Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2007-302
08/ 28/ 2007 09 : 24 7889114 CROSSENV PAGE 02/ 02 11 i1 Asbestos Abatement (Demolition and Removal Services) Privity Agreement Cross Environmental Services, Inc. ("Cross), a Florida corporation as Contractor under that certain Standard Written Agreement No. MA2839 [RFP-DOT-03104-8117-EH) dated June 18, 2004 as extended through June 17, 2010 With State of Florida Department of Transportation ("Contract") hereby represents and warrants to Indian River County, Florida that: 1 ) The Contract is attached hereto as Exhibit 1 and incorporated herein by this reference; 2) Contractor Will perform the services set forth in Exhibit 2 attached hereto and incorporated herein by this reference for Indian River County, Florida under all of the terms and conditions of the Contract; 3) All references to Department of Transportation in the Contract shall be deemed to mean Indian River County, Florida; 4) Contractor will submit payment invoices) to Indian River County, in form satisfactory to Indian River County, Florida; 5) Indian River County,. Florida, Will be named as Owner and beneficiary under the payment and performance bonds set forth in the Contract; 6) Indian River County, Florida, will be named as an additional insured on all of the types of insurance set forth in the Contract; and 7) The Project Manager for Indian River County shall be Lynn Williams. Date: _ CONTRACTOR: Cross Envir nmental Service , Inc. By: U,. Pres Attest: J . K. Barton, Clerk Accepted by: - INDIAN RIVER COUNTY, FLORIDA By: P� ` 1��` '� BY 14��(�/�5�� Deputy Clerk Ga C:Wheeler, Dhairrnan Board of 000ty CoMmissionem Approved: BCC Approved: September 11, 2007 0 Josep Baird, County Administrator APprQ as to form and Igal sufficiency: w adan�Gl E. Fe*,Assistant County Attorney IndianRiver Co. Approved Date Administration Legal e7 Budget Q 5 Department Risk Mgt. a EXHIBIT 1 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-040-19 STANDARD WRITTEN AGREEMENT PROCUREMENT O2lO4 Pane I of 7 Agreement No. : MA2639 Financial Project I . D . : VARIOU-S-_= F . E. I . D. No. : F592866646015 Procurement No. : RFP-DOT-03/04-8117-EH D. M. S. Catalog Class No. : 973-095 BY THIS AGREEMENT, made and entered into this day of c , 2t�)6by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION , hereinafter called the " Department" and CROSS ENVIRONMENTAL SERVICES, INC. of P . O . BOX 1299, CRYSTAL SPRINGS , FLORIDA 33524 duly authorized to conduct business in the State of Florida, hereinafter called "Vendor," hereby agree as follows: 1 . SERVICES AND PERFORMANCE A. In connection with ASBESTOS ABATEMENT STATE-WIDE (DEMOLITION & REMOVAL) SERVICES the Department does hereby retain the Vendor to furnish certain services, information , and items as described in Exhibit "A, " attached hereto and made a part hereof. B. Before making any additions or deletions to the work described in this Agreement, and before undertaking any changes or revisions to such work, the parties shall negotiate any necessary cost changes and shall enter into an Amendment covering such work and compensation . Reference herein to this Agreement shall include any amendment(s). C. All tracings, plans, specifications , maps, computer files, and reports prepared or obtained under this Agreement, as well as all data collected , together with summaries and charts derived therefrom, shall be considered works made for hire and shall become the property of the Department upon completion or termination without restriction or limitation on their use and shall be made available, upon request, to the Department at any time during the performance of such services and/or upon completion or termination of this Agreement. Upon delivery to the Department of said document(s) , the Department shall become the custodian thereof in accordance with Chapter 119, Florida Statutes. The Vendor shall not copyright any material and products or patent any invention developed under this Agreement. The Department shall have the right to visit the site for inspection of the work and the products of the Vendor at any time. D. All final plans, documents, reports, studies, and other data prepared by the Vendor shall bear the professional's seal/signature, in accordance with the applicable Florida Statutes, Administrative Rules promulgated by the Department of Business and Professional Regulation , and guidelines published by the Department, in effect at the time of execution of this Agreement. In the event that changes in the statutes or rules create a conflict with the requirements of published guidelines , requirements of the statutes and rules shall take precedence. E . The Vendor agrees to provide project schedule progress reports in a format acceptable to the Department and at intervals established by the Department. The Department shall be entitled at all times to be advised , at its request, as to the status of work being done by the Vendor and of the details thereof. Coordination shall be maintained by the Vendor with representatives of the Department, or of other agencies interested in the project on behalf of the Department. Either party to this Agreement may request and be granted a conference. F. All services shall be performed by the Vendor to the satisfaction of the Director who shall decide all questions, difficulties, and disputes of any nature whatsoever that may arise under or by reason of this Agreement, the prosecution and fulfillment of the services hereunder and the character, quality, amount of value thereof; and the decision upon all claims, questions, and disputes shall be final and binding upon the parties hereto. Adjustments of compensation and contract time because of any major changes in the work that may become necessary or desirable as the work progresses shall be subject to mutual agreement of the parties, and amendment(s) shall be entered into by the parties in accordance herewith . Reference herein to the Director shall mean the EXHIBIT 1 r J76-oaafs PROCUREMENT 02104 2 . TERM Page 2 of 7 A. Initial Term. This Agreement shall begin on date of execution and shall remain in full force and effect through completion of all services required or Term of Thirty-Six Months , whichever occurs first. Subsequent to the execution of this Agreement by both parties, the services to be rendered by the Vendor shall commence and be completed in accordance with the option selected below. (Select box and indicate date(s) as appropriate) : Q Services shall commence and shall be completed by or date of termination , whichever occurs first. Q Services shall commence upon written notice from the Department's Contract Manager and shall be completed by or date of termination , whichever occurs first. @ Other: See Exhibit "A" B. RENEWALS (Select appropriate box) : O This Agreement may not be renewed. Di This Agreement may be renewed for a period that may not exceed three (3 ) years or the term of the original contract, whichever period is longer. Renewals shall be contingent upon satisfactory performance evaluations by the Department and subject to the availability of funds . Any renewal or extension shall be in writing and shall be subject to the same terms and conditions set forth in this Agreement. C. EXTENSIONS . In the event that circumstances arise which make performance by the Vendor impracticable or impossible within the time allowed or which prevent a new contract from being executed , the Department, in its discretion , may grant an extension of this Agreement. Extension of this Agreement shall be in writing for a period not to exceed six (6) months and shall be subject to the same terms and conditions set forth in this Agreement; provided the Department may, in its discretion , grant a proportional increase in the total dollar amount based on the method and rate established herein . There shall be only one extension of this Agreement unless the failure to meet the criteria set forth in this Agreement for completion of this Agreement is due to events beyond the control of the Vendor. It shall be the responsibility of the Vendor to ensure at all times that sufficient time remains in the Project Schedule within which to complete services on the project. In the event there have been delays which would affect the project completion date, the Vendor shall submit a written request to the Department which identifies the reason (s) for the delay and the amount of time related to each reason. The Department shall review the request and make a determination as to granting all or part of the requested extension . 3 . COMPENSATION AND PAYMENT A. Payment shall be made only after receipt and approval of goods and services unless advance payments are authorized by the Chief Financial Officer of the State of Florida under Section 215.422( 14), Florida Statutes. B . If this Agreement involves units of deliverables , then such units must be received and accepted in writing by the Contract Manager prior to payments . C . Bills for fees or other compensation for services or expenses shall be submitted in detail sufficient for a proper preaudit and postaudit thereof. D. The bills for any travel expenses , when authorized by terms of this Agreement and by the Department's Project Manager, shall be submitted in accordance with Section 112 . 061 , Florida Statutes , and Chapter 3 - Travel , Department's Disbursement Operations Manual, 350-030-400 . E . Vendors providing goods and services to the Department should be aware of the following time frames. Upon receipt, the Department has five (5) working days to inspect and approve the goods and services, unless otherwise specified herein. The Department has twenty (20) days to deliver a request for payment (voucher) to the Department of Financial Services . The twenty (20) days are measured from the latter of the date the invoice is received or the goods or services are received, inspected and approved . EXHIBIT 1 ' 375-04019 PROCUREMENT 07104 Page 3 of 7 F. If a payment is not available within forty (40) days, a separate interest penalty as established pursuant to Section 215.422, Florida Statutes, shall be due and payable, in addition to the invoice amount, to the Vendor. Interest penalties of less than one ( 1 ) dollar shall not be enforced unless the Vendor requests payment. Invoices which have to be returned to a Vendor because of Vendor preparation errors shall result in a delay in the payment. The invoice payment requirements do not start until a properly completed invoice is provided to the Department. G. The State of Florida, through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system. Pursuant to Section 287. 057(23) , Florida Statutes, all payments shall be assessed a transaction fee of one percent ( 1 %), which the Vendor shall pay to the State. For payments within the State accounting system (FLAIR or its successor), the transaction fee shall , when possible, be automatically deducted from payments to the Vendor. If automatic deduction is not possible, the Vendor shall pay the transaction fee pursuant to Rule 60A-1 . 