Loading...
HomeMy WebLinkAboutG. Board of GovernorsBOARD OF GOVERNORS OF FIRE AND AMBULANCE DISTRIC I AGENDA ITEM SUMMARY Meeting Date. September 15, 2010 _ Division - Emergency Services Bulk Item: Yes X No _ Department: Fire Rescue Staff Contact Person Camille Dubroff AGENDA ITEM WORDING: Approval to enter into an agreement between Gila Corporation d /b /a Municipal Services Bureau (MSB) and the Board of County Commissioners and the Board of Governors of Fire and Ambulance District 1 for the collection of outstanding ground and air ambulance transport account receivable balances, effective October 1, 2010 through September 30, 2011 with two additional one (1) year renewals. ITEM BACKGROUND: A collection agency is used as the second level to attempt to collect ambulance transport billing debt. The first level of collection is with an ambulance billing agent. After six (6) statements have been sent with no payment activity and/or 210 days have elapsed these accounts are then sent by the billing company onto the collection agency. Monroe County currently contracts with MSB for the second level collection of outstanding ground and air ambulance transport account receivable balances. MSB's contract is due to expire on September 30, 2010. As per the purchasing policy, two (2) or more written price quotes were obtained. After reviewing the quotes and checking the collection percentage statistic references from each viable proposal, it was found that the Florida industry standard collection rate appears to be between 2 4% of what is placed in collections. This base line percentage corresponds to what our current — agency is collecting therefore; this is why MSB is recommended as the contractor. This decision was made due to the fact that MSB is in line with recovery percentages that were verified from other agencies and it was taken into consideration the cost effectiveness of changing companies. MSB already accepts electronic data from our billing agent, provides us electronic access to collection accounts and on line status reports. Previously when we switched agencies it took approximately 5 months for the change to transpire and for revenues to begin to be received. Continuing a contract with MSB will also realize no loss of income that would have occurred by the lengthy change over process or the possible loss of ongoing monthly payments that MSB has established with some of our customers. PREVIOUS RELEVANT BOG ACTION: On September 17, 2009 the Board approved the final renewal agreement effective October 1, 2009 through September 30, 2010, with Gila Corporation d/b /a Municipal Services Bureau (MSB) for collections of outstanding account receivables' from ground and air ambulance transports. CONTRACT /AGREEMENT CHANGES: N/A STAFF RECOM MENDATIONS: Approval as written. TOTAL COST: $3,500.001 year INDIRECT COST: N/A BUDGETED: Yes X No DIFFERENTIAL OF LOCAL PREFERENCE: N/A COST TO COUNTY: See above SOURCE OF FUNDS: 13001 -530 -340 and 11001 530 -340 REVENUE PRODUCING: Yes No AMOUNT PER MONTH Year APPROVED BY: County Atty OMB/Purchasing ✓ Risk Management DOCUMENTATION: Included X Not Required DISPOSITION: AGENDA ITEM # Revised 07109 MONROE COUNTY BOARD OF GOVERNORS OF FIRE AND AMBULANCE DISTRICT 1 CONTRACT SUMMARY Contract with: Gila Co rporation Contract # d /b /a Municipal Services Bureau Effective Date: Expiration Date 10/01/2010 09/30/2011 Contract Purpose /Description: Contract with Gila Comoration d /b /a . Municipal Services Bureau for the collection of outstanding ound and air ambulance transport account receivables. Transport outstanding account receivable balances. Contract Manager: Camille Dubroff 6 010, Emergency Services / Stop 14 (Name) for BOCC meeting on III III 1 (Ext.) (Department /Stop #) enda Deadline: CONTRACT COSTS Total Dollar Value of Contract: $ $3500.00 Estimated Current Year Budgeted? Yes® No ❑ Grant: $ County Match: $ FY 08- $1,311.00 Portion: $ FY 09 - $2,856.73 FY 10- $2,469.43 (FY 10 is for 9months) Account Codes: 13001 530 340 11001 530 340 ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: (Not included in dollar value above) (eg. maintenance, utiliti etc. r.. UM13 Norni Kevised 2 /27 /01 MCP #2 CONTRACT REVIEW Changes Date Out Division Director Date In Needed R vi w SL/0 IG Yes❑ Noi -- ---� °° - Risk Manage t� Yes❑ No[ O.M.B./Purchasmg 8 l 1� Yes❑ No['ld County Attorney gJ y �� t' 57 um Yes❑ No[] F Comme ts: t ( G ♦ 4 y � r.. UM13 Norni Kevised 2 /27 /01 MCP #2 r- 0 Q E O V 0 O. O a U C Q G O d U m m rc rc m ra U U U U a L) u U m m m m m a. LL G c aJ' v ri 7 rru vl ..0 1- u m L7 C c i c m u O 2i s u_ L m t cu L U m en Q CJ t/J :: Q �'J :: U Z ..2 2 _u _u O lu M U C a� v m Lo E S E E E a F A ak U u. O Y U Le) m m �' 41 N 41 m 'm CL E4 0 0 0 a _' i .O C C H ✓ h c O - a co IV N N N N V 01. 0 0 0 0 w c c c u o o t u u m o: N 0 m G C CL Q o .: o 0 CL a a s c o m m rd 3 �- E E E L '....<..Ui Z Z Z ".; d 4 G ai '. �'. CL ;- Q 0 CJ 0 L J 0 (I 0 C ] 0 C) .. Q a a m y U 7 7 O D C Q Y ru Y n5 E = ti a o •� c y ° ti°.. 3 Q m m Lr) V Z Z d b In m 0 ,n 1* c O L71 [r1 Etl N n 00 1- N c U 0 V c D U ? O O m t O 7 O y', G U N O U 7 U C O N m O Ol sG O � C7 m v J m Lo 0 Q] c 'E O IJ O O A O T O O E w O N co ? A e O N i ( H '^ W `-• to -. Q Y a E L G E v C O 'O N. �° o E t0 p, V E a° m N d N rt �r N Ln _.d G - N a c O L N i P y u. u d O LL` N Ol b0 N a o 7 rq m m rc rc m ra L) u u u m m m m m C G c C C C c C c m u O a O O O O Q Q Q — — O lu M �, a� v m Lo E S E E E a �' 41 N 41 0 0 0 a a 6 W C C C O C c O o a aJ CT uJ 0 0 0 0 0 0 c c c u U U u` p 0 C c c G LL N D1 01 Gi tll N- U m m ` m '....<..Ui Z Z Z ".; d 4 c C6 LL '. �'. CL ;- o C] 0 CJ 0 L J 0 (I 0 C ] 0 C) .. C7 AGREEMENT BETWEEN THE BOARD OF COUNTY COMMISSIONERS AND THE BOARD OF GOVERNORS FIRE AND AMBULANCE DISTRICT I OF MONROE COUNTY, FLORIDA AND GILA CORPORATION d/b /a MUNICIPAL SERVICES BUREAU FOR COLLECTION OF OUTSTANDING AMBULANCE ACCOUNTS THIS AGREEMENT, ( "AGREEMENT ") is made and entered into this day of 2010, by and between the Board of County Commissioners and the Board of Governors of Fire and Ambulance District I of Monroe County, Florida, (herein referred to collectively as the "COUNTY ") and Gila Corporation d/b /a Municipal Services Bureau (herein referred to as "MSB "). WITNESSETH: WHEREAS, MSB represents that it wishes to provide services as hereinafter more specifically enumerated to the COUNTY for collections of said outstanding accounts receivables from ground and air ambulance transports; and WHEREAS, the COUNTY wishes to enter into an Agreement with MSB for collecting various uncollected ground and air ambulance accounts receivables; NOW, THERFORE, in consideration of the promises contained herein, the parties agree as { a : follows: 1. DEBT COLLECTION SERVICES — MSB will mail notices, telephone or otherwise contact debtors with outstanding accounts with the COUNTY in order to attempt to collect those monies owed by the Debtors. Demand for payment of each collection item will be in a non - threatening manner and will comply with all applicable Federal, State and local laws, rules and regulations. As payment of collection items are collected by MSB, it shall be remitted to the COUNTY by the fifteenth of the month for the previous month's activity. Each remittance shall include a statement for the commission due and shall be accompanied by a dated report which, as to each collection time included in the remittance, shall state the name of the person from whom it was collected, the amount remitted and identifying account number. 2. RESPONSIBILITY OF THE COUNTY — The COUNTY will provide, in addition to the - names and last known addresses of the Debtors, all information regarding the date(s) of the - alleged debt(s), the amount of such debt(s) and the date the judgment was entered against the debtor, if applicable. The information supplied to MSB by the COUNTY must be in an ANSI file format which is acceptable to MSB and shall be provided not less frequently than monthly. The COUNTY will update and correct any information it has provided MSB as soon as it is practicable. The COUNTY will notify MSB of any payment of other satisfaction of judgment made directly to the COUNTY. The COUNTY may provide this information in either hard copy or electronically. 3. CONTRACT PERIOD AND RENEWAL - The effective date of this Agreement shall be October 1, 2010 through September 30, 2011. This Agreement may be renewed annually for one (1) year terms, not to exceed two (2) renewals, subject to approval of the Fire Chief of Monroe County Fire Rescue, the Office of Management and Budget and the Monroe County Board of County Commissioners and the Monroe County Board of Governors Fire and Ambulance Districtl . 4. CONTRACT TERMINATION — Either party may terminate this agreement by providing ninety (90) days written notice. Upon notice of termination MSB shall take all steps necessary to close out any accounts with an open balance and will be responsible for complying with all provisions of this contract until the termination date. MSB will not assume new accounts after such notice of termination. MSB will be paid for its services through the tennination date and MSB will not incur any expenses after notice of termination except those necessary to properly wind up its obligations under this contract and properly perform this contract. All money received on accounts, by MSB, after the tennination date will be forwarded to the COUNTY without regular compensation being paid to MSB. MSB will further cooperate with any successor, debt collection service provider by turning over all records and any other documents or equipment in hard copy to useable electronic format to the COUNTY or the debt collection service provider. MSB will pay the COUNTY all funds due and owing to it as of the termination date of this contract. The provision for MSB to turn over documents and to provide all funds due and owing the COUNTY will survive the tennination of this contract. 5. CAPABILITY TO PROVIDE SERVICE — MSB represents that it is an established debt collection service provider licensed to do business in the State of Florida and capable of providing all services required pursuant to this contract and that MSB has all necessary pennits, occupational licenses .or any other license or permits required to provide services under this agreement required by any local, state, government or the federal government. MSB further represents that it has experience with debt collection practices and it has the requisite financial resources, personnel and experience to perform all services required under this agreement. 6. REPORTS — MSB shall provide the COUNTY with monthly aging reports by the twenty -first r day of the following month reflecting the status of all accounts that are currently active and MSB's collection results as of the last day of the previous month. This report will include the following infonnation: a. Debtor's Nance b. Debtor's Account Number c. Amount paid on the account during the preceding month including amounts received by COUNTY as reported to MSB. d. Unpaid balance of account e. Amount of commission due Agency. The COUNTY has the absolute right to audit any and all financial records of MSB pertaining to the collection activities carried on by MSB pursuant to this contract. MSB shall retain such records not provided to the COUNTY for a period of three (3) years after the termination of this contract unless such records are required for pending litigation then such records shall be maintained until at least ninety (90) days after the conclusion of litigation including appeals. 