page 1of 16 - florida department of corrections -- … ii., b., fire alarm systems, 5., is revised...

107
C2060 Amendment # 3 Page 1of 16 CONTRACT AMENDMENT BETWEEN THE DEPARTMENT OF CORRECTIONS AND PIPER FIRE PROTECTION, INC. This is an Amendment to the Contract between the Florida Department of Corrections (“Department”) and Piper Fire Protection, Inc., (“Contractor”) to provide life safety equipment inspection, maintenance and repair services by region to the Department. This Amendment: renews the Contract for three (3) years pursuant to Section I., B., Contract Renewal . The Department is exercising its renewal option for the final renewal term, revises the end date of the Contract referenced in Section I., A., Contract Term , revises Section II., B., Fire Alarm Systems, 5., revises Section II., B., Fire Alarm Systems, 6., revises Section II., C., Fire Extinguisher Services, 5., revises Section II., N., Fire Protection Engineering Services, Attachment 6, adds Section II., O., Additional Inspection Rates, revises Section III., A., Compensation, and revises the identifying information in Section IV., A., Department’s Contract Manager. Original Contract period: October 14, 2002 through October 13, 2005 Amendment 1 February 2, 2003 through October 13, 2005 Amendment 2 September 26, 2003 through October 13, 2005 In accordance with Section V., CONTRACT MODIFICATION, the following changes are hereby made: 1. Section I., A., Contract Term , is revised to read: A. Contract Term This Contract began on October 14, 2002 and shall end on October 13, 2008. This Contract is in its final renewal term. 2. Section II., B., Fire Alarm Systems, 5., is revised to read: 5. The Contractor shall perform detector cleaning in place using compressed air. 3. Section II., B., Fire Alarm Systems, 6., is revised to read: 6. The Contractor shall perform sensitivity testing on smoke detectors in accordance with NFPA 72, 2002 edition, and the maintenance records. Testing shall be performed using only UL approved sensitivity testing equipment. This does not include disassembly of smoke detectors nor vacuuming & cleaning internal parts of smoke detectors. Devices performing outside the listed sensitivity range shall be recalibrated by the factory or replaced. 4. Section II., C., Fire Extinguisher Services, 5., is revised to read: 7. The Contractor shall replace units, as needed, which includes the following types at the prices listed below. The unit pricing includes the extinguishers, shipping, hazardous materials shipping fees, and a ten percent (10%) mark-up.

Upload: lykien

Post on 29-May-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

C2060 Amendment # 3

Page 1of 16

CONTRACT AMENDMENT BETWEEN

THE DEPARTMENT OF CORRECTIONS

AND

PIPER FIRE PROTECTION, INC.

This is an Amendment to the Contract between the Florida Department of Corrections (“Department”) and Piper Fire Protection, Inc., (“Contractor”) to provide life safety equipment inspection, maintenance and repair services by region to the Department. This Amendment:

• renews the Contract for three (3) years pursuant to Section I., B., Contract Renewal. The Department is

exercising its renewal option for the final renewal term, • revises the end date of the Contract referenced in Section I., A., Contract Term, • revises Section II., B., Fire Alarm Systems, 5., • revises Section II., B., Fire Alarm Systems, 6., • revises Section II., C., Fire Extinguisher Services, 5., • revises Section II., N., Fire Protection Engineering Services, Attachment 6, • adds Section II., O., Additional Inspection Rates, • revises Section III., A., Compensation, and • revises the identifying information in Section IV., A., Department’s Contract Manager.

Original Contract period: October 14, 2002 through October 13, 2005 Amendment 1 February 2, 2003 through October 13, 2005 Amendment 2 September 26, 2003 through October 13, 2005 In accordance with Section V., CONTRACT MODIFICATION, the following changes are hereby made: 1. Section I., A., Contract Term, is revised to read:

A. Contract Term

This Contract began on October 14, 2002 and shall end on October 13, 2008. This Contract is in its final renewal term. 2. Section II., B., Fire Alarm Systems, 5., is revised to read:

5. The Contractor shall perform detector cleaning in place using compressed air.

3. Section II., B., Fire Alarm Systems, 6., is revised to read:

6. The Contractor shall perform sensitivity testing on smoke detectors in accordance with NFPA 72, 2002 edition, and the maintenance records. Testing shall be performed using only UL approved sensitivity testing equipment. This does not include disassembly of smoke detectors nor vacuuming & cleaning internal parts of smoke detectors. Devices performing outside the listed sensitivity range shall be recalibrated by the factory or replaced.

4. Section II., C., Fire Extinguisher Services, 5., is revised to read:

7. The Contractor shall replace units, as needed, which includes the following types at the prices listed

below. The unit pricing includes the extinguishers, shipping, hazardous materials shipping fees, and a ten percent (10%) mark-up.

C2060 Amendment # 3

Page 2of 16

Description Orders from 1 to 9 Orders of 10 or more

2.5 lb. ABC w/ bracket 1A-10B:C $ 42.00 $ 26.00

5 lb. ABC w/ wall mount 2A-10B:C $ 65.00 $ 32.85

5 lb. ABC V/B $ 68.50 $ 34.50

10 lb. ABC w/ wall mount 4A-40B:C $ 70.00 $ 42.32

10 lb. BC w/ wall mount 20B:C $ 90.00 $ 75.00

10 lb. PK $ 92.00 $ 76.50

20 lb. ABC $ 150.00 $ 97.50

20 lb. BC w/ wall mount 40B:C $ 150.00 $ 99.50

20 lb. PK $ 160.00 $ 101.50

30 lb. BC w/ wall mount 60B:C * *

2.5 Gallon Pressurized Water 2A $ 75.00 $ 59.50

6 Liter Wet Chemical Class K $ 155.00 $ 105.50

2.5 Gal Water Mist Extinguisher $ 150.00 $ 104.50

5 LB. Co2 $ 150.00 $ 112.00

10 LB. Co2 $ 175.00 $ 144.00

15 LB. Co2 $ 195.00 $ 167.00

20 LB. Co2 $ 245.00 $ 201.00 * See Section II., C., Fire Extinguisher Services, 6.

5. Section II., N., Fire Protection Engineering Services, is added to read:

The Contractor will provide additional services upon Department request that shall include: signed hood suppression system drawings, in house engineering services, for fire sprinkler, fire alarm, and other fire suppression systems shown in Revised Attachment 6, Fire Protection Engineering Services.

6. Section II., O., Additional Inspection Rates, is added to read: A. Fire Hydrant Inspections

Fire Hydrant Inspections - $ 50.00 per hydrant. Hydrants will be inspected at the same time as the annual fire

sprinkler inspections. If requested to inspect hydrants at a separate time, an additional trip charge will be added.

B. Five-Year Inspections

Five-Year Inspections will be conducted, as applicable, at the same time as the annual fire sprinkler

inspections. Contractor will invoice the Department at twice the amount of the annual inspection for that facility and add $ 100.00 for gauges. If requested to conduct five-year inspections at a separate time, an additional trip charge will be added.

C. Backflow Inspections

Backflow inspections will be conducted at the same time as the annual fire sprinkler inspections. If requested

to inspect backflows at a separate time, an additional trip charge will be added. Backflow inspections will be billed at the following rates:

C2060 Amendment # 3

Page 3of 16

Domestics back-flows smaller than 4in $ 165.00 each 4” Fire line $ 185.00 each 6” Fire line $ 220.00 each 8” Fire line $ 265.00 each

7. Section III., A., Compensation, is revised to read:

A. Payment The Department will compensate the Contractor for services as specified in Section II, Scope of Work, at

either a fixed unit price per service performed for items #1 and #2 or a man hour rate for repairs for item #3 as applicable, shown in Revised Attachment 1, Price Sheet.

The Department will compensate the Contractor for additional services as specified in Section II, Scope of

Work, at a fixed unit price and/or a hourly rate as applicable, shown in Revised Attachment 6, Fire Protection Engineering Services.

8. Section IV., A., Department’s Contract Manager, identifying information is hereby revised to read: Charlie Terrell, Chief

Institutional Support Services Department of Corrections 2601 Blair Stone Rd.

Tallahassee, FL 32399-2500 Phone Number: (850) 410-4271 Email: [email protected]

All other terms and conditions of the original Contract and Amendment remain in full force and effect. In witness thereof, the parties hereto have caused this Amendment to be executed by their undersigned officials as duly authorized. CONTRACTOR: STATE OF FLORIDA PIPER FIRE PROTECTION, INC. DEPARTMENT OF CORRECTIONS SIGNED SIGNED BY: BY: NAME: NAME: James V. Crosby, Jr. TITLE: TITLE: Secretary Department of Corrections DATE: DATE: FEID #: APPROVED AS TO FORM AND LEGALITY SUBJECT TO EXECUTION BY THE PARTIES Louis A. Vargas, General Counsel Department of Corrections

C2060 Amendment # 3

Page 4of 16

REVISED ATTACHMENT 1 – ITEM #1 PRICE SHEET

Florida State Correctional Facilities Billing per Building - REVISED ATTACHMENT # 1

Facility Name

Sprinkler System

Inspection & Testing

(Annually)

Fire Alarm System

Inspection & Testing

(Annually)

Kitchen Exhaust Hood

Cleaning (Semi-

Annually)

Kitchen Fire Suppression

System Inspection &

Testing (Semi-Annually)

Region I

Apalachee Correctional Institution

East Unit $ 76.50 $ 1,453.50 $2,040.00 $ 617.10

West Unit $ 76.50 $ 2,233.80 $1,530.00 $ 86.70

River Junction $ 127.50 $ 1,657.50 $ 612.00 $ 173.40

Total $ 280.50 $ 5,344.80 $4,182.00 $ 877.20

Calhoun Correctional Institution

Main Unit $ 295.80 $ 2,726.46 $1,989.00 $ 290.70

Calhoun Work Camp $ 255.00 $ 681.36 $ 408.00 $ 400.35

Total $ 550.80 $ 3,407.82 $2,397.00 $ 691.05

Century Correctional Institution

Main Unit $1,519.80 $ 2,782.56 $1,581.00 $ 369.75

Century Work Camp $ 665.04 $ 612.00 $ 71.40

Berrydale Forestry Camp $ 1,068.96 $ 612.00 $ 142.80

Pensacola WRC $ 397.80 $ 408.00 $ 76.50

Total $1,519.80 $ 4,914.36 $3,213.00 $ 660.45

Franklin CI

Franklin Work Camp $ 534.48 $ 612.00 $ 153.00

Total $ 534.48 $ 612.00 $ 153.00

Gulf Correctional Institution

Main Unit $ 1,020.00 $ 2,440.35 $ 3,009.00 $ 612.00

Gulf Forestry $ 698.70 $ 1,903.32 $ 612.00 $ 204.00

Annex $ 494.70 $ 2,599.47 $ 561.00 $ 204.00

Total $ 2,213.40 $ 6,943.14 $ 4,182.00 $ 1,020.00

C2060 Amendment # 3

Page 5of 16

Holmes Correctional Institution

Main Unit $ 326.40 $ 1,438.20 $ 1,989.00 $ 341.70

Holmes Work Camp $ 255.00 $ 647.70 $ 612.00 $ 173.40

Total $ 581.40 $ 2,085.90 $ 2,601.00 $ 515.10

Jackson Correctional Institution

Main Unit $ 1,259.70 $ 4,052.46 $ 1,224.00 $ 204.00

Jackson Work Camp $ 446.76 $ 714.00 $ 306.00

Graceville Work Camp $ 762.96 $ 714.00 $ 96.90

Mariana Service Center $ 332.52

Total $ 1,259.70 $ 5,594.70 $ 2,652.00 $ 606.90

Jefferson Correctional Institution $ 178.50 $ 3,288.44 $ 2,193.00 $ 520.20

Liberty Correctional Institution

Main Unit $ 280.50 $ 3,060.00 $ 2,346.00 $ 387.60

Work Camp $ 122.40 $ 1,305.60 $ 612.00 $ 168.30

Quincy Annex $ 122.40 $ 1,020.00 $ 1,326.00 $ 122.40

Total $ 525.30 $ 5,385.60 $ 4,284.00 $ 678.30

Okaloosa Correctional Institution

Main Unit $ 1,208.70 $ 2,040.00 $ 1,377.00 $ 300.90

Okaloosa Work Camp $ 354.96 $ 408.00 $ 117.30

Total $ 1,208.70 $ 2,394.96 $ 1,785.00 $ 418.20

Santa Rosa Correctional Institution

Main Unit $ 1,749.30 $ 7,526.58 $ 1,428.00 $ 433.50

Total $ 1,749.30 $ 7,526.58 $ 1,428.00 $ 433.50

Wakulla Correctional Institution

Main Unit $ 1,677.90 $ 1,348.44 $ 3,264.00 $ 1,723.80

Tallahassee WRC $ 612.00 $ 561.00 $ 127.50

Tallahassee RP $ 561.20 $ 561.00 $ 127.50

Wakulla Work Camp $ 632.40 $ 561.00 $ 204.00

Totals $ 1,677.90 $ 3,154.04 $ 4,947.00 $ 2,191.80

C2060 Amendment # 3

Page 6of 16

Walton Correctional Institution

Main Unit $ 586.50 $ 1,967.58 $ 1,020.00 $ 293.25

Walton Work Camp $ 681.36 $ 816.00 $ 293.25

Total $ 586.50 $ 2,648.94 $ 1,836.00 $ 586.50

Washington Correctional Institution

Main Unit $ 1,535.10 $ 2,993.70 $ 1,989.00 $ 479.40

Panama WRC $ 340.68 $ 408.00 $ 102.00

Carryville WC $ 648.72 $ 408.00 $ 86.70

Total $ 1,535.10 $ 3,983.10 $ 2,805.00 $ 668.10

Region II

Baker Correctional Institute

Main Unit $ 438.60 $ 2,096.10 $ 2,040.00 $ 530.40

Baker Work Camp $ 795.60 $ 612.00 $ 127.50

Total $ 438.60 $ 2,891.70 $ 2,652.00 $ 657.90

Columbia Correctional Institute

Main Unit $ 1,361.70 $ 4,080.00 $ 1,020.00 $ 711.45

Annex $ 1,224.00 $ 1,697.28 $ 1,683.00 $ 772.65

Columbia Work Camp $ - $ 795.60 $ 510.00 $ 91.80

Lake City Work Release Center $ - $ 507.96 $ 510.00 $ 91.80

Total $ 2,585.70 $ 7,080.84 $ 3,723.00 $ 1,667.70

Cross City Correctional Institute

Main Unit $ 372.30 $ 1,891.08 $ 612.00 $ 191.25

Cross City Work Camp $ 801.72 $ 918.00 $ 191.25

Total $ 372.30 $ 2,692.80 $ 1,530.00 $ 382.50

Florida State Prison $ 5,049.00 $ 2,631.60 $ 3,060.00 $ 372.30

Totals $ 5,049.00 $ 2,631.60 $ 3,060.00 $ 372.30

Gainesville Correctional Institute

Main Unit $ 459.00 $ 714.00 $ 306.00

Gainesville Work Camp $ 459.00 $ 510.00 $ 153.00

C2060 Amendment # 3

Page 7of 16

Santa Fe Work Release Center $ 482.46

Total $ 1,400.46 $ 1,224.00 $ 459.00

Hamilton Correctional Institute

Main Unit $ 749.70 $ 1,378.02 $ 2,805.00 $ 530.40

Annex $ 969.00 $ 2,040.00 $ 1,581.00 $ 153.00

Hamilton Work Camp $ 752.76 $ 408.00 $ 193.80

Total $ 1,718.70 $ 4,170.78 $ 4,794.00 $ 877.20

Lancaster Correctional Institute

Main Unit $ 2,700.96 $ 1,020.00 $ 290.70

Work Camp $ 461.04 $ 612.00 $ 193.80

Total $ 3,162.00 $ 1,632.00 $ 484.50

Lawtey Correctional Institute

Main Unit $ 953.70 $ 1,591.20 $ 1,122.00 $ 382.50

Shisa House $ 265.20 $ 561.00 $ 91.80

Dinsmore Work Release Center $ 695.64 $ 561.00 $ 191.25

Totals $ 953.70 $ 2,552.04 $ 2,244.00 $ 665.55

Madison Correctional Institution

Main Unit $ 418.20 $ 4,076.94 $ 1,428.00 $ 418.20

Madison Work Camp $ 848.64 $ 612.00 $ 168.30

Total $ 418.20 $ 4,925.58 $ 2,040.00 $ 586.50

New River Correctional Institute

East $ 423.30 $ 1,632.00 $ 1,938.00 $ 306.00

West $ 1,679.94 $ 1,377.00 $ 313.65

New River O Unit $ 1,689.12 $ 561.00 $ 275.40

Totals $ 423.30 $ 5,001.06 $ 3,876.00 $ 895.05

Reception Medical Center

Main Unit $ 867.00 $ 3,535.32 $ 3,162.00 $ 614.55

West Unit $ 306.00 $ 2,098.14 $ 1,275.00 $ 209.10

Total $ 1,173.00 $ 5,633.46 $ 4,437.00 $ 823.65

C2060 Amendment # 3

Page 8of 16

Taylor Correctional Institution

Main Unit $ 1,779.90 $ 1,405.56 $ 1,632.00 $ 433.50

Annex $ 1,157.70 $ 2,652.00 $ 1,224.00 $ 408.00

Totals $ 2,937.60 $ 4,057.56 $ 2,856.00 $ 841.50

Union Correctional Institution

Main Unit $ 1,581.00 $ 7,925.40 $ 3,111.00 $ 408.00

Totals $ 1,581.00 $ 7,925.40 $ 3,111.00 $ 408.00

Region III

Avon Park Correctional Institute

Main Unit $ 1,173.00 $ 2,603.04 $ 2,295.00 $ 331.50

Work Camp $ 1,291.32 $ 714.00 $ 229.50

Mobile Kitchen $ 459.00 $ 76.50

Total $ 1,173.00 $ 3,894.36 $ 3,468.00 $ 637.50

Brevard correctional Institution

Main Unit $ 943.50 $ 793.56 $ 2,550.00 $ 466.65

Work Camp $ 255.00 $ 681.36 $ 612.00 $ 153.00

Cocoa WRC $ 405.96 $ 408.00 $ 102.00

Total $ 1,198.50 $ 1,880.88 $ 3,570.00 $ 721.65

Central Florida Reception Center

Main Unit $ 3,896.40 $ 2,601.00 $ 813.45

East Unit $ 984.30 $ 1,734.00 $ 612.00 $ 76.50

South Unit $ 357.00 $ 1,989.00 $ 612.00 $ 153.00

Orlando Service Center $ 336.60

Kissimmee Work Release Center $ 561.00 $ 561.00 $ 84.15

Orlando Work Release Center $ 897.60 $ 561.00 $ 84.15

Orlando C-Tech $ 785.40

Total $ 1,341.30 $ 10,200.00 $ 4,947.00 $ 1,211.25

Hernando Correctional Institution $ 163.20 $ 709.92 $ 714.00 $ 255.00

C2060 Amendment # 3

Page 9of 16

Hillsborough Correctional Institution

Main Unit $ 265.20 $ 1,657.50 $ 1,020.00 $ 331.50

Total $ 265.20 $ 1,657.50 $ 1,020.00 $ 331.50

Lake Correctional Institution $ 969.00 $ 1,766.64 $ 1,785.00 $ 487.05

Lowell Correctional Institution

Main Unit $ 3,574.08 $ 1,428.00 $ 387.60

Annex $ 428.40 $ 420.24 $ 3,927.00 $ 826.20

Levy Forestry $ 336.60 $ 1,672.80 $ 816.00 $ 183.60

Total $ 765.00 $ 5,667.12 $ 6,171.00 $ 1,397.40

Marion Correctional Institution

Main Unit $ 530.40 $ 1,709.52 $ 1,530.00 $ 632.40

Work Camp $ 1,748.28 $ 1,020.00 $ 229.50

Total $ 530.40 $ 3,457.80 $ 2,550.00 $ 861.90

Polk Correctional Institution

Main Unit $ 678.30 $ 2,698.92 $ 2,193.00 $ 153.00

Work Camp $ 1,513.68 $ 459.00 $ 153.00

Bartow WRC $ 813.96 $ 357.00 $ 76.50

Largo RP $ 454.92 $ 306.00 $ 76.50

Pinellas WRC $ 340.68 $ 306.00 $ 76.50

St. Pete WRC $ 569.16 $ 306.00 $ 76.50

Tarpon Springs WRC $ 756.84 $ 306.00 $ 76.50

Total $ 678.30 $ 7,148.16 $ 4,233.00 $ 688.50

Putnam Correctional Institution

Main Unit $ 178.50 $ 753.78 $ 1,020.00 $ 357.00

Totals $ 178.50 $ 753.78 $ 1,020.00 $ 357.00

Tomoka Correctional Institution

Main Unit $ 489.60 $ 2,054.28 $ 1,989.00 $ 321.30

Work Camp $ 801.72 $ 408.00 $ 81.60

Daytona Work Release Center $ 634.44 $ 408.00 $ 81.60

Totals $ 489.60 $ 3,490.44 $ 2,805.00 $ 484.50

C2060 Amendment # 3

Page 10of 16

Zephyrhills Correctional Institution $ 780.30 $ 2,161.38 $ 1,020.00 $ 392.70

Region IV

Broward Correctional Institution $ 591.60 $ 2,065.50 $ 1,122.00 $ 331.50

Charlotte Correctional Institution

Main Unit $ 1,637.10 $ 2,728.50 $ 3,264.00 $ 510.00

Total $ 1,637.10 $ 2,728.50 $ 3,264.00 $ 510.00

Dade CI

Main Unit $ 1,764.60 $ 1,656.48 $ 1,836.00 $ 288.15

Big Pine Key RP $ 765.00 $ 612.00 $ 374.85

Total $ 1,764.60 $ 2,421.48 $ 2,448.00 $ 663.00

Homestead $ 714.00 $ 3,632.22 $ 2,448.00 $ 663.00

Desoto

Annex $ 612.00 $ 2,040.00 $ 2,142.00 $ 367.20

Work Camp $ 204.00 $ 364.14 $ 510.00 $ 163.20

Arcadia RP $ 479.40 $ 408.00 $ 163.20

Total $ 816.00 $ 2,883.54 $ 3,060.00 $ 693.60

Everglades $ 1,989.00 $ 3,057.96 $ 1,785.00 $ 703.80

Glades Correctional Institution

Main Unit $ 1,596.30 $ 1,457.58 $ 1,581.00 $ 255.00

Work Camp $ 663.00 $ 612.00 $ 153.00

Atlantic WRC $ 331.50 $ 408.00 $ 76.50

West Palm Beach WRC $ 408.00 $ 408.00 $ 76.50

Loxahatchee RP $ 313.14 $ 612.00 $ 153.00

Total $ 1,596.30 $ 3,173.22 $ 3,621.00 $ 714.00

Hardee Correctional Institution

Main Unit $ 1,927.80 $ 2,220.54 $ 1,530.00 $ 510.00

Work Camp $ 306.00 $ 681.36 $ 561.00 $ 153.00

Bradenton DTC $ 1,015.92 $ 714.00 $ 76.50

C2060 Amendment # 3

Page 11of 16

Total $ 2,233.80 $ 3,917.82 $ 2,805.00 $ 739.50

Hendry Correctional Institution

Main Unit $ 2,024.70 $ 541.62 $ 1,989.00 $ 459.00

Work Camp $ 448.80 $ 408.00 $ 76.50

Ft. Myers WC $ 510.00 $ 408.00 $ 76.50

Total $ 2,024.70 $ 1,500.42 $ 2,805.00 $ 612.00

South West Training Complex $ 325.00 $ 800.00 $ 800.00 $ 250.00

Wilderness Camp $ - $ 350.00 $ 800.00 $ 250.00

Total $ 325.00 $ 1,150.00 $ 1,600.00 $ 500.00

Indian River Correctional Institution

Main Unit $ 402.90 $ 902.70 $ 816.00 $ 280.50

Ft. Pierce WC $ 459.00 $ 1,122.00 $ 84.15

Total $ 402.90 $ 1,361.70 $ 1,938.00 $ 364.65

Martin CI

Main Unit $ 1,785.00 $ 1,012.86 $ 1,479.00 $ 670.65

Work Camp $ 1,262.76 $ 408.00 $ 86.70

South Unit $ 389.64 $ 408.00 $ 86.70

Total $ 1,785.00 $ 2,665.26 $ 2,295.00 $ 844.05

Okeechobee $ 1,739.10 $ 1,122.00 $ 1,836.00 $ 637.50

South Florida Reception Center

Main Unit $ 2,672.40 $ 1,122.00 $ 405.45

South Unit $ 2,040.00 $ 1,122.00 $ 306.00

Hollywood WRC $ 765.00 $ 510.00 $ 76.50

Miami North WRC $ 634.44 $ 510.00 $ 76.50

Opa Locka WRC $ 789.48 $ 510.00 $ 76.50

Pompano WRC $ 667.08 $ 510.00 $ 76.50

Total $ 7,568.40 $ 4,284.00 $ 1,017.45

* Service Labor and material are broken down on the attached invoice and service order.