031 (2), Florida Administrative Code. By submission of these reports and corresponding payments , Vendor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee. The Vendor shall receive a credit for any transaction fee paid by the Vendor for the purchase of any item(s) if such item(s) are returned to the Vendor through no fault, act, or omission of the Vendor. Notwithstanding the foregoing, a transaction fee is non-refundable when an item is rejected or returned, or declined, due to the Vendor's failure to perform or comply with specifications or requirements of the Agreement. Failure to comply with these requirements shall constitute grounds for declaring the Vendor in default and recovering reprocurement costs from the Vendor in addition to all outstanding fees. VENDORS DELINQUENT IN PAYING TRANSACTION FEES MAY BE EXCLUDED FROM CONDUCTING FUTURE BUSINESS WITH THE STATE . H . A vendor ombudsman has been established within the Department of Financial Services. The duties of this individual include acting as an advocate for vendors who may be experiencing problems in obtaining timely payment(s) from a state agency. The Vendor Ombudsman may be contacted at (850) 410-9724 or by calling the State Comptroller's Hotline, 1 -800-848-3792 . I . Records of costs incurred under terms of this Agreement shall be maintained and made available upon request to the Department at all times during the period of this Agreement and for three (3) years after final payment for the work pursuant to this Agreement is made. Copies of these documents and records shall be furnished to the Department upon request. Records of costs incurred shall include the Vendors general accounting records and the project records, together with supporting documents and records of the Vendor and all subcontractors performing work on the project, and all other records of the Vendor and subcontractors considered necessary by the Department for a proper audit of project costs. J . The Department, during any fiscal year, shall not expend money, incur any liability, or enter into any contract which , by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written , made in violation of this subsection is null and void, and no money may be paid on such contract. The Department shall require a statement from the comptroller of the Department that funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding one ( 1 ) year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years. Accordingly, the Department's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. 4. INDEMNITY AND PAYMENT FOR CLAIMS A. INDEMNITY: The Vendor shall indemnify and hold harmless the Department, its officers and employees from liabilities, damages, losses, and costs, including, but not limited to , reasonable attorney's fees, to the extent caused by negligence, recklessness, or intentional wrongful misconduct of the Vendor and persons employed or utilized by the Vendor in the performance of this Agreement. It is specifically agreed between the parties executing this Agreement that it is not intended by any of the provisions of any part of the Agreement to create in the public or any member thereof, a third party beneficiary hereunder, or to authorize anyone not a party to this Agreement to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Agreement. PAYMENT FOR CLAIMS : The Vendor guaranties the payment of all just claims for materials, supplies, tools, or labor and other just claims against the Vendor or any subcontractor, in connection with the Agreement. The Department's final acceptance and payment does not release the Vendor's bond until all such claims are paid or released. EXHIBIT 1 • 375-040-19 PROCUREMENT 02104 Page 4 of 7 B. LIABILITY INSURANCE . (Select and complete as appropriate) : O No general liability insurance is required . The Vendor shall carry and keep in force during the term of this Agreement, a general liability insurance policy or policies with a company or companies authorized to do business in Florida, affording public liability insurance with a combined bodily injury limits of at least $ 500,000. 00 per person and $ 1 , 000 ,000. 00 each occurrence , and property damage insurance of at least $ 1 , 000 , 000. 00 each occurrence, for the services to be rendered in accordance with this Agreement. Q The Vendor shall have and maintain during the term of this Agreement, a professional liability insurance policy or policies or an irrevocable letter of credit established pursuant to Chapter 675 and Section 337. 106, Florida Statutes, with a company or companies authorized to do business in the State of Florida, affording liability coverage for the professional services to be rendered in accordance with this Agreement in the amount of $ C. WORKERS' COMPENSATION , The Vendor shall also carry and keep in force Workers' Compensation insurance as required for the State of Florida under the Workers' Compensation Law. D. PERFORMANCE AND PAYMENT BOND. (Select as appropriate) : Q No Bond is required . Q Prior to commencement of any services pursuant to this Agreement and at all times during the term hereof, including renewals and extensions, 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 and conditioned for the prompt, faithful, and efficient performance of this Agreement according to the terms and conditions hereof and within the time periods specified herein, and for the prompt payment of all persons furnishing labor, materials, equipment, and supplies therefor. E . CERTIFICATION . With respect to any insurance policy required pursuant to this Agreement, all such policies shall be issued by companies licensed to do business in the State of Florida. The Vendor shall provide to the Department certificates showing the required coverage to be in effect and showing the Department to be an additional certificate holder. Such policies shall provide that the insurance is not cancelable except upon thirty (30) days prior written notice to the Department. 5. COMPLIANCE WITH LAWS A. The Vendor shall allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119 , Florida Statutes, and made or received by the Vendor in conjunction with this Agreement. Failure by the Vendor to grant such public access shall be grounds for immediate unilateral cancellation of this Agreement by the Department. B . The Vendor agrees that it shall make no statements, press releases or publicity releases concerning this Agreement or its subject matter or otherwise disclose or permit to be disclosed any of the data or other information obtained or furnished in compliance with this Agreement, or any particulars thereof, during the period of the Agreement, without first notifying the Department's Contract Manager and securing prior written consent. The Vendor also agrees that it shall not publish , copyright, or patent any of the data developed under this Agreement, it being understood that such data or information are works made for hire and the property of the Department. C . The Vendor shall comply with all federal, state, and local laws and ordinances applicable to the work or payment for work thereof, and will not discriminate on the grounds of race , color, religion , sex, national origin , age, or disability in the performance of work under this Agreement. D. If the Vendor is licensed by the Department of Business and Professional Regulation to perform the services herein contracted, then Section 337. 162 , Florida Statutes , applies as follows: ( 1 ) If the Department has knowledge or reason to believe that any person has violated the provisions of state professional licensing laws or rules, it shall submit a complaint regarding the violations to the Department of Business and Professional Regulation. The complaint shall be confidential . EXHIBIT 1 ' 375-040-19 PROCUREMENT 02104 Paae 5 of 7 (2) Any person who is employed by the Department and who is licensed by the Department of Business and Professional Regulation and who, through the course of the person's employment, has knowledge to believe that any person has violated the provisions of state professional licensing laws or rules shall submit a complaint regarding the violations to the Department of Business and Professional Regulation. Failure to submit a complaint about the violations may be grounds for disciplinary action pursuant to Chapter 455, Florida Statutes, and the state licensing law applicable to that licensee. The complaint shall be confidential. (3) Any complaints submitted to the Department of Business and Professional Regulation are confidential and exempt from Section 11 9 , 07(l ) , Florida Statutes, pursuant to Chapter 455, Florida Statutes, and applicable state law. E. The Vendor covenants and agrees that it and its employees and agents shall be bound by the standards of conduct provided in applicable law and applicable rules of the Board of Business and Professional Regulation as they relate to work performed under this Agreement. The Vendor further covenants and agrees that when a former state employee is employed by the Vendor, the Vendor shall require that strict adherence by the former state employee to Sections 112. 313 and 112 . 3185 , Florida Statutes, is a condition of employment for said former state employee . These statutes will by reference be made a part of this Agreement as though set forth in full. The Vendor agrees to incorporate the provisions of this paragraph in any subcontract into which it might enter with reference to the work performed pursuant to this Agreement. F . A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity, may not submit a bid , proposal , or reply on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 , Florida Statutes, for CATEGORY TWO for a period of thirty-six (36) months following the date of being placed on the convicted vendor list. G . An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal , or reply on a contract to provide any goods or services to a public entity, may not submit a bid , proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with a public entity, and may not transact business with any public entity. H. The Department shall consider the employment by any vendor of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If the Vendor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this agreement. L Pursuant to Section 216. 347, Florida Statutes, the vendor may not expend any State funds for the purpose of lobbying the Legislature, the judicial branch, or a state agency. 6. TERMINATION AND DEFAULT A. This Agreement may be canceled by the Department in whole or in part at any time the interest of the Department requires such termination . The Department reserves the right to terminate or cancel this Agreement in the event an assignment be made for the benefit of creditors. B . If the Department determines that the performance of the Vendor is not satisfactory, the Department shall have the option of (a) immediately terminating the Agreement, or (b) notifying the Vendor of the deficiency with a requirement that the deficiency be corrected within a specified time, otherwise the Agreement will be terminated at the end of such time, or (c) taking whatever action is deemed appropriate by the Department. C. If the Department requires termination of the Agreement for reasons other than unsatisfactory performance of the Vendor, the Department shall notify the Vendor of such termination , with instructions as to the effective date of termination or specify the stage of work at which the Agreement is to be terminated. EXHIBIT 1 375-040-19 PROCUREMENT 02104 Pane 6 of 7 D. If the Agreement is terminated before performance is completed , the Vendor shall be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment, however, may not exceed an amount which is the same percentage of the agreement price as the amount of work satisfactorily completed is a percentage of the total work called for by this Agreement. All work in progress shall become the property of the Department and shall be turned over promptly by the Vendor. 