Loading...
HomeMy WebLinkAboutR-18-21 2018 Statewide Mutual Aid AgreementRESOLUTION NO. R-18-21 A RESOLUTION OF THE CITY OF SEBASTIAN, FLORIDA, ADOPTING THE UPDATED STATEWIDE MUTUAL AIDE AGREEMENT FOR 2018; PROVIDING FOR CONTINUED PARTICIPATION WITH THE STATEWIDE MUTUAL AID AGREEMENT THROUGH THE INDIAN RIVER COUNTY COMPREHENSIVE EMERGENCY MANAGEMENT PLAN AND THE STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT PROVIDING FOR CONFLICTS AND EFFECTIVE DATE. WHEREAS, The State of Florida Emergency Management Act exists to authorize the State of Florida to coordinate and provide needed assistance to affected areas in the event of a disaster or emergency; and WHEREAS, The State of Florida Division of Emergency Management has requested that all counties and local governmental agencies adopt the latest version of the Statewide Mutual Aid Agreement; and WHERAS, The City of Sebastian is an active participant in the Indian River County Comprehensive Emergency Management Plan; and WHEREAS, Indian River County Board of County Commissioners have adopted the Statewide Mutual Aid Agreement by Resolution No. 2018-052 on June 5, 2018. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF SEBASTIAN, FLORIDA, as follows: Section 1. AUTHORIZATION. In order to maximize the prompt, full effective use of resources of all participating governments in the event of an emergency or disaster, the City of Sebastian hereby adopts the Statewide Mutual Aid Agreement 2018; which is attached hereto and incorporated by reference. Section 2. CONFLICTS. All resolutions or parts of resolutions in conflict are hereby repealed. Section 3. SCRIVENER'S ERRORS. Sections of this resolution may be renumbered or re - lettered and corrections of typographical errors which do not affect the intent may be authorized by the City Manager, or the City Manager's designee, without need of further action of City Council by filing a corrected copy of same with City Clerk. Section 4. EFFECTIVE DATE. This resolution shall take effect immediately upon its adoption. The foregoing Resolution was moved for adoption by Councilmember Dodd The motion was seconded by Councilmember McPartlan vote was as follows: Mayor Jim Hill aye Vice -mayor Linda Kinchen aye Councilmember Bob McPartlan aye Councilmember Ed Dodd aye Councilmember Albert Iovino ave and, upon being put to a vote, the The Mayor there upon declared this Resolution duly passed and adopted this 12th day of September, 2018. ATTEST: nette Willidf� sem. 3L4C ity Clerk= CITY Hill FLORIDA ApprovedVas to form and legality for reliance by the City of Sebastian only: f� James�kes, City Attorney RESOLUTION NO. 2018- 052 Resolution of the Board of County Commissioners of Indian River County, Florida, for Adoption of this Statewide Mutual Aid Agreement WHEREAS, the State of Florida Emergency Management Act, Chapter 252, authorizes the State and its political subdivisions to provide emergency aid and assistance in the event of a disaster or emergency; and WHEREAS, the statutes also authorize the State to coordinate the provision of any equipment, services, or facilities owned or organized the State or its political subdivisions for use in the affected area upon the request of the duly constituted authority of the area; and WHEREAS, this Resolution authorizes the request, provision, and receipt of interjurisdictional mutual assistance in accordance with the Emergency Management Act, Chapter 252, among political subdivisions within the State; and NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA that: In order to maximize the prompts, full and effective use of resources of all participating governments in the event of an emergency or disaster we hereby adopt the Statewide Mutual Agreement which is attached hereto and incorporated by reference. The foregoing Resolution was offered by Commissioner Fl Pcrhar who moved its adoption. The motion was seconded by Commissioner AriAmC and upon being put to a vote, the vote was as follows: Chairman Peter D. O'Bryan ABSENT Vice Chairman Bob Solari AYE Commissioner Susan Adams AYE Commissioner Joseph E. Flescher AYE Commissioner Tim Zorc i E= The Chair thereupon declared the Resolution duly passed and adopted this 5th day of June .2018. _._: mi"sr1' . ATTEST: Jeffrey R. Smith, Clerk of Court and Comptr er BY: Deputy Clerk :O BOARD OF COUNTY COMMISSIONERS INDIAN R,VER COUNTY, FLORIDA BY s' �iCt- ti•20i .• 1. '�' Bob Solari, Vice Chairman 4�HiVEaCO�N APPROVED AS TO FORM AND LEGAL SUFFICIENCY BY DYLAN REINGOLD COUNTY ATTORNEY D IVIS 10 N O F STATE OF FLORIDA EMERGENCY MANAGEMENT RICK SCOTT WESLEY MAUL Gow or Director STATEWIDE MUTUAL AID AGREEMENT This Agreement is between the FLORIDA DIVISION OF EMERGENCY MANAGEMENT ("Division') and the local government signing this Agreement (the "Participating Parties"). This agreement is based on the existence of the following conditions: A. The State of Florida is vulnerable to a wide range of disasters that are likely to cause the disruption of essential services and the destruction of the infrastructure needed to deliver those services. B. Such disasters are likely to exceed the capability of any one local government to cope with the emergency with existing resources. C. Such disasters may also give rise to unusual technical needs that the local government may be unable to meet with existing resources, but that other local governments may be able to offer. D. The Emergency Management Act, Chapter 252, provides each local government of the state the authority to develop and enter into mutual aid agreements within the state for reciprocal emergency aid and assistance in case of emergencies too extensive to be dealt with unassisted, and through such agreements to ensure the timely reimbursement of costs incurred by the local governments which render such assistance. E. Pursuant to Chapter 252, the Division has the authority to coordinate assistance between local governments during emergencies and to concentrate available resources where needed. Based on the existence of the foregoing conditions, the parties agree to the following: ARTICLE I. Definitions. As used in this Agreement, the following expressions shall have the following meanings: A. The "Agreement" is this Agreement, which shall be referred to as the Statewide Mutual Aid Agreement ("SMAA"). B. The "Division" is the Division of Emergency Management C. The "Participating Parties" to this Agreement are the Division and any and all special districts, educational districts, and other local and regional governments signing this Agreement. D. The "Requesting Parties" to this Agreement are Participating Parties who request assistance during an emergency. E. The "Assisting Parties" to this Agreement are Participating Parties who render assistance in an emergency to a Requesting Party. F. The "State Emergency Operations Center" is the facility designated by the State Coordinating Officer to manage and coordinate assistance to local governments during an emergency. G. The "Comprehensive Emergency Management Plan" is the biennial Plan issued by the Division in accordance with § 252.35(2)(a), Florida Statutes. H. The "State Coordinating Officer" is the official whom the Governor designates, by Executive Order, to act for the Governor in responding to a disaster, and to exercise the powers of the Governor in accordance with the Executive Order, Chapter 252, Florida Statutes, and the State Comprehensive Emergency Management Plan. 1. The "Period of Assistance" is the time during which any Assisting Party renders assistance to any Requesting Party in an emergency, and shall include both the time necessary for the resources and personnel of the Assisting Party to travel to the place specified by the Requesting Party and the time necessary to return them to their place of origin or to the headquarters of the Assisting Party. J. A "special district" is any local or regional governmental entity which is an independent special district within the meaning of section 189.012(3), Florida Statutes, regardless of whether established by local, special, or general act, or by rule, ordinance, resolution, or interlocal agreement. 2 K. An "educational district" is any school district within the meaning of section 1001.30, Florida Statutes and any community school and state university within the meaning of section 1000.2 1, Florida Statutes. L. An "interlocal agreement' is any agreement between local governments within the meaning of section 163.01(3)(a), Florida Statutes. M. A "local government' is any educational district or any entity that is a "local governmental entity" within the meaning of section 11.45(1)(e), Florida Statutes. N. Any expressions not assigned definitions elsewhere in this Agreement shall have the definitions assigned them by the Emergency Management Act. ARTICLE II. Apacability of the Aareemg(. A Participating Party may request assistance under this Agreement for a "major" or "catastrophic disaster" as defined in section 252.34, Florida Statutes. If the Participating Party has no other mutual aid agreement that covers a "minor" disaster or other emergencies too extensive to be dealt with unassisted, it may also invoke assistance under this Agreement for a "minor disaster" or other such emergencies. ARTICLE III. Invocation of the Agreement. In the event of an emergency or threatened emergency, a Participating Party may invoke assistance under this Agreement by requesting it from any other Participating Party, or from the Division if, in the judgment of the Requesting Party, its own resources are inadequate to meet the emergency. A. Any request for assistance under this Agreement may be oral, but within five (5) calendar days must be confirmed in writing by the County Emergency Management Agency of the Requesting Party, unless the State Emergency Operations Center has been activated in response to the emergency for which assistance is requested. tl B. All requests for assistance under this Agreement shall be transmitted by County Emergency Management Agency of the Requesting Party to either the Division, or to another Participating Party. If the Requesting Party transmits its request for Assistance directly to a Participating Party other than the Division, the Requesting Party and Assisting Party shall keep the Division advised of their activities. C. The Division shall relay any requests for assistance under this Agreement to such other Participating Parties as it may deem appropriate, and shall coordinate the activities of the Assisting Parties so as to ensure timely assistance to the Requesting Party. All such activities shall be carried out in accordance with the State's Comprehensive Emergency Management Plan. D. Nothing in this Agreement shall be construed to allocate liability for the costs of personnel, equipment, supplies, services and other resources that are staged by the Division, or by other agencies of the State of Florida, for use in responding to an emergency pending the assignment of such personnel, equipment, supplies, services and other resources to an emergency support function/mission. The documentation, payment, repayment, and reimbursement of all such costs shall be rendered in accordance with the Comprehensive Emergency Management Plan, and general accounting best practices procedures and protocols. ARTICLE IV. Responsibilities of Rennestina Pgdja To the extent