Loading...
Resolution 242-1989 RESOLUTION NO. 242-1989 o 0::: o Co.) \.4J 0::: 0:: C LL o L.&.J .-J l.L.. A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, ACCEPTING A GRANT FROM C) THE'~ FLORIDA DEPARTMENT OF ENVIRONMENTAL ~ R~G~ATION UNDER THE HAZARDOUS WASTE COLLECTION ~ C~~R GRANT PROGRAM AND AUTHORIZING THE MAYOR TO ~~TE A CONTRACT IN FURTHERANCE THEREOF. 'C _ ::) .(...)0 -.. .W ':.-~w :z:-!o zWa:: <( :z: ~ 0 0 WHEREA~, by Resolution 024-1989, the Board of County ~ I i Commissioners of Monroe County, Florida, authorized the submission of a grant application to the Florida Department of Environmental Regulation under the Hazardous Waste Collection Center grant program, and WHEREAS, the Florida Department of Environmental Regulation has awarded Monroe County a grant in the amount of $100,000 for the construction of hazardous waste collection facilities at the Cudjoe Key and Long Key landfills, and WHEREAS, the Florida department of Environmental Regulation has issued Contract HW 121 as part of the grant award, now, therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the said grant is hereby accepted and the Mayor is authorized to execute the said contract. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the ~fh day of ~ ' A.D. 1989. BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA Byh~,(I/lJ Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk yff[2~ J24 ;iJ ~;.&I" DER CONTRACT NO. HW12l FLORIDA DEPARTMENT OF ENVIRONMENTAL REGULATION AGREEMENT FOR FUNDING FOR ESTABLISHING A LOCAL HAZARDOUS WASTE COLLECTION CENTER CONTRACTOR MONROE COUNTY Board of County Commissioners 500 Whitehead st. Key West, FL 33040 FEID NO. 50-6000-749 The Florida Department of Environmental Regulation (DER) hereby provides funding to the CONTRACTOR for the purpose of establishing a local hazardous waste collection center, in accordance wi th Section 403.7265, Florida Statutes and Chapter 17-35, Florida Administrative Code, as well as the Scope of Work contained in the CONTRACTOR's application, Attachment B, attached hereto and made a part hereof. Any terms and conditions of this contract which vary from that contained in Attachment B shall have precedence. .it ~'t CONTRACTOR RESPONSIBILITIES .: '~~ 1 1. The CONTRACTOR is responsible for the professional quality, technical accuracy, timely completion and coordination of all designs, drawings, specifications, reports and other services furnished by the CONTRACTOR under this contract. The CONTRACTOR shall, without additional compensation, correct or revise any errors, omissions or other deficiencies in its designs, drawings, specifications, reports and other services. ~j 1 '~ :'~l j .~ :1'11 ~1 .,ii. ',...,.",.:....i...:~..:...'.,. ~,!,' :~x l~ .. ""1 ~,','. ." :...., 2. The CONTRACTOR is responsible for entering into a contract(s) with a licensed, insured private company that will be responsible for collecting hazardous wastes and assuring the delivery of those wastes to a permitted recycling, storage, disposal or treatment facility. 3. The CONTRACTOR is responsible for ensuring the completion of the construction of the collection center within one (1) year from execution of this contract and sUbmitting to the DER a final request for reimbursement for capital outlay expenses within one (1) month from completion of collection center construction. Final invoices for reimbursement of administrative and public awareness expenditures must be recei ved by the DER wi thin sixteen (16) months from the execution of this contract. ~~~ ,:..