Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2008-1101 C Temp. Reso. 11447 August 6, 2008 Page 1 of 4 RESOLUTION NO. R2008- %%eg A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA APPROVING THE PURCHASE OF MICROFILMING AND DOCUMENT DIGITIZING SERVICES FROM THE DRS GROUP AND AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AN AGREEMENT UTILIZING A GREATER ORLANDO AVIATION AUTHORITY AGREEMENT FOR A TOTAL NOT TO EXCEED $80,000 ANNUALLY FOR AN INITIAL PERIOD OF 24 MONTHS EFFECTIVE WITH THE APPROVAL OF THIS AGREEMENT WITH THREE (3) ADDITIONAL ONE (1) YEAR RENEWAL OPTIONS; APPROVING FUNDING FROM THE APPROPRIATE ACCOUNT; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Tamarac is legally required to retain public records for archival and historical purposes; and WHEREAS, to efficiently reduce the physical storage space needed for these public records, microfilming and document digitizing services for various departmental records is needed; and WHEREAS, the Greater Orlando Aviation Authority has competitively bid and awarded a contract under Bid 28-08 to the DRS Group of Florida, Inc. with a term running for an initial period of 24 months with three (3) additional one (1) year renewal options, a copy of said award of agreement is attached hereto as Exhibit "A" to Exhibit "1 "; and WHEREAS, City Code Sec. 6-155 allows the Purchasing/Contracts Manager the authority to procure supplies, materials and equipment, which are Temp. Reso. 11447 August 6, 2008 Page 2 of 4 the subject of contracts with the United States government, or other governmental agencies, and when the best interest of the City would be served; and WHEREAS, it is the recommendation of the City Clerk and Purchasing/Contracts Manager that the purchase of microfilming and document digitizing services be awarded to The DRS Group of Florida, Inc. for an amount not to exceed $80,000 annually for a period to coincide with the Orlando Aviation Authority in accordance with Greater Orlando Aviation Authority Bid #28-08, And that the appropriate City Officials be authorized to execute an Agreement with The DRS Group of Florida, Inc., a copy of said Agreement is attached hereto as Exhibit 1"; and WHEREAS, the City Commission of the city of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac to purchase microfilming and document digitizing services from The DRS Group of Florida, Inc. and execute an Agreement for such services. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: Section 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific park of this Resolution upon adoption hereof. Section 2: The appropriate City Officials are hereby authorized to purchase microfilming and document digitizing services from The DRS Group of Florida, Inc., attached hereto as Exhibit 1" for a period to coincide with the Temp. Reso. 11447 August 6, 2008 Page 3 of 4 Orlando Aviation Authority Agreement No. 28-08, including all applicable renewal options. Section 3: Funding is available for the purchase of microfilming and document imaging services from the appropriate account at a total cost not to exceed $80,000 annually. Section 4: All resolutions or parts of resolutions in conflict herewith are hereby repealed to the extent of such conflict. Section 5: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. Section 6: This Resolution shall become effective immediately upon its passage and adoption. 1 Temp. Reso. 11447 August 6, 2008 Page 4 of 4 PASSED, ADOPTED AND APPROVED this,)ay of 4cWI16v, 2008. E H FLANSBAUM-TALABISC MAYOR ATTEST: Commissioner Portner: A'J'_�� MARION SWENSON, CMC Commissioner Atkins -Grade CITY CLERK Commissioner Dressler Vice Mayor Sultanof Mayor Flansbaum-Talabisco I HEREBY CERTIFY that I Have approved this RESOLUTION as to form: AMUEL S. G REN, CITY ATTOR Y 1 C 1 �.)od:l Coots (t Dfvisiotr AGREEMENT BETWEEN THE CITY OF TAMARAC AND THE DRS GROUP OF, FLORIDA, INC. THIS AGREEMENT is entered into on ,� -7 200 between the City of Tamarac, a municipal corporation with principg offices located at 7525 NW 88th Avenue, Tamarac, Florida 33321 (City) and The DRS Group of Florida, Inc., a Florida corporation with principal offices located at 1075 Florida Central Parkway, Suite 2000, Longwood, Florida 32771(Contractor) for the purpose of providing Microfilming and Document Digitizing Services to the City of Tamarac. The parties hereby agree to the following terms and conditions. In return for valuable consideration in accordance with the unit price schedule provided in Exhibit A herein, Contractor shall comply with the terms, conditions and pricing within the Greater Orlando Aviation Authority Contract #28-08 attached hereto as Exhibit A. All terms and conditions of the contract documents set forth in Exhibit A are incorporated herein as if set forth in full. Upon execution of this Agreement, all references made to the Greater Orlando Aviation Authority -Contract #28-08 in Exhibit A shall be interpreted as pertaining to the City of Tamarac, and all terms and conditions of Exhibit A shall be deemed as having been implemented for use within the City of Tamarac. It is understood that wherever the words "agency name" or "agency board name" appear, they shall be read as "City of Tamarac" and "City of Tamarac Commissioners". 2. Term: The term of this Agreement shall be for an initial two (2) year period effective on the date of approval of this Agreement. The City reserves the right to renew this Agreement in one (1) year increments for up to an additional three (3) years, in the event that the Agreement is renewed by the Greater Orlando Airport Authority. 3. This agreement and Exhibit A constitute the entire agreement between the City and the Contractor. In the event of a conflict between these documents, this Agreement shall prevail, followed in precedence by Exhibit A in that order. 4. Contract Pricing and Payments: Contract pricing shall be in accordance with the unit price schedule provided in the Greater Orlando Aviation Authority Agreement #28-08, included herein as Exhibit A The Agreement shall be for the actual quantities ordered by the City. All payments shall be governed by the Local Government Prompt Payment Act, F.S., Part VII, Chapter 218. 5. Insurance: In addition to the insurance requirements stated in the Greater Orlando Aviation Authority Agreement, Contractor shall obtain at Contractor's expense all necessary insurance in such form and amount as specified in the original bid document or as required by the City's Risk and Safety Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City. Contractor shall maintain such insurance in full force and effect during the life of this Agreement. Contractor shall provide to the City's Risk and Safety Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The Contractor will ensure that all subcontractors comply with the above guidelines and will retain all 2 :rty ra" 1 <err ar t; Pof;ha"swq ao.J Crofolis Division . - .... ............................. .................._.--- ... . .. ..... necessary insurance in force throughout the term of this agreement. The following minimal insurance coverage shall be provided: a. Worker's Compensation Insurance: The Contractor shall procure and maintain for the life of this Agreement, Workers' Compensation. Insurance covering all employees with limits meeting all applicable state and federal laws. This coverage shall include Employer's Liability with limits meeting all applicable state and federal laws. This coverage must extend to any sub -consultant that does not have their own Workers' Compensation and Employer's Liability Insurance. The policy must contain a waiver of subrogation in favor of the City of Tamarac, executed by the insurance company. Sixty-(60) days notice of cancellation is required and must be provided to the City of Tamarac via Certified Mail. b. Comprehensive General Liability: The Contractor shall procure and maintain, for the life of this Agreement, Comprehensive General Liability Insurance. This coverage shall be on an "Occurrence" basis. Coverage shall include Premises and Operations; Independent Contractors' Products and Completed Operations and Contractual Liability. This policy shall provide coverage for death, personal injury or property damage that could arise directly or indirectly from the performance of this Agreement. c. Business Automobile Liability: The Contractor shall procure and maintain, for the life of the Agreement, Business Automobile Liability Insurance. d. The Minimum Limits of Coverage shall be $1,000,000 per occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. e. Professional Liability (Errors and Omissions) Insurance: $1,000,000, f. The City must be named as an additional insured unless Owners and Contractors' Protective Coverage is also provided, or required. Sixty (60) days written notice must be provided to the City via Certified Mail in the event of cancellation. g. The minimum limits of coverage shall be $1,000,000 per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This coverage shall be an "Any Auto" type policy. The City must be listed as an Additional Insured under the Policy. Sixty (60) days written notice must be provided to the City via Certified Mail in the event of cancellation. h. In the event that sub -contractors used by the Contractor do not have insurance, or do not meet the insurance limits, Contractor shall indemnify and hold harmless the City for any claim in excess of the sub -Consultants' insurance coverage, arising out of negligent acts, errors or omissions of the sub -contractors. i. Contractor shall not commence work under this Agreement until all insurance required as stated herein has been obtained and such insurance has been approved by the City. ;rty r>/ lr>rrr<'arr:rr; F'rrri;hr>, rrrcp raml Contracts !)v sr fr o ... j. Contractor shall indemnify and hold the City harmless for any damages resulting from failure of the Contractor to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. Contractor shall be responsible for payment of all deductibles and self-insurance retentions on Contractor's Liability Insurance policies. 6. Indemnification: a. Contractor shall, in addition to any other obligation to indemnify the City and to the fullest extent permitted by law, protect, defend, indemnify and hold harmless the City, its agents, elected officials and employees from and against all claims, actions, liabilities, losses (including economic losses), costs arising out of any actual or alleged: a). Bodily injury, sickness, disease or death, or injury to or destruction of tangible property including the loss of use resulting therefrom, or any other damage or loss arising out of or resulting, or claimed to have resulted in whole or in part from any actual or alleged act or omission of the Contractors, any sub -contractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable in the performance of the Work; or b). violation of law, statute, ordinance, governmental administration order, rule, regulation, or infringement of patent rights by Consultant in the performance of the Work; or c). liens, claims or actions made by the Consultant or any sub -consultant under workers compensation acts; disability benefit acts, other employee benefit acts or any statutory bar. Any cost of expenses, including attorney's fees, incurred by the City to enforce this agreement shall be borne by the Consultant. b. Upon completion of all services, obligations and duties provided for in this Agreement, or in the event of termination of this Agreement for any reason, the terms and conditions of this Article shall survive indefinitely. c. The Consultant shall pay all claims, losses, liens, settlements or judgments of any nature whatsoever in connection with the foregoing indemnifications including, but not limited to, reasonable attorney's fees (including appellate attorney's fees) and costs. d. City reserves the right to select its own legal counsel to conduct any defense in any such proceeding and all costs and fees associated therewith shall be the responsibility of Consultant under the indemnification agreement. Nothing contained herein is intended nor shall it be construed to waive City's rights and immunities under the common law or Florida Statute 768.28 as amended from time to time. 7. Non -Discrimination & Equal Opportunity Employment: During the performance of the Contract, the Consultant shall not discriminate against any employee or applicant for employment because of race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. The Consultant will take affirmative action to ensure that employees are treated during employment, without regard to their race, color, sex, religion, age, national origin, marital status, political affiliation, familial status, sexual orientation, or disability if qualified. Such actions must include, but not be limited to, the following: employment, promotion; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and 2 ---._..... ...... selection for training, including apprenticeship. The Consultant shall agree to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Consultant further agrees that he/she will ensure that Sub -consultants, if any, will be made aware of and will comply with this nondiscrimination clause. 