practicable, all Requesting Parties seeking assistance under this Agreement shall provide the following information to the Division and the other Participating Partes. In providing such information, the Requesting Party may use Foran B attached to this Agreement, and the completion of Form B by the Requesting Party shall be deemed sufficient to meet the requirements of this Article: A. A description of the damage sustained or threatened; B. An identification of the specific Emergency Support Function or Functions for which such assistance is needed; 4 C. A description of the specific type of assistance needed within each Emergency Support Function; D. A description of the types of personnel, equipment, services, and supplies needed for each specific type of assistance, with an estimate of the time each will be needed; E. A description of any public infrastructure for which assistance will be needed; F. A description of any sites or structures outside the territorial jurisdiction of the Requesting Party needed as centers to stage incoming personnel, equipment, supplies, services, or other resources; G. The place, date and time for personnel of the Requesting Party to meet and receive the personnel and equipment of the Assisting Party; and H. A technical description of any communications or telecommunications equipment needed to ensure timely communications between the Requesting Party and any Assisting Parties. ARTICLE V. Resnonsibilities of Assistina Parties. Each Participating Party shall render assistance under this Agreement to any Requesting Parry to the extent practicable that its personnel, equipment, resources and capabilities can render assistance. If a Participating Party which has received a request for assistance under this Agreement determines that it has the capacity to render some or all of such assistance, it shall provide the following information to the Requesting Party and shall transmit it without delay to the Requesting Party and the Division. In providing such information, the Assisting Party may use Form B attached to this Agreement, and the completion of Form B by the Assisting Party shall be deemed sufficient to meet the requirements of this Article: A. A description of the personnel, equipment, supplies and services it has available, together with a description of the qualifications of any skilled personnel; B. An estimate of the time such personnel, equipment, supplies, and services will continue to be available; 5 C. An estimate of the time it will take to deliver such personnel, equipment, supplies, and services at the date, time and place specified by the Requesting Parry; D. A technical description of any communications and telecommunications equipment available for timely communications with the Requesting Party and other Assisting Parties; and E. The names of all personnel whom the Assisting Party designates as Supervisors. F. The estimated costs of the provision of assistance (use FEMA's Schedule of Equipment Rates spreadsheet attached to Form B.) ARTICLE VI. Renditinn of Assistance. After the Assisting Party has delivered its personnel, equipment, supplies, services, or other resources to the place specified by the Requesting Party, the Requesting Party shall give specific assignments to the Supervisor(s) of the Assisting Party, who shall be responsible for directing the performance of these assignments. The Assisting Party shall have authority to direct the manner in which the assignments are performed. In the event of an emergency that affects the Assisting Party, all personnel, equipment, supplies, services and other resources of the Assisting Party shall be subject to recall by the Assisting Parry upon not less than five (5) calendar days' notice or, if such notice is impracticable, as much notice as is practicable under the circumstances. A. For operations at the scene of catastrophic and major disasters, the Assisting Party shall to the fullest extent practicable give its personnel and other resources sufficient equipment and supplies to make them self-sufficient for food, shelter, and operations unless the Requesting Party has specified the contrary. For minor disasters and other emergencies, the Requesting Party shall be responsible to provide food and shelter for the personnel of the Assisting Party unless the Requesting Party has specified the contrary. In its request for assistance the Requesting Party may specify that Assisting Parties send only self-sufficient personnel or self-sufficient resources. B. Unless the Requesting Parry has specified the contrary, it shall to the fullest extent practicable, 11 coordinate all communications between its personnel and those of any Assisting Parties, and shall determine all frequencies and other technical specifications for all communications and telecommunications equipment to be used. C. Personnel of the Assisting Party who render assistance under this Agreement shall receive their usual wages, salaries and other compensation, and shall have all the duties, responsibilities, immunities, rights, interests, and privileges incident to their usual employment. If personnel of the Assisting Party hold local licenses or certifications limited to the county or municipality of issue, then the Requesting Party shall recognize and honor those licenses or certifications for the duration of the support. ARTICLE VII. Procedures fnr Reimbursement. Unless the Division or the Assisting Party, as the case may be, state the contrary in writing, the ultimate responsibility for the reimbursement of costs incurred under this Agreement shall rest with the Requesting Party, subject to the following conditions and exceptions: A. In accordance with this Agreement, the Division shall pay the costs incurred by an Assisting Party in responding to a request that the Division initiates on its own, and not for another Requesting Party. B. An Assisting Party shall bill the Division or other Requesting Party as soon as practicable, but not later than thirty (30) calendar days after the Period of Assistance has closed. Upon the request of any of the concerned Participating Parties, the State Coordinating Officer may extend this deadline for cause. C. If the Division or the Requesting Party protests any bill or item on a bill from an Assisting Party, it shall do so in writing as soon as practicable, but in no event later than thirty (30) calendar days after the bill is received. Failure to protest any bill or billed item in writing within thirty (30) calendar days shall constitute agreement to the bill and the items on the bill and waive the right to contest the bill. D. If the Division protests any bill or item on a bill from an Assisting Party, the Assisting Party shall have thirty (30) calendar days from the date of protest to present the bill or item to the original 7 Requesting Party for payment, subject to any protest by the Requesting Patty. E. If the Assisting Party cannot reach a mutual agreement with the Division or the Requesting Party to the settlement of any protested bill or billed item, the Division, the Assisting Party, or the Requesting Party may elect binding arbitration to determine its liability for the protested bill or billed item in accordance with Section F of this Article. F. If the Division or a Participating Party elects binding arbitration, it may select as an arbitrator any elected official of another Participating Party, or any other official of another Participating Party whose normal duties include emergency management, and the other Participating Party shall also select such an official as an arbitrator, and the arbitrators thus chosen shall select another such official as a third arbitrator. G. The three (3) arbitrators shall convene by teleconference or videoconference within thirty (30) calendar days to consider any documents and any statements or arguments by the Department, the Requesting Party, or the Assisting Party concerning the protest, and shall render a decision in writing not later than ten (10) business days after the close of the hearing. The decision of a majority of the arbitrators shall bind the parties, and shall be final. H. If the Requesting Party has not forwarded a request through the Division, or if an Assisting Party has rendered assistance without being requested to do so by the Division, the Division shall not be liable for the costs of any such assistance. All requests to the Federal Emergency Management Agency (FEMA) for the reimbursement of costs incurred by any Participating Party shall be made by and through the Division. I. If FEMA denies any request for reimbursement of costs which the Division has already advanced to an Assisting Party, the Assisting Party shall repay such costs to the Division, but the Division may waive such repayment for cause. ARTICLE VIII. P Costs F.lioihlr. fnr Rrimhnrsement. The costs incurred by the Assisting Party under this Agreement shall be reimbursed as needed to make the Assisting Party whole to the fullest extent practicable. A. Employees of the Assisting Party who render assistance under this Agreement shall be entitled to receive from the Assisting Party all their usual wages, salaries, and any and all other compensation for mobilization, hours worked, and demobilization. Such compensation shall include any and all contributions for insurance and retirement, and such employees shall continue to accumulate seniority at the usual rate. As between the employees and the Assisting Party, the employees shall have all the duties, responsibilities, immunities, rights, interests and privileges incident to their usual employment. The Requesting Party shall reimburse the Assisting Parry for these costs of employment. B. The costs of equipment supplied by the Assisting Party shall be reimbursed at the rental rate established in FEMA's Schedule of Equipment Rates (attached to Form B), or at any other rental rate agreed to by the Requesting Party. In order to be eligible for reimbursement, equipment must be in actual operation performing eligible work. The labor costs of the operator are not included in the rates and should be approved separately from equipment costs. The Assisting Party shall pay for fuels, other consumable supplies, and repairs to its equipment as needed to keep the equipment in a state of operational readiness. Rent for the equipment shall be deemed to include the cost of fuel and other consumable supplies, maintenance, service, repairs, and ordinary wear and tear. With the consent of the Assisting Party, the Requesting Party may provide fuels, consumable supplies, maintenance, and repair services for such equipment at the site. In that event, the Requesting Party may deduct the actual costs of such fuels, consumable supplies, maintenance, and services from the total costs otherwise payable to the Assisting Party. If the equipment is damaged while in use under this Agreement and the Assisting Party receives payment for such damage under any contract of insurance, the Requesting Party may deduct such payment from any item or items billed by the Assisting Party for any of the costs for such damage that may otherwise be payable. 