All charges are per our Contract C2060. All materials have been marked up 2% of our invoiced price.

C2060 Amendment # 3

Page 12of 16

REVISED ATTACHMENT 1

FIRE EXTINGUISHER RECHARGE, MAINTENANCE & HYDROSTATIC TESTING REGION I – ITEM #2

FIRE EXTINGUISHER RECHARGE, MAINTENANCE & HYDROSTATIC TESTING

UNIT PRICE UNIT PRICE UNIT PRICE 5-YR 6-YR 12-YR R-CH, MAINT,

FIRE EXTINGUISHER TYPE R-CH & MAINT HYDRO TEST HYDRO TEST 2.5# ABC w/bracket 1A-10B:C $ 9.00 $ 10.00 10# B:C w/wall mount 20B:C $ 14.50 $ 10.00 20# B:C w/wall mount 40B:C $ 21.50 $ 10.00 30# B:C w/wall mount 60B:C $ 32.50 $ 10.00 2.5 Gallon Pressurized Water $ 17.50 6 Liter Wet Chemical $ 25.00

UNIT PRICE UNIT PRICE 6-YR 12-YR

FIRE EXTINGUISHER TYPE R-CH & MAINT HYDRO TEST 5# ABC w/wall mount 2A—10B:C $ 10.50 $ 10.00 10# ABC w/wall mount 4A-40B:C $ 14.50 $ 10.00

REGION I – ITEM #3

HOURLY LABOR RATES FOR REPAIR

SERVICE HOURLY RATE Fire Alarm System $ 112.20 per hour Kitchen Fire Suppression System $ 112.20 per hour Sprinkler System $ 112.20 per hour

C2060 Amendment # 3

Page 13of 16

REVISED ATTACHMENT 1

FIRE EXTINGUISHER RECHARGE, MAINTENANCE & HYDROSTATIC TESTING REGION II – ITEM #2

UNIT PRICE

UNIT PRICE UNIT PRICE 5-YR 6-YR 12-YR R-CH, MAINT,

FIRE EXTINGUISHER TYPE R-CH & MAINT HYDRO TEST HYDRO TEST 2.5# ABC w/bracket 1A-10B:C $ 9.00 $ 10.00 10# B:C w/wall mount 20B:C $ 14.50 $ 10.00 20# B:C w/wall mount 40B:C $ 21.50 $ 10.00 30# B:C w/wall mount 60B:C $ 32.50 $ 10.00 2.5 Gallon Pressurized Water $ 17.50 6 Liter Wet Chemical $ 25.00

UNIT PRICE UNIT PRICE 6-YR 12-YR

FIRE EXTINGUISHER TYPE R-CH & MAINT HYDRO TEST 5# ABC w/wall mount 2A—10B:C $ 10.50 $ 10.00 10# ABC w/wall mount 4A-40B:C $ 14.50 $ 10.00

REGION II – ITEM #3

HOURLY LABOR RATES FOR REPAIR

SERVICE HOURLY RATE Fire Alarm System $ 112.20 per hour Kitchen Fire Suppression System $ 112.20 per hour Sprinkler System $ 112.20 per hour

C2060 Amendment # 3

Page 14of 16

REVISED ATTACHMENT 1

FIRE EXTINGUISHER RECHARGE, MAINTENANCE & HYDROSTATIC TESTING REGION III – ITEM #2

UNIT PRICE

UNIT PRICE UNIT PRICE 5-YR 6-YR 12-YR R-CH, MAINT,

FIRE EXTINGUISHER TYPE R-CH & MAINT HYDRO TEST HYDRO TEST 2.5# ABC w/bracket 1A-10B:C $ 9.00 $ 10.00 10# B:C w/wall mount 20B:C $ 14.50 $ 10.00 20# B:C w/wall mount 40B:C $ 21.50 $ 10.00 30# B:C w/wall mount 60B:C $ 32.50 $ 10.00 2.5 Gallon Pressurized Water $ 17.50 6 Liter Wet Chemical $ 25.00

UNIT PRICE UNIT PRICE 6-YR 12-YR

FIRE EXTINGUISHER TYPE R-CH & MAINT HYDRO TEST 5# ABC w/wall mount 2A—10B:C $ 10.50 $ 10.00 10# ABC w/wall mount 4A-40B:C $ 14.50 $ 10.00

REGION III – ITEM #3

HOURLY LABOR RATES FOR REPAIR

SERVICE HOURLY RATE Fire Alarm System $ 112.20 per hour Kitchen Fire Suppression System $ 112.20 per hour Sprinkler System $ 112.20 per hour

C2060 Amendment # 3

Page 15of 16

REVISED ATTACHMENT 1 FIRE EXTINGUISHER RECHARGE, MAINTENANCE & HYDROSTATIC TESTING

REGION IV – ITEM #2

UNIT PRICE UNIT PRICE UNIT PRICE 5-YR 6-YR 12-YR R-CH, MAINT,

FIRE EXTINGUISHER TYPE R-CH & MAINT HYDRO TEST HYDRO TEST 2.5# ABC w/bracket 1A-10B:C $ 9.00 $ 10.00 10# B:C w/wall mount 20B:C $ 14.50 $ 10.00 20# B:C w/wall mount 40B:C $ 21.50 $ 10.00 30# B:C w/wall mount 60B:C $ 32.50 $ 10.00 2.5 Gallon Pressurized Water $ 17.50 6 Liter Wet Chemical $ 25.00

UNIT PRICE UNIT PRICE 6-YR 12-YR

FIRE EXTINGUISHER TYPE R-CH & MAIN HYDRO TEST 5# ABC w/wall mount 2A—10B:C $ 10.50 $ 10.00 10# ABC w/wall mount 4A-40B:C $ 14.50 $ 10.00

REGION IV – ITEM #3

HOURLY LABOR RATES FOR REPAIR

SERVICE HOURLY RATE Fire Alarm System $ 112.20 per hour Kitchen Fire Suppression System $ 112.20 per hour Sprinkler System $ 112.20 per hour

C2060 Amendment # 3

Page 16of 16

REVISED ATTACHMENT # 6 Fire Protection Engineering Services

The cost to provide signed hood suppression system drawings is $459.00 per hood. This price includes all drawings, submittal documentation, copying, paper goods, shipping, and labor necessary to complete and submit drawings to the state fire marshal’s office. This price also includes signatures and stamps from Contractor’s license holder as required. Permit fees will be billed separately with a 10% mark up.

This price does not include:

1. PE Seals 2. Permit fees 3. Local jurisdiction submittals 4. Local jurisdiction permits

A hourly rate of $86.70 per hour for labor for in house engineering services for fire sprinkler, fire alarm, and other fire suppression systems including, labor, printing material, submittals, paper goods, and shipping. This price also includes signatures and stamps from our license holders if necessary. Permit fees and Professional Engineering Seals will be billed separately with a 10% mark up.

This price does not include: 1. PE Seals 2. Permit fees 3. Local jurisdiction submittals 4. Local jurisdiction permits 5. Site survey work (This will be billed as per contract at $112.20 per

hour)

Site survey work will not be necessary when accurate fire alarm and fire sprinkler drawings are available. If AutoCad files can be obtained for the facility in question this will greatly decrease the cost of this service. Also, existing floor plans or fire protection plans, when AutoCad plans are not available, will greatly decrease the cost of these services. Contractor will provide, at no additional cost, a CD with the AutoCad files on them to the Department’s Contract Manager. We will also provide marked up as-builts plans at the conclusion of each project that requires drawings.

C2060 Amendment # 2

Page 1 of 3

CONTRACT AMENDMENT BETWEEN

THE DEPARTMENT OF CORRECTIONS

AND

PIPER FIRE PROTECTION, INC. This is an Amendment to the Contract between the Florida Department of Corrections (“Department”) and Piper Fire Protection, Inc., (“Contractor”) to provide life safety equipment inspection, maintenance and repair services by region to the Department. This Amendment:

• revises Section II., C., Fire Extinguisher Services, 5., • revises Section II., C., Fire Extinguisher Services, 6., • revises Section II., G., Response Time, 1., • adds Section II., H., Repair Parts and Parts Warranty, 3., • adds Section II., N., Fire Protection Engineering Services, • revises Section III., A., Compensation, • revises the identifying information in Section IV., A., Department’s Contract Manager, • revises the identifying information in Section IV., C., Contractor’s Representative, and • revises Section V., Contract Modification.

Original Contract period: October 14, 2002 through October 13, 2005 In accordance with Section V., CONTRACT MODIFICATION; the following changes are hereby made: 1. Section II., C., Fire Extinguisher Services, 5., is revised to read:

5. The Contractor shall replace units, as needed, which includes the following types at the prices listed

below. The unit pricing includes the extinguishers, shipping, hazardous materials shipping fees, and a ten percent (10%) mark-up.

Description Orders from 1 to 9 Orders of 10 or more

2.5 lb. ABC w/ bracket 1A-10B:C $ 36.75 $ 21.50

5 lb. ABC w/ wall mount 2A-10B:C $ 57.50 $ 27.85

10 lb. ABC w/ wall mount 4A-40B:C $ 67.56 $ 37.20

10 lb. BC w/ wall mount 20B:C $ 77.05 $ 71.50

20 lb. BC w/ wall mount 40B:C $ 101.77 $ 94.60

30 lb. BC w/ wall mount 60B:C * *

2.5 Gallon Pressurized Water 2A $ 58.45 $ 54.25

6 Liter Wet Chemical Class K $ 107.25 $ 99.50

Water Mist Extinguisher $ 107.25 $ 99.50

C2060 Amendment # 2

Page 2 of 3

2. Section II., C., Fire Extinguisher Services, 6., is revised to read:

6. The Contractor shall determine when replacement of the fire extinguishers is necessary and shall

notify the Contract Manager or designee. Upon written approval from the Contract Manager or designee, the Contractor shall replace the extinguishers at the pricing listed in Section II., C., 5., except the item marked with an asterisk (*) which shall be replaced at a cost not to exceed ten percent (10%) over the Contractor’s invoice price. The Contractor shall provide the Department’s Contract Manager with a copy of the manufacturer’s invoice for verification when submitting monthly invoices. All fire extinguishers and parts that have been replaced shall be returned to the EHSO and shall remain the property of the Department.

3. Section II., G., Response Time, 1., is revised to read:

1. Response time for regular repair services (i.e., recharging or repairing fire extinguishers, or unscheduled hood cleaning) shall be coordinated with the EHSO.

4. Section II., H., Repair Parts and Parts Warranty, 3., is added to read:

3. The Department shall have the option to purchase equipment/parts and/or make repairs that are

approved by the Contract Manager or designee.

5. Section II., N., Fire Protection Engineering Services, is added to read: The Contractor will provide value-added services in addition to regular services: for signed hood suppression system drawings, in house engineering services, for fire sprinkler, fire alarm, and other fire suppression systems shown in Attachment 6, Fire Protection Engineering Services.

6. Section III., A., Compensation, is revised to read: A. Payment

The Department will compensate the Contractor for services as specified in Section II, Scope of Work, at

either a fixed unit price per service performed for items #1 and #2 or a man hour rate for repairs for item #3 as applicable, shown in Attachment 1, Price Sheet.

The Department will compensate the Contractor for value-added services as specified in Section II, Scope of

Work, at a fixed unit price and/or a hourly rate as applicable, shown in Attachment 6, Fire Protection Engineering Services.

7. Section IV., A., Department’s Contract Manager, identifying information is hereby revised to read: Joel Anderson, Bureau Chief, Institutional Support Department of Corrections

2601 Blair Stone Rd. Tallahassee, FL 32399-2500 Phone Number: (850) 410-4271 Email: [email protected]

C2060 Amendment # 2

Page 3 of 3

8. Section IV., C., Contractor’s Representative, identifying information is hereby revised to read: David Hand, Contract Administrator Piper Fire Protection, Inc.

P.O. Box 9005 Largo, FL 33771 Phone Number: (727) 581-9339 Email: [email protected] 9. Section V., CONTRACT MODIFICATION, is revised to read:

Modifications to the provisions of this Contract, with the exception of Sections II., J(1), Additions and Deletions of Equipment, and IV., Contract Management, shall be valid only through execution of a formal Contract amendment.

All other terms and conditions of the original Contract and Amendment remain in full force and effect. In witness thereof, the parties hereto have caused this Amendment to be executed by their undersigned officials as duly authorized. CONTRACTOR: STATE OF FLORIDA PIPER FIRE PROTECTION, INC. DEPARTMENT OF CORRECTIONS SIGNED SIGNED BY: BY: NAME: NAME: James V. Crosby, Jr. TITLE: TITLE: Secretary Department of Corrections DATE: DATE: FEID #: APPROVED AS TO FORM AND LEGALITY SUBJECT TO EXECUTION BY THE PARTIES Louis A. Vargas, General Counsel Department of Corrections

Contract # C2060 Attachment 6

ATTACHMENT 6

Fire Protection Engineering Services

The cost to provide signed hood suppression system drawings is $450.00 per hood. This price includes all drawings, submittal documentation, copying, paper goods, shipping, and labor necessary to complete and submit drawings to the state fire marshal’s office. This price also includes signatures and stamps from Contractor’s license holder as required. Permit fees will be billed separately with a 10% mark up.

This price does not include: 1. PE Seals 2. Permit fees 3. Local jurisdiction submittals 4. Local jurisdiction permits

A hourly rate of $85.00 per hour for labor for in house engineering services for fire sprinkler, fire alarm, and other fire suppression systems including, labor, printing material, submittals, paper goods, and shipping. This price also includes signatures and stamps from our license holders if necessary. Permit fees and Professional Engineering Seals will be billed separately with a 10% mark up.

This price does not include: 1. PE Seals 2. Permit fees 3. Local jurisdiction submittals 4. Local jurisdiction permits 5. Site survey work (This will be billed as per contract at

$110.00 per hour)

Site survey work will not be necessary when accurate fire alarm and fire sprinkler drawings are available. If AutoCad files can be obtained for the facility in question this will greatly decrease the cost of this service. Also, existing floor plans or fire protection plans, when AutoCad plans are not available, will greatly decrease the cost of these services. Contractor will provide, at no additional cost, a CD with the AutoCad files on them to the Department’s Contract Manager. We will also provide marked up as-builts plans at the conclusion of each project that requires drawings.

C2060 Amendment # 1

Page 1 of 1

CONTRACT AMENDMENT BETWEEN

THE DEPARTMENT OF CORRECTIONS

AND

PIPER FIRE PROTECTION, INC. This is an Amendment to the Contract between the Florida Department of Corrections (“Department”) and Piper Fire Protection, Inc., (“Contractor”) to provide life safety equipment inspection, maintenance and repair services by region to the Department. This Amendment:

• revises Section III., A., Compensation.

Original Contract period: October 14, 2002 through October 13, 2005 In accordance with Section V., Contract Modifications; the following changes are hereby made: 1. Section III., A., Compensation, is revised to read: A. Payment

The Department will compensate the Contractor for services as specified in Section II, Scope of

Work, at either a fixed unit price per service performed for items #1 and #2 or a man hour rate for repairs for item #3 as applicable, shown in Attachment 1, Price Sheet.

2. Attachment 1, Item #3., Hourly Labor Rates for Repair; the following changes are hereby made:

Replace page 28, Region I, and page 40, Region IV, with revised rates for item #3.

All other terms and conditions of the original Contract remain in full force and effect. In witness thereof, the parties hereto have caused this Amendment to be executed by their undersigned officials as duly authorized. CONTRACTOR: STATE OF FLORIDA PIPER FIRE PROTECTION, INC. DEPARTMENT OF CORRECTIONS SIGNED SIGNED BY: BY: NAME: NAME: James V. Crosby, Jr. TITLE: TITLE: Secretary Department of Corrections DATE: DATE: FEID #: APPROVED AS TO FORM AND LEGALITY SUBJECT TO EXECUTION BY THE PARTIES Louis A. Vargas, General Counsel Department of Corrections

CONTRACT # C2060

Page 1 of 86MODEL DOCUMENT REVISED 3/01/02

CONTRACT BETWEEN

THE DEPARTMENT OF CORRECTIONS

AND

PIPER FIRE PROTECTION, INC.

This Contract is between the Florida Department of Corrections ("Department") and Piper FireProtection, Inc., ("Contractor") which are the parties hereto.

WITNESSETH

Whereas, the Department is required to ensure that all inmates are provided care, custody,treatment, housing, and general handling in accordance with Section 945.04, Florida Statutes;

Whereas, it is necessary that budget resources be allocated effectively;

Whereas, this Contract is obtained by ITB-02-DC-7428 authorized pursuant to Section 287.057(1)(a), Florida Statutes; and

Whereas, the Contractor is a qualified and willing participant with the Department to provide lifesafety equipment inspection, maintenance and repair services by region.

Therefore, in consideration of the mutual benefits to be derived herefrom, the Department and theContractor do hereby agree as follows:

I. CONTRACT TERM AND RENEWAL

A. Contract Term

This Contract shall begin on October 1, 2002, or the date on which it is signed byboth parties, whichever is later, and shall end at midnight on September 30, 2005.In the event this Contract is signed by the parties on different dates, the latter dateshall control.

This Contract is in its initial term.

B. Contract Renewal

The Department has the option to renew this Contract for one (1) additional three (3)year period after the initial Contract period upon the same terms and conditionscontained herein and at the renewal prices indicated in Section III., Compensation.Exercise of the renewal option is at the Department’s sole discretion and shall beconditioned, at a minimum, on the Contractor’s performance of this Contract andsubject to the availability of funds. The Department, if it desires to exercise its renewal

CONTRACT # C2060

Page 2 of 86MODEL DOCUMENT REVISED 3/01/02

option, will provide written notice to the Contractor no later than thirty (30) days priorto the Contract expiration date. The renewal term shall be considered separate.

II. SCOPE OF WORK

A. General Description of Services

The Contractor shall provide Life Safety Equipment inspection, maintenance andrepair services on the following equipment: Fire Alarm Systems, Kitchen FireSuppression Systems, Sprinkler Systems and Kitchen Hoods. In addition, theContractor shall also perform recharges, maintenance, and hydrostatic testing on FireExtinguishers and provide replacements as needed.

The Contractor shall schedule inspections, maintenance and repairs in advance withthe Environmental Health and Safety Officer (EHSO) or a designee responsible forthe institution or facility.

The Contractor shall perform all work in accordance with Chapter 633, FloridaStatutes, Fire Prevention and Control, the National Fire Protection Association’s(NFPA) Standards 1, 10, 13, 25, 70, 72 and 96, the State of Florida’s Uniform FireSafety Rules and Standards, and the manufacturer’s recommended procedures.

The Contractor shall be licensed according to Chapter 633, Florida Statutes and shallprovide a copy of all applicable license(s) to the Contract Manager within thirty (30)days of contract execution.

Each service technician performing services under this contract must have in his/herpossession a valid and subsisting permit issued by the State Fire Marshal inaccordance with Chapter 633, Florida Statutes and provide a copy to the EHSOresponsible for the institution or facility within thirty (30) days of contract execution.

B. Fire Alarm Systems

The Contractor shall provide annual inspections including diagnostic testing of panelfunctions, auxiliary and monitoring functions, and all accessible peripheral deviceslisted and currently connected to any building’s primary control panel. Testing ofperipheral devices shall be in accordance with the current adopted NFPA Standards70 and 72 and the manufacturer’s recommended procedures. The exact location ofeach device tested and tests results of all accessible components and devices shall bedocumented with discrepancies individually noted.

1. The Contractor shall functionally test smoke detectors using a smoke generator,punk stick, or other method acceptable to the manufacturer. Any canned aerosolsmoke that leaves an oily residue shall not be used for testing of smoke detectorsbecause of the danger of fouling. Magnet testing does not satisfy the properfunctional test of smoke detectors and shall not be used for functional testing.

CONTRACT # C2060

Page 3 of 86MODEL DOCUMENT REVISED 3/01/02

No device that uses open flame or acrid smoke shall be used to test smokedetectors.

2. The Contractor shall test heat detectors (rate of rise and fixed temperature) witha device that administers an accurate and controlled temperature heat source.

3. The Contractor shall activate manual pull stations to verify operation, and shallinspect electrical contacts and ensure secure mounting.

4. The Contractor shall test audible and visible signaling devices at least once toensure proper operation and volume levels. Further testing shall be permittedwith the audible devices silenced.

5. The Contractor shall perform detector cleaning. Where applicable, devices shallbe dismantled to expose the smoke chamber and cleaned with a soft cloth, lintbrush, cotton swab, suitable cleaning solution, or non-electrostatic vacuum.Certain types of analog smoke sensors shall be cleaned, as needed, per panelreadings.

6. The Contractor shall perform sensitivity testing on smoke detectors, includingduct detectors, in accordance with NFPA 72 and the maintenance records.Testing shall be performed using only UL approved sensitivity testingequipment. Devices performing outside the listed sensitivity range shall be re-cleaned and re-tested, and if necessary, noted and recommended forreplacement. Certain types of analog smoke sensors will automatically satisfythis requirement electronically.

7. The Contractor shall provide documentation for all accessible components anddevices indicating the exact location of each device tested, including systemaddress or zone location, test results and applicable voltage readings. Anydiscrepancies found shall be noted individually and on a separate summary page.

8. All work shall be performed in accordance with the manufacturer’srecommendations and current adopted NFPA Standard 72.

9. A complete inspection report documenting each component inspected andexplaining any deficiencies shall be provided to the EHSO on the date ofinspection. If repairs are needed, an estimate shall be submitted to the ContractManager within five (5) working days. Estimates shall include parts inaccordance with Section II., H., and labor at the contracted hourly rate. Billablehours charged the Department for repairs shall commence upon signing-in at theinstitution or facility and shall terminate upon signing-out.

CONTRACT # C2060

Page 4 of 86MODEL DOCUMENT REVISED 3/01/02

C. Fire Extinguisher Services

1. The Contractor shall perform fire protection and fire safety work in accordancewith the current adopted NFPA Standard 10 for Portable Fire Extinguishers. Anannual inspection of Fire Extinguishers is not a requirement of this contract.

2. The Contractor shall recharge and provide scheduled six (6) year maintenance ofeach unit which includes the following types:

2.5# ABC 1A-10B:C 5# ABC 2A-10B:C 10# ABC 4A-40B:C 10# B:C 20B:C 20# B:C 40B:C 30# B:C 60B:C

3. The Contractor shall recharge and perform scheduled twelve (12) yearhydrostatic testing as prescribed in Table 5-2 of current adopted NFPA Standard10 on the following type units:

2.5# ABC 1A-10B:C 5# ABC 2A-10B:C 10# ABC 4A-40B:C 10# B:C 20B:C 20# B:C 40B:C 30# B:C 60B:C

4. The Contractor shall perform all hydrostatic testing at the frequency prescribedin Table 5-2 of current adopted NFPA Standard 10, and shall recharge each unitevery five years or as-needed for the following types:

2.5 Gallon Pressurized Water 2A 6 Liter Wet Chemical K

5. The Contractor shall replace units, as needed, which includes the followingtypes:

2.5# ABC w/ bracket 1A-10B:C 5# ABC w/ wall mount 2A-10B:C 10# ABC w/ wall mount 4A-40B:C 10# B:C w/ wall mount 20B:C 20# B:C w/ wall mount 40B:C 30# B:C w/ wall mount 60B:C 2.5 Gallon Pressurized Water 2A

6 Liter Wet Chemical K

CONTRACT # C2060

Page 5 of 86MODEL DOCUMENT REVISED 3/01/02

5. The Contractor shall determine when replacement of fire extinguishers isnecessary and shall notify the Contract Manager or designee. Upon writtenapproval from the Contract Manager or designee, the Contractor shall replace theextinguishers at a cost not to exceed ten percent (10%) over the Contractor’sinvoice price. The Contractor shall provide the Department’s Contract Managerwith a copy of the manufacturer’s invoice for verification when submittingmonthly invoices. All fire extinguishers and parts that have been replaced shallbe returned to the EHSO and shall remain the property of the Department.

