HomeMy WebLinkAbout2017-164AAgreement
THIS AGREEMENT is by and between INDIAN RIVER COUNTY, a Political Subdivision of the State of Florida
organized and existing under the Laws of the State of Florida, (hereinafter called OWNER) and Southern
Management, LLC (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the
.mutual covenants hereinafter set forth, agree as follows:
ARTICLE 1 - WORK
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is
described in Exhibit 1— Scope of Work.
ARTICLE 2 - THE PROJECT
The Project for which the Work under the Contract Documents may be the whole or only a part is generally
described as follows:
Project Name_:
Bid Number:
Project Address
ARTICLE 3 - TERM
Annual Maintenance at Spoonbill Marsh
RFP 2017066 .
130057 th Street, Vero Beach, FL 32967
The term of this agreement shall be three years, with two (2) additional one .(1) year renewals available,
subject to vendor acceptance, satisfactory performance, and staff's determination that a renewal
would be in the best interest of the Count
ARTICLE 4 - CONTRACT PRICE
4.01 OWNER shall pay CONTRACTOR for completion of the Work an amount in current funds equal to
the_ sum of the amounts determined pursuant to work completed and at the prices stated in
CONTRACTOR's Bid, attached hereto as Exhibit 2.
ARTICLES - PAYMENT PROCEDURES
5.01 Owner shall make monthly payments based on invoices submitted and for work completed by
CONTRACTOR.
ARTICLE 6 - INDEMNIFICATION
6.01 CONTRACTOR shall indemnify and hold harmless the OWNER, and its officers and employees, from
liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the
extent caused by the negligence, recklessness, or intentional wrongful misconduct of the o
CONTRACTOR and persons employed or utilized by the CONTRACTOR in the performance of the
Work.
ARTICLE 7 - CONTRACTOR'S REPRESENTATIONS
7.01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following
representations:
A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related
data identified in the Invitation to Bid documents.
CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local,
and Site conditions that may affect cost, progress, and performance of the Work.
C. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations
that may affect cost, progress, and performance of the Work.
D. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all
additional or supplementary examinations, investigations, explorations, tests, studies, and data
concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site
which may affect cost, progress, or performance of the Work or which relate to any aspect of the
means, methods, techniques, sequences, and procedures of construction to be employed by
CONTRACTOR, including applying the specific means, methods, techniques, sequences, and
procedures of construction, if any, expressly required by the Contract Documents to be employed
by CONTRACTOR, and safety precautions and programs incident thereto.
E. CONTRACTOR does not consider that any further examinations, investigations, explorations, tests,
studies, or data are necessary for the performance of the Work at the Contract Price, within the
Contract Times, and in accordance with the other terms and conditions of the Contract Documents.
F. CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the
Site that relates to the Work as indicated in the Contract Documents.
G. CONTRACTOR has correlated the information known to CONTRACTOR, information and
observations obtained from visits to the Site, reports and drawings identified in the Contract
Documents, and all additional examinations, investigations, explorations, tests, studies, and data
with the Contract Documents.
H. CONTRACTOR has given OWNER written notice of all conflicts, errors, ambiguities, or discrepancies
that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof
by OWNER is acceptable to CONTRACTOR.
I. The Contract Documents are generally sufficient to indicate and convey understanding of all terms --
and conditions for performance and furnishing of the Work.
ARTICLE 8 - CONTRACT DOCUMENTS
8.01 Contents
A. The Contract Documents consist of the following:
(1) This Agreement (pages 1 to _ inclusive);
(2) Certificate of Liability Insurance
(3) Request for Proposals 2017066
(4) Addenda (numbers 1to 2 inclusive);
(5) CONTRACTOR'S Price Proposal Bid Form (page 12 of 21);
(6) CONTRACTOR'S Submitted Proposal
(7) Affidavit of Compliance (page 21 of 21);
(8) Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of Relationships
(pages 19 to 20 of 21, inclusive);
(9) The following which may be delivered or issued on or after the Effective Date of the Agreement
and are not attached hereto:
a) Written Amendments;
b) Work Change Directives;
c) Change Order(s).
ARTICLE 9 - MISCELLANEOUS
9.01 Terms
A. Terms used in this Agreement will have the meanings indicated in the Invitation to Bid.
9.02 Assignment of Contract
A. No assignment by a party hereto of any rights under or interests in the Agreement will be binding
on another party hereto without the written consent of the party sought to be bound; and,
specifically but without limitation, moneys that may become due and moneys that are due may not
be assigned without such consent (except to the extent that the effect of this restriction may be
limited by law), and unless specifically stated to the contrary in any written consent to an
assignment, no assignment will release or discharge the assignor from any duty or responsibility
under the Contract Documents.
9.03 Successors and Assigns
A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal
representatives to the other party hereto, its partners, successors, assigns, and legal representatives
in respect to all covenants, agreements, and obligations contained in the Contract Documents.
9.04 Severability
A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law
or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and
binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed
to replace such stricken provision or part thereof with a valid and enforceable provision that comes
as close as possible to expressing the intention of the stricken provision.
9.05 Venue
A. This Agreement shall be governed by the laws of the State of Florida. Venue for any lawsuit brought
by either party against the other party or otherwise arising out of this Agreement shall be in Indian
River County, Florida, or, in the event of a federal jurisdiction, in the United States District Court for
the Southern District of Florida.
9.06 Public Records Compliance
A. Indian River County is a public agency subject to Chapter 119, Florida Statutes. The Contractor
shall comply with Florida's Public Records Law. Specifically, the Contractor shall:
(1) Keep and maintain public records required by the County to perform the service.