-t ,"'" ~ 0:~ ~~' ..;: -', (' ~ i-' if i 'F ~.r 'k ~ ~ ~;; ~,~ i DER Contract No. HWl21 Page 2 '< '"." ,}' ,~ } J t ;J :J 4. The CONTRACTOR is responsible for guaranteeing operation of the collection center for two (2) years after the facility is open for operation, including at least two (2) days per year when household hazardous waste will be accepted at no charge to non-business entities. These Rfree collection daysR will be well advertised to encourage participation. ;~ '< 5. The CONTRACTOR is responsible for offering at least two (2) days per year when conditionally exempt small businesses can bring their hazardous wastes to the collection center in order to obtain a reduced fee for proper disposal of wastes to a permitted facility. All hazardous waste generators will be notified of this opportunity by the CONTRACTOR through direct mail or by advertisement in the local media, as appropriate. " ...~ ;: ;,:' i'i{ .:'f ,~ ~"'~ " ?~ ~ ~\ 6. The CONTRACTOR is responsible for working wi th its hazardous waste handler to establish expanded collection route services such as a Rmilk runR pick up service to businesses generating hazardous waste. These businesses should receive a reduced fee from the hazardous waste handler for the transportation and disposal of their hazardous wastes. '~ ",~ ~,~ .n ~~ ",j ~J, i'l I i '''' :1 I ,1 ; I I REPORTS The CONTRACTOR shall provide monthly status reports, due the 15th of each month, to the DER detailing work completed and activities performed during the preceding month. The CONTRACTOR shall keep records of the types and amounts of hazardous wastes received and the final destination of such wastes. An annual summary report shall be submitted to the DER by March 1 for the preceding calendar year. Documentation, in the form of required reports, must be in detail sufficient for preaudit and postaudit review and approval of invoices. TERM OF AGREEMENT " This contract is effective on the date of execution and shall remain in effect until April 30, 1992, by which date all requirements shall have been completed. Final requests for reimbursement for authorized and documented capital outlay expenditures for collection center construction, must be received by the Department by May 30, 1990. Final requests for reimbursement for authorized and documented administrative and public awareness expenditures must be received by August 30, 1990. -.;- 'r' ";\ DER Contract No. HW121 Page 3 ';; 'l .~~ '~ , ~.} ~ ~ SUBLETTING :t The CONTRACTOR shall not sublet, assign, or transfer any work under this contract without the prior written consent of the DER. ~.j,: \,- < r:. ';-v ~"l COMPENSATION ;."-J- >1 " .~ .- " For satisfactory performance, DER agrees to reimburse the CONTRACTOR, on a cost reimbursement basis for its authorized and documented expenses up to, but not exceeding, $100,000. General reimbursable expenditures are listed in Attachment A. Specific expenditures listed in Attachment B (CONTRACTOR's application for funding) may, at the discretion of the DER, be authorized for reimbursement. .. :~ i~ -1 .~ ;~ Expendi tures for any work done pr ior to the execution of this contract are not reimbursable under this contract. ".' "'1,1 .~""-,, ~, !? ,..~ (;~ The state of Florida's performance and obligation to pay under this contract is contingent upon an annual appropriation by the Legislature or continuation of other funding presently anticipated. PAYMENTS ...... L 11 The CONTRACTOR may invoice the DER on a convenient basis, but not more frequently than monthly. Each invoice shall be accompanied by copies of paid invoices for fixed capital outlay expenditures or administrative and public awareness expenses in connection with this project. The State Comptroller requires detailed supporting documentation of all costs under a cost reimbursement contract necessary for preaudit and postaudit review. Invoices shall be accompanied by supporting documentation and other requirements as follows: 1. Salaries/Wages - List per sonne1 invo1 ved, salary rates and hours/time spent on the project. 