2 C. The Requesting Party shall pay the total costs for the use and consumption of any and all consumable supplies delivered by the Assisting Party for the Requesting Party under this Agreement. In the case of perishable supplies, consumption shall be deemed to include normal deterioration, spoilage and damage notwithstanding the exercise of reasonable care in its storage and use. Supplies remaining unused shall be returned to the Assisting Party in usable condition upon the close of the Period of Assistance, and the Requesting Party may deduct the cost of such returned supplies from the total costs billed by the Assisting Party for such supplies. If the Assisting Party agrees, the Requesting Party may also replace any and all used consumable supplies with like supplies in usable condition and of like grade, quality and quantity within the time allowed for reimbursement under this Agreement. D. The Assisting Party shall keep records to document all assistance rendered under this Agreement. Such records shall present information sufficient to meet the audit requirements specified in the regulations of FEMA and any applicable circulars issued by the State of Florida Office of Management and Budget. Upon reasonable notice, the Assisting Party shall make its records available to the Division and the Requesting Party for inspection or duplication between 8:00 a.m. and 5:00 p.m. on all weekdays, except for official holidays. ARTICLE IX. Inch, Each Participating Party shall determine for itself what insurance to procure, if any. With the exceptions in this Article, nothing in this Agreement shall be construed to require any Participating Party to procure insurance. A. Each Participating Party shall procure employers' insurance meeting the requirements of the Workers' Compensation Act, as amended, affording coverage for any of its employees who may be injured while performing any activities under the authority of this Agreement, and shall file with the Division a certificate issued by the insurer attesting to such coverage. B. Any Participating Party that elects additional insurance affording liability coverage for any 10 activities that may be performed under the authority of this Agreement shall file with the Division a certificate issued by the insurer attesting to such coverage. C. Any Participating Party that is self-insured with respect to any line or lines of insurance shall file with the Division copies of all resolutions in current effect reflecting its determination to act as a self - insurer. D. Subject to the limits of such liability insurance as any Participating Party may elect to procure, nothing in this Agreement shall be construed to waive, in whole or in part, any immunity any Participating Parry may have in any judicial or quasi-judicial proceeding. E. Each Participating Patty which renders assistance under this Agreement shall be deemed to stand in the relation of an independent contractor to all other Participating Parties, and shall not be deemed to be the agent of any other Participating Party. F. Nothing in this Agreement shall be construed to relieve any Participating Party of liability for its own conduct and that of its employees. G. Nothing in this Agreement shall be construed to obligate any Participating Party to indemnify any other Participating Party from liability to third parties. ARTICLE X. General Requirements. Notwithstanding anything to the contrary elsewhere in this Agreement, all Participating Parties shall be subject to the following requirements in the performance of this Agreement: A. To the extent that assistance under this Agreement is funded by State funds, the obligation of any statewide instrumentality of the State of Florida to reimburse any Assisting Party under this Agreement is contingent upon an annual appropriation by the Legislature. B. All bills for reimbursement under this Agreement from State funds shall be submitted in detail sufficient for auditing purposes. To the extent that such bills represent costs incurred for travel, such bills shall be submitted in accordance with section 112,061, Florida Statutes, and any applicable ll requirements for the reimbursement of state employees for travel costs. C. All Participating Parties shall allow public access to all documents, papers, letters or other materials subject to the requirements of the Public Records Act, as amended, and made or received by any Participating Party in conjunction with this Agreement. D. No Participating Party may hire employees in violation of the employment restrictions in the Immigration and Nationality Act, as amended. E. No costs reimbursed under this Agreement may be used directly or indirectly to influence legislation or any other official action by the Legislature of the State of Florida or any of its agencies. F. Any communication to the Division under this Agreement shall be sent to the Director, Division of Emergency Management, 2555 Shumard Oak Boulevard, Tallahassee, Florida 32399-2100. Any communication to any other Participating Parry shall be sent to the official or officials specified by that Participating Party on Form C attached to this Agreement. For the purpose of this Section, any such communication may be sent by the U.S. Mail, e-mail, or by facsimile. ARTICLE XI. Effect of Arrreeg=. Upon its execution by a Participating Party, this Agreement shall have the following effect with respect to that Participating Party: A. The execution of this Agreement by any Participating Party which is a signatory to the Statewide Mutual Aid Agreement of 1994 shall terminate the rights, interests, duties, and responsibilities and obligations of that Participating Party under that agreement, but such termination shall not affect the liability of the Participating Party for the reimbursement of any costs due under that agreement, regardless of whether billed or unbilled. B. The execution of this Agreement by any Participating Party which is a signatory to the Public Works Mutual Aid Agreement shall terminate the rights, interests, duties, responsibilities and obligations of that Participating Party under that agreement, but such termination shall not affect the liability of the 12 Participating Party for the reimbursement of any costs due under that agreement, regardless of whether billed or unbilled. C. Upon the activation of this Agreement by the Requesting Party, this Agreement shall supersede any other existing agreement between it and any Assisting Party to the extent that the former may be inconsistent with the latter. D. Unless superseded by the execution of this Agreement in accordance with Section A of this Article, the Statewide Mutual Aid Agreement of 1994 shall terminate and cease to have legal existence after June 30, 2001. E. Upon its execution by any Participating Party, this Agreement will continue in effect for one (1) year from its date of execution by that Participating Party, and it shall automatically renew each year after its execution, unless within sixty (60) calendar days before that date the Participating Party notifies the Division, in writing, of its intent to withdraw from the Agreement. F. The Division shall transmit any amendment to this Agreement by sending the amendment to all Participating Parties not later than five (5) business days after its execution by the Division. Such amendment shall take effect not later than sixty (60) calendar days after the date of its execution by the Division, and shall then be binding on all Participating Parties. Notwithstanding the preceding sentence, any Participating Party who objects to the amendment may withdraw from the Agreement by notifying the Division in writing of its intent to do so within that time in accordance with Section E of this Article. ARTICLE XII. internretation and eotication of Aeree%SU. The interpretation and application of this Agreement shall be governed by the following conditions; A. The obligations and conditions resting upon the Participating Parties under this Agreement are not independent, but dependent. B. Time shall be of the essence of this Agreement, and of the performance of all conditions, 13 obligations, duties, responsibilities, and promises under it. C. This Agreement states all the conditions, obligations, duties, responsibilities, and promises of the Participating Parties with respect to the subject of this Agreement, and there are no conditions, obligations, duties, responsibilities, or promises other than those expressed in this Agreement. D. If any sentence, clause, phrase, or other portion of this Agreement is ruled unenforceable or invalid, every other sentence, clause, phrase, or other portion of the Agreement shall remain in full force and effect, it being the intent of the Division and the other Participating Parties that every portion of the Agreement shall be severable from every other portion to the fullest extent practicable. The Division reserves the right, at its sole and absolute discretion, to change, modify, add, or remove portions of any sentence, clause, phrase, or other portion of this Agreement that conflicts with state law, regulation, or policy. If the change is minor, the Division will notify the Participating Party of the change and such changes will become effective immediately; therefore, please check these terms periodically for changes. If the change is substantive, the Participating Party may be required to execute the Agreement with the adopted changes. Your continued or subsequent use of this Agreement following the posting of minor changes to this Agreement will mean you accept those changes. E. The waiver of any obligation or condition in this Agreement by a Participating Party shall not be construed as a waiver of any other obligation or condition in this Agreement. NOTE. On February 26, 2018, this Agreement was modified by the Division of Emergency Management. This document replaces the August 20, 2007 edition of the Statewide Mutual Aid Agreement, however, any and all Agreements previously executed shall remain in full force and effect Any local government, special district, or educational institution which has yet to execute this Agreement should use the February 26, 2018 edition for lite purposes of becoming a signatory. IN WITNESS WHEREOF, the Participating Parties have duly executed this Agreement on the date specified below: 14 FOR ADOPTION BY A COUNTY STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT 0 Director ATTEST: Jeffrey R. Smi CLERK OF THE CIRCUIT CO T Comptroller Deputy Clerk APPROVED Date: BOARD OF COUNTY COMMISSIONERS and OF Indian River ��`vOwCj'Jt2✓�.t CO=UNTY, STATE OF FLORIDA e-Z oulgTyc.:..f•.A, By: —R -G Bob Solari, Vice Chairman z Date: June 5, 2018 p2�9C01i.: _:nA• Approved as to Form: By: - �unty Attorney Count Adm nistrator 15 FOR ADOPTION BY A CITY STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT By Director 6� Date: Z -// Z Ao/� ATTEST: CITY OF Sebastian CITY CLERK STATE O F RIDA anette Williams H Jim ill Title: Citv Clerk Title: Mavor Date: 9/12/2018 Approved as to Form: By: Ci ttorney 16 FOR ADOPTION BY AN EDUCATIONAL DISTRICT STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT By: Date: Director SCHOOL DISTRICT, STATE OF FLORIDA By: By: Title: Title: Date: Approved as to Form: By: Attomey for District 17 FOR ADOPTION BY A COMMUNITY COLLEGE OR STATE UNIVERSITY STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT By: Date: Director ATTEST: BOARD OF TRUSTEES OF COMMUNITY COLLEGE, STATE OF FLORIDA BOARD OF TRUSTEES OF UNIVERSITY, STATE OF FLORIDA By: By: Clerk Chairman Date: Approved as to Form: By: Attorney for Board 18 FOR