D. Kitchen Fire Suppression System Services

1. The Contractor shall perform the following services semi-annually in accordancewith the current adopted NFPA Standard 96 and the manufacturer’srecommendations:

a. Test remote pulls.b. Test automatic (trip test) and manual release of system.c. Verify mechanical operation of system.d. Verify gas shutoff for proper operation.e. Verify electrical shutoff for proper operation.f. Replace fusible links when required or when applicable.g. Check system components for cleanliness.h. Restore system to normal operation.i. Reset system.j. Install new tamper seals.k. Remove cylinder, verify agent weight, and condition.l. Verify cylinder/cartridge pressure, weight, and hydrostatic test dates.m. Verify piping to manufacturer's specifications (piping/bracing).n. Verify nozzle caps intact.o. Install record tag.p. Verify owner's manual if available.q. Verify proper portable fire extinguisher.r. Inspect general occupancy related to the kitchen fire suppression system in

accordance with current adopted NFPA Standards.s. Inspect for any changes in hazard area that may affect the performance and

reliability of the fire suppression system.t. Inspect and verify all nozzles are properly aimed and free of blockage and

have proper blow-off caps installed.

2. All work shall be performed in accordance with the manufacturer’srecommendations and current adopted NFPA Standard 96.

3. A complete inspection report documenting each component inspected and

explaining any deficiencies shall be submitted to the EHSO on the date ofinspection. If repairs are needed, an estimate shall be submitted to the Contract

CONTRACT # C2060

Page 6 of 86MODEL DOCUMENT REVISED 3/01/02

Manager within five (5) working days. Estimates shall include parts inaccordance with Section II., H., and labor at the contracted rate. Billable hourscharged the Department for repairs shall commence upon signing-in at theinstitution or facility and shall terminate upon signing-out.

E. Sprinkler System Services

1. The Contractor shall perform all work annually in accordance with currentadopted NFPA Standards 13 and 25 in completing the following:

a. Inspect operations and conditions related to the fire sprinkler system inaccordance with current adopted NFPA Standards.

b. Inspect and determine if the fire sprinkler system is in service and insatisfactory condition.

c. Inspect for adequate clearance and condition of sprinkler heads to allow forproper distribution and activation.

d. Inspect sprinkler control valves for proper position, general condition,accessibility, and signage.

e. Inspect and perform required water flow tests for each system from maindrain and inspector's test valve, weather permitting.

f. Inspect fire department connection couplings, caps, threads, clappers, checkvalves and drains. Inspect and test fire sprinkler system alarm componentsfor satisfactory condition.

g. Inspect reserve sprinkler head supply.h. Inspect fire hose stations for condition of valve, hangers, hose, and nozzles.i. Inspect the general condition of fire visible sprinkler system piping, hangers,

drain valves, check valves, gauges, and related equipment.j. Inspect and test operation of system air compressors for proper activation

and cutoff, if applicable.k. Inspect (when applicable) the deluge or preaction valve according to

manufacturer's specifications including interior checks of the valve body,clapper, clapper facings and latching mechanism.

l. Clean pilot line and solenoid strainers thoroughly, where applicable.m. Disassemble, inspect, and clean interior condition of the solenoid release,

where applicable.n. Test all low air pressure alarms, supervisory circuits, and auxiliary functions

for proper operation.

2. Inquire as to changes in building status that may affect the performance orreliability of the fire sprinkler system.

3. Inquire as to changes or modifications of the fire sprinkler system.

4. Inquire as to general storage and stock arrangements in relation to fire sprinklersystem protection.

CONTRACT # C2060

Page 7 of 86MODEL DOCUMENT REVISED 3/01/02

5. All work shall be performed in accordance with the manufacturer’srecommendations and current adopted NFPA Standards 13 & 25.

6. A complete inspection report documenting each component inspected andexplaining any deficiencies shall be submitted to the EHSO on the date ofinspection. If repairs are needed, an estimate shall be submitted to the ContractManager within five (5) working days. Estimates shall include parts inaccordance with Section II., H., and labor at the contracted rate. Billable hourscharged the Department for repairs shall commence upon signing-in at theinstitution or facility and shall terminate upon signing-out.

7. Should five (5) year inspections be required, the contractor shall charge thecontracted hourly labor amount.

F. Kitchen Exhaust Hood Cleaning Services

The Contractor shall provide the following services in accordance with the currentadopted NFPA Standard 96, a minimum of every six (6) months and on an as-needed basis as determined by the Department:

1. Furnish all labor and material to pressure clean kitchen exhaust hood system(s).The Contractor shall be responsible for utilizing the least hazardous materialavailable as a solvent to clean the hood.

2. Pressure wash all interior surfaces of the upblast fans including blades andcowls, riser ducts from top to bottom, hood to duct connecting collars, hoodplenums, stainless steel hood canopies and grease filters.

3. Interior and exterior surfaces of stainless steel hood canopies and backsplashesshall be polished with a stainless steel polish and surface preservative.

4. Cover all cooking equipment with polyethylene sheeting, then drapepolyethylene sheeting around the entire canopy to control and collect waterduring the cleaning process.

5. Post a dated Certificate of Compliance on each hood system upon completionof each cleaning.

6. Cleaning service as described above shall be coordinated with the responsibleEHSO and at a time when the kitchen is closed and food preparation is nottaking place.

CONTRACT # C2060

Page 8 of 86MODEL DOCUMENT REVISED 3/01/02

G. Response Time

1. Response time for regular repair services (i.e., recharging or repairing fireextinguishers, or unscheduled hood cleaning) shall be within five (5) workingdays from the time the Contractor is notified by the EHSO.

2. Response time for priority repair services (i.e., recharging and resetting adischarged fire suppression system) shall be within one (1) working day fromthe time the Contractor is notified by the EHSO.

3. Response time for scheduled inspection and maintenance services shall bewithin thirty (30) calendar days of the Contractor being notified by the EHSO.

H. Repair Parts and Parts Warranty

1. All installed parts must be new and in the original factory containers, unlessrefurbished equipment/parts for specific repairs are approved in writing by theContract Manager in advance. The work order shall have a notation indicatingthe use of “new” or “refurbished” equipment/parts. The Contractor shall notcharge the Department in excess of ten percent (10%) above their invoiced costof the parts. The Contractor shall be responsible for all freight, handling andservice charges and shall not bill the Department for these charges. TheContractor shall provide the Department’s Contract Manager with a copy of themanufacturer’s invoice for verification.

2. New parts will carry the full manufacturer’s warranty. In no case shall a partcarry a warranty of less than ninety (90) calendar days. When refurbishedequipment is used, it must be noted on the work order as “refurbished.”Refurbished equipment shall carry a minimum of a ninety (90) calendar day fullreplacement warranty, including labor.

I. Equipment Inventory and Locations

An unverified inventory list of current equipment and the Department’s institutionsor facilities where said equipment is located is provided in Attachments 2 through 5of this contract. While the Department has attempted to ensure the accuracy andcompleteness of the equipment inventory listed in these attachments, it does notguarantee that every piece of equipment is included. Any additional equipmentacquired by the Department may be added to the list. In addition, the Departmentmay add or delete facilities, based on the mission of the Department. Additions ofequipment and/or facilities may be accomplished by written notification from theContract Manager.

CONTRACT # C2060

Page 9 of 86MODEL DOCUMENT REVISED 3/01/02

J. Additions and Deletions of Equipment

1. The Department retains the right to add or delete any equipment from serviceprovided under this Contract as described herein, upon written notification from theContract Manager, with a copy to the Contract Administrator, without a formalcontract amendment.

2. The Department shall attempt to provide advanced notice to the Contractor of alladditional and/or new equipment. However, should Contractor personnel receive amaintenance or repair call and records show that the individual piece of equipmentis not inventoried and covered by this Contract, Contractor personnel will performrepairs as if equipment was covered by this Contract and notify the ContractManager. The Contractor may then charge for that piece of equipment, as describedin either paragraphs 3 or 4 respectively, effective the date the Contractor was calledfor service on that piece of equipment.

3. The Contractor shall provide service on additional and/or new equipment, of thesame make and model, at the same rate as the unit/category price bid under thiscontract.

4. The Contractor shall provide service on any additional piece of equipment of adifferent make, model, or manufacture from equipment described in this contract,at the Contractor’s current government rate or rate provided to it’s most favoredcustomer, whichever is lower.

5. If the Department determines that additional services, specifications,modifications, or deletions are needed and it is in the Department’s best interestto change the scope of work, then the Department may enter into negotiationswith the contractor to amend the contract.

K. Reporting Requirements

The Contractor shall provide a monthly summary report as an attachment to themonthly invoice to the Contract Manager no later than fifteen (15) calendar daysafter the end of each calendar month. The report shall delineate, by institution orfacility, the labor charge, items replaced, inspected, maintained and/or repaired,dates of service, explanation of work performed and the itemized charges regardingthe services and shall match up to the submitted invoice. Copies of invoices for allnew or refurbished equipment/parts shall also be included with the monthly invoice.

L. Contractor and Staff Requirements

1. The Contractor’s technicians and/or mechanics performing the work shall haveat least three (3) years of verifiable experience in the inspection, maintenanceand repair of life safety equipment.

CONTRACT # C2060

Page 10 of 86MODEL DOCUMENT REVISED 3/01/02

2. The Contractor shall provide competent personnel capable of working in asatisfactory manner with the Department and within the Department’sinstitutions and facilities.

3. The Contractor’s staff shall be fully trained and certified to perform theinspection, maintenance and repair of the equipment specified in this contract.Acceptable proof of certification shall be in accordance with Chapter 633,Florida Statutes.

4. The Contractor shall comply with the Department’s security guidelines oninstitutional and facility policies. Violations of these rules could result intermination of the Contract. The Contractor shall contact the EHSO responsiblefor an institution or facility within ten (10) working days of execution of thisContract to obtain a copy of any specific institutional or facility rules.

5. The Contractor’s staff assigned to this project shall be subject, at theDepartment’s discretion and expense, to a Florida Department of LawEnforcement (FDLE) Florida Crime Information Center/National CrimeInformation Center (FCIC/NCIC) background/criminal records check. Thisrecords check will be conducted by the Department and may occur or re-occur atany time during the Contract period. The Department has full discretion torequire the Contractor to disqualify, prevent, or remove any staff from any workunder the contract. The Department is under no obligation to inform theContractor of the records check findings or the criteria for disqualification orremoval. In order to carry out this records check, the Contractor shall provide tothe Contract Manager, within ten (10) working days of the Contract execution,the following data for any individual Contractor’s or subcontractor’s staffassigned to the Contract: Full Name, Race, Sex, Date of Birth, Social SecurityNumber, Driver’s License Number and State of Issue.

6. The Contractor shall ensure that the respective Contract Manager is provided theinformation needed to have the NCIC/FCIC background check conducted priorto any Contractor staff being hired to provide services under this contract. TheContractor shall not offer employment to any individual who has not had anNCIC/FCIC background check conducted.

7. The Contractor shall not hire any person to provide services under this contract,who has been barred from any Department institution or other Departmentfacility.

8. The Contractor shall not employ any individual to provide services at anyinstitution or facility who is under supervision or jurisdiction of any parole,probation or correctional authority. Persons under any such supervision maywork for other elements of the Contractor’s company that are independent of theservices provided under this contract.

CONTRACT # C2060

Page 11 of 86MODEL DOCUMENT REVISED 3/01/02

9. The Contractor shall disclose any business or personal relationship a Contractorstaff person, officer, agent or potential hiree may have with anyone presentlyincarcerated or under the supervision of the Department.

10. The Contractor shall immediately report any new arrest, criminal charges orconvictions of a current employee under this contract to the respective ContractManager.

M. Responsibilities of the Department

The Department at no cost to the Contractor will:

1. Notify the Contractor by telephone when equipment inspection, maintenanceand repairs are required as per Section II., G. of this contract.

2. Provide a list of EHSO’s or designees responsible for each institution or facility.

3. Permit the Contractor to use all documentation available to the Department fromthe equipment manufacturer or supplier.

4. Provide the Contractor’s staff access to the equipment, when necessary (subjectto security issues), for purposes of performing the inspection, maintenance andrepair services.

5. Verify that the Contractor’s service technicians have a valid certification in theirpossession to perform work in accordance with Chapter 633, Florida Statutes.

6. Provide or coordinate assistance in locating devices, transitioning between areas,and safe access via approved ladders, scaffolding, etc., for devices not locatedwithin reasonable reach.

III. COMPENSATION

A. Payment

The Department will compensate the Contractor for services as specified in SectionII, Scope of Work, at either a fixed unit price per service performed or an hourly rateas applicable, shown in Attachment 1, Price Sheet.

CONTRACT # C2060

Page 12 of 86MODEL DOCUMENT REVISED 3/01/02

B. Submission of Invoice(s)

The Contractor agrees to submit invoices monthly for compensation for services indetail sufficient for a proper pre-audit and post-audit thereof within 15 daysfollowing the end of the month for which payment is being requested. TheContractor shall submit invoices pertaining to this Contract to:

Roger McDaniel, OMC ManagerFlorida Department of CorrectionsBureau of Field Support ServicesPhone: (850) 410-4288Fax: (850) 922-2995E-Mail: [email protected]

The Contractor shall provide invoices in a format approved by the ContractManager. Each invoice shall include the supporting documentation required inSection II., H., 1., and K. In addition, the invoice shall include the Contractor’sname, mailing address, phone number, name and location of service, breakdown ofservices performed and a statement verifying that the price of replacement parts isnot in excess of 10% above invoice costs.

C. Official Payee

The name and address of the official payee to whom payment shall be made is asfollows:

Piper Fire Protection, Inc.P.O. Box 9005Largo, Florida 33771Phone: (727) 581-9339

D. Travel Expenses

The Department shall not be responsible for the payment of any travel expense forthe Contractor that occurs as a result of this Contract.

E. Contractor’s Expenses

The Contractor shall pay for all licenses, permits, and inspection fees or similarcharges required for this Contract, and shall comply with all laws, ordinances,regulations, and any other requirements applicable to the work to be performedunder this Contract.

CONTRACT # C2060

Page 13 of 86MODEL DOCUMENT REVISED 3/01/02

F. Annual Appropriation

The State of Florida’s and the Department’s performances and obligations to pay forservices under this Contract are contingent upon an annual appropriation by theLegislature. The costs of services paid under any other Contract or from any othersource are not eligible for reimbursement under this Contract.

G. Tax Exemption

The Department agrees to pay for contracted services according to the conditions ofthis Contract. The State of Florida does not pay federal excise taxes and sales tax ondirect purchases of services.

H. Timeframes for Payment and Interest Penalties

Contractors providing goods and services to the Department should be aware of thefollowing time frames:

1. Upon receipt, the Department has five (5) working days to inspect andapprove the goods and services and associated invoice, unless this Contractspecifies otherwise. The Department has twenty (20) days to deliver arequest for payment (voucher) to the Department of Banking and Finance.The twenty (20) days are measured from the latter of the date the invoice isreceived or the goods or services are received, inspected, and approved.

2. If a payment is not available within forty (40) days, a separate interest penalty,as specified in Section 215.422, Florida Statutes, will be due and payable, inaddition to the invoice amount, to the Contractor. The interest penaltyprovision applies after a thirty-five (35) day time period to health carecontractors, as defined by rule. Interest penalties of less than one (1) dollar willnot be enforced unless the Contractor requests payment. Invoices, which haveto be returned to a Contractor because of Contractor preparation errors, maycause a delay of the payment. The invoice payment requirements do not startuntil the Department receives a properly completed invoice.

I. Final Invoice

The Contractor shall submit the final invoice for payment to the Department no morethan forty-five (45) days after acceptance of the final deliverable by the Departmentor the end date of this Contract, whichever occurs last. If the Contractor fails to doso, all right to payment is forfeited, and the Department will not honor any requestsubmitted after aforesaid time period. Any payment due under the terms of theContract may be withheld until all applicable deliverables and invoices have beenaccepted and approved by the Department.

CONTRACT # C2060

Page 14 of 86MODEL DOCUMENT REVISED 3/01/02

J. Vendor Ombudsman

A Vendor Ombudsman has been established within the Department of Banking andFinance. The duties of this individual include acting as an advocate for vendors whomay be experiencing problems in obtaining timely payment(s) from a state agency.The Vendor Ombudsman may be contacted by calling the State Comptroller’s TollFree Hotline.

IV. CONTRACT MANAGEMENT

A. Department’s Contract Manager

The Contract Manager for this Contract will be:

Roger McDaniel, OMC ManagerFlorida Department of CorrectionsBureau of Field Support ServicesPhone: (850) 410-4288Fax: (850) 922-2995E-Mail: [email protected]

The Contract Manager (or designee) will perform the following functions:

1. serve as the liaison between the Department and the Contractor;

2. verify receipt of deliverables from the Contractor;

3. monitor the Contractor’s progress;

4. evaluate the Contractor's performance;

5. direct the Contract Administrator to process all amendments, renewals andterminations of this Contract;

6. review, verify, and approve invoices from the Contractor; and

7. evaluate Contractor performance upon completion of the overall Contract.This evaluation will be placed on file and will be considered if the Contractis subsequently used as a reference in future procurements.

CONTRACT # C2060

Page 15 of 86MODEL DOCUMENT REVISED 3/01/02

B. Department’s Contract Administrator

The Contract Administrator for this Contract will be:

Lisa M. Bassett, ChiefBureau of PurchasingDepartment of Corrections2601 Blair Stone RoadTallahassee, Florida 32399-2500Phone: (850) 488-6671 Fax: (850) 922-5330 E-Mail: [email protected]

The Contract Administrator will perform the following functions:

1. maintain the official Contract file;

2. process all Contract amendments, renewals, and termination of the Contract; and

3. maintain the official records of all correspondence between the Department andthe Contractor.

C. Contractor’s Representative

The name, title, address, and telephone number of the Contractor’s representativeresponsible for administration and performance under this Contract is:

Frank Karayianes, Contract AdministratorPiper Fire Protection, Inc.P.O. Box 9005Largo, Florida 33771Phone: (727) 581-9339Fax: (727) 581-8332E-Mail: [email protected]

D. Contract Management Changes

After execution of this Contract, any changes in the information contained in SectionIV., Contract Management, will be provided to the other party in writing and a copyof the written notification shall be maintained in the official Contract record.

V. CONTRACT MODIFICATION

Modifications to the provisions of this Contract, with the exception of Sections I., II., J(1),and IV., Contract Management, shall be valid only through execution of a formal Contractamendment.

CONTRACT # C2060

Page 16 of 86MODEL DOCUMENT REVISED 3/01/02

VI. TERMINATION

A. Termination at Will

This Contract may be terminated by either party upon no less than thirty (30)calendar days’ notice, without cause, unless a lesser time is mutually agreed upon byboth parties. Notice shall be delivered by certified mail (return receipt requested), byother method of delivery whereby an original signature is obtained, or in-person withproof of delivery.

B. Termination Because of Lack of Funds

In the event funds to finance this Contract become unavailable, the Department mayterminate the Contract upon no less than twenty-four (24) hours’ notice in writing tothe Contractor. Notice shall be delivered by certified mail (return receipt requested),facsimile, by other method of delivery whereby an original signature is obtained, orin-person with proof of delivery. The Department shall be the final authority as to theavailability of funds.

C. Termination for Cause

If a breach of this Contract occurs by the Contractor, the Department may, bywritten notice to the Contractor, terminate this Contract upon twenty-four (24)hours’ notice. Notice shall be delivered by certified mail (return receipt requested),by other method of delivery whereby an original signature is obtained, or in-personwith proof of delivery. If applicable, the Department may employ the defaultprovisions in Chapter 60A-1, Florida Administrative Code. The provisions hereindo not limit the Department’s right to remedies at law or to damages.

D. Termination for Unauthorized Employment

Violation of the provisions of Section 274A of the Immigration and Nationality Act,shall be grounds for unilateral cancellation of this Contract.

VII. CONDITIONS

A. Records

1. Public Records Law

The Contractor agrees to allow the Department and the public access toany documents, papers, letters, or other materials subject to the provisionsof Chapter 119, Florida Statutes, made or received by the Contractor inconjunction with this Contract. The Contractor’s refusal to comply withthis provision shall constitute sufficient cause for termination of thisContract.

CONTRACT # C2060

Page 17 of 86MODEL DOCUMENT REVISED 3/01/02

2. Audit Records

a. The Contractor agrees to maintain books, records, and documents(including electronic storage media) in accordance with generallyaccepted accounting procedures and practices which sufficiently andproperly reflect all revenues and expenditures of funds provided bythe Department under this Contract, and agrees to provide a financialand compliance audit to the Department or to the Office of theAuditor General and to ensure that all related party transactions aredisclosed to the auditor.

b. The Contractor agrees to include all record-keeping requirements inall subcontracts and assignments related to this Contract.

3. Retention of Records

The Contractor agrees to retain all client records, financial records, supportingdocuments, statistical records, and any other documents (including electronicstorage media) pertaining to this Contract for a period of five (5) years. TheContractor shall maintain complete and accurate record-keeping anddocumentation as required by the Department and the terms of this Contract.Copies of all records and documents shall be made available for theDepartment upon request. All invoices and documentation must be clear andlegible for audit purposes. All documents must be retained by the Contractorat the address listed in Section IV., C., Contractor’s Representative or theaddress listed in Section III., C., Official Payee, for the duration of thisContract. Any records not available at the time of an audit will be deemedunavailable for audit purposes. Violations will be noted and forwarded to theDepartment’s Inspector General for review. All documents must be retainedby the Contractor at the Contractor’s primary place of business for a period offive (5) years following termination of the Contract, or, if an audit has beeninitiated and audit findings have not been resolved at the end of five (5) years,the records shall be retained until resolution of the audit findings.

The Contractor shall cooperate with the Department to facilitate theduplication and transfer of any said records or documents during the requiredretention period. The Contractor shall advise the Department of the location of all recordspertaining to this Contract and shall notify the Department by certified mailwithin ten (10) days if/when the records are moved to a new location.

B. Prison Rehabilitative Industries and Diversified Enterprises, Inc. (“PRIDE”)

The Contractor agrees that any articles which are the subject of, or are required tocarry out this Contract, shall be purchased from PRIDE, identified under Chapter

CONTRACT # C2060

Page 18 of 86MODEL DOCUMENT REVISED 3/01/02

946, Florida Statutes, in the same manner and under the procedures set forth inSubsections 946.515(2) and (4), Florida Statutes. The Contractor shall be deemed tobe substituted for the Department in dealing with PRIDE, for the purposes of thisContract. This clause is not applicable to subcontractors, unless otherwise requiredby law. Available products, pricing, and delivery schedules may be obtained bycontacting PRIDE.

C. Procurement of Materials with Recycled Content

It is expressly understood and agreed that any products or materials which are thesubject of, or are required to carry out, this Contract shall be procured in accordancewith the provisions of Section 403.7065 and Section 287.045, Florida Statutes.

D. Sponsorship

If the Contractor is a nongovernmental organization which sponsors a programfinanced partially by state funds, including any funds obtained through this Contract,it shall, in publicizing, advertising, or describing the sponsorship of the program,state: “Sponsored by Piper Fire Protection, Inc., and the State of Florida, Departmentof Corrections.” If the sponsorship reference is in written material, the words “Stateof Florida, Department of Corrections” shall appear in the same size letters or type asthe name of the organization.