2. Travel - Travel expenses and per diem must be documented by a State of Florida Travel Voucher with appropriate receipts. Reimbursement will be made in accordance wi th Section 112.061, Florida Statutes. 3. Contractual (Subcontracts) Reimbursement requests for payment to subcontractors must be substantiated by copies of invoices wi th back-up documentation ident ica1 to that required of the prime contractor. "'F DER Contract No. HW12l Page 4 L 4. Other Expenditures - Must be documented by itemizing and including copies of receipts or invoices. Capi tal Outlay will only be authorized for those items approved by the DER appearing on Attachments A and B. A final invoice for reimbursement for capital outlay activities associated with collection center construction, must be received by May 30, 1990. 'J ., ~ V " ~ A final invoice for administrative and public awareness expenditures, not to exceed a total of 10% of fixed capi tal outlay expenditures, must be received by August 30, 1990. ,; " ,: All invoices must be submitted in detail sufficient for preaudit and postaudit review. ,'... " ~ ''fl ~ ; , ~ ;~ MANAGEMENT t; "l ~~ I>> ~~ ,~ ~ ;~ ~; ('.\ '~ f~ :' The DER' s Project 904/488-0300 or Suncom Manager is Mr. Michael 472-9175. All matters managers for appropriate Manager is Ms. Jan Kleman, Phone 278-0300. The CONTRACTOR's Project Tudico, Phone 305/296-9680 or Suncom shall be directed to the project action or disposition. The CONTRACTOR agrees to the following terms: 1. The DER may terminate this contract for its convenience. In this event, the CONTRACTOR shall be compensated for work completed and irrevocable commitments made. '. ~ ',. r' 11 ] 2. The CONTRACTOR may terminate this cont ract after ten (10) days written notice to the Department of Environmental Regulation. In the event the CONTRACTOR has not received any funding under thi s contract, thi s termination shall be wi thout penalty. If the CONTRACTOR desires to terminate after acceptance of any funds, then the Department of Environmental Regulation reserves the right to a full return of any monies disbursed to the CONTRACTOR pursuant to this contract. '~ "~ I 'l 3. All services shall be performed by the CONTRACTOR to the satisfaction of the Secretary of the DER or his designated representative. 4. If the CONTRACTOR fails to per form in a timely and proper manner, in the jUdgment of the DER, the DER may terminate this contract by written notice, specifying the effective time/date. In this event, the CONTRACTOR shall be compensated for any work satisfactorily completed. 'y , , 1 ~7 ;:~ :J! "/ ;j , ) ,:1 ~ , "j DER Contract No. HW121 Page 5 5 . If the CONTRACTOR fails to offer the hazardous waste collections as required in this contract under CONTRACTOR RESPONSIBILITIES, paragraphs 4 and 5, the DER shall treat such failure as a breach of this entire contract. The DER shall terminate this contract and the CONTRACTOR shall reimburse to the DER, as liquidated damages, the compensation received for services rendered under this contract to the date of termination by the DER for its failure to perform the tasks as described in paragraphs 4 and 5 of the CONTRACTOR RESPONSIBILITIES section. The DER may at any time, by written order designated to be a change order, make any change in the work wi thin the general scope of the contract (e.g., specifications, time, method or manner or performance, requirements, etc.). Any change order which causes an increase or decrease in the CONTRACTOR's costs or time shall require an appropriate adjustment and modification (amendment) to this contract. The CONTRACTOR shall maintain books, records and documents directly pertinent to performance under this contract in accordance wi th generally accepted accounting principles consistently applied. The DER, the State, or their authorized representatives shall have access to such records for audit purposes during the term of the contract and for three years following contract completion. 