HomeMy WebLinkAboutAgenda Packet 05-25-04
~
-
"
...I
rZ2_~':'::~Si::·~Z~;\-.=~~~:L~~~;;~~~:I:~l,~ª~~:~;::i1¡{ty
MAY 25, 2004
9:00 AM
BOARD OF COUNTY COMMISSIONERS
MEETING AGENDA
WELCOME
ALL MEETINGS ARE TELEVISED.
PLEASE TURN OFF ALL CELL PHONES AND PAGERS
PRIOR TO ENTERING THE COMMISSION CHAMBERS.
GENERAL RULES AND PROCEDURES - Attached is the agenda which will determine the order of business conducted at
today's Board meeting:
CONSENT AGENDA - These items are considered routine and are enacted by one motion. There will be no separate
discussion of these items unless a Commissioner so requests.
REGULAR AGENDA - Proclamations, Presentations, Public Hearings, and Department requests are items, which the
Commission will discuss individually usually in the order listed on the agenda.
PUBLIC HEARINGS - These items are usually heard on the first and third Tuesday at 7:00 P.M. or as soon thereafter as
possible. However, if a public hearing is scheduled for a meeting on a second or fourth Tuesday, which begins at 9:00 A.M.,
then public hearings will be heard at 9:00 A.M. or as soon thereafter as possible. These time designations are intended to
indicate that an item will not be addressed prior to the listed time. The Chairman will open each public hearing and asks anyone
wishing to speak to come forward, one at a time. Comments will be limited to five minutes.
As a general rule, when issues are scheduled before the Commission under department request or public hearing, the order of
presentation is: (1) County staff presents the details of the Board item (2) Commissioners comment (3) if a public hearing, the
Chairman will ask for public comment, (4) further discussion and action by the board.
ADDRESSING THE COMMISSION - Please state your name and address, speaking clearly into the microphone. If you have
backup material, please have eight copies for distribution.
NON-AGENDA ITEMS - These items are presented by an individual Commissioner or staff as necessary at the conclusion of
the printed agenda.
PUBLIC COMMENT - Time is allotted at the beginning of each meeting of general public comment. Please limit comments to
five minutes.
DECORUM - Please be respectful of others opinions.
MEETINGS - All Board meetings are open to the public and are held on the first and third Tuesdays of each month at 7:00
P.M. and on the second and fourth Tuesdays at 9:00 A.M., unless otherwise advertised. Meetings are held in the County
Commission Chambers in the Roger Poitras Administration Annex at 2300 Virginia Ave., Ft. Pierce, FL 34982. The Board
schedules additional workshops throughout the year necessary to accomplish their goals and commitments. Notice is provided of
these workshops. Assistive Listening Device is available to anyone with a hearing disability. Anyone with a disability requiring
accommodation to attend this meeting should contact the St. Lucie County Community Services Director at (772) 462-1777
or TDD (772) 462-1428 at least forty-eight (48) hours prior to the meeting.
-----
\.t
BOARD OF COUNTY
COMMISSIONERS
www.co.st-lucie.fI.us
Paula A. Lewis, Chairman
John D. Bruhn, Vice Chairman
Doug Coward
Frannie Hutchinson
Cliff Barnes
May 25,2004
9:00 A.M.
INVOCA TION
PLEDGE OF ALLEGIANCE
\wi
i~~~IFi~IKçf¿I¿~r11t:"[It1Ej1;51tf;,:f;~J;I~l;~¿r~11~
~~£f~~~~i~L;2jJ~~i::J"i'filif~~~Y~
District No.3
District No. 1
District No. 2
District No.4
District No.5. 7
LQJ·
/1 rm ~ . 7\f\V
l [1/1 ~~()~
Li à. '~. INUTES
k (b\. ~\
~\~î\~~Wb~pprove the minutes of the meeting held on May 18, 2004.
r\l}~ ~
f. Ü' PROCLAMA TIONS/PRESENT A TIONS
.~t: í
~~, ID]JJ!' Ä. Resolution No. 04-143 - Proclaiming June 12, 2004, and June 13, 2004, as "WINGS IN
/ 'r-~('Y WHEELS AIR AND MILITARY VEHICLE SHOW WEEKEND" in St. Lucie County, Florida -
0~~1J~ / Consider staff recommendation to adopt Resolution No. 04-143 as drafted.
V 2004 Employee Picnic Trophy Presentation
c. / Tourism and Economic Development Division - Economic Development Status Update
~ Reading of the announcements by the County Administrator
3\ \, ERAL PUBLIC COMMEN~. '
('Ý1~~' ~qC- PLdIQcf+\- \ ðr
;i4. SENT AGENDA C . c
~ ¡ I/O, " d'8 i"UI\'>"O t "'/:'f"'" ú T h"", ", I f\ J."Jù h 0- CA \
~ &~,.._".,-_._,..,_...._....._- ......-,...-.......-....-.-
~-=-~_.~..'__..~..:._.............r_,.'\._~..;.-_...!.7_:_~_..,.-=................._ -_'_~"__'-:_""";_'.4"_-""""""'''''''__'''--'''·''''_'''·----'''''''
PUBLIC HEARINGS
SA. There are no Public Hearings scheduled for May 25, 2004.
END OF PUBLIC HEARINGS
.--:......c...._.~....-.-..._,.._~__~__·~_~_·~_~_~---------'-.:.._~"--'*'-_.u....r·~-.
_....=-....---"""-_.,-,..."""..........._,--=;.....=..,._....._~-~.. ---"""'- -----,.---~#_'*'-.....---
.
\J.
~\~ J1¥.DMINISTRA TION
~~\X . ~V, &:~
" !~~ y'P Consider staff recommendation to change the time of all Board night meetings from 7pm to 6 pm.
\)
7.
ADMINISTRATION ò . \ I. \ If' rL ~ , III I ¡
¡ ~ 0 N2.cù I ':) ( C n1 W\¡1I2";) ( ·t (Gtnn I L --tû tL ì IrS ¿I'I A=1 n¿é. t ù :;erUG
Joint meeting with Port St. Lucie, Fort Pierce, and the St. Lucie County School District -/èonsider staff
recommendation to appoint three of its members to the local government subcommittee.
'-"
--'
Regular Agenda
May 25, 2004
pay Two
. {~\: /¡COUNTY ATTORNEY
~\~:y,/St. Lucie County Research Center Park - Contracts for Sale and Purchase - Bolin Property - Consider staff
(\¡ff'\I\>-\J-' recommendation to approve the Contract for Safe and Purchase and authorize the Chairman to sign the
\.;" Contracts.
9.Jà COUNTY ATTORNEY
\~~{ (0) ')~olution No. 04-157 - Providing Financing for North County Utilities - Consider staff recommendation
iY\Vv'(-~'o approve Resolution No. 04-157 as drafted.
. ,¡..~,. ~)"
[\ o. ADMINISTRATION
Bi-Weekly Committee Reports - Board to provide updates on the Committees and Advisory Boards that
() \'1 they serve on.
~;-~{ nli
, ~ -{t;
~
---
\.f
'..I
CONSENT AGENDA
MAY 25. 2004
1. WARRANTS LISTS
Approve warrants list No. 36
2. PARKS AND RECREATION
USA Tennis - Florida Grant Acceptance & Approval of Budget Resolution Number 04-115 - Consider
staff recommendation to approve Budget Resolution #04-115 and accept the grant from USA Tennis-
Florida in the amount of $1,500.00.
3. COUNTY ATTORNEY
InterlocaI Agreement - FCIC/NCIC Responsibilities - Consider staff recommendation to approve the
attached Interlocal Agreement and authorize the Chairman to sign the Agreement.
4. HUMAN RESOURCES
Public Safety Reclassification - Consider staff recommendation to approve the reclassification of Part time
Data Entry Clerk, Pay Grade 13 to Full time Data Entry Clerk, Pay Grade 11.
5. ADMINISTRATION
Invest Committee Appointment - Consider staff recommendation to ratify Commissioner Bruhn's
appointment of Ann Berner to the Investment Committee.
6. PUBLIC WORKS
A. Solid Waste Division - Request for Board approval of Equipment Request EQ 04-259 to purchase
a LED 4160C Adaptive Micro Systems Tri-Color Display sign with wireless remote control
programmer and programming software from YARE, Inc. Consider staff recommendation to
approve EQ 04-259 in the amount of $2,486.
B. Solid Waste Division - Consider staff recommendation to authorize the submittal of the Florida
Department of Environmental Protection Waste Tire Grant Application for fiscal year 2004/05,
and to authorize the Chairman to sign the application, agreements, and quarterly reimbursement
requests.
C. Road and Bridge Department - Approval of Equipment Request EQ04-256 and Budget
Amendment BA04-149 for the purchase of a BIUT-800 Bus Interface Unit Tester for the Traffic
Operations Unit in the amount of $5,000.00. Consider staff recommendation to approve EQ04-
256, BA 04-149 and purchase of the BIUT-800 Bus Interface Unit Tester in the amount of
$5,000.00 from Athens Technical Specialists, Inc., using available funds from the JPA Grant
101215.
D. Road and Bridge Department - Approval of revised Equipment Request EQ04-161 to purchase a
new Crawler Loader with Tracks as budgeted for $60,000. Consider staff recommendation to
approve change equipment request EQ04-161 to a Crawler Loader with Tracks at the same
budgeted amount of $60,000 and to allow staff to advertise for bid this equipment item.
E. Engineering Division - Change Order No. 1 in the amount of $2,779 for the Picos Road Paving
& Drainage from Rock Road to King's Highway project - Consider staff recommendation to
approve and authorize the Chairman to sign Change Order No.1.
Consent Agenda
May 25, 2004
Page Two
7. Ç!ßANTS
'-'
....I
F. Road and Bridge Division - Joint Participation Agreement between the Florida Department of
Transportation (FOOT) and St. Lucie County for streetlight on US 1 (SR 5) from North of SR A-
l-A to South of SR 713 (King's Highway). - Consider staff recommendation to approve
Resolution No. 04-156 authorizing the Chair to execute the Joint Project Agreement as approved
by the County Attorney.
A. Authorize the Cultural Affairs Council Director to sign the grant application for the Historical
Resources Grant: Special Category Grant Program from the Florida Division of Historical Resources
and to accept the grant if approved for funding. Consider staff recommendation to authorize the
Cultural Affairs Council Director to sign the application for the Historical Resources Grant.
B. Authorize the submittal of a grant application to the FishAmerica Foundation and the acceptance
of the grant if it is funded. This grant is for wetland restoration at Wildcat Cove and requires a 1: 1
match that can be in the form of cash, in-kind services, or recently acquired land. Since Wildcat
Cove has been recently acquired, these acquisition costs will be utilized as match. The grant, in an
amount not to exceed $ 50,000, will be for the installation of six culverts and the removal of
invasive plants. Consider staff recommendation to authorize the submittal and acceptance of the
FishAmerica grant.
8. INVESTMENT FOR THE FUTURE
A. Contract Change Order #2 to Contract C03-06-452 - Administration Building Addition/Barth
Construction, Inc. - Consider staff recommendation to approve Change Order No.2 to Contract
No. C03-06-452, Barth Construction, to increase the contract amount by $40,068.00 and
contract time an additional six (6) days for a completion date of November 18th, 2004, for the
Administration Building Addition and authorized the Chair to sign the Change Order as prepared
by the County Attorney.
B. Engineering Division - Platt's Creek Stormwater Project - Work Authorization No. 5 (C03-10-
686) for Soil Testing Services with Dunkelberger Engineering & Testing, Inc. - Consider staff
recommendation to approve Work Authorization No.5 in the amount of $25,000, and authorize
the Chairman to sign.
9. PURCHASING
PULLEDC.
A.
First Amendment to Contract No. C03-12-743 with Kelly Services, Inc. amending the contract to
allow Agency to conduct background searches as required by the County and authorize payment
for the charges by the Agency for this service. - Consider staff recommendation to approve the
First Amendment to Contract No. C03-12-743 and authorize the Chairman to sign the
amendment as prepared by the County Attorney.
B.
First Amendment to Contact No. C03-12-745 with Treasure Coast staffing, amending the
contract to allow Agency to conduct background searched as required by the County and
authorize payment for the charges incurred by the Agency for this service. - Consider staff
recommendation to approve the First Amendment to Contract No. C03-12-745 and authorize
the Chairman to sign the amendment as prepared by the County Attorney.
Bid #04-044 - Purchase & Install Three (3) Variable Frequency Drives for Air Handler Units -
Consider staff recommendation to award Bid #04-044 to low bidder Sunchaser Mechanical for
$14,900.00 and authorize the Chairman to sign the contract as prepared by the County
Attorney.
D.
Permission to advertise Invitation for Bids for Courier Services - Consider staff recommendation to
approve the request for permission to advertise Invitation for Bids for Courier Services.
.---
\.f
'...J
Consent Agenda
May 25, 2004
Page Three
E. Permission to advertise Request for Proposals for Medical and Mental Health Services for inmates
at the St. Lucie County Detention Center. - Consider staff recommendation to approve the
request for permission to advertise Request for Proposals for Medical and Mental Health Services
for inmates at the St. Lucie County Detention Center.
F. Permission to advertise Request for Proposals for River Boat Tours - Consider staff
recommendation to approve the request for permission to advertise Request for Proposals for River
Boat Tours.
G. Bid #04-051 - Purchase of One Vibratory Soil Compactor with Smooth Drum - Consider staff
recommendation to award Bid #04-051 - to lowest responsive and responsible bidder, GS
Equipment for $65,350.00.
H. First Extension to the contracts with the firms listed on the attached Bid Award Form for Appraisal
of County Parcels - Consider staff recommendation to approve the first extension to the contracts
with the firms listed and authorize the Chairman to sign the extensions as prepared by the County
Attorney.
I. First Extension to the contracts with the suppliers listed on Bid Award Form for the Purchase of
Herbicides, and Fertilizer - Consider staff recommendation to approve the first extension to the
contracts and authorize the Chairman to sign the extensions as prepared by the County Attorney.
J. Award Bid #04-026 Media Equipment for TV Studio - Consider staff recommendation to give
permission to correct the typographical error and change the award amount of the low bidder,
B&H Photo Video, to $56,323.50.
10. UTILITIES
Ditch Diggers, Inc. for the North County District's Route #2 for the extension of a force main
interconnection with FPUA in the amount of $1,167,991.53 and approve Budget Resolution 04-158 -
Consider staff recommendation to approve the quote from Ditch Diggers, Inc. for the North County
District's Route #2 for the extension of a force main interconnection with FPUA in the amount of
$1,200,000 and approve Budget Resolution 04-158.
11. CENTRAL SERVICES
Work Authorization/Sims Wilkerson Engineering, Inc. - Security System and Fire Alarm Upgrade/Rock
Road Correction Facility - Consider staff recommendation to approve the request for a Work
Authorization in the amount of $29,000.00 with Sims Wilkerson Engineering to provide additional
services at Rock Road Correctional Facility and authorize the Chair to sign the Work Authorization as
prepared by the County Attorney.
12. COMMUNITY SERVICES
Fourth Amendment extending the term of the contract with Habitat for Humanity through the 2004-05
SHIP funding cycle, subject to the continued availability of SHIP funding for the County, and clarify the
Scope of Work and compensation procedures. - Consider staff recommendation to approve the fourth
amendment and authorize the chair to sign all necessary documents.
13. AIRPORT
Airport West Commerce Park Economic Development Administration (EDA) $1.5 million Grant
Acceptance - Consider staff recommendation to approve the contract from the U. S. Department of
Commerce, Economic Development Administration to accept the $1.5 million in federal funds towards the
construction of the Airport West Commerce Park (AWCP) at St. Lucie County International Airport.
\..,.
'""""
ST. LUCIE COUNTY BOARD OF COUNTY COMMISSIONERS
.... ".~,~ _-...0.<...,.,...._ __...~.... _'~""--'_.>'._n.<y."<_·..---~",-'~'~_-.~' ...,..._.,"'.....-..~,._,.'<_.~."'".._.......,-...."">P"_
ANNOUNCEMENTS
MAY 25, 2004
A. Meeting Changes:
~e June 15, 2004 Board of County Commissioners meeting will be changed to 6:00 pm.
VThe July 6, 2004 Board of County Commissioners meeting has been canceled.
B. On Saturday, June 12th, at 7:30 p.m. the St. Lucie Mets will host the 2004 Florida State League
All-Star Game at Tradition Field in Port St. Lucie. This will be the 42nd All Star Game for the
league, and the second time since the New York Mets first came to our community that the event
has been held at the St. Lucie County Sports Complex.
C. The Treasure Coast "Wings IN Wheels" Air Show is scheduled for June 12th & 13th, 2004, at
the St. Lucie County International Airport. The Gates open at 9:00 a.m., and the opening
ceremony is scheduled for 11 :00 a.m. on Saturday, June 12th. Air performances will run from 2
to 4 p.m. each day. Admission is $7 for adults and $3 for children.
D. The Blueway Advisory Committee will hold a public hearing on June 14th, 2004 at 6 pm in the
Roger Poitras Administration Annex, third floor conference room on the Management Plan for
Queens Island Preserve. For more information or to review a copy of the proposed management
plan, please contact the Environmental Resources Division at (772) 462-2526.
E. The Board of County Commissioners will hold a Mining Educational Presentation 'on our local
regulations and procedures and to receive technical information on the status of materials regarding
mining operations in the county. This Presentation will take place on June 29, 2004 from 6:00
pm to 8:00 pm in the County Commission Chambers and we ask that you please submit any
questions by June 11 th so that they can be addressed at the Presentation.
F. The Board of County Commissioners will hold a Workshop to discuss Native Habitat Inventory and
a list of prioritized parcels for acquisition will be presented. The Workshop will be held from
2 pm - 4 pm on June 7, 2004 in Conference Room # 3. Please submit any questions prior to
presentation so that they can be addressed at that time.
NOTICE: All Proceedings before this Board are electronically recorded. Any person who decides to appeal any action taken by the Board at
these meeting~ will need a record of the proceedings and for such purpose may need to ensure that a verbatim record of the proceedings is
made. Upon the request of any party to the proceedings, individuals testifying during a hearing will be sworn in. Any party to the proceedings
will be granted the opportunity to cross-examine any individual testifying during a hearing upon request. Anyone with a disability requiring
accommodation to attend this meeting should contact the St. Lucie County Community Services Manager at (772) 462-1777 or TDD (772)
462-1428 at least forty-eight (48) hours prior to the meeting.
......--
\.;
...."
ST. LUCIE COUNTY
MOSQUITO CONTROL DISTRICT
_,.~...__........~."):_ .,_,_·..u._~.,;..-_~.....,,_ ",,",-.:o.""_,~_ ...._..,..._ _z._~_....,,_,~"""........__;_""",..._,.._ ....."^--.,,-
John D. Bruhn
District 1
Doug Coward
District 2
Paula A. Lewis
District 3
Frannie Hutchinson
District 4
Cliff Barnes
District 5
.....~._,..-._._-_,....._..,_...._-..- ---'_...:0........,,--.. :., _~
...,._..,.,._.""·,.__.M'_...... ..-._' __~,-".......,_
AGENDA
May 25, 2004
.(~~ MINUTES
" \
I\t+~'" ~ <-)^,ì
-r\\?r\ßvbl/~ 'Approve the minutes of the meeting held May 11, 2004.
f0 r
C¡;{Í' 2. GENERAL PUBLIC COMMENT
CONSENT AGENDA
1. WARRANTS LISTS
Approve Warrants List No. 35 and 36.
2. MOSQUITO CONTROL
)A.
, ,,',
{-/~ "
",,(0 J,U\i-¡ \
pt~ y,' \~~tcP
'ìrJ\\ !j\
l (Y
Indian River Lagoon License Plate Program FY 2004 - Grant Application - Consider staff
recommendation to authorize staff to submit the application for an Indian River Lagoon Plate FY
2004 Grant in the amount of $47,899.00, and provide local match from USDA/NRCS (already
received) in the amount of $104,080.00, and local (District) sources in the amount $25,800.00
(plus in-kind services).
\ &.tl) Use Reserves for Replacement of Two Rotary Cutters - Approval of Equipment Number
~QG\ . ) ,'J:y EQ 04-258 and Budget Amendment No. BA 04-150. Consider staff recommendation to
N~\Ò \,ß' ¿,ð'l approve Budget Amendment No. BA 04-150 and Equipment Request form EQ 04-258 for the
t \1\^''1'' ''0\)' purchase of two replacement 8 ft. rotary cutters, in the amount of $ 7,600.00.
CIL
~ C. 0 Purchase and Installation of Cellular Monitoring System for Bear Point Mitigation Bank - Bid
" ,{ , Waiver Request - Sole Source Provider of Integration Services - Consider staff recommendation to
. ¡C¿\I .... () approve a Bid Waiver for Sole Source to Locher Environmental Technology, LLC, in the amount of
\\:.\v{ D'-: \).!rv-J \/ $69,241, for purchase and installation of an integrated Cellular Monitoring System and approve
t'1\ "",. t..¡ .v.'. to negotiate price and contract with Locher for monthly service and additional materials/parts
err\ ~\..') (quoted service charge of $850.00 per mo.) and approve Equipment Request Form No. EQ 04-
260, and Budget Amendment No. 04-151.
D. ,l Bid Waiver and Piggyback Broward County School Board Project No. 3041-96-08 Mitigation
~c{ JJ Project (Landscaping) with Native Technologies, Inc. for a total of $87,959.00 - Consider staff
'\)\~~\ )\/ U. . recommendation to approve the waiver of the bid process and give permission to piggyback
Î \ \ '7 ß~oward County School Board Project No. 3041-96-08 and authorize the Chairman to sign the
A\0'" '0J \,~ntract as prepared by the County Attorney.
L~ ì\y~'(;Y
NOTICE: All Proceedings before this Board are electronically recorded. Any person who decides to appeal any action taken by the Board at
these meetings will need a record of the proceedings and for such purpose may need to ensure that a verbatim record of the proceedings is
made. Upon the request of any party to the proceedings, individuals testifying during a hearing will be S'ovorn in. Any party to the proceedings
will be granted the opportunity to cross-examine any individual testifying during a hearing upon request. Anyone with a disability requiring
accommodation to attend this meeting should contact the St. Lucie County Community Services Manager at (772) 462-1777 or TDD (772)
462-1428 at least forty-eight (48) hours prior to the meeting.
'-
~
ST. LUCIE COUNTY
EROSION DISTRICT
'M."~=_ _~..".__.._..~>._ '^'..~..- ,,-'M"_ .",.,..- ,.~ -....- .".~..._- .'~" ,--_.~-,~--
John D. Bruhn
District 1
Doug Coward
District 2
Paula A. Lewis
District 3
Frannie Hutchinson
District 4
Cliff Barnes
District 5
....,"''-".''''.__.n.,-'...~..:_--~··,:.,,:_-'~-_·,·.:-,_·'- - -""-":-'-
-
-,:__.""0"_"'_-·'--"-
AGENDA
May 25, 2004
",,(,fJ L.~UTES
J~~ ')' 1
IA :~)t,ø Approve the minutes of the meeting held May 11, 2004.
rtf' \ 11'
L 2. GENERAL PUBLIC COMMENT
CONSENT AGENDA
1. WARRANTS LISTS
Approve Warrants List No. 35 and 36.
2. EROSION CONTROL
-.õ1 ¿L\ A.
~'P\VD 'C
! \ II ( . :)1 7
11 \ l2V, \
v')' -\'
it (f'1^í' f~lf
(
B.,ý Feasibility Cost Sharing agreement and corresponding draft Project Management Plan form the
'CD' J[, U.S. Army Corps of Engineers (USACOE) regarding the southern shoreline of St. Lucie County -
,,~ 0 /) Consider staff recommendation to approve the Feasibility Cost Sharing agreement and execute said
1 ' )1 / \}v \ agreement by the Chairman; contingent on review and approve the final Project Management Plan
, .... (I('I' ~\r' j¿.' ')Á¡'\ Y by the County Attorney.
Ccv' -t.p-./
General Re-Evaluation Report (GRR): Enter into Amendment No.1 to Work Authorization No.
12 (C-00-12-181) with Taylor Engineering, Inc. for additional services related to the Fort Pierce
Shore Protection project. _ Consider staff recommendation to approve Amendment No. 1 to the
Work Authorization No. 12 with Taylor Engineering, Inc. ($41,830) and execute of said
agreement by the Chairman.
NOTICE: All Proceedings before this Board are electronically recorded. Any person who decides to appeal any action taken by the Board at
these meetings will need a record of the proceedings and for such purpose may need to ensure that a verbatim record of the proceedings is
made. Upon the request of any party to the proceedings, individuals testifying during a hearing will be sworn in. Any party to the proceedings
will be granted the opportunity to cross-examine any individual testifying during a hearing upon request. Anyone with a disability requiring
accommodation to attend this meeting should contact the St. Lucie County Community Services Manager at (772) 462-1777 or TDD (772)
462-1428 at least forty-eight (48) hours prior to the meeting.
/
'-
...,I
;~~/J
MAY 25 2004 !, . ~
/
9:00 AM
BOARD OF COUNTY COMMISSIONERe
MEETING AGENDA
WELCOME
ALL MEETINGS ARE TELEVISED.
PLEASE TURN OFF ALL CELL PHONES AND PAGERS
PRIOR TO ENTERING THE COMMISSION CHAMBERS.
GENERAL RULES AND PROCEDURES - Attached is the agenda which will determine the order of business conducted at
loday's Board meeting:
CONSENT AGENDA - These items are considered routine and are enacted by one motion. There will be no separate
discussion of these items unless a Commissioner so requests.
REGULAR AGENDA - Proclamations, Presentations, Public Hearings, and Department requests are items, which the
Commission will discuss individually usually in the order listed on the agenda.
PUBLIC HEARINGS - These items are usually heard on the first and third Tuesday at 7:00 P.M. or as soon thereafter as
possible. However, if a public hearing is scheduled for a meeting on a second or fourth Tuesday, which begins at 9:00 A.M.,
then public hearings will be heard at 9:00 A.M. or as soon thereafter as possible. These time designations are intended to
indicate that an item will not be addressed prior to the listed time. The Chairman will open each public hearing and asks anyone
wishing to speak to come forward, one at a time. Comments will be limited to five minutes. .. '-;
....