E. Employment of Department Personnel

The Contractor shall not knowingly engage in this project, on a full-time, part- time, orother basis during the period of this Contract, any current or former employee of theDepartment where such employment conflicts with Section 112.3185, Florida Statutes.

F. Non-Discrimination

No person, on the grounds of race, creed, color, national origin, age, gender, maritalstatus or disability, shall be excluded from participation in, be denied the proceeds orbenefits of, or be otherwise subjected to, discrimination in the performance of thisContract.

G. Americans with Disabilities Act

The Contractor shall comply with the Americans with Disabilities Act. In the eventof the Contractor’s noncompliance with the nondiscrimination clauses, the Americanswith Disabilities Act, or with any other such rules, regulations, or orders, thisContract may be canceled, terminated, or suspended in whole or in part and theContractor may be declared ineligible for further contracts.

CONTRACT # C2060

Page 19 of 86MODEL DOCUMENT REVISED 3/01/02

H. Indemnification

The Contractor shall be liable, and agrees to be liable for, and shall indemnify, defend,and hold the Department, its employees, agents, officers, heirs, and assignees harmlessfrom any and all claims, suits, judgments, or damages including court costs andattorney’s fees arising out of intentional acts, negligence, or omissions by theContractor, or its employees or agents, in the course of the operations of this Contract,including any claims or actions brought under Title 42 USC §1983, the Civil RightsAct.

I. Contractor’s Insurance

The Contractor agrees to provide adequate insurance coverage on a comprehensivebasis and to hold such insurance at all times during the existence of this Contract.The Contractor accepts full responsibility for identifying and determining the type(s)and extent of insurance necessary to provide reasonable financial protection for theContractor and the Department under this Contract. Upon the execution of thisContract, the Contractor shall furnish the Contract Manager written verification ofsuch insurance coverage. Such coverage may be provided by a self-insuranceprogram established and operating under the laws of the State of Florida. TheDepartment reserves the right to require additional insurance where appropriate.

If the Contractor is a state agency or subdivision as defined in Section 768.28, FloridaStatutes, the Contractor shall furnish the Department, upon request, writtenverification of liability protection in accordance with Section 768.28, Florida Statutes.Nothing herein shall be construed to extend any party’s liability beyond that providedin Section 768.28, Florida Statutes.

J. Independent Contractor Status

The Contractor shall be considered an independent contractor in the performance ofits duties and responsibilities under this Contract. The Department shall neither havenor exercise any control or direction over the methods by which the Contractor shallperform its work and functions other than as provided herein. Nothing in thisContract is intended to, nor shall be deemed to constitute, a partnership or a jointventure between the parties.

K. Disputes

Any dispute concerning performance of this Contract shall be resolved informally bythe Contract Manager. Any dispute that can not be resolved informally shall bereduced to writing and delivered to the Department’s Bureau of Field SupportServices. The Bureau Chief shall decide the dispute, reduce the decision to writing,and deliver a copy to the Contractor, the Contract Manager and the ContractAdministrator.

CONTRACT # C2060

Page 20 of 86MODEL DOCUMENT REVISED 3/01/02

L. Copyrights, Right to Data, Patents and Royalties

Where activities supported by this Contract produce original writing, soundrecordings, pictorial reproductions, drawings or other graphic representation andworks of any similar nature, the Department has the right to use, duplicate anddisclose such materials in whole or in part, in any manner, for any purposewhatsoever and to have others acting on behalf of the Department to do so. If thematerials so developed are subject to copyright, trademark, or patent, legal title andevery right, interest, claim or demand of any kind in and to any patent, trademark orcopyright, or application for the same, will vest in the State of Florida, Department ofState for the exclusive use and benefit of the state. Pursuant to Section 286.021,Florida Statutes, no person, firm or corporation, including parties to this Contract,shall be entitled to use the copyright, patent, or trademark without the prior writtenconsent of the Department of State.

The Department shall have unlimited rights to use, disclose or duplicate, for anypurpose whatsoever, all information and data developed, derived, documented, orfurnished by the Contractor under this Contract. All computer programs and otherdocumentation produced as part of the Contract shall become the exclusive propertyof the State of Florida, Department of State, with the exception of data processingsoftware developed by the Department pursuant to Section 119.083, Florida Statutes,and may not be copied or removed by any employee of the Contractor withoutexpress written permission of the Department.

The Contractor, without exception, shall indemnify and save harmless theDepartment and its employees from liability of any nature or kind, including cost andexpenses for or on account of any copyrighted, patented, or unpatented invention,process, or article manufactured or supplied by the Contractor. The Contractor hasno liability when such claim is solely and exclusively due to the combination,operation, or use of any article supplied hereunder with equipment or data notsupplied by the Contractor or is based solely and exclusively upon the Department'salteration of the article. The Department will provide prompt written notification of aclaim of copyright or patent infringement and will afford the Contractor fullopportunity to defend the action and control the defense of such claim.

Further, if such a claim is made or is pending, the Contractor may, at its option andexpense, procure for the Department the right to continue use of, replace, or modifythe article to render it noninfringing. (If none of the alternatives are reasonablyavailable, the Department agrees to return the article to the Contractor upon itsrequest and receive reimbursement, fees and costs, if any, as may be determined by acourt of competent jurisdiction.) If the Contractor uses any design, device, ormaterials covered by letter, patent or copyright, it is mutually agreed and understoodwithout exception that the Contract prices shall include all royalties or costs arisingfrom the use of such design, device, or materials in any way involved in the work tobe performed hereunder.

CONTRACT # C2060

Page 21 of 86MODEL DOCUMENT REVISED 3/01/02

M. Subcontracts

The Contractor is fully responsible for all work performed under this Contract. TheContractor may, upon receiving written consent from the Department’s ContractManager, enter into written subcontract(s) for performance of certain of its functionsunder the Contract. No subcontract, which the Contractor enters into with respect toperformance of any of its functions under the Contract, shall in any way relieve theContractor of any responsibility for the performance of its duties. All payments tosubcontractors shall be made by the Contractor.

If a subcontractor is utilized by the Contractor, the Contractor shall pay thesubcontractor within seven (7) working days after receipt of full or partial paymentsfrom the Department, in accordance with Section 287.0585, Florida Statutes. It isunderstood and agreed that the Department shall not be liable to any subcontractor forany expenses or liabilities incurred under the subcontract and that the Contractor shallbe solely liable to the subcontractor for all expenses and liabilities under this Contract.Failure by the Contractor to pay the subcontractor within seven (7) working days willresult in a penalty to be paid by the Contractor to the subcontractor in the amount ofone-half (½) of one percent (1%) of the amount due per day from the expiration of theperiod allowed herein for payment. Such penalty shall be in addition to actualpayments owed and shall not exceed fifteen percent (15%) of the outstanding balancedue.

N. Assignment

The Contractor shall not assign its responsibilities or interests under this Contract toanother party without prior written approval of the Department’s Contract Manager.The Department shall, at all times, be entitled to assign or transfer its rights, dutiesand obligations under this Contract to another governmental agency of the State ofFlorida upon giving written notice to the Contractor.

O. Force Majeure

Neither party shall be liable for loss or damage suffered as a result of any delay orfailure in performance under this Contract or interruption of performance resultingdirectly or indirectly from acts of God, accidents, fire, explosions, earthquakes,floods, water, wind, lightning, civil or military authority, acts of public enemy, war,riots, civil disturbances, insurrections, strikes, or labor disputes.

P. Severability

The invalidity or unenforceability of any particular provision of this Contract shallnot affect the other provisions hereof and this Contract shall be construed in allrespects as if such invalid or unenforceable provision was omitted, so long as thematerial purposes of this Contract can still be determined and effectuated.

CONTRACT # C2060

Page 22 of 86MODEL DOCUMENT REVISED 3/01/02

Q. Use of Funds for Lobbying Prohibited

The Contractor agrees to comply with the provisions of Section 216.347, FloridaStatutes, which prohibits the expenditure of state funds for the purposes of lobbyingthe Legislature, the Judicial branch, or a state agency.

R. Verbal Instructions

No negotiations, decisions, or actions shall be initiated or executed by the Contractor asa result of any discussions with any Department employee. Only thosecommunications that are in writing from the Department’s staff identified in SectionIV., Contract Management, of this Contract shall be considered a duly authorizedexpression on behalf of the Department. Only communications from the Contractor’srepresentative identified in Section IV., C., which are in writing and signed, will berecognized by the Department as duly authorized expressions on behalf of theContractor.

S. Conflict of Interest

The Contractor shall not compensate in any manner, directly or indirectly, anyofficer, agent or employee of the Department for any act or service that he/she maydo, or perform for, or on behalf of, any officer, agent, or employee of the Contractor.No officer, agent, or employee of the Department shall have any interest, directly orindirectly, in any contract or purchase made, or authorized to be made, by anyone for,or on behalf of, the Department.

The Contractor shall have no interest and shall not acquire any interest that shallconflict in any manner or degree with the performance of the services required underthis Contract.

T. State Licensing Requirements

All entities defined under Chapters 607, 617 or 620, Florida Statutes, seeking to dobusiness with the Department shall be on file and in good standing with the FloridaDepartment of State.

U. Public Entity Crimes Information Statement

A person or affiliate who has been placed on the Convicted Contractor List followinga conviction for a public entity crime may not submit a bid or proposal to provide anygoods or services to a public entity, may not submit a bid or proposal to a publicentity for the construction or repair of a public building or public work, may notsubmit bids or proposals for leases of real property to a public entity, may not beawarded or perform work as a Contractor, supplier, subcontractor, or consultantunder a Contract with any public entity, and may not transact business with anypublic entity in excess of the threshold amount provided in Section 287.017, Florida

CONTRACT # C2060

Page 23 of 86MODEL DOCUMENT REVISED 3/01/02

Statutes, for Category Two for a period of thirty-six (36) months from the date ofbeing placed on the Convicted Contractor List.

V. Discriminatory Vendors List

An entity or affiliate who has been placed on the Discriminatory Vendor List may notsubmit a bid or proposal to provide goods or services to a public entity, may notsubmit a bid or proposal with a public entity for the construction or repair of a publicbuilding or public work, may not submit bids or proposals on leases of real propertyto a public entity, may not perform work as a contractor, supplier, subcontractor orconsultant under contract with any public entity and may not transact business withany public entity.

W. Governing Law and Venue

This Contract is executed and entered into in the State of Florida, and shall beconstrued, performed and enforced in all respects in accordance with the laws, rulesand regulations of the State of Florida. Any action hereon or in connection herewithshall be brought in Leon County, Florida.

X. No Third Party Beneficiaries

Except as otherwise expressly provided herein, neither this Contract, nor anyamendment, addendum or attachment attached hereto, nor term, provision or clausecontained therein, shall be construed as being for the benefit of, or providing a benefitto, any party not a signatory hereto.

1. The Contractor shall hold and save the Department harmless from any and allsuits and judgments against the Department for personal injury or damage toreal or tangible personal property caused by the Contractor's tortious conductin the performance of this Contract provided that (a) the Departmentpromptly notifies the Contractor in writing of any claim, and (b) theContractor shall be given the opportunity, at its option, to participate andassociate with the Department in the control, defense and trial of any claimsand any related settlement negotiations and, provided further, that withrespect to any claim, or portion thereof, for which the Contractor agrees at theinitiation of such claim that the Contractor shall save and hold theDepartment harmless, the Contractor shall have the sole control of thedefense, trial and any related settlement negotiations, and (c) the Departmentfully cooperates with the Contractor in the defense of any claim.

2. In no event, however, will the Contractor be liable for (a) any damagescaused by the Department's responsibilities, or for (b) any lost profits or otherconsequential damages, even if the Contractor has been advised of thepossibility of such damage, or for (c) any claim against the Department byany other party, except as provided in the hold harmless provision of the

CONTRACT # C2060

Page 24 of 86MODEL DOCUMENT REVISED 3/01/02

preceding paragraph of this Special Condition and except as provided in theparagraph entitled "Patents and Royalties", or for (d) any damages caused byperformance or non-performance of machines or programming locatedoutside the United States or Puerto Rico.

Y. Convicted Felons Certification

No personnel assigned to this Contract may be a convicted felon or have relatives eitherconfined by or under supervision of the Department.

Waiver of breach of any provision of this Contract shall not be deemed to be a waiver of any otherbreach and shall not be construed to be a modification of the terms of this Contract.

This Contract, ITB 02-DC-7428 and the contractor’s response to the ITB, contain all the terms andconditions agreed upon by the parties. In the event of any conflict in language among thesedocuments, the Department’s ITB will govern.

IN WITNESS THEREOF, the parties hereto have caused this Contract to be executed by theirundersigned officials as duly authorized.

CONTRACTOR: STATE OF FLORIDADEPARTMENT OF CORRECTIONS

SIGNEDBY:

SIGNEDBY:

NAME: NAME: Michael W. Moore

TITLE: TITLE: SecretaryDepartment of Corrections

DATE: DATE:

FEID #: APPROVED AS TO FORM ANDLEGALITY SUBJECT TOEXECUTION BY THE PARTIES

Louis A. VargasGeneral CounselDepartment of Corrections

CONTRACT # C2060ATTACHMENT 1

Page 25 of 86

PRICE SHEET

REGION I

ITEM #1

INSPECTION, TESTING & OTHER SERVICES

Apalachee CI (East & West Units), River Junction W/C

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 5,420.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 680.00 (Semi-annually)Sprinkler System Inspection & Testing $ 275.00 (Annually)Kitchen Exhaust Hood Cleaning $ 3,000.00 (Semi-annually)

Calhoun CI & W/C

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 3,341.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 475.00 (Semi-annually)Sprinkler System Inspection & Testing $ 540.00 (Annually)Kitchen Exhaust Hood Cleaning $ 1,800.00 (Semi-annually)

Century CI & W/C, Berrydale F/C, Pensacola WRC

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 3,380.00 (Annually) Kitchen Fire Suppression System Inspection & Testing $ 550.00 (Semi-annually)Sprinkler System Inspection & Testing $ 1,490.00 (Annually)Kitchen Exhaust Hood Cleaning $ 2,600.00 (Semi-annually)

Gulf CI, Annex & F/C, Franklin W/C

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 7,175.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 835.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 2,170.00 (Annually)Kitchen Exhaust Hood Cleaning $ 3,600.00 (Semi-annually)

CONTRACT # C2060ATTACHMENT 1

Page 26 of 86

Holmes CI & W/C, Caryville W/C

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 2,681.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 590.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 570.00 (Annually)Kitchen Exhaust Hood Cleaning $ 2,400.00 (Semi-annually)

Jackson CI & W/C, Graceville W/C, Marianna WRC

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 3,723.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 595.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 1,235.00 (Annually)Kitchen Exhaust Hood Cleaning $ 2,600.00 (Semi-annually)

Jefferson CI

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 3,222.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 510.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 175.00 (Annually)Kitchen Exhaust Hood Cleaning $ 1,600.00 (Semi-annually)

Liberty CI, Quincy Annex & W/C

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 5,280.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 665.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 515.00 (Annually)Kitchen Exhaust Hood Cleaning $ 3,500.00 (Semi-annually)

Madison CI & W/C

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 4,829.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 575.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 410.00 (Annually)Kitchen Exhaust Hood Cleaning $ 1,200.00 (Semi-annually)

CONTRACT # C2060ATTACHMENT 1

Page 27 of 86

Okaloosa CI & W/C

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 2,348.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 350.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 1,185.00 (Annually)Kitchen Exhaust Hood Cleaning $ 1,200.00 (Semi-annually)

Santa Rosa CI

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 7,379.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 425.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 1,715.00 (Annually)Kitchen Exhaust Hood Cleaning $ 1,400.00 (Semi-annually)

Wakulla CI, Tallahassee WRC & Road Prison

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 2,472.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 1,000.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 1,645.00 (Annually)Kitchen Exhaust Hood Cleaning $ 3,200.00 (Semi-annually)

Walton CI & W/C

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 2,597.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 575.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 575.00 (Annually)Kitchen Exhaust Hood Cleaning $ 1,800.00 (Semi-annually)

Washington CI, Panama City WRC

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 3,269.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 510.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 1,505.00 (Annually)Kitchen Exhaust Hood Cleaning $ 1,800.00 (Semi-annually)

CONTRACT # C2060ATTACHMENT 1

Page 28 of 86

REGION I

ITEM #2

FIRE EXTINGUISHER RECHARGE, MAINTENANCE & HYDROSTATIC TESTING

UNIT PRICEUNIT PRICE UNIT PRICE 5-YR 6-YR 12-YR R-CH, MAINT,

FIRE EXTINGUISHER TYPE R-CH & MAINT HYDRO TESTHYDRO TEST

2.5# ABC w/bracket 1A-10B:C $ 9.00 $ 10.00

10# B:C w/wall mount 20B:C $ 14.50 $ 10.00

20# B:C w/wall mount 40B:C $ 21.50 $ 10.00

30# B:C w/wall mount 60B:C $ 32.50 $ 10.00

2.5 Gallon Pressurized Water $ 17.50

6 Liter Wet Chemical $ 25.00

UNIT PRICE UNIT PRICE 6-YR 12-YR

FIRE EXTINGUISHER TYPE R-CH & MAINT HYDRO TEST

5# ABC w/wall mount 2A—10B:C $ 10.50 $ 10.00

10# ABC w/wall mount 4A-40B:C $ 14.50 $ 10.00

ITEM #3

HOURLY LABOR RATES FOR REPAIR

SERVICE HOURLY RATE

Fire Alarm System $ 125.00 per hour

Kitchen Fire Suppression System $ 125.00 per hour

Sprinkler System $ 125.00 per hour

CONTRACT # C2060ATTACHMENT 1

Page 29 of 86

PRICE SHEET

REGION II

ITEM #1

INSPECTION, TESTING & OTHER SERVICES

Baker CI & W/C

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 2,835.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 375.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 430.00 (Annually)Kitchen Exhaust Hood Cleaning $ 1,500.00 (Semi-annually)

Columbia CI, W/C & Annex, Lake City WRC

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 4,498.00 (Annually) Kitchen Fire Suppression System Inspection & Testing $ 450.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 1,335.00 (Annually)Kitchen Exhaust Hood Cleaning $ 2,000.00 (Semi-annually)

Cross City CI & W/C

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 2,640.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 375.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 365.00 (Annually)Kitchen Exhaust Hood Cleaning $ 1,200.00 (Semi-annually)

Florida State Prison & W/C

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 2,622.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 725.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 4,650.00 (Annually)Kitchen Exhaust Hood Cleaning $ 3,000.00 (Semi-annually)

CONTRACT # C2060ATTACHMENT 1

Page 30 of 86

Gainesville CI & W/C, Santa Fe WRC

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 1,373.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 450.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 0.00 (Annually)Kitchen Exhaust Hood Cleaning $ 1,200.00 (Semi-annually)

Hamilton CI, Annex & W/C

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 4,089.00 (Annually) Kitchen Fire Suppression System Inspection & Testing $ 650.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 1,685.00 (Annually)Kitchen Exhaust Hood Cleaning $ 2,800.00 (Semi-annually)

Lancaster CI & W/C

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 3,100.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 475.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 0.00 (Annually)Kitchen Exhaust Hood Cleaning $ 1,600.00 (Semi-annually)

Lawtey CI & Dinsmore WRC

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 2,242.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 375.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 935.00 (Annually)Kitchen Exhaust Hood Cleaning $ 1,100.00 (Semi-annually)

Mayo CI & W/C

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 1,874.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 400.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 1,220.00 (Annually)Kitchen Exhaust Hood Cleaning $ 1,300.00 (Semi-annually)

CONTRACT # C2060ATTACHMENT 1

Page 31 of 86

New River CI (East & West Units)

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 3,247.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 525.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 415.00 (Annually)Kitchen Exhaust Hood Cleaning $ 1,600.00 (Semi-annually)

North Florida Reception Center (NFRC) & Annex

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 4,785.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 725.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 700.00 (Annually)Kitchen Exhaust Hood Cleaning $ 2,700.00 (Semi-annually)

Putnam CI

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 739.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 275.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 175.00 (Annually)Kitchen Exhaust Hood Cleaning $ 1,000.00 (Semi-annually)

Taylor CI & Annex

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 3,978.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 825.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 2,880.00 (Annually)Kitchen Exhaust Hood Cleaning $ 2,800.00 (Semi-annually)

Union CI

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 7,770.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 400.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 1,550.00 (Annually)Kitchen Exhaust Hood Cleaning $ 1,400.00 (Semi-annually)

CONTRACT # C2060ATTACHMENT 1

Page 32 of 86

REGION II

ITEM #2

FIRE EXTINGUISHER RECHARGE, MAINTENANCE & HYDROSTATIC TESTING

UNIT PRICEUNIT PRICE UNIT PRICE 5-YR 6-YR 12-YR R-CH, MAINT,

FIRE EXTINGUISHER TYPE R-CH & MAINT HYDRO TESTHYDRO TEST

2.5# ABC w/bracket 1A-10B:C $ 9.00 $ 10.00

10# B:C w/wall mount 20B:C $ 14.50 $ 10.00

20# B:C w/wall mount 40B:C $ 21.50 $ 10.00

30# B:C w/wall mount 60B:C $ 32.50 $ 10.00

2.5 Gallon Pressurized Water $ 17.50

6 Liter Wet Chemical $ 25.00

UNIT PRICE UNIT PRICE 6-YR 12-YR

FIRE EXTINGUISHER TYPE R-CH & MAINT HYDRO TEST

5# ABC w/wall mount 2A—10B:C $ 10.50 $ 10.00

10# ABC w/wall mount 4A-40B:C $ 14.50 $ 10.00

ITEM #3

HOURLY LABOR RATES FOR REPAIR

SERVICE HOURLY RATE

Fire Alarm System $ 110.00 per hour

Kitchen Fire Suppression System $ 110.00 per hour

Sprinkler System $ 110.00 per hour

CONTRACT # C2060ATTACHMENT 1

Page 33 of 86

PRICE SHEET

REGION III

ITEM #1

INSPECTION, TESTING & OTHER SERVICES

Avon Park CI & W/C

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 2,552.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 625.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 1,150.00 (Annually)Kitchen Exhaust Hood Cleaning $ 2,300.00 (Semi-annually)

Brevard CI & W/C

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 1,844.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 625.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 1,175.00 (Annually)Kitchen Exhaust Hood Cleaning $ 2,400.00 (Semi-annually)

Central Florida Reception Center (CFRC), East & South Units, CocoaWRC, Kissimmee WRC, Orlando WRC, and Pine Hills WRC

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 7,470.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 700.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 1,315.00 (Annually)Kitchen Exhaust Hood Cleaning $ 2,800.00 (Semi-annually)

Hernando CI

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 696.00 (Annually) Kitchen Fire Suppression System Inspection & Testing $ 250.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 160.00 (Annually)Kitchen Exhaust Hood Cleaning $ 700.00 (Semi-annually)

CONTRACT # C2060ATTACHMENT 1

Page 34 of 86

Hillsborough CI

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 1,625.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 325.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 110.00 (Annually)Kitchen Exhaust Hood Cleaning $ 1,000.00 (Semi-annually)

Lake CI

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 1,732.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 200.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 950.00 (Annually)Kitchen Exhaust Hood Cleaning $ 400.00 (Semi-annually)

Lowell CI & Annex, Levy F/C

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 3,757.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 500.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 420.00 (Annually)Kitchen Exhaust Hood Cleaning $ 1,800.00 (Semi-annually)

Marion CI & W/C

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 3,390.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 650.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 520.00 (Annually)Kitchen Exhaust Hood Cleaning $ 2,500.00 (Semi-annually)

Polk CI & W/C, Largo W/C, Bartow WRC, Bradenton DTC, Pinellas WRC,St. Petersburg WRC & Tarpon Springs WRC

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 4,276.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 675.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 665.00 (Annually)Kitchen Exhaust Hood Cleaning $ 2,500.00 (Semi-annually)

CONTRACT # C2060ATTACHMENT 1

Page 35 of 86

Sumter CI, F/C & Boot Camp

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 3,820.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 475.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 285.00 (Annually)Kitchen Exhaust Hood Cleaning $ 3,000.00 (Semi-annually)

