Loading...
HomeMy Public PortalAbout2010-36 Authorizing and awarding contract with AshBritt, Inc re Disaster Recovery ServicesRESOLUTION NO. 2010-36 A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF KEY BISCAYNE, FLORIDA, AUTHORIZING AND AWARDING CONTRACT FOR DISASTER RECOVERY SERVICES; AUTHORIZING THE VILLAGE MANAGER TO EXECUTE THE CONTRACT FOR SUCH SERVICES; PROVIDING FOR IMPLEMENTATION; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on July 16, 2010, the Village of Key Biscayne ("Village") issued a Request for Proposals for Disaster Recovery Services to select a contractor for the removal and disposal of storm -generated debris within the Village; and WHEREAS, in response to the Request for Proposals, the Village received four (4) proposals, and WHEREAS, the Village Manager has caused the four (4) proposals which were submitted for the Project to be reviewed for the Village by the firm of Corzo Castella Carballo Thompson Salman, P.A. ("C3TS"); and WHEREAS, the Village Manager, utilizing the findings and recommendations of C3TS, recommends the awarding of the contract for disaster recovery services to AshBritt, Inc. ("Contractor") as the lowest, responsible, responsive bidder, based on unit prices for basic services in the total amount of $ 4,214.50; and WHEREAS, the Village Council finds that it is in the best interest of the Village to authorize and award the Contract for Disaster Recovery Services to AshBritt, Inc. and enter into a Contract in substantially in the form attached hereto as Exhibit "A" (the "Agreement"), and proceed as indicated in this Resolution. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE VILLAGE OF KEY BISCAYNE, FLORIDA, AS FOLLOWS: Section 1. Recitals Adopted. That each of the recitals stated above is hereby adopted and confirmed. Section 2. Award of Contract for Disaster Recovery Services. That the award of the contract for disaster recovery services to AshBritt, Inc. pursuant to the Request for Proposals is approved. Section 3. Agreement Approved.. That the Contract attached as Exhibit "A", substantially in the form attached hereto, between the Contractor and the Village for Disaster Recovery Services is hereby approved, and the Village Manager is hereby authorized to execute the Agreement and related or necessary documentation on behalf of the Village, once approved as to form and sufficiency by the Village Attorney. Section 4. Implementation. That the Village Manager is hereby authorized to take any and all action which is necessary to implement the purposes of this Resolution. Section 5. Effective Date. That this Resolution shall be effective immediately upon adoption hereof. PASSED AND ADOPTED this 7th day of September, 2010. 1:04/ CONCHITA H. ALVAREZ, MMC, VILLAGE CL APPROVED AS TO FORM AND LEGAL SUFFI VILLAGE AT 2 MAYOR ROBERT L. VERNON CONTRACT DISASTER RECOVERY SERVICES THIS CONTRACT ("Contract") is made this day o , 2011 by and between the Village of Key Biscayne, a Florida municip I cor ration (the "Village") and ASHBRITT, INC., a Florida corporation (the "Contractor"). The parties, for the consideration provided for below, mutually agree as follows: 1.0 SCOPE OF WORK. 1.1 General Scope of Work The Contractor shall meet the requirements and perform the work and services identified in the Request for Proposal for Disaster Recovery Services dated July 6, 2010 (the "RFP") issued by the Village, the Contractor's Proposal dated , 2010 (the `Proposal") attached hereto and made a part hereof as Exhibit "A," the Scope of Services for Emergency Debris Removal — Natural Disaster — Cut and Toss provided by the Florida Department of Transportation attached hereto a made a part hereof as Exhibit "B", the Scope of Services for Emergency Debris Removal — Natural Disaster — Debris Removal provided by the Florida Department of Transportation attached hereto a made a part hereof as Exhibit "C," the Detailed Specifications of the RFP attached hereto a made a part hereof as Exhibit "D," FHWA Form 1273, Required Contract Provisions Federal -Aid Construction Contracts, attached hereto and made a part hereof as Exhibit "E" (collectively, the "Work"). 2.0 COMPENSATION/PAYMENT. 2.1 Contractor shall provide the Village with an invoice on a monthly basis within ten (10) days of the end of each month stating the services provided in the preceding month. 2.2 The Village shall make payment on said invoices of approved amounts due, as required under the Florida Prompt Payment Act. No payments shall be due or payable for Work not performed or materials not furnished. If there is a dispute with regard to an invoice, the Village may withhold payment until all requested supporting materials are received from Contractor and the dispute is resolved. 2.3 The Contractor shall be compensated based upon the rates and fees schedules as set forth in Exhibit "F" attached hereto and made part hereof (the "Disaster Recovery Services Fee and Price Sheet"). 1 3.0 TERM. This Contract shall be effective upon execution by both parties and shall continue for a term of three (3) years. At its sole discretion, the Village shall have an option to renew this Contract upon the same terms and conditions for up to two (2) additional one (1) year extensions (the "Renewal Option"). This Renewal Option may be exercised at the sole discretion of the Village Manager. Such extension shall be effective upon receipt of a written notice from the Village Manager to the Contractor received no later than 30 days prior to the date of termination. 4.0 NON -WAIVER. The approval, and/or acceptance of any part of the Work by the Village shall not operate as a waiver by the Village of any other terms and conditions of the Contract. 5.0 PROTECTION OF PROPERTY AND THE PUBLIC. The Contractor shall continuously maintain adequate protection of all his Work from damage and shall protect public and private property from injury or loss arising in connection with this Contract as follows: 5.1 The Contractor shall take all necessary precautions for the safety of employees in the performance of the Work on, about or adjacent to the premises, and shall comply with all applicable provisions of Federal, State, and local laws, including, but not limited to, the requirements of the Florida Department of Transportation (FDOT), the Federal Highway Administration (FHWA), the Occupational Safety and Health Act of 1970, and amendments thereto, the Construction Safety Act of 1969, and amendments thereto, and building codes to prevent accidents or injury to persons on, about or adjacent to the premises where the Work is being performed. 5.2 The Contractor shall erect and properly maintain at all times, all necessary safeguards, including sufficient lights and danger signals on or near the Work. 5.3 The Contractor shall be completely responsible for, and shall replace and make good all loss, injury, or damage to any property. 6.0 INDEMNIFICATION. 6.1 The Contractor shall indemnify and hold harmless the Village, its officers, agents and employees, from and against all liability, claims, damages, losses and expenses, including reasonable attorney's fees and costs at both trial an appellate levels, arising out of or resulting from the performance of Work under this Contract, caused by any act or omission of the Contractor or anyone directly or indirectly employed by Contractor or anyone for whose acts Contractor may be responsible or liable. 2 6.2 This indemnification obligation shall survive the termination of this Contract. 6.3 The Contractor shall defend the Village or provide for such defense, at the Village's option. 6.4 The Contractor shall be held responsible for any violation of laws, rules, regulations or ordinances affecting in any way the conduct of all persons engaged in or the materials or methods used by him, on the Work. Contractor shall give all notices and comply with all laws, ordinances, rules, regulations and orders of any public authority bearing on the performance of the Work under this Contract. Contractor shall secure all permits, fees, licenses, and inspections necessary for the execution of the Work, and upon termination of this Contract for any reason, Contractor shall transfer such permits, if any, and if allowed by law, to the Village. 7.0 CONTRACT DOCUMENTS. The following documents shall, by this reference, be considered part of this Contract: Instructions to Proposers; Proposal requirements; Proposal Form; All Addendums; FDOT Scope of Services — Emergency Debris Removal — Natural Disaster — Cut and Toss; FDOT Scope of Services - Emergency Debris Removal — Natural Disaster — Debris Removal; Detailed Specifications; Qualification Statement; Public Entity Crime Form; Insurance Certificates; Anti -Kickback Affidavit; Non -Collusive Affidavit; Drug -Free Workplace; Certified Corporate Statement; Disaster Recovery Services Fee and Price Sheet; and Documentation Requirements for FHWA-ER & FEMA Reimbursement (Contract Work) attached as Exhibit "G". 8.0 CONTRACTOR'S EMPLOYEES. 8.1 The Contractor shall have at all times an English speaking, competent supervisor on site who thoroughly understands the Work, who shall, as the Contractor's agent, supervise, direct and otherwise conduct 3 the Work. Contractor's employees shall serve the public in a courteous, helpful, and impartial manner. 8.2 Contractor's employees shall wear an identification badge or card that provides proper identification of both the Contractor's company and the name of the employee, as approved by the Village Manager or his/her designee. 8.3 Contractor shall, upon receipt of a written request from the Village Manager, immediately exclude any employee of Contractor from providing Work under this Agreement. 8.4 The Work contemplated in this Contract is on public property, accordingly no alcoholic beverages shall be allowed. 9.0 VEHICLES AND EQUIPMENT. Contractor shall have on hand at all times and in good working order such vehicles, machinery, tools, accessories, and other items necessary to perform the Work under this Contract. All vehicles used by Contractor to provide services under this Contract shall contain proper identification of the name of Contractor (which may be an adhesive sticker), cubic yardage of the vehicle and the number of the vehicle legible by the public. The Village may require the repair or replacement of equipment as reasonably necessary. 10.0 INSURANCE. Contractor shall secure and maintain throughout the duration of this Contract, insurance of such type and in such amounts necessary to protect its interest and the interest of the Village against hazards or risks of loss, as required by the Village, and at a minimum as specified below. The underwriter of such insurance shall be qualified to do business in Florida, be rated AB or better, and have agents upon whom service of process may be made in the State of Florida. The insurance coverage shall be primary insurance with respect to the Village, its officials, employees, agents and volunteers. Any insurance maintained by the Village shall be in excess of the Contractor's insurance and shall not contribute to the Contractor's insurance. The insurance coverages shall include a minimum of: 10.1 Worker's Compensation and Employer's Liability Insurance: Coverage to apply for all employees for statutory limits as required by applicable State and Federal laws. The policy must include Employer's Liability with minimum limits of $500,000.00 each accident. 10.2 Comprehensive Automobile and Vehicle Liability Insurance: This insurance shall be written in comprehensive form and shall protect the Contractor and the Village against claims for injuries to members of the public and/or damages to property of others arising from the Contractor's use of motor vehicles or any other equipment and shall cover 4 operation with respect to onsite and offsite operations and insurance coverage shall extend to any motor vehicles or other equipment irrespective of whether the same is owned, non -owned, or hired. The limit of liability shall not be less than $300,000.00 per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive that the latest edition of the Business Automobile Liability Policy, without restrictive endorsement, as filed by the Insurance Services Office. 10.3 Commercial General Liability. This insurance shall be written in comprehensive form and shall protect the Contractor and the Village against claims arising from injuries to members of the public or damage to property of others arising out of any act or omission to act of the Contractor or any of its agents, employees, or subcontractors. The limit of liability shall not be less than $1,000,000.00 per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Commercial General Liability Policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: (1) Premises and/or Operations; (2) Independent contractors and Products and/or completed Operations; (3) Broad Form Property Damage, Personal Injury and a Contractual Liability Endorsement, including any hold harmless and/or indemnification agreement. 10.4 Certificate of Insurance. Contractor shall provide the Village Manager with Certificates of Insurance for all required policies. The Certificates of Insurance shall not only name the types of policy(ies) provided, but also shall refer specifically to this Contract and shall state that such insurance is as required by this Contract. The Village reserves the right to require the Contractor to provide a certified copy of such policies, upon written request by the Village. If a policy is due to expire prior to the completion of the services, renewal Certificates of Insurance or policies shall be furnished thirty (30) calendar days prior to the date of their policy expiration. Each policy certificate shall be endorsed with a provision that not less than thirty (30) calendar days' written notice shall be provided to the Village before any policy or coverage is cancelled or restricted. Acceptance of the Certificate(s) is subject to approval of the Village Manager. 10.5 Additional Insured. The Village is to be specifically included as an Additional Insured for the liability of the Village resulting from operations performed by or on behalf of Contractor in performance of this Contract. Contractor's insurance, including that applicable to the Village as an Additional Insured, shall apply on a primary basis and any other insurance maintained by the Village shall be in excess of and shall not contribute to Contractor's insurance. Contractor's insurance shall contain 5 a severability of interest provision providing that, except with respect to the total limits of liability, the insurance shall apply to each Insured or Additional Insured in the same manner as if separate policies had been issued to each. 10.6 All deductibles or self -insured retentions must be declared to and be approved by the Village Manager. The Contractor shall be responsible for the payment of any deductible or self -insured retentions in the event of any claim. 11.0 ASSIGNMENT AND AMENDMENT. No assignment by the Contractor of this Contract or any part of it, or any monies due or to become due, shall be made, nor shall the Contractor hire a subcontractor to perform its duties under this Contract without prior written approval of the Village. This Contract may only be amended, by the parties, with the same formalities as this Agreement. 12.0 TERMINATION. 12.1 Either party may terminate this Contract without cause upon 90 days written notice to the other party 12.2 Upon notice of such termination, the Village shall determine the amounts due to the Contractor for Work performed up to the date of termination. The Contractor shall not be entitled to payment of any lost profits or for Work performed after the date of termination. 12.3 After receipt of a notice of termination, and except as otherwise directed, the Contractor shall stop all Work under this Contract, and shall do so on the date specified in the notice of termination. 12.4 The Village may terminate this Contract upon five (5) days written notice if the Contractor defaults on any material term of this Agreement. The Village may also terminate this Contract upon such notice as the Village Manger deems appropriate under the circumstances in the event that the Village Manager determines that termination in necessary to protect the public health, safety or welfare. 13.0 GOVERNING LAW. This Agreement shall be construed in accordance with and governed by the laws of the State of Florida. Venue for any litigation arising out of this Agreement shall be proper exclusively in Miami -Dade County, Florida. 14.0 ATTORNEY'S FEES. In the event either party to this Contract is required to retain legal counsel to enforce any of its rights under this Contract, the prevailing party shall be entitled to recover its reasonable attorney's fees 6 and costs from the non -prevailing party together with court costs incurred in any litigation at any trial and appellate proceedings. 15.0 ACCESS TO PUBLIC RECORDS. The Contractor shall comply with the applicable provisions of Chapter 119, Florida Statutes. The Village shall have the right to immediately terminate this Contract for the refusal by the Contractor to comply with Chapter 119, Florida Statutes. The Contractor shall retain all records associated with this Contract for a period of three (3) years from the date of termination. 16.0 INSPECTION AND AUDIT. During the term of this Contract and for three (3) years from the date of termination, the Contractor shall allow Village representatives access during reasonable business hours to Contractor's and Subcontractor's records related to this Contract for the purposes of inspection or audit of such records. If upon audit of such records, the Village determines the Contractor was paid for services not performed, upon receipt of written demand by the Village, the Contractor shall remit such payments to the Village. 17.0 SEVERABILITY. If a term, provision, covenant, contract or condition of this Contract is held to be void, invalid, or unenforceable, the same shall not affect any other portion of this Contract and the remainder shall be effective as though every term, provision, covenant, contract or condition had not been contained herein. 18.0 WAIVER OF JURY TRIAL. The parties irrevocably, knowingly agree to waive their rights to a trial by jury in any action to enforce the terms or conditions of this Contract. 19.0 COUNTERPARTS. This contract may be signed in one or more counterparts, each of which when executed shall be deemed an original and together shall constitute one and the same instrument. 20.0 INDEPENDENT CONTRACTOR. It is expressly agreed and understood that the Contractor shall be in all respects an independent contractor, and that Contractor is in no respect an agent, servant or employee of the Village. Accordingly, Contractor shall not attain, nor be entitled to, any rights or benefits of the Village, nor any rights generally afforded classified or unclassified employees. Contractor further understands that Florida Worker's Compensation benefits available to employees of the Village are not available to Contractor, and agrees to provide worker's compensation insurance as required by applicable law for any employee or agent of Contractor rendering services to the Village under this Contract. 7 All employees and subcontractors of the Contractor shall be considered to be, at all times, the sole employees or contractors of Contractor, under its sole discretion and not an employee, contractor or agent of the Village. 21.0 ACCIDENT PREVENTION AND REGULATIONS. Precautions shall be exercised at all times for the protection of persons and property. The Contractor and subcontractors shall conform to all OSHA, Federal, State, County and Village regulations while performing Work under the terms and conditions of this Contract. Any fines levied by the above -mentioned authorities, because of inadequacies to comply with these requirements, shall be borne solely by Contractor responsible for same. 22.0 BACKGROUND CHECKS. At the request of the Village, the Contractor may be required to conduct background checks on its employees and subcontractor employees involved in the performance of this Contract. 23.0 CODE OF ETHICS. Contractor warrants and represents that its employees will abide by all applicable Conflict of Interest and Code of Ethics Ordinances set forth in the Village Code and Section 2-11.1 of the Miami -Dade County Code, as these codes may be amended from time to time. 24.0 COMPLIANCE WITH LAWS. The Contractor shall comply with all applicable laws, ordinances, rules, regulations, and lawful orders of public authorities in carrying out Work under this Contract, and in particular shall obtain all permits from all jurisdictional agencies to perform the Work under this Contract. Contractor shall be held responsible for any violation of laws, rules, regulations or ordinances affecting in any way the conduct of all persons engaged in or the materials or methods used by him, on the Work. Contractor shall give all notices and comply with all laws, ordinances, rules, regulations and orders of any public authority bearing on the performance of the Work under this Contract. Contractor shall secure all permits, fees, licenses, and inspections necessary for the execution of the Work, and upon termination of this Contract for any reason, Contractor shall transfer such permits, if any, and if allowed by law, to the Village. 25.0 POLICY OF NON-DISCRIMINATION. The Contractor shall comply with all federal, state and local laws and ordinances applicable to the Work or payment for Work and shall not discriminate on the grounds of race, color, religion, sex, age, marital status, national origin, physical or mental disability in the performance of work under this Contract. 8 26.0 NOTICES. Whenever any party is required to give or deliver any notice to any other party, or desires to do so, such notices shall be sent via certified mail or hand delivery to: Village: Village of Key Biscayne 88 West McIntyre Street Village of Key Biscayne, FL 33149 Attention: Village Manager With a copy to: Village Attorney Weiss Serota Helfman Pastoriza Cole & Boniske, P.L. 2525 Ponce de Leon Blvd., Suite 700 Coral Gables, Florida 33134 Contractor: ASHBRITT, INC. 480 S. Andrews Avenue Suite 103 Pompano Beach, Florida 33069 Attention: With a copy to: 27.0 ENTIRE AGREEMENT/MODIFICATION/AMENDMENT. 