8. The CONTRACTOR covenants that it presently has no interest and shall not acquire any interest which would conflict in any manner or degree with the performance of services required. 7. 6. 9. The CONTRACTOR warrants that no person or agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee except bona fide employees or agencies maintained by the CONTRACTOR for the purpose of securing business. 10. The DER reserves the right to unilaterally cancel this contract for refusal by the CONTRACTOR to allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119, Florida Statutes, and made or received by the CONTRACTOR in conjunction with this contract. DER Contract No. HW121 Page 6 ENTIRE AGREEMENT It is hereby understood and agreed that states the entire agreement and that the parties by any stipulations, representations, agreements, oral or otherwise, not printed in this contract. this contract are not bound or promises, I'10NROE COUNTY FLORIDA DEPARTMENT OF ENVIRONMENTbL REGULATION ) --. ',. ~ ,,,/ 1,,--//,:, /~l V'~;; ...:>>.///-: . . - c:' _ /'~, . I .~,: ;..._,',- ,~~_, _' .. ~ ,~ Secretary _ ::; _ _)1;;' ;//:),;/a Date: '., '- '~f' 7.:..C{ .' ~~ 7 /' / By: Title: Date: (Seal) Attest: Clerk ./ ATTACHMENT A Hazardous Waste Collection Center Grant Program .. ".- Reimbursable expenditures include, but may not be limited to, the following, provided thorough documentation of expendi tures accompany requests for reimbursement. , ,....' CAPITAL OUTLAY FOR CONSTRUCTION , , site preparation concrete slab hazardous waste storage building with options asphalt pavement fence canopy utility hookups (water & electricity) storm water management security lights CAPITAL OUTLAY FOR EQUIPMENT (unit cost over $200) prefab storage shed for equipment and supplies heavy duty hand truck emergency shower and eye wash r:t.; " :,~ '41 ..?: . '_A.; , "~ a; :~ J '~ ,- " ADMINISTRATION AND PUBLIC AWARENESS (10% of the grant award) salary training travel - check with DER staff advertising printing and postage The following items unit cost is under $200 and therefore they are only reimbursable under the 10% of the grant award for administration and public awareness. fire extinguishers first aid kit non-combustible spill absorbents protective clothing test kits drums pails vermiculite , '.~ (,1 t :; ..~ 1 'Ii .i .~ ~ .1 ~ ~'.i ,..;; '{.~ .:t .!)~ ,oO, :~ ;-'( c-'~ 1 ", .. }I .~ ii ~ ;~ I '..~ _~l<! Attachrrent B HAZARDOUS WASTE COLLECTION FACILITY GRANT APPLICATION MONROE COUNTY, FLORIDA Outline: This application will address the following areas concerning construction and operation of two (2) hazardous waste collection facilities, as mandated by 17-35 FAC. 1. Needs Statement. 2. Collection Center design plans and specifications. 3. Ownership and Operation plans. 4. ^ budget, including construction and operation costs and a description of the funding mechanism that will be used to continue the operation of the facilities. 5. A time schedule for construction and continued operation for at least two (2) assurances years. of 6, A Resolution Commissioners application. of the Monroe authorizing County Board submission of of County this 7. Assurance of compliance with applicable Florida Statutes and timely submission of documentation required in our verification schedule. 