ADOPTION BY A SPECIAL DISTRICT STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT In Director STATE OF FLORIDA M Title: Date: SPECIAL DISTRICT, By: Title: Date: Approved as to Form: By: Attomey for District 19 FOR ADOPTION BY AN AUTHORITY STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT By: Date: Director ATTEST: BOARD OF TRUSTEES OF AUTHORITY, STATE OF FLORIDA By: By: Clerk Chairman Date: Approved as to Fonn: By: Attomey for Board 20 FOR ADOPTION BY A NATIVE AMERICAN TRIBE STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT By: Date: Director ATTEST: TRIBAL COUNCIL OF THE TRIBE OF FLORIDA By: By: Council Clerk Chairman Date: Approved as to Form: By: Attorney for Council 21 FOR ADOPTION BY A COMMUNITY DEVELOPMENT DISTRICT STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT Director COMMUNITY DEVELOPMENT DISTRICT, STATE OF FLORIDA m Title: Date: By: Title: Date: Approved as to Form: By: Attorney for District Date: 22 FORM C CONTACT INFORMATION FOR AUTHORIZED REPRESENTATIVES Name of Government: Indian River County Mailing Address: 4425 43rd Avenue Vero Beach, FL 32967 Authorized Representative Contact Information Primary Authorized Reoresentative Name: Tad Stone Title: Director Address: 4225 43rd Avenue, Vero Beach, FL 32967 Day Phone: 772-226-3859 Night Phone: 772-569-6700 Facsimile: 772-567-9323 Email: tstone@ircgov.com I� Alternate Authorized Renresentative Name: Etta LoPresti Title: Emergency Management Coordinator Address: 4225 43rd Avenue. Vero Beach. FL 32967 Day Phone: 772-226-3856 Night Phone: 772-569-6700 Facsimile: 772-567-9323 Email: elooresti@irceov.com 2"d Alternate Authorized Renresentative Name: RachelIvev Title: Emereencv Management Planner Address: 4225 43rd Avenue, Vero Beach, FL 32967 Day Phone: X72-226-3852 Night Phone: 772-569-6700 Facsimile: 772-567-9323 Email: riveviairc¢ov.com ***PLEASE UPDATE AS ELECTIONS OR APPOINTMENTS OCCUR *** 23 FORM C CONTACT INFORMATION FOR AUTHORIZED REPRESENTATIVES New or Updated: Sept. 20, 2018 Type: County Municipality Independent University Name: Paul Carlisle Name of Government: City of Sebastian Mailing Address: 1225 Main Street Sebastian, FL 32958 School Community AUTHORIZED REPRESENTATIVE CONTACT INFORMATION Name: Paul Carlisle Title: City Manager Address: 1225 Main Street Sebastian, FL 32958 Day Phone: (772) 217-0358 Night Phone: (772) 217-0358 E -Mail Address: pcarlisle@cityofsebastian.org ***PLEASE UPDATE ANNUALLY OR AS ELECTIONS OR APPOINTMENTS OCCUR** *FDEM USE ONLY* Date Received: Personnel Signature 2 RESOLUTION NO. 2018 - Resolution of the Board of County Commissioners of Indian River County, Florida, for Adoption of this Statewide Mutual Aid Agreement WHEREAS, the State of Florida Emergency Management Act, Chapter 252, authorizes the State and its political subdivisions to provide emergency aid and assistance in the event of a disaster or emergency; and WHEREAS, the statutes also authorize the State to coordinate the provision of any equipment, services, or facilities owned or organized the State or its political subdivisions for use in the affected area upon the request of the duly constituted authority of the area; and WHEREAS, this Resolution authorizes the request, provision, and receipt of interjurisdictional mutual assistance in accordance with the Emergency Management Act, Chapter 252, among political subdivisions within the State; and NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA that: In order to maximize the prompts, full and effective use of resources of all participating governments in the event of an emergency or disaster we hereby adopt the Statewide Mutual Agreement which is attached hereto and incorporated by reference. The foregoing Resolution was offered by Commissioner adoption. The motion was seconded by Commissioner being put to a vote, the vote was as follows: Chairman Peter D. O'Bryan Vice Chairman Bob Solari _ Commissioner Susan Adams _ Commissioner Joseph E. Flescher Commissioner Tim Zorc The Chair thereupon declared the Resolution duly passed and adopted this .2018. BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA F --w Attest: Jeffrey R. Smith, Clerk of Court and Comptroller Peter D. O'Bryan, Chairman who moved its , and upon day of J Attachment 1 STATEWIDE MUTUAL AID AGREEMENT Type or print all information except signatures Form B PART I TO BE COMPLETED BY THE REQUESTING PARTY Date: gime: Mission No: HRS E-mail Point of Contact: Telephone No: I I address: Assisting Party: Requestlnq Party: Incident Reauirinq Assistance: Type of Assistance/Resources Needed (use Part IV for additional space) Date &Time Resources Needed: Approximated DateMme Resources Released: Authorized Official's Name: Title: PART II Contact Person: Type of Assistance Available: (Location (address): Signature: Agency: TO BE COMPLETED BY THE ASSISTING PARTY E-mail Telephone No: I I address: Date & Time Resources Available I I To: Location (address): Approximate Total Cost for mission: $ Equipment & Travel: $ Personnel: $ Materials: $ ContractRental: $ Logistics Required from Requesting Party Yes n (Provide information on attached Part IV) No n Authorized Official's Name: I I Title: Date: Signature: Local Mission No: PART t 4 TO BE COMPLETED BY THE REQUESTING PARTY Authorized Official's Name: I Title: Signature: I Agency: Revised: March 2018 Page 1 PART IV STATEWIDE MUTUAL AID AGREEMENT Type or print all information except signatures Form 8 (continued) MISCELLANEOUS ITEMS/ OTHER MISSION INFORMATION Revised: March 2018 Page 2 FEMA's SCHEDULE OF EQUIPMENT RATES DEPARTMENT OF HOMELAND SECURITY FEDERAL EMERGENCY MANAGEMENT AGENCY RECOVERY DIRECTORATE PUBLIC ASSISTANCE DIVISION WASHINGTON. OC 20472 The rales on this Schedule of Equipment Rates are for applicant owned equipment in good mechanical condition. complete with all required attachments. Each rate covers all mals eligible under the Robert T. Stafford Disaster Relief and Emergency Assistance Act. 42 U.S.C. § 5121, at seq., for ownership and operation or equipment Including depreciation. overhead. ad maintenance, field repairs, fuel, lubricants, tires. OSHA equipment and other costs incidental to operation. Standby equipment costs are not eligible. Equipment must be in actual operation "doming eligible work in order for reimbursement to be eligible. LABOR COSTS OF OPERATOR ARE NOT INCLUOED in the rates and should be approved separately from equipment costs. Information regarding the use of the Schedule is combined in 44 CFR § 206.225 Allowable Costs. Rates for equipment not listed will be furnished by FEMA upon request. Any appeals shall be in accordance with 44 CFR § 206 206 Appeals. THESE RATES ARE APPLICABLE TO MAJOR DISASTERS AND EMERGENCIES DECLARED BY THE PRESIDENT ON OR AFTER SEPTMBER 1, 2017. 8062 (Auger, Trader Mind IMax Auger Diameter 8063 (Auger, Truk Mnld IMac Auoer Size I 8064 Hydraulic Post Driver I I FEMA code ID I Horizontal Directional Boring CO$t Auger `Machina Code I Equipment Specifications 8010 Aur Compressor Ar Delivery 80' Air Compressor Air Delivery 13012 IAlr Compressor Air Delivery 8013 Air Compresor (Air Delivery 8014 Air Cotlpresaw �Alr IAV Delivery 8015 Compressor IAlr Delbery 6016 IAIr Comptes., IAr Delivery 8017 (Air Compressor Wr Delivery 8040 IAmbubnce I 8041 (Ambulance I Fire Command Center I 8080 8050 (Board. Arrow 8081 IAII All Terrain Vehicle (ATV) 8051 (Board Messam, I BO60 (Auger, Portable (Hole Diameter 13081 (Auger. Portable (Hole Diameter 8062 (Auger, Trader Mind IMax Auger Diameter 8063 (Auger, Truk Mnld IMac Auoer Size I 8064 Hydraulic Post Driver I I EquhP.tDeac pilon I Horizontal Directional Boring 8065 Auger `Machina 103 CFM I to 30 atlzonlal Directional Boring 8066 Auger Mechine Auger, Directional Boring (Auger. 8067 Machine Directional Boring Machine 8070 Automobile 1 8071 IAulomobile I 8072 IAutomoblle. Pollee 1 8073 Automobile, Pallor I 8075 Motorcycle, Police 1 7.6.8.6 8076 Lori - Chew Trailblazer fi .,a d 8077 (Automobile - Ford Evedilion I Fire Command Center I 8080 Tenain Vehide (ATV) IErdrus 110.. 4-Whee1; 20" We 8081 IAII All Terrain Vehicle (ATV) (Ergine 175m 4 -Wheel; 21-Iwe 8082 IA11 Terrain Vehicle (ATV) (Engine 150co. 4Wheel: 2Y tyre 8083 IAII Tenain Vehicle (ATV) IEngire 200.,4 -Wheel; 24 -here 8084 IAII Terrain Vehide (ATV) IEngme 250..4 -Wheel: 24'twe I EquhP.tDeac pilon Capacity or Size HP 41 CFM to 10 103 CFM I to 30 130 CFM I (050 175 CFM 400 CFM 575 CFM 1100 CFM 1600 CFM 161n 181n 36 In 241n 250 X 100 So X 100 1090 11 515 10 230 to 355 to s00 to 150 to 210 Notes Hoses Included. IHOWS Included. IHoses included. I Hoses included. I Hoses included. I IHoseslncluded. I (Hoses included. I iHoses included. I 1 W ITMJer Mounted. I 10 5 ITralbr Mounted. I I to 1 I I to,J I 1 Includes digger, boom and M 13 mounting hardware. mounting hardware. Acid this Io 100 rale (0 tactor ate for total 300 IDD -1408 YR -2003 1 I to130 � � ITanspoNng people. 1 I to 130 Tampodhg cargo. I I 1.250 Potmung. Slatlonary with engine 11 250 I running. I 285 to 300 I I I 6.5-7.5 1 7.6.8.6 I 9.0.10.0 12-14.0 1547 Unit hour hour hour hour I hour 1 hoW hour pour he hour I hour I hes, I hour I hour Inour hour hour 1 hour hour hour l mile I hour I mile I hour mile 1 hour hour 1 hour I hour I hour I hour I hour I 1 2017 Ratel $1.511 58.841 $11.141 $18.391 330.471 548.711 S92B81 $96.961 525.00 $40.501 $4.431 $11.611 $2.141 $4.301 53.161 $34.281 $35.101 2169.401 $31.951 336.97 50.535 $12.321 $0.5351 $15.691 $0.5051 522.00 519.00 $8.20 38.50 58.511 $9.DOI 39.401 I 8085 All Terrain Vehide (ATV) Engine 300". 4 -Wheel; 24* We 18.20 hour $10.201 1 8086 All Terrain Vehme(ATV) Engine 400w. 4 -Wheel: 25- line 26-28 hour S11.64 8087 All Terrain Vehide (ATV) Engine 450cc. 4 -Wheel: 25-va 2628 hour $12.40 1 8088 All Terrain Vehide (ATV) Engine 650cc, 4 -Wheel; 25'" 3840 hour $13.201 1 8089 PJI Terrain Vehide (ATV) Engine 750cc, 4 -Wheel: 25'" 4446 hour S14.001 1 8110 Barge. Deck Size 5 013 517 2 5' hour $49.101 8111 Barge. Deck Size 50135.9' hour 558.70' 1 8112 a.,,.. Deck Size 12VAS5xlO' Incur $109.50+ 1 8113 Barge. Deck Size 160'x45111" )aur $133.751 8120 But. Tow Site 5512815' In 670 Steel. hour 9317.54 1 8121 But. Tow Size 60'X21'.5' to 1050 Steel. Mur 5358.65 1 8122 Boal. Tow Size 70'x3017.5' 10 1350 Steel hour $569.001 1 8123 But. Tow Size 120'434':8' 10 2000 Steel. how 51,094.241 1 8124 urbut BISAGIS Nmoat wrspray unit 1518' 400 haw $31.001 1 8125 AirMat B15AGIS Airboat whfPMV unit 15,01' 425 hour $31.95 1 8126 Swamp Buggy Conquest 360 hour 539.25 Compactor -2 -Ton Pavement 8129 Roller 2ton hour S28.25 1 8130 But. Raw Heavy duly. how $1.44 8131 Boal. Runabout Size 13'x5' 1050 Outboard. hour 512.00 Inboard vain 360 degree 8132 Boat, Tender Size 141' to 100 drive. hour $16.50 1 8133 Baal. Push Size 45'x2l'x6' x435 Flat hall. hour S217.20 1 flim But, Push Size 54,4716' 10525 Flethdl. hour S267351 1 6135 But. Push Size 58,¢4'x7.5' 10705 Flat hull. hour 5325.35 1 8136 Boal. Push Size 64,¢518' 10870 Flat hull. hour 5358.501 8140 But. Tug LengN 16 F1 to too hour 542.601 1 8141 But. Tug Length 18 FI g 175 hour $62.551 8142 Boal, Tug Length 26 F1 to250 hour $78.951 1 0143 Boat. Tug Length 40 Ft I 10 380 hour 5196.501 1 8144 But. Tug Length 51 F1 a700 hour $271.651 5147 Boal. Inflatable Restate Raft Zodiac hour $1.10 1 6148 BuLR... beat 1544166 i l pasunpet rapacity 190.250 hour 462.55 2000 Johmmn Outboard Motor w 8149 But. removable engine 15"&MB 15 Mur $150 8150 Broom. Pavement Bmom Length 721n to35 Mur $24.50 8151 Broom, Pavement Bmom Lenath 961n 10100 hour $27.60, 1 Add Prune Mover coal for 8153 Broom. Pavement, Mnld Broom Length 721n to 18 WWI rale hour $6.20 Add Prime Mover wsl for 8154 Bmom, Pavement, Pull Broom Length 84 In to 20 10181 rate Mur 520.77jjj 8157 Sweeper. Pavement to 110 haw $76.70 I 8158 Sweeper. Pavement to 230 hour 596.80 8180 Bus to 150 how 520.95{1 1 8181 Bus 10210 hour $25.45111 8162 Bus 1. 