27.1 This Contract contains the entire agreement of the parties and supercedes any prior oral or written representations. No representations were made or relied upon by either party, other than those that are expressly set forth herein. 27.2 No agent, employee, or other representative of either party is empowered to modify or amend the terms of this Contract, unless executed with the same formality as this document. 9 27.3 Contractor represents that it is an entity validly existing and in good standing under the laws of Florida. The execution, delivery and performance of this Contract by Contractor have been duly authorized, and this Contract is binding on Contractor and enforceable against Contractor in accordance with its terms. No consent of any other person or entity to such execution, delivery and performance is required. 28.0 OWNERSHIP AND ACCESS TO RECORDS AND AUDITS. 28.1 Contractor acknowledges that all inventions, innovations, improvements, developments, methods, designs, analyses, drawings, reports and all similar or related information (whether patentable or not) which relate to the Work provided to the Village which are conceived, developed or made by Contractor during the term of this Contract ("Work Product") belong to the Village. Contractor shall promptly disclose such Work Product to the Village and perform all actions reasonably requested by the Village (whether during or after the term of this Contract) to establish and confirm such ownership (including, without limitation, assignments, powers of attorney and other instruments). 28.2 All records, books, documents, maps, data, deliverables, papers and financial information (the "Records") that result from the Contractor providing the Work to the Village under this Contract shall be the property of the Village. 28.3 The Village Manager or his designee shall, during the term of this Contract and for a period of three (3) years from the date of termination of this Contract, have access to and the right to examine and audit any Records of the Contractor involving transactions related to this Contract. 28.4 The Village may cancel and terminate this Contract immediately for refusal by the Contractor to allow access by the Village Manager or his designee to any Records pertaining to work performed under this Contract that are subject to the provisions of Chapter 119, Florida Statutes. 29.0 NONASSIGNABILITY. This Contract shall not be assignable by Contractor unless such assignment is first approved by the Village Manager. The Village is relying upon the apparent qualifications and expertise of the Contractor, and such firm's familiarity with the Village's area, circumstances and desires. 30.0 WAIVER. The failure of either party to this Contract to object to or to take affirmative action with respect to any conduct of the other which is in violation of the terms of this Contract shall not be construed as a waiver of the violation or breach, or of any future violation, breach or wrongful conduct. 10 31.0 SURVIVAL OF PROVISIONS. Any terms or conditions of either this Contract that require acts beyond the date of the term of the Contract, shall survive termination of the Contract, shall remain in full force and effect unless and until the terms or conditions are completed and shall be fully enforceable by either party. 32.0 PROHIBITION OF CONTINGENCY FEES. The Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Contractor, to solicit or secure this Contract, and that it has not paid or agreed to pay any person(s), company, corporation, individual or firm, other than a bona fide employee working solely for the Contractor, any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award or making of this Contract. 33.0 PUBLIC ENTITY CRIMES AFFIDAVIT. Contractor shall comply with Section 287.133, Florida Statutes (Public Entity Crimes Statute), notification of which is hereby incorporated herein by reference, including execution of any required affidavit. [REMAINDER OF PAGE LEFT BLANK, SIGNGATURE PAGE TO FOLLOW] 11 IN WITNESS WHEREOF the parties hereto have executed this Contract on the day and date first above written. Attest: onchita H. Alvarez, Village Clerk VILLAGE OF KEY BISCAYNE, a Florida municipal corporation h6/ By APPROVED AS TO FORM AND LEGAL SUFFICIENCY: ,7::-.'i By '' �' Village Attorney aro "Chip" Igles Village Manager Signed, sealed and witnessed in the CONTRACTOR: presence of: int Name: Print Name:, l 2 k 00,1,A.,./f...... ASHBRITT, IN corporation /, / By: Name. Title: G. G. G. a Florida (*) In the event that the Contractor is a corporation, there shall be attached to each counterpart a certified copy of a Resolution of the Board of the corporation, authorizing the officer who signs the Contract to do so in its behalf. K:\DOGS\0103\001 \310823503. DOC 12 EXHIBIT 'A' CONTRACTOR'S PROPOSAL 13 1 1 1 1 1 1 1 1 1 1 1 1 1 1 L 1 EXHIBIT 1 PROPOSAL FORM DISASTER RECOVERY SERVICES Proposal of AshBritt, Inc. (name) 480 S. Andrews Ave., Suite 103, Pompano Beach, FL 33069 (address) to furnish all materials, equipment, and labor and to perform all work in accordance with the Contract Documents for: "Disaster Recovery Services" TO: Village of Key Biscayne 88 West McIntyre Street, Suite 220 Key Biscayne, FL 33149 Attention: Village Clerk The undersigned, as Proposer, hereby declares that the only person or persons interested in the proposal, as principal or principals, is or are named herein and that no other person than herein mentioned has any interests in the Proposal of the contract to which the Work pertains; that this Proposal is made without connection or arrangement with any other person, company, or parties making Bids or Proposals and that the Proposal is in all respects fair and made in good faith without collusion or fraud. The Proposer further declares that he has examined the geographic location and sites of the Work; that he has made sufficient investigations to fully satisfy himself that such sites are suitable for this Work; and he assumes full responsibility therefore; that he has examined the specifications for the Work and from his own experience or from professional advice that the specifications are sufficient for the Work to be done and he has examined the RFP, including the Instructions to Proposers, Proposal Requirements, Scope of Services, Contract, Detailed Specifications, Qualification Statement, Public Entity Crime Form and Insurance requirements and he has read al! Addenda prior to the opening of Proposals, and that he has satisfied himself fully, relative to all matters and conditions with respect to the Work to which this Proposal pertains. The Proposer further proposes and agrees to comply in all respects with the time limits for commencement and completion of the Work as stated in the Contract. The Proposer agrees to execute a Contract and furnish the executed contract, insurance certificates, and other required information to the Village within ten (10) ten calendar days of receipt of written notice of the award of contract. Failure on the part of the Proposer to timely comply with this provision shall give Village all rights and remedies set forth in the RFP. The Proposer agrees to accept as full compensation the unit prices the Proposer specifies in Attachment B to the RFP. The Proposer Form and a completed Attachment B is presented to assist the Village in evaluating the Proposal. It is understood that the unit prices quoted or established for a particular item are to be used for computing the amount to be paid to the Contractor, based on the Work actually performed as determined by the Contract and the Village. In no event shall Village be obligated to pay for work not performed or materials not furnished. Proposer's Occupational License No. 07-00043182 (Pompano Beach) WITNESSES: PROPO E By: S. Na Titi • `nature of Authorized Agent : John W. Noble Chief Operating Officer (SEAL) [THIS SPACE INTENTIONALLY LEFT BLANK] EXHIBIT "B" FHWA/FDOT SCOPE OF SERVICES EMERGENCY DEBRIS REMOVAL - NATURAL DISASTER -- CUT AND TOSS 1.0 GENERAL This statement of work describes and defines the services which are required for the execution of Natural Disaster -related emergency debris removal (cut and toss) from Federal Aid Highway segments, State, local and private roadways within the Florida Department of Transportation (Department), District Miami -Dade County. The contractor shall provide all services described herein and any other services required to complete the project. Activities include field operations and debris management - All debris removal and management services shall be in accordance with all applicable federal and state laws, and environmental regulations. Roads will be identified by the Department and direction given to the Contractor for roads and limits for which the Contractor will be responsible for within each County assigned. The Department reserves the right to add or delete roadway segments at the direction of the Engineer at no additional cost to the Department. The Department, at its sole discretion, may elect to perform work with in-house forces or additional contract forces. Proper documentation, as required by Federal Highway Administration (FHWA), Federal Emergency Management Agency (FEMA) or other federal natural disaster response agency shall be provided for all debris removal operations to ensure reimbursement to the Department from the appropriate federal agency. While this contract scope provides for debris removal (Cut and Toss) work off the state road system, any work off the State Road System must be authorized by the Department. The Department will not provide price adjustments for cost increases or decreases in the price of fuel. The prime contractor is required to perform at least 30% of the work with its own forces. The Department's Specifications for Road and Bridge Construction and other applicable Department Design Indexes and Construction Standards are made part of this contract by reference and are applicable when bidding on and when performing work under this contract. In cases of discrepancy between this scope and the specifications, the scope will take precedence. Within five days after commencement of any services pursuant to this Contract and at all times during the term hereof, including renewals and extensions, if required, the Vendor will supply to the Department and keep in force a bond provided by a surety authorized to do business in the State of Florida, payable to the Department/Village and conditioned for the prompt payment of all persons furnishing labor, materials, equipment, and supplies therefore. The work will begin upon written authorization by the Department/Village. No guarantee of minimum or maximum amounts per bid item is made by the Department under this Contract. In the event that the natural disaster impacts another District of the Department, the terms and conditions of this contract may apply to work in the affected District, with the concurrence of both parties. The Department, at its sole discretion, may award one or more contracts based on the bids received and the impact of natural disasters encountered. If more than one award is made, such 14 award will be to the lowest bidder, then to the next lowest bidder(s) based on availability of the bidders and the bidder's ability to satisfy the needs of the Department at the time contacted. 2.0 SERVICES TO BE PROVIDED BY THE CONTRACTOR Field Operations The following listed services shall be performed by the Contractor in the presence of the Department, District Miami -Dade County personnel or their designated representative: • Provide equipment, labor, and materials necessary to perform "cut and toss" for clearing of the pavement area of the roadways as directed. "Cut and toss" is defined as cutting and/or pushing the debris off of the roadway sufficiently to allow safe vehicular traffic on all lanes. The services include, but are not limited to, cutting and removing vegetative debris and other debris to a point two feet beyond the curb and gutter section or to a point two feet beyond the edge of pavement (i.e. 2 feet beyond the paved shoulder or edge of turn lane (s) whichever is further) and vertical clearance of 16 feet as needed. • Provide traffic control (day and/or night) using current Department Design Standards. • Ensure all contractor and subcontractor personnel have and utilize personal protective safety gear in accordance with OSHA requirements and company safety policies. • Coordinate with utility companies, as required, to permit safe removal of debris. • With each invoice submit a Certification Disbursement of Previous Periodic Payment to Subcontractors (form 700-010-38) and the amount paid to all subcontractors performing work under this contract to date. • Provide adequate crews depending on the severity of the disaster or event and pursuant to the Notice to Proceed. These crews shall not be committed to more than one "cut and toss" contract for the Department at any point in time. 3.0 SERVICES TO BE PROVIDED BY DEPARTMENT OR ITS DESIGNATED REPRESENTATIVE Field Operations • Identify and evaluate the scope of the post -disaster debris problem. • Provide inspection for all contractor operations. • Provide field inspectors in sufficient numbers to adequately monitor all field operations. Such work will not exceed limits defined by FHWA eligibility criteria. The number of inspectors per crew shall vary based on need. • Identify and prioritize removal from Federal Aid Highway segments, State, local and private roadways within the Florida Department of Transportation (Department), District Miami -Dade County. Prioritization of debris "cut and toss" will be based on a "sector approach" (as opposed to site to site). Once priorities are established, crews are required to complete entire sectors or corridors prior to moving on to other areas. No streets should be bypassed based on quantity of debris alone unless directed by the Departments Engineer. • Ensure that all field crews are outfitted with required safety gear. Contractor is responsible for its crews' safety. 4.0 PAYMENT 15 " Payment will be made in accordance with the Fee Rates shown on Exhibit C. Such payment will be full and complete payment for all work performed, except for travel to another District as set forth below. The contractor shall provide all required final releases of liens and affidavits from subcontractors. " The contractor may be paid for pre -positioning as set forth in Exhibit C within the District, if requested, and the impact of a natural disaster does not materialize. This will be a no -bid item and the amount will be established by the Department. " If mutually agreed, the Contractor may be requested to work in another District affected by the natural disaster. In that event, the Contractor will be paid for that work in accordance with Exhibit C and additional payment will be made for travel. Travel will be reimbursed in accordance with Section 112.061, Florida Statutes. " The bid items listed in Exhibit C include compensation for all work required in Sections 1.0 and 2.0. FEE RATES FOR EMERGENCY DEBRIS REMOVAL — NATURAL DISASTER -- CUT AND TOSS Pre -Positioning (per crew)(per day) do not bid PCPD* *Pay starts when contractor's crews arrive at site. Phase I — Cut and Toss of debris from roadway A. Rubber Tire Equipment (including operator) B. Two Chain Saw Operators w/ chain saws C. Superintendent with Vehicle Total Crew rate (A+B+C) per hour Bid award will be based on the per crew hourly rate. REFER TO EXHIBIT "F" FOR ALL FEE RATES 17 EXHIBIT "C" FHWA/FDOT SCOPE OF SERVICES EMERGENCY DEBRIS REMOVAL - NATURAL DISASTER - DEBRIS REMOVAL 1.0 GENERAL This statement of work describes and defines the services which are required for the execution of Natural Disaster -related emergency debris removal from Federal Aid Highway segments, State, local and private roadways within the Horida Department of Transportation (Department), District Miami -Dade County. The contractor shall provide all services described herein and any other services required to complete the project. Activities include, but are not limited to, field operations, debris pickup, debris hauling and removing, debris staging and reduction, temporary debris storage site management and debris management. All debris removal and disposal management services shall be in accordance with all applicable federal and state laws, and environmental regulation. Roads will be identified by the Department and direction given to the Contractor for roads and limits for which the Contractor will be responsible for within each County assigned. The Department reserves the right to add or delete roadway segments at the direction of the Engineer at no additional cost to the Department. The Department, at its sole discretion, may elect to perform work with in-house forces or additional contract forces. Proper documentation as required by Federal Highway Administration (FHWA), Federal Emergency Management Agency (FEMA) or other federal natural disaster response agency shall be provided for all debris removal operations to ensure reimbursement to the Department from the appropriate federal agency. While this contract scope provides for debris removal work off the state road system, any work off the State Road System must be authorized by the Department. Such work must be coordinated with the City or County having jurisdiction over it and must be authorized by the Department. The Department will not provide price adjustments for cost increases or decreases in the price of fuel. The prime contractor is required to perform at least 30% of the work with its own forces. The Department's Specifications for Road and Bridge Construction and other applicable Department Design Indexes and Construction Standards are made part of this contract by reference and are applicable when bidding on and when performing work under this contract. In cases of discrepancy between this scope and the specifications, the scope will take precedence. Within five days after commencement of any services pursuant to this Contract and at all times during the term hereof, including renewals and extensions, the Vendor will supply to the Department and keep in force a payment and performance bond provided by a surety authorized to do business in the State of Florida, payable to the Department and conditioned for the prompt payment of all persons furnishing labor, materials, equipment, and supplies therefore. The work will begin upon written authorization by the Department. No guarantee of minimum or maximum amounts per bid item is made by the Department under this Contract. No adjustment to bid prices will be considered due to increases or decreases in estimated quantities. In the event that the natural disaster impacts another District of the Department, the terms and conditions of this contract may apply to work in the affected District, with the concurrence of both parties. 18 The Department, at its sole discretion, may award one or more contracts based on the bids received and the impact of natural disasters encountered. If more than one award is made, such award will be to the lowest bidder, then to the next lowest bidder(s) based on availability of the bidders and the bidder's ability to satisfy the needs of the Department at the time contacted. 2.0 SERVICES TO BE PROVIDED BY THE CONTRACTOR Field Operations The following listed services shall be performed by the Contractor in the presence of the Department, District Miami -Dade County personnel or their designated representative: • Provide equipment, labor, and materials necessary to perform the "first pass" and all subsequent passes directed by the Engineer. "First Pass" is defined as removing all debris on the affected roadways from within the rights -of -way as directed and authorized by the Department, FHWA, FEMA and their authorized representatives. The work associated with "first pass" and subsequent passes, includes but is not limited to: cutting fallen vegetative debris; picking up and loading vegetative, C & D and Hazardous Materials; hauling materials to either a temporary debris staging and reduction site or final legal disposal site; volume reduction at the temporary debris staging and reduction site; and final hauling and disposal at an appropriate landfill or "waste to energy" facility. • Once road priorities are established by the Department or its representative, crews shall be required to complete entire sectors and/or corridors prior to moving on to other areas. No streets should be bypassed based on quantity of debris alone. • Provide labor, equipment and materials necessary to remove all stumps authorized by the Department, FHWA and FEMA. Stump removal operations shall be in accordance with FHWA and FEMA guidelines. • Provide traffic control (day and/or night) using current Department Design Standards. • Ensure all contractor and subcontractor personnel have and utilize personal protective safety gear in accordance with OSHA requirements and company safety policies. • Coordinate with utility companies, as required, to permit safe removal of debris. • Provide a means for FDOT or their designated representative to measure and certify all trucks. All Temporary Debris Staging and Reduction Sites (TDSR's) shall be equipped with at least one tower from which monitors can safely view contents on each load and determine capacities of each load entering and exiting the TDSR. • Provide a means for securing all TDSR's, throughout the life of the contract, to ensure no unauthorized or illegal dumping can occur at the site. • Vacuum inlets and sweep curb and gutter sections. • Damaged trees and exposed roots are to be removed to ground level. • Remove leaning trees which are not an immediate hazard only when directed by the Department or their designated representative. Compensation will be by stump removal (if applicable) and debris removal (CY). 