site. The remainder of the property is to be cleared of all vegetation and scraped down to historic elevations (caprock) according to the boundaries shown in Photo 2. Depth of fill across the property is unknown, but is expected to average 2 feet in depth. Some Iimerock fill is known to be on site, but material to be excavated also includes mulch which was spread across much of the property approximately 12 years ago. General Scope of Work · Keys Environmental Restoration Fund (KERF) will select, hire, oversee, and pay the contractor. · KERF will have the site surveyed prior to restoration and boundary flags will be placed. In addition, areas to be left undisturbed will be delineated by KERF prior to start of work. . KERF is responsible for obtaining all necessary permits for the project. . Access to the site will be from Henry Lane off of Ship's Way. There is no access from Highway US 1 (Overseas Highway). · The site is located adjacent to a residential area. No chipper or heavy equipment operation may take place prior to 8:00 AM or after 5 PM, or on weekends or holidays. · Henry Lane is narrow and provides access to a residential area. Equipment or vehicles must not block ingress and egress to Henry Lane. Equipment left overnight must remain on the site and not be parked on Henry Lane. · An on site pre-construction conference with KERF and Monroe County staff is required. Exhibit A Chetkin Freshwater Wetland Restoration Agreement May 2010 . Contractor will remove all vegetation from work area (all trees are less than 4" DBH). All woody vegetation is to be mulched and spread on the buffer strip adjacent to Henry Lane. . Contractor will excavate fill and old mulch under supervision of the staff from the KERF or the Monroe County Land Steward (County). Excavation will be to caprock depth only. . At boundaries with adjacent properties (to the east, west, and north), excavation area should be graded and sloped to meet the adjacent grade. . All excavated fill material and any excavated debris will be treated as follows: Option 1. All material must be removed from the site by the contractor. Fill may be temporarily stored on site to allow for drainage prior to transport. It is the responsibility of the contractor to properly store or to dispose of the fill and debris at a permitted upland storage or disposal site after its removal from the site. Option 2. If the County chooses to keep the excavated Iimerock fill material for its own purposes, then the excavated fill material must be piled on site by the contractor and removed from the site by the County. The County is responsible for the transport and disposal/storage of the excavated fill material. The contractor is responsible for the removal and disposal of any other debris excavated from the site, including vegetative debris. . A final on-site inspection with KERF and the County will be required. . All equipment must be removed from the site within 5 working days of final inspection and approval. · Contractor must be properly licensed in Monroe County and Contractor shall provide proof of insurance for the following coverages and shall name National Audubon Society, Inc./Keys Environmental Restoration Fund and Monroe County Board of County Commissioners as additional insured: 1. Workers Compensation and Employers Liability Insurance, including occupational disease, disability benefit, and other similar insurance required by applicable law and Florida Statutes, with a minimum limit of $100,000 per accident, per employee. 2. Comprehensive General Liability Insurance with a combined single limit of $1,000,000 per occurrence, and $2,000,000 general aggregate for bodily injury, including death, product liability and property damage; 3. Comprehensive Automobile Liability Insurance (owned, non-owned, and Hired) with a combined single limit of $1,000,000 for bodily injury, including death, and property damage. . KERF and Contractor shall execute Drug Free Workplace certifications attached. . Substantial modifications to this scope of work shall be made by mutual agreement between KERF and the Monroe County Land Steward. Exhibit A Chetkin Freshwater Wetland Restoration Agreement May 2010 Photo 1. General Location Map of Chetkin Parcel, Big Pine Key Photo 2. Chetkin Parcel, Big Pine Key _.1'" ".. .......... - ~-..y'~,..."4)EFHrii'hWa~:,1~.. ,_ 1IIOt'............:.,Iu. .., Exhibit A Chetkin Freshwater Wetland Restoration Agreement May 2010 ~ ACORD. CERTIFICATE OF LIABILITY INSURANCE Page 1 of 2 I DATE (MMlDD/YYYY) ~ 10/02/2009 PRODUCER 877-945-7378 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Willis of New York, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 26 Century Blvd. ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. P. o. Box 305191 Nashville, TN 37230-5191 INSU"~E~S AFFORDING COVERAGE NAIC# INSURED NATIONAL AUDUBON SOCIB'l'Y, INC INSURER A: Great Northern Insurance Campanv 20303-001 225 Varick 7th Floor INSURERB: NEW YORK, NY 10014 INSURERC: "- INSURER D: I INSURER E: ' , ' COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY P'ERIOD INDICATED: NOlWlTHST ANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESp'ECT 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. ,', ' ' _ TYPE OF INSURANCE POLICY NUMBER POLlCYE~~ &f*C ~ A X ~NERALLlABlLITY 35328631 10/1/2009 10/1/2010 ~ ~MERCIAL GENERAL LIABILITY , f-- --.J CLAIMS MADE [i] OCCUR LIMITS EACH OCCURRENCE ~~~~~~?E~~~ce\ MED EXP (Arty one person I PERSONAL & ADV INJURY s 1 000.000 s 1 000.000 S 10.000 S 1.000 000 S 2;000 000 'SInc1uded f-- ~N'L AGGRE~ELIMIT AP~ PER: I I POLICY I I ~:g: I X I LOC ~OMOBILE LIABILITY f-- ANY AUTO f-- ALL OWNED AUTOS f-- SCHEDULED AUTOS I-- HIRED AUTOS I-- NON-OWNED AUTOS I-- . . GENERAL AGGREGATE PRODUCTS -' COMP/OP AGG nAGE LIABILITY H ANY AUTO COMBINED SINGLE LIMIT S (Ea accident) BODILY INJURY S (Per person) BODILY INJURY S (Per accident) PROPERTY DAMAGE S (Per accident) AUTO ONLY - EA ACCIDENT S OTHER THAN EAACC S AUTO ONLY: AGG S EACH OCCURRENCE S AGGREGATE S S S S I W~STATU-;j 10TH- TO Y LIMITS ER E,L, EACH ACCIDENT S E,L, DISEASE - EA EMPLOYEE S E,L, DISEASE - POLICY LIMIT S OEXCESS/UMBRELLA LIABILITY OCCUR D CLAIMS MADE R DEDUCTIBLE RETENTION S WORKERS COMPENSATION ANDEMPLOYERS'UABILITY YIN ANY PROPRIETORlPARTNERlEXECUTlVE D OFFICERlMEMBER EXCLUDED? (Mandatory In NH) g~~CI':~~,o:;).~~NS b"'ow OTHER DESCRIPTION OF OPERATIONS / LOCATIONS/VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS Monroe County Board of County Commissioners is included as Additional Insured as respects General Liability, as their interest may appear. CERTIFICATE HOLDER CANCELLATION Monroe County Board of County Commissioners 1100 Simonton St. Key West, FL 33040 SHOULD AllY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR UABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRES NTATlVE ACORD 25 (2009/01) Coll:2823541 Tpl:992021 Cert:132 913 1985-2009ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: Mav 19.2010 Division: Growth Manal!:ement Bulk Item: Yes -X- No Department: Staff Contact/Phone #: Christine Hur1ev 289-2517 AGENDA ITEM WORDING: Approval of a resolution of the Monroe County Board of County Commissioners establishing the monetary value of a single Rate of Growth Ordinance/Non-Residential Rate of Growth Ordinance (ROGO/NROGO) allocation system competition point for purposes of payment by applicants in the ROGO/NROGO system with a maximum of 2 points available per application. ITEM BACKGROUND: In March of 2006 the BOCC approved several ordinances that comprise the Tier System. Two of those ordinances 009-2006 (ROGO) & 011-2006 (NROGO) include an alternate available option to property owners to increase their points within the competitive ROGO/NROGO process. Property owners may increase their ROGO/NROGO points by purchasing ROGO lots and dedicating them to the County for conservation and preservation in exchange for points from a half point up to four ROGO/NROGO points (depending on the biological value of the site). There is no limit to the number of points an applicant can obtain through this method, but the maximum is 4 points per dedicated parcel. The alternate options established by ordinance 009-2006 (ROGO) and Ordinance 011-2006 (NROGO) available to property owners allows them to obtain up to two points by paying into the Monroe County Land Acquisition Fund an amount per point as described in the ordinances. The new option makes the process less onerous on property owners and provides them an option to gain points under the policy of Land Conservation & Preservation. The ordinances establish that the fair market value shall be the value of one ROGO/NROGO point as awarded through dedication of land. The method for calculating the fair market value of a ROGO/NROGO point for land dedication was determined by using our Monroe County Geographic Information System (GIS) and Monroe County Property Appraiser records. Using the method prescribed by the ordinances, the finding was that the average fair market value of a vacant, legally platted, privately owned, buildable lot located in an Improved Subdivision or Urban Residential Mobile Home Land Use District and designated Tier 1, eligible for dedication to the County for four points, to be $26,551.39. This value ($26,551.39) divided by the number of points (4) equals $6,637.85 per point. An applicant in ROGO/NROGO now has an option to purchase a maximum of two points for $6,637.85 per point or $13,275.70. If property owners take advantage of this alternative, the funds are to be deposited into a land acquisition fund. Monroe County should create a fund as a depository and then transfer to the land authority for land acquisition. Each year this value is to be recalculated based on new data and be reaffirmed by the BOCC at that time. The last Board evaluation of the fair market value was July 16, 2008. To date, no application has been receive for points using this option, but the calculation is required each year for someone who may want to obtain points in this manner. PREVIOUS RELEVANT BOCC ACTION: On July 16, 2008, the Board previously adopted an assessment of the fair monetary value per point in Resolution 218-2008 at $11,750.53. On March 15, 2006, the Board adopted Ordinances 009-2006 and 011-2006. CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATIONS: Approval TOTAL COST: N/A INDIRECT COST: N/A BUDGETED: Yes N/A No DIFFERENTIAL OF LOCAL PREFERENCE: COST TO COUNTY: N/A SOURCE OF FUNDS: N/A REVENUE PRODUCING: Yes No AMOUNT PER MONTH Year APPROVED BY: County Atty ~ OMBlPurchasing NI A Risk Management NI A DOCUMENTATION: Included ~ Not Required_ DISPOSITION: AGENDA ITEM # RESOLUTION NO. -2010 A RESOLUTION OF THE MONROE COUNTY BOARD OF COUNTY COMMISSIONERS ESTABLISHING THE MONETARY VALUE OF A SINGLE ROGOINROGO ALLOCATION SYSTEM COMPETITION POINT. WHEREAS, the BOCC approved ordinance 009-2006 at a regularly scheduled meeting on March 15th, 2006 establishing the potential for an applicant to receive up to a maximum of two (2) additional points toward an application in the ROGO competition in return. for fair market value compensation as an alternative to direct land dedication for contribution to the County's Land Acquisition Fund for land conservation and preservation; and WHEREAS, the BOCC approved ordinance 011-2006 at a regularly scheduled meeting on March 15th, 2006 establishing the potential for an applicant to receive up to a maximum of two (2) additional points toward an application in the NROGO competition in return. for fair market value compensation as an alternative to direct land dedication for contribution to the County's Land Acquisition Fund for land conservation and preservation; and WHEREAS, ordinances 009-2006 and 011-2006 require that the monetary value of each point be established annually by resolution of the BOCC; and WHEREAS, Section 138-28 and Section 138-55 Monroe County Code establish that the monetary value shall be based on the average fair market value of all vacant, legally platted, privately owned, buildable, lots located in an improved subdivision (IS) or urban residential mobile home (URM) land use district and designated Tier 1 divided by four (4); WHEREAS, the BOCC previously assessed the monetary point value m resolution 218-2008; NOW THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA: Section 1: The BOCC accepts the Growth Management Division's methodology for establishing the average fair market value of all vacant, legally platted, privately owned, buildable, lots located in an improved subdivision (IS) or urban residential mobile home (URM) land use district and designated Tier 1 utilizing the current official records of the Monroe County Property Appraiser as shown in Exhibit A. Section 2: The BOCC accepts the Growth Management Division's average fair market value for all vacant, legally platted, privately owned, buildable lots located in an improved subdivision (IS) or urban residential mobile home (URM) land use district and Page 1 of2 Reviewer: designated Tier 1 to be $26,551.39 which average was calculated by using the individual values of 818 properties within Monroe County. Section 3: The BOCC accepts the Growth Management Division calculation of the fair monetary value of one point based on the average fair market value of parcels referred to in Sec. 2, divided by four points to equal $6,637.85 per point. Section 4: The BOCC establishes the monetary value of a ROGa competition point for the purpose of purchase of up to two points at $6,637.85 per point for the time period from May 19, 2010 through May 18, 2011. Section 5: If the time period designated for the per point cost of an alternate to direct land dedication expires, the cost in Section 4 shall remain in full force and effect until otherwise changed by the Board. PASSED AND ADOPTED at a regular meeting of the Board of County Commissioners of Monroe County, Florida, held on the 19th day of May, 2010. Mayor Sylvia Murphy Mayor Pro Tem Heather Carruthers Commissioner George Neugent Commissioner Kim Wigington Commissioner Mario De Gennaro BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: Mayor Sylvia Murphy (SEAL) ATTEST: DANNY L. KOLHAGE, CLERK. MO,,- - --;- -- /. By: Page 2 of2 Reviewer: cau NT 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 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 Parcel list for determining Monetary Point Value (April 2010) EXHIBIT A RECHAR 00136980-000000 00136970-000000 00 15 1350-000000 00257680-000000 00256690-000000 00256820-000000 00256840-000000 00256670-000000 00258140-000000 00257670-000000 00258110-000000 00257140-000000 00257380-000000 00257660-000000 00258070-000000 00256700-000000 00256450-000000 00256460-000000 00256310-000000 00256360-000000 00297060-000000 00297080-000000 00256210-000000 00256030-000000 00256010-000000 00256130-000000 00444980-000000 00449610-000000 00449590-000000 00449600-000000 00267860-000000 00267940-000000 00267950-000000 00268070-000000 00268050-000000 00268340-000000 00268360-000000 00268270-000000 00268290-000000 00268480-000000 00268470-000000 00268490-000000 00268520-000000 00268530-000000 00268580-000000 00267770-000000 00294320-000000 00294390-000000 00294740-000000 00294730-000000 00294550-000000 00294720-000000 00294770-000000 PJUSTl $40,500 42,490 29,491 14,700 14,700 14,700 14,700 14,700 12,833 14,700 12,835 14,700 14,700 14,700 15,792 14,700 17,568 15,120 12,914 18,559 83,573 83,377 12,000 12,000 12,000 12,000 30 14,520 14,520 14,520 31,798 30,000 30,000 18,000 18,000 18,000 18,000 18,000 18,000 18,000 63,393 18,000 18,000 18,000 18,000 11,558 49,219 19,688 32,813 32,813 19,688 32,813 9,844 1 of 16 COUNT 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 97 98 99 100 101 102 103 104 105 106 Parcel list for determining Monetary Point Value (April 2010) EXHIBIT A RECHAR 00295150-000000 00295000-000000 00295330-000000 00295360-000000 00295950-000000 00295940-000000 00295710-000000 00295790-000000 00295970-000000 00296530-000000 00296500-000000 00296520-000000 00296510-000000 00297140-000000 00297130-000000 00297120-000000 00296540-000000 00296560-000000 00297170-000000 00297180-000000 00297190-000000 00297200-000000 00296550-000000 00545310-000000 00545250-000000 00544550-000000 00296570-000000 00296580-000000 00296590-000000 00296600-000000 00296610-000000 00297100-000000 00294890-000000 00295420-000000 00295660-000000 00295880-000000 00296250-000000 00296770-000000 002964 70-000000 00296780-000000 00296820-000000 00296960-000000 00445170-000000 00446760-000000 00445700-000000 00445690-000000 00445680-000000 00449340-000000 00449280-000000 00449350-000000 00447360-000000 00447830-000000 00447860-000000 PJU5Tl 32,813 18,000 40,615 32,813 32,813 32,813 19,688 32,813 32,813 32,813 31,065 32,813 32,813 98,897 50,578 50,Q28 32,813 32,813 43,520 43,520 43,520 48,400 32,813 11,025 11,025 15,120 32,813 39,370 32,813 30,000 32,500 248,813 28,500 23,364 117,873 45,938 45,938 47,500 108,606 41,051 18,000 111,872 11,250 12,300 14,760 14,760 19,989 12,060 12,060 12,060 12,060 12,060 12,060 2 of 16 cau NT 107 108 109 110 111 112 113 114 115 116 117 118 119 120 121 122 123 124 125 126 127 128 129 130 131 132 133 134 135 136 137 138 139 140 141 142 143 144 145 146 147 148 149 150 151 152 153 154 155 156 157 158 159 Parcel list for determining Monetary Point Value (April 2010) EXHIBIT A RECHAR 00447370-000000 00448460-000000 00448410-000000 00448140-000000 00448470-000000 00448380-000000 00448420-000000 00448450-000000 00448150-000000 00448080-000000 00448520-000000 00444900-000000 00444910-000000 00444830-000000 00444360-000200 00444330-000000 00444390-000000 00444470-000000 00444360-000000 00443770-000000 00448820-000000 00448910-000000 00448890-000000 00448830-000000 00448600-000000 00448870-000000 00448900-000000 00445140-000000 00443760-000000 00302920-000100 00492930-000000 00492850-000000 00492860-000000 00522270-000000 00522250-000000 00522380-000000 00522160-000000 00442950-000000 00442960-000000 00442910-000000 00442860-000000 00443590-000000 00443570-000000 00443580-000000 00443560-000000 00443680-000000 00444720-000000 00444710-000000 00445050-000000 00445040-000000 00445030-000000 00445020-000000 00445010-000000 PlUSTl 12,060 12,060 12,060 12,060 12,060 12,060 12,060 12,060 12,060 14,472 14,472 7,500 7,500 7,500 15,000 7,500 7,500 7,500 7,500 7,500 8,442 12,060 12,060 8,442 8,442 12,060 12,060 14,400 7,500 25,588 9,728 9,240 9,088 9,453 9,315 9,180 505,628 7,500 7,500 7,500 7,500 7,500 7,500 7,500 7,500 7,500 7,500 7,500 30 7,500 7,500 7,500 7,500 3 of 16 COUNT 160 161 162 163 164 165 166 167 168 169 170 171 172 173 174 175 176 177 178 179 180 181 182 183 184 185 186 187 188 189 190 191 192 193 194 195 196 197 198 199 200 201 202 203 204 205 206 207 208 209 210 211 212 Parcel list for determining Monetary Point Value (April 2010) EXHIBIT A RECHAR 00444680-000000 00444670-000000 00444760-000000 00445350-000000 00445300-000000 00445380-000000 00445280-000000 00445180-000000 00445190-000000 00445200-000000 00445260-000000 00445250-000000 00445240-000000 00445230-000000 00445220-000000 00445210-000000 00445390-000000 00445400-000000 00445410-000000 00445420-000000 00445430-000000 00445440-000000 00443600-000000 00564650-000000 00564820-000000 00564840-000000 00457130-000000 00457150-000000 00297090-000000 00297030-000000 00297020-000000 00296970-000000 00297000-000000 00297000-000100 00297270-000000 00297350-000000 00290810-000000 00290750-000000 00290490-000000 00290420-000000 00290330-000000 00290190-000000 00290020-000000 00297470-000000 00297450-000000 00297520-000000 00297550-000000 00297530-000000 00291270-000000 00291070-000000 00291150-000000 00291140-000000 00291160-000000 PJUSTl 5,760 8,160 7,500 12,000 12,825 11,953 33,181 30 30 30 30 30 30 30 30 30 30 30 30 30 30 30 9,938 5,186 2,925 2,925 30 30 70,400 63,000 71,400 131,822 103,920 74,632 27,598 27,513 57,488 120,209 48,215 70,994 123,032 54,139 39,815 43,750 43,750 65,590 43,750 40,625 33,688 17,484 72,765 72,765 72,765 4 of 16 COUNT 213 214 215 216 217 218 219 220 221 222 223 224 225 226 227 228 229 230 231 232 233 234 235 236 237 238 239 240 241 242 243 244 245 246 247 248 249 250 251 252 253 254 255 256 257 258 259 260 261 262 263 264 265 Parcel list for determining Monetary Point Value (April 2010) EXHIBIT A RECHAR 00291170-000000 00290900-000000 00289800-000000 00289710-000000 00289430-000000 00289420-000000 00289410-000000 00289260-000000 00289280-000000 00289320-000000 00289330-000000 00277570-000000 00278710-000000 00278690-000000 00278890-000000 00278910-000000 00279640-000000 00279510-000000 00280390-000000 00280380-000000 00283140-000000 00283040-000000 00284400-000000 00284430-000000 00304650-000000 00303650-000000 00303640-000000 00303630-000000 00303620-000000 00303610-000000 00291470-000000 00291420-000000 00291810-000000 00 291840-000000 00291930-000000 00292040-000000 00292310-000000 00292300-000000 00292340-000000 00292330-000000 00292170-000000 00292150-000000 00292550-000000 00293150-000000 00293300-000000 00293320-000000 00293510-000000 00293330-000000 00303700-000000 00303710-000000 00304270-000000 00302900-000000 00302960-000000 PJUSTl 70,200 20,647 42,525 54,772 34,262 19,688 19,688 21,355 21,938 18,750 32,813 17,939 13,125 13,125 13,125 13,125 13,125 13,125 13,125 13,125 13,125 13,125 13,125 13,125 15,000 15,000 15,000 15,000 15,140 15,420 7,875 9,188 28,175 28,175 30,188 32,344 19,688 18,639 32,813 32,813 20,668 33,793 32,813 32,813 34,160 39,457 19,688 32,813 15,000 15,000 68,393 15,000 15,000 5 of 16 COUNT 266 267 268 269 270 271 272 273 274 275 276 277 278 279 280 281 282 283 284 285 286 287 288 289 290 291 292 293 294 295 296 297 298 299 300 301 302 303 304 305 306 307 308 309 310 311 312 313 314 315 316 317 318 Parcel list for determining Monetary Point Value (April 2010) EXHIBIT A RECHAR 00302930-000000 00302950-000000 00301760-000000 00301750-000000 00300990-000000 00300950-000000 00300810-000000 00300750-000000 00300770-000000 00278060-000000 00278050-000000 00278720-000000 00278650-000000 00278670-000000 00278740-000000 00278640-000000 00278630-000000 00278730-000000 00278700-000000 00278680-000000 00278660-000000 00513100-000000 00513110-000000 00513120-000000 00513140-000000 00279530-000000 00279200-000000 00279070-000000 00279080-000000 00509860-000000 00509850-000000 00303500-000000 00303480-000000 00303460-000000 00303440-000000 00303340-000000 00303060-000000 00303070-000000 00303080-000000 00303130-000000 00303050-000000 00303J.80-000000 00303170-000000 00302870-000000 00302880-000000 00303010-000000 00303000-000000 00280430-000000 00280400-000000 00280520-000000 00280620-000000 00280790-000000 00280710-000000 PJUSTl 19,167 15,000 15,000 15,000 15,000 15,000 67,500 15,000 25,048 13,125 13,125 13,125 13,125 13,125 13,125 13,125 13,125 13,125 13,125 13,125 13,125 27,300 12,600 12,600 12,600 13,125 13,125 22,131 22,769 8,883 10,611 40,500 15,000 15,000 15,000 15,000 15,000 15,000 15,000 15,000 15,000 15,000 15,000 15,000 15,000 15,000 15,000 13,125 13,125 14,401 21,875 15,750 13,125 6 of 16 COUNT 319 320 321 322 323 324 325 326 327 328 329 330 331 332 333 334 335 336 337 338 339 340 341 342 343 344 345 346 347 348 349 350 351 352 353 354 355 356 357 358 359 360 361 362 363 364 365 366 367 368 369 370 371 Parcel list for determining Monetary Point Value (April 2010) EXHIBIT A RECHAR 00280650-000000 00280560-000000 00280720-000000 00280780-000000 00280640-000000 00280580-000000 00280770-000000 00281320-000000 00281330-000000 00281420-000000 00281070-000000 00281130-000000 00281230-000000 00281120-000000 00281050-000000 00280870-000000 00280970-000000 00280920-000000 00280890-000000 00280980-000000 00280960-000000 00280950-000000 00110180-000000 00282380-000000 00282320-000000 00282400-000000 00282410-000000 00282370-000000 00282390-000000 