7. ASSIGNMENT AND SUBCONTRACTS A. The Vendor shall maintain an adequate and competent staff so as to enable the Vendor to timely perform under this Agreement and may associate with it such subcontractors, for the purpose of its services hereunder, without additional cost to the Department, other than those costs within the limits and terms of this Agreement. The Vendor is fully responsible for satisfactory completion of all subcontracted work. The Vendor, however, shall not sublet, assign , or transfer any work under this Agreement to other than subcontractors specified in the proposal, bid , and/or Agreement without the written consent of the Department. B. Select the appropriate box: @ The following provision is not applicable to this Agreement: O The following provision is hereby incorporated in and made a part of this Agreement: It is expressly understood and agreed that any articles that are the subject of, or required to carry out this Agreement shall be purchased from a nonprofit agency for the blind or for the severely handicapped that is qualified pursuant to Chapter 413, Florida Statutes, in the same manner and under the same procedures set forth in Section 413.036( 1 ) and (2), Florida Statutes; and for purposes of this Agreement the person, firm, or other business entity (Vendor) carrying out the provisions of this Agreement shall be deemed to be substituted for the state agency (Department) insofar as dealings with such qualified nonprofit agency are concerned. Q The following provision is hereby incorporated in and made a part of this Agreement: It is expressly understood and agreed that any articles which are the subject of, or required to carry out this Agreement shall be purchased from the corporation identified under Chapter 946, Florida Statutes, in the same manner and under the procedures set forth in Sections 946. 515(2) and (4), Florida Statutes ; and for purposes of this Agreement the person , firm, or other business entity (Vendor) carrying out the provisions of this Agreement shall be deemed to be substituted for this agency (Department) insofar as dealings with such corporation are concerned . The "corporation identified" is Prison Rehabilitative Industries and Diversified Enterprises, Inc. (PRIDE) . Available pricing, products , and delivery schedules may be obtained by contacting: PRIDE Enterprises 12425 - 28th Street, North St. Petersburg, FL 33716-1826 (800)643-8459 Q This Agreement involves the expenditure of federal funds and Section 946. 515, Florida Statutes, as noted above, does not apply. However, Appendix I is applicable to all parties and is hereof made a part of this Agreement. 8 . MISCELLANEOUS A. The Vendor and its employees, agents, representatives, or subcontractors are not employees of the Department and are not entitled to the benefits of State of Florida employees . Except to the extent expressly authorized herein , Vendor and its employees, agents, representatives, or subcontractors are not agents of the Department or the State for any purpose or authority such as to bind or represent the interests thereof, and shall not represent that it is an agent or that it is acting on the behalf of the Department or the State. The Department shall not be bound by any unauthorized acts or conduct of the Vendor or its employees, agents, representatives, or subcontractors. Vendor agrees to include this provision in all its subcontracts under this Agreement. B . All words used herein in the singular form shall extend to and include the plural. All words used in the plural form shall extend to and include the singular. All words used in any gender shall extend to and include all genders . EXHIBIT 1 375-040-19 PROCUREMENT 02/04 Pape 7 of 7 C. This Agreement embodies the whole agreement of the parties. There are no promises, terms, conditions, or obligations other than those contained herein, and this Agreement shall supersede all previous communications, representations, or agreements, either verbal or written , between the parties hereto. D. It is understood and agreed by the parties hereto that if any part, term or provision of this Agreement is by the courts held to be illegal or in conflict with any law of the State of Florida, the validity of the remaining portions or provisions shall not be affected, and the rights and obligations of the parties shall be construed and enforced as if the Agreement did not contain the particular part, term, or provision held to be invalid. E . This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. F . In any legal action related to this Agreement, instituted by either party, the Vendor hereby waives any and all privileges and rights it may have under Chapter 47 and Section 337. 19, Florida Statutes, relating to venue, as it now exists or may hereafter be amended , and any and all such privileges and rights it may have under any other statute, rule, or case law, including, but not limited to those grounded on convenience. Any such legal action may be brought in the appropriate Court in the county chosen by the Department and in the event that any such legal action is filed by the Vendor, the Vendor hereby consents to the transfer of venue to the county chosen by the Department upon the Department filing a motion requesting the same. G. If this Agreement involves the purchase or maintenance of information technology as defined in Section 282. 0041 , Florida Statutes, the selected provisions of the attached Appendix II are made a part of this Agreement. H . Time is of the essence as to each and every obligation under this Agreement. I . The following attachments are incorporated and made a part of this agreement: Exhibit "A" Scope of Service Exhibit "B" Method of Compensation Exhibit "C' Price Proposal J . Other Provisions: IN WITNESS WHEREOF, the parties have executed this Agreement by their duly authorized officers on the day, month and year set forth above. Cross Envmental Services, Inc. STATE OF FLORIDA ' DEPARTMENT OF TRANSPORTATION Name o nor ` n Auuthorize Signature ature a4de ' CHRISTOPHER WARREN ( PrinUType) (Print/Type) Title: ya!S� Title: DEPUTY EXECUTIVE DIRECTOR and C. O. O. FOR DEPARTMENT USE ONLY APPROVED: LEGAL IEW: �Z a, 6 cu Procurement Office EXHIBIT 1 EXHIBIT "A" SCOPE OF SERVICES Abatement, Demolition and Removal Contract I. OBJECTIVE : The objective of this Agreement is to retain a General Contractor to provide abatement, demolition and/or removal services necessary along the Florida Department of Transportation, Turnpike Enterprise' s right-of-way . The General Contractor is responsible for obtaining an Florida Asbestos Consultant to perform the asbestos work. The Department shall request contractor services on an as-needed basis. The Department shall authorize such services on a parcel(s) basis, based on need and availability of budget. No minimum amount of work is guaranteed under this contract. This is a non-exclusive contract. Other contractors may be utilized. II. CONTRACTOR'S REQUIREMENTS: Contractor, at the time of presenting a proposal, must have the capabilities of maintaining a minimum of three (3) satellite offices in addition to their main office. Contractor is required to have a minimum of five (5) years experience with demolition contracts. The demolition contracts awarded to Contractor should be a minimum of $ 100,000 per contract. Contractor must hold a Florida Class "A" General Contractor license. Contractor must hold a Florida State Certified Asbestos Contractor' s License. M. CONTRACTOR' S RESPONSIBILITY: The Contractor must carry and keep in force during the period of this contract a general liability insurance policy or policies with a company authorized to do business in the state of Florida, affording public liability insurance with combined bodily injury limits of at least $ 1 .000 ,000.00 per person and $500.000 .00 each occurrence, and property damage insurance of at lease $ 1 ,000,000.00 each occurrence, for the services to be rendered in accordance with this contract. The Contractor' s Asbestos Sub-Consultant must have and maintain during the period of this contract, a professional liability insurance policy or policies or an irrevocable letter of credit established pursuant to Chapter 675 , Florida Statutes, and Section 337 . 106, Florida Statutes, with a company authorized to do business in the state of Florida, affording professional liability coverage for the professional services to be rendered in accordance with this contract in the amount of at least $ 1 .000.000.00. The Contractor shall maintain professional liability coverage for a minimum of three years after completion of the services rendered under this contract. The Contractor shall provide the Department with a Performance Bond in the amount of $450,000.00/full amount of the proposal). The Performance Bond shall be provided by a surety company authorized to do business in the state of Florida. The Performance Bond shall be executed and furnished to the Department prior to contract execution and no later than ten (10) days after the ending date of the period for posting the intended award decision, unless the Department extends the time period in writing. Failure to -Scope of Services PageA 1 of 10 Abatement, Demolition and Removal 36 of 55 EXHIBIT 1 provide the required Performance Bond to the Department within the aforementioned timeframe will void the Contractor's proposal and the Department will proceed in contracting with the next highest rated Proposer. Contractor shall comply with all work requirements found in Exhibit "C" and Master Specification for Asbestos Abatement (provided by Asbestos Consultant). Contractor will provide a certified asbestos consultant to perform the following: asbestos surveys and O&M plans when applicable. Additionally, this certified asbestos contractor will provide the master specification for asbestos abatement. Contractor will remove from the subject parcel(s) all asbestos containing materials (ACM) as defined by Section 255 .551 (2), Florida Statutes, and identified in the specification for Asbestos Abatement (Section IV herewith) and by their reference made a part hereof. The removal work shall be accomplished in accordance with 40 C .F.R., Subpart M. Part 61 . 