19 " Fill any holes left by removed trees. The cost of borrow required for fill will be included in the cost of bid items. Staging/Reduction " Secure the necessary permits for the TDSR's for any non FDOT approved sites from the appropriate regulatory agencies, prepare and manage the TDSR's and when operations are complete, return all TDSR's to their original condition to the satisfaction of the Department and the regulatory agencies. Perform any testing required or requested by the regulatory agencies to ensure TDSR's have not been contaminated. " Provide, operate and maintain equipment for debris reduction. " Maintain segregation of debris (vegetative vs non -vegetative). " Reduce and dispose of any vegetative debris hauled by the Department crews to the TDSR's. " White goods and Hazardous Household waste shall be recycled in accordance with all federal, state and local rules, regulations and laws. White goods and Hazardous Household waste include washing machines, clothes dryers, dehumidifers, dishwashers, gas and electric stoves, TVs, computer monitors, refrigerators, freezers, window air conditioners and water heaters or coolers. " Remove and recover Freon from any white goods and Hazardous household waste, such as refrigerators, freezers or air conditioners, at the final disposal site in accordance with federal, state and local rules, regulations and laws. " Construction & Demolition debris shall be hauled directly to a licensed Florida Department of Environmental Protection (FDEP) and Environmental Protection Agency (EPA) disposal facility. Tipping fees shall be reimbursed at cost, no mark-up allowed. Administration and Paperwork " With each invoice submitted for payment include a certification Disbursement of previous periodic payment to subcontractors (form 700-010-38) and the amount paid to all subcontractors performing work under this contract to date. " The contractor shall be responsible for the preparation of all invoices in a format acceptable to the Department and in accordance with federal, state and local rules, regulations and laws. Invoices shall include original receipts and all backup necessary to support the quantities and amounts invoiced. 3.0 SERVICE TO BE PROVIDED BY DEPARTMENT OR ITS DESIGNATED REPRESENTATIVE Field Operations " Identify and evaluate the scope of the post -disaster debris problem. " Provide inspection for all contractor operations. 20 " Provide field inspectors in sufficient numbers to adequately monitor all field operations. Such work will not exceed limits defined by FHWA eligibility criteria. The number of inspectors per crew shall vary based on need. " Identify and prioritize removal from Federal Aid Highway segments, State, local and private roadways authorized by the Department and FEMA and rights -of -way (primary and secondary roads) in District Miami -Dade County. Prioritization of debris removal will be based on a "sector approach" (as opposed to site to site). Once priorities are established, crews are required to complete entire sectors or corridors prior to moving on to other areas. No streets should be bypassed based on quantity of debris alone, unless directed by the Departments Engineer. " Ensure no pickup of unauthorized debris by the contractor and his subcontractors unless directed by the Department. Staging/Reduction " Identify potential staging areas for debris stockpiling and reduction. There is no guarantee as to availability or suitability. " Provide one Quality Control Tower Monitor per tower to observe and record truck quantity estimates. " Ensure that all field crews are outfitted with required safety gear. Administration and Paperwork " Seven (7) part debris tickets will be provided to properly document the contract work in accordance with FDOT, FHWA and FEMA requirements. " Spreadsheet format for invoices will be provided to properly document the contract work in accordance with FDOT, FHWA and FEMA requirements. 5.0 PAYMENT " Payment, less applicable retainage as described below, will be made in accordance with the Fee Rates shown on Exhibit C. Such payment will be full and complete payment for all work performed as required in Sections 1.0 and 2.0. Bid prices shall include all direct costs for performing the work as well as all indirect costs including, but not limited to, administrative costs, all overheads and profits, except for travel to another District as set forth below. " A lump sum retainage of $10,000 per TDSR (staging area) will be held from the total invoice of work performed at the staging areas until the staging area is restored to its original condition or as otherwise mutually agreed. The lump sum amount will be withheld from the first invoice submitted. The contractor may post a bond in lieu of such retainage. However, the bond(s) must be posted prior to work beginning at the TDSR " If mutually agreed, the Contractor may be requested to work in another District affected by the natural disaster. In that event, the Contractor will be paid for that work in accordance with Exhibit C and additional payment will be made for travel. Travel will be reimbursed in accordance with Section 112.061, Florida Statutes. 21 " The bid items listed in Exhibit C include compensation for all work required in Sections 1.0 and 2.0. FEE RATES FOR EMERGENCY DEBRIS REMOVAL — NATURAL DISASTER — DEBRIS REMOVAL Phase I — collection, hauling to staging site, reduction *Estimated **Unit Description Unit Quantity Price Total Loading and Hauling Debris to a TDS (Price to include MOT) Reduction by Grinding at the TDS Reduction by Incineration at the TDS cubic yard cubic yard cubic yard Stumps 24" - 48" Diameter stump removal Each > 48" Diameter stump removal Each Sweeping Curb and Gutter Hour Vacuum Inlets Hour Removal of Hanging Limbs Hour Loading and Hauling C&D debris cubic yard White Goods and Hazardous Each Household waste disposal Freon recovery Unit Phase II — loading of reduced material, final disposal Loading and Hauling Reductions to a Final Disposition Site cubic yard Disposal/Tipping Fees Actual Cost TOTAL BID * Estimated Quantities used for determining low bidder only. Quantities are not intended to be an estimate of the actual quantities expected for this contract. Payment will be made based on actual units of work performed as approved by the Engineer. ** If a pay item is left blank or N/A is used, the bid may be declared irregular and the Department may reject the proposal. REFER TO EXHIBIT "F" FOR ALL FEE RATES 23 EXHIBIT "D" DETAILED SPECIFICATIONS 1. SCOPE OF CONTRACTED SERVICES Contractor shall provide all expertise, personnel, tools, materials, equipment, transportation, supervision and all other services and facilities of any nature necessary to execute, complete and deliver the timely removal and lawful disposal of all eligible storm -generated debris. The term "eligible," as used herein, means qualifying for emergency funding under the standards promulgated by the Federal Emergency Management Agency (hereinafter referred to as "FEMA"). [The term, "debris", as used herein, includes all forms of disaster -generated debris, such as vegetative, demolition, construction, household goods (hereinafter "white goods"), hazardous and industrial waste materials.] Contracted services will be limited to the clearing of roadways and access routes, (herein after "the emergency push"), debris removal (Right of Way, hangers/leaners/stumps and public property) and demolition of structures and other Right of Entry services when determined as necessary to: a) Eliminate immediate threats to life, public health, and safety; b) Eliminate immediate threats of significant damage to improved public or private property; and c) Ensure the economic recovery of the affected community for the benefit of the community at large. These contracted services shall provide for the cost effective and efficient removal and lawful disposal of debris on all public streets, roads, and other rights -of -way, including any other locally -owned facility or site as may be directed by the Village, and in accordance with Federal requirements. Contract services will only be performed when requested and as designated by the Village, by approved Work Order issued by the Village. Contractor shall load and haul the debris from within the legal boundaries of the Village to a site(s) specified by the Village as set out in Section 4.9 below. The Village reserves the right to assign work to various contractors, at its sole discretion. The Village also reserves the right to approve all subcontractors hired by the contractor and/or to require the contractor to dismiss a subcontractor for cause, upon request. 24 1.1 Emergency Push/Road Clearance: Contractor shall accomplish the cutting, tossing and/or pushing of debris, hanging limbs, or leaning trees of transportation routes as identified by and directed by the Village. The emergency push will normally be completed within the first 70 hours following the activation of the contract, unless notified otherwise by the Village. 1.2 Debris Removal from Public Right -of -Way (ROW): As directed by the Village, Contractor shall load and haul all eligible debris to an approved and certified temporary debris management site (TDMS) or other disposal destination, as specified by the Village. All collection and hauling will be consistent with Federal requirements applicable to the disaster event. The contractor will ensure compliance with instructions from the Village regarding the collection, hauling and disposal of hazardous wastes and/or other categories of debris. 1.3 Debris Clearance/Removal from Public Property: As directed by the Village, Contractor shall clear eligible debris from public property, load and haul all debris to a designated temporary debris management site (TDMS) or other disposal destination designated by the Village. 1.4 Demolition of Structures and Construction Debris Removal: As directed by the Village, Contractor shall demolish unsafe structures and remove debris that has been determined by the Village to be a threat to the health and safety of the public. Contractor will exercise due diligence in demolishing and/or removing debris from private property. The Village will direct actions to secure the right of entry (ROE) onto private property to allow demolition and removal. Contractor will ensure hazardous materials screening and utilities disconnection as appropriate. All applicable local, state and federal regulatory requirements regarding asbestos containing materials shall be adhered to unless waived by applicable regulatory authorities. 1.5 Private Property Waivers: The Village will direct all actions to secure necessary permissions, waivers and ROE Contracts from real property owners and / or homeowner associations (HOA) as required for the lawful removal of debris and/or demolition of structures from real properties. All 25 such actions will be consistent with Federal requirements applicable to the disaster event. 1.6 Debris Separation/Reduction and Temporary Debris: Temporary Disposal Management Site ("TDMS") Management: Contractor shall operate and manage the TDMS to accept and process all event debris. All actions will be implemented by the Contractor only with the prior approval of the Village. Actions by the Contractor will include, but are not limited to, the following: a. Ensure that only debris authorized by the Village's Contract Administrator will be allowed into the TDMS sites. b. Provide to the Village a video record of the pre- and post -use site conditions. c. As directed by the Village, conduct an onsite Phase 1 Environmental Audit. d. Prepare a plan of proposed site layout and review with the Village prior to its implementation. e. Prepare a plan for site security and traffic control for both on the site and adjacent roadways and review with the Village prior to its implementation. f. Provide adequate fire prevention/fighting equipment, including water truck and hoses, on site throughout the operational period of the TDMS. g. Build and/or maintain roads as necessary for TDMS operation h. Provide and/or construct and maintain stabilized roofed inspection towers sufficient for a minimum of three inspectors; Towers will be positioned at any entrance and any exit of the TDMS. i. Comply with any applicable environmental requirements, to include litter control fencing, silt fencing, dust control, hazardous materials containment area, and/or water retention berms. j. Confine hours of operation of the TDMS to those determined by the Village. 26 k. Stage and process all debris in accordance with instructions from the Village. I. Process debris by methods that may include, but not be limited to, reduction by grinding, air curtain incineration when approved, or other alternate methods of reduction, such as compaction. m. Prior to reduction and to the extent practical, but not at the TDMS, segregate debris between vegetative debris, construction and demolition debris, white goods, and hazardous waste. n. Develop and implement, with the approval of the Village, a procedure for management of the receipt of unauthorized and/or ineligible debris at the TDMS. o. Provide the Village with proper and acceptable documentation (including destination, tickets, volume / weight) for final disposal of debris accepted at the TDMS. P. Intentionally Deleted. q. Upon the closure of the TDMS, restore the site to its pre -use condition, meeting all regulatory requirements for the site closure; Survey the site to verify that it has been restored to pre -use elevation and condition. r. As directed by the Village, sod, hydro -seed or sprig the property once all other site closure issues have been addressed. s. As directed by the Village conduct post use soil and water tests. t. Intentionally Deleted. 1.7 Designation and Management of Staging Areas: Contractor shall identify staging areas in collaboration with the Village for the purposes of truck/equipment certification, provision of temporary fueling or vehicle maintenance (as required), and other operational service functions related to debris removal efforts. Contractor shall provide temporary tent, sanitary and other appropriate conveniences necessary for the care and well-being of all Contractor and sub -contractor personnel. The Village will approve of the location, size, layout and services to be provided at 27 any staging area established by the Contractor, who will insure that each area is managed in accord with all applicable regulatory requirements and in a manner to minimize disruption to the surrounding neighborhoods. 1.8 Management of Tree Debris: Tree debris is herein defined as vegetation, stumps, hanging limbs, leaning trees, and similar materials resulting from trees damaged during the event. The Village shall direct Contractor regarding removal, collection, hauling and disposal of eligible tree debris, which will adhere to the most current FEMA Guidance Policy Disaster Specific Guidelines. Stumps within the public rights -of -way deemed by the Village to be public safety hazards will be removed and disposed of by the contractor. The Contractor is responsible for collection, hauling and disposal of all tree debris. 1.9 Disaster Recovery Technical Assistance: Contractor will provide Disaster Recovery Technical Assistance to the Village to assist with guidance and consultation on all aspects of the recovery process. This assistance shall include documentation and management for the public assistance program, planning, training and exercise development, as well as attendance at the Village's Emergency Operations Center (EOC) during activations of the EOC for exercise and actual emergency events as requested by the Contract Administrator. 2. PERFORMANCE OF SERVICES 2.1 Description of Service: Contractor agrees to perform contracted services in a professional and workmanlike manner and in compliance with all applicable laws, ordinances, rules, regulations, and permits. Only the highest quality workmanship will be acceptable. Services, equipment and workmanship not conforming to the intent of Contract or meeting the approval of the Village may be rejected. Replacements and/or rework, as required, will be accomplished on a timely basis at no additional cost to the Village. 2.2 Cost of Services: Contractor shall bear all of its own operating costs and is responsible for all permit and license fees, and maintenance of its own trucks and equipment to keep such property in a condition and 28 manner adequate to accomplish contracted services. Upon receipt and acceptance of full documentation of the performance of services and an accurate invoice as specified by the Village, the Contractor shall be reimbursed on a unit price basis as specified in Attachment A. Unknown and/or unforeseen events or conditions may require an adjustment to the unit costs given in Attachment "A", of this Contract. Any amendments, extensions or changes to the scope of contracted services or unit prices are subject to full negotiations between the Contractor and Contract Administrator and approval by formal Village action. In addition, all costs related to labor, materials, and equipment shall be fair, reasonable, and consistent with costs set forth in the most current version of the FEMA Schedule of Equipment Rates, to be applied at all times for implementation of the Contract. 3. STANDARDS OF PERFORMANCE 3.1 Contractor representative and General Operations Plan: Contractor shall have a knowledgeable and responsible representative report to the Contract Administrator or designee and provide a copy of the Contractor's General Operations Plan within 7 days following the execution of this Contract. The Village will approve the General Operations Plan prior to its implementation within the Village. The Contractor's representative shall have the authority to implement all actions required to begin the performance of contracted services as set out in this Contract and Contractor's General Operations Plan. 3.2 Mobilization: When a notice to proceed in advance of an event has been received by Contractor, he/she will make all necessary arrangements to mobilize a minimum of 50% of the required resources within 48 hours and 100% of the required resources within 96 hours to commence and conduct these contracted services. The Village may take such other actions as necessary to address the failure of the contractor to mobilize resources on the schedule required by the Village. 29 4. GENERAL RESPONSIBILITIES 4.1 Other Contracts: The Village may be required to enter into Contracts with Federal and/or State agencies for disaster relief. Contractor shall be bound by the terms and conditions of such Contracts, regardless of the additional burdens of compliance. Village will provide Contractor with a copy of any applicable Contracts. 4.2 The Village's Obligations: The Village shall furnish all information and documents necessary for the commencement of contracted services, including a written Work Order. 4.3 Contractor's Conduct of Work: Contractor shall be responsible for planning and conducting all operations in a satisfactory and professional manner. All Contractor personnel and subcontractors shall demonstrate and maintain a courteous and responsible demeanor toward all persons. 4.4 Supervision by Contractor: Contractor will supervise and/or direct all contracted services performed by its employees, agents and subcontractors. Contractor is solely responsible for all means, methods, techniques, safety and other procedures. Contractor will employ and maintain a qualified project manager at the work site(s) who shall have full authority to act on behalf of Contractor. All communications given to the project manager by the Contract Administrator or designee shall be as binding as if given to Contractor. Contractor shall provide a communication system for operations and communication between Contractor and its employees, subcontractors and agents. 4.5 Self-sufficiency of Contractor and Subcontractors: The Contractor shall ensure that its work force, including subcontractors, maintain self-sufficiency related to fuel, vehicle repair/maintenance, housing, sanitation food and related accommodations, in a manner that is consistent with local requirements and minimizing adverse affects on the community. 30 4.6 Damages by Contractor: Contractor shall be responsible for conducting all operations, whether contemplated by this Contract or later requested as specialized services, in such a manner as to cause the minimum damage possible to existing public, private and commercial property and/or infrastructure. Contractor shall also be responsible for any damages due to the negligence of its employees and subcontractors. Contractor must report such damage to the Contract Administrator in writing within 24 hours. Should any property be damaged due to negligence on the part of the Contractor, the Village may either bill Contractor for the damages, withhold funds due to Contractor, or the contractor may also repair all damage to the satisfaction of the Village. The determination of whether "negligence" has occurred shall be made by the Village. 4.7 Contractor's Duty Regarding Other Contractor(s): Contractor acknowledges the presence of other contractors involved in disaster response and recovery activities by the federal, state and local government and of any private utility, and shall not interfere with their work. 4.8 Contractor's Ownership of Debris: All debris, once collected by Contractor, shall become the property of Contractor. The Village, in its sole discretion, may exercise ownership of flow control for removal and lawful disposal. The debris may consist of, but not be limited to, vegetation, construction and demolition debris, white goods and collected hazardous materials. 4.9 Contractor's Disposal of Debris: Unless otherwise directed by the Village, Contractor shall be responsible for determining and executing the method and manner for processing and/or lawful disposal of all eligible debris as approved by the Village. The locations of the TDMS and final disposal sites shall be reported to the Village and subject to their approval, utilized by the contractor. Separate unit prices for delivery and disposal of debris to TDMS and final disposal may be allowed by the Village. Upon request from the Contractor, other sites may be utilized as directed and/or approved by the Village. 31 5. GENERAL TERMS AND CONDITIONS 5.1 Multiple, Scheduled Passes: Contractor shall make scheduled passes and/or unscheduled passes of each area impacted by the event, at the direction of the Village. The Village shall direct the interval timing of all passes. Sufficient time shall be permitted between subsequent passes to accommodate reasonable recovery and additional debris placement at the ROW by the citizens and the Village. The Contractor will document the completion of all passes based on the direction from the Village and will provide this documentation to the Village on the frequency requested by the Village. 5.2 Clean as you go Policy: The contractor shall provide a "clean as you go" policy and supervise and enforce such policy during debris management operations. 