As a general rule, when issues are scheduled before the Commission under department request or public h.earing, the order of
presentation is: (1) County staff presents the details of the Board item (2) Commissioners comment (3) if a public hearing, the
Chairman will ask for public comment, (4) further discussion and action by the board.
ADDRESSING THE COMMISSION - Please state your name and address, speaking clearly into the microphone. If you have
backup material, please have eight copies for distribution.
NON-AGENDA ITEMS - These items are presented by an individual Commissioner or staff as necessary at the conclusion of
the printed agenda.
PUBLIC COMMENT - Time is allotted at the beginning of each meeting of general public comment. Please limit comments to
five minutes.
DECORUM - Please be respectful of others opinions.
MEETINGS - All Board meetings are open to the public and are held on the first and third Tuesdays of each month at 7:00
P.M. and on the second and fourth Tuesdays at 9:00 A.M., unless otherwise advertised. Meetings are held in the County
Commission Chambers in the Roger Poitras Administration Annex at 2300 Virginia Ave., Ft. Pierce, FL 34982. The Board
schedules additional workshops throughout the year necessary to accomplish their goals and commitments. Notice is provided of
these workshops. Assistive Listening Device is available to anyone with a hearing disability. Anyone with a disability requiring
accommodation to attend this meeting should contact the St. Lucie County Community Services Director at (772) 462- t 777
or TDD (772) 462-1428 at least forty-eight (48) hours prior to the meeting.
'-'
BOARD OF COUNTY
COMMISSIONERS
www.co.st-lucie.fI.us
Paula A. Lewis, Chairman
John D. Bruhn, Vice Chairman
Doug Coward
Frannie Hutchinson
Cliff Barnes
District No. 3
District No. 1
District No. 2
District No.4
District No. 5
May 25, 2004
9:00 A.M.
INVOCATION
PLEDGE OF ALLEGIANCE
1. MINUTES
Approve the minutes of the meeting held on May 18, 2004.
2. PROCLAMATIONS/PRESENTATIONS
A. Resolution No. 04-143 - Proclaiming June 12, 2004, and June 13, 2004, as "WINGS IN
WHEELS AIR AND MILITARY VEHICLE SHOW WEEKEND" in St. Lucie County, Florida -
Consider staff recommendation to adopt Resolution No. 04-143 as drafted.
B. 2004 Employee Picnic Trophy Presentation
C. Tourism and Economic Development Division - Economic Development Status Update
D. Reading of the announcements by the County Administrator
3. GENERAL PUBLIC COMMENT
4. CONSENT AGENDA
PUBLIC HEARINGS
SA. There are no Public Hearings scheduled for May 25, 2004.
END OF PUBLIC HEARINGS
6. ADMINISTRATION
Consider staff recommendation to change the time of all Board night meetings from 7pm to 6 pm.
7. ADMINISTRATION
Joint meeting with Port St. Lucie, Fort Pierce, and the St. Lucie County School District - Consider staff
recommendation to appoint three of its members to the local government subcommittee.
'--'
...I
Regular Agenda
May 25, 2004
Page Two
8. COUNTY ATTORNEY
St. Lucie County Research Center Park - Contracts for Sale and Purchase - Bolin Property - Consider staff
recommendation to approve the Contract for Sale and Purchase and authorize the Chairman to sign the
Contracts.
9. COUNTY ATTORNEY
Resolution No. 04-1 57 - Providing Financing for North County Utilities - Consider staff recommendation
to approve Resolution No. 04-157 as drafted.
1 O. ADMINISTRATION
Bi-Weekly Committee Reports - Board to provide updates on the Committees and Advisory Boards that
they serve on.
'--'
.,J
CONSENT AGENDA
MAY 25. 2004
1. WARRANTS LISTS
Approve warrants list No. 36
2. PARKS AND RECREATION
USA Tennis - Florida Grant Acceptance & Approval of Budget Resolution Number 04-115 - Consider
staff recommendation to approve Budget Resolution #04-115 and accept the grant from USA Tennis-
Florida in the amount of $1,500.00.
3. COUNTY ATTORNEY
Interlocal Agreement - FClC/NCIC Responsibilities - Consider staff recommendation to approve the
attached Interlocal Agreement and authorize the Chairman to sign the Agreement.
4. HUMAN RESOURCES
Public Safety Reclassification - Consider staff recommendation to approve the reclassification of Part time
Data Entry Clerk, Pay Grade 13 to Full time Data Entry Clerk, Pay Grade 11.
5. ADMINISTRATION
Invest Committee Appointment - Consider staff recommendation to ratify Commissioner Bruhn's
appointment of Ann Berner to the Investment Committee.
6. PUBLIC WORKS
A. Solid Waste Division - Request for Board approval of Equipment Request EQ 04-259 to purchase
a LED 4160C Adaptive Micro Systems Tri-Color Display sign with wireless remote control
programmer and programming software from YARE, Inc. Consider staff recommendation to
approve EQ 04-259 in the amount of $2,486.
B. Solid Waste Division - Consider staff recommendation to authorize the submittal of the Florida
Department of Environmental Protection Waste Tire Grant Application for fiscal year 2004/05,
and to authorize the Chairman to sign the application, agreements, and quarterly reimbursement
requests.
C. Road and Bridge Department - Approval of Equipment Request EQ04-256 and Budget
Amendment BA04-149 for the purchase of a BIUT-800 Bus Interface Unit Tester for the Traffic
Operations Unit in the amount of $5,000.00. Consider staff recommendation to approve EQ04-
256, BA 04-149 and purchase of the BIUT-800 Bus Interface Unit Tester in the amount of
$5,000.00 from Athens Technical Specialists, Inc., using available funds from the JPA Grant
101215.
D. Road and Bridge Department - Approval of revised Equipment Request EQ04-161 to purchase a
new Crawler Loader with Tracks as budgeted for $60,000. Consider staff recommendation to
approve change equipment request EQ04-161 to a Crawler Loader with Tracks at the same
budgeted amount of $60,000 and to allow staff to advertise for bid this equipment item.
E. Engineering Division - Change Order No. 1 in the amount of $2,779 for the Picos Road Paving
& Drainage from Rock Road to King's Highway project - Consider staff recommendation to
approve and authorize the Chairman to sign Change Order No.1.
\.-
...J
Consent Agenda
May 25, 2004
Page Two
F. Road and Bridge Division - Joint Participation Agreement between the Florida Department of
Transportation (FDOT) and St. Lucie County for streetlight on US 1 (SR 5) from North of SR A-
l-A to South of SR 713 (King's Highway). - Consider staff recommendation to approve
Resolution No. 04-156 authorizing the Chair to execute the Joint Project Agreement as approved
by the County Attorney.
7. GRANTS
A. Authorize the Cultural Affairs Council Director to sign the grant application for the Historical
Resources Grant: Special Category Grant Program from the Florida Division of Historical Resources
and to accept the grant if approved for funding. Consider staff recommendation to authorize the
Cultural Affairs Council Director to sign the application for the Historical Resources Grant.
B. Authorize the submittal of a grant application to the FishAmerica Foundation and the acceptance
of the grant if it is funded. This grant is for wetland restoration at Wildcat Cove and requires a 1: 1
match that can be in the form of cash, in-kind services, or recently acquired land. Since Wildcat
Cove has been recently acquired, these acquisition costs will be utilized as match. The grant, in an
amount not to exceed $50,000, will be for the installation of six culverts and the removal of
invasive plants. Consider staff recommendation to authorize the submittal and acceptance of the
FishAmerica grant.
8. INVESTMENT FOR THE FUTURE
A. Contract Change Order #2 to Contract C03-06-452 - Administration Building Addition/Barth
Construction, Inc. - Consider staff recommendation to approve Change Order No. 2 to Contract
No. C03-06-452, Barth Construction, to increase the contract amount by $40,068.00 and
contract time an additional six (6) days for a completion date of November 18th, 2004, for the
Administration Building Addition and authorized the Chair to sign the Change Order as prepared
by the County Attorney.
B. Engineering Division - Platt's Creek Stormwater Project - Work Authorization No. 5 (C03-10-
686) for Soil Testing Services with Dunkelberger Engineering & Testing, Inc. - Consider staff
recommendation to approve Work Authorization No.5 in the amount of $25,000, and authorize
the Chairman to sign.
9. PURCHASING
A. First Amendment to Contract No. C03-12-743 with Kelly Services, Inc. amending the contract to
allow Agency to conduct background searches as required by the County and authorize payment
for the charges by the Agency for this service. - Consider staff recommendation to approve the
First Amendment to Contract No. C03-12-743 and authorize the Chairman to sign the
amendment as prepared by the County Attorney.
B. First Amendment to Contact No. C03-12-745 with Treasure Coast staffing, amending the
contract to allow Agency to conduct background searched as required by the County and
authorize payment for the charges incurred by the Agency for this service. - Consider staff
recommendation to approve the First Amendment to Contract No. C03-12-745 and authorize
the Chairman to sign the amendment as prepared by the County Attorney.
C. Bid #04-044 - Purchase & Install Three (3) Variable Frequency Drives for Air Handler Units -
Consider staff recommendation to award Bid #04-044 to low bidder Sunchaser Mechanical for
$ t 4,900.00 and authorize the Chairman to sign the contract as prepared by the County
Attorney.
D. Permission to advertise Invitation for Bids for Courier Services - Consider staff recommendation to
approve the request for permission to advertise Invitation for Bids for Courier Services.
~
...,J
Consent Agenda
May 25, 2004
Page Three
E. Permission to advertise Request for Proposals for Medical and Mental Health Services for inmates
at the St. Lucie County Detention Center. - Consider staff recommendation to approve the
request for permission to advertise Request for Proposals for Medical and Mental Health Services
for inmates at the St. Lucie County Detention Center.
F. Permission to advertise Request for Proposals for River Boat Tours - Consider staff
recommendation to approve the request for permission to advertise Request for Proposals for River
Boat Tours.
G. Bid #04-051 - Purchase of One Vibratory Soil Compactor with Smooth Drum - Consider staff
recommendation to award Bid #04-051 - to lowest responsive and responsible bidder, GS
Equipment for $65,350.00.
H. First Extension to the contracts with the firms listed on the attached Bid Award Form for Appraisal
of County Parcels - Consider staff recommendation to approve the first extension to the contracts
with the firms listed and authorize the Chairman to sign the extensions as prepared by the County
Attorney.
I. First Extension to the contracts with the suppliers listed on Bid Award Form for the Purchase of
Herbicides, and Fertilizer - Consider staff recommendation to approve the first extension to the
contracts and authorize the Chairman to sign the extensions as prepared by the County Attorney.
J. Award Bid #04-026 Media Equipment for TV Studio - Consider staff recommendation to give
permission to correct the typographical error and change the award amount of the low bidder,
B&H Photo Video, to $56,323.50.
10. UTILITIES
Ditch Diggers, Inc. for the North County District's Route #2 for the extension of a force main
interconnection with FPUA in the amount of $ 1, 167,991 .53 and approve Budget Resolution 04- 1 58 -
Consider staff recommendation to approve the quote from Ditch Diggers, Inc. for the North County
District's Route #2 for the extension of a force main interconnection with FPUA in the amount of
$1,200,000 and approve Budget Resolution 04-158.
11. CENTRAL SERVICES
Work Authorization/Sims Wilkerson Engineering, Inc. - Security System and Fire Alarm Upgrade/Rock
Road Correction Facility - Consider staff recommendation to approve the request for a Work
Authorization in the amount of $29,000.00 with Sims Wilkerson Engineering to provide additional
services at Rock Road Correctional Facility and authorize the Chair to sign the Work Authorization as
prepared by the County Attorney.
12. COMMUNITY SERVICES
Fourth Amendment extending the term of the contract with Habitat for Humanity through the 2004-05
SHIP funding cycle, subject to the continued availability of SHIP funding for the County, and clarify the
Scope of Work and compensation procedures. - Consider staff recommendation to approve the fourth
amendment and authorize the chair to sign all necessary documents.
1 3. AIRPORT
Airport West Commerce Park Economic Development Administration (EDA) $1.5 million Grant
Acceptance - Consider staff recommendation to approve the contract from the U. S. Department of
Commerce, Economic Development Administration to accept the $1.5 million in federal funds towards the
construction ofthe Airport West Commerce Park (AWCP) at St. Lucie County International Airport.
"-' .
...,J
ST. LUCIE COUNTY BOARD OF COUNTY COMMISSIONERS
ANNOUNCEMENTS
MAY 25, 2004
A. Meeting Changes:
. The June 15, 2004 Board of County Commissioners meeting will be changed to 6:00 pm.
. The July 6, 2004 Board of County Commissioners meeting has been canceled.
B. On Saturday, June 12th, at 7:30 p.m. the St. Lucie Mets will host the 2004 Florida State League
All-Star Game at Tradition Field in Port St. Lucie. This will be the 42nd All Star Game for the
league, and the second time since the New York Mets first came to our community that the event
has been held at the St. Lucie County Sports Complex.
C. The Treasure Coast "Wings IN Wheels" Air Show is scheduled for June 12th & 13th, 2004, at
the St. Lucie County International Airport. The Gates open at 9:00 a.m., and the opening
ceremony is scheduled for 11 :00 a.m. on Saturday, June 12th. Air performances will run from 2
to 4 p.m. each day. Admission is $7 for adults and $3 for children.
D. The Blueway Advisory Committee will hold a public hearing on June 14th, 2004 at 6 pm in the
Roger Poitras Administration Annex, third floor conference room on the Management Plan for
Queens Island Preserve. For more information or to review a copy of the proposed management
plan, please contact the Environmental Resources Division at (772) 462-2526.
E. The Board of County Commissioners will hold a Mining Educational Presentation on our local
regulations and procedures and to receive technical information on the status of materials regarding
mining operations in the county. This Presentation will take place on June 29, 2004 from 6:00
pm to 8:00 pm in the County Commission Chambers and we ask that you please submit any
questions by June 11 th so that they can be addressed at the Presentation.
F. The Board of County Commissioners will hold a Workshop to discuss Native Habitat Inventory and
a list of prioritized parcels for acquisition will be presented. The Workshop will be held from
2 pm - 4 pm on June 7, 2004 in Conference Room # 3. Please submit any questions prior to
presentation so that they can be addressed at that time.
NOTICE: All Proceedings before this Board are electronically recorded. Any person who decides to appeal any action taken by the Board at
these meetings will need a record of the proceedings and for such purpose may need to ensure that a verbatim record of the proceedings is
made. Upon the request of any party to the proceedings, individuals testifying during a hearing will be sworn in. Any party to the proceedings
will be granted the opportunity to cross-examine any individual testifying during a hearing upon request. Anyone with a disability requiring
accommodation to attend this meeting should contact the St. Lucie County Community Services Manager at (772) 462-1777 or TDD (772)
462-1428 at least forty-eight (48) hours prior to the meeting.
'-"
.."
BOARD OF COUNTY COMMISSIONERS
ST. LUCIE COUNTY, FLORIDA
REGULAR MEETING
Date: May 18, 2004
Tape: 1
Convened: 7:00 p.m.
Adjourned: 8:00 p.m.
Commissioners Present; Vice Chainnan, John D. Bruhn, Frannie Hutchinson, Cliff
Barnes, Doug Coward
Others Present: Doug Anderson, County Administrator, Ray Wazny, Asst. County
Administrator, Dan McIntyre, County Attorney, Don West, Public Works Director,
Millie Delgado-Feliciano, Deputy Clerk
1. MINUTES (1-029)
It was moved by Com. Hutchinson, seconded by Com. Coward to approve the minutes of
till.: meeting held May 11,2004; and, upon roll call, motion carried unanimously.
2. PROCLAMA TIONS/PRESENT A nONS
A. The County Administrator read upcoming events.
3. GENERAL PUBLIC COMMENTS
Mr. John Arena, Ft. Pierce addressed the Board regarding a Corps of Engineers Public
Notice.
Sheriff Ken Mascara addressed the Board regarding the over crowding of the jail. He
advised the Board of the capacity being almost at the maximum they could handle.
He advised the Board of three possible options for housing of inmates over the limit.
Com. Barnes suggested a worksession be scheduled with the Chief Judge, the Blue
Ribbon Jail Overcrowding Committee to see what could be done to help eliminate some
of the over crowding.
Staff was directed to schedule this workshop as soon as possible.
4. CONSENT AGENDA (1-787)
It was moved by Com. Coward, seconded by Com. Barnes to approve the Consent
Agenda with item C3C being pulled; and on C4D the change to the sidewalk project to
extend to Indrio Road; upon roll call, motion carried unanimously.
1. WARRANT LIST
The Board approved Warrant List No. 35.
2. ADMINISTRATION
A. The Board approved Change order No.3 for the Fairground Arena for
the payment of impact fees ($37,496.35), the cost of an upgraded
sprinkler system($34,395.90) and an automatic emergency lighting
switch box ($3,171.00).
1
~
....,
B.
The Board approved canceling the July 6, 2004 BCC meeting due to
the holiday.
3. COUNTY ATTORNEY
A. Revocable License Agreement- SLC School Board -Lawnwood
Addition- The Board approved the Revocable License Agreement
with the School District, authorized the Chairman to execute the
agreement and staff to record the document in the Public Records of
St. Lucie County, Florida.
B. Christian Fellowship Alive Ministries Inc.,- Quit Claim Deed due to
legal description error- The Board approved the Quit Claim Deed,
authorized the Chairman to sign the Quit Claim Deed and directed
staff to record the document in the Public Records of S1. Lucie County,
Florida.
C. Petition for Abandonment- Portion of Peterson Road in Section 18-
To advertise a Public Hearing to be held on June 8, 2004 at 9:00 a.m.
or as soon thereafter as possible. THIS ITEM W AS PULLED.
D. The Board approved the Florida Communities Trust Grant Award
Agreement for the Indrio Blueway Buffer FCT project, and authorized
the County Administrator to sign and transmit the agreement on to
Florida Communities Trust on behalf of the County Commission.
E. Revocable License Agreement- University of Florid Board of
Tmstees- Stormwater drainage pipe under Pmitt Research Center
Road - The Board approved the Revocable License Agreement,
authorized the Chairman to execute the Revocable License Agreement
and instruct IF AS to record the Agreement in the Public Records of St.
Lucie County, Florida.
F. Walton Road Annex- FPL Easement- The Board approved the
easement and the underground new facilities agreement and authorized
the Chairman to sign the Easement and the Agreement.
G. Temporary Constmction Easement- Weatherbee Road Improvements-
C & 0 Properties, Ltd., (Coggin Honda)- Resolution No. 04-154- The
Board approved Resolution No. 04-154 and the recording of the
Resolution and Temporary Constmction Easement in the Public
Records of St. Lucie County, Florida.
4. GROWTH MANAGEMENT
A. The Board approved EQ# 04-257 for an HP Laser Jet 4300 dtn as
replacement equipment for the GIS Division,
B. Request of John and Kathleen Wiley- The Board approved the final
plat of Wiley's Landing SID and authorized its final execution.
C. The Board approved submitting the Florida Department of
Transportation Enhancement Grant FY 2005/06 -2009/10 Tentative
Work Program for landscape beautification at the SR 70 pedestrian
bridge. The grant application is in the amount of $40,000.
D. The Board approved submitting the Florida Department of
Transportation grant Fy 2005/06 -2009/1 0 Tentative Work Program
ror the construction of one mile of eight foot wide sidewalk on
Emerson A venue.
2
05/17/04
F7.ABWARR
FUND
001
001131
001149
001157
001158
001163
001271
001285
001286
001288
001809
101
101001
101006
101215
102
102001
102107
105
107
107001
~ ~O 02
003
129
140
140001
140122
140317
140324
160
183
183001
183004
315
316
316001
316103
401
418
421
441
448
449
451
458
461
4"'71.
479
481
489
491
505
611
625
'-
'WI'
ST. LUCIE COUNTY - BOARD
,
WARRANT LIST #35- 08-MAY-2004 TO 14-MAY-2004
FUND SUMMARY
TITLE
¡
General Fund ii
FTA Section 5303 Grant' FY01
Section 112/MPO/FHWA/Planning 2004
CSBG Grant FY04
Urban Mobile Irrigation Lab 03/04
Net Loss Commercial Fishing Stories
DHR-Historical Museum Grant-In~Aid
S.L.C. Mental Health Collaborative
FDCA/EMPA 2004
TDC Planning Grant FY 03/04
SFWMD-Floridian Aquifer Well 01/04
Transportation Trust Fund
Transportation Trust Interlocals
Transportation Trust/Impact Fees
FDOT Traffic Signal System Grant
Unincorporated Services Fund
Drainage Maintenance MSTU
FDOT Bicycle/Ped. Coordinator 03/04
Library Special Grants Fund
Fine & Forfeiture Fund
Fine & Forfeiture Fund-Wireless Sur
Fine & Forfeiture Fund-E911 Surchar
Fine & Forfeiture Fund-800 Mhz Oper
Parks MSTU Fund
Port & Airport Fund
Port Fund
USDOT/FAA-Rehab Runway 14-32 Ph1
Construct Taxiway "A" Extension
FDOT/Design Runway Rehab-AL642
Plan Maintenance RAD Fund
Ct Administrator-19th Judicial Cir
Ct Administrator-Arbitration/Mediat
Ct Admin.- Teen Court
County Building Fund
County Capital '
Transportation Capital
John Brooks Pk Dune Crossover
Sanitary Landfill Fund
Golf Course Fund
H.E.W. Utilities Fund
North Hutchinson Island Utilities
NHI Util-Renewal & Replacement Fund
NHI Util - Capital Facilities Fund
S. Hutchinson Utilities Fund
SH Util-Renewal & Replacement Fund
Sports Complex Fund
No County Utility District-Operatin
No Ctv Util Dist-Renewal & Replace
No Cty Uti1 Dist-Capital Facilities
Airport Utilities District
Airport Util - Capital Fac Fund
Building Code Fund
Health Insurance Fund
Tourist Development Trust-Adv Fund
Law Library
GRAND TOTAL:
EXPENSES
289,070.33
6.79
293.95
1,160.80
13.53
1,202.01
936.51-
7,900.00
1,222.69
286.94
16.37
85,411.25
410.08
41,292.73
18,026.00
19,110.32
19,563.36
14.76
24.35
28,782.42
371.83
9.43
10,699.78
4,500.00
13,344.86
10,888.97
5,278.50
2,344.20
586.50
2,078.82
397.22
62.30
109.55
419,786.26
337,650.47
218.75
12,850.00
158,255.10
15,424.04
1.28
7,709.68
0.16
0.51
5,896.38
0.85
27,196.83
965.39
1,150.16
1,223,436.85
1.19
0.85
10,183.67
32,186.83
11,662.13
481.86-
2,827,639.65
PAGE
1
PAYROLL
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.0.0
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
7,361.14
0.00
0.00
7,361.14
"-
...,
5. INVESTMENT FOR THE FUTURE
Star Farms- THIS ITEM WAS PULLED PRIOR TO THE MEETING.
REGULAR AGENDA
6. COUNTY ATTORNEY (1-1104)
Release of Perpetual Conservation Easement-Midway Industrial park-Phase II- Consider
staff recommendation to approve the Release of Perpetual Conservation Easement and
authorize the Chairman to sign the Release upon payment of the $10,000.
** It was suggested the funds be used for improvements of the Midway Road Corridor
Post Office.
It was moved by Com. Barnes, seconded by Com. Coward to approve staff
recommendation and the suggested use of the funds; and, upon roll call, motion carried
unanimously.
There being no further business to be brought before the Board, the meeting was
adjourned.
Chairman
Clerk of Circuit Court
3
~
¡
~
'-'
~~~,;g~¡·~~·~~¿ftff~~_~)
BOARD OF COUNTY COMMISSIONERS
ADDITIONS AGENDA
May 25,2004
CONSENT AGENDA
CA 1. PURCHASING
Resolution No. 04-159 - Amending the St. Lucie County Manual of Purchasing Regulations by
amending Paragraph 3 (Spending Limits) of Section 4.5 (Cardholder Use of Purchasing Card) to
add Subsection (e) which allows the County Administrator to authorize the Purchasing Director to
make payments on purchases by credit card in order to take advantage of discounts¡ and further
amending the St. Lucie County Manual of Purchasing Regulations by Creating Section 18.9
(Hardware/Software) which requires all County computer products, programs, and all other related
items for purchase, be sent to the Information Technology Director or his designee for review and
approval before any purchases are made for St. Lucie County, Florida - Consider staff
recommendation to adopt Resolution No. 04-159 as drafted.
NOTICE: All Proceedings before this Board are electronically recorded. Any person who decides to appeal any action taken by the
Board at these meetings will need a record of the proceedings and for such purpose may need to ensure that a verbatim record of the
proceedings is made. Upon the request of any party to the proceedings, individuals testifying during a hearing will be sworn in. Any
party to the proceedings will be granted the opportunity to cross-examine any individual testifying during a hearing upon request.
Anyone with a disability requiring accommodation to attend this meeting should contact the St. Lucie County Community Services
Manager at (772) 462-1777 or TDD (772) 462-1428 at least forty-eight (48) hours prior to the meeting.
AGENDA REQUEST
, J
"wi
ITEM NO. e /-.1}
...
\
'-'
......
DATE: June 1, 2004
REGULAR [ ]
PUBLIC HEARING [ ]
CONSENT [ X ] ADDITIONS
TO: BOARD OF COUNTY COMMISSIONERS
PRESENTED BY:
SUBMITTED BY(DEPT): Purchasing Director
Ed Parker
Purchasing Director
SUBJECT:
Resolution No. 04-159 - Amending the S1. Lucie County Manual of Purchasing Regulations by amending Paragraph
3 (Spending Limits) of Section 4.5 (Cardholder Use of Purchasing Card) to add Subsection (e) which allows the
County Administrator to authorize the Purchasing Director to make payments on purchases by credit card in order
to take advantage of discounts; and further amending the S1. Lucie County Manual of Purchasing Regulations by
Creating Section 18.9 (Hardware/Software) which requires all County computer products, programs, and all other
related items for purchase, be sent to the Information Technology Director or his designee for review and approval
before any purchases are made for S1. Lucie County, Florida.