1. Needs Statement. Monroe County, Florida wishes to reduce, to the greatest extent possible, the amount of hazardous material entering the waste stream at its' landfills. The problem of hazardous materials is being addressed as part of the Monroe County 30 Year Comprehensive Solid Waste Plan, which is being written at this time. Monroe County is an island chain nearly 150 miles long. As such, it is a geopolitical oddity (See Appendix A). Currently, the County owns and operates three (3) landfills at Cudjoe Key, Long Key and Key Largo. This application will be for the construction of hazardous waste collection centers at the Cudjoe and Long Key landfills. In the future, Monroe County f.ay apply for a third site in the Upper Keys. Owing to a short life span at the Key Largo landfill, there are no immediate plans for a collection center. In order to obtain voluntary compliance from households, the location of collection centers must be as' convenient as possible, DER Contract No. HW 121 Attachrrent B, Page 1 of 9 ~. .... ',r. ''''''''''''~..~'' ., J 2. Collection Centcr dcsign plans and specifications. ~ ; Roth facilities will consist of manufactured metal storage buildings specifical] y designed for the storage of hnznrdous mnterinls. The huildings will be Safety Storage Systems, Inc. Model 22, or its manufacturing equal. Options will include two (2) metal bulkheads creating three (3) scparnte sLorngc spnces, shelving, elevated floor grates, explosion proof doors and lights, dry chemical fire supression and forcod oir ventilation. The buildings will he placed on concrete slabs with a sloped containment area which will meet DER specs. The facilities will be comhined with used oil collection centers. Monitoring wells are already in place at both locotions. Appendix B contains surveys of both landfill sites with the proposed location of the facilities sketched in. (Appendix C illustrates the Hazardous Waste Collection Center Design Plans.) .}:", 2~ '; '1 .? ..:~ '.... ..:t,; .< , .',<1 . ;~ " '. ,\i {~ ~ J " ..q; .,~ " .~ :~ 3. Ownership and Operation plans. ,~ .~ The facili ties will be owned and operated by Monroe County, Florida. The County will enter into a contract with an approved hauler for disposal of hazardous materials collected. The County will conduct two (2) major advertised collections per year, one (1) in each location, as required. The County .....ill maintain an off-time capability, and the facilities \..ill be accessible either by appointment or on a once a month basis. The contract hauler will be on site during the major advertised collections, and the responsibility for lab packing hazardous materials will reside ,,'ith the hauler. Household materials will be accepted free of charge at all times. During major advertised collections, the contract hauler may charge Conditionally Exempt Generators (CEG'S) for disposal of materials. The County and the hauler will maintain a manifest of all identifiable materials known to be collected. Persons disposing of hazardous materials will be queried about said materials and will be asked to indicate, on a manifest, that they are not DER regulated generators. Prior to beginning operation, Monroe County will obtain an Environmental Protection Agency ID number for its hazardous materials program. ~ 'i "~'. ~: ,~ .~ I j ~ ~ I I The County will ,continue to do DER required verification of hazardous materials generators. County staff wil~ participate in any courses which may be offered to train non-chemists in simple testing procedures. Security at the facilities will consist of fencing and gates already in place at the perimeter of the landfills. Additional fencing will be placed around each hazardous materials collection building. DER c.arr-....rac:t No. HW 121 At:tachtrent B, Page 2 of 9 <,~. ~-oIO'lf_!. -'~""~,'tJf~ ,;' 1.(\ .~ ; J l' $ .