00282500-000000 00282510-000000 00282470-000000 00282610-000000 00282620-000000 00282480-000000 00283030-000000 00283160-000000 00284170-000000 00284130-000000 00284160-000000 00284360-000000 00284140-000000 00284150-000000 00301050-000000 00301080-000000 00301100-000000 00301060-000000 00301120-000000 00301070-000000 00301090-000000 00301110-000000 00301020-000000 00302390-000000 PJUSTl 21,875 15,750 13,125 13,125 21,875 13,125 13,125 13,125 13,125 13,125 13,125 13,125 13,125 13,125 13,125 13,125 13,125 13,125 13,125 13,125 13,125 13,125 74,762 13,125 13,125 13,125 13,125 13,125 13,125 13,125 10,500 13,125 13,125 13,125 25,313 13,125 15,750 13,125 15,750 13,125 15,750 13,125 13,125 15,000 15,000 15,000 15,000 26,520 15,000 15,000 15,000 48,265 22,714 7 of 16 COUNT 372 373 374 375 376 377 378 379 380 381 382 383 384 385 386 387 388 389 390 391 392 393 394 395 396 397 398 399 400 401 402 403 404 405 406 407 408 409 410 411 412 413 414 415 416 417 418 419 420 421 422 423 424 Parcel list for determining Monetary Point Value (April 2010) EXHIBIT A RECHAR 00301000-000000 00300850-000000 00300960-000000 00285600-000000 00285550-000000 00285750-000000 00285660-000000 00285700-000000 00285690-000000 00285860-000000 00285890-000000 00285910-000000 00285950-000000 00285960-000000 00285680-000000 00285520-000000 00243622-002800 00449410-000000 00243622-002700 00243622-001200 00243622-001000 00243621-000900 00243820-000000 00481350-000000 00243622-003500 00243622-003400 00243621-000600 00243621-001000 00243621-001500 00243621-001400 00243622-000800 00243700-000000 00243622-002100 00243621-000700 00243621-000400 00243621-001200 00243710-000000 00243680-000000 00243621-000800 00243622-003000 00243622-001600 00243621-001100 00112940-000000 00243680-000101 00274940-000000 00274930-000000 00274920-000000 00274910-000000 00274900-000000 00509580-000000 00509590-000000 00509470-000000 00509670-000000 PJUSTl 15,000 15,000 15,000 45,020 143,333 53,813 52,780 3,846 32,849 65,827 69,159 117,301 77,943 59,015 60,456 29,024 30,600 27,720 30,600 30,600 30,600 31,504 14,431 5,081 30,600 30,600 33,034 30,600 30,600 30,600 30,600 17,093 45,900 30,600 30,600 30,600 12,173 11,246 30,600 30,600 30,600 30,600 24,860 16,728 2,430 1,823 1,418 30 30 9,558 9,720 10,638 3,191 8 of 16 COUNT 425 426 427 428 429 430 431 432 433 434 435 436 437 438 439 440 441 442 443 444 445 446 447 448 449 450 451 452 453 454 455 456 457 458 459 460 461 462 463 464 465 466 467 468 469 470 471 472 473 474 475 476 477 Parcel list for determining Monetary Point Value (April 2010) EXHIBIT A RECHAR 00509680-000000 00509600-000000 00508990-000000 00508940-000000 00085700-000000 00084940-000000 00481230-000000 00319492-004500 00108040-00040 1 00113050-000900 00319491-001900 00113050-000400 00210811-009500 00210811-010800 00207720-000000 00319491-000700 00108040-000700 00213800-000000 00319492-000200 00214200-000000 00213570-000000 00210811-009900 00210811-009600 00108130-002900 00108130-002100 00108040-000400 00108040-000106 00108040-000104 00319492-003200 00213890-000000 00319491-004800 00319492-004600 00208180-000000 00108120-000700 00208020-000000 00209080-000000 00319492-002700 00108040-000302 00108040-000600 00108040-000100 00213880-000000 00213240-000000 00214530-000000 00319492-000600 00210811-011900 00207700-000000 00214330-000000 00214190-000000 00319492 -004300 00208310-000000 00208190-000000 00113050-000100 00113050-000500 PJUSTl 3,191 2,633 10,638 10,638 15,300 23,182 17,977 30 1,037 13,905 20,379 13,905 20,573 19,440 19,535 26,250 16,231 6,000 20,736 6,000 6,000 20,700 20,573 19,103 19,761 918 120 200 17,325 6,000 30 30 17,260 19,103 17,260 12,681 17,325 7,318 17,015 200 6,000 6,000 26,250 17,325 19,440 19,684 6,000 6.000 17,325 17,260 17,260 16,065 13,905 9 of 16 COUNT 478 479 480 481 482 483 484 485 486 487 488 489 490 491 492 493 494 495 496 497 498 499 500 501 502 503 504 505 506 507 508 509 510 511 512 513 514 515 516 517 518 519 520 521 522 523 524 525 526 527 528 529 530 Parcel list for determining Monetary Point Value (April 2010) EXHIBIT A RECHAR 00319491-000600 00213810-000000 00210811-002100 00212990-000000 00319492-003100 00108040-000300 00108040-000103 00319491-002500 00207780-000000 00209070-000000 00210811-011800 00319492-002200 00108130-002800 00108130-002300 00212490-000000 00213580-000000 00208320-000000 00210811-010900 00108040-000102 00246221-001900 00246221-014200 00246221-005200 00246221-004500 00246221-011500 00246221-011400 00246221-010500 00246221-010900 00246221-008800 00246221-010700 00246221-008700 00246221-006800 00246132-000000 00214482-012300 00319491-004300 00207990-000000 00319491-004900 00319491-000100 00565320-000000 00565310-000000 00108040-000303 00108040-000301 00108040-000304 00108040-000105 00108130-003000 00214482-012200 00319492-004100 00195410-000000 00195310-000000 00199940-000000 00199930-000000 00199920-000000 00199900-000000 00199860-000000 PJUSTl 28,112 6,000 19,440 6,000 17,325 12,742 239 17,325 19,676 21,973 19,440 37,314 19,103 19,103 6,000 6,000 17,145 19,440 15,524 15,345 16,560 7,200 14,400 16,560 16,560 16,560 16,560 37,296 27,600 35,190 16,618 23,355 14,700 34,965 17,260 1,128 31,913 900 900 10,852 6,174 6,860 160 19,103 14,700 20,790 18,109 18,109 26,179 25,879 25,428 24,015 15,291 10 of 16 COUNT 531 532 533 534 535 536 537 538 539 540 541 542 543 544 545 546 547 548 549 550 551 552 553 554 555 556 557 558 559 560 561 562 563 564 565 566 567 568 569 570 571 572 573 574 575 576 577 578 579 580 581 582 583 Parcel list for determining Monetary Point Value (April 2010) EXHIBIT A RECHAR 00199810-000000 00199820-000000 00200040-000000 00200080-000000 00200090-000000 00200170-000000 00200110-000000 00200160-000000 00200150-000000 00200140-000000 00199460-000000 00199090-000000 00199050-000000 00199040-000000 00199210-000000 00199080-000000 00199290-000000 00199350-000000 00199330-000000 00199410-000000 00198260-000000 00198120-000000 00196760-000000 00196820-000000 00200690-000100 00196810-000000 00196800-000000 00198330-000000 00196880-000000 00200430-000000 00200420-000000 00200410-000000 00200400-000000 00200390-000000 00197440-000000 00197450-000000 00197520-000000 00197530-000000 00197820-000000 00197810-000000 00197800-000000 00197790-000000 00195990-000000 00195980-000000 00177490-000000 00177500-000000 00177470-000000 00178240-000000 00178250-000000 00178260-000000 00178270-000000 00170230-000000 00170360-000000 PJUSTl 12,792 12,792 26,335 15,801 15,801 13,812 15,801 13,812 13,812 13,812 14,832 14,832 17,758 17,758 17,280 14,832 17,280 17,280 17,280 12,792 13,395 47,581 27,263 78,886 9,120 61,342 27,263 15,624 19,098 23,398 23,861 24,326 25,335 25,476 22,702 22,702 22,702 3,000 12,404 19,029 19,029 19,029 1,523,742 41,532 28,800 35,608 43,200 57,600 57,600 57,600 57,600 18,000 30 11 of 16 COUNT 584 585 586 587 588 589 590 591 592 593 594 595 596 597 598 599 600 601 602 603 604 605 606 607 608 609 610 611 612 613 614 615 616 617 618 619 620 621 622 623 624 625 626 627 628 629 630 631 632 633 634 635 636 Parce/list for determining Monetary Point Value (April 2010) EXHIBIT A RECHAR 00171140-000000 00171130-000000 00168130-000000 00117510-001500 00117510-001200 00117510-000700 00117510-005601 00117420-001000 00117420-000900 00117420-001400 00171420-000000 00171440-000000 00316820-000100 00465130-000000 00465300-000000 00465180-000000 00465410-000000 00250590-000100 00250591-017900 00250591-018300 00246510-000100 00246470-000100 00246510-000000 00246450-000000 00246590-000000 00246760-000000 00246750-000000 00246740-000000 00246710-000000 00112100-000000 00246660-000000 00293500-000000 00250591-011300 00250591-012300 00250591-012200 00250591-013700 00250591-005300 00270550-000100 00491470-000000 00491320-000000 00454050-000000 00453960-000000 00454010-000000 00454020-000000 00453990-000000 00453900-000000 00256160-000000 00255960-000000 00255910-000000 00255760-000000 00255870-000000 00255770-000000 00255560-000000 PlUSTl 18,000 18,000 34,441 30,173 2,693 5,385 46,069 45,279 36,584 40,512 23,247 11,288 84,480 18,361 12,359 17,655 12,359 180 16,152 15,660 27,235 71,659 17,197 115,502 18,000 399,347 87,750 91,578 122,793 104,608 75,626 18,639 15,660 15,660 15,660 15,660 16,542 15,000 1,749 9,240 2,413 2,428 2,412 2,412 46,136 2,428 12,000 12,000 12,000 12,600 13,200 12,645 12,000 12 of 16 COUNT 637 638 639 640 641 642 643 644 645 646 647 648 649 650 651 652 653 654 655 656 657 658 659 660 661 662 663 664 665 666 667 668 669 670 671 672 673 674 675 676 677 678 679 680 681 682 683 684 685 686 687 688 689 Parcel list for determining Monetary Point Value (April 2010) EXHIBIT A RECHAR 00255580-000000 00523382-000800 00564912-001000 00564912-001100 00564912 -000400 00522700-000000 00522690-000000 00450800-000000 00450810-000000 00450460-000000 00450480-000000 00450150-000000 00450180-000000 00450190-000000 00445740-000000 00445710-000000 00449950-000000 00533190-000000 00533360-000000 00533270-000000 00480640-000000 00480650-000000 00480560-000000 00480550-000000 00480540-000000 00224970-000000 00250591-010600 00270440-000000 00270460-000000 00270470-000000 00117510-001410 00117510-001400 00565260-000000 00294370-000100 00317070-000000 00316850-000000 00317060-000000 00317050-000000 00316870-000000 00317030-000000 00316980-000000 00316970-000000 00112270-000400 00112340-001701 00112270-000500 00112341-000300 00112341-001000 00112341-001100 00112341-001300 00151370-000101 00555050-000000 00555070-000000 00555040-000000 PJUSTl 12,000 30 9,777 11,461 7,830 13,608 13,608 12,240 12,240 12,240 12,240 12,240 12,240 12,240 14,760 14,760 12,546 9,450 17,550 15,750 11,125 11,066 15,461 15,539 16,243 4,500 15,660 37,124 46,310 58,752 28,976 17,385 5,587 32,813 28,590 47,904 124,775 77,146 49,728 72,688 72,280 73,720 526,477 82,542 95,040 47,800 52,800 60,480 72,960 26,236 5,832 5,468 10,368 13 of 16 COUNT 690 691 692 693 694 695 696 697 698 699 700 701 702 703 704 705 706 707 708 709 710 711 712 713 714 715 716 717 718 719 720 721 722 723 724 725 726 727 728 729 730 731 732 733 734 735 736 737 738 739 740 741 742 Parcel list for determining Monetary Point Value (April 2010) EXHIBIT A RECHAR 00508920-000000 00508910-000000 00509380-000000 00509110-000000 00509390-000000 00509250-000000 00508860-000000 00508850-000000 00508680-000000 00508690-000000 00085730-000000 00085720-000000 00442780-000000 00442740-000000 00442520-000000 00442300-000000 00442500-000000 00442490-000000 00442510-000000 00442470-000000 00442190-000000 00442130-000000 00442140-000000 00442200-000000 00468520-000000 00243622-002300 00112920-000200 00112920-000100 00528870-000000 00528860-000000 00528840-000000 00528830-000000 00528690-000000 00528680-000000 00528610-000000 00306710-000000 00306710-000103 00306700-000000 00507200-000000 00507190-000000 00507160-000000 00286750-000000 00286620-000000 00286670-000000 00286710-000000 00286580-000000 00251180-000000 00251220-000000 00251320-000000 00251200-000000 00251310-000000 00111130-000000 00250680-000000 P JUSTl 10,638 10,638 10,017 10,436 11,435 8,338 13,500 13,500 13,500 13,500 6,269 30,600 30 30 30 30 30 30 30 30 30 30 30 30 88,495 72,657 59,400 59,400 7,800 7,800 7,800 7,800 7,800 7,800 7,800 15,000 25,000 30,000 2,506 4,745 2,808 52,403 87,338 87,338 65,963 52,663 19,409 17,061 19,303 7,481 19,303 151,101 35,275 14 of 16 COUNT 743 744 745 746 747 748 749 750 751 752 753 754 755 756 757 758 759 760 761 762 763 764 765 766 767 768 769 770 771 772 773 774 775 776 777 778 779 780 781 782 783 784 785 786 787 788 789 790 791 792 793 794 795 Parcel list for determining Monetary Point Value (April 2010) EXHIBIT A RECHAR 00247510-000000 00247390-000000 00250930-000000 00250960-000000 00300320-000000 00267420-000000 00267360-000000 00267490-000000 00267520-000000 00267650-000000 00267630-000000 00267580-000000 00267690-000000 00267720-000000 00267590-000000 00267780-000000 00300150-000000 00300270-000000 00300230-000000 00300260-000000 00300210-000000 00111340-000101 00111320-001900 00111320-001200 00111340-000000 00307660-000000 00307710-000000 00307950-000000 00307940-000000 00307800-000000 00307810-000000 00307930-000000 00307820-000000 00307490-000000 00307330-000000 00307160-000100 00307270-000000 00306710-000200 00306730-000000 00306720-000000 00306910-000000 00306560-000000 00306440-000000 00306450-000000 00306350-000000 00306420-000000 00306430-000000 00306360-000000 00306310-000000 00306140-000000 00306130-000000 00305380-000000 00305390-000000 PJUSTl 13,770 13,770 11,775 10,374 15,675 30,000 30,000 33,239 18,000 30,000 30,000 30,000 30,000 30,000 30,000 18,541 24,128 62,100 62,546 62,100 71,180 19,500 40,590 43,810 136,180 12,090 12,090 12,090 12,090 12,090 12,090 12,090 12,090 15,000 15,000 22,294 15,000 30,000 15,000 15,000 15,000 67,500 15,000 15,000 15,000 15,000 15,000 15,000 17,983 15,000 15,000 15,000 15,000 15 of 16 Parcel list for determining Monetary Point Value (April 2010) EXHIBIT A COUNT 796 797 798 799 800 801 802 803 804 805 806 807 808 809 810 811 812 813 814 815 816 817 818 RECHAR 00305760-000000 00305780-000000 00305840-000000 00305200-000000 00305160-000000 00569041-009000 00569041-009100 00565040-000000 00565810-000000 00565770-000000 00565850-000000 00565920-000000 00565640-000000 00565930-000000 00565410-000000 00565390-000000 00565360-000000 00565600-000000 00565400-000000 00565350-000000 00565560-000000 00565590-000000 00565170-000000 PJUSTl 15,000 22,500 15,560 16,444 15,000 7,290 7,290 2,984 2,925 2,925 2,925 2,925 4,221 3,728 2,633 40,500 2,633 2,925 2,633 2,633 2,925 2,925 35,100 $21,719,036 Total Value $21,719,036 divided by 818 parcels equals $26,551.39 average value per parcel Average value $26,551.39 divided by four points equals $6,637.85 per point. 16 of 16 RESOLUTION NO. 218-2008 A RESOLUTION OF THE MONROE COUNTY BOARD OF COUNTY COMMISSIONERS ESTABLISHING THE MONETARY VALUE OF A SINGLE ROGO ALLOCATION SYSTEM COMPETITION POINT FOR PURPOSES OF PAYMENT BY APPLICANTS IN THE ROGO SYSTEM WITH A MAXIMUM OF 2 POINTS AVAILABLE PER APPLICATION. WHEREAS, the BOeC approved ordinance 009-2006 at a regularly scheduled meeting on March 15th, 2006 establishing the potential for an applicant to receive up to a maximum of two (2) additional points toward an application in the ROGO competition in return for fair compensation to the County's Land Acquisition Fund; and WHEREAS, the BOCC approved ordinance 011-2006 at a regularly scheduled meeting on March 15th, 2006 establishing the potential for an applicant to receive up to a maximum of two (2) additional points toward an application in the NROGO competition in return for fair compensation to the County's Land Acquisition Fund; and WHEREAS, ordinances 009-2006 and 011-2006 require that the monetary value of each point be established annually by resolution of the BaeC; and "WHEREAS, ordinances 009-2006 and 011-2006 declare that the point value awarded for dedication of one vacant, legally platted, privately owned, buildable, lot located in an improved subdivision (IS) or urban residential mobile home (URM) land use district and designated Tier 1 shall be four (4) points; and WHEREAS, ordinances 009-2006 and 011-2006 establish that the monetary value shall be based on the average fair market value of all vacant, legally platted, privately owned, buildable, lots located in an improved subdivision (IS) or urban residential mobile home (URM) land use district and designated Tier 1 divided by four (4); NOW THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA: Section 1: The BOCC accepts the Growth Management Division's methodology for establishing the average fair market value of all vacant, legally platted, privately owned, buildable, lots located in an improved subdivision (IS) or urban residential mobile home (URM) land use district and designated Tier 1 utilizing the current official records of the Monroe County Property Appraiser as displayed in the geographic information system. Section 2: The BOeC accepts the Growth Management Division's average fair market value for all vacant, legally platted, privately owned, buildable, lots located in an improved subdivision (IS) or urban residential mobile home (URM) land use district and Page 1 of2 Reviewer: designated Tier 1 to be $47,002.12 which average includes 871 properties within Monroe County. Section 3: The BOCC establishes the fair monetary value per point at $11,750.53. This shall be considered the fair compensation per point awarded to an applicant with a maximum award available of two (2) points. PASSED AND ADOPTED at a regular meeting of the Board of County Commissioners of Monroe County, Florida, held on the 16th day of July, 2008. Mayor Mario De Gennaro Mayor Pro Tern Charles "Sonny" McCoy Commissioner Sylvia Murphy Commissioner George Neugent Commissioner Dixie M. Spehar Yes Yes Yes ~ Yes BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA )....; By: ~4~ ~. , ..~.. "- " : '. \\~". ; .-r'l ."'1\. \. "'-:'" ~ ". # \ ~.~-- ,~ <~~)~ "-A-'r-i',(St: DANNY 1. KOLHAGE, CLERK G-~ b.C. Mayor Mario DIGennaro - MONROE COUNTY ATTOANIY APPROV~D AS TO FORM -,.. ...., i3 (:) c:::a .. 2:: :Po g: ., ~~:~~ ~ ,- c: '1 (i) :J -~ ~2~- CJ1 '. - _~r-.. ': ..) -lr:-~ ~ -- -. - ; :rc . "";1 - - -;'l ...... N '.., r- "...., .. ~.~} r : CJ1 " \0 '. . Page 2 of2 Reviewer: BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: Mav 19. 2010 Division: Growth Management Bulk Item: Yes....L- No Department: Staff Contact PersonJPhone #: Christine Hurley Ext. # 2517 AGENDA ITEM WORDING: Approval of First Amendment to the agreement with Reid Ewing for consulting services in connection with hurricane modeling, increasing original contract by $15,000.00 ITEM BACKGROUND: At the April 15, 2009 BOCC meeting the County entered into a contract with Reid Ewing to provide consulting services in the area of hurricane evacuation modeling to provide technical assistance related to the assumptions to be used in the 2010 model run by the Department of Community Affairs (DCA). DCA has been proceeding with meetings of various technical participants and the Florida Department of Transportation and Department of Emergency Management. Because three state agencies are involved the work needed by Mr. Ewing is being extended. This amendment will provide for additional services to be provided as required, on an as needed basis. PREVIOUS RELEVANT BOCC ACTION: April 15, 2009 - BOCC entered into an Agreement for Consulting Services for $11,000.00 CONTRACT/AGREEMENT CHANGES: nla STAFF RECOMMENDATIONS: Approval TOTAL COST$26.000 Inc!. $15K being requested INDIRECT COST: nla BUDGETED: Y --X..No _ DIFFERENTIAL OF LOCAL PREFERENCE: nla COST TO COUNTY: $26.000.00 SOURCE OF FUNDS: 148-50001-530340 REVENUE PRODUCING: Yes No-x-- AMOUNTPERMONTH_ Year APPROVED BY: County Atty ~ OMB/Purchasing..x.....- Risk Management ~ Not Required_ DOCUMENTATION: Included x DISPOSITION: AGENDA ITEM # Revised 7/09 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: Reid Ewing Contract #_ Effective Date: April 15, 2010 Expiration Date: Jun~ 19-,zQffi1 Contract Purpose/Description: 1 st Admendment to Agreement for Consulting Services with Reid Ewing extending the expiration date, providing for additional services and .adding $15,000.00 to the original Agreement. Contract Manager: Christine Hurley 2517 Growth Management (Name) (Ext. ) (Department/Stop #) for BOCC meeting on May 19,2010 Agenda Deadline: May 4, 2010 CONTRACT COSTS Total Dollar Value of Contract: $ 26,00,0 Budgeted? YeslZl No D Account Codes: Grant: $ County Match: $ Current Year Portion: $ 21 ,000 148-50001-530-340-_ - - - - ----- - - - - ----- - - - - ----- Estimated Ongoing Costs: $ (Not included in dollar value above) ADDITIONAL COSTS /yr For: (eg. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Changes Date Out Date In Needed RfV' er Division Director 5'"'}"/D YesO N.~ F.-" ~-j,/ Risk Management 'Ui.{D YesONor:J ~ ~~; Ol:../Purchasing ~ IV YesD NO'~-- cr i , County Attorney 't Ji (0 YesO No~ ~.. f._.oL - - r u ) ~.!l-/, Comments: \...,i OMB Form Revised 2/27/01 MCP #2 FIRST AMENDMENT TO AGREEMENT FOR CONSULTING SERVICES THIS FIRST AMENDMENT TO AGREEMENT is made as of this _ day of , 2010, to the Agreement dated April 15, 2009, between Monroe County ("COUNTY"), a political subdivision of the State of Florida, whose address is 1100 Simonton Street, Key West, Florida 33040 and Reid Ewing ("CONSULTANT"), whose address is The University of Utah, College of Architecture & Planning, 375 South 1530, East Room 235, Salt Lake City, Utah 84112. WITNESSETH: WHEREAS, COUNTY and CONSULTANT desire to continue the services as described in the Agreement dated April 15, 2009; WHEREAS, the Agreement has an expiration date of May 19, 2009; WHEREAS, the parties desire to extend the Agreement for an additional year which may necessitate additional payment; NOW, THEREFORE, COUNTY and CONSULTANT agree as follows: 1. Section I shall be amended as follows: SECTION I. SCOPE OF SERVICES CONSULTANT will provide COUNTY consulting services in the area of hurricane evacuation modeling in connection with the COUNTY'S growth management objectives. The services provided shall include a final report explaining the Florida Keys Hurricane Evacuation Model ("FKHEM") and model input parameters, and recommending updated model inputs ("Final Report"). Additional services that may be requested by COUNTY may include (a) attending meetings with the Florida Department of Community Affairs and COUNTY to achieve a Memorandum of Understanding ("MOU") on model inputs; (b) collection of data on input variables to be updated according to MOU; (c) analysis and organization of updated database for input into FKHEM; (d) updating FKHEM and running clearance time scenario for growth management purposes (i.e., review of comprehensive plan amendments and implementation of Permit Allocation System and other rate of growth regulations); (e) updating FKHEM and running clearance time scenarios for emergency management purposes; and (f) updating and adjusting FKHEM based on evacuation phasing policy of COUNTY. 2. Section II shall be amended as follows: SECTION II. COMPENSATION CONSULT ANT shall be paid SIX THOUSAND DOLLARS AND NO/cents ($6,000.00) upon the submittal of the Final Report to COUNTY. CONSULTANT shall be paid an hourly rate of TWO HUNDRED DOLLARS AND NO/cents ($200.00) for additional services performed at the request of COUNTY, as authorized in writing by the Director of Growth Management. Compensation for services provided by CONSULTANT shall not exceed Twenty-six Thousand Dollars ($26,000.00). 1 In addition to the Compensation for CONSULT ANT'S Services provided for herein, Consultant shall be reimbursed for expenses (including air and ground transportation, meals, and lodging) incurred in connection with travel performed at COUNTY'S request at the rate authorized by COUNTY. 3. Section III shall be amended as follows: SECTION III. PAYMENT The COUNTY'S performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Board of County Commissioners and the approval of the Board members at the time of contract initiation and its duration. 4. Section IV shall be amended as follows: SECTION IV. PERIOD OF SERVICE This Amendment is effective retroactive to April 15, 2010, for a period ending June 19,2011, to prevent any lapse in services or payment. This Amendment may be extended by mutual agreement of the parties, or terminated by either party, with or without cause, upon seven days written notice to the other party. 5. The remaining terms of the Agreement dated April 15, 2009, not inconsistent herewith, shall remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this Amended Agreement as of the day and year first written above. (SEAL) BOARD OF COUNTY COMISSIONERS OF MONROE COUNTY, FLORIDA Attest: DANNY L. KOLHAGE, Clerk By: Deputy Clerk By: Mayor Sylvia J. Murphy Date: REID EWING Witnesses to REID EWING: Name: Signature Date Name: Signature Date 2 AGUDBNT POR CONSULmrG SERVICES THIS AGlO:DD:NT is made 18 of this t?