5.3 Operation of Equipment: Contractor shall operate all trucks, trailers and all other equipment in compliance with any/all applicable federal, state and local rules and regulations. Equipment shall be in good working condition. All loading equipment shall be operated from the road, street, or ROW using buckets and/or boom and grapple devices to collect and load debris. No equipment shall be allowed behind the curb or outside of the public ROW unless otherwise directed by the Village. Should operation of equipment be required outside of the public ROW, the contractor will ensure that a ROE Contract has been obtained prior to property entry. 5.4 Security of Debris during Hauling: Contractor shall be responsible for the security of debris on/in each vehicle or piece of equipment utilized to haul debris. Prior to leaving the loading sites, Contractor shall ensure that each load is secure and trimmed so that to the extent practical no debris extends horizontally beyond the bed of the equipment in any direction. All loose debris shall be reasonably compacted and secured during transport in accordance with FDOT guidelines. As required, Contractor will survey the primary routes used by Contractor for debris hauling as soon as possible after the transport and will recover fallen or blown debris from the roadway(s). 32 5.5 Traffic Control: Contractor shall mitigate impact on local traffic conditions to the greatest extent possible. Contractor is responsible for establishing and maintaining appropriate traffic control in accordance with the most current edition of the US Department of Transportation Manual or Uniform Traffic Control Devises (MUTCD). Contractor shall provide sufficient signage, flagging and barricading to ensure the safety of vehicular and pedestrian traffic at all debris removal, collection, reduction and/or disposal sites. 5.6 Work Days/Hours: Work days and/or work hours shall be as directed by the Village following consultation and notification to Contractor. Working hours on holidays shall be at the discretion of the Village. 5.7 Hazardous and Industrial Wastes: Upon the pre -authorization of the Village, the Contractor shall set aside and reasonably protect all hazardous or industrial material encountered during debris removal operations for collection and disposal. Prior to such actions, the Contractor will prepare a Hazardous and Industrial Materials Cleanup and Disposal Plan, and this plan will be in accordance with all local, state and Federal requirements and will be approved by the Village. In accord with this plan, the Contractor shall use the subcontracting services of a firm specializing in the management and disposal of such materials and waste, if and when directed to do so by the Village. 5.8 Utilizing Local Resources: Contractor shall, to every extent possible, give priority to utilizing labor and other resources originating within Miami -Dade County. 5.9 Work Safety: Contractor shall provide and enforce a safe work environment as prescribed in the Occupational Safety and Health Act of 1970, as amended. Contractor will provide such safety equipment, training and supervision as may be required by the Village and/or other governmental regulations. Contractor shall ensure that its subcontracts contain an equivalent safety provision. 33 5.10 Inspection of Contractor Operations: All debris shall be subject to inspection by the Village and other public authorities to ensure compliance with this Contract, applicable federal, state and local laws, and in accordance with generally accepted standards of emergency management professionals. The Village will, at all times, have access to all work sites and disposal areas. In addition, authorized representatives and agents of the government shall be permitted to inspect all work, materials, invoices, and other relevant records and documentation. 5.11 Corrective Actions Required of Contractor: When instructed by the Village's representative, the Contractor will immediately implement corrective actions to address health and safety issues and/or any other actions inconsistent with any of the terms of this Contract, as determined by the Village in its sole discretion, and notify the Village of its compliance within 24 hours. 5.12 Ineligible Work: The Contractor will not be paid for the removal, transportation, storage, reduction and/or disposal of any material when not previously instructed by the Village that such actions are eligible for state and/or Federal reimbursement. 5.12.1 Eligibility Inspections: Village's monitors shall inspect each load, or shall inspect at some other frequency of the Village's direction, to verify that the contents are in accordance with the accepted definition of eligible debris. 5.12.2 Eligibility Determinations: If any load is determined to contain material that does not conform to the definition of eligible debris, the load will be ordered to be deposited at another approved and certified receiving facility. No payment will be allowed for that load and Contractor will not invoice the Village for such loads. The Village, through its authorized representative, will be the sole judge as to whether the material conforms to the definition of eligible debris. 34 5.13 Other Agencies: The term "government" as used in this Contract refers to those governmental agencies which may have a regulatory or funding interest in this Contract. 6. REPORTS, CERTIFICATIONS AND DOCUMENTATION 6.1 Reports: Contractor shall submit periodic, written reports in a format required by the Village documenting the progress of debris removal and disposal. These reports may include, but are not limited to: 6.1.1 Daily Reports: Daily reports may detail the locations where passes for debris removal were conducted, the quantity of debris (by type) removed and disposed of, the total number of personnel crews engaged in debris management operations, and the number of grinders, chippers and mulching machines in operation. Contractor will also report damages to private property caused by the debris operation or damage claims made by citizens and such other information as may be required to completely describe the daily conduct of Contractor's operations within 24 hours. 6.1.2 Weekly Summaries: A summary of all information contained in the daily reports as described in Section 6.1.1, within two days of the close of the week. At the request of the Village, the data making up the weekly summaries shall also be submitted in electronic format, utilizing Microsoft Excel or Access. The submitted electronic weekly data will include: Collection Contractor, load ticket number, load date, load location, truck yardage, percent full, calculated yardage (or weight if applicable), TDMS location, tower monitor / name, debris materials categorization, and location of collection, e.g., ROW, FHWA, Canal, etc. 35 6.1.3 Report Delivery: The scheduling, point of delivery and receiving personnel for the debris operations report will be directed by the Village, in consultation with Contractor. 6.1.4 Data Reconciliation Reconciliation of data will be accomplished weekly between the Contractor and the Village's representative. All discrepancies will be resolved within 5 days. 6.1.5 Final Project Closeout: Upon final inspection and/or closeout of the project by the Village, Contractor shall prepare and submit a detailed description of all debris management activities in an electronic spreadsheet, to include, but not limited to the total volume, by type of debris hauled, reduced and/or disposed of, final disposal locations and amounts of the debris managed by the contractor, plus the total cost of the project invoiced to the Village. The Contractor shall provide, upon request of the Village and/or no later than project closeout, a release of liens demonstrating that all subcontractors to the Contractor have been fully paid. Contract will provide any other additional information as may be necessary to adequately document the conduct of the debris management operations for the Village and/or government. Final project reconciliation must be approved by the Village. 6.2 Certifications: The Contractor will adhere to the process for certification of personnel and vehicles established by the Miami -Dade County Countywide Disaster Debris Management Plan, to include the following: 6.2.1 Certification of Vehicles and Load Capacity Contractor shall ensure that all equipment is certified in accordance with most current City/County procedures. After a disaster, the Village, or their 36 designated representative, will begin the equipment certification at a pre -designated site, or at staging areas established by the Contractor. All Contractor and subcontractor trucks shall have valid registrations, insurance and meet basic operational criteria: tailgates or equivalent containment devices, tarps (as may be required by the Village), as well as all applicable motor vehicle safety requirements. Drivers shall possess valid licenses. Truck body dimensions shall be measured, and information recorded on certification forms with calculated capacity noted. Each truck will receive two placards, one each of which shall be affixed on opposite sides of the truck body. The placards will be consistent with the standardized placard specified in the Miami -Dade County Countywide Debris Management Plan. The truck driver will be provided up to two (2) copies of the certification sheet for the contractor and sub -contractor's records. 6.2.2 Certification of Personnel The Contractor will certify to the Village that all Contractor and Subcontractor personnel have received required and adequate training in relevant emergency response, disaster recovery, and debris management operations. Upon request of the Village, the Contractor will provide documentation certifying the adequacy of the training, experience and capabilities of all Contractor and subcontractor personnel, to include but not be limited to the following: a. Senior management personnel of the Contractor assigned to implement work authorizations pursuant to this Contract will participate, upon request, in training and briefing sessions held by representatives of Miami -Dade County and/or the Village. b. Project Manager and Senior, supervisory personnel of the Contractor will have received training in debris management, the operational concepts established by the Miami -Dade County Countywide Debris Management Plan, and the implementation of the National Incident Management System. c. Personnel assigned by the Contractor as responsible for data management, invoicing and other documentation duties will be trained in the data management concepts and approaches to be used by the Village and Miami -Dade County, in accord with the provisions of the Miami -Dade County Countywide Debris Management Plan. d. Vehicle and equipment operators will be fully licensed and certified, as required by applicable local, State and Federal statutes and regulations. e. Upon their deployment for field operations, all Contractor and subcontractor personnel will be briefed or trained appropriately in their duties, responsibilities, and the procedures to be utilized throughout the debris management process, including safety procedures, load ticket management procedures, and accident reporting procedures 6.3 Utilization of a Standardized "Load Ticket": The Contractor and all subcontractors will utilize a standardized "load ticket" for documenting each load of debris from its origin to the TDMS and/or final disposal location, as indicated. The "load ticket" utilized will be identical to and/or fully consistent with that defined in the Miami -Dade County Countywide Debris Management Plan and in the format required by FEMA for reimbursement as set forth in the Documentation Requirements for FHWA-ER & FEMA reimbursement (Contract Work) attached as Exhibit "G" to this Contract. 6.4 Additional Supporting Documentation: Contractor shall submit sufficient reports and/or documentation for debris loading, hauling, disposal, and load capacity measurements, and any other services provided by Contractor as may be required by the Village and/or other governmental entity to support requests for debris project reimbursement from external funding sources, including documentation required and as set forth in the Documentation Requirements for FHWA-ER & FEMA 38 reimbursement (Contract Work) attached as Exhibit "G" to this Contract. 6.5 Report Maintenance: Contractor will be subject to audit by federal, state and local agencies pursuant to this Contract. Contractor will maintain all reports, records, debris reporting tickets and Contract correspondence for a period of not less than three (3) years. 7.0 Optional Services: The Village wishes the Contractor to provide the following services in addition to the management of vegetative debris, construction and demolition debris, and white goods debris, in the manner and for the unit cost indicated: 7.1 Debris Removal and Restoration of Canals: The Contractor will remove debris resulting from the event from the drainage and navigation canals and adjacent banks, as directed by the Village. Debris to be removed will be vegetative and/or construction and demolition debris affecting the canals, but excludes removal of damaged and/or abandoned boats. The Contractor will also haul, process and dispose of the collected debris, as well as restore, re -grade, and/or reseed the canal banks and slopes, as directed by the Village. The Contractor will be reimbursed at a fixed rate for this service. 7.2 Motor Vehicles: The Contractor will remove motor vehicles damaged by the disaster event and/or abandoned by the owner due to the circumstances of the event. The Village will identify the area(s) from which motor vehicles are to be removed. Motor vehicles will be processed by or for the Contractor in a manner that complies with all requirements for removal and processing of hazardous materials, e.g., gasoline, oils and other fluids. The Contractor will also ensure the proper final disposal of the removed vehicle. The Contractor will be reimbursed at a fixed rate, inclusive of all towing, processing and disposal costs. 7.3 Boats: Boats severely damaged by the disaster event, and abandoned in or on the canals, marinas, and beaches of the Village will be 39 collected by the Contractor, processed for removal and disposal of hazardous materials in accord with applicable regulations, demolished and transported to a suitable location for final disposal. The Village will determine the vessels to be removed, will establish that they have been legally abandoned by their owners, and will take other necessary steps as required by law before directing the Contractor to remove and dispose of the vessel. The Contractor is otherwise responsible for compliance with all regulations and requirements applicable to the removal and disposal process. The Contractor will be reimbursed at a fixed rate for this service. 7.4 Hazardous Waste and Contaminated Debris Management: The Contractor will identify, separate, collect, transport and dispose of disaster -generated debris determined to be hazardous and/or contaminated, thereby requiring that it be separately managed from other debris. The Contractor will provide trained, experienced and equipped personnel to identify hazardous waste and contaminated debris at its point of origin, as well as to direct the Contractor personnel in the safe and proper handling and disposal of the material. All hazardous waste and contaminated debris will be collected, transported and disposed of by the Contractor as required by local, state and Federal regulations. The Contractor will be reimbursed at a fixed rate for this service. 7.5 Fire Suppression Support: In the event of water system failure in the Village, the Contractor will provide filled water trucks of a minimum capacity of 1500 gallons, and equipped with outlet valves compatible with fire hose connections meeting national standards of the National Fire Protection Association, or as otherwise specified by the Village. The Village will direct the Contractor regarding the location(s) for the truck(s) to be positioned, and the Village will provide a fully qualified and licensed driver. If the initial water supply is used, the Village will be responsible for refilling the truck. The Contractor will be reimbursed at a fixed rate for this service. 7.6 Emergency Potable Water: The Contractor will provide the Village with whole pallets of individually bottled water drinking water. The Village will instruct the Contractor as to the number of pallets needed, the location(s) for delivery, and the schedule for delivery. Multiple deliveries may be necessary. The Contractor will be reimbursed at a fixed rate for this service. 40 7.7 Emergency Delivery of Ice: The Contractor will provide the Village with whole pallets of cubed ice made from potable water in individually packaged sacks of between 5 and 10 pounds. The Village will instruct the Contractor as to the number of pallets needed, the location(s) for delivery, and the schedule for delivery. Multiple deliveries may be necessary. The Contractor will be reimbursed at a fixed rate for this service. 7.8 Temporary Housing, Bathrooms, Showers, Kitchens and Feeding Locations: The Contractor will provide the Village with "comfort stations," e.g., modular units to provide for the comfort and support of disaster victims within or near impacted neighborhoods. The modular units will include mobile homes, campers, tents, portable toilets, hand basins, shower units, a mobile kitchen, chairs and tables for food service, and all necessary personnel, food, equipment and supplies to operate the units for extended periods. Each comfort station must include equipment compliant with the Americans with Disabilities Act. The unit must be capable of serving three meals per day. The Village will provide law enforcement and emergency medical services staff to compliment the work force provided by the Contractor. The Contractor will be reimbursed at a fixed rate for this service. 7.9 Temporary Satellite Communications: The Contractor will provide satellite communications units capable of voice, text messaging, data transfer and Internet access for use by Village personnel in the event of failure of other communications systems. The units will be rented/leased to the Village and will be fully equipped, including AC/DC adapters (including automotive battery chargers), instructions and carrying cases. The units will be fully operational upon delivery to the Village, without further action by the Village . The Contractor will be reimbursed at a fixed rate for this service. 7.10 Emergency Power Generation: The Contractor will provide mobile electric power generation units for facilities and locations located within the Village. The Village will define the size and fuel type of the mobile units, which will be leased to the Village. The Village will require up to [number of separate units] of [specify 120 and/or 240 volt] units, ranging in 41 capacity from [range of KW needed], and the Contractor will deliver the units to the facilities or locations designated by the Village, and ensure connection of the unit to the existing electrical wiring by a licensed electrician. The Contractor will also ensure the unit is fueled, tested, and demonstrated to be operational prior to departure from the location. The Contractor will also provide fuel for the duration of the units use by the Village, and will have readily available technical support and repair or replacement services. The Contractor will be reimbursed a fixed rate for this service. 7.11 Pumping and Water Relocation/Removal for Flood Control: The Contractor will provide all personnel, trucks, pumps, hoses, fuel, and other necessary equipment for removal of standing water from low collection areas where localized flooding threatens public safety or continuing property damage, as directed by the Village. The minimum required capacity of the services to be provided to any such location, upon instruction of the Village, will be as needed or required to meet existing conditions. Water removal may be both by pumping to adjacent storm sewers, if functional, to nearby stream or drainage canals, or into tanker trucks. The Contractor must comply with any applicable environmental requirements concerning discharge of the water once pumped. The Contractor will be reimbursed at a fixed rate for this service. 7.12 Sewer, Culvert and Catch Basin Cleaning: The Contractor will provide all personnel, vehicles, equipment and supplies to clean disaster -related debris, including sand and mud, from storm sewers, culverts, catch basins and draining canals. The Village will designate the storm water systems to be cleaned. This service will be provided on a per structure basis. 7.13 Decontamination of Buildings and Facilities: The Contractor will provide for chemical and/or biological decontamination of buildings, facilities or other structures as directed by the Village. The Contractor is responsible for providing experienced, trained and equipped personnel, for all equipment and supplies, and for final disposal of all contaminated materials removed from the structure. All operations by the Contractor must be in full compliance with all health and safety standards, as well as environmental protection requirements applicable to the decontamination and disposal process. The Contractor will be reimbursed at a fixed rate for this service. 42 7.14 Mold Remediation: The Contractor will provide all personnel, equipment, supplies and services necessary for the planning of mold remediation services, removal and disposal of mold contaminated materials, and other mold remediation measures necessary for affected public buildings belonging to the Village. The Contractor will comply with all Federal guidelines on mold remediation, and ensure compliance with all applicable health, safety and environmental protection standards. The Village will designate which buildings or other structures are to be remediated, will approve the Contractor's mold remediation plan, and will designate the disposal facility to be utilized for mold -contaminated materials removed by the Contractor. The Contractor will be reimbursed at a fixed rate for this service. [THIS SPACE INTENTIONALLY LEFT BLANK] 43 EXHIBIT "E" FHWA FORM 1273 (Attached hereto) 1 .I :,01 _u it : 1 1'. 