Loading...
HomeMy WebLinkAboutFLDOC #W1140 effective 10-01-18FLORIDA DEPARTMENT of CORRECTIONS 50 I South Calhoun Street, Tallahassee, FL 32399-2500 August 30, 2018 David Greene City of Cape Canaveral 105 Polk A venue Cape Canaveral, Florida 32932 Telephone: (321) 868-1230 RE: Work Squad Contract #Wl 140 Dear Mr. Greene: Governor RICK SCOTT Secretary JULIE L. JONES http://www.dc.state.fl.u s Enclosed is your fully executed original document for your files of Work Squad Contract #Wl140 between the Florida Department of Corrections and your agency. This Contract will become effective October 1, 2018 and will end September 30 , 2019. As a reminder, please be advised: • to include the Contract #(Wl 140) on all correspondence; • that changes to the scope of services cannot be made except through a formal Contract amendment, executed by both parties, and issued by this office; and • that services may not be provided after the expiration date unless the Contract has been extended or renewed . If there are any questions, please call me at (850) 717-3661 Sincerely, :M.rs. Cristy :M.artin Mrs. Cristy Martin Purchasing Analyst Bureau of Procurement *INSPIRING SUCCESS BY TRANSFORMING ONE LIFE AT A TIME * CONTRACT BETWEEN THE FLORIDA DEPARTMENT OF CORRECTIONS AND CITY OF CAPE CANAVERAL CONTRACT# W1140 This Contract is between the Florida Department of Correction s ("Department") and the City of Cape Canaveral ("Agency"), which are the parties hereto . WITNESSETH WHEREAS, Sections 944.10(7) and 946.40 , Florida Statutes (F.S.), and Rules 33-601.201 and 33-601.202 , Florida Administrative Code (F .A .C .), provide for the use of inmate labor in work program s; WHEREAS , inmate labor will be used for the purposes of providing services and performing work under the s upervision of the Department's staff; WHEREAS , the City of Cape Canaveral is a qualified and willing participant with the Department to contract for an inmate work squad(s); and THEREFORE, the parties hereto find it to be in their best interests to enter into this Contract, and in recognition of the mutual benefits and considerations set forth , the parties hereto covenant and agree as follows: I. CONTRACT TERM/RENEW AL A. Contract Tenn This Contract shall begin on October 1, 2018 , or the last date of signature by all parties , whichever is later. This Contract shall end at midnight one ( 1) year from the last date of signature by all parties or September 30, 2019, whichever is later. In the event this Contract is signed by the parties on different dates , the latter date shall control. B. Contract Renewal This Contract may be renewed for up to a three (3) year period, in whole or part, after the initial Contract period , and upon the same tenns and conditions contained herein. The Contract renewal is at the Agency 's initiative with the concurrence of the Department. The decision to exercise the option to renew should be made no later than 60 calendar days prior to the Contract expiration . Page I of 13 Master Document Revised 08 /04 /17 CONTRACT# W1140 II. SCOPE OF CONTRACT A. Administrative Functions B. 1. Each party shall cooperate with the other in any litigation or claims against the other party as a result of unlawful acts committed by an inmate(s) perfonning services under this Contract between the parties. 2 . Each party will retain responsibility for its personnel, and its fiscal and general administrative services to support this Contract. 3. Through their designated representatives , the parties shall collaborate on the development of policies and operational procedures for the effective management and operation of this Contract. Description of Services 1. Responsibilities of the Department a . Pursuant to Rule 33-601.202(2)(a), F.A.C., superv1s10n of the work squad(s) will be provided by the Department. The Department shall provide one ( 1) Correctional Work Squad Officer position to supervise an inmate work squad. This Contract provides for one ( 1) work squad of up to eight (8) inmates. b . The Department shall ensure the availability of the work squad(s) except: when weather conditions are such that to check the squad(s) out would breach good security practices ; when the absence of the Correctional Work Squad Officer is necessary for reasons of required participation in training or approved use of leave; when the officer 's presence is required at the institution to assist with an emergency situation ; when the officer is ill ; or when the Correctional Work Squad Officer position is vacant. In the event a position becomes vacant, the Department shall make every effort to fill the position(s) within five (5) business days. c. For security and other reasons, the Department shall keep physical custody of the vehicle furnished by the Agency. Unless otherwise specified , the Agency shall maintain physical custody of all Agency trailers and all tools, equipment, supplies , materials, and personal work items (gloves, boots , hard hats , etc .) furnished to the Department by the Agency . The Agency is responsible for the maintenance of all furnished equipment. d. In the event of damage to property as a result of an accident charged to a Department employee or blatant acts of vandalism by inmates , or loss of tools and equipment, the Agency may request that the Department replace or repair to previous condition the damaged or lost property. e . The Department shall be reimbursed by the Agency for the Department 's costs associated with this Contract in accordance with Addendum A . Once the Agency reimburses the Department for the costs reflected on Addendum A , Section II., these items will be placed on the Department 's property records , as appropriate, and upon the end or termination of this Contract such items will be transferred to the Agency. Page 2 of 13 Master Document Revi sed 08 /04 /1 7 CONTRACT# W1140 f . The Department shall , to the maximum extent possible, m aintain stability in the inmate work force assigned to the work squad on a da y-to-day basis in order to maximize the effectiveness of the work squad. g. The Department shall provide food and drinks for inmates' lunches. h. The Department shall be responsible for the apprehension of an escapee and handling of problem inmates. The Department shall provide transportation from the work s ite to the correctional facility for inmates who refuse to work, become unable to work, or cause a disruption in the work schedule. 1. The Department shall be responsible for administering all disciplinary action taken again s t an inmate for infractions committed while performing work under this Contract. J. The Department shall provide for medical treatment of ill or injured inmates and transportation of such inmates . k. The Department shall provide inmates with all personal item s of clothing appropriate for the season of the year . I. The Department shall be responsible for dri v ing the Correctional Work Squad Officer and the inmates to and from the work site. m. Both parties agree that the Department is making no representations as to the level of skill s of the work squad . 2 . Responsibilities of the Agency a. The Agency shall periodically provide the Department's Contract Manager, or designee , with a schedule of work to be accomplished under the terms of this Contract. Deviation from the established schedule shall be reported to , and coordinated with , the Department. b. If required , the Agency shall obtain licenses or permits for the work to be performed. The Agency shall provide supervision and guidance for projects that require a pennit or which require technical assistance to complete the project. c . The Agency shall ensure that all projects utilizing inmates are authorized projects of the municipality, city, county, governmental Agency, or non-profit organization and that private contractors employed by the Agency do not use inmates as any part of their labor force . d. The Agency shall retain ownership of any v ehicles or equipment provided by the Agency for the work squad. The Agency shall maintain its own in v entory of transportation , tools , and equipment belonging to the Agency. e . The Agency shall provide vehicles for transportation of the work squads and is responsible for the maintenance of said vehicle . Page 3 of 13 Ma ster Document Re vised 08 /04 /1 7 CONTRACT# W1140 3 . Communications Equipment It is the intent of this Contract that the work squad maintains communication with the institution at all times. A method of communication (radios , cellular phone, etc .), shall be provided at no cost to the Department. The Agency shall provide a primary method of communication that shall be approved by the Department's Contract Manager, or designee, in writing, prior to assignment of the work squad . Depending upon the method of communication provided, the Department's Contract Manager, or designee, may require a secondary or back-up method of communication . All radio communication equipment owned or purchased by the Agency that is programmed to the Department's radio frequency and used by the work squad(s), whether purchased by the Department or the Agency , shall be IMMEDIATELY deprogrammed by the Department, at no cost to the Agency, upon the end or termination of this Contract. Under no circumstances shall the Agency accept the return of radio communications equipment provided to the Department under this Contract until such time as the radio communications equipment has been deprogrammed by the Department. At the end or tern1ination of this Contract, the Department's Contract Manager, or designee, will contact the Department's Utility Systems/Communications Engineer in the Office of Institutions to effectuate the deprogramming of radio communications equipment provided by the Agency. a . Vehicle Mounted Radios: Vehicles provided by the Agency, that are or that will be equipped with a mobile/vehicle mounted radio