Tomoka CI & W/C, Daytona Beach WRC

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 2,636.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 475.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 480.00 (Annually)Kitchen Exhaust Hood Cleaning $ 2,200.00 (Semi-annually)

Zephyrhills CI

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 2,119.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 325.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 765.00 (Annually)Kitchen Exhaust Hood Cleaning $ 1,000.00 (Semi-annually)

CONTRACT # C2060ATTACHMENT 1

Page 36 of 86

REGION III

ITEM #2

FIRE EXTINGUISHER RECHARGE, MAINTENANCE & HYDROSTATIC TESTING

UNIT PRICEUNIT PRICE UNIT PRICE 5-YR 6-YR 12-YR R-CH, MAINT,

FIRE EXTINGUISHER TYPE R-CH & MAINT HYDRO TESTHYDRO TEST

2.5# ABC w/bracket 1A-10B:C $ 9.00 $ 10.00

10# B:C w/wall mount 20B:C $ 14.50 $ 10.00

20# B:C w/wall mount 40B:C $ 21.50 $ 10.00

30# B:C w/wall mount 60B:C $ 32.50 $ 10.00

2.5 Gallon Pressurized Water $ 17.50

6 Liter Wet Chemical $ 25.00

UNIT PRICE UNIT PRICE 6-YR 12-YR

FIRE EXTINGUISHER TYPE R-CH & MAINT HYDRO TEST

5# ABC w/wall mount 2A—10B:C $ 10.50 $ 10.00

10# ABC w/wall mount 4A-40B:C $ 14.50 $ 10.00

ITEM #3

HOURLY LABOR RATES FOR REPAIR

SERVICE HOURLY RATE

Fire Alarm System $ 110.00 per hour

Kitchen Fire Suppression System $ 110.00 per hour

Sprinkler System $ 110.00 per hour

CONTRACT # C2060ATTACHMENT 1

Page 37 of 86

PRICE SHEET

REGION IV

ITEM #1

INSPECTION, TESTING & OTHER SERVICES

Broward CI

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 2,025.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 325.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 580.00 (Annually)Kitchen Exhaust Hood Cleaning $ 1,100.00 (Semi-annually)

Charlotte CI, Ft. Myers W/C

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 2,675.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 600.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 1,605.00 (Annually)Kitchen Exhaust Hood Cleaning $ 2,100.00 (Semi-annually)

Dade CI & Annex, Big Pine Key Road Prison

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 4,985.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 500.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 2,430.00 (Annually)Kitchen Exhaust Hood Cleaning $ 2,000.00 (Semi-annually)

DeSoto CI, Annex & W/C, Arcadia Road Prison

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 3,207.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 500.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 650.00 (Annually)Kitchen Exhaust Hood Cleaning $ 2,600.00 (Semi-annually)

CONTRACT # C2060ATTACHMENT 1

Page 38 of 86

Everglades CI

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 2,998.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 690.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 1,950.00 (Annually)Kitchen Exhaust Hood Cleaning $ 1,750.00 (Semi-annually)

Glades CI & W/C, Atlantic WRC, West Palm Beach WRC, LoxahatcheeRoad Prison

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 2,897.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 700.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 1,140.00 (Annually)Kitchen Exhaust Hood Cleaning $ 3,000.00 (Semi-annually)

Hardee CI & W/C

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 3,841.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 725.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 2,190.00 (Annually)Kitchen Exhaust Hood Cleaning $ 2,750.00 (Semi-annually)

Hendry CI & W/C and Copeland Road Prison

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 1,471.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 600.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 1,985.00 (Annually)Kitchen Exhaust Hood Cleaning $ 2,200.00 (Semi-annually)

Indian River CI

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 950.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 200.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 395.00 (Annually)Kitchen Exhaust Hood Cleaning $ 400.00 (Semi-annually)

CONTRACT # C2060ATTACHMENT 1

Page 39 of 86

Martin CI & W/C, Ft. Pierce WRC

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 2,613.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 700.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 1,750.00 (Annually)Kitchen Exhaust Hood Cleaning $ 2,250.00 (Semi-annually)

Okeechobee CI

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 1,100.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 625.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 1,705.00 (Annually)Kitchen Exhaust Hood Cleaning $ 1,800.00 (Semi-annually)

South Florida Reception Center (SFRC) & Annex, Hollywood WRC,Miami North WRC, Opa Locak WRC, Pompano WRC

SERVICE UNIT PRICE

Fire Alarm System Inspection & Testing $ 7,420.00 (Annually)Kitchen Fire Suppression System Inspection & Testing $ 900.00 (Semi-annually)Sprinkler System Inspection & Testing (Annual) $ 0.00 (Annually)Kitchen Exhaust Hood Cleaning $ 4,200.00 (Semi-annually)

CONTRACT # C2060ATTACHMENT 1

Page 40 of 86

REGION IV

ITEM #2

FIRE EXTINGUISHER RECHARGE, MAINTENANCE & HYDROSTATIC TESTING

UNIT PRICEUNIT PRICE UNIT PRICE 5-YR 6-YR 12-YR R-CH, MAINT,

FIRE EXTINGUISHER TYPE R-CH & MAINT HYDRO TESTHYDRO TEST

2.5# ABC w/bracket 1A-10B:C $ 9.00 $ 10.00

10# B:C w/wall mount 20B:C $ 14.50 $ 10.00

20# B:C w/wall mount 40B:C $ 21.50 $ 10.00

30# B:C w/wall mount 60B:C $ 32.50 $ 10.00

2.5 Gallon Pressurized Water $ 17.50

6 Liter Wet Chemical $ 25.00

UNIT PRICE UNIT PRICE 6-YR 12-YR

FIRE EXTINGUISHER TYPE R-CH & MAINT HYDRO TEST

5# ABC w/wall mount 2A—10B:C $ 10.50 $ 10.00

10# ABC w/wall mount 4A-40B:C $ 14.50 $ 10.00

ITEM #3

HOURLY LABOR RATES FOR REPAIR

SERVICE HOURLY RATE

Fire Alarm System $ 125.00 per hour

Kitchen Fire Suppression System $ 125.00 per hour

Sprinkler System $ 125.00 per hour

CONTRACT # C2060ATTACHMENT 2

Page 41 of 86

FIRE ALARM SYSTEMS INVENTORY

Institution/Building Manufacturer Smoke Det

HeatDet

Duct Det

Pull Stns Mag Door Smoke EvacSys

Calhoun Region 1Control Room FCI 5 15 0 3 0 NoChapel FCI 17 2 0 1 0 NoLaundry FCI 5 15 0 3 0 NoMedical FCI 17 9 4 4 0 NoEducation FCI 22 12 4 11 0 NoA-Dorm FCI 18 4 0 1 0 NoC-Dorm FCI 17 3 0 1 0 NoD-Dorm FCI 17 3 0 1 0 NoE-Dorm FCI 17 3 0 1 0 NoF-Dorm FCI 17 3 0 1 0 NoG-Dorm FCI 17 3 0 1 0 NoH-Dorm FCI 22 15 12 1 0 NoB-Dorm FCI 19 3 0 1 0 NoX-Dorm FCI 20 1 0 1 8 NoWork Camp B-Dorm FCI 18 4 0 1 0 NoWork Camp A-Dorm FCI 18 4 0 1 0 NoLiberty Region 1Administration FCI 44 1 0 7 0 NoGate House FCI 28 1 3 6 0 NoChapel FCI 1 0 4 4 0 NoEducation FCI 33 13 5 13 0 NoLaundry FCI 0 27 0 4 0 NoConfinement FCI 24 6 6 1 12 YesMedical FCI 18 1 4 5 0 NoFood Service FCI 10 9 0 4 0 NoA-Dorm FCI 22 1 0 1 0 NoB-Dorm FCI 22 1 0 1 0 NoD-Dorm FCI 22 1 0 1 0 NoE-Dorm FCI 22 1 0 1 0 NoF-Dorm FCI 22 1 0 1 0 NoG-Dorm FCI 22 1 0 1 0 NoH-Dorm FCI 22 1 0 1 0 NoI-Dorm FCI 27 0 0 1 0 NoNorth Canteen FCI 4 0 0 4 0 NoSouth Canteen FCI 5 0 0 4 0 NoWarehouse FCI 16 1 0 2 0 No

CONTRACT # C2060ATTACHMENT 2

Page 42 of 86

Institution/Building Manufacturer Smoke Det

HeatDet

Duct Det

Pull Stns Mag Door Smoke EvacSys

K-Dorm FCI 21 2 0 1 0 NoL-Dorm FCI 21 2 0 1 0 NoQuincy AnnexLiberty cont.Chapel Simplex 6 2 1 2 0 NoA-Dorm Simplex 24 4 2 2 0 NoB-Dorm Simplex 19 3 0 1 0 NoC-Dorm Simplex 19 3 0 1 0 NoJackson Region 1A-Dorm Notifier 17 5 0 1 0 NoB-Dorm Notifier 17 5 0 1 0 NoC-Dorm Notifier 17 5 0 1 0 NoD-Dorm Notifier 17 5 0 1 0 NoE-Dorm Notifier 17 5 0 1 0 NoF-Dorm Notifier 38 0 0 2 0 NoG-Dorm Notifier 38 0 0 2 0 NoH-Dorm Notifier 23 18 0 1 0 NoI-Dorm FCI 19 3 0 1 0 NoJ-Dorm FCI 19 3 0 1 0 NoK-Dorm FCI 19 0 0 1 0 NoL-Dorm FCI 19 0 0 1 0 NoControl Comp. Pyrotronics 28 1 3 6 0 NoLaundry FCI 3 24 0 4 0 NoConfinement FCI 21 12 5 1 12 YesMedical Pyrotronics 17 0 8 4 4 NoSupport Building Notifier 0 6 0 1 0 NoHolmes Region 1A-Dorm FCI 19 2 0 1 0 NoB-Dorm FCI 19 2 0 1 0 NoC-Dorm FCI 19 2 0 1 0 NoD-Dorm FCI 19 2 0 1 0 NoE-Dorm FCI 19 2 0 1 0 NoF-Dorm FCI 19 2 0 1 0 NoG-Dorm FCI 19 2 0 1 0 NoH-Dorm FCI 26 18 0 1 0 YesY-Dorm FCI 25 1 2 3 4 YesMulti-Purpose FCI 18 2 4 4 0 NoWarehouse FCI 3 10 0 2 0 No

CONTRACT # C2060ATTACHMENT 2

Page 43 of 86

Institution/Building Manufacturer Smoke Det

HeatDet

Duct Det

Pull Stns Mag Door Smoke EvacSys

Work Camp A-Dorm FCI 19 2 0 1 0 NoWork Camp B-Dorm FCI 19 2 0 1 0 NoJefferson Region 1A-Dorm FCI 22 2 0 1 n/a NoB-Dorm FCI 22 2 0 1 n/a NoC-Dorm FCI 22 2 0 1 n/a NoD-Dorm FCI 22 2 0 1 n/a NoE-Dorm FCI 22 2 0 1 n/a NoF-Dorm FCI 22 2 0 1 n/a NoG-Dorm FCI 22 2 0 1 n/a NoConfinement FCI 26 11 6 1 12 YesMTC Building FCI 16 7 4 4 n/a NoFood Service FCI 7 9 n/a 5 n/a NoSecurity Building FCI 28 1 3 6 n/a NoWarehouse FCI 13 1 n/a 3 n/a NoEducation FCI 33 13 5 12 n/a NoLaundry FCI 0 27 n/a 4 n/a NoGulf Region 1Multi Treatment Complex FCI 16 2 4 4 0 NoA-Dorm FCI 19 4 0 1 0 NoB-Dorm FCI 19 4 0 1 0 NoC-Dorm FCI 19 4 0 1 0 NoD-Dorm FCI 19 4 0 1 0 NoE-Dorm FCI 19 4 0 1 0 NoF-Dorm FCI 35 6 20 1 0 NoG-Dorm FCI 35 6 20 1 0 NoH-Dorm FCI 23 15 12 1 0 NoY-Dorm FCI 28 11 1 1 0 YesSecurity Building FCI 25 1 4 6 0 NoAnnex/Multi Trtment FCI 25 8 4 5 0 NoAnnex J-Dorm FCI 19 4 0 1 0 NoAnnex K-Dorm FCI 19 4 0 1 0 NoAnnex L-Dorm FCI 19 4 0 1 0 NoAnnex M-Dorm FCI 19 4 0 1 0 NoAnnex N-Dorm FCI 19 4 0 1 0 NoAnnex O-Dorm FCI 23 15 12 1 0 NoAnnex P-Dorm FCI 23 15 12 1 0 NoAnnex Q-Dorm FCI 23 15 12 1 0 No

CONTRACT # C2060ATTACHMENT 2

Page 44 of 86

Institution/Building Manufacturer Smoke Det

HeatDet

Duct Det

Pull Stns Mag Door Smoke EvacSys

Annex/Food Service FCI 20 18 2 5 0 NoAnnex/Security Building FCI 25 4 1 6 0 NoForestry Camp A-Dorm FCI 13 1 0 1 0 NoForestry Camp B-Dorm FCI 13 1 0 1 0 NoForestry Camp C-Dorm FCI 12 1 0 1 0 NoForestry Camp D-Dorm FCI 12 1 0 1 0 NoForestry Camp Security FCI 5 0 0 3 0 NoForestry Camp Multi-Trt FCI 17 1 1 2 0 NoFrstry Cmp Food Service FCI 5 5 0 5 0 NoFrnkln Wk Cmp A-Dorm Fire Lite 12 1 0 1 0 NoFrnklin Wk Cmp B-Dorm Fire Lite 12 1 0 1 0 NoWalton Region 1Medical Faraday 11 7 3 0 NoConfinement Faraday 24 14 0 1 6 YesH-Dorm FCI 26 18 1 1 0 NoA-Dorm Faraday 21 2 0 1 0 NoB-Dorm FOS 21 2 0 1 0 NoC-Dorm Faraday 21 2 0 1 0 NoD-Dorm Faraday 21 2 0 1 0 NoE-Dorm FOS 21 2 0 1 0 NoF-Dorm Faraday 21 2 0 1 0 NoG-Dorm FOS 21 2 0 1 0 NoWork Camp A-Dorm FCI 19 3 0 1 0 NoWork Camp B-Dorm FCI 19 3 0 1 0 NoWakulla Region 1Training Pyrotronics 0 0 6 8 0 NoTallahassee RP Edwards 25 10 0 15 0 NoTallahassee WRC FCI 38 11 0 7 0 NoA-Dorm Simplex 19 2 0 1 0 NoB-Dorm Simplex 19 2 0 1 0 NoC-Dorm Simplex 19 2 0 1 0 NoD-Dorm Simplex 19 2 0 1 0 NoE-Dorm Simplex 19 2 0 1 0 NoF-Dorm Simplex 20 0 0 1 0 NoG-Dorm Simplex 20 0 0 1 0 NoH-Dorm Simplex 20 0 0 1 0 NoMedical Simplex 1 0 2 6 0 NoWashington Region 1

CONTRACT # C2060ATTACHMENT 2

Page 45 of 86

Institution/Building Manufacturer Smoke Det

HeatDet

Duct Det

Pull Stns Mag Door Smoke EvacSys

MSB Building#509 EST 29 10 14 4 0 NoA-Dorm EST 17 5 0 1 0 NoB-Dorm EST 17 5 0 1 0 NoC-Dorm EST 17 5 0 1 0 NoD-Dorm EST 17 5 0 1 0 NoE-Dorm EST 17 5 0 1 0 NoF-Dorm EST 85 3 0 2 0 YesG-Dorm EST 85 3 0 2 0 YesH-Dorm EST 85 3 0 2 0 YesPanama City WRC Kidde 7 7 1 8 0 NoMadison Region 1Administration Simplex 33 4 1 3 0 NoEducation Simplex 35 12 0 13 0 NoLaundry Simplex 0 27 0 4 0 NoY-Dorm Simplex 28 3 7 1 12 YesMedical Simplex 22 0 3 5 0 NoFood Service Simplex 11 7 0 4 0 NoE-Dorm Simplex 21 1 0 1 0 NoF-Dorm Simplex 21 1 0 1 0 NoG-Dorm Simplex 21 1 0 1 0 NoH-Dorm Simplex 21 1 0 1 0 NoI-Dorm Simplex 21 1 0 1 0 NoJ-Dorm Simplex 21 1 0 1 0 NoK-Dorm Simplex 21 1 0 1 0 NoL-Dorm Simplex 26 3 12 1 0 NoW. Canteen Simplex 3 1 0 4 0 NoMaintenance Simplex 10 15 0 6 0 NoWarehouse Simplex 13 1 0 2 0 NoMultipurpose W/C Simplex 18 0 0 3 0 NoFood Service W/C Simplex 6 5 0 5 0 NoA-Dorm Simplex 10 1 0 1 0 NoB-Dorm Simplex 10 1 0 1 0 NoC-Dorm Simplex 14 1 0 1 0 NoD-Dorm Simplex 14 1 0 1 0 NoWarehouse W/C Simplex 7 0 0 4 0 NoApalachee Est Region 1 K-Dorm Pyrotronics 11 2 0 3 0 NoM-Dorm Pyrotronics 2 2 0 1 0 No

CONTRACT # C2060ATTACHMENT 2

Page 46 of 86

Institution/Building Manufacturer Smoke Det

HeatDet

Duct Det

Pull Stns Mag Door Smoke EvacSys

N-Dorm Pyrotronics 2 2 0 1 0 NoO-Dorm Pyrotronics 2 2 0 1 0 NoP-Dorm Pyrotronics 2 2 0 1 0 NoY-Dorm Pyrotronics 50 1 0 3 10 YesFood Service Pyrotronics 0 4 0 6 0 NoMedical FCI 7 0 2 5 2 NoApalachee Wst Region 1Security Building Pyrotronics 9 2 0 4 0 NoA-Dorm Pyrotronics 12 1 0 2 0 NoB-Dorm Pyrotronics 12 1 0 2 0 NoC-Dorm Pyrotronics 16 1 0 1 0 NoD-Dorm Pyrotronics 5 1 0 1 0 NoE-Dorm Pyrotronics 7 1 0 1 0 NoF-Dorm Pyrotronics 12 1 0 2 0 NoG-Dorm Pyrotronics 12 1 0 2 0 NoY-Dorm Pyrotronics 10 0 0 2 4 YesMedical Pyrotronics 17 0 0 9 0 NoFood Service Pyrotronics 0 18 0 5 0 NoEducation Pyrotronics 2 0 0 3 0 NoRiver Jctn W/C Regn 1Adm. Basement Simplex 38 0 2 10 0 NoAdmin. Simplex 13 0 0 2 0 NoMaintenance Simplex 17 0 0 3 0 NoA-Dorm Simplex 29 0 0 2 0 NoB-Dorm Simplex 21 0 0 3 0 NoC-Dorm Simplex 21 0 0 2 0 NoD-Dorm Simplex 16 0 0 5 0 NoE-Dorm Simplex 21 0 0 2 0 NoVocational Building Simplex 3 0 0 2 0 NoCentury Region 1A-Dorm FCI 20 3 0 1 0 NoB-Dorm FCI 19 3 0 1 0 NoC-Dorm FCI 19 3 0 1 0 NoD-Dorm FCI 19 3 0 1 0 NoE-Dorm FCI 23 3 0 1 0 NoW/C J-Dorm FCI 18 3 0 1 0 NoW/C K-Dorm FCI 18 3 0 1 0 NoF-Dorm FCI 64 0 0 2 0 No

CONTRACT # C2060ATTACHMENT 2

Page 47 of 86

Institution/Building Manufacturer Smoke Det

HeatDet

Duct Det

Pull Stns Mag Door Smoke EvacSys

G-Dorm FCI 64 0 0 2 0 NoH-Dorm FCI 23 18 0 1 0 NoMedical FCI 17 4 4 4 0 NoConf. #316 FCI 27 12 6 1 12 YesControl/VP #319 Edwards 24 1 3 3 0 NoOkaloosa Region 1Medical FCI 17 0 8 4 0 NoA-Dorm FCI 35 2 1 5 0 NoB-Dorm FCI 32 6 4 3 0 NoC-Dorm Pyrotronics 34 2 0 1 0 NoD-Dorm Pyrotronics 34 2 0 1 0 NoE-Dorm FCI 23 18 0 1 0 NoJ-Dorm FCI 14 1 0 1 0 NoK-Dorm FCI 14 1 0 1 0 NoL-Dorm FCI 14 1 0 1 0 NoM-Dorm FCI 14 1 0 1 0 NoSanta Rosa Region 1A-Dorm Hiller 20 2 0 1 0 0B-Dorm Hiller 23 3 23 8 0 0C-Dorm Hiller 23 3 23 8 0 0D-Dorm Hiller 23 3 23 8 0 0E-Dorm Hiller 23 3 23 8 0 0F-Dorm Hiller 23 3 23 8 0 0G-Dorm Hiller 23 3 23 8 0 0H-Dorm Hiller 20 2 0 1 0 0Medical Hiller 0 0 6 6 0 0Cross City Region 2W/C Food Service Mirtone 6 5 0 5 0 NoG-Dorm Mirtone 13 1 0 1 0 NoH-Dorm Mirtone 13 1 0 1 0 NoJ-Dorm Mirtone 13 1 0 1 0 NoK-Dorm Mirtone 13 1 0 1 0 NoWork Camp Multi-Purpose Mirtone 15 1 0 3 0 NoWork Camp Gatehouse Mirtone 4 0 0 3 0 NoAdministration Building Simplex 2 1 0 3 0 NoWarehouse Simplex 15 1 0 2 0 NoFood Service Simplex 2 20 0 5 0 NoB-Dorm Simplex 13 0 0 2 2 No

CONTRACT # C2060ATTACHMENT 2

Page 48 of 86

Institution/Building Manufacturer Smoke Det

HeatDet

Duct Det

Pull Stns Mag Door Smoke EvacSys

C-Dorm Simplex 12 0 0 2 1 NoNorth Confinement Simplex 5 1 0 1 0 NoMedical Simplex 20 10 3 4 2 NoEducation Simplex 1 0 0 4 0 NoProperty Room Simplex 11 0 0 0 0 NoPride Factory Fire-Lite 4 0 0 8 2 NoChapel Simplex 1 0 0 3 0 NoE-Dorm Simplex 24 11 2 1 0 NoF-Dorm Simplex 24 11 2 1 0 NoControl Room Simplex 1 0 1 5 0 NoD-Dorm Simplex 22 2 2 1 0 NoBaker Region 2A-Dorm Gamewell 14 4 0 1 0 NoB-Dorm Gamewell 14 4 0 1 0 NoC-Dorm Gamewell 14 4 0 1 0 NoD-Dorm Gamewell 14 4 0 1 0 NoE-Dorm Gamewell 28 0 0 1 0 NoF-Dorm Gamewell 28 0 0 1 0 NoG-Dorm Gamewell 15 15 0 1 0 NoB-Building Gamewell 0 0 0 1 0 NoD-Building Gamewell 32 4 9 7 0 NoW/C A-Dorm FCI 21 8 0 1 0 NoW/C B-Dorm FCI 21 8 0 1 0 NoGainesville Region 2A-Dorm FCS 19 0 0 1 N/A N/AB-Dorm FCS 19 0 0 1 N/A N/AC-Dorm FCS 19 0 0 1 N/A N/AW/C A&B Dorm Cerberus 9 1 0 4 N/A N/AW/C C-Dorm Cerberus 10 0 0 1 N/A N/AW/C D-Dorm Cerberus 10 0 0 1 N/A N/AE-Dorm Cerberus 10 0 0 1 N/A N/ASanta Fe WRC FCI 66 15 0 15 N/A N/ALawtey Region 2A-Dorm FCI 18 6 6 1 6 NoB-Dorm FCI 10 1 0 1 0 NoC-Dorm FCI 10 1 0 1 0 NoD-Dorm FCI 10 1 0 1 0 NoE-Dorm FCI 10 1 0 1 0 No