7. VALID DEBTS - The COUNTY agrees that accounts placed with MSB for collection are valid and legally enforceable debts and are not disputed or subject to any bankruptcy proceedings, unless otherwise disclosed in writing by the COUNTY. 8. COMMISSION RATES — For all accounts referred by the COUNTY to MSB for collection for which the COUNTY is paid, regardless of whether payment is accepted directly by the COUNTY or by MSB on the COUNTY'S behalf, the COUNTY will pay to MSB a twenty -five (25) percent rate on the gross amount collected. Service will be provided on a contingency fee basis with no up -front or additional costs associated with the services. The following services will be provided at no additional costs: On line access to accounts, bi- lingual collection notices and staff, letter creation and distribution, background checks /fingerprints scans for all current and future MSB employees, National Skip tracking services, toll -free telephone numbers for debtors, independent security audit, and electronic interface (in -house programmers). The COUNTY will not be responsible to MSB for any commissions or fees for payments returned to the COUNTY or MSB for insufficient funds. 9. NOTIFICATION OF COLLECTION —The COUNTY will immediately notify MSB of accounts referred. to MSB for collection that have been paid or disputed by the Debtors directly to the COUNTY whenever that payment or dispute occurs. MSB agrees that once an account is placed, that the COUNTY is to receive all commission due in the event that monies are collected. By the fifteenth of each month, MSB will provide a detailed reporting to the COUNTY to identify aI1 accounts known to be collected during the prior month and to remit monies collected on the County's behalf. MSB is required to invoice the COUNTY for commissions due; the COUNTY agrees to review the invoice and forward payment to MSB in accordance with the Florida Local Government Prompt Payment Act. MSB makes no warranties or representation, expressed or implied, about the amount of funds that will be collected, and MSB shall have no liability for any amounts uncollected. The only liability of MSB will be to forward any funds collected to the COUNTY subjected to MSB collecting its commission amount. 10. LEGAL ACTION - MSB shall make no settlement for less than the total principal amount owed without prior approval of the COUNTY. MSB may not affect any debtor's credit history as a result of unsuccessful collection efforts. MSB will place accounts for litigation only with prior written consent of County. MSB agrees that if the continued collection of an account would damage the reputation of the COUNTY or if suit is seriously threatened or filed, the COUNTY may request, in writing, the immediate return of the account. If the COUNTY has been given legal authorization to write -off obligations which have been referred to MSB, MSB will not collect any fees from the COUNTY relative to the accounts which have been withdrawn from MSG's collection efforts. 11. NOTICES —All notices specified pursuant to this contract shall be sent to the following: COUNTY: Monroe County Emergency Services 490 63` Street Ocean Marathon, FI 33050 MSB: Municipal Services Bureau 6505 Airport Blvd., Suite 100 Austin, TX 78752 12. INDEPENDENT CONTRACTOR — Neither MSB, nor any of its employees, agents, or subcontractors are employees of the COUNTY. MSB is solely responsible and liable for any action taken or made by MSB its' employees, agents or subcontractors. 13. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT of 1996 (HIPAA) — MSB will carry out its obligations under this contract in compliance with the privacy regulations pursuant to Public Law 104 -191 of August 21, 1996, known as the Health Insurance Portability and Accountability Act of 1996, Subtitle P — Administrative Simplification, Section 261, et seq., as amended ( "HIPAA "), to protect the privacy of any personally identifiable protected health infonnation (PHI) that is collected, processed or learned as a result of the Collection services provided hereunder. In conformity therewith, MSB agrees that it will: a. Not use or further disclose PHI except as permitted under this contract or required by law; b. Use appropriate. - safeguards to prevent use or disclosure of PHI except as permitted by this contract; c. To mitigate, to the extent practicable, any harmful effect this is known to MSB of a use or disclosure of PHI by MSB in violation of this contract; d. Report to Monroe County any use or disclosure of PHI not provided for by this contract of which MSB becomes aware; e. Ensure that any agents or subcontractors to whom MSB provides PHI, or who have access to PHI, agree to the same restrictions and conditions that apply to MSB with respect to such PHI; f. Make PHI available to Monroe County and to the individual who has a right to access as required under HIPAA within 30 days of the request by Monroe County regarding the individual; g. Incorporate any amendments to PHI when notified to do so by Monroe County; h. Provide an accounting of all uses or disclosures of PHI made by MSBH as required under HIPAA privacy rule within sixty (60) days; i. Make their internal practices, books and records relating to the use and disclosure of PHI available to the Secretary of the Department of Health and Human Services for purposes of determining MSB's and Monroe County's compliance with HIPAA; and j. At the tennination of the contract, return or destroy all PHI received from, or created or received by MSB on behalf of Monroe County, and if return is infeasible, the protections of this contract will extend to such PHI. The specific uses and disclosures of PHI that may be made by MSB on behalf of Monroe County include: a. Preparation of invoices and reminder notices and documents pertaining to collections of overdue accounts to patients and others who are responsible for payment of the services provided by Monroe County; b. Uses required for the proper management of MSB as a business associate. c. Other uses or disclosures of PHI as permitted by the HIPAA privacy rule. Notwithstanding any other provisions of this contract may be tenninated by Monroe County if MSB has violated a term or provisions of this contract pertaining to MSB's material obligations under the HIPAA privacy rule, or if MSB engages in conduct which would, if committed by Monroe County, result in a violation of the HIPAA privacy rule by Monroe County. 14. INDEMNIFICATION - MSB covenants and agrees to indemnify, hold harmless and defend the Monroe County Board of County Commissioners and the Monroe County Board of Governors District 1, its commissioners, officers, employees, agents and servants from any and all claims for bodily injury, including death, personal injury, and property damage, including damage to property owned by Monroe County, and any other losses, damages, and expenses of any kind, including attorney's fees, court costs and expenses, which arise out of, in connection �w with, or by reason of services provided by MSB or any of its Subcontractors in any tier, occasioned by the negligence, errors, or other wrongful act or omission of MSB or its Subcontractor(s) in any tier, their officers, employees, servants or agents. In the event that the service is delayed or suspended as a result of MSB's failure to purchase or maintain the required insurance, MSB shall indemnify the County from any and all increased expenses resulting from such delay. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. This indemnification shall survive the expiration or earlier termination of the Agreement. (See Attachment A). 15. INSURANCE - During the term of this Agreement, MSB must keep in force and affect the following insurance: Worker's Compensation Prior to the commencement of work governed by this contract, MSB - shall obtain Worker's Compensation Insurance with limits sufficient to respond to Chapter 440 , Florida Statutes. In addition, MSB shall obtain Employer's Liability Insurance with limits not less than: $100,000 Bodily Injury by Accident $500,000 Bodily Injury by Disease, policy limits $100,000 Bodily Injury by Disease, each employee Coverage shall be maintained throughout the entire term of the contract. Coverage shall be provided by a company or companies authorized to transact business in the state of Florida. If MSB has been approved by the Florida's Department of Labor, as an authorized self-insurer, the County shall recognize and honor MSB's status. MSB may be required to submit a Letter of Authorization issued by the Department of Labor and a Certificate of Insurance, providing details on MSB's Excess Insurance Program, If MSB participates in a self - insurance fund, a Certificate of Insurance will be required. In addition, MSB may be required to submit updated financial statements from the fund upon request from the County. General Liability — Prior to the commencement of work governed by this contract, MSB shall obtain General Liability Insurance. Coverage shall be maintained throughout the life of the contract and include as a minimum: Premises Operations Products and Completed Operations Blanket Contractual Liability Personal Injury Liability Expanded .Definition of Property Damage The minimum limits acceptable shall be: $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 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. Professional Liability Insurance — Recognizing that the work governed by this contract involves the furnishing of advice or services of a professional nature, MSB shall purchase and maintain, throughout the life of the contract, Professional Liability Insurance which will respond to damages resulting frown any claim arising out of the performance of professional services or arfy error or omission of MSB arising out of work governed by this contract. The minimum limits of liability shall be: $250,000 per Occurrence /$500,000 Aggregate Monroe County shall be named as an Additional insured on all policies. The provisions of Attachment B are attached and incorporated into this agreement. 16. PAYMENTS - Payments shall be made by the COUNTY pursuant to the Florida Local Government Prompt Payment Act after the completion of the rendered services and proper invoicing by MSB. 17. CONTINGENCY- Monroe County's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Board of County Commissioners. 18. 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. 19. OWNERSHIP OF THE PROJECT DOCUMENTS - The documents prepared by MSB for this Project belong to the COUNTY and may be reproduced and copied without acknowledgement or permission of MSB. 20. SUCCESSORS AND ASSIGNS - MSB shall not assign its right hereunder, except its right to payment, nor shall it delegate any of its duties hereunder without the written consent of the COUNTY. MSB will not employ any subcontractor to perform any duties under this agreement unless such fact is made known to the COUNTY and prior written permission is granted. The COUNTY shall have the right to prohibit a subcontractor from performing any part of the contract; such right shall be reasonable exercised. Subject to the provisions of the immediately preceding sentence, each party hereto binds itself, its successors, assigns and legal representatives to the other and to the successors, assigns and legal representatives of such other party. 