~ of April, 2009, between Monroe County ("COUNTY"). a political subdivisi of the State of Florida, whose addrB is 1100 SimoDtoD Street. Key West, orida 33040 aod Reid BwiDa ("CONSULTAN'lj, whose Iddnss is The UDivenity fUtah, CoJIeae of Architecture & PJarmR,g, 375 South 1530, Eat Room 235. Salt Lak8 City, Utah 84112 for COII8UItina .-vices to be peaJb.med in hurricane evacuation modeJiDa in CODDeCtiem with the COUNTY'S growth lDaDlplDeDt objectives. WJIEUAS, CONSULTANT was pnMousIy rmployed by the Natioual Center for Smart Growth Research IDd Education at the Univet8ity ofMaryIaDd; . WBDJ:AS, COUNTY pnMowdy ~Iwith the UDiversity of MmyIaad for CODP'~ .-vices to be pe.Lu.4 by CONSULTANT in COIIDICtiOll with hurricane evacuation modeling; WBDJ:AS, CONSULTANT is now employed by The UDiversity of Utah; WBDJ:AS, COUNTY .....- to c:oDdmJe to"" CONSULTANT to provide consulting services in coonection with hunicane ~OD modeling; WBEUAS, CONSULTANT desires to ..... these Services as described in SECTION I, Scope of Service&; NOW, TBEllDOU. COUNTY and CONStn.TANT in coasideration of the mutual covenants conm;aed herein, agree as fbllows: SECTION L SCOPE 01' SERVICES CONSULTANT will provide COUNTY consultina services in the area of bunicane evacuation JWVVWi"8, incIudiDa the foJlowina: (a) eYIbjIation oftbe exiatiDa Florida Keys Hurricane BvacuaaiaD Model ("PICHBM"); (b) ~ of slat term data 80UrCeI available to support iDterim model update; (e) report apIaiaiDa model iDFut pII1IIIleten aad recomrrNlllltfiug updated model . (eI) 1I'IMlti11p with the Florida Depa. taka4 of ColllmOnity AftiIin aDd COUNTY to achieve a Memonuulum of UDdei~ ("MOUj em model iDputB; (e) of data on iDput ___ to be 1~1ted aocordiIJs to MOO; (f) 8IIIIysia and. of....... If___ for iDput Do 1'_~ (s) ~"8 FICHEM ad J'UDDina time ICIII8rio for growth m,~ purposes (i.e.. review of plan ~.bt aod impl~ of Permit AIIocatioD System 8Dd J'Ite of srowtb f9Nticms); (11) upt.t;. F.IC.HBM ad J'I~ c1araaco time .os for emea~ ......... ~ (i) 1"'~"8 and adJusdua FKHEM baed eYIIft'Coa phuiDs policy of COUNTY; and (j) providius final report to COUNTY. I SECTION Do COMPDSA'I10N ~ution tbr CONSULTANr'S Services under r Aareemeat sbaJI be ELEVEN THOUSAND DOLLARS AND NO/cents ($11,000.00 In addition to the Comr-"tioJa fbr CONSULTANTS Services provided for herein, enn.,ItJI. sbaII be reimbursed tbr expeuses (;dJdi~ air IIId grouod 1nID8portItioa, meals. and lodsiDa) incurred in connection with travel P<<fo,rmed at COUNTY'S request. SECI10N m PAYMENT CaaauIlut sholl be poid FMl'l'HOUSAND AND!;f ($5,000)._ COUNTY'S receipt of a prelimillM')' repoIt aplAinn., model . ~8 IIId reco~ '"dated model iDputs; the ~llqge of CONSULT 'S,., 1 ..... UDder the Asreement shall be paid upon completion of'tM Scope f Services. The COUNTY'S perfivmaace and obligation to pay ubder this Apeemeat is conti.- upon an aaual approp.-iatiOD by tho Board ofCoumy Commi88io.... aDd the approval of the Board members at the time of contract iaitiatiOll aad its duration. Iftbe CONSULTANT'S dudes. obliptLw IIId ~biliti. are lIIIIIriaIIy cbaDaed by wriueo amMVI"1ellt 10 tbia Aareemeat after'~ of this Aareem-. CODIp"lItion due to the CONSULTANT sbell be eq$itablyadjusted, either upward or doWDWlU'd. . DCI10N IV. PERIOD OIP SERVICE This Asreemem sbaI1 become etfective upon sipature by all parties and sba11 CODtiDue in effect for one (1) year. This Aareement may be extepded by mutual ~ of the parties, or tFnin~ by -- party, with or without C8UI&\ upon I8WIl days written aotice to the other party. DCTION V. NON-WAIVER OJ' IMMUNITY ANl) BOLD HARMLESS COUNTY IIId CONStmANT acImowJedae that does DOt WIiw im....nrity 110I' does COUNTY .. to IIoId the hmn1ea; ~1Il:Ji.. the provisioas of Sec. 768.28, Florida S1atutes, the pIl'tici . of the CONSULTANT BDd the COUNTY in this Aareemeat IIId the of any COIDIII8I'daI liability iaanDce coveraae. seJt:.iasurmce c:ownae. or 10cal IiIbility iasurmce pool cownp sbaII DOt be "-med a wan. of immll11ity the exteat of liability c:ownae. nor shall any CODtrIct eatered into by the COUNTY required to contain any provision for waiver. 2 SECl10N VI. CONTROLLING LAW Tbia ~ is to be gowraed by the law of the *- of Florida.. Veaue sba1I be in MoDl'08 CouDty. SECl10N VB. SEVDABILlTY If any provision of this ~ is held invalid, or UDeDfoteeabJe, the rernaini"B provisicms sbaII be valid aDd biDdius upon the parties. ODe or more waivers by either party of 8Dy provisioD, tIIm or condition shall DOt be ~ by the otbIr' party as a waiver of any subsequeat breIch oftbe same provisioa, term or c:oOdidon. SECl10N vm. NONDJSC1UM1NATION . CONSULTANT IDd COUNTY .. that there wiD r.. DO ......... ..".met any peI'IOII, aad it is expnl88ly UDdentood tb8t upon a .. by . court of competeat jurisdiction that dilCfiminarioa has occurred, this 1Ut~Q)Jy tcmin-. without 8Dy further actiOll on the pert of any party, . the date of the court order. CONSULTANT or COUNTY ... to comply with PeclmIlDd local m.ftltel and ordinances. as applicable. fl'JI-mw to ... These include but are DOt limit<<J to: 1) 'l1de VI of the Civil Rigbts Act of 1 (PL 88-352) which prohibits di8crimin8tion on the basis of race. color or IIItionaI ". 2) Title .IX of the Education Ameqdmeat of 1972. as A,,*"-ded (20 use a. 1 1-1683, aDd 1685-1686), which prohibita di8c:rimiDaIioo OIl die basis of sex; 3) . S04 of the ReIIabi1itaIion Ad. of 1973, II .mended (20 use s. 794), which probib' discrimiuariOll OIl the basis of badicaps; 4) The Ap Discrimiaation Act of 1975, II (42 use 81. 6101-6107) which probibita discrimiuatioa on die baaia of lip; S) The Drua Abuse otBCe aad T~ Act of 1m (PI.. 92-2SS), II 811181ided. . to lIftft(fi.,,;minatioQ 011 the basis of drus abuse; 6) The Comprehe.aaive Alcohol IDd AlcohoHsm Preveaticm. TJ'MttIt~ and Rebabilitation Act of 1970 (PL 9 -616), as ameaded. reIatiDa to nnndiscriminam 011. the buis of alcohol abuse 01" '. 1) The Public Health Service Act of 1912, 81. 523 8Dd 527 (42 use u. 3 aad ~3), as ~ reIatiDa to CODfidfmti,Uty of alcohollDd dJUa abuse records; 8) Tide vm of the Civil Rights Act of 1968 (42 use 8. et seq.), II anteDded. ",IMi. to DODdiscriminati in the ... reat8l or ftn,ncrns of .....~ ~) TIle :5 with ])i-hilities Act of 1990 (42 use s. 1201 Note), as maybe ....... 80m time to ..... ~ to DOIIdiscrimiuat on the bais of disability; 10) Ally ~__--=_ provisions in 8Dy Federal or st8te atatutea which may apply to the '. to, or the subject DIIdter 0( this Aareemem. ' . SECI10N IX. NOTICE Any aces .. by the parties shaU be d- ullld to beea duly .wd if delivered in pcI'SOIl to the iDdividuala 8Dd acIdreaea Jiated below, if delivered or .. by first cIus mail, certif1ed, return receipt, 01' by courier with proof of delivery. All written COI'fe8JJ01.dtDce to the COUNTY shall be dated 8Dd siped by an IIUthorized repnseatadve of the CONSULTANT. The sbaII be directed to: 3 FOR. COUNTY~ Derek V. Howard }.BstaI't Couaty Attomey Momoe~ Attorneys OfBce 1111 1~ Street, Suite 408 Key West, Florida 33040 FOR. CONSULTANT: Reid Ewing The University of Utah CoIl. of Arr.h~ & Planni1,g 375 South 1530, East Room 235 Salt Lake City. Utah 84112 SECTION X. NO THIRD PARTY BENDlCJAIUE$ Notbiaa ~ baein sbaIl create any relatinnflhtp. ~.c1wIl or otherwise, with or any rights in fiwor 0( any tbinI perty. SECl10N XL BINDING D'FBCT The tmns. COWII8IIts, ~ ad provisions oftbja Agreemeat sbIIJ bind aDd iDure to the baaefit of the COUNTY aad CONSULT~ ad their respectiw lepl representatives. suc:c.essors, and assigns. SECI'ION XIL AUTHORITY Each party rapre&eilb to the other tbat the aeamou, delivery aDd paformance of this Asreement have been duly IUthorized by all --1 County and CoDsuItaat action, as required by law. SECTION' xm. ADJUDICAll0N 01' DISPUTES OR DISAGRUMBNTS COUNTY aDd CONSULTANT .. that all . ~ to be nlIOIved by IIIIt ad coafer seaiODl the parties. If die ill8Ue or issues are still DOt thea any pII1y sbaIl bave the riJbt to seek: such relief this Apenvmt. COUNTY aDd CONSULTANT Apemeat sball be required to eater into any Agreement. aacl "i-y. I shall be I. (ltIIl n,.nves of eech of to the -.nlfaction of the parties. remedy as may be provided by y .. tbIt DO party to this praceali..,. reJated to this 4 SECTION XIV. COVENANT 01' NO I.N'TERJ:ST I CONSULTANT aDd COUNTY COV8ll8llt that neitberE bas any iJmnst, aDd shall not acquire Ill)' iDterest, which would conflict in any INlftner or .... with its pedbamaace UDder tbia ~~-nt. aDd that ollly . of each is to pedbJm 8Dd receive beaefita as recited in this Aareement. . SltCl'lON XV. CODE 01' ETHICS COUNTY ... that officers 8Dd employees of tile I COUNTY recopi7,e 8Dd will be requind to comply with the ....... of ~~Iic ofticen IIId .ployees as deIiDeated in Section 112.313, Florida Statute!, but not limited to, solicitation or acceptaocD of sifts; doing business with ODe'. asency; UII8Uthorized compell88tion; milUle of public positioD, C()ftf1i~ employment! OIl contDctuat relatiODSbip; and diaclosure or use of certain iDibrmaUOIl. SECl'ION XVl BXECIJTION ':I ~ :toO S r- Tbio~ iaolndl"IIIyIllbilllls~;t7"ill"'tbo...... ~ ~ ~ betMm CONSULTANT aDd COUN'IY, IIId 8Dd CODIIOIa OWl' all JX@--' ~ ~ or oral UIIderst8udiIJa This ~ may be supp1emeated or ~~ c. :;0 by a written iDstrumem duly executed by the parties. ~ ~ ~ 1 ~ .::.;,; :::0 r- ::s C') lNWl'I'NP3S WHBREOF, the parties henm have ~ this Aareement as of~ -:: ~ ami year m. writteD above. . ....(\. % fl4 C:J r- · (SEAL) Date: JO/IJ e '"" REID BWlNG 0 W"1tDe&_ to RBID BWING: NameCJ,lI":s-h;-,~ S' Name:\.._~ .!f\ ne -Jk. h YlS07? BE OF COUNTY C SlONBRS OF if,NllOB COUNTY, FLOIUDA By:fil!,)&-~. n~,~. MaWor/Chairman Date: ,//J$'/"1 Date: ~{. f t ' 4 '0:-: "'!=,f"\:: COUNTY ATTOR'-' I~;;~ :"Ie Ji:D AS :, ( DateS=-11-~<7 Date 5-/9-:1..00? 5 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: Mav 19.2010 Division: Growth Management Bulk Item: Yes -1L.. No Department: Planning & Envr. Resources Staff Contact Person/Phone #: Trish Smith 289-2562 Mark Rosch 295-5180 AGENDA ITEM WORDING: Approval to withdraw a National Scenic Byways grant (SB-2008-FL- 54821) from the FDOT Work Program (FM 4260601) and for the Mayor to submit a withdrawal letter to the FDOT. ITEM BACKGROUND: In 2008 the County applied for a $1.4 million National Scenic Byways grant to purchase conservation land along the US-l corridor on Big Pine Key (see attached BOCC Agenda Item Summary). The grant application was approved and requires a $395,000 local match, which was to be provided by the Land Authority. Subsequent to the grant award, Federal Highway Administration, US Fish and Wildlife, and the Florida Department of Transportation ruled that the NSB grant cannot be used to fulfill the mitigation requirements of the Big Pine Key Habitat Conservation Plan (HCP). Had staff been aware of this prohibition, the grant application would not have been submitted. Given the large amount of HCP mitigation land yet to be acquired and the significant mitigation credit associated with land in the project area, Growth Management and Land Authority staff believe that the County would be better served having the Land Authority acquire the land so as to avoid losing the mitigation credit. The FDOT requires a letter from the County requesting that the grant funds be removed from the FDOT Work Program. PREVIOUS RELEVANT BOCC ACTION: On March 19,2008 the BOCC retroactively approved submitting the grant application. CONTRACT/AGREEMENT CHANGES: Not Applicable. The Local Agency Program (LAP) agreement for this grant has not been prepared or executed. ST AFF RECOMMENDATIONS: Approval TOT AL COST: o INDIRECT COST: BUDGETED: Yes _No DIFFERENTIAL OF LOCAL PREFERENCE: COST TO COUNTY: o SOURCE OF FUNDS: REVENUE PRODUCING: Yes No AMOUNT PER MONTH Year (j APPROVED BY: County Atty -t. OMB/Purchasing _ Risk Management DOCUMENTATION: Included Not Required_ DISPOSITION: AGENDA ITEM # Planninl! Department 2798 Overseas Highway Suite 410 Marathon. Florida 33050 Voice: (305) 289-2500 FAX: (305) 289-2536 County of Monroe /~;'~ (~~II~. ~~,., 1-:0/;'" I: \... :;~::: r-cLf/Jl ""'<:~ \~~ ~;'~~;'ib~{~~~' Board of Count v Commissioners Mayor Sylvia J. Murphy, Oist. 5 Mayor Pro Tern Heather Carruthers, Oist. 3 Comm. Kim Wiggington. Oist. 1 Comm. George Neugent. Oist. 2 Comm, Mario Oi Gennaro. Oist. 4 We strive to be caring, professional andfair Mr. Gus Pego District 6 Secretary Florida Department of Transportation 1000 111 th Avenue Miami, FL 33172 Subject: Request to Remove Project from FDOT 5 Year W orkprogram FM 4260601 - National Scenic Byways Grant Dear Mr. Pego: This letter serves as our official request to remove the above referenced item from the District 6 workprogram. When the county applied for the grant to acquire native habitat on Big Pine Key, we anticipated the ability to utilize the properties for "H" as part of the Big Pine Key Habitat Conservation Plan. Subsequent to the grant award, we were notified by the PDOT that these funds could not be used for that purpose. If you have any questions about this request, please do not hesitate to contact Trish Smith in the Planning Department at 305 304-0412 or at smith-patricia@monroecounty- flus. Sincerely, Sylvia J. Murphy, Mayor Monroe County Board of County Commission B,,<Jc:. u p m'''Te~/A'5 - - BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: March 19. 2008 Division: Growth Management Bulk Item: Yes l No Department: Plannin Staff Contact Person: h_arJene Wylie AGENDA ITEM WORDING: Retroactive approval of a grant application to the National Scenic Byways for $1.4 million to purchase Key deer habitat along U.S. 1 in Big Pine Key for county mitigation. Retroactive approval is necessary due to application deadline. ITEM BACKGROUND: The National Scenic Byways (NSB), a program of the Federal Highway Administration (FHW A), announced the opening of their grant cycle to the states on February 14. Florida released this information to their scenic highway programs on February 19. The application deadline for Florida applicants was March 10. This grant will be matched 20% with funds from the Monroe County Land Authority (MCLA), and will be used to purchase critical habitat along U.S. 1 in Big Pine Key. The purchase of these lands will meet the permitting and mitigation requirements of the U.S. Fish and Wildlife Service, as well as enhance the scenic corridor and assist in protecting one of the county's intrinsic natural resources. PREVIOUS RELEVANT BOCC ACTION: N/A CONTRACT/AGREEMENT CHANGES: N/A STAFF RECOMMENDATIONS: Approval TOTAL COST: $1.750.000 BUDGETED: Yes No COST TO COUNTY: $0 SOURCE OF FUNDS: NSB Grant and MCLA Funds REVENUE PRODUCING: Yes No~ AMOUNT PER MONTH Year APPROVED BY: County Atty x OMB/Purchasing Risk Management DOCUMENTATION: Included x Not Required_ DISPOSITION: AGENDA ITEM # -{\ONAL. S. ~t- C'~ 1:- Z} ~:O~~ Project Summary 2008 State Submission Date Mar 7,2008 SB-2008-FL-54821: Key Deer Habitat Preservation Division Submission Date not submitted State Priority o This application must be completed online at http://www.bywaysonline.org/grants/, and submitted electronically and in printed form. Project Category Which category best describes the location of this project? o Project that is associated with a highway that has been designated as a National Scenic Byway, All American Road, or one of America's Byways. . Project along a State or Indian tribe scenic byway that is carried out to make the byway eligible for designation as a National Scenic Byway, an All-American Road, or one of America's Byways. o Project that is associated with the development of a State or Indian tribe scenic byway program. Choose from the following categories of eligible work the type that best fits your project. o Byway Programs o Corridor Management o Safety Improvements o Byway Facilities o Access to Recreation . Resource Protection o Interpretive Information o Marketing Is this application a resubmission of an unfunded project from a previous year? 'J Yes . No Project Location State(s) involved in project: Florida Indicate the byway's regional location within the State. Reference prominent landmarks such as parallel major highways, natural features, counties, or large cities, that makes the byway(s) easy to locate in a road atlas. The Florida Keys are a series of islands that stretch off the southern-most tip of Florida. The Florida Keys Scenic Highway is located along the entire length of U.S. I (Overseas Highway) in the Florida Keys, starting in Key Largo at MM 106 and ending in Key West at MM O. See attachment I. Briefly describe the project's location(s) on the byway using references to route numbers, byway gateway communities, project location communities and landmarks so any reviewer can identify the project sites. 1 of 12 SB-2008-FL-54821: Key Deer Habitat Preservation The project is located on Big Pine Key on U.S. 1, approximately 35 miles northeast of Key West. See attachment 2. Associated Byways State Byway Name FL Florida Keys Scenic Highway Is this project consistent with the Corridor Management Plan(s) for the byway(s) involved? . Yes o No / CMP not available Congressional Districts Stat~' .... ;:;.~~';;hJ~~T ~."J. 'Riift;j'~ih'tiitl~;(f(it 'tl~~:cifjiJ,1'<;iil~iti~hV ,Dlstrlctij l!:r.r. ..v.~ 'I' t_. -: }f.~tr:r..!.i::. f:l-!.?;, ..R{. ' ".r"':;'~~I!:lt1J.~i:!f.i.1i","_T' .J~."'. t;;~ci'U."' ~~~;~ii, ,~:..- \ ~~j't.~~..i!t1t';'J1I1 1- FL 18 Ros- Lehtinen, Ileana Abstract Project Description Complete the sentence "This project will..," before adding remaining information, This project will preserve 20 specific parcels in Big Pine Key along the scenic highway which are critical habitat for the federally endangered Key deer, which are found only on these islands. In addition to preserving a significant intrinsic quality of the scenic highway, it will preserve the beautiful viewshed, while controlling and directing growth in a popular vacation destination. Byway Benefits Complete the sentence "This project benefits the byway traveler by..." before adding remaining information. This project benefits the byway traveler by preserving a delicate ecosystem, allowing the traveler to see and understand how nature has developed on this chain of isolated islands. Furthermore, by selecting specific high-quality parcels of habitat along the highway that only adjoin other publicly held conservations lands, as well as along the Florida Keys Overseas Heritage Trail, the traveler can experience this unique environment first hand either by vehicle, or by biking or hiking the trail. The merging of these elements enhances Big Pine Key as a destination for byway travelers, and provides more opportunities for visitors to park their vehicle and hike or bike the area. Narrative Project Summary Completely describe all the major elements of your proposed project in a concise but complete summary. This project will purchase 20 specified properties along the highway that are critical habitat for the federally endangered Key deer, that also adjoin the Florida Keys Overseas Heritage Trail, U.S. Key Deer Refuge lands, and state and county conservation lands. Each parcel selected was identified not only based on its quality of habitat and frontage on U,S. I, but because they adjoin existing publicly-held conservation lands. Therefore, the project not only increases the total acreage of protected habitat in the Lower Keys, but increases the contiguous size of each habitat area and each segment 2 of 12 SB-2008-FL-54821: Key Deer Habitat Preservation of natural viewshed, doubling the benefit to the Key deer and to the highway traveler. See Attachments 6-11, which show the publicly-held conservation lands in red, and the proposed parcels next to them outlined in yellow. . What are Key deer? The Florida Keys has a unique ecosystem, with numerous plant and animal species found nowhere else in the world. Because the Keys were formed as a series of isolated islands, and because they are located in a subtropical weather system conducive to year-round nourishment, these plants and animals have developed amazing adaptations. Even more interesting is that each island contains an ecosystem slightly different from the others. One of these amazing adaptations is found in the Key deer, a subspecies of the Virginia white-tailed deer. Due to the lack of fresh water and land limits, these deer evolved to look exactly like their northem cousins, but grow no bigger than the size of a medium-large dog. (See attachment 3) These deer are found on only two islands in the Keys - Big Pine Key and No Name Key - because the Slash pine habitat is located here. These shy and diminutive creatures are gentle and adorable, making them the sweethearts of the Keys, and a strong attraction for tourists coming to the Florida Keys. Also, due to their incredibly limited range and numbers, they are a federally-listed endangered species. . What are Key deer to the Florida Keys Scenic Highway? In 1999, members of Clean Florida Keys (the CME prior to the new Florida Keys Scenic Corridor Alliance) sought the designation of U.S. 1 from Key Largo to Key West as a Florida Scenic Highway. This was a time when development and tourism in the Keys was reaching a peak. They felt that by designating U.S. 1 a scenic highway, it would raise awareness of the Keys' beautiful vistas and unique ecosystem, raise awareness of the value of maintaining and preserving the intrinsic qualities of the Keys, and encourage local govemments to consider these features when adopting plans and approving development in environmentally sensitive areas. Their plan also was to maintain and restore native vegetation and habitats, and encourage more eco-tourism to the Florida Keys. (See Attachment 4) . How does the community feel about the Key deer? Protecting the Key deer is not just a goal of the Scenic Highway. This goal is shared by the U.S. Fish and Wildlife, the National Key Deer Refuge, the Florida Fish and Wildlife Commission, the Florida Department of Community Affairs, the Florida Forever Program, the Monroe County Department of Growth Management, and the Monroe County Land Authority. Each of these agencies are working in concert to identify, conserve and manage Key deer habitat, as well as control and direct the growth and development demands in this popular vacation destination. (See Attachment 5) In addition, local letters of support were provided by the local chapter of The Nature Conservancy, the Florida Keys Overseas Heritage Trail, and the Florida Keys Scenic Corridor Alliance. . Summary of the Key Deer Project: This project is ajoint effort by Monroe County Growth Management and the Monroe County Land Authority to protect 20 specific properties of Key deer habitat. These properties have been selected for their high quality of habitat, their proximity to the scenic highway, their proximity to the Florida Keys Overseas Heritage Trail, and their proximity to other Key deer conservation lands. (See Attachment 6-11) These properties will increase the contiguous acreage of habitat available to the Key deer, as well as preserve the continuous spans of natural beauty along the highway and the heritage trail. By securing these properties, this project also directs growth and development to occur in small clusters outside the habitat boundaries, thereby reducing spawl development along the highway. This will be a tremendous accomplishment along the scenic corridor, fostering a balance between the demands from growth and tourism, and protecting one of the major resources which bring tourists to this area in the first place. The grant will be administered by the Monroe County's Department of Growth Management. The Monroe County Land Authority has offered their conservation