8. Independent Contractor: This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the Contractor is an independent contractor under this Agreement and not the City's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The Contractor shall retain sole and absolute discretion in the judgment of the manner and means of carrying out Contractor's activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of Contractor, which policies of Contractor shall not conflict with City, State, or United States policies, rules or regulations relating to the use of Contractor's funds provided for herein. The Contractor agrees that it is a separate and independent enterprise from the City, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement shall not be construed as creating any joint employment relationship between the Contractor and the City and the City will not be liable for any obligation incurred by Contractor, including but not limited to unpaid minimum wages and/or overtime premiums. 9. Assignment and Subcontracting: Contractor shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 10. Termination: a. Termination for Convenience: This Agreement may be terminated by the City for convenience, upon seven (7) days of written notice by the City to the Contractor for such termination in which event the Contractor shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the Contractor abandons this Agreement or causes it to be terminated, Contractor shall indemnify the city against loss pertaining to this termination. b. Default by Contractor: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause, should the Contractor neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of thirty (30) days after receipt by Contractor of written notice of such neglect or failure. :Aly aaP I,;rm'UaPC flux h")""J y r")wl C,'ooft tad (.)i✓r ?+rrr 11. Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 12. Venue: This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 13. Signatory Authority: The Contractor shall provide the City with copies of requisite documentation evidencing that the signatory for Contractor has the authority to enter into this Agreement. 14. Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The non- enforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 15. No Construction Against Drafting Party: Each party to this Agreement expressly recognizes that this Agreement results from the negotiation process in which each party was represented by counsel and contributed to the drafting of this Agreement. Given this fact, no legal or other presumptions against the party drafting this Agreement concerning its construction, interpretation or otherwise accrue to the benefit of any party to the Agreement, and each party expressly waives the right to assert such a presumption in any proceedings or disputes connected with, arising out of, or involving this Agreement. 16. Notice: Any notice, demand, communication, or request required or permitted hereunder shall be in writing and delivered in person; sent by U.S. Certified Mail, U.S. Express Mail, air or ground courier services or by messenger service, addressed to the party for whom it is intended at the following addresses. CITY City Manager City of Tamarac 7525 NW 881h Avenue Tamarac, FL 33321 2 With a copy to City Attorney at the following address: Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Blvd., Suite 200 Fort Lauderdale, FL 33308 CONTRACTOR The DRS Group of Florida, Inc. 1075 Florida Central Parkway Suite 2000 Longwood, FL 32771 Attn: Paul Salomon, COO REMAINDER OF PAGE INTENTIONALLY BLANK C rly d ;"rarrr ar;r;r ..... IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC, signing by and through its Mayor and City Manager, and CONTRACTOR, signing by and through its Chief Operating Officer duly authorized to execute same. ATTEST: Marion Swenson, CIVIC City Clerk Date 7 Signature of Secretary Beth Flans um- .%i Date Jeffrey L. Miller, Ci Manager Date Approv d ;tj;f7a nd legal sufficiency: City orney Date The DRS Group of Florida, Inc. Companyj e Signature of Cfiief Ogg Officer Type/Print Name of Corporate Secy. Type/Print Name of President/Owner (CORPORATE SEAL) Date -- _ 2 ('Wy rr, „rrrr +ra.a;.: f lim"ttrrt hig rwcl C; arrir 1r t 1"'I r oon ........ ............ CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA: :SS COUNTY OFF I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Paul Solomon, Chief Operating Officer of The DRS Group of Florida, Inc. a Florida Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this IL day of , 20bf� KAPILWNARMA DD63A949 A1lr Damn. wq> n Apr. 3, A010 1 Signature of Notary Public State of Florida at Large 1 i Print, Type or Stamp Name of Notary Public ❑ Personally known to me or Produced Identification f��, l— ype of I.D. Produced DID take an oath, or DID NOT take an oath. of Tamarac Purchasing and Contracts Division EXHIBIT A GREATER ORLANDO AVIATION AUTHORITY Drlando International Airport One Airport Boulevard Orlando, Florida 32827-4399 (407) 825-2001 July 24, 2008 Mr. Paul Solomon, Chief Operating Officer The DRS Group of Florida, Inc. 1075 Florida Central Parkway, Suite 2000 Orlando, FL 32771 Re: Notice to Proceed Purchasing Bid 28-08, Record Conversion and Archiving Services Orlando International Airport, Orlando, Florida Dear Mr. Solomon: This letter is confirmation that the above referenced contract has now been executed and service commenced on August 1, 2008. The Authority's Authorized Representatives for this Contract is Peggy Skidmore (407) 825- 4068 for daily project management and Tammy Ma, (407) 825-2161, for contract administration and coordinating the documentation. Your copy of Contract 28-08, Record Conversion and Archiving Services is attached. Feel free to contact me at (407) 825-2150 if you have any questions regarding this matter. Sincerely, �C- Patricia B. Dabis, C.P.M., CPPB, FCPA Senior Purchasing Agent Contracts and Services enclosures r GREATER ORLANDO AVIATION AUTHORITY INVITATION FOR BIDS PURCHASING BID 28-08 RECORD CONVERSION AND ARCHIVING SERVICES ORLANDO INTERNATIONAL AIRPORT ORLANDO, FLORIDA (REVISED PER ADDENDUM NO. 1) TABLE OF CONTENTS GREATER ORLANDO AVIATION AUTHORITY PURCHASING BID 28-08 RECORD CONVERSION AND ARCHIVING SERVICES ORLANDO, FLORIDA Page Numbers Addendum No. 1 1 of 1 Invitation for Bids 1 to 2 Instructions to Bidders IB-1 to IB-1 1 Bid Forms BF-1 to BF-12 Contract C-1 to C-6 General Conditions GC-1 to GC-17 Specification S-1 to S-9 Exhibit "A" 1 of 1 Exhibit "B" 1 of 1 Exhibit "C" 1 of 1 Exhibit "D" 1 of 1 Exhibit "E" 1 to 4 Exhibit "F" 1 to 5 ADDENDUM NO. 1 TO PURCHASING BID 28-08 RECORD CONVERSION AND ARCHIVING SERVICES ORLANDO INTERNATIONAL AIRPORT ORLANDO, FLORIDA April 4, 2008 This addendum forms a part of the Bid Documents described above. The original Bid Documents remain in full force and effect except as modified by the following, which shall take precedence over any contrary provisions in the prior documents. ITEM 1: Replace Table of Contents with corrected Table of Contents. Inserted "Exhibit "F" T ITEM 2: Replace Page BF-10 and _Page BF-1 1 with corrected Page BF-10 and Page BF-1 1. The task and UOM for Items S0001467 and S0001468 have been revised. The UOM for Items S0001700 through S0001703 have been revised. ITEM 3: Replace Page S-1 with corrected Page S-1. Section 1.1.2 has been corrected to read 5850B Cargo Road. ITEM 4: Replace Page S-6 with corrected Page S-6. Added the following words to Section 2.2.2, "Acid Free Boxes can be used to hold duplicate copies of the microfilm." ITEM 5: Rep -lace _Page _S-8 with corrected Page S-8. Section 3.3.8 has been revised by adding (See Exhibit E and Exhibit F). ITEM 6: Replaced Exhibit E with corrected Exhibit E. Added "(Sample index for 35mm)". ITEM 7: Added Exhibit F (Sample index for 16mm). Patricia. B. Dabis. G.P.I ., CPPB, FCPA Senior Purchasing ant Contracts and Services Page 1 INVITATION FOR BIDS GREATER ORLANDO AVIATION AUTHORITY PURCHASING BID 28-08 RECORD CONVERSION AND ARCHIVING SERVICES Sealed Bids for Purchasing Bid 28-08, Record Conversion and Archiving Services, at the Orlando International Airport, will be received by the Greater Orlando Aviation Authority, hereinafter called "Authority." The proposed Contract will be to furnish all labor, supervision, materials and supplies, equipment, tools, accessories and all other items necessary or proper for, or incidental to, performing conversion and archiving of certain records on an "as -needed" basis at the Orlando International Airport ("OIA") in accordance with the Contract Documents. The Contract period will be for twenty-four (24) months with the initial service to commence on or about July 31, 2008, and with the Authority having options to renew the Contract for three (3) additional periods of one (1) year each. The Contract work shall not be divisible, but shall be awarded, if an award is made, to a single Bidder. The Contractor shall be required to perform the filming and scanning portion of the work at a facility located within the State of Florida. Duplication of film may be performed at a separate location, provided, however all documents must stay within the State of Florida at all times. Bid packages will be available for examination Tuesday, March 25, 2008, and may be obtained by visiting the Authority Purchasing Department's website at www.orland2airports.net/purchasing for download availability or by visiting AirportLink's website at www.AirportLink.com or by calling AirportLink at (866) 759-8390. AirportLink provides supplier registration services, document fulfillment and other purchasing related services to the Authority and to suppliers doing business with the Authority. Any award resulting from this solicitation will not require any payment by the supplier to AirportLink. If you received this solicitation document from any source other than AirportLink (WebProcure), please promptly register your interest in this solicitation with AirportLink. Questions concerning this Bid package should be addressed to Patricia B. Dabis, C.P.M., CPPB, FCPA of (407) 825-2150, by facsimile (407) 825-4020, or by e-mail at Pdabis@ oaa.or . A PRE -BID CONFERENCE will be held at 2:00 p.m., Tuesday, Aril 1, 2008, at the Greater Orlando Aviation Authority, Purchasing Office, 8652 Casa Verde Road, Building 811, Orlando, Florida 32827-4338. The conference will include a review of the Bid Documents, a question and answer period. Attendance at the Pre -Bid Conference and the familiarization site visit is not mandator but is strongly encouraged. Bidders are expected to be familiar with the Bid Documents and to provide the Authority with any questions regarding the Bid Documents at the Pre -Bid Conference. Sealed Bids will be received at the Greater Orlando Aviation Authority, Orlando International Airport, Purchasing Office, 8652 Casa Verde Road, Building 811, Orlando, Florida 32827- 4338 until 11:00 a.m., April 22, 2008, at which time all Bids received will be publicly opened and read. Bids may be delivered prior to the above time and date to the Greater 828-08 RECORD CONVERSION Page 1 BASE REV 10/17/06 Orlando Aviation Authority, Purchasing Office, 8652 Casa Verde Road, Building 811, Orlando, Florida 32827-4338. Bids transmitted electronically or by facsimile will not be accepted. Any Bid received after the time and date specified for the opening of the Bids will not be considered, but will be returned _unopened. The Authority's Purchasing Manager will designate an official timepiece which shall be used to determine the official time for opening of Bids, and which time shall be deemed correct and conclusive. A Bid must be submitted on a reproduced copy of the Bid Forms supplied, including any addenda which may be issued, and must be submitted in a sealed envelope which shall be clearly marked Purchasing Bid 28-08, Record C _ onversion and Archiving Services, at the _ Orlando International Airport. Five (5) additional copies of the Bid should also be included. No Bid may be withdrawn for a period of ninety (90) days after the time and date scheduled for Bid opening. The Bidder awarded the Contract must also provide proof of liability insurance in the amount of One Million Dollars ($1,000,000.00), and evidence of business or occupational license, as outlined in the Bid Documents. The Authority reserves the right to waive any informalities or irregularities of Bids, to request clarification of information submitted in any Bid, to request additional information from any Bidder, or to reject any or all Bids, and to readvertise for Bids. The Authority also reserves the right to extend the date and time period during which it will accept Bids and to extend the date or time scheduled for the opening of Bids. Award, if made, will be to the responsible and responsive Bidder submitting the low Bid. Bidders are hereby notified that the Contract includes a requirement for affirmative action to ensure equal employment opportunity under Executive Order 11246. You should note that Section 12 of the Instructions to Bidders describes irregularities in Bids that may cause them to be rejected by the Authority. Included in these irregularities are those such as conditions, limitations, or unauthorized alternative Bids which may re wire the Authority_ to reject a Bid. You are strongly urged to seek the Authority's written advice BEFORE you submit a Bid containing any of the irregularities described in Section 12 of the Instructions to Bidders. GREATER ORLANDO AVIATION AUTHORITY 1 11211-08 RECORD CONVERSION Page 2 BASE REV 10/17/06 INSTRUCTIONS TO BIDDERS 1. INTENT: It is the intent of these Instructions to establish guidelines for the proper completion of the Bid Forms. These Instructions to Bidders provide guidance and explanation for subsequent Bid Forms and Contract Documents. Please read all instruction paragraphs. 