300 haw S30.35� 8183 Blower Gasoline powered Taro Pm Force 27 Mw $1537 8184 Back -Pack Blower to4.4 how 51.501 8185 Walk -Behind Blower 13 hour $650 8187 Clalm.w 20' Bar. 3.0 w in hour $1401 8188 Chainsaw 20'Bar S.Owin Mur 52451 8189 Chainsaw 20' Bar 6.0 w in hour 52651 BIN Chain Saw Bar Length Isla hour $170{1 8191 Chain Saw Bar Length 251n hour S3.451 8192 Chain Saw. Pole Bar Size 181n hour $125 Skidder model 748 E to 173 hour $52.701 23 1 4 Skidder model 648 G11 to 177 hour SIN 30]ly 8195 Culler, Brush Cutter Size 80 10150 hour $115.35 I 8196 Culler. Bn1sM1 Culler Size 8 g to 190 I hour $129.351 1 8197 Cutter. Brash Cutler Size 10n to 245 hour $136.301 1 Cutler sh • 247 hp, 1997 Model 1511 8198 IBruneher Cutter Fele (0247 I hour $187.751 I+ 8199 Log Trailer 1408 _ hour 59.9011 I 8200 (Chipper. Brush IChipping Capacity 61n a 35 Trailer Mounted. hour $8.fi01 8201 1ChiDper, Brush IChipping Capacity I 91It to 65 Mounted. I hour $16.861 1 8202 1Cmpper, Brush IChlpping Capacity I 121n I (0100 (Trailer Trailer Mounted. I hour I $24.311 8203 (Chipper. Brush I Chipping Capacity I 151n I 10125 ITrailer Mounted. I hour535.00 1 8204 pe IChipr. Brush _IChipping Capacity 1 181n 1 10 200 Taller Mounted. I hour 550 ._10.1 w LoKnuckle _ 1 8208 M 1model Berko 595 ML I l to 173 hour 5781.891 1 IBa de 210 w/Buck Sav,50 1nch 8209 loader-Wheal I to 240 I hour 597.001 1 8210 1CIamshell & Dragline. Crawler 1 I 149.9991bs 1 m 235 not Included in ate. hour 5127.401 1 8211 ICiamshell&Dragline. Cawlw I 250.000 lbs I to 520 IB-het Bucket not included in ale. hour 5166.201 1 8212 Ciamshall & Dragline, Truck I a 240 IBYdat not included in ale. hour I S145.W I 8220 Compactor I to t0 hour I 515.10 1 IDrun Compatl-, towed, Vibratory 8221 I 1045 hour I 531.701 1 8222 6onvad-, Vibratory. Drum I I Io 75 I hour 522.30 I 8223 (Compactor, pneumatic. wheel I I 1a too I how 526.00' 1 8225 ICamlwdor, Sanila8on1 I (0300 hour $92.751 8226 ICwnpacbm. Saria.gon (0400 hour I 5152.301 8227 Compaq-, Sa lion I I 535 1 hour 1 $249.751 8228 eneWheel' pnmti lcomdahct-. 10000 eb Include prime mowrrale _ _ hour I $17.001 8229 towetl, Drum Static 20000165 Include prime mower rale hour I 515.801 8240 (Feeder. Grizzly I to 75 I hour 1 522201 1 8241 Feeder. Grizzly I 1 loss hour I $32.451 8242 Feeder. Grizzly I I to 75 hour $61.251 1 8250 Dozer, Crawler I I 1 to75 our I 551.301 8251 Dozer, Cravder I I I l0105 hour I $38.301 8252 Dozer, Craer wl I 10160 I _ 1 hour I 593]41 1 8253 Dozer, Crawler I 10250 hour 1 5149.751 1 8254 Dozer, CraAer I 1 to 360 I 1 hour I $201.101 1 8255 Dozer, CravAer 1 I to 565 I I hour $311.801 1 8256 Dozer. Crawler I 1 I0850 I hour I S294.101 1 8260 IDozw, Wheel I I Io300 I I hour 561.001 1 8261 1D... Wheel I I (0400 I how 594.101 1 8262 (Dozer, Wheel 1 to 500 hour $178.651 1 8263 (Dozer, Wheel I 1 I,625 IIIII hour I $239.601 1 look IB MIS attach for tractor. 2007 I 8269 Scraper I hour $3.501 1 ISuckal, 1Capedly 8270 Clamshell 1.0 CY I Include Cllam. "8, Dg1 hour hour I 54,621 I ICepedly I Includes teeth. Does not 8271 Bucket. Clamshell 2.5 CY I include Clamshell & Dragline I hour I $8.731 IDeDddty I Includes teeth. Does not 8272 8ucket, Clamshell _ 5.0 CY I lindude Clamshe118 Dragline I hour 413.10.1 ISucket, ICapecily I Includes teeth. Doea rwl +I 8273 Clamshell 7,5 CY include Clamshell& Dragline hour $22.401 (Capacity Does not Include Clamshell & 6275 Bucket. Dragline l 2.0 CY Dragline I hour $3.961 1 ICapacily Does Include Clamshell & 8276 Bucket. Dragline l 5.0 CY I Dragline! I hour $9.901 lCapectly I Does not include Clamshell 8 8277 Bucket. Dragline IOCY I Dragline I M1eor I 514.18.65 0 1 Let, ICanacity lxudeClamshell8 &278 Oagline I 14 CV I D gine l hour I 31 IEx (Bucket I Crawler. Truck & Wheel. 8280 oval-. Hydraulic Capacity 0.5 CV I 1045 Includes bucket. I hour $18.00 Crawler. Truck & Wheel. 8281 12mator, Hydraulic Bucket Capacity I 1.0 CY 1 to 90 Includes bucket hour 534.20 IExcavalor. Crawler, Truck & Wheel. 8282 Hydraulic Bucket Capacity 1.SCY I Iof60 Includes bucket. 1 hour $52.70 IExeayalor. iSuckel _ Crayder, Truck 8283 Hydraulic Capacily 2.5 CV 10265 lindud sbudal&Whael I hour I $153.00 ' Crawler, Truck 8 Wheel. 8284 Excavator, Hydraulic Bucket Capacity 4.5 CY to 420 Includes buckeL how $26.50 Crawler, Truck & Wheel. 1 8205 Excavator, Hydraulic Bucket Capacity 7.5 CY to 650 Includes bucket. hour 8227.10 Crawler. Truck & Wheel. 8286 Excavator, Hydraulic Buael Capacity 12 CY to 1000 Includes bucket.hour 5455.00+ 8287 Excavator 2007 model GogglingXL3100III 104 hour 5105.461 8288 Excavator 2003 model Gradall XL4100111 238 hour 5113.26 8289 Excavalor 20M model Oradell XL5100 230 hour $88.80 6290 Trowel. Concrete Diameter 48 In 1. 12 hour $4.80 8300 Fork Lift Capacity 6000 Lbs 1060 hour SUM 8301 Fork Lift Capacity 12000 Lbs logo hour 518.50 8302 Fork Lift Capacity 18000 Lbs m 140 hour $24.00 8303 Fork Lift Capacity 50000 Lbs 10 215 hour 551.401 8306 Fprk Lill Material handier Diesel. CAT TH360B 6600-11500 gywtibs 99.9 hour 527.90{1 1 8307 Fork Lift Material handler Diesel. CAT TH460B 99.9 hour $30.151 8308 Fork Lift Material handler Diesel, CAT TH5608 99.9 hour S35.80� 1 8309 Fork Lift Accessory 2003 ACS Paddle Forkhour $3.461 8310 Generator Prime Output 5.5 KW to 10 hour $3.3511 8311 Generator Prime Output 16 KW 1025 how $7.451 8312 Generator Prime Output 43 KW 1065 hour 515.00 8313 Generator Prime Output 100 KW to 125 how $74.95 8314 Generator Prime Output 150 KW to 240 hour E50.00 1 8315 Generator Prime Output 21OKW to 3110 hour 562.15 8316 Generator Prime Output 280 KW to 400 hour $80.401 8317 Generator Prime Output 350 KW to 500 hour $90.501 _ 8318 Generator Prime Output 530 KW 1.750 hour $153.301 1 8319 Generator Prime Output 710 KW 101000 hour S222.00I 1 8320 Generator Prime Output 1100 KW a 1500 Open hour 5349.00 1 8321 Generator Prime Output 2500 KW to 3000 hour 5533751 1 8322 Generator Prime Output 1.000 KW to 1645 Enclosed hour 5403.701 1 8323 Generator Prime Output 1,500 KW to 2500 Enclosed hour 5511.22 8324 Generator Prime Output 1f00KW 2500 Enclosed hour 5495.80 8325 Generator Prime Output 40KW 60 hour 514.80 6326 Generator Prime Output 20KW 40 hour $13.32 Includes Rigid and Articulate 8330 Graders Moldboard Size lo Ft to 110 equipment. hour $43.30 Includes Rigid and Amculale 1 8331 Graders Moldboard Size 12 FI to 150 equipment. hour $48.50 Includes Rigid and Articulate 8332 Graders Moldboard Size 14 Fl to 225 equipment. hour 567.50 Per 25 foot length. Includes 8350 Hose. Discharge Diameter 31n couplings. hour 50.15 Per 25 foot length. Includes 6351 Hose. Discharge Diameter 4 In couplings, hour 50.24 Per 25 fool length. Includes 8352 Hose, Discharge Diameter 61n couplings. hour $0.50 Per 25 foot length. includes 8353 Hose, Discharge Diameter Bin couplings. hour $0.60 Per 25 fool length. Includes 8354 Hose, Discharge Diameter 121n couplings, hour $0.90 Per 25 foot length. Includes 8355 Hose, Discharge Diameter ISM couplings. how $1.7c Per 25 fool length. Includes 8356 Hose, Suction Diameter 31n couplings. hour sox Per 25 foot length. Includes 8357 Hose, Suction Diameter 41n couplings. how $0.351 Per 25 foot length. Includes 8358 Hose. Suction Diameter 61n couplings. hour $1.15 Per 25 foollenglh. Includes 8359 Hose, Suction Diameter B In couplings hour 51.10 Per 25 fool length. Includes 8360 Hose. Suction Diameter 121n couplings. hour 51.70 Per 25 foal length. Includes 6361 Hose. Suction Diameter 161n cpupllmis. hour WAS 8380 Loader Crawler Bucket Capacity 0.5 CY to 32 Includes bucket. hour $14.661 8381 Loader, Cfavder Bucket Capainly 8382 Loader. Crawler Bucket Capacity I M83 Leader. Crawler Bucket Capacity 8384 Loader. Crawler Bucket Capitary 8390 Leader, Wheel Bucket Capacity 8391 Loader. Wheel Bucket Capacity 8392 Leader. Wheel Bucket Capacity 8393 Loader, Wheel Bucket Capacity 8394 Loader. Wheel Bucket Capacity 8395 Loader. Wheat Bucket Capacity 8396 Leader. Wheel Bucket Capacity I 8397 Loader. Wheel Bucket Capacity 8398 Loader. Wheel Bucket Capacity 8401 Loader, Tractor. Wheel Bucket Capacity I 8410 Mixer. C..te Portable Belching Capacity 8411 Mixer, Concrete Portable Batchlna Capacity 8412 Mixer. Concrete. Trader Meld Batching Capacity 8413 Mixer. Concrete. Trailer Mntd Batchlrm Capacity 8419 Breaker. Pavement Hand -Hold Weight I 8420 Breaker. Pavement $104.00 8423 Spreader, Chi. Spread Hopper Width 8424 Spreader, Chip Spread Hopper Width 8425 Spreader. Chip. Mntd Hopper Size 8430 Paver. Asphalt. Towed 8431 Paver, Asphalt 8432 Paver. Aephall 8433 Paver, Aephall 84M Paver, Asphalt 8436 Pidr- Asphalt 8437 PIG -up. Asphalt 8438 Pik -up. Asphalt 8439 Pick-up. Asphall 6440 Shim 8441 Shim I 8442 Sol 8445 Striper. Truck Mntd 8446 Striper. Walk-beh'uM 4 CY Paver accessary -Bell 6447 FAGnsion 8450 Plow, Sr... Greder Mnld 8451 Plow. Snow. Grader MntkJ 8452 Plow. Truck Mild 8453 Plow. Truck Mnld 8455 So reader, Sand 8456 Spreader, Sand I $457 $Weeder. Sand 8458 Spreader. Chemical 8469 Pump- Treah Pump 8470 Pump I 8471 Pump I 8472 Pump I 8473 Pump 8474 Pump 8475 Pump 8476 Pump Paint Capacity Paint Capacity Paint Capaclty Paint Capacity Paint Capaaty 2002 Leeboy Conveyor Ball Enensl.n Width Width Widlh Width Mounting Mounting Mounting Capacity 10 MTC Centrifugal. 6M pump Diaphragm Pump Cenirfugal, IBM pump a'-40.000gal/hr . 1 CY le 60 Includes bucket. hour $34.301 2 CY An 118 Includes bucket. hour 568.101 3 C to 17$ includes bucket. hour S1o1.30I 4 CY (o238 Includes bucket. hour $120.001 0.5 CY to 38 hour $20.101 1 C to 60 hour $36.90 2 CY to 105 CAT -926 hour 535.50 3CY to 152 hour $43.85 4 C 10200 hour S59.30 5 CY to 250 hour 564.00 6CY 103D5 hour $104.00 7 CY 10360 hour $124.50 8 CY Io 530 hour 5171.40 0.87 CY to 80 Case 580 Super L Mur $33.731 10 CB Mw $3.0.5+ 12 CA 11 hew $4.001 11 CB 1010 how 512.701 16 CB 1.25 how 519.601 25-90 Lbs how 51.101 to 70 hour $57.451 12.5 FI to 152 how 585.851 16.5 F1 to 215 hour SI 16.601 ON log Trailer B truck mounted hour I $4.601 Does not Include Prime Mover. hour $12.40 Includes wheel and crawler to 50 equipment, hour 573.76 Includes wheel and crawler I to 125 equipment. hour $95.10 Includes wheel and crawler I to 175 equipment. hour 5126.80 Includes wheel and crawler 35000Lb18Over Io250 equipment hour I 5209.651 10110 Mur 596.851 is 150 hour $135.00 10200 hour S9J.50 to 275 hour $20400 40 Gal t.0 22 Mur 516.201 90 Gal to 60 Mur $22.901 120 Gel 10122 hour 542.601 120 Gal to 460 how $78.60 12 Gal Mw $4.00 crawler Mw 532.50 to 10 F1 Include Grader for total cost how $28.00 to 14 FII Indude Grader for low] cost Mw 532.90 to 15 F1 Include huclt for total cost hour $24.35 With leveling wing. Include to 15 FI truck for Iola] coal hour 540.80 Tailgate. Chassis hour $7.351 Dump Body hour $10.451 Tmk(10vd) hour $13.151 5 CY 104 Trailer 6 truck mounted. hour $6.001 2 -Pump to 10.000 gph Mur SUSS 2'-10.D009ahtlr. to 4.5 Hoses not included. hour $6.10 2'-3000 gahhr. to Hoses not included. Mur 56.75 3- - 16.000 gallhr. pump 1010 Hoses not Included. hour $7.99 to 15 Hoses not included. Mur $10.30 to 25 Hoses not Included. hour $13.60 to 40 Hosea not included. Mw $16.65 4'-40.000 galthr. 