programmed to the Department's radio frequency(ies), will be retained by the Department to ensure security of the communication equipment except for short durations dictated by the need for vehicle and/or communications equipment maintenance and/or repair. The use of these vehicle(s) during the period covered by this Contract shall not be for any purpose other than as indicated in this Contract. b. Hand-Held Radios : Hand-held radios provided by the Agency, that are or that will be programmed to the Department's radio frequency(ies), will be retained by the Department to ensure security of the communication equipment except for short durations dictated by the need for maintenance and/or repair. The use of any hand-held radio(s) provided by the Agency that is programmed to a Department radio frequency utilized by the Agency during the period covered by this Contract shall not be for any purpose other than as indicated in this Contract. c. Cellular Phones: Cellular phones may be utilized by the Correctional Work Squad Officer as either a primary or secondary means of communication as approved by the Department's Contract Manager. The Department's Contract Manager, or designee, shall designate whether the usage of a cellular phone is required on Addendum A . The cellular phone will be retained by the Department and , upon the end or tennination of this Contract, returned to Page 4 of 13 Master Document Revi sed 08 /04 /1 7 CONTRACT# W1140 the Agency. The use of the cellular phone is not authorized for any purposes other than as indicated in this Contract. 4 . Other Equipment The Department 's Contract Manager shall determine if an enclosed trailer is required for the work squad to transport tools and equipment utilized in the perfonnance of this Contract, and shall notify the Agency if a trailer is necessary. The Department's Contract Manager, or designee, shall designate whether the usage of an enclosed trailer is required on Addendum A. If a trailer is required , it will be provided by the Agency at no cost to the Department. If the Department is to maintain control of the trailer when the squad is not working, the Agency shall provide an enclosed trailer that can be secured when not in use. All tools and equipment utilized by the work squad shall be secured in the trailer. The Department shall maintain an inventory of all property, expendable and non-expendable, which is in the custody and control of the Department. Upon the end or tennination of this Contract, the trailer and any non- expendable items will be returned to the Agency. III. COMPENSATION A . Payment to the Department I. Total Operating Capital To Be Advanced By The Agency, as delineated in Section IV., of Addendum A , shall be due and payable upon execution of the Contract. The Department will not proceed with the purchase until payment, in full, has been received and processed by the Department's Bureau of Finance and Accounting. Delays in receipt of these funds may result in start-up postponement or interruption of the services provided by the work squad. 2. Total Costs To Be Billed To The Agency By Contract, as delineated in Section VI., of Addendum A, will be made quarterly, in advance, with the first payment equaling one-fourth ( 1/4) of the total amount, due within two (2) weeks after the effective date of the Contract. The second quarterly payment is due no later than the 20 11, calendar day of the last month of the first Contract quarter. Payment for subsequent consecutive quarters shall be received no later than the 20th calendar day of the la st month of the preceding Contract quarter. 3. In the event the Correctional Work Squad Officer position becomes vacant and remains vacant for a period of more than five (5) business days , the next or subsequent billing will be adjusted by the Department for services not provided . 4. The Agency shall insure any vehicles owned by the Agency used under this Contract. 5. The rate of compensation shall remain in effect through the term of the Contract or subsequent to legislative change. In the event there is an increase/decrease in costs identified in Addendum A, this Contract shall be amended to adjust to such new rates. Page 5 of 13 Master Document Revised 08 /04/17 B . C . CONTRACT# W1140 Official Payee The name and address of the Department 's official payee to whom payment shall be made is as follows: Florida Department of Corrections Bureau of Finance and Accounting Attn: Professional Accountant Supervisor Centerville Station Call Box 13600 Tallahassee, Florida 32317-3600 Submission of lnvoice(s) The name, address , and phone number of the Agency 's official representative to whom invoices shall be submitted is: David L. Greene, City Manager City of Cape Canaveral 100 Polk A venue Cape Canaveral , Florida 32920 Telephone: (321) 868-1220 Fax : (321) 868-1248 Emai 1: d. greene@ cityofcapecanaveral.org IV. CONTRACT MANAGEMENT The Department will be responsible for the project management of this Contract. The Department has assigned the following named individuals , addresses, and phone numbers as indicated, as the Department's Contract Manager and the Department's Contract Administrator for the Project. A . B . Department's Contract Manager The Department's Field Office Manager of Central Florida Reception Center is designated as the Department 's Contract Manager and is responsible for enforcing perfonnance of the Contract terms and conditions and shall serve as a liaison with the Agency. The title, address , and telephone number of the Department's Contract Manager for this Contract is: Field Office Manager Central Florida Reception Center 7000 H . C. Kelley Road Orlando, Florida 32831-2518 Telephone: ( 407) 20 8-8 187 Email : J ohnnie.Pleicones@ fdc.myflorida.com Department's Contract Administrator The Department's Contract Administrator is responsible for maintaining a Contract file on this Contract service and will serve as a liaison with the Department's Contract Manager. The title, address , and telephone number of the Department's Contract Administrator for this Contract is: Page 6 of 13 Ma ster Do c ument Revised 08 /04 /1 7 Contract Administrator Bureau of Procurement Florida Department of Corrections 501 South Calhoun Street Tallahassee, Florida 32399-2500 Telephone: (850) 717-3681 Fax: (850) 488-7189 C. Agency 's Representative CONTRACT# Wl 140 The name , address, and telephone number of the Agency 's Representative is : Debra Holliday, Public Works Director City of Cape Canaveral 601 Thunn Boulevard Cape Canaveral , Florida 32920 Telephone: (321) 868-1240, Ext. 403 Fax : (321) 868 -1248 Email: d .holliday@cityofcapecanaveral .org D . Changes to Designees In the event that different representatives are designated by either party after execution of this Contract, notice of the name and address of the new representatives will be rendered , in writing , to the other party and said notification attached to original s of this Contract. V. CO NTRACT M ODI F ICATIO NS Modifications to provisions of this Contract shall only be valid when they have been rendered , in writing, and duly signed by both parties. The parties agree to renegotiate this Contract if stated revisions of any applicable laws, regulations , or increases/decreases in allocations make changes to this Contract necessary. VI . TERMINATIO N/CANCELLATION Tennination at Will This Contract may be tenninated by either party upon no less than 30 calendar days notice, without cause, unless a lesser time is mutually agreed upon by both parties. Said notice shall be delivered by certified mail (return receipt requested), by other method of delivery whereby an original signature is obtained , or in-person with proof of delivery. In the event of termination , the Department will be paid for all costs incurred and hours worked up to the time of termination . The Department shall reimburse the Agency any advance payments , prorated as of last day worked. VII. CONDITI ONS A. Records The Agency agrees to allow the Department and the public access to any documents, papers , letters, or other materials subject to the provisions of Chapter 119 and Section 945 .10 , F .S., made or received by the Agency in conjunction with this Contract. The Agency 's refusal to comply with this provision shall constitute sufficient cause for termination of this Contract. Page 7 of 13 Master Document Revised 08 /04 /1 7 B . C . D. E. CONTRACT# W1140 Annual Appropriation The Department 's perfonnance under this Contract is contingent upon an annual appropriation by the legislature. It is also contingent upon receipt of payments as outlined in Addendum A and in Section III., COMPENSATION. Disputes Any dispute concerning performance of the Contract shall be resolved infonnally by the Department's Contract Manager. Any dispute that cannot be resolved informally shall be reduced to writing and delivered to the Department 's Assistant Deputy Secretary of Institutions . The Department 's Assistant Deputy Secretary of Institutions , shall decide the dispute, reduce the decision to writing, and deliver a copy to the Agency, the Department's Contract Administrator, and the Department's Contract Manager. Force Majeure Neither party shall be liable for loss or damage suffered as a result of any delay or failure in performance under this Contract or interruption of perfonnance resulting directly or indirectly from acts of God , fire , explosions, earthquakes, floods, water, wind , lightning, civil or military authority, acts of public enemy, war, riots, civil disturbances, insurrections, strikes, or labor disputes. Severability The invalidity or unenforceability of any particular provision of this Contract shall not affect the other provisions hereof and this Contract shall be construed in all respects as if such invalid or unenforceable provision was omitted . F . Verbal Instructions No negotiations, decisions , or actions shall be initiated or executed by the Agency as a result of any discussions with any Department employee. Only those communications which are in writing from the Department's administrative or project staff identified in Section IV ., CONTRACT MANAGEMENT, of this Contract shall be considered as a duly authorized expression on behalf of the Department. Only communications from the Agency that are signed and , in writing, will be recognized by the Department as duly authorized expressions on behalf of the Agency. G. No Third-Party Beneficiaries Except as otherwise expressly provided herein , neither this Contract, nor any amendment, addendum or exhibit attached hereto , nor term , provision or clause contained therein , shall be construed as being for the benefit of, or providing a benefit to , any party not a signatory hereto. H. Prison Rape Elimination Act (PREA) The Agency shall report any violations of the Prison Rape Elimination Act (PREA), Federal Rule 28 C.F.R. Part 115 , to the Department's Contract Manager, or designee . I. Cooperation with Inspector General In accordance with Section 20.055(5), F.S., the Agency understands and will comply with its duty to cooperate with the Inspector General in any investigation, audit, inspection , review, or hearing. Page 8 of 13 Master Document Revised 08 /04/17 J. CONTRACT# Wll40 Sovereign hnmunity The Agency and the Department are state agencies or political subdivisions as defined in Section 768.28, F.S., and agree to be fully responsible for acts and omissions of their own agents or employees to the extent pennitted by law . Nothing herein is intended to serve as a waiver of sovereign immunity by either party to which sovereign immunity may be applicable. Further, nothing herein shall be construed as consent by a state agency or political subdivision of the State of Florida to be sued by third parties in any matter arising out of this Contract. K. Americans with Disabilities Act The Agency shall comply with the Americans with Disabilities Act. In the event of the Agency 's noncompliance with the nondiscrimination clauses , the Americans with Di sabi litie s Act , or with any other such rules , regulations, or orders , this Contract may be canceled, tenninated , or suspended in whole or in part and the Agency may be declared ineligible for further Contracts. REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK f. dflS _ .... ( 6S =I 'd h?t • 81~-•. ·1e,...,I. ,l Page 9 of 13 Master Document Revised 08 /04/17 CONTRACT# W1140 Waiver of breach of any provision of this Contract shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Contract. This Contract will be governed by and construed in accordance with the laws of the State of Florida . Any action hereon or in connection herewith shall be brought in Leon County, Florida. This Contract and Addendum A contain all of the tenns and conditions agreed upon by the parties. IN WITNESS THEREOF, the parties hereto have caused this Contract to be executed by their undersigned officials as duly authorized. AGENCY: CITY OF CAPE CANAVERAL NAME: David Greene TITLE: City Manager DATE: August 21, 2018 FEIN: 59-0974636 FLORIDA DEPARTMENT OF CORRECTIONS SIGNED BY: Approved as to form and legality, subject to execution. SIGNED I I\, .JI-I, J I IJ., .... ~ I BY:CflJ f..J//IUL~vf~ NAME: _K_a_se~y_B_._F_a_u_lk __________ NAME: Kenneth S. Steely TITLE: Chief, Bureau of Procurement TITLE: General Counsel --~------------- DATE: _~_1'3_0_/ (_~-----DATE: 'i/1!1 /If' Page 10 of 13 Master Document Revised 08 /04 /17 Addendum A Inmate Work Squad Detail of Costs for City of Cape Canaveral lnteragency Contract Number W1140 Effective October 1, 2018 ***ENTER MULTIPLIERS IN SHADED BOXES ONLY IF TO BE INVOICED TO AGENCY*** I Per Officer I. CORRECTIONAL WORK SQUAD OFFICER SALARIES AND POSITION RELATED-EXPENSES TO BE REIMBURSED BY THE AGENCY: Annual Cost Total Annual Cost Officers Salary # Officer: Multiplier 1 $ 54,194.00 ** $ 54,194.00 Salary Incentive Payment $ 1,128.00 Repair and Maintenance $ 121.00 State Personnel Assessment $ 354.00 Training/Criminal Justice Standards $ 200.00 Uniform Purchase $ 400.00 Uniform Maintenance $ 350.00 Training/Criminal Justice Standards * N/A TOTAL -To Be Billed By Contract To Agency $ 56,747.00 *Cost limited to first year of contract as this is not a recurring personnel/position cost. ** Annual cost does not include overtime pay. $ 1,128.00 $ 121.00 $ 354.00 $ 200.00 $ 400.00 $ 350.00 $ 56,747.00 IA. The Overtime Hourly Rate of Compensation for this Contract is $31.85, if applicable. (The Overtime Hourly Rate of Compensation shall include the average hourly rate of pay for a Correctional Officer and the average benefit package provided by the department, represented as time and one half for purposes of this Contract.) 