2. GENERAL.: 2.1 This Contract will be to furnish all labor, supervision, materials and supplies, equipment, tools, accessories and all other items necessary or proper for, or incidental to, performing conversion and archiving of certain records on an "as - needed" basis at the Orlando International Airport ("OIA") in accordance with the Contract Documents. 2.2 Contract period will be twenty-four (24) months with the initial service to commence on or about July 31, 2008, and with Authority having options to renew the Contract for three (3) additional periods of one (1) year each upon the same terms and conditions, except compensation to the Contractor which shall be established by negotiation between the parties, subject to the limitations stated below. The compensation due to the Contractor in the first renewal option year, if exercised, may not be increased by a percentage that exceeds the percentage, if any, by which the Consumer Price Index, United States City Averages, Urban Wage Earners and Clerical Workers (CPI-W), All Items (1982-84= 100) ("CPI") published from time to time by the United States Bureau of Labor Statistics in effect as of the end of the eighteenth (1 St') month of the Contract term exceeds the CPI in effect as of the end of the sixth (61h) month of the Contract term. The Compensation due to the Contractor in the second renewal option year, if exercised, may not be increased by a percentage that exceeds the percentage, if any, by which the CPI in effect as of the end of the thirtieth (30") month of the Contract term exceeds the CPI in effect as of the end of the eighteenth (181h) month of the Contract term. The Compensation due to the Contractor in the third renewal option year, if exercised, may not be increased by a percentage that exceeds the percentage, if any, by which the CPI in effect as of the end of the forty-second (42"tl) month of the Contract term exceeds the CPI in effect as of the end of the thirtieth (30`^) month of the Contract term. In no event shall the Contractor be required to enter into a renewal of the Contract if the parties fail to reach mutual agreement in a timely fashion, with respect to Contractor's compensation for the renewal period. 2.3 The Contract work shall not be divisible, but shall be awarded, if an award is made, to a single Bidder. ' 2.4 The Contract, if awarded, shall not be construed to create unto the Contractor any exclusive rights with respect to any of the Authority's record conversion and archiving service requirements. The Authority may in its sole discretion award any additional or similar services to any third party, or the Authority may elect to perform all or a portion of the services by its own employees. B28-08 RECORD CONVERSION IB-1 BASE REV 01 /17107 INSTRUCTIONS TO BIDDERS (Continued) 2.5 A Bidder's Bid prices shall remain firm for the duration of the initial term of the Contract. Any anticipated increases in Bidder's costs during the initial term of the Contract must be reflected in its prices set forth in its Bid. The Authority shall not be obligated to renegotiate or increase any price for any work during the initial term of the Contract based on a Bidder's mistake or miscalculation of prices, underestimation of costs, or for any other reason. All of the Bidder's overhead costs, including, but not limited to, costs of the required bonds and insurance coverages, shall be included in such Bidder's prices listed in its Bid. 2.6 Each Bidder shall provide on Page BF-10, its unit prices for each task as specified in the Specification for Year 1. Bidder shall multiply the estimated quantity per unit of measure (UOM) by the unit price and enter the product of such calculation, without further adjustment or modification, in the right-hand side of the page under the extension column. Each Bidder shall provide on Page BF-1 1, its unit prices for Year 2, in the same manner. 2.7 Each Bidder shall provide on Page BF-10, its hourly rate for Document Preparation for Year 1. Bidder shall multiply the estimated hours by the hourly rate and enter the product of such calculation without further adjustment or modification, in the right- hand side of the page under the extension column. Each Bidder shall provide on Page BF-1 1, its unit prices for Year 2, in the same manner. 2.8 Each Bidder shall provide on Page BF-10, its unit price for Document Destruction Services for Year 1. Bidder shall multiply the.estimated number of pounds by the unit price and enter the product of such calculation without further adjustment or modification, in the right-hand side of the page under the extension column. Each Bidder shall provide on Page BF-1 1, its unit prices for Year 2, in the same manner. 2.9 Each Bidder shall then total its prices for Page BF-10 and place the sum on the line marked TOTAL YEAR ONE (1) BID PRICE on Page BF-10 and on Page BF-3. Each bidder shall perform the same calculation for Year 2 on Page BF-1 1 and on Page BF- 3 in the same manner. Bidder shall then add the totals from YEAR ONE and YEAR TWO and enter the sum in the space marked TOTAL TWO (2) YEAR BID PRICE on Page BF-3. 2.10 Any Bid that fails to include all the prices requested on Page BF-10, Page BF-1 1, and on Page BF-3 may be deemed non -responsive to the Invitation. 3. RECEIPT AND OPENING OF BIDS: Bids will be received, opened and read at the time and place specified in the Invitation for Bids. Bidders or their authorized agents are invited to be present. Bids received after the time and date specified will not be considered, and will be returned unopened. 4. EXAMINATION OF BID/CONTRACT DOCUMENTS: All prospective Bidders shall thoroughly examine and become familiar with the Bid package and carefully note the items which must be submitted with the Bid, such as: ' 4.1 a list of Contract References; B28-08 RECORD CONVERSION I13-2 BASE REV 01/17/07 INSTRUCTIONS TO BIDDERS (Continued) 4.2 an Equal Opportunity Report Statement; 4.3 a Certificate of Non -Segregated Facilities; 4.4 any other information specifically called for in these Bid Documents. (These Instructions to Bidders, the Invitation for Bids, the Bid Forms, the Contract, the General Conditions, and the Specification are referred to herein as the "Bid Documents" or the "Contract Documents.") Submission of a Bid shall constitute an acknowledgment that the Bidder has read and understands the Bid Documents. The failure or neglect of a Bidder to receive or examine any Bid Document shall in no way relieve it from any obligations under its Bid or the Contract. No claim for additional compensation will be allowed which is based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of work. 5. ADDENDA -CHANGES WHILE BIDDING: Other than during the Pre -Bid Conference, the Authority shall not be required to rovide to gny Bidder verbal interpretations as to the meaning of any portion of the Bid Documents. Requests for interpretation, clarification or correction of Bid Documents, forms or other m._ matewriting and delivered to the Greater Orlando material this I Package should be made in w Aviation Authority, Purchasing Office, 8652 Casa Verde Road, Building 811, Orlando, Florida 32827-4338, or by facsimile to (407) 825-4020 at least five (5) business days before the date and time announced for the Bid opening. Any response by Authority to a request by a Bidder for clarification or correction will be made in the form of a written Addendum. All parties to whom the Bid packages have been issued will be sent a notification of the issuance of an Addendum either by e-mail and/or by facsimile. The Addendum may be electronically downloaded by visiting either the Authority Purchasing Department's web site at www.orlandoairports.net/p_urchasing, or if registered with AirportLink, by visiting their web site at www.Air ortLink.com. Authority reserves the right to issue Addenda at any time up to the date and time set for Bid opening. In case any Bidder fails to acknowledge receipt of any such Addendum in the space provided in the Bid Form, its Bid will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a Bid will constitute a Bidder's acknowledgement of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on Authority. Prospective Bidders are warned that any other source by which a Bidder receives information concerning, explaining or interpreting the Bid Documents shall not bind the Authority. 6. PREPARATION OF BIDS: 6.1 Bids shall be submitted on reproduced copies of the attached Bid Forms including any revised or additional Bid Forms supplied by Addenda. If an award is made, the completed Bid Forms shall constitute a part of the Contract Documents and will be incorporated in the final Contract between the Authority and the successful Bidder. All blank spaces in the Bid Forms should be filled in legibly and correctly in ink or type. 6.2 All Bids shall contain the name and business address of the individual, firm, corporation, or other business entity submitting the Bid and shall be subscribed by either the individual, a general partner, a member of a member -managed LLC, a ' B28-08 RECORD CONVERSION I13_3 BASE REV 01/17/07 1-1 I F I INSTRUCTIONS TO BIDDERS (Continued) 8.3 Each Bidder's response to the Invitation for Bids shall be at the sole cost and expense of the Bidder and such Bidder shall have no claim against the Authority for costs, damages, loss of profits, or to recover such costs, damages, or expenses, in the event the Authority exercises its right to reject any or all Bids or to cancel an award pursuant to a provision hereof for any reason. 8.4 Submission of a Bid shall constitute authorization for the Authority and its representatives and agents to make such copies of the Bid or portions thereof and to distribute such copies as may be necessary or desirable to carry out the Authority's objectives or requirements. 9. COMMUNICATIONS REGARDING EVALUATION OF BIDS: To ensure the proper and fair evaluation of Bids, the Authority highly discourages any oral communication initiated by a Bidder or its agent to an employee of Authority evaluating or considering the Bid during the period of time following the opening of Bids and prior to the time a decision has been made with respect to the Contract award. An appropriate official or employee of Authority may initiate communication with a Bidder in order to obtain information or clarification needed to develop a proper and accurate evaluation of the Bid. Any communication initiated by Bidder during evaluation should be submitted in writing to the Greater Orlando Aviation Authority, Purchasing Office, 8652 Casa Verde Road, Building 811, Orlando, Florida 32827-4338; fax number (407) 825-4020. 10. WITHDRAWAL OF BIDS: No Bid may be withdrawn after it is submitted unless the Bidder makes a request by letter and such request is received prior to the time set for opening of Bids. No Bid may be withdrawn after the scheduled Bid opening time for a period of ninety (90) days. Any Bidder withdrawing or attempting to withdraw its Bid prior to the expiration of the ninety (90) day period shall be obligated to reimburse the Authority for all its Costs incurred in connection with such withdrawal or attempted withdrawal including, without limitation, any increased costs for procuring the goods or services from another Bidder or all costs of advertising and re -procuring the goods or services, and all attorneys' fees, in addition to payment of Authority's other damages. A Bidder's submission of a Bid shall be deemed the Bidder's acknowledgment of and agreement to the provisions of this Section. 11. DISQUALIFICATION OF BIDDERS: 11.1 Any of the following causes may be considered as sufficient for the Authority's disqualification of a Bidder and the rejection of its Bid: 1 1.1.1 Submission of more than one Bid for the same work, or participation in more than one Bid for the same work as a partner or principal of the Bidder, by an individual, firm, partnership or corporation, under the same or different names, or by Bidders which are affiliates, either at the time of submittal, or at the time of award. For purposes of this section, the term "affiliates" means firms, partnerships, corporations or other entities under common control; 11.1.2 Evidence of collusion between or among Bidders; 1 828-08 RECORD CONVERSION I13-5 BASE REV 01/17/07 INSTRUCTIONS TO BIDDERS (Continued) ' financial, technical, and other qualifications and abilities of a Bidder, including past performance (experience) with the Authority and others. The Authority shall be the ' final authority in the determination of a Bidder's responsibility and the award of a Contract to a Bidder. ' 14.2 All Bidders shall furnish the Authority with the company name, address, contact person, and telephone number of at least three (3) entities for which they have supplied record conversion and archiving services as requested in this Bid during the past three (3) years, at least one of which provides evidence of the Bidder having been in such business for at least three (3) years. The information should be submitted on Page BF-6 with the knowledge that the Authority will use the data for reference purposes. 