1960 Hoses net included. _ hour 527.10 I 8477 IPumy not inciluudeit. 1 9478 IP.P 1 8479 IPurrP I 8480 IPumP I 8481 IPwnP 1 9482 IP -P I I 9483 IPumP 6494 IP -P 1 1 8485 Ilpsi I I8486 (Aerial Lift, Truck Mnld_ IMax. Platfomr Height 1 8487 IAedal Lift. Truck Mntd IMax Platform Height 1 8489 IAedal Lig, Truck Mntd IMex. Platform Height 1 8489 IAedal Lift. Truck Mntd IM= Platform Load -600Lbs I8490 IAedal Lift. Self -Propelled IMax. Platform Height 1 8491 IAedal Lift. Self-propelled IMax. Platform Height 1 9492 (Aerial Lift. Self -Propelled IMax. Platform Height 9493 IAedal Lift. Self -Propelled IMPlatform Height 1 8494 Aerial Lift. Sell -Propelled Max. Plethora Height 1 8495 ILC. Aenai Lin, Self-propelled Max. Platform Load -500 Lbs 8496 ICrare. Truck Mmd Max. Lift Capacity $497 Cram. Truck Most IMax Lin Capacity $498 Crane. Truck Mold Max. Lift Capacity 8499 IPMnp-Trac-Pwnp CPB Rating -10MTC 8500 1Cram IMax Lift Capacity 1 8501 1Crane [Max. Lift Capacity 1 8502 IC. IMax. Lin Capacity 1 8503 _ Cram ICmm IMax LIR Capacity I 8504 (Iola] lift and truck rateis I IM... Lift Capaciy 1 8510 (Saw, Concmle IBIade Diameter 1 8511 (Saw, Concrete IBIade Diameter 8512 Is.. Concrete ]Blade Diameter 851J (Sew. Rock I 1 8514 Saw. Rock 1 $517 IJackhammer(Dry) 1W.Dirt Class 1 8518 1Jackhammer(Wet) IWal9hl Clara 1 8521 IS.mr Iscramrtasadw 1 9522 ISaaoer ISCraper Capacity 1 8523 IScraoer Iscraper Capaciy 8524 IS.per IScraper Capacity 8540 Loader. Skid -Steer 10peralma Capacity 1 8541 Loader. Skid -Steer [operating capacity BS42 Loader, Skid -Steer 10perattng Capacity 1 5550 Snow Blower. Truck Mntd ICapady 1 8551 ISmw Blower, Truck Mnld ICacadly I 8552 ISnow Blower. Truck Mntd ICapecily 1 8553 ISnow Blower. Truck Mmd [Capacity 1 8558 ISnow Thrower, Walk Behind ICutgng Width 1 8559 ISnow Throynm, Walk Behind Cutting Width I 8560 ISnow Blower ICauacity 1 8561 ISnow Blower (Capacly 1 8562 ISnow Blower ICapacity (o95 not inciluudeit. hour 332.001 10140 (Hoses Hoses not incded. hour I 541.501 Io 200 Hoses not Included, I hour$49.901 to 275 Does not Include Hoses. hour I S66.851 1 to 350 10oes mol Include Hoses. I hour I $82.001 1 1. 425 IDoes mol include Hoses. I hour 1 $96.601 to 500 Does not include Hoses. I IDoes hour I 5114.001 to575 not include Hosea. I hour I $133.301 1 to 650 IDhesnhtlndude Hoses. 1 hour I 5154.70 Add this rale to truck rate for 40 F1 total lift and buds rate I hour I $11.38 Add this rale to truck rata for 61 FI total lift and truck rote I hour I $20.541 I this rate to truck for Molal BO Fl lift and truck rated I hour I $39.001 I rate to mock for 81 Ft -100 Ft. Ht. (Iola] lift and truck rateis I hour I l+ 339.50 I Articulated, Telescoping, 37 FI. HL to 15 Scissor. hour I 58.95 ANculaled, Telescoping, (Scissor. 60 Ft. Ht. Io 30 hour I $16.101 Miculaled, Telescoping. 70 FL HI. I l0 50 Scissor. hour I 329.261 125 Ft. Ht. 1 1085 IMculatedand Telescaping. I hour 1 355.85 150 Ft. Ht. to 130 IAfdculated and Telescoping. I hour 1 570.15 75"x155'. 40F1 HI. I 1080 12000 Lbs Capacity hour I $26.95 24000 Lbs I (Include (ruck rate for to lel cosi hour I $14.901 36000 Lbs I lIncludeuc suck rate for total cost hour I $22.401 60000 Lbs I Include butlr rale for total cacti tour I S36.50� 10000 gal/Hr I 7 (Self- Primirg Trash Pump hour I 57.55 8 MT Ih W I hour I 538.701 15 MT 1 10 150 hour I $66.901 50 MT I w 200 _ hour 1 $90.001 70 MT 10300 1 hour 5778. 1 110 MT I 10350 1 hour 5243.6200 141n I to 14 hour $7.201 261n I 1035 hour $12.00 481n 1 to 65 hour 1 $25.101 I to 100 hour 1 $33.50 to 200 hour 1 363.00 25.45 Lbs I hour 31.66 30-55 Lbs I how I 57.841 16 CY 1 t0 250 how 5107.151 23 CY I to 365 I 1 how I 5755.50 34 CY 1 to 475 1 hour 1 $270.00 44 CY 1 10600 I hour 1 $265.70 1000 Los I to 35 1 hour I 814.15 2000 Lbs I to 65 I 1 hour 537.00 3000 Lbs to 85 1 hour I 536.05 600 Tothtruck1 1075 IDoes net include truck I hour 1 $34.60 1400Tph I to 200 IDoes not include truck 1 hour I $94.00 2000 Tph I to 340 IDoes not Include truck I hour $142.501 2500 Tph 1 I0400 Does ml include truck I haw I $154.801 25 in I to 5 I 1 how I 52.801 60 in I 1015 I I how I 514.101 2.000 Ton I to 400 1 1 hour 1 $234.001 2.500 Tph 1 to 500 I I hour 1 $255.001 3,SOOTph 1 to Soo I I hour 1 $294.001 1 8589 Dust Cental De -Ice Unit $3.45 1300-2000 gal 173'LxBBWx51"H 1 8570 loader -Backhoe. Wheel hour Leatler Bucket Capacity 0.5 CY 1 8571 Loader -Backhoe, Wheel Included, Loader Bucket Capacity I ICY I 18572 Lader-8ackhae.4Meet Lader Bucket Capacity 1 1.5 CY I 1 8573 (Loader -Backhoe. Wheel (Loader Bucket Capacity 1.75 CY I 1 8580 IDistnbutor, Asphalt Tana Capacity ITank 500 Gal 8581 0isbibulw. Asphalt 10isiributm. Capacity I 1000 Gal 8582 AsphaltTank Capacity IETNYRE 4000 Gal 1 8583 IDetributor Oil Disblbutor Model -PBI48 I 521.30 I 8584 IDlsbibulor I ETNYRE Quad Chip Spreader cl¢ulagng spray ber. Include hour 1 8590 ITrailer, Dump (Capacity I 20 CY I I8591 1TmSer, Dump ICapacily I 30 CY I I Saco Tatler, Equipment Capacity1 30 Tons 1 1 8601 T:.Eguipment Cagacty I 40 To. I 1 8602 Trader. Equipment Capacity _ I 60 Tons 1 8603 Tater, EquipmentCaOach, 1 120 Tons I 1 86 10 Tager. Wafer ITenk Capacity I 4000 Gal I 1 8611 Trader. Water Tank Capacity I 60M Gal $612 Taller, Water Link Capacity I 70000 Gal 1 8613 T. Water (Tank Capacity I 14000 Gal I 8614 IT=111aftserTanker 11000 gal. lank 1 I I 8620 Tub Grintler I I 1 W21 Tub Gmaler I scuraybar. 1 8622 TO Grinder 1 hour 8623 Tub Griller I I $95.351 8627 Horizontal Grind. Model HG6000 1 1 8628 IStump Gmaer 11988 Vermeer SCA 12 I 1 I 1 8629 IShanpGrinder 124- grinding wheel I8630 ISprayef. Seed Lorded Capacity I 750 Gal I 8631 ISprayer, Seed Working Capacity 1250 Gal I 8632 ISprayer, Seed (Working Capacity I 3500 Gal I 5633 IMulcher. Taller Mmd Working Capacity I 7TPH 5634 IMulcher. Trailer Mnld (Working Capacity, 1 10 TPH 8635 IMuldar. Trailer Mnld (Working Capacity I 20 TPH 8636 ISuaper Soil Recycler WR 2400 1 W 317 gal fuel tank 1 8637 ITrailer CAT IDouble Belly Bollamdump Traller 126 Cy of sell in one dump 1 hour Barber Beach Sand Rake 600HOr. 13 CY of soil each berry II hour 8638 Rake lowea I $15.401 1 hour 534.30 Wildcat 626 Cougar Trammel hour 1 $1.951 0639 Chipper Screen chipper W bell Carpo Size 20ft hur 1 8640 1Tr ler. Office ITailx Slze I 8'x24' 1 8611 ITaeer, ON. Toiler Size I 8'x32' 1 8642 ITrailer. Olfira ITrailer Size I 10'x72' 1 8643 ITrailer I Haz-Mal Eaummentbailer 1 8'x18' I 1 8644 ITailer.CayeredUtility Trager 1(7'X I6') 1 I 8645 ITraller, Decide Rem 8' x 24' shower better,12ahawers I I32'Batbed I I 8646 ITailer. Dodge wale! 8650 ITrencher 5.5 to 40 1070 togs to 115 300 280 175 10440 to 630 10 760 101000 630 102 10 to 30 to 5o tells 1035 l0 55 W 120 563 330 125 101 1040 Ihose (Does I I hour I $3.45 `cluded ntl Baekhoo Buckets included. hour I $22.151 Leader and Backhoe Buckets Included, I hour I 1 $29.50 Loader and Backhoe Buckets included. I hour I 1 $38.60 and Backhoe Buckets �Loader Included. hour $47.77 bumers, insulated tank, and Cl=lgmg spray ber. I your I $14.75 burners Insulated lank, and clruleang spay bar, Include I hour I 521.30 bpmera,;Valed lank, and cl¢ulagng spray ber. Include hour 530.15 hour I 541.60+1 I hour $83.201 Does net Include Prime Moyer. hour $11.36 Does nor Include Prime Mayer. hour I $13.10 1 hour I $14.15 I hour I $15.50 hour I 518.851 hour 1 $28.351 Nath sump and a rear sprayber. hour 513.501 with sump and a rear I spaybar. hour $16.551 sump all a rear iwith spaybar. hour S19.201 _ Win sump and a rear _ scuraybar. hour $23.771 1 hour I 533.351 I hour I $95.351 hour I 5143.85( hour $183.60 hour 1 $322.001 1 I hour I $57.361 $47.001 _ Iha4! hour _ $45.00 Does not include Prime Mover. hour I S14.00I Trailer 5 track mounted. Goes not include Prime I hour I $19.80 not Include Prime Moyer. I hour I $29.25 hour 1 514.101 hour 520.80 I hour 529.45 1 hour 1 $239.85 13 CY of soil each berry II hour 1 $92.331 hour I $15.401 1 hour 534.30 Cargo Elie 18R hour 1 $1.951 Cerga Size 24R I hour I $2.301 Carpo Size 20ft hur I 52.85 hour I $37.751 1 hour I 55.851 hour I 529.45 hour I 527.90 Wheal Mounted. Chain and Wheal. hour $16.30 8651 ITmncher 865/ Trencheracce_ssories 12008 Griswold Trenchbox 8660 Plow, Cable IPiow Death 8661 Plow. Cable (Plow Death 8662 IPI... Cable Plow Depth 8670 Derrick, Hydraulic Digger (Max. Boom Length 8671 Derrick. Hydraulic Digger Max. Boom Length 1 8680 ITruck, Concrete Mixer Mixer Capacity 1 8684 ITruck, Fire 1100 Ft Ladder 1 6690 IT.&. Fire IPump Capacity I 8691 ITruck. Fire IPump Ceram I 8692 ITruck. Fire IPump Capacity 1 8693 ITmck, Fire IPump Capacity 1 8694 Truck. Fire Ladder ILadder length I 8695 ITrudr, Fire Ladder 11 -adder length 1 8698 Truck, Fire No Ladder I 8700 Truck, FlaWetl Maximum Gm 1 8701 IT.«. Flatbed Maximum Gm I 8702 ITruck, Flatbed IMaximum G. 8703 Tmck, Flalbed IMaximum Gvw I 1 hour I 48ft to 5311, flat-bed. height. two lade 8708 Trailer, semi $81.401 8709 ITreiler. semi Ienclosed 48 ft to 53 ft, two axes I 8710 (Trailer. semi 28ft, single axe, freight 1 Vill ( Flat bed u811N trailer 16 ten 8712 We"'. Smver/Catch Basin IHopper CepadN 8713 ICleaner, Sewer/Cobh Basin IHopper Capacity 1 8714 Vader 800 Gal Spoils/400 Gel Water 1 (model 8775 Track. FNdre Vac LP555DT 8716 Leaf Vac IT. by Truck 22.000 cfm apedty I 8717 Truck. Vacuum I 60,000 GVW 1 8719 Litter Plrker model 2007 Barber 1 8720 Truck. Dump IShudr Capacity I 8721 Truck, Dump Capacity 8722 (Truck, Dump (Struck Struck Capacity 8723 ITmck, Dui SBack Capacity 8724 ITma. Dump. CB Highway IShudt CapadN I 8725 Truck, Dump ISImck Capacity 8730 Truck, Garbage 1CapadN 6731 ITmck, Garbage(CapadN nwmnm 8761 IVibraton Concrete 8770 (Welder, Portable I to 85 I 24 in I to 30 36 in 1 1965 48 in I 1.110 60 FI 1 90 Ft I 85 ental Beta Altanuadon Air 8733 E-BAM Services 1Menitor 8734 IAtterumor, safety Imat can atop a Whide at 60 mph I 6735 ITmck, Altenuator 12004 Truck Mounted for 60 mph 1 8736 ITruck. Imv 11987 Chew Kodiak 70 I 8741 IVa., Custom ISpecial Service Canteen Truck I 8745 Ivan, step�mght del MT10FD 1 8746 (Van -up to 15 paaserger ht duty. class t I 8747 Vart-cep b 15 passenger duty. class 2 1 87M IVao-wmo Iiight duty. leas l I 5749 6argo I light duty. class 2 8750 IVebide, Small I 8753 _ IVeNcle. Recreational _ I 8755 Golf Can (CapadN 8761 IVibraton Concrete 8770 (Welder, Portable I to 85 I 24 in I to 30 36 in 1 1965 48 in I 1.110 60 FI 1 90 Ft I 85 13 CY I 10300 I 1000 GPM $24.70 1250 GPM leCY ISM GPM I 2000 GPM I 75 FT I hour 150 FT 28 CY I hour I 330 15000 Lbs 1 to 200 25000 Lbs I 10 275 3000) Lbs I to 300 45000 Lbs I 10380 50.000. gywr 50.000 gwm 25,000 gwer I 5 C 14 CY 500/800 gal 1 49 Wheal Mounted. Chain and I 85 1 $8.4511 I 400 I 5CY $24.70 10220 leCY $1.901 Io 320 12 CY ta400 78 CV I hour I to 400 28 CY I hour 10450 14 CY 1 to 400 25 CY I 10 255 32 CY 1 10 325 I alignment altachmenl. I 1 I 175 I $51.251 I 350 hour I 300 _ I I 225-300 $82.351 1 225300 6100.001 i 225.300 $68.001 1225-300 1 hour I 1 te 30 I 1 hour I 1010 2 person I hour I $81.401 I I I b4 6117.101 1 tole Wheal Mounted. Chain and I hour 1 $8.4511 Wheal. I hour $24.70 hour $1.901 1I I hour 512.001 Tmrk Mounted. I hour 53745 Truck Mounted. I hour 541.25 alignment alMchmenl. I hour I $82,751 Indude truckrale hour 634.15 alignment altachmenl. hour I $51.251 Include