145 . Demolition is understood to include the complete tear down of all improvements, breaking up and hauling away of foundations and slabs, capping of wells, removal or filling of septic tanks, and removal of all other debris on site so as to leave the parcel leveled and clear of any type of improvements . Removal is understood to mean the physical relocation of an improvement to an approved site. Included in removal is breaking up and hauling away of foundations and slabs, capping of wells, removal or filling of septic tanks, and removal of all other debris on site so as to leave the parcel leveled and clear of any type of improvements. a. The Contractor shall demolish and/or remove from authorized parcels any real property, fixtures to real property and personal property as authorized by the Department. All structures must be removed completely, including foundations and slabs. Concrete slab floors and foundations on a partial taking must be severed at the right of way line. Underground site utilities must likewise be cut and capped at the right of way line by appropriate licensed personnel. b . The Contractor shall dispose of all materials in a safe and efficient manner in accordance with all local, state and federal regulations. c. When structure removal or demolition has commenced and any part of the structure must be left standing or debris remains on the property at the conclusion of a workday, Contractor must barricade the area and provide for regular security inspections for the site(s). The Department assumes no liability for any equipment left on site overnight. d . All merchantable timber is excluded from the sale and removal work. Contractor will take all necessary precautions to avoid harming any existing vegetation. Contractor is responsible for adhering to County tree removal ordinances. Failure to comply with this requirement will result in forfeiture of the Performance Bond. e . The Contractor shall fill all holes or cavities with clean compactable fill sand, so as to leave the premises in a clean, safe and sanitary condition. Area shall be scraped to provide a uniform grade throughout. f The Contractor shall furnish all labor, equipment, supplies, materials, expertise and any other items necessary to accomplish the services. Scope of Services PageA 2 of 10 Abatement, Demolition and Removal 37 of 55 EXHIBIT 1 g. The Contractor shall, as its expense, obtain all required permits from the local, state, federal, or other public authority needed to perform all authorized services. h. Should water be necessary, it must be furnished by the Contractor from an outside source, i.e., water truck, fire hydrant, or a temporary meter obtained from the utility company. Electric service must be obtained from an outside source, i.e., a generator or a temporary pole must be erected. All costs incurred are the responsibility of the Contractor. Approval and permits must be granted from respective agencies and/or utility providers by the Contractor. i. A NESHAP notification (by certified mail, "Return Receipt Requested") no less than 10 working days must be given to the Florida Department of Environmental Protection (FDEP) and the Florida Department of Labor and Employment Security (FDLES) prior to commencing any demolition of buildings or part of buildings. This notification shall be coordinated between the Contractor and the Department' s Project Manager. j . The Contractor shall inform and notify the Department, in writing, of the proposed site for relocation of any building or other improvement covered by this Agreement. The Department shall have the unqualified right to approve or reject the proposed site for relocation should it be within the area of a proposed right-of-way or planned or contemplated highway or improvement of the Department. Further, the Contractor shall not place or relocate any such improvements in a location so rejected by the Department upon written notice of the rejection, and may not proceed with the relocation until and unless written approval has been received from the Department. k. Maintenance of Traffic 1 ) The Contractor' s employees are expected to obey all traffic regulations pertaining to Part VI of the Manual on Uniform Traffic Control Devices (MUTCD) and Index 600 of the Department' s Roadway and Traffic Design Standards to accommodate traffic in a safe and efficient manner and for adequate protection of the work force and the motoring public. 2) The responsibility for installation and maintenance of adequate traffic control devices and warning devices for the protection of the traveling public and workers, as well as to safeguard the work area in general , shall rest with the Vendor. 3) The Contractor shall at all times conduct the work in such a manner and sequence as to insure the least interference with traffic. The Vendor' s vehicles and other equipment shall be operated in such a manner that they will not be a hazard or hindrance to the persons and/or property in the vicinity of the work and/or adjacent areas. 1 . The Contractor shall conduct his/her operations in such a manner that no undue hazard will result due to the requirements of this section, and the language in this section shall in no way act as a waiver of any of the terms of the liability of the Contractor of his/her surety. Whether combustible or non-combustible, NO MATERIAL WILL BE PERMITTED TO BE LEFT ON THE SITE. No pipes, rebar or any other material is be left protruding from the ground. in. All materials removed from the building, portions of buildings or any other items shall be removed from the site daily, by the Contractor, unless otherwise allowed by the Scope of Services PageA 3 of 10 - Abatement, Demolition and Removal 38 of 55 EXHIBIT 1 Department. During the demolition process, any debris left on site with Department permission shall be placed on the rear of the property or as far away from pedestrian traffic as possible. Asbestos containing material (ACM) stored overnight must be kept in locked dumpsters or Contractor-owned/leased closed bed and securable vehicles. Contractor is to ensure that sites are leveled and backfilled to adjacent ground level. Any fill required must be furnished by the Contractor and must be clean, compactable fill. All disturbed areas must be graded and raked free of debris. n. The Contractor shall cap all on-site water systems in accordance with current rules and regulations. A representative of the Department must be present for inspection when this work and all other items listed in this section are performed . There can be no exceptions. An appointment may be made by contacting Elaine Green, (407) 532-3999 ext. 3623. WELLS: All wells must be abandoned by the Contractor in accordance with Florida Department of Environmental Protection Rule 17-532 .500(4), F. A . C. Documentation of such abandonment within the allotted time period must be presented to the Department before payment will be made. SEPTIC TANKS & LIFT STATIONS: Septic tanks and lift stations to be pumped out and removed. Pump outs are determined by the necessity and condition per tank. Removal by the Contractor shall be done in accordance with any applicable state and local laws and regulations. Existing sewer system, manholes, etc. are to be left intact and undamaged. SWIMMING POOLS : In-ground pools must be excavated, materials totally removed, and the pool area filled, firmly compacted and graded to adjacent ground level . IV. ASBESTOS DEMOLITION SURVEY AND ABATEMENT SPECIFICATIONS/SUPERVISION Introduction The purpose of the asbestos survey and related activities is to identify and address any Asbestos Containing Materials (ACM) in the buildings located within the project ' s boundaries for the Statewide Contract. Prior to demolition, these facilities must be surveyed and the presence or absence of ACM documented. A management plan and abatement specifications must also be developed if ACM is determined to be present. Abatement specifications are to be of sufficient detail so as to be used as a scope of services for an asbestos abatement contract. Contract administration, abatement supervision and building clearance activities shall also be provided. Standards Asbestos Consulting activities are to be conducted under the direction of an Asbestos Consultant licensed pursuant to F .S . 469.003 -469.006 and shall be conducted in accordance with F .S. 255 .551 - 255 . 565 and other applicable local, state and federal laws and guidelines pertaining to asbestos in vacant state owned buildings proposed for demolition. Asbestos surveys shall be performed, using as a guide, the State of Florida Building Asbestos Survey Specifications, which by this reference is made a part hereof and/or other guidance procedures established by the Florida Department of Labor and Employment Security (FDLES) for State owned vacant buildings proposed for demolition. Asbestos abatement shall be in accordance with the National Emissions Standards for Hazardous Air Pollutants (NESHAPS) 40 CFR Part 61 Subpart M. Occupational Safety and Health Administration (OSHA) standards, and recommendations made by the FDLES and Florida Department of Environmental Protection (FDEP) or its designated authority. Scope of Services PageA 4 of 10 Abatement, Demolition and Removal 39 of 55 EXHIBIT 1 The Asbestos Consultant shall provide all labor and equipment required to conduct the appropriate work task including but not necessarily limited to sampling tools and sample containers, spot encapsulant, respirators and other personal protective equipment, plastic sheeting, asbestos disposal bags, flashlights, ladders, photographic equipment and supplies, air monitoring equipment, and other supplies. The Asbestos Consultant shall be responsible for transportation or delivery of bulk samples to the analytical laboratory and for proper disposal of contaminated waste. When the Asbestos Consultant or Surveyor finds a situation that requires immediate action, such as an actual fiber release episode or significantly damaged ACM, he shall notify the Department immediately upon discovery . The Department will provide the Asbestos Consultant with available information relating to the facilities listed for each project. The Department also will be responsible for providing the Asbestos Consultant with site access for each facility to be surveyed. Asbestos Inspection and Survey Report Asbestos survey, bulk sampling and analysis, and reporting activities shall include, but not necessarily be limited to, the following: Review any structural or building specification plans as may be available for each building. Conduct an on-site physical inspection of each building upon notifications and authorization by the Department. Identify, document and quantify any suspect friable and non-friable ACM, which is accessible in each building. Asbestos inspection and survey reports will be assigned by individual parcel and each report, and work plan if required, shall be completed within twenty-one (21 ) days from the date of authorization. All areas of homogeneous suspect material, without regard to the results of subsequent laboratory bulk analysis, shall be indicated on a set of building floor plans or drawings . Areas of homogeneous suspect materials shall be clearly delineated in the report. The extent and location of ACM must be shown on a floor plan diagram in the final report. ACM shall be classified as friable or non-friable and shall be categorized as follows: • Surfacing Materials : Materials which are sprayed-on, troweled-on, or otherwise applied to surfaces. Examples include acoustical plaster on ceilings, fire-proofing on structural components, wall board, or other materials on surfaces for acoustical, fire-proofing, or other purposes . • Thermal System Insulation (TSI) : Materials in a building or distribution system applied to pipes, fittings, boilers, breaching, tanks, ducts, or other systems components to prevent heat loss or gain, water condensation, or for other purposes . • Miscellaneous Materials : Interior or exterior material components such as linoleum, floor and ceiling tiles, fire doors, roofing siding, and materials not an integral component of the building such as stage curtains, protective clothing, laboratory apparatus and equipment, and other materials not listed. Scope of Services PageA 5 of 10 Abatement, Demolition and Removal 40 of 55 EXHIBIT 1 Identify all locations where asbestos containing material may be present but cannot be sampled, with the reason it cannot be sampled. Areas where access is impossible shall be indicated on the drawings with a notation as to why the areas could not and/or should not be fully investigated. Collect and analyze a sufficient number of bulk samples of all suspect ACM as may be warranted by site conditions. Quality assurance and chain of custody procedures outlined in Appendix B, Analytical Quality Assurance plan, Building Asbestos Survey Specifications (SV-Y 3- 789), DLES shall be followed. Sampling locations shall be documented on a set of reasonably scaled building floor plans or drawings or marked with an identification number corresponding to the representative sample number. Bulk samples shall be collected from materials in each homogeneous area to determine the asbestos content and to identify the complete content matrix of the material . Photographic documentation of each bulk sampling location, which includes the unique sampling number, shall be provided in each survey report. Bulk samples shall be analyzed utilizing PLM/DS techniques by a NVLAP-accredited laboratory . The analysis of bulk samples must identify the complete matrix of sample constituents consistent with the aforementioned Appendix B. Analytical Quality Assurance Plan . The analyst conducting the analysis shall have sufficient education, training and experience to perform the analysis in a competent manner. A resume of the analyst responsible for conducting the analysis as well as documentation of lab accreditation shall be provided in the survey report. Prepare a separate survey/assessment report, which summarizes the results of the survey for each parcel. The report shall include any and all documentation including lab analysis sheets, photographs, drawings, etc. which may be needed to substantiate the presence or absence, quantity, condition, and location of ACM. A copy of the report will be signed by the appropriate person licensed pursuant to F.S . 