(2) Upon request from the County's Custodian of Public Records, provide the County with a
copy of the requested records or allow the records to be inspected or copied within a reasonable
time at a cost that does not exceed the cost provided in Chapter 119 or as otherwise provided by
law.
(3) Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law for the duration of
the contract term and following completion of the contract if the contractor does not transfer the
records to the County.
(4) Upon completion of the contract, transfer, at no cost, to the County all=public records in
possession of the Contractor or keep and maintain public records required by the County to
perform the service. If the Contractor transfers all public records to the County upon completion
of the contract, the Contractor shall destroy any duplicate public records that are exempt or
confidential and exempt from public records disclosure requirements. If the contractor keeps and
maintains public records upon completion of the contract, the Contractor shall meet all applicable
requirements for retaining public records. All records stored electronically must be provided to
the County, upon request from the Custodian of Public Records, in a format that is compatible
with the information technology systems of the County.
B. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE
CUSTODIAN OF PUBLIC RECORDS AT:
(772) 226-1424
:)ubiicrecords@ircgov.com
Indian River County Office of the County Attorney
180127th Street
Vero Beach, FL 32960
C. Failure of the Contractor to comply with these requirements shall be a material breach of this
Agreement.
ARTICLE 10 — FEDERAL CLAUSES
10.01 OWNER and CONTRACTOR will adhere to the following, as applicable to this work:
A. Compliance with the Contract Work Hours and Safety Standards Ad:
(1) Overtime requirements. No contractor or subcontractor contracting for any part of the
contract work which may require or involve the employment of laborers or mechanics shall
require or permit any such laborer or mechanic in any workweek in which he or she is employed
on such work to work in excess of forty hours in such workweek unless such laborer or mechanic
receives compensation at a rate not less than one and one-half times the basic rate of pay for all
hours worked in excess of forty hours in such workweek.
(2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the
clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible
therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall
be liable to the United States (in the case of work done under contract for the District of Columbia
or a territory, to such District or to such territory), for liquidated damages. Such liquidated
damages shall be computed with respect to each individual laborer or mechanic, including
watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this
section, in the sum of $10 for each calendar day on which such individual was required or
permitted to work in excess of the standard workweek of forty hours without payment of the
overtime wages required by the clause set forth in paragraph (1) of this section.
(3) Withholding for unpaid wages and liquidated damages. Any agency providing outside funding
for any portion of this work shall upon its own action or upon written request of an authorized
representative of the Department of Labor withhold or cause to be withheld, from any moneys
payable on account of work performed by the contractor or subcontractor under any such
contract or any other Federal contract with the same prime contractor, or any other federally -
assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by
the same prime contractor, such sums as may be determined to be necessary to satisfy any
liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as
provided in the clause set forth in paragraph (2) of this section.
(4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set
forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to
include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for
compliance by any subcontractor or lower tier subcontractor with the clauses set forth in
paragraphs (1) through (4) of this section.
B. Clean Air Act:
(1) The contractor agrees to comply with all applicable standards, orders or regulations issued
pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq.
(2) The contractor agrees to report each violation to OWNER and understands and agrees that the
OWNER will, in turn, report each violation as required to assure notification to the OWNER,
Federal Emergency Management Agency, and the appropriate Environmental Protection Agency
Regional Office.
(3) The contractor agrees to include these requirements in each subcontract exceeding $100,000
financed in whole or in part with Federal assistance provided by FEMA.
Federal Water Pollution Control Act:
(1) The contractor agrees to comply with all applicable standards, orders or regulations issued
pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq.
(2) The contractor agrees to report each violation to the OWNER and understands and agrees that
the OWNER will, in turn, report each violation as required to assure notification to theOWNER,
Agency Regional Office.
(3) The contractor agrees to include these requirements in each subcontract exceeding $100,000
financed in whole or in part with Federal assistance provided by FEMA.
C. Energy Policy and Conservation Act:
The Contractor agrees to comply with mandatory standards and policies relating to energy
efficiency which are contained in the state energy conservation plan issued in compliance with
the Energy Policy and Conservation Act.
D. Suspension and Debarment
(1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As
such the contractor is required to verify that none of the contractor, its principals (defined at 2
C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R.
§ 180.940) or disqualified (defined at 2 C.F.R. § 180.935).
(2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C
and must include a requirement to comply with these regulations in any lower tier covered
transaction it enters into.
(3) This certification is a material representation of fact relied upon by Indian River County. If it is
later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R.
pt. 3000, subpart C, in addition to remedies available to the State of Florida and Indian River
County), the Federal Government may pursue available remedies, including but not limited to
suspension and/or debarment.
(4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C
and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract
that may arise from this offer. The bidder or proposer further agrees to include a provision
requiring such compliance in its lower tier covered transactions.
E. Byrd Anti -Lobbying Amendment
CONTRACTOR certifies to OWNER that it will not and has not used Federal appropriated funds to
pay any person or organization for influencing or attempting to influence an officer or employee
of any agency, a member of Congress, officer or employee of Congress, or an employee of a
member of Congress in connection with obtaining any Federal contract, grant, or any other award
covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non -Federal funds that
takes place in connection with obtaining any Federal award. Such disclosures are forwarded from
tier to tier up to the recipient.
F. Access to Records
The following access to records requirements apply to this contract:
(1) The contractor agrees to provide Indian River County, the FEMA Administrator, the
Comptroller General of the United States, or any of their authorized representatives access to any
books, documents, papers, and records of the Contractor which are directly pertinent to this
contract for the purposes of making audits, examinations, excerpts, and transcriptions.
(2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means
whatsoever or to copy excerpts and transcriptions as reasonably needed.
(3) The contractor agrees to provide the FEMA Administrator or his authorized representatives
access to construction or other work sites pertaining to the work being completed under the
contract.