11. ADMINISTRATIVE COSTS TO BE REIMBURSED BY THE AGENCY: Costs include but may not be limited to the following: Rain coats, staff high visibility safety vest, inmate high visibility safety vest, fire extinguisher, first aid kit, personal protection kit, flex cuffs, warning signs, handcuffs, Igloo coolers, portable toilets, insect repellants, masks, vaccinations, and other administrative expenses. TOTAL -To Be Billed By Contract To Agency Ill. ADDITIONAL AGENCY EXPENSES: Tools, equipment, materials and supplies not listed in Section II above are to be provided by the Agency. CELLULAR PHONE WITH SERVICE REQUIRED: ENCLOSED TRAILER REQUIRED: Addendum A Revised 06-02-03/01-12-04 YES Q YES D NO D NO [xJ Page 11 of 13 Number Squads Total Annual Cost $ 750.00 $ 750.00 Addendum A Inmate Work Squad Detail of Costs for City of Cape Canaveral lnteragency Contract Number W1140 Effective October 1, 2018 IV. OPERATING CAPITAL TO BE ADVANCED BY AGENCY: MACOM $4969.00 Per Unit Cost Hand Held Radio Vehicle Mounted Radio MACOM $5400.00 0 -----TOTAL Operating Capital To Be Advanced By Agency V. TOTAL COSTS TO BE ADVANCED BY AGENCY: 1. Operating Capital -from Section IV. 2. Grand Total -To Be Advanced By Agency At Contract Signing: VI. TOTAL COSTS TO BE BILLED TO AGENCY BY CONTRACT: 1. Correctional Officer Salaries and Position-Related Expenses -from Section I. 2. Other Related Expenses and Security Supplies -from Section II. 3. Grand Total -To Be Billed To Agency By Contract: VII. TOTAL OF ALL COSTS ASSOCIATED WITH CONTRACT: (Total of Sections V. and VI.) VIII. OVERTIME COSTS: Number of Units If the contracting Agency requests overtime for the work squad which is approved by the Department, $ $ $ the contracting Agency agrees to pay such costs and will be billed separately by the Department for the cost of overtime. Addendum A Revised 06-02-03/01-12-04 Page12of13 Total I Cost Total ) Cost $0.00 $0.00 Total ) Cost $56,747.00 $750.00 $57,497.00 $57,497.001 Bill To Agency D D D Section I. Section II. Section Ill. Section IV. Section V. Section VI. Section VII. Section VIII. Addendum A -INSTRUCTIONS Inmate Work Squad Detail of Costs for City of Cape Canaveral lnteragency Contract Number W1140 Effective October 1, 2018 Costs in this section are determined each fiscal year by the Budget and Management Evaluation Bureau and are fixed. By entering the number of Officers required for this contract, the spreadsheet will automatically calculate the "Total Annual Cost" column. If this Work Squad is beyond the first year of existence, enter a zero (0) in the "Total Annual Cost" column for "Training/Criminal Justice Standards" after you have entered the"# Officers Multiplier". Safety and environmental health procedures require safety measures such as the use of safety signs, vests, and clothing. The Department's procedure for Outside Work Squads requires that all Work Squad Officers be responsible for ensuring their squad is equipped with a first aid kit and a personal protection equipment (PPE) kit. Section II identifies such required equipment. A new squad must be sufficiently equipped and an on-going squad must be re-supplied when needed. Type in the number of squads used for this contract and the spreadsheet will automatically calculate the fixed annual expense of $750.00 per squad and place the total in Section VI. Check "Yes" or "No" to indicate whether a Cellular Phone with Service and/or an Enclosed Trailer is required by the Contract Manager. The Department's procedure for Outside Work Squads requires that they have at least one (1) primary means of direct communication with the Institution's Control Room. Communication via radio and/or cellular phone is appropriate. It is preferred that a backup, secondary means of communication also be available. It is the Agency's responsibility to provide them. If the Department purchases a radio(s), the Agency must fund the purchase at the time the Contract is signed. Check the box for the type of radio and fill in the Per Unit Cost for the type of radio, Number of Units, and Total Cost columns. Leave the Total Cost column blank if a radio(s) is not being purchased at this time. Check applicable boxes ("Bill to Agency", "Provided by Agency" and "Already Exists") for each radio. NOTE: All radio communication equipment owned or purchased by the Agency that is programmed to the Department's radio frequency and used by the work squad(s), whether purchased by the Department or the Agency, shall be IMMEDIATELY deprogrammed by the Department at no cost to the Agency upon the end or termination of this Contract. The total funds the Agency must provide at the time the contract is signed will be displayed here when the form is properly filled out. The total funds the Agency will owe contractually, and pay in equal quarterly payments, will be displayed here. The total funds associated with the Contract, to be paid by the Agency as indicated in Sections V. and VI., will be displayed here. Any agreement in this area will be billed separately as charges are incurred. Addendum A Revised 06-02-03/01-12-04 Page 13 of 13