CONTRACT # C2060ATTACHMENT 2

Page 49 of 86

Institution/Building Manufacturer Smoke Det

HeatDet

Duct Det

Pull Stns Mag Door Smoke EvacSys

F-Dorm FCI 10 1 0 1 0 NoG-Dorm FCI 10 1 0 1 0 NoH-Dorm FCI 10 1 0 1 0 NoI-Dorm FCI 10 1 0 1 0 NoChapel FCI 4 0 0 4 0 NoPride Factory FCI 2 24 0 3 0 NoConfinement FCI 19 0 0 1 2 NoMulti Purpose Bldg FCI 17 4 6 7 5 NoGate House FCI 12 0 0 2 0 NoAdministration FCI 4 0 0 3 0 NoWarehouse FCI 1 1 0 4 0 NoMaintenance FCI 2 0 0 1 0 NoCanteen 1 FCI 3 0 0 1 0 NoFood Service FCI 2 1 0 6 0 NoEducation FCI 18 3 0 5 0 NoPutnam Region 2Bldg A/Gatehouse FCI 4 1 1 2 0 NoBldg B FCI 12 1 1 4 0 NoE-Dorm Gamewell 19 11 4 1 6 NoF-Dorm FCI 13 7 1 2 0 NoG-Dorm FCI 19 4 0 1 0 NoColumbia Region 2Control Room FCI 26 0 0 3 0 NoFood Service FCI 20 2 2 2 0 NoA-Dorm FCI 19 3 0 1 0 NoB-Dorm FCI 19 3 0 1 0 NoC-Dorm FCI 19 3 0 1 0 NoD-Dorm FCI 19 3 0 1 0 NoE-Dorm FCI 19 3 0 1 0 NoF-Dorm FCI 73 8 56 1 0 YesG-Dorm FCI 73 8 56 1 YesH-Dorm FCI 23 2 78 1 0 YesY-Dorm FCI 46 4 1 1 0 YesJ-Dorm FCI 19 3 0 1 0 NoK-Dorm FCI 19 3 0 1 0 NoWork Release FCI 43 20 1 7 0 NoWarehouse FCI 12 2 0 2 0 NoMedical FCI 17 4 4 4 0 Yes

CONTRACT # C2060ATTACHMENT 2

Page 50 of 86

Institution/Building Manufacturer Smoke Det

HeatDet

Duct Det

Pull Stns Mag Door Smoke EvacSys

NFRC Region 2W/U Security Building Firelarm 27 0 3 8 0 NoW/U Food Service Firelarm 10 8 0 7 0 NoW/U Multi-Purpose FCI 18 4 4 8 0 NoW/U Chapel FCI 0 0 4 4 0 NoA-Dorm Firelarm 19 1 0 1 0 NoB-Dorm Firelarm 19 1 0 1 0 NoC-Dorm Firelarm 19 1 0 1 0 NoD-Dorm Firelarm 19 1 0 1 0 NoE-Dorm Firelarm 19 1 0 1 0 NoF-Dorm Firelarm 19 1 0 1 0 NoG-Dorm Firelarm 19 1 0 1 0 NoK-Dorm FCI 23 21 0 1 0 NoTraining Building Kidde 14 11 2 5 0 NoNew Clinic FCI 15 9 0 11 0 NoI-Dorm FCI 82 0 0 9 0 NoJ-Dorm FCI 23 10 11 7 0 NoM/U A-Dorm FCI 20 1 0 1 0 NoHospital FCI 54 13 0 10 6 NoDialysis Clinic FCI 6 0 3 1 0 NoM/U B-Dorm FCI 21 6 0 1 0 NoM/U C-Dorm FCI 20 1 0 1 0 NoM/U D-Dorm FCI 20 1 0 1 0 NoM/U E-Dorm FCI 20 1 0 1 0 NoM/U F-Dorm FCI 20 1 0 1 0 NoM/U New Class Gamewell 22 0 4 2 0 NoTaylor Region 2A-Dorm EST 20 3 0 1 n/a n/aB-Dorm EST 20 3 0 1 n/a n/aC-Dorm EST 20 3 0 1 n/a n/aD-Dorm EST 20 3 0 1 n/a n/aE-Dorm EST 20 3 0 1 n/a n/aF-Dorm EST 66 4 0 2 n/a n/aG-Dorm EST 66 4 0 2 n/a n/aH-Dorm EST 66 4 0 2 n/a n/aMedical EST 40 15 14 4 n/a n/aAnnex A-Dorm Simplex 20 3 0 1 n/a n/aAnnex B-Dorm Simplex 20 3 0 1 n/a n/a

CONTRACT # C2060ATTACHMENT 2

Page 51 of 86

Institution/Building Manufacturer Smoke Det

HeatDet

Duct Det

Pull Stns Mag Door Smoke EvacSys

Annex C-Dorm Simplex 20 3 0 1 n/a n/aAnnex D-Dorm Simplex 20 3 0 1 n/a n/aAnnex E-Dorm Simplex 20 3 0 1 n/a n/aAnnex F-Dorm Simplex 25 5 0 1 n/a n/aAnnex G-Dorm Simplex 25 5 0 1 n/a n/aAnnex H-Dorm Simplex 25 5 0 1 n/a n/aHamilton Region 2Annex Security Building Simplex 33 2 3 1 None NoW/C Security Building FCI 6 1 1 2 None NoSecurity Building FCI 2 2 1 2 None NoAnnex A-Dorm Simplex 19 3 None 1 None NoAnnex B-Dorm Simplex 19 3 None 1 None NoAnnex C-Dorm Simplex 19 3 None 1 None NoAnnex D-Dorm Simplex 19 3 None 1 None NoAnnex E-Dorm Simplex 19 3 None 1 None NoAnnex F-Dorm FCI 23 3 15 1 None NoAnnex H-Dorm FCI 23 3 None 1 None NoAnnex G-Dorm FCI 23 3 None 1 None NoW/C A-Dorm FCI 10 2 None 1 None NoW/C B-Dorm FCI 10 2 None 1 None NoA-Dorm FCI 10 2 None 1 None NoB-Dorm FCI 21 2 None 1 None NoC-Dorm FCI 21 2 None 1 None NoD-Dorm FCI 10 2 None 1 None NoE-Dorm FCI 10 2 None 1 None NoF-Dorm FCI 21 2 None 1 None NoG-Dorm FCI 21 2 None 1 None NoH-Dorm FCI 10 2 None 1 None NoI-Dorm FCI 23 3 15 1 None NoM/U Conf. FCI 20 1 2 3 2 NoM/U Medical FCI 17 4 4 4 None NoAnnex Medical Simplex 16 3 2 6 None NoAnnex Chapel N/A None None None 2 None NoMU Chapel N/A None None None 2 None NoLaundry FCI 10 14 4 1 None NoMayo Region 2A-Dorm Simplex 65 2 2 NA NoB-Dorm Simplex 25 1 0 1 NA No

CONTRACT # C2060ATTACHMENT 2

Page 52 of 86

Institution/Building Manufacturer Smoke Det

HeatDet

Duct Det

Pull Stns Mag Door Smoke EvacSys

D-Dorm Simplex 19 1 0 1 NA NoE-Dorm Simplex 19 1 0 1 NA NoW/C A-Dorm Simplex 18 1 0 1 NA NoW/C B-Dorm Simplex 18 1 0 1 NA NoMedical FCI 56 3 13 6 6 NoM/U CR Kidde 19 0 0 4 NA NoM/U Food Service FCI 1 9 0 4 NA NoNew River Region 2Laundry FCI 1 25 0 4 0 NoMedical FCI 18 6 5 6 0 NoY-Dorm Conf. FCI 24 3 2 3 4 NoJ-Dorm FCI 18 4 0 1 0 NoK-Dorm FCI 18 4 0 1 0 NoL-Dorm FCI 18 6 0 1 0 NoM-Dorm FCI 18 6 0 1 0 NoN-Dorm FCI 18 6 0 1 0 NoO-Dorm FCI 19 5 0 1 0 NoW/U Control Room FCI 10 2 4 3 0 NoAdministration FCI 29 9 4 3 0 NoE/U Control Room FCI 6 1 3 4 0 NoG-Dorm Conf. FCI 30 9 6 1 0 NoF-Dorm FCI 22 2 0 1 0 NoE-Dorm FCI 20 4 0 1 0 NoD-Dorm FCI 18 4 0 1 0 NoC-Dorm FCI 18 4 0 1 0 NoB-Dorm FCI 20 4 0 1 0 NoA-Dorm FCI 18 7 0 1 0 NoLancaster Region 2Y-1 Harrington 20 1 1 1 2 NoY-2 Harrington 20 1 1 1 2 NoUnit-A Harrington 30 2 1 1 2 NoClinic Harrington 8 2 3 1 0 NoB-Dorm FCI 15 5 4 2 0 NoD-Dorm FCI/CLP 7 3 4 1 0 NoE-Dorm FCI/CLP 7 3 4 1 0 NoF-Dorm FCI/CLP 7 3 4 1 0 NoG-Dorm FCI/CLP 7 3 4 1 0 NoH-Dorm FCI/CLP 7 3 4 1 0 No

CONTRACT # C2060ATTACHMENT 2

Page 53 of 86

Institution/Building Manufacturer Smoke Det

HeatDet

Duct Det

Pull Stns Mag Door Smoke EvacSys

I-Dorm FCI/CLP 7 3 4 1 0 NoJ-Dorm FCI/CLP 7 3 4 1 0 NoK-Dorm FCI/CLP 7 3 4 1 0 NoM-Dorm FCI/CLP 7 3 4 1 0 NoL-Dorm FCI/CLP 7 0 0 1 0 NoTraining FCI/CLP 16 0 2 1 0 NoWarehouse FCI/CLP 15 1 0 1 0 NoW/C Gatehouse FCI 3 0 0 1 0 NoW/C Food Service FCI/CLP 5 5 0 5 0 NoMulti-Purpose FCI/CLP 15 1 1 1 0 NoO-Dorm FCI 13 1 0 1 0 NoP-Dorm FCI/CLP 13 1 0 1 0 NoQ-Dorm FCI/CLP 13 1 0 1 0 NoR-Dorm FCI/CLP 13 1 0 1 0 NoFSP Region 2Main Unit Pyrotronics 58 296 62 1 3 NoWork Camp ESL 31 1 0 4 0 NoB.O.Q. FireLite 84 2 1 9 0 NoUnion Region 2Hospital Simplex 30 0 11 11 4 NoM.H. p-3 EST 22 0 0 7 0 NoA-Dorm Gamewell 53 0 0 1 0 NoB-Dorm Gamewell 53 0 0 1 0 NoC-Dorm Gamewell 53 0 0 1 0 NoD-Dorm Gamewell 53 0 0 1 0 NoE-Dorm Gamewell 53 0 0 1 0 NoF-Dorm Gamewell 53 0 0 1 0 NoG-Dorm Gamewell 53 0 0 1 0 NoH-Dorm Gamewell 53 0 0 1 0 NoI-Dorm Gamewell 53 0 0 1 0 NoJ-Dorm Gamewell 53 0 0 1 0 NoK-Dorm Gamewell 53 0 0 1 0 NoL-Dorm Gamewell 53 0 0 1 0 NoM-Dorm Gamewell 26 0 0 1 0 NoN-Dorm ADT 33 0 50 1 0 NoO-Dorm ADT 33 0 50 1 0 NoP-Dorm Pyrotronics 201 0 14 55 0 NoS-Dorm EST 47 0 12 3 0 Yes

CONTRACT # C2060ATTACHMENT 2

Page 54 of 86

Institution/Building Manufacturer Smoke Det

HeatDet

Duct Det

Pull Stns Mag Door Smoke EvacSys

T-Dorm EST 47 0 12 3 0 YesFood Service Simplex 2 20 0 9 0 NoA-Area Gamewell 2 0 0 1 0 NoB-Area Gamewell 1 0 0 1 0 NoC-Area Gamewell 1 0 0 1 0 NoD-Area Gamewell 1 0 0 1 0 NoMarion Region 3F-Dorm Simplex 22 2 24 3 6 NoG-Dorm Simplex 41 2 24 3 6 NoH-Dorm Simplex 15 2 N/A 1 N/A NoMedical Simplex 47 10 10 5 2 NoControl Room Simplex 7 N/A N/A 2 N/A NoMain Building Simplex 68 2 N/A 3 N/A NoProperty Simplex N/A 3 N/A 1 N/A NoI-Dorm Simplex 20 1 N/A 1 2 NoJ-Dorm Simplex 20 1 N/A 1 2 NoW/C Gatehouse FCI 3 N/A N/A 2 N/A NoW/c Multi-Purpose FCI 12 1 N/A 3 N/A NoW/C Food Service FCI 5 3 N/A 5 N/A NoW/C A-Dorm FCI 11 1 N/A 1 N/A NoW/C B-Dorm FCI 10 1 N/A 1 N/A NoW/C C-Dorm FCI 11 1 N/A 1 N/A NoW/C D-Dorm FCI 11 1 N/A 1 N/A NoLake Region 3A-Dorm Pyrotronics 12 1 1 1 0 NoB-Dorm Pyrotronics 12 1 1 1 0 NoC-Dorm Pyrotronics 12 1 1 1 0 NoD-Dorm Pyrotronics 25 4 1 6 6 NoE-Dorm Simplex 22 3 0 1 0 NoF-Dorm Pyrotronics 25 0 0 1 0 NoMedical Pyrotronics 4 0 6 4 2 NoMHU Pyrotronics 30 0 24 3 4 YesEducation Pyrotronics 3 0 1 4 0 NoPolk Region 3B-Building Thorn 2 1 0 1 0 NoD-Building Thorn 7 0 8 5 4 NoA-Dorm Thorn 16 8 0 1 0 NoB-Dorm Thorn 16 8 0 2 0 No

CONTRACT # C2060ATTACHMENT 2

Page 55 of 86

Institution/Building Manufacturer Smoke Det

HeatDet

Duct Det

Pull Stns Mag Door Smoke EvacSys

C-Dorm Thorn 16 8 0 2 0 NoD-Dorm Thorn 16 8 0 2 0 NoE-Dorm Thorn 30 3 2 1 0 NoF-Dorm Thorn 30 3 1 1 0 NoG-Dorm Thorn 19 0 0 1 0 NoY-Dorm Thorn 13 7 0 2 0 NoW/C A-Building Thorn 5 0 0 2 0 NoW/C Food Service Thorn 5 5 0 3 0 NoW/C A-Dorm Thorn 9 0 1 1 0 NoW/C B-Dorm Thorn 10 0 1 1 0 NoW/C C-Dorm Thorn 11 3 0 3 0 NoW/C D-Dorm Thorn 10 1 0 1 0 NoBartow WRC EST 2 54 11 0 16 0 NoLargo RP ESL 1505 19 3 4 11 0 NoPinellas WRC FCI 12 3 2 4 2 NoSt. Pete WRC N/A 50 0 1 0 0 NoTarpon Springs WRC Edwards 48 14 1 11 0 NoHillsborough Regn 3Control Room FireLite 0 0 0 0 0 NoA-Dorm FireLite 24 1 0 1 0 NoB-Dorm FireLite 8 1 0 1 0 NoC-Dorm FireLite 9 0 0 1 0 NoD-Dorm FireLite 7 2 0 1 0 NoE-Dorm FireLite 8 1 0 1 0 NoF-Dorm FireLite 8 1 0 1 0 NoG-Dorm FireLite 8 1 0 1 0 NoH-Dorm FireLite 8 1 0 1 0 NoI-Dorm FireLite 8 1 0 1 0 NoJ-Dorm FireLite 8 1 0 1 0 NoK-Dorm FireLite 7 1 0 1 0 NoMedical FireLite 8 2 4 4 0 NoAvon Park Region 3A-Dorm Simplex 22 19 6 1 12 NoB-Dorm Simplex 18 18 6 1 12 NoC-Dorm Simplex 22 19 6 1 12 NoD-Dorm FCI 19 3 0 1 0 NoE-Dorm FCI 19 3 0 1 0 NoF-Dorm FCI 19 3 0 1 0 No

CONTRACT # C2060ATTACHMENT 2

Page 56 of 86

Institution/Building Manufacturer Smoke Det

HeatDet

Duct Det

Pull Stns Mag Door Smoke EvacSys

H-Dorm FCI 19 3 0 1 0 NoI-Dorm FCI 19 3 0 1 0 NoJ-Dorm FCI 19 3 0 1 0 NoMTC Notifier 21 6 8 8 0 NoBOQ Simplex 11 4 1 4 0 NoLowell Region 3A-Dorm Pyrotronics 17 5 0 1 0 NoB-Dorm Pyrotronics 21 4 0 1 0 NoC-Dorm Simplex 21 0 0 1 0 NoD-Dorm Pyrotronics 7 0 0 1 0 NoE-Dorm Pyrotronics 20 5 0 1 0 NoF-Dorm Pyrotronics 17 6 0 1 0 NoG-Dorm Pyrotronics 17 6 0 1 0 NoH-Dorm Pyrotronics 39 8 0 2 0 NoY-Dorm Pyrotronics 38 6 1 1 0 NoMedical Pyrotronics 26 12 4 6 0 NoBoot Camp Pyrotronics 45 0 2 8 0 NoK-Dorm Pyrotronics 7 0 1 4 0 NoL-Dorm Simplex 12 3 0 2 0 NoM-Dorm Simplex 12 3 0 2 0 NoN-Dorm Simplex 12 3 0 2 0 NoO-Dorm Simplex 12 3 0 2 0 NoP-Dorm Pyrotronics 12 3 0 2 0 NoQ-Dorm Pyrotronics 12 3 0 2 0 NoAnnex L-Dorm Simplex 1 0 5 1 0 NoAnnex M-Dorm Simplex 1 0 5 1 0 NoLevy Forestry Camp R3A-Dorm Simplex 11 1 0 1 0 NoB-Dorm Simplex 11 1 0 1 0 NoC-Dorm Simplex 13 1 0 1 0 NoD-Dorm Simplex 17 1 0 1 0 NoGatehouse Simplex 3 0 0 3 0 NoFood Service Simplex 5 5 0 3 0 NoMulti-Purpose Simplex 16 0 0 3 0 NoWarehouse Simplex 8 0 0 4 0 NoCFRC Region 3Maintenance Kidde 8 0 0 8 0 NoWarehouse Kidde 11 83 0 4 0 No

CONTRACT # C2060ATTACHMENT 2

Page 57 of 86

Institution/Building Manufacturer Smoke Det

HeatDet

Duct Det

Pull Stns Mag Door Smoke EvacSys

B.O.Q. Kidde 6 0 0 7 0 NoE/U - VP - Main Control FCI 28 1 0 6 0 NoE/U – Food Service FCI 9 9 0 6 0 NoE/U - Medical FCI 17 7 4 6 0 NoE/U A-Dorm FCI 18 3 0 1 0 NoE/U B-Dorm FCI 18 3 0 1 0 NoE/U C-Dorm FCI 18 3 0 1 0 NoE/U D-Dorm FCI 18 3 0 1 0 NoE/U E-Dorm FCI 18 3 0 1 0 NoE/U F-Dorm FCI 18 3 0 1 0 NoE/U G-Dorm FCI 18 3 0 1 0 NoS/U – Housing Complex FCI 57 2 16 6 0 NoS/U - Medical FCI 10 10 6 4 0 NoAdministration Kidde 6 0 2 3 0 NoM/U - VP - Main Control Kidde 27 0 2 2 0 NoM/U - Classification Kidde 9 0 7 8 0 NoM/U - Transfer & Receiving Kidde 10 0 6 5 0 NoM/U - Food Service Kidde 21 36 0 11 0 NoM/U - North Support Kidde 3 6 0 1 0 NoM/U - South Support Kidde 3 6 0 1 0 NoM/U - Inmate Activities Kidde 15 4 0 9 0 NoM/U - Medical Kidde 14 0 4 9 0 NoM/U Y-Dorm Kidde 40 0 6 7 2 NoM/U A-Dorm Kidde 18 1 0 1 0 NoM/U B-Dorm Kidde 32 0 0 3 0 NoM/U B-Dorm Kidde 32 0 0 3 0 NoM/U C-Dorm Kidde 32 0 0 3 0 NoM/U D-Dorm Kidde 32 0 0 3 0 NoM/U E-Dorm Kidde 32 0 0 3 0 NoM/U F-Dorm Kidde 32 0 0 3 0 NoM/U G-Dorm Kidde 32 0 0 3 0 NoM/U H-Dorm Thorn 22 5 0 1 0 NoBrevard Region 3A-Dorm Simplex 5 2 0 1 0 0B-Dorm Simplex 5 2 0 1 0 0C-Dorm Simplex 5 2 0 1 0 0D-Dorm Simplex 5 2 0 1 0 0E-Dorm Simplex 5 2 0 1 0 0

CONTRACT # C2060ATTACHMENT 2

Page 58 of 86

Institution/Building Manufacturer Smoke Det

HeatDet

Duct Det

Pull Stns Mag Door Smoke EvacSys

F-Dorm Simplex 5 2 0 1 0 0G-Dorm Simplex 5 2 0 1 0 0H-Dorm Simplex 5 2 0 1 0 0J-Dorm Simplex 5 2 0 1 0 0K-Dorm Simplex 5 2 0 1 0 0L-Dorm Simplex 18 4 0 1 0 0M-Dorm Simplex 18 4 0 1 0 0Y-Dorm Simplex 15 0 0 2 0 0Medical Simplex 12 0 0 3 0 0Main Control Simplex 0 0 0 1 0 0W/C Control Gamewell 0 0 0 0 0 0W/C A-Dorm Gamewell 20 2 0 1 0 0W/C B-Dorm Gamewell 20 2 0 1 0 0Cocoa CCC Gamewell 21 2 0 8 0 0Sumter Region 3A-Dorm Simplex 20 1 0 1 0 NoB-Dorm Simplex 20 1 0 1 0 NoC-Dorm Simplex 20 1 0 1 0 NoD-Dorm Simplex 20 1 0 1 0 NoE-Dorm Simplex 20 1 0 1 0 NoF-Dorm Simplex 20 1 0 1 0 NoG-Dorm Simplex 26 4 0 4 0 NoH-Dorm Simplex 20 1 0 1 0 NoI-Dorm Simplex 20 1 0 1 0 NoJ-Dorm Simplex 20 1 0 1 0 NoK-Dorm Simplex 20 1 0 1 0 NoL-Dorm Simplex 20 1 0 1 0 NoM-Dorm Simplex 20 1 0 1 0 NoN-Dorm Simplex 20 1 2 2 2 NoBoot Camp Simplex 20 1 2 2 0 NoBldg 2 Simplex 30 2 2 8 0 NoF/C A-Dorm Simplex 9 1 0 1 0 NoF/C B-Dorm Simplex 9 1 0 1 0 NoF/C C-Dorm Simplex 9 1 0 1 0 NoF/C D-Dorm Simplex 9 1 0 1 0 NoAdministration Simplex 2 0 0 2 0 NoMulti-Purpose Simplex 4 0 0 2 0 NoHernando Region 3

CONTRACT # C2060ATTACHMENT 2

Page 59 of 86

Institution/Building Manufacturer Smoke Det

HeatDet

Duct Det

Pull Stns Mag Door Smoke EvacSys

A-Dorm Simplex 18 1 0 1 0 NoB-Dorm Simplex 18 1 0 1 0 NoC-Dorm Simplex 14 2 0 6 0 NoD-Dorm FCI 19 1 0 1 0 NoZephyrhills Region 3A-Dorm Simplex 8 0 1 1 0 NoB-Dorm Simplex 8 0 1 1 0 NoC-Dorm Simplex 9 0 2 2 0 NoD-Dorm Simplex 16 0 2 2 0 NoE-Dorm Simplex 33 0 2 1 0 NoH-Dorm Simplex 3 0 1 1 0 NoMedical Simplex 10 0 3 3 0 NoCMHI A-Dorm Simplex 10 0 2 1 2 NoCMHI B-Dorm Simplex 32 0 2 1 0 NoCMHI C-Dorm Simplex 21 0 6 1 0 NoCMHI D-Dorm Simplex 33 0 1 1 5 NoCMHI E-Dorm Simplex 8 0 6 1 0 NoTomoka Region 3A-Dorm FCI 17 1 0 2 0 NoB-Dorm FCI 19 8 0 1 0 NoC-Dorm FCI 17 1 0 2 0 NoD-Dorm FCI 17 1 0 2 0 NoE-Dorm FCI 32 4 0 1 0 NoF-Dorm FCI 17 1 0 2 0 NoJ-Dorm FCI 19 1 0 1 0 NoMTC Building FCI 55 9 9 7 0 NoM-Dorm FCI 9 0 0 1 0 NoN-Dorm FCI 9 0 0 1 0 NoO-Dorm FCI 9 0 0 1 0 NoP-Dorm FCI 9 0 0 1 0 NoDaytona WRC MainBuilding