21. NO THIRD PARTY BENEFICIARIES - Nothing contained herein shall create any M� relationship, contractual or otherwise, with or any rights in favor of, any third party. 22. PUBLIC ENTITIES CRIMES - A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on contracts to ¢ r provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on ]cases of real property to public entity, may not be awarded or perform work as a MSB, supplier, subcontractor, or MSB under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. By signing this Agreement (including Attachment C), MSB represents that the execution of this Agreement will not violate the Public Entity Crimes Act (Section 257.133, Florida Statutes). Violation of this section shall result in termination of this Agreement and recovery of all monies paid hereto, and may result in debarment from COUNTIES competitive procurement activities. In addition to the foregoing, MSB further represents that there has been no determination, based on an audit, that it or any subcontractor has committed an act defined by Section 287.133, Florida Statutes, as a "public entity crime" and that it has not been formally charged with committing an act defined as a "public entity crime" regardless of the amount of money involved or whether CONUSULTANT has been placed on the convicted vendor list. MSB will promptly notify the COUNTY if it or any subcontractor is formally charged with an act defined as a "public entity crime" or has been placed on the convicted vendor list. 23. MAINTENANCE OF RECORDS - MSB shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Each party to this Agreement or its authorized representatives shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during the term of the Agreement and for four years following the termination of this Agreement. If an auditor employed by the COUNTY or County Clerk detennines that monies paid to MSB pursuant to this Agreement were spent for purposes not authorized by this Agreement, the MSB shall repay the monies together with interest calculated pursuant to Sec. 55.03, of the Florida Statutes, running from the date the monies were paid by the COUNTY. 24. GOVERNING LAW, VENUE, INTERPRETATION, COSTS AND FEES - This Agreement shall be governed by and construed in accordance with the laws of the State of Florida applicable to contracts made and to be performed entirely in the State. In the event that any cause of action or administrative proceeding is instituted for the enforcement or interpretation of this Agreement, COUNTY and MSB agree that venue shall lie in Monroe County, Florida, in the appropriate court or before the appropriate administrative body. The Parties waive their rights to a trial by jury. This Agreement is not subject to arbitration. 25. SEVERABILITY - If any term, covenant, condition or provision of this Agreement (or the application thereof to any circumstance or person) shall be declared invalid or unenforceable to any extent by a court of competent jurisdiction, the remaining terms, covenants, conditions and provisions of this Agreement, shall not be affected thereby; and each remaining term, covenant, condition and provision of this Agreement shall be valid and shall be enforceable to the fullest extent permitted by law unless the enforcement of the remaining terms, covenants, conditions and provisions of this Agreement would prevent the accomplishment of the original intent of this Agreement. The COUNTY and MSB 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. 26. ATTORNEY'S FEES AND COSTS - The COUNTY and MSB 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. 27. BINDING EFFECT - The terns, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of the COUNTY and MSB and their respective Iegal representatives, successors, and assigns. 28. 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. 29. CLAIMS FOR FEDERAL OR STATE AID - MSB 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. 30. ADJUDICATION OF DISPUTES OR DISAGREEMENTS - COUNTY and MSB 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 15 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. 31. COOPERATION - In the event any administrative or legal proceeding is instituted against either party relating to the formation, execution, performance, or breach of this Agreement, COUNTY and MSB 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 MSB specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. 32. NONDISCRIMINATION - MSB and COUNTY agree that there will be no discrimination against any person, and it is expressly understood that upon a determination by a court of competent jurisdiction that discrimination has occurred, this Agreement automatically tenninates without any further action on the part of any party, effective the date of the court order. MSB or COUNTY agrees to comply with all Federal and Florida statutes, and all local ordinances, as applicable, relating to nondiscrimination. These include but are not limited to: 1) Title VI of the Civil Rights Act of 1964 (PL 88 -352) which prohibits discrimination on the basis of race, color or national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC ss. 1681- 1683, and 1685- 1686), which prohibits discrimination on the basis of sex; 3) Section 504 of the Rehabilitation Act of, - 1973, as amended (20 USC s. 794), which prohibits discrimination on the basis of handicaps; 4) The Age Discrimination Act of 1975, as amended (42 USC ss. 6101 -6107) which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and Treatment Act of 1972 (PL 92 -255), as amended, relating to nondiscrimination on the basis of drug abuse; 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (PL 91 -616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The Public Health Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd -3 and 290ee -3), as amended, relating to confidentiality of alcohol and drug abuse 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 tune, relating to nondiscrimination on the basis of disability; I0) Monroe County Code Chapter 13, Article VI, which prohibits discrimination on the basis of race, color, sex, religion, national origin, ancestry, sexual orientation, gender identity or expression, familial status or age; 1 I) Any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or the subject matter of, this Agreement. 33. COVENANT OF NO INTEREST - MSB and COUNTY covenant that neither presently -has - - any interest, and shall not acquire any interest, which would conflict in any manner or degree with its performance under this Agreement, and that only interest of each is to perform and receive benefits as recited in this Agreement. 34. CODE OF ETHICS - COUNTY agrees that officers and employees of the COUNTY recognize and will be required to comply with the standards of conduct for public officers and employees as delineated in Section 112.313, Florida Statutes, regarding, but not limited to, solicitation or acceptance of gifts; doing business with one's agency; unauthorized compensation; misuse of public position, conflicting employment or contractual relationship; and disclosure or use of certain information. (Attachment D). 35. NO SOLICITATION /PAYMENT - MSB and COUNTY warrant that, in respect to itself, it has neither employed nor retained any company or person, other than a bona fide employee working solely for it, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for it, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of the provision, MSB 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. 36. PUBLIC ACCESS - MSB and COUNTY shall allow and permit reasonable access to, and inspection of, all documents, papers, letters or other materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by MSB and COUNTY in connection with this Agreement; and the COUNTY shall have the right to unilaterally cancel this Agreement upon violation of this provision by MSB. 37. NON- WAIVER OF IMMUNITY - Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of MSB and the COUNTY in this Agreement and the acquisition of any commercial liability insurance coverage, self - insurance coverage, or local government liability insurance pool coverage shall not be deemed a waiver of immunity to the extent of liability coverage, nor shall any contract entered into by the COUNTY be required to contain any provision for waiver. 38. PRIVILEGES AND IMMUNITIES - All of the privileges and immunities from liability, exemptions from laws, ordinances, and rules and pensions and relief, disability, workers' compensation, and other benefits which apply to the activity of officers, agents, or employees of any public agents or employees of the COUNTY, when performing their respective functions under this Agreement within the territorial limits of the COUNTY shall apply to the same degree and extent to the performance of such functions and duties of such officers, agents, volunteers, or employees outside the territorial limits of the COUNTY. 39. LEGAL OBLIGATIONS AND RESPONSIBILITIES — no 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 perfonnance 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. 44. NON - RELIANCE BY NON - PARTIES - No person or entity shall be entitled to rely upon -the - — terns, 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 MSB and the COUNTY agree that neither MSB nor the COUNTY or any agent, officer, or employee of either shall have the authority to inform, counsel, or otherwise indicate that any particular individual or group of individuals, entity or entities, have entitlements or benefits under this Agreement separate and apart, inferior to, or superior to the community in general or for the purposes contemplated in this Agreement. 4I. ATTESTATIONS AND TRUTH IN NEGOTIATION — Coincident with execution of this Agreement, MSB agrees to execute a Public Entity Crime Statement, Ethics Statement, and a Drug -Free Workplace Statement (Attachments C -E). 10 42. 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. 43. EXECUTION IN COUNTERPARTS - This Agreement may be executed in any number of counterparts, each of which shall be regarded as an original, all of which taken together shall constitute one and the same instrument and any of the parties hereto may execute this Agreement by signing any such counterpart. IN WITNESS WHEREOF, each party hereto has caused this Agreement to be executed by its duly authorized representative. Attest: DANNY L. KOLHAGE, CLERK MONROE COUNTYBOARD OF COUNTY COMMISSIONERS Deputy Clerk Attest: DANNY L. KQLHAGE, CLERK L Deputy Clerk WITNESS: Print Name: M' chael E. Epstein, CFO Print Name and Title I Mayor /Chainnan BOARD OF GOVERNORS, MONROE COUNTY FIRE AND AMBULANCE DISTRICT 1 an Mayor /Chainnan GILA CORPORATION INC. d/b /a MUNICIPAL SERVICES BUREAU 4 By: Date: 7 . 2 9 . 2 010 Title: CEO (�IQ ROE COUNTY ATTORNEY PRO Ep A T PO M: CYNTHI L. HALL ASSI ANT COUNTY ATTORNEY mate w5 " SIC, 11 MONROE COUNTY, FLORIDA RISK MANAGEMENT POLICY AND PROCEDURES CONTRACT ADMINISTRATION MANUAL Indemnification and Hold Harmless for Other Contractors The Contractor covenants and agrees to indemnify, hold harmless and defend the Monroe County Board of County Commissioners and the Monroe County Board f Governors District 1, its commissioners, officers, employees, agents and servants from any and all claims for bodily injury, including death, personal injury, and property damage, including damage to property owned by Monroe County, and any other losses, damages, and expenses of any kind, including attorney's fees, court costs and expenses, which arise out of, in connection with, or by reason of services provided by the contractor or any of its Subcontractors in any tier, occasioned by the negligence, errors, or other wrongful act or omission of the contractor or its Subcontractor(s) in any tier, their officers, employees, servants or agents. In the event that the service is delayed or suspended as a result of the contractor failure to purchase or maintain the required insurance, MSB shall indemnify the County from any and all increased expenses resulting from such delay. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. This indemnification shall survive the expiration or earlier tennination of the Agreement 7.29.2010 Date TCS Attachment A U of 1) 12 WORKERS' COMPENSATION INSURANCE REQUIREMENTS FOR CONTRACT BETWEEN MONROE COUNTY, FLORIDA AND Gila Corporation d /b /a Municipal Services Bureau Prior to the commencement of work governed by this contract, the Contractor shall obtain Workers' Compensation Insurance with limits sufficient to respond to Florida Statute 440. In addition, the Contractor shall obtain Employers' Liability Insurance with limits of not less than: $100,000 Bodily Injury by Accident $500,000 Bodily Injury by Disease, policy limits $100,000 Bodily Injury by Disease, each employee Coverage shall be maintained throughout the entire term of the contract. Coverage shall be provided by a company or companies authorized to transact business in the state of Florida. If the Contractor has been approved by the Florida's Department of Labor, as an authorized self- insurer, the County shall recognize and honor the Contractor's status. The Contractor may be required to submit a Letter of Authorization issued by the Department of Labor and a Certificate of Insurance, providing details on the Contractor's Excess Insurance Program. If the Contractor participates in a self - insurance fund, a Certificate of Insurance will be required. In addition, the Contractor may be required to submit updated financial statements from the fund upon request from the County. - - WCt Attachment B 13 (1 of 3) GENERAL LIABILITY INSURANCE REQUIREMENTS FOR CONTRACT BETWEEN MONROE COUNTY, FLORIDA AND Gila Corporation dlbla Municipal Services Bureau Prior to the commencement of work governed by this contract, the Contractor shall obtain General Liability Insurance. Coverage shall be maintained throughout the life of the contract and include, as a minimum: • Premises Operations • Products and Completed Operations • Blanket Contractual Liability • Personal Injury Liability • Expanded Definition of Property Damage The minimum limits acceptable shall be: $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 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. GL1 Attacluitew B 14 (2 of 3) PROFESSIONAL LIABILITY INSURANCE REQUIREMENTS FOR CONTRACT BETWEEN MONROE COUNTY, FLORIDA AND Gila Corporation d /b /a Municipal Services Bureau Recognizing that the work governed by this contract involves the furnishing of advice or services of a professional nature, the Contractor shall purchase and maintain, throughout the life of the contract, Professional Liability Insurance which will respond to damages resulting from any claim arising out of the performance of professional services or any error or omission of the Contractor arising out of work governed by this contract. The minimum limits of liability shall be. $250,000 per• Occurrence /$500,000 Aggregate PRO1 Attachment B (3 of 3) 15 PUBLIC ENTITY CRIME STATEMENT "A person or affiliate who has been placed on the convicted bidder list following a conviction for public entity crime may not contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a bidder, supplier, subbidder, or contractor under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted bidder list." By executing this form, I acknowledge that I/my company is in compliance with the above. STATE OF Texas (Signatur of Con )ractor) COUNTY OF Travis Date 7 .2 9 .2 010 PERSONALLY APPEARED BEFORE ME, the undersigned authority, Bruce Cummings who, after first being sworn by me, (name of individual signing) affixed his /her signature in the space provided above on this 29th day of July 20 10 , �0 LGADO My commission expiz rrsar sT_ MS �.: NOTARY PUBLIC 06 -18 -:2014 Attachment C 16 LOBBYING AND CONFLICT OF INTEREST CLAUSE SWORN STATEMENT UNDER ORDINANCE NO. 10 -1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE Gila Corporation d /b /a Municipal Services Bureau Warrants that he /it has not employed, retained or otherwise had act on his /its behalf any former County officer or employee in violation of Section 2 of Ordinance No. 10 -1990 or any County officer or employee in violation of Section 3 of Ordinance No. 10 -1990. For breach or violation of this provision the County may, in its discretion, terminate this contract without liability and may also, in its discretion, deduct from the contract or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the form ficer or employee. (Signa e Date: 7 .2 9 .2 010 STATE OF Texas COUNTY OF Tr avis PERSONALLY APPEARED BEFORE ME, the undersigned authority, Bruce Cummings who, after first being sworn by me, affixed his /her signature (name of individual signing) in the space provided above on this 29th day of July 920 N ARY PUBLIC My commission expires: OMB - MCP FORM #4 10 NORA LIDIA DELGADO *: NOTARY PUBLIC STATE OF TEXAS g C04iA88AON ffXPIRCB: 06--18-20 Attaclunent D 17 DRUG -FREE WORKPLACE FORM The undersigned contractor in accordance with Florida Statute 287.087 hereby certifies that: Gila Corporation d /b /a Municipal Services Bureau (Name of Business) 1. Publishes a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Informs employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Gives each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notifies the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendre to, any violation of Chapter 893 (Florida Statutes) or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Imposes a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, or any employee who is so convicted. 6. Makes a good faith effort to continue to maintain a drug -frec workplace through implementation of this section. As the person authorized to sign. the statement, I certify that this firm complies fully with the above reauiremen 7.29.2010 Date OMB — MCP FORM ##5 Attachment E is ACRD CERTIFICATE OF LIABILITY INSURANCE OP ID WIBA FA TE(MMIDD1YYYY) DUCER LILAC - 1 02/25/10 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION PIA Pathfinder /LL &D Ins Gr ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1160 Dairy Ashford, Suite 220 ALTER THE COVERAGE AFFORDED B THE POLICIES Houston TX 77079 BELOW. Phone:281- 556 -9999 Fax:281- 556 -9609 fNSURERSAFFORDINGCOVERAGE INSURED NAIC # PRCOUCTS- COMPlOPAGG INSURER A: Hartford Lloyds In —anre Comp 38253 Gila Ccrporaticn INSURER 8: Hartford Casualty Znsur —co Ca 2iJ424 dba Municipal Services Bureau 6505 Air ort Blvd'., Suite 100 INSURER C: Federal Insurance Company Austin T 7$7'52 INSURER O: Hartford -Twin City >ri.re ins. C 29459 (Peracddenq INSURER E; COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD 1NDIC ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT T0,WHICH THIS CERTIFICATE MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AI POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. -TR NSR TYPE OF INSURANCE ADL[CY NUMBER pq MpVpp DATE MMIDOlYY' GENERAL LIABILITY A X COMMERCIAL GENERALUASILITY 61S13QRS8500 03/01/10 03/01/1: CLAIMS MADE X] OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PE OT LOC AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS X HIREDAUTOS X NON- OWNEDAUTOS GARAGE LIABILITY 7 ANY AUTO 4 61SBQRS8500 03/01/10 03/01/11 0 1 & 3 — fo EXCESSlUMBRELLA LIABILITY A I OCCUR ❑ CLAIMS MADE 6 H DEOUCTIBLE X RETENTION $ 10000 WORKERS COMPENSATION AND H EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNER/EXECUTIVE 61WE'CRT7847 OFFICER/MEMBER EXCLUDED7 IF yea, describe under SPECIAL PROVISIONS below OTHER 03/01/10 1 03/01/11 03/01/10 1 03/01/11 C Professional. Liab 8197 -6649 03/01/10 03/01/11 D Crzme 00X80241339 -10 03/01/10 03/01/11 DESCRFPTION OP OPERATIONS I — LOCATIONS I VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENT! SPECIAL PROVISIONS Certificate holder is named as Additional Insured with respects on policies as required by written contract, This certificate replacE all previously issue certificateds for the certificate holder as pc Subject to policy terms, conditions and exclusions. CERTIFICATE HOLDER CANCELLATION MONRO -3 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES Be CANCELLED BEFORE THE EXPIRATIC DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN Monroe County Hoard of County NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Commissioners IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR 490 63rd Street Ocean REPRESENTATIVES, Marathon FL 33050 1 AUI3=12ED RFPRFRFN'rAT 1P ACORD 25 rulxl STED. NOTWITHSTANDING MAY BE ISSUED OR 3 CONDITIONS OF SUCH IMITS NCE $ 1000000 urence) WGr;N ERALAGGREGATE $ 1000000 eperson) $]-0000INJURY $excluded GATE $ 2000000 PRCOUCTS- COMPlOPAGG $ 2000000 COMBINED SINGLE LIMIT (Ea i accdent) $ 1000000 BODILY INJURY (Per person) $ BODILY INJURY $ (Peracddenq PROPERTY DAMAGE $ (Pei acddenf) - EAACCIDENT S N EA ACC $ : AGO S RRENCE $ 4000000 ZEAENCe E $ 4000000 $ 3 MITS ER CCIDENT S 1000000 E.L. DISEASE - EAEMP LOYE' $ 1000000 E.L. DISEASE - POLICY LIMIT s J 000.0.00 .^ Limit 2000000 Limit 1000000 all is any and :rtains. ACORD CORPORATION IM BOARD OF GOVERNORS FIRE AND AMBULANCE DISTRICT 1 AGENDA ITEM SUMMARY Meeting Date. September 15, 2010 Bulk Item: Yes No X Division: Emergency Services Department: Fire Rescue Staff Contact Person Camille Dubroff AGENDA ITEM WORDING: Approval of the first renewal Agreement effective from October 1, 2010 through September 30, 2011, with Fire Tech Repair Service, Inc. for repair and maintenance of Fire Rescue vehicles, including semi - annual inspections, preventative maintenance and unscheduled maintenance resulting from malfunction or failure. ITEM BACKGROUND: On September 16, 2009 the Board awarded bid and entered in to an Agreement between the Board of Governors Fire and Ambulance District 1 of Monroe County and Fire Tech Repair Service, Inc. The original agreement provides for annual renewals up to three (3) one -year periods, with approval of the District's governing Board. We are requesting approval to exercise the renewal option for the first one -year period, commencing on October 1, 2010 and ending on September 30, 2011. PREVIOUS RELEVANT BOG ACTION: On September 16, 2009 the board approved an agreement with Fare Tech Repair Service, Inc. for maintenance of Fire Rescue vehicles, including semi - annual inspections, preventative maintenance and unscheduled maintenance resulting froin malfunction or failure commencing on October 1, 2009 and ending on September 30, 2010. CONTRACT /AGREEMENT CHANGES: Contract will be extended and the new expiration date will be September 30, 2011. STAFF RECOMMENDATIONS: All conditions of the contract have been met and services provided have been satisfactory. Staff recommends renewing as the contract allows. TOTAL COST: $58,000.00 Approx. INDIRECT COST BUDGETED: Yes X No _ DIFFERENTIAL OF LOCAL PREFERNCE COST TO COUNTY: See above SOURCE OF FUNDS: 11500 -530 -462 