14.3 For a Bidder to meet the minimum responsibility criteria for this Contract: the Bidder must provide verifiable evidence, through references or otherwise, that the Bidder is ' currently engaged in the business of record conversion and archiving services and that the Bidder, taken together with a related predecessor (e.g. by merger), affiliate, or principal, has been actively engaged in such business for at least three (3) years ' immediately preceding the date of Bidder's response to this Invitation for Bids. 15. GUARANTY OF FAITHFUL PERFORMANCE: rA Performance Bond shall not be required for this Contract. ' 16. POWER OF ATTORNEY AND COUNTERSIGNATURE: Not applicable. ' 17. EXECUTION OF CONTRACT: 17.1 The Bidder to whom the Notice of Intent to Award is given shall, within ten (10) business days after the date of the Notice of Intent to Award, execute and/or deliver the following to the Authority: the Contract, a copy of the Bidder's valid business or occupational license, and all other documents and information required by the ' Contract documents. All of the above documents and information must be furnished and the Contract ►documents executed by Bidder, and delivered to Authority, before the Contract will be executed by the Authority. ' 17.2 Not applicable. ' 17.3 A Bidder's failure to timely fulfill its obligations under this Section 17 shall be just cause for the Authority's withdrawal of such Notice of Intent to Award. In such case, a Notice of Intent to Award may then be issued to the next ranked Bidder or all ' Bids may be rejected by the Authority and the Contract re -advertised. In such event, the Authority shall be entitled to receive its damages and costs, including, but not limited to, its attorneys' fees caused by or in connection with a Bidder's failure to fulfill its obligations under this Section. A Bidder's liability for failing to timely fulfill ' the obligations stated in this Section shall be the same as for withdrawing its Bid (see Section 10 of the Instructions to Bidders). ' B29-06 RECORD CONVERSION I8-7 BASE REV 01/17/07 INSTRUCTIONS TO BIDDERS (Continued) 22. EQUAL OPPORTUNITY REPORT STATEMENT: ' Each Bidder shall complete and sign the Equal Opportunity Report Statement on Page BF-7, A Bid may be considered irregular, in the Authority's sole discretion, if the Bidder fails to provide the fully executed Statement, or fails to furnish the required data thereon. Prior to ' execution of the Contract by the Authority, a fully executed Statement must be provided or the Bid may be rejected and the Authority will be entitled to exercise its rights under the provisions of Section 17.3 above, Execution of Contract. ' 23. NON -SEGREGATED FACILITY CERTIFICATE: ' Each Bidder shall complete and sign the Non -Segregated Facilities Certificate on Page BF-8. A Bid may be considered irregular, in the Authority's sole discretion, if the Bidder fails to provide the fully executed statement, or fails to furnish the required data. Prior to ' execution of the Contract by the Authority, a fully executed statement must be provided or the Bid may be rejected and the Authority will be entitled to exercise its rights under the provisions of Section 17.3 above, Execution of Contract. ' 24. PUBLIC ENTITY CRIMES LAW: The following notice applies to all Bidders: "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 on a Contract to provide any goods or services to a public entity, may not submit a Bid on a Contract with a public entity for the construction or repair of a public building or ' public work, may not submit Bids on leases of real property to 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 s. 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. ' 25. MINORITY AND WOMEN BUSINESS ENTERPRISE ("MWBE") PARTICIPATION PROGRAM: ' An MWBE participation goal has not been established for this Contract. Such participation is encouraged, but will not be considered during the evaluation process for award of this Contract. ' 26. LOCAL DEVELOPING BUSINESS ("LDB") PARTICIPATION PROGRAM: An LDB participation goal has not been established for this Contract. Such participation is ' encouraged, but will not be considered during the evaluation process for award of this Contract. ' 27. INSURANCE: The Bidder to whom the Notice of Intent to Award is given shall provide a signed Certificate of Insurance such as the form on Page C-4 and Page C-5. The Certificate of Insurance shall evidence the insurance coverages required by the Authority pursuant to Section 5.7 of the General Conditions and shall be filed with Authority within ten (10) ' business days of the date of the Notice of Intent to Award. The Certificate of Insurance ' 829-09 RECORD CONVERSION I13,9 BASE REV 01/17/07 BIDDER: ! The . Bidder further represents that it has examined or investigated the site conditions if necessary, and informed itself fully in regard to all conditions pertaining to the place(s) where the work is to be done; that it has examined the Contract Documents and has read all Addenda furnished by the Authority prior to the opening of the Bids, as acknowledged below, and that it has otherwise fully informed itself regarding the nature, extent, scope and details of ! the services to be furnished under the Contract. The Bidder agrees, if this Bid is accepted, to enter into the written Contract with the Authority in the form of Contract attached (properly completed in accordance with said Bid Documents), to furnish all labor, supervision, materials and supplies, equipment, tools, accessories and all other items necessary or proper for, or incidental to, performing conversion and archiving of certain records on an "as -needed" basis at the Orlando International Airport ("OIA") in accordance with the Specification covered by this Bid and the Contract Documents for Purchasing Bid 28-08 Record Conversion and Archiving Services, at Orlando International Airport, and to furnish .the prescribed evidence of a valid business license, insurance, and all other documents required by these Contract Documents. The Bidder further agrees to commence work and to perform the work specified herein within the time limits set forth in the Contract Documents, which time limits Bidder acknowledges are reasonable. The undersigned further agrees that, in the case of failure or refusal on its part to execute the said Contract provide evidence of specified insurance, a copy of a valid business or occupational license and all other documents required by these Contract Documents within ten ' (10) business days after being provided with Notice of Intent to Award the Contract (or such earlier time as may be stated elsewhere in these Bid Documents), the Bid award may be ! offered by the Authority to the next ranked Bidder, or the Authority may readvertise for Bids, and in either case the Authority shall have the right to recover from the Bidder the Authority's costs and damages including, without limitation, attorney's fees, to the same extent that Authority could recover its costs and expenses from the Bidder under Section 10 of the I Instructions to Bidders if the Bidder withdrew or attempted to withdraw its Bid. The Bidder further agrees, if it fails to complete the work according to the Specifications ' within the scheduled time or any authorized extension thereof, that damages may be deducted from the Contract price payable to the Bidder. I Acknowledgment is hereby made of the following Addenda (identified by number) received since issuance of the Contract Documents: ADDENDUM NO. DATE ADDENDUM NO. DATE ADDENDUM NO. CRATE — fW ?-Yo 8 Dg.c403 It will be the responsibility of the Bidder to contact AirportLink at (866) 759-8390 or by visiting AirportLink's web site at ww\^it•.Airecnl4ink..corn or by visiting the Authority Purchasing Department's web site at www•..Qrl..andoa rports.not"Pyrcha a$,ing prior to submitting a Bid to ' ascertain Addenda, if any, that may have been issued, to obtain all such Addenda and return such Addenda (or portions of Addenda as may be applicable) with the Bid. If you received this solicitation document from any source other than AirportLink (WebProcure), please promptly ! register your interest in this solicitation with AirportLink. B28-08 RECORD CONVERSION BF-2 BASE REV 01/17/07 f I I F I BIDDER: ! ,NeORS(- r jc dA iA ilVlC (If Bidder is a Sole Proprietorship sign on the line below) Company Name (if IV any) (SEAL) Company Own s ( idder's) Signature Company,'Owner's Name Printed or Typed (If Bidder is a Partnership, fill in name of the partnership, followed below by the signature of the general partner signing.) , Partnership Name / A BY: General Partn 's Signature (SEAL) (SEAL) General�Partner's Name Printed or Typed The following information may be provided by a Bidder with this Bid, but must be provided to the Authority at any time upon the request of the Authority: The name and business address of all principals and partners if a partnership (if a limited partnership, information for general partner only, along with the name of the limited partnership's home state). Bidders are hereby notified that the Greater Orlando Aviation Authority is a public agency and, as such, is subject to Chapter 119, Florida Statutes, regarding the disclosure of public records. Pursuant to Section 119.071(1)(b)1.a., Florida Statutes, sealed bids received by the Authority pursuant to invitation for bids, are exempt from public disclosure only for the ten (10) day period following the bid opening. Once the ten (10) day period has passed, all bids received by the Authority shall be made available to the public for inspection and copying in accordance with Chapter 119, Florida Statutes. Once bids are opened., they may not be revoked, even during such ten (10) day period. Any language in a bid attempting to keep all or part of such bid confidential is of no force and effect and will be disregarded as contrary to Florida law. NOTE: Bidders must sign in the proper capacity on either Page BF-4 or BF-5 as applicable. B28-08 RECORD CONVERSION BF-4 BASE REV 01/17/07 I BIDDER: THE ORS fireoP eFVrIVA�JA:Liar. CONTRACT REFERENCES List below firms for whom you have provided record conversion and archiving services in the ' past three (3) years or with whom you are presently contracting. References should relate to services of a type similar to the obligations presented in this Bid (refer to Section 14.2 of the Instructions to Bidders). ' 1. COMPANY NAME: GrepTec Orl"Jo Q„r,.(,w A,,A ADDRESS: brla^ao FL_ 2W Piny CONTACT PERSON: � `ny ' PHONE NO.: 0?. 2. COMPANY NAME: ortwje Coty►r!j ADDRESS: l $Oo45 (,wkQ Dr. ' CONTACT PERSON: Fl_ _ Al Gle�►ar�L�� _.___�._ PHONE NO.: '/07. *IV- 2494 ' 3. COMPANY NAME: _ Lee CovAr-�y ADDRESS: _,Too onowr•f s+rte4- rs_ Flor4A CONTACT PERSON: aryl •HV�tkenea ' _ PHONE NO.: r13 c1 • A/7R . 6S M Note: Additional references may be provided at the option of the Bidder. 828-08 RECORD CONVERSION BF-6 1 BASE REV 01 /17/07 BIDDERS 1 CERTIFICATION OF NON -SEGREGATED FACILITIES ' Each Bidder shall complete, sign and include in its Bid this Certification of Non -Segregated Facilities. Bidder certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform ' their services at any location under its control, where segregated facilities are maintained. Bidder certifies further that it will not maintain or provide for its employees segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location under its control, where segregated facilities are maintained. Bidder agrees that a breach of this certification is a violation of the equal opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time ' clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation and housing facilities provided for employees which are segregated by explicit direction or are in fact segregated on the basis of race, color, ' religion, or national origin, because of habit, local custom, or any other reason. Bidder agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time period) it will obtain identical certifications from proposed subcontractors prior to ' the award of subcontracts exceeding Ten Thousand Dollars ($10,000.00) which are not exempt from the provisions of the equal opportunity clause, and that it will retain such certifications in its files. US 6c*„P OF cthat rAC. (Nam of Bidder) By: ' nature) ' Date: 05, L1.Old Title: at eF &PQfN iv S Wwee C L� B28.08 RECORD CONVERSION BF-8 BASE REV 01/17/07 (REVISED PER ADDENDUM NO. 1) BIDDER: iht �Dv f0." 0C �tkn; l.A ,NI BID PRICES RECORD CONVERSION AND ARCHIVING SERVICES YEAR 2 ' Item Task UOM Unit Price X Estimated = Extended Quantity* Price S0001467 Microfilm and Indexing of 35mm Film Each Image �:`�a 17,855 _6?_� �9 •�� S000146$ Microfilm and Indexing of 16mm Film Each Image • C 210,000 q` 56 , �© ' S0001696 Silver Polyester Base Originals, 16mm Roll �..