L. DHS Seal, Logo, and Flags: The contractor shall not use the DHS seal(s), logos, crests, or
reproductions of flags or likenesses of DHS agency officials without specific FEMA pre -approval.
M. Compliance with Federal Law, Regulations, and Executive Orders: This is an acknowledgement
that FEMA financial assistance will be used to fund the contract only. The contractor will comply
will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and
directives.
N. No Obligation by Federal Government: The Federal Government is not a party to this contract
and is not subject to any obligations or liabilities to the non -Federal entity, contractor, or any
other party pertaining to any matter resulting from the contract.
0. Program Fraud and False or Fraudulent Statements or Related Acts: The contractor
acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements)
applies to the contractor's actions pertaining to this contract.
P. AFFIRMATIVE STEPS: CONTRACTOR shall take the following affirmative steps to ensure minority
business, women's business enterprises and labor surplus area firms are used when possible:
(1) Placing qualified small and minority businesses and women's business enterprises on
solicitation lists.
(2) Ensuring that small and minority businesses, and women's business enterprises are
solicited whenever they are potential sources.
(3) Dividing total requirements, when economically feasible, into smaller tasks or quantities
to permit maximum participation by small and minority businesses, and women's business
enterprises.
(4) Establishing delivery schedules, where the requirement permits, which encourage
participation by small and minority businesses, and women's business enterprises.
(5) Using the services and assistance of the Small Business Administration and the Minority
Business Development Agency of the Department of Commerce.
Article 11: TERMINATION OF CONTRACT
A. The occurrence of any of the following shall constitute a default by CONTRACTOR and shall provide
the OWNER with a right to terminate this Contract in accordance with this Article, in addition to
pursuing any other remedies which the OWNER may have under this Contract or under law:
(1) if in the OWNER's opinion CONTRACTOR is improperly performing work or violating any
provision(s) of the Contract Documents;
(2) if CONTRACTOR neglects or refuses to correct defective work or replace defective parts
or equipment, as directed by the Engineer pursuant to an inspection;
(3) if in the OWNER's opinion CONTRACTOR's work is being unnecessarily delayed and will
not be finished within the prescribed time;
(4) if CONTRACTOR assigns this Contract or any money accruing thereon or approved
thereon; or
(5) if CONTRACTOR abandons the work, is adjudged bankrupt, or if he makes a general
assignment for the benefit of his creditors, or if a trustee or receiver is appointed for
CONTRACTOR or for any of his property.
B. OWNER shall, before terminating the Contract for any of the foregoing reasons, notify
CONTRACTOR in writing of the grounds for termination and provide CONTRACTOR with ten (10)
calendar days to cure the default to the reasonable satisfaction of the OWNER.
C. If the CONTRACTOR fails to correct or cure within the time provided in the preceding Sub -Article
B, OWNER may terminate this Contract by notifying CONTRACTOR in writing. Upon receiving
such notification, CONTRACTOR shall immediately cease all work hereunder and shall forfeit any
further right to possess or occupy the site or any materials thereon; provided, however, that the
OWNER may authorize CONTRACTOR to restore any work sites.
D. The CONTRACTOR shall be liable for:
(1) any new cost incurred by the OWNER in soliciting bids or proposals for and letting a new
contract; and
(2) the difference between the cost of completing the new contract and the cost of completing
this Contract;
(3) any court costs and attorney's fees associated with any lawsuit undertaken by OWNER to
enforce its rights herein.
E. TERMINATION FOR CONVENIENCE: OWNER may at any time and for any reason terminate
CONTRACTOR's services and work for OWNER's convenience. Upon receipt of notice of such
termination CONTRACTOR shall, unless the notice directs otherwise, immediately discontinue
the work and immediately cease ordering of any materials, labor, equipment, facilities, or
supplies in connection with the performance of this Contract. Upon such termination Contractor
shall be entitled to payment only as follows:
(1) the actual cost of the work completed in conformity with this Contract and the
specifications; plus,
(2) such other costs actually incurred by CONTRACTOR as are permitted by the prime
contract and approved by the OWNER.
Contractor shall not be entitled to any other claim for compensation or damages against the
County in the event of such termination.
IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate. One
counterpart each has been delivered to OWNER and CONTRACTOR. All portions of the Contract Documents
have been signed or identified by OWNER and CONTRACTOR or on their behalf.
This Agreement will be effective on October 24 2017 (the date the Agreement is approved
by the Indian River County Board of County Commissioners, which is the Effective Date of the Agreement).
OWNER:
CONTRACTOR:
APPROVED AS TO FORM AND LEGA r,FFICIENCY:
By:
ylan Reingold, County Attorney
Jeffrey R. Smith, Clerk of Court and Comptroller
e
Designated Representative:
Name:
Title:
Address:
Phone
Email
5� v 13tie�y1 /'►/�o'I-ce�e�n:-''� i'._L_G
3y: (2t, ' Y .
(Contractor)
(CORPORATE SEAL)
attest
Addressr giving notices: -1
erg & a Clg , A .34.9 to 7
License No.
(Where applicable)
Agent for service of process:
Designated Representative:
Name: Be_+o V • Sr- ► b(u-
Title:
rrc6t araf-
Address:
(o wy
L gf-t15fir-6Cf
1/er42
6CA.eh1
t= .3294 7
Phone:
-)7Z,-q!3-(577
Email:
6 5cj4,A 161ev
P apt . CD 'M
(If CONTRACTOR is a corporation or a partnership,
attach evidence of authority to sign.)
ROl1TH 'A np In- AS
CERTIFICATE OF LIABILITY INSURANCE
DATE(MMIDDNYYY)
10!24!2017
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER 772-567-4930
Ryan Weaver Insurance, Inc.