funds to be used as the match for the project, and to provide all the staff time necessary to conduct the negotiations and meet the criteria of the Unifonn Relocation Act. 3 of 12 SB-2008-FL-54821: Key Deer Habitat Preservation Finally, the Monroe County Land Authority will provide the day-to-day on-going management and preservation of the conservation lands, including Benefit to Byway Traveler Describe how the proposed project will benefit a byway traveler, add to their travel experience or fulfill an important objective of your ,eMP,. The byway traveler in the Florida Keys has 106 miles of highway and overseas bridges to enjoy on their way from Key Largo to Key West. These visitors need hotels, restaurants and other amenities along the way, but they take the drive down the Keys to see lengthy spans of undisturbed and exotic beauty. There are many "eco-destinations" along this drive, and one of the most significant is the Key deer on Big Pine Key. There are over 90,000 visitors every year to the Key Deer Refuge alone. Unfortunately, the draw of tourists to see the elusive Key deer is placing demands for more development in the Lower Keys, thereby jeopardizing their limited habitat. . Resource Protection and Natural Viewshed By directing this growth, and salvaging the remaining habitat along the highway next to the existing public conservation lands, it is the goal of Monroe County to preserve both the tourist destination, the experience of the traveler, and the Key deer. The selection of the parcels was calculated so that each parcel adds on to an existing public conservation land, increasing both the total acreage of habitat in the Lower Keys, as well as increasing the contiguous size of each area of habitat and each segment of highway viewshed. This results in a doubling of the benefits of the project. . Enhances Alternative Transportation Facilities This also enhances the experience of the traveler along the Florida Keys Heritage Trail, which is a bike/ped path that parallels the entire 106 miles of the highway. Preserving the natural areas along the road frontage enhances both the drivers' experience, as well as encourages biking or hiking the Trail. This secondary transportation use of the corridor is part of a national trail, the East Coast Greenway. The Trail brings byway travelers closer to the conservation areas, and provides destinations along the scenic highway. . Interpretive and Information Opportunities The byway traveler will find interpretive and educational information about the Lower Keys eco-system and the Key deer at the National Key Deer Refuge. Plans for additional interpretive infonnation are in the Florida Keys Overseas Heritage Trail interpretive signage plan. . Supported by Local Chambers of Commerce and Local Entities This project is consistent with the mission and goals of the Florida Keys Scenic Highway to preserve native vegetation and habitat, and to encourage more eco-tourism to the Florida Keys. (See Attachments 4 and 12) The Florida Keys Scenic Corridor Alliance, the CME for the Florida Keys Scenic Highway and the local community support organization for the Florida Keys Overseas Heritage Trail, voted to provide a letter of support endorsing the project. The Alliance directors and advisory board are made up of representatives from each of the Chambers of Commerce, including the Lower Keys Chamber of Commerce. Other directors and advisory members include local businesses and non-profits, local city officials, and representatives from the Florida Park Service, Everglades National Park, and the Florida Keys National Marine Sanctuary. Letters of support also were provided by The Nature Conservancy, the Key Deer Protection Alliance, and the Big Pine Key Civic Association, all local organizations on Big Pine Key. Prior Projects Describe any relationship between this project and previously funded National Scenic Byways grant projects. In addition, discuss how the proposed work relates to any multi-year work plan byway leaders have developed. 4 of 12 SB-2008-FL-54821: Key Deer Habitat Preservation This project is consistent with the Scenic Highway's Corridor Management Plan (See Attachments 4 and 12). The Interpretive Master Plan outlines the natural history of the Florida Keys, and identifies the Key deer as a critical element in the natural history of the Keys. It also identifies the National Key Deer Refuge on Big Pine Key as a Community Visitors Center and as I of the 8 significant sites in the Florida Keys. Project Coordinator Please provide contact information for a person responsible for this project. Name: Charlene Wylie Title: Scenic Highway Coordinator Organization: Monroe County Planning Address: 88800 Overseas Highway Tavernier, FL 33070 Phone: 305-852-7102 Fax: 305-852-7103 E-mail: wylie-charlene@monroecounty-fl.gov 5 of 12 c o :OJ ttI C: (I) en ~ a.. - ttI - :0 ttI I (j) (I) o >- (I) ~ ..- N 00 ~ lC) I ...J LL , 00 o o N I CO (/) c: ~ Q.. ~ L- o ~ c o :w lJ !E 'tii . ::::s ".., ~ ~ l'II l1. G) :g 'jjj C o a. 111 & c o ! ::::s ,9 ~~ - -l'II '.0 ':1: "'s ,t(J "0) ")' ... o -',1; ~ ri5 oS .~ E u E o o ... OJ) '" OJ) ::: ~ ::: <Z ..c:: .~ :c 5 '" u.J ;~ ; .. . ~ . .: :~.'!<1~"'~ JIl:0' 111' l'II! t:::~ . !;.~ Oi U;~t1 -j!" i~) ::: .9 ~ '~ e.o o '0 Cl) t+:: '€ Cl) () c... . <( Of- -l ..c::O ....Lt.. .~ S u'O ~ ~ ~ 'S o C" U ~ >. ..... ::: ;::l o U '+-< o ] o co o 3 o U Cl) ~ o ~ ::s ~ '0 0 t:: 'r.;; tU .;a f- E o E o 0 Lt..U '" ~ '0 o M * o <( <( o M + 0*", ~~ '+-< o E Cl) E ~ Q, Cl) o '" '0 'C o G: oS .~ .... ::: Cl) a Cl) ~ ~.~ ~~ -l 8. ... '" E ~ u.J~ < ~ ::I: Lt.. Cl) oS >. .D '0 Cl) ... ';:i C" Cl) ... ,~ E <.E '8 ;:J Cl) oS oS .~ Cl) () ::: '" 'E o () () '" ... ,;:: ..( '" ::: Q, .9 Cl) ..... ..... '" '" () '" 0 :Eo f-~ Q, ~ '" '" :E f- o 'C o oS ;::l <( '0 s:: '" -l o ::: ;::l o U Cl) o ... ::: o ::s o 'C o ..c:: "5 <( '0 s:: '" -l o 3 o U Cl) o ... ::: o ::s '" >. ~ o M '" >. '" '0 o M o \0 + 0*", <( >. <(~ o 0- + Ot, <( >. <(~ oS '~ Cl) () ::: '" 'E o () () '" '" ... Cl) s:: ::: o '0 ::: '" -l .5 ..c:: .... '~ '" E Cl) E Cl) ~ OJ) '" Cl) '" '" ..c:: ~ ;::l Q, Cl) .~ o OJ) Cl) z '" c; 'a u a<( Q,s:: '" 0 0'+= ~ ~ Q,B o Cl) a~ ~ E ';:i <.E 0" ,- () ::: <(::> Cl) oS '+-< o Cl) '" '" ..c:: () ... ;::l Q, Cl) oS '" .~ ';j ::: t+:: vi Q,Cl) Cl) ,- .... t:: '" Cl) ,~ g.. F= a ..... o 'E '" o co '0 ::: '" >. 'E o ~ <( ~ '0 Cl) ::: ::: j .~ o'~ ::: 8 ;::lo 8 o Uu Cl) >. e c: B 6 ::Su '" ~ '0 o M o 00 - + 0*", <( >-. <(~ vi Cl) '€ o Q, o ... Q, '+-< o '" o '" '" ..c:: () ... ;::l Q, o '0 ~ o v N ..- - o <0 Cii" o o N ~ o iij :J Cl :J <C Ql .c .2 "C Ql 1ii ,5 iij ~ Ql 1ii o "E ~ tii :J 13 <C II o ~ SB-2008-FL-54821: Key Deer Habitat Preservation Budget Cost Breakdown Total Cost Requested Match 1,750,000 1,400,000 350,000 25,000 0 25,000 20,000 0 20,000 $1,795,000 $1,400,000 $395,000 Matching Funds Source Type Description Amount Monroe County Cash Matching Funds for Actual Purchase Price of Properties 350,000 Land Authority Monroe County Cash Cash - Contracting Property Appraisals 25,000 Land Authority Monroe County Services (Non-state In-kind services for staff time - Contract Negotiations and 20,000 Land Authority or Non-federal) administrative tasks associated with Uniform Relocation Act Total $395,000 Funding Allocation Do the byways involved in the project cross any Federal Lands? (Check all that apply) o Bureau of Indian Affairs o Bureau of Land Management o Fish and Wildlife Service o National Park Service o USDA Forest Service If this project is selected for funding, please indicate your preference for carrying out the project (check one): . FHWA allocates the funds for the project to the State DOT o FHWA allocates the funds for the project to one of the Federal Land Management agencies marked above (provide contact information below) v FHWA allocates the funds for the project to an Indian tribe or tribal government (provide contact information below) 7 of 12 SB-2008-FL-54821: Key Deer Habitat Preservation If funding should be allocated to a Federal land management agency or Indian tribal organization, please provide contact information for that organization: Name: Title: Organization: Address: Phone: Fax: E-mail: Application Checklist The following statements are for informative purposes. Please read and check each statement. . I understand that this is a reimbursement program - funds are not available up-front. . I have reviewed and responded to the Complete Application statements as outlined in the Grants Guidance. . I have been in touch with the State scenic byway coordinator and have responded to recommendations or requirements of the State. . I have verified with the State byway coordinator that this proposed project can receive authorization to proceed from the State and FHWA division before the end of the fiscal year for which the application is made. Attachments Use this as a checklist to verify that all attachments are provided with your printed application. o Location of Florida Keys Scenic Highway Location map of the Florida Keys Scenic Highway Digital version: Attachment 1 - Location of FKSH odf (1.0 MB) o Location of Big Pine Key ~~-: :~.~..::~~~:'~~~l~. Location map ofthe Big Pine area in relation to scenic highway Digital version: Attachment 2 - Location of Bio Pine Kev,odf (293.6 KB) .' '. . . ~. ..' ,":,. :.~.. ~.~ ~.~7~':J 7:ti 8 of 12 SB-2008-FL-54821: Key Deer Habitat Preservation 'l'"":"M~" '. . _';' .':;t~..~:;~:];.::.:.=~~. --..J.': 0 Picture of Key Deer This is a picture of the Key deer from the CMP. " ~,.!t~'t~M~'~..::Tl.";"t~.:"r"" r....or_...r.. .V'....-. .. ~~~~:.~~:.;. -. .J'.""'.", ..,. !i,~1i --.--..---.;- ------.- ~'~'~t.'? -"':l~ ..:_~ .:.,j .';..- '. ~~:~ ~~~ ;':H'!<'"J~ ---------- -..,. .'.." . .-... ~f~~Ii.:....-....~ """...- .:3~.==:;:.._:r,J.;:;::..- ..... ;: ;t;'-'-iII' 'J.h~.'{t,"i !""'.(.:O-~..J.. .~ :.~;~':~,&;:: ::.~~~ ~J'~:(;~-:~~~~~r;.> f) ,----.'..- , , ," .. ...... ...'. ...- ,,'-::~::..r _.;" .....:.::...: .;~ 1.~:~;~;~~: 'fj:'~;:.. Digital version: Attachment 3 - Picture of Kev Deer in CMP Storv odf (165,5 KB) o Information from CMP This attachment consists of the relevant pages from the CMP (corridor story, goals, action items) confirming that this project and it's purpose is discussed and supported by the CMP. Digital version: Attachment 4 - Key Deer and the CMP.Ddf (1.3 MB) o Habitat Conservation Plan This is a page from the CMP which discusses the habitat conservation plan for the Key deer with the U.S. Fish and Wildlife, for control of growth in Big Pine and No Name Keys. Digital version: Attachment 5 - Habitat Conservation Plan pdf (132.0 KB) o Map of Specified Parcels This map is an overall map, showing the location of the project parcels in Big Pine. Red parcels show existing public lands, yellow outlines show parcels selected for purchase. Digital version: Attachment 6 - Overview MaD of Parcels Ddf (1.3 MB) \ r.,.,..~.,..~:- L I L . --~ ~, .. ~ ~~:f.. ' ..~ \~{. ,~ tfJ ;r '1. _'J:- '"or .;: i c Map Insert 1 of 5 I I I ~ Digital version: Attachment 7 - MaD Insert 1 of 5,Ddf (1,4 MB) This map is a close-up view of the first set of parcels in Big Pine Key. The project parcels are highlighted in yellow, and the public conservation lands are hatched in red. c Map Insert 2 of 5 This map is a close-up view of the second set of parcels in Big Pine Key. The project parcels are highlighted in yellow, and the public conservation lands are hatched in red. Digital version: Attachment 8 - Map Insert 2 of 5 odf (1.4 MB) . . . ~ '. r' - I , .:.: i ;'" ," ~ _., o...-=. '}"".. ~--'-1( - . "';1;'r . ~=~'.. ,~ . Map Insert 3 of 5 This map is a close-up view of the third set of parcels in Big Pine Key, The project parcels are highlighted in yellow, and the public conservation lands are hatched in red. 9 of 12 SB-2008-FL-54821: Key Deer Habitat Preservation Digital version: Attachment 9 - MaD Insert 3 of 5 pdf (1.3 MB) I -., I : --tft-i;~ ;.o,Il\:l!.., ' - . , I r-;r,""~ ~ . r III Map Insert 4 of 5 This map is a close-up view of the fourth set of parcels in Big Pine Key. The project parcels are highlighted in yellow, and the public conservation lands are hatched in red. Digital version: Attachment 10 - MaD Insert 4 of 5,Ddf (1.4 MB) ;"i~:: .Jl ; ltf,~'r~H ,.;.. .'.r.r1'1.,",l1 ;":':11,.t'l-,l'.'I [~M~g[~ '-:'~:~:., ~.;: ,';. ';':j'J:;-:':~;"'rt---': . Ji..~;J~~:~~?l:.7 :..~!u.7,.;.:':~."l.'.'. d~u.::.-: ~ ';~~?a';' .... ~: '. ;:.I?~::r-:lt1["?'r;. ~; _ "t. _:;,I.J'lr. ...;"..,..:. : :l~.. o Map Insert 5 of 5 This map is a close-up view of the last set of parcels in Big Pine Key. The project parcels are highlighted in yellow, and the public conservation lands are hatched in red. Digital version: Attachment 11 - MaD Insert 5 of 5 odf (1,3 MB) o List of Property Values This is a table of all the properties with their idenfification numbers and estimated values. Digital version: Attachment 12 - Land Values,odf (6.4 KB) o Letter of Support from CME This is the letter of support from the CME for the Florida Keys Scenic Highway. Digital version: Attachment 13 - CME Letter of Suooort odf (47,1 KB) o Letter of Support from the FKOHT This is the letter of support from the Florida Keys Overseas Heritage Trail. Digital version: Attachment 14 - FKOHT Letter of Suooort odf (225.9 KB) o Letter of Support from Rep. Saunders Letter of Support from Rep. Saunders Digital version: Attachment 15 - Letter of Suooort from Reo. Saunders odf (75,5 KB) 10 of 12 SB-2008-FL-54821: Key Deer Habitat Preservation ~ . 1:.~". , '_:~>~,:':,'/; i:~ . n~ r:i.;. '.~-#; -:~ ~:: :~.l~" -;.;. ":1.:i~ c. ~~!i;,:,i:';':.\;r';l?~I~ 0 ...f"". "'. "....-, . "': ':lj\E~?: ., ; !l~'~~~;) ~i . : ""., ..:,.r. i o Letter of Support from USFWS The U.S. Fish and Wildlife Service is a partner with the county in the Habitat Conservation Plan for the Lower Keys, and supports the project in that it preserves the endangered resources in the area. Digital version: Attachment 16 - Letter of Support from USFWS odf (71.8 KB) Letter of Support from FFWC The Florida Fish and Wildlife Commission supports this project, located in an area of state critical concern, and its conservation of the endangered species in the Lower Keys. Digital version: Attachment 17 - Letter of Suooort FFWC.odf (311.0 KB) $;,~ . "~'.~.. ':..!.1,t,.... ~&}:.~~'~(,.~t~L::.;.;~ ~:-~::.... .-, -:,...... .....'" .:: ;.{~ '!.:l!,,"3.t- 1~'~."';': fE.f!~~~~~~~~ ~~~~1~~}'ii~~ :g;;-~';~;~ ~..,;..~~ ........~ ::-' "::;~"7: ;;" .....~._~.._..... -.-... ~ - ..n._. ...._._ ......__. ~3J~~~{fg~l~ ~~~:~~~~rk~ .. :":i=-:;ft:. '':.l~ ,'_; :...... ';:'7' 'iO.~ , ", ':.c' :-lc,. ."Y~Y;.~!i,.~:z.~~~r: ".: .1l~....J.~.}t:t.~t;.~'!ii . , o Letter Certifying Matching Funds Letter from Monroe County Land Authority certifying the matching funds. Digital version: Attachment 18 - Letter Certifying Matchinc Funds odf (35,7 KB) o Letter of Support from The Nature Conservancy The Nature Conservancy is a national non-profit organization, with locally based chapters. The Florida Keys has a local chapter in the Lower Keys, the home of the Key deer. Digital version: Attachment 19 - Letter of Suooort from TNC odf (92,8 KB) o Letter of Support from Big Pine Key Civic Association Local organization in support of project. Digital version: Aootachment 20 - Letter of Suooort from Sic Pine Kev Civic Association pdf (108,8 KB) o Letter of Support from Key Deer Protection Alliance Support from local non-profit organization Digital version: Attachment 21 - Letter of Suooort from Key Deer Protection Alliance,odf (112,1 KB) 11 of 12 SB-2008-FL-54821: Key Deer Habitat Preservation Signatures Application Completeness I certify that this application is complete and correct, and is eligible for National Scenic Byways funding. (This should be completed by the State's scenic byways coordinator.) Please print name: Title: Signature: Date: Matching Funds Certification I certify that the matching funds for this project are available for use at the time of application. Please print name: Title: Mark Rosch Director, Monroe County Land Authority Signature: Date: 12 of 12 BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: May 19.2010 Division: Growth Management Bulk Item: Yes --1L- No Department: Planning and Environmental Resources Staff Contact PersonlPhone #: Trish Smith. ph. 289-2562 AGENDA ITEM WORDING: Approval of Amendment No. 5 of the Transportation Planning Assistance Contract with URS Corporation Southern to increase the compensation $150,000 from $424,015.34 to $574,015.34. ITEM BACKGROUND: The Transportation Planning Assistance contract is funded at 100% by the Florida Department of Transportation under Joint Participation Agreement AOU27 and FM 428298-1. This increase is requested to cover the costs associated with, 1) the design of the wayfinding signage program; 2) site plan development review; and 3) miscellaneous transportation related studies that may be required by the county. PREVIOUS RELEVANT BOCC ACTION: March 17,2010 - Approval of Amendment No.4 increasing the compensation to $424,015.34 for the annual US Highway 1 Arterial Travel Time Delay Study for 2010. May 20, 2009 - Approval of Amendment No.3 increasing the compensation to $406,000 February 20, 2008 - Approval of Amendment No.2 extending the rate schedule to include the years 2008,2009, and 2010 to reflect a 3% annual increase in hourly billing rates September 20, 2006 - Approval of Amendment No. 1 increasing the compensation to $355,000 January 19, 2005 - Approval of Transportation Planning Services Contract with URS Corporation Southern for $185,000 CONTRACT/AGREEMENT CHANGES: STAFF RECOMMENDATIONS: Approval TOTAL COST: $202.102.92 (FY 2010) INDIRECT COST: nla BUDGETED: Yes ~No COST TO COUNTY: $0 REVENUE PRODUCING: Yes No X SOURCE OF FUNDS: JP A AOU27 (Grant) and FM 428298-1 (Grant) AMOUNTPERMONTH_ Year APPROVED BY: County Atty -1L ~urChasing ~ Risk Management ~ DOCUMENTATION: Included X Not Required_ DISPOSITION: Revised 1/09 AGENDA ITEM # MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: URS Corp. Southern Contract #_ Effective Date: January 15,2005 Expiration Date: none Contract Manager: Trish Smith (Name) 2562 (Ext. ) Planningl# II (Department/Stop #) for BOCC meeting on May 19,2010 Agenda Deadline: May 7, 2010 CONTRACT COSTS Total Dollar Value of Contract: $ 574,015.34 Budgeted? YeslZl No D Account Codes: Grant: $ 729,750 County Match: $ 0 Current Year Portion: $ 202,102.92 125-50516-_-_-_ GW0702-530340-_-_-_ - - - ----- - - - - ----- Estimated Ongoing Costs: $Q/yr (Not included in dollar value above) ADDITIONAL COSTS For: n/a. (eg. maintenance, utilities, janitorial, salaries, etc.) CONTRACT REVIEW Changes Date In Needed ~e. er Division Director 5~~ YeSDNo.~~ e-r ?K Risk Management ~'J1-(i) YesD NoB ~.-~ O.~purchaSing YesD NO~ ~ ~ . .. County Attorney '-1/):;),110 YesD No. ~. ...~J ''"' Comments: Date Out (0 OMB Form Revised 2/27/0 I Mep #2 AMENDMENT NO.5 TO CONTRACT DATED JANUARY 19,2005 BETWEEN MONROE COUNTY AND URS CORPORATION SOUTHERN This Amendment No.5 to the contract (Contract) between Monroe County and URS Corporation Southern (Consultant) dated January 19,2005, is made and entered into this _day of ,2010. WITNESSEm: Whereas, Monroe County approved a contract for $185,000 with Consultant on January 19,2005, for transportation planning services including Transportation Planning Assistance and US Highway I Arterial Travel Time and Delay Studies; and Whereas, Monroe County approved Amendment No. I to the Contract on September 20, 2006, increasing the compensation available to the Consultant to $355,000; and Whereas, Monroe County approved Amendment No.2 to the Contract on February 20,2008, extending the rate schedule to include the years 2008, 2009, and 2010 to reflect a 3% annual increase in hourly billing rate; and Whereas, Monroe County approved Amendment No.3 on May 20, 2009 to increase the compensation to $406,000; and Whereas, Monroe County approved Amendment No.4 on March 17,2010 to increase the compensation to $424,015.34; and Whereas, Monroe County and Consultant desire to increase the available compensation to the Consultant and hereby agree to amend the Contract as follows: I. Section 4.1 COMPENSA nON shall read as follows: "The compensation available to the CONSULTANT under this agreement is $574,015.34" 2. All other provisions of the Contract between Monroe County Board of County Commissioners and Consultant URS Corporation Southern shall remain in full force and effect. ATTEST: Danny L. Kolhage, Clerk BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By: By: Deputy Clerk Mayor/Sylvia J. Murphy WITNESSED URS Corporation Southern (I): By: Print Name: Title: (2): Print Name: Print Name: Date: CERTIFICATE OF LIABILITY INSURANCE Page 1 of 2 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ~~~~ TYPE OF INSURANCE POLICY NUMBER ~'r'.fJ..W;~59v~~~ C2f1:1~W<~IM:~~ LIMITS LTR A ~NERAL LIABILITY GL919652 5/1/2009 5/1/2010 EACH OCCURRENCE $ 2 000.000 ~AMAGE~?ERENTED AI X COMMERCIAL GENERAL LIABILITY REMISE Ea occurence $ 1 000 000 .1 CLAIMS MADE [i] OCCUR MED EXP (Anyone person) $ 10 000 eX XCU, BFPD PERSONAL & ADV INJURY $ 2 000 000 eX Contractual Liabilit" GENERAL AGGREGATE $ 2 000 000 ~'LAGGR~ LIMIT APnS PER: PRODUCTS. COMP/OP AGG $ 2.000 000 POLICY X rra LOC B ~TOMOBILE LIABILITY BAP938521500 5/1/2009 5/1/2010 COMBINED SINGLE LIMIT (Ea accident) $ 2,000,000 -X. ANY AUTO - ALL OWNED AUTOS BODILY INJURY (Per person) $ - SCHEDULED AUTOS - HIRED AUTOS BODILY INJURY (Per accident) $ - NON-OWNED AUTOS - PROPERTY DAMAGE $ (Per accident) ~RAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ [JESS/ UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR D CLAIMS MADE AGGREGATE $ $ R DEDUCTIBLE $ RETENTION $ $ C WORKERS COMPENSATION WC6988231 1/1/2010 1/1/2011 X I T";:;~~IfJNs I IOTH- AND EMPLOYERS' LIABILITY ER Y/N A ANY PROPRIETORlPARTNERlEXECUTIVE. WC6988234 1/1/2010 1/1/2011 E.L. EACH ACCIDENT $ 2.000.000 OFFICERlMEMBER EXCLUDED? WC6988230/WC6988232 1/1/2010 1/1/2011 2.000.000 C (Mandatory In NH) E.L. DISEASE. EA EMPLOYEE $ D ~~~CI~~~~~rs<l~NS below WC6988236 1/1/2010 1/1/2011 E.L. DISEASE. POLICY LIMIT $ 2 000.000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS/VEHICLES/ EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Re: Professional Transportation Planning / Engineering - Professional Services. Monroe County Board of County commissioners is an Additional Insureds with respect operations performed by or for the Named Insured as respects General & Auto Liability. CERTIFICATE HOLDER CANCELLATION Monroe County Board of County Commissioners C/o Monroe County Growth Mgmnt Attn: Division Director REPRESENTATIVES. 2798 Overseas Highway, Suite 410 A ORIZEDRE~S:NTAIIVt Marathon, FL 33050 'Y\--~ ACORD 25 (2009/01) Coll:2893004 Tpl:1029928 Cert:13628010 @1988-2009ACORD The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR ORPORATION. All rights reserved. Page 2 of 2 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) Coll:2893004 Tpl:1029928 Cert:13628010 MONROE COUNTY CONTRACT FOR PROFESSIONAL SERVICES PROFESSIONAL TRANSPORTATION PLANNING/ENGINEERING CONSULTANT SERVICES THIS CONTRACT is made and entered into this /9 tA day of ... iff N , 2005, by MONROE COUNTY, a political subdivision of the State of Florida, whose address is the Marathon Government Center, 2798 Overseas Highway, Marathon, Florida 33050, hereafter the CLIENT, and URS Corporation Southern whose address is 5100 NW 33rd Ave., Suite 150, Ft. Lauderdale, FL 33309-6375, hereafter CONSULTANT. Section 1. SCOPE OF SERVICES. The CONSULTANT shall do, perform and carry out in a professional and proper manner certain duties as described in the Scope of Services - Exhibit "A" - which is attached hereto and made a part of this agreement. Section 2. CLIENT'S RESPONSIBILITIES. 