REVENUE PRODUCING: Yes _ No X AMOUNT PER MONTH Y r APPROVED BY: County Atty OMB/Purchasing y/ Risk Management DOCUMENTATION: Included X Not Required DISPOSITION: AGENDA ITEM # Revised 8106 MONROE COUNTY BOARD OF GOVERNORS CONTRACT SUMMARY Contract with: Fire Tech Repair Ser vice Contract # Inc. Effective Date: 10/01 /2010 Expiration Date: 09/30/2011 Contract Purpose/Description- First renewal of agreement dated 10/1/2009 for maintenance of Fire Rescue Vehicles maintenance of Fire /Rescue vehicles, semi - annual inspections, preventative maintenance and unscheduled maintenance resulting from malfunction or failure. Contract Manager: Camille Dubroff 6010 Emergency Services / Stop 14 (Name) (Ext.) (Department/Stop #) for BOCC meeting on 9/15/2010 Agenda Deadline: 08/31/2010 CONTRACT COSTS Total Dollar Value of Contract: $ $58,000 /yr includes Current Year repairs at $95 /hr and Portion: $ parts at 25% over cost. Budgeted? Yes® No ❑ Account Codes: 11500 530462 - - Grant: $ - - - County Match: $ - - - - ADDITIONAL COSTS Estimated Ongoing Costs: $ /yr For: (Not included in dollar value above) (eg. maintenance, utilities, janitorial, salaries, etc. OMB Form Revised 2127101 MCP #2 CONTRACT REVIEW Changes Date Out Division Director Date In S Needed R ie Yes[:] NoEl Risk Manage nt O.M.B./Purc ing aL4dn Yes❑ No �'� Yes[:] No �`L -0 County Attorney t �'11P Yes❑ No[-{ Comments: r OMB Form Revised 2127101 MCP #2 RENEWAL AGREEMENT This AGREEMENT dated the day of , 2010, by and between the Board of Governors of Fire and Ambulance District I of Monroe County, Florida, hereinafter called the "District" and Fire Tech Repair Service, Inc., whose mailing address is PO Box 1570, Key Largo, FL 33037, hereinafter called the "Contractor ". WITNESSETH WHEREAS, the parties hereto did enter into an agreement dated October 1, 2009 for maintenance of Fire/Rescue vehicles, semi- annual inspections, preventative maintenance and unscheduled maintenance resulting from malfunction or failure; and WHEREAS, said agreement provided an option to the District to renew the contract for three additional one year terms; and WHEREAS, the DISTRICT has elected to exercise said first one (1) year renewal option for the continuation of maintenance of Fire/Rescue vehicles, semi - annual inspections, preventative maintenance and unscheduled maintenance resulting from malfunction or failure; now therefore IN CONSIDERATION of the mutual convenants and obligations contained herein, the parties agree as follows: L The District elects to renew the contract for an additional year pursuant to paragraph 1 of the agreement entered October 1, 2009, 2. The effective date of this amendment is October 1, 2010 and shall extend through September 30, 2011, under the same terms and conditions of the contract dated October 1, 2009. 3. All other terms and conditions of the contract dated October 1, 2009 shall remain in full force and effect. Attest: DANNY L. KOLHAGE, CLERK BOARD OF GOVERNORS, FIRE AND AMBULANCE DISTRICT I By: Deputy Clerk WITNESS: ,f Mayor /Chairman Fire r Service,,1 orized Representative M ROE COUNTY ATTORNEY PRO ED A T E P. CYNTHIA L. HALL ASST TAN,T COUNTY ATTORNEY Date V - Z3- Z010 , 6 - o CERTIFICATE OF LIABILITY INSURANCE L.--� 8 IDDlYYYY) s 118/ 1a /201.0 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NE D— E XTEND -OR- ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DO S NOT CgyST TUT NTRACT ETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CER IFICATE HQL �_ IMPORTANT: If the certificate holder is an ADDITIONAL the terms and conditions of the policy, certain polio certificate holder in lieu of such ondorsement(s). INSURED, es may the policy(ies) most be require an endorsement. 1 stat ? 20 endorsed. If SUBROGATION IS WAIVED, subject to ment on this certificate does not confer rights to the PRODUCER Mack, Mack & Waltz Insurance Group In 1211 S Military Trail P 01`4RIH Sui 100 NAME: Kaldherixt Buckley P E E X954) ADDR 5 kbuckle ,DR E5 40 -6225 FAX Na ). [954)640 - 6226 ftackinsur �f34t uCEE�- T -CUSTOMER-ID 689 INSURE AFFORDING COVERAGE -�— NAIC fr Deerfiel Bea FL 334 INSURED . .........:.....' INSURE A. — - INSURER B Fire Tech Repair Services, Inc P. 0. Box 1570 INSURER C: 6/16/2010 INSURE 0: I IN SURER E _ , K ey La rgo FL 33037 INSURER F: $ 1,000,000 CUVERAGE5 CERTIFICATE NLJMBER:CL1081823633 RFVIRInN NI MF41 =R• THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR I TYPE OF INSURANCE AoDL IN SUBR WVD POLICY NUM POLICY EFF MM1DDlYYYY POLICY EXP MMIDDIYYYY LIMITS Key West, FL 33040 GENERAL LIABILITY Jay Mack /KATIE EACH OCCURRENCE S 1,000,000 A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE 11 OCCUR 5077078 6/16/2010 6/16/2011 DAMA E TO RENTED PREMISES Ea occurrence $ 50,000 MEDEXP (Any one person S 1,000 PERSONAL&ADVINJURY $ 1,000,000 GENERAL AGGREGATE $ 2, 000, 000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG $ 1 1 000,000 X POLICY PRD LOC $ AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea accident) S BODILY INJURY (Per person) $ ALL OWNED AUTOS BODILY INJURY (Per accident) S SCHEDULED AUTOS P ROP c TY AMAGE S HIRED AUTOS 7 "` $ NON -OWNED AUTOS UMBRELLA L1A6 OCCUR y ' + ` EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAR CLAIMS -MADE DEDUCTIBLE $ $ RETENTION S Y WORKERS COMPENSATION ` WC STATU• I OTH- AND EMPLOYERS' LIABILITY YIN ANY PROPRIETORIPARTNEFJEXECUTIVE OFFICERIMEMBEREXCLUDED? ❑ NIA ( IMIT E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYE $ (Mandatory in NH) If es, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT I $ DESCRIPTION OF OPERATIONS 1 LOCATIONS! VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Automobile Repair or Service Certificate Holder is an Additional Insured with respect to CGL coverage. CERTIFICATE HOLDER r&MrFl I ATInN (305)289 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Monroe County ACCORDANCE WITH THE POLICY PROVISIONS. Board O f County Commissioners AUTHORIZED REPRESENTATIVE Its Employees and Officials 1100 Simonton Street Key West, FL 33040 Jay Mack /KATIE /At,UKIJ 40 4 cUUV1US) rJ 1988 -2009 ACORD CORPORATION. All rights reserved. INS025 (200909) The ACORD name and logo are registered marks of ACORD :.: 1 Ell I III i ll�ill i HeEbig 1nsuranoe Group Chase Helebig 040 Et 8R 434 Longwood FL 32750 Phone:407 -034 -4444 Fax:407- 034 -6071 Fine Tecb p P ax 1�S7�air 89 ices 3P 1i{ey L V 33037 INSURERS WORDING COVERAGE INSURFA& W mutual IFk Anxlu54naa co. INSURER 0. NAIL # I fit rULIliItS Ur INbiHAivt:r LiSTE U BELOW HAVE BEEM ISSUED TOTHE INSURED NAMED AWE FOR THfi P01,ECY PERIOD fNDECATEO. NC)TWiTHSTAN0IN ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER 00CUM1a;NT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSU80 OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES Fbt~SG3i[BED HERE'N IS SUE3JECF TO ALLTHETERMS. EXCLUSIONS AND CONDITIONS OF SUCH P S _ AQWEGA TE LIMITS SHOWN MAY HAVE 13EEN Rf:C UOM BY PAID CLAIMS. GENERAL LKWTY CpMNERCIAL OtNERAL UADMAY "M3 MADE OCCUR G =NLAGGREOATE UMITAPPJzR: POLIcY I 1 76 1 1 L OG A X ANYAUTO ALL OWNED AUTOS X SCHEDULED AUTOS HIRED AUT03 X NOM•OWNEDAUT05 . t CARAUELIADILITY I ANYAUTO EXCESS IM ERELLA LIAORM OCCUR 0 CLANSmADE DEDUCTIBLE RETENnON $ SRS OMPEH$AIWN - to EMPLOYERW GATRI.T - YI N 77"4790833001 1 05/24/101 05/24/12 LTS EACH OCCUIUiENCE $ PRbMI AMx�aenm S Me0 ERF (Any my pafaanl i PEItSONALdADVtmjWY $ GF,NERAL AGGRApATP_ $ PRMUCTS -COW DPAOO 5 ( Goo 0 1, I:vE3tE LIMIT $300,000 (PL P" EODILY INn1RV {ParacciZ ) 3 PFWERTY DAMA0I: (Pw EcuoaAil AUTO ONLY- CAACCDENT ; $ OTifEftTNv EAR AUTO r aGQ EAL'm OCCURRENCE s 9 S ARGFtEGATEE ; x TORON 1 El. EACH ACCMENY 5 = L.L. DISEASE • fJ4ElilpttlYfs $ ' . FmI,.OEg);AgE_PpL10YLIMET 3 ter.. r vrr:ww. �.VarE0rYF4A Monroe County Board of County Commissioner s.S included as an addittonal insured ae required by written contract with the nmed insured. OF MONROE COUNTY, FLORIDA I E1 NJ 7 FIRE TECH REPAIR SERVICE INC. FOR MAINTENANCE OF FIRE/RESCUE VEHICLES THIS CONTRACT, hereinafter "CONTRACT OR AGREEMENT" made and entered into this I" day of October, 2009 by and between Board of Governors Fire and Ambulance District I of Monroe County, Florida, hereinafter referred to as "DISTRICT ", and Fire Tech Repair Service Inc. , hereinafter referred to as "CONTRACTOR ". WITNESSETH: WHEREAS, the DISTRICT advertised a notice of request for proposals for MAINTENANCE OF FIRE RESCUE VEHICLES WHEREAS, the successful Respondent was Fire Tech Repair Service Inc., and; WHEREAS, this CONTRACTOR represents that it is capable and prepared to provide such services, and; WHEREAS, the DISTRICT intends to enter into an agreement for maintenance of Fire Rescue vehicles, semi - annual inspections, preventative maintenance, and unscheduled maintenance resulting from malfunction or failure with the CONTRACTOR and; WHEREAS, this contract is an "Agreement" between both parties, NOW, THEREFORE, in consideration of the promises contained herein, the parties agree as follows: 1. CONTRACT DOCUMENTS —This contract consists of the Agreement, the CONTRACTOR'S response to the REP, the documents referred to in the Agreement as a part of this Agreement. In the event of any conflict between any of the contract documents, the one imposing the greater burden on the CONTRACTOR will control. 2. CONTRACT PERIOD AND RENEWAL - The effective date of this Agreement shall be October 1, 2009 through September 30, 2010. This Agreement may be renewed annually for one (1) year terms, not to exceed three (3) renewals, subject to approval of the Fire Chief of Monroe County Fire Rescue, the Office of Management and Budget and the Monroe County Board of Governors Fire and Ambulance District I. 3. CONTRACT TERMINATION - This Agreement may be terminated for any reason by either party on 30 -day written notice without cause. If the CONTRACTOR fails to fulfill the terms of this Agreement, or attaclnnents, properly or on time, or otherwise violates the provisions of the agreement or of applicable laws or regulations governing the use of funds, the County may terminate the contract by written notice. The notice shall specify cause. All finished or unfinished supplies or services shall, at the option of the Jaunty, become property of the County. The County shall pay the CONTRACTOR fair and equitable compensation for expenses incurred prior to termination of the agreement, less any amount or damages caused by the CONTRACTOR'S breach. If the damages are more than compensation payable, the CONTRACTOR will remain liable after termination and the County shall pursue collection for damages. 4. SUBJECT MATTER OF CONTRACT - This Agreement is for scheduled semi annual inspections and preventative maintenance of fire rescue vehicles, annual pump tests and for unscheduled maintenance and repair resulting from equipment failure or malfunction. 