CenterState Bank Bldg.
855 21 st Street - 2nd Floor
C ACT Ryan M. Weaver
PHONE 772-5674930 FAX772.5674931
(A1C, No, Ext): (A1C, No):
X -MA
Vero Beach, FL 32960
72467337
Ryan M. Weaver
INSURERS AFFORDING COVERAGE NAIC II
INSURER A, Auto Owners Insurance Co. 18988
INSURED Southern Management, LLC
Beth Sembler
INSURER 8:
6945 49th St
INSURER C:
INSURER D:
Vero Beach, FL 32967
INSURER E:
INSURER F:
COVERAGES CERTIFICATE NUMRER- REVISION NIIMRFR-
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
TYPE OF INSURANCE
ADDL
SUB
POLICY NUMBER
POLICY EFF
POLICY EXPLTR
LIMITS
A
X COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE [X] OCCUR
X
72467337
11/22/2017
11%22/2018
EACH OCCURRENCE $ 1,000,000
DAMAGE TO RENTED$ 300,ence)000
MED EXP (Any oneperson) 10,000
PERSONAL & ADV INJURY $ 1,000,000
GENT AGGREGATE LIMIT APPLIES PER:
X POLICY —JELQT LOC
OTHER:
GENERAL AGGREGATE $ 2,000,000
PRODUCTS- COMPIOP AGG $ 2,000,000
$
AUTOMOBILE LIABILITY
ANY AUTO
OWNED SCHEDULED
AUT OSONLY AUTOS
AUTO ONLY ATOS ONLY
Ea act cin SINGLE LIMIT $
BODILY INJURY Perperson) $
BODILY INJURY Per accident $
C� �Rd Yt AMAGE $
$
UMBRELLA LIAB
EXCESS LIAB
OCCUR
CLAIMS -MADE
EACH OCCURRENCE4 S
AGGREGATE $
DED I I RETENTION $
$
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY YIN
ANY PROPRIETORIPARTNERIEXECUTIVE ❑
OFFICERIM�MBER EXCLUDED?
(Mandatory n NNFFi1))
If ye, describe under
DESsCRIPTION OF OPERATIONS below
NIA
PER OTH-
TLITE
E.L. EACH ACCIDENT $
E.L. DISEASE - EA EMPLOYEE $
E.L. DISEASE - POLICY LIMIT $
DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
Certificate Holder is Additional Insured for the General Liability policy
perform 55373 - Blanket Additional Insured
nrerrrrrArC unr nCe rANr CI I ATInN
ACORD 25 (2016103) O 1988-2015 ACORD CORPVRATIUN. An rights reserved.
The ACORD name and logo are registered marks of ACORD
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
Indian River County Utilities
1801 27th Street
Vero Beach, FL 32960
AUTHORIZED REPRESENTATIVE
ACORD 25 (2016103) O 1988-2015 ACORD CORPVRATIUN. An rights reserved.
The ACORD name and logo are registered marks of ACORD
A� �DF CERTIFICATE OF LIABILITY INSURANCE
°A1
CERTIFICATE MAY BE ISSUED OR -MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
1lrotnon
/01/2017
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW,' THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(§), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED; the policy(les) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certainpolicies may require an endorsement A statement on
this certificate. does not confer rights to the certificate holder in lieu of such endorsenw s .
PRODUCERO
SWeFa= Joe Raley insurance Agency
®- 1676 US Highway 1W-im
a
Sebastian FL, 32958
NAME: Tina -
PHON.NEs .FXt1� 772-589-4300 Fgtc No
e MeuL
�llRES3:
INSURER(S) AFFORDING COVERAGE NAIC A
INSURER A: State.Farm Mutual Automobile Insurance Company 25178
INSURED
Sembier & Serrtbler
6945 48th St
Vero Beach FL 32967
INSURER B :
INSURER C :
INSURER D
INSURER E:
INSURER F:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED: NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR -MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY. PAID CLAIMS.
POUCY EFF -T POLaYYCYc arP
?LTR TYPE OF INSURANCE AOD a ' POLICY NUMOER I MMIDD LIMITS
ACCORDANCE WITH THE POLICY PROVISIONS.
COMMERCIAL GENERAL LIABILITY
A ED REPRES E
1801 27th St
Vero Beach FL, 32960
EACH OCCURRENCE $
PPREMMISES(Ea otcurrenrz S
CLAIMS -MADE OCCUR
MED EXP (Any one person) S
'
PERSONAL 8 ADV INJURY S
GEN•L AGGREGATE LIMIT APPLIES PEP.:
__
GENERAL AGGREGATEPRO- � 5
]II
j
POLICY LOC
J EC
;
.PRODUCTS .-COMP/OPAGG 1$
S
I OTHER:
i
AUTOMoaa.ELIABILITY
Y
j
1006709616591
08/06/2017102116/2018
Eesoa ams LEUMrr s
ANY AUTO
k
i
BODILY INJURY (Per person) S 2,000 QDD
OWNED SCHEDULED
AUTOS ONLY I AUTOS
BODILY INJURY (Per acddert) $ 2,000.000
HRED NON
AUTOS ONLY f AUTOS ONLYPROPERTY
DAMAGE - $ 1,000,000
Per 000dont
a
I
I
UMBRELLA UAB
OCCUR
I
EACH OCCURRENCE $
T
EXCESS Like
CLAIMS -MADE
i
AGGREGATE S
_
DED RETENTIONS
$
E
WORNERSCDMPENSATION -
PER OTH-
AND EMPLOYERS•LIABIUTY YIN
1
ATUTE ER
E.L. EACH ACCIDENT S
ANY PROPRIETORIPARTNER/EXECUTFVE 1
OFFICER/MEMBER EXCLUDED?