2.1 Provide all best available data and base maps as to the CLIENT's requirements for Work Assignments. Designate in writing a person with authority to act on the CLIENT's behalf on all matters concerning the Work Assignment. 2.2 Furnish to the CONSULTANT all existing plans, studies, reports, and other available data pertinent to the work, and obtain or provide additional reports and data as required by the CONSULTANT. The CONSULTANT shall be entitled to use and rely upon such information and services provided by the CLIENT or others in performing the CONSULTANT's services. 2.3 Arrange for access to and make all provisions for the CONSULTANT to enter upon public and private property as reasonably required, and legally allowed, for the CONSULTANT to perform services hereunder. Any obstruction to such access by private property owners shall not constitute a basis for waiver of any other required entries on to public and private property, nor shall it provide a basis for termination of the contract. In the event that such access is so obstructed, CONSULTANT and CLIENT shall work together to resolve the difficulty in a timely manner. 2.4 Perform such other functions as are indicated in Exhibit "A". Section 3. TIME OF COMPLETION. The services to be rendered by the CONSULTANT for each individual work order request shall be commenced upon written notice from the CLIENT and the work shall be completed in accordance with the schedule mutually agreed to by the CLIENT and 1 of 16 CONSULTANT, unless it shall be modified in a signed document, by the mutual consent of the CLIENT and CONSULTANT. Subsequent services shall be perfonned in accordance with schedules of performance which shall be mutually agreed to by CLIENT and CONSULTANT. Section 4. COMPENSATION. 4.1 The compensation available to the CONSULTANT under this current agreement is $185,000. The CLIENT agrees to pay the CONSULTANT according to the percentages of completion of each Task within each Phase as provided in the Scope of Services based on progress reports and other documentation to show the hours expended by each of the consultant's staff. Should there be any reimbursable expense request and should there be any disagreement on these, any disagreement regarding which items are reimbursable shall be submitted to the County Clerk for determination and whose decision shall be final. 4.2 This is an on-going contract and may be amended from time to time as approved mutually by CLIENT and CONSULTANT. 4.3 The hourly billing rates of the CONSULTANT. expected to include virtually all costs including travel, used in calculating the compensation due are: Position Section 5. PAYMENT TO CONSULTANT. Rate/Hour in Dollars 1/1/06 to 111/06 to 1/1/07 to 12131/05 12131108 12/31/07 $151.67 $156.22 $160.91 $175.62 $180.89 $186.32 $144.84 $149.19 $153.66 $103.77 $106.88 $110.09 $72.50 $74.68 $76.92 $64.27 $66.20 $68.18 $39.72 $40.91 $42.14 5.1 Any request for payment must be in a form satisfactory to the County Clerk (Clerk). The request must describe in detail the services perfonned and the payment amount requested. The CONSULTANT must submit to the Client Project Manager, who reviews the request within 15 days of receipt. Client Project Manager shall note their approval on the request and forward it to the Clerk for payment. If a portion of a request for payment is not approved, the Project Manager must inform the CONSULTANT in writing that must include an explanation of the deficiency that caused the disapproval of the request. The undisputed portion will be forwarded to the Clerk for payment. 2 of 16 determines a deficiency in the request requires disapproval of the request. In that case, the Clerk shall inform the CONSULTANT of the disapproval in writing together with an explanation of the deficiency that caused the Clerk to disapprove the request. 5.3 CONSUL TANT shall submit progress reports (to include all activities, results of meetings, etc.) with all invoices on a monthly or otherwise regular basis until the work under this agreement is completed. 5.4 If the CLIENT fails to make any payment due to the CONSULTANT for services and expenses within forty-five (45) days after the invoice dates, the CONSULTANT may, after giving seven (7) days written notice to the CLIENT, suspend services until the CONSULTANT has been paid in full all amounts due for services. 5.3 Continuation of this contract is contingent upon annual appropriation by Monroe County. Section 6. CONTRACT TERMINATION. Either party may terminate this Contract because of the failure of the other party to perform its obligations under the Contract. If the CLIENT terminates this Contract because of the CONSULTANT's failure to perform, then the CLIENT must pay the CONSULTANT the amount due for all work satisfactorily completed as determined by the CLIENT up to the date of the CONSULTANT's failure to perform but minus any damages the CLIENT suffered as a result of the CONSULTANT's failure to perform. The damage amount must be reduced by the amount saved by the CLIENT as a result of the Contract termination. If the amount owed the CONSULTANT by the CLIENT is not enough to compensate the CLIENT, then the CONSULTANT is liable for any additional amount necessary to adequately compensate the CLIENT up to the amount of the Contract price. Section 7. AUTHORIZATION OF WORK ASSIGNMENTS. 7.1 All work assignments beyond or in addition to EXHIBIT "A" shall be authorized in a signed document in accordance with the CLIENT's policy prior to any work being conducted by the CONSULTANT. 7.2 Additional authorizations may contain additional instructions or provisions specific to the authorized work for the purpose of clarifying certain aspects of this Agreement pertinent to the work to be undertaken. Such supplemental instruction or provisions shall not be construed as a modification of this Agreement. Authorizations shall be dated and serially numbered. 7.3 The CONSULTANT shall not assign, sublet or transfer any rights under or interest in (including, but without limitations, moneys that may become due or 3 of 16 moneys that are due) this agreement or subsequent Work Assignment without the written consent of the CLIENT, except to the extent that any assignment, subletting, or transfer is mandated by law or the effect of this limitation may be restricted by law. Unless specifically stated to the contrary in any written consent to any assignment, no assignment will release or discharge the assignor from any duty or responsibility under this agreement. Section 8. NOTICES. All notices, requests and authorizations provided for herein shall be in a signed document and shall be delivered or mailed to the addresses as follows: To the CLIENT: Monroe County Board of County Commissioners clo Monroe County Growth Management Division 2798 Overseas Highway, Suite 410 Marathon, Florida 33050 Attention: Division Director To the CONSULTANT: URS Corporation Southern 5100 NW 33rd Ave., Suite 150, Ft. Lauderdale, FL 33309-6375 or addressed to either party at such other addresses as such party shall hereinafter furnish to the other party in writing. Each such notice, request, or authorization shall be deemed to have been duly given when so delivered, or, if mailed, when deposited in the mails, registered, postage paid. Section 9. RECORDS. CONSULTANT 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 CLIENT or Clerk determines that monies paid to CONSULTANT pursuant to this Agreement were spent for purposes not authorized by this Agreement, the CONSULTANT shall repay the monies together with interest calculated pursuant to Sec. 55.03, FS, running from the date the monies were paid to CONSULTANT. Section 10. EMPLOYEES SUBJECT TO COUNTY ORDINANCE NOS. 010 AND 020-1990. The CONSULTANT warrants that it has not employed, retained, or otherwise had act on its behalf any former County officer or employee subject to the p~ohibition of Section 4 of 16 2 of Ordinance No. 010-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 020-1990. For breach or violation of this provision, the County, in its discretion, may 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. Section 11. CONVICTED VENDOR. 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 perform work as a CONSULTANT, supplier, subconsultant, or CONSULTANT under 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 the Category two for a period of 36 months from the date of being placed on the convicted vendor list. Section 12. 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 CLIENT and CONSULTANT agree that venue will lie in the appropriate court or before the appropriate administrative body in Monroe County, Florida. The CLIENT 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. Section 13. 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 CLIENT 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. 5 of 16 Section 14. ATTORNEY'S FEES AND COSTS. The CLIENT 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, 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. Section 15. BINDING EFFECT. The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of the CLIENT and CONSULTANT and their respective legal representatives, successors, and assigns. Section 16. 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. Section 17. ADJUDICATION OF DISPUTES OR DISAGREEMENTS. The CLIENT 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. Section 18. 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, CLIENT and CONSULTANT 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. CLIENT and CONSULTANT specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. Section 19. NONDISCRIMINATION. 6 of 16 CLIENT and CONSULTANT 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. CLIENT or CONSULTANT agrees to comply with all Federal and Florida statutes, and all local ordinances, as applicable, relating to nondiscrimination. These include but are not limited to: 1) Title VI of the Civil Rights Act of 1964 (PL 88-352) which prohibits discrimination on the basis of race, color or national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC ss. 1681-1683, and 1685-1686), which prohibits discrimination on the basis of sex; 3) Section 504 of the Rehabilitation Act of 1973, as amended (20 USC s. 794), which prohibits discrimination on the basis of handicaps; 4) The Age Discrimination Act of 1975, as amended (42 USC ss. 6101- 6107) which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and Treatment Act of 1972 (PL 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (PL 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The Public Health Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-3), as amended, relating to confidentiality of alcohol and drug abuse 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. Section 20. COVENANT OF NO INTEREST. CLIENT and CONSULTANT 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. Section 21. CODE OF ETHICS. CLIENT agrees that officers and employees of the CLIENT 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. Section 22. NO SOLICITATION/PAYMENT. The CLIENT and CONSULTANT warrant that, in respect to itself, it has neither employed nor retained any company or person, other than a bona fide employee 7 of 16 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 CLIENT 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. Section 23. PUBLIC ACCESS. The CLIENT and CONSULTANT 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 CLIENT and CONSULTANT in conjunction with this Agreement; and the CLIENT shall have the right to unilaterally cancel this Agreement upon violation of this provision by CONSULTANT. Section 24. NON-WAIVER OF IMMUNITY. Notwithstanding he provisions of Sec. 286.28, Florida Statutes, the participation of the CLIENT and the CONSULTANT 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 CLIENT be required to contain any provision for waiver. Section 25. 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 CLIENT, 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. Section 26. 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 8 of 16 or statutory duties of the County, except to the extent permitted by the Florida constitution, state statute, and case law. Section 27. 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 CLIENT and the CONSULTANT agree that neither the CLIENT nor the CONSULTANT 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. Section 28. ATTESTATIONS. CONSULTANT agrees to execute such documents as the CLIENT may reasonably require, to include a Public Entity Crime Statement, an Ethics Statement, and a Drug- Free Workplace Statement. Section 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. Section 30. 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. Section 31. 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. Section 32. INSURANCE POLICIES. 32.1 General Insurance Requirements for Other Contractors and Subcontractors 9 of 16 As a pre-requisite of the work governed, or the goods supplied under this contract (including the pre-staging of personnel and material), the CONSULTANT shall obtain, at his/her own expense, insurance as specified in any attached schedules, which are made part of this contract. The CONSULTANT will ensure that the insurance obtained will extend protection to all Subconsultants engaged by the CONSULTANT. As an alternative, the CONSULTANT may require all Subconsultants to obtain insurance consistent with the attached schedules. The CONSULTANT 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 CLIENT as specified below. Delays in the commencement of work, resulting from the failure of the CONSULTANT 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 CONSULTANT'S failure to provide satisfactory evidence. The CONSULTANT 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 CONSULTANT 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 CONSULTANT'S failure to maintain the required insurance. The CONSULTANT shall provide, to the CLIENT, as satisfactory evidence of the required insurance, either: . Certificate of Insurance or · A Certified copy of the actual insurance policy. The CLIENT, at its sole option, has the right to request a certified copy of any or all insurance policies required by this contract, upon the filing of a valid claim, and the insurance company's refusal to provide the indicated coverage and defense. 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 CLIENT by the insurer. The acceptance and/or approval of the CONSUL T ANT'S insurance shall not be construed as relieving the CONSULTANT from any liability or obligation assumed under this contract or imposed by law. The Monroe County Board of County Commissioners, 10 of 16 its employees and officials will be included as "Additional Insured" on all policies, except for Workers' Compensation, employer's liability and professional liability. Any deviations from this General Insurance Requirements must be requested in writing on the County prepared form entitled "Request for Waiver of Insurance Requirements" and approved by Monroe County Risk Management. 32.2 INSURANCE REQUIREMENTS. Prior to the commencement of work governed by this contract, the CONSULTANT shall obtain General Liability Insurance. Coverage shall be maintained throughout the life of the contract and include, as a minimum: . Premises Operations . Bodily Injury Liability . Expanded Definition of Property Damage The minimum limits acceptable shall be: $500,000 Combined Single Limit (CSL) If split limits are provided, the minimum limits acceptable shall be: $250,000 per Person $500,000 per Occurrence $ 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 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. 32.3 VEHICLE LIABILITY INSURANCE REQUIREMENTS. Recognizing that the work governed by this contract requires the use of vehicles, the CONSULTANT, 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: 11 of 16 $300,000 Combined Single Limit (CSL) If split limits are provided, the minimum limits acceptable shall be: $100,000 per Person $300,000 per Occurrence $50,000 Property Damage The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies issued to satisfy the above requirements. 32.4 WORKERS' COMPENSATION INSURANCE REQUIREMENTS Prior to the commencement of work governed by this contract, the CONSULTANT shall obtain Workers' Compensation Insurance with limits sufficient to respond to the applicable state statues. In addition, the CONSULTANT 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 CONSULTANT has been approved by the Florida's Department of Labor, as an authorized self-insurer, the CLIENT shall recognize and honor the CONSULTANT'S status. The CONSULTANT may be required to submit a Letter of Authorization issued by the Department of Labor and a Certificate of Insurance, providing details on the CONSULTANT'S Excess Insurance Program. 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. 32.5 ENGINEERS ERRORS AND OMISSIONS LIABILITY INSURANCE REQUIREMENTS Recognizing that work governed by this contract could include furnishing of engineering services, the CONSULTANT shall maintain, throughout the life of the Agreement, Engineers Errors and Omissions Liability Insurance which will respond to damages 12 of 16 resulting from any claim arising out of performance of professional services or any error or omission of CONSULTANT arising out of work governed by this Agreement. The insurance shall be maintained in force for a period of two years after the date of Completion of the Services set forth in subparagraph 1(a). The minimum limits of liability shall be $1,000,000 per occurrence. Section 33. INDEMNIFY/HOLD HARMLESS. The CONSULTANT does hereby consent and agree to indemnify and hold harmless the County, its Mayor, the Board of County Commissioners, appointed Boards and Commissions, Officers, and the Employees, and any other agents, individually and collectively, from all fines, suits, claims, demands, actions, costs, obligations, reasonable attorneys fees, or liability of any kind arising out of the sole negligent actions of the CONSULTANT or substantial and unnecessary delay caused by the willful nonperformance of the CONSULTANT and shall be responsible and answerable for any and all accidents or injuries to persons or property to the extent arising out of its negligent performance of this contract. The amount and type of insurance coverage requirements set forth hereunder shall in no way be construed as limiting the scope of indemnity set forth in this paragraph. The CLIENT does hereby covenant and agree to indemnify and save harmless the CONSULTANT from any fines, suits, claims, demands, actions, costs obligations, attorney fees, or liability of any kind resulting from a negligent act or omission by the County, it's Mayor, the Board of County Commissioners, appointed Boards and Commissions, Officers, and the Employees, and any other agents individually and collectively under the provisions and up to the limits of liability as stated in Section 768.28 F .S. Further the CONSULTANT agrees to defend and pay all legal costs attendant to acts attributable to the sole negligent act of the CONSULTANT. At all times and for all purposes hereunder, the CONSULTANT is an independent contractor and not an employee of the Board of County Commissioners. No statement contained in this agreement shall be construed so as to find the CONSULTANT or any of his/her employees, contractors, servants or agents to be employees of the Board of County Commissioners for Monroe County. As an independent contractor the CONSULTANT shall provide independent, professional judgment and comply with all federal, state, and local statutes, ordinances, rules and regulations applicable to the services to be provided. The CONSULTANT shall be responsible for the completeness and accuracy of its work, plan, supporting data, and other documents prepared or compiled under its obligation for this project, and shall correct at its expense all significant negligent errors or omissions therein which may be disclosed to CONSULTANT in writing within one year of completion of services under a particular work order. The cost of the work necessary to correct those errors attributable to the CONSULTANT and any damage incurred by the CLIENT as a result of additional costs caused by such errors shall be chargeable to the CONSULTANT. This provision shall not apply to any maps, official records, 13 of 16 contracts, or other data that may be provided by the County or other public or semi- public agencies. The CONSULTANT agrees that no charges or claims for damages shall be made by it for any delays or hindrances attributable to the CLIENT during the progress of any portion of the services specified in this contract. Such delays or hindrances, if any, shall be compensated for by the County by an extension of time for a reasonable period for the CONSULTANT to complete the work schedule. Such an agreement shall be made between the parties. IN WITNESS WHEREOF each party hereto has caused this Agreement to be executed by its duly authorized representative. (SEAL). '." Attest: {>~NNY L.. KOLHAGE, CLERK \. ~- BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA ;.~ ti:;;;{"" . B ::=....::;:... : - - uty Clerk t r.. . ,_) By ~>n~ M yo Chairperson , I c.:~ -.... ...-) LJ.J ..-l. : (C~PORAiE SEAL) AtteSt: - U RS Corporation Southern By By V;ce Title Title 14 of 16 EXHIBIT "A" SCOPE OF SERVICES TRANSPORTATION CONSULTANT SERVICES MONROE COUNTY, FLORIDA TASK 1: US 1 ARTERIAL TRAVEL TIME AND DELAY STUDIES 1. PURPOSE The travel time studies will be used to monitor the level of service on US-1 for concurrency management purposes pursuant to Chapter 163, Florida Statutes. The studies will be conducted in accordance with the methodology that was developed by the US1 LOS Task Force and approved by the County, the Florida Department of Transportation, and the Florida Department of Community Affairs. 2. ACTIVITIES A. Using the floating car method, the County will record travel time, speed and delay data for: a) each of the 24 segments of US 1 from Florida City to Stock Island; and b) the length of US 1 from the Miami-Dade County line to the Cow Key Channel. B. The data will be recorded by date, day of week, time of day, and direction. C. The study will be conducted over 14 days within the six-week period from February 15 to March 31. The study will consist of 14 round-trip runs, sampling each day of the week twice. D. The study schedule will be coordinated with seven day, 24 hour traffic counts to be conducted by FOOT in Islamorada, Marathon, and Big Pine Key. E. The study will employ the staggered schedule of departure times previously approved by the Task Force so as to record peak hour conditions in as many different locations as possible. F. The study results will be summarized in report format including a series of tables and graphs. A statistical analysis of the mean, median, standard deviation, and range of speeds for each segment and for the overall distance will be provided. Excess roadway capacity and deficiencies in capacity will be reported. 15 of 16 TASK 2: GENERAL TRANSPORT A liON PLANNING ASSISTANCE 1. PURPOSE The purpose of this task is to provide assistance to the Monroe County Growth Management Division staff for the purpose of maintaining and updating the Long Range Transportation Plan, to ensure that transportation concurrency requirements are met by public and private development, and other tasks necessary to maintain a high level of coordination between land use planning and transportation planning activities in the Florida Keys. This task will provide assistance for general transportation planning and analysis activities, including data collection and technical support. 