- d`� on 52y Roll S0001697 Silver Polyester Base Originals, 35mm Roll 42 ' Roll S0001698 Diazo Duplicate of Each, 16mm Roll Roll @ . DID 103 ' S0001699 Diazo Duplicate of Each, 35mm Roll Roll 83 Q-bv S0001700 Document Scanning, Small Format Each Image 6� _ 5,260 HAD V ' S0001701 Document Scanning, Large Format Each Image _ 2,105 I62q, S0001702 Image Scanning from 16mm Roll Each Roll DA 42,000 1 �190 • cl ' S0001703 Image Scanning from 35mm Roll Each Roll 01 17,511 !gODD•$? S0001704 Pickup and Delivery Each m ' 00 28 oo -- S0001469 Document Preparation Hourly g _ 0 0 1,628 13,_0 2 �• 0 Rate ' S0001706 Document Destruction Services Pound _ • 15, 6,300 qyS • 06 TOTAL YEAR TWO (2) BID PRICE 4,_219'3 (enter here and on Page BF-3) *The numbers for Indexing, Microfilm originals, Diazo duplicates, Document Scanning, Image Scanning, Pickup/Delivery of originals, Document Preparation Labor, and Document Destruction Services per year has been estimated for the purposes of soliciting and evaluating competitive Bids. Although the Authority believes that these estimates fairly describe the scope of work under ordinary circumstances, actual conditions may cause the number for each item to differ from the estimates. The Authority has no obligation to request any ' Indexing, Microfilm originals, Diazo duplicates, Document Scanning, Image Scanning, Pickup/Delivery of originals, Document Preparation tabor, and/or Document Destruction. Services or to require the use of any particular quantity of Indexing, Microfilm originals, Diazo duplicates, Document Scanning, Image Scanning, Pickup/Delivery of originals, Document Preparation Labor, and Document Destruction Services. Bids will be evaluated based on the Total Two (2) Year Bid Price, but the Contract to be awarded, if an award is made, will obligate the Authority only to pay the Indexing, Microfiim originals, Diazo duplicates, Document Scanning for small and large format, Image Scanning per roll, Pickup/Delivery of Authority originals, Document Preparation Labor, and Document Destruction .Services provided in the successful Bidder's Bid for the services and materials actually requested by the' Authority and satisfactorily provided by the Contractor. The hourly rate provided in the Bid should take into consideration the hourly rates paid to all of the Contractor's ' employees used in performing the Contract services. 828-08 RECORD CONVERSION 13F-11 BASE REV 01/17/07 ' (Sign this page if the Contractor is a Corporation or Other State -Chartered Business Entity) ' IN WITNESS WHEREOF, the said GREATER ORLANDO AVIATION AUTHORITY has caused this Contract to be executed in its name by its Chairman, Vice Chairman, Executive Director, or Deputy Executive Director, attested by its Secretary or Assistant Secretary, and the said Contractor has caused this Contract to be executed in its name by AAv[ Sojo•-,ow its CDO _ ' attested by ae> e- , its prss�s ,4- Secretary, and has caused the seal of said corporation or other business entity to be hereunto attached, all as of the day and year first above written. "AUTHORITY"' ' GREATER ORLANDO AVIATION AUTHORITY [Official Seal] ' T�,,,, �;g Attest: this d <q o1 IV,,& , 20 0 � -�--�---- �- Secre r ' 11,.JAll AND CASSEL ay ' "CONTRACTOR" G.catc, t).i..iid.i Aviation Authority ' T DRS GRO OF L IDA, INC. By: / (Signat Officer) [Corporate Seal] Its: C:hseF OPerg4105 �Ffi�1?r ' (Title) ' Name of Officer Printed or Typed Attest: ._..�_..._._.._�. '.Secretary . 1 B28-08 RECORD CONVERSION C-3 BASE REV 10/17/06 KUHNE INS 407 27S SZ48 06/05/OB 02;28pm P. 001 AAA, CERTIFICATE OF LIABILITY INSURANCE PRODUCER Kuhne Insurance Agency Inc. P.O. Box 574596 Orlando, Florida 32857 -� THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO P1014TS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AF'FOR ED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED DRS Group of, Florida Inc. 1075 Florida Center Parkway, Suite 2000 Longwood, Florida 32750 INSURERA �l l�r_isJ.a...BeS,ai1....EBdexaLion .STF. _ ` -- NsuaR©©_ NSURERCI wv.. INSURER O: -� ^ NSURER E r AVL'itr An=Q THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. tN1 LTA AD ' 1. POLICY NUMBER PO`"L�CY��OTNE POLICY EXPIRATION-_-- WIDDIYYI --- WMtTS r^-.._.._.._..._.. 09NERALLIABIWY EACH CCURRENCE $ COMMERCIAL GENERAL LIASILMY S- T0-qERTFUF PREM1 E e nccuren� MEO EX_P (AnY 06on $� CLAIMS MADE OCCUR PERSONAL $ ADV INJURY $ GENE AGGREGATE S GEN'L AGGREGATE LIMIT APPIJE6 PER: PRODUCTS • COMPIGP AGG .,• $ POLICY m 7 IOC��•�•-- AUTOMOBILE LIABILITY ANY AUTO (F IdaB t) INGLE LIMIT S BODILY INJURY Nr perwn) $ ALL OWNED AUTOS SCHEDULED AUTO$ I ROPILY INJURY (Per 2116ent) $ MIRED AUTOS NOWOWNED AUTCS PROPERTYDAMAGE (Par 2160 l) $ - GARAGELIANUITY AUTO ONLY -'EA ACCIDENT I $ S ANY AUTO OTHER THAN _ A ACC $ AUTO ONLY: AGG EXCASBN1118RELLA LIABILITY EACH OCCURRENCE $ �� AGGREGATE- S _ OCCUR CLAIMS MADE I _ ._...._...-...�...._-_._ .3 DEDUCTIBLE '- --._-.---.. $ RETENTION $ WORKERS COMPENSATION AND YV STATU- OTH- A EMPLOYERS' LIABILITY ANY PROPRIETOFIMARTNERIEXECUTIVE OPPICER/MEMSER EXCLUDED? IIygs, tlA$CrIDe u11DBr SP IAL PROWSIONs aglow 520-30226 3-3-2008 3-3-2009 E.L. EACH ACCIDENT $ 1 , 000 , 00a EL OISEASE-CA FMPLOYEE S 1,000,000 - ' - E.L. DISEASE • POLICV LIMIT ^ - $ l , Q�� Gl/� OTHER I M DESCRIPTION OF OPERATIONS t LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS fax 407-825-4020 SHOULD ANY OF THE ABOVE DESCRIBED POL104PS BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRDTEN Greater Orlando AVation Authorty NOTICE TO THE CERTIFICATE HOLDER NAMEDTO THt LEFT, PUT FAILURE TO DO 30 SHALL Orlando International Airport IMPOSE NO OBLIGATION OR LIABILITY OF ANN KIND UPON THE INSURER, ITS AGENTS OR one Airport Blvd REPRESENTATI Orlando, Florida 32827-4399 RILED RE Es TIVE At'umu AU (XUU 1/Va) LW AUUMU L•UHF'I••IFMA I TUN 19UH r i i IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 107 U83 Wc11; l ::I:7 The Certificate of Insurance an the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. 1cOR0 Zss 171117) B28-08 RECORD CONVERSION C-5 BASE REV 10/17/06 I 7 F I GENERAL CONDITIONS 1. SCOPE OF WORK: This Contract will be to furnish all labor, supervision, materials and supplies, equipment, tools, accessories and all other items necessary or proper for, or incidental to, performing -conversion and archiving of certain records on an "as -needed" basis at the Orlando International Airport in accordance with the Contract Documents. All work shall be performed in accordance with the Specifications attached hereto. 2. COMPENSATION - INVOICE AND PAYMENT FOR SERVICES: 2.1 The Contractor shall invoice the Authority by the tenth day of each month following a month in which approved work is performed by Contractor during such prior month. The Contractor's invoice shall generally describe the services rendered by department, type of service, date rendered, and shall contain such other information and be accompanied by such supporting payroll documentation and other materials as the Authority shall request. 2.2 The Authority's fiscal year is from October 1 through September 30. Work performed prior to September 30 (e.g., August 1 gt through September 29"'), must be invoiced and dated prior to September 30 in order to be paid out of the correct fiscal year budget. Services performed after October 1 shall be invoiced after October 1. 2.3 The Authority shall subject to authorized deductions pay the Contractor for any materials provided and services performed for record conversion and archiving services and pickup and delivery as set forth on Page BF-10 through Page BF-1 1, ' authorized by the Authority and actually performed by the Contractor to the satisfaction of the Authority as required by the Specification. 2.4 The Authority shall subject to authorized deductions pay the Contractor for the appropriate Hourly Labor Rate as set forth on Page BF-10 through Page BF-1 1, for document preparation services authorized by the Authority and actually performed by ' the Contractor to the satisfaction of the Authority as required by the Specification. 2.5 The Authority shall pay the Contractor for the number of pounds of document destruction services authorized by the Authority and actually performed by the Contractor to the satisfaction of the Authority as set forth on Page BF-10 through Page BF-1 1, and required by the Specification. ' 2.6 The Authority shall at regular intervals monitor the performance of Contractor to determine whether the work to be performed under the Contract has in fact been accomplished to Authority's satisfaction and/or standards common in the industry. ' Authority shall make a subjective evaluation of the effectiveness and efficiency of Contractor's performance. ' 2.7 The Authority shall notify the Contractor of any specific item or items that are unsatisfactory to the Authority, and if the Contractor has not performed such work to the Authority's satisfaction within five (5) business days after Authority's notice, ' the Authority, in addition to all other rights provided to the Authority under this ' B28-08 RECORD CONVERSION GC_1 BASE REV 10/17/06 I I I 7 GENERAL CONDITIONS (Continued) responsibilities which may be imposed by applicable law or by the indemnification provisions of Section 5 thereof, and such liability shall survive the expiration or earlier termination of this Contract. 5. INDEMNIFICATION AND INSURAN 5.1 Contractor shall indemnify, defend and hold completely harmless the Authority and the City ofOrlando, Florida ("City"), and the members (including, without limitation, members of the Authority's Board and the City's Council, and members of the citizens' advisory committees of each), officers, employees and agents of each, from and against any and all liabilities (including statutory liability and liability under Workers' Compensation Laws), losses, suits, claims, demands, judgments, fines, damages, costs and expenses (including all costs for investigation and defense thereof, including, but not limited to, court costs, paralegal and expert fees and reasonable attorneys' fees) which may be incurred by, charged to or recovered from any of the foregoing (i) by reason or on account of damage to or destruction or loss of any property of Authority or the City, or any property of, injury to or death of any person resulting from or arising out of or in connection with the performance of this Contract, or the acts or omissions of Contractor's directors, officers, agents, employees, subcontractors, licensees or invitees, regardless of where the damage, destruction, injury or death occurred, unless such liability, loss, suit, claim, demand, judgment, fine, damage, cost or expense was proximately caused solely by Authority's negligence or by the joint negligence of. Authority and any person other than Contractor or Contractor's directors, officers, agents, employees, subcontractors, licensees, or invitees, or (ii) arising out of or in connection with the failure of Contractor to keep, observe or perform any of the covenants or agreements in this Contract which are required to be kept, observed or performed by Contractor, or (iii) arising out of or in connection with any claim, suit, assessment or judgment prohibited by Section 5.4 below by or in favor of any person described in Section 5.5 below,, or (iv) arising out of or in connection with any action by Contractor or its directors, officers, agents, employees, subcontractors, licensees or invitees. Authority agrees to give Contractor reasonable notice of any suit or claim for which indemnification will be sought hereunder, to allow Contractor or its insurer to compromise and defend the same to the extent of its interests, and to reasonably cooperate with the defense of any such suit or claim. In carrying out its obligations under this section, Contractor shall engage counsel reasonably acceptable to Authority. In any suit, action, proceeding, claim or demand brought in respect of which the Authority may pursue indemnity, the Authority shall have the right to retain its own counsel, but the fees and expenses of such counsel shall be at the expense of the Authority unless (1) the Contractor and the Authority shall have mutually agreed to the contrary, (2) the Contractor has failed within a reasonable time to retain counsel reasonably satisfactory to the Authority, or (3) the Authority and the Contractor are both named parties in any such proceeding and, in the sole judgment of the Authority, representation of both the Authority and the Contractor by the same counsel would be inappropriate due to actual or potential differing interests between them. The indemnification provisions of this Section 5 shall survive the expiration or earlier termination of this Contract with respect to any acts or omissions occurring during the term of the Contract. 5.2 Not applicable. 1 B28-08 RECORD CONVERSION GC-3 BASE REV 10117/06 'LJ ' GENERAL CONDITIONS (Continued) of the Authority, the City's Council and the citizens' advisory committees of each), officers, agents, and employees of each, from and against any and all ' liabilities arising out of or in connection with the Contractor's performance. of the Contract work: 11 �1 E �1 (1) Commercial general liability insurance with coverage of not less than ONE MILLION DOLLARS ($1,000,000.00) combined single limit per occurrence, and with contractual liability coverage for Contractor's covenants to and indemnification of Authority and the City under the Contract, and (2) Automobile liability insurance with policy limits of not less than ONE MILLION DOLLARS ($1,000,000.00) combined single limit per accident or occurrence covering each motor vehicle operated on Authority property. Contractor acknowledges and agrees that, if the Contractor's employee operates a vehicle in the Authority's Aircraft Operations Area MOM, then all such operations are within its employee's scope of employment regardless of who owns the vehicle. 