NIA
"
E.L. DISEASE - EA EMPLOYE 5
(Mandatory In NHI
If ya, descnbe under
1
EL DISEASE •POLICY LIMIT $
DESCRIPTION OF OPERATIONS below
I
DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, AddlUanai Remarks SchodWe, may be attached S more spat* to raQ lrad)
Additional Insured Endorsement on Policy for SOUTHERN MANAGEMENT LLC 6945 49th St Vero Beach FL 32967
Additional Insured Endorsement on Policy for INDIAN RIVER COUNTY UTILITIES 1801 27th Street Vero Beach FI 32960
w �aoo-cv r� Ftt.UrcU 1.Vtt KA I IUN. All rights reserved.
ACORD 25, (2016103) The ACORD name and logo are re tered marks of ACORD'
IM1486 132649.12 0316-2016
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
' Indian River County Utilities Department
ACCORDANCE WITH THE POLICY PROVISIONS.
Department of UUfitySelvice
A ED REPRES E
1801 27th St
Vero Beach FL, 32960
w �aoo-cv r� Ftt.UrcU 1.Vtt KA I IUN. All rights reserved.
ACORD 25, (2016103) The ACORD name and logo are re tered marks of ACORD'
IM1486 132649.12 0316-2016
945 49TH ST
ERO BEACH FL 32957
COPES OF. BUSINESS OR TRADE:
LANDSCAPE GARDENING
i
DRIVERS
%tursuarit to Chapter 410.05(14), F.S., an officer cf acorporation who elects exemption from this chapter by filing a certificate of e:ectior. under this section
ay not recover benefits or compensation under this chapter. Pursuant to Chapter 4.40.05(121. F.S., Certificates of election to be exempt... apply only
thin the scope of the business or trade listed on the notice of election to be exempt. Pursuant to Chapter 440.05(13), F.S., Notices of election to be
exempt and certificates of election to be exempt shall be subject to revocation at any time after the filing of the notice or the issuance of the certificate,
tate person named on the notice or certificate no longer meets the requirements of this secii0n for issuance of. a certificate. The department shall revoke a
CERTIFICATE OF ELECTION TO BE EXEMPT REVISED 08-13 QUESTIONS? (650)413-1609
iriva fi�g'`
JEFF ATWATER
CHIEF FINANCIAL OFFICER
STATE OF FLORIDA
DEPARTMENT OF FINANCIAL SERVICES
DIVISION OF WORKERS' COMPENSATION
CERTIFICATE OF ELECTION TO BE EXEMPT FROM FLORIDA WORKERS' COMPENSATION LAW "
ONSTRUCTION INDUSTRY EXEMPTION
This certifies that the individual listed below has
elected to be exempt from Florida Workers' Compensation law.
EFFECTIVE DATE: 6/11/2016
EXPIRATION. DATE; 6/11/2018
PERSON: SEMBLER
CHARLES W 11
FEIN: 204350940
BUSINESS NAME AND ADDRESS:
SOUTHERN MANAGEMENT. LLC
945 49TH ST
ERO BEACH FL 32957
COPES OF. BUSINESS OR TRADE:
LANDSCAPE GARDENING
i
DRIVERS
%tursuarit to Chapter 410.05(14), F.S., an officer cf acorporation who elects exemption from this chapter by filing a certificate of e:ectior. under this section
ay not recover benefits or compensation under this chapter. Pursuant to Chapter 4.40.05(121. F.S., Certificates of election to be exempt... apply only
thin the scope of the business or trade listed on the notice of election to be exempt. Pursuant to Chapter 440.05(13), F.S., Notices of election to be
exempt and certificates of election to be exempt shall be subject to revocation at any time after the filing of the notice or the issuance of the certificate,
tate person named on the notice or certificate no longer meets the requirements of this secii0n for issuance of. a certificate. The department shall revoke a
CERTIFICATE OF ELECTION TO BE EXEMPT REVISED 08-13 QUESTIONS? (650)413-1609
EXHIBIT 1 -SCOPE OF WORK
ITEM NO. 1 SITE MOWING -BRUSH HOG
1.1 Summary
1. CONTRACTOR shall visit the FACILITY and become familiar with the area to mow.
2. CONTRACTOR shall furnish all labor, equipment and incidentals required to mow the
• FACILITY.
3. The extent of brush hog mowing is shown in Drawing 1.
1.2 Frequency and Conditions
1. CONTRACTOR shall mow with a brush hog, the area delineated in the Drawing 1, six (6)
times per year: once in March, May, July, August, September and November. If weather
conditions prevent scheduled mowing; mowing will be rescheduled per the COUNTY.
2. COUNTY may require additional brush hog mowing for special events at unit cost and
will provide -the CONTRACTOR written notice 15 calendar days in advance.
3. CONTRACTOR shall be aware of soft, wet areas and avoid causing ruts while brush hog
mowing.
4.. CONTRACTOR shall repair ruts caused. by brush hog mowing.
5. CONTRACTOR shall weed whack a minimum of 10' around each of four (4) discharge
boxes.
6. CONTRACTOR shall weed whack a minimum of 10' around the Spoonbill Marsh sign
located at the FACILITY entrance during each scheduled brush hog mowing and for
special events.
ITEM NO. 2 LAWN MOWING '
2.1 Summary
1. CONTRACTOR shall furnish all labor, equipment and incidentals required to mow the
lawn.
2. The extent of lawn mowing is shown in Drawing 2.
2.2 Frequency and Conditions
1. CONTRACTOR shall mow lawn area, eighteen (18) times per year as called out on the
schedule. If weather conditions prevent scheduled mowing, mowing will be rescheduled
per the COUNTY.