5. RATES -The hourly rate shall be $95.00 per man -hour with no travel time or mileage charge. Semi Annual inspections and annual pump tests are at quoted flat rates and excluded from hourly rate. 6. OVERTIME AND HOLIDAYS - Rates per man -hour for emergency repairs called outside normal business hours and federal holidays shall be one and one half times the normal rate. 7. SEMI - ANNUAL INSPECTIONS - During the year CONTRACTOR shall perform two inspections on vehicles described in "Attachment A" (Level I and Level II Preventative Maintenance Service) at an annual total cost of: Rescue -type vehicles, without pump $ 450.00 Pumpers $ 590.00 Aerials $ 550.00 Tankers $ 590.00 Squads $ 590.00 Exception shall be if a vehicle has been used 1,000 hours prior to yearly preventative maintenance service, Level I and II Preventative Maintenance Service shall be performed and charged the above rate. Level I: 250 Hours or 6 months (whichever comes first) Full vehicle inspection as per attached semi - annual inspection schedule plus: - Engine oil and filter change - Fuel filter change (every 6 months) - Air filter inspection and replacement if necessary - Chassis lubrication - Outboard (forward) impeller shaft lubrication - Lubrication of all valve control linkages Clean or replace air compressor strainer Clean engine crankcase breather Inspection of generator and service of lubricant system, full system, and air filter according to its individual hours of operation (not to exceed 6 months) Level II: 1000 Hours or one year which ever comes first Full service performed in Level I plus: - Replacement of coolant hoses, filter and coolant as needed - Replacement of all drive belts as needed - Replacement of pump transmission oil and filter - Replacement of engine transmission fluid and filter - Replacement of rear axle tube oil as needed - - Inspection of front wheel bearing - Replacement and repacking as needed - Inspection and cleaning of relief valve strainer - Replacement of secondary fuel filters on both engine and generator The number of vehicles on Attachment A may fluctuate from time to time due to new purchasdg , or removal of vehicles from inventory. The inspections shall be performed at the respective fire stations. 8. WORK SCHEDULE - Regularly scheduled semi - annual inspections and preventative maintenance shall be conducted at such intervals as are approved by r the DISTRICT. 9. ' PUMP TESTS - CONTRACTOR shall perform an annual pump test at a flat rate cost of $300.00 each for all vehicles requiring such test. In order to facilitate the passing of the pump test, minor repairs and adjustments shall be made as needed; price includes clean -up after salt water use. The CONTRACTOR shall provide documentation of performance to Monroe County. The documentation must be in the form of an electronic version report that is emailed to the Logistics Support Services office within 30 days of completion of the test. The form must either be in Microsoft Word or Excel. 10. PARTS, FLUIDS AND LUBRICANTS - All parts, fluids, and lubricants used for maintaining and repairing vehicles shall be supplied by CONTRACTOR and billed to the DISTRICT at cost plus 25 %. For parts $400.00 and over, a copy of original parts supplier invoices shall be attached to the bill. CONTRACTOR will be required to keep all original parts supplier invoices available at request by County for spot checking and auditing purposes. 11. ENGINE OIL AND FILTER CHANGE and complete drive train lubrication and any other fluids and/or filter changes, shall be performed as recommended by the manufacturer. 12. SEMI - ANNUAL INSPECTION SCHEDULE - CONTRACTOR shall perforin the following inspection and preventative maintenance twice per year on all vehicles: (a) Cooling system, including fan belts, radiator supports, hoses and clamps, and auxiliary cooler; (b) Exhaust System, including hanger, clamps, muffler, and pipes; (c) Clutch, including free play, linkage, and fluid levels; (d) Manual Transmission, including seals; linkage, and lube level; (e) Automatic Transmission, including fluid level, seals, modulator adjustment, and linkage; (f) Drive Train, including U- joints, center support, and companion flanges; (g) Rear Axle and springs, including oil links, spring hangers, center bolts, and U -bolts (h) Front End, including steering box, linkage, kingpins and bushings, spring hangers, and U- bolts; (i) Mechanical Brakes, including adjustment and fluid levels; 0) Air Brakes, including drain, adjustment, wear, and air leaks; (k) Tires, including condition, wear, tread depth, year of tire and replacement recommendations; (1) Electrical System, including running lights, emergency lights, battery g cables, turn lights, 4 -way flasher, headlights, stop lights, hazards and switches; (m) Fuel System, including hoses and fittings, filters and brackets, and tank straps; (n) Booster Tank, including leaks and supports; (o) Prime Pump, including electrical wires, coupling, switch, and valve discharge; (p) Plumbing and Gates, including leaks, brackets, bleed valves, control arms and knobs, and linkage; (q) Main Pump, including vacuum test, pressure test, packing, clappers, and mounting; (r) Pump Transmission, including fluid levels, seals, shift motors, and manual override; (s) Aerial Ladder, including power takeoff, drive shaft and coupling, P.T.O. activating device outrigger controls, auxiliary power control and; (t) Aerial Operation, including engine RPM., hydraulic pressure, operation of all controls, warning devices, hoses and fittings, rung covers, ladder locks, and ring gear; (u) Aerial Platform, including lubrication, platform leveling, electrical system, turntable and platform controls, communications, and water tube. The above inspections shall include, at no additional labor charge, the changing of all applicable filters and fluids used by the unit being inspected. Air filters shall be changed on first inspection and then yearly thereafter. Filters and fluids shall be billed at cost plus 25 %, as previously described in Section 10 of this AGREEMENT. Upon completion of inspection a computerized report will be forwarded to the 4 Logistics Support Services indicating the status of the items inspected. This will be done for every vehicle when Preventative maintenance is performed on the vehicle. This report must be emailed to the Logistics Support Services office. The form must either be in Microsoft Word or Excel. 13. WEEKLY MAINTENANCE SCHEDULE - CONTRACTOR shall provide to the DISTRICT a preventative maintenance schedule that can be performed weekly by the individual Fire Departments' personnel. The contractor shall provide in service training to the Lieutenants on all three shifts at all of the stations at no extra cost. This will be scheduled by the contractor with the on -duty Lieutenants and can be done during Preventative Maintenance visits. 14. MAINTENANCE LOG - CONTRACTOR shall maintain an inspection and maintenance chart on each vehicle containing at least the following information: (a) Date of performance, (b) Apparatus serviced, (c) Service perfonned, (d) Parts used, (c) Name of service person(s), (f) Total downtime of vehicle 15, A copy of this chart shall be supplied to the Fire Rescue Office within 30 days of the service. 16. The Contractor shall respond to all original Emergency Field Repair Forms by emailing the original document to the Logistics Support Services office with documentation of repairs made, parts used and any other miscellaneous information that is applicable. 17.. COMMUNICATION - CONTRACTOR shall maintain a telephone or paging device such that prompt notification of request for service is possible twenty -four (24) hours a day. The CONTRACTOR shall have two (2) hours to contact Monroe County Fire Rescue upon initial notification if reached by telephone or paging device and twelve (12) hours if contacted by email. 18. RESPONSE TO SERVICE REQUEST - CONTRACTOR shall maintain itself in a state of readiness during normal working hours, 8:00 am - 5:00pm Monday thru Friday, and shall respond to the location where emergency repairs are needed- - within twelve (12) hours of receiving a request. For repairs required after normal - working hours, CONTRACTOR shall respond to the location where emergency repairs are needed within twenty -four (24) hours of receiving a request. 19. CERTIFICATION - CONTRACTOR shall provide evidence satisfactory to the DISTRICT that its personnel who perform maintenance work are certified in pump mechanics, general mechanics and repair. 20. QUALIFICATIONS OF MAINTENANCE PERSONNEL - All personnel performing maintenance, repairs, adjustments and related work on Monroe County equipment shall be a certified fire apparatus mechanic or otherwise certified for the work to be performed. Personnel performing work who are not certified or experienced in such work shall be directly supervised (in person) by an individual with such certification. 21. INDEMNIFICATION - CONTRACTOR shall indemnify and hold the DISTRICT and Monroe County harmless for any negligence on its part, or faulty or improper workmanship, for all work performed under this contract, including all costs of collection, reasonable attorney fees, claim costs, and as per "Attachment F ". All property or equipment being directly maintained or repaired by CONTRACTOR shall be considered in its care, custody, and control while such work is in progress and until physical control of such property or equipment is restored to the DISTRICT. 22. LOCATION OF WORK - This contract is'for maintenance of Fire Rescue vehicles Located at the following sites: a. Stock Island Station 8 Key) b. Big Coppitt Station 9 c. Sugarloaf Station 10 d. Cudjoe Station 1 i e. Big Pine Station 13 £ Monroe County Fire Academy (Crawl g. Conch Key Station 17 h. Layton Station 18 i. Tavernier Station 22 j. Marathon Airport Station 14 ARFF (Equipment only) 23. ADDITIONAL REQUIRED STATEMENTS /VERIFICATIONS /AFFIDAVITS. Attached hereto in Attachments B, C, D, E and F are Non - Collusion Affidavit, Public Entity Crime Statement, Drug -Free Workplace Form, Conflict of Interest Clause, and Indemnification to Hold Harmless. 24.. INSURANCE - During the term of this contract, the CONTRACTOR must keep in force and affect the insurance required by Attachments G. Attachment G is attached and incorporated into this contract. 25. PAYMENTS - Payments for semi - annual inspection, preventative maintenance and pump tests shall be made by the DISTRICT within 30 days of the completion of the rendered services on each vehicle and proper invoicing by the CONTRACTOR. All payments will be made in accordance with the Florida Local Government Prompt Payment Act. All unscheduled maintenance and repair­-- resulting from equipment failure or malfunction requiring service shall be billed by the CONTRACTOR at the applicable rates as specified in Section four, five and six of this AGREEMENT. The CONTRACTOR upon notification by the DISTRICT of an equipment failure or malfunction requiring unscheduled maintenance shall, in a timely manner investigate the problem and provide to the DISTRICT an estimate of the cost for repair and vehicle downtime. The CONTRACTOR upon receiving authorization to proceed from the DISTRICT shall effectuate such repair; upon completion of same the CONTRACTOR shall notify the DISTRICT of the outcome and actual cost. The DISTRICT shall issue a separate purchase order for each occurrence of unscheduled maintenance and repair. 26. Monroe County's performance and obligation to pay under this contract is contingent upon an annual appropriation by the Board of County Commissioners of Monroe County, Florida. 