BACKGROUND:
On October 7, 1985, the Board of County Commissioners of S1. Lucie County (the "Board") adopted Resolution
No. 85-212 which established the purchasing regulations and procedures for S1. Lucie County, Florida, as set forth
in the S1. Lucie County Manual of Purchasing Regulations and Procedures (the "Purchasing Manual"), and since
that date the Purchasing Manual has been amended from time to time, most recently by Resolution No. 04-66.
In order to take advantage of discounts offered when paying with the Purchasing card, it is necessary to amend the
Purchasing Manual by amending Paragraph 3 (Spending Limits) of Section 4.5 (Cardholder Use of Purchasing
Card); and further amending the S1. Lucie County Manual of Purchasing Regulations by Creating Section 18.9
(Hardware/Software) which requires all County computer products, programs, and all other related items for
purchase, be sent to the Information Technology Director or his designee for review and approval before any
purchases are made for S1. Lucie County, Florida. The attached Resolution No. 04-159 has been drafted for these
purposes.
FUNDS AVAIL.:
PREVIOUS ACTION:
RECOMMENDATION:
Staff recommends that the Board adopt the attached Resolution No. 04-159 as drafted.
..
....
\.-
COMMISSION ACTION:
Ie] APPROVED [] DENIED
[ ] OTHER:
Approved 4-0 (Comm. Lewis Absent)
County Attorney:
:Y
Management & Budget
JI
'"
..."
CE:
Do g sAnderson
County Administrator
Review and Approvals
Originating Dept.
Other:
Finance: (Check for Copy only, if applicable)___
Purchasing
Other:
¡:~
.
Eff. 5/96
..
\,
~
" ;
....;
RESOLUTION NO. 04-159
A RESOLUTION AMENDING THE ST. LUCIE COUNTY MANUAL
OF PURCHASING REGULATIONS BY AMENDING
PARAGRAPH 3 (SPENDING LIMITS) OF SECTION 4.5
(CARDHOLDER USE OF PURCHASING CARD) TO ADD
SUBSECTION (e) WHICH ALLOWS THE COUNTY
ADMINISTRATOR TO AUTHORIZE THE PURCHASING
DIRECTOR TO MAKE PAYMENTS ON PURCHASES BY CREDIT
CARD IN ORDER TO TAKE ADVANTAGE OF DISCOUNTS;
AND FURTHER AMENDING THE ST. LUCIE COUNTY MANUAL
OF PURCHASING REGULATIONS BY CREATING SECTION
18.9 (HARDWARE/SOFTWARE) WHICH, REQUIRES ALL
COUNTY COMPUTER PRODUCTS, PROGRAMS, AND ALL
OTHER RELATED ITEMS FOR PURCHASE, BE SENT TO THE
INFORMATION TECHNOLOGY DIRECTOR OR HIS DESIGNEE
FOR REVIEW AND APPROVAL BEFORE ANY PURCHASES ARE
MADE FOR ST. LUCIE COUNTY, FLORIDA
WHEREAS, the Board of County Commissioners of St. Lucie County, Florida, has
made the following determinations:
1. On October 7, 1985, the Board of County Commissioners for St. Lucie
County, (the "Board") adopted Resolution No. 85-212 which established the
purchasing regulations and procedures for St. Lucie County, Florida, as set forth in
the St. Lucie County Manual of Purchasing Regulations and Procedures (the
"Purchasing Manual"); and since that date the Purchasing Manual has been
amended from time to time, most recently by Resolution No. 04-66.
2. In order to take advantage of discounts offered when paying with the
Purchasing card, it is necessary to amend the Purchasing Manual by amending
Paragraph 3 (Spending Limits) of Section 4.5 (Cardholder Use of Purchasing Card).
3. In order for computer products, programs, and all other related items to
be compatible with Information Technology Programs it is necessary to amend the
..
\
'-
, J
.."J
'.
Purchasing Manual by creating Section 18.9 (Hardware/Software) which requires
all requests be sent to the Information Technology Director or his designee for
review and approval before any purchases are made for St. Lucie County, Florida.
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of
Sf. Lucie County, Florida:
1. The St. Lucie County Manual of Purchasing Regulations and Procedures
is hereby amended as shown in the attached Exhibit "A".
2. This resolution shall become effective upon adoption.
After motion and second the vote on this resolution was as follows:
CHAIRMAN PAULA A. LEWIS XX
VICE CHAIRMAN JOHN D. BRUHN XX
COMMISSIONER FRANNIE HUTCHINSON XX
COMMISSIONER DOUG COWARD XX
COMMISSIONER CLIFF BARNES XX
PASSED AND DULY ADOPTED this 1 sf day of June, 2004.
ATTEST:
BOARD OF COUNTY COMMISSIONERS
ST. LUCIE COUNTY, FLORIDA
BY:
DEPUTY CLERK
CHAIRMAN
APPROVED AS TO LEGAL FORM AND
CORRECTNESS:
COUNTY ATTORNEY
\,
~
, J
..."J
EXHIBIT "A"
3. TERMINATION OR TRANSFER OF CARDHOLDER
á. When an employee ends his/her employment or is transferred to another department, the
Department Director shall collect the Purchasing Card, destroy it (cut it in half), and submit
the pieces of the card to the Purchasing Card Administrator.
b. If the Department Director is unable to collect the Purchasing Card when an employee
leaves, he/she shall immediately notify the Purchasing Card Administrator by telephone
followed by a memo. The Purchasing Card Administrator will ensure that the card is
canceled.
4.5 CARDHOLDER USE OF PURCHASING CARD
1. CARDHOLDER USE ONLY
The Purchasing Card shall only be used by the employee whose name is embossed on the
card. No other person is authorized to use the card. The cardholder is responsible and
accountable for all transactions that occur on his/her card.
Upon receipt of the Purchasing Card, the cardholder should NOT sign the back of the card,
but, should write in indelible ink one of the following: SEE PHOTO 10, SEE COUNTY 10,
or SEE DRIVERS LICENSE.
2. COUNTY PURCHASES ONLY
The Purchasing Card is to be used for County authorized purchases only. The Purchasing
Card shall not be used for any personal use and any such use will require immediate
reimbursement and will result in disciplinary action which may include dismissal.
3. SPENDING LIMITS
a. The Department Director approving the assignment of a Purchasing Card will
set two limits for each cardholder: single purchase limit and 3D-day limit. The
maximum limit shall be $2499 for a single purchase. Additional limitations may
be imposed by the requesting Director.
b. Requests for spending limit changes shall be initialed by a memo to the Purchasing
Director by the Department Director.
c. A purchase may be made of multiple items, but the invoice cannot exceed $2499.00 or
the Cardholder's limit if less than $2499.00. Charges for purchases shall not be split to
stay within the single purchase limit. Splitting charges will be considered abuse of the
Purchasing Card Program.
d. When it is in the best interest of the county, the Purchasing Director or Designee (s)
can over ride larger purchases.
:.
\
\...
.~
.. ,
.~
e. When in the best interest of the County. the County Administrator may authorize
the Purchasina Department to make payment by credit card to take advantaae of
discounts. The funds will be encumbered until paid by the card.
4. OTHER CONDITIONS
r a. All items purchased over-the-counter must be immediately available. No back ordering
is allowed.
b. All items purchased during one telephone transaction must be delivered in a single
delivery. If an item is not immediately available, no back ordering is allowed.
c. All items purchased by telephone must be delivered by the vendor within the 3D-day
billing cycle. The order should not be placed without this assurance.
18.7 MODULAR FURNITURE
This section has been added to provide additional guidance as it specifically relates to
modular furniture. However, the guidelines established in Section 18.6 (Asset
Capitalization) of this Purchasing Manual also apply.
A. In accordance with Auditor General recommendations, it is recommended
that modular furniture be capitalized as part of the building when it is management's intent
to have it permanently installed.
B. When this is not the case, it should be capitalized as equipment and furniture,
by individual unit or by lot.
18.8 HARDWARE COSTS
Capitalization guidelines are set forth in Section 18.6 (Asset Capitalization) of this
Purchasing Manual.
A. This section has been added to provide additional guidance as it specifically
relates to computer hardware.
COMPUTER HARDWARE CAPIT AUZA TION:
Govt. Fund Accts.
Proprietary Fund Accts~
564000
New Equipment
(If $750.00 or more)
564000
564000
Cost of Additions/Upgrades
(If $750.00 or more)
Perm. - Add-on
NonPerm - Sep. Asset
564000
, -
"
\.-r
, ;
....,
551501
Cost of Add itions
(If Less than $750.00)
551501
551501
Replacement/Upgrade of
Add-on or Major Component
(If $750.00 or more)
564000
564000
Cost to Replacement Asset
564000
B. Disposition of Computer Hardware - The procedures for the disposition of
County property are addressed and should be followed as outlined in Section
18.4 of this Purchasing Manual.
18.9 HARDWARE/SOFTWARE
The IT Director, or his designee, is responsible for all County computer and
telephone equipment. software, computer security, data and voice circuits, and
has final decision makina authority over all computer-related purchases.
All computer-related purchases must be reviewed and approved by the IT Director
in advance, includina the purchase of hardware, software, peripherals, uparades,
licenses, data and voice circuits, and any item that is connected to the County
network or a stand-alone computer. Computer-related purchase reauests will be
reviewed with consideration of the followina items:
* Intended usaae
* Initial and onaoina training reauirements
* Compatibility and adherence to County standards
* Maintenance, repair and support reauirements
* Cost/benefit relationship, inclusive of the total cost of ownership
* Sec urity
* Availability of alternative solutions
* Budaetary constraints
* Other considerations related to County-wide aoals, policies or
benefits
All reauests must be in writina and fully explained. This also applies to donated
eauipment and eauipment valued below $750.
f
AGENDA REOUEST
'-'
ITEM NO. ;( I)-
'-"
.....
DATE: May 25,2004
REGULAR [X]
PUBLIC HEARING [ ]
CONSENT [ ]
TO: BOARD OF COUNTY COMMISSIONERS
PRESENTED BY:
SUBMITTED BY(DEPT): County Attorney
Daniel S. McIntyre
County Attorney
SUBJECT:
Resolution No. 04-143 - Proclaiming June 12,2004, and June 13,2004, as "WINGS 'N WHEELS AIR AND
MILITARY VEHICLE SHOW WEEKEND" in S1. Lucie County, Florida.
BACKGROUND:
Ms. Inez Frid, Sponsorship Chairperson of Wings 'n Wheels 2004 Air and Military Vehicle Show, has requested
that this Board proclaim June 12, 2004, and June 13,2004, as "Wings 'n Wheels Air and Military Vehicle Show
Weekend" in S1. Lucie County, Florida. The attached Resolution No. 04-143 has been drafted for that purpose.
FUNDS A V All..:
PREVIOUS ACTION:
RECOMMENDATION:
Staff recommends that the Board adopt the attached Resolution No. 04-143 as drafted.
~ APPROVED [ ] DENIED
[ ] OTHER:
NCE:
COMMISSION ACTION:
Approved 4-0 (Comm. Lewis Absent)
D as Anderson
County Administrator
County Attorney:
/)
Jd/
,t
Review and Approvals
Management & Budget
Purchasing :
Originating Dept.
Other:
Other:
Finance: (Check for Copy only, if applicableJ___
Eff. 5/96
'-"
....,¡
RESOLUTION NO. 04-143
A RESOLUTION PROCLAIMING JUNE 12,
2004, AND JUNE 13, 2004, AS "WINGS 'N
WHEELS AIR AND MILITARY VEHICLE
SHOW WEEKEND" IN ST. LUCIE COUNTY,
FLORIDA
WHEREAS, the Board of County Commissioners of St. Lucie County, Florida, has made
the following determinations:
1. The Victory Forge Boot Camp, a program of Victory Children's Home, Port St. Lucie,
offering the invaluable community service of rehabilitating and redirecting troubled, youth at high
risk into strong, constructive and productive young individuals.
2. The Vietnam Veterans of South Florida strive to keep the lessons that were painfully
learned by the Vietnam generation available for future generations by building an interactive
museum of the Vietnam War.
3. The men and women who have served in America's Armed Forces have shown the
highest form of citizenship and have often made the ultimate sacrifice through their service
defending our great nation.
4. Wings 'n Wheels 2004, Air and Military Vehic1e show benefitting The Victory Forge
Boot Camp and The Vietnam Veterans of South Florida is an event to recognize and honor all
veterans who have served our nation and give our youth the unique opportunity to meet and talk with
the many decorated veterans.
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners ofSt.
Lucie County, Florida:
1. This Board does hereby proclaim June 12, 2004, and June 13, 2004, as "WINGS 'N
WHEELS AIR AND MILITARY VEHICLE SHOW WEEKEND" in St. Lucie County, Florida.
,
..
'-'-'
'"wi
2. This Board urges all our citizens to celebrate the weekend ofJune 12,2004, and June 13,
2004, at Wings 'n Wheels and honor the men and women who have served this County.
PASSED AND DULY ADOPTED this 25th day of May, 2004.
ATTEST:
BOARD OF COUNTY COMMISSIONERS
ST. LUCIE COUNTY, FLORIDA
BY:
CHAIRMAN
DEPUTY CLERK
APPROVED AS TO LEGAL FORM AND
CORRECTNESS:
COUNTY ATTORNEY
r'.
"
t~
J
~
"""'"
ITEM NO.
DATE:
R-6
5-25-04
CåUNTY ~.
FLORIDA
AGENDA REQUEST
REGULAR: ( x )
PUBLIC HEARING: ( )
CONSENT: ( )
SUBMITTED BY (DEPT): ADMINISTRATION
L
TO: BOARD OF COUNTY COMMISSIONERS
SUBJECT: Staff requests that the Board change the time of all night meetings from 7pm to 6 pm.
BACKGROUND: On the first and third Tuesday of every month, the Board meetings are held at 7pm.
Staff requests that the Board change the time of the night meetings to an hour earlier
to compensate for longer meetings.
FUNDS AVAILABLE: N/A
PREVIOUS ACTION: N/A
RECOMMENDATION:
Consider staff recommendation to change the time of all Board of County
Commission night meetings from 7pm to 6 pm. Effective June 15, 2004.
COMMISSION ACTION:
K APPROVED
o OTHER:
o DENIED
Approved 4-0 (Comm. Lewis Absent)
D glas Anderson
County Administrator
Review and Accrovals
D County Attorney:
D Management and Budget:
D Purchasing:
D Originating Dept:
D Other:
D Other:
D Finance: Check for copy only, if applicable:
Anyone with a disability requiring accommodations to attend this meeting should contact the St. Lucie County Community Services Manager at 772-462-1777
or TTD 772-462-1428, at least 48 hours (48) prior to the meeting,
H:\A\JENNY\5-25-04.wpd
'-"
....J
.~
COUNTY ADMINISTRATION
MEMORANDUM
FROM:
DOUGLAS M. ANDERSON UNTY ADMINISTRATOR
TO:
BOARD OF COUNTY COM I NERS
RE:
MAY 25,2004
RECOMMENDATION TO CHANGE THE TIME OF NIGHT BOARD MEETINGS
DATE:
As the County grows so do our Board of County Commissioners Agendas. Because of this increased
work load and in an effort to try to end the night time Board meetings at a reasonable hour, staff is
recommending that the night Board meetings be changed from a 7 PM standard time to 6 PM.
H:\A \JENNY\5-25-04,wpd
..
'-"
wi
1
ITEM NO. ...
DATE: May 25. 2004
AGENDA REQUEST
SUBMITTED BY (DEPT): ADMINISTRATION
REGULAR: (X)
PUBLIC HEARING: ( )
CONSENT: ( )
TO: BOARD OF COUNTY COMMISSIONERS
SUBJECT:
Joint meetings with Port St. Lucie, Fort Pierce, and the St. Lucie County School District
BACKGROUND:
See attached memorandum
FUNDS AVAILABLE:
N/A
PREVIOUS ACTION:
N/A
RECOMMENDATION:
Staff recommends the Board of County Commissioners appoint three of its members to the local
government subcommittee.
COMMISSION ACTION:
o APPROVED
>_KOTHER:
__.=---..J
o DENIED
~'
/~ ---
, D u~s Anderson
County Administrator
The following have agreed to serve:
Commissioner Paula Lewis
Commissioner CliffBames
Commissioner Frannie Hutchinson
Review and Approvals
º County Attorney:
o Management and Budget:
o Purchasing:
o Originating Dept:
o Other:
o Other:
º Finance: Check for copy only, if applicable:
Anyone with a disability requiring accommodations to attend this meeting should contact the SI. Lucie County Community Se1VÎces Manager at 772-462-1777
or TTO 772-462-1428, at least 48 hours (48) prior to the meeting.
H:\WIN\O WORDIAGENDAW\SUBCOMMITTEEDOC
· - .....
~
"wi
COUNTY ADMINISTRATION
EMORANDUM
04-81
FROM:
Douglas M. Anderson
DATE:
May 19, 2004
RE:
Joint Meetings with Port St. Lucie, Fort Pierce, and the St. Lucie County
School District
BACKGROUND:
Recently, Chairperson Paula Lewis met with the mayors from both cities and the School
District to discuss future meetings between the four elected bodies. It was suggested at
the meeting that subgroups be established of three representatives of each organization to
meet every other month to discuss issues that jointly affect our respective organizations.
The full boards would meet on a semiannual basis to receive reports and discuss the
findings of the subgroups.
It was also discussed at this meeting, three topics that would initially be discussed; those
being the proposed $25,000 increase in homestead exemption, future school sitings, and
the proposed Hometown Democracy Resolution.
It is my understanding that the first meeting has been scheduled for June 15, 2004.
RECOMMENDA TlON:
At this time, staff recommends that the Board appoint three of its members to this local
government subcommittee.
DMAlab 04-81
~.'~~
'""
'will
AGENDA REQUEST
~
ITEM NO. _..k- _
.
DATE: May 25, 2004
REGULAR [XX]
PUBLIC HEARING []
CONSENT []
TO: BOARD OF COUNTY COMMISSIONERS
PRESENTED BY:
SUBMITTED BY(DEPT): County Attorney
Daniel S. McIntyre
SUBJECT: St. Lucie County Research Center Park - Contracts for Sale and Purchase -
Bolin Property
BACKGROUND:
See attached memorandum
FUNDS A V AILABLE: 316-1930-561000-1628
PREVIOUS ACTION:
RECOMMENDA TION: Staff recommends that the Board approve the Contract for
Sale and Purchase and authorize the Chairman to sign the
Contracts.
øc]. APPROVED [ ] DENIED
[ ] OTHER:
ouglas Anderson
County Administrator
COMMISSION ACTION: RENCE:
Approved 4-0 (Comm. Lewis Absent)
County Attorney:
Jk'
Review and Approvals
Management & Budget
Purchasing:
Originating Dept.
Public Works Dir:
County Eng.:
Finance: (Check for copy only, if applicable)
Eft. 5/96
-,
lit-
"'"
"will
.
INTER-OFFICE MEMORANDUM
ST. LUCIE COUNTY, FLORIDA
TO:
Board of County Commissioners
FROM:
Daniel S. McIntyre, County Attorney
C.A. NO.:
04-698
DATE:
May 13, 2004
SUBJECT:
St. Lucie County Research Center Park - Contracts for Sale
and Purchase - Bolin Property
**************************************************************************
BACKGROUND:
The County Administrator has been negotiating with the owners of the Bolin
property to purchase the property as part of the County's research park project. The
property is approximately 122 acres and is depicted on the map attached to this
memorandum. The proposed purchase price is $3,669,900.00 or approximately $30,000
per acre. The county retained Daniel D. Fuller, MAI and Daniel K. Deighan, MAI to
appraise the Bolin property. Both Mr. Fuller and Mr. Deighan determined that the
market value of the Bolin property as of January 15, 2004 was $3,500,000.00. Due to
significant increases in property values in the County, both Mr. Fuller and Mr. Deighan
have indicated that the proposed purchase price of $3,669,900.00 is within the current
range of market value for the property.
In the contract, the Seller has proposed that the County pay the Seller's
attorneys' fees in the amount of $7,500.00. In addition, Paragraph 24 of the contract
reads:
The parties agree that the Purchaser is acquiring the
property from the Seller in lieu of condemnation pursuant
to Chapter 73 of the Florida Statutes. It is the intention
of the parties hereto that Section 1033 of the IRS Code
shall apply to the transaction contemplated by this
agreement.
, ,
...
'"-
....J
~
The County Administrator, in consultation with the University of Florida, has
developed a land acquisition plan for the Research Center Park. The Bolin property
along with the recently acquired Dunn property is needed to implement the proposed
Research Center Park.
Funding is available in Account Number 316-1930-561000-1628.
RECOMMENDA TION/CONCLUSION:
Staff recommends that the Board approve the Contract for Sale and Purchase
and authorize the Chairman to sign the Contracts.
DSM/caf
Attachment
j Feb 23 04
..
O\.1-p
"WiI
p. 1
DEIGHAN CONSULTAN·TS
506 Colorado Avenue
Stuart, FL 34994
PHONE: (772) 221-3650
deigban@bellsoutb.net
795 SE Port St. Lucie Blvd·
Port St. Lucie, FL 34984
FAX: (772) 221-3649
,
r
Please Reply to Stuart Office
February 23, 2004
Ms. JoAnn Riley, Property Acquisition Manager
S1. Lucie County
2300 Virginia Avenue
Fort Pierce, FL 34982
RE: Researcb Park - Bolin Parcel
Tax ID #'s 2311-330-0000-0005, 2311-331-0002-0002, 2311-331-0001-0005,
and 2310-341-0000-0006
St. Lucie County
Dear Ms. Riley:
This letter formalizes our telephone discussion of February 23,2004 concerning the Bolin parcel.
I understand that negotiations are underway at approximately $30,OOO/acre for Mr. Bolin's
property. The value is within our range of value determined by our analysis detailed in our
appraisal report with a valuation date of January 15,2003. We feel $30,OOO/acre is a reasonable
value for the Bolin property.
We appreciate the opportunity to offer our services to St. Lucie County.
8m2 ¡;j~
Daniel K. Deighan., MAl
State-Cert. Gen. Appr. #244
j
FÚLLE~ARMF1.c:LD- WAGNER Appraisal (X Re~rch, Inc.
Darnel D. Fuller, MAl, 8RA 120 N. Second 8t. Phone (772) 468-0787
8t. Ccrt. Gen. REA RZ567 Ft. Pierce, FL 34950 1-800-273-7364-
FA W _ app@bellsouth.net Fax (772) 468-1103
,
r
rÅ“ R (¡ù Is !.. \ \.," i. '.'
U; l!9 LÇ I' . " .'
o 1. .. ...---".-- --... .,i .\ i
, CI:D 2 6 2004 ,I i.
i PI;D ~L~) ¡
PROPERTY ACQUISITION
February 25, 2004
Ms. JoAnn Riley,
Property Acquisition Agent
St. Lucie County
2300 Virginia Ave.
Ft. Pierce, FL 34982
Re: Bolin property (Research Park).
F AW appraisal #17911, date of appraisal January 15, 2004.
Dear Ms. Riley:
As you are aware, I completed and appraisal of the referenced property for the St. Lucie
County Board of County Commissioners, as of January 15, 2004, with my appraisal
report delivered on February 4, 2004. .
My opinion of the market value of the fee simple interest, as of January 15, 2004 was
$29,000 per acre, for a total value (rounded) of $3,500,000.
I understand the intended use of the appraisal was to negotiate the acquisition of the
property, and it is also my understanding that the property owners have counter offered
at a price of $30,000 per acre.
Per our discussions concerning the counter offer, I understand you need to known if
their counter offer of $30,000 per acre is within a reasonable range of value for the
subject property.
As you are aware, each property has a reasonable and probable range of value. Per the
data analyzed in the referenced appraisal report, the overall range of value for the
subject is from $27,OOO± to $44,500± per acre. In my opinion, after again reviewing
data, the owner's counter offer of $30,000 per acre is certainly within the range of value
suggest by the data.
I hope this brief summary answers your question, but if further input is necessary please
feel free t call.
Daniel D. uller, MAl
St. Cert. Gen. REA RZ567
DDF/commfile/17911 range of value letter
_ ,I
..
'-'
.wJ
qOARD OF
,,-OUNTY
COMMISSIONERS
,
COUNTY
ADMINISTRATOR
DOUGLAS M. ANDERSON
February 24, 2004
Dean, Mead, Minton & Klein
Mike Minton, Attorney At Law
1903 So. 25 Street, Suite 200
Fort Pierce, FL., 34947
~.
~
RE: Letter of Intent - Bolin Property
Dear Mr. Minton:,
This is a letter of intent to acquire the 122-acre Bolin property from your client
to be developed into a research/ education park.
1. $30,000 per acre
2. Reasonable attorney fees, not-to exceed $5,000
3. County to pay all closing costs
4. Seller to provide Title Commitment and Owners Policy at CouPty
expense (promulgated rate)
5. Close by May 31, 2004 provided there are no unforeseen
circumstances - -- - 'H__.___. -.. -- -- ___ _ _.___ ______ _.n
All terms and conditions are subject to Board of County Commissioners'
approval.
DMA/ ab 04-33
c: Dan McIntyre, County Attorney
JOHN D. ßRUHN. Districr No.1' DOUG COWARD. District No.2' PAULA A. LEWIS. District No. J . FRANNIE HUTCHINSON. District No.4' CLIFF ßARNE5. Disrrict NO.5
County Administrator - Douglas M. Anderson
2.300 Virginio Avenue · Fort Pierce, FL .34982-5652 · Phone (772) 462-1450 . TOD (772) 462-1428
FAX (772) 4?2-} 648_. emoil: dougq~c():st:lucjeJI.~s
'3
t:
C
<D
E
~
j ~
j ~ ~ ãï ~
, :; e Æ '"
<Dg-llS~-
ii~~~~
õ;~~Æ;
1,'ïd'j-<'I
JJ «; ¡¡ g¡ ~ '"
!L <3 .= á 8
0
0
<:>
-.i'
0
0
0
ILl M
:z 0 1iî
0
'" 0
<1>
Ñ U-
~
8
0.