2. COUNTY may require additional lawn mowing for special events and will provide the
CONTRACTOR written notice 15 calendar days in advance.
3. CONTRACTOR shall use a weed whacker to trim around four (4) concrete meter vaults,
transformer pad and gravel parking area each scheduled lawn mowing.
Exhibit 1 Page 1
ITEM NO. 3 INVASIVE SPECIES CONTROL
3.1 Summary
1. CONTRACTOR shall have prior experience eradicating and controlling non-native
invasive species of grass and trees.
2. CONTRACTOR shall furnish all labor, equipment and incidentals required for eradicating
non-native invasive species of grass and trees.
3. Invasive species emerge along the roads, along the river boardwalk and on the high,
marsh islands. COUNTY will assist in identifying those areas with invasive species.
4. The extent of invasive species is shown in Drawing 3.
3.2 Frequency and Conditions
1. CONTRACTOR shall eradicate all non-native invasive species four (4) times per year,
once in March, May, July and September. If weather conditions prevent scheduled
eradication, eradication will be rescheduled per the COUNTY.
2. Eradication method shall be cutting trees at the base and spraying with a defoliant. All
cuttings shall be removed from the site. Smaller trees shall be sprayed in place and
wood removed after foliage drops. Grasses shall be sprayed.
3. CONTRACTOR shall apply defoliant spray per manufacturer's directions.
4. CONTRACTOR shall submit an hourly rate. The work requirements will vary.
ITEM NO. 4 SUMP, TRASH SCREEN AND WETWELL CLEANING
4.1 Summary
1. CONTRACTOR shall furnish all labor, equipment and incidentals required to clean the
sump, trash screen and wetwell.
2. Sump, trash screen and wetwell shown in Drawing 4.
4.2 Frequency and Conditions
1. CONTRACTOR shall clean sump, screen and wetwell quarterly, four (4) .times per year:
once in March, June, September and December. If weather conditions prevent
scheduled cleaning, cleaning will be rescheduled per the County.
2. Type II Turbidity Curtain may be required as a protective barrier for work area as shown
in Drawing 4. Turbidity curtain shall be removed after County completes a site
inspection.
3. An experienced diver, PADI certified or equivalent, is required for working inside of the
wetwell.
Exhibit 1 — Page 2
4. Sump, as shown in Drawing 4, is the area between the wetwell and the. river. All
accumulated muck and vegetation shall be removed down to hard pan or clean sand.
Amount of accumulation varies.
5. CONTRACTOR shall not disturb rip rap lining the edge of sump.
6. Wetwell is the concrete structure housing the pumps. All accumulated sand, muck and
vegetation shall be removed from the inside of wetwell. All mollusks shall be scraped
from wetwell walls and removed from site.
7. CONTRACTOR shall remove all debris from pump screen baskets.
8. CONTRACTOR shall be present when County lifts turbine pumps from wetwell for
inspection.
9. Trash screen is the V-shaped structure attached to the front of the wetwell. All mollusks
shall be scraped from the inside and outside of the screen. CONTRACTOR shall note
condition of the sump, trash screen and wetwell and submit a written report via an e-
mail of conditions to the COUNTY.
10. CONTRACTOR shall remove all debris from the site after cleaning of sump, trash screen,
and wetwell.
11. CONTRACTOR shall restore site, in kind, to include grading and covering with hay as
needed.
ITEM NO. 5 MANATEE SCREEN CLEANING
5.1 Summary
1. CONTRACTOR shall furnish all labor, equipment and incidentals required to clean the
manatee screen.
2. Manatee screen is located directly in the lagoon and is subject to wind and tidal
conditions.
3. Manatee screen is shown in Drawing 5'.
5.2 Frequency and Conditions
1. COUNTY shall supply all building.material used in manatee screen maintenance.
2. CONTRACTOR shall remove all accumulation of debris from the manatee screen to
insure water flows into the sump free of obstructions. CONTRACTOR shall remove all
blockage within 24 hours of COUNTY request to clean screen. NOTE: An algae,
commonly known as grassilaria, blooms in warm weather and accumulates on the.
manatee screen impeding flow.
3. Manatee screen shall be repaired and maintained as directed by the COUNTY.
4. Contractor shall submit an hourly rate. The work requirements will vary.
Exhibit 1 —.Page 3
ITEM NO. 6 BOARDWALK MAINTENACE
6.1 Summary
1. COUNTY shall supply all building material used in boardwalk maintenance.
2. Material to be used:
Lumber.- marine grade
Hardware — screws 3", 316 Stainless, star drive
3. CONTRACTOR shall furnish all labor, equipment and incidentals required to repair and
maintain boardwalk.
4. Extent of boardwalk maintenance is shown in Drawing 6.
6.2 Frequency and Conditions
1. CONTRACTOR shall repair boardwalk four (4) times per year: once in March, June,
September and December.. If weather conditions prevent scheduled boardwalk repair,
boardwalk repair will be rescheduled per the COUNTY.
2. CONTRACTOR shall submit an hourly rate for boardwalk maintenance. The repairs each
quarter will vary.
3. CONTRACTOR shall inspect boardwalk and mark boards to be replaced. Boards include
handrails, balusters and baluster stringers, post and decking.
5. COUNTY will inspect boardwalk with CONTRACTOR. COUNTY will order material to be
delivered on-site for CONTRACTOR.
6. The COUNTY may require additional boardwalk maintenance for special events or
weather related damage and will provide the CONTRACTOR written notice 15 calendar
days in advance.
7. CONTRACTOR shall apply a water soluble deck sealer to all new wood per
manufacturers' directions.
8. While boardwalk is being repaired, CONTRACTOR shall post signage that boardwalk is
closed for repair.