5.7.1.1 Self -Insured Retention. Contractor's commercial general liability insurance policies shall not be subject to a self -insured retention exceeding $10,000, if the value of the Contract is less than $1,000,000, and not be subject to a self -insured retention exceeding $100,000, if the Contract is $1,000,000 or more, unless approved by the Authority's Executive Director. Contractor's automobile liability insurance policies shall not be subject to a self -insured retention exceeding $10,000', unless approved by the Authority's Executive Director. 5.7.1.2 Additional Insured Endorsement. Contractor agrees and shall cause the Authority and the City and their members (including, without limitation, members of the Authority's Board and the City's Council and members of the citizens' advisory committees of each), officers, employees, and agents to be named as additional insureds under such policy or policies of commercial general and automobile liability insurance. 5.7.2 Workers' Compensation and Employer's Liability. If Contractor has any employee working on Authority property, Contractor shall procure and maintain in force during the term of the Contract (i) workers' compensation insurance, and (ii) employer's liability insurance. The policy limits of the Contractor's employer's liability insurance shall not be less than $100,000 for "each accident," $500,000 for "disease policy limit," and $100,000 for "disease each employee." If the Contractor is self insured, the Contractor shall provide proof of self-insurance and authorization to self -insure as required by applicable state laws and regulations. 5.7.3 Professional Liability Insurance. Not applicable. 5.7.4 Health Insurance. Not applicable. 1 828,08 RECORD CONVERSION GC-5 6ASE REV 10117/06 GENERAL CONDITIONS (Continued) 6.2 Liability Insurance Companies furnishing insurance coverages required by these General Conditions shall (a) be approved to issue insurance policies in the State ,of ' Florida, and (b) must have no less than a " B + " Financial Rating and a Financial Size Category of "Class VI" or higher according to the most current edition of A.M. Best's Insurance Reports. If the liability insurer is rated by A.M. Best's Insurance Reports at ' a "A-" Financial Rating and a Financial Size Category of "Class VIII" or higher then the Authority's Executive Director may waive the requirement for the insurer to be approved by the State of Florida. ' 7. CONTRACT ADJUSTMENTS: 7.1 Notwithstanding any provision herein to the contrary, the Authority reserves the right to modify at any time the nature, method, scope, frequency, or timing of the Contractor's obligations under this Contract .(Contract Adjustments) in whatever manner it determines to be reasonably necessary for the proper completion of the Contractor's work hereunder. Both parties agree that, should any Contract Adjustments be made, the Contractor's compensation and the amount of the Performance Bond or Letter of Credit required, will be adjusted accordingly, in such ' amount or amounts as will be mutually agreed to by means of good faith negotiation by the Authority and the Contractor and, to the extent possible, by reference to any unit costs already established in the Bid- Without exception, all deletions or additions ' to the scope of work will be set forth in a written Amendment to this Contract. 7.2 Notwithstanding the foregoing, the Authority shall have the right to terminate this Contract pursuant to the provisions of Section 9,2 herein should the Contractor and the Authority fail to reach agreement on the adjusted compensation, or the amount of the Performance Bond or Letter of Credit, within thirty (30) days after the date of ' the Contract Adjustment, 7.3 Notwithstanding the foregoing, there shall be no upward adjustment of the t compensation on account of any Contract Adjustment made necessary or appropriate as a result of the mismanagement, improper act, or other failure of the Contractor, its employees, agents, or its subcontractors to properly perform its ' obligations and functions under this Contract, 8- SUBCONTRACTORS: 8.1 The Contractor shall perform all of its obligations and functions under this Contract by means of its own employees, or by a duly qualified subcontractor which is approved in advance by Authority. Such subcontractor which is an affiliate, parent, ' or subsidiary company; or had principal owners, .relatives, close kin, management, or employees common to the Contractor; or any other party that has the ability to significantly influence the management or daily business operations of the subcontractor must be disclosed in writing to the Executive Director. Goods and services provi"ded by subcontractors which are reimbursed by the Authority must be bona fide arm's-lengths transactions- In the event a subcontractor is employed, the ' Contractor shall continuously monitor the subcontractor's performance, shall remain fully responsible to ensure that the subcontractor performs as required and itself perform or remedy any obligations or functions which the subcontractor fails to 1 828-08 RECORD CONVERSION GC-7 BASE REV 10/17/06 GENERAL CONDITIONS (Continued) 9.1.4 the Contractor fails for any reason to provide the Authority with an acceptable renewal or replacement bond or letter of credit within the time ' period specified by a provision of this Contract; or 9.1.5 the Contractor shall become insolvent, or shall take the benefit of any ' present or future insolvency statute, or shall make a general assignment for the benefit of creditors, or file a voluntary petition in bankruptcy or a petition or answer seeking an arrangement for its reorganization, or the readjustment ' of its indebtedness under the. Federal Bankruptcy laws, or under any other law or statute of the United States or any State thereof, or shall consent to the appointment of a receiver, trustee or liquidator of all or substantially all of its property; or 9.1.6 the Contractor shall have a petition under any part of the Federal Bankruptcy laws, or an action under any present or future insolvency laws or statute, filed against it, which petition is not dismissed within thirty (30) days after the filing thereof; or ' 9.1.7 there is any assignment by the Contractor of this Contract or any of Contractor's rights and obligations hereunder for which the Authority has not consented in writing; or ' 9.1.8 the Contractor shall default on any other agreement entered into by and between Contractor and the Authority, then, in its discretion, the Authority shall have the right to terminate this Contract for default, which termination shall be effective upon delivery of written notice of such termination to the Contractor. In the event that the Authority terminates this Contract for default, or the Contractor abandons or wrongfully terminates the Contract, the Contractor shall, be paid for compensation earned to the date of ' termination or abandonment (but Authority shall have the right to reduce by off -set any amounts owed to Contractor hereunder or under any other Contract or obligation by the amount of the Authority's damages and any amounts owed by Contractor to ' Authority), but Contractor .shall not be compensated for any profits earned or claimed after the receipt of the Authority's notice of termination by default or after abandonment or wrongful termination. The Authority's election to terminate or not to terminate this Contract in part or whole for Contractor's default shall in no way be construed to limit Authority's right to pursue and exercise any other right or remedy available to it pursuant to the terms of the Contract or otherwise provided by law or equity. ' 9.2 Notwithstanding anything else herein contained, the Authority may terminate this Contract in whole or in part at any time for its convenience by giving the Contractor ' thirty (30) days written notice. In that event, the Contractor shall proceed to complete any part of the work, as directed by the Authority, and shall settle all • its claims and obligations under the Contract, as directed by the Authority. The Contractor shall be compensated by the Authority in accordance with the provisions hereof, including in particular Section 2 of these General Conditions, provided, however, that in no event shall Contractor be entitled to compensation for work not ' performed or for anticipatory profits. Contractor shall justify its claims, as requested by the Authority, with accurate records and data. 1 B28.08 RECORD CONVER$ION GC-9 BASE REV 10/17/06 1 GENERAL CONDITIONS (Continued) 13. NONDISCRIMINATION: 13.1 During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest agrees as follows: ' 13.1.1 Compliance with Regulations. The Contractor shall comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (herein after referred to as the "Regulations"), which are herein incorporated by reference and made a part of this Contract. ' 13.1.2 Nondiscrimination. The Contractor, with regard to the work performed by it during the Contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of any subcontractor, including procurement of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the Contract covers a program set forth in Appendix B of the Regulations. 13.1.3 Solicitations for Subcontracts, Including Procurement of Materials and Equipment. In all solicitations either by competitive proposing or negotiation made by the Contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential ' subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this Contract and the Regulations relative to nondiscrimination on the grounds of race, color or national origin. 13.1.4 Information and Reports. The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and 1 shall permit access to its books, records, accounts, other sources or information, and its facilities as may be determined by the Authority or the Transportation Security Administration ("TSA") to be pertinent to ascertain L compliance with such Regulations, orders and instructions. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so certify to the Authority or the TSA, as appropriate, and shall set forth what efforts ' it has made to obtain the information. 13.1.5 Sanctions for Noncompliance. In the event of the Contractor's ' noncompliance with the nondiscrimination provisions of this Contract, the Authority shall impose such Contract Sanctions as it or the TSA may determine to be appropriate, including but not limited to: 13.1.5.1 Withholding of payments to the Contractor under the Contract until the Contractor complies, and/or ' 13.1.5.2 Cancellation, termination or suspension of the Contract, in whole or in part. ' B28-08 RECORD CONVERSION GC-1 1 BABE REV 10/17105 r-, Jai GENERAL CONDITIONS (Continued) relied upon outside the Contract terms and amendments. Without exception, all deletions or additions to the scope of work will be set forth in a written amendment to this Contract. No amendment, modification, or waiver of this Contract, or any part thereof, shall be valid or effective unless in writing signed by the party or parties sought to be bound or charged therewith; and no waiver of any breach or condition of this Contract shall be deemed to be a waiver of any other subsequent breach or condition, whether of a like or different nature. 15.3 The Contractor shall, during the term of this Contract, repair any damage caused to real or personal property of the Authority and/or its tenants, wherever situated on the Airport, caused by the intentional, reckless, or negligent acts or omissions of the ' Contractor's officers, agents, or employees, and any subcontractors and their officers, agents, or employees, or, at the option of the Authority, the Contractor shall reimburse the Authority for the cost of repairs thereto and replacement thereof accomplished by or on behalf of the Authority. 15.4 Contractor warrants to the Authority that no work performed or materials purchased pursuant to the Contract, whether by, from, or through the Contractor or a ' subcontractor, shall cause any claim, lien or encumbrance to be made against any property of the Authority, and the Contractor shall indemnify and save the Authority harmless from and against any and all losses, damages and costs, including ' attorneys' fees, with respect thereto. If any such claim, lien or encumbrance shall be filed, the Contractor shall, within thirty (30) days after notice of the filing thereof, cause the same to be discharged of record by payment, deposit, bond, order of a court of competent jurisdiction or otherwise. This provision snall survive the expiration or termination of the Contract. 15.5 The language of this Contract shall be construed according to its fair meaning, and not strictly for or against either the Authority or the Contractor. This Contract shall be deemed to be made, construed and performed according to the laws of the State ' of Florida. Any suit or proceeding initiated for the purpose of interpreting or enforcing any provision of this Contract or any matter in connection therewith shall be brought exclusively in a court of competent jurisdiction in Orange County, Florida, and Contractor waives any venue objection, including, but not limited to, any objection that a suit has been brought in an inconvenient forum. Contractor agrees to submit to the jurisdiction of the Florida courts and irrevocably agrees to accept service of process by U.S. mail. 15.6 The section headings herein are for the convenience of the Authority and the Contractor, and are not to be used to construe the intent of this Contract or any part ' hereof, or to modify, amplify, or aid in the interpretation or construction of any of the provisions hereof. 