~ j ~ ,:j 4. Budget. Two (2) Storage buildings as described, delivered $ 50,000 .~ .~ :~ .~ ~! .; , :~i J (.. ~.~ , .~ :~1 1 ~ ,~ :f~ "1' ~ )~ ,:~ ~ , Demolition of existing derelict building to make room for new building 5,000 Concrete slabs 10,000 Fencing 5,000 Water and electric service 7,500 Administration (including advertising and training) -"-/0 p"/() '1~. &~<-<-f. ~'"'(f'/'~~O,OOO Improve access roads, parking areas 8,000 Emergency showers 2,000 ,,~ I ~ J -1 ~ .~ ~ Sup P lie s ~ . __ // '/." A , / _ J~ A 0-P,k-l h.vU.~ ~ ~~ '-- /~ Estimated Total Request 2,500 $100.,000 *note~' Monroe County has had the highest cost of living in the State of Florida every year since such statistics were kept. The current cost is 125% of the state average. The figures above reflect this cost differential. Operation costs are estimated to be $20,000 per year. The major expense will be hauling and disposal. Monroe County will pay the necessary operating costs from tipping fees collected at county operated landfills. After making capital expenditures for budgeted construction and equipment, Monroe County would like to replace the wood pallet 'currently being used for the storage of lead acid batteries with a concrete slab, The County reserves the option to expend leftover funds for operational costs, with the permission of the Department. 5. A time schedule for construction and assurances of continued operation for at least two (2) years. -r Monroe County will complete construction of the facilities, as descri bed, wi thin one (1) year of receipt of an executed grant contract from DER. Monroe County further pledges to operate the facilities for at least two (2) years after completion of construction. Monroe County has established a cost center for hazardous waste in its current budget, A continuation of County funding is anticipated for ~his program beyond the two (2) year commitment. ~LU..o 1 -rvv ~ u~ &:, ~_~t. ~ ~vt.ul .+~ /' ~ ~ ~ ~~ {o'l., ,A~~.~ . DER Contract No. HW 121 Attachrtent B, Page 3 of 9 /.1 - . J-- ~ C:t-;.1-.::J -/7...u c '.h~ C.:f, 7 ~ / (J-ftJ..-; i:i/l~ ~~ 7'-."1/ (I rJ ~IC~ J ~ c3z",k I~J od-iJ r ',;: ,~~ .f . ,~..' 6. A Resolution of the Monroe County Board of County Commissioners authorizing the submission of this application. ..~ Certified copy of Resolution to follow in final application, as adopted January 3, 1989, N 7. Assurance of compliance and timely submission of verification schedule. ....i th a pplica hIe documentation Florida required Statutes in our County personnel who will be responsible for the operation of the facilities are familiar with the requirements of Florida Statutes governing the storage and handling of hazardous materials and will assure compliance with said statutes, Monroe County is up to date in verification of hazardous materials generators and will continue to submit all required verifications in a timely manner. DER Contract No. HW .121 A~..achment B, Page 4 of 9 " ~- 'S'" .....,..............,.... "_': _."~>',...,,.~.,:r~. '.c. .,."..,.~..,.......,,~~.,..,_"':'.e...........;'f",..~.....c~.,,_.., H~ ~ . ; ,- ~ ~... ... 0.... :I l!: - D ~- ;; ~ _ ., 1 ... ...... :I .. ~ . ...._ :::_.._~_ =~~l ;-l;:-l::-;;!.:;-v ~~>'_' > _ 1. K;:;=;;I:i7!...::-:.i ~ ...,~,:,';~ . l .. ~~~r:~ ~.-:=;~;: ;::;7;~!~~""".~; ..:.~':L.o:~...~ 1 ~ ",';:':.:'il~;.~~ .-d:;~"'.81r . ;::~~~~: ::;- ::!!;i':;i~i": ;:,~;o~~...-=:r6. ...... ...1 .. .... ...... : ., : I ; ... =- :.. _ ~ i : -::--; =-. 1 ~ l' ~,;; .!.ti::~~:;:~::': ... ., _ _ ... ..) 0 .. ; ...._;:l:_.~:..=-. ;...o.Z'~;l.""'-: oD~~:;;~;:8I~: :r,;.::~~i~r11 _:......