469.003-469.006, and a copy of said license provided. A draft copy of the report shall be submitted to the Department and the DLES. Regional Asbestos Coordinator for review and approval . Upon incorporation of review recommendations, four copies of the finalized report shall be distributed to the appropriate personnel . Foi facilities that do not contain ACM, the following shall he included in the survey report- a. Sufficient documentation to substantiate the absence of ACM . b . An appropriate number of photographs taken of the exterior and interior of the building to substantiate the absence of ACM in the building. c. A detailed description of the materials and methods of construction of each building. d . A completed "Check List for Buildings with No Known or Suspect ACM," Appendix H of the FDLES Building Asbestos Survey Specifications. e. The Asbestos Consultant shall certify to the best of his knowledge that the building contains no ACM. For unoccupied facilities that contain ACM, the following items, in addition to any of the applicable aforementioned items, will be included in the survey report. a. Management plan consisting of the following: - The building shall be secured as necessary to prevent entry by unauthorized persons . - The building will be posted with appropriate warning signs alerting persons to the Scope of Services PageA 6 of 10 Abatement, Demolition and Removal 41 of 55 EXHIBIT 1 asbestos hazard contained therein. A periodic inspection (weekly) of the building for breach of security will be performed. Appropriate documentation will be maintained of all events and repairs as performed. Abatement, as required under NESHAPS 40 C.F .R. Subpart M, Section 61 . 147, will be performed prior to demolition. Site security, posting and inspection activities shall be conducted by the Consultant. b. A completed "Survey Form", Appendix F, of the FDLES Building Asbestos Survey Specifications. c. An estimation of the costs of abatement for the removal of ACM as required by 40 C.F.R., Subpart M, Part 61 . 147 (NESHAPS) and other appropriate agency requirements. Operations and Maintenance (O&M) Plan Requirements If the asbestos survey identifies ACM in an occupied building and the established vacate date is within 180 days from the date the survey was performed, upon authorization from the Department the Consultant shall prepare a letter O & M Plan. The letter O & M Plan shall be addressed to the building occupants and shall simply and briefly address the location and type of ACM present and summarize any special material handling requirements. The letter O & M Plan shall be dated, signed and sealed by a licensed asbestos consultant and shall be prepared as an addendum to the asbestos survey report. The Consultant shall send the letter O & M Plan by Certified Mail, Return Receipt Requested, to the occupants within five (5 ) days, of FDLES approval of the survey report. If a facility will not be vacated within 180 days from the date of the survey, an O & M plan shall be prepared by the Consultant in accordance with Rule 381-40.009 and .010, F .A.C ., and using as a reference FDLES 's guide for the preparation of operation and maintenance plans and incorporating any recommendations made by the Asbestos Oversight Program Team. The Department' s Generic Program for Operations and Maintenance of Asbestos Containing Materials for Department Owned and Occupied Facilities may be utilized to develop the O & M Plan . The O & M plan shall address the fact that the facility is to be vacated and demolished and should consider such issues as the length of extended occupancy ; number of occupants; type of facility ; amount, location, condition and type of asbestos present; reinspection requirements and other information specific to Department acquired buildings that are scheduled for demolition. The plan shall be dated, signed and sealed by a licensed asbestos consultant and shall be submitted by the consultant to the FDLES Regional Asbestos Program Manager for review and approval within twenty-one (21 ) days of completion of the asbestos survey. Original O & M Plans and any subsequent revisions shall be sent Certified Mail, Return Receipt Requested, to the FDLES Regional Asbestos Program Manager for review and approval, with all certified mail receipts returned to the Department. The Department and the FDLES Asbestos Program Administrator shall be copied on all submittals. Revisions to the O & M plan shall be submitted to the appropriate agency within ten ( 10) calendar days of receipt of an agency review or recommendation letter. The Consultant shall provide an original of the O & M Plan to the tenant/occupant and the Department within five (5) days of FDLES approval of the plan. Abatement Specifications Scope of Services PageA 7 of 10 Abatement, Demolition and Removal 42 of 55 EXHIBIT 1 The asbestos Consultant shall develop an Architectural General Term Asbestos Abatement Project Manual to include a comprehensive set of asbestos abatement specifications that addresses the removal of any and all asbestos containing material that may be encountered on this Project. Abatement specifications shall be in compliance with all applicable federal, state and local regulations and requirements for the removal of regulated ACM from vacant state owned buildings scheduled for demolition. This includes, but is not limited to 40 C.F .R., Subpart M. Part 61 . 147 (NESHAPS), F .S. 255 .551 -.565 , F. S. 469.003-469.006 and any other appropriate agency guidelines or recommendations. The Asbestos Abatement Project Manual shall be in a format and of sufficient detail so as to be used as a Request for Bids and contract for the selection/procurement of a licensed asbestos abatement contractor. The Asbestos Consultant shall include in the Project Manual a Unit Price Schedule for specific abatement activities that will be utilized to establish abatement costs. Abatement shall be conducted for the established unit fee on an as needed basis . Abatement specifications shall be signed by the Asbestos Consultant, licensed pursuant to F.S . 469.003 -469 .006. A General Term Asbestos Abatement Project Manual shall be submitted to the Department. Any revisions shall be submitted to the Department within five (5) days of receipt of request for revisions. Abatement Supervision/Final Clearance Resort Asbestos Consultant shall provide all necessary services and equipment required to provide abatement supervision, air monitoring and final building clearance for all facilities that require asbestos abatement prior to or as part of demolition. These oversight services include, but are not necessarily limited to, the following: a. Conduct pre-construction conferences and inspections with the abatement contractor in order to clarify the scope of work, establish time frames and resolve any technical issues pertaining to the authorized abatement project. b. Conduct daily monitoring of all asbestos abatement and related activities. Develop and maintain a log of all monitoring activities which include a description of events, times and personnel involved. Asbestos abatement/project monitors shall be appropriately trained/certified for supervision of Asbestos Abatement Projects. c. Identify, resolve and document any discrepancies in abatement activities which are not in compliance with the asbestos abatement contract and abatement specification . Immediately notify the Department of any significant incidents. d. Conduct all ambient air monitoring activities as requested. This shall include but not limited to, air sampling, field and lab PCM analysis and final reporting, when necessary. Pre-abatement and final clearance air monitoring analysis shall be conducted offsite by the designated analytical laboratory . e. Upon completion of asbestos abatement, conduct final clearance inspection and any required sampling necessary to obtain all required agency sign-offs and approvals. f Within three (3 ) days of completion of the approved final clearance inspection, submit to the Department a Visual Inspection/Final Clearance Certification Letter, which includes a signed statement by the consultant that the abatement project was performed and completed in compliance with all abatement specifications. g. Provide four (4) copies of a final clearance report summarizing asbestos abatement activities associated with each completed abatement project. Complete all related Scope of Services PageA 8 of 10 Abatement, Demolition and Removal 43 of 55 EXHIBIT 1 project closeout and clearance documentation within the specified time schedules and distribute to all appropriate regulatory agencies. The final report shall include a project history, methodology and operation summary, agency notifications, abatement contractor submittals, field sheets, air monitoring data, waste disposal receipts, and a certification signed by the consultant certifying that asbestos abatement was conducted and completed in accordance with the abatement specifications. h. Assist the Department in any regulatory agency interactions including, if requested, any agency meetings. V. All asbestos abatement specifications shall become a part of demolition specifications and shall be considered as such. Contractor understands and agrees that the work provided herein shall not be considered complete until the final TEM clearance air samples indicate presence of 0.01 or less asbestos structures per cubic centimeter in accordance with the monitoring requirements prescribed by rules of the Department of Labor and Employment Security. No payment shall be made to the Contractor pursuant to the terms of this agreement until such time as all work required to be performed under this agreement is complete. Further, no payment shall be made to the Contractor until such time as the Department receives a copy of the waste shipment record received and signed by the disposal waste site owner or operator from the Contractor. Removal work of ACM (asbestos containing materials) hereby agree to be performed by the Contractor licensed pursuant to Section 455 . 