15.7 The use of any gender herein shall include all genders, and the use of any number shall be construed as the singular or the plural, all as the context may require. 15.8 The delay or failure of the Authority at any time to insist upon a strict performance of any of the terms, conditions and covenants herein shall not be deemed a waiver of that breach or any subsequent breach or default in the terms, conditions, or 828.08 RECORD CONVERSION GC-13 BASE REV 10/17/06 ' GENERAL CONDITIONS (Continued) charges therefor have been approved in advance and have been confirmed in writing within twenty-four (24) hours by the Executive Director, in his or her exclusive ' discretion. 15.15 Contractor is an independent contractor and nothing contained herein shall be ' construed as making the Contractor an employee, agent, partner or legal representative of the Authority for any purpose whatsoever. The Contractor acknowledges that it does not have any authority to incur any obligations or responsibilities on behalf of the Authority, and agrees not to hold itself out as having any such authority. Nothing contained in this Contract shall be construed to create a joint employer relationship between Authority and Contractor with respect to any employee of Contractor or of its subcontractors. 15,16 Contractor and its subcontractors, if any, shall maintain complete and accurate books and records in accordance with generally accepted accounting principles, consistently applied, and shall be in a form reasonably acceptable to the Authority's Executive Director or designee. Contractor and its subcontractors shall account for all expenses of any nature related to transactions in connection with this Contract in a manner which segregates in detail those transactions from other transactions of the Contractor and subcontractors and which support the amounts reported and/or invoiced to the Authority. At a minimum, Contractor's and subcontractor's ' accounting for such expenses and transactions shall include such records in the form of electronic media compatible with or convertible to a format compatible with computers utilized by the Authority at its offices; a computer run hard copy; or legible microfilm or microfiche, together with access to the applicable reader. All ' . such books and records and computerized accounting systems, shall upon reasonable notice from Authority be made available in Orange County, Florida, for ' inspection, examination, audit and copying by Authority through and by its duly authorized representatives at any time for up to four (4) years after the year .to which books and records pertain. Such inspection, examination, or audit may ' include, but is not limited to a review of the general input, processing, and output controls of information systems, using read only access, for all computerized applications used to record financial transactions and information. Contractor and ' subcontractor shall freely lend its own assistance in a timely manner in making such inspection, examination, audit, or copying and, if such records are maintained in electronic and other machine readable format, shall provide the Authority and/or its representative such assistance as may be required to allow complete access to such records. The Executive Director may require Contractor and subcontractors to provide other records the Executive Director, in his or her sole discretion, deems necessary to enable the Authority to perform an accurate inspection, examination or ' audit of expenses incurred in and transactions related to performance of this Contract. Such records shall be provided within thirty (30) days of request thereof. In the event that expenses incurred or reimbursed are found by such inspection, examination, or audit to have been overpaid, Contractor and its subcontractors agree that such amounts shall be payable to the Authority. If, prior to the expiration of the above -stated four (4) year record retention period, any audit or investigation is ' commenced by the Authority, or any claim is made or litigation commenced relating to this Contract by the Authority, the Contractor, or a third party, the Contractor shall continue to maintain all such records, and the Authority shall continue to have ' the right to inspect such records in the manner stated above, until the inspection, examination, audit, claim, or litigation is finally resolved (including the determination B28-08 RECORD CONVERSION GC-1 5 BASE REV 10/17/06 i i i i GENERAL CONDITIONS (Continued) 15,23 Contractor and Authority hereby mutually waive any claim against each other and their respective members, officials, officers, agents and employees for damages (including damages for loss of anticipated profits) caused by any suit or proceedings brought by either of them or by any third party directly or indirectly attacking the validity of this Contract or any part thereof, or any addendum or amendment hereto, or the manner in which this Contract was solicited, awarded or negotiated, or arising out of any judgment or award in any suit or proceeding declaring this Contract, or any addendum or amendment hereto, null, void or voidable or delaying the same, or any part thereof, from being carried out. * * * * * * * END OF GENERAL CONDITIONS * * * * * * IB28-08 RECORD CONVERSION GC_17 BASE REV 10117/06 SPECIFICATION (Continued) ' 1.2.5 The Authority is complying with the Florida State Statute, Chapter 257.36, 2h, Records and Information Management, which requires that the Authority "provide a centralized program of microfilming for the benefit of all agencies." 1.3 WORKING HOURS: 1.3.1 The Contractor shall perform all work between the hours of 9:00 a.m. and 4:00 p.m. Monday through Friday, excluding Authority ' observed holidays. 1.3.2 -Prior to the start of each task, definite start and end dates shall be agreed upon by the AAR and the Contractor. 1.3.3 In the event an emergency condition is declared by the Authority's ' Executive Director, Deputy -Executive Director, or their respective designees, the Contractor shall perform services as directed by the Authority. ' 1.4 CONTRACTOR'S PERSONNEL: 1.4.1 The Contractor shall comply with Federal regulations on wages- and hours of an employee and dealing with the employment relationship between Contractor and its subsidiaries or related parties and its employees, including but not limited to the Florida Human Relations ' Act, the Federal National Labor Relations Act, the Federal Fair Labor Standards Act, the Federal Civil Rights Act of 1964, as amended, and the Americans with Disabilities Act. 1.4.2 The Contractor shall require all prospective employees to show proof of citizenship, or proof from the United States Immigration and Naturalization Service of valid entry permits and/or work permits, and that they are legal aliens eligible to be employed in the United States. ' 1.4.3 Should the Contractor engage employees that are illiterate in English, it will be the Contractor's responsibility and obligation to train such employees to be able to identify and understand all signs and notices in and/or around the areas that relate to them or the services being performed by them pursuant to any resulting purchase order. 1.4.4 The Contractor shall maintain a drug -free workplace within the ' meaning of the Florida Drug -Free Workplace Act. No employee shall be hired by a Contractor for work on Authority's premises prior to such employee having tested negative for drugs. In addition, existing employees of the Contractor must be subject to drug testing by the Contractor upon reasonable suspicion of drug use. ' 1.4.5 While working on airport property, all Contractors' employees shall wear neat -appearing uniforms and footwear of a style that complies with all legal and safety requirements, including, and without limitation, the requirements of OSHA. 1 828-08 RECORD CONVERSION S-2 SPECIFICATION (Continued) ' 1.5.3 Fees Associated with Keys: New Hard Key $ 10.00 ' Lost Hard Key $50.00 Re -core Key $50.00 plus $10.00 per each new key Intellikey $ 20.00 ' Lost Intellikey $50.00 Note: No personal checks or credit card payments are accepted. Companies will be assessed a $100.00 fee for each non - returned identification badges and keys. ' 1.6 ITEMS PROVIDED BY THE AUTHORITY: Not Applicable. 1.7 WARRANTY: ' 1.7.1 The Contractor shall warrant, in writing, to correct, at no additional cost to the Authority, any improper work resulting from faulty workmanship. ' 1.7.2 Such warranty shall be effective for a period of not less than ninety (90) days following the final acceptance of the services for the Contractor's workmanship and installation. The Contractor shall also ' provide to the Authority all manufacturer's warranties associated with the materials provided as applicable. 1.7.3 Payments in full, or otherwise, shall in no way constitute a waiver of ' these warranty requirements. ' 1.8 QUALITY ASSURANCE: 1.8.1 The Contractor shall perform the work in accordance with industry standards, in a manner that meets, or exceeds, American National Standards Institute (ANSI) standards. 1.8.2 The Contractor shall provide an adequate number of skilled workmen who are thoroughly trained and experienced in providing services of the type that are the subject of this Specification. ' 1.8.3 The AAR shall reserve the right to inspect the Contractor's facility at times agreed to by the Contractor and AAR any time during the performance of the work to ensure compliance with this ' Specification. 1.8.4 The AAR shall reserve the right to inspect the equipment used by the Contractor at times agreed to by the Contractor and AAR any time ' during the performance of the work to ensure the compatibility of the film with the Authority's equipment. I B28-08 RECORD CONVERSION S-4 �J J (REVISED PER ADDENDUM NO. 1) SPECIFICATION (Continued) 2.2.2 Film Storage Containers: Shall be plastic and designed to accommodate a front and top label indicating whether the roll is an original or duplicate, the roll number, date, and appropriate information as supplied by the Authority. Acid Free Boxes can be used to hold duplicate copies of the microfilm. 2.2,3 Any and all other miscellaneous materials that are necessary to perform the services specified herein PART THREE - EXECUTION 3.1 PERFORMANCE REQUIREMENTS. 3.1.1 The Contractor shall utilize a bonded courier for the pick-up and return delivery of Authority owned documents, drawings and films, and the delivery of any Contractor generated finished product(s). 3.1 .2 The Contractor shall allow the AAR or designee access to any and all Authority owned documents, drawings, films and/or Contractor generated products during the performance of service even if the items are located in the Contractor's facility. ' 3.1.3 The Contractor shall keep a written index of all documents, drawings, and films received from the Authority until such ' documents, drawings, and/or films are returned to the Authority, delivered to an Authority approved contractor's document storage location/facility, or until destruction of such items that are requested ' by the AAR. 3.1.4 The Contractor shall keep a written statement of confidentiality from ' each applicable employee during the performance of services, which will be verified during periodic site visits by the AAR or its designees. 3.1.5 The Contractor. shall perform services in accordance with this Specification, and to industry standards. The Contractor shall coordinate its activities with and adjust its activities to the needs and requirements of the Authority and shall perform its activities so as ' not to annoy, disturb, endanger, unreasonably interfere with or delay the operations or activities of the Authority or its tenants. ' 3.1.6 Any work required beyond that which is specified herein, shall be reported in advance to the AAR. At no time shall work beyond the scope be performed without prior written authorization from the AAR or designee. 3.1.7 It is the Contractor's responsibility to familiarize itself with access to ' the pick-up and drop-off site. 3.1.8 Contractor shall advise the Authority as soon as practical of any defect or condition which may adversely affect the completion of work requested under the scope of this Specification. ' 828-08 RECORD CONVERSION S-6 I d (REVISED PER ADDENDUM NO. 1) (SPECIFICATION (Continued) 3.3.6 The Contractor shall provide one (1) silver polyester base 5mm thick original, and one (1) diazo duplicate of each 5mm thick 100 foot rolls. 3.3.7 All completed film, when submitted to the Authority, shall be fully compatible with microfilm Canon MP 90, MS-300, and/or MS-800 reader/printer equipment. 3.3.8 The AAR shall furnish computer indexes for the microfilm, in paper format or as an attachment to e-mail. Computer indexing shall be in Microsoft Excel. The drawing index shall be 35mm film (See Exhibit E), shall include contract number, project name, type of drawing, sheet number, description, roll number and box number (information that is found on the outside of the folders or boxes). The 16mm index (See Exhibit F►, shall include project name, description, roll and sequence number. 