Kidde 44 6 0 9 0 No

Indian River Region 4I-Dorm FCI 6 0 0 1 0 NoE-Dorm FCI 6 0 0 1 0 NoF-Dorm FCI 6 0 0 1 0 NoK-Dorm FCI 19 0 0 1 0 NoMedical FCI 10 0 1 2 0 NoFort Pierce WRC Simplex 56 4 4 5 0 No

CONTRACT # C2060ATTACHMENT 2

Page 60 of 86

Institution/Building Manufacturer Smoke Det

HeatDet

Duct Det

Pull Stns Mag Door Smoke EvacSys

Charlotte Region 4A-Dorm Honeywell 29 0 0 2 0 YesB-Dorm Honeywell 29 0 0 2 0 YesC-Dorm Honeywell 41 0 8 2 0 NoMental Health FCI 17 3 0 3 0 NoD-Dorm Honeywell 22 2 0 1 0 NoE-Dorm Honeywell 29 0 0 2 0 YesF-Dorm Honeywell 29 0 0 2 0 YesG-Dorm Honeywell 29 0 0 2 0 YesMedical Honeywell 9 0 0 1 0 NoY-Dorm/Multi Honeywell 31 0 4 7 0 YesW/C Admin/A1 &A2 Silent Knight 58 1 5 10 1 NoW/C B-Dorm Fire Lite 21 2 1 4 0 NoGlades Region 4West Palm Beach WRC FCI 68 4 4 7 0 NoAtlantic WRC Fire Lite 32 2 0 5 2 NoLoxahatchee Road Prison FCI 18 6 0 7 0 NoW/C A-Dorm FCI 23 1 0 1 0 NoW/C B-Dorm FCI 23 1 0 1 0 NoW/C Administration FCI 5 2 0 5 0 NoW/C Multipurpose Bldg FCI 23 0 0 4 0 NoW/C Food Service FCI 6 4 0 4 0 NoAdministration FCI 1 0 0 1 0 NoMedical FCI 29 0 0 9 0 NoClassification FCI 1 4 2 5 0 NoA-Dorm FCI 20 0 0 1 0 NoB-Dorm FCI 20 0 0 1 0 NoC-Dorm FCI 20 0 0 1 0 NoF-Dorm FCI 20 0 0 1 0 NoOld Officer's Quarters FCI 6 0 0 3 0 NoNew Officer's Quarters FCI 22 0 0 2 0 NoHendry Region 4A-Dorm FCI 13 5 2 1 0 NoB-Dorm FCI 32 6 4 1 0 NoC-Dorm FCI 15 7 4 2 0 NoD-Dorm FCI 23 7 12 1 0 NoE-Dorm FCI 13 5 2 1 0 NoF-Dorm FCI 19 10 6 1 0 NoG-Dorm FCI 13 10 4 2 0 No

CONTRACT # C2060ATTACHMENT 2

Page 61 of 86

Institution/Building Manufacturer Smoke Det

HeatDet

Duct Det

Pull Stns Mag Door Smoke EvacSys

Multi-Treatment FCI 25 1 2 6 4 NoW/C I-Dorm FCI 6 2 0 5 0 NoW/C J-Dorm FCI 6 2 0 5 0 NoW/C K-Dorm FCI 6 2 0 5 0 NoW/C L-Dorm FCI 6 2 0 5 0 NoCopeland RP FCI 24 3 0 9 0 NoOkeechobee Region 4MTB Medical Simplex 0 0 3 7 0 NoVisitor Control Building Simplex 0 0 3 7 0 NoB-Dorm Simplex 19 0 0 1 0 NoC-Dorm Simplex 19 0 0 1 0 NoD-Dorm Simplex 19 0 0 1 0 NoE-Dorm Simplex 19 0 0 1 0 NoF-Dorm Simplex 19 0 0 1 0 NoG-Dorm Simplex 19 0 0 1 0 NoHardee Region 4BDTC North FireLite 38 9 3 9 0 NoBDTC South same panel 16 7 1 4 0 NoPIE Factory FCI 19 3 0 1 0 NoB-Dorm Honeywell 32 0 0 2 0 YesC-Dorm Honeywell 32 0 0 2 0 YesD-Dorm Honeywell 32 0 0 2 0 YesE-Dorm Honeywell 32 0 0 2 0 YesF-Dorm Honeywell 32 0 0 2 0 YesG-Dorm Honeywell 32 0 0 2 0 YesA-Dorm FCI 19 3 0 1 0 NoSouth Support Honeywell 3 7 1 1 0 NoNorth Support Honeywell 3 7 1 1 0 NoClassification Honeywell 22 0 8 12 0 YesMedical Honeywell 9 0 0 1 0 YesY-Dorm FCI 16 0 0 1 0 YesVisiting Park Honeywell 25 0 2 2 0 YesLaundry FCI 0 24 0 3 0 NoWarehouse Honeywell 28 0 0 3 0 NoAdministration Honeywell 12 0 2 4 0 NoW/C A-Dorm FCI 19 3 0 1 0 NoW/C B-Dorm FCI 19 3 0 1 0 NoMartin Region 4

CONTRACT # C2060ATTACHMENT 2

Page 62 of 86

Institution/Building Manufacturer Smoke Det

HeatDet

Duct Det

Pull Stns Mag Door Smoke EvacSys

A-Dorm FCI 28 0 1 2 0 NoB-Dorm FCI 28 0 1 2 0 NoC-Dorm FCI 28 28 1 2 0 NoD-Dorm Simplex 25 0 6 1 0 NoE-Dorm FCI 28 28 1 2 0 NoF-Dorm FCI 28 28 1 2 0 NoG-Dorm FCI 28 0 1 2 0 NoCSB, Main Unit FCI 12 0 4 10 0 NoW/C A-Dorm Gamewell 7 0 3 1 0 NoW/C B-Dorm Gamewell 11 0 3 1 0 NoW/C C-Dorm Gamewell 10 0 3 1 0 NoW/C D-Dorm Gamewell 10 0 3 1 0 NoW/C Admin/Control Room Gamewell 4 0 0 3 0 NoSouth Unit Notifier 20 0 4 5 0 NoBroward Region 4A-Dorm Harrington 4 0 2 1 1 YesB-Dorm Harrington 4 0 2 1 1 YesC-Dorm Harrington 4 0 2 1 1 YesD-Dorm Harrington 4 0 2 1 1 YesE-Dorm Harrington 4 0 2 1 1 YesF-Dorm Edwards 12 0 0 1 0 NoP-Dorm Harrington 54 0 0 2 1 YesT-Dorm Simplex 8 0 0 1 0 NoTCU/CSU Simplex 28 2 4 1 0 NoY-Dorm Harrington 6 0 0 1 0 NoA-Bldg Simplex 75 9 4 11 1 YesEducation Simplex 11 0 0 6 0 NoTier Simplex 6 0 0 2 0 NoEverglades Region 4A-Dorm FCI 36 2 0 3 0 NoB-Dorm FCI 36 2 0 3 0 NoC-Dorm FCI 41 4 0 2 0 NoD-Dorm FCI 41 4 0 2 0 NoE-Dorm FCI 69 4 0 2 0 NoF-Dorm FCI 69 4 0 2 0 NoG-Dorm FCI 41 4 0 2 0 NoH-Dorm FCI 41 4 0 2 0 NoMedical FCI 0 1 11 5 2 No

CONTRACT # C2060ATTACHMENT 2

Page 63 of 86

Institution/Building Manufacturer Smoke Det

HeatDet

Duct Det

Pull Stns Mag Door Smoke EvacSys

Charlotte Region 4A-Dorm Honeywell 29 0 0 2 0 YesB-Dorm Honeywell 29 0 0 2 0 YesC-Dorm Honeywell 41 0 8 2 0 NoMental Health FCI 17 3 0 3 0 NoD-Dorm Honeywell 22 2 0 1 0 NoE-Dorm Honeywell 29 0 0 2 0 YesF-Dorm Honeywell 29 0 0 2 0 YesG-Dorm Honeywell 29 0 0 2 0 YesMedical Honeywell 9 0 0 1 0 NoY-Dorm/Multi Honeywell 31 0 4 7 0 YesW/C Admin/A1 &A2 Silent Knight 58 1 5 10 1 NoW/C Rear B-Dorm Fire Lite 21 2 1 4 0 NoDeSoto Region 4 A-Dorm Simplex 19 3 0 1 2 NoB-Dorm Simplex 19 3 0 1 2 NoC-Dorm Simplex 19 3 0 1 2 NoD-Dorm Simplex 19 3 0 1 2 NoE-Dorm Simplex 19 3 0 1 2 NoF-Dorm Simplex 19 0 0 1 4 YesG-Dorm Simplex 19 0 0 1 4 YesH-Dorm Simplex 19 0 0 1 4 YesMedical Simplex 4 0 7 6 4 NoVisitor/Control Simplex 34 2 4 4 6 NoGate House Gamewell 3 0 0 2 0 NoMulti-Purpose Gamewell 16 1 0 3 0 NoJ-Dormitory M/U Gamewell 19 3 0 1 0 NoK-Dormotory M/U Gamewell 20 2 0 1 0 NoMain Unit Control Simplex 4 1 0 2 0 NoTrainingBbuilding Simplex 11 0 0 4 0 NoArcadia RP Fire Lite 25 5 1 9 0 NoSFRC Region 4A-Dorm Simplex 29 0 0 1 No NoB-Dorm Simplex 29 0 0 1 No NoC-Dorm Simplex 23 0 0 1 No NoD-Dorm Simplex 29 0 0 2 No NoE-Dorm Simplex 29 0 0 1 No NoF-Dorm Simplex 29 0 0 1 No No

CONTRACT # C2060ATTACHMENT 2

Page 64 of 86

Institution/Building Manufacturer Smoke Det

HeatDet

Duct Det

Pull Stns Mag Door Smoke EvacSys

G-Dorm Simplex 29 0 0 1 No NoH-Dorm Simplex 29 0 0 1 No NoI-Dorm Simplex 29 0 0 1 No NoJ-Dorm Simplex 29 0 0 1 No NoK-Dorm Simplex 29 0 0 1 No NoL-Dorm Simplex 29 0 0 1 No NoF/S Main.Boiler Rm.Rec. Simplex 23 2 4 4 No NoAdministration Simplex 56 0 10 16 No NoS/U Control Room/Visit FCI 26 2 2 6 No NoS/U Medical FCI 17 0 2 3 No NoS/Ufood Service FCI 9 9 0 7 No NoS/U A-Dorm Simplex 23 1 0 1 No NoS/U B-Dorm Simplex 23 1 0 1 No NoS/U C-Dorm Simplex 23 1 0 1 No NoS/U D-Dorm Simplex 23 1 0 1 No NoS/U E-Dorm Simplex 23 1 0 1 No NoS/U F-Dorm Simplex 23 1 0 1 No NoS/U G-Dorm Simplex 23 1 0 1 No NoBOQ Harrington 5 0 0 4 No NoBroward PRC Simplex 12 1 0 7 Yes NoHollywood WRC Simplex 66 2 0 7 No NoMiami North WRC Simplex 40 7 0 12 No NoOpa Locka WRC Simplex 56 9 7 6 No NoPompano WRC Simplex 46 8 3 6 No NoDade Region 4A-Dorm Simplex 3 0 1 2 0 NoA/C Confinement Simplex 29 0 1 1 0 NoB-Dorm Simplex 5 0 2 2 1 NoC-Dorm Simplex 5 0 2 2 1 NoD-Dorm Simplex 5 0 2 2 1 NoE-Dorm Simplex 5 0 2 2 1 NoG-Dorm Simplex 10 1 3 1 0 NoClassification Simplex 0 0 2 0 0 NoMedical Simplex 0 0 2 0 0 NoFood Service Simplex 0 2 0 3 0 NoEducation Simplex 3 0 2 2 0 NoLibrary/Chapel Simplex 0 0 2 4 0 NoOld Maintenance Bldg. Simplex 0 0 0 3 0 No

CONTRACT # C2060ATTACHMENT 2

Page 65 of 86

Institution/Building Manufacturer Smoke Det

HeatDet

Duct Det

Pull Stns Mag Door Smoke EvacSys

Complex 1 Office Simplex 1 0 1 1 0 NoComplex 2 Office Simplex 1 0 1 1 0 NoB-1 Dining Hall Simplex 2 0 0 2 0 NoB-2 Dining Hall Simplex 2 0 0 2 0 NoLaundry Simplex 0 0 0 2 0 NoWarehouse Simplex 0 2 0 1 0 NoElectronics Simplex 1 0 0 4 0 NoF-Dorm Simplex 5 0 2 2 1 NoH-Dorm Simplex 8 1 1 1 0 NoDade Annex Region 4TCU Pyrotronics 94 4 24 23 0 0A-Dorm Pyrotronics 19 3 0 1 0 0B Dorm Pyrotronics 19 3 0 1 0 0C Dorm Pyrotronics 19 3 0 1 0 0D Dorm Pyrotronics 19 3 0 1 0 0E Dorm Pyrotronics 19 3 0 1 0 0F-Dorm Pyrotronics 23 4 15 1 0 0G Dorm Pyrotronics 23 4 15 1 0 0H Dorm Pyrotronics 23 4 15 1 0 0Medical Pyrotronics 0 0 3 1 0 0Control VP Pyrotronics 1 0 3 1 0 0

CONTRACT # C2060ATTACHMENT 3

Page 66 of 86

KITCHEN FIRE SUPPRESSION SYSTEMS INVENTORY

Region Institution/Facility/Building Manufacturer # Tanks Links

1 Calhoun1 Work Camp Food Service Ansul 1 61 Training Building Pyrochem 1 11 Main Unit Food Service Rangeguard 2 91 Main Unit Food Service Pyrochem 1 11 Liberty1 Main Unit Food Service Pyrochem 2 61 Work Camp Food Service Pyrochem 2 81 Training Building Pyrochem 1 21 Quincy Annex1 Main Unit Food Service Ansul 2 121 Vocational Kitchen Ansul 1 41 Jackson1 Main Unit Food Service Kidde 2 71 Work Camp Food Service Ansul 2 41 Work Camp Food Service - Graceville PCL-350 3 121 Training Building Rangeguard 2 11 Holmes1 Main Unit Food Service Pyrochem 2 81 Main Unit Food Service Pyrochem 1 11 Training Building Pyrochem 1 21 Work Camp Food Service Pyrochem 2 81 Work Camp Food Service - Caryville Kidde 1 31 Jefferson1 Main Unit Food Service Pyrochem 5 111 Training Building Pyrochem 1 31 Gulf1 Main Unit Food Service Ansul 2 61 Main Unit Food Service Ansul 1 41 Training Building Ansul 1 11 Annex Food Service Ansul 2 121 Annex Food Service Ansul 1 61 Forestry Camp Food Service Kidde 2 51 Work Camp Food Service - Franklin Rangeguard 2 51 Walton Pyrochem 1 Main Unit Food Service Pyrochem 2 81 Work Camp Food Service Ansul 3 91 Training Building Pyrochem 1 1

CONTRACT # C2060ATTACHMENT 3

Page 67 of 86

Region Institution/Facility/Building Manufacturer # Tanks Links

1 Wakulla1 Main Unit Food Service Ansul 6 101 Washington1 Main Unit Food Service Ansul (A) 2 61 Main Unit Food Service Ansul (B) 1 41 Training Building Rangeguard 1 11 Panama City WRC Food Service Ansul 1 21 Madison1 Training Building Pyrochem 1 21 Main Unit Food Service Pyrochem 4 141 Work Camp Food Service Pyrochem 2 91 Apalachee1 West Unit Food Service Pyrochem 1 121 East Unit Food Service Ansul 1 31 East Unit Food Service Ansul 1 41 East Unit Food Service Pyrochem 1 31 East Unit Food Service Rangeguard 1 31 Staff Dining Food Service Ansul 1 41 Work Camp Food Service Pyrochem 2 71 Century1 Main Unit Food Service Rangeguard 2 91 Work Camp Food Service Ansul 2 71 Training Building Rangeguard 1 11 Forestry Camp Food Service - Berrydale Ansul 2 71 Pensacola WRC Food Service Ansul 1 21 Okaloosa1 Main Unit Food Service Ansul 1 31 Work Camp Food Service Kidde 1 41 Training Building Pyrochem 1 31 Santa Rosa1 Main Unit Food Service Ansul 1 61 Main Unit Food Service Ansul 2 121 Training Building Captive Air 1 12 Cross City2 Main Unit Food Service Amerex 2 62 Work Camp Food Service Pyrochem 2 42 Baker2 Main Unit Food Service Kidde 2 72 Work Camp Food Service Kidde 1 7

CONTRACT # C2060ATTACHMENT 3

Page 68 of 86

Region Institution/Facility/Building Manufacturer # Tanks Links

2 Gainesville2 Main Unit Food Service Ansul 2 72 Work Camp Food Service Pyrochem 1 42 Lawtey2 Main Unit Food Service Pyrochem 2 72 Main Unit Food Service Kidde 1 12 Main Unit Food Service Kidde 1 12 Putnam2 Building C Food Service Ansul 2 62 Columbia2 Main Unit Food Service Ansul 2 102 Work Camp Food Service Ansul 1 42 Training Building FSI 1 12 Work Release Food Service Pyrochem 1 42 NFRC2 Staff Dining Kidde 1 32 Main Unit Food Service - Diet Kidde 1 32 Main Unit Food Service Kidde 4 62 Training Building Rangeguard 1 32 West Unit Food Service Pyrochem 3 82 Taylor2 Main Unit Food Service Ansul 5 182 Annex Food Service Pyrochem 5 182 Training Building Rangeguard 1 22 Hamilton2 Work Camp Food Service Pyrochem 1 42 Main Unit Food Service Ansul 2 72 Main Unit Food Service Pyrochem 1 12 Annex Food Service Ansul 1 62 Annex Food Service Ansul 2 122 Training Building Pyrochem 1 22 Mayo2 Main Unit Food Service Rangeguard 2 102 Work Camp Food Service Rangeguard 2 82 New River2 East Unit Food Service Pyrochem 3 112 West Unit Food Service Pyrochem 3 102 Lancaster2 Main Unit Food Service Ansul 2 12

CONTRACT # C2060ATTACHMENT 3

Page 69 of 86

Region Institution/Facility/Building Manufacturer # Tanks Links

2 Work Camp Food Service Pyrochem 2 62 Vocational Kitchen Amerex 1 32 FSP2 Main Unit Food Service - Bakery Pyrochem 1 42 Main Unit Food Service Rangeguard 4 102 Staff Dining Pyrochem 1 32 Work Camp Food Service Pyrochem 2 42 Training Building Pyrochem 2 32 Union2 SW Unit Food Service Pyrochem 2 82 Staff Dining Safety First 1 42 Training Building Rangeguard 1 23 Marion3 Main Unit Food Service Ansul 2 123 Work Camp Food Service Ansul 1 63 Lake3 Main Unit Food Service Pyrochem 1 63 Polk3 Main Unit Food Service Kidde 2 73 Work Camp Food Service Ansul 2 83 Bartow WRC Food Service Pyrochem 1 23 Largo RP Food Service Rangeguard 1 33 Pinellas WRC Food Service Rangeguard 1 33 St. Pete WRC Food Service Rangeguard 1 53 Tarpon Springs WRC Food Service Pyrochem 1 33 Hillsborough3 Main Unit Food Service Pyrochem 1 63 Main Unit Food Service Pyrochem 1 63 Vocational Kitchen Ansul 1 33 Avon Park3 Main Unit Food Service CaptiveAire 3 143 Work Camp Food Service Ansul 3 93 Training Building Ansul 1 33 Mobile Kitchen. Rangeguard 1 53 Lowell3 Main Unit Food Service Ansul 3 83 Main Unit Food Service - Diet Ansul 1 43 Levy Forestry Camp Food Service Ansul 2 123 CFRC

CONTRACT # C2060ATTACHMENT 3

Page 70 of 86

Region Institution/Facility/Building Manufacturer # Tanks Links

3 Main Unit Food Service Kidde 4 93 Main Unit Food Service Pyrochem 2 53 East Unit Food Service Pyrochem 2 73 South Unit Food Service Kidde 1 53 Training Building Pyrochem 1 23 Brevard3 Main Unit Food Service CaptiveAire 3 153 Work Camp Food Service CaptiveAire 2 63 Main Unit Food Service Grease Master 2 93 Cocoa WRC Food Service 1 43 Sumter3 Main Unit Food Service Ansul 4 113 Forestry Camp Food Service Rangeguard 2 73 Hernando3 Main Unit Food Service Ansul 2 73 Zephyrhills3 Main Unit Food Service Rangeguard 1 53 Main Unit Food Service Rangeguard 1 63 Main Unit Food Service Ansul 1 33 Tomoka3 Main Unit Food Service Ansul 1 43 Main Unit Food Service North FSI 1 13 Main Unit Food Service South Pyrochem 1 13 Food Service - W/C Kitchen Rangeguard 1 43 Training Building Rangeguard 1 33 Daytona Beach WRC Food Service Kidde 1 34 Indian River4 Main Unit Food Service Ansul 1 34 Charlotte4 Main Unit Food Service Ansul 1 124 Main Unit Food Service Ansul 1 34 Main Unit Food Service Ansul 1 34 Main Unit Food Service Ansul 3 124 Work Camp Food Service Kidde 1 34 Glades4 Loxahatchee RP Food Service Pyrochem 2 34 Atlantic WRC Food Service Rangeguard 1 34 West Palm Beach WRC Food Service ASCOA 1 44 Work Camp Food Service Rangeguard 2 10

CONTRACT # C2060ATTACHMENT 3

Page 71 of 86

Region Institution/Facility/Building Manufacturer # Tanks Links

4 Main Unit Food Service A Rangeguard 2 104 Main Unit Food Service B Rangeguard 1 54 Hendry4 Main Unit Food Service Pyrochem 6 104 Work Camp Food Service Kidde 1 54 Copeland RP Food Service Ansul 1 24 Okeechobee4 Main Unit Food Service Ansul 7 204 Training Building Rangeguard 1 24 Hardee4 Bradenton DTC Food Service Ansul 1 34 Main Unit Food Service Ansul 4 124 Main Unit Food Service Ansul 2 34 Training Building Ansul 1 34 Work Camp Food Service Prochem 2 84 Martin4 Main Unit Food Service #1 Rangeguard 3 44 Main Unit Food Service #2 Rangeguard 2 54 Work Camp Food Service Pyrochem 1 54 South Unit Food Service Kiddie 1 24 Training Building Kiddie 1 14 Broward4 Main Unit Food Service #1 Rangeguard 1 24 Main Unit Food Service #2 Rangeguard 1 54 Staff Dining Rangeguard 1 24 Everglades4 Main Unit Food Service #1 Pyrochem 2 74 Main Unit Food Service #2 Pyrochem 2 74 Training Building Ansul 2 24 DeSoto4 Annex Food Service Ansul 2 184 Work Camp Food Service Ansul 1 84 Training Building Pyrochem 1 14 Arcadia RP Food Service Ansul 1 34 Okeechobee4 Main Unit Food Service Ansul 6 204 Training Building Rangeguard 1 24 SFRC4 Main Unit Food Service #1 Ansul 3 8

CONTRACT # C2060ATTACHMENT 3

Page 72 of 86

Region Institution/Facility/Building Manufacturer # Tanks Links

4 Main Unit Food Service #2 Ansul 3 64 Main Unit Food Service - Bakery Ansul 1 24 South Unit Food Service Prochem 1 74 Hollywood WRC Food Service Erpire 1 34 Miami North WRC Food Service FSI 1 34 Opa Locka WRC Food Service Ansul 1 44 Pompano Beach WRC Food Service Rangeguard 1 34 Dade4 Main Unit Food Service Ansul 1 54 B-1 Dining Hall Ansul 1 14 B-2 Dining Hall Ansul 1 14 Staff Dining Ansul 1 14 Annex Food Service Ansul 2 6

CONTRACT # C2060ATTACHMENT 4

Page 73 of 86

SPRINKLER SYSTEMS INVENTORY

Region Institution/Facility/Building # of Init.Devices

Sq. FeetCoverage

Wet orDry

AtticSprinklers?