1 Ii41 1 1.40 l% IS 4.:!"'41 41 -II la',.. ii : 4 1 : s 141 : I 12: '2•1 2.0:. '14. i .11 ..11 s. ''. •.4-44.4448 �a••2 is •,. 8. 44.41.4,84.41 '.1 • •.4.. •' r x s t fsa re4.,a s20. ;et. 0. Is i.8..... z 4 M141nlr:s >4'I t s. 4 4 1.082•-> iat'4d4Lr•.. +dI*4.sa.l4...•at..+1` Y1r.th t*Ira :IW..w.tla = •..wliy, .,4o,1**, or I. dN ,s 11`irss./614•11 .. - 9.r .r +.: a-11Was* 1-114.1444. I •:•,+.. . 4.°x.".,.slII. 1.,1 II 1.11,, Mfr )..s9.,. 29as wc.s .r. . Il.. t,.1+5•�.:► 1..1'. Aitli . .4e.• w"a'e.stsav 1•..41.41. . 2 84 •4`° •:4.4.. ► • -.. r4 51• 9..4 s l +► „W.., ti. ,.sae*1 s Are... #4# sal ■44 •.4. 4 -944..1,: +4.i4,M3`.c4L . 4saa . 1 ti 2. • a ' • 1 l: • $ 6•.4 92.44. •.w u...8.8.1•kil:. AI.4..S;t.•.1•.Irv! ....L'9.. e• Loa: • 1+ a .24.2.2-222.- . 6 .1.4 1T 41 414 4 t"..102.1. "-Le sat aiiaa r. 4" ✓ .,%... •1144114 a.4La1 t..4..4.,:,vf8+ wj.4v.a1,.1:,9.+a. aye `. or; t ft lea ..11.1_9..'J•r3Ik4.!'.4,4828iR 4"404+ tia1 •1. 1+4'44.44a.: ..01! r 4tor?,$t 4.. Owl a :1 sal .11•.`44. 1.14 • •444.., #41#0, ,. raL'2. .. e 1 saga • L 44 1 #1:i 4 to 9.R 1p.$..44:4 • $ 48.4.4.4.4 ..e 1418 keg i..ar •4.ia. l-'l..•1ati. s.#1 1.d a. 14.na.ar Liras s.sa l<w4.4 a or - 2,ria los ra14 ...it l • tial.ta14. 4401 141 1.18• to J 1, t.. •salt . `14 :{•a l., •e' La.! %F.448Aa a-41.44 tin a:..•d4$ Ls ..e8 t..4 .. a .9.ii • f• •414414.1• Rid 14 s.484.l4*7.1 .• .4.I...iLa►t• a.- all ..9aa+4 •• .984_ L►. 4.84 12.44.. a 1 A.A. 8.1jI«1.{ t 1 4.1 4.,8► 1 + '. 4.+..1 • f r t . 1 « s • 941.4 +, w °. a. 111 a1RT 4, 144.8 1.9.,-s r. s,.! 4 s•L..1 .l..m'4448 1:9.) t 1£1'.0.d .4..,9.-I1 `9.e List - 1.1.811 .r Lie • •1dt! d •. 'eke #e", • r La r..1-114 ...a res o J. 4r 4.444 • -..1. 8 1 a•ti-8414.. ..,41 •s. 11 *..444.4 :`• (.14.8.1 1 9...',1+1 a ..• 11' val.', 0.8444...1.81» :+r4.L4291 .. 11.16. 4411. . . t a d :44:a a `. t m e4. 9-'14• • d .:s &84.444 . ♦ . ' 4 Sae M r 994.9 • : a- '.14 11 • f.. P* rj 1..4.44 ..14 4- t r1. '..r •., 14. e....9sl ►a4,a/8 14 "^8 M.1 b•.e1 • • 4&°44.8 tiral..1« ; ...4. 8.1 81..44.•-,.■ 9.1 44. , u ..• 4r 44 r . ! 1 >, L'44 :•4 4sa 4 dm' agar a W w 1 I `i w • • . 4 i a, . :• .a° 1. e at s:4 • cart' ''.r 144 1.. l 1. h . •1 ']b 9. • M .LI 7.'.n r" ... nr .4 r 1 •f$9.11 pal .: 1144 f4. .2. 41 9..1 ` fti .r I1 r •.1 1-. ra:49. •1f La "4...'~49.14 4118 .14.4.4 .4..1.444 19.•41.. ha:gr8.4 is . 49.484 48 19.• . f4i .8.•48 to Aso! 44 S+9. 4.Ut-4.It 441229• 'Al • : •-&2118 • •14141• 14,.1..4 41441 • •; 14* s q . e4444111414, t • • ••I-94.84 s' , sa • • 1 a..4 1 9.I4ir9.l saw • •. 1.1.1 .•01-.1a L. • •Lal4 rls.,••i • a1.Y. r4,a...` .wtia {..a anis 4a,. :, Liar , •4.41ar .. I •- Jals Srl .Tales It, .441 r •,4,•4 •.44.. i .84.11_. 41 .rs.L.4,E..9.,• • AL 1%1.Ly' ail, 4 •a no d.81 ..2 a.°9&919, a.l t. 1 •...e•sae 1.4.1404444.+A8.'•d1'49.. +.tea.!48 f;°I. a•• '7/I 11.4*`: .4 844.4. 14.4.1 it 1.4 a U'8-";4 `. 43.411 5.111111 ..0 f.. 1 r4. •I ••••41.41880-W a d. 1 ts1I/!•."188 3>:al a' r I ft, osiek •4.a 1.�r.41s 1..44 .1 r i• • 1 1 . ts.L .i 14'• x 8 •1"vs r 2'. to a • 4` 3',11 0•111• 84 4 • •_ . .1, ./zrater 7114.1 arra, •• .1;1•-f WI".11 • •, -4" 4..8, 404.11 •4I44.s4.a.d•.1r... •L*La.l.+s •s1..•L4.L 1 •- 4848 4 .9.i .4 a 4.e• 1 ea4+4042nd Iaas '..1#1#7, 4.*a )' 8#•4..41.44 1!e If v4'..-•.,snia .414 11+.sa4...114 9.4:•. LIRA aCrs.,•.1:.4i .. 41r9..•< 48.4. *4{:asses le 4..4 +19. S. i..* 118'1 1,w tL+I *Awl Jn 000**140 • 1 .h . 11 a" -ti . r1. .l 1, L4141 b 501 0941 .,r.ta.,. .9' Va. '4:is18'1 • ( 441••4 IN 144reel 4. i°at ;,..444is* ••s?'4r: 4..1x I 8:1 A*. Rrra•1t.: 4 - 1 S . I*• "Lai a 4#,941"..1110, 'i► 1.4.` a M d •.,.4f. Oriel .aR' 1 894.9.. ear .W la r. 9'14 •.. ►.1-w1. 4,#c Wee, .•se 1°4. 1as .4.. 447 :1 s -yam. 1 1,. .Ara 1, • .- $u L.., . a 1 a t sy . 4 f ..I. 4 8 141 (. t -Nu. 111 .1k .."•41 II s►a l 1'• s. •.* .. 4 ▪ .t s ft s. is 1 4.85 1.4 818 .14Y ..:` $..4i44. • _411 • 8 j"+ l r -g 144. •.S• •i• : ' 9.r .•* ; 1 1. RI *if r_a1'••aida4LI 4#681,4 1 ea . 4. L 8.1 I 1 'Ai r •r , le 4. .& Liao .4144 ML ,14 ..4i1,s I4-"..-. ya r st •., p 4 .1d.1 V. I '-i. 4 ..44.1144. 4144 fa .44 .. s ■ ee. d AA. 149 81.8 + � 1e• .484.14'.4 814, ••#.9.1, a z-- 1. .41,44 1.401#04e 444.48 ,,f.es Ilia SO 4►,. 13.1.8.441..44.1.118.1144 .d:71 ,7.+Y 1A,4� •i Lr'1 4 1.44 ••'•.4•+ • 11.14- 14. MI +....a •9.-1., Ys 9.111 s` 1 1.4 .. 4. 8.19. 4 l #22; 40.22 s4 jftl•.s ..41d.•,1 racer 1.. Aka. 4.. • 1 44 14 ea, a1 I .l.► ...1.4411 A 4•r 4. 1:•9. 841.44. r.+. 4•11.4.411Plea 144 'Ja41 4.4 0•448 9..a '4Hestl' 771 ,4.l 4.4s`al? amud 481 .i ,.+1 2 • L'se 1 •s 4 +e. 4444 r.• .4 .r 14.414 .4.494 44 44 2.414. 1e4 NO.'', {.1411 .1,84, 1a • 1e 44N'1.4 4.17. 9.1.j'.# 4 /Ilk M...14 +s .e. am 8(41 • 84.1 IFw 4ss 1 . I.9.,. 2919 a sr.. d a►.d7.ss.#0, 411«.!3 4_ 144.s.i1 •. id.. 4(.141 a_ •4'814 f.s..4 1• • .• y+swale •. is 4 44. 844.1-.4. f • '4 .1 .L. .• •.1.*4 $I our. E 4 8 ► 1s 4es.rasr11-t114 •4:9. 49.•zJI w4bar+,../. .14 a •, r,2 •• 1=a + 1.4t.a. •411 #2.tarde 4 4 41.1 5.414 1.4 rt.,. 1.. 1 '.1i+. . •2ai•y, •T..r. �. : 1 .. 1 'r9.^4, •1t.. 'itI 1..•. 1.4 •t y, a w .bas• rdr . I'# 4 4.41 •*9 . 4 2.1.4. 1 seTsa :. rti 1; •'4 8.117.8 4••»4 •.13. a. 1.,1E4t ..4.&891,4 1 24:•4/1 +r I... • 4..4: el. 0.4f is 0e...p am": ►J4;.w t sod .- !e 81; .4m4t.l•tr i r. 8. ' 1..n41•Lu+1 . 15..42• . .4,,•*IJ4Lt tl«a•La/r.1.4r F'r L.1 1441.4 ..s 4 a el 4.48. Il 44• eel; ;'11-4I a 8118 Ih 4,4.11411.11 !4.1, at ! •r, , 4.21.1 • Rl all tlkffi'e a a air4. 1 1. 114,`1 4 ► 4, ♦3 8 gal* I I ^ • 4I.,I.ad •r 11.1 •-ee I 44 :es area 1+ 11.&44"._•t ,J:. •.4;.. • sel ...Iff lit44111/,4,.•,•0,414• ". ,•4 ► 1. 1: • • 8444., .84.4.8 9. 31.444 f*.-4L..,a .. f .8441.4..4..442. 1 • an .44. 1.84 'At e1re.4 ay,w. 81 r°M :e .aito, 1,4.8444a.Aa 4.4Lalalw+fes•sai- w 1481.41 .341.41 .ti 4..4'.,147. 1.'$ 148.41• r1gel «•toe r 1 Iced •443.& 'W5 1.844,•'11 .4.ir. •r 841 4.4, 1144.1 .. ae•s 411. Loma • . • e . std 81. 2. +1 •7. 4 11 we 4 ' 1. 48 tar ....am .,1.1 I`•+ 1 °• •141 II G .e .4.r .c.s1448412 r .e tit 4r..r41al 4r.l • •flu a 'a .1• 0rot..4.8 r.>. 89.4 ss.•a .1ti-1441..'- 1 � 3 s F 4' 44 •4' e, 4 v0,8...44, /ArTI.1 H. ,4, • w"1 «. 8 44..1 4 1 •aces are�4I al i..at.•1....IS s.. 14 X10: I1,- . .44.94. 0.1.1.,49.1 .1 It.•. 11./ 8.4. •4 8011 . 9.Y i8.-.•- * 11.8 • 114.44441 . 1r.. • I 1 r• ,444..4.14.•4 4 1. % -11°?: !to ....S. 49. • .. 1 +. 82144444" •41 • as M4M14C a L t.1 9... 41....8 r• 1 e 4,. 1. 44I .4'.4' •.&I 11J• .1'fl.11 4 'J• ...„11.1.14.••• 9..•..r 11.4 4 ;.• 44..44 a.11-•44 44.1.1 TI 411.4 ..I.J.44444 ✓ l r . 4, I r `.n'n 14: • ....# 4.# 44.1 tog 1 us 84.14.4 •4,111c3844 4,446 t# .S.14 '1111#14#141 1.!;'w 4.1141:. as + .:4..I.P..4'1I4tit La 8 84648 d' t R3 .414 .411. 44.10.01. .4.1t1„.4.# • •2 . 1 re 0.01,1 .4 4 44.4 4 .46440 ReC7113R8CAr: 71..aH ]d:'ac::aaa :Of art.?!c;`"4a L. :L: :C1:.=2:'$.3: adt:;reomarss:: fcr a2u Ic;'a:.:hz r.3:2aotr ?.n ic,f•sI :Fear:m:7 _r.:e: yr ' ?.I: .•:cs ?L•::i:at= hr -z.7 z Izrzo cuc:::srcc. ! me .z mmcr.:-, ...oup : t;;o z_ -o! fr}ri:aii:_ isi Fr ;a:::rte: rarca Ycts c:1C=al1-"t. d:z: od ] T. :c:.^: -c •aii: ...:.. ere:ivad'': a • z;.sd ha:Estrum; ss:r:amac: coadu::. i::r.sr. and croc: racr..i:lsaw firo:.:_ FuI E .r; :r_:--lto oak:do•: ie :ofarrai to-src:: L•a0t :} _•-otd :::£:c aoinorir• ]FpiC2� Tc moat '::cCsr:-.Ar:.':ti :oacnic: :•i2:. iC.a .:i : :f :::::: ri .cr:^ Fn; :5•::a.. Ltd a:lsoli.: za::b ..:b.1:ccE;c. ?i-cca::m-;::esaas nuncnr F.up s??lic:c::tar• }::;far_oi tc co:rector f:c sesplo--ufo.::c_:sicc nor. I= :L: ;--out L::ta.-_S::x s:. ta:;]lr:_; 1".1"33 -west ;cc- .::.L7 fx ax::.::r. a bt:tna iz.i: roforsalt. is :: ;WIG as :7 char.: ::;: 7_c• ..:}L; zf .•.r sao4: r -. is :h; ac:;.: :]t to . :: pacri:::; :cnczctc:. .:C. li.`.L:a ..:'= EE: :7s: i~3: _s: Talc :lk :::ha:o : .::i : catzi c -ems s.:a. : aat. hz-c.::.: ; c::f C-:::1,:�..•--T._a E:sli: nstmc:ito; :::ricLAn. or ohi:Earo: iii c}L:nc or:a is . a :!._:a :::.h iri-T omac:!a.n 1",512:.. Exo:txtr-o ::do: 112-E. ]. Itsosisis : Tea :os_s::o; 11-11 au:•rms.::'_: Fria/LC,: ample a:.:} -teat Font; aFFI:cz=:> f+:: s .r r .: itif3 ilt3L snc Fro:ad..r03 :Y::L r4. -]rd x r:f:rnng 1%11':e 1;11..:;1's1t; Fer:cruel Amor. :='s7:: :Ycrki`Y coLdiccc: ]rd ac:°ola••ra _ea,offf; 2J h; a:nth: r:r sri :f a•. 4. •" Fa lrciud2.: :1r2ns. F?:zc_L: Fronk:-- . css far 3;r•,5acts '!••Y:. !: ::ru:i:.w•!cr_ aksc ;-/::bout ::7/rd :o rz:o :c:w L!:}L!: }.•:r.- 2a-: C'r_ _L: fC:.YYYera Fr}tot.-' costs:-?::witc 1=.Fa:aoa; Cf em.iict ..:;1" :o «:~.sa :b trasnII ::-..tact: anspic•"a3 aril:_:: cc not s c]ro insc: raiurt}:•• =OM= of Fr o; o:• tiro ?::.aa:. Tra :cr.3] :for-alL F:ncc::211•: o• l:.sta :ho :?:+o2 .:f 7.273: =Ma Me= ;ltL :Ia::1:1C!LSL :a andac:; cf Ts* :aicz:tc: ;Y;1 pon,:dul:-.1: err::a s::o::::. Fac.cr::.ol ]:ion: .r. d4` :L tC »ara��;.s::Y :afar :tier; is 4•. Id;L:e of di.omrainston. 1".ac. a:tdos:o :. fame- :ba ::at]::or x11": Frorr £-• rako ]:eons Iftaa r:::a'x lad:cz::. t:::h4 iii:rz:lazaon rfs•: s: -.or.; ro• taw:,d.:,2:_ :orPon--6 1:a:n shz.! =ludo ]I: aff :•ac _ T. :oatictcr .. FrotgF ' 1^. *mph: all :cam=:z:=...f sl: god ±.crmiarcn=..:d:.:. ta,o in :x=+sctic :4:.t. C`?.If2:1311; 11a3Z :C=.:: :Y:1 7,110=2: tC :0:=:.`..; std WIE ako :Ferro :: -3 c:ca:t- 3 t.0= :::•sin ! rol st :z al: fuf a If ::: .$."::tea:a}:. li.C_:l::. dm: tits i'tcmaiazaca els.- rho o F:st: sL:.:c:cr.:arson- a :ca.x sl::...::.ca L•:cs od a4: _tar:or::. +Fc: cDa:F:tiacc. of :s:1f ...':i'.a!,}L too : _:.-]::o: 1/-.11 xf :u o• :c_ .?lr.s!r� 1";'J! c: bl. s' .Ycai of:FFa'-- f. Tr3sotmg toad FramGnau. ] Ts: :cm -..s.::= :tilt .L:ra]i_7 s,iI:: c: auaor.r w.., sr.1 :Ycr.aa :r:.F:c-xo: Ind ]FFlf�z=:s for oaTIc; ::oat .Y 's :h; ec: :z:._:: c6cCi ?cr:a :agiuriimwat. 31 :•:1 zit..:.: :..'.:wir :ado.'r1 and ',fi:::;_:..! 1)L.. :tri'i cotton:or iiz11 =.]ia f.1I _,,: _. =;an1-s ::cf.r: = 1 a ?]r.-7 prom=o. :ho 7:C4:: ::1 'L:42 }f :c=s:•• 7:r:x .]a:a Thaalfal.:olio 2 Fxc:r c: ]pprrT:o: x r .s:o: to :a: o::':Fz:ics ;MK. }: _ :L:.:L" :1 •'42.' c: 2:'r::0C.:1C: al? a: ::11111=17 1 a-•:= .. Record: sad Iteeorr:: T_s c}L-:rs::cr :Ll:' hoop .acs comFL•an:; n. h :so MC ::c•.:--om4r:. '•a=h :3x:3; .sal }:.otrisa'_ f:: ] ears}d of dire: comploa; a for :r'..:."Zsi 1. ?ref:sod 4u 4::. := :: t::; ;ahem-sp./eh sue c;ada::1; :: it:lz_ �.•+c•.::laz TL::c_ sno::Y:.1 since aau?lc;raas /ad ]FFL•:._.1 for ass:r••a ac: of! t2:=1:43 �ax x•: l:abIo t:. Fr,5 ts aLi acm-snco r ser-or.:: for aw]:_ . d. TL: :cc. z::]C .iL p - ": :a':lot! Fr:mono. ?cc:u_:. of ufl: cri 11=1F.,57041" zLd ;:.c:ur:ga :::7ihla :r:.:r :a: tc s??!; fx if ch trl:_.s7 :_•f ;cc.�cc}: - 1. -rice.' a tie c4sfr:c of r4;io1 ..'ho!. x SH :].-.: :c =cc.; 2: ] .C':.:4 ef; :7A141L. t,0 hoe "tits; offal; . ,:hrsiti :ha cooescs:icr of 1"•.1"0;1" Mace: tc trcros1; cpecstuni ::. fcr =mar- - taro.?; sad W: H /v.:tut t:.a :.::=r_: era:.:afo::z_. rLMTLC:1 " Ind ::tale :r .77:a... Anon- h• 'tea : }L'J]C:Cr x :burs:: 2 coati:tor . ]:.cc'zaoa maul::L: Fro:odor;..at for.:. in: •:4i: :Ear. is _ *cm wit taii ».: ?'.+: . 111t C2:Lia4 ?7C 2:2 ::: ]2r:,ad a:ar: mi: crir•• Esc -se a:4 r.r. sad :Y c=.3a fcr sisc ka.•:,:-_,5 =11:e :._ -.-. in=al.:s7 tao 4rY»S a:.:.713•:a;L 1111 ::s:.riL LC :L! - t a' mr .:.sL•.t•- for :=:s:: Fi :L f h .L; :L"He'.tc: 'x ':.: East o'=c:r: iH:o:ecr:'Li ss. EE: 'arc a!CL .:Li}L :3S431L•aL: IC t a :►C `:.]t i«CL aL131. :1I h. h Ou -c :052: 7.??.1: a::. ;t::b.?ut sir: ]: i IC :L::L :.' :a :,5.3: c. rol: or ::� sarse 'mgt.= c: dl.soilf:R• . TL: cone:c:Cr :C ohmic uifon-st.}L ]: to rafts -a:: fa •1c: t ic ax:aFt -.s:• to to extra: -.11:1 i: :L;;x:.'»;r.a'r otatsicc of :ho lz:1:; unict: ]ad sin:. Izmir =cc :oft -.41 :a . _.SnL :.:_h carton:.: -..x. :' :h4 :cat:crcr :ba :ccra::}r 1"1"3;: ;bz:l :a: fom-m- s offal. o heatresi: •- ==ate .»._._fcr.uzaos. I. _tea 0"11:: tie =CC. i: ..L:E:a :o Frrid: du; : o ::n:tar :sly z 1"1"]:0-3"o1; flow of :_:.•x:::• sad Mme..:C r:f:cr::: affsla :h4 ama limit Nit fort to 's::t .:ce i .?]rp=4 sEreo: Niat.:h4 : osttn::o: t=2733:1 :_:.ap:c�.3a1 :o::w amf if x-1" iL nth ont91::ic :. without r:?'..rs. :} :s:4 :c . r: 7133 1":t ::1:1[:11 'mina. :Ea o: di.soiL^.. rrsiins f.1I offer.: :c chair c:.sl:aad !rc c::ait:iaoi: a=cri7 arx3io par; or.; ]ad w:mr .. hti DC: '_]L L;::. _at r .:..11 to ao aw`:.:o .]t •:-'rr tt,:b -Macs tie :7L=1: ]Q L!: , :ol:a:a•'; bz g attsf2 'Foote= ::c::r::Lz for raf::rs: fl:::C to :afar asstrir:- amp::/-:;; am: V. 1Q: tip mica mina:.` Friatc: xot•:r:::h4 froa: _3:a:1:.! :L: :ti.iQ«aOaL .'r:--sf:.zi.: Ctrfor ill -f. . sm:c3d. ]ad :L:.a . ::!' xc-:sirns..:.:_ :c=z:x:.':siw t::o Selec:ioa6 a: 57.bcaumacrr.. ?rocuremea::f ltaten.al: and Ler:iag of Egsipmear: T..o :kutzctcr :.s: rc• di.cet,•"».•a cr :ha Eurm...L: :ol:r, :;1 cr iax L!'.}L!: Cruz - L sat cr :z:•:It^' _ tea soloctc» zc::atos:tc_ of .» tots,.::c:.....::. tsE F:o: _om:sr of arz:::/s1L aLd 14]:31" .f:luie:matt .. -s: _aatzcrc::1 .11 .aa !" Faras:lsl .'whcoutr:c:.r: iuFFLar; of'.: ha: Er:ti •:rc,ar�. Lis 1"x31:. Th:2_ •]r:.sEa-. huL:caLL :.saror.;;.:EBE'..; cof=oc al 4 ::FF. 23..:::1I ass'-: o, u2. oa?or.:Lir: is C31140:i for 7Z:.?arkrir i::hcoL- t:ct; tens;:_ ,; :r'..fra:tar as:::. lr:a F'r•:uz=::} :tr.:crc .. -h4 •iw;.il Ea;. offal. :o .c:.._. Eft: Et= c.:o nit:= s::x: or .:.o:crm ::xc. 1"71"1 n:4ls:_7f'f. minor r• Erase =d 54=14:;pr::gar:Ice sn:.:r3 oatrnrc::.:::I: :otr.mumou:u:n1" Er. ;1sA art }LL:: .rv: .:?1 '6'31. 1114 ; ha: 47:ECi. IC .•:EC)L tr:c;or :cr.:7.4 C zt:::::hosEEC: i1": tit; ::rT :: •A S led :.:lit }: ]' 3' 112:.: !' razx'Ela : !: C :-.l Ca: ssma.-..zoi :afr..onrs:r o: }f :L: a T :C a;£.:toF' t} r=o d::: :.; fC«C{`i �i T.: r.usa:: of tr:zcc3^ Ld Fo•:F m;:maor: rad. :'W otr:L :::F..' ac t` a±cb ::d Si«::Yfi: rn;: :. .o T. paps.. ;:ffm. a:.i as±:o _ xcFonr: = 7r.:h WINC. 2.' :.s:±t::. :a :.cr:»;: :.r .a••I1I; .: cFFc:tutu»:. f:: �:.P.ammo:... ;S{: ia. 3: T... ?rcro:: aad cfE::: tom! :13:,14 .a:»t:r4 Lu:k.z. 7.11.:C=F :al:`z; g and uFrrads_z ▪ -cr •: ±= . _'ice.±:a 0:a.3l:;°ao. aad 4: T.:: F:ate:: aa,1 a£fcr.. tom! r.:,1: . of ..85 ,.:3:C:_...v.: az :ttt::C_3::,:: h'31:: :s7vaal:.ifiii 3_=c_a1'JS_ ona 1.: • Tao :c.::.:c: 311: 3u 3=41 :;pr.:c :zc:: :.1:, fez :t: ,1ura»ar, c::t: ?ro.oc:..tdi:it=: ::,o - -; r :f =Lam:: . :d ansom a0I 11:11-=.1001-.2,7 RC..? G - '•;0: ::Ajar` ;L2.'.;; a±ch .h us c1z u£:3:.C= ;;c..ad t•- :h: . sa:. 7:214. 'Li; _Lf ::stomc_ I: .w a: zocor.:c ou Form - :? 'hash.: ra{=:c. :, ..uod tc c v llo:: ± : Y.:cc- mans=s III tiON'S!GREGATEDFaCILTT� A:.:7, -.1:1t1.0 x ... P:dxal-a:::cC.=:c:ac::tact:t.:WI :a 2-1:0.1%3 :f `.:C CC{ c: a:tr. :ft ; t ; l:_ .... xa.:c..:sce of :LY: rooccmt:: a: :h::c::.=• Est w: t`:. [Cz:::2.'1 2a.::.".Ant :: _ roca3.: c: di;{. a: 3FFr:. s.3to +a t:::ar Fad::z1.3Id, :cc;,a::1cm couct:rc:.:ut::_sa::a: =.114E.2: c: a .w. z: !cc: oFr :xmf.:::bz: =a f:= da:. 0ot 212:=9::: or Fra-.-1do fa: St. ;c¢::iatad fa::is»:. I:tor.3.of .. a;:z:.3:hrs:aL::. ar.d = : mar_lo It. emplo ':a. tc 7:rfar• tai: :a:1:0, 2. 3n• :2:111:C= undo: .C10.114 4r:.-TtI:W- f»:..Yt4:.:o =L:2:r.:d .::4 L.:a :or I: t:oa:t cf stY::arnti:ar.= . r.•_::»ar .: sh: EEC. o I.:ar::f :cem.. _ r::^ d:_ad a::4:. tc :A:c _..:; f::�imoi cm 3L4 to..: Cf :::a c: ds:ua311- ▪ .k. u:od c::c5c±aon -x: taw :ogr:¢.oki foct:ato: wad.: *:a. ra:caars:: of= Y,,r=- .:z: »m:•:lccs.; :a:io::aarr:. zed oti:,a:.7xz Y:a:. F,_.w_ 1{-. d:.:.::t: :Y..t"..L: ::cr:::ic:: Data- usz: sausForzaoa. ±sc hou:=:..:i«:34:::c• ::,a,i f:. :tr.F:: 7:: s Fa0.2241 _ 30FriFatoll cm s.: 'a±... cf :z•:: ::.ar r:LzaL :tc1:1 vac= zia -- zame:_x. to:::.:: :f 6z:.:. 1C:a1 c-::or.L. cr a:oyr:wo Tao oral:, :x::F:.:c 7.12. ka fc: ,13.:31: ▪ mho= -2:4 :ow:.I:d: fc: T. : m.s3::a.` 311:3: t:.:.: r a-3: ct:aa: od :r tr.11 :d:s4:a1 harmf.:ar. Ex= Fra?a::» hut: arr3::or. Cr cf .':.:Carar!c:. c: cut Trau.3:acr.cf ::arm:!: ;..7 1: »100• =ow▪ .: C: -. _ :r ==; s.d :•:CL It- ?Ai :F.:NT OF PRIDE:ER-NMI.711 rafti:'11:i+�E ..77..1:at14 :a all ?4drezl•a1d .__._:cr_ce carne:: :scoo,1i_: -- • :-: aad to oil r::arod ...a:x:=::. ;mow?: fc: x: ;c . 1ccz::d. t= :c 3cr; :1s;Iliad ......o..:±:. x ram! _:.a::c_1«:rcr..:s_:b 3r; 1. r a A . ;Cia.=•. ±=1aa) .r atrF:,o•ro3 11:144: ::11.7 gal:714 t_o wars nzII a; 7.1:c1 and a 1“:4 sell o: rt»::al :my :vaunt d:#- »a:: a: !r; Fx-._:.rte t lz:acr I. rad by- rho '4:cr:rar• of :tact: Sr0 iii: *moo : {Folz=: C:.+: :. C. aa1 mat± 51: Ana::4n:»:. c: :3:b c�:.••?:oat.:td:t:cf: u. r tn:a }f ;a±• :.:goat. Too 13z' :s.±.«' k. safe t:rGS not lice; :t:: rzc.e Caatt1I1 �A 111./40• •ut- dovirr :to o: fa: •.o:rol r of _: XC :1:roxLsf:iicr :vs!: do arraum•tcm i aLea atL:mod aGrom mz:.o a Far ::ariio: roaz..`t`a:. of as::•' :ccsa::..+::o.:»an:htF xtY:t :r3:• t: 31:Ag3s:.-.: toms= :t: car:nc:i'r x Ir: ::.a:{>:I=z:S."CS and :d: :star::: trocatoir: T:.o rz c::tarmiurion ssclu3a=s a_•. 1L.d W220 :a: ca--:LL.,fTTx-.0o1 ••-.:fir F:nIu2F=a = P.'!:£:Isa.C,'LFc:::: thl_.3::. cF{zt>:F:•:'+?:�.•1-:' t: •` .:i: 3t all rano: 'as :h: cca:r2.:Oc::.=:. i:i :•:.Done!':tcr:.::h::no }f tba .. ars sL: ! ?sc1:c:::. a:c:::itlo Fla:: riaa:a .. co= .a:_ t: :b: ,:e:kiu. Fa: Fur?):: r fat; ;her;:. ccatstuc•::.:.r±da ar 2m.. :Itod far 'ova:. 5,1: imps a:moE:: '.: da "Joct c of :ho C 3 ...: ac am .=►:. 4: t :.: 2-6X: ct'aab:.f of l:'axor; ar rueatca:. ::a.::c r; ::op. Foil :c ...:b :.aura:: Gr morn _.:. :itk,o: :a Fra-mc.^.. ;acs c =V :3:!g::..:.. _ ::o.•oof ?.I.. far 1_a :r :hi. ::: +:ii.:oguIt:. =? :Ic.: n f; or cast. • :1x:: mom sw.1:F4c:e':: tu• ..c:.::. af-i0 Fi»t: °:me.: :r promami Moot co• ii: r a •x•:3:1;• ponce. no d:otc.i t{ _•4 c az:•r.:- _- ::• su±r: c: :v:_ _:ch _atc::r , micb.' .:, ih2-1.24::1:4 tb: zpprcFna:o x±ga _.=:u t=o5t. :o von Mro-mu s:acc for :t: ocr:.11:. ?stk.:mod .o.sfo-c'.- rags:£ :o .d:l. :x::FI a. -:c•.:mid = F»-: ..?b: - ._. ` :f _.: c.mon t. _±kc:sr`. C: ::{tz_: 3;: z; parr 10 :,c7::b:.s ca: _.:.. .Ec»aca car. to :cr4owz::= s: :b; :or; .....£:.:sc:: fa: x cano , ..,L :e•::aad t:A:ai: Fro•-ilod :hi' :b: ;•rio-} ro:a:r. s:c.:atal: ::: fcnb :b: cam: :ram :a :a:_ .:311 :..lire:. and maar=:o:zaaa: - of :b: vc• I. -9a: c Ac: r:12101 a::::: ±:.a3s: _u C: F: and w•: :Lar:::.=:oraara:sj._, ro::::.C:o :hl. Ca0e±Ct. C Ia:;i.icxtso0 c atanc:r.:s c:F.:a: : 3C :ar:10 tam: dos; ,f loaxo : or woe:am:: am;:r1cy;:.:Irdor �_a coact.:t. _._.a rx: l:.- d eza x:za do:::u_,rr._ shz:l to ::±.::f;:d :..: .fcrrrir:a :ti-irr •:t: i1.3g: io::: trsm:ace t. ::a=_ nus oa:a .::.air z,??.c: o an addstai.±: r.olo r. -s zrd f seco 'a:aof.:: ord.. :.hi>` .t.;; fat:c's_i : a:a . me: . .. of :o a: co.-crrao ': zddYr_c; al c1z::1=i• :arcs :q..;;I:t .. u:t rf:atuod t:• . ......£:slice :b: -tc, go do ctsmmmc_ 3,111»aL±. 1. =Luc fa ea =o! :• :b: .. :ri FIC:20:ie W:ra -.:; luludt=g tc= £co Ong: tocA51., to=.. room!!:; :;:raor: LSF IC aF rap f!:01 C a:.:2:L::.- :t :�:•so d:-crrasr:.:Ice ,u :o:Fmct rc =41F.C.. t::. ...:b c1:.:35:31.== Fro- 7.11:: ra.aInn .L:1:'- purse : 2f L: ::c :s:a:. r. k:_.:_ ::a:. .: z-rcornz::. :b: inaa:or. ±sc =;cts=•.i it:: keno:. :a k a ::F:cet•ad t: 33ds »a:.:: .:±..£es:aeeez :aka r:F:o::e:at.:11. sad :h carmen: z ef5:ar or-oi tb: cls:sLiC!»at zei MFG rata C:WSs::t: »mount da.sanz::: far _▪ .=i{ t:s::ir.:z:raro zxaxF:ss:: . raFor. of 1: active -ak:r :w-1 t: :0= t• _4 :at:ncues : :cr :o �: 1LL .- ias.sa:or of :b: • Hour :I .:1an E .a• trsc::,trtd:crli Ammniimz:1c .:a: ashizr . 7. ago :old imt:x c: as .:�CC.Zi3ti. r:Fr:.iutsn• a 1.11 17 c• a mall: CC di.sFFrC',v 0-0E7: ..!...E:.:see truce n::iue : J d " :f :a:slr :c :d .;; :b: :a_ss:an: c:E:a :c.11 m;._f'• :b; .»t.- ofE:a a -Min 3C -4r. f aacd �3t ~thither -al T_a :h2-! :Fcr a. VA= ±cnC .- :rot r:cmi:t of ±r tut: carat 1'.F:::onra:t a of tea :: w :hholt. or :z a tc t:::1- a1L f:otr t`a :czz:rc or r. :c=a:-.: :r4.ar _, :=a: :c ..:.' ooh:: : aCArK cortnc: ;rah :L: 12= Fnn:o :out:-:tm cc z czar :CC.']i:• :o L».-i -Baa:cm :..11x2 :ilia mc•.:zor3:4L:. oloch 1: ha.d r .; ima Frr:.4 :c;.1'4:x6 z:.__::. cf :s:..:cr:ad 'male.:: c: !•_ -on:a: i.: n:a'• ?: con:a3cad L::i::!.- to Fa: 1z:zoc . Ind an:...dmg oFF::=a:a: comma: Lod :41Fc. t• L: :oncozic: C: or 9::ter':^tC :hi :..ii ! ::C':, c::i F:.:; uri':. t•• ::nett In -_a tent :f c1' .t.»a 7.,r; := -!: _:a: c::�a:_aruc acclaim; Ia aFFroc-_ce comas r.:41Fc as::F:c^•ad c.:acrlins a-e:h::r:. cf _a act. ,. r. Fr.7 c: :ha wogs. r;c•._aa _ :c1' :. : SHE! :oatict 1'g ofdi:ar 1i•' a :: x:.'!aL- .^_a:: tC :: :..::CC :Ika ::.:h a:aon I..arrr. to mamaaar. t: :$_:: t s .»~v:ni:tC: of :L- font:: r•mas:. ot• .r :a c: _ »•2=::a :f E:.. .:.1 ...._ scla:scr. h2•; MI dad Ove cite Ricuirnnev:• Nc : osn::or c: kr or: Fay of :L: :ont.:t se=:: zC_._ ram rog11L-a or:.' c.•1'; L: a .r•'*.n:=: c: :.»can :. 7$2.1:1=4,1:. .. 1'::r:+ a::: i...Li 2.7:Car.:1::. 41Fa:, d:.cr.rc s po:zFaps; - !_.. - ato• : tiall :ac _-a :r p:ri r a1' :otcrom =:ca!:.::.:9 a::'•m.� ?:: _� d = or:- n octroak := .. eraiolo••-ad oa .:h nca :sock .L ax:4;: cf 4: Lrw: 11' ._._ c:kar:4,r. unto::.xh :Itar::. r s:_I1';:. 712.X.=.111. CCr.ir: :a. a. :o: •Fas:oaon It ! :1t4 :c' 14:; L!= onrzsd•c:.4 Oo._ :a ro: bac ?!... :::a of F a• fc: z.! hour. w r.kod m acizet: of 4: .t = ...._ : orarvos ::coat fx 7: Fud .r;,sa:.:aglac.zrad t Imago. a --oz: c: an- .olzac1' of t_a cla-m:a: fc: b :r. FanzrnF1: - Ito• a .; :cr-::':c chz.l to .fez:::..:Li affe:•od :1rF::-•aa far _S ham unpaid a•asa: :n oCLacn. ;u:_ c,Lr!C:or rod. to L•atla :ha _'nred :z::. ... ,a ..:: 2f ::ca ..caa:::ntu:t for to L.;:1'i of C aI:._... c:.:0:::tc:- tc ::x° c: :o :ar.::a.'• , fcc kc.drad d! :aaa: =on=to .bz:.! 'x :coop• ^od arr. :::p.c: :o on -la ade:tool :!tc:::. ▪ cL :. aattLoo2= or au:rd 4n:F:. r' i . -•lolancr :f :ha .a: fcrh m ForopFb - .L :.; .7=. CC. .. fc: ;z:: :. :::.F:r•aa :. z:::::_.rod c:: orraars3 :::tor,. _ as:::: c: •t: :::r., cook cf-)'s:c•=1 s:::at ps•:cant :f too c• Fs.; :o:j.arGdt: Coo ...•:.w:a:faa��4:12:2 S'. irbba:dis, f:r : itpAid Wart And Lr,ausdatec DsmAze:: Tat .I{4. :::oil sFcr:. co. -Locum. c: upon r:1'a:.::gui.: of aasr=c:sr:c r;F::4aa:r 4 }f I.:a a-ahbcld. or :2•:.:i ,c £sn: z=•: matuo, Fr-otla on z:co.:.: of ask Falfcrti . :.:xoncoctc: :rife: s: :w :ona.ct x u1' c aor Fad;al concoct ▪ :ha .Itt:4 _. c'_.a: fadasz.1•.•a:.::a: concoct ac ::a :cx2:r t;'?:.a :Cur: le t,f; • A:, :duct al Talc':• :a::, =•a Fnraa :c1'tiz::::. xh ;=: • :a..ar• 1'c .zaif" aL•:::.at«.rt*::f :.. :comar:: Y ~..o:c .:z::o: f:: .▪ wait =Fa; and ltgtucaral t aaa2m o: F:r•13a:. = 1':a c1z..;::o: fcorb prog a1'.:.otc• a '►` STA:lMk1Z:\:TSin PAYROLLS .l z.l Fodcal-no con:ma:con ::cra:.. orca4dir.; _ _ : and 1'c oil r.:atoll .:a:=r..:: :xc:-: fc: a:: ;c:. lccomd c: :coda,: ; ..t::af :C a: loco: :d::c ".:!.:c:or:or: l'.:: L7a +"tit • 1. C a InF3iance iuu:i C ;.pelxnd Re full Coat 1:a C YR 3 a: To; : Aran::a1' PL!::ems: a ii t_a ,:cco12=t. F.:era.l- at: of :L.; :.a:r:oar.