27. Venue for any litigation arising under this contract must be in a court of competent jurisdiction in Monroe County, Florida. This Agreement is not subject to arbitration. IN WITNESS WHEREOF, each party hereto has caused this contract to be executed by its duly authorized representative. BOARD OF GOVERNORS FIRE AND MBULANCE DISTRICT 1 of MONROE C0Jgt4T-Y-- FL (SEAL) El Attest: Danny L. Kolhage, Clerk o� V Clerk WITNESS: Fire Tech Repair Sere Inc. Witness signature MONROE COUNTY ATTORNEY PROVED AS T FORM' CYNTHIA L. HALL ASS! ANT COUNTY TTORNEY Date. .. i-zmt - 7 Location Stock Island Big Coppitt Sugarloaf Monroe County Fire Rescue Vehicle List Pump Test Required Vehicle Description 2003 Pierce Pumper 1999 Southern Coach American Tanker 1994 Ford Rehab Unit 2007 Pierce Ladder Cudjoe Big Pine Key Marathon Airport Monroe County Fire Academy Marathon Conch Key Layton Tavernier Attachment A 1986 Chevrolet Rescue Pumper 2007 Pierce Pumper 1994 Southern Coach American Tanker 2007 Pierce Purnper 2005 Pierce Pumper 1996 Dodge .Brush Truck 2007 Hallmark Tanker Pumper 1997 E -One Ford 450 ARFF 1981 Osh Kosh Pumper 1989 Young Pumper 1989 Young Pumper 1990 E -Onc Pumper 1981 Saulsbury Tanker Pumper 1981 Saulsbury Tanker Pumper 1990 E- One Federal Pumper 2005 Pierce Pumper 1 E -One Pumper 1981 Saulsbury Tanker Pumper 1991 Ford Air Utility Unit 1992 Saulsbury Hose Reel Truck 1988 Spartan Rescue /Pumper 1988/2004 E -One Aerial Platform 2001 Pierce Pumper 1992Ford Rehab Unit 8 MOM city of F6 ` and under penalty of perjury, depose and say that; of the according to law on my oath, 1} 1 am c 1a b & -e j:5 T G, the respondent making the Proposal for the project described as follows: �i l[6� �tiMa o �Cr 1 5 u ���' r l 2) The prices in this proposal have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other respondent or with any competitor; 3) Unless otherwise required by law, the prices which have been quoted in this proposal have not been knowingly disclosed by the respondent and will not knowingly be disclosed by the respondent prior to proposal opening, directly or indirectly, to any other respondent or to any competitor; and 4) No attempt has been made or will be made by the respondent to induce any other person, partnership or corporation to submit, or not to submit, a proposal for the purpose of restricting competition; and 5) The statements contained in this affidavit are true and correct, and made with full knowledge that Monroe County relies upon the truth of the statements contained in this affidavit in awarding contracts for said project. STATE OF J r '{ �✓�l�- COUNTY OF MA f j' Signature of espondent) Date PERSONALLY APPEARED BEFORE ME, the undersigned authority, Z `7 1' who, after first being sworn by me, (name of individual signing) affixed hislhe signature in the space provided above on this j day of A v I AZ c T ° tary Public State of Florida My commission expires: $ Debra S Naiser NOTARY PUBLIC % - a My Commission DD772884 'gar Vk ,O Expires 04 /0712012 OMB - MCP FORM #1 Attachment B PUBLIC ENTITY CRIME STATEMENT "A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to public entity, may not be awarded or perform work as a bidder, supplier, subbidder, or RESPONDENT under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." By executing this form, I acknowledge that I/my company is in compliance with the above. STATE OF L `� - '-- COUNTY OF' r ('gnature espo e Date PERSONALLY APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, (name of individual signing) affixed his/her signature in the space provided above on this day of� , 20� My commission ex NOTARY PUBLIC Notary public Stat of Florida Debra S Kaiser 4 , Q My COf Mj sion DD772884 op Expires o4/0712012 Attachment C The undersigned Respondent in accordance with Florida Statute 287.087 hereby certifies that: (Name of B siness) 1. Publishes a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Informs employees about the dangers of drug abuse in the workplace, the business's policy of .maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for ding abuse violations. 3. Gives each employee engaged in providing the commodities or contractual services that are under proposal a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notifies the employees that, as a condition of working on the commodities or contractual services that are under proposal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendre to, any violation of Chapter 893 (Florida Statutes) or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Imposes a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, or any employee who is so convicted. 6. Makes a'good faith effort to continue to maintain a drug -free workplace through - — implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with OMB — MCP FORM #5 Attachment D ETHICS CLAUSE / T -- 7�'C 11. /Ze' /4 r/' ,SeC'�i!-.C- uairants that he /it has not employed, retained or otherwise had act on his /its behalf any former County officer or employee in violation of Section 2 of Ordinance No. 10 -1990 or any County officer or employee in violation of Section 3 of Ordinance No. 10 -1990. Fdr breach or violation of this provision the County may, in its discretion, terminate this contract without liability and may also, in its discretion, deduct from the contract or purchase price, or otherwise recover, the full amount of any fee, commission, percentage, gift, or consideration paid to the former County officer or . cnployee. i a e Date: STATE OF COUNTY OF _ M 0)1 l"o. PERSONALLY APPEARED BEFORE ME, the undersigned authority, ` ir(2. macf 0?'. who, after first being sworn by me, affixed his/her signature (name of individual signing) in the space provided above on this _Z( day of NOTARY PUBLIC o a`Y P La Notary Public State of Florida My commission expire �i Debra S Naiser My Com DD7729S4 c mission 7eg"° Expires 04107/2012 OMB - MCP FORM #4 Attachment E RISK MANAGEMENT POLICY AND O P ,, } , ' Indemnification and Hold Harmless for Other Bidders and Sutlbbidders The Bidder covenants and agrees to indemnify and hold harmless Monroe County Board of County Commissioners AND Board of Governors for District I, its servants, agents and employees from any and all claims for bodily injury (including death), personal injury, and property damage (including property owned by Monroe County) and any other losses, damages, and expenses (including attorney's fees) which arise out of, in connection with, or by reason of services provided by the Bidder or any of its Subbidder(s) in any tier, occasioned by the negligence, errors, or other wrongful act or omission of The Bidder or its Subbidders in any tier, their employees, or agents. In the event the completion of the project (to include the work of others) is delayed or suspended as a .result of the Bidder's failure to purchase or maintain the required insurance, the Respondent shall indemnify the County from any and all increased expenses resulting from such delay. The first ten dollars ($10.00) of remuneration paid to the Respondent is for the indemnification provided for above. - The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. 's Si TCS Attachment F MAINTENANCE OF MONROE COUNTY FIRE RESCUE VEHICLES BETWEEN MONROE COUNTY, FLORIDA AND FIRE TECH REPAIR SERVICE INC. Prior to the commencement of work governed by this contract, the Contractor shall obtain General Liability Insurance. Coverage shall be maintained throughout the life of the contract and include, as a minimum: • Premises Operations • Products and Completed Operations • Blanket Contractual Liability • Personal Injury Liability • Expanded Definition of Property Damage The minimum limits acceptable shall be: $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 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. �. GLI Attachment G (1 of 4) { , 14 VEHICLE LIABILITY r FOR O MAINTENANCE OF MONROE COUNTY FIRE RESCUE VEHICLES BETWEEN r FIRE TECH REPAIR SERVICE INC. Recognizing that the work governed by this contract requires the use of vehicles, the Contractor, prior to the commencement of work, shall obtain Vehicle Liability Insurance. Coverage shall be maintained throughout the life of the contract and include, as a minimum, liability coverage for: o Owned, Non - Owned, and Hired Vehicles The minimum limits acceptable shall be: $100,000 Combined Single Limit (CSL) If split limits are provided, the minimum limits acceptable shall be: $ 50,000 per Person $100,000 per Occurrence $ 25,000 Property Damage The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies issued to satisfy the above requirements. VL1 Attachment G (2 of 4) 15 CONTRACT FOR MAINTENANCE OF MONROE COUNTY FIRE RESCUE VEHICLES BETWEEN MONROE COUNT', FLORIDA AND FIRE TECH REPAIR SERVICE INC. Prior to the commencement of work governed by this contract, the Contractor shall obtain Workers' Compensation Insurance with limits sufficient to respond to Florida Statute 440. In addition, the Contractor shall obtain Employers' Liability Insurance with limits-of not less than: $100,000 Bodily Injury by Accident $500,000 Bodily Injury by Disease, policy limits $100,000 Bodily Injury by Disease, each employee Coverage shall be maintained throughout the entire term of the contract. Coverage shall be provided by a company or companies authorized to transact business in the state of Florida. If the Contractor has been approved by the Florida's Department of Labor as an authorized self-insurer, the County shall recognize and honor the Contractor's status. The Contractor may be required to submit a Letter of Authorization issued by the Department of Labor and a Certificate of Insurance, providing details on the Contractor's Excess Insurance Program, If the Contractor participates in a self-insurance fiend, a Certificate of Insurance will be required. In addition, the Contractor may be required to submit updated financial statements from the fund upon request from the County. WC1 Attachment G (3 of 4) 16 Request For Waiver of Insurance Requirements It is requested that the ' insurance, requirements, as specified in the County's Schedule of Insurance Requirements, be waived or modified on the following contract. �— Contractor: Contract for: Address of Contractor: I`�� I�) 1)c Phone: Scope of Work: Reason. for Waiver: Policies Waiver will apply to: Signature of Contractor: 1 4,p s e No s tY /Z o rs Risk Management Date County Administrator appeal: Approved: Date: Not Approved: Board of County Commissioners appeal: Approved: Not Approved: Meeting Date: Attachment G (4 of 4) 17 p CERTRCATE OF LE MLPTY IN SURANCE DATE [F -0 &91DP/YYYYJ $/24/2009 PRODUCER (954) 640 --6225 FAX: (954) 640 -6226 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIOP41 MacIt Group, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 12I1 S Pliliicar�rrai2 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTENT] OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 100 Deerfield Beach FL 33442 INSURERS AFFORDING COVERAGE NNAIC 0 INSURED INSURER A: Northfield Fire Tech Repair Services, Inc ; INSURER B; _ -- P . 0. Box 1570 INSURER G INSURER D: Key Largo rL 33037 j I NSURER E: I V V GMMVCa _- 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 OISUCH PO LICIES. AGGREGATE LIMITS SH OWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, DESCRIPTION OF OPERATIONS/ LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS Automobile Repair or Service Certificate Holder is an Additional Insured with respect to CGL coverage. TG (305)292 -4558 W L.AMIrLL.LAtIUN SHOULD ANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE ExP[RATION MONROE COUNTY DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL � � DAYS WRkTTEN BOARD OF COUNTY COMMISSIONERS ITS EMPLOYEES AND OFFICIALS NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 00 SO SHALL 1100 SIMONTON STREET IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR KEY WEST, FL 33040 REPRESENTATIVES, AUTHORIZED REPRESENTATIVE Jay Mack /DC ACORD 25 (2009101) O 4988 -2009 ACORD CORPORATION. All rights reserved. INS025 (2oosot) The ACORD name and logo are registered marks of ACORD GENERAL LIABILITY - # EACH OCCURRENCE 7 000 000 A X COMMERCIAL GENERAL LIABILITY i E I i CLAIMS MADE LJ OCCUR PP562403 i 5/14/2009 1 5/14/2010 AMAGE O EN ED PREMISES Ea Occurrence S 50 , 000 I MED EX P (Any one peraon) $ 1 PERSONAL & ADV INJURY I s 1 , 0 00 ODO I GEN'L - AGGREG ATE - jjEC LIMIT APPLIES PER: i X POLICY f PRO • LOC GENERAL AGGREGATE $ 2 000 000 PRODUCTS - COMPIOPAGG $ 1 , 000,000 AUTOMOBILE LIABILITY ANY AUTO I COMBINED SINGLE LIMIT (Ea accident) $� s,,,, ! ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per person] $ HIRED AUTOS i I NON -OWNED AUTOS I BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident $ GARAGE LIABILITY t - AUTO ONLY -EA ACCIDENT S I ANY AUTO f - OTHER THAN E4 ACC $ $ AUTO ONLY. AGG • EXCESS/ UMBRELLA LIABILITY I -- - - -- EACH OCCURRENCE - $ OCCUR CiAIMS MADE E AGGREGATE $ $ DEDUCTIBLE $ RETENTION $ ' WORKERS COMPENSATION AND EMPLOYER &'LIABILITY f WC ST TU- OTH- $ YIN ANY PROPRIETORIPARTNER(EXECUTIVE E i I , OFFICEPJMEMSER EXCLUDED? E.L, EACH ACCIDENT $ {Mandatory in NH} if yea, desui6e under E.L. DISEASE - EA EMPLOYE S- SPECIAL PR ' VISIONS Jselow OTHER - E.L. DISEASE - POLICY LIMIT $ e� DESCRIPTION OF OPERATIONS/ LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS Automobile Repair or Service Certificate Holder is an Additional Insured with respect to CGL coverage. TG (305)292 -4558 W L.AMIrLL.LAtIUN SHOULD ANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE ExP[RATION MONROE COUNTY DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL � � DAYS WRkTTEN BOARD OF COUNTY COMMISSIONERS ITS EMPLOYEES AND OFFICIALS NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 00 SO SHALL 1100 SIMONTON STREET IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR KEY WEST, FL 33040 REPRESENTATIVES, AUTHORIZED REPRESENTATIVE Jay Mack /DC ACORD 25 (2009101) O 4988 -2009 ACORD CORPORATION. All rights reserved. INS025 (2oosot) The ACORD name and logo are registered marks of ACORD �I C ERTR I CATE OF UABILITY W U C DATE (rn T1jC OP ID LR Herbig Insurance Group LO Chase Herbig 890 East SR 434 Longwood FL 32750 Phone: 407 -834 -4444 Fax: 407 -834 -6071 Fire Tech Repair Services Robert Burley PO Box 1570 Key Largo FL 33037 OVERAGES FIRET -2 - THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER T HE COVERAGE AFFORDED BY THE POLICIES BELOW INSURERS AFFORDING COVERAGE INSU A: NW Mutual Fire insurance Coy. IN SURER B: INSURER C: INSURER D: ENSURER E: 1/09 NA # 23779 i tit YULIUIES 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 RY PAID CI AIMS. I SR .TR ADM INSRE TYPE OF INSURANCE POLICY NUMBER DATE MMIDDIYYYY DATE MM D1 DIYYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR PREMISES (Ea occurence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERALAGGRE6ATE $ GEN'L AGGREGATE LId41T APPLIES PER: POLICY PRO• JECT LOC PRODUCTS - COMPIOP AGG $ AUTOMOBILE LIABILITY Ai X ANY AUTO 77BA4798$33001 05/24/09 05/24/10 COMBINED SINGLE LIMIT (Ea accident) $ 300 0 00 ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Perperson) $ X HIRED AUTOS NON -OWNED AUTOS B erard ent) (Per accident) $ X PROPERTY DAMAGE (Pet accident) S P A at GARAGE LIABILITY AUTO ONLY -EA ACCIDENT $ ANY AUTO J OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS I UMBRELLA LIABILITY OCCUR II CLAIMS MADE 't v EACH OCCURRENCE $ AGGREGATE $ DEDUCTIBLE f $ RETENTION $ [... 1 $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETORIPARTNERIEXECUTIV OFFICERIMEMBER EXCLUDED? TORY LIMITS ER L. EACH ACCIDENT $ (Mandatory in NH) If yes, describe under SPECIAL PROVISIONS below E.L: DISEASE - EA EMPLOYEE E.L. DISEASE- POLICY LIMIT $ — OTHER SCRIPTION OF OPERATIONS 1 LOCATIONS/ VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS ionroe County Board of County Commissioner is included as an additional .nsured as required by written contract with the named insured. Monroe County Board of County Commisioner Attn: Billy Pruitt 1100 Simonton St Egy Wes FL 33 040 t..AJMk;r_LLA I IUN 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 LIABILI ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. "I Chase Herbig CORID 25 (2009101 ) ©1988 -2 The ACORD name and logo are registered marks of reserved. Proposal - Maintenance of Monroe County Fire Rescue Vehicles Office 305 -451 -4230 Cell 305- 522 -4458 Fax 305 -451 -6440 W Rob Bleser - President r a- Rob Burley - Sec. /Treas. Maintenance of Monroe County Fire Rescue Vehicles Respondents Name and Mailing Address: l! 0' — O , Telephone and Fax Numbers: c��?���OS All amounts must be written AND in number format. 1: i case of a conflict between the amount in words and the amount in numbers, the amount in words„shaII control. Per vehicle price and hourly rate to be inclusive of travel, mileage, etc. Regularly scheduled semi - annual inspection and maintenance as specified on all apparatus. Cost per vehicle Total Cost Rer year per vehicle Rescue Type Vehicle without pump 00 $ Pumpers $ $ Q Aerials $ $ " 7c, �a Tankers $ � Squads $ Q 9 0p Annual Pump Test. Cost Per Vehicle $ Unscheduled Maintenance resulting from equipment malfunction or failure requiring service. Hourly Rate $ �� Parts er I have included: o Proposal o Submission Response Form o Non Collusion Affidavit o Public Entity Crime Statement_ o Lobbying and Conflict of Interest Clause Form o Drug Free Workplace Form o Indemnification and Hold Harmless _ (Check mark items above, as a reminder that they are included), I state that I ant authorized to submit this proposal: STATE OF EL e/ I Zj gt (S' ture of Re nd t) COUNTY OF d>h lQgE po Date PERSONAL APPEARED WORE the undersigned. authority, Gj� � oi who, after first being sworn by me, (name of individual signing) affix d his er sign_ature in the space provided above on this - day of 0 20 - &q _. My commission expires: NOTARY PUBLIC hrnent A c� a ublic State of Florida ? Debra S Naiser 4 , e My Commission DD772864 29 '� os flo Expires 04/0712012 Fio re-Tech fi s S FIRE -TECH REPAIR SERVICE INC. Is a Florida Corporation based in Key Largo, Florida. The owners have over 43 years of combined experience in the Fire - Rescue services, and are certified (since 199 1) as Emergency Vehicle Technicians (EVT) by the International Association of Fire Chiefs (IAFC) through the Emergency Vehicle Technician Certification Commission Inc. They are also certified through the National Institute for Automotive Service Excellence (ASE) to service autos, light, medium and heavy -duty trucks. In addition, co- owner /technician Rob Burley is recognized and utilized by the Florida Fire Chief s Association as an EVT Instructor at their_ annual Fire Mechanic's Symposium each year, as well teaching at E -One's Corporate University in Ocala, �w Fl. FIRE -TECH is an emergency - vehicle mobile repair service that has been dedicated to and serving , Monroe County since 1990. FIRE -TECH performs its functions primarily -in-house", at the station where the vehicle is kept. This system has several advantages - for one, it eliminates the necessity of removing expensive, critical equipment from the vehicle needing service; a necessary move when the vehicle is taken out of the possession of the particular department that operates it. Another advantage is that the service or repair performed can be monitored and evaluated directly by the fire personnel who operate the vehicle. FIRE -TECH also concentrates on keeping the vehicle in a "ready -to- respond" condition (when practical) while the work is being performed, thereby reducing actual "down- time ". FIRE -TECH is available 24 hours a day via cellular internet services, and is ready to respond almost immediately to any emergency repair call, including responses to "on- scene" situations. FIRE -TECH currently services Monroe County, the City of Key West, the Village ofIslamorada, Key Largo Fire and EMS District, and Everglades National Park. Warranty work has been performed for many manufacturers such as E -ONE, Saulsbury, Simon LTI, Simon - Duplex, Sutphen, Pierce and others. FIRE -TECH Repair Service Inc. looks hopefully at continuing to provide prompt, honest, quality service to Monroe County. Post Office Box 157o Key Largo, Florida 33070 Phone 305 - 451 -4230 Fax 305 - 451 -6440 Ire- -1 ech mepair Service Inc. Pr event iv e ' a e 7 3 x €;la Serv $ x „!t' 3 Level I: 250 Hour or 6 months (whichever comes first) Full vehicle inspection as per attached semi - annual inspection Schedule Phis - Engine oil and filter(s) change - Fuel filter(s) change - Air filter inspection and replacement as needed - Chassis lubrication - Outboard impeller shaft lubrication - Lubrication -of valve control linkages a� - Inspection of generator and service of lubrication system, fuel system, and air Ater according to its individual hours of operation(not to exceed 6 months) r r. Level, 11: 1000 Hours or one y which ever comes first Full service preformed in Level I plus: - Full service preformed in Level I plus- - Replacement of coolant, filter, and or hoses as needed - Replacement of drive belts as needed - Replacement of pump transmission oil and filter - Replacement of engine transmission fluid and filter - - - Replacement of rear axle lube oil as needed - Inspect front wheel bearings - Replacement of front wheel bearing oil or grease as needed - Inspection and cleaning of relief valve strainer if applicable Replacement of secondary fuel filters on both engine and generator Semi-Annual Inspection Schedull The following inspection and preventive maintenance twice per year: a) Cooling system, including fan belts, radiator supports, hoses and clamps, and auxiliary cooler; b) Exhaust system, including hangers, clamps, muffler, and pipes; c) Clutch, including freeplay, linkage, and fluid levels; d) Manual transmission, including seals, linkage, and tube level; e) Automatic transmission, including fluid levels, seals, linkage adjustment, and computer diagnostics; f) Drive train, including U joints, center support, and companion flanges; g) Rear axle and springs, including oil links, spring hangers, center bolts and U- bolts; h) Front end, including steering box, linkage, kingpins, and bushings, spring hangers, and U -bolts i) Hydrualic brakes, including adjustment, and fluid levels j) Air brakes, including drain, adjustment, wear, and air leaks, and anti - lock computer diagnostics; t .. k) Tires, including condition and wear; 1) Electrical system, including all DOT lighting, emergency lights, I. battery cables, and switches; m) Fuel system, including hoses and fittings, filters and brackets and tank straps; n) Booster tank, including leaks and supports; o) Priming pump, including wires, coupling, switch, and valve discharge; p) Plumbing and gates, including leaks, brackets, bleed valves, control arms, and knobs, and linkage; q) Main pump, including power takeoff, vacuum test, pressure test, packing, clappers, and mounting; r) Pump transmission, including fluid levels, seals, shift motors, and manual overrides s) Aerial ladder, including power takeoff, drive shaft, and coupling, P.T.O activating device, and outrigger controls; t) Aerial operation, including engine R.P.M., hydraulic pressures, operation of all controls, warning devices, hoses and fittings, ladder locks, and ring gear; u) Aerial platform, including lubrication, leveling, electrical system, turntable and platform controls, communications, and waterway. G cl) 771 V, N CL. �gt