0
«:t
o
o
N
"t!
c:
\
~
-'
......,
...,¿
COUNTY ADMINISTRATION
MEMORANDUM
04-78
fõ) Å’ @ Å’ D W Å’ ~I
un MAY I 8 2004 æJ
TO:
FROM:
DATE:
May 17, 2004
RE: St. Lucie County Research/Education Park Land Acquisition Program
COUNTY ATTORNEY
The County worked with the University of Florida, the United States Department of
Agriculture, and Senator Ken Pruitt, to identify the key parcels to be acquired that were
necessary to provide adequate buffers for the St. Lucie County Research/Education Park.
The parcels were assigned numbers identifying those particular parcels. Those parcels
identified were given the numbers 100,101,102,103,104, and 105.
Earlier this month, the County was successful in closing on parcel 1 02. The northernmost
parcel that is needed for the required buffer is parcel 1 00, the Bolin property. This property
runs from the Florida Turnpike east and consists of approximately 122 acres. This parcel
received a priority ranking because of its prime location, which is adjacent to existing public
property. As you know, we have signed contracts for this property that we plan on taking to
the Board of County Commissioners on May 25th, with an anticipated closing date prior to
the end of this month.
DMAJab 04-78
c: Board of County Commissioners
Ray Wazny, Assistant County Administrator
Marie Gouin, Management and Budget Director
Anita Neal, County Extension Director
Joann Riley, Property Acquisitions Manager
"
...,.¡
AGENDA REQUEST
ITEM NO.
c¡
DA TE: May 25, 2004
REGULAR [X]
PUBLIC HEARING []
CONSENT []
TO: BOARD OF COUNTY COMMISSIONERS
PRESENTED BY:
SUBMITTED BY(DEPT): County Attorney
Robert O. Freeman, Esq.
Bond Counsel
SUBJECT: Resolution No. 04-157 - Providing Financing for North County Utilities
BACKGROUND:
See attached memorandum
FUNDS AVAILABLE:
PREVIOUS ACTION:
RECOMMENDA TION:
Staff Recommends that the Board approve Resolution No. 04-157 as
drafted.
COMMISSION ACTION:
Approved 4-0 (Camm. Lewis Absent)
--'
[~APPROVED [] DENIED
[ ] OTHER:
Douglas Anderson
County Administrator
County Attorney:
~/
Review and Approvals
Management & Budget
Purchasing:
Originating Dept.
Public Works Dir:
County Eng.:
Finance: (Check for Copy only, if applicable)
Eft. 5/96
i
.\
'-'"
S SQUIRE
vWDERS
LEGAL
COUNSEL
WORLDWIDE
..."",¡
SQUIRE, SANDERS & DEMPSEY L.L.P.
MEMORANDUM
To: Chairman and Members of the
Board of County Commissioners of
St. Lucie County, Florida
From: Robert O. Freeman
Date: May 19,2004
Re: Proposed Resolution to Finance Expansion of North County Utilities
The attached Resolution 04-157 would authorize the borrowing of up to $7,7000,000, in the form of
a line of credit, from Wachovia Bank, N.A., to finance the acquisition and construction of additions,
extensions and improvements (the "Project") to the north county water and wastewater facilities (the
"System"). It also authorizes the execution of a Loan Agreement between the County and the Bank
to evidence the loan. The form of Loan Agreement, Wachovia proposal and Project description are
exhibits to the Resolution.
The Project includes reimbursement of accounts from which interfund transfers were made on
behalf of the Project, and provides that the County will issue Bonds prior to the maturity date of
the Note, to repay the Loan from the Bank and permanently finance the Project.
The Loan, evidenced by the Loan Agreement and Note, would be secured by the proceeds of the
Bonds and a covenant to budget and appropriate each year the Loan is outstanding from legally
available Non-Ad Valorem Funds, in a sufficient amount to pay the principal of and interest on the
Loan as it becomes due.
JAX 1081 Ll/28902-00J 171M-BOARD
.,
.\
~
~
RESOLUTION NO. 04-157
A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF
ST. LUCIE COUNTY, FLORIDA, PROVIDING FOR THE BORROWING
OF NOT EXCEEDING $7,700,000 TO PROVIDE FINANCING
(INCLUDING REPAYMENT OF INTERFUND LOANS) FOR THE
ACQUISITION AND CONSTRUCTION OF ADDITIONS, EXTENSIONS
AND IMPROVEMENTS TO THE WATER AND SEWER FACILITIES
WITHIN THE COUNTY; PROVIDING FOR THE APPROVAL OF A
PROPOSAL FOR A NON-REVOLVING LINE OF CREDIT FOR SUCH
PURPOSE; PROVIDING FOR THE ISSUANCE OF IMPROVEMENT
REVENUE NOTES, SERIES 2004 (NOR TH COUNTY UTILITIES
PROJECT), AS EVIDENCE OF THE COUNTY'S OBLIGATION TO
REPAY ADVANCE UNDER SUCH LINE OF CREDIT; PROVIDING AS
SECURITY FOR THE PAYMENT OF THE NOTE A COVENANT TO
BUDGET AND APPROPRIATE FROM LEGALLY AVAILABLE NON-AD
VALOREM REVENUES OF THE COUNTY; AUTHORIZING THE
EXECUTION AND DELIVERY OF A LOAN AGREEMENT AND
RELA TED DOCUMENTS BETWEEN THE COUNTY AND THE BANK;
AUTHORIZING FURTHER OFFICIAL ACTION IN CONNECTION WITH
THE DELIVERY OF THE NOTE AND THE LOAN AGREEMENT TO THE
BANK; AND PROVIDING AN EFFECTIVE DATE.
BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF ST.
LUCIE COUNTY, FLORIDA:
Section 1. Authority for this Resolution. This Resolution is adopted pursuant to the
provisions of the Act, hereinafter defined.
Section 2. Definitions. The following terms shall have the following meanings when
used in this resolution unless the context clearly requires otherwise. Words importing
singular number shall include the plural number in each case and vice versa, and words
importing persons shall include firms and corporations. Capitalized terms used herein and
not otherwise defined shall have the meaning set forth in the Loan Agreement.
"Act" means Chapter 125, Part I, Florida Statutes, as amended, Ordinance No. 87-77
of the Board, as amended, and other applicable provisions oflaw.
"Bank" means Wachovia Bank, N.A., Deerfield Beach, Florida
"Board" means the Board of County Commissioners, as the governing body of the
County.
"Bonds" means utility system revenue bonds to be issued by the County for purposes
of repayment of the Loan.
<I
.~
'-"
.."J
"Capital Facilities Charges" means any fees or charges which are related to acquiring,
constructing, equipping or expanding capacity and facilities ofthe System.
"Chairman" means the Chairman of the Board, or in the Chairman's absence, the
Vice Chairman.
,
"Clerk" means the Clerk of the Circuit Court of St. Lucie County, Florida, or, in the
Clerk's absence, any Deputy Clerk.
"County" means St. Lucie County, Florida, a political subdivision of the State of
Florida.
"County Administrator" means the County Administrator of the County.
"Covenant" means the covenant contained in Section 10 of the Loan Agreement to
budget and appropriate from Non-Ad Valorem Revenues moneys to pay the principal of and
interest on the Note when due.
"Financial Advisor" means RBC Dain Rauscher Inc.
"Loan" means the advance of moneys from the Bank to the County pursuant to the
Loan Agreement.
"Loan Agreement" means the Loan Agreement between the Bank and the County
setting forth the terms and details of the Loan, in substantially the form attached hereto as
Exhibit A, with such modifications and changes thereto as shall be approved by the
Chairman, upon the advice of the County Attorney, such approval to be evidenced by the
Chairman's execution thereof.
"Non-Ad Valorem Revenues" mean all or any specified portion of the revenues of the
County derived from sources other than ad valorem taxation and legally available to pay
principal of and interest on the Note.
"Note" means the Improvement Revenue Note, Series 2004 (North County Utilities
Project), of the County, which shall be in substantially the form attached to the Loan
Agreement as Exhibit A, with such modifications and changes thereto as shall be approved by
the Chairman, upon the advice of the County Attorney, such approval to be evidenced by the
Chairman's execution thereof.
"Paying Agent" means the Clerk of the Circuit Court of the County.
"Project" means the acquisition and construction of additions, extensions and
improvements to the County's water and sewer facilities within the northern portion of the
County, and all costs incidental thereto, as more particularly described in Exhibit C hereto;
provided that the Board shall have the right to modify the facilities described in Exhibit C in
their sole discretion.
2
10799.1/28902-00001/R-AUTH 04-157
·
WI
'-'
....",
"Project Costs" means all or a portion of the cost of undertaking the Project including,
but not limited to: engineering, legal, accounting, and financial expenses; expenses for
estimates of costs and of revenues; expenses for plans, specifications and surveys; fees of fiscal
agents, financial advisors or consultants; administrative expenses relating solely to the
Project; reimbursement to the County for any sums heretofore expended for the foregoing
purposes to the extent permitted under the Code; and such other costs and expenses as may
be necessary or incidental to the financing of the Project.
"Proposal" means the proposal of the Bank to make the Loan, the form of which is
attached hereto as Exhibit B.
"Revenues" means all fees, rentals or other charges or other income, excluding Capital
Facilities Charges, received by the County in connection with the System, or accruing to the
County or to any other board or agency of the County in control of the management and
operation of the System.
"System" means the water and wastewater utility system to be constructed with the
proceeds of the Loan.
Section 3. Findings. It is hereby found, declared, and determined by the Board:
(A) It is necessary and desirable and in the best interests of the health, safety and
welfare of the County and its inhabitants that the County undertake the Project. The
County is authorized pursuant to the provisions of the Act to undertake the Project.
(B) The County is without adequate, currently available funds to pay Project
Costs, and it is necessary and desirable and in the best interests of the County that it
borrow the moneys necessary for the Project. The County is authorized pursuant to the
provisions of the Act to borrow moneys necessary to pay the Project Costs.
(C) The County has received proposals from various lending institutions in
connection with the Project, and has determined, upon recommendation of the County's
Financial Advisor, that it is in the best interests of the County to accept the Proposal of the
Bank, the form of which is attached to the Loan Agreement.
(D) The County anticipates receiving the Revenues and the Capital Facilities
Charges from the operation of the System. The County intends to issue the Bonds at such
time as Revenues and Capital Facilities Charges are adequate to support debt service on
the Bonds.
(E) It is necessary and desirable and in the best interests of the County that it
enter into the Covenant to secure repayment of the Loan.
(F) It is necessary and desirable and in the best interests of the County to
authorize and approve the execution and delivery of the Loan Agreement and the Note,
and the taking of all other action in connection with the consummation of the Loan.
3
10799.1/28902-00001/R-AUTH 04-157
\.i
...,
(G) The County will use and apply the first proceeds of the Loan to repay certain
advances in the form of an interfund loan previously authorized pursuant to Board action
on February 3, 2004 and April 6, 2004.
r Section 4. Authorization of Note. Subject and pursuant to the provisions hereof and in
accordance with the provisions of the Loan Agreement and the Proposal, the issuance by the
County of its Improvement Revenue Note, Series 2004 (North County Utilities Project), in a
principal amount not to exceed $7,700,000, to be dated, to bear interest, to be payable, to
mature, to be subject to redemption and to have such other characteristics as provided in the
Loan Agreement and the Proposal, and to be secured solely by the Covenant, is hereby
authorized.
Section 5. Approval of Proposal. The County Administrator, upon the
recommendation of the Financial Advisor, is hereby delegated the authority to accept the
Proposal on behalf of the County. The County Attorney and Bond Counsel are hereby
authorized and directed to proceed to prepare the necessary documents to consummate the
Loan.
Section 6. Approval of Form of Loan Agreement and Note. The Loan Agreement
and the Note are hereby approved, and the Chairman and Clerk are hereby authorized to
execute and deliver the Loan Agreement and the Note to the Bank.
Section 7. Authorization of Other Action. The Chairman, the Clerk, the County
Administrator, the Finance Director, and the County Attorney are each designated agents of
the County in connection with the execution and delivery of the Loan Agreement and the Note
and are authorized and empowered, collectively or individually, to take all action and steps to
execute and deliver any and all instruments, documents or contracts on behalf of the County
which are necessary or desirable in connection with the execution and delivery of the Loan
Agreement and the Note to the Bank, including, but not limited to, the making of
modifications to the Loan Agreement and the Note to conform the provisions thereof to the
provisions of the Proposal.
Section 8. Application of Proceeds of Loan. The proceeds of the Loan shall be
applied solely to the payment of Project Costs; provided that the first proceeds of the Loan
will be applied to repayment of the interfund loan hereinbefore described.
Section 9. Repeal of Inconsistent Provisions. All resolutions or parts thereof in
conflict with this resolution are hereby repealed to the extent of such conflict.
Section 10. Severability. If anyone or more of the covenants, agreements, or
provisions of this resolution should be held contrary to any express provision of law or
contrary to the policy of express law, though not expressly prohibited, or against public
policy, or shall for any reason whatsoever be held invalid, then such covenants, agreements, or
provisions shall be null and void and shall be deemed separate from the remaining covenants,
agreements or provisions, and in no way affect the validity of all other provisions of the
Resolution or of the Note or Loan Agreement delivered hereunder.
4
10799.1/28902-00001/R-AUTH 04-157
'-'"'
""'"
Section 11. Amendment. This resolution may not be amended or repealed except with
the prior written consent of the Bank.
Section 12. Effective Date. This resolution shall take effect immediately upon its
adoption.
,
held.
Passed and Adopted this 25th day of May 2004, at a regular meeting duly called and
(SEAL)
ST. LUCIE COUNTY, FLORIDA
By:
Chairman,
Board of County Commissioners
ATTEST:
By:
Clerk of the Circuit Court,
ex-officio Clerk of the Board
APPROVED AS TO FORM AND
CORRECTNESS:
County Attorney
5
lO799.1/28902-00001/R-AUTH 04-157
'-"
EXHIBIT A
FORM OF LOAN AGREEMENT
10799. I/28902-0000J/R-AUTH
....,
~
~
EXHIBIT B
PROPOSAL
J 0799.1/28902-0000 l/R-AUTH
\,.,'
'-'
EXHIBIT C
PROJECT DESCRIPTION
2
10799.1/28902-0000IlR-AUTH 04-157
\wi
AGENDA REQUEST
....,J
ITEM NO. 10
TO:
SUBMITTED BY (DEPTh
SUBJECT:
BACKGROUND:
FUNDS AVAILABLE: N/ A
PREVIOUS ACTION: N/ A
RECOMMENDATION:
DATE: May 25/ 2004
REGULAR [X]
PUBLIC HEARING [ ]
CONSENT [ ]
Board of County Commissioners
Administration
Bi-Weekly Committee Reports
At the April 11, 2000 Board of County Commissioners Meeting it was decided by the
Board to place an item on the agenda, on a bi-weekly basis, to give the Board an
opportunity to provide updates on the various Committees and Advisory Boards that
they serve on. It has been decided by the County Administrator that this item will be
placed on the agenda on the 2nd and 4th Tuesday of each month.
This meeting the Board will provide updates on the following Committees and Advisory
Boards that they serve on:
COMMITTEE
Blueway Advisory Committee
Chamber of Commerce Board of Directors
Children's Services Council
Cultural Affairs Council
Friends of SLC Library
Property & Homeowners
St. Lucie County Fire District
Transportation DLCB
Treasure Coast Regional Planning Council
COMMISSION ACTION:
[ ] APPROVED
J(I OTHER:
MEETING DATE
As Needed
Monthly
2nd Thursday
2nd Tuesday
2nd Thursday
2nd Wednesday
3rd Wednesday
Quarterly
3rd Friday
COMMISSIONER
Barnes
Lewis
Lewis
Barnes
Bruhn
Bruhn
Bruhn/Coward
Lewis
Coward/Hutchinson
[ ] DENIED
E:
Reports given
Dougl s M. Anderson
County Administrator
Review and Approvals
County Attorney:_ Management & Budget:_
Originating Dept:_ Other:
Finance: (Check for Copy only, if applicable)
Purchasing:
Other:
Effective: 5/96
OS/21/04
p....1illWARR
FUND
001
001001
001131
001149
001157
001158
001163
001284
001286
001288
001809
101
101003
101006
101217
102
102001
102107
105
107
107001
'002
....vl003
109
111
112
115
118
120
121
122
126
127
128
129
130
138
139
140
140001
140125
140317
140325
160
181
183
"~1001
,002
~
ST. LUCIE COUNTY - BOARD
....,;
WARRANT LIST #36- 15-MAY-2004 TO 21-MAY-2004
FUND SUMMARY
TITLE
General Fund
Recreation Special Events
FTA Section 5303 Grant FY01
Section 112/MPO/FHWA/Planning 2004
CSBG Grant FY04
Urban Mobile Irrigation Lab 03/04
Net Loss Commercial Fishing Stories
TRIP Grant FY04
FDCA/EMPA 2004
TDC Planning Grant FY 03/04
SFWMD-Floridian Aquifer Well 01/04
Transportation Trust Fund
Transportation Trust/Local Option
Transportation Trust/Impact Fees
OTTED Tropicana/Signal Upgrade
Unincorporated Services Fund
Drainage Maintenance Þ!STU
FDOT Bicycle/Ped. Coordinator 03/04
Library Special Grants Fund
Fine & Forfeiture Fund
Fine & Forfeiture Fund-Wireless Sur
Fine & Forfeiture Fund-E911 Surchar
Fine & Forfeiture Fund-800 Mhz Oper
Drug Abuse Fund
River Park I Fund
River Park II Fund
Sheraton Plaza Fund
Paradise Park Fund
The Grove Fund
Blakely Subdivision F~nd
Indian River Estates ?und
Southern Oak Estates Lighting
Pine Hollow Street Lighting MSTU
Kings Hwy Industrial Park Lighting
Parks MSTU Fund
SLC Public Transit MSTU
Palm Lake Gardens MSTJ Fund
Palm Grove Fund
Port & Airport Fund
Port Fund
FAA Noise Compatibility Study Updat
Construct Taxiway liAR Extension
Conduct Part 150 Study
Plan Maintenance RAD Fund
SLC Housing Finance Authority Fund
Ct Administrator-19th Judicial Cir
Ct Administrator-Arbitration/Mediat
Ct Admin.-County Arbitration/Mediat
.", ..
EXPENSES
587,268.97
1,488.46
36.74
761.05
2,758.35
94.12
373.98
30,356.40
801.32
13.69
96.52
91,346.85
7,179.12
25,259.55
30,773.21
13,115.53
5,893.68
103.18
766.64
577,038.04
501.78
20,417.27
2,362.29
35.00
2,544.98
528.22
466.53
653.12
158.55
70.96
896.96
113.47
50.40
509.83
873,649.00
145,170.03
109.74
682.92
11,760.00
572.31
14,240.96
1,433.90
1,582.32
1,657.47
54.28
1,369.04
106.30
530.00
PAGE
1
PAYROLL
560,556.84
0.00
487.71
6,095.23
2,199.92
1,261.54
0.00
0.00
0.00
183.55
1,261.54
117,907.59
0.00
0.00
~ 0.00
47,710.27
5,159.91
1,366.19
1,589.60
103,376.65
879.62
879.62
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
11,948.33
0.00
0.00
0.00
0.00
2,743.32
0.00
4,617.79
1,171.85
0.00
OS/21/04
F'7l\BWARR
FUND
183004
185004
185204
310002
316
316001
316201
362
382
401
401225
418
421
441
448
449
451
458
461
471
478
,
... _ ..L
491
505
505001
611
625
650
~
ST. LUCIE COUNTY - BOARD
'w1I
WARRANT LIST #36- 15-MAY-200~ TO 21-MAY-2004
FUND SUMMARY
TITLE
Ct Admin.- Teen Court
FHFA SHIP FY03/04
FHFA SHIP 99/00
Impact Fees-Parks
County Capital
Transportation Capital
FDEP/FRDAP Savanna Rec Phase II
Sports Complex Improv Fund
Environmental Land Capital Fund
Sanitary Landfill Fund
FDEP Waste Tire Grant FY 04
Golf Course Fund
H.E.W. Utilities Fund
North Hutchinson Island Utilities
NHI Util-Renewal & Replacement Fund
NHI Util - Capital Facilities Fund
S. Hutchinson Utilities Fund
SH Uti I-Renewal & Replacement Fund
Sports Complex Fund
No County Utility District-Operatin
No Cty Util Dist-Renewal & Replace
No Cty Util Dist-Capital Facilities
Airport Utilities District
Building Code Fund
Health Insurance Fund
Property/Casualty Insurance Fund
Tourist Development Trust-Adv Fund
Law Library
Agency Fund
GRAND TOTAL:
~ ."
EXPENSES
180.30
328.54
1. 54
3,782.10
731,582.59
53,059.50
21,082.00
38,525.53
276.54
392,873.81
1,218.00
27,651.70
8.56
2,962.03
12.66
8.06
927.68
8.06
55,289.17
320.15
351.25
1,179,616.06
961.96
35,458.85
4:51,973.44
233.71
16,181.66
3,666.28
7,493.24
5,4:83,788.00
PAGE
2
PAYROLL
2,451.18
0.00
20.48
0.00
0.00
0.00
0.00
0.00
0.00
43,806.72
0.00
23,177.21
116.06
2,686.07
171. 67
109.24
439.39
109.24
13,868.20
3,324.35
0.00
62.43
32.78
41,767.59
3,167.07
0.00
3,854.41
0.00
0.00
1,010,561.16
~ .."
~~ri ~ø.~
:1::>1 ):
0 UE-<H
NN
.......N ^ t"!
1'" I/')
riO..
.......ril'il I/')
I/') t!) N
0"< I/')
"~ø. E-< CD
I'iIH ~ t"!
E-IE-I
<
¡:
~ ,
I
II: I
I
I.......~ 0
It!) 0
':2;E-<
I H....... 0
~t!)
tn":¡:I:
§OU
g¡,.:¡
~E-<¡:
~~
~ ¡: 0
I'iI H 0
> <
0........110 0
^ ~§~
<011:
Uø.
tn
H
'II ¡:
0
0 t"!
N I/')
.......
'II I/')
ri N
....... I/')
J.I/') tn
'OGlO tn CD
...I ° t"!
aUlIJ II:
O'M t!)
IQOI
GI
III: II:
I'iI
),..I E-I
..IS:: tn
s::Å“ H
5~ t!) :II:
I'iI ~
UIIJ" II:
.S:: H
Å“::l::l ~
'M .Q II: U II:
OIlJ I'iI °
::I'M~ :I: ~ t"!
~¡:O U ri
Å“ I'iI :II:
.r:.r: >
. ou 5
..I..I
tnlll
IQ ¡:
:II: I'II
U 'I/')
° 10\
~ ICD
lri
ø.,'II
........, N
"':IH
01
s::
'M U
..I ~
III ~
.
Å“ IIJ
0. GI
° 0
I ~ 'M
IIJ t
01
s:: GI
'M tn
> II:
III ° ),
tn ~ ,..I
-M
..-i I'iI ..-i
III > 'M
. ........ 0
Å“ I'iI III
'0 I'iI fit
GI ~
fit 01
110 R
'IIJ. 'M
00 ..-i
II:O,Q .
IIo:N . GI
:I: aU ..I
U~:I: ~
~1'iI ...., ...-
fIt:>110 It"!
0 .......1'iI1I: II'
t~ " ~UI'iI lri
UH~ 10
OU~ 1'iI> 10
ø.tn ~~ 10
I'iIH 10
II:fltlQ I~
'-- ...,./
~):ri t1~~
Op, ):
0 UE-tl-!
"'lID
........1'1 ^ IN
ri.. ID
"'1M"
........Orz:l 0
I/) t!) CIO
O....e I/)
.. ~ P, E-t ID
rz:Il-! ~ ri
E-tE-t
..e
A
~
~~ 0
0
:Z:E-t
I-!........ 0
At!)
tIl..:nz:
~OU
Ê5...:1
~E-tA
~~
A A 0
~ I-! 0
..e
O........P, 0
^ g;~¡j
~Oø:
UP,
tIl
I-!
~ A
0
0 "'I
"'I ID
........
0 0
"'I CIO
........ I/)
.I/) tIl
'tIGlo tIl ID
.,J 0 ri
a!UJ ø:
0·" t!)
ItItn
GI
Iø: ø:
rz:I I
>.,J E-t V
,JI:: tIl
1::111 I-!
gm t!) ::
rz:I ~ ~
UUJ" ø:
.I:: I-! E-t
III::S::S Þ<:
." ,Q ø: U ø: tIl
UUJ rz:I 0 rz:I
::s."~ = ~ :i!
...:IAU U
GI rz:I tIl
.s:::.s::: >
. UU ~
,J,J 0
tIla! ........
ItI ~
:: lID
U lID
0 I ID
A I 0\
lri
P,I~
........,"'1
..e'l-!
tn
I::
."
,J
a!
.
GI
¡1,
0
I ~
UJ
tn
I::
." GI
> ø: ::s
a! 0 I::
tIl ~ GI
>
M rz:I GI
a! > ø:
. ........
GI rz:I ~
'tI rz:I 0
III ~
I!<o ,J
P, ¡1,
~. GI
00 A
ø:0,Q I
Þ<:N. 'a!
= a! 'M
U~= 'I!"-
~rz:I ...... .,¡I
I!<o~ID 1M
0 ........rz:lø: 1M
t:i!.. Þ<:Urz:I 1M
UI-!~ 10
OU~ rz:I> '0
P,tIl (¡~ '0
rz:Il-! 10
ø:1!<o1tl ,=
'-- wtI
'II':E:n ~ø.~
0110 :x:>< :E:
0 tJE-t1-!
NOI
.......M ^ E"-
n_ 0
NM-
.......O~ 0
In ~ 'II'
O-.e 01
_~ø. .
E-t In
MI-! ~ In
E-tE-t :z: IN
.e
~
~
I!:
~~ 0
0
:Z:E-t
I-!....... 0
~~
IQ..:I:X:
~gtJ
:X:..:I
OE-t~
~~~
~ ~ 0
~ I-! 0
> .e
0.......110 0
^ g:~>
110 ~
.e01!:
tJø.
10
I-!
'II' ~
0
0 E"-
N 0
.......
n 0
N 'II'
....... 01
.¡I/') 10
'tIG)0 10 I/')
.¡..J 0 I/')
ClIII I!: N
0.... 0
~OI
G)
. I!: I!:
~
>...J E-t v
..JI:: 10
s::Å“ I-!
::sa ~ '*
oœ ~ ~
tJlII- ø:
.¡I:: I-!