• of:zox :z :h =a Lamm an::_Fcznad.t--r:fa:o2.:0. :. Final:: to:: tad Fay: oU Record: I Pa•:c:.. ord. t: ;1: :e:c: d. r::at.: =or::oloodY• :ba :•::zs::o: rod :z:_ out:=:::t .r t . cr..a :f :car, and p:a,a: o fc: ± Fa^.t: cf . •••:a:. from :_; ca:a cf of :t: concoct for ):: :i1:crc. 1'r four:a. zpp24s:tt:: w±xhlrot L pia: id 27XL: ;zc:ks_s a: to ;ma of s: wri a; 1'r 11 :acard; . :11 cont.= too ux nsui:tc !: ,idr;.. of.s:_ or bur :ar:a:..:!.;.faa- tcm hourly ro:i. of 'Alfas .tit .L:::.�Li :no: of :ct_:::moat :=a:.?rad for tcra iii fr..cfs c1' c!.a oca:.:Coat :hoco,f :h: rrr. ca::: to3 :. S;::lcl:: > ;,: EB: c:.a ]r'I:1. Bz:cL• ..:t:.:ai' mu. I. -tag; C: c4du:x011.1 t2r.:. add a:n12.. to ago; F2.d L .,C ncr. k: AFFalzchiaa concoct. :ho Fz••a+c:: raCCii1 ::=:a_~ : uot.tcr indiczan4 n:.4:bc :ha -alo<oa in. or dot: 1'.c nor :•l:.:• :a:ada =a 1zxC .:al ±: c.E.L:t 11'.4ua:_;,ar.::i ;Farogray_ 1. .ha=t. a: Ja So::a:r of :aaor. F=;u2=::o So:c = IV pamo.:z`ti 5t. fy.Ld r. .a alas: of ::•• :at014::c n:a:hamc ::::a :h: c: or: :c.. r:z:enz: anacaFa:a=11' a:cr :dmL ':,;aa£:, Fiz L c: Fn:nu ::.c1'.s:c sn 1 'D , 2 -m of :ha 7! Bo: 1: A:: t::4 cot:1'.c:or add ono. :_xenc:ctc:::aE aezantaan :a:e:3: aL.::.:tope• Cu.: _o c?SY nr:tuo=:a Fro- tCa i11:L oactsfam .; cc c: atio:a.:or :ha ?1±r or F:oars= s.:sr. L:a' :4:psL:stla.:hi::t; F:±n s: Frognn: a:: • :t: a1' •.1: aL_a x :L: daxea:. ar 111i£hz=:. 2:Bac:ad. 2 ::: th: :c. ,:m::FMMcd :r '_a z::•:.±1 c ;t :z umad sa Frr•adl.:jt koL:a:: or :..o:C :a:^x. onsioloytog z aL:tc:. c1' once:: :'2:641' Froar'-:.. ;roll nalutiin refl.:a:lc: of a. Ind comic ._... :IC. and :c!sa MX./Fr;.c1'.. ...:b: : loch ::x and out:cx_=a::o: • .,E furri:h. out .tool on: :onczct axk . Fe.fc ni.: is :L: a :.a:sr z Fz-:o1: of :.z.a• Fad tact of :i a .r.:oi :in::.1 t vapral:nc;: corloo: z:,:::a:Fer: d:::that. an Sa:act :',' ?::zcapa; ozd m.r.chnan ore Fors:: anazzoa an ors &crag c:c Framer:4. +ak:- Fz•::1: Fac::a. -ha Fz'.:ol: iut=7:44.:-:.11 ::c cut Ic:.:z:i MX. IL of ::.rfc zaon :o to us!:=:z.L.c •::..tor pxa.:::Fh .t of in '.. c:lcr �. : a:fx-.:..:tc: moo: to ..Dna^:2 _. foam da._od :Form 'i .= .. r *1a fcr :ht. F'2.•Fo:a co • 4 F•:.:_aiai :ec of _ e :.:r-.: ,!;car:: ace: nun:tu :'ffca ± odaur.2':C: D.:: 7s: pr.= :=1::r. a. ra.FC:::114 'EX :b: outt ualon o: :{Fm; o:prToll. _• .,L:. ,couro,:tcro. J. loch Fz•:ci: ...:mlrac. .1:411 to ±c:: -,: •ad t: z y:ra=o:nt :f +:;ccaz=:o :aanc:_ t:• :ha coraoc:or x c= .1::x :r ba. _ar :qua -Alas Fay; c: cursor:::. ::.: or -t fez.: c: loo Fk.c:. ::i.r.ae •:rear a.:concoct iLd ;L! .::1'a^• :ba fc'..,rr. :t1'. : _aa:.Toil fax :ba Fr -x:: :ont:ai. moko=otco rac••:=a: =.7=2:=43 Fzrzgn;ot :t c: sac .•:cL 11151=.."37.:= .1 :crop.. -.a. : iu:: 1aarar ar n:a:l:.anic :m:...dana as:h ::alFo: zp;:aL:lc: tad co.anao> :tea •:: oL :ha :ccra:: t.-caF t:4 Fr:oi: pctcd. L±. ?:on Faad ::.::.: 'A'aak1: • "a a::: *I1'_:G. a«:: Yu: no'o o. ait:.ar tai do:: cc :siu:ton; oar.; "Nat n z:.a 41':`41' drscd c: mdir:<:t:•• from :toga. azraod c J:: mss. ?arm. :::,1; da o:ram: ,..at fz^t in th; F.zaL!-aL:.:? F. 3. :L!' aaCL :ator:: c: :::CL•.r.•: t±. 'oat: : art Lo:.:.. 1:::: t::4:FF:.:aala nata::ra zrd dim; • n.£:. CI :at ac•.:-ri yi:.: f.::ha .s...fraacr cc sorlod Fa:former I.: :.f:ic .L :ha oFF::a:la =saga dic;:u z.^.otrc:...Crux o.t4.i into t.4 =-.... o Tha aki, ::1=1;lon of a pa-a•:,;rl'r axe:.::a3 :araa:Ito:r fart. on :ha :1'w;:.:co ::F-.•xa: =o= iVH•3.4- ..all ;aa.=::ha riquL•a oa:; kr art:a::ion of the a .ron•a.:: C::c::F::.•.zc; iagurer FL-zF.-xn of: a a:act . -a: folmf::2acn :.f sw ❑f :ht :or.:£:anc .. m.i- iut•or tat c }L:nc:Cr 1'c _:.i c: c .railal . ...:1. a. :L: cos:roc:or o: .::coacz:tc: :h2-1 mai: fro r;co::: raguLa:..:d:: FazF IFh =t .f -.la Sa:a.n z•.••::ot:a for trips: o: :nn.c._rac: t• Iu&-crtr:c.:aoroar:nr•*; of ..; SL+ :ho :e Ind all For....it :: is rep:: aaotaa•. a; tc _:; rage• faring n•cez=- lam: on era jot. If :ho :c1'=..- :: or 47 tc rubtr.r rao :aquu:c. rac}rd. ar -c =la t::ott r: z:1z'w.:.:b4 `. .i tt:.a : f:?Th tea 1*L or z.1:a'• 3:7:w :,.r:s_:-cazi :} _4 :c_ a:txx.:Fonior ]FFl cz=:. cr }mv r :aka z: ':4 :A:47.F.I'' 10 :z..;; ., +w•.'1/:a•:?v of .L"' Fw7 :::'L' Ida dn:4. rA Faunas. of :•.Ld:. F:.•tbor.._x4 fa11•::4 :3 +..3n111 f:6':::a•3 ri:.mod'. _= -o N.i: }.r.3 MILS mot. :;: d. a•.z»1z':1. Ea catzrlenrz:=xs;xur:»±:r:3_? VI RECORD OT MATERIALS. PPLIES. AYD LABOR I. :.i cancel. on :L:N]tc:.31 �'a: •'±" s 4111 :x::F- .c:o 'Xt.:: Fro-icIo :3i:: • for -.s: :f Fr3::Cc"4 A, a:: ]-:z:irxlc 1rz:a::sc•.s:: tIcc.a:�ra:_ u: c}s:r ._^:d c= . Ex: c: &Tact'lator :t]:: _:izer. 3::.ur-5crn3n :ca_ 3=.0 cairz:I. for =4'__ •K•3: c.. fc: r ,cvr Ind ��� ,ter 2. • t.:4:. �3n sl.�^�•.V,�Y ._. � � S: ] rs^.':alma aa1Lu :,. L :r; I::: _. ±nd : I;; :: r..rn t= Font F3 :3- -. ":c]lan:,4=: .f ':!x:1.:-. Inc: :_at ar _ :;: "3'• 4; 3 n:or o: =-Jfb'x s• _ rn:-,:ctic: L^• {: - ?:+C+4:a1 Tung:. Frio::o C:o :f :.c'ry • 3.:3:=.n:z. ! :o:c:d r. :_: :via c};1 _. ]1. Ic ;ri al: 31»1d : 73113: =7.7.Cr.3.4d foc _ - :C:F.,:]lod L' :64 nofi !:•4 Z 34 -A c•:.]IIca4s 3f :b':c ]nd . FF:.:• .t: -4d c: Txr: F:: 1:A• " ]ud ^..4 uru-::L3i _ Tara F::.? :k---. Fur -.b. 7.:cor. ha :• ►146on :f :64 ::=?3:: ._ t:.o ',HA :a:lilac:: :=4a: c:. P • Ti 1.+ A- - ragot:.or :x:::, :t: u.:z :4c. -.:--ii 1: *01.117:070:: It :4:s;'.•: It' rarAriz:1 and „34: fz. 1 :!tc::.».,„•:• :f ]l: c}.r.:rIc: wo:k t=om:zing :b4 r::l: ac's. 13._:sod Ind :ha _:±. .:mount 4z_=ad 2. .k :h4 s: ::: c . z,c:af . CF -.3L 4::bx :1:4:4 f:FC:i c}••::r=i ]C :c=.:::- c:k or :opn-i, ::; xr. fc: tat, :cr_L: and far 4z:h • .3l:':4 VII r;I:EILETTIN:: O5 AiSIGNTiC, C O TRAC T 1. T_4 : Ka ]::?: :Ls:_. a:rf}::_• :9..L it, cor1C±':t -Act :mY ::L3 :3 nit :.. :L±. 3::::='. ;c: 21':A:;: Far:sc.:zgo :f :;•:Ct :z ::;:::bozo Ia 1111 :ontszct: c: _.4 :?::. cralnz_ : =]c: Fn:4. 4r.::»dtn� :L• :F4c:slr• .::rus i4.t�nz.::c. ':7 :01a3 Fo- «, tronw • to :4rfonr-ed `3-, »`rc=, and :ho ]n:alunl C::: ::c= ;;}::10.14•' :3=1 a:=}:�4d :LK t4 d:c.;.c.tod Eon: +•a tcr]I crlr.=31 c}:.:rsc: FR:4 :L: ]1L'C:::' of :.crA r;q•=4= :a tw ::f3.=46 t A Cucz,:tc: • ^::c:Qz.=zz:tc:•_3 .TF.f3. 3 I::?A= crir=•zz:ieu 163_1 }::x:x:.ii :c ;n:...d: out:, :7c:kx, 1.i:. ...:a_ .' F:4 i.:A Frr:A :inractc: ]nC 4u1F=aur ::txc. t: iG:o x.:a: concictc: =ti::h or :bout r:o. rxx. :ec_ 1:144: ia;: -- -•3ia::44: or :lincr-:nr .f 3 z::lffn44 c: !zone cf:b; �L.::A c3: r c:ar ▪ p14::,1••• No.. :bz:i to .:_: r:.:c x::tru-4d 41 11:::k :Lr r:c:�a: _.=l'•` : 4ciz_tz..4d x:Y:::;dgo Ct1:a4: c: 41tuF in1 ::tom=3411•: 3•-3:11=.; an J::'-7: }f 4xF4:-oil tc }=:b4 :C=»:7 N. ] :halo !__ :L I:::sn: 7r; -_ 3::.n:1 -4d :3 nunc::cr. +._.4nt.:f t.4 v'e:11I T'_::onczcr 3.:zto . the :x•=441:4=-. o• ft_ 1: y.usyrril 1 c: &:c{= c}rafurod c1ac,r: _,a coil of ear::l :l ]u.d ::b cb u: tc +i Fur:=::: -::r F:ode::d 'r :4 ttinCz:lt: T'14 :C7.•=...r:": :61..1 f.:tu._ .3: on3Flc:god 'r tha _L11: 'Tam. :3 dL:cr _4:rfccn:ado of Cao w...: c.:0.:a ant:: .y: CCncxr ]nil t• . :'_+'_'r4 7: :C: • ':c:ic: CFa:3C:_+ :oa1rd14:: 3f .s.hc ;4rfxu:.• •:.::c c:k • , i 't ' :it:1 3:hic of :., i atm crr!*:•21 i t -. a_3nzr4= gas:. '..' 4=i..:.:43..g :417 IC4: i t.4 t _ l't'. , +i • 443 •►i •f. ". i. ••..Y ,. w"•1 '... n. .r., (.•., r{r. ..:.c •ej• e,q 4..1.•4. .•4.•r(st•. • •: ( ... , e .. 1, Y 1,' .. •.., • .• ,•• • • •• • • Lr.1, (•d•• }f c:c d4::rn':=4: I. =4:a::.` tc w::urs eitA 7:rft� :::+:: ,f th; :tom : ct 4 :''3 xcc.0:. c::ho C}sz:r:C: ;6z.! 'r. ;ut1a1. 2.;::7.:G dr O:L:rtr::4 dt.FC.4d of ootzop: :•1".. 13.: w:r::i ccr..os: c: :cacao:L.: C :4C ar :•:-7:=sac. :}:.a:=:t:AL -a1•a .:L]t: not ':4 :enicu.i tc 141:4' 4 t_,a c3sr]::3: of z=• f3::64 :3:.1.11:-.140c,: 3f 7�4 ::=Tl:. e'r'r.:tos :c=.atu •a -ii: to r.• :z anl: afx::64 5::.'i ua: :rurid :"a!: 4]:= Rif: 3t iz::".:':d:P.C:c In :wR Y 3:.Q :h1: r pr}i"2;1c:., lad r giu:iu:=.:s :f -2;:G Fna:o vu:. SAFETY: AC CIDE.AT PREi E : IOa tbo Fx:3:7.13.: c: ci :s.l. concs:t r.: ouczctc::aJ1 :0=F: :nth .1I 3FF1::2 :::::c.on: size g�a•':.•z:=_ ...» :3=,:ra3z. •_. f3 R Y _::4 cC=�..rCC 111$1. �C' ::1. :il . 3:34Fiz.:L, :z.foff :.c.::;; a=3 oro: r; a;.:ran: : Ind :!b: ' : ;r:bsc Each, zcc:C: ]::: d:r4rnxzno: 3: ]:...4 :HA c3L:nc:mg tact: mr• IC •:+::4±:+:L']kl:• :.4C4 ;]r• "c Fr;,:;ct 11f: =cf. ba]I",a ifi.cplo 4.47. t::o !M:. tb4 .;afsr•• 3f :h4 Futh: ]=c :o Frota:: Fr3p:rr' In Cann::c:= Mt': "2i• F4:f:c==C4 C: Cut Zt'cc''. c3'•:roci'r•:_: c3 .'J!C:. : I. ! :c:.raa3L o 1 :: ::`-.lst:: s_.. 4-.!.1 to n'ai: ] con31G?.'. C: a]:_ ::i:.•Ch `o : =ra::x onta:. :a Fur:.!=• tom. :ccr,•:. :hz: du.:ti _ ::._- and z=,- r.s: Fac._.._ :3••a.:. ,arfcruz.:o of :64 c}Luse:.:a :rcd lII ::•r-.allnimg. or utliic :ondir.}L::.Luci zro:...]nl:ar' hzz.zrt?ca. 3: 1 -=gory:..-. te*: b:.'+1_ or :zhor ]: o:.r_..inay. undue canx_u:ac= :sf • ._» b31_ :tw dz:i: .5 2.713!,. ::=2f • Fr3IIi..1Q114:: `3'• rte: 3C.1tz.^• 3f Libor. = z::eccas:a :r:"x :'4:^.= ::` cf ? oft,. �•]=C::C. Ac:. -3 L J.:. 333. ?:_. :r::} =5 •7.= F _;:f. r . z ccc 'tc:: }f r=. ar.r th4 .:crittar• of :.3.*ccc }: z•.:::.3rzod :ar.4::t c]c-4 :L:rim.'. 163:1 13.4 r :L: c: os r' tc ]II:. :: 3f _C=zcz p:::G:-•_:3II:4 ^: =For 3: ln• 4;112~:4 tha .,r.r cf :.tLF:_±;c: web :b4 :'ti_:•r:a::}L •.f;r !__ h41I•:". :t:=dl:d:t :, :2=7:7.7 :13; i:.n4t, 3f:.::.:cr4rr• •=CAr •o:-- }s . 1- of r:0o Z onczct ;'x1 :14:.. �_ �zfa • `•:*.ic:a: . ? t: -? t ;.: _3.33 ,. :X. FALSE S: A 13.:ENT; C O CER_NENG HIGHWAY PRO - :EC T: L xdic :} 1::»:a z=r. 3.:.^tla :c:C;cr:_-c:=1n :' :crru-'• it ]FF f,Y 4c 7.:= • ]nil :T4 :f ::.22{=i ! 3 ".- d:•Z-.:4 c: :1.1.:4=11=71: r.s.d 4ugtaw::. x.^..L.._.{c:. 0.,.-3- lta: wo rra:: anFic141S3I-%:d tugl .r. Fro :cti. t: .n o::ozzz. Fx:c=• c4:.:ar-4c ;tom :: F:3Jocr Forfc:tn. t::.au t cI c. ]: c!ra :_•,• c1x•::1 !ac bon4;:1? Fc•.:314 '•1111: _ falaftc!".xr. _•:orlc= 3: n:s.:o'3:la:o:m3L :a:F.ict .. LT.7t prc :t: t: ' rC:3r:A }f F4dor'. 1.'.S'.• .: ::f'•4:', :h4 :4c:c:.. .. 3f :b4:4 and :4311.r 1:r. :ba following ::o •: a1i '3: 04x::a17. an WC:. T 4d4rsl-!:L bszhxz'• Ic:c:oc: t __ CTR f!" a an: x: mars r: 3I r :30.:: r..:::..ad tb::b t`4 •x'::c:' NOTICE TO ALL PERSONNEL E: GAGFD OY FEDERAL -AD HIGHWAY PROJECTS r •A.4 •1 tn�, .n 0? , nr. . e •.• • • t '44 • • • •!i .,, . .• .. • • 111 .. . • •i. ! • . .e +1 4' . • .M: OS, • . • ,: r• e. . • .-"tc- .". . t•... • , •e,•- ^ .r• t . :.x -.. t•Y r'1, ,•1...U• • .1414 .•_01; .7•r r.r. r+_:. • 1`• . • -.r..• +4f •. ,..kr' . .• i t 0.• 0 .0. ••1. : •1.• .• n1Ys«':Ir. $ti.a'! t • t n f . • •4i. .v .r.'••w .....; E c t•!'4 44,4 • :+1 ,t•„y.,','••Ir. .t'w..':ir. .! r,•, Nt , p11'a' • t.r �.e;'..t'h... ..e rRa - .-r •41.,. - t ., _ 7171,_. r., .. w,:^ r3.' .t.. R•.,. :j•• ^01!7..1'1...1 ...I....7. • ,t0 ( fx,:^t. t• "0 ry w."•t a.,..... _. • „1110• .. • .• _ ! : ur 4.117..: 4' • 171 1 , , .' ( f� . IraR 1•.. 717'0 TZ 1'1'•41 : 1101• +Ili;%M .., :vtrunn :f fray- r: �o Fr7V4.C.:•. :7ar9:IF : 14=1 :bz: r:. •i!..r..r•• a s ..a i• r.. t'... .. an+ Ir..ra`r... nr. . •!.,-. ... )' ,+:. ,er , tem.'!!. .3i4. 'k .."i rc ••r r.., .•i' i S'.! r ",1 3:. 1'1. tPLElOYTATION OF CLEAN AIR. ACT AND FEDERAL WATER POLLUTION CONTROL AC T a:atlo X ::. Fs3xa1-a:_ :ts.-:c:ice :cnc«:t. ±._'.:7 ._.t :a.±-:9 ...:f ::CC C+'.. c: ILO✓. 3-• .»x221,._.- of moo. b:: 3: 4 ineonr-...f 1: cro:ra::. ar ;ioL M' ?rCsCro.:a t:A b:oist Fad »i-a:C :c: ma.: -C: .X 7. r:9--:zta .1 ?i 3a:sad :3 t± o :ttF•:, t.d a; o rl': I. That ±- :±cl1: _r i. or .:•i . ha :31 za t::o parfocarias:... ., aX:."^. ..:zd r ".Fri :la±= Au y:. a. arutdad . .:'" £. :: ±:csucad k: p.. L = Rr :ba F.d:rz. ! �.` :a: ?311 �:a : c:.scl Act a; z mead '" moor ±=ondk ro PtO:. : 'CC =xacc:-•a 1: d::::"PC. asi :.:.3zaca: _ :ac3lt�m:s-,acCc :6ac.. f 4C CF ..' sr_: Il:::c is .; ;.rata of..__ award x Coo . F.-=cs.moutal Proor:r_ = AsaL- ?_�� _I. :. Vick: trs Frcli:aa: ::tent •C •tC IC F_..' :: =. T ita_,s fi:ti a..ao:.,. comp!• ..td rasra41 :tees:: _:a =t::b z.I •.t::aqur:::.:ant. o ▪ a:mon ::4 of r:.o iC1:aa:L= Act arc. :f ::; Fs3:xa; !irate ?SII?GSL :Solos At : al: ::r'+.3L: and -� .I:ro3 :bxa..ad:r. .. T=ar ;LK. Fr,atFi:-• apse r:.o :o:oirt :f an• :o=:ants from :ha C::a::xr. :o of F.d:::.. .r -a.; =F?. :6:: z E::11r :sr r. t: :'t:: is ::t a3 ::::aut±:t :: undo: con.::44r±r3t :. 3::.»t.d SL :ha !PA of VI ; T=ai t: &"..= ±g:aa::7 1=1113'4 or :au,o IC '74 :a4.:lro::a .r. of •?arrz:±_L : di:oa:l: 4 c: :La. ts:aoa .. _ .•`a` • =4X42.9::tlh:�_ -,:: ::C iur.L:: z a:. -C' aSa ,..__ armor :. -:-.0 mr• ±. a ica•.s. of xkc::.:.a' NI CERTIFICATION REGARDING DEBARMENT. r,; `•PEN- IIO . ELIGIHII.ITI AND VOLUNTARY EXCLYSION 1. In::r-nctxs: for Cn nficxnou - Pritsar:• Co:•tred Trar..:ac- ttcn� . -4; : :? a 3 err..:_: :br.::cFc.al. F:3:Fir:::-.: :roc ar. ?z:ac!Fs.L: t, F::. lc.: _a cart:Ic:aca ::: y..: ta:3=e• Ta4 tz.o.OJu-. of a Tr:3L a :3 0• Ica t::and:::SL .at :WI :. :41c :s:.l:x- L:.a::±sil; :.:u1: ss :.14111.1.1 -:z =u rc:Fzaon 7=L .:c•.nrad 7341:z:=c= .t: xc;Fo:x: ?o :icT= Ibz11 .•. : _ arc long:tcs of c:: sc- • cacti::: -ion .ar cm terra• . t: carsE:alres o: axFla:f±t3; :viI: `3: :on::term = :c:._a:cat :sir :-a ca?a-taat x again : '::Al.r..luzmon 1117.4".-14f :3 UM: =7 :.11 t±=laced` K 4o•.::. treks: ::::a : Frl::.m:*• Fz+; _•ant is Et11._ . cur-5czaan -: an air.:3lzt::St :b»1 crate:.. r:.:b a F r.:C: Eoa: Fars:roman T:,::; r:ic±:S . tz __ :1±:.:a .. ± p.:%nz_ oar:..:nrancr. Cf fa:: -op= :;h:cr. rotlau:a x•±. F:a:ac 7.•t:. .a irru:rcSM: 3: agasr. ate✓ io:c auto: r:-::61.:r±:.a:ais if . :; la:ac dr ram4:. t:z: -Y{.Fa:m•-a Frltrs.; Fz_":c am aL3=tinIIl :sad:csi au 0::+3•..0011: cr:_frCa:tti = Lldiri. C,:t.: :srs:.dlc: a".z-1zs:a :r.: :,c• o..-::s::ha d::araax::r op:nc-• t1:::: tarm1nz::::.1: :m, :r:c f:C :«7.:4 cf daff..1t T=o Fr . S:F:cr.-•a rr r sr' ?±sro:Far.:._at -:- :d:.aui:altz:; ar! as ntic:a :3 :b::AF« :_. CC zposc-: xct;_22 :hi. FroFoIY. r, :arr5:accc xz; arscsao.;: nizan w Orsam:c or .a; O:coma 4T701147'..: _-7' rar.3L afclu=gard Tr.: oars, cc'.arad zaa:«:oSL • d:•Sar.ad ` `:,i:Faodad. :ow: mac :YY.r:C, t•.=::C:Icc. p‘arac:F«=: FiC.cr• Fnrua - :c r c San:2.:') . ?:'_C IFa1. Fro -33::. and "G:a:.:«_•t.- am,:l•:cad a: Ui.d L :IZ'«wl. w :bi' 111:-.3111 :4i ::t Cr:: L:::.:.'.afiJ' rocs. zed C� ;u:zo :cc;scc.. 3f r..la: =?Ia faz1..mg :'car 12 -?. Yr.. u..•• :c i :s Fro darar•mrar..: or :poor; • r Frroo:±: .•:h :..road kr z:741'311:6 Is ch+ai=: a :c=^ of -►.; Fro:Fo:r.-•: ?rumor. ?a:aciF: - ±g:aa: Cu. Fro?.; ▪ mat. ihouId :ha prop,;.. :r.:.ice. tz ict1c 3: a=:era;. i=x r ...all net kuz matt :sear Ic .c oar or acid =7.T.11:1::= •x.3 ..- d._'ars+o3 cia�.ar.1• o�:: ��d from Foc�-:_ am- *._:.. r• ri::raFL ::' _: apart. :.:raring Intt g. mi:ooar': partriF;.L: ^t:: ?goo:. autturnal t- zi.II =Z17.46 t a :::.a ;J.3 •C:arti5: arC_ Faig.zrirog y▪ ahozo at:. Ex:...: rJL--o:i a 71:: : r ::.• -: 7n;aroar. F: L•'rdad 1 ; L::.i.F armo:x' r apenc•, ago:alz :arc :61.:c•. aa3 rata ESL 7:Itx':- art 5c:mon. = z.1 Ic :c L:: t3t'::aC :ranee:,SL; .=C In «.1 :C:...::ESL: fs:.soar era c•zL::ctxs. b. :'t m a CC' xad tx::c:xs airy :+:1;• ix. :ands:at= =f a ?:c:7a:a• a ric:F,_: tr. ± :error 'Six cr::at. t: ova. n :or t: L3: 4.4to d. mu:Facclsc. ' ::::ihl. c: • c: a;Cl.cad Eon -1•s :cr•sok c:.:.:octon. .. imo•R; :bz: :ba :41-a5:ar..-c...:tree:xt. A Fars:or:.- :-::` ca:: .a ti:a:bod a4-:sc.• t : wmfo. r: earasa-a: aIrc:S.tir of r: Fa:to:put::±: _.: is L3: roc•:.:.' IC. :.'.a:l.' :L: L,Loi{curo=.LT Fcrs=C of ::.a Ll:r. of Parma; Ex:.,.:3id From Fa3: .' Pto yam:=: 3: roc.lorcoura:.i.L: Poop= 1`: :Ccc...atsam:.r.. :i:mob 1. th; ;.-an:cal `•ar:::::cdr :Sar_`:c :: 3:b:s,g : ocaz=ac. zr a to:loping ;62-1 raiui:a aa:afkoarn::. of .rau: cf ra:ccc. _ .:car :3 :soda: - far_ Os :artfim :ac^:roj ":- _. :lama :ha ''Asc:along: z=: s: f3lr�a of ?articrFz=: a sc::a4.:rra3 IC 4.:C:44.7: For:.m:?_ .. I Fr-d:v.:741;n in r.. SSCw17 :cos:. of':•t..t:.: Gather?. Ex:oFt for zaa:aTto .: f c= too:: r:-.muciic:.. is a Fars::?:T.:: .. :3?reset. rI.^.:a:9041 iLYCb.Lz1 mar; mac z Ic:;x Ira :c -;r -:c. rz=.a:m3L :;::5. Farr_ :cL3 .....:?audac. ds:'rn i 141aagih a. 3 ,=:x-i:- ox:.'. i;d fr:'r :`ar:1C Fzaoa i= L ; r±:.a:m0a. = :C3:`•Ics :3 v * ,• ' :c F- _. sera. :aara�:. ..11..�1a � ' a .rasa: -r•.:arLa_: Coo ta7ut: •aur Cc apse- :a - ::rasl::.ta t:.:::rem...::icu for a :au:a 3 ufaul- . C erafcs to= Regarding Deh•azmemr. ;aptnmicoa. lineligrbi an as d Volt m:7 Exclu:ooa--Prior C overedTram:a:rion: : .o: Fr3:Facc-w Fran:- ?L.-to:Taut :sraaa: :3 .a is:: .. r. kuorxla:Fa tbz: Ir aLi a, FrisciF:�: z Aire L3: xa:aL:l. daaar on. , :Fx::ad ?so? -:;44. or da:•a: docIz.rod Isallr':.. or ,•3ltutra:.1: ; 14od Ecr: cr•a:twt t:=.a:mon: t: z=•••• Fair:,. ssFx:-22x: 3: t. o nit 7-ya :` Fac:c•f. xa:adrrz _. Fr3?3:±: teen :ca-.::Iad of co sod ::. •11 Iudge:n nt rondarod aII..:L:t :ha= for :o=a11;.:»_ tf frofroaoC cr a :Z=±: tffas..:L Conaa:LSL 's::t zaac:aag IC Ch I.. cr ?:rforoLg : F:k::: =T ;:L rent. or :aCai t:=.a:a; n co :c=ar undtc matlactoc...:o::cxL c: T::,.11: or Solt. aar.:"nr.:ac:.::. or c3mu::::Ion .f :='34=:aa:.aLs. Safi. 5xzor• c: da:a-a_moo of ra:ardm rEL 1. fit.; ;ram :a :s.. 3: r4:;:` :.; :%Iam .:::�r:r•. - Ar; ?raiaL:t•• for c: c rz:.; cr.ml::. 11 • cr :tu:gad ary 2 : -arraau;_ 2_' anti: '.;tZ1a )1:c -:J -Ars 1;::c C: 2. of -aal o:fas;a: suarsorrtad L F :a*asr aF::.}' C::bi. CiCt'-G..::mon::.Lj act w.:tli: 2 •?i+`rr' ?;:ICC ,?:a:;d1�4 :hi :._::.1: ]t:C .1:3:CFC i 11 L!C 3Li ar tut:: Fufh: 3111,1::?Li z;dzol. AIL:a xrus^.a:in:. fcr : ]Uiv Jr cafa1117 7• .i .4a14 :Li Fti.:C.C:!'.a F: - Fr.ra_.;J`.:. S. Urt4'.:.; :C :4S:Sf" IC Z. C::r+ ::Z.:i7=aJ.: 172 CLL. :;:b:lCr.7L ; Ia 7.lC. i::l'.+r "/1111C1FZ.: LL2.. !"7:IS 2r. ;xrtSL2:?".:v' Cu: ?xFC .l1 I• n.:diction: for C erdfrca:ior. -Lower Tier C a; ered Traiu:ascioo.:: .i.• .I:l�la 211 i.,Ec t. r,C:i. F:;.::S. ::CA:: lnd cr_Ar.rwar :I0. :.L:2,:t:: _: of ._t.;r. _ c: iter; - -ZIT. . ] B :12.-.:=F lud vatus : ug t.. ;JxFc .1E .; Fr_..?;C:I: a kw:: I:;r 1. Frr.•id,z..z Grin: 32272 ;;' };:0:« T..a ::cof:c non r;F7i:;nra:Ic: of fl:: ^FC: :7.'.+ y !C;C rieLon E3; :1.1; aL:arad _r` .f a 1i „a :3r d▪ a:;raszod -a21 :L; 1{.7a: _ '; Ii*A ;: '.;: F ..':::".?I»' J L} :LaI' :=2.4rie. 1.^ 412 C::C?Ui Alt.' craw r;r:a±a: i-•ai:atla L:-':rT..rili'L: d;Fwr . 4r 2Fau:,- ar.:_.c.:nou enst::s:ai aar• :_-i<A! ▪ .tiiFa::ton :=..?:co7:-u:Alr.:. T..a a 'caw aa:: ]racip.. ibzil F:t:Ica I ::adl;a:: TA -true Lr,1Ci :a the p;:i{: :a :LIS xcFa:L1 .„_ mirad « at ]L>' an:; 1`.a Frr.?;c11. a :raw nor J:.^ICIF'_L::awona :.r. it.:a. � :NCcc.'ix li ar:{;..ax..1 is :aa.= }f :�..AL:ad c�:.:'.I1• T.:a :i..:. cr:::ai L:::t::_ iat:r r.. :uiFrr=.:.d.' ":=L•::Jla --ti1z; :c•,arad vs ?i:i3n Fr.L:: !_ r:oFci:I, 1:.: '}EUnt2..-J aX::. ;C 7: nix'. L.:flli _.7Uiv 111;4 ::a; zaaat1L�Zi Sir: OM Sn'z+i yag.Llr.CC.. 2 . .;::.:rli C::..tr: i:: :an:aaz.:tom: Eca::.:t' a :d;r -.r • -:o. IYL"•:auto:.:ha?i:iC:; • Frwp)..2.. S....:mir d :or r......::a'.:. 3J:2..:ing a :cF: of :tl.:a:a_.12:Iani T_a Fr3:;?;C:1'.a 1C::x :;: Fz- ant ,:gran: }'•' i11Fa 7:1:.2 Fr:2:l: L7' is7..ld I::a FrOx':;C.Cr.•:Ca.::rl:.a:saL f. ;rlra:;d 'i.:t..'..all: not SLr.6:La1: anta.: 4::: Z. IC:.'iC :Ia:.7lir:c :nu.a:aaL. Fork:: wt.) . daJ.rrr;d...::�? :lsd. CA:.'ric C: .C...:»"L` ;2;,:I•scad ::' FZ.:'.;?2 :JL Iz du. :c. grad aDi2=.3L -:;ii • :.iFZ.. 7:.;E: +`r 2"ai.l:C' f Teo Fr3:.J;:r:• a 1c..;: ma: 7sra4i h'" ...Naar.=::ht. xCFc. :a.-t.f::sact C; .^.;ut. . -a;».:J:. UiI:T.311::" 33'.{'. .'oh:v:2r: EC:....»aL•r{:.. .:ar .C''aco )1: .)war cr•;:i•:. :311cit?.:1C:.::or lo.v;::ior vr.arad F. F2_ :1F;nt In 2 ::':rad.:Itc..am:u:sr; r;1:- 11Fon 7:ar:t:S:7C::2 Of 1 C.Fa:;'; FZr7.:L2311I Ill 2 IC..iiC :la::J":;ri1. :.Snaa"C'}Lf.L3I 31. L3::.0 a'..+.rn:. iUSF-0tLd;C 12:01l3f:'.:. 7t: :I'7=1 r•.1:.`;X:Illii. f:11C : t CZ'irad .LLI2 tra llnia:i :: 1..7.717.': :"..'.::ttu a=cuao-:.: .1 plractF2::: r.' da:ka :L; �i or. z : f:aC•:.i:C' l: • .vatctl ::.; ;I.r.?ll::` s.: r: :_.T:1:z2n!C1FZz:.a.' ... Si no:::•::sad IC CL;Ci.:bb':i::72.3C. *G:t1i= L1:1 :c:.," rand i : :3raao'ing i::'.11 !:a :C:..?'.4d tc r;C'•`'a :.:2talr.I 'Lis: 0f , . ::w' C. r;c NO.: 1.0 orsar to r;C4ar :.. fait:: .t H ti ' ,P 7 a ' •++ z ' h ::� ..i1.::Li cx _ a+u :ic:,:aj �.• t:.: _:lu;a -tlas:,c-a:;c�a .�c.:..fc ti:..u{� {: F--_:'?lnt :: u.l :�::.'ad x' ax::ad Itl:.: .. LJ.�:'.. • Y:a::;C �:• ]:::1.111 Far::C S :tl; ::c=r. :(•771;:: 1::.=;i. (1.02..!141. . =xcr: for _»L::Cr_:.; r.a:ba:.2ad :fir FZ:aa,nF12 ; a: Iii; .2;=LCI:<:c. I: ] /2:I:CIFss.::L ] :a':4:0d rnizcc•:_ aL:a:a 1r": z :Ana:: tar Fxa^ 7•L) :..•:.:x:.4.ad C10.32.1144. Jr :'tit:�zlnls•' ;7LCllldw: fors y?'_]:CIF:.:lC:.:. �: 7:ln.i2.:.3L .:a ]C4:3L :i 3:tlaC r;:.r4,dia: !•.r.ilaol; :J :Ls F;ca:l1 Cr7''::1.11L0L:.: faF7.77.111727 C7 ??.;1177 :n .l:a n a• «:l.*'?.; rocs:c S. i .cIne:1.; :Ca: l.^..i.cr dionma1 c: C truncation Re:radial Debarmeu:. S:I :peu:rou. tagiblir and Vo:nutary Esclu:L x-•Lowto Tier C o: eyed Trau:a:dau:: • pr :pac:l•. a .311';1 aar :f t.•.:xi FJi2i. 'abz.: r.au :: so::.: .r.»:iFSti 11. Fr;laut:`- f da'..olrmic.* dacl:rad t:Oltr'3::. c: ax:''..d-c.:rJ.s1 F._ c� alu__ t...:.»nza._a.. r• 2_ Z. When ::a F73;F4CC: ; :r.►a::ta» '?`r.:C1FZL::..L::ar ._ :4111.f:: Ic a1:• of ".",L4 .:FALLIIL1.i :L 1:::.:007: a1:= :..._ r.,: .7r :+ �. af:lCYF2=. +r.« .b a_;xFl..... �}L •. I...: 7iDCF{ .11 MI C ERTIFIC 3TION REC.-A:W NC C,E OF C OV TR4C : r -NDS FOR LOBBYING 50 :17:;.1:3t14 :a J F4 coa:tu:aca m:::) •.:' :4lz:k:.:..xeunct, n 6:ctook c :CC.c.CC - . : =F .v• 1. T.:; Cc.F4:s•: Fzoc:F:ar :4.•12:.:: t., :12121=a au; "old :c xcFc;7l. :4 ::i: k:R: C:'.:; C: *Lsr k:.a^a:;4ds4 : i{r71 azorciFut d k7:::l I_ ':4 Fztd :R X} vC 'A22.1 of 'w.Li tc :1x'• 5.:,{r fx. ..r. .::zrrng or ,a::��anII tc :r.. n:4 Sf:rc:: cr :: :5 ••44 of 7n;, F4d11%.Zl wF:;.c;. z M:; 4r Sf oE..ce c:::.r : ' of c::= 4=F::71; of a : a4rnt:c c.' in =inc.: nra ::.; 7Rx,d(:.g :out*zct. r.skt:.z c: ?:FJ'. Zr'_ :.: die oSf F4d:Si...:7n.:: :' ri ; nz '..'.:C t: 7n. copzz'I".a .polar: Z; tr4 4xt z.;iC4 +. r-••`+` w r tad ••` ' of 7a�` F4�4:+" :C��:: 12'^.4'.:. lc.+.n. or ►'a:4:i.�Gn1 . I: rr+7 I.ZA Cyr 1111 =4c47'1 7FFna��-id 3u(d; '_7'..'S:412 F+Id F ,,2... ,_, :c „a.«w +. _,..�.� .. v. '.71:.. t4 .,.� ': ?:1.rn .tif3�' :A.\...i S: 3tKn:F;.:.i I{ C:5:4r 3I :=?.57:4 ..: s1;=S:r {: iCC12:+Y;;. w o'Ecl'ir •.}. 4a.F.c4ir .{..4r:\: S: 7n 4 1C• v4rpCf o.:'�..;rair of (Y.�pm;.rrz comic t= n:m::Lu; F+.�:..r,1 Cv''4.'J'.C:. z+r'.r�^'.}.S'.: a ::»;;m; ,r; ::.4'.nC. i,7_.:c.�.;' 1 "r i.. mit f:+..2:ari Fc.rn-L . r_R.w.'C_r Fc.iz h�.h/Fc.t �ti�4 •Mr.i. ��m i{.� +*..4 a:� r; ai.1Y N. JS.Ti J. 1' alTqq '• .N 7 ti T : �• •l�,w/�+ n p f y .r. + T .i.• 1. +« . t 1 «,+. w.+ .i..r.r{ SY r1 .7114. riF.ly.rtlr�Ja4r� Sf 4.. ...'S ..W{ rtw._,ci 4171 127. i4 •�� Jar 4\at7. (irn .W 412\ ..