301 through 455 .309 , Florida Statutes, shall not begin prior to receiving a notification to proceed from the Department. VI. DEPARTMENT RESPONSIBILITIES: The Department will provide a Project Manager for administering the terms of this Agreement who shall be Elaine Green, (407) 532-3999 Ext 3623 . In addition to Ms. Green, Project Managers working for her may assist in contract administration duties such as issuing Letters of Authorization. A. Method of Compensation The Department agrees to compensate the Contractor for services performed under this Agreement (See also Exhibit `B", Method of Compensation). A.1 The Department will request services on an as-needed basis by Letter of Authorization (LOA). The Department and the Contractor will agree on the services to be performed for each authorization, the work item and quantities required for performance of the services, the performance period. The Contractor shall be compensated for each authorized assignment under this Agreement based on a total agreed amount established by the appropriate unit prices set forth in Exhibit " C" . A.2 The total agreed amount for each work authorization shall be the total compensation to the Contractor and shall be deemed to cover all costs, including, but not limited to salaries, overhead, general and administrative expenses, incidental expenses, operating margin and subcontractor costs. A.3 The Contractor shall invoice upon completion of each authorization and payment shall be made upon acceptance of work, receipt and approval of invoices. VII. INDEFINITE QUANTITY CONTRACT: Scope of Services PageA 9 of 10 Abatement, Demolition and Removal 44 Of 55 EXHIBIT I EXHIBIT " B" METHOD OF COMPENSATION 1 . 0 PURPOSE : This Exhibit defines the limits and method of compensation to be made to the Contractor for services set forth in Exhibit "A" and the method by which payments shall be made. 2. 0 ASSIGNMENT OF WORK: The Department shall request Contractor services on an as-needed basis . Services to be provided on each project will be initiated and completed as directed by the Project Manager, Elaine Green. A "Letter of Authorization" will be issued for each project scheduled . 3.0 COMPENSATION : There is no Budgetary Ceiling ; funds will be encumbered for each Letter of Authorization . This is a 3-Year Term Contract for an Indefinite Quantity whereby the Vendor agrees to furnish services during a prescribed period of time. The specific period of time completes such a contract. The Department will authorize services based on a need and availability of budget. The Department agrees to compensate the Contractor for services performed . Execution of this Agreement does not guarantee that the work will be authorized . 4.0 ESTABLISHMENT OF " LETTER OF AUTHORIZATION" ( LOA) AMOUNT : For each " Letter of Authorization" (LOA) the Contractor, following the Scope of Services as set forth in Exhibit "A" , shall prepare and submit to Department a detailed itemized Task Authorization Request (on their company letterhead) based on the line item rates established in Exhibit "C" , and allowable expenses . Once an acceptable estimate of work has been agreed upon by the Contractor and the Department's Project Manager, a "Letter of Authorization" shall be issued and sent by the Project Manager. The "Letter of Authorization" will include the begin date for the specified work and completion date for the specified work. 5.0 PROGRESS PAYMENTS : The Contractor shall invoice upon completion of each "Letter of Authorization" ( LOA). The Contractor shall submit an invoice in a format acceptable to the Department which includes the Company Name, mailing address (the address should correlate with the Contractor's Federal ID number) Payment shall be made upon satisfactory performance of services , receipt and approval of invoices. The total agreed amount for each work authorization shall be the total compensation to the Contractor and shall be deemed to cover all costs, including , but not limited to salaries, overhead , general and administrative expenses , incidental expenses, operating margin and subcontractor costs. EXHIBIT "B" Page I of 1 46 of 55 1 500 square feet 11 '. 11 111 � - 11 - I 111 Imal 1 X11square teet ® © 1 111 � Willi oruare feet 11 11 111 � 11 �IMMQKIM�uare feet / 1 1 111 � 11 11 111 � 11 111 r- 11 1 11square feet 11 1 111 square feet 11 11 111 � - - ® © 11 ,500 square feet 11 111 � 11 � 11 �GX11 11 'M - 0 111 � 11 11 no oil 51 • � � �� - � � - 11 � • • • • , i € x. � : � _.'a 1 ^ '�� �t v;.� -� ➢ P"3 , �� € � y i , ': ti'*^� P „� ,� � I P ,fir- x t' .;'�� �� _�-'—� , .�a,� av'�' .. 1 1 1 1 • - offs,King 11 1 1 1 • mm, 11 [EUro�, Greater than 5,000 square feet mm, MOB ® 1 11 • - _ _ - 1 11 � ® 1 1 1 1 • Kau OHM] 11 1 1 1 • — �� MH 1 1 1 ® - han 5,000 square feet 11 73a dra'.�S” y ,rz°m; 1. .500 • - 1 1 1 E 3,000 square - - 1 1 1 ® 111 TTUU�square feet Emma � ® 111 • 737 FETE1 11 • � Mm 11 ® 1 1 1 1 • - 1 1 ® 3,001 5,000 square feet1 11 ® Greater square feet SH=, , I a3 ' ; _T1 ® 1 11 square feet 1 1 ® 13,000 square feet1 11 ® 3 ,0015,000 square feet WSWR MF - 111 • 1 1 1 ® 1 11 • I1 ® 1 1 11 • - mull we ® 11 11I • 1 11 ® 111 • 1 11 ® 1 111 • ' 1 / 1 ® I 1 EMILILIJZquare feet1 11 ® 111 • ... - 1 11 � k - 1 � w 6` ! .x ps OEM ® • 11 ® 1 111 • • • � ♦ 11 ® 11 1 111 • • - • � 1 1 ® 1 11 1 111 • Pic • - jjjwlzwvj J=1 ® 1111 • • • ♦ 11 � ® • 11 tIT �-�. line MEN Mimi �r FIR�l �2,501 5,000 total square feet ( I Story) 11 1 111 • � • . ♦ 11 1 11 1 11 1 • • • . ♦ 1 1 • offf11 1 111 • • • ' ' 11 • 11 • 1 1 1t I y i � 1 F ._dam ® • ' . II © ® • � � ® • • � 44 ® r Stories ® Stories ® Stories ® • W, ® 4+ Stories • • l 4+ Stories �■ „ �� S •°S P L. i 1 111 • • • 11 ® • 11 � ® • 11 � 11 1 111 • • - • 11 ® • 11 ® • 11 111 1111 • • _ _ • 11 � ® • lu11 1 111 • • - - • ' ' 11 ® Stodes 11 .•` r*'r `` v E-2 n�Z • - • • 1 11 77 INIFS-1 Met ® . 11 • 1 - • • • 11 r , ® KVI WE MTN VAPmrs • • • t • - • • 1 1 A ;saer ® Sign Base • ' • uare foot =iii :z6 z; -- LemI • I • • • XMIMMALTARM • im KIWI;�18 ® • • • . - =NMI © ® Saw cutper • • • 11 © r MjFMW • fY PA <' P : '..`-P. "'-`'"t�e"'q- �v' a na^ :. rx 11 ® 1 • • • • 11 ® • • • • � • • • • Mmill mmas 11 � mom —777 _ I • • . • 111 _ • • • - • • • 11 11 - • ' o - •US v P973 @=M Fro X M UsTol - • ME - : - • • • - • - t • 11 • - • • - • - . - • - • - -• 11 s :7x - • • • _ ' NFRO • I r � i i r a Ili _ . ei 0 . . . . " . • - 11 111 :711TO lug ," Installation of FabricPosts lineal feet11 �� Va—sonry Wall with footers lineal feet mom ME-ewille=. M � 1 Diameter Price Per Footof Depth lineal _ . 111 F.&I a UFA R • . - • • - • • • . - . - - 11 . • - • • - . • • . - r - : 11 . • - . • - • • . r - • - _ 11 Lei L . • • • • I no 1 . • . �MEM �� •� . . r 1' - • . I VE94• - Al JiM1 11 1® Well • • Diameter lin - - 1 11 " • . • . . - - 11 � ® Well - • Diameter lineal f- .��.��� • 1 1 ® Remove Diameter - 11 ® Well • - • • Diameter lineal fe - • 11 Well - Remove 8-inch Diameter lineal �� MFTM We I: Lyre F.M rr4a in � oil. - • . - . - • ' • 111 � r . : . - - ... • , " • - _ . - '. 111 a� ® Electrician per • 11 Plumber per Man-hour ® 127117111w.Manolmlamm . • 11 - P - • • • • - • - • - • • Iidl � nr• . • • • . • • • • • • - • . • / 1 • • • • • ■ • Fe • • .�[Mlscellaneous Openings Installation11 � ;737 ` .Y ti T„.;, 1 C .-fr�3'.,�.a - ^ � I-EiT� n ?T! ® Lkarpenter11 ® • 111 OEM la r�k ® µ • 111 • • • ..., . x. — .. �I,ly� ® • 1 • • . • � ® • • — � © ® • - • . linear • • ® 1 • Wire - linear foot OEM / ® wirl, • • • ® MOM • • • • 11 � ®' . ,• • 11 ® Hem Fir, - linear - � © ® • • • 1 • • — Mims � =- M alm in, OUTWEANamam no"]mil 1 . Facie Board, I xB - linear foot ®' • . • 11 ® ME: • - 11 AnchorBolts, 11 � Screws -- pound 11 � ® Generator 1 11 ® • • OFM 11 ® . . . �� Mffii11 • Jr. 11 g� • 11 11 _NT — Engineering Plan Fee per plan 1111 IFI / I 16 M • 11 � � � . • • • ��— 111 11�� • 11 • • • • • • 1111 • 11 . - ♦ I • • 11 1 1 • 1 1 • � • • I • r 1 1 1 • 11 Abatement Specifications1 11 • 11 . I - • • • . - • 1 - • • • • • - 1111 • 11 • • . - - � - • • - - • • . 1111 �_ v : 11 EMINFM • • • • - - . • • • 11 © Mime n J _ _ M11 • 11 • - • . . • • • • - 11 : 11 • 11 • - • • I • . • • • • • 11 � : 11 • : 11 • • • ♦ - • • ♦ 11 . w • =r 10 11 11 ' - • - • • • • • - • • • - • 11 1 1 • 1 1 on WIN 91MIRM • - • _ • • • - • • • 11 : 11 • 11 • - - _ _ - • • • - . • _ • • 11 little It IRMId WWI ONTO"IlLf : 11 • 11 • • ' • • . • • � � ';ttr : 11 11 • ' • • • • • _ � � 11 1 1 ' • • - . • • • • - - • - • • • - • �� 1119111 11 : 11 X11 • - - • t-vinyI square foot — KSIIMI � : 11 11 • - - _ • _ • - • . - • • - OEM � FETITIMOMIN EMPWon, � 75i loTij : 11 1Remove vibratordampers11 : 11 1 • Remove wallboard 555�ge l:TTMMMM;fMoLj=FIMrsIM*nMt=* MM : 11 1Remove sinks with _ • per 11 t r { 11 : 11 • - • • • • • • • • - • OR SIMI : 11 : 11 • • • • • • • 111:11111111 111- • • • • 11 � : 11 : SII • • - • • • • • • • - • • _ 11 � EXHIBIT 1 ITEM # DESCRIPTION QUANTITY UNIT $ TOTAL 13009. 100 Provide properly trained & certified manpower to perform misc. asbestos abatemenVcleanup activity per hour $40 .00 $ 6009.200 jProvide manpower to perform misc demolition activities as necessary to access ACM per hour $40 .00 1 $ PROJECT MANAGER: DATE: EXHIBIT 1 L. at June 14, 2007 Operates the statewide Mr. Clyde A. Biston, President Turnpike System as Cross Environmental Services part of the Florida Department of P . O. Box 1299 Transportation Crystal Springs, Florida 33524 CHARLIE CRIST Governor Re : CONTRACT# MA2639 RENEWAL STEPHANIE C . NOPELOUSOS Secretary of ASBESTO ABATEMENT STATE-WIDE (DEMOLITION & Transportation REMOVAL) SERVICES JAMES L. ELY Executive Director Turnpike Headquarters: Dear Mr. Blston: Milepost 263, Bldg. 5315 Turkey Lake Service Plaza Ocoee , FL 34761 Enclosed is a fully executed copy contractual services Modification Mailing Address: P.O. Box 613069 (Renewal) project of the Service Agreement for the above referenced ro ect for Ocoee, FL 34761 your files. Tel : 407 . 532 .3999 If you have any questions, please call the Project Manager, Elaine Green www.floridasturnpike.com (407) 532-3999 If you have any questions please contact me at the number listed below. Sincerely, AEIi etlt E. - Hill, FCNlW, CPPB Procurement Specialist M (407) 264-3188 elizabeth.hillI @,dot.state_fl .us Florida's Turnpike Mainline • Beachline West • Homestead Ext. • Polk Pkwy. • Sawgrass Exp". • Seminole Eepwy. • Southern Connector Ed. • Suncoast Pkwy. • Western Beltway • Veterans Ezpwy. EXHIBIT 1 375-040-07 PROCUREMENT 07102 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION STANDARD WRITTEN AGREEMENT MODIFICATION NO. 1 Contract No. MA2639 F. P .I . No. VARIOUS Vendor No. F592866646015 Procurement No. RFP-DOT-03/04-8117-EH DMS Catalog Class No. 973-095 Renewal Agreement No. 1 This Agreement, made and entered into this / day of 2007, by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION , hereinafter called the "Department ' and Cross Environmental Services Inc. , P. O. Box 1299, Crystal Spring, Florida, 33524 duly authorized to conduct business in the State of Florida, hereinafter called the "Vendor." WITNESSETH : WHEREAS , the Department and the Vendor heretofore on June 18, 2004, entered into an Agreement whereby the Department retained the Vendor to furnish certain services in connection with and specialized such as, and not limited to , Asbesto Abatement State-Wide (Demolition & Removal) Services. and , WHEREAS , said Agreement has a renewal option that provides for a renewal if mutually agreed to by both parties and subject to the same terms and conditions of the original Agreement, and, NOW, THEREFORE , this Agreement witnesseth that for and in consideration of the mutual benefits to flow each to the other, the parties agree to a renewal of said original Agreement dated June 18, 2004 for a period beginning June 18. 