2. ACTIVITIES The transportation planning consultant will provide assistance to Monroe County Growth Management Division in the following areas: a) review of site plans for internal traffic flows and access; b) preparation of traffic impact reports, c) review of access management issues, d) development of access management plans, e) origin-destination studies, f) attendance at appropriate public meetings and hearings; g) trip generation rates for land uses h) provision of review comments on relevant transportation documents prepared by other agencies; i) review of transportation element of reports and plans prepared by County staff in support of the comprehensive plan amendments; j) systems planning analysis (including running the FSUTMS model or other transportation planning models deemed as appropriate by Client and Consultant); k) re-evaluation of the level of service methodology for US-1; and I) special transportation projects to implement the comprehensive plan. 16 of 16 AMENDMENT NO.1 TO AGREEMENT BETWEEN MONROE COUNTY AND URS CORPORATION SOUTHERN, DATED JANUARY 19, 2005 The Board of County Commissioners and URS Corporation Southern, hereby agree to amend the subject Agreement as follows: · The first sentence of Section 4. COMPENSATION: "The compensation available to the CONSULTANT under this agreement is $185,000 $355.000." All other provisions of the Agreement between Monroe County Board of County Co.m~ioners and URS Corporation Southern, shall remain in full force and effect. '.. .,::1'. 1 i\' -'~ fj,.. ;...---,~~,. . , ":/~~;T~!~~ny L. Kolhage. Clerk BOARD OF COUNTY ," .. " ":0,,\\ .)~r-..~} <, COMMISSIONERS OF : :..f"!..... \ ~;' MONROE COU TY, FLORIDA :::~iiG~ By: SEP 2 0 lOOg ATTEST: U RS Corporation Southern By: Assistant Secretary By: " 0 0'\ c:: ~ tol.J <:( c. .. ~ .-1 sa .,. l.L.. (.) jt;;:: L,j z: Q: ~ . -.. r:oo::: :~~':5 .::;, ...:J" 'wc,) 11_ N ._J . (..) [..-:) t- .-".., :x:: lLJ It.J U z(j.::;, ...4 Q ~!: cr: i;: o.c -< :;:: c:::>> a 0 ~ r '::1:: r~1 '-r"~ --'l:"{~t'lpn .. t.~ _ . r I i I, (;.. ...., l} I ~ i. AMffiNDMENTNO.2TOAGREEMENT 2D08FEB 29 PH f: 37 BETWEENMONROECOUNTY AND URS CORPORATION SOUTHERN, DANII'r' I' ",,,.... '( L. i" .;-Jlhl~t DATED JANUARY 19,2005 CUt em. CT. MONROE COl!r{Jv. FLA .. . The Board of County COmmISSIoners and URS CorporatIon Southern, hereby agree to amend the subject Agreement as follows: · To extend the hourly billing rates from Section 4.3 to includes the years 2008, 2009, and 2010, based on a 3% per year increase, to wit: Position 1/1/2008 to 12/31/2008 $165.74 $191.91 $158.27 $113.39 $79.23 $70.23 $43.40 Rate in Dollars 1/1/2009 to 12/31/2009 $170.71 $197.67 $163.02 $116.79 $81.60 $72.33 $44.71 1/1/2010 to 12/31/2010 $175.83 $203.60 $167.91 $120.30 $84.05 $74.50 $46.05 URS Corporation Southern By: By: (.2~.1 AMENDMENT NO.3 TO CONTRACT DATED JANUARY 19,2005 BETWEEN MONROE COUNTY AND URS CORPORATION SOUTHERN This Amendment No.3 to the contract (Contract) between Monroe County and UR~orporation Sou (Consultant) dated January 19, 2005, is made and entered into this d - day of ,2009. WITNESSETH: Whereas, Monroe County approved a contract for $185,000 with Consultant on January 19, 2005, for transportation planning services including Transportation Planning Assistance and US Highway I Arterial Travel Time and Delay Studies; and Whereas, Monroe County approved Amendment No. 1 to the Contract on September 20, 2006, increasing the compensation available to the Consultant to $355,000; and Whereas, Monroe County approved Amendment No.2 to the eontract on February 20,2008, extending the rate schedule to include the years 2008, 2009, and 2010 to reflect a 3% annual increase in hourly billing rates; and Whereas, Monroe County and Consultant desire to increase the available compensation to the Consultant and hereby agree to amend the Contract as follows: I. Section 4.1 COMPENSA nON shall read as follows: " , c. - 1/.. ,t~;~: ~~mpensation available to the CONSULTANT under this agreement is $406,000." .l~;/ ..:~~1\ -'~yisions of the <?ontract between Monr~e ~ounty Board of County Commissioners , ...! \ ~ '..' WltPRS Corporation Southern shall remam In full force and effect. \"" ..~~~~... ~j ~~~.~z: r" " ~'+"" .. -~",- ,'c L. Kolhage, Clerk "~"'''.I' ,~~~ -.... C'011 ... BOARD OF COUNTY COMMISSIONERS OF MONR2 COUNTY, FLORIDA By: #-;,-~. 'oJo4Ao.~~ Mayor/C air WITNE~ f (I): c$' JI( Print Name: . oHtJ A'R'RI-ETA By: Title: '\J 1 Print Name: Date: (2) dp9 <I -f AYJ Print Name: b~S 4 If S 05 " ~ ~ ~ "",,,"c..~ r-J .J>n, 3 u)> -y+-\\... ~ t ;1.c.e.~p~ . :".-:J I ., ::; ';j #-') ... ,-.-;.;:r- ~~ c-) ~ _:; 7::- 0 ~ 3 ; , N " - r- 1TI o .." <::> :::0 AMENDMENT NO.'" TO CONTRACT DATED JANUARY 19,2005 BETWEEN l\-IONROE COUNTY AND URS CORPORATION SOUTHERN This Amendment No.4 to the contract (Contract) between Monroe County and URS Corporation Southern (Consultant) dated January 19.2005. is made and entered into this nJ1dayof Marcil.201O. WITNESSETH: Whereas, Monroe County approved a contract for $185,000 with Consultant on January 19, 2005, for transportation planning services including Transportation Planning Assistance and US Highway I Arterial Travel Time and Delay Studies; and Whereas, Monroe County approved Amendment No. I to the Contract on September 20, 2006, increasing the compensation available to the Consultant to $355.000; and Whereas, Monroe County approved Amendment No.2 to the Contract on February 20,2008, extending the rate schedule to include the years 2008, 2009, and 2010 to reflect a 3% annual increase in hourly billing rate; and Whereas, Monroe County approved Amendment No.3 on May 20,2009 to increase the compensation to $406,000; and Whereas, Monroe County and Consultant desire to increase the available compensation to the Consultant and hereby agree to amend the Contract as follows: I. Section 4.1 COMPENSA nON shall read as follows: "The compensation available to the CONSULTANT under is this agreement is $424,015.34. " 2. All other provisions of the Contract between Monroe County Board of County Commissioners and Consultant URS Corporation Southern shall remain in full force and effect. ATTEST: Danny L. Kolhage, Clerk BOARD OF COUNTY COMMISSIONERS OF \10NROE COUNTY, FLORIDA BY:~~ aYOr/~air ByJb~C. ~ Deputy Clerk WITNESSED ( I ): By: Print Name: Title: Print Name: es I~c....- ~k. Q ~--~~- (2): Print Name: Date: ~ ~t,.a, D' ')o~. ;,; .. o BOARD OF COUNTY COMMISSIONERS AGENDA ITEM SUMMARY Meeting Date: May 19. 2010 Division: Growth Management Bulk Item: Yes -X- No Department: Staff Contact Person/Phone #: Susan Grimsley Ext. # 2517 AGENDA ITEM WORDING: Approval of Fourth Amendment to the Agreement with Greenberg Traurig P.A. for the consulting services of Kenneth Metcalf, extending the contract expiration date, and increasing the amount payable by $25,000.00 to an amount not to exceed $86,000.00. ITEM BACKGROUND: This amendment will extend the existing agreement for the continued services of Mr. Metcalf in reviewing and verifying the Hurricane Model Update to identify and implement the current and future permitting capacity for all types of housing and to assist in negotiations and discussions with the Department of Community Affairs on this issue. PREVIOUS RELEVANT BOCC ACTION: July 16,2006 - BOCC approved agreement with Greenberg Traurig July 19, 2007 - BOCC approved Amendment No.1 to the agreement June 18,2008 - BOCC approved Amendment No.2 to the agreement changing scope of work and making total compensation $36,000.00 September 16, 2009 - BOCC approved Amendment No.3 to the agreement extend and increase compensation by $25,000 CONTRACT/AGREEMENT CHANGES: Extend expiration date and increase contract amount. STAFF RECOMMENDATIONS: Approval TOTAL COST: 86.000 Incl. $25K being requested INDIRECT COST: nla BUDGETED:Yes ANo_ DIFFERENTIAL OF LOCAL PREFERENCE: COST TO COUNTY: $86.000 SOURCE OF FUNDS: 148-50001-530318 REVENUE PRODUCING: Yes No x AMOUNT PER MONTH_ Year APPROVED BY: County Atty -L OMBIP4V"chasing -LRisk Management _x_ DOCUMENTATION: Included x Not Required_ DISPOSITION: AGENDA ITEM # Revised 7/09 MONROE COUNTY BOARD OF COUNTY COMMISSIONERS CONTRACT SUMMARY Contract with: Greenberg Traurig P A Contract #_ Effective Date: Expiration Date: 06/19/11 Contract PurposelDescription: Fourth Amendment to Contract will extend the agreement for the continued services of Kennth Metcalf in reviewing and verifying the HjJrricane Model Update to identify and implement the current and future permittin~c~ity for all types of housing. Contract Manager: Susan 2517 GMD Grimsley/Christine Hurley (Name) (Ext.) (Department/Stop #) for BOCC meeting on 05/19/10 Agenda Deadline: 05/02/10 CONTRACT COSTS Total Dollar Value of Contract: $ 86,000 Budgeted? YeslZl No D Account Codes: Grant: $ County Match: $ N/ A Current Year Portion: $ 25,000 148-50001-~-318-_ - - - - ----- - - - - ----- - ----- 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 ~evie r Division Director s:.~.,~ YesD Nola ~~. ~/.'l-'" C ~ Risk Management If...-~.{() YesDNoEY ..~ o.~.IPUrC~Sing _J> YesD No~ ~ . p~~ County Attorney :5-3-/<> YesD NoJ2g ~ Comments: Date Out .>- . FOURTH AMENDMENT TO AGREEMENT FOR SERVICES for GREENBERG TRAURlG, P.A. This Fourth Amendment (Amendment) is made and entered into this _ day of , 2010 to the Agreement dated July 19, 2006 (Agreement) between Greenberg Traurig, P.A. (Firm), 101 East College Avenue, Tallahassee, Florida 32302 and Monroe County, a political subdivision of the State of Florida (County), 1100 Simonton Street, Key West, Florida 33040. WITNESSETH: WHEREAS, County and Firm desire to continue the services as described in the Second Amendment to Agreement dated the 18th day of June, 2008; and WHEREAS, the Third Amendment to Agreement established an expiration date of June 19, 2010, and increased the total expenditure for fees and expenses to $61,000; and WHEREAS, the parties desire to extend the Agreement for an additional year which may necessitate additional payment; NOW, THEREFORE, the parties agree as follows: 1. Paragraph 4 shall be amended as follows: 4. PAYMENTS TO FIRM D. Fees and expenses shall not exceed an additional Twenty-five Thousand Dollars ($25,000.00) for a total expenditure of $86,000.00 under the Agreement regardless of the date of service under previous amendments. In the event this sum is not sufficient due to the services to be provided, the contract may be amended. It is anticipated that the parties will further define the specific activities listed in the scope of work by task order in letter or e-mail format. Services provided by Mr. Bouthillier shall be limited to general supervision of contract implementation pursuant to paragraph 14 and shall not exceed $500.00 per task order. 2. Paragraph 5 shall be amended as follows: 5. TERM OF AGREEMENT This Amendment is effective until June 19, 2011, unless terminated earlier under paragraph 18 of the Agreement or upon payment of the total compensation, whichever occurs first. 3. The remaining terms of the Agreement entered into on July 18, 2006, and First Amendment to Agreement dated July 18, 2007, and Second Amendment to Agreement dated June 18, 2008, and Third Amendment to Agreement dated September 16, 2009, not inconsistent herewith, shall remain in full force and effect. IN WITNESS WHEREOF, the parties have executed this Fourth Amendment. ATTEST DANNY L. KOLHAGE, CLERK BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA Deputy Clerk Mayor Sylvia J. Murphy GREENBERG TRAURlG, P.A. Reginald L. Bouthillier, Jr. Title: Date: TAL 451,547,866v1 5-3-10 2 THIRD AMENDMENT TO AGREEMENT FOR SERVICES for GREENBERG TRAURIG, P.A. #~endment (Amendment) Is made and entered into thiS/~~CIllY of 2009 to the Agreement dated July 19, 2006 (Agreement) between Greenberg TraUrig, P A (Finn) , 101 East College Avenue, Tallahassee, Florida 32302 and Monroe County, a political subdivision of the State of Florida (County), 1100 Simonton Street, Key West, Florida 33040. WITNESSETH: WHEREAS, County and Finn desire to continue the services as described in the Second Amendment to Agreement dated the 18th day of June, 2008; and WHEREAS, the Agreement has an expiration date of July 19, 2009; and WHEREAS, the parties desire to extend the Agreement for an additional year which may necessitate additional payment; NOW, THEREFORE. the parties agree as follows: 1. Paragraph 4 shall be amended as follows: 4. PAYMENTS TO FIRM D. Fees and expenses shall not exceed an additional Twenty-five Thousand Dollars ($25,000.00) for a total expenditure of $61,000.00 under the Agreement regardless of the date of service under previous amendments. In the event this sum is not sufficient due to the services to be proVided, the contract may be amended. It is anticipated that the parties will further define the specific actiVities listed in the scope of work by task order In letter or e-mail fonna!. Services proVided by Mr. Bouthillier shall be limited to general supervision of contract implementation pursuant to paragraph 14 and shall not exceed $500.00 per task order. * * * * 2. Paragraph 5. shall be amended as follows: 5. TERM OF AGREEMENT This Amendment is effective retroactive to July 20, 2009, for a period ending June 19, 2010, to prevent any lapse in services or payment, unless tenninated earlier under paragraph 18 of the Agreement or upon payment of the total compensation, whichever OCcurs first. 3. The remaining terms of the Agreement entered into on July 18, 2006 and First Amendment to Agreement dated July 18, 2007 and Second Amendment to Agreement dated June 18 2008, not inconsistent herewith, shall remain in full force and effect. 0'6 00 , the parties have executed this Third Amendment. ~ ~ BOARD OF COUNTY COMMISSIONERS OF ~NROE COUNTY, FLORIDA ~~~. ~ ~ Mayor Georg . N gent Title: Date: 3: 0 ~ ~ r::J ::t> ~C'"):z ... r- .0 r-__ R ,." , ~,.,-- 0 ':;:;:;:-:.-< ..... .-','::<';1- - .." " . UJ 0 '::~G~ :::0 '--::;:-0 ~ :::0 ~:-:'Vl- :;~.:J: 1'Tl . ';-fl;> '" ('"') -" C") .. 0 - fT1 '" :::0 co 0 ..--- --- - SECOND AMENDMENT TO AGREEMENT FOR SERVrCES for GREENBERG TRAURIG, P.A. This Second Amendment (Amendment) is made and entered into this 18th day of .Junll! ,2008 to the Agreement dated July 19, 2006 (Agreement), between Greenberg Traurig, P.A.(Firm) , 101 East College Avenue, Tallahassee, Florida 32302 and Monroe County, a political subdivision of the State of Florida (County), 1100Simonton Street, Key West, Florida 33040. WITNESSETH: WHEREAS, County and Firm desire a more expanded scope of services to be allowed under the terms of the Agreement; and WHEREAS. pursuant to the terms of the First Amendment to the Agreement dated July 18, 2007, the Agreement will expire on July 19th, 2008; and WHEREAS, the parties desire to.extend the Agreement for an additional year which may necessitate additional payment; NOW, THEREFORE, the parties agree as follows: 1. Paragraph 2. Scope of the Work shall read as follows: 2. SCOPE OF THE WORK The Firm shall assist County by providing professional services to review the Hurricane Evacuation Model in order to identify data, demographic, and other potential refinements that would increase the current and future permitting capacity for affordable and other housing, to support the planning efforts for transient and market rate housing and the resulting need for employee and affordable housing, to negotiate with the Department of Community Affairs on these issues, and to assist County with its presentations concerning these issues. This Agreement is limited to planning services, except for the limited legal services described herein. The scope of services is retroactive to May 1, 2008. 2. Paragraph 4. Payments to Firm shall read as follows: 4. PAYMENTS TO FIRM D. The pricing for the different types of work shall be as follows: Fees and expenses are limited to Thirty-siX Thousand Dollars ($36,000.00) from May 1, 2008 to July 19, 2009. Both parties agree that this contract ,.. ,.. ,.. ,.. * --------..- - - . ... amount may not be sufficient to complete the scope of work, depending on the number of requested meetings, extent of negotiations required and other activities deemed necessary by the parties. In that event, such services may be provided by amending the contract. It is anticipated that the parties will further define the specific activities listed in the SCope of work by task order in letter or e-mail format. Services provided by Mr. Bouthillier shall be limited to general supervision of contract implementation pursuant to Paragraph 14 and shall not exceed $500.00 per task order. 3. Paragraph 5. Term of Agreement shall read as follows: 5. TERM OF AGREEMENT This Agreement commences on the date of the execution by all parties, and ends on the 19th of July 2009, unless terminated ear/ier under paragraph 18 of this Agreement or upon payment of the total compensation whichever comes first. 4. The remaining terms of the Agreement entered into on July 18, 2006, not inconsistent ~~~Jth, shall remain in full force and effect. .- . ..:-, -":.... \. . '/~G/~. ~~ereOf. the parties have executed this Second Amendment. .....\~ /., , "1 ..R, ' . \.. c...1....., A'IT T: BOARD OF COUNTY COMMISSiONERS a~K OF~#eDA Deputy Clerk Mayor iGennaro Date: ~I ". ~K 3: N 0 ~ 0 ~ 'j ;;z:: :l> co - ;0(");; :DIo , ...-- c::: ' . 0..._.: ..:J rr; __ - c;") .,: ~n' U1 ..J ~ ;:::. - :x ., - - - ., -.. - . -) ". o. j , .- N - , ; -.1 .--- - -- FIRST AMENDMENT TO AGREEMENT FOR SERVICES GREENBERG TRAURlG P.A. Dated July 18, 2006 THIS F~ENDMENT (herein after "Amendment") is made and entered into this JJ!i- day of .2007, to the Agreement ("Agreement") dated July 18, 2006 between Greenberg ra g P.A. whose address is 101 East College Avenue, Tallahassee, Florida 32302, and Monroe County, a political subdivision of the State of Florida ("COUNTY''), whose address is 1100 Simonton Street, Key West, Florida 33040. WHEREAS, the Agreement dated July 18, 2006 is set to expire on July 19, 2007; and WHEREAS, County and Greenberg Traurig desires to continue the Agreement for another one year term. NOW THEREFORE the parties hereby agree as foHows: I. Paragraph 5 of the Agreement shall be amended to read in its entirety as foHows: "5. TERM OF AGREEMENT This Agreement commences on the date of execution by aU the parties, and ends on the 19th day of July 2008, unless terminated earlier under paragraph 18 of this Agreement or upon payment of the total compensation whichever comes first." ining terms of the Agreement entered into on July 18, 2006, not shaH remain in full force and effect. :.-; '" S WHEREOF, the parties have caused these presents to be executed in s. LHAGE, CLERK. d Print Name DATE: ~ c=- -., c=- -.I r- ) c.... r., c: I:::J r- N "'?l ~ .:::I :;;} ~ ;~ :z ffl C"J ..g 0 ::0 0 0 N ,fA.- Date: Witnesses: Signature TAL 45141798Ov1 7/212007 MONROE COUNTY ATTORNEY ~~~OVEOASTO~, ~L<<..o 0 4~ NATlLEENE W. CASSEL ASSIsrANT COUNTY ATrORNEY Date ~- ~.t!:)7 j ,~ :lO~j.:>9;?3,C 16 MONROE COUNTY AT r 03 3{ 32 p rn 07-17-2006 2/13 AGRBBMEIIT FOR SBRVlCBS For GREENBERG TRAURlG, P.A. THIS AGREEMENT made and entered into this Ig~day of July, 2006, by and between MONROE COUN1Y, a political subdivision of the State of Florida ("COUN1Y"), whose address is 1100 Simonton Street, Key West, Florida 33040 and Greenberg Traurig, P.A., whose address is 101 East College Avenue, Tallahassee, Florida 32302, its successors and assigns, hereinafter referred to as "FIRM". The contract services shall be performed by Kenneth Metcalf, AICP, Director of Planning Services for FIRM, except for legal services described herein. WITNESSETH: WHEREAS, COUNTY desires to employ the professional services of FIRM to assist COUN1Y; and WHEREAS, FIRM has agreed to provide professional services as defined in the Scope of Work below. NOW, THEREFORE, in consideration of the mutual promises, covenants and agreements stated herein, and for other good and valuable consideration, the sufficiency of which is hereby acknowledged, COUNTY and FIRM agree as follows: 1. THE AGREEMENT The Agreement consists of this document only. Any other Agreements between the parties separate are independent agreements and shall be read, interpreted and enforced as separated independent agreements. 2. SCOPE OF THE WORK The FIRM shall assist COUN1Y by providing professional services, to review the Hurricane Evacuation Model in order to identify and implement potential refinements that would increase the current and future permitting capacity for affordable housing; to negotiate with the Department of Community Affairs on this issue; and support the planning efforts of the Affordable Housing Task Force to encourage development of affordable housing in the Florida Keys This Agreement is limited to planning services, except for the limited legal services described herein. 1 :IOSJ92:j:,16 MONROE COUNTY AT T 03 37 59 p rn 07 1 7 - 2006 3/13 3. REPRESENTATIONS AND WARRANTIES FIRM warrants that he is authorized by law to engage in the performance of the activities herein described, subject to the terms and conditions set forth in this Agreement. A. FIRM shall at all times exercise independent, professional judgment and shall assume professional responsibility for the services to be provided. B. FIRM shall maintain all necessaIy licenses, permits or other authorizations necessary to act as FIRM for the Project until the FIRM'S duties hereunder have been fully satisfied; C. FIRM assumes full responsibility to the extent allowed by law with regards to his performance and those directly under his employ. D. FIRM shall provide services using the following standards, as a minimum requirement, FIRM shall maintain adequate staffing levels to provide the services required under the Agreement, FIRM personnel shall not be employees of or have any contractual relationship with the COUNTY, and all personnel engaged in performing services under this Agreement shall be fully qualified, and, if required, to be authorized or permitted under State and local law to perform such services. E. FIRM'S services shall be performed as expeditiously as is consistent with professional skill and care and the orderly progress of the work. F. FIRM is an independent contractor under this Agreement. In providing the services, FIRM and its agents shall not be acting and shall not be deemed as acting as officers, employees, or agents of the COUNTY, nor shall they accrue any of the rights or benefits of a COUNTY employee. 4. PAYMENTS TO FIRM A. COUN1Y'S performance and obligation to pay under this agreement, is contingent upon annual appropriation by the Board of COUNTY Commissioners. B. COUNTY shall pay in accordance with the Florida Prompt Payment Act; payment will be made periodically, but no more frequently than monthly, in arrears as hereinafter set forth. C. FIRM shall submit detailed, itemized invoices to the COUNTY with supporting documentation acceptable to the Clerk based on generally accepted accounting principles and such laws, rules and regulations as may govern the Clerk's disbursal of funds. D. The pricing for the different types of work shall be as foHows: 1) the total contract amount of this Agreement including all fees and expenses is lWENTY THOUSAND DOLLARS AND NO/cents ($20,000.00); however, both parties agree that this contract amount may not be sufficient to complete the scope of work, depending on the number of requested meetings, extent of negotiations required and other activities 2 f J I 305)Qn~16 MONROE COLIN fV A T T O~ 3835 pill 07-17 ;006 4113 deemed by the parties as necessary or appropriate to support the efforts of the task force to promote affordable housing. It is anticipated that the parties will further define the specific activities listed in the scope of work in order to further refme future contract amounts if the contact amount allocated in this agreement is reached. Services provided by Mr. Bouthillier shall be limited to general supervision of contract implementation pursuant to Paragraph 14 and shall not exceed $500.00 2) FIRM will be paid for his or her services based on the number of hours expended on behalf of COUN1Y (rounded to the nearest tenth hour for each time entry), not to include time billable to or compensated by other clients, multiplied by the FIRM'S hourly rate as set forth below: Kenneth B. Metcalf $220.00 per hour ~ s!