truck rale hour $54.661 _ I Ihour I $82.351 1 hour I 6100.001 i I hour I $68.001 1 1 hour I 672.25 I 1 hour I $76.90 1 I I hour I $81.401 I I hour 1 6117.101 1 I hour I S142.75� IRescme Equipment hour 1 593.47 I hour $20.601 I Ihour _1 I $35.001 I hour $27.10 Mur I 644.70 1 I hour 1 $8.4511 I IMur I 59.50+ hour I $9.7011 hour I 53.1011 Tmrk Mounted. hour I 524.80+ Truck Mounted. I hour 1 531.301 I hour I $82,751 1 hour 1 $18.001 Leaf Vac . Truck Code 8811 1 hour I $51.251 I hour I $74.20 lowed by "dor I Mur I $9.60 1 hour 548.901 i hour I $60.771 1 hour 1 $67,701 I Mur I $75.501 1 I hour $121.201 I I hour 577.801 1 I 1 hour $46.501 1 Mur $55.901 P6wered by Solar System 1 hour 1 $3.001 I 1 hour I 55.501 I hour I $3.651 Mur I $27.701 Mur I $18.0011 1 hour I $21.251 1 1 hour 1 520.001 hour 1 $20.151 hour I $22.251 1 I hour I $22.25Ij I _1 Mur I $6.40+ hour I $2.801 1 hour I $3.751 Mur I s1.601 ground able and INdudes lead able. haul 33.10 8771 Welder, Portable 8772 Welder. Portable 8773 Wed.,. Portable 8780 Truck. Water 8781 Track. Water 8788 Container & mll off "a 8789 Tmck, Tractor 1 8790 Truck, Tractor 8791 Truck, Tractor 1 8792 Truck. Traci., 1 8794 Truck, freight 8795 Truck, backhoe Amer 8796 Truck. freight 8798 Truck I 8799 Truck, 8800 Truck , Pickup 8801 Tmck, Pickup 1 8802 Truck. Pickup I 8803 Truck. Pickup 1 8804 Truck. Pickup 1 8805 Truck, Pickup 1 8806 Truck. Pickup 8807 Truck, Pickup 1 8608 Truck. Pickup 8809 Truck. Pickup 8810 Truck. Pickup 1 8811 Truck, Pickup 1 8820 Skidderaccessmy 8821 ForkkB, accessary 8822 Truck. Loader 6823 Chipper- Wood Recycler 1 8824 Skidder 8825 Skidder 8840 Truck. service 1 8841 Truck. fuel 1 8842 Mobile Command Trailer (Tank Capacity to 34 Jl0 50 to 80 1 2500 Gal I to 175 Tank Capauly I 4000 Gal 30 yds jl 7, 26,001 to 33,00010$ 1997 Freighdiner F120 gvwr 4 x 2 1 25000lbs 4 z 2 35000lbs 16.2 45000 ba Enclosed wgi8 gale. Medium duly over33,001+gvwr Gass 5 gvwr 16000-19500 Lbs 1. 250 430 to 210 to 330 1 to 360 Three ade. class 8. heavy duty over33000Lbs Eenclosed waih gate. Heavy duty. 7, 26,001 to 33,00010$ class gvwr Tilt and roll -back. two axle, class 7 43 FT Long with Generator heavy duty, to 33.000 gvwr Till antl roll bark, three axle. class 8 heavy duly I over33,001+gvwr 121on Pickup Truck 4x2 -lode 1 -tan Pickup Truck 4x2 -Acle 11/44on Pickup Track 4x2 -Ade 1 11/2 -ton Pickup Truck 4x2 -Ade I 13A -ton Pickup Truck 4x2.Ake 1 3/4-lon Pickup Tmck 4x2 -Acle 1 314 -ton Pickup Tmck 4x4 -Ade 1 1.1on Pickup Truck 4x4 -Ade 11/4 -tan Pickup Truck 4z4 -Acle 1 1124o Pickup Truck 4z4 -Axle 13/4 -Nn Pickup Truck 4x4 -Ade 2005 JCS Grapple Claw 12005 ACS Grapple Bucket Mobile Command Center (Knuckleboom 10ebds/Log Loader/rmck) 1 Mobile Command Center I Cat 16 engine Imodei Cal 5258 40KIbs-model Cat 525C fuel and lube 1 up to 26.000 gvwr 2009 International 1.800 gal. storage tank (B' X 28') with 7.5 KW General" 6843 Mobile Response Trailer (8' X 31')whh 4.5 KW GeneratoR1 8844 Mobile Command Center (unified)(RV) Nilimaster MP -35 43 FT Long with Generator 8645 Mobile Command Post Vehicle (RV)(In-Mason) 22 -Ft Long 1 (RV) (Stationary) w19.5 KW 8846 Mobile Command Post Vehicle Generator 22 -Ft Long 1 Mobile Command Canter 48'Af Trailer. Furry Equiped Mobile 6847 (Trailer) Command Center 48 -Ft Long 1 Mobile Command Center 48'x8' When being Moved w/fmck 8648 (Trailer) Tractor 43'x8.5' z 13.91-1 with self 301w 8849 Mobile Command Center Generator 8850 Mobile Command Center 12007 -Freightliner MT -55, (RV) 1990- Ford Econaline- Includes ground cable and lead cable Includes ground cable and lead cable. Includes ground cable and lead cable. Include pump and rear spray system. Include pump and rear spray system. W When transporting people. 160 234 260 300 300 165 285 Crew 340 Crew 360 Crew 362 Crew 362 Crew 230 700 up to 160 161 and up 215-225 200 400 340 340 310 260 8851 Mobile Command Van Communiw8on Van 1 230 47.5' X 8.75 Fully Equip' (In 8852 Mobile Command Center motion) RV) 410 $853 Mobile Commantl Center 1(Stal onary) Fully Equip' I 410 hour $6.801 nour $10.001 hour $13.761 hour $28.701 hour $50.001 hour 523.051 hour I $54.901 hour 1 $42.401 hour 1 $46.001 hour $52.751 hour $23.251 hour $34,501 hour $31.001 hour 532.001 hour I 540.601 mile $0.541 hour 512.301 I hour $17.651 I hour 519.851 I hour $22.251 I hour $23.101 I hour $13.401 I hour $20.801 1 hour $22.851 1 hour 526.401 I hour $26.751 hour $27.501 hour $1.751 hour 51.501 hour $52.261 hour 5115.001 how I $62.901 hour $118.771 1 hour I $38.651 1 hour I $30.501 I hour I $14.661 1 hour I $13.601 1 hour I $75.001 I hour I $31.001 hour I $19.251 1 hour $29.451 hour $48.901 hour 352.001 hour $45.5DI hour I $41.001 hour I $65.301 hour $45.00 8854 Mobile Command Vehida 53' X 8.75 Fully Equip hour Terer4Amlda AL 4000. wgh (4) 8870 Light Tower 500 all lights 1 8871 Light Tower 120D4 Adimand 18872 I$amBsg9e1 Machine I(Snider) automatic 1 IHelicopler I 181 (Military) IS the 8900 hour ame asl Bal 206OWA 1 llielicopler OWA y) 15 the 1 8901 hour ame asl•Bel 206BR It our OverheadNndergmund Wire Model Bell 206-13 Jet Range I 8902 Helicopter Helicopter 1 8903 (Helicopter Modal Bell 2061-1 Long Ranger I Model Bell 206LT Long Range ITWmanger I 6904 Helieooter 8905 Helicopler IMotlel Bell 407 EMS -Ambulance I 1 8906 (Piper -Fixed Mng IModel Navajo PA -31 I 1 Iengine350, Navajo Chieftn Twn 0907 Plper-Fllred wing Model UH -60 (Slackhawk) (medium 1 8998 Sikorsky Helicopter lift Moel UH-A(Blackhawk) Medium IN 1 8909 Helicopter 1 8910 BoeiN Helicopter IMotlel CH47(Chineek) heaWli8 I 8911 IHeii.ptar-light utility IMode1 Be11407GX-7seater I 1 6912 IHalkepter-light Only, IModle Bell 206L-7 seater 1 1 8917 Helkopter Model Bell -2061-4 I 8914 King Air 200 Turboprop AimraR Blackhewk King Ar B200XP61 Ij 8915 ITurboprops Blackhawk Aircraft 18tackhawk Caravan XP42A 1 0916 Twb.PmPS Bladhawk Alrwaft I King Air C90 XP135 A I 1 8917 IAe..star Piston Aircraft IAerosW60IP 1 1 8943 I Wire Puller Machine 1Ovedlead Wire Putting Machine I 1 8944 I Wire Tensioning Machine 13000 Lbs I 1 8945 1 IAerial Lig I (model 2008 Gamle Scissor Lift I 1 I480-550 I w110kw power unil 13.5 1 4.5 i 420 I 420 I Medium Lift Medium Lift I Heavy Lift 1 7 -Sealers I 7 -Sealers I I 650 650 450 250 310 350 1090 1890 285D 675 420 726 669 9510 550 290 30 hour hour hour hour I hour I hour I Jet Range III -Helicopter I hour Long Ranger 1 hour ITwinranger I hour I I hour hour 1 hour Fire Fighter Same as S70C I hour Fire Fighter 1 hour IR. Fighter 1 hour IPassenger Air=ft 1 hour Passenger Aircraft I hour I _ _ hour 1 hour hour I 1 hour 1 It our OverheadNndergmund Wire Pulling Machine how IO"mead Who Tensioning I1 Machine how hour $96.201 570.681 $6.30 $48.75 $474,001 5496.00) 5582.00 5596.00 3780.001 $626.001 5456.001 $487.001 $2.945.001 55.504.001 $10,750.001 5621.001 $596.001 5576.001 $1.316.001 $697.001 51.075.001 5447.001 $19.651 514.501 56.101 I STATEWIDE MUTUAL AID AGREEMENT (SMAA) INFORMATION SHEET The Statewide Mutual Aid Agreement (SMAA) has been updated for 2018. To make sure that all of the counties are working under the most recent version of the agreement, the Florida Division of Emergency Management is requesting that all counties update their agreements to the 2018 version The 2018 update includes the following provisions Allowing the SMAA to be used for smaller events; no declaration of a state of emergency is needed for the agreement to be activated. This allows for a formal mutual aid process for the entities within Florida to use. In using the SMAA for mutual aid, the requesting entity agrees to reimburse the assisting party per the terms of reimbursement in the SMAA. However, if the terms for reimbursement are to vary from the provisions of the SMAA, this needs to be specified via the Form B, and signed off by both parties prior to the assistance being rendered. The SMAA automatically renews each year; only the contact information needs to be updated by using the Form C each year. Sienina the Agreement: A copy of the SMAA with original signature should be submitted, or two if you need one signed by FDEM and returned for your records. Counties should sign PAGE 15 of the agreement. Cities should sign PAGE 16 of the agreement. Educational Districts should sign PAGE 17 of the agreement. Community Colleges or State Universities should sign PAGE 18 of the agreement. Special Districts should sign PAGE 19 of the agreement. Authorities should sign PAGE 20 of the agreement. Native American Tribes should sign PAGE 21 of the agreement. Community Development Districts should sign PAGE 22 of the agreement. REOUIRED Documentation to Accomnanv the Agreement: A cover letter stating an address to send the copy of the agreement back for your records. A completed copy of Form C, PAGE 23 of the agreement. Form C should be updated annually or as elections or appointments occur. A Certificate of Liability Insurance or Resolution of Self Insurance. Signed Agreements should be sent to: Florida Division of Emergency Management ATTN: Alonna Vinson Bureau of Response, Logistics Section 2555 Shumard Oak Blvd Tallahassee, FL 32399 FDEM Contact Information: Alonna Vinson Mutual Aid Branch Director & EMAC Coordinator Bureau of Response I Logistics Section Alonna. V inson(&,,em.mvflorida.com O: 850-815-4280 C:850-901-8456 Binder Reference Number: 48950 9/6/2016 2:23 PM i I erred Named Covered Party: City of Sebastian R�7aacck� J G0INMENrAI ItluRt INSURAN17TRVA Term: 10/01/2016 to 10/01/2018 Coverage Provided By: Preferred Governmental Insurance Trust Agreement No.: PK2FL1 0312002 16-01 PROPERTY COVERAGE Blanket Building & Contents Limit, per attached schedule $28,023,940 Extensions of Coveraae Accounts Receivable $500,000 Additional Expense $500,000 Animals $1,000/$5,000 Loss of Business Income $500,000 Debris Removal - limit shown or 25% of loss, whichever is greater, per occurrence $250,000 Demolition, Ordinance and ICC $500,000 Errors and Omissions $250,000 Expediting Expense $5,000 Fire Department Charges $25,000 Fungus Cleanup Expense $10,000/$20,000 Lawns, Plants, Trees and Shrubs $25,000 New Locations $2,000,000 Personal Property of Employees $25,000/$50,000 Pollution Cleanup Expense $25,000/$50,000 Preservation of Property $250,000 Recertification $10,000 Service Interruption Coverage $100,000 Transit $250,000 Vehicle Property Coverage $0 Buildings Under Construction If Shown on Property Schedule Flood Limit - Per Occurrence and Aggregate $5,000,000 Excess of NFIP, whether purchased or not Earth Movement Limit - Per Occurrence and Aggregate $5,000,000 TRIA (Including Inland Marine if applicable) $5,000,000 Boiler & Machinery $28,023,940 Deductibles Per Occurrence Building & Contents and Extensions of Coverage $1,000 Per Occurrence for Named Windstorm 3 % Subject to Minimum of: $10,000 Per Flood, except zones A, V excess of NFIP, whether purchased or not $1,000 Per Earth Movement $1,000 The brief description of coverage contained in this document is being provided as an accommodation only and Is not Intended to cover or desmbe all Coverage Agreement terms. Por mare complete and detaietl information relabng to the scope and limits of coverage, please refer directly to the coverage Agreement documents. Specimen farms are avallable upon request. Page Preferred wo�1f�p0 GOVERNMENTAL INSURANIETRUST Named Covered Party: Term: Coverage Provided By: Agreement No.: Binder Reference Number: 48950 City of Sebastian 