2007 , and ending June 17, 2010 thirty-six (36) months at the same term and conditions, and , Except as hereby modified , amended , or changed , all of the terms and conditions of said original Agreement and any amendments thereto will remain in full force and effect. IN WITNESS WHEREOF, the parties have executed this Agreement by their duly authorized officers on the day, month and year set forth above. CROSS ENVIRONMENTAL SERVICES, INC . STATE OF FLORIDA DEPA ENT OF TRA PORTATION Name of Vendor By: By: (Authorized Signature) Clyde A . Biston ChristopherL. Warren (PrintfType Name) ( PrinUType Name) Title: President Title: Deputy Executive Director & C.O .O. (President / Owner) FOR DEPARTMENT USE ONLY APPROVED: LEGAL REVIEW: �J�N" R Q£h�e Procurement Office 0 Page 1 of 1 EXHIBIT s • 1 June 23 , 2004 Operates the statewide Mr. Clyde A. Biston, President Turnpike System as CIoss Environmental Services part of the Florida Department of P. O . Box 1299 Transportation Crystal Springs, Florida 33524 JEB BUSH Governor Re : RFP-DOT-03/04-8117-EH MA2639 JOSE ABREU Secretary o/ State Wide Along the Florida's Turnpike Transportation Asbestos Abatement (Demolition & Removal) Services JAMES L. ELY - Executive Director Turnpike Headquarters: Dear Mr. Blston: Mile Post 263 , Bldg. 5315 Turkey Lake Service Plaza Ocoee , FL 34761 Enclosed is a copy for your files of the executed Contract MA2639 for the Mailing Address : above referenced agreement and services. P.O. Box 613069 Ocoee, FL 34761 Tel : 401 . 532.3999 If you have any questions, please call the Project Manager, Elaine Green Fax: 407 . 532 . 3989 (407) 532-3999 www.floridasturnpike.com If you have any questions please contact me at the number listed below. Sincerely, Eli's'abeth E. Hill Procurement Specialist II (407) 532-3999, ext. 3495 elizabeth.hill&dot. state.fl.us h , 4 Florida's Turnpike System: Florida's Turnpike Mainline Beeline West Homestead Ext. Polk Pkwy. Sawgrass Explor Seminole Expwy. Southern Connector Ext. Suncoast Pkwy. Veterans Expwy. EXHIBIT 1 June 28 , 2007 Operates the statewide Mr. Clyde A. Biston, President Turnpike System as Cross Environmental Services part of the Florida Department of P. O . Box 1299 Transportation Crystal Springs, Florida 33524 CHARLIE GRIST Governor Re : CONTRACT# MA2639 MODIFICATION #1 STEPHANIE C . NOPELOUSOS Secretary of ASBESTO ABATEMENT STATE-WIDE (DEMOLITION & Transportation REMOVAL) SERVICES JAMES L. ELY Executive Director Turnpike Headquarters : Milepost 263 , Bldg . 5315 Dear Mr. Biston: Turkey Lake Service Plaza Ocoee, FL 34761 Enclosed is a fully executed copy contractual services Modification Mailing Address : (Amendment othe Service Ace eemenor the above referenced project P.O. Bok 613069 �Adt # 1 � fhS Agreement ff Ocoee, FL 34761 for your files. Tel 407.532 .3999 If you have any questions, please call the Project Manager, Elaine Green www.floridesturnpike.com (407) 532-3999 If you have any questions please contact me at the number listed below. Sincerely, Eliza eth E. Hill, FCN, CPPB Procurement Specialist III (407) 264-3188 elizabeth.hilllCa dot.state.fl .us Florida's Turnpike Mainline • Beachline West • Homestead Ext. • Palk Pkwy. • Sawgrass Eepwy. 9 Seminole Expwy. • Southern Connector Ext. • Suncoast Pkvry. • Westem Beltway • Veterans Expwy. 1 . 1 . 1 1 1 MYR S. 1 • '` �,�kE � ` y «� x , rm t �.s"+' .d .7; : ,•u`m.ds.... x..s- "`' •;....i.,,a.w .a�.. -a., ,. � . �"t...S�'Gi:'i'' , • v . . ril r7f.f.r. V - • 1 1 1 F 181 • 1 • . • • 1 1 1 1 1 ® • . • • ti 1 1 Lis glom ®' • _ 1 11 • - • . - • ` • . - • • - . • • - • . • . • • 09/ 04/ 2007 13 : 46 7889114 CROSSENV PAGE 02/ 02 EXHIBIT 2 CES CAM EIMNON ENTAL N[ EMAPONAE�LI� September 4, 2007 i i I I Nft- Lynn Williams Facility Manager Tndian RiverC'ounty 4305A - 43rd Avenue Vero Beach, FL 32967 I RE: 1840 - 250 Street Vero Beach, FL Dear Mr. Williams: Enclosed is our proposal for the above referenced �roject, There will be an additional cost of $ 11 ,225.2.5 to Mver the cost of a bond for tbis sarAe project, which is not included in the original proposal. We are looking forward to working with you oz), this project and all future projects. Please contact me if you need any additional informati.on. i Thank you for your business. j I Sincerely, Charles L. Gray Woo; President Demolition Department i enclosure i I i i I I P.O. Box 1299 • Crystal Springs, FL 33324 (81 :3) ftf3-1888 • Fax (813) 788-9114 ' E-Mail: oesQc crossenv o I • www.crossenvcom I. , EXHIBIT 2 . , ` .,.1k,:-. , .. -.i , (Contract expires 06/17110) ABATEMENT, DEMOLITION , & REMOVAL SERVICES PRICE FORM ADDRESS 1840 - 25th Street, Vero Beach, FL ITEM .# DESCRIPTION QUANTITY UNIT $ TOTAL NMI 1 . 1 . 1 0 - 1 , 500 square feet $4.00 $ 1 . 1 .2 1 , 501 - 3,000 square feet $4.00 $ 1 . 1 .3 3,001 - 5,000 square feet $4 00 $ 1 . 1 .4 Greater than 5,000 square feet $4.00 $ 1 .2 . 1 0 - 1 ,500 square feet $4 .00 $ 1 .2 .2 1 ,501 - 3, 000 square feet $4 .00 $ 1 .2 .3 3,001 - 5,000 square feet $4. 00 $ 1 .2 .4 Greater than 5,000 square feet $4.00 $ 1 .3 . 1 0 - 1 ,500 square feet $4.00 $ 1 .3 .2 1 ,501 - 3 ,000 square feet $4 .00 $ 1 . 3 .3 3 ,001 - 5, 000 square feet $4 .00 $ 1 . 3.4 Greater than 5,000 square feet $4 .00 $ E 1 .4 . 1 0 - 1 , 500 square feet $4.00 $ 1 .4 .2 1 , 501 - 3,000 square feet $4 .00 $ 1 .4 .3 3,001 - 5,000 square feet $4.00 $ 1 .4 .4 Greater than 5,000 square feet $4.00 $ 1 . 5. 1 0 - 1 , 500 square feet $4 .00 $ 1 . 5.2 1 , 501 - 3,000 square feet $4 . 00 $ 1 .5 .3 3,001 - 5,000 square feet $4.00 $ 1 . 5 .4 Greater than 5 ,000 square feet $4.00 $ m 1 . 6. 1 0 - 1 , 500 square feet 1 .6 .2 $4 00 $ 1 , 501 - 3,000 square feet 1 .6 .3 $4 .00 $ 3,001 - 5,000 square feet $4 .00 $ 1 .6 .4 Greater than 5 ,000 square feet 81 ,158 $4. 00 $3245632.00 1 .7. 1 Mobile Home - single-wide $4.00 $ 1 . 7 .2 Mobile Home - double-wide . 07 1 . 7.3 Mobile Home - triple-wide $3 .00 $ EXHIBIT 2 ABATEMENT, DEMOLITION , & REMOVAL SERVICES PRICE FORM ITEM # DESCRIPTION QUANTITY UNIT $ TOTAL 1 M .8 . 1 1 - 1 , 500 square feet $4 .00 $ 1 M .8.2 1 , 501 - 3 ,000 square feet $4 .00 $ 1 M . 8.3 3,001 - 5,000 square feet $4 .00 $ 1 M .8 .4 Greater than 5,000 square feet $4.00 $ 1M .9 . 1 0 - 1 ,500 square feet 1 M .9 .2 1 ,501 - 3,000 square feet $20.00 $ 7m .9 .3 37001 - 5,000 square feet 7M .9 Greater than 5,000 square feet 1M . 10 . 1 0 - 1 , 500 square feet $20.00 $ 1 M . 10 .2 12501 - 3 ,000 square feet $20 .00 $ 1 M . 10 .3 31001 - 5 ,000 square feet $3 .50 $ 1 M . 10 .4 Greater than 5,000 square feet $3 .50 $ LLxt , 1M11 . 1 0 - 1 ,500 square feet $25.00 $ 1 M11 .2 1 , 501 - 3,000 square feet $25.00 $ 1 M11 .3 31001 - 5,000 square feet $ 10 .00 $ 1 M11 .4 Greater than 5,000 square feet $ 10.00 $ f 1M12 . 1 0 - 1 ,500 square feet 500 $ 1M12 .2 1 ,501 - 3, OOOsquarefeet $10 .00 $ 1M12 .3 3,001 - 5,000 square feet $ 10 .00 $ 1M12 .4 Greater than 5,000 square feet $10.00 $ 4 1 � 1 M13. 1 0 - 1 ,500 square feet $25.00 $ 1 M13 .2 1 ,501 - 3 ,000 square feet $ 10.00 $ 1 M13.33,001 - 5 ,000 square feet 1 M13.4 Greater than 5,000 square feet 1 M14 . 1 0 - 1 , 500 square feet 1M14 . 2 1 ,501 - 3,000 square feet $ 10 .0011 1 M14. 3 3, 001 - 5,000 square feet $ 10. 00 $ 1 M14.4 Greater than 5,000 square feet $ 10.00 $ EXHIBIT 2 M ITEM # DESCRIPTION QUANTITY UNIT $ TOTAL ffimm 2 . 1 . 1 . 0 - 2, 500 total square feet ( 1 Story) 7n$4 .002 . 1 . 1 . 1 2 Story 2 . 1 . 1 .2 3 Story 2. 1 . 1 . 3 4+ Stories 2 . 1 .2 2, 501 - 5,000 total square feet ( 1 Story) . 2 . 1 .2 . 1 2 Story $4. 00 $ 2 . 1 .2.2 3 Story $2A0 $ 2 . 1 .2.3 4+ Stories $2 .00 $ 2 . 1 . 3 59001 - 10,000 total square feet ( 1 Story) $4.00 $ 2 . 1 . 3. 1 2 Story $4 .00 $ 2 . 1 .3.2 3 Story 2.001 $ 2 . 1 .3.3 4+ Stories 2.001$ 2 . 1 .4 10,001 - 20,000 total square feet (1 Story) $4.00 $ 2 . 1 .4 . 1 2 Story $4.00 $ 2 . 1 .4 .2 3 Story $2 .00 $ 2. 1 .4 .3 4+ Stories $2 .00 $ 2 . 1 .5 >20,000 total square feet (1 Story) $4 .00 $ 2 . 1 .5. 1 2 Story $4 .00 $ 2 . 1 .5.2 3 Story $2 .00 $ 2 . 1 . 5.3 4+ Stories $2.00 $ r 2 . 1 . 6 . 1 ZPoleBarnith Concrete Posts - square feet $3. 00 $ 2 . 1 .6 .2 re feet $3OD2 . 1 .6.3 mill on Concrete Pad - each $3002 . 1 .6.4 se Wood or Metal - square feet $3.00 $ . q. 2 .2 . 1 0 - 2 ,500 total square feet ( 1 Story) $4.00 $ 2 .2. 1 . 1 2 Story $4.00 $ 2 . 2 . 1 .2 3 Story $2 .00 $ 2 . 2 . 1 . 3 4+ Stories $1 .00 $ 2 .2 .2.0 2, 501 - 5,000 total square feet ( 1 Story) $4 .00 $ 2 .2.2 . 1 12 Story $4 .00 $ 2 .2 .2.2 3 Story $2 .00 $ 2 .2 .2 .3 4+ Stories $2 . 00 $ 2 .2 .3 .0 5,001 - 10,000 Total square feet (1 Story) $4. 00 $ 2 .2.3 . 1 2 Story $4 .00 $ 2 .2 .3 .2 3 Story $4 .00 $ 2 .2 .3 .3 4+ Stories 2 .00 ,$ 2 .2 .4 . 0 101001 - 20,000 total square feet ( 1 Story) 4.001$ 2 .2 .4 . 1 2 Story - 4.001$ 2.2 .4.2 3 Story .001s 2.2 .4.3 4+ Stories $2 .00 $ 2 .2. 5.0 >20,000 total square feet (1 Story) $4 .00 $ 2 .2. 5 . 1 2 Story $4 .001 $ EXHIBIT 2 ITEM # DESCRIPTION QUANTITY UNIT $ TOTAL Fl M 2 .2 .5.2 3 Story _. _ $4 . 00 $ 2 .2 .5. 3 4+ Stories $2. 00 $ 2 .3. 1 .0 0 - 2 ,500 total square feet (1 Story) $4.00 $ 2 .3. 1 . 1 . 2 Story $4.00 $ 2 .3 . 1 .2 3 Story $3 .00 $ 2 . 3. 1 .3 4+ Stories 2.001$ 2 . 3 .2 .0 2 ,501 - 5,000 total square feet ( 1 Story) 4.001 $ 2.3 .2 . 1 2 Stary .001 $ 2 .3 .2 .2 3 Story .001$ 2 .3 .2 . 3 4+ Stories 2 .001$ 2 .3 .3.0 51001 - 10,000 total square feet ( 1 Story) .001$ 2 .3 .3. 1 2 Story $4 .00 $ 2 .3 . 3 .2 3 Story $4 .00 $ 2 .3 . 3 .3 4+ Stories $2 .00 $ 2 .3 .4 .0 10 ,001 - 20,000 total square feet ( 1 Story) $4 .00 $ 2 .3.4. 1 2 Story $4 . 00 $ 2 .3.4.2 3 Story $3. 00 $ 2 .3 .4.3 4+ Stories $3.00 $ 2 .3 . 5.0 >20,000 total square feet ( 1 Story) $4. 00 $ 2 . 3.5. 1 2 Story 4. 001 $ 2 . 3 .5 .2 3 Story $4.00 $ 2 .3 .5 . 3 4+ Stories $4.00 $ 2 .4 . 1 0 - 2,500 total square feet ( 1 Story) W$400 $ 2 .4 . 1 . 1 2 Story 2 .4 . 1 .2 3 Story2 .4 . 1 .3 4+ Stories 2 .4 .20 2 ,501 - 5 ,000 total square feet ( 1 Story)2 .4.21 2 Story 2 .4 .2 .2 3 Story $2 .00 $ 2 .42 .3 4+ Stories 1 .001s 2 .4.3 .0 5,001 - 10,000 total square feet (1 Story) 4 .001 $ 2 .4.3 . 1 2 Story $4.00 $ 2 .4.3 .2 13 Story $3 .00 $ 2 .4.3 .3 4+ Stories $2 .00 $ 2 .4 .4 . 0 110 ,001 - 20,000 total square feet ( 1 Story) $4 .50 $ 2 .4 .4. 1 12 Story $4 .00 $ 2 .4 .4.2 13 Story $3.00 $ 2 .4 .4 .3 4+ Stories $2 .00 $ 2 .4 . 5.0 >20,000 total square feet ( 1 Story) $4 .50 $ 2 .4.5. 1 2 Story $4 .00 $ 2 .4. 5.2 3 Story $3. 00 $ 2 .4 .5 .3 4+ Stories $3.00 $ EXHIBIT 2 ITEM # DESCRIPTION QUANTITY UNIT $ TOTAL - u, _ - t 2 .5 . 1 .0 0 - 2,500 total square feet (1 Story) 4 .001$ 2 .5 . 1 . 1 2 Story 4 .001$ 2 . 5 . 1 .2 3 Story 2.001$ 2 .5 . 1 .3 4+ Stories 2.001$ 2 .5 .2 .0 2 ,501 - 5,000 total square feet ( 1 Story) 4.001$ 2 . 5 .2 . 1 2 Story 4.001 $ 2 .5 .2.2 3 Story 3.001 $ 2 .5 .2.3 4+ Stories 3.001 $ 2 .5 .3.0 5,001 - 10,000 total square feet (1 Story) 4.001 $ 2 .5 . 3. 1 2 Story 4.001 $ 2 . 5. 3 .2 3 Story 3.001 $ 2 .5.3.3 4+ Stories $3.00 $ 2 .5.4.0 10, 001 - 20 ,000 total square feet ( 1 Story) $4.00 $ 2 .5.4. 1 2 Story $4.00 $ 2 .5.4.2 3 Story $3.00 $ 2 . 5.4.3 4+ Stories $3 .00 $ 2 . 5.5.0 >20,000 total square feet ( 1 Story) $4.00 $ 2. 5.5. 1 2 Story $4.00 $ 2. 5.5.2 3 Story $4.00 $ 2. 5.5.3 4+ Stories $3.00 $ 3. 1 .0 Electrical per disconnect fee $ 10 .00 $ 3.2 . 1 0 - 200 square feet per square foot $3 .00 $ 3.22 201 - 600 square feet per square foot $3 .00 $ 3 .2 .3 >600 square feet per square foot $3 .00 $ 3 .3 . 1 0 - 200 square feet per square foot $3 .00 $ 3 .3 .2 201 - 600 square feet per square foot $3 .00 $ 3.3 .3 >600 square feet per, square foot $3 .00 $ 3 .4 . 1 Demolish and removal per square feet $5 .00 $ 3 .5 . 1 With electric 2-sided ODA Demolish & removal sq .ft. $5 .00 $ 3 . 5 .2 With electric 1 -sided ODA Demolish & removal sq . ft. $5 .00 $ 3 .6. 1 Concrete lineal foot $3.00 $ 3 .6.2 Metal-approximate 10 signs 14' to 16' 3 .6 . 3 Wood lineal foot $3. 00 $ 3 .7. 1 ISign Base per square foot $10.001 $ EXHIBIT 2 ITEM # DESCRIPTION QUANTITY UNIT $ TOTAL 4 .0. 1Wood Decks square feet $3 .50 $ 4 .0.2 Outbuildings , Wood , Metal , CBS, & Masonry sq .ft. $3 .50 $ 4 .0. 3 Canopy free standing sq . ft. 25000 $3 .00 $6,000.00 4 .0.4 Gas station & free standing sq . ft. $3 .00 $ 4 .0 . 