~Q~ ~ Reginald L, Bouthillier, Jr., Esq. $ . per hour 3) The following minimum billing documentation and time- keeper requirements are a condition precedent to payment by the COUNTY. At a minimum the invoices shall state the name of the timekeeper, a description of the task performed, the amount of time expended by each time-keeper daily (and, within each day, broken down by task where more than one project or task was worked upon within the same day). In a summazy at the beginning or end of the bill, provide the hourly rate for each time-keeper, the total time billed by each time-keeper in that bill, the product of the total time and hourly rate for each time-keeper, the total fees charged, and a reconciliation between the amount charged and any applicable estimated or budgeted amount, by task. In addition, each monthly statement should show the aggregate billing for that matter from the commencement of the matter through the currently-billed month. FIRM shall describe within each itemized daily task entry, in sufficient detail to readily allow the COUNTY to determine the necessity for and reasonableness of the time expended, the services performed, the project or task each service relates to, the subject and purpose of each service, and the names of others who were present or communicated with in the course of pezforming the service. FIRM will bill COUN1Y only for time reasonably and necessarily incurred to render professional services on COUN1Y'S behalf in accordance with this Agreement. Time attributable to billing questions is not billable. Time expended by time-keepers who have not been approved by COUN1Y as indicated above is also not billable. FIRM will charge no more than the hourly rate quoted above throughout the duration of the Agreement, unless otherwise agreed upon and approved by the Board of COUN1Y Commissioners. The rates FIRM will charge COUN1Y represent the lowest rates charged by the same time- keepers to other clients. In the event that lower rates or discounts are 3 305~923516 MONROE COUNTY A TT 033913Plll 07-177006 provided to other clients, FIRM and approved time-keepers will also provide them on the same basis to COUNTY. To the extent the FIRM makes use of existing work product, e.g., in the form of research previously performed for another client, then FIRM may bill on1y that time expended in using that work product for COUN1Y. In other words, no premium, markup, or other adjustment may be made to bill COUN1Y for time spent on work already performed. 4) FIRM will charge expenses such as travel, per diem, meals, mileage, hotel, or airfare shall be paid according to FI. Statute 112.321 and according to Chapter 2 Administration, Article XXVI of the Monroe COUNTY Ordinances, however, time spent in transit, locaDy or otherwise, may be billed only if FIRM or time-keeper is unable to avoid traveling by using other forms of communication. Travel by more than one time-keeper at the same time to the same destination is not allowed without prior approval from COUN1Y. Approved travel time will be billed at the hourly rate listed for the time-keeper. Actual cost for necessary long distance telephone calls, telecopying at $.25 per outgoing page, overnight or expedited delivery, COuriers, photocopying at $.15 per page, postage, court fees, and other expenses approved in advance by COUN1Y or as listed below: FIRM is expected to avoid using expedited or emergency services, such as express delivery services, couriers, telecopying, overtime, and so on, unless necessary because of unexpected developments or extremely short deadlines. COUN1Y may refuse to pay for any such expenses when incurred routinely or because of FIRM'S failure to manage the matter efficiently. FIRM is expected to use computerized research services cost- effectively to reduce time spent on research, for example, while closely- monitoring computerized research to insure that the charges are reasonable and necessazy. FIRM is expected to pass through to COUN1Y any discounts or other arrangements that reduce the cost of computerized services. 5. TERM OF AGREEMENT This Agreement commences on the date of the execution by all parties, and ends on the 19th day of July, 2007, unless terminated earlier under paragraph 18 of this Agreement or upon payment of the total compensation whichever comes fIrSt. 6. FIRM'S ACCEPrANCE OF CONDITIONS FIRM has, and shall maintain throughout the term of this Agreement, appropriate licenses; proof of such licenses and approvals shall be submitted to the COUN'lY upon request. 7. PUBLIC ACCESS COUN1Y and FIRM shall allow and permit reasonable access to, and inspection of, all documents, papers, letters or other materials in its 4 ~ 11 3 i I I A , ~ . J :lOS)923!,16 MONROE COUNTY A' T 03 :19 49 P III 07 -17-.2006 6/13 possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by COUNTY and FIRM in conjunction with this Agreement; and COUNTY shall have the right to unilaterally cancel this Agreement upon violation of this provision by FIRM. 8. LIMITED INDEMNI1Y FIRM agrees to indemnify and hold harmless Monroe County Board of County Commissioners from any claims, losses, damages, and expenses that County has that are caused by FIRM'S negligence. 9. INSURANCE Prior to execution of this agreement, FIRM shall furnish the COUNTY Certificates of Insurance indicating the minimum coverage limitations in the following amounts: WORKERS COMPENSATION AND EMPWYER'S LIABILITY INSURANCE: Where applicable, coverage to apply for all employees at a minimum statutOIY limits as required by Florida Law. COMPREHENSIVE AUTOMOBILE VEHICLE LIABILITY INSURANCE: Hired and non-owned auto liability insurance, including applicable no-fault 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. Coverage shall include all owned vehicles, all non- owned vehicles, and all hired vehicles. COMMERCIAL GENERAL LIABILITY: Commercial general liability coverage with limits of liability of not less than $300,000.00 per occurrence combined single limit for Bodily Injwy Liability and Property Damage Liability. PROFESSIONAL LIABILTIY: Professional liability insurance for negligence in an amount not less that $500,000.00. CERTIFICATES OF INSURANCE: Original Certificates of Insurance shall be provided to the COUNTY at the time of execution of this Agreement and certified copies provided if requested. Each policy certificate shall be endorsed with a provision that not less than thirty (30) calendar days' written notice shall be provided to the COUNTY before any policy or coverage is canceled or restricted. The underwriter of such insurance shall be qualified to do business in the State of Florida. If requested by the COUNTY Administrator, the insurance coverage shall be primary insurance with respect to the COUNTY, its officials, employees, agents and volunteers. 5 :~O:''''C)~3~, 16 MONROE COUNTY AT r 03 40 20 P 111 07 17- 2006 /113 10. NON-WAIVER OF IMMUNITy Nothing in this Agreement is intended to act as a waiver of the provisions of Sec. 286.28, Florida Statutes, and COUNTY specifically does not agree to a waiver in any form, including but not limited to the participation of COUNTY and FIRM in this Agreement and the acquisition of any commercial liability insurance coverage, self-insurance coverage, or local government liability insurance pool coverage which shall not be deemed a waiver of immunity to the extent of liability coverage, nor shall any Agreement entered into by COUN1Y be required to contain any provision for waiver. 11. INDEPENDENT CONTRACTOR At all times and for all purposes under this agreement FIRM is an independent contractor and not an employee of the Board of COUNTY Commissioners of Monroe COUNTY. No statement contained in this agreement shall be construed so as to fmd FIRM or any of his employees, subcontractors, servants, or agents to be employees of the Board of COUN1Y COmmissioners of Monroe COUNTY. 12. NONDISCRIMINATION COUNTY and FIRM agree that there will be no discrimination against any person, and it is expressly understood that upon a detennination 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 and FIRM 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 amendecl (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 6 30So?923S16 MONROE COUN TV A T r 03 40 58 p In 07 17-2006 Ii 113 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 COUN1Y and FIRM to, or the subject matter of, this Agreement 13. ASSIGNMENT/SUBCONTRACT FIRM 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, which approval shall be subject to such conditions and provisions as the Board may deem necesswy. 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. 14. COMPUANCE WITH LAW AND LICENSE REOUIREMMENTS . In providing all services/goods pursuant to this agreement, FIRM 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 Agreement immediately upon delivery of written notice of termination to FIRM. FIRM shall possess proper licenses to perform work in accordance with these specifications throughout the tenn.of this Agreement. 15. DISCLOSURE AND CONFLICT OF INTEREST GREENBERG TRAURIG, P.A. is large, national law firm with clients throughout Florida involving a wide variety of matters. As such, we may represent existing or future clients with matters adverse to th~ County. Therefore, we have included the following conflict waiver to address any conflicts that arise out of existing or future representations. It is understood that GREENBERG TRAURIG, P.A. may represent other present or future clients in matters adverse to Monroe County in legal or other proceedings, other than the matter that is the subject of this letter or a matter substantively related thereto. Except as described above, we will at all times adhere to all applicable guidelines and provisions of the Code of Professional Responsibility. The FIRM shall immediately notify the County in writing if it discovers any potential ethical impediment in executing the services described herein. The FIRM reserves the right to terminate this contract in that event to resolve the impediment and shall not be precluded from representing current or future clients that may be related to the identified impediment. 7 :Hl5l9/3616 MONROE COUNTY A TT OJ 41 40 P III 07 17-;,1006 Upon execution of this Agreement, and thereafter as changes may require, FIRM shall notify the COUNTY of any fmandal interest it may have in any programs in Monroe COUNTY which may be substantively related to the Scope of Work. COUN1Y and FIRM warrant that, in respect to itself, it has neither employed nor retained any company or perso~, 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 finn, 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, FIRM 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. 16. NO PLEDGE OF CREDIT FIRM 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 fonn of indebtedness. FIRM further warrants and represents that it has no obligation or indebtedness that would impair its ability to fulfill the tenns of this Agreement. 17. NOTICE REOUIREMENT 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: Ty Symroski Marathon Govemment Center Monroe County Growth Management Department 2798 Overseas Highway Marathon, FL 33050 COUNTY ATTORNEY PO Box 1026 Key West, FL 33040 FOR FIRM: Reginald L. Bouthillier, Jr., Esq. Kenneth B. Metcalf, AICP Greenberg Traurig, P.A. 101 East College Avenue Tallahassee, Florida 32302 8 q 11:'. I i I I I l ~ : :.I()~)q;?:it 16 MONROE COUNTY A TT 034112pm OT. 1 7 2006 10 i1.1 18. TAXES The COUNTY is exempt from payment of Florida State Sales and Use taxes. FIRM 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 Agreement, nor is FIRM authorized to use the COUNTY'S Tax Exemption Number in securing such materials. FIRM shall be responsible for any and all taxes, or payments of withholding, related to services rendered under this agreement. 19. TERMINATION . The COUN1Y may terminate this Agreement with or without cause. The COUNTY may terminate this Agreement for cause with seven (7) days notice to FIRM. Cause shall constitute a breach of the obligations of FIRM to perform the obligations enumerated under this Agreement. Either of COUNTY and FIRM hereto may terminate this Agreement without cause by giving the other party sixty (60) days written notice of its intention to do so. FIRM agrees, if at any time in the future Mr. Metcalf is no longer with the FIRM this Agreement is immediately terminated and the FIRM shall immediately notify the COUNTY. 20. GOVERNING LAW. VENUE. INTERPRETATION. COSTS. AND FEE This Agreement shall be governed by and construed 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 COUNTY and FIRM agree that venue wiIllie in the appropriate court or before the appropriate administrative body in Monroe County, Florida. 21. MEDIATION The COUNTY and FIRM agree that, in the event of conflicting interpretations of the terms 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. 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. 22. SEVERABILI1Y 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 cach remaining term, covenant, condition and provision of this Agreement shall be valid 9 30529:.!:31>.16 MONROE COliN TV ^ r T 03 42 47 P III 07 -17 -2006 and shall be enforce~ble 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 FIRM 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. 23. FlRM'S FEES AND COSTS COUN1Y and FIRM 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 FIRM'S fees and FIRM'S fees, in appellate proceedings. Each party agrees to pay its own court costs, investigative, and out-or-pocket expenses whether it is the prevailing party or not, through all levels of the court system. 24. ADJUDICATION OF DISPUTES OR DISAGREEMENTS COUN1Y and FIRM agree that all disputes and disagreements shall be attempted to be resolved by meet and confer sessions between representatives of each of COUNTY and FIRM. If no resolution can be agreed upon within THIRTY (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 COUNTY and FIRM, then any party shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. 25. COOPERATION In the event any administrative or legal proceeding is instituted against COUNTY or FIRM relating to the formation, execution, performance, or breach of this Agreement, COUN1Y and FIRM 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 FIRM specifically agree that Arbitration shall not be entered into under this Agreement. 26. BINDING EFFECT The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of COUNTY and FIRM and their respective legal representatives, successors, and assigns. 27. AUTHORITY 10 11 r13 i j i I l I J ,i i~ 3052923516 MONROE COUNTY ArT -. . -.. .. --.-.;-----o:.-...,.~ ~,- 03 43 20 p m 07-17-2006 12/1 :~ , COUNTY and FIRM represent and warrant 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. ~8. CLAIMS FOR FEDERAL OR STATE AID COUNTY and FIRM 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. 29. PRIVILEGES AND IMMUNITIES All of the privileges and immunities from liability, exemptions (rom 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 COUN1Y 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. 30. LEGAL OBLIGATIONS AND RESPONSIBILITIES This Agreement is not intended to, nor shall it be construed as, relieving any participating entity from any obligation or responsibility imposed upon the entity by law except to the extent of actual and timely performance thereof by any participating entity, in which case the performance may be offered in satisfaction of the obligation or responsibility. Further, this Agreement is not intended to, nor shall it be construed as, authorizing the delegation of the constitutional or statutory duties of the County, except to the extent permitted by the Florida constitution, state statute, and case law. 31. NON-RELIANCE BY NON-PARTIES. No person or entity shall be entitled to rely upon the terms, or any of them, of this Agreement to enforce or attempt to enforce any third-party claim or entitlement to or benefit of any service or program contemplated hereunder, and COUNTY and FIRM agree that neither COUNTY nor FIRM 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. 11 , i I i I i :t a ~ :10S};1:J3,16 MONROE COUNTY ATT 03 43 54 p m 07172006 13/13 33. NO PERSONAL LIABILITY No covenant or agreement contained herein shall be deemed to be a covenant or agreement of any member, officer, agent or employee of Monroe COUNTY in his or her individual capacity, and no member, officer, agent or employee of Monroe COUNTY shall be liable personally on this Agreement or be subject to any personal liability or accountability by reason of the execution of this Agreement. 34. EXECUTION IN COUNTERPARTS This Agreement may be executed in any number of counterparts, each of which shall be regarded as an original, all of which taken together shall constitute one and the same instrument and any of COUNTY and FIRM hereto may execute this Agreement by signing any such counterpart. 35. SECTION HEADINGS Section headings have been inserted in this Agreement as a matter of convenience of reference only, and it is agreed that such section headings are not a part of this Agreement and will not be used in the interpretation of any provision of this Agreement. IN WITNESS WHEREOF, COUNIY and FIRM hereto have executed this Agreement on the day and date first written above in four (4) counterparts, each of which shall, without proof or accounting for th~ other counterparts, be deemed an original Agreement. Witnesses: .~. @~ {ff}~3iv Signatty:e /; It DATE: y- /~ 'tJ , . ~~~ DATE: ~ tJ BOARD OF COUNTY COMMISSIO OF MONROE C , FLOIDA As rson legSlly authorizeJI to sign Agreements on behiif ;po of Greenber~/%rig, P.A. ~~~ DATE:_:2 .ti 'J, ~?'~ , on' e:: - :;;;: z;o~.. ---4 ~ . -< ("') Co_ . ;-i:.~ .." o' r ~ J> -." r- ("1' .:;) .,1 -:;l :Do :x 9 o \D ..TJ .'1 :J c:> :-:) c:::J 12 THIRD AMENDMENT TO AGREEMENT FOR SERVICES for GREENBERG TRAURIG, P.A. ~U~rr::ndment (Amendment) is made and entered into this /~~ay of 2009 to the Agreement dated July 19, 2006 (Agreement) between Greenberg Traurig, P.A. (Firm) , 101 East College Avenue, Tallahassee, Florida 32302 and Monroe County, a political subdivision of the State of Florida (County), 1100 Simonton Street, Key West, Florida 33040. WITNESSETH: WHEREAS, County and Firm desire to continue the services as described in the Second Amendment to Agreement dated the 18th day of June, 2008; and WHEREAS, the Agreement has an expiration date of July 19, 2009; and WHEREAS, the parties desire to extend the Agreement for an additional year which may necessitate additional payment; NOW, THEREFORE, the parties agree as follows: 1. Paragraph 4 shall be amended as follows: 4. PAYMENTS TO FIRM * * * * D. Fees and expenses shall not exceed an additional Twenty-five Thousand Dollars ($25,000.00) for a total expenditure of $61,000.00 under the Agreement regardless of the date of service under previous amendments. In the event this sum is not sufficient due to the services to be provided, the contract may be amended. It is anticipated that the parties will further define the specific activities listed in the scope of work by task order in letter or e-mail format. Services provided by Mr. Bouthillier shall be limited to general supervision of contract implementation pursuant to paragraph 14 and shall not exceed $500.00 per task order. 2. Paragraph 5. shall be amended as follows: 5. TERM OF AGREEMENT This Amendment is effective retroactive to July 20, 2009, for a period ending June 19, 2010, to prevent any lapse in services or payment, unless terminated earlier under paragraph 18 of the Agreement or upon payment of the total compensation, whichever occurs first. 3. The remaining terms of the Agreement entered into on July 18, 2006 and First Amendment to Agreement dated July 18, 2007 and Second Amendment to Agreement dated June 18 2008, not inconsistent herewith, shall remain in full force and effect. 0-';" Co , the parties have executed this Third Amendment. ~ < BOARD OF COUNTY COMMISSIONERS OF '1>NROE COUNTY, FLORIDA ~)'-I!c ~ ~ Mayor Georg . N gent Title: Date: 3: 0 N ""rJ o l> 8 r- Znz ..0 .0 r- __ R f'Tl C:.J,...,-- 0 I-r;:::v -< ..... ,,':.::,!- ""rJ U1 0 ;~:: G A :::0 '_=::;:;0 ~ :::0 --. r- ::;,,:1: rT1 . ';-oil> '" ('"') .." c;) .. 0 ~ fTI N :::0 co 0 SECOND AMENDMENT TO AGREEMENT FOR SERVICES for GREENBERG TRAURIG, P .A. This Second Amendment (Amendment) is made and entered into this 18th day of June ,2008 to the Agreement dated July 19, 2006 (Agreement), between Greenberg Trau rig , P.A.(Firm} , 101 East College Avenue, Tallahassee, Florida 32302 and Monroe County, a political subdivision of the State of Florida (County), 1100Simonton Street, Key West, Florida 33040. WITNESSETH: WHEREAS, County and Firm desire a more expanded scope of services to be allowed under the terms of the Agreement; and WHEREAS, pursuant to the terms of the First Amendment to the Agreement dated July 18,2007, the Agreement will expire on July 19th, 2008; and WHEREAS, the parties desire to.extend the Agreement for an additional year which may necessitate additional payment; NOW, THEREFORE, the parties agree as follows: 1. Paragraph 2. Scope of the Work shall read as follows: 2. SCOPE OF THE WORK The Firm shall assist County by providing professional services to review the Hurricane Evacuation Model in order to identify data, demographic, and other potential refinements that would increase the current and future permitting capacity for affordable and other housing, to support the planning efforts for transient and market rate housing and the resulting need for employee and affordable housing, to negotiate with the Department of Community Affairs on these issues, and to assist County with its presentations conceming these issues. This Agreement is limited to planning services, except for the limited legal services described herein. The scope of services is retroactive to May 1, 2008. 2. Paragraph 4. Payments to Firm shall read as follows: 4. PAYMENTS TO FIRM * * * * * D. The pricing for the different types of work shall be as follows: Fees and expenses are limited to Thirty-six Thousand Dollars ($36,000.00) from May 1, 2008 to July 19, 2009. Both parties agree that this contract amount may not be sufficient to complete the scope of work, depending on the number of requested meetings, extent of negotiations required and other activities deemed necessary by the parties. In that event, such services may be provided by amending the contract. It is anticipated that the parties will further define the specific activities listed in the scope of work by task order in letter or e-mail format. Services provided by Mr. Bouthillier shall be limited to general supervision of contract implementation pursuant to Paragraph 14 and shall not exceed $500.00 per task order. 3. Paragraph 5. Term of Agreement shall read as follows: 5. TERM OF AGREEMENT This Agreement commences on the date of the execution by all parties, and ends on the 19th of July 2009, unless terminated earlier under paragraph 18 of this Agreement or upon payment of the total compensation whichever comes first. 4. The remaining terms of the Agreement entered into on July 18, 2006, not inconsistent her.:ewjth, shall remain in full force and effect. ;.-~ .,.>..f'..''';':\ ,. ./~~.;, ~'S:Whereof, the parties have executed this Second Amendment. ,...\1' J" .~ "'I ~~ -. '-.. ~-_:'''''' AU T: BOARD OF COUNTY COMMISSIONERS DAmlYl. KOLHAGE. CLERK OF ~C9YNff' FLORIDA .