9. CONTRACTOR shall remove from the site all debris related to boardwalk maintenance
and replacement.
ITEM NO. 7 BOARDWALK REPLACEMENT
7.1 Summary
1. COUNTY shall supply all material used in boardwalk replacement.
2. Material to be used:
Lumber - marine grade
Hardware — screws.3", 316 Stainless, star drive
3. CONTRACTOR shall furnish all labor, equipment and incidentals required to replace
sections of the boardwalk.
4. Boardwalk replacement shown in Drawing 7.
Exhibit 1 — Page 4
7.2 Frequency and Conditions
Each January, CONTRACTOR will replace 1,000 contiguous feet of.boardwalk, removing
and replacing handrails, balusters and baluster stringers, post and decking. Boardwalk
piling, beam and deck stringers will not be replaced. CONTRACTOR will assess and
report the condition of the piling, beam and deck stringers and submit a written report
via an e-mail of the conditions to the COUNTY. If weather conditions prevent scheduled
boardwalk replacement, boardwalk replacement will be rescheduled per the COUNTY.
COUNTY may opt to replace more or less than 1,000 feet per year and will provide the
CONTRACTOR written notice 30 calendar days in advance.
CONTRACTOR shall have sufficient staff to complete boardwalk replacement in a timely
manner.
4. CONTRACTOR shall apply a water soluble deck sealer to all new wood per
manufacturers' directions.
While boardwalk is being replaced, CONTRACTOR shall post signage that boardwalk is
closed for repair.
CONTRACTOR shall remove from the site all debris related to boardwalk maintenance
and replacement.
ITEM NO. 8 MANGROVE TRIMMING - BOARDWALK
8.1 Summary
CONTRACTOR shall furnish all labor, equipment and incidentals required to trim and
remove trimmings from the site.
Mangrove trimming - boardwalk shown in Drawing 8.
8.2 Frequency and Conditions
1. Once each year in October, CONTRACTOR shall vertical trim all trees three feet out from
hand rail on each side of boardwalk to create a clear zone. If weather conditions
prevent scheduled mangrove trimming, mangrove trimming will be rescheduled per the
COUNTY.
2. All emerging mangrove under the boardwalk shall be removed from the site.
3. CONTRACTOR shall remove from the site all debris related to boardwalk trimming.
4. COUNTY may require additional mangrove trimming along the boardwalk after storm
related events and will provide the CONTRACTOR written notice 15 calendar days in
advance.
Exhibit 1 — Page 5
ITEM NO. 9 RUNNEL CLEANING AND DEBRIS REMOVAL
9.1 Summary
1. Runnels are discharge water channels interconnecting the ponds. Depth 1 to 4 feet
CONTRACTOR shall furnish all labor, equipment and incidentals required to remove
debris from runnels (each bank).
2. Runnel locations are shown in Drawing 9.
9.2 Frequency and Conditions
1. Once each year in February, CONTRACTOR shall provide maintenance cleaning to insure
all runnels are free of debris and obstructions, total of fourteen (14) runnels, various
lengths and widths. Total of 5,540 lineal feet. Depth 1 to 4 feet. If weather conditions
prevent scheduled cleaning, cleaning will be rescheduled per the COUNTY.
2. COUNTY may require additional cleaning of the fourteen (14) runnels after storm
related events. and will provide the CONTRACTOR written notice 7 calendar days in
advance.
3. Debris to be removed consists of overhanging canopy of mangrove trees impeding flow,
fallen tree limbs and some.tree roots.
4. CONTRACTOR shall remove all debris from the site.
ITEM NO. 10 MOSQUITO DITCH CLEANING
10.1 Summary
1. Mosquito Ditches are the channels that drain the eastern 1/3 of the site.
2. CONTRACTOR shall furnish all labor, equipment and incidentals required to remove
debris from the mosquito ditches (each bank).
1 Runnel locations are shown in Drawing 10.
10.2 Frequency and Conditions
1. COUNTY shall specify the mosquito ditches to be cleaned. (COUNTY anticipates
CONTRACTOR cleaning approximately 500' per year as needed to improve water flow.)
2. Mosquito ditches shall be cleaned during the dry season, February and March. If
weather conditions prevent scheduled cleaning, cleaning will be rescheduled per the
COUNTY.
3. COUNTY may require additional cleaning after storm related events and will provide the
CONTRACTOR -written notice 7 calendar days in advance.
4. Debris to be removed consists of decomposing vegetation and silt, overhanging canopy
of mangrove trees impeding flow, fallen tree limbs and some tree roots.
5. CONTRACTOR shall place debris on each bank well away from water channel. Debris is
not required to be removed from site.
Exhibit 1 — Page 6
6. CONTRACTOR shall use a per foot price.
ITEM NO. 11 NORTH AND SOUTH BREECH DEBRIS REMOVAL
11.1 Summary
1. North and South Breeches are discharge water channels connecting ponds to the
Lagoon. Depth 1 to 4 feet.
2. CONTRACTOR shall furnish all labor, equipment and incidentals required to remove
debris from the North and South Breeches (each bank):
3. The breech locations are shown in Drawing 11.
11.2 Frequency and Conditions
1. CONTRACTOR shall.clean the North and South Breeches quarterly, four (4) times per
year, once in March, June, September and December. If weather conditions prevent
scheduled cleaning, cleaning will be rescheduled per the COUNTY.
2. COUNTY may require additional cleaning of debris from the north and south breech
after storm events and will provide the CONTRACTOR written notice 7 calendar days in
advance.
3. Debris consist of decomposing vegetation and silt, overhanging canopy of mangrove
trees impeding flow, fallen tree limbs and some tree roots.