_C!l:.; ;~'" -:'i::~:~:.;;on"" ;:_';o...o~ ~:! -..;,~~;.:-.::;;::..: :liD :... r'-> - . ;1.1:' ~~-;: ! .;: ( "':~ ~ ~: t. ~ ; ~ : ( : r ~:~ .: " ~ ~~: r :; ::'"i . . -. - ~l r ~n f ~ ; ~ - n . . ( (; ) . ; . ~ ::: ; ~ ~ ~ ~t ,~ .. ~ ( '~ ,~ ".: r- i a . n . " ; - r ~ \ z i.... >> o~~ : Z: . .;.. j ~ ,=-:' ~ !~ ; i ~ ;, . ~ ~. . - Ei ~ ;; : . o . : ; . ~ :- , ~ ;: \~ - -::- .0 . ' :.. r r " " ~! ," ~ :,; '" f: n.,................X....,~('I..n "'~O.,.:J-....,_"'~.,o trlJ - 0 -.10..., L'tVl., - i .,,'<.... iJ a. _:r -':'1"" ""'< .. ,. ".:r.__", .........."" ..;.r ='"..~ ...... .cO"<_......._" "', .,., ~:) - -Ill _ a. 0 .. 0( ::: ~tl:l _ 0 :T :) NI\f C ,. -0.. _It ~....tO ....,.,.-- ... .., I !J ~ iit~ n._~" n.....!:.~ --'" ;t... ...... . =-'O'''''~nflC) -,O...IaI.... c"...."',..,_ "0-"" -a.ft.:J"~Z_~. ~.. " ....,-..OO:F_N '----""0'_0'___ =''''<;:) - -"-:I ... fIlOn......':TnQ.....~.... :ton ='''' fI_ ,..... Q.::~li!.O":~~..::.oJ -'-:II.,,.. ........" ....n,.,.::rllO...n..,_,. n _;:'~"'!lO.h::Q,O~::, fit -0. :7-..., ~ ""''''0 n ..."",,..:t "'.0:7.::J 0'" ... C~... _" 6.~;~~~~....~:;.~=~ '" D .. -:J ... :I .. 0," I':~Vlt.c;: ",'" [~~;;f; ,,- U""':J 0 '" ....... '" ::g'~~::c.._~. ~o""'-= .. O':r :J.n XC\"':1:'" ~"Q." CR-_ 0"- .. .,,. ..., _V1 Z fit. ,.. -n:t......o..c:2:T;z.-, 0:10 -_Q.rtCl_Cl.-#r- :JP\lm.. -.. "''':z- _ .oClD,."C:C "'<C'1~t7":J --,... ...... ;.t...,., "... --'" .. ~O'-" :TV' .,.O-"'08;r,o It w.tQ ~o..". -C"I .... no:>>:; ""::I:r.: C I a.... _ '" n ,. _lID () 0 '" tit '" 0.0 1D C .' .... ., " ..""".... :r'".,... __n _\00"". ..<='....0-::7_ .. -:r". ,., a..., 0:7.. - =_.ri""< ~:r~ i.....". g :J:r.,...= .... ,,__ ".....-o~<..,.....,o.. ~"OtO. ..-..........:t o n :r::r "'::J _ _. n ~ .. '~,. "-_.0 -0.. ,.. ':J In. .' .. !l .. ~ ;.:r~e-;_._~:e..~_ ...~"'Q.:rn~_..... :r ..,..., ......-:ac-c... '" ~. -:J':' _.......,.... g ~"" ~g~:;;r o~&.::~ -..,~ ..c:~ .., ~:rd:'=-~-u- :: ~:; .., "0""0. :JI ::;,A'.....:r .. - .., ~ ... . -00 ~ r ~ _. ~ ... n~:r C =r -. - -.'0 ..., ., ... -...'" ~.. '" ~"'o ..oe Ie.. ..", ".. '.~ ';~ ... ,., ~~ n .. .. .., ~ =' .. -.tn \{"l .., t?",,... .. n Cl..ww_ "'''' n 0 " ............. .. .. ~::::~ -. . ::J .. ~ "'6;_ .. =" Q.:I " ., o..~... .. ..,." on.... co.., ., ::Jc..... ~" ........00 '< -- .. . .. con "'00 ... -c c 00.... f~ii .... ="::J .. .. jS " ; ~ 'J ';~ <~ ~ ~I :~ ~; .~ ~ ;} j ;~i r) " A ;:-/1 "~ 1 ;,; ] ,i I :',f -o~... :roo ...... ..... N .,. . 0- n "'''' ....... nn -.... .. 00 il " " .,....... .. ...' '-~~~~----~-~~-~Q ~O~--~~~~:roo..~~~~ ncoo...~~....'o_~~n_ -...~~~~ ~ - ~-~O_ =~~-_. ennn~~ ~n::J Z -Q.O%. "''''''''''fIo''O'''..c.'"'O -.-w~o~~ :J~~o_ ~~ :z: -':t ..,.... f7... "'" .. -""< ~ 0 t1o..-.._ "''''It>_ ~ ftl....'" . ~ ~=7~..,.~...~_~~.~ D_ a. 0_-,_.,. _...,., " ~. W<_ __~~~ __ g~~~~.~~~;~~~~~.~ ........o'<o..~ ~ --:toe.. ., ...cO,.~O_O_-ta..._~_ ~:~;~~~~~~g~--~g8 -......1[. ."...c:"'c:.a....~:r.1O :.,....'" fit . o. .,,,,._ -. ~ ~.~.~ ~~o "~ ,.....,..'" ... CL. . !II "'IIta.:r'" W-~ft~.~ ~ _ OO~~~ O:li ... :t.. %10 % G." c C .0 .. ." -.....0.,_..,_ "'--..,:r ~D~~~.~~:~~~~~:~; ~~CL~~-~Mr..,n""'M_~ .. ..-- .... "<"""::t.::T:J n~ .. ...~.~.~_ n :~~~8;OZ~2.;~~~~~ M,..~~~C~o O~..,__ =-v . 0" 0'" r;,,- ;:. :.=~ -!....: B~O~D.~~ ~-~n~~o, 0.... .., O-..""'D.,c-.. ., A N C" _ n ., 0 _ :: ,.. "'c..ft-"....:>>trt....O::,"Oft...o o.~g==~=~~~....~~M:~ ... "".. "'. "'C' "NO c: .. . :r 0-..... ..... _ . 0 'c ~ \It ~.g:~~=~~~o~~. ~g: ......, ...00 ....... "'__.. tit ...:a-..~ 2 : : ~; = ~ g"" i:" ~ : ...I.~..- ='........ .. ..'go;.....:: s ~ ..- ~ .4&....0.,..",'-" fI . ..... - i 0" -...,.. 0 CD,. ~~.a~~...~.~~~~~~~ 6.. ~"C:.:T-"-:a-Dt...~_ n. .... a...-o 0"0 w ... ..._'" .. -... - ..,..... ...~=;-. ;~-~~";--=d!t Ow_.. C\Q.c.. . .. ~'O..~_ Ut. 0 ... :II 0 '" .., o. " :J "~ OCO~A~O~O_ ...C ~.;. ::~~ ~ ~ -....~ ~-: ~ ~~: ...tt;i!~::8~;~~og. -- a:r:r. iC _. 10 ..,.