5 Exterior lighting per light $5.00 $ 4 .0 .6 Debris Removal miscellaneous per ton $75.00 $ 4 .0 .7 Fill Material clean compactable cubic yard 29000 $ 10.00 $20,000.00 4 .0 .8 Tire Removal & Disposal per load $6.00 $ 4 .0.9 Vehicle Removal Abandoned per vehicle $ 10.00 $ 4 . 0 . 10 Agricultural Plastic Sheathing removal & disposal square ft. $0.50 $ 4 .0. 11 Clearing & Grubbing linear feet $0.25 $ 4 . 0 . 12 Mowing Overgrowth square feet $0.05 $ 4. 0. 13 Traffic M=in Signage - each $35.00 $ 4 . 0. 14 Landfill per ton $75.00 $ 4 .0 . 15 Mobiliza50 miles from Orlando each $500.00' $ 4 .0 . 16 Mobilizahan 50 miles from Orlando each 1 $1 ,000 .00 $1 ,000.00 a 4 . 1 . 1 Less tha6" in depth sqaure feet 2,680 $ 1 . 50 $4,020.00 4 . 1 .2 Greater than 6" in depth sqaure feet $2 . 50 $ 4 . 1 . 3 Saw cut ONLY per lineal foot $6.00 $ 4 .2 . 1 Less than or equal to 2" in depth square feet $0. 75 $ 4 .2 .2 Greater than 2" in depth square feet $ 1 .00 $ 4 .3 . 1 Less than or equal to 4" in depth square feet $ 1 .50 $ 4 .3 .2 4" to 10" in depth square feet $2 .50 $ 4 .3 .3 lGreater than 10" in depth square feet $5 .00 $ 4 .4 . 1 Above-ground Pool - Removal square feet $ 1 .00 $ 4 .4 .2 In-ground Vinyl-lined Pool - Removal square feet $2 .00 $ 4 .4 .3 In-ground Concrete Pool - Removal square feet $8 .00 $ 4 .4 .4 In-ground Concrete Pool - Crush & Fill square feet $5.00 $ . , . Nil= 4 .5. 1 eStation/Pumpout, Without pumpout each $ 10 .00 $ 4 .5.2 ach $250 .00 $ 4 .5.3 -Crush & Fill per tank/trap $10 .00 $ 4 .5.4 Pumpout, Removal & Fill Complete each $100 .00 $ 4 .5. 5 & Leech Beds 1 .5 in . or less Pipe Diameter sq . ft. $1004 .5 . 6 k & Leech Beds 1 .5 in . or greater Pipe Diameter sq . ft. $1 .00 $ 4 .5. 7 Backflow Preventor removed & relocated Diameter 1 . 5 in or less $1 .00 $ 4 .5.8 Backflow Preventor removed & relocated Diameter 1 .5 in or greater $ 1 .00 $ EXHIBIT 2 AMMEN 10 ITEM # DESCRIPTION QUANTITY UNIT $ TOTAL 4 .6 . 1 Fencing Wire or barbed-wire & posts lineal feet $2 .00 $ 4 .6.2 Fencing Chain-link & posts lineal feet $2 .00 $ 4 .6.3 Fencing Wood & posts lineal feet $2 .00 $ 4 .6.4 Fencing Masonry & footers lineal feet $3 .00 $ 4 . 6.5 Guardrail Wood or steel & posts & footers lineal ft. $3 .00 $ 4. 6.6 Fencing Fabric lineal feet $ 1 .00 $ 4 . 6.7 Wall Masonry lineal feet $5. 00 $ 4. 7. 1 Fencing poles Purchase Wood , metal or barbed-wire each $5. 00 $ 4 . 7.2 Fencing braces Purchase each $2. 00 $ 4. 7.3 Fence - Gate up to 1 O' X 6' Purchase each $20. 00 $ 4 . 7.4 Fence - Gate larger than 10' X 6' Purchase each $20 .00 $ 4 . 7 .5 Fence - Gate installation up to 10' X 6' each $20 .00 $ 4 .7 .6 Fence - Gate installation larger than 10' X 6' each $20 .00 $ 4.7 . 7 =lnstallationChain-Link near feet $24.00 $ 4 .7 . 7 .0 Chain-Link Fence 6 foot w/posts & braces lin . Ft. $20 .007. 71 Chain-Link Fence 8 foot w/posts & braces lin . Ft $24.004 .7. 7.2 Fence Rental Installed linear feet 2,200 $4 .00 $8,800.00 4 .7.8 n of Barbed Wire and/or Wire Fence, Posts, Braces lin . ft. $4.00 $ 4 .7 .9 n of Fabric Fence & Posts lineal feet $3 .001$ 4 . 7.9 Installation of Wood Fence, Posts, & Braces lin . feet $3 .00 4. 7. 10 IMasonry Wall with footers lineal feet $ 10 .001s f 4 . 8.2 0 - 6" Diameter Price per foot of Depth $ 1 .00 $ 4 . 8.3 6" Diameter Price per foot of Depth $2 .00 $ 4 . 9 . 1 0-6" Diameter Price Per Foot of Depth lineal feet $20 .00 $ 4 .9 .2 6" Diameter Price per foot of Depth lineal feet $22 .00 $ 4.9 .3 jArtesian 2" Opening per foot of depth lineal feet $ 12 .00 $ 4 .9 .4 jArteslan 4" Opening per foot of depth lineal feet $ 14 .00 $ 4 .9 . 5 jArtesian 4" Opening per foot of depth lineal feet $18. 00 $ 4 .9. 6 ISurficial 2" Opening per foot of depth lineal feet $2 .00 $ 4 .9. 7 Surficial 4" Opening per foot of depth lineal feet $2 .00 $ 4 . 9 .8 Surficial 6" Opening per foot of depth lineal feet $2 .00 $ 4. 9.9 Well Head Pump Removal Price per Unit $ 10.00 $ r NM 4 . 10 . 1 Well - Grouting 2-inch Diameter lineal feet $ 18.00 $ 4 . 10 .2 Well - Grouting 4-inch Diameter lineal feet $ 4 . 10 .3 Well - Grouting 6-inch Diameter lineal feet HEFE$E22 .00j$ 4. 10 .4 lWell - Grouting 8-inch Diameter lineal feet $24 .001 $ EXHIBIT 2 ITEM # DESCRIPTION QUANTITY UNIT $ TOTAL a � . : . 0 4 . 11 . 1 Well - Remove 2-inch Diameter lineal feet $6. 00 $ 4. 11 .2 Well - Remove 4-inch Diameter lineal feet $7. 00 $ 4. 11 .3 Well - Remove 6-inch Diameter lineal feet $9 .00 $ 4. 11 .4 Well - Remove 8-inch Diameter lineal feet $12.00 $ 4 . 12 . 1 Above-ground Systems'perfoot $1 .00 $ 4 . 12 .2 In-ground Systems per foot $1 .00 $ 4 . 1 2 .3 Hydraulic Lifts price per lift $ 10 .00 $ 4 . 12 .4 Debris Removal price per ton $40 .00 $ 4 . 12 .5 Fill Material price per cubic yard $10 .00 $ 4 . 13. 1 Hydraulic Lift-Remove & Demolish Price per Lift 3 $250. 00 $750 .00 4 . 14 . 1 Laborer per Man-hour $40.00 $ 4 . 14 .2 Electrician per Man-hour 4 . 14 .3 Plumber per Man-hour 4 . 14.4 Permit Expediter per Man-hour $65.00 $ 4 . 14 .5 Tire Removal Man-hour rate $45.00 $ 4. 14 .5 Wet Demolition Additional Price per square foot 815158 $ 1 .00 $81 ,158.00 4 . 14 .6 Wet Demolition Man-hour rate $45 .00 $ 4 . 14 .7 Steel Tank (non-hazardous) Man-hour rate $45 .00 $ 4. 14 . 8 Traffic Maintenance MOT $40.00 $ 4 . 15. 1 Window Installation w/1 /2" 3-ply CDX plywood sq . ft. $8. 00 $ 4 . 15.2 Masonry Installation w/1 /2" 3-ply CDX plywood sq . ft. $8. 00 $ 4. 15.3 Wood Installation w/1 /2" 3-ply CDX plywood sq . ft. $8 .00 $ 4 . 15 .4 lGarage Door Installation w/1 /2" 3-ply CDX plywood sf $8.00 $ 4. 15 .5 Imiscelianeous Openings Installation $8 .00 $ EXHIBIT 2 ITEM # DESCRIPTION QUANTITY UNIT $ TOTAL 5 . 1 . 1 Bricklayer/Mason $30.00 $ 5 . 1 .2 Carpenter $45.00 $ 5 . 1 .3 Concrete Finisher 5. 1 .4 Form Setter $30.00 $ MIA , ,; 5.2 . 1 Concrete, 3000PSI - cubic yard (per cu . ft. ) $5.00 $ 5.2 .2 Concrete, 4000PSI - cubic yard (per cu . ft. ) 5.001$ 5.2.3 Gravel Mix Concrete - 50 Ib . bag 5.001$ 5.2 .4 Masonry Cement - 50 Ib. bag 5.001$ 5.2 .5 Stucco Mix - 50 Ib . Bag 5.001$ 5.2.6 Concrete Block, 8x8x16 - each $ 1 .50 $ 5.2 .7 Concrete Biregular , regular - each $ 1 .50 $ 5.2 .8 Red Brick, -- each $ 1 .25 $ 5.2 .9 Rebar #3 - ar foot $0.35 $ 5.2 . 10 Rebar #4 - ar foot $0.35 $ 5.2 . 11 Rebar #5 - ar foot $0.65 $ 5.2 . 12 Duro Wire - linear foot $0 .40 $ 5.2 . 13 Plywood, 4x8x1 /2 - each $22.00 $ 5.2 . 14 Plywood, 4x8x5/8 - each $24.00 $ 5.2 . 15 Plywood , 4x8x3/4 - each $26.00 $ 5.2 . 16 Hem Fir, 2x4 - linear foot $ 1 .00 $ 5 .2 . 17 Hem Fir,'27611 near foot $ 1 .50 $ 5.2 . 18 Hem Fir, 2x8 - linear foot $ 1 .50 $ 5.2 . 19 Hem Fir, 2x10 - linear foot $ 1 .50 $ 5.2 .20 Pre-treated Lumber, 2x2 - linear foot $ 1 .00 $ 5.2 .21 Pre-treated Lumber, 2x4 - linear foot $ 1 .00 $ 5.2 .22 Pre-treated Lumber, 2x6 - linear foot $ 1 .50 $ 5.2 .23 Facia Board , 1x4 - linear foot $ 125 $ 5.2 .24 Facia Board , 1x8 - linear foot $ 1 .50 $ 5.2 .25 Wallboard, 4x8 - each $5.00 $ 5.2.26 Anchor Bolts, 1 /2-inch - each $ 1 .00 $ 5.2 .27 Anchor Bolts, 3/4-inch -- each $2.00 $ 5 .2.28 Anchor Bolts, 1 -inch -- each $2,00 $ 5 .2 .29 Nails - pound $ 1 ,00 $ 5 .2 .30 Screws -- pound $ 1 .00 $ 5.2 .31 Paint - gallon $5.00 $ 5.2.32 Gravel Stop - foot $ 1 .00 $ 5. 3. 1 5kw Generator $ 10.00 $ 5. 3.2 2-inch Concrete Pump $35.00 $ 5.3.3 Scaffolding $5.00 $ 5.3.4 Concrete Saw $15.00 $ 5.3.5 Crane, 12-ton 100 .00 $ 5.3.6 Vacuum Truck per hour $ 120 .00 $ 771 EXHIBIT 2 ,. � 3 , NEWIN ITEM # DESCRIPTION QUANTITY UNIT $ TOTAL , p 5.4. 1 JEngineering Plan Fee per plan $100. 001s MEW A001 ASBESTOS Survey and Report per Parcel 1 $900 .00 $900.00 7002 Operation & Maintenance Plan per Parcel 1 $ 100 .00 $100.00 A003 Asbestos Airborne Fiber Assessment shift rate 1 $500 .00 $500.00 A004 O & M Implementation & reinspection activities shift rate $350 .00 $ A005 Abatement Specifications unit rate 1 $150 .00 $150.00 A006 Asbestos Abate.Suprvsr & Demo. Monitoring per shift 1 1 $500.00 $500.00 A007 JAbatement & Demolition , Final Clearance Report unit rate 1 $500. 00 $500.00 B001 Mobilization for projects requiring full isolation $ 1 .00 $ B002 Mobilization for projects requiring limited isolation-exterior $ 1 .00 $ 7003 Daily rate for field office per day $ 1 .00 $ t B004 . 100 Remove insulation from boilers , stacks, & ducts square foot $2 .00 $ 13004 .200 Remove ins . from straight-run pipe (<6" in diameter) lineal ft. $2 .00 $ 13004 .300 Remove ins . from fittings (assoc. w/pipe <6" diam) per fitting $2 .00 $ B004 .400 Remove metal jackets from pipe (<6" diam) lineal foot $2 .00 $ 7004. 500 Remove ins . from straight-run pipe (>6" diam ) lineal foot $2 .00 $ 3004.600 Remove ins . from fittings (assoc. w/pipe >6" diam) per fitting $2 .00 $ 6004. 700 Remove gaskets from flanges , boilers , flue & fittings lineal ft. $2 .00 $ B004 .800 Remove metal jackets from pipe (>6" diam) lineal foot $2 . 00 $ s ' B005 . 1O0 Remove insulation from boilers, stacks , & ducts square foot $2 ,00 $ B005 .2O0 Remove ins . From straight-run pipe (<6" diam) lineal foot $ 12 .00 $ 13005 .300 Remove ins . from fittings (assoc. w/pipe <6" diam) per fitting $2 .00 $ 13005 .400 Remove metal jackets from pipe (<6" diam) lineal foot $ 1 .00 $ 13005 .500 Remove ins. from straight-run pipe (>6" diam) lineal foot $ 12 .001 $ 13005 .600 Remove metal jackets from pipe (>6" diam) lineal foot $ 1 .00 $ '. m1 _. ' P1AlIt1 • ._ . . 13006. 100 Remove ACM & overspray from ceiling, walls , beams & structural members/surfaces square foot1 $5 .00 $ 8006.200 Remove ACM plaster & lathe systems incl all surfacing materials sf $6 .00 $ 8006 .300 Remove ACM sheetrock (wallboard) incl all surfacing materials sf $2 .50 $ 8006.400 Remove ACM fireproofing from steel beams/bar joists & corrugated metal deck & misc. overspray sq . ft. $ 10 . 00 $ 8006 .500 Remove ACM fireproofing from steel beams/bar joists & concrete deck & misc. overspray square foot $ 10.00 $ EXHIBIT 2 � f r ITEM # DESCRIPTION QUANTITY UNIT $ TOTAL 8007. 100 Remove floor file square foot 2 .501 $ 6007 .200 Remove floor file and mastic adhesive square foot 3 .001 $ 6007.300 Remove additional layers greater than one of floor file sq . ft. $ 1 .00 $ 13007.400 Remove sheet vinyl square foot $3.50 $ 8007 .500 Remove sheet vinyl and mastic adhesive square foot $3 . 50 $ 3007 .600 Remove additional layers greater than one of sheet vinyl sf $0 .50 $ 6007 .700 Remove floor mastic and coatings $0.50 $ 13007. 800 Remove carpet as ACM $0 .50 $ B007. 900 Remove ceiling tile & ceiling materials , grid system & hangers sf $2 .00 $ 13007.010 Remove wood sub-floor & mastic adhesive $2 .00 $ 13007.011 Remove concrete sub-floor & mastic adhesive $ 1 . 00 $ 6007 .012 Remove asbestos cement panels on interior & exterior of building incl covered walkways square foot $3.00 $ 13007 .013 Remove vibrator dampers $2 .00 $ 6007 .014 Remove wallboard $2 .50 $ B007.015 Remove metal ductwork system & assoc. mastics sq . ft. $2.00 $ 8007 . 016 Remove board & insulated ductwork system square foot $ 8007. 017 Remove sinks with insulation per sink $3 .00 $ W maim 6008. 100 Remove cement roof shingles square foot $3 .00 $ 13008 .200 Remove built-up roofing including flashing & felts sq . ft. $3 .00 $ B008 .300 Remove composition & roof shingles & felts including flashing sf $3.00 $ B008 .400 Remove rolled roof & felts including flashing square foot $3.00 $ B008. 500 Remove wood shingles & felts including flashing square foot $2 .50 $ 8008.600 Remove mobile home roof coating square foot $3.50 $ Minn" 8009. 100 Provide properly trained & certified manpower to perform misc. asbestos abatement/cleanup activity per hour $40 .00 $ B009 .200 Provide manpower to perform misc demolition activities as necessary to access ACM per hour $40 .001 $ PROJECT MANAGER: i Charles L. Gray DATE: 8/20/07