G)::S::S ~ +
·ri,.Q ø: tJ ø: ~
UIII ~ 0
::s.....!<: :x: ~
..:IOU tJ 'II'
Å“ ~ 0
.s::.s:: > .
. U tJ I/')
..J..J n
lOllS .
~ I/')
'* IE"-
tJ lID
0 lID
~ .01
In
1101'11'
......., N
.e'l-!
01
I::
....
..J
CI
.¡
Å“
Po
0
I ~
III ~
01
I::
....
> ø:
CI 0
10 ~
r-I ~ n
CI > CI
.¡ ....... .¡
G) ~ G)
'tI ~ 'tI
Å“ ~ G)
rz. rz.
110
'II'.¡ .¡
00 0
ø:0,.Q .Q
~N.¡ .¡
:x: CI CI
tJl!::X: :z¡.
~Hí ~ .'
I&t><ID IN
0 .......1IISø: In
E-t..:l ~tJ~ 1M
ø:.e- tJl-!l 10
OtJ~ IllS> 10
11010 Ð~ 10
~I-! 10
ø:1&t1Q ':x:
\,.~
AGENDA REQUEST
'..¡
ITEM NO:
C-2
DATE:
May 25, 2004
REGULAR
PUBLIC HEARING [
CONSENT [ X]
TO: SAINT LUCIE COUNTY BOARD OF COUNTY COMMISSIONERS
SUBMITTED BY: Parks and Recreation
PRESENTED BY: Pete Keogh
SUBJECT: USA TENNIS - FLORIDA GRANT ACCEPTANCE & APPROVAL OF BUDGET RESOLUTION
NUMBER 04-115
BACKGROUND: On April 28, 2004, the Parks and Recreation Department was awarded
a $1,500.00 grant from the USA Tennis Florida organization. The grant requires
a $1,500.00 match, and can be used to hire a tennis professional to run a youth
team tennis league this summer. This agenda requests that the BOCC accept the
grant and allocate the fund so that it can be used for this program. Matching
fund will be taken from the Sports and Athletics section's operations budget.
Subsequent to the Board's approval, a Specialist Agreement for the services of
a tennis professional will be executed.
PREVIOUS ACTION: N/A
FUNDS WILL BE MADE AVAILABLE IN:
001811-7216-534000-7103 (Sports Programs/Recreation-Other Contractual Services)
RECOMMENDATION: Staff requests approval of Budget Resolution Number 04-115 and
acceptance of the grant from USA Tennis-Florida in the amount of $1,500.00.
[x
[
APPROVED
OTHER:
DENIED
~
COMMISSION ACTION:
Approved 4-0 (Comm. Lewis Absent)
~~.,
County Attorney: V' Management
Originating DePt~<:her'
H:\AGENDAS 03-04\5-25-04-TENNIS GRANT-DOC
Coordination/Signatures
& BUdget:~purchaSing:
Finance: (if applicable)
(
'-.
'-Î
RESOLUTION NO. 04-115
WHEREAS, subsequent to the adoption of the budget for the 51. Lucie County Board of County
Commissioners, certain funds not anticipated at the time of adoption have become available from the USA
Tennis Florida organization through a grant in the amount of $1,500 as funding to hire a tennis professional to
run the youth team tennis league for St. Lucie County Parks and Recreation.
WHEREAS, Section 129.06 (d), Florida Statutes, requires the St. Lucie County Board of County
Commissioners to adopt a resolution to appropriate and expend such funds.
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of St. Lucie County, Florida,
in meeting assembled this 25th day of May, 2004, pursuant to Section 129.06 (d), Florida Statutes, such funds
are hereby appropriated for the fiscal year 2003-2004, and the budget for the St. Lucie County Board of
County Commissioners is hereby amended as follows:
REVENUES
001811-7216-337900-7103
Other Grants
$1,500
APPROPRIATIONS
001811-7216-534000-7103
Other Contractual Services
$1,500
After motion and second the vote on this resolution was as follows:
Commissioner Paula A. Lewis, Chairperson
Commissioner John D. Bruhn, Vice Chairperson
Commissioner Doug Coward
Commissioner Frannie Hutchinson
Commissioner Cliff Barnes
xxx
XXX
XXX
XXX
XXX
PASSED AND DULY ADOPTED THIS 25th DAY OF MAY, 2004.
ATTEST:
BOARD OF COUNTY COMMISSIONERS
ST LUCIE COUNTY, FLORIDA
BY:
CHAIRMAN
APPROVED AS TO CORRECTNESS
AND FORM:
COUNTY ATTORNEY
,
.
..,J
USA TENNIS FLORIDA
1 Deuce Court, Suite 100
Daytona Beach, FL 32124
FLORIDA
SM
Telephone: 386-671-8949
Fax: 386-671-8948
www.usatennisflorida.com
4/28/2004
St. Lucie County Park & Rec. Dept.
Woody Newson
1302 Virginia Avenue
Ft. Pierce, FL 34982
Dear Woody,
CONGRA TULA TIONS! The St. Lucie County Park & Rec. Dept. has been awarded a Tennis in the Parks
(TIP) Sectional grant in the amount of $1 ,500.00 to help promote and develop tennis on your public
tennis courts. According to your grant application, USA Tennis Florida felt that your goals met those of
the Section's in developing tennis in your community. As a reminder, you are to use these funds and
match them equally dollar for dollar from your 2004 budget towards one of three areas: (I) Hiring a
certified tennis professional, (2) Hosting a Development Coaches Workshop and/or (3) Offering a USA
Team Tennis (y) or USA Team Tennis (a) league and subsequent event for those participants.
There are many resources and materials available to your tennis staff and a nice care package has been
put together and included with your TIP grant check. Please find enclosed:
· USA Tennis Florida and USA Tennis banner to hang at your prime facility.
· Tennis Welcome Center (TWC) information that you are required to register for if you have not
done so currently. To register your park agency, log onto the Internet and visit
www.partners.tenniswelcomecenter.com and become part of the largest marketing push the
tennis industry has ever witnessed. Registration is free.
· Development Coaches Workshop (DCW) information and 2004 schedule.
· USA Team Tennis (y) Ralleyball manual and brochure.
· USA Team Tennis (a) manual and brochure.
· USA Tennis 123 Adult program manual.
· Community Tennis Program grant application via USA Tennis Florida.
· Tennis Industry Association SO/50 Co-op Adult Tennis Grant application.
· USA Tennis Community Coordinator (field staff) map and contact sheet.
· USTA organizational membership application.
· My business card.
After browsing through this information and you have Qs concerning how to property spend and be held
accountable for your TIP grant, please contact me via email or phone at anytime. USA Tennis Florida is
dedicated and committed to promoting and developing tennis in our Florida parks and we need your
help and commitment to reach our goals in getting 30 million people playing tennis by 20 I 01 I look
forward to working with you and your park agency in helping to promote and develop
T-E-N-N-I-S I-N T-H-E P-A-R-K-S-!
Sincerely,
Andy McFarland
Director of Community Tennis
USA Tennis Florida
"To PROMOTE AND DEVELOP TENNIS IN FLORIDA"
"
'--
"""J
c
en
:Þ
-i
m
< Z
~ 0'1 Z
'-I 0 ~ iñ
-< 0 r::: 0'1
d '-I g. N ;II
!! ~ 0
::D
m ~
0
JJ
"Tj.....cn 0 -
m ::s
:ì~:ì JJ <: .+:>.
0 c: 0 ~
""C t.J r " ñ'
z ~
-<C ~ (Ð
m_n .+:>.
~~-
nam 0
.. ~m Z n ~en .+:>.
0 o....co~
... "Tj-O ~ ~~!æ!i w
r>~ -¡ V N
[J"1 ~ OCca m tTI /'1)
--J w>...., i:(;J~~cnþ en r;n
"'Q) > -f ~ ()
[J"1 .+:>.<-< ~.E!m8¡;cnm ::I.
"'m
nJ 00 ""C ~.:tl)§3~~ z - 'g
N > CZ1 õ' C/)
.. "" Å“.:I:.-I iñ -f Z ""Ì
~co en __ - :;
~ ä:"""c"O en Z
- !" <or-::¡6z)Þ \'
.. -¡
0 '* g ~ m ~w en C
~ '* 3 ....SO-en ::r: (j
nJ * '" >Zo m
~ ..,. n -
... tT1 VI .(') ""C tr1
nJ n 0 ~ > (j
--J 0 ~ 0
nJ I:' Õ ~
[J"1 0 Z í.IJ
- a ""Ì
L11 ~
L11 ~ -<
- "i:
. . ~
7; .....
.....
p.. " ...., ~
...
0 0 z
0 >
0 n z P:o
OJ (')
g m >00 ~
0 '" r-~ tr1
... ~g~::¡
L11 tI.I '" n
'" ~Õ'~:z:
- ~ 8.~G)1D
I]"J Q)
'" Q:T1~~
ru ~ :¡cnm
r '" "'iD~Z
. m
.. 1: >-<
(')
(')
0
C
> z
!: -I
0 V. Z
c !:l
z 0
-I
'" 0
'+:>'0 0
~~ 0
'-1m
---... ~
'* 0
'* .¡:. Oì
'*
&09 ~ -J
-
V. Oì Oì
0 -J N
0
0 Oì
0 f'.)
~../ ..
.' ~
-,
~
..J
AGENDA REQUEST
ITEM NO. -:3... _
DATE: May 25, 2004
REGULAR []
PUBLIC HEARING []
CONSENT [XX]
TO: BOARD OF COUNTY COMMISSIONERS
PRESENTED BY:
SUBMITTED BY(DEPT): County Attorney
Daniel S. McIntyre
SUBJECT: Interlocal Agreement - FCIC/NCIC Responsibilities
BACKGROUND:
See attached memorandum
FUNDS AVAILABLE:
PREVIOUS ACTION:
RECOMMENDA TION: Staff recommends that the Board approve the attached
Interlocal Agreement and authorize the Chairman to sign the
Agreement.
COMMISSION ACTION: ENCE:
Douglas Anderson
County Administrator
KJ APPROVED [ ] DENIED
[ ] OTHER:
Approved 4-0 (Comm. Lewis Absent)
County Attorney:
Br
Review and Approvals
Originating Dept.
Purchasing:
County Eng.:
Finance: (Check for copy only, if applicable)
Eft. 5/96
~
..J
INTER-OFFICE MEMORANDUM
ST. LUCIE COUNTY, FLORIDA
TO:
Board of County Commissioners
FROM:
Daniel S. McIntyre, County Attorney
C.A. NO.:
04-694
DATE:
May 12, 2004
SUBJECT:
Interlocal Agreement - FCIC/NCIC Responsibilities
**************************************************************************
BACKGROUND:
Due to operational considerations, the City of Fort Pierce ("City") cannot
continue to operate its Florida Crime Information Center ("FCIC") / National Crime
Information Center ("NCIC") computer system on a twenty-four hour basis. The City
has requested assistance from the County through the County's 911 Central
Communications Center to avoid being in violation of regulations set forth by the Florida
Department of Law Enforcement ("FDLE") regarding the operation of the system.
Attached is a draft interlocal agreement between the City of Fort Pierce and the
County covering a transfer of FCIC/NCIC responsibilities from the police department
to the communications center.
RECOMMENDA TION/CONCLUSION:
Staff recommends that the Board approve the draft Interlocal Agreement and
authorize the Chairman to sign the Agreement.
Daniel S. McIntyre
County Attorney
DSM/caf
Attachment
~
...""
INTERLOCAL AGREEMENT
This Interlocal Agreement is entered into the day of April, 2004, by and between
the CITY OF FORT PIERCE, hereinafter referred to as the "City", and ST. LUCIE COUNTY,
here'ínafter referred to as the "County". The purpose of this agreement is set forth as follows:
1 PURPOSE.
a. The City cannot continue to operate its NCIC/FCIC computer system on a twenty-
four hour basis due to certain operational considerations.
b. In an effort to avoid being in violation of certain regulations as set forth by the
Florida Department of Law Enforcement ("FDLE") regarding the operation of the NCIC/FCIC
computer system, the City has requested assistance from County through the County's 911 Central
Communication Center hereinafter referred to as the "Center".
c. The County has agreed to assume responsibility for the entry, removal, and other
such duties as required by FDLE, for all items entered into the FCIC/NCIC system as requested by
the City.
d. Both parties agree and understand that as of March 2, 2004, all previous entries
into the NCIC/FCIC system have had the City's FIO number changed to that of the Center.
e. Both parties agree and understand the above mentioned change was done at the
joint request of the City and the Center.
The City will develop a policy that requires any officer or other employee of the City's
Police department that receives information, or takes a Police Report containing items that have to
be entered into the NCIC/FCIC system to transmit a copy of the completed report to the Center
as soon as possible for entry into the system. The transmission of said report shall be either in
person, via a fax machine, or otherwise electronically transmitted to the Center at a location as
determined by the Director.
The City will continue to notify the victims as stated by FDLE's policy during the validation
process of the entries.
Nothing in this agreement shall be construed to modify any existing agreement concerning
the general operation of the Center.
i: \atty\agreemnt \i nterloc \FP-FCIC-NCIC
-1-
~
..".,
£ AMENDMENT.
This Agreement may only be amended by a written document signed by both parties and
filed with the Clerk of the Circuit Court of St. Lucie County, Florida.
3. r TERMINATION.
Either party may terminate this Agreement by providing the other party with at least one
hundred twenty (120) days prior written notice.
4. NOTICES.
All notices, requests, consents, and other communications required or permitted to be given
under this Agreement shall be in writing (including telex and telegraphic communication) and shall
be (as elected by the person giving such notice) hand delivered by messenger or courier service,
telecommunicated, or mailed (airmail if international) by registered or certified mail (postage
prepaid), return receipt requested, addressed to:
AS TO THE COUNìY:
With a copy to:
St. Lucie County Administrator
2300 Virginia Avenue
Administration Annex
Fort Pierce, Florida 34982
St. Lucie County Attorney
2300 Virginia Avenue
Administration Annex
Fort Pierce, Florida 34982
AS TO THE CIìY:
With a copy to:
Fort Pierce City Manager
City of Fort Pierce, City Hall
Post Office Box 1480
Fort Pierce, Florida 34954
Fort Pierce City Attorney
City of Fort Pierce, City Hall
Post Office Box 1480
Fort Pierce, Florida 34954
or to such other address as any party may designate by notice complying with the terms of this
Section. Each said notice shall be deemed delivered: (a) on the date delivered if by personal
delivery; (b) on the date telecommunicated if by telegraph; (c) on the date of transmission with
confirmed answer back if by telex; and (d) on the date upon which the return receipt is signed or
delivery is refused or the notice is designated by the postal authorities as not deliverable, as the
case may be, if mailed.
i: \atty\agreemnt \i nterlac \ FP- FCIC-NCIC
-2-
~
-.",I
5. Effectiveness. This Agreement shall be recorded in the Public Records of St. Lucie
County, prior to its effectiveness.
IN WITNESS WHEREOF, the parties hereto have caused the execution hereof by their
duly authorized officials on the dates stated below.
r
ATTEST:
~~o~
City Clerk
BY:
BY:
ATTEST:
BOARD OF COUNTY COMMISSIONERS
ST. LUCIE COUNTY, FLORIDA
BY:
Deputy Clerk
Chairman
Dated:
APPROVED AS TO FORM AND·
CORRECTNESS:
BY:
County Attorney
i: \atty\agreemnt\interloc \FP-FCrC-Ncrc
-3-
·
\.- .
~
-
....,
AGENDA REQUEST
ITEM NO. C-4
DATE: May 25, 2004
REGULAR [ ]
PUBLIC HEARING [ ]
CONSENT (XXX]
TO: BOARD OF COUNTY COMMISSIONERS
SUBMITTED BY: HUMAN RESOURCES DEPARTMENT
PRESENTED BY:
Carl Holeva
Human Resourc s Director
SUBJECT:
BACKGROUND:
FUNDS AVAIL.:
RECOMMENDATION:
COMMISSION ACTION:
CONCURRENCE:
X] APPROVED
[ ] DENIED
[ ] OTHER:
Douglas Anderson
County Administrator
County Attorney:
Public Safety Reclassification
The Board of County Commissioners approved adjustments to the pay
and classification study on April 27, 2004 retroactive to April 1, 2004.
E-911 Surcharge - 107 002-2120::-512000-200
Staff recommends approval of the reclassification of Part time Data
Entry Clerk, Pay Grade 13 to Full time Data Entry Clerk, Pay Grade 11.
Approved 4-0 (Comm. Lewis Absent)
Review and Approvals
Management , BUdget~~
Other:
Purchasi.ng :
Ori.gi.nati.ng Dept.
Other:
Eff. 5/96
Fi.nance: (Check for Copy only, i.f appli.cable)___
'-'
'-"
AGENDA
TO:
BOARD OF COUNTY COMMISSIONERS
FROM:
Carl Holeva, Human Resources Director
DATE:
May 25, 2004
SUBJECT: Public Safety Reclassification
BACKGROUND:
On April 27, 2004, the Board of County Commissioners approved adjustments to the
Pay and Classification study retroactive to April 1 , 2004. In error, one reclassification
was omitted: Part time Data Entry Clerk to Full time Data Entry Clerk.
This upgrade was recommended by the Board of Governors to work on the master
street address guide and the geographical files. Funding for this position will come
from the E-911 Surcharge.
RECOMMENDATION:
Staff recommends approval of the reclassification of Part time Data Entry Clerk to
Full time Data Entry Clerk.
Respectfully submitted,
~~~L
Carl Holeva
Human Resources Director
CHImp
Attachments
'-'
....,
Inter-Office Memorandum
Department of Public Safety
Division of 911 Communications
TO: Kristy Lilly, Budget Analyst OMB
FROM: Jack Southard, Public Safety Director
SUBJECT: Data Entry Person
DATE: January 20, 2004
*****************************************************************
The Board of Governors met on Wednesday, January 14, 2004. The committee
is recommending a full-time data entry position be added as soon as possible.
This position will be a pay grade 11 with a salary of $11.08 - $17.37.
Please make the necessary changes on the 5-year plan to reflect this added
position.
JTS/csl
Cc: Marie Gouin
UJ~
0::8
WN
ZM
00
_0
UJN
~o::
:¡æ«
:¡æW
0>
0..1
>«
....0
z~
::)LL
00::
00
LLLL
oZ
cQ
o::~
«0
0_
mLL
-
>UJ
""UJ
z«
::)..1
00
OW
wO::
-z
gQ
..I!:::
oUJ
""0
UJo.
00
ww
(/)(/)
55
ww
0::0::
"0
Ow
w>
00
Zo::
wa.
~~
o
o
w
0::
!J)
c:
o
:;::
co
<.)
~ '§
W E
LL E
« 0
CJ)u
u-
- co
-l '-
JJ-
::> 55
a.u
¡:.:
Z
w
:E ..
I-Z
~º
a.~
w~
00
I-
~
a.
~
I-
W
C)
o
::)
co
01-
WLL
...~
tn_
W c:
;:)w
ani
w-
o::~
II)
-
¡¡:
CÞ
c:
> CÞ
...J,Q
....j
z....
~a.
o::~
::)-
o c:
W
nI
-
nI
C
<0(")0')
NN"'"
""'N<O
r-:Må
EA-.....N
EA- EA-
""'..... 0')1'-<0
1'-..... NIt)CO
I'- <01'-(")
McDå
~¿;;~
I'-
C":!
I'-
.....
EA-
co
~
.....
.....
EA-
""'(") (")""'1'-
1'-..... 0(")(")
I'- NIt)I'-
cDMm
.....EA-.....
EA- EA-
0')
~
co
.....
EA-
(")
.....
N
.....
EA-
W
...J
I-
i=
Z
o
E
en
o
a.
I-
W
w" C)
wow ..0
...J (/)::)
o«e("I-CO
00:::0>-
oC)en~LL...J
co> We(
o«~«ffil-
,a.a.(/)mo
~~t:
wSa..
ro ro ro
_"0
ro Q) Q)
o.c>
_ ro
Q)_.c
E ro Q)
:;:¡:5~
::J~ ~ Q)
-::J~ :5
roC/)"E _
Q) c: Q) 0
> Q) ~ c
ro = ~ 'C
.c~ü c
"0 C/) cu
Õ:E"ri In
.cl-~ In
C/) . ~o .S!
'I"'" Q) e
'1"'"=(.)
CJ)~"o ~
_roc: c::
ro u ro c: Q)
:5 :E - .Q
"Oa.C:~cu
Q)~~~.c
_.....~a.CJ
C/) '-"::J ~
Q) ß (.) Q) =
::Jo>Q)EIn
C" .c.-.c
Q)Q) --
L...c=- =
"0 - '§ "S 0
C:"O_-U)
ro c: C/) ro =
"""ro=~Q)
oQ)~Q)m
0"0 ~,..
C\I .- "0 '" ....
::JQ)"'.c
-0> E-
""" .c
'I"'"~.BoE
~~~~~
ro "0 .- ~ 'to-
::J "0 ~ == Q)
æroc:32E
-:lã)o::Jo
c:~:æ~~
o-E -
_ C/) ~ "0 .-
Q) L.. 0 c: ~
E~1::roc
C/) C/) .- c: 0
o Ero ro .Q E
c: (.) ~ In
êDQ)~~o
> :5 :;:¡ a.
o ro In
,n c: 1i) i: .-
v 0 Q) .c
-~---
o~Õü~
"E ~ o>~~
ro c:-
o.9==C:c
ca "S w .-
Q)~ a.S'g
.c_L..ro=
l-ü..Eou..
-c
c
=
'to-
ñi
~
Q)
c
Q)
o
o
N
I
o
o
o
N
.....
It)
I
o
N
.....
N
I
N
o
o
I'-
o
.....
~
Z
::)
o
o
~
N
It)
o
I
"'"
o
Z
o
~
o
¡:¡:
i=
(/)
::)
,
:it
a
w
0::
(/)
~
o
W
0::
...... ~ "-
'-"
....,
ITEM NO. C- 5
DATE: 5-25-04
AGENDA REQUEST
REGULAR: ( )
PUBLIC HEARING: ( )
CONSENT: ( x )
SUBJECT: Investment Committee Appointment
,(
)
TO: BOARD OF COUNTY COMMISSIONERS
SUBMITTED BY (DEPT): ADMINISTRATION
BACKGROUND: Commissioner John Bruhn would like to appoint Ann Berner to the St. Lucie County
Investment Committee.
FUNDS AVAILABLE: N/A
PREVIOUS ACTION: None.
RECOMMENDATION:
Consider staff recommendation to ratify Commissioner Bruhn's appointment
of Ann Berner to the Investment Committee.
II APPROVED
o OTHER:
o DENIED
Approved 4-0 (Comm. Lewis Absent)
NCE:
COMMISSION ACTION:
Do sAnderson
County Administrator
Review and Approvals
o County Attorney:
o Management and Budget:
o Purchasing:
o Originating Dept:
o Other:
o Other:
o Finance: Check for copy only, if applicable:
Anyone with a disability requiring accommodations to attend this meeting should contact the SI. Lucie County Community Services Manager at 772-462-1777
or TTD 772-462-1428, at least 48 hours (48) prior to the meeting.
G:\Admin\Boards-Committees BOCC\2004\Agenda Requests\lnvestment Com.-Ann Berner.wpd
...... ,....
'-'"
'will
Missy Stiadle - Re: Appointment for the Investment Committee
From:
Ja'net Pentz
Stiadle, Missy
5/13/2004 10:45 AM
Re: Appointment for the Investment Committee
To:
Date:
Subject:
Ok. Thanks!
»> Missy Stiadle 5/13/200410:44:53 AM »>
So I will make up an Consent Item for 5-25-04.
»> Ja'net Pentz 5/13/2004 9: 19:39 AM »>
Commissioner Bruhn would like the following person appointed to the Investment Committee to fill his vacancy:
Ann Berner
3607 Juan Ortiz Circle
Fort Pierce, FL 34947
772-467-4175
Thank you.
DATE: May 25,2004
REGULAR ( )
PUBLIC HEARING ( )
CONSENT (X)
PRESENTED BY: ~ ·
~_. .----
(
AGENDA REQUEST
TO: BOARD OF COUNTY COMMISSIONERS
ITEM r'ilf!I C-6A
SUBMITTED BY: Solid Waste Division
Leo J. Cordeiro. Solid Waste Manaaer
SUBJECT: Request Board approval of Equipment Request EQ04-259 to purchase a LED 4160C
Adaptive Micro Systems Tri-Color Display sign with wireless remote control programmer and
programming software from YARE Incorporated in the amount of $2,486. Funds are available in the
Equipment Fund due to the lower bid price on an equipment purchase earlier this fiscal year.
BACKGROUND: This sign will be used to provide communications between the baling floor and the
tipping floor. This sign will provide a safety benefit for the employees on both floors.
FUNDS AVAILABLE: 401-3410-564000-300 Machinery & Equipment
PREVIOUS ACTION: N/A
RECOMMENDATION: Recommend Board approval of Equipment Request EQ04-259 to purchase
a LED 4160C Adaptive Micro Systems Tri-Color Display sign with wireless remote control
programmer and programming software from YARE Incorporated in the amount of $2,486. Funds are
available in the Equipment Fund due to the lower bid price on an equipment purchase earlier this
fiscal year.
COMMISSION ACTION:
k) APPROVED () DENIED
( ) OTHER
Approved 4-0 (Comm. Lewis Absent)
Coordination/Sianatures
County Attorney ( ) Mgt. & Budget (X) ~
Originating Dept. ( ) Public Works (X) ~~.
Finance: (check for copy, only if applicable) _
NCE:
G ANDERSON
COUNTY ADMINISTRATOR
pU~hasin4!:if I
I.T. (X)
\
\..r
'-'
....
Ii
.......