10/01/2016 to 10/01/2018 Preferred Governmental Insurance Trust PK2FL1 0312002 16-01 INLAND MARINE COVERAGE Blanket Unscheduled Inland Marine (Subject to $25,000 any one item excludes Watercraft) Scheduled Inland Marine Total All Inland Marine Inland Marine Deductible & Valuation Type CRIME COVERAGE Coverage Description: Limit Forgery and Alteration $250,000 Theft, Disappearance or Destruction $250,000 Computer Fraud including Funds Transfer Fraud $250,000 Employee Dishonesty, including faithful performance, per loss $250,000 GENERAL LIABILITY COVERAGE (Occurrence Basis) Bodily Injury and Property Damage Limit Personal Injury and Advertising Injury Products & Completed Operations Limit Employee Benefits Liability Limit, per person Herbicide & Pesticide Aggregate Limit Medical Payments Limit Fire Damage Limit Sewer Backup & Water Damage Limit General Liability Deductible Ratable payroll LAW ENFORCEMENT LIABILITY COVERAGE (Occurrence) Law Enforcement Liability Limit: Per Person Per Occurrence Aggregate Law Enforcement Liability Deductible #of FT Officers 36 #of PT Officers 0 #of Volunteer Officers 12 9/6/2016 2:23 PM $803,972 $1,068,126 $1,872,098 Per attached schedule Deductible $1,000 $1,000 $1,000 $1,000 $2,000,000 Included Included $2,000,000 $1,000,000 $2,500 Included $10,000/$200,000 $0 $4,310,028 $2,000,000 $2,000,000 N/A $0 The brief description of mvemge curtained in this doormen is being prmdded as an amommodatlon only and is not intended to mver or describe all rmemge Agreement terns. For more complete and detailed infmmadon relating to the scope and limns of coverage, please refer diredty is the Coverage Agreement dowmenn Spedmen forms are avalable upon request. Pagel Binder Reference Number: 48950 9/6/2016 2:23 PM ftefrred Named Covered Party: City of Sebastian INSURVERNMETRU fARtGI INSURANCETRUSi Term: 10/01/2016 to 10/01/2015 Coverage Provided By: Preferred Governmental Insurance Trust Agreement No.: PK2FL1 0312002 16-03 PUBLIC OFFICIALS LIABILITY COVERAGE (Occurrence) Public Officials Liability Limit Per Claim $2,000,000 Aggregate $2,000,000 Public Officials Liability Deductible $0 $6,379,028 Retroactive Date Supp Payments: Pre -termination $2,500 per employee - $5,000 annual aggregate Non -Monetary $100,000 aggregate EMPLOYMENT RELATED PRACTICES LIABILITY COVERAGE (Occurrence) Employment Related Practices Liability Limit: Per Occurence $2,000,000 Aggregate $2,000,000 Employment Related Practices Liability Deductible $0 Employment Practices Retroactive Date #of FT Employees 114 #of PT Employees 62 #of Volunteer Employees 12 Sublimit of POL/EPLI (Claims Made) Cyber Liability - Included only if POL/EPLI coverage written Media Content Services Liability Privacy Liability First Party Crisis Management Voluntary notification endorsement is included. Network security Liability First Party Extortion Threat First Parry Business Interruption Limits: $1,000,000 each claim/$1,000,000 annual aggregate per member Retroactive Date The brier description of coverage contained in this doament k being provided as an accommodation only aM is nor intended to cover or describe all Coverage Agreement terms. For nore complete and detailed informabon relatlrg to the scope and limits of coverage, please refer directly to the Coverage Agreement documents. Specimen forms are available upon request Page 8 Binder Reference Number: 48950 9/6/2016 2:23 PM Preferred Named Covered Party: City of Sebastian a GOYERNMPNiAI Term: 10/01/2016 to 10/01/2018 r_ A_Lfl. INSURANCURUST Coverage Provided By: Preferred Governmental Insurance Trust Agreement No.: PK2FL1 0312002 16-01 EXCESS WORKERS' COMPENSATION COVERAGE Part I Worker's Compensation Limit N/A Part II Employers' Liability Limit Bodily Injury by Accident Each Accident N/A Bodily Injury by Disease Agreement Limit N/A Bodily Injury by Disease Each Employee N/A Self Insured Retention $4,310,028 $2,069,000 The brief d ss ription of coverage contained in this Document is being provided as an accommodation only and is not intended to cover or describe all Coverage Agreement terms. For more complete and detalled Information relating to the stype and limits of eavemge, please refer directly to the Coverage Agreement domments. Spedmen forns are available upon request. Page Binder Reference Number: 48950 9/6/2016 2:23 PM 1 1 V/erred Named Covered Party: City of Sebastian WVEANMEMAL NSURAKETIUST Term: 10/01/2016 to 30/01/2018 Coverage Provided By: Preferred Governmental Insurance Trust Agreement No.: PK2FL1 0312002 16-01 AUTOMOBILE COVERAGE COVERAGE SYMBOL LIMIT DEDUCTIBLE Liability 1 $2,000,000 $0 Personal Injury Protection 5 Statutory $0 Added PIP N/A Not Included Auto Medical Payments N/A Not Included Uninsured / Undednsured Motorist N/A Not Included Physical Damage Comprehensive 2,8 Actual cash value or cost of repair, Per attached schedule Coverage whichever is less, minus deductible. Hired Comprehensive limit: $35,000 Physical Damage Collision Coverage 2,8 Actual cash value or cost of repair, Per attached schedule whichever is less, minus deductible. Hired Collision limit: $35,000 AUTOMOBILE SYMBOLS* 1 Any "Auto" 2 Owned "Autos" only 3 Owned private passenger "Autos" only 4 Owned "Autos" other than private passenger "Autos" only 5 Owned "Autos" subject to No -Fault I 6 Owned "Autos" subject to a Compulsory Uninsured Motorist Law 7 Scheduled "Autos' only 8 Hired "Autos" only 9 Non -owned "Autos' only I * These are abbreviated descriptions. A full description of symbols is Included in the coverage agreements The brief dewrption of coverage comaim:d In this document is being provided as an accommodation only and is not intended to cover or dexnbe all Coverage Agreement terms. Por mare complete and detailed Infonnadon relating to the snipe and limits of coverage, please refer directly to the Coverage Agreement documents. Spedmen forms are available upon request. Page 10 First Year TOTAL PREMIUM DUE $257,893 Pay Term: PKG - Quarterly First Payment of $64,473.25 is due 10/01/2016. 3 Quarterly Intallments of $64,473.25 are due beginning 01/01/2017. IMPORTANT NOTE Defense Cost - Outside of Limit, Does Not Erode the Limit for General Liability, Law Enforcement Liability, Public Officials Liability, Employment related Practices Liability. Deductible does not apply to defense cost. Self Insured Retention does apply to defense cost. BINDER TERMS & CONDITIONS INCLUDING BUT NOT LIMITED TO 9/6/2016 2:23 PM Second Year 1. Please review the binder carefully, as coverage terms and conditions may not encompass all requested coverages indicated in the application. 2. Binder subject to review and acceptance by Preferred Board of Trustees 3. The Coverage Agreement shall be 25% minimum earned as of the first day of the "Coverage Period". 4. Total premium due within 30 days of inception or as noted otherwise. 5. The Preferred Property program is a shared limit. The limits purchased are a per occurrence limit and In the event an occurrence exhaust the limit purchased by Preferred on behalf of the members, payment to you for a covered loss will be reduced pro -rata based on the amounts of covered loss by all members affected by the occurrence. Estimate $257,893 The brier description of coverage contained In Nlls document a being provided as an accommodation only and is not intended to cover or descrbe all Coverage Agreement terms. For mare complete and detailed Information relating to the snipe and limits of coverage, please refer directly to the Coverage Agreement documents. Spedmen forms are available upon request Page 11 Binder Reference Number: 48950 Lrefierred Named Covered Party: City of Sebastian VERNMENTAL YIIiR INSURAKETRUST Term: 10/01/2016 to 10/01/2018 Coverage Provided By: Preferred Governmental Insurance Trust Agreement No.: PK2FL1 0312002 16-01 First Year TOTAL PREMIUM DUE $257,893 Pay Term: PKG - Quarterly First Payment of $64,473.25 is due 10/01/2016. 3 Quarterly Intallments of $64,473.25 are due beginning 01/01/2017. IMPORTANT NOTE Defense Cost - Outside of Limit, Does Not Erode the Limit for General Liability, Law Enforcement Liability, Public Officials Liability, Employment related Practices Liability. Deductible does not apply to defense cost. Self Insured Retention does apply to defense cost. BINDER TERMS & CONDITIONS INCLUDING BUT NOT LIMITED TO 9/6/2016 2:23 PM Second Year 1. Please review the binder carefully, as coverage terms and conditions may not encompass all requested coverages indicated in the application. 2. Binder subject to review and acceptance by Preferred Board of Trustees 3. The Coverage Agreement shall be 25% minimum earned as of the first day of the "Coverage Period". 4. Total premium due within 30 days of inception or as noted otherwise. 5. The Preferred Property program is a shared limit. The limits purchased are a per occurrence limit and In the event an occurrence exhaust the limit purchased by Preferred on behalf of the members, payment to you for a covered loss will be reduced pro -rata based on the amounts of covered loss by all members affected by the occurrence. Estimate $257,893 The brier description of coverage contained In Nlls document a being provided as an accommodation only and is not intended to cover or descrbe all Coverage Agreement terms. For mare complete and detailed Information relating to the snipe and limits of coverage, please refer directly to the Coverage Agreement documents. Spedmen forms are available upon request Page 11 Binder Reference Number: 48950 9/6/2016 2:23 PM Preferred Named Covered Party: City of Sebastian r�pv f RNMENfa Term: 10/01/2016 to 10/01/2018 r311a INSURANCETRUST Coverage Provided By: Preferred Governmental Insurance Trust Agreement No.: PK2FL1 0312002 16-01 Additional terms and conditions, including but not limited to: 1) Binder is subject to receipt of the following Information by 11/01/2016 a) Signed first page of the PGIT Application (Florida Fraud Statement) b) Initialed and Ssigned PGIT POL/EPLI Application c) Signed PGIT Participation Agreement- Fully Signed & 2 Witness Signatures 2) Property Newly Acquired Locations - During the Bound Coverage Period, we will not charge an additional premium for new locations if the location is acquired after the inception date of the Coverage Agreement. If the newly added location was owned or acquired prior to the inception date of the Coverage Agreement then additional annual premium will be invoiced by endorsement. For two year coverage periods, additional premium will be charged on the second annual installment if exposures we added during the first year of the coverage agreement. 3) Property New Business - Preferred, will be appraising all property currently valued at $100,000 or higher. At time of finalization of appraisal, building values are to be adjusted accordingly or Stated Value endorsement will be applied with immediate effect. 4) General Liability - Coverage Extension: The Coverage as provided under PGIT MN -203 (10-15) Item B is hereby increased from $100,000 to $300,000 per occurrence and aggregate. The brief description of coverage mntained in this d=rr ent is beteg provided as an accammadation only and is not Intended to rover or describe all coverage Agreement terms. For mare complete and detailed Informadan relating to the scope and limits of coverage, please refer directly to the Coverage Agreement documents. specimen forms are avaiable upon request Page 12