4. CONTRACTOR shall be working in water.
S. CONTRACTOR shall place debris on each bank.well away from water channel. Debris is
not required to be removed from site.
ITEM NO. 12 ROAD MAINTENANCE
12.1 • Summary
1. CONTRACTOR shall furnish all labor, equipment and incidentals required for.repairing
and maintaining roads.
2. CONTRACTOR shall furnish suitable roadway material as approved by the COUNTY.
3. Roads shown in Drawing 12.
12.2 Frequency and Conditions
1. Once each year in•December, CONTRACTOR shall repair roads. If weather conditions
prevent scheduled road repairs, road repairs will be rescheduled per the County.
2. CONTRACTOR shall begin road maintenancestarting at the end of pavement nearest US
Highway 1.
3:. COUNTY may require additional site work or road repair due to weather related erosion
or other unforeseen events and will provide the CONTRACTOR written notice 7 calendar
days in advance.
Exhibit 1— Page 7
4. COUNTY may opt to provide roadway material for certain road related work.
5. COUNTY.may opt to utilize IRC Road and Bridge forces for certain road related work.
6. CONTRACTOR shall use a per hour price. The work requirements will vary.
ITEM NO. 13 MISCELLANEOUS TASK
13.1 Summary
1. CONTRACTOR shall furnish all labor, equipment and incidentals required for
miscellaneous task or repairs.
13.1 Frequency and Conditions
1. Miscellaneous tasks or repairs will include, but may not be limited to relocating or
removing plant mats and relocating or removing oysters. And, small repairs that will
require welding and fabricating
GENERAL CONDITIONS FOR SITE MAINTENANCE
1. FACILITY is a part of the COUNTY potable water system and is in operation 24 hours per
day, seven days per week. CONTACTOR shall coordinate with the COUNTY before
commencement of any and all work.
2. FACILITY is a wildlife habitat. Potentially dangerous animals are present; alligators, bob
cats, otters.
3. CONTRACTOR shall maintain the site for safe ingress and egress of.County vehicles and
immediately report to the COUNTY unsafe conditions or unusual activity.
4. The entrance gate at US Highway 1 shall be kept closed and locked. CONTRACTOR will
be provided with a key.
5. CONTRACTOR shall not store equipment on the site.
6. CONTRACTOR shall not store fuel, oil or chemicals on the site and shall immediately
report all spills to the COUNTY.
7. CONTRACTOR shall remove from the site all litter encountered during maintenance
activities.
8. CONTRACTOR shall exercise caution using gasoline powered tools while working in and
around the water.
Exhibit 1 - Page 8
K
Exhibit 2 - Pricing
u
le
1f
o
�,
M
Qb
o
p
O
M
N
ci
i1s
fl
o
o
ca3
C'J
t
%
6
o
O
Z
�
:b
q
�+1
M
•-•
N
N
0
Q
r
O
x
x
Pa
o
•.�
a
o
a
Vi
in
��
ev
N
a
°'
N
r-
9
Cc
W-
ID
W
LL
>
z
z
z
z
p
z
m
O
¢
z
G
G'
G
G
0
0
0
o
z
o
¢
=
V
r
O
o
o
(U
l7 o
Q tN
O -
m
Q
O
Z
2
V
t9
a
o
a
'D
N
,a
s
O
o
w
Q
a
u
„
..
N
O fx
O LL
Q
LL
3
=
Q LL
W>
OL
w z
a
O
z
z
z
z
z..
z
•�
> Z?-•
Q O
S
O•-
J
u
w
2
O O
o
Z
>
O
Z
a
a
'Q
_ Y
Q
C d
Q -
O
¢
¢
'.a
�_
G
t J
Q'
Q
Q
K
vxi oz
4
W
U
Z
Z
K
d
a
`i
m
CL d
K
O
W
Q
N
O
O
m
¢
,c
ec
¢
0 O
`L
-�
W
¢
~
Q
J
�.
w
LL
m
u
u
w
u
w
?
O
C 0.1..
d
W
�••.
z
O
V
w
W
o
d voLn
a
Y
J
�_
J
C
Q
W
poYFYoYK.Y0G�>-<-<-<W
W
Q W
�Q' w
¢' w
7¢
w
0 :
a¢
d ¢
mw¢
<I-YoGow
w w
j>
'z {-
d~
�¢.,
W w
,^ w
Q �,¢,
W
d ¢
z}
z>
z>
z r
Q. °�
¢
n
6' O
� 6
zo
O
O
O
Z
O
N
K
Q
Z_
¢
Q
>
J
fd
z
Q
J
>
O
Q
Q^
tD
Q
z
Q
V
Y
Z
w
Q
d
O
w
F-
W
Q
F
Q Q
W F
S� Q
Q
z
m
Y
V1
C
p
N
N
Z_
O
>
H
-�
{
V 2
3
m
w
<
O
¢ 'n
H
O
Z
m
3
w
3
z
Z !2
g¢�
o
z
a u
G
to
a
W
o
�,
w
u
uo
z
t
w�
o
Z
~
z
z
d
W
V
Y
JIx
V
¢
O
an
d
Z
q
r
Q
Z
o
x
o o
g
o
Z
Lu
,c
co
>
of
v
^
w
Q
3o?o?W
O~
a t-
Q
r
O
-.
p
Cr
O
a
7
vj
Q
>
2
a
¢
pzpz�
¢
j
V
C
o
o
F
u
vUi
z
0
z
m
Co
~
Z
cc
j
�
u
Ou
Z
Q
z
o
Q
O
Ou
c
¢
¢
¢
Z
Z
`^
Z
z
.
Q
C
0
Z
•O
�
W
H
N
M
q
U1
1p
i�
W
dl
a`
F-
K
Exhibit 2 - Pricing