�. :nr4.4d _::r .4:�..1..lrt..a•: _l :4r:t5:7:s is i. Fr:i: •�;it4 � ��_. � 4...4:.=. lam ; c._.7c.r{`.was;:;.. :. W'1 daJ4.r .b.it .! '4 • tin7. rili� .7L .ir. 7t..� Jri.l� t� 1•. �•�.. .� :. .r•.w W.w+ Zf not 1lRA .,♦r IY.YYY In Lot nix; .8.4— • .... ... for •.:.:: 3. T_4 Fr3:-3;:r.-•4 Fz ::Fbnr zlac zF.*4:: c: biz tid c: c: ;6z :x)1:3 ..ir: •.7t :o. nguz.g4 r t. . �. . v •r_ 1:C . f'. ' «.. a 7w: :..r; ::c�f�.4.rc�':a ..�:�cj ..11 :x��•4r �: 1•::•{�ntr C::. :�:....,; CAS �. .. � .�.,c.:.. . ♦:.I .:::6 :4::�::_.. i ..il =:a. -f• _.. 51 EXHIBIT "F" FEE RATES 52 1 1 IN 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ATTACHMENT A UNIT COSTS The Contractor will provide all services and expenses necessary for the emergency push, debris pickup and hauling, processing of debris at the TDMS, and final disposal for a fixed unit price as a cost per cubic yard, for the debris types noted below, but excluding debris designated as hazardous wastes. This cost is inclusive of all related expenses including but not limited to, contract administration, technical assistance to the Village, personnel training and certification, TDMS management, services for security, safety and traffic management, and associated actions necessary for implementation of debris management operations by the Contractor as defined in the agreement. 1. Leaners, hangers, and stumps ($$/cubic yard) 2. Vegetative debris ($$/cubic yard) 3. Construction & Demolition ($$/cubic yard) 4. All inclusive debris to indude all of the above ($$lcubic yard) AshBritt, Inc. 1 Village of Key Biscayne, FL 1 RFP DRS -2010 1 1 ATTACHMENT B DISASTER DEBRIS MANAGEMENT SERVICES PRICE SHEET Unit Costs Name of Contractor: DESCRIPTION OF SERVICES UNIT OF MEASURE UNIT COST Collection (0-15 miles) Cu. Yd. $9.75 Collection (> 15 miles) r Cu. Yd. $10.50 Processing and Disposal at Temporary Debris Management Sites (all costs including haul out and disposal as applicable) . -. Vegetative Cu. Yd. $9.75 Construction and Demolition (including white goods Cu. Yd. $}4.50 Stumps (cubic yards per FEMA guidelines) Cu. Yd. $9.75 Tree Debris Removal a Hangers Per Tree $135.00 Leaners 13" to 24" Per Tree $95.00 25" to 48" Per Tree $250.00 , 49" to 72" Per Tree $375.00 > 72" Per Tree $495.00 Stumps • 25" to 48" Per Stump 49" to 72" ,$195.00 Per Stump $275.00 > 72" Per Stump $350.00 Stump Backfi l Per Stump $85.00 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 AshBrltt, Inc. 1 Village of Key Biscayne, FL RFP DRS -2010 DISASTER DEBRIS MANAGEMENT SERVICES PRICE SHEET ALL-INCLUSIVE SERVICES The Contractor will provide all services and expenses necessary for debris pickup and hauling, processing of debris at the TOMS (if required), and final disposal for a fixed unit price as a cost per cubic yard, for the debris types noted below, but excluding debris designated as hazardous wastes. This cost is inclusive of all related expenses including contract administratlon, technical assistance to the Village , personnel training and certification, TDMS management, services for security, safety and traffic management, and associated actions necessary for implementation of debris management operations by the Contractor as defined in the agreement. ,Co$t/cubic yard Vegetative debris - Right of Way / Public Property Tree debris — hangers, leavers and stumps_/a Construction and demolition debris, (including white goods) $18.75 $4.00 $20.25 Note: Cost reflects total for cutting and placing tree debris onto adjacent right-of-way property only. Cost of collection and hauling of resultant debris will be established by the "vegetative debris" collection line item above. AshBritt, Inc. 1 Village of Key Biscayne, FL RFP DRS -2010 Optional Services Cot Der cubic yard Debris removal from canals Restoration of canals banks and slopes Motor Vehicles removals (including towing processing and disposal) Boats Hazardous Waste Emergency potable water Emergency delivery of ice *Note: Per 201b bag. See attached Schedule A for supplemental rates. See attached Schedule 3. Cost per lineal foot See attached Schedule 3. Cost per vehicle $295.00 Cost per lineal foot See attached Schedule 3. Cost per lineal foot $25.00 per pound Cost per gallon $3.56 per gallon See attached Schedule A for supplemental rates. Cost per pound $0.35 per pound* Fire Suppression Support $750.00 per day Included water delivery apparatus and manpower. Ash$ritt, Inc. 1 Village of Key Biscayne, FL I RFP DRS -2010 1 r 1 1 1 1 1 1 1 i 1 1 1 1 1 1 p 1 Temporary bathrooms, showers, kitchens and feeding locations Temporary satellite communications Emergency power generation Pumping and water relocation/removal for flood control Sewer, culvert and catch basin cleaning Decontamination of buildings and facilities Mold remediation See attached Schedule 8. See attached Schedule E. See attached Schedule C. See attached Schedule G. See attached Schedule 3, See attached Schedules J, K & 2a. See attached Schedules J, K & 2a. AshBritt, inc. ( Village of Key Biscayne, FL 1 RFP DRS -2010 1 P" 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 FEE RATES FOR EMERG=NCYDEBR REMOVAL— NATVRALDISASTER -- CUT AND TOSS Pre -Positioning (per crewXper day) do not bid PCPD* *pay starts when contractor's crews arrive at site. S- miliatlinaLkilukkuumatim A. Rubber Tire Equipment (including operator) B. Two Chain Saw Operators w/ chain saws C. Superintendent with Vehicle Total Crew rate (A+B+C) per hour $285.00 Bid award will be based on the per crew hourly rate. AshBritt, Inc. 1 Village of Key Biscayne, FL 1 RFP DRS -2010 1 FEE RATES FOR 1 1 1 1 1 i 1 1 1 1 1 1 1 1 r 1 EMERGENCY DORIS REMOVAL --NATURAL DISASTER — DEBRIS REMOVAL Pique I — collection, hauling to staging site, reduction *Estimated **Unit Description unit Ouantitv Price Total Loading and Hauling Debris to a TDS cubic yard $9.75 (Price to include MOT) Reduction by Grinding at the TDS cubic yard $2.00 Reduction by Incineration at the TDS cubic yard $2.00 Stumps 24" - 48" Diameter stump removal > 48" Diameter stump removal Sweeping Curb and Gutter Vacuum Inlets Removal of Hanging Limbs Loading and Hauling C&D debris White Goods and Hazardous Household waste disposal Freon recovery Each Each Hour Hour Hour cubic yard Each $250.00 $435.00 $125.00 $295.00 $250.00 $9.75 $85.00 Unit $85.00 Phase lI — loading of reduced matg*ial. Opal disposal Loading and Hauling Reductions 4, AshBritt, Inc. I Village of Key Biscayne. FL 1 RFP DRS -2010 to a Final Disposition Site Disposal/Tipping Fees cubic yard Actual Cost $10.00 TOTAL BID * Estimated Quantities used for determining low bidder only. Quantities arc not intended to be an estimate of the actual quantities expected for this contract. Payment will be made based on actual units of work performed as approved by the Engineer. ** If a pay item is left blank or N/A is used, the bid may be declared irregular and the Department may reject the proposal. 42 AshBritt, Inc. 1 Village of Key Biscayne, Fl 1 RFP DRS -2010 Personnel, Equipment and Materials (Emergency Push/Misc. Services) Price Schedule `-•a:pl,lomf•nf;►1 ice i"ee Schedule•: \ ill9ge ht's 13isca� ne, F1. MIT 2010 1)is seer lira»ery Services) No. Service Description !Size or Type /a rUnit (Unit Price H001 Heavy Equipment (Operas or, ,fret, maintenance included) 11002 Skid -Steer Loader (Mini -Loader) Bobcat 753/Cat 216/JD 313 Hour $75.00 1-1003 Extendaboom Forklift w/ debris grapple Bobcat V638/CatTL642 Hour $105.00 11004 Backhoe, Wheel Loader, 1.0-1.5 CY Cat 416E Hour $75.00 11005 Backhoe, Wheel Loader, 2.0-3.0 CY Cat 430E Hour $110.75 H006 Backhoe, Extend -a -hoe (1.0 CY, 4WD, extendable) JD3IOJ/Cat 420E !lour $85.00 H007 Wheel Loaders, 1.0-1.5 CY Cat 908/JD 304/Case 321 Hour $95.00 11008 Wheel Loaders, 2.5-3.0 CY Cat 930/JD 5441/Vol L70 Hour $120.00 11009 Wheel Loaders, 3.0-4.5 CY Cat 950/JD 644 Hour $140.00 H010 Wheel Loaders, 4.5-6.0 CY Cat 966/JD 744Noi L150 Hour $150.00 11011 Wheel Loaders, 6.0-7.0 CY Cat 980/JD 844Nol L180 Hour $175.00 11012 Tracked Loader (Trackhoe w/ misc. attachments) Cat 320/JD 690/Kob ED190 Hour $145.00 11013 Towed Loader w/ Tractor Prentice 210 Hour $150.00 11014 Knuckleboom Loader Truck (Self -Loading) 25-35 CY Body Hour $145.00 11015 Knuckleboom Loader Truck (Self -Loading) 35-45 CY Body Hour $167.00 11016 Dozer, Tracked Cat D4 Hour $105.00 1-1017 Dozer, Tracked Cat D5 Hour $115.00 11018 Dozer, Tracked Cat D6 Hour $150.00 11019 Dozer, Tracked Cat D7 Hour $175.00 11020 Dozer, Tracked Cat D8 Hour $215.00 11021 Dozer, Tracked Cat D I OT Hour $385.00 H022 Hydraulic Excavators, 1.S CY Cat 320 Hour $124.00 1-1023 Hydraulic Excavators, 2.5 CY Cat 325 Hour $140.00 11024 Hydraulic Excavators, 3.5> CY Cat 330 Hour $161.00 H025 Excavator/Trackhoe, Rubber Tire (w/ debris grapple) Cat 315C/JD 160C/Vol EC160 Hour $135.00 11026 Tractor w/ 13ox Blade (30-70 Hp) JD 2101../Case 570M Hour $65.00 11027 Motor Grader (w/ min 12' blade) Cat 120G Hour $129.00 H028 Off Road Truck (15-20 cy, 24MT) Cat 725/JD 250D/Vol A25 Hour $165.00 11029 30 Ton Crane Terex RT 335 (30MT), equal Hour $225.00 11030 50 Ton Crane Terex RT 550 (SOMT), equal (lour $265.00 11031 100 Ton Crane (8 hr minimum) Terex 11C110, KobCK 1000 Hour $425.00 I-1032 Bucket Truck Up to 50' reach 1 -lour $150.00 11033 Bucket Truck 40' to 75' reach Hour $175.00 1-1034 Trash Transfer Trailer w/ Tractor 1 10 Yard Hour $134.00 11035 Mechanized Broom Street Sweeper Hour 581.00 H036 Water Truck 2000 Gallon Hour $91.00 H037 Service/Fuel Truck Multi Hour $85.00 1.1038 Soil Compactor 81 11P+ Case/Cat/Wacker Hour $81.00 11039 Soil Compactor 801 IP Case/Cat/Wacker Hour $75.00 11040 Soil Compactor, Towed Unit Wacker Hour $24.00 H041 Stump Grinder (30" diameter or less) Vermeer 252 Hour $91.00 11042 Stump Grinder (greater than 30" diameter) Vermeer 752 Hour $ I29.00 1-1043 Stump Grinder Vermeer 60TX Hour $145.00 11044 Chipper w/ 2 man crew Morbark Storm Hour $134.00 H045 Chipper/Mulcher (8" Throat) Vermeer Hour 545.00 H046 Chipper/Mulcher (12" Throat) Vermeer Hour $55.00 11047 12 -Foot Tub Grinder Morbark 1200/650 HP Hour $425.00 H048 13 -Foot Tub Grinder Morbark 1300/850 HP Hour $475.00 11049 14 -Foot Tub Grinder Diamond Z 1463/1600 HP Hour 5525.00 H050 Air Curtain Pit Burner (Self-contained) N/A Hour $52.00 1051 Air Curtain Refractory Incinerator N/A Hour $75.00 11052 12T Lowboy Trailer (Equip.Transport w/ Tractor) 12 Ton Hour $59.00 11053 35T Lowboy Trailer (Equip. Transport w/ Tractor) 35 Ton Hour $95.00 11054 50T Lowboy Trailer (Equip.Transport w/ Tractor) ,50 Ton Hour $130.00 AshBritt, Inc. Schedule 2a-Hr-Oth Personnel, Equipment and Materials (Emergency Push/Misc. Services) Price Schedule ph•rtit°i►tol Seri ire 1 ee Schedules: Tillage of key Biscayne. FI, (RFI' 2011) Disaster Recovery See.% ices) No. Service Description Size or Type /a Unit Unit Price 11121 14' Utility Boat with Motor (Work Boat) With 2 man Crew Day $1,680.00 11122 12' Utility Boat with Motor (Work Boat) With 2 man Crew Day $1,120.00 11123 12' Utility Boat without Motor (Work Boat) With 2 man Crew Day $840.00 H124 Tank Diver with Gear _ Individual Hour 5168.00 1-1125 Hardhat Diver with Gear Individual i Hour $700.00 11126 Scuba Bottle Refill (Air) 80 Each $17.00 1-1127 Air Pump with multi breathing lines Brownie Lung Day $560.00 1{ 128 Miscellaneous Equipment/Items (Fuel, maintenance included, where applicable) ,H129 Transfer/Tow, handle of Typical Passenger Vehicle 2 Axle/4 Wheel (1 Ton) Each $29S.00 H130 Transfer/ Tow, handle of Recreational Vessel Up to 24' in length Each $325.00 H 13 I 'Transfer/Tow, handle of Recreational Vessel 24.1' to 48' in length Each $425.00 H132 Traffic Control, Temp Single Lane Closure N/A Hour $145.00 H133 Traffic Control, Temp Road Closure N/A Hour $295.00 11134 Weighing Scales, Truck, Certified Portable Hour 555.00 11135 + Light Tower (Portable light plant w/ Generator) w/ Generator Hour $35.00 11136 Office Trailer 40 Foot Day $295.00 1-1137 Storage Container 40 Foot Day $102.00 H 138 Portable Eyewash Station OSHA Spec Day 538.00 H139 First Aid Station OSHA Spec Day $125.00 11140 Portable Toilet (Port a John) Single Week $275.00 11141 Observation Tower _USACE Spec Each $3,500.00 Notts: a Listed equipment type or equivalent (►anous manufactures). 1 Day rate represents (0 hour day (minimum) 2 Fuel surcharges may apply (ncuotiahlc at time of N'i•P) AshBritt, Inc. Schedule 2a-Hr-Oth Reach Resioratiaa, ('anal Work, Walerwa)'s & Sunken Vessel Removal t•pa+m. nt .I �,•r+.rr I , r ♦, tir.hrlr•+' \ dhnr of hrn Ili l:I%)H'. 1 1. (111' P 211111 Ois:t'•e► 16+•ronC,'n Sr, %ifC+1 hooch/Lake Nevorrs inn INo. M001 M002 M0t)3 Description Collection of debris -laden sand from ROW. hauling to the processing screen aw►d sand pile Unit Price maintenance Up to 15 oink haul to screen Debris from screen to be hauled cable yard Per (whir dcbns rate on contract Yard Berm/Beach ('onslnlcno► shall include tiansportatron of smelled sand 10 beach from screening Sile. nn hding shaping of !natant' on emergency berm To include stockpile mauncnaucc. l)p 10 15 rinks haul Isom screen Per Cubic Yard Scrape and screen shall include the collection of debris laden sand from beach. processing per Cubic n through i.crm►. mounting sand to beach and spreading sand on beach Woi. to he Yard performed on beach - /tank/(anal Work $8 25 58.25 $:8.25 M004 13ank/Canal Shoreline Restoration Per Linear Foot Note: To include any uecessaty excavation, compaction, 1111 and backfrll of embankment soils and seeding. materials to restore hanks to preexisting conditions instrfau as possible $35.00 M005a ('analiMaim a Delis i.s Removal (Land Based),/a Per Cubic $95 00 Yard 1400th Caanal/Mar,nc Debris Rcmos at (;Marine Based)- /a Per Cubic 5387.50 aid Note: Removal of storm gcncratcd debris from maimc environments including streams. canals and watt, fionnls by applicable land -b oscd or mawtne-based processes. a- Price negotiated for special circumstances for carnal and marine debts removal (incident specific). CulverrAlarm Sewer/1Hainnae Ditch )t nrA INo. (Description M006 Ro,uul (',rivers M1006a Clean 21" k 24" Stonn Scud IW06h Clean 27" & 30" Storm Sewer M006c Clean 36" Storni Scn co 1.t006d ('lean 42" Scum Scn+e, M006c Clean 48' Stourn Scaei M006f ('lean 54" Stool') Sen+er \i00(lg Clean 60" Sloim Sct er 410061) Clean 72" Storm Senn Unit Price M007 /kzr ('uht'rr.+ M007a ('lean 0. 4 (Square toot) M1007b ('lean 4 01 - 9 (Square moot) M007c ('lean 9 01 - 15 (Square flail) M007d Clean 15 01 - 20 (.Scµrere Foot) M007e Clean 20 01 - 30 (Square (root) M007f Clean 31 01 • 40 (Square Foot) M007g Clean 40 01 50 (Square Foot) MOO7h Clean 50.01 - 60 (Square Cool) M007i ('kris 60 01 • 70 (Square Foot) M007j Clean greaser than 70 (Square Foot) MD08 Clean Catch Basins M009 Clean Drainage Manholes Derelic't/SnnAen l'enael Rentnnvt! l.incar Foot Linea, loot Linear Fool Liner Foot I_inCm rocs I near Fowl Linear Foot I.uicar Foot t.►ncar I do Linear Fool Linear Font Linear Fool Linear toot 1 was Fool 1 ;near l'ooi Linea' Foot Linear Foot Linear Coot i:ach Each $31 18 S37 51 549.55 $56.25 568 66 586.76 599.54 $144.25 526.04 S33 79 54166 $49.54 557.41 $70.01 $77.89 585.76 $90.49 596.79 595.00 5125 00 J1'o. Description linit Price MO 10 Marine Satavage Operations Per Linear Foot M010a _ _Less than 20 feet 5175.00 M010b 20 to 25 feet_ 5252.00 M010c 25 to 30 feet $385.00 MOtod Gicater than 30 Pact lay Case 1)7011 Land Based Salavaije Operuions Pet Lmev Foot MO l t a Less than 20 feet 5162.50 MOM, I b 20 to _5 feet _ 5234.00 M011 25 to 30 feet . S3$7.50 MO ltd Greater than 30 feet _ _ I3y Case Note: Large vessels, houseboats or vcssett within environmentally sensitive areas may require untspeetcd additional effort. Work may be negotiated on a case -by -case basis under such conditions. Now r'ucr s Note Foci sou har:cs nn. Aro incguuabk al rune W K 1 P) Ash8iitt, Inc Schedule 3-Sch. Mar, Drain. Veh-Vas Disaster Response Man Camps/Coiufort Services Price Schedule •'Ty:, un ue:t',„ui• 1 e•r• "ihrdule.: \ ttt:rcr of Le. 13i<emle. 1-1 (RI 1' 2011 Prosier Itetd,ders tirr%Irei) Emergency Sleeping Quarters Uprlon 1 al( '111w 1 - 1615-A4nn Ikira,unrt- Structure Wood floor w/ New Carpeting Air (-oniditioining./Co mbmaticn Heating Units Power Cenci alum Metal I Ialtcic Lighting Package 168 MIil-Spec ('ois 2 •• Personnel Doors D to 4 Weeks Rental Unit Rental Price S 174,104.04 Opium 2 (A•KUI b) 1 - 21N) -Alan 'trot -ton Tent Wood Floor wl New Carpeting .Arc Con itionmg/Conhnnanon I lcaaiag Units Power Gent aeon Metal 1 ialide Lighting Package 200 MiI-Spec Cots 2 • Personnel Doors Up to 4 Weeks Rental Ui it Rental Price $ 20.1.529.35 /// Dining Facilisks Dpiwo 1 /Alt 'A2aj 1 ',prong Snarrwre Jur 5(10 Wood Floor w/ livcmPro flooring Atr Conditioning/Combination 1keating Liens Power Geneiauion Metal Halide Lighting Package 2 Personnel Doors 64 - 8' Ilanyuet Tables 512 folding Chairs Up to 4 Weeks Rental Opium 2 (M('0217) 1 • 1.)rnrng Structure for 3 O Wood Floor wl Iis•cniPro Flooring Air Conditioning/Combination I kanng lanits Power Generation Metal Halide Lighting Package 2 • Personnel Doors 44 - 8' !languid Tables 352 Folding Chairs Up to 4 Weeks Rental Rental Price Restraint Facilities Opsion 1 (41('03; ( Wasp Srrru-r hircrlruri Portable'Folio Facilities Daily Cleating & Saa'iee 4 Weeks Rental Nt, MC03a MC03b MC03c limn for I50 -Person ('amp 250 -Person Camp 500 -Person Camp 5 20.887 61 5 33.741.11 S 66,127 88 Shower Facilities ()pr+on 1 1 1(04) / - 14 liras, Slunirr trader l/nit Provides Shower Service for 350 People Each blind Contains Private C'hang:ng Stalls & ;6• x 36' Shower Stalls Propaunc-filed boiler system On-boatd water storage Aii Condiuoanrig 'Trash Receptacles ut 104 Weeks Rental Unit Rental Price 5 99.445 50 Na. laundry Facilih ()prom 1 (AlC05) 1 -• 7 Una 1,atimity l nadir 1 • ch Uiut Contains: 7 - Top Load Washer Units 8 - Front Load I)n'er Units Hot and Cold Water An Conditioning folding 'fable Trash Receptacles Up l0 4 Weeks Rental Cost Plus Man Camp Services Site Prepara4ion fuel foil Generators Fresh Water Supply grey and 13Iack Water Remo% al Rate MC06 MC07 MC08 I1•lC09 Cost • 23% Cosh +23% Cost 1-23% ('osi i 23% Special Emergency Services Emergency Clinics and Support Personnel No. Rate MCIO Cost+23% Note(s) AU pricing Anne assumes sci\ ices for disastcdcmctgency situations All pncmg is for a minimum one-month,cntal Quote includes all non-union labor and equipment needed for Installation and take down of slruciwes. Quote assumes staking into level asphalt or grass surface pro% teed free ofobsnuclion with dhrcei semi -Truck access wiihnn 50' of work site. Applicable sales taxes. permits, and fuel surcharges arc not included 'llwi proposal is subject to equipment availability at the trine the nonce to proceed is issued Temporary Sanitary Facilities 1 setvenptrcm Comfort Station -8 stall units Comfort Station -26 ft 13T Unit (6/5 stall huts) Shower Ones 6 stall Shower Units •• 12 stall with 8 sinks Portable Laundry facilities Note All inch,sitc-personncl.watcr scr%ices,power No. Rates MCOI I MC012 MC013 n4C014 M•iC015 Now Fuel surcharges may apply (negotiable at time of NTT'). One Time Moh,luahon 87,562.50 87,562 50 87.562-50 $7,562.50 87.562 50 Pcr Day 814,389.32 814.360.50 510,905.18 St 1.742 50 SI2.897 50 Pcr Week 871,946.60 871,802.50 554,525.90 858,712.50 564,487.50 Per Month 8280,591.74 S280.029 75 5212,651.0) 8228,978.75 8251,501 25 Emergency Fuel Delivery/Management Price Schedule "P I) 1.'11cut:rl Ser•c ire 1• re Schedulr.: . ill:we• of I%r► llp acne. 1 1. i N11' 2910 1)isa.ter I crm er. 'cr. ice.) No. 1:001 1002 F003 1004 1(105 1006 1007 1008 1009 1010 1011 F012 Item/Equipment 550 gallon dual wall tank 1,000 gallon single wall tank 1.000 gallon dual wall tank 6.000 gallon or greater tank 12 Volt Fill -Rite Pump Portable Tank Delivery/Pickup Portable Tank Clcutart Fee Truck with Man Fuel 'Tank Trailer Only Mobile Fuel Station Frac Tank Labor Description Portable Storage Tank (Secondary Containment) Portabk Storage Tank Portable Storage Tank (Secondary Containment) Portable Storage Tank Fuel Pump 13 GPM. includes nozzle Delivery/Pickup Charge Cleanout of portable tank (if requirc(t)_ Transport Truck %y/trailer or Bobtail Truck 7,500 to 8.500 gal capacity_ 12,000 Gal capacity on trailer 20,000 gallon frac tank Man to operate fuel station or fuel vehicles Rental/Labor Rate Unit 5102.38 Per day $116.03 Per day 5129.68 Per day 5204.75 Per day $27.30 Per day 5204.75 Per hour 5546.00 Per service $252.66_Pcrhour* _5819.00 Per day $238.88 Per hour•_ 5273.00 Per day $1(x2.38 Pcr hour Note: Additional Storage Tanks ranging froin 250 to 20,000 gallons are available upon request Requires 24 hour minimum No. Item Description GasolinelDicscl/Aviation Fuel Pot -chase Price Unit F100 Fuel Cost + 50.75 Per gallon Note: Rental/Labor Rate begins when equipment or labor leaves the facility and ends upon its return to the same facility. Reasonable lodging expense may apply Description of service. A self contained generator powered system designed to meet the emergency fuel response needs of government and commercial entities. This unit combines high volume fuel dispensing capabilities along with maximum portability features. Features: -Total fuct storage capacity -12,000 gallons (One I0K tank and two 1K tanks) •'Tanks are dual walled (secondary containment) & arc Flarncshield NIPA 30 rated. -Mounted on a 53' drop deck trailer •Six high volume fueling points r%'id) loxes on reels •Fueling points have meter registers •Grounding cable for vehicle re -fueling -20K W diesel generator -Lights for night fueling •No special transportation permits required - Equipped with spilt response kits. -Mr compressor - Lubricants storage tank with dispenser Note: Units subject 10 availability. AshBritt, Inc Schedule D-Emerg Fuel Temporary Office Trailers, Mobile Command Center Price Schedule suppiententat Ser% ice 1•t'e Schedules: Village of Kt.) Biscayne, FL (RFP 2010 Disaster Reco'erg Ser%ices) Office Trailers Single Unit Dimensions: Width — 8', Unit Length = 20' No. Category Rate Unit OTOIa Setup Fee: $ 1,485.23 Onetime OT01 b Single Unit $ 516.10 Per month Single Unit Dimensions: Width — 8', tinit Length 28' No. Category Rate Unit OT02a _ Setup Fee: $ 1,653.12 One time OT02b Single Unit $ 630.34 Per month Single Unit Dimensions: Width — 10', Unit Length = 24' No. Category Rate Unit OT03a Setup Fee: $ 2,202.01 One time OT03b Single Unit $ 798.34 Per month Chemical Toilets Price Schedule No. Description Rate Unit P0301 Port -o -let (per unit) POJO2 Port -o -let (per unit) $ 1,523.97 Per month $ 55.13 Per day Note: Includes delivery/set up. daily service, equipment rental, and pick up/breakdown Misc. Office Supplies No. Description Rate Unit OSO 1 _ Phone $ 19.64 _Each OS02 Fax $ 88.94 Each OS03 2 x 2 way radio $ 34.65 Each OSO4 Desktop Copier $ 225.23 Each 0805 Folding Chair .