3.3.9 The Contractor shall notify the AAR when finished film is ready for delivery in order to coordinate the return and/or drop off of Authority owned items and/or Contractor generated products. Documents and drawings shall be kept by the Contractor until the film is verified. Upon verification and approval of the film(s), the Authority shall instruct the Contractor to return all items to the Authority, to drop off at an Authority approved storage location, and/or to shred/destroy the documents. 3.3.10 When requested, the Contractor shall also provide document scanning services to scan original documents and drawings directly to CD or DVD format. For the purpose of this solicitation, small format shall be any original up to 11 " X 17" and large format shall be originals larger than 11" X 17" up to and including 30" X 42". 3.3.11 The Contractor shall use RW type CD's with a minimum capacity of 700MB/180 minutes and/or RW type DVD's with a minimum capacity of 4.7GB when performing document scanning activities. These CD's/DVD's shall be compatible with CD/DVD/RW disk drives utilized in Hewlett Packard/Compaq computers and may be manufactured by Maxell, Sony, Memorex, TDK, Verbatim, or equivalent alternate product. Each loaded disk shall have a label identifying the information that is on the disk and include the "Burn" date. The loaded disk shall be inserted in a jewel case containing an insert that also identifies the information on the disk and the "Burn" date. Information shall be formatted as follows: "BP-S002, Original Contract to 2.2 Advertisement, Burned 611 5/07". If more than one disk is needed for a project, then the disks shall be numbered "Disk 1 of X", "Disk 2 of X", etc. 3.3.12 When requested, the Contractor shall provide image scanning services to scan original 16mm and/or 35mm film directly to CD or DVD format (PDF and TTF format). 1 828-08 RECORD CONVERSION S.8 EXHIBIT "A" CONTENTS DEPARTMENT MICROFILM ROLL NO. REDUCTION RATIO 29.1 DATE MICROFILMED INDEX TITLE OF RECORDS WRITE LARGE ARRANGEMENT: Alphabetical, chronological, numerical, fund, page, combination of the foregoing or other. BEGINNING DOCUMENT: BEGINNING DATE: ENDING DATE: The Camera Operator's Certificate located near the end of the roll describes the contents of this microfilm. B28-08 Record Conversion A-1 I EXHIBIT "C" END CERTIFICATE OF AUTHENTICITY This is to certify that the microphotographs appearing on this roll of microfilm are accurate reproductions of the records of: These documents were microfilmed in the regular course of business pursuant to established routine company policy. The photographic process used for microfilming these records meets standards set by the American National Standards Institute for archival preservation of such records. Camera Operator: Signature: B28-08 Record Conversion C-1 Date: Contractor: r1 Q 2 .. < N N N 4 0 N C7 N O N O N N N N O O C. N N O N Q N O N N N N O Y ��11 N CN N O N N N S ' co Cl) M M M M m m M "f m th cn in rM� P- 0 N Lf)m ti m r-- IV ti M I'Dn m N le) I- Ln ti n rl I- m r+ �j A i~ 4[] ti � N Li] r- i17 Z LU r7 M O M cf M M R M M M 'p' V M M It M Cl) 7 M Ce) �t M v cn It �t M V cn V M R Cl) R O C YA a �z z z z z z z z z z z z z z z z z z z p,. O 0�;;o 0.rl0 0r0 O O 0 0 0 0,..O 0r0, 0 -j$ �0 50'30�0505050 050'�05050505 W ...... 50505C55 ... r to LU � ' Jr FU) 2 J FQ- g 9 � 0 ° x ¢� - � z � w � 4 W<z . Was a2 LU ❑ ¢ J m'J Q w ¢ C7 a w rn r w 0.0 ;cy z g z m z ¢ 0 m ' LLI LL '.G) N ¢. Q: U) 0 z < J z t a:a �' .¢ (� LL; LL w CL. � } z J ¢ m ¢ ¢ ', G'« z. p W' z 0 wO O❑ Qvai0U7� 0� Z w C7 z LaQ00 o,nLl:�z zzz'w� Q H w � �I- 40 a U � Orn ~ � � U wa ¢ r w cn HpgH. a v 00 -_jCn ac z w LU O Lu U E z 7 w O LL LL LLI:,O 7 Cog W LLI� 7 z �� W W J u❑ J 7 5C ¢ 0. o.7MVo O�lo} g Q Q w to w V) ww[!�¢ J Q CL. N g ¢ a w U' F'dm wO¢ z Lp a. 2 L� w w 1- Y.I w Cl): LLJ r OI . cr) M C T T M, M M r X ,i �° LL LL p ' LL C? 066 O ' U) L.,. U r _. N._,._....`r :._.. M.,,,_W.. �,.-..,...�.. M.'..~�... — rUU W m _.._...wv . _._ ..... . _ ._._ ,.... ,. .�.. ,. O Gl 0 U 0 0 0 0 0 0 0 ❑ 0 O pp ❑ C1 ❑ ❑ N .. ..f�C U z z z z z z z w w: w LU g w g w g w g z N 0O O.O .w LU O z a a a a' a. a a -' w a' EL a g g; g- a, ' a a g a' g' C�: LU rn m: ; p p. Cl-cK ¢¢ O ¢ o w Q }' } ,,, w w w z LLI '. z w Z LW w z _ V) (Lr a F LU O N r- �. z ' w N z LL LL« ¢ w ' �!, U. I-, w (� r U ¢ Lu LL; a- Q C.9 (9 z U' U! U U ¢ ¢ ¢ LL; LL' LL U ¢ LL U Q LL U Q LL U ¢ I.L. a. U w ' J. F " 0 r J z Q. a- J W y. Q', -J z J J J J ..J ..1 ..J �J X . w , CQ ' z � (J) m p. z W C) Z a J' W ❑ W 0 LLI, W W ❑ 0' 0 w a: w ❑ w D w; O IT ¢ O z CC O p. ❑ a. CL a CL O a m LL ¢ 0 LL (a g ll :. u. LL U. LL: w u. LL. LL U- LL' LL LL U� LL, LL L4 LL U- g fn 0 ',. J w r UQ .. _..,. M.,,.. -c._.w...._..__ �fn) U) ) . U) U) z CL<_2 ,..__.. .._.O ..........O ......w z .1 a., 11 r - r ry, • :'.i N O N Q N Q N O N Q N Q N N LO to N N LON O O _ O ..'.. = M 1_ u7 M N M h co 1• M Cl) 1• Q M n Q M ti Q M M M ti ti ti M rcM r 1 u7 M to M C LO M ko M LO M Nr lA M -:i LO M Cf M tr) W) •...... M r4 M v V' tL] M ° 9 z _ Z Z _ � Z _ o 2 O Z Z .Z Z Z z Q o g..p Q � Q o Q 5 o d Q 5 Qo p � o p g o p � v Q Ui p fn Q 0 Q o O o .... ...._ _ Co ' H F Y p w M w , U z� uJ O �: � W ❑ �X w -j °- _ z C9z Z v) z ¢ O �cl U DW ¢ > Z. C� eH (1 2 ¢ Y W 00❑ J z ~ W Z H Vj �_ W ZO W w U) W w F- C='a 0 C-9 Z 5 Q W w F- N �- u) (/) Z u�0 cn a �z CL _ �z CL ❑ w O O ¢ F-- w r g a. z+ z? C) vo U U� _, U ,ja.i- vow <m _ _ Of 0 w U U wL V vO U0 r U F-Q¢�O� U 7T O 0 w 'LL CO T- w to CD -j w -j w' Li W w -j w w X J W -j ce) o WQNCnCV) < _ . _.... o U x W N �_ o 'r- M (V M to o w, Qi O ¢ Q W W W Lb W W r r r r O. a-' LY x . .... _... r........ __ ..�..__...... 1 C O w U �> r 0 o Q Q o o c o n Z� Z� � Z n Z�' z� � F-o NL W W W W UL Iil W z 1,1 t 1 u1 w� Ca Z. z Q H Ow Ow Ow Out Ow ow pw Ow 0w - F- a. H CL 1 a_ 0- h ;CL F- a. N I-- 'y ZtN W � ¢ v ' < < y 10ozoozUozUozUozo(DZzU(DZtO(DZOOZ U)Z u-. W --O:w O w- L) W -�-O,W --O;W vO w- O W- QO W --O o D w �w�:zWOMwy,=WV5;swv5lmwU•=w�:swU),�w� U � Z;U -j Z;U m Z:U Z:U M Z:U Z;Q � Z,U J p < r .D ,:,,i Z'U Z OWQo0'¢..QQ±¢C�'QQX¢:bM¢j0mQQa-' QX co ¢ a' M Q (L:coj ¢¢ a ¢ Ll .m Q (l;M ¢ tZ;M ¢ tl M ¢ a M ¢ a¢, = 2 Q (1 0 o' li X• X M= X'' � Z X ? 2 X XX X Z X 7U7Uw>UwUW:JUW> UW 7 4 Q W T 7ULLi�U W 7Uw ¢Q M CA M W c 0 N c O U a 0 a co O a) m I L E (REVISED PER ADDENDUM NO. 1 Exhibit "I"' (Sample index for 16mm) PROJECT NAME DESCRIPTION ROLL SEQ SP 21 OEA RUNWAY 7125 REHABILITATION & IMPROVEMENTS, TAXIWAYS & HOLDING BAYS ORIGINAL CONTRACT 08.0004 5 CHANGE ORDERS 447 1.2 START-UPIAPPROVAL TO ADVERTISE 499 15 SCOPE MOD FORMS 576 1.4 PROJECT BUDGET 589 2.0 PROFESSIONAL SERVICES CONTRACTS 624 2.4 FEE NEG & APPROVAL 857 2.5 AGREEMENTS I ADDENDUM I AMENDMENTS 886 2.6 MBEIDBE DOC 1102 2.8 NOTICE TO PROCEED 1106 3.1 TESTING & SURVEYI NGIGEO TECH RPTS 1109 3.2 ENGINEER'S REPORT 1180 3.5 95% SUBMITTAL & REVIEW COMMENTS 1182 3.6 1000A SUBMITTAL & REVIEW COMMENTS 1221 33 DESIGN CORRESPONDENCE 1246 3.8 DESIGN MEETING MINUTES 1324 4.0 PERMITTING 1346 5.0 PROJECT MANAGEMENT 1472 5.1 MONTHLY PROGRESS REPORTS 1486 5.2 DESIGN ESTIMATESIREPORTS 1595 5.3 INDEPENDENT ESTIMATES 1614 5.4 PROJECT SCHEDULES 1640 8.0 PROJECT FUNDING 1646 8.1 FAA DOCUMENTS 1731 MONDAY. SEPT 24. 2001 TO SUNDAY, SEPT 30.2001 2105 6.2 FDOT DOCUMENTATION 2258 7A BID DOCUMENTS 2338 7.0 CONSTRUCTION DOCUMENTS 2362 7.2 CONSTRUCTION MANAGEMENT 2655 7.3 CHANGE ORDERS 2700 7.4 CONSTRUCTION MEETING MINUTES 2737 7.5 AS -GUILTS 2775 7.6 CLOSE-OUT 3201 9.0 LEGAL CORRESPONOENCE 3208 10.0 CLAIM 3315 6.1 FAA DOCUMENTATION 3468 6.2 FOOT DOCUMENTATION 3889 7.0 CONSTRUCTION DOCUMENTS 4001 7.2 CONSTRUCTION MANAGEMENT 4006 7.4 CONSTRUCTION MEETING MINUTES 4031 7,5 AS -GUILTS 4048 7.6 CLOSEOUT 4070 1.0 PROJECT SCOPE 0"005 5 1A PLANNING BOOK 12 1.2 START-UPIAPPROVAL TO ADVERTISE 176 1.3 SCOPE MOD. FORMS 212 2.0 PROFESSIONAL SERVICES CONTRACTS 230 2,1 PROPOSALS 242 2.2 ADVERTISEMENT 390 2A FEE NEG & APPROVAL 396 15 AGREEMENTS/ADDENDUMIAMENDMENTS 440 2.6 MBEIDBE DOC 660 2.8 NOTICE TO PROCEED 669 3.2 ENGINEER'S REPORT 671 3.3 30% SUBMITTAL & REVIEW COMMENTS 777 3.4 60% SUBMITTAL & REVIEW COMMENTS 833 3.5 95% SUBMITTAL & REVIEW COMMENTS 873 3.6 100% AUBMITTAL & REVIEW COMMENTS 946 3.7 DESIGN CORRESPONDENCE 949 3.7 DESIGN CORRESPONDENCE 949 3.8 DESIGN MEETING MINUTES 1094 3.9 LEGAL CORRESPONDENCE 1134 4.0 PERMITTING 1136 5.0 PROJECT MANAGEMENT 1164 5.1 MONTHLY PROGRESS REPORTS 1174 5.2 DESIGN ESTIMATESIREPORTS 1179 5.3INDEPENDENT ESTIMATES 1207 5.4 PROJECT SCHEDULES 1257 6.0 PROJECT FUNDING 1260 0.1 BIDS/AWARD 1270 q.12 SCOPE MODIFICATION FORMS 1546 ' 828-08 Record Conversion F-7 (REVISED PER ADDENDUM NO. 1 Exhibit "F" (Sample index for 16mm) PROJECT NAME DESCRIPTION ROLL SEq 3.3 30% SUBMITTAL & REVIEW COMMENTS 1362 3.4 60% SUBMITTAL & REVIEW COMMENTS 1637 3.6 95% SUBMITTAL AND REVIEW COMMENTS 1852 3.8 100% SUBMITTAL AND REVIEW COMMENTS 1946 3.7 DESIGN CORRESPONDENCE 1952 3.8 DESIGN MEETING MINUTES 2193 4.0 PERMITTING 2245 5.1 MONTHLY PROGRESS REPORTS 2573 5.3INDEPENDENT ESTIMATES 2900 5.4 PROJECT SCHEDULE 2913 6.1 FAA DOCUMENTATION 2921 6.2 FOOT DOCUMENTATION 2958 6.3INVOICE REVIEW 3023 7.0 CONSTRUCTION DOCUMENTS 3120 7.1 RID DOCUMENTS 3138 7.2 CONSTRUCTION MANAGEMENT 3159 7.3 CHANGE ORDERS 3179 7A CONSTRUCTION MEETING MINUTES 3491 7.5 AS BUILTS 3662 7.6 CLOSE OUT 3767 PROGRAM SCOPE AND DOCUMENTS 0"008 5 GEOTECHNICAL AND ENVIRONMENTAL CONSULTANTS GEC 203 IMDC INC. 211 PMA CONSULTANTS, INC. 254 REGIONAL ENGINEERS PLANNERS & SURVEYORS. INC. REPS 333 0.1 MASTER PLAN 351 0.2.2 PLANNING BOOK 444 1.1 ZHA CONTRACT WITH GOAA 497 1.1 RFD REG. FOR PROPOSALS AD. FOR DESIGN AND ENGINEERING SERVICES 552 1.1.1 APPROVAL TO RID/ APPROVAL TO ADVERTISE 554 1.2 PRE -SUBMITTAL CONFER. & MIN./ SIGN -IN SHEETS 575 1.3 RFD RESPONSES LETTERS OF INTEREST 682 1.3.2 RFD ORAL PRESENTATIONS 688 1.3.4 RFD FEE NEGOTIATIONS 708 1.4 DESIGN AND ENGINEERING CONTRACT A & E CONTRACT 783 1.4.2 SCOPE OF DESIGN & ENGINEERING SERVICES REQUIRED 1063 1.4.2.1 START-UP PACKAGE 1065 1.4.3.1 ADDENDA N0. WREQUEST FOR APPROVAL 1087 1.4.3.2 ADDENDUM NO. 2 1244 1.10 CONTACT LIST 1246 1.11 SURCONSULTANTS 1257 1.12 A/E DELIVERABLES MATRIX 1278 2.1 CORRESPONDENCE LOG 1283 2.2 GOAA TO ZHA 1295 2.3 TO/FROM THE A&E 1335 2.4 ZHA TO GOAA 1358 2.5 TO/FROM OTHER CONSULTANTS 1373 2.7 INTERNAL ZHA MEMOS 1458 2.8 TO/FROM FAA 1464 2.9 TOIFROM FOOT 1479 2.10 DESIGN CLARIFICATION REQUEST OCR 1512 _ 2.11 PERMITTING 1522 2.111 TO/FROM CITY OF ORLANDO 1734 2.112.A ENVIORN AUDIT (GOAAJ 1737 2,11.2.2 TOIFROM SFINMD SOUTH FLORIDA WATER MANAGEMENT DISTRICT) 1858 2.13 TELEPHONE LOGS/MEETINGS 1874 2.15 BATCH PLANT INFO 1915 3.1 PRE -DESIGN CONFERENCE 1943 3.2 DESIGN DEVELOPMENT REVIEW MEETINGS (JCM) 1994 3.3 SPECIALTY MEETING 2080 3.4 PRE -BID MEETING 2177 77 MEETINGS RE: TRT'S 2221 4,1 - INVOICES DESIGN 2242 4.2 PROJECT BUDGET 2273 4.2.2 PAYMENT AUTHORIZED 2277 4.3 ESTIMATES 22ST 4,3.1 30% PLANS/A&E ESTIMATE/DAR ESTIMATE RECONCILIATION 2300 4.3.2 60% PLANSIA&E ESTIMATE/OAR ESTIMATE RECONCILIATION 2343 4.3.3 95% PLANS/A&E ESTIMATE/OAR ESTIMATE RECONCILIATION 2368 4.3.4 700% PLANS/A&E ESTIMATE/OAR ESTIMATE RECONCILIATION 2377 5.2 ENGINEERING REPORTS 2391 5.2A GOAA STATUS REPORT 2452 5.2 STATUS REPORT #1 2545 820-08 Record Conversion F-3 IREVISED PER ADDENDUM NO. 1 Exhibit "F" (Sample index for 18mm) PROJECT NAME DESCRIPTION ROLL SEQ 12.8 AS-BUILTIRECORO DRAWING 2927 12.7 FINAL QUANTITIES 2097 12.9 FINAL RELEASE OF LIEN 3027 0.2 BID AND BID TABS JOHN CARLO, INC. 08-0010 2353 0.2 BID AND BID TABS ANGELO IAFRATE CO. 2587 0.2 BID AND BID TABS LANE CONSTRUCTION 2741 0.2 BID AND BID TABS 2848 1.0 CONSTRUCTION CONTRACT 2891 1.1 CONTRACT DOCUMENTS 2902 1.2 NOTICE TO PROCEED 2916 1.4 PERMITS 2918 1,4.1 CITY OF ORLANDO PERMITS 2933 1.4.3 ENVIRONMENTAL PERMITS 2941 1.4.5 SFWMD PERMITS 2966 1.4.8 FOOT PERMITS 2973 1.5INSURANCE CERTIFICATES 3002 1.8 SCHEDULE OF SUBMITTAL 3014 1.8 OBEIMWBE PARTICIPATION 3044 1.9 MOT PLAN 3153 1.10 CONTRACTOR'S SAFETY PROGRAM 3168 1.11 OUALITY CONTROL PLAN SUB 927 3232 1.12 EROSION CONTROL PLAN 3279 1.13 EMERGENCY CONTACT LIST 3346 1,14 SUBCONTRACTOR'S CONTACT LIST 3349 2.1 GOAA TO ZHA 3368 2.2 FROM THE CONTRACTOR 3440 2.3 TOIFROM THE AJE 3540 2.3 TOIFROM THE AIE #2 3793 2.4 ZHA TO GOAA 4021 2.4.1 ZHA TO THE CONTRACTOR 4127 2.5 TOIFROM OTHER ZHA CONSULTANTS 4252 2.6 - TOIFROM THE FAA 4004 2.8 - INTERNAL CORRESPONDENCE 4612 2.9 - JOB MEMORANDUM 4645 2.10 - REQUEST FOR INFORMATION 4708 2.12 - ENVIRONMENTAL ISSUES 4055 2.13 - MISCELLANEOUS CORRESPONDENCE 4881 3.1.1 - FIELD CHANGE ORDER NO, 1 4866 3.3.1 - ASI NO A 4925 3.4.1 - BULLETIN NO. 1 4952 3.4.2 - BULLETIN NO, 2 4999 3.4.3-1ULLETIN NO. 3 SOBS 3.4.4 - BULLETIN NO- 4 5093 3.4.5-BULLETIN NO. 5 5134 3.4.6 - BULLETIN NO. 8 5141 3.4.7 - BULLETIN NO.7 5149 3.5 - CHANGE ORDER GENERAL 5154 3.5.1 - CHANGE ORDER NO, 1 5183 3.5.2 - CHANGE ORDER NO.2 5190 3.5.3 - CHANGE ORDER NO, 3 5223 3.5.4 - CHANGE ORDER NO. 4 5267 3.5.5 - CHANGE ORDER NO, 5 5295 3,5.6 - CHANGE ORDER NO. 6 1 339 3.5.7 - CHANGE ORDER NO. 7 $382 3.5.8 - CHANGE ORDER NO. 8 5414 3.5.9 - CHANGE ORDER NO.B 5426 3.5.10 - CHANGE ORDER NO. 10 5454 3.7.1 -SCOPE MODIFICATION NO. 1 5472 4.2 - PRE-NTP CONFERENCE 5477 4.3 - PRE -CONSTRUCTION CONFERENCE 5484 4,5 - SPECIAL MEETINGS 5613 7.1 - INSPECTOR'S DAILY REPORT 01 5588 71- INSPECTOR'S DAILY REPORT #2 5735 1 B28-08 Record Conversion F-5