-.c:JtO "'.. -.." :1'..1"\.......... O:J ~;::r...~~:~n:;.;_O' ", 'c,. ':I,.. .. .. Q. n .. '" .. S;...:.:.;~__ ~"t"'~ :..... " -.... -.. S - .. < .. .... ,:to :r _.,. ., n.... ::... .. .., t, A' ~ " [, r I \~. '" " . . \ ~. " " ~ , ~ \ ~. " " " \ .' n 0 r- c ", r- Z Cl 0 ... J> ~, -< r- 010 0 -< ~ ~"" ", VI i " ", n 0 ::0 :0 ... -4 :0 0 r= t> Z r- n ... " " " / /' ~ b ~ o ,}> \ . ... .., "" '" /) ~( (]) }> -< / .. , , , OER Contract No. H"W' ... / . . <' ," ~. ~ a ~ J. :~ t ~ ~ , ) .~ ~ ~ .~ "J ..:.,~ :1 ~ ~ '> -: '. 'i: ~7.~ ~~ , ,~ , ." ., ~ 'i ~ I ~ I I :l o . = . . ~ . o .. .. o . .. '" ' JJ rl : V'I , ~, CJ1 \ , (0 ~ :, ~ 'l j ~ 1 -) ~i 1 , 1 I c : : ~ (j) JT1 , . , z 0 7' 0 r 1 " i J I -0 ~ fTl o o /0 < fTl, (II(/) Cd riO g)> ~ffi ~n o z <' Zrrl (;') 7J' t I , " 1 j ,li 'of 1 ' -,] 'I 1 =., ". . " ' "-... . . ". ,.. - ; 'J 'J I J . ;".J J , ' , I I ,J -j tR ;rJ rrJ, tf) If) , . .", '.. ..' ~ n . l; DER eor7'~ No. ~ 121, A~~t,~,.',".p~~,: 7. of 9 I'i'i . " . .' . . ., r .... . ....... I". ;~..':' ,... ,'. .~'. ..~....-:...~. .......... . .. . .. . .,. 1.4" ~.. . ... . '... . -0, ~;._' ............... ",",.'''' . ._-.-..,'__,,: ,......,_.'._,..""..,..,.~_.'-..,,~_.,...-....,,__"'~.._...._.....,__,.."..,.....__~.~_.,..'_..._, "4"0"_,"'"._ "..",,~,~ RESOLUTION NO. 024 -1989 ,<~ A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, AUTHORIZING THE SUBMISSION OF A GRANT APPLICATION TO THE FLORIDA DEPARTMENT OF ENVIRONMENTAL REGULATION UNDER THE HAZARDOUS WASTE COLLECTION CENTER GRANT PROGRAM AND DIRECTING THE EXECUTION OF SAME BY THE PROPER COUNTY AUTHORITIES id ~ "~'..~.'.' '~ ,;~ .'~j! ~ ;;~ "; WHEREAS, the Florida Department of Environmental Regulation is accepting grant applications 'under the Hazardous Waste ,',':; Collection Center Grant Program, and ;}1 'i i WHEREAS, the said program will offer non-matching grants .~ .; -",:, -:il of $100,000 for the installation of prefabricated hazardous ~i ~) 'I":' .'.a.;..' ~~ 'iJ '.:.rt ,:~ ('! ;i~ I'~ '...;..'...... ", materials storage buildings and other associated costs, and WHEREAS, Monroe County, Florida, desires to reduce, to the greatest extent possible, the amount of hazardous materials entering the waste stream at its' landfills, and ',." 'to' WHEREAS, the said grant program will provide for the installation of hazardous waste storage facilities at theCudjoe I Key and Long Key landfills, thus promoting the greater health and ;r. safety of Monroe County residents, now, therefore, BE I IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that the Municipal Service District Manager is hereby directed to submit an application to the Florida Department of Environmental Regulation under the Hazardous Waste Collection center Grant Program for the installation of storage facilities at the Cudjoe Key, And Long Key :t landfills. DER Contract No. Hw 121 Attachrtent B, Page 8 of 9 '\',,; ......,.".'. '.'!.,"'!:'-~ .. :' '1' PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 3rd day of January, A.D. 1989. BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By 4it:~"4t R~;j- Mayor/Chairman (Seal) Attest: DANNY L. KOLHAGE, Clerk ~L-;fJ~1.,'&L APPROVED AS TO FORM AND LEGAL SUFFICIENCY. (-7 I / I I[ i ( l...j ___' . " By Attorney's Office -:>'0 ~, "Z'17 :rcY' ,,& lmo:) !t1:)I!~I"l~ 3~VH10X .1 ..:u.rNVO b.& 51 "cr.V ~ -4 ."" . r 10.!nP - '-'7'7' &"!!tl Ioas Iopmo PUtl p;.r:::.n.: .'"';.:1 beanM .e:-m.q r>jlil U! oil.:! uc 1':':';;.:;;0 eql 10 Ace:) etuJ. 0 !::! I.c.C'J ::!~.J. <30UNOW dO .\.t;,WO.) OfGIH01J .:IO 21. ".:.LS - 121 Atta-~-t B, page 9 of 9 DER Contract No. HW \..um=... "..' R'l'":"'":!'7 "O' ,~..JIl!'!I~:'!:.''''''_!'l..'-'; I 'r',"::,!:,~"",,,,.:~~,,,_~:,1!I'r"?.'.."'_.'__.,'_"" ~"..',.'''''''''''''....._._'.'''',_~ "_~~__....~'" _____.,. _I