~--~ ~~ Deputy ClerK Mayor iGennaro Date: ~, I'. pi :J: 1::1 ~ ~ ;0 ,... __ o~"""": l'""i__- ~ (-,:- "': ,::,n ~ C) c:::t QO ::rao c:: C") " , ,.~ , . ..:J CJ1 .J ;~ :~~- ~ -r'f .'.- r :::- :Jr: , '.1 .....J - .. ,._~ ) ~. ;.~ ", N ;"1 - J ----.--.-.. ." flRSTAMENDMENTTOAGREEMENT FOR SERVICES GREENBERG TRAURIG P.A. Dated July 18, 2006 Tms~ FNDMENT (herein after "Amendment") is made and entered into this /91-t.. day of ,2007, to the Agreement ("Agreement") dated July 18,2006 between Greenberg ra g P.A. whose address is 101 East College Avenue, Tallahassee, Florida 32302, and Monroe County, a political subdivision of the State of Florida ("COUNTY"), whose address is 1100 Simonton Street, Key West, Florida 33040. WHEREAS, the Agreement dated July 18, 2006 is set to expire on July 19, 2007; and WHEREAS, County and Greenberg Traurig desires to continue the Agreement for another one year term. NOW THEREFORE the parties hereby agree as follows: 1. Paragraph 5 of the Agreement shall be amended to read in its entirety as follows: "5. TERM OF AGREEMENT This Agreement commences on the date of execution by all the parties, and ends on the 19th day of July 2008, unless terminated earlier under paragraph 18 of this Agreement or upon payment of the total compensation whichever comes first." maining terms of the Agreement entered into on July 18, 2006, not shall remain in full force and effect. ~ c:::t -., c:::t .... ? .) e- M Date: c:: CJ r- N ~ .r:- 0 ;:;J Witnesses: :Do ::0 :z Pl :;"j '!! 0 Signature ~ 0 0 N Print Name .r /f_ DATE: TAL 451417980\11 7/2/2007 MONROE COUNTY ATTORNEY ~~~OVEO AS TO ~: ~1! _ tV ~c:/' NATlLEENE W. CASSEL ASSISTANT COUNTY ATTORNEy Date ~- ~-t!)7 :~OS;:>9n:< 16 MONROE COUNTY ATf 03.3132 p rn 07-17-2006 2/13 AGREEMENT FOR SERVICES For GREBNBERG TRAURIG, P.A. THIS AGREEMENT made and entered into this 19~day of July, 2006, by and between MONROE COUNTY, a political subdivision of the State of Florida ("'COUNTY"), whose address is 1100 Simonton Street, Key West, Florida 33040 and Greenberg Traurig, P.A., whose address is 101 East College Avenue, Tallahassee, Florida 32302, its successors and assigns, hereinafter referred to as "FIRM". The contract services shall be performed by Kenneth Metcalf, AICP, Director of Planning Services for FIRM, except for legal services described herein. WITNESSETH: WHEREAS, COUNTY desires to employ the professional services of FIRM to assist COUNTY; and WHEREAS, FIRM has agreed to provide professional services as defined in the Scope of Work below. NOW, THEREFORE, in consideration of the mutual promises, covenants and agreements stated herein, and for other good and valuable consideration, the sufficiency of which is hereby acknowledged, COUNTY and FIRM agree as follows: 1. THE AGREEMENT The Agreement consists of this document only. Any other Agreements between the parties separate are independent agreements and shall be read, interpreted and enforced as separated independent agreements. 2. SCOPE OF THE WORK The FIRM shall assist COUNTY by providing professional services, to review the Hurricane Evacuation Model in order to identify and implement potential refinements that would increase the current and future permitting capacity for affordable housing; to negotiate with the Department of Community Affairs on this issue; and support the planning efforts of the Affordable Housing Task Force to encourage development of affordable housing in the Florida Keys This Agreement is limited to planning services, except for the limited legal services described herein. 1 :~05292:j~j~6 MONROE COUNTY ATT 03 37 59 p In 07 17-2006 3/13 3. REPRESENTATIONS AND WARRANTIES FIRM warrants that he is authorized by law to engage in the performance of the activities herein described, subject to the terms and conditions set forth in this Agreement. A. FIRM shall at all times exercise independent, professional judgment and shall assume professional responsibility for the services to be provided. B. FIRM shall maintain all necessary licenses, permits or other authorizations necessary to act as FIRM for the Project until the FIRM'S duties hereunder have been fully satisfied; C. FIRM assumes full responsibility to the extent allowed by law with regards to his performance and those directly under his employ. D. FIRM shall provide services using the following standards, as a minimum requirement, FIRM shall maintain adequate staffing levels to provide the services required under the Agreement, FIRM personnel shall not be employees of or have any contractual relationship with the COUNTY, and all personnel engaged in performing services under this Agreement shall be fully qualified, and, if required, to be authorized or permitted under State and local law to perform such services. E. FIRM'S services shall be performed as expeditiously as is consistent with professional skill and care and the orderly progress of the work. F. FIRM is an independent contractor under this Agreement. In providing the services, FIRM and its agents shall not be acting and shall not be deemed as acting as officers, employees, or agents of the COUNTY, nor shall they accrue any of the rights or benefits of a COUNTY employee. 4. PAYMENTS TO FIRM A. COUN1Y'S perfonnance and obligation to pay under thls agreement, is contingent upon annual appropriation by the Board of COUNTY Commissioners. B. COUNTY shall pay in accordance with the Florida Prompt Payment Act; payment will be made periodically, but no more frequently than monthly, in arrears as hereinafter set forth. C. FIRM shall submit detailed, itemized invoices to the COUNTY with supporting documentation acceptable to the Clerk based on generally accepted accounting principles and such laws, rules and regulations as may govem the Clerk's disbursal of funds. D. The pricing for the different types of work shall be as follows: 1) the total contract amount of this Agreement including all fees and expenses is 1WENTY THOUSAND DOLLARS AND NO/cents ($20,000.00); however, both parties agree that this contract amount may not be sufficient to complete the scope of work, depending on the number of requested meetings, extent of negotiations required and other activities 2 3052Q23!)16 MONROE COUNTY ATT 03-3835 pm 07-17-2006 4/13 deemed by the parties as necessary or appropriate to support the efforts of the task force to promote affordable housing. It is anticipated that the parties will further define the specific activities listed in the scope of work in order to further refme future contract amounts if the contact amount allocated in this agreement is reached. Services provided by Mr. Bouthillier shall be limited to general supervision of contract implementation pursuant to Paragraph 14 and shall not exceed $500.00 2) FIRM will be paid for his or her services based on the number of hours expended on behalf of COUNTY (rounded to the nearest tenth hour for each time entry), not to include time billable to or compensated by other clients, multiplied by the FIRM'S hourly rate as set forth below: Kenneth B. Metcalf $220.00 per hour t:::::.:"I \0"00 ~ Reginald L, Bouthillier, Jr., Esq. $~ per hour 3) The following minimum billing documentation and time- keeper requirements are a condition precedent to payment by the COUNTY. At a minimum the invoices shall state the name of the timekeeper, a description of the task performed, the amount of time expended by each time-keeper daily (and, within each day, broken down by task where more than one project or task was worked upon within the same day). In a summary at the beginning or end of the bill, provide the hourly rate for each time-keeper, the total time billed by each time-keeper in that bill, the product of the total time and hourly rate for each time-keeper, the total fees charged, and a reconciliation between the amount charged and any applicable estimated or budgeted amount, by task. In addition, each monthly statement should show the aggregate billing for that matter from the commencement of the matter through the currently-billed month. FIRM shall describe within each itemized daily task entry, in sufficient detail to readily allow the COUNTY to determine the necessity for and reasonableness of the time expended, the services performed, the project or task each service relates to, the subject and purpose of each service, and the names of others who were present or communicated with in the course of perfOIming the service. FIRM will bill COUNTY only for time reasonably and necessarily incurred to render professional services on COUNTY'S behalf in accordance with this Agreement. Time attributable to billing questions is not billable. Time expended by time-keepers who have not been approved by COUNTY as indicated above is also not billable. FIRM will charge no more than the hourly rate quoted above throughout the duration of the Agreement. unless otherwise agreed upon and approved by the Board of COUNTY Commissioners. The rates FIRM will charge COUNTY represent the lowest rates charged by the same time- keepers to other clients. In the event that lower rates or discounts are 3 305:i!923516 MONROE COUNTY A TT 03 39 1 3 p III 07-17-2006 5/13 provided to other clients, FIRM and approved time-keepers will also provide them on the same basis to COUNTY. To the extent the FIRM makes use of existing work product, e.g., in the form of research previously performed for another client, then FIRM may bill on1y that time expended in using that work product for COUNTY. In other words, no premium, markup, or other adjustment may be made to bill COUN1Y for time spent on work already performed. 4} FIRM will charge expenses such as travel, per diem, meals, mileage, hotel, or airfare shall be paid according to Fl. Statute 112.321 and according to Chapter 2 Administration, Article XXVI of the Monroe COUNTY Ordinances, however, time spent in transit, Ioca.ny or otherwise, may be billed only if FIRM or time-keeper is unable to avoid traveling by using other forms of communication. Travel by more than one time-keeper at the same time to the same destination is not allowed without prior approval from COUN1Y. Approved travel time will be billed at the hourly rate listed for the time-keeper. Actual cost for necessary long distance telephone calls, telecopying at $.25 per outgoing page, overnight or expedited delivery, couriers, photocopying at $.15 per page, postage, court fees, and other expenses approved in advance by COUN'IY or as listed below: FIRM is expected to avoid using expedited or emergency services, such as express delivery services, couriers, telecopying, overtime, and so on, unless necessary because of unexpected developments or extremely short deadlines. COUN1Y may refuse to pay for any such expenses when incurred routinely or because of FIRM'S failure to manage the matter efficiently. FIRM is expected to use computerized research services cost- effectively to reduce time spent on research, for example, while closely- monitoring computerized research to insure that the charges are reasonable and necessary. FIRM is expected to pass through to COUN1Y any discounts or other arrangements that reduce the cost of computerized services. 5. TERM OF AGREEMENT This Agreement commences on the date of the execution by all parties, and ends on the 19th day of July, 2007, unless terminated earlier under paragraph 18 of this Agreement or upon payment of the total compensation whichever comes first. 6. FIRM'S ACCEPTANCE OF CONDITIONS FIRM has, and shall maintain throughout the term of this Agreement, appropriate licenses; proof of such licenses and approvals shall be submitted to the COUNTY upon request. 7. PUBLIC ACCESS COUNTY and FIRM shall allow and permit reasonable access to, and inspection of, all documents, papers, letters or other materials in its 4 305?9:;>3!>16 MONROE COUNTY ATT 033949 pm 07-17-2006 6/13 possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by COUN1Y and FIRM in conjunction with this Agreement; and COUNTY shall have the right to unilaterally cancel this Agreement upon violation of this provision by FIRM. 8. LIMITED INDEMNITY FIRM agrees to indemnify and hold harmless Monroe County Board of County Commissioners from any claims, losses, damages, and expenses that County has that are caused by FIRM'S negligence. 9. INSURANCE Prior to execution of this agreement, FIRM shall furnish the COUNTY Certificates of Insurance indicating the minimum coverage limitations in the following amounts: WORKERS COMPENSATION AND EMPLOYER'S LIABILI'IY INSURANCE: Where applicable, coverage to apply for all employees at a minimum statutory limits as required by Florida Law. COMPREHENSIVE AUTOMOBILE VEHICLE LIABILITY INSURANCE: Hired and nonRowned auto liability insurance, including applicable no-fault 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. Coverage shall include all owned vehicles, all non- owned vehicles, and all hired vehicles. COMMERCIAL GENERAL LIABILITY: 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. PROFESSIONAL LIABILTIY: Professional liability insurance for negligence in an amount not less that $500,000.00. CERTIFICATES OF INSURANCE: Original Certificates of Insurance shall be provided to the COUNTY at the time of execution of this Agreement and certified copies provided if requested. Each policy certificate shall be endorsed with a provision that not less than thirty (30) calendar days' written notice shall be provided to the COUNTY before any policy or coverage is canceled or restricted. The underwriter of such insurance shall be qualified to do business in the State of Florida. If requested by the COUNTY Administrator, the insurance coverage shall be primary insurance with respect to the COUNTY, its officials, employees, agents and volunteers. 5 305:i'923b16 MONROE COUNTY ATT 03.40.20 P Ill. 07 17- 2006 111:"\ 10. NON-WAIVER OF IMMUNITY Nothing in this Agreement is intended to act as a waiver of the provisions of Sec. 286.28, Florida Statutes, and COUNTY specifically does not agree to a waiver in any form, including but not limited to the participation of COUNTY and FIRM in this Agreement and the acquisition of any commercial liability insurance coverage, self-insurance coverage, or local government liability insurance pool coverage which shall not be deemed a waiver of immunity to the extent of liability coverage, nor shall any Agreement entered into by COUNTY be required to contain any provision Jor waiver. 11. INDEPENDENT CONTRACTOR At all times and for all purposes under this agreement FIRM is an independent contractor and not an employee of the Board of COUNTY Commissioners of Monroe COUNTY. No statement contained in this agreement shall be construed so as to fmd FIRM or any of his employees, subcontractors, servants, or agents to be employees of the Board of COUNTY Commissioners of Monroe COUNTY. 12. NONDISCRIMINATION COUNTY and FIRM 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 and FIRM 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 S8. 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 amendeq (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 6 3052923516 MONROE COUNTY A TT 03 40 58 p m 07 17.2006 8/13 , 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 COUN1Y and FIRM to, or the subject matter of, this Agreement 13. ASSIGNMENT/SUBCONTRACT FIRM 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, 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. 14. COMPUANCE WITH LAW AND LI<;ENSE REOUIREMMENTS In providing all services/ goods pursuant to this agreement, FIRM 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 Agreement immediately upon delivery of written notice of termination to FIRM. FIRM shall possess proper licenses to perform work in accordance with these specifications throughout the term.of this Agreement. 15. DISCLOSURE AND CONFLICT OF INTEREST GREENBERG TRAURIG, P.A. is large, national law firm with clients throughout Florida involving a wide variety of matters. As such, we may represent existing or future clients with matters adverse to th~ County. Therefore, we have included the following conflict waiver to address any conflicts that arise out of existing or future representations. It is understood that GREENBERG TRAURIG, P.A. may represent other present or future clients in matters adverse to Monroe County in legal or other proceedings, other than the matter that is the subject of this letter or a matter substantively related thereto. Except as described above, we will at all times adhere to all applicable guidelines and provisions of the Code of Professional Responsibility. The FIRM shall immediately notify the County in writing if it discovers any potential ethical impediment in executing the services described herein. The FIRM reserves the right to terminate this contract in that event to resolve the impediment and shall not be precluded from representing current or future clients that may be related to the identified impediment. 7 :i052913b 16 MONROE COUNTY ATT 03 41 40 p 111 07-17 -1006 9113 , Upon execution of this Agreement, and thereafter as changes may require, FIRM shall notify the COUN'IY of aI1-Y fmandaI interest it may have in any programs in Monroe COUNTY which may be substantively related to the Scope of Work. COUNTY and FIRM warrant that, in respect to itself, it has neither employed nor retained any company or persoll, 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, FIRM 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. 16. NO PLEDGE OF CREDIT FIRM 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 fonn of indebtedness. FIRM further warrants and represents that it has no obligation or indebtedness that would impair its ability to fulfill the terms of this Agreement. 17. NOTICE REOUIREMENT 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: Ty Symroski Marathon Govemment Center Monroe County Growth Management Department 2798 Overseas Highway Marathon, FL 33050 COUNTY ATTORNEY PO Box 1026 Key West, FL 33040 FOR FIRM: Reginald L. Bouthillier, Jr., Esq. Kenneth B. Metcalf, AICP Greenberg Traurig, P.A. 101 East College Avenue Tallahassee, Florida 32302 8 3052923(;.1 6 MONROE COUNTY A TT 03 42 12 P rn 07-17-2006 10/1 :'\ 18. TAXES The COUNTY is exempt from payttlent of Florida State Sales and Use taxes. FIRM shall not be exempted by virtue of the COUN1Y'S exemption from paying sales tax to its suppliers for materials used to fuliill its obligations under this Agreement, nor is F1RM authorized to use the COUNTY'S Tax Exemption Number in securing such materials. FIRM shall be responsible for any and all taxes, or payments of withholding, related to services rendered under this agreement. 19. TERMINATION . The COUN1Y may terminate this Agreement with or without cause. The COUNTY may terminate this Agreement for cause with seven (7) days notice to FIRM. Cause shall constitute a breach of the obligations of FIRM to perform the obligations enumerated under this Agreement. Either of COUNTY and FIRM hereto may terminate this Agreement without cause by giving the other party sixty (60) days written notice of its intention to do so. FIRM agrees, if at any time in the future Mr. Metcalf is no longer with the FIRM this Agreement is immediately terminated and the FIRM shall immediately notify the COUNTY. 20. GOVERNING LAW. VENUE. INTERPRETATION. COSTS. AND FEE This Agreement shall be governed by artd construed 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 COUNTY and FIRM agree that venue will lie in the appropriate court or before the appropriate administrative body in Monroe County, Florida. 21. MEDIATION The COUNTY and FIRM 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. 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. 22. 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 9 30529:.135.16 MONROE COUNTY ^ TT 03.42-47 p.1l1 07.17 -2006 11 /1 3 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 FIRM 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. 23. FIRM'S FEES AND COSTS COUNTY and FIRM 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 FIRM'S fees and FIRM'S fees, in 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. 24. ADJUDICATION OF DISPUTES OR DISAGREEMENTS COUNTY and FIRM agree that all disputes and disagreements shall be attempted to be resolved by meet and confer sessions between representatives of each of COUNTY and FIRM. If no resolution can be agreed upon within THIRTY (30) days after the frrst 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 COUNTY and FIRM, then any party shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. 25. COOPERATION In the event any administrative or legal proceeding is instituted against COUNTY or FIRM relating to the formation, execution, performance, or breach of this Agreement, COUNTY and FIRM 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 FIRM specifically agree that Arbitration shall not be entered into under this AgreemeI1-t. 26. BINDING EFFECT The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of COUNTY and FIRM and their respective legal representatives, successors, and assigns. 27. AUTHORI1Y 10 -" ..- .....~ --'--;---r--~_-:-_,",~ 30529235.16 MONROE. COUNTY A TT 03-43:20 pm 07-17-2006 12/1 :i COUNTY and 'FIRM represent and warrant 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. 28. CLAIMS FOR FEDERAL OR STATE AID COUNTY and FIRM 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. 29. PRIVILEGES AND IMMUNITIES All of the privileges and immunities from liability. exemptions from laws, ordinances, and rules and pensions and relief, disability. workers' compensation, and other benefits which apply to the activity of officers, agents, or employees of any public agents or employees of the COUNTY, when performing their respective functions under this Agreement within the terrltoriallimits 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 terrltoriallimits of the COUNTY. 30. LEGAL OBLIGATIONS AND RESPONSIBIUTIES 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, 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 hereunderJ and COUNTY and FIRM agree that neither COUNTY nor FIRM 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. 11 3052b23:,16 MONROE COUNTY A TT 03.4354p_m 07 17-2006 33. NO PERSONAL LIABILITY No covenant or agreement contained herein shall be deemed to be a covenant or agreement of any member, officer, agent or employee of Monroe COUNTY in his or her individual capacity, and no member, officer, agent or employee of Monroe COUNTY shall be liable personally on this Agreement or be subject to any personal liability or accountability by reason of the execution of this Agreement. 34. EXECUTION IN COUNTERPARTS This Agreement may be executed in any number of counterparts, each of which shall be regarded as an original, all of which taken together shall constitute one and the same instrument and any of COUN'IY and FIRM hereto may execute this Agreement by signing any such counterpart. 35. SECTION HEADINGS Section headings have been inserted in this Agreement as a matter of convenience of reference only, and it is agreed that such section headings are not a part of this Agreement and will not be used in the interpretation of any provision of this Agreement. IN WITNESS WHEREOF, COUNTY and FIRM hereto have executed this Agreement on the day and date first written above in four (4) counterparts, each of which shall, without proof or accounting for th~ other counterparts, be deemed an original Agreement. BOARD OF COUNTY COMMISSIO OF MONROE C . FLOIDA ~ '- Witnesses: ~.,}Jp#V (ff)~3!"V Signature /J A DATE: y--' / ~ tJ b , As rson leg811y authoriuJI to sign Agreements on behi1f :P- of Greenberg ;r'raprig, P.A. ~p~ DATE: 711'IO~ ~?";:: on' e:: - ?,~ z?o C~ ..... ~. ~~=r: :,., . ::> r G') l> (T'l ~ :x c:? o \D ~f~~ 12 13/13 ~.., r- 1"" (:) .il '":::I .:; :1'J ;." ,;"? o :;';) o