Q Q
W W
(J) (J)
:> :>
w w
ð ~ ii
I-- - = 0)
-0 c:
(J) '> 0 0
o en 0
I- ..... 0) ("')
0 0 (J) 0 0..0) I
0
Z ~ 0 Z o >- 0
0) ..... 0
en - (,) I- .....-0- 0
..J 00)0.. "<t
- l..- I- E en E to
Q:: « lO
Z 0) ::J 0) I
W .q ..... 0
0 en 0) 0) .-
Z 0 ¡::: O).Q£ "<t
-0:== ..... ("')
0 0 (J) (J) Õ (J) ::J :i:.2 I
N w w w .-
Q <3c:..... 0
- I ~ ~ « ~ c: .- "<t
en M .- .QJ Q)
~ ~ 0) en c:
en 0 - !:= .5:2 en 0)
I.... .- ..c
- 0 Q ~F~
:æE N w
:æE Q 2 ·2
Q:: z o 0) ro :it
Q ..... ..... en
0 <C w w ~ ~ ro I-
:2 > z
U W :2 I-¢::O)
0 0-0 :J
>- 0 ~ . en .- 0
>- (,) Q. á-o ð (,)
W Q. .- c: ..... (,)
.... ..J ~ « U)roo.. ~
Z <C 00):==
~ U "<t I- w-s:i:
0 Z ....J-O en
it) o .-
0 en w >-~ .r::
N :2 ~ I-
- it) 0.. -
U LL w
(,) .~ :: ....:
W 0 0) 0
LL Q:: ~ « c: 0
..J ..... .....c¡::
0 0 Q Q. .Q 0) OJ
W o £ c:
C LL « ~ <.1 w .õ.
Q .- - 0..
Q:: .... z ¡.:: >-.-
w - en§:~
<C en C) E::J£
0 W« O)en-o
~ ..... ..... c:
En en 0) ro
" J):i:.....
>- 08..0
w ..... .Q
3: u -......
.... ._ en
Q:: w ~""'OJ
Z 0) c:
~ ~ .-
~ .... ~uëü
~ .- ro .Q
Z ..... .....
0 0...Q 0)
W ~ OJ£
U « .~ c:
W :æE ()cO)
a.. o ::J 0)
- (J) tOO~
U - .-EO)
~ ~ w CD "<t_.Q
~ 00
::J I- "<t. ro ëü en
..J " 0 (J) N ..... :i: c:
W 3: « z ~ 0 - .º 0>
3: ...... ..... .....
. (,) <.9 en 0) ro en lO
.... .- E .5:2 N
:J Q U) ..... I
c: E c: 0 "<t
en cc ..J 0 .QJ ro ::J 0 0
:J 0 W en.....Ec¡:: a
Q. (J) ....J .~ OJE.r:: W
.r:: 2 0 Õ
I- o..U.Q
I- ð
z
:J Z W
I- 0 0 ~
Z I- :2 ~ I-
W Z « z
:2 z UJ I- ~ UJ
I- :2 :2
~ 0 UJ u..
« Q. C) ¡::: Q.
(J)
Q. ~ :J Q (J) :J
UJ 0 :J :J 0
Q Q UJ cc -, w
....
\,.(
.....,
-. ...,..
"~/nfO~~1~t¡~~r;~~~~~/:' .
BOARD OF COUNTY
COMMISSIONERS ST. LUCIE COUNTY
2300 VIRGINIA AVENUE
FORT PIERCE, FL. 34982
IT Quote
Date Quote #
Phone: (772) 462-1681
Fax: (772) 462-1443
5/11/2004 335
Name/Address
St. Lucie County Solid Waste
6120 Glades Cutoff Road
Fort Pierce, FL. 34981
QUOTE VALID UNTIL
6/3/2004
W.O.#
REQUESTOR
43211
LEO CORDIERO
Description
LED SIGN FOR BAIL HOUSE - Package Includes
following:
Qty
Rate
2,486.00
Total
2,486.00
4160C Adaptive Micro Systems Tri-Color Display.
Complete with wireless remote control programmer,
wall mounting brackets, 11 Ov power cord, instructions.
Factory 1-Yr Warranty
Ethernet II Module (allows ethernet connectivity)
AlphaNET Version 3.0, Programming software (allows
networking of displays for multiple display applications
VENDOR INFORMATION:
Y ARE Incorporated
307 So. Albany Ave
Tampa, FL 33605
(813) 251-9868
AUTHORIZED SIGNATURE
$2,486.00
The goods and/or services as quoted hereon have been requested in the
quantity and quality stated. Quotes are valid for 30 days unless otherwise
stated.
-
t
ITEM t:ttf C-6B
DATE: 5/25/04
AGENDA REQUEST
REGULAR ( )
PUBLIC HEARING ( )
CONSENT (X)
PRESENTED BY: L~
TO: BOARD OF COUNTY COMMISSIONERS
SUBMITTED BY: Solid Waste Division
Leo J. Cordeiro. Solid Waste Manaqer
SUBJECT: Requests Board approval of the Florida Department of Environmental Protection Waste
Tire Grant Application for fiscal year 2004-05.
BACKGROUND: The Waste Tire Grant Application is due July 1, 2004. The Waste Tire Grant
Application was available 1990-2001, was reinstated in the 2002-03 and awarded again in the 2003-
04 fiscal year. The grant is being continued this fiscal year.
FUNDS AVAILABLE: N/A
PREVIOUS ACTION: The Board has approved this Grant Application and Agreements to FDEP for
13 previous years.
RECOMMENDATION: Recommend Board approve the submission of the Grant Application to the
Florida Department of Environmental Protection for the Waste Tire Grant, and authorize the
Chairman to sign the application, agreements, and quarterly reimbursement requests.
IX' APPROVED () DENIED
( ) OTHER
CE:
COMMISSION ACTION:
Approved 4-0 (Comm. Lewis Absent)
D ANDERSON
COUNTY ADMINISTRATOR
Coordination/Sianatures
County Attorney (X)
Originating Dept. ( )
~.-
Mgt. & Budget (X)
Public Works (X)
n1(Vl~
~.
Purchasing ( )
iii!
Other ( )
Finance: (check for copy, only if applicable) (X)
\...,
Department of
Environmental Protection
...",
Jeb Bush
Governor
Twin Towers Office Building
2600 Blair Stone Road
Tallahassee. Florida 32399-2400
Colleen M. Castille
Secretary
SOLID WASTE TIRE GRANT APPLICATION
I. Name of Applicant:
2. Address of Applicant:
Sto Lucie County
2300 Virginia Avenue
Ft. Pierce. FL 34982
3. Federal EmployerIdentification Number: ')9-600081'
4. Telephone Numberfor Applicant: ( 77 2 ) 462-1611
5. List of Counties In.cluded in the Application: S to T.1lC.; e
6. Contact Person (person handling program on daily basis): Ron Roberts
7. Address of Contact Person: Same
8. Telephone Number of Contact Person: (772 ) 462-1631
9. Name and Title of Authorized Representative:
Name: Paula Lewis
Title: Chairman Board of County CornmiRR; onerR
10. Purpose for which grant money is requested. (Indicate by checkmarks): Rule 62-716.620
a. Construction of waste tire processing facility:
b. Operation of waste tire processing facility:
c. Contract for waste tire facility service: L
d. Equipment for waste tire processing facility:
e. Removal of waste tires: ..x.
f. Contract for removal of waste tires: Jl
g. Research to facilitate waste tire recycling:
h. Establishing waste tire collection centers
i. Incentives for establishing private waste
tire collection centers:
j. Perform or contract for enforcement
activities: X
k. Purchase materials made from waste tires: Jl
II. This application is due by July 1 of each year.
12. E-MAIL Address:ronr@co.st-lucie.fl.us
I CERTIFY that I am familiar with the information contained in this application, and that to the best of my
knowledge and belief such information is true, complete and accurate. I further certify that I possess the authority
to apply for this grant on behalf of this county.
Date
Signature of Authorized Representative
Please return form to:
Department of Environmental Protection
Solid Waste Section *Mail Station # 4565* 2600 Blair Stone Road
Tallahassee, Florida 32399-2400
5/04-FY04-0S
Printed on recycled paper.
\wr
Department of
Environmental Protection
""'"
Jeb Bush
Governor
Twin Towers Office Building
2600 Blair Stone Road
Tallahassee. Florida 32399·2400
Colleen M. Castille
Secretary
TO: All Interested Parties
FROM: Bobby Adams, Operations and Management Consultant
Solid Waste Section
DATE: May 11,2004
SUBJECT: Waste Tire Grant Applications
An application for the Waste Tire Grant is enclosed for your review and response. The
recently concluded legislative session budgeted $2,639,999 for these grants to be used in
counties with populations larger than 100,000. There are 33 eligible counties based on
the Governor's population estimates. Grant awards are made on a per capita basis. The
uses of the grant will remain the same as in the current year.
APPLICATION DUE DATE:
July 1,2004
All grant applications must have an ori ginal signature of the county's authorized
representative. The completed application should be sent to:
Bobby Adams, MS 4565
Department of Environmental Protection
2600 Blair Stone Road
Tallahassee, FL 32399-2400
If you have any questions, please contact:
Bobby Adams (850) 245-8736 Bobbv.Adams@dcp.statc.n.us; or
Tony Partin (850) 245-8737 Tonv.Partin@dep.state.tl.us
Printed on recycled poper.
W
Memorandum
Florida De~tment of
Environmental Protection
INSTRUCTIONS FOR SOLID WASTE TIRE GRANT APPLlCA nON
1. Name of Applicant: Any State of Florida County with a total population greater than 100,000.
2. Address of County: Include both mailing address and street address, if applicable.
3. Federal Employer Identification Number: Nine-digit number assigned by the Internal Revenue Service,
(example 59-6000349). This number can be obtained from your accounting office.
4. Telephone Number of Applicant: Please include Area Code. Also include SUNCOM Number
if applicable.
5. List of Counties included in the Application: This section must be complete and accurate in order for us
to detennine the per-capita amount Please supply copy of the Inter-local Agreement if more than one
county is applying.
6. Contact Person: Person handling Solid Waste and Recycling Functions on a daily basis. Person who can
also answer questions about Reimbursement Request.
7. Address of Contact Person: Please include both mailing address and street address, if applicable.
8. Telephone Number of Contact Person: Please include Area Code. Also include SUNCOM Number
if applicable.
9. Name and Title of Authorized Representative: Person legally authorized to sign Grant Agreements
(usually the Chainnan of the Board of County Commissioners, Mayor, or City Manager UIÙess a
resolution has been passed to designate another person). Please provide a copy of the Resolution
designating authority to another individual with application.
10. Puroose for which grant money is reauested: Please check mark categories (a. - k.), you may check
more than one.
11. This Application is due bv July 1 of each year: SelfE"-'Planatory.
12. E-Mail Address: Please provide the contact person's current computer E-Mail address.
13. NOTE: Signature of Authorized Representative: Please provide an original signature, a stamp
will not be accepted.
5/04
..."
0C-
ITEM NO.
DATE: May 25, 2004
AGENDA REQUEST
REGULAR [ ]
PUBLIC HEARING [ ]
CONSENT [x]
TO: BOARD OF COUNTY COMMISSIONERS
SUBMITTED BY: ROAD & BRIDGE DIVISION (4108)
SUBJECT: Approval of Equipment Request EQ04-256 and Budget Amendment BA04-149 for the
purchase of a BIUT-800 Bus Interface Unit Tester for the Traffic Operations Unit in the
amount of $5,000.00.
BACKGROUND:
The attached equipment request E004-256 is for a BIUT-800 Interface Unit Tester to be
purchased. We have expanded our resources and will be able to utilize this equipment in the
field or shop to properly handle the maintenance, inspection and operation of the existing
closed loop traffic signal system. This Interface tester is necessary and will be an important
asset to our Traffic Signal Systems Analyst. We have received the authorized approval from
the FDOT to use the JPA Grant 101215 funds for this purchase. Funds are in the grant
reserve and will be transferred after approval of budget amendment BA04-149 included.
FUNDS Will BE MADE AVAilABLE: 101215-4109-564000-400 - JPA Grant - Machinery & Equipment
PREVIOUS ACTION: N/A
RECOMMENDATION:
Staff recommends that the Board approve E004-256, Budget Amendment BA04-149 for the
purchase of the BIUT-800 Bus Interface Unit Tester in the amount of $5,000.00 using
available funds from the JPA Grant 101215.
Approved 4-0 (Comm. Lewis Absent)
CE:
COMMISSION ACTION:
DC) APPROVED [ ] DENIED
[ ] OTHER
-
u las Anderson
County Administrator
[ x I County Attorney
Jr/
¥
(
[ X] Public Works Dept.
[X] Finance Dept.
Coordi nation/Signatures
[ X ] Mgt. & Budget (if rn tfJ~
[ ] County Engineer
[ X] Purchasing
øll
[ ] Other
(check for copy only, if applicable)
SignalTestEq.doc
;¡
'-'
v
..
BUDGET AMENDMENT REQUEST FORM
REQUESTING DEPARTMENT:
PREPARED DATE:
AGENDA DATE:
PW/Road & Bridge (Traffic Div)
5/7/04
5/25/04
TO:
1 01215-41 09-564000-400
$5,000
FROM: 101215-4109-599330-400
Pro'ect Reserves
$5,000
REASON FOR BUDGET AMENDMENT:
Control cabinet tester for Traffic Si nal Maintenance.
CONTINGENCY BALANCE:
THIS AMENDMENT:
REMAINING BALANCE:
N/A
N/A
N/A
DEPARTMENT APPROVAL:
OMB APPROVAL:
BUDGET AMENDMENT #:
DOCUMENT # & INPUT BY:
BA04·149
"
en
D:::
W-.:t
zo
00
_N
en-
enS
-0
:EN
:ED:::
O<c
OW
~ ~~
z <c g
::JO~
o en ~
" - >-
"",u.ns
U. ,y ::æ:
0.......
Ow
u.!;(
C 0
D::: I- «
<ceno
o W ffi
En ::J ~
~g
zD:::
::JI-
OZ
OW
w:E
-Q.
0-
::J::J
.JO
.w
I-
en
¡:..:
z
w
::æ: ..
....z
~Q
a.~
w~
00
.."
.....
c 0
o
:g....>, ä5
Q).E.oQ)E
a.(/) (/).01:::
:gocE:=ro
.- ._ Q) 3: a.
m ro :c (/) OQ)
U....O:::
c Q) .... ::I ro
roa.a.(/)'O
c 0 -;;:; Q) .-
Q) Q) ". .... ....
_.cc_.Q
.~ _ .º' ~ LL
ro3:(/)-.c
EQ)(/)Q):!:::
Q) .::; 13 .c 3:
£ ~ .¡: .... «
.~ '0 ~ -ci 9;
êiíæ.9CõQ)
~>,Q)-g£
ro'O(/)ro>'
C::lc(J)-.o
«in0 '0
(/) a. « .-
E.9~~~
"*~-i~~
~::IEQ):=
Q) ._ .c 3:
ro.o~::::(/)
&:='0 ~in
ëi5 ~ .~ E 8
U .- .... >, Q)
¡¡::öa.Q)(/)
.....(/):=.cro
~«- 3:-.c
.... ~u
Q)E'(¡)~:;
£ inca.
>,"* ,2 'Ë ~
.0 >,'0 ....
'0 (/) Q) Q) Ü·
Q)U(/)"Q)
~ :E 8. '0 a..
Q)roo'Oro
.0 l:; a. C .c
_ a. ro:!:::
=oQ)>,3:
3:o.c=....
-I-(/)Q)
(¡) '0 ro -
-Q)a)Q)~
~ (/) 0>'0-
L-.Qroc::l
.- U (/) ro 0
~0>::I >,'0
-,c--Q)
ã):¡:¡ro<'3-
_ (/) c._.~
.- 0> ::I ....
'g~ëñCTa.
::) Q) Q) .(/) -g
Q)££~ro
~.....Q)m~
tOUNO'
,2§æ(J)E§
c:¡:¡.cl-Q):¡:¡
-;;;~ä5~E-ê
::IQ)o_CO
m a. - 0>'- a.
o(/)c'O(/)
.!Q '0 >,:¡:¡ Q) C
.c c ro (/) ~ ro
I-ro3:,2(/)~
o
o
'=t
I
o
o
o
'=t
co
LO
I
0>
o
..-
'=t
I
LO
..-
N
..-
o
:it
....
Z
::)
o
o
~
co
LO
N
I
'=t
o
o
UJ
:it
a
w
0::
....
Z
w
::æ:
a.
::)
a
w
From:
To:
Date:
Subject:
<marilda .hoover@dot.state.fl.us>
"Gene Snedeker" <GENES@stlucieco.gov>
5/6/049:30AM
Re: Test Equipment
You can go ahead and purchase the signal testing equipment.
Marilda Hoover, CPM
District ATMS Operations Manager
Marilda. Hoover@dot.state.fl.us
954 (777-4367) SC 436-4367
~
...,.,
~
ITEM NO. (Q D
DATE: May 25, 2004
AGENDA REQUEST
REGULAR [ ]
PUBLIC HEARING [ ]
CONSENT [x]
TO:
BOARD OF COUNTY COMMISSIONERS
PRESENTED BY:
. Scott Herring, P.E.
Road & Bridge Manager
SUBJECT: Approval of revised Equipment Request EQ04-161 to purchase a new Crawler Loader with
Tracks as budgeted for $60,000.
SUBMITTED BY: ROAD & BRIDGE DIVISION (4108)
BACKGROUND:
Equipment Request EQ04-161 was approved in the 2003-04 budget for $60,000 to
purchase a Dewatering System for the Drainage Section of Road & Bridge. The Road and
Bridge Division has determined that this loader will benefit the department more than the
Dewatering System. The Crawler Loader will be used to excavate swales in areas that the
other equipment cannot work. This loader has multiple attachments that will make it more
versatile. It will have attachments for excavating and for leveling dirt and debris. In the
future, a Forestry Mower can be purchased to use with this loader and will aid the Road &
Bridge Crews in removing exotic vegetation along roadsides. This will help minimize the
need for spraying pepper trees and should eliminate Citizen complaints in this area.
FUNDS Will BE MADE AVAilABLE: 101-4108-564000-400 - Capital Equipment and Machinery
PREVIOUS ACTION: N/A
RECOMMENDATION:
Staff recommends approval to change equipment request EQ04-161 to a Crawler Loader
with Tracks at the same budgeted amount of $60,000 and to allow staff to advertise for bid
this equipment item.
COMMISSION ACTION:
r X APPROVED [ ] DENIED
t .] OTHER
E:
.J
Approved 4-0 (Comm. Lewis Absent)
Do I sAnderson
County Administrator
[ X] County Attorney
[ X] Public Works Dept.
ß
>t~~
(
Coordi nation/Signatures
[X] Mgt. & BUdget~~
[ ] County Engineer
[ X] Purchasing
'7
4--
[ ] Other
[X] Finance Dept.
(check for copy only, if applicable)
....,.
tn
0::
W"II:t
zo
00
_N
tne:,
tno
-0
:EN
:Eo::
0«
OW
)-)-
I-..J
z«
::»0
O~
OLL
LLO::
00
eLL
0::1-
«tn
OW
m::»
)-0
I-W
zO::
::»1-
OZ
OW
W:E
_D..
0-
::»::»
..JO
.W
I-
tn
"""
en
¡ß == ~ c: .!;; êií
..r:. ~ ~ en .Q en Q) 0
roC:=ro~roë £U
o .- ~ 0 -Q) '-ro ... Q) ro
... .- ~ ;; LL OJ - :J en ë
.E .~ ... en ro Q) 0. 0 ro Q)
êiío.{gë _>E~~...
Q):J Q) ro Q)E ~ .~ 8 m g §
o :J - c: .-
g.g>....J..r:."5~æQ)o.Q)
0::: .¡: ... u..... Q) N ..0 Ci) iõ
a:I~.æ Q) OJ:;:;"tJ..r:. en
ë"tJ~ro£c:ë3"S="tJ
Q) c: ~ Q) c: '> Q) ~ '§ c:
Eroo--o-> ro
o."tJ Q):2- . E ¡g >-(¡) en
'S ro ..r:. "S .!!2 Q) .- Q) "tJ Q)
0-01- ......E..r:.roQ)
wO::: E..o c:=:: 0.Þ
. Q) .- Q) .- -
"tJQ)Een"tJen Q)en(¡)
Q» I-..r:. Q) .,¡g "tJ ~:!2 Q) :.ë: 0.
- C:Q):Jen-o.
e .~(¡)ro"'ooQ)Q)
o.ECI)"tJtO~-eno.
0. Q) ro .- Q) en ro Q)
ro - g> 0"tJ OJ"tJ Q) 13 >
c: ~.- - OJ"tJ c: 5 ... 0
ro en (¡) .!!2 c: .¡: ro - :J E
OJOJro..r:.~a:I en ~a.. ~
c:c:;>I->"tJQ)..... .
.- :;:; > . Q) c: ~ en en en
:6ã5~~~ro:::Jc:~
ëi. .~ 0 0 "tJ Q) .Q .Q ~
Q)"tJ Q) ~"'" ro o.(¡j15o
...c:..r:. "tJOo. Q)
enro-õC:O:::Q»CI)Q)
.- ~ æ c: ro Q) 0. ~ Q) g
~ c:..r:. c: OJ..r:. OJ- U ro
U .- ..... ro c: - c: ..... c: c:
ro 0 Q) U :;:; "tJ '>, en ro Q)
...a.......... ro'ro- ro Q) c:.....
I-_oc:> "'-Q)C:
- E Q) ro = 0. 0 ..... .-
..r:. Q) E U .- en - c: ro
~~..... o.X ~ ...êiíëti~
~ - æ .- Q) "tJ 0 .!:: """ Q)
L...'- =SL....c::'+-,+-"'::::.c
Q)Q)Eo-°ro"tJ_"tJ_
"tJ"tJtQ)........Q)c:c:o.
ro~ro...~Q)Q)Q)roCi)
0I o.~ c:"tJ c: E Q)..r:.
....J Q)-Q)roQ)o.OJ
... = "tJ 0 E .Q ..r:. 'S ro rñ
~CDQ)Q)..r:. -O-C:~
~ -..r:...r:. U .!!2 Q) Q) .- Q)
roo.--ro..r:.N ro...
... E ¡¡:: ro := ~ 'Ë õ ð 0
o :J Q) ..r:. ro ~ .- Q) Q) c:
;>o.C:-Q);>C:o. 0
> Q) Q) en > > ·E- >- £ :;:;
Q)..r:...ororoQ) - U
c:__ Q)..r:. en o.en£:J
ro OJ '§; (¡j = :J Ci) :.ë: 0 .Þ
... c: > 'S: 0 ..r:. - ..0 en
0'6"'C:>- "tJ"'C:
..... Q) .- - = Q) 0 0
- ~ "tJ en - "tJ 'S: _ "'" 0
en U ro Q) . Q) > c: en
~ .!;; .Q ro ~ ¡ß .!!2 ~ E ~
0- -en~:;:;..r:...r:.Q)ro_
Q) E:.ë: en m ~I- > 0>.....
O:::Q)_Q)"':J .rooo
-êií.....roQ)o.en..r:....c:
æ >-.,¡g > > Q) .{g Q) o..Q
E CI) - ro Q) ..0 .- > Q) 15
u'" en>u:J
0. OJ"tJ X 0 c: "tJ c:
.- .!;; Q) Q) E ro ro . ro "tJo
:J ... c: U 0 ro c: ...
0- 2 'Ë .8 ~ ... ... ~ 2 0.
wro..."tJQ)~OJroc:~
en ;> Q) ~ > c: .-...
:.ë: ~ ã5 ~ ro 0 0 .!!2 ro 0
l-o"tJ:JE~ro£E~
o
o
""
I
o
o
o
""
CD
LO
I
00
o
..-
""
I
..-
o
:it
I-
Z
::::)
o
o
~
..-
CD
..-
I
""
o
a
w
:it
a
w
0::
I-
Z
W
::æ:
e:
::::)
a
w
'"
"At'
'-'
~
ITEM NO. C-6~
DATE: May 25, 2004
AGENDA REQUEST
REGULAR [ ]
PUBLIC HEARING [ ]
CONSENT [x]
TO:
BOARD OF COUNTY COMMISSIONERS
PRESENTED BY:
SUBMITTED BY (DEPT.): ENGINEERING DIVISION (4115)
Michael V. Powley, P.E.
County Engineer
SUBJECT:
Approve Change Order No.1 in the amount of $2,779 for the Picos Road Paving & Drainage from Rock Road to King's
Highway project.
BACKGROUND:
The Picos Road Paving & Drainage from Rock Road to King's Highway project was advertised for bid on July 27, 2003.
The bids were opened on August 27,2003. On October 7, 2003 the project was awarded to Sheltra & Son Construction,
Inc. for $672,564.70. After construction began, the North St. Lucie River Water Control District requested access from
Picos Road for canal maintenance. This additional item will not require any additional days to the contract and no
additional change orders will be needed to close out the project.
FUNDS AVAILABLE:
Funds will be made available in Transportation Trust/Constitutional Gas Tax in account 101002-4112-563000-41010.
PREVIOUS ACTION:
May 6, 2003- Board approved request to reject bids and to revise the plans and bid documents in order to reduce the project
cost.
October 7,2003 - Board approved award of the project to Sheltra & Son Construction, Inc. in the amount of $672, 564.70.
RECOMMENDATION:
Staff recommends the Board approve and authorize the Chairman to sign Change Order No. 1 in the amount of $2,779 for
the Picos Road Paving & Drainage from Rock Road to King's Highway project.
COMMISSION ACTION:
þ( APPROVED [ ] DENIED
[ ] OTHER
Approved 4-0 (Comm. Lewis Absent)
[x] County Attorney
[x] Originating Dept. Public Works
[x] Finance 'Y\d ~
(Check for copy only, if Ie)
[x] Mgt. & Budget
[x] Fiscal Coor.
óug s nderson
COU ty Administrator
uLJ 1IJrrt:y [x] Proj. Man. mc..\.\
~A tf [ ] Env. Res. Div.
,
~
-
~
~
J:
C)
-
J:
~
C)
z
~
o
t-
o
C
0::
~
o
o
0::
-
w
C)
«
z
<
0::
C
oð
C)
Z
~
a.