$ 40.43 _ Each OS06 Folding Table $ 98.18 Each OS07 Srnall Refrigerator $ 323.40 Each Note: Fuel surcharges may apply (negotiable at time ofNTP). AshBritt, Inc. Schedule F -Office Trailers POJs Drying In, Decontamination, Mold Remediation, Restoration Price Schedule '�.•I)t1trltlF .)t.rl ,c•c % ire 1- ec• Nr heclule.: village of Ire) Rise•:►) ue. Fr. (KEI' 201[1 t )i%►►stet Recm ers Services) Categories/Descriptions No. Labor tinit Rate RLM001 RIM002 I2EM003 RE:MO04 REM005 RT_M006 RI:MOO7 REMOO8 REM009 REM010 Project Consultant (PC) Project Iixecuttve (PE) Project Manager (PM) I lcalth & Safety Officer (I IS()) i cchnical Specialist (Superintendent) (TS) Drying Technical (DT) Equipment Operator (EO) _Rcmcdiation Workor (RW) General Labor (GL) Field Auditor (FA) 1 lour 1 lour 1lo►r !lour Hour 'lour four flour l lour flour $159.00 S128.00 $77.00 $77 00 $70.00 $70.00 $57.00 $48.00 $37.00 551.00 No. Supplies/Consumables Unit Rate REM020 Adhesive.Remover RE M021 Anti -Microbial Coating REMO22 Anti -Microbial Disinfectant (Concrete Pre Mixed) REM023 Anti -Microbial Disinfectant (MicroBan RTU) RLM024 Bags. Trash REM025 Bags. Trash Environmental REM026 Box. Storage Cardboard REM027 13rush, Long FIandie/Scrub RFMO28 Camera (Disposable, 27 exp. includes development) REM029 Cleaner. General and all purpose REM03O Cleaner, Electronic Grade R1iM031 Decontamination Untt.,Disposable RliM032 Duct, 1 -.ay Flat (500) , REM -033 Fuel RI:M034 Negative Air Filters (1'rcfiliers) REMO3S Negative Air Filters (Pleated) RI:M036 Negative Air Filters (Main N IEPA) RLM037 Poly Sheeting. Fire Retardant REM038 Poly Sheeting. Reinforced RFM039 Rags, Cotton Cloth RE:MO4O Respirator Cartridges. Negative Pressure (Half -Face) REM041 Respirator Cartridge, PAPR (Full -Face) REMO42 Spray Bottle w/ Trigger RIiM043 Spravuue REM044 Sponges. Soot Absorbtion RI:M045 Suit. Disposable R1 M046 Suit Tyvek I2EM047 Tape. Duct R1 M048 Terry Wipes RljM049 Towels _ Gallon Gallon Gallon Gallon Roll 12011 Each Each Each Gallon Gallon Each Roll Gallon Each Each Each Ro11 Roll I3ox Pair Each Each Can Each Each End) Roll Pound Case $98.00 _$83.00 55.00 $57.00 $96.00 $108.00 59:00 $11 00 $38.00 $31.00 $64.00 $426.00 5478.00 Cost + 23% $4.00 $8.00 $230.00 5128.00 $191.00 564.00 $1300 $16 00 5400 $3 00 $3.00 $3.00 $8.00 $7.00 $8.00 $38.00 No. Drying Equipment Unit Rate R 1.M070 RLM071 R EM072 REM073 REM074 REM075 REM076 RCM077 RfM078 R EM079 R1 M080 Dehumidification Unit (50cfm-100cfm) 1)chwnidification Unit (1 I0cfin-200cfnt) Dehumidification Unit (220cfin-300cfin) Dehumidification Unil (S00cfm-600cfm) Dehumidification Unit (1000cfm) 1ehumidification Unit (2000cfm-2250cfm) E)ehumidification Unit (3500cfm) Dehumidification Unit (4500cfm-5000cfm) Dehumidification Unit (6000cfm) Dehumidification Unit (8500cfm) _ _ Dehumidification Unit (15,000cfm) Each Each _ Each Each Each Each Each Each -Each - Each Each $91.00 $149.00 5175.00 $382.00 $667.00 _ 51,289.00 5259.00 5356.00 5453.00 $1.133 00 $324.00 No. Miscellaneous Equipment REM100 _40 Ton AC Unit REM 101 100 Ton Chiller Unit tEM 102 200 Ton Chiller Unit R E M r 03 Air. Compressor (t 10 psi) _ REM 104 Air Compressor 25.p0) 121M105 Air Mover [Unit Rate Each Each -_ Each Each Each Each 51,049.00 51,159.00 5919.00 $39.00 $220.00 532.00 Ashbritt, Inc. Schedule H -Restore Srvcs Drying In, Decontamination, Mold Remediation, Restoration Price Schedule I `set ire 1•re `ehedale%: \'iII;ig of key Biscayne. 1:1. IRi' P 2010 Disaster lteemcry Services) Categories/Descriptions 6. Best Efforts. Ashf3ritt and Customer acknowledge that the property which is the subject of the Work may have been involved m a fire. fleet/. or other catastrophe. Ashl3ritt will perform the Work on a "best efforts" basis, but cannot. and thcretbirc does not. guarantee or warrant that any of the property will be operational or free from defect fdlowing completion of the Work. 7 Causes Beyond Control. 1 f any circumstance or event which is beyond the reasonable control of Ashl3ritt delays the performance of any of Ashl3rilt's obligations under this agreement or makes any of those obligations impossible to perform, Ashl3ritt will not have any liability for that delay or non-performance. 8. Consents and Permits Any federal, state, or local permits or consents required for the performance of the Work arc the responsibility of the Customer; provided that, if mace a part of the Work. Ashl3ritt may obtain such permits and consents at commies expense. Both Ashl3riu and Customer win comply with all applicable governmental regulations. statutes. laws and ordinances. 9. Disposal. Disposal of any I larardous Material (including specimens or samples) or any property that contains Hazardous Material. removed by Ashliritt under this Agreement will be in the name of the Customer and under any applicable generator number or other identification assigned by the Customer. 10. Indemnity. Each party agrees to indemnify, and hold harmless the other party hereto and the other party's shareholders. directors. officers, employees and agents,frorn and against any and all claims, demands, causes of action and liabilities of any nature. whether for damages to property, and/or the conditions to which theContract pertains, to the extent that any such claim. demand. cause of action and/of liability is attributable to the breach of Contract or other fault of thcindcmnifying party. Customer on it's behalf and on behalf of including but not limited to Owners, Management Companies, Tenants and Occupants indemnifiesAshl3ritt against loss or damage to personal property and/or content during the performance of services within the areas ofremedialion. 1 1. C'onfidcntial Information, Ashl•3ritt and Customer mutually agree to maintain in confidence and will not. directly or indirectly disclose or use, either during or aftcrthc teen of this Agreement, any proprietary or confidential information belonging to the other parry, whether it is in writing or permanent form. except to the extentnccessary to perform the work until such time as said information has become public knowledge. 12 No Consequential Damages. No party shall in any action or procte.ding or otherwise assert any claim for consequential damages against any other party to this reasonable attorney's 1ccs and count costs.Contract on account of any loss. cost. damage or expense which such party may suffer or incur because of any act or omission of any other party to this Contract wits agents or employees in the performance of a patty's obligations under this Contract, or any, other cause of action (including negligence) arising out of or relatedlo transactions in connection with this Contract. or otherwise. and each party, expressly waives any such claims. 13. Labor Considerations. A. The labor rates stated above arc per hour for the first •i0 hours worked (or 8 deems a day in California or where mandated by prevailing wage requirements) in a week beginning on Monday. 13. Labor rates for work performed over 40 hours in a week (or 8 hours a day in California or where mandated by prevailing wage requirements) will becharged at one and one-third (1-1/3) times the stated hourly rates except where collective bargaining agreements or prevailing wage requircrncnts mandate premium time to be paid Saturday, Sunday and f lolidays. In such an evcnl. one and one-third (1 - 1/3) time the stated rates or the multiplicrmandated by prevailing wage requirements shall he applicable. C Travel time will be charged, at stated hourly rates, when employee lodging is more than 50 miles from the protect location or Nkhen emergency conditions exist that result in one way travel time of 60 minutes or greater. In either case, a minimum of one hour will be charged per individual, each way. D. All documented costs for other applicable travel costs (airfare, rental cars, cab fare, etc.) will be reimbursed to Ashl3ritt at cost plus 10%. E. Per diem and lodging will be charged at a rate of $I00 per employee, per day for all employee classifications F. A minimum surcharge of $25 per hour will be added to the stated rates for any employee classification whereby their trade is covered by a collective bargaining agreement, or for any employee subject to prevailing wage rates. G. A Remediation Worker (RW) is defined as a person who utilizes a respirator to protect himself/herself from the potential exposure to any hazardous substance, including nuisance dust. 11. Warehousemen and drivers supporting the on site work activity will be billed at the General Laborer rate. 14. E:quiptnent Rental Considerations. A. Unscheduled Rental Equipment and Consumables. For equipment and consumables not listed that is rented for the project by Ashl3ritt the rate invoiced to the Customer will be the rate charged to AshF3ritt plus 10% + 10%. Freight is excluded. 13. Unscheduled Purchased Equipment. If special equipment not listed above is purchased for the project the daily rental will be 5% oldie purchase pricc. Asharitt. Inc Schedule H -Restore Srvcs Hazardous Materials General Labor Price Schedule ti„l,ll tn »t At ser' ice Fee Schedules: Village of key Biscayne, Ft_ (RFP 2010 Disaster Recover Sere ices) No. Title Level Abbr. Rate Unit 1 fZL01 Project Manager HZL02 Mid Level Manager HZL03 Professional HZ1,04 11!_L05 HZL06 HZ1,07 HZL90 Technical Secretarial/Clerical Equipent Operator Laborer Per diem Upper Level Middle Level Upper Level Middle Level Lower Level Upper Level Middle Level Lower Level ULM MLM_ ULP ML.P I,LP ULT M LT LLT $200.00 Per hour $155.00 Per hour $145.00 Per hour $110.00 Per hour $85.00 Per hour $97.00 Per hour $70.00 Per hour $50.00_ Per hour $65.00 Per hour $55.00 Per hour $40.00 Per hour $135.00 Per day AshBritt, Inc. Schedule J-HazMat Labor Hazardous Materials Equipment/Materials Price Schedule !,lrfb icine ar Service ter Schedules: Pillage of Ke) Biscayne, 1.1. (RF1' 2010 Disaster Iteco'rr Sc,.% ices) No. Description Unit Rate 1-1ZM54 Personal Protective Equip., Level C (Dupont C2127T) 1-IZM55 Cascade Air Filtration Panel 1IZM56 Air Filtration Panel HZM57 Airline Respirator HZM58 11igh Hazard Personnel Deccontamination HZM59 Low Hazard Personnel Decontamination I IZM60 Personnel Retrcival System FIZM61 Personnel Retreival Harness 11ZM62 Combustible Gas indicator 1-1 ..M63 Toxic Gas Detector 1-IZM64 Photoionization 1)ectector HZM65 Hazmat Kit HZM66 Hand Auger, Stainless Steel HZM67 Hand Operated Transfer Pump HZM68 1" Diaphram Pump (1" ) HZM69 2" Diaphram Pump (2") HZM70 2" Diaphram Pump S.S. (2" S.S.) 11ZM71 3"Diaphram Pump (3") 11ZM72 6" Diaphram Pump (6") 11ZM73 1" Suction or Discharge Hose (1") HZM74 2" Suction or Discharge Hose (2") I-HZM75 3" Suction or Discharge Hose (3") HZM76 6" Suction or Discharge I lose (6") HZM77 2" Chemical Suction or Discharge !lose (2") HZM78 3" Chemical Suction or Discharge 1 -lose (3") HZM79 6" Chemical Suction or Discharge Hose (6") IIZM80 Diesel Powered Generator 60-80kw IIZM81 Electrical Cord Station 50' 111ZM82 Spike Bar HZM83 Airless Spray (With operator) 1-IZM84 Pressure Washer (With operator) 11Z_M85 Waterhose Section (Garden) l-1ZM86 Cutting Torch (With operator) I1ZM87 Wire Welder (With operator) 11ZM88 Air Blower (With operator) 1.1ZM89 HEPA Vac (With operator) HZM90 Barrel Cart HZM91 Wheelbarrow 1-HZM92 Oil Dry Spreader HZM93 Traffic Control Vest, Cones, Flags, Barrels, etc I-1ZM94 Drill w/ Bits 1-1ZM95 Grounding Cable and Rod I-IZM96 Circular Saw HZM97 Hand Tool per employee *(shovels, broom s etc. ) HZM98 Tool Kit (Hammers, Pliers, Screwdrivers) HZM99 Wrench Kit (Bung wrench, speed, etc) HZM 100 Step Ladder HZM 101 Extension Ladder HZM 102 Photographi•c Equipment M 9Z 103 Level A Suit (Kappler Responder) HZ,M 104 Level B Suit (Kappler Responder) H ..M 105 Level C Suit (Kappler Responder) Per Unit Day Day Day Pcr Kit Per Kit Day Day Day Day Day Day Day Day Day Day Day Day Day Day Day Day Day Day Day Day Day Day Each Day Day Each Day Day Day Day Day Day Day Day Day Day Day Day Day Day Day Day Day Each_ Each Each $195.00 $140.00 $55.00 $210.00 $40.00 $15.00 $140.00 $24.00 $75.00 $150.00 $110.00 $325.00 $20.00 $65.00 $125.00 $160.00 $275.00 $250.00 $1,280.00 _ $46.00 $70.00 $90.00 $145.00 $140.00 $180.00 $650.00 $245.00 $35.00 $40.00 $275.00 $255.00 $35.00 $175.00 $225.00 $175.00 $480.00 $15.00 $15.00 $18.00 $225.00 $40.00 $15.00 $30.00 $30.00 $45.00 $25.00 $9.50 $11.50 $125.00 $800.00 $3 50.00 $225.00 AshBritt. Inc. Schedule K-HazMal Equip Invoicing Contract Type Unit of Issue Line Item Requirements Supporting Documentation Required by FHWA Debris Removal Cubic Yard or Ton Loading & Hauling Debris to TDSR site Load tickets (see note 1) Load tickets summary spreadsheet Copies of contracts with price schedules Contractor invoices Proof of payment (required for all costs) Procurement policies and bid tabulations Truck certification forms TDSR site locations and GPS coordinates Leasing agreement for site DEP permits for site Monitoring logs and reports List and maps of FA roads Date for first pass completion Summary of first pass debris totals and costs for FHWA ER eligible roads (see note 2) FEMA will require a copy of the DDIR FHWA "Final Inspection" and "Certification of Accuracy" forms Loading & Hauling Construction & Demolition Debris to TDSR site All of the above and: Receipts for any revenues for recycling materials Hazardous waste records Reduction by Grinding at TDSR site Cubic yard totals of vegetative debris reduced (If not included in removal contract) Records of grinder operating hours (if hourly rate contract used) Model numbers of grinders (if hourly rate contract used) Invoices for grinding (if separate from general debris removal contract) Rental agreement and receipts (if grinder rented) Separate reduction costs for FEMA and FHWA debris Debris Monitoring Cost Contract with monitoring fain with price schedule Procurement policies and bid tabulation sheets Invoices (see note 3) Time sheets of all monitors, supervisors and managers. Monitoring reports Proof of payments Receipts and summaries for overhead costs if in contract (i.e. lodging, mileage, phones) Reduction by Incineration at TDSR site Burn permits Invoices (if separate from debris removal contract) Page 1 6/8/2010 rd H H H q -n S2 m go -n m 23 m_ 00 m m z n 0 -1 C) 0 1 v 0 C) c m z 0 z m 0 1 m m z '1 0 Debris Removal Cubic Yard or Ton Each Cost Reimbursable Hourly Rates Loading & Hauling Reductions to Final Disposition Site (Continued) Debris Removal from Waterways Stump removal larger than 24' in diameter (Measured 2' above base) Hazardous Trees should be 6" in or larger in diameter (Measured 4.5' above ground level) Load tickets for outbound mulch or ash with volumes/weights Load tickets for outbound C&D with volumes/weights Truck certifications Tipping fee receipts with scale weights or volumes of debris Contract agreement with landfill with prices Names, addresses and GPS coordinates for landfill or disposal location Records and receipts for mulch diverted to beneficial use applications DEP permits for landfills, farms, or commercial sites receiving mulch Note: FHWA loads must be segregated from others by tickets. Provide maintenance records or surveys to demonstrate pre -disaster condition & capacity of waterway & facilities Provide the need for use of side scan sonar to identify immediate threats Document maximum draft of waterways for tidal waters Load ticket for each stump (see note 4) Photograph if "hazardous" stump in the ROW or other public property Stumps that are not a safety hazard must be validated by FEMA before removal FEMA requires GPS coordinates per each Documentation of number and location of trees cut Included in the location: the street/road name & GPS coordinates along public rights -of -way & property address & GPS coordinates of each tree removed from private property Provide photographs of trees Documentation containing the location of trees, number of limbs cut on each tree, and a certification of the limbs sizes Included in the location the name of the street/road & GPS coordinates along public nghts-of-ways & the street address or parcel number limbs cut on private property Photographs must be submitted to document the number of limbs cut Load Ticket for each with collection address, type, brand and description (include model if available) (see note 5) Contract (if separate from removal contract) Receipts for recycled materials Proof that Freon was properly extracted Invoices for any additional costs for disposal or recycling and proof of payment GPS coordinates (see note 8) Records, receipts and invoices from recycling facility or Freon reclamation contractor DEP permits from contractor or facility Hazardous Limbs (broken limbs two inches or larger in diameter measured at the point of break) White Goods and Hazardous Household Waste Freon Recovery Sweeping Curb & Gutter Vacuum Inlets Time sheets (if hourly rate contract used) Daily work reports Locations Contracts with price schedules and bid tabulations Invoices and proof of payment Monitor and document contractor activities FHWA will require list of roads to confirm that they were FHWA (see note 6) Monitor and document contractor activity Daly reports with locations Invoices and proof of payment Contracts with price schedules and bid tabulations Time sheets (if hourly rate contract) Page 2 6/8/2010 FHWA will require list of roads to confirm that they were FHWA FEMA requires regular maintenance records Unit cost per inlet or volumes of debris removed (see note 7) Page 3 6/8/2010 Cost Reimbursable Disposat/Tipping Fees Copy of paid disposal/tipping fee receipts (showing volumes or weights and disposal facility permits) Debris Removal — Cut & Toss Each Crew Days (pre -positioning cost per crew per day) Invoices and proof of payment Time sheets Daily field reports from contractors (specifying, activities and locations). Costs incurred prior to storm landfall are not FHWA-ER eligible. Note: Pre -positioning crews not eligible expense for FHWA, but may be eligible for FEMA category B reimbursement Hourly Rates Per Crew Crew Daily work and monitoring reports (see note 7) Locations for work Time sheets and summaries (for hourly rate contract work) Sign Repair & Replacement Rate schedule per sign type for repair and replacement Signs GPS coordinates (see note 8) Sign type and size Photo of or document existence of damaged sign and 2nd photo of repaired/replaced sign Contractor invoice (specifying locations, sign types, and costs) Copy of contract (with price schedule) Signal Repair & Replacement Rate schedule per sign type for repair and replacement Signal Location (Intersection location by roadway section numbers) and/or GPS coordinates FEMA will require GPS locations Signal type and size Photo of damaged signal and 2nd photo of repaired/repiaced signal Contractor invoice (specifying locations, dates, signal types, and costs) Copy of contract with price schedule Roadway Lighting Repair and Replacement Rate schedule per light type for repair and replacement Light locations Maintenance logs (with schedules and policies for regular maintenance of lights) Contractor invoices (specifying GPS locations (see note 8), dates, type of work, and costs) Copy of contract with price schedule FHWA does not fund emergency lighting major repairs or replacement Notes 1) Load tickets must record' loading site location by street address, mile marker or GPS, truck number, track capacity, driver name, pnme contractor, sub -contractor, date, time of pick- up, time of disposal, collection and tower monitors name and signature, debris type, estimated percentage full to capacity, and tare, gross and net weights if scales used. 2) Costs for first pass removal of debris from Federal Aid eligible roads must be documented carefully and ail costs for subsequent reduction and disposal of that debris must be calculated based on amounts. 3) Monitoring costs for FHWA eligible debris removal should be tracked and documented separately, or must be estimated based on first pass dates or volumes. 4) Load tickets for "hazardous stumps" in the ROW must show exact street address or mile marker, diameter of stump 24 inches above base, GPS coordinates, and all other standard load ticket information. Photographs should also be taken of each stump, Other stumps may be collected as regular debris or converted to cubic yards using the FEMA conversion chart. Stump extraction and removal may not be eligible for FHWA funds unless the stump is impeding the flow of traffic. 5) White goods are generally not eligible for removal cost reimbursement under FHWA guidelines unless the item was deposited in the roadway by the storm. 6) FEMA does not generally reimburse for road or gutter sweeping costs 7) Time and Matenal contracts are limited to 70 hours of response. After that point, the contracts must be competitively re -bid on a unit price basis. 8) GPS coordinates are preferred when locating debris, signs, signal and other work locations In the event GPS coordinates are not available, locations must be identified by street address, road number, roadway section number and mile marker or other means orovidino an exact location FEMA reawres GPs nnntriinatam fnr etumnc Page 4 6/8/2010 9) FEMA policy may change during an event and require certain validation worksheets. These validation worksheets should be completed in accordance with FEMA instructions and retained as part of the contract file. Recommendations o Auditabie documentation and records supporting all cost claims must be retained for a period of five years after funding agreement is closed ❑ Debris load tckets should be entered into a data -base to produce summary reports and to document project totals. ❑ "Cradle to grave" unit price contracts are recommended for debns so that costs for reduction, hauling, disposal, site management and collection are easier to the FHWA and FEMA portions. • o Debris removal contract should specify that stumps over 24" must be deemed eligible for extra extraction and backfill costs before higher stump removal prices stump is not eligible for extraction, it should be flush cut to ground or taken as regular cubic yard debris. Page 5 6/8/2010 track and separate for will be approved. If