1 Calhoun 1 W/C B-Dorm 2 9,619 Wet No1 W/C A-Dorm 2 9,619 Wet No1 B-Dorm 2 9,619 Wet No1 H-Dorm 11 24,380 Wet Yes1 Liberty1 K-Dorm 3 5,040 Wet No1 L-Dorm 3 5,040 Wet No1 I-Dorm 9 22,656 Wet Yes1 Medical Building 2 930 Wet No1 Quincy Annex1 Chapel 1 1,850 Wet No1 Jackson1 F-Dorm 10 22,000 Wet Yes1 G-Dorm 10 22,000 Wet Yes1 H-Dorm 11 24,000 Wet Yes1 I-Dorm 3 9,688 Wet Yes1 J-Dorm 3 9,688 Wet Yes1 K-Dorm 3 9,688 Wet Yes1 L-Dorm 3 9,688 Wet Yes1 Medical Building 3 3,586 Wet Yes1 Holmes1 H-Dorm 9 24,000 Wet Yes1 G-Dorm 2 10,000 Wet Yes1 W/C A-Dorm 2 10,000 Wet Yes1 W/C B-Dorm 2 10,000 Wet Yes1 Jefferson1 MTC Building 3 5,650 Wet Yes1 Gulf1 MTC Building 2 5,240 Dry Yes1 A-Dorm 3 9,619 Wet Yes1 B-Dorm 3 9,619 Wet Yes1 C-Dorm 3 9,619 Wet Yes1 D-Dorm 3 9,619 Wet Yes1 E-Dorm 3 9,619 Wet Yes1 F-Dorm 11 44,000 Wet Yes1 G-Dorm 11 44,000 Wet Yes

Gulf cont.

CONTRACT # C2060ATTACHMENT 4

Page 74 of 86

Region Institution/Facility/Building # of Init.Devices

Sq. FeetCoverage

Wet orDry

AtticSprinklers?

1 H-Dorm 11 24,380 Wet Yes1 Annex MTC Building 2 4,900 Wet Yes1 O-Dorm 11 24,380 Wet Yes1 P-Dorm 11 24,380 Wet Yes1 Q-Dorm 11 24,380 Wet Yes1 Walton1 Medical Building 2 5,240 Wet Yes1 H-Dorm 3 24,380 Wet Yes1 A-Dorm 3 9,619 Dry Yes1 B-Dorm 3 9,619 Dry Yes1 Wakulla1 Training Building 3 22,098 Dry No1 A-Dorm 3 9,600 Wet Yes1 B-Dorm 3 9,600 Wet Yes1 C-Dorm 3 9,600 Wet Yes1 D-Dorm 3 9,600 Wet Yes1 E-Dorm 3 9,600 Wet Yes1 F-Dorm 19 25,000 Wet Yes1 G-Dorm 19 25,000 Wet Yes1 H-Dorm 19 25,000 Wet Yes1 Medical Building 3 4,360 Wet No1 Washington1 MSB #509 4 20,000 Dry Yes1 A-Dorm 3 10,000 Dry Yes1 B-Dorm 3 10,000 Dry Yes1 C-Dorm 3 10,000 Dry Yes1 D-Dorm 3 10,000 Dry Yes1 E-Dorm 3 10,000 Dry Yes1 F-Dorm 12 22,000 Wet Yes1 G-Dorm 12 22,000 Wet Yes1 H-Dorm 12 22,000 Wet Yes1 Madison1 L-Dorm 9 24,000 Wet Yes1 Medical Building 5 3,103 Wet Yes1 Apalachee1 East Unit Medical Building 3 3,963 Dry No1 West Unit Medical Building 3 3,398 Wet No1 River Jctn. Work Camp1 Admin Bldg, Medical Riser 1 80,238 Wet No

CONTRACT # C2060ATTACHMENT 4

Page 75 of 86

Region Institution/Facility/Building # of Init.Devices

Sq. FeetCoverage

Wet orDry

AtticSprinklers?

1 Admin Bldg, Maintenance Riser 1 80,238 Wet No1 Century1 Medical Building 52 5,240 Wet No1 A-Dorm 2 480 Wet No1 B-Dorm 2 480 Wet No1 C-Dorm 2 480 Wet No1 D-Dorm 2 480 Wet No1 E-Dorm 2 480 Wet No1 F-Dorm 752 11,868 Wet No1 G-Dorm 752 11,868 Wet No1 H-Dorm 389 21,591 Wet Yes1 J-Dorm 114 9,288 Wet Yes1 K-Dorm 114 9,288 Wet Yes1 Okaloosa1 A-Dorm 2 20,155 Wet No1 B-Dorm 2 11,304 Wet No1 C-Dorm 4 16,662 Wet No1 D-Dorm 4 16,662 Wet No1 E-Dorm 5 24,000 Wet Yes1 Medical Building 6 2,439 Wet No1 Laundry Building 2 1,150 Wet No1 Santa Rosa1 A-Dorm 3 9,619 Wet Yes1 B-Dorm 12 33,400 Wet Yes1 C-Dorm 12 33,400 Wet Yes1 D-Dorm 12 33,400 Wet Yes1 E-Dorm 12 33,400 Wet Yes1 F-Dorm 12 33,400 Wet Yes1 G-Dorm 12 33,400 Wet Yes1 H-Dorm 3 9,619 Wet Yes1 Medical Building 2 3,345 Wet Yes2 Cross City2 Medical Building 3 2,693 Wet No2 E-Dorm 2 17,376 Wet No2 F-Dorm 2 17,376 Wet No2 Baker2 E-Dorm 2 16,598 Wet Yes2 F-Dorm 2 16,598 Wet Yes2 G-Dorm 9 25,888 Wet Yes

CONTRACT # C2060ATTACHMENT 4

Page 76 of 86

Region Institution/Facility/Building # of Init.Devices

Sq. FeetCoverage

Wet orDry

AtticSprinklers?

2 H-Building 1 14,400 Wet No2 Gainesville 2 None2 Lawtey2 Warehouse 2 10,230 Wet No2 Pride Factory Building 2 8,686 Wet No2 Putnam2 E-Dorm 2 16,704 Wet No2 Columbia2 A-Dorm 2 9,700 Wet No2 B-Dorm 2 9,700 Wet No2 C-Dorm 2 9,700 Wet No2 D-Dorm 2 9,700 Wet No2 E-Dorm 2 9,700 Wet No2 F-Dorm 2 22,000 Wet Yes2 G-Dorm 2 22,000 Wet Yes2 H-Dorm 3 24,000 Wet Yes2 Medical Building 0 11,500 Dry No2 J-Dorm 2 9,700 Wet No2 K-Dorm 2 9,700 Wet No2 NFRC2 K-Dorm 7 24,380 Wet Yes2 I-Dorm 2 38,134 Wet No2 Hospital 1 64,022 Wet No2 New Clinic 1 13,371 Wet No2 Taylor2 A-Dorm 4 9,600 Dry Yes2 B-Dorm 4 9,600 Dry Yes2 C-Dorm 4 9,600 Dry Yes2 D-Dorm 4 9,600 Dry Yes2 E-Dorm 4 9,600 Dry Yes2 F-Dorm 12 22,000 Wet No2 G-Dorm 12 22,000 Wet No2 H-Dorm 12 22,000 Wet No2 Medical Building 2 19,737 Dry Yes2 Annex A-Dorm 4 9,600 Wet Yes2 Annex B-Dorm 4 9,600 Wet Yes2 Annex C-Dorm 4 9,600 Wet Yes2 Annex D-Dorm 4 9,600 Wet Yes

CONTRACT # C2060ATTACHMENT 4

Page 77 of 86

Region Institution/Facility/Building # of Init.Devices

Sq. FeetCoverage

Wet orDry

AtticSprinklers?

2 Annex E-Dorm 4 9,600 Wet Yes2 Annex F-Dorm 18 24,380 Wet No2 Annex G-Dorm 18 24,380 Wet No2 Annex H-Dorm 18 24,380 Wet No2 Hamilton2 Annex Medical Building 2 20,086 Wet No2 Annex F-Dorm 10 25,000 Wet Yes2 Annex G-Dorm 10 25,000 Wet Yes2 Annex H-Dorm 10 25,000 Wet Yes2 B-Dorm 4 11,868 Wet Yes2 C-Dorm 4 11,868 Wet Yes2 F-Dorm 4 11,868 Wet Yes2 G-Dorm 4 11,868 Wet Yes2 I-Dorm 10 25,000 Wet Yes2 Mayo2 A-Dorm 4 22,000 Wet Yes2 B-Dorm 12 24,000 Wet Yes2 D-Dorm 12 24,000 Wet Yes2 E-Dorm 12 24,000 Wet Yes2 W/C A-Dorm 4 10,000 Dry Yes2 W/C B-Dorm 4 10,000 Dry Yes2 Medical Building 5 2,146 Wet No2 New River2 G-Dorm conf. 3 22,000 Wet No2 Medical Building 4 14,160 Wet No2 Lancaster2 None2 FSP2 FSP - Main Unit 15 792,000 Both No2 Part of Building is wet and B, C, D, E, F, G, H, I, J, K, L, . is a dry pre-action system2 Union2 Hospital 1 12,679 Wet No2 Mental Health 3 11,400 Wet No2 O-Dorm 1 29,723 Wet Yes2 N-Dorm 1 29,723 Wet Yes2 P-Dorm 14 95,372 Both Yes2 S-Dorm 1 40,108 Wet No2 T-Dorm 1 40,108 Wet No3 Marion

CONTRACT # C2060ATTACHMENT 4

Page 78 of 86

Region Institution/Facility/Building # of Init.Devices

Sq. FeetCoverage

Wet orDry

AtticSprinklers?

3 F-Dorm 2 38,475 Wet No3 G-Dorm 2 38,475 Wet No3 Lake3 E-Dorm 2 22,000 Wet No3 F-Dorm 4 35,000 Wet No3 Medical Building 2 500 Wet No3 MHU 4 40,000 Wet No3 Education Building 2 8,070 Wet No3 Polk3 E-Dorm 2 34,180 Wet No3 F-Dorm 2 34,180 Wet No3 G-Dorm 2 24,000 Wet Yes3 Hillsborough3 Medical Building 2 3,000 Wet No3 Avon Park3 A-Dorm 1 21,832 Wet No3 B-Dorm 1 21,832 Wet No3 C-Dorm 1 21,832 Wet No3 D-Dorm 3 9,700 Wet Yes3 E-Dorm 3 9,700 Wet Yes3 F-Dorm 3 9,700 Wet Yes3 H-Dorm 3 9,700 Wet Yes3 I-Dorm 3 9,700 Wet Yes3 J-Dorm 3 9,700 Wet Yes3 Lowell Annex3 L-Dorm 3 16,453 Wet Yes3 M-Dorm 3 16,453 Wet Yes3 CFRC3 Y-Dorm 3 6,990 Wet No3 B-Dorm 3 9,570 Wet No3 C-Dorm 3 9,570 Wet No3 D-Dorm 3 9,570 Wet No3 E-Dorm 3 9,570 Wet No3 F-Dorm 3 9,570 Wet No3 G-Dorm 3 9,570 Wet No3 H-Dorm 11 24,000 Wet Yes3 Medical Building 3 800 Wet No3 S/U - Housing Complex 10 20,155 Wet No3 S/U - Medical Building 5 9,720 Wet No

CONTRACT # C2060ATTACHMENT 4

Page 79 of 86

Region Institution/Facility/Building # of Init.Devices

Sq. FeetCoverage

Wet orDry

AtticSprinklers?

3 Brevard3 K-Dorm 3 3,500 Wet No3 Y-Dorm 3 10,500 Wet Yes3 Gym Annex 7 1,200 Wet No3 Vocational Carpentry Building 11 4,200 Wet No3 Laundry Building 11 1,600 Wet No3 Warehouse 42 64,000 Wet No3 W/C A-Dorm 2 400 Wet No3 W/C B-Dorm 2 400 Wet No3 Sumter3 G-Dorm 9 25,900 Wet Yes3 Hernando 3 D-Dorm 1 9,616 Wet Yes3 Zephyrhills3 CMHI O/P 8 29,364 Both Yes3 CMHI Hall 5 25,881 Both Yes3 D-Dorm 3 6,090 Wet No3 E-Dorm 3 21,424 Wet No3 Tomoka3 B-Dorm 185 18,160 Wet No3 E-Dorm 184 18,500 Wet No4 Indian River4 Warehouse 3 5,000 Wet No4 K-Dorm 8 25,800 Wet Yes4 Charlotte4 A-Dorm 7 22,000 Wet Yes4 B-Dorm 7 22,000 Wet Yes4 C-Dorm 7 22,000 Wet Yes4 E-Dorm 7 22,000 Wet Yes4 F-Dorm 7 22,000 Wet Yes4 G-Dorm 7 22,000 Wet Yes4 Y-Dorm/Multi 6 4,800 Wet No4 Glades4 A-Dorm 11 29,600 Wet Yes4 B-Dorm 11 29,600 Wet Yes4 C-Dorm 11 29,600 Wet Yes4 F-Dorm 11 29,600 Wet Yes4 Hendry4 B-Dorm 1 15,000 Wet No

CONTRACT # C2060ATTACHMENT 4

Page 80 of 86

Region Institution/Facility/Building # of Init.Devices

Sq. FeetCoverage

Wet orDry

AtticSprinklers?

4 D-Dorm 11 15,400 Wet Yes4 F-Dorm 1 15,000 Wet No4 Okeechobee4 MTB 2 8,000 Wet No4 B-Dorm 10 25,000 Wet Yes4 C-Dorm 10 25,000 Wet Yes4 D-Dorm 10 25,000 Wet Yes4 E-Dorm 10 25,000 Wet Yes4 F-Dorm 10 25,000 Wet Yes4 G-Dorm 10 25,000 Wet Yes4 Hardee4 PIE Factory Building 3 9,700 Wet No4 B-Dorm 7 16,250 Wet No4 C-Dorm 7 16,250 Wet No4 D-Dorm 7 16,250 Wet No4 E-Dorm 7 16,250 Wet No4 F-Dorm 7 16,250 Wet No4 G-Dorm 7 16,250 Wet No4 A-Dorm 3 9,700 Wet No4 South Support 2 2,170 Wet No4 North Support 2 2,170 Wet No4 Classification 2 2,000 Wet No4 Y-Dorm 2 6,220 Wet No4 W/C A-Dorm 3 9,700 Dry No4 W/C B-Dorm 3 9,700 Dry No4 Martin4 A-Dorm 7 22,000 Wet Yes4 B-Dorm 7 22,000 Wet Yes4 C-Dorm 6 22,000 Wet Yes4 D-Dorm 10 24,000 Wet Yes4 E-Dorm 10 22,000 Wet Yes4 F-Dorm 10 22,000 Wet Yes4 G-Dorm 7 22,000 Wet Yes4 CSB, Main Unit 3 27,002 Wet No4 Broward4 Warehouse 1 16,320 Wet No4 Y/IMR 1 7,044 Wet No4 Medical Building 1 37,360 Wet No4 U-Dorm 1 7,180 Wet No

CONTRACT # C2060ATTACHMENT 4

Page 81 of 86

Region Institution/Facility/Building # of Init.Devices

Sq. FeetCoverage

Wet orDry

AtticSprinklers?

4 Everglades4 A-Dorm 4 19,300 Wet Yes4 B-Dorm 7 19,300 Wet Yes4 C-Dorm 12 24,000 Wet Yes4 D-Dorm 12 24,000 Wet Yes4 E-Dorm 12 22,000 Wet Yes4 F-Dorm 12 22,000 Wet Yes4 G-Dorm 12 24,000 Wet Yes4 H-Dorm 12 24,000 Wet Yes4 Medical Building 2 17,760 Wet No4 DeSoto4 Annex Medical Building 2 7,500 Wet No4 F-Dorm 10 15,447 Wet Yes4 G-Dorm 10 15,447 Wet Yes4 H-Dorm 10 15,447 Wet Yes4 SFRC4 None4 Dade4 Old Maintenance 1 7,938 Wet No4 Main Kitchen 1 14,652 Wet Yes4 Dade Annex4 A-Dorm 3 9,500 Wet Yes4 B-Dorm 3 9,500 Wet Yes4 C-Dorm 3 9,500 Wet Yes4 D-Dorm 3 9,500 Wet Yes4 E-Dorm 3 9,500 Wet Yes4 F-Dorm 12 15,600 Wet Yes4 G-Dorm 12 15,600 Wet Yes4 H-Dorm 12 15,600 Wet Yes4 Medical Building 2 19,700 Wet Yes4 TCU 6 57,834 Wet Yes

CONTRACT # C2060ATTACHMENT 5

Page 82 of 86

KITCHEN EXHAUST HOOD EQUIPMENT INVENTORY

Region Institution/Facility/Building # of Systems Total Sq. Feet

1 Calhoun1 Work Camp Food Service 1 1801 Training Building 1 241 Main Unit Food Service 2 2021 Liberty1 Main Unit Food Service 2 1321 Work Camp Food Service 2 1081 Training Building 1 181 Quincy Annex1 Main Unit Food Service 2 1731 Vocational Kitchen 2 1081 Jackson1 Main Unit Food Service 2 2331 Work Camp Food Service 1 1801 Work Camp Food Service - Graceville 1 1801 Training Building 1 261 Holmes1 Main Unit Food Service 2 2041 Training Building 1 241 Work Camp Food Service 1 1801 Work Camp Food Service - Caryville 1 441 Jefferson1 Main Unit Food Service 1 2201 Training Building 1 241 Gulf1 Main Unit Food Service 2 6601 Training Building 1 481 Annex Food Service 2 6601 Forestry Camp Food Service 1 3201 Work Camp Food Service - Franklin 1 3201 Walton1 Main Unit Food Service 1 2201 Work Camp Food Service 1 1801 Training Building 1 241 Wakulla1 Main Unit Food Service 3 3301 Washington1 Main Unit Food Service 2 3301 Training Building 1 241 Panama City WRC Food Service 1 241 Madison1 Training Building 1 24

CONTRACT # C2060ATTACHMENT 5

Page 83 of 86

Region Institution/Facility/Building # of Systems Total Sq. Feet

1 Main Unit Food Service 1 2201 Work Camp Food service 1 1601 Apalachee1 West Unit Food Service 1 1401 East Unit Food Service 4 3801 Staff Dining Food Service 1 701 Work Camp Food Service 2 1401 Century1 Main Unit Food Service 2 2201 Work Camp Food Service 1 1801 Training Building 1 241 Forestry Camp Food Service - Berrydale 1 1801 Pensacola WRC Food Service 1 241 Okaloosa1 Main Unit Food Service 3 2101 Santa Rosa1 Main Unit Food Service 2 3302 Cross City2 Main Unit Food Service 1 1602 Work Camp Food Service 3 1762 Baker2 Main Unit Food Service 5 2002 Work Camp Food Service 2 1282 Gainesville2 Main Unit Food Service 4 1802 Work Camp Food Service 4 1802 Lawtey2 Main Unit Food Service 3 1552 Putnam2 Building C Food Service 2 2072 Columbia2 Main Unit Food Service 3 3302 Work Camp Food Service 1 1802 Training Building 1 202 Work Release Food Service 1 332 NFRC2 Main Unit Food Service 3 2422 Training Building 1 402 West Unit Food Service 1 2202 Taylor2 Main Unit Food Service 3 3452 Annex Food Service 3 3452 Training Building 1 242 Hamilton

CONTRACT # C2060ATTACHMENT 5

Page 84 of 86

Region Institution/Facility/Building # of Systems Total Sq. Feet

2 Main Unit Food Service 2 3732 Annex Food Service 2 2402 Work Camp Food Service 1 1602 Training Building 1 242 Mayo2 Main Unit Food Service 1 1802 Work Camp Food Service 1 1702 New River2 East Unit Food Service 1 2202 West Unit Food Service 1 1802 Lancaster2 Main Unit Food Service 1 1602 Work Camp Food Service 1 1602 Vocational Kitchen 1 322 FSP2 Main Unit Food Service 3 4802 Work Camp Food Service 1 1752 Training Building 1 902 Union2 SW Unit Food Service 1 2162 Staff Dining Food Service 1 302 Training Building 1 503 Marion3 Main Unit Food Service 4 2973 Bakery 1 303 Work Camp Food Service 3 2973 Lake3 Main Unit Food Service 2 303 Polk3 Main Unit Food Service 1 1083 Work Camp Food Service 1 543 Bartow WRC Food Service 1 343 Largo RP Food Service 1 273 Pinellas WRC Food Service 1 273 St. Pete WRC Food Service 1 543 Tarpon Springs WRC Food Service 1 383 Hillsborough3 Main Unit Food Service 2 1493 Vocational Kitchen 1 403 Avon Park3 Main Unit Food Service 1 2203 Work Camp Food Service 1 2703 Training Building 1 323 Mobile Kitchen 1 157

CONTRACT # C2060ATTACHMENT 5

Page 85 of 86

Region Institution/Facility/Building # of Systems Total Sq. Feet

3 Lowell3 Main Unit Food Service 1 603 Main Unit Food Service - Diet Hood 1 273 Levy Forestry Camp Food Service 1 513 CFRC3 Main Unit Food Service 6 3123 East Unit Food Service 2 1763 South Unit Food Service 1 683 Training Building 1 243 Brevard3 Main Unit Food Service 2 3583 Cocoa CCC Food Service 1 243 Work Camp Food Service 1 1603 Sumter3 Main Unit Food Service 2 9003 Forestry Camp Food Service 1 1603 Hernando3 Main Unit Food Service 1 1603 Zephyrhills3 Main Unit Food Service 3 2043 Tomoka3 Main Unit Food Service 3 1723 Work Camp Food Service 2 1603 Training Building 1 123 Daytona Beach WRC Food Service 1 244 Indian River4 Main Unit Food Service 1 404 Charlotte4 Main Unit Food Service 4 3484 Work Camp Food Service 1 364 Glades4 Loxahatchee RP Food Service 1 484 Atlantic WRC Food Service 1 474 West Palm Beach WRC Food Service 1 804 Work Camp Food Service 1 1604 Main Unit Food Service 2 3304 Hendry4 Main Unit Food Service 1 2704 Work Camp Food Service 1 1804 Copeland RP Food Service 1 534 Okeechobee4 Main Unit Food Service 7 3504 Training Building 1 164 Hardee

CONTRACT # C2060ATTACHMENT 5

Page 86 of 86

Region Institution/Facility/Building # of Systems Total Sq. Feet

4 Bradenton DTC Food Service 1 434 Main Unit Food Service 4 3664 Work Camp Food Service 1 1804 Training Building 1 244 Martin4 Main Unit Food Service - Hood #1 1 1504 Main Unit Food Service - Hood #2 1 1504 South Serving Line 1 504 North Serving Line 1 504 North Wall 1 404 Work Camp Food Service 1 1504 South Unit Food Service 1 1504 Training Building 1 204 Broward4 Main Unit Food Service 2 1694 Staff Dining 1 284 Everglades4 Main Unit Food Service 2 3304 Training Building 1 304 DeSoto4 Annex Food Service 2 8004 Work Camp Food Service 1 1004 Training Building 1 1004 Arcadia RP Food Service 1 1004 SFRC4 Main Unit Food Service - Hood #1 1 2004 Main Unit Food Service - Hood #2 1 2004 Main Unit Bakery 1 844 South Unit Food Service 1 3004 Hollywood WRC Food Service 1 364 Miami North WRC Food Service 1 484 Opa Locka WRC Food Service 1 724 Pompano Beach WRC Food Service 1 484 Dade4 Main Unit Food Service 2 244 B-1 Dining Hall 1 84 B-2 Dining Hall 1 84 Staff Dining 1 64 Annex Food Service 2 24