C
«
o
0::_
en =It
00::
o~
a. 0::
o
w
C)
tZ
Q)«
'0' J:
a:o
'-'
"'-"
0
0 0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 LO "'< 0 0 0 0 0 0 "- 0 0 0 0 0 0 LO LO 0 0 0 0 0 0 0 0;
~ GI c:> c:> 0 c:> 0 <D LO 0 ~ 0 c:> LO M ~ cO 0 c:> 0 0 .0 N 0 0 to ~ c:> "-
c:> .0 -.i .... -.i c:> <D c:> c:> 0 LO
U CO CO 0 -.i LO 0 .0 LO LO M -.i 0 IÓ c:> "- -.i -.i c:> -.i 0 LO "-
.¡: q <D. ..,. LO, "- <D a> "1 LO CO N C\!. N 0 <D M ~ "- C\!. "- LO ..,. N 0 0 <D LO C\!. Ñ
l- II. LO LO N LO CO M M Ñ M "- .... a> to LO a> V M "? "- <D ~
.... .... "? .... "? "? ~ M "? "? .... "? ~ .... ~ .... ~ ~ ai ~ "? "? ~ ~ ~ ....
"? "? "? ~ "? "? "? "? ~ ~ ~ ~
'<t
0
- 0
0) 0 0 0 0 0 0
N 0 0 0 0 0 0 0 0 0 0 0 0
- ;I:: fJ 0 0 0 LO 0 0 LO ~ 0 ~ 0 0 0 0 0 0 ~ 0 0 0 0 0 LO 0 0 LO 0 0 ~ c:>
c:> 0 ~ .0 .... "- c:> c:> 0 0 c:> 0 c:> IC,) N .0 N to LO
M C 'i: c:> N .0 0 "- N .0 0; c:> LO M cO N c:> -.i M c:> 0 LO
:;:) 0 cO .... .... 0 0 N 0 LO .... N LO C\!. Iii
(¡j II. <D ~ .... ~ .... ~ ~ "- N N M <D CO ~ M .... ~ <D ~ CO ~ ~ N to ~ ~ ~ <D
<fl <fl ~ <fl <fl <fl <fl <fl <fl ~ <fl ~ <fl ~ <fl <fl ~ .... õ
- <fl
(1 I-
0
() ~ 0 0 0 0 0 a> 0
Qj 0 0 0 0 0 0 0 0 0 0 0 0
t: c "'< 0 0 c:> 0 0 V V "- 0 0 0 0 0 i': 0 0 0 0 0 r-: 0 0 0 0 0 0 0 0
i5. c:> 0 IÓ M i': N N 0 ~ M 0; .... 0 0 N ~ M 0 0 0 IÓ 0; ~ ~
ca .... -.i 0 of 0 "f' 9 0; cO cO N .... "f' of
E w ::I .... C\!. N 0 V ~ N N N .... M cO V .... ....
, "? .... LO .... .... ~ .... V "- LO M ....
a ~ , .... N , ....
0 .... , .... , , cD
Ü ,
J! f!! « LL LL US >- >- z >- U. LL « >- u. >- u. u. u. US u. (/) >- >- (/) (/) « u. u. (/) (/)
'2 u l.U -' -' (/) (/) I- Ü -' -' l.U Ü -' (/) -' -' -' -' -' (/) (/) « « l.U -' -' -' -'
:;:) «
CD
'"
'"
'"
8
Q¡
J:>
E
« ~
ñi
. c: 'i'
0 .2
tj Qj
f!! è
.'. 9 u
ã) ã) '" ä3 ~
iõ G:' >-
. C) õ '" íñ 1ií Q¡ ;¡. '"
C) ~ ã.
0. '" '" (/) c Qj .~ 0 ~ c:
::J ::J ::J 0. c c: = c.. ~ 0 ëii
0 ~ '" '" ëo Ë > '" 'E c '" S E '"
cD 'C: c.. 0. ã) N c ::¡¡ Q¡ -e cc
Q¡ ~ <D <D .... 0 '" ~ ã) .... Õ> ~
°E c .... .... c: <.i >; ë ::J 'U .E ~ c: ë .r:. ::J .c
c: '" <.i <.i c '" ~ 1ií ü5 I- Ü u
~ '" ,2 '" c: '" c.. c.. 0 c: ÍD ~ cc E 1ií c êií
~ cc ~ tj 0 ::J E :2
êií ~ 0 ~ ::¡¡ ü ~ 1ií C) ~ :!2 1ií Ü
Ü 'U 0. c ÍD Cù 0 c
U5 ~ c: ~ Ü ü « c .>< '" 0 'x '" « ::J c.. .s! > 'õ 'õ 'x .s
c (/) Q¡ ~ .... :ë «
.... :is c ,¿ <.i 0 .c l.U '" ~ '" (/) (/) l.U
0 :s u. :is '" ëo ëo 'U .>< ::: ~ ~ « c c '" Ql c B c.. - c
~ '" '" 0. c: .... .... c: u c Õ 0. ~ Õ> 0. 0. 0 i=
>- cc '" 0 0 ::I -5 êií 0 '¡:: '¡::
'" I- ü5 U5 « ü l.U c:: '" 'U ñi ~ c: Qj c U5 U5 ñi
~I ñi '3 '3 ü5 .~ "f§ '" C) C) ü5 > oð
0> J: 0> >< 'U c: ~ tj
'U cc (/) - ü ü 1ií oð > B c: c: >
c: ,!: 0 c: f!! 'E 'E 0 « ~ ~ u u 0 c
'§ 'U êií c ,g c .2 c '" .!!! -e <.i 'õ 'õ c IE IE E
0 c .>< '" c c .s! c: '" '" E 'U c: c: 'U 'U c: c: c;: E
0 ñi 0 '" '¡¡¡ 0. Õ. 0. '" 0. 0. ñi ::J 0 ::J ::J c c: c c 0 0 0> C) &! '" '" c ::J
U5 >- >- ü ~ ü5 ü5 ¡:: ¡::
(¡j ::¡¡ cc ¡;: ::¡¡ I- 0 I- ä: ä: cc ü ü '" '" c:: l.U LL U. (/) (/) c:: ¡;:
,!; LO LO
LO ~
.... LO N N N 0 LO « .... .... <D
¿, .... M .... <D .... 0 0 M .... .... ~ M N .... .... "'i ¿, N M N
ro "'i <D 0 ~ N ..¡. N N .;, , LO , J:, .;, « cc
" E .... .... ...:. ¿, "- , ..¡. "- , N J:, .... "- .... "- .... .... J:, .;,
e V .... ..¡. ..¡. ¿, .... .... N co M .... J:, J:, co ¿, .;, .;, "'i "'i 'í' a> a>
~ ãi -ª 0 ..¡. <D .;, M ¿, N .... a> ¿, N M J:, ¿, 0 0 N a> a>
0 0 ¿, V M M LO "- "- 0 ¿, .... a> a>
.... 0 .... .... co M 0 ¿, ¿, V N LO LO LO LO 0 "-
.... .... .... N LO M LO LO LO LO 0 t:
.... V M M M LO LO "- "- ....
V V v "-
e
o
~
2("')
1ijo
cO
ON
ü2
eN
0.....
rJ')
oð Qj
-
~ ro
_0
W-o
..c Q)
rJ')Q)
u
o
...a:~
o
0.9
~ Q)
ë'~ 'c
oõ-o
üZ<{
-----
ð
'"
~
~
-....I
CHANGE ORDER
ST. LUCIE COUNTY
PROJECT: Picos Rd. Paving & Drainage (Rock Rd. to King's Hwy.)
(name, address)
CHANGE ORDER NUMBER: 1 & Final
INITIATION DATE: 5/11/04
TO (Contractor):
CONSULTANT'S PROJECT NO.: NIA
ST. LUCIE COUNTY
CONTRACT NO: C03-10-637
Sheltra & Son Construction Co., Inc.
POBox 336
Indiantown, FL 34956
CONTRACT DATE: 10/7/03
You are directed to make the following changes in this Contract:
(Additional sheet attached as Exhibit A - Yes)
SEE ATTACHED EXHIBIT A
The original (Contract Sum) was .............................................................. ........................ ........................................ $672,564.70
Net change by previous authorized Change orders .............................................................................................................$ - 0-
The (Contract Sum) prior to this Change Order was ................................................................................................ $672,564.70
The (Contract Sum) will be increased
by this Change Order ........ ............................................... ............................................................................................. $2,779.00
The new (Contract Sum) including this Change Order will be ................................................................................. $675,343.70
The Contract Time will be changed or unchanged by .................................................................................................( 0 ) Days
The Date of Substantial Completion as of the date of this Change Order therefore is: 3/29/04
Funds Available:
Account Number
101002-4112-563000-41010
The adjustment in Contract Price and/or Contract Time stated in this Change Order shall comprise the total price and/or time adjustment due or owed
the Contractor for the work or changes defined in this Change Order. By executing this Change Order, the Contractor acknowledges and agrees that
the stipulated price and/or time adjustments include the costs and delays for all work contained in the Change Order, including costs and delays
associated with the interruption of schedules, extended overheads, delay, and cumulative impacts or ripple effect on all other non-affected work
under this Contract. Signing of the Change Order constitutes full and mutual accord and satisfaction for the adjustment in contract price or time as a
result of increases or decreases in costs and time of performance caused directly and indirectly from the Change Order, subject to the current scope
of the entire work as set forth in the Contract Documents. Acceptance of this waiver constitutes an agreement between the County and Contractor
that the Change Order represents an equitable adjustment to the Contract, and that Contractor will waive all rights to file a claim on this Change
Order after it is properly executed. All work performed under this Change Order shall be performed in accordance with the contract specifications.
5/11/04
Date
FL 34982
Agreed To:
Authorized:
St. Lucie County: 2300 Virginia Ave., Ft. Pierce, FL 34982
Sheltra & Son Construction Co.. Inc.
Contractor
By:
Date
Approved as to Form and Correctness
By:
County Attorney
'''\ __ 11
'-
"""
ITEM NO, 6F
DA TE: May 25, 2004
AGENDA REQUEST
REGULAR [ ]
PUBLIC HEARING [ ]
CONSENT [x]
TO: BOARD OF COUNTY COMMISSIONERS
PRESENTED BY:
~cott Herring, P.E.
Road & Bridge Manager
SUBMITTED BY: PUBLIC WORKS DEPT -ROAD & BRIDGE DIVISION
SUBJECT: Approval of Joint Participation Agreement between the Florida Department of Transportation
(FOOT) and St. Lucie County for streetlight on US 1 ( SR 5) from North of SR A-1-A to South of SR
713 (King's Highway).
BACKGROUND:
Historically, when FOOT has done projects in St. Lucie County that have included street lighting, the
street lighting has been constructed as part of the project. The problem that this has presented to the
County is that then the County would have to pay for the maintenance of the streetlights as well as the
electric charges, This JPA will allow for the County to have these streetlights installed on this section
of US 1 by the Utility provider. When the streetlights are installed by the utility provider, the
maintenance costs are included in the electric charges, This reduces the maintenance charges to the
County and does not require the County to have a separate maintenance contract on these
streetl ig hts.
FUNDS AVAILABLE: N/A
PREVIOUS ACTION: N/A
RECOMMENDATION:
Staff recommends that the Board approve Resolution No. 04-156 authorizing the Chair to execute
the Joint Project Agreement as approved by the County Attorney.
COMMISSION ACTION:
DØ APPROVED [] DENIED
[ ] OTHER
Approved 4-0 (Comm. Lewis Absent)
tÄ'
D glas Anderson
County Administrator
[x] County Attorney
~'
...
NJ!p
Coordination Signatures
[x] Mgt. & Budget f,tt) Vf\ffi~
[x] County Engineer
I ] Project. Manager
[x] Public Works Dept.~
[xl Fiscal Coordinator f>At1
[ ] Purchasing Dept.
Street Lights-US1.doc
,-.
'-'
RESOLUTION NO. 04·156
A RESOLUTION AUTHORIZING AND APPROVING
EXECUTION OF THE STATE OF FLORIDA DEPARTMENT
OF TRANSPORTATION AND ST. LUCIE COUNTY JOINT
PROJECT AGREEMENT TO UNDERTAKE THE INSTALLATION
OF LIGHTING ON THE STATE HIGHWAY SYSTEM BY THE
ST. LUCIE COUNTY BOARD OF COUNTY COMMISSIONERS;
AND AUTHORIZING THE CHAIRMAN OF THE ST. LUCIE
COUNTY BOARD OF COUNTY COMMISSIONERS TO
EXECUTE THE AGREEMENT; FURTHER AUTHORIZING
THE COUNTY ATTORNEY TO EXECUTE THE AGREEMENT
BY APPROVING IT AS TO FORM AND CORRECTNESS.
WHEREAS, the Board of County Commissioners of St. Lucie County, Florida, has made
the following determinations,
1. The Department, FOOT, and the County, the Maintaining Agency, are desirous of
having the County install street lighting for FM# 403594-1-58-0 located on the State Highway System.
2. This Board should authorize and approve execution of the Joint Project Agreement
for FM# 403594-1-58-0 for installation of the lighting described within the Joint Project Agreement for
FM# 403594-1-58-0.
NOW, THEREFORE, BE IT RESOLVED by the Board of County of St. Lucie County
Commissioners of St. Lucie County:
1. This Board does hereby authorize and approve execution of the Joint Project
Agreement for FM# 403594-1-58-0.
2. The Chairman of the Board of County Commissioners and the Clerk are hereby
authorized to execute the Joint Project Agreement for FM# 403594-1-58-0 approved by this resolution;
and further, the County Attorney is hereby authorized to execute the agreement by approving it as
to form and correctness.
'-
....J
After a motion and second the vote on this resolution was as follows:
Chair Paula Lewis
Vice Chair John D. Bruhn
Commissioner Cliff Barnes
Commissioner Doug Coward
Commissioner Frannie Hutchinson
PASSED AND DULY ADOPTED this 25th day of May, 2004.
ATTEST:
BOARD OF COUNTY COMMISSIONERS
ST. LUCIE COUNTY, FLORIDA
BY:
DEPUTY CLERK
CHAIRMAN
APPROVED AS TO FORM AND
CORRECTNESS:
COUNTY ATTORNEY
Res04-156StLightUS1.doc
'-
~
Florida Department of Transportation
PROFESSIONAL AND OTHER CONTRACTUAL SERVICES - DISTRICT IV
3400 W. Commercial Boulevard, Ft. Lauderdale, Florida 33309-3421
Telephone: (954) 777-4603/fax (954) 777-4602
,.."
JEB BUSH
GOVERNOR
JOSE ABREU
SECRETARY
April 27, 2004
Mr. Scott Herring, P.E.
S1. Lucie County
2300 Viriginia Avenue,
2nd Floor Annex, Room #229
F1. Pierce, Florida 34982-5652
RE: Joint Participation Agreement
Financial Management (FM) # 403594-1-58-01
Dear Mr. Herring:
I am enclosing five (5) copies of the Joint Participation Agreement (JPA's) for the above
referenced project.
Please DO NOT fill in the date of the contract. The date of the contract shall be completed by our
staff upon execution by the Department of Transportation's Director of Transport Support. A fully
executed copy will then be forwarded to you for your files.
In addition to returning the five signed original agreements, please forward:
· Two (2) original and three (3) certified copies of the Commission resolution that
authorizes the execution of the JPA.
If it is not possible to obtain the resolutions, please forward:
· Five (5) certified copies of the minutes of the Commission meeting at which this
agreement was approved for execution.
Should you have any questions, please contact me at 954-777-2285.
Sincerely,
(~.*~
\,~) r
Leos A. Kennedy, Jr.
Professional Services Unit
/,
'---+-~)
\
C~h.
Enclosure:
Copy:
JPA Agreement
Candace Scott- FOOT Pr~tvt\?1Q~.fl.us
File
@ RECYCLED PAPER
'-
""""
FM No: 403594-1-58.01
FEID No: VF-596-000.338
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
JOINT PARTICIPATION AGREEMENT
THIS AGREEMENT, entered into this day of 200_, by and between the State of
Florida Department of Transportation hereinafter called the DEPARTMENT, and ST. LUCIE COUNTY,
located at 2300 Virginia Avenue, 2nd Floor Annex, Room # 229, Ft. Pierce, Florida 34984-5652,
hereinafter called the PARTICIPANT.
WITNESSETH
WHEREAS, the DEPARTMENT and the PARTICIPANT are desirous of having the PARTICIPANT make
certain improvements in connection with Financial Management (FM) Number 403594-1-58-01 for Roadway
Illumination on SR-5/US-1 from N. of SR-A1A to South of SR-713 in ST. LUCIE COUNTY, Florida. Refer
to Exhibit "A" of this Agreement for a detailed Scope of Services; and,
WHEREAS, the improvements are in the interest of both the PARTICIPANT and the DEPARTMENT and it
would be more practical, expeditious, and economical for the PARTICIPANT to perform such activities; and,
WHEREAS, the PARTICIPANT by Resolution No. adopted on ,200_, a copy of
which is attached hereto and made a part hereof, authorizes the proper officials to enter into this
AGREEMENT.
NOW, THEREFORE, in consideration of the mutual benefits to be derived from joint participation on the
PROJECT, the parties agree to the following:
1. The recitals set forth above are true and correct and are deemed incorporated herein.
2. The PARTICIPANT shall be responsible for assuring that the Project complies with all
applicable Federal, State and Local laws, rules, regulations, guidelines and standards.
3. The DEPARTMENT agrees to make all previous studies, maps, drawings, surveys and other
data and information pertaining to the Project available to the PARTICIPANT at no extra cost.
4. The PARTICIPANT shall have the sole responsibility for resolving claims and requests for
additional work for the Project. The PARTICIPANT will make best efforts to obtain the
DEPARTMENT input in its decisions.
5. The DEPARTMENT agrees to pay the PARTICIPANT for the services described in ExhibitA of
this AGREEMENT. The total DEPARTMENT participation towards this project is estimated to
be FOUR HUNDRED FIVE THOUSAND EIGHT HUNDRED TWENTY ONE DOLLARS AND
FOURTEEN CENTS ($405,821.14). The PARTICIPANT will be paid an amount not to exceed
FOUR HUNDRED FIVE THOUSAND EIGHT HUNDRED TWENTY ONE DOLLARS AND
FOURTEEN CENTS ($405,821.14), to be made in monthly payments, over a 24-month period,
based on the percentage of completion for actual cost incurred. If the actual cost of the project
1 of 5
\.,J '-'
exceeds the original estimate of FOUR HUNDRED FIVE THOUSAND EIGHT HUNDRED
TWENTY ONE DOLLARS AND FOURTEEN CENTS ($405,821.14), the cost overrun shall be
the sole responsibility of the PARTICIPANT.
a. The PARTICIPANT will receive progress payments for services based on the percentage
of services that have been completed and accepted in writing by the DEPARTMENT during
the monthly billing period.
6. In the event it becomes necessary for the DEPARTMENT to institute suit for the enforcement
of the provisions of this AGREEMENT, the PARTICIPANT shall pay the DEPARTMENT'S
reasonable attorney fees and court costs if the DEPARTMENT prevails.
7. Should the DEPARTMENT and the PARTICIPANT decide to proceed with subsequent phases
of the Project, the AGREEMENT may be amended to identify the respective responsibilities
and the financial arrangements between the parties.
8. This AGREEMENT and any interest herein shall not be assigned, transferred or otherwise
encumbered by the PARTICIPANT under any circumstances without the prior written consent
of the DEPARTMENT. However, this AGREEMENT shall run to the DEPARTMENT and its
successors.
9. Except as otherwise set forth herein, this AGREEMENT shall continue in effect and be binding
to both the PARTICIPANT and the DEPARTMENT until the Project is completed as evidenced
by the written acceptance of the DEPARTMENT or July 30, 2006, whichever occurs first.
10. Payment shall be made only after receipt and approval of goods and services unless advance
payments are authorized by the Department of Financial Services under Section 215.422(14),
Florida Statutes, or by the Department's Comptroller under Section 334.044(29), Florida
Statutes.
11. If this AGREEMENT involves units of deliverables, then such units must be received and
accepted in writing by the Project Manager prior to payments. The DEPARTMENT will render a
decision on the acceptability of services within 10 working days of receipt of a progress report.
The DEPARTMENT reserves the right to withhold payments for work not completed, or work
completed unsatisfactorily, or work that is deemed inadequate or untimely by the
DEPARTMENT. Any payment withheld will be released and paid to the PARTICIPANT
promptly when work is subsequently performed.
12. Bills for fees or other compensation for services or expenses shall be submitted in detail
sufficient for a proper preaudit and postaudit thereof.
13. PARTICIPANTS providing goods and services to the DEPARTMENT should be aware of the
following time frames. Upon receipt, the DEPARTMENT has (10) ten working days to inspect
and approve the goods and services. The DEPARTMENT has 20 days to deliver a request for
payment (voucher) to the Department of Financial Services. The 20 days are measured from
the latter of the date the invoice is received or the goods or services are received, inspected
and approved.
20[5
\w
'wi
14. If a payment is not available within 40 days, a separate interest penalty at a rate as
established pursuant to Section 55.03(1), Florida Statutes, will be due and payable, in addition
to the invoice amount, to the PARTICIPANT. Interest penalties of less than one (1) dollar will
not be enforced unless the PARTICIPANT requests payment. Invoices that have to be returned
to a PARTICIPANT because of PARTICIPANT preparation errors will result in a delay in the
payment. The invoice payment requirements do not start until a properly completed invoice is
provided to the DEPARTMENT.
15. A Vendor Ombudsman has been established within the Department of Financial Services. The
duties of this individual include acting as an advocate for contractors/vendors who may be
experiencing problems in obtaining timely payment(s) from a state agency. The Vendor
Ombudsman may be contacted at (850) 410-9724 or by calling the Department of Financial
Services's Hotline, 1-800-848-3792.
16. Records of costs incurred under the terms of this AGREEMENT shall be maintained and made
available upon request to the DEPARTMENT at all times during the period of this
AGREEMENT and for three years after final payment is made. Copies of these documents and
records shall be furnished to the DEPARTMENT upon request. Records of costs incurred
includes the PARTICIPANT'S general accounting records and the project records, together
with supporting documents and records, of the contractor and all subcontractors performing
work on the project, and all other records of the Contractor and subcontractors considered
necessary by the DEPARTMENT for a proper audit of costs.
17. In the event this contract is for services in excess of TWENTY FIVE THOUSAND DOLLARS
($25,000.00) and a term for a period of more than one year, the provisions of Section
339.135(6)(a), Florida Statutes, are hereby incorporated:
"The Department, during any fiscal year, shall not expend money, incur any liability, or
enter into any contract which, by its terms, involves the expenditure of money in excess of
the amounts budgeted as available for expenditure during such fiscal year. Any contract,
verbal or written, made in violation of this subsection is null and void, and no money may
be paid on such contract. The Department shall require a statement from the Comptroller
of the Department that such funds are available prior to entering into any such contract or
other binding commitment offunds. Nothing herein contained shall prevent the making of
contracts for periods exceeding one year, but any contract so made shall be executory
only for the value of the services to be rendered or agreed to be paid for in succeeding
fiscal years; and this paragraph shall be incorporated verbatim in all contracts of the
Department which are for an amount in excess of TWENTY FIVE THOUSAND DOLLARS
($25,000.00) and which have a term for a period of more than one year."
18. The DEPARTMENT'S obligation to pay is contingent upon an annual appropriation by the
Florida Legislature.
19. The PARTICIPANT warrants that it has not employed or obtained any company or person,
other than bona fide employees of the PARTICIPANT, to solicit or secure this AGREEMENT,
and it has not paid or agreed to pay any company, corporation, individual or firm, other than a
bona fide employee employed by the PARTICIPANT. For breach or violation of this provision,
the DEPARTMENT shall have the right to terminate the AGREEMENT without liability.
30f5
\.,
...",¡
20. To the extent allowed by the Laws of Florida, the PARTICIPANT hereby agrees to indemnify,
defend, save, and hold harmless the DEPARTMENT from all claims, demands liabilities, and
suits of any nature arising out of, because of or due to any intentional and/or negligent act or
occurrence, omission, or commission of the PARTICIPANT, its agents, contractors,
subcontractors, consultants, and/or employees, arising out of this contract or the work which is
the subject hereof. It is specifically understood and agreed that this indemnification clause
does not cover or indemnify the DEPARTMENT for its own negligence.
21. This AGREEMENT is governed by and construed in accordance with the laws of the State of
Florida.
22. This document incorporates and includes all prior negotiations, correspondence,
conversations, agreements, or understandings applicable to the matters contained herein, and
the parties agree that there are no commitments, agreements or understandings concerning
the subject matter of this agreement that are not contained in this document. Accordingly, it is
agreed that no deviation from the terms hereof shall be predicated upon any prior
representation or agreements whether oral or written. It is further agreed that no modification,
amendment, or alteration in the terms and conditions contained herein shall be effective unless
contained in a written document executed with the same formality and of equal dignity
herewith.
23. Any or all notices (except invoices) given or required under this AGREEMENT shall be in
writing and either personally delivered with receipt acknowledged or sent by certified mail,
return receipt requested. All notices delivered shall be sent to the following addresses:
If to the DEPARTMENT:
Florida Department of Transportation - District Four
3400 West Commercial Blvd.
Fort Lauderdale, Florida 33309-3421
Attn: Leos A. Kennedy, Jr.
With a copy to: Candace Scott
A second copy to: District General Counsel
If to the PARTICIPANT:
St. Lucie County
2300 Virginia Avenue
2nd Floor Annex, Room #229
Ft. Pierce, Florida 34982-5652
Attn: Scott Herring, P.E.
With a copy to: Attorney
***
[ THIS SPACE INTENTIONALLY LEFT BLANK]
40f5
'-'
-..I
IN WITNESS WHEREOF, this Agreement is to be executed by the parties below for the purposes specified
herein. [If Local Government: Authorization has been given to enter into and execute this Agreement by
Resolution No. , hereto attached.]
ST. LUCIE COUNTY
BY:
NAME:
TITLE:
ATTEST:
COUNTY CLERK
(SEAL)
APPROVED:
BY:
COUNTY ATTORNEY
STATE OF FLORIDA
DEPARTMENT OF TRANSPORTATION
BY:
ROSIEL YN QUIROZ
DIRECTOR OF TRANSPORTATION SUPPORT
APPROVED: (AS TO FORM)
BY:
DISTRICT GENERAL COUNSEL
APPROVED:
BY:
PROFESSIONAL SERVICES ADMINISTRATOR
50[5
--
--.
\-.
...."
EXHIBIT "A"
SCOPE OF WORK
This project involves milling and resurfacing and miscellaneous improvements along US-
l/SR-5 in St. Lucie County. The length the project is 5.78 miles and it extends from
400feet north of the SR-AIA/ North Causeway intersection with US-l/SR-5 to North of
Kings Highway.
1. The PARTICIPANT shall construct roadway lighting according to FDOT proposed
Lighting Plans, prepared using the FDOT governing standards and specifications at
the following intersections:
a. St. Lucie Boulevard
b. SR-615
c. Indrio Road
d. Kings Highway
2. The P ARTICIP ANT shall assure the delivery and certification of a completed
project.
3. Construction of the lighting project shall begin after the construction of the
Roadway Project.
"-
....,'
AGENDA REQUEST
ITEM NO. 7-A
DATE: May 25, 2004
CONSENT [X]
REGULAR
PUBLIC HEARING
Leg.
Quasi-JD.
TO: Board of County Commissioners
SUBMITTED BY (DEPT): Grants
PRESENTED BY:
Bill Hoeffner
Grants Writer
SUBJECT:
Authorize the Cultural Affairs Council Director to sign the grant
application for the Historical Resources Grant: Special Category
Grant Program from the Florida Division of Historical Resources and
to accept the grant if approved for funding.
BACKGROUND:
Funding of not more than $350,000 from this grant, with a $50,000
match required, will provide the Cultural Affairs Council with
funds to secure consultation and design services regarding the
converting of the old Fort pierce Post Office into a history and
humanities museum. The City of Fort pierce currently owns the
building. Initial conversations have been conducted with the City
and City commissioners have expressed support for the project.
The Center would include a display area but would also serve as a
venue for cultural productions and events such as readings,
lectures, or small plays.
FUNDS AVAIL.:
Funds for the required match of $50,000 will be available in FY04-
05 in the Cultural Affairs budget (#001-7310-563005-700). In-kind
services can also be used as match. It should be noted that
preference will be to applications with a higher ratio of match.
Therefore, the match may exceed $50,000, but will not exceed the
amount budgeted for this project in Fund 001-7310-563005-700.
PREVIOUS ACTION:
The Board of County Commissioners approved the application for this
same grant on May 27,2003. That grant application was not approved
for funding.
RECOMMENDATION:
Staff recommends the Board authorize the Cultural Affairs Council
Director to sign the application for the Historical Resources Grant.
[X]
[ ]
APPROVED
OTHER:
DENIED
--
COMMISSION ACTION:
Approved 4-0 (Comm. Lewis Absent)
~9Y
County Attorney. l
Originating Dept. )
Finance. (copies only).
Coordination/Signatures
Mgt .. BUdget.~ mlflC::f!
Public Works.
Purchasing.
Other.
AgeUF2002.doc
,-.
w
AGENDA REQUEST
ITEM NO. 7-B
DATE: May 25, 2004
CONSENT [X]
REGULAR
PUBLIC HEARING
Leg.
Quasi-JD.
TO: Board of County Commissioners
SUBMITTED BY (DEPT): Grants
PRESENTED BY:
Bill Hoeffner, Grants Writer
SUBJECT: Authorize the submittal of a grant application to the FishArnerica
Foundation and the acceptance of the grant if it is funded. This grant is
for wetland restoration at wildcat Cove and requires a 1:1 match that can
be in the form of cash, in-kind services, or recently acquired land. Since
wildcat Cove has been recently acquired, these acquisition costs will be
utilized as match. The grant, in an amount not to exceed $50,000, will be
for the installation of six culverts and the removal of invasive plants.
BACKGROUND: wildcat Cove is a 129-acre area located immediately west of Pepper Park.
Since 1990, St. Lucie County and the State of Florida have owned 16
acres of the site. St. Lucie County, with assistance from Florida
Communities Trust, acquired an additional 76 acres
of the site in 2001. St. Lucie County is currently in the process of
trying to acquire the remaining 37 acres. A significant portion of the
the property is primarily a mangrove tidal swamp. The tidal swamp area
was impounded in the early 1960's for mosquito control purposes and was
totally separated from the Indian River Lagoon by a berm. In the early
1990's, the St. Lucie County Mosquito Control District gained limited
access to the property, that was then under private ownership, and began
a process of reconnecting the tidal swamp to the Lagoon by a system of
pumps and nine culverts. The master plan for the site recommends six
additional culverts. It is the purpose of this project to continue the
reconnection of the mangrove tidal swamp to the lagoon by installing six
culverts. It is also the intent of the project to remove invasive
Brazilian pepper and Australian pine from the berm and shoreline.
FUNDS AVAIL.: A 1:1 match is required. However, recent land acquisition costs, which
exceed the maximum of $50,000 being sought, will be utilized as match.
Therefore, no cash match will be necessary.
PREVIOUS ACTION: The Board of County Commissioners previously approved the acquisition of
the site; the submittal of an FCT grant; and the submittal of a FIND grant
and a Recreational Trails grant for access structures at the site.
RECOMMENDATION: Staff recommends the Board authorize the submittal and acceptance of the
FishArnerica grant.
[x]
[ ]
APPROVED
OTHER:
DENIED
--
COMMISSION ACTION:
Approved 4-0 (Comm. Lewis Absent)
County Attorney: ~
Originating Dept: ~
Finance: (copie on y) :
Coordination/Signatures
Mgt (, Budget:
Public Works:
Purchasing:
Other.
IIJIII"""-
~
AGENDA REQUEST
..."
ITEM NO. c-SA
DATE: May 25, 2004
REGULAR [ ]
PUBLIC HEARING [ ]
CONSENT [x]
INVESTMENT FOR THE FUTURE
TO: BOARD OF COUNTY COMMISSIONERS
PRESENTED BY: DON MCLAM
ASSISTANT DIRECTOR
SUBMITTED BY (DEPT): CENTRAL SERVICES
SUBJECT: CONTRACT CHANGE ORDER #2 TO CONTRACT #C03-06-452
ADMINISTRATION BUILDING ADDITION / BARTH CONSTRUCTION, INC.
BACKGROUND: On June 24th, 2003, the Board of County Commissioners approved Contract No. C03-06-
452 with Barth Construction for the Administration Building Addition. As the project continues to move
forward, necessary construction changes (please see attachments) in the amount of $40,068.00 have
occurred, these include:
· Permitting
· Drainage Issues/Compliance
· AlC Unit Relocation
· Electrical/Security System
· Structural Integrity
Staff is requesting permission to increase the contract amount by $40,068.00 and contract time an
additional six (6) days to accomplish these changes.
FUNDS AVAIL:
316-1930-562000-16008 (Buildings)
PREVIOUS ACTION: On January 6th, 2004, Item No. 10, the Board of County Commissioners approved
Change Order # 1/ Contract No. C03-06-452 / Barth Construction to extend contract time an additional 39
days.
RECOMMENDATION: Staff recommends the Board of County Commissioners approve Change Order No.
2 to Contract No. C03-06-452, Barth Construction, to increase the contract amount by $40,068.00 and
contract time an additional six (6) days for a completion date of November 18th, 2004, for the Administration
Building Addition and authorize the Chair to sign the Change Order as prepared by the County Attorney.
County Attorney:
Originating D~~~~_
~
Coordination/Signatures
NCE:
MISSION ACTION:
he] APPROVED [] DENIED
fJ OTHER: )
Approved 4-0 (Comm. Lewis Absent
--
Mgt. & Budget:
Purchasing Mgr.:
-
Other:
Other:
Finance: (Check for Copy only, if Applicable)
Eft. 1/97
H:\AGENDA\AGDENDA-ADMIN-BARTH CO-2.DOC
, .
...J
General Contractor
CGCOO7847
January 20, 2004
Paul Dritenbas
Edlund, Dritenbas, Binkley Architects & Associates
65 Royal Palm Pointe
Vero Beach, FI 32960
Re: St. Lucie County Administration Addition
Proposal Request #1-Relocate existing 8" Rain Water Leader
Paul,
We are submitting herewith our costs for the relocation of existing 8" RWL in the amount of,
One Thousand Seven Hundred Eighty Nine and 00/100 Dollars ($1,789.00) and a time
extension of 0 days.
1) The work is limited in scope to relocation of the existing RWL from under the interior
column pads and dropping the wall footing in two places.
No permit costs have been included for these changes to the contract documents.
Should you require any additional information, please feel free to contact me.
Sincerely,
Approved by:
Approved by:
Architect
Owner
Date:
Date:
cc: Ken Hall, SLC Central Services
1717 Indian River Boulevard * Suite 202A * Vero Beach, Florida 32960
Phone: (561) 778-3072 * Fax: (561) 770-3017
E-mail: illfo{ú~baJ1hconstruction.com * Internet: www.barthconstruction.com
F:\Projects\SLC Admin. Addition\Proposal Requests\# I relocate 8 in rain leader. doc
.r----
\ .
_U"'.& &.i ,",u,,",..J.¿n. J..i.'",.
~OOl
-..J
Gencrdl Conlr.u:tor
February 05, 2004
<.'OC007847
Paul Dritenbas
Edlund, Dritenbas, Binkley Architects & Associates
65 Royal Palm Pointe
Vero Beach, FI 32960
Re: 51. Lucie County Administration Addition
Proposal Request #2-Sewer Une ElevatIon Contli,:t
Paul,
We are submitting herewith our costs for the Sewer line conflict in the amount of, Five Hundred
Twenty Nine and 00/100 Dollars ($529.00) and a time e)Cten~,ion of 3 days.
1) The work is limited in scope to rework the sewer lil,e tl) allow for enough fall between
toilet fixtures and sewer tie point. This conflict and extra work delayed the slab pour three
days.
No permit costs have been included for these changes to the contract documents .
Should you reQuire any additional information, please feel:ree to cOntact me.
Sincerely,
Apl'r(\"çd by:
Architcct
All11ro'¡ed by:
Owner
Dale:
Ollle:_
cc: Ken HIIII. SLC Central Ser\liets
1717 Indian River Boulevard" Suite 202^ .. Vèro Bcach. Florid., 32'160
Phone: (56 ) 778-3072 .. rax: (561) 770-3017
F.·mail: it,-rn(/~:h~!E!!~Çg!.l:i!ru~:tit"L~:!l!11 · Intemer: www.banhconstructiulI.c;om
F:\Pr~jects\SÜ: ^dmin. Additiol1\ProposaJ Reqllcsts\//2 sewer line ch'ation conflict.doc
, ~(
,
."
~OOJ
.."J
Gc~l Contractor
CGCOO7847
May 5, 2004
Paul Dritenbas
Edlund, Dritenbas, Binkley Architects & Associates
65 Royal Palm Pointe
VeroBeach, F132960
Re: St Lucie County Administration Addition
Proposal Request" 3- Rout Rain Leaders Across Palldng Lot
Paul,
We are submitting herewith our costs for the Rain Leader Wort¡ In the amount of, Fourteen
Thousand Four Hundred Forty Three and 00/100 Dollars ($14,443.00) and a time extension of
o days.
1) The work is limited in scope the revised Site Drawing b:1 LBFH dated 3/25/04, with mark
up by EDB dated 4/8104.
No permit costs have been included tor these changes to the cuntract documents.
Should you require any additional information, please feel free ':0 contact me.
Sincerely,
Approved by:
ApPrI·ved by:
Archit.ct
Owner
Oale:
Date:.
cc: Ken Han, SLC Central Services
1717 Indian River Boulevard * Suite 202A · Vero Beach, florida 32960
Phone: (561) 778-3072 ... FII.\; (561) 770-3017
E-mail:iJ!.fi~@~tIJ1hI<Q.!7"~trltçJ.i..1I).-..;()tn · Internet: www.banhconstruc¡ion.com
F:\Projccts\SLC Admin. Addition\Proposal Requc:\lS\#3 Rout Rain l..eadCf$ Across Parking Lot.doc
\
,.".¡
General Contractor
CGC007847
March 10,2004
Paul Dritenbas
Edlund, Dritenbas, Binkley Architects & Associates
65 Royal Palm Pointe
Vero Beach, FI32960
Re: St. Lucie County Administration Addition
Proposal Request # 6 C.O.F.P. Parking Lot Drainage Requirment
Paul,
We are submitting herewith our costs for the French Drain in the amount of, Nine Thousand
Five Hundred Sixty Six and 00/100 Dollars ($9,566.00) and a time extension of 3 days.
1) The work is limited in scope to the addition of 25 feet of French Drain as shown on the
drawings dated 1.14.04 from lBFH.
No permit costs have been included for these changes to the contract documents.
Should you require any additional information, please feel free to contact me.
Sincerely,
~1"
{I~:Sr~h Construction Inc.
Approved hy:
Architect
Approved by:
Owner
Date:
Date:
cc: Ken Hall. SLC Central Services
J 717 Indian River Boulevard * Suite 202A * Vero Beach. Florida 32960
Phone: (56/) 778-3072 * Fax: (56/) 770-3017
E-mail: ;PJi)i!{lli¡J:\ll£<l!l:;tgJ.£Ül.!JhÇ.ºlE * Internet: www.barthconstruction.com
F:\Pro;ects\SLC Admin. Addition\Proposal Requests\#6 trench drain.doc
~"'"
\
--.rI
General Contractor
CGC007847
April 27, 2004
Paul Dritenbas
Edlund, Dritenbas, Binkley Architects & Associates
65 Royal Palm Pointe
Vero Beach, FI32960
Re: St. Lucie County Administration Addition
Proposal Request # 8 New Overflow Scupper on Existing Roof
Paul,
We are submitting herewith our costs for the Overflow Scupper in the amount of, Seven
Hundred Seventy Two and 00/100 Dollars ($772.00) and a time extension of 0 days.
1) The work is limited in scope to the attached subcontractor proposal.
No permit costs have been included for these changes to the contract documents.
Should you require any additional information, please feel free to contact me.
Sincerely,
ason Fykes
Barth Construction Inc.
Approved by:
Architect
Approved by:
Owner
Date:
Date:
cc: Ken Hall, SLC Central Services
1717 Indian River Boulevard" Suite 202A .. Vero Beach, Florida 32960
Phone: (561) 778-3072" Fax: (561) 770-3017
E-mail: info@barthconstruction.com * Internet: www.barthconstruction.com
F:\Projects\SLC Admin. Addition\Proposal Requests\#8 overflow scupper.doc
, .
.."
General Contractor
May 3, 2004
CGC007847
Paul Dritenbas
Edlund, Dritenbas, Binkley Architects & Associates
65 Royal Palm Pointe
Vero Beach, FI 32960
Re: St. Lucie County Administration Addition
Proposal Request # 9 Additional Framing for Roof rack & Misc. Anchors
Paul,
We are submitting herewith our costs for the Additional Framing & Anchors in the amount of,
Eight Hundred Eighty Eight and 00/100 Dollars ($888.00) and a time extension of 0 days.
1) The work is limited in scope to the attached subcontractor proposal and material receipts.
No permit costs have been included for these changes to the contract documents.
Should you require any additional information, please feel free to contact me.
Sincerely,
dal
ason Fykes
Barth Construction Inc.
Approved by:
Architect
Approved by:
Owner
Date:
Date:
cc: Ken Hall, SLC Central Services
1717 Indian River Boulevard * Suite 202A * Vero Beach, Florida 32960
Phone: (561) 778-3072 * Fax: (561) 770-3017
E-mail: info@barthconstruction.com · Internet: www.barthconstruction.com
F:\Projeets\SLC Admin. Addition\Proposal Requests\#9 addl fTaming and mise anchors.doc
~,
,
.!!!!m!
"""""
General Contractor
CGC007847
May 5, 2004
Paul Dritenbas
Edlund, Dritenbas, Binkley Architects & Associates
65 Royal Palm Pointe
Vero Beach, FI32960
Re: St. Lucie County Administration Addition
Proposal Request # 10-Conduit & J Boxes for Future Security
Paul,
We are submitting herewith our costs for the Conduit & J Boxes for Future Security in the
amount of, One Thousand Six Hundred Forty and 00/100 Dollars ($1,640.00) and a time
extension of 0 days.
1) The work is limited in scope to installing (1) 120 volt Junction box and (1) empty J box
and conduit will pull strings in ceiling above doors #1, 22 and 47. The conduit will run
from above the doors back to the Electrical Room.
No permit costs have been included for these changes to the contract documents.
Should you require any additional information, please feel free to contact me.
Sincerely,
ason Fykes
Barth Construction Inc.
Approved by:
Architect
Approved by:
Owner
Date:
Date:
cc: Ken Hall, SLC Central Services
1717 Indian River Boulevard * Suite 202A * Vero Beach, Florida 32960
Phone: (561) 778-3072 * Fax: (561) 770-3017
E-mail: inforÅ’.barthconstruction.com * Internet: www.barthconstruction.com
F:\Projects\SLC Admin. Addition\ProposaJ Requests\# 1 0 Empty J box & conduit system. doc
...
...,
General Contractor
May 12. 2004
CGCOO784 7
Paul Dritenbas
Edlund. Dritenbas. BinkJey ArChitects & Associates
65 Royal Palm POinte
Vera Beach. F, 32960
Re Sr. LUCie County Administration Addition
Proposal Request" 11- Access Doors in HVAC OUch
PaUl,
We are subm;lting herewith our COsts fer the Acce.. Doo... In OUc";n the a",ount of, Seven
Thou.and Four Hundred Ninety and 001100 Dol/a", ($7,490,00) and aI/me extension 010
days.
1) The WOr1< ;s limited in Scope to prOViding and installing; 9 access doors in the duct work
as Shown on sheets M3, M4 and M5 revised 4.26.04
Should you require any additional information, please feel free t,) contact me.
Sincerely,
da--
Jason Fykes
Birth Construction Inc.
Appr(þved by:
Architect
Approved by:
O"'n~r
Date:
Dltte:_
Cc: KeR Hall, SLC Centr.' ServiceJl
1717 Indian Riwr Boulc.:\l3rd .. Suite 202A · Vero Beach, FIQrida 32960
Phone: (561) 778-3072 · fax: (~6 J) 770-3017
E-mail: t!¡!iI@J,rJrlh c9n·'itrY~:TiP!J.._Ç~!I1~ · , n(èmet: www.banhconST(uctiOn.com
r:IProjectslSLC Admin. AdditionlProposal Reque~ls\jf.1 Access Dours in HV AC DUCls.doc
-..-........ --......,...,. """",.
It! 002
'!
-'
General Conlracror
May 12, 2004
CGCOO7847
Paul Dritenbas
Edlund, Dritenbas. Binkley Architects & Associates
65 Royal Palm Pointe
Vero Beach, FI 32960
Re: St. Lucie County Administration Addition
Proposal Request ø 13 Additional Wa'l Bracing
Paul,
We are Submitting herewith our costs for the Additiona' Wa'l B racing in the amount of, Two
Thousand Nine Hundred Fifty One and 00/100 Dollars (S2,9li1.0D) and a time extension of 0
days.
1) The WOrk is limited in scope to providing and installing Ule cold rolled channel and clip
angles on wall runs greater than 8 feet on all new framirlg as shown on the attacned
directive.
2) The roof deCk slope will be accomplished using a taperEd insulation system in lieu of the
cell core produq.
Should you require any additional information, please feel free tel contact me,
Sincerely,
~~
ct'~: ~on5trlKlioD Inc.
,\pproved by:
^rt'lIireet
Appro\'ed by:
Owner
Dlte:
Date:_
Cc: Ken Hall. SLC C~ntral Services
1717 Indian River Boulevard * Suil!: 202A * Vero Oeach, Florida 329(0
Phone: (561) 778-3072 * Fax: (561) 770-3017
E-màil:i.~ftl@Þ-;~tŸ.!.~9.lt~~r'y.ç.t iOIl.cu/D. · I nlt:met; www.barthconsrruction.com
F;\Project$\SlC Admin. Addition\Proposal Requests\# 13 wall bracing.cae
./"'"
, CHANGE ORDE~
ST. LUCIE COUNTY
PROJECT:
(name, address)
Administration Building Addition
#IIIfI(I
CHANGE ORDER NUMBER: #2
INITIATION DATE:
5-17-2004
TO (Contractor):
Barth Construction, Inc.
1717 Indian River Blvd.
Vero Beach, Fl. 32960
CONSULTANTS PROJECT NO.:
ST. LUCIE COUNTY
CONTRACT NO:
You are directed to make the following changes in this Contract:
(Additional sheet attached as Exhibit A - Yes No)
C03-06-452
CONTRACT DATE:
June 24, 2003
Increase Contract Sum in the amount of $40,068.00.
Extend Contract Time by six (6) days.
This request is based on necessary construction changes, they include:
permitting, drainage issue/compliance, A/C unit relocate, electrical/
future security, and structural integrity.
The original (Contract Sum) (Guaranteed Maximum Cost) was .......................... $1,625,000.00
Net change by previous authorized Change orders ..................................... $
The (Contract Sum) (Guaranteed Maximum Cost) prior to this Change Order was ....... $ 1,625,000.00
The (Contract Sum) (Guaranteed Maximum Cost) will be (increased) (~~~k
1tk~) by this Change Order ....................................................... $ 40,068.00
The new (Contract Sum) (Guaranteed Maximum Cost) including this Change Order will be $1,665,068.00
The Contract Time will be (increased) (c!1iR!1Ðt~,d~MWia~) by ( 6) DaY$
The Date of Substantial Completion as of the date of this Change Order therefore is:
November 18, 2004
Funds Available:
Account Number 116-1 <:)30-562000-16008
The adjustment in Contract Price and/or Contract Time stated in this Change Order shall comprise the total price
and/or time adjustment due or owed the Contractor for the work or changes defined in this Change Order. By
executing this Change Order, the Contractor acknowledges and agrees that the stipulated price and/or time
adjustments include the costs and delays for all work contained in the Change Order, including costs and delays
associated with the interruption of schedules, extended overheads, delay, and cum ulative impacts or ripple effect on
all other non-affected work under this Contract. Signing of the Change Order constitutes full and mutual accord and
satisfaction for the adjustment in contract price or time as a result of increases or decreases in costs and time of
performance caused directly and indirectly from the Change Order, subject to the current scope of the entire work as
set forth in the Contract Documents. Acceptance of this waiver constitutes an agreement between the County and
Contractor that the Change Order represents an equitable adjustment to the Contract, and that Contractor will waive
all rights to file a claim on this Change Order after it is properly executed. All work performed under this Change Order
shall be performed in accordance with the contract specifications.
Recommended:
By
Agreed To:
/9/I!A¡/ð :
D9'(e
Approved:
Central Services
St. Lucie County Department
,F1300 Virginia Ave.,Ft.
Address
Pierce, Fl.
Binkley & Assoc~
Suite D
Barth Construction, Inc ._____
Contractor
1717 Indian River Blvd.,Vero Bch.,Fl. By
By
Authorized:
St. Lucie County: 2300 Virginia Ave., Ft. Pierce, FL 34982
Date
Date
~~
5/illd-
Date
Approved as to Form and Correctness
County Attorney
WHITE - VENDOR
GOLDENROD - FINANCE
GREEN - PURCHASING
PINK -. DEPARTMENT
-- . .. ..
~
-.J
ITEM NO. 8 B
DATE: May 25, 2004
AGENDA REQUEST
REGULAR [ ]
"INVESTMENT FOR THE FUTURE" PUBLIC HEARING [ ]
CONSENT [x]
TO: BOARD OF COUNTY COMMISSIONERS
SUBMITTED BY (DEPT.): ENGINEERING DI'{ISION ~115)
PR~S7N:~/? B~_, ,,;-
U1/,/'i¡Cll-- ,/'£>:JI'/'··('_
. . .¡,;'...... ''\,-,,,.' ~'.'\-' (/ V ..f" ,'7(
Michael V. Powley, P.E. I)
County Engineer
SUBJECT:
Platt's Creek Stormwater Project - Work Authorization NO.5 (C03-1 0-686) for Soil Testing Services with
Dunkelberger Engineering & Testing, Inc.
BACKGROUND:
The attached Work Authorization is to provide soil testing services on an as needed basis during
construction of the Platt's Creek Stormwater Project in the amount of $25,000.
FUNDS AVAILABLE:
Funds are available in: 102001-3725-563009-3112, Drainage Maintenance MSTU - Stormwater
Management
PREVIOUS ACTION:
April 13, 2004, the BOCC awarded the construction contract to WPC Industrial Contractors, Inc. in the
amount of $2,745,740.
RECOMMENDATION:
Staff recommends the Board approve Work Authorization NO.5 (C03-1 0-686) for Soil Testing Services with
Dunkelberger Engineering & Testing, Inc. for the Platt's Creek Stormwater Project in the amount of $25,000,
and signature by the Chairman.
l'G APPROVED
[ ] OTHER
[ ] DENIED
Approved 4-0 (Comm. Lewis Absent)
COMMISSION ACTION:
~~.
D as Anderson
County Administrator
[x] County Attorney
[x] Project. Manager
[x] Road & Bridge
Cf)--
.~
~
I'] M9t. & ."9" 140 ~~ I'] 0';9;""'9 Dept. p"U, W,,,,, ~'ìI,
[x] Budget & Rev. Coor. ~P\t\ [x] Purchasing Dept £;/r'
(Check for copy only, if applicable) ,,' v'
--
~ ...",.¡
WORK AUTHORIZATION NO. 3112 C03-10-686
W.A.#5
PLA TT'S CREEK STORMW A TER MANAGEMENT FACILITIES
- SOIL TESTING
Pursuant to that certain Agreement between County and Engineer for Professional
Services for Continuing Soil Testing Services, (the "Agreement" (Contract No. C03-l 0-
686) between S1. Lucie County (the "County") and Dunkelberger Engineering & Testing,
Inc., (the "Engineer") dated October 14, 2003, the Engineer agrees to perform and
successfully complete the scope of work as set forth in the Engineer's Agreement and
more particularly described in the attached Exhibit "A", the County agrees to compensate
the Engineer the amount not to exceed Twenty-Five Thousand ($25,000.00) dollars.
All work under this Work Authorization No.5 shall be completed on or before
June 30, 2005 (or refer to schedule Exhibit "A", if appropriate).
IN WITNESS WHEREOF, the County has hereunto subscribed and the Engineer has
affixed his, its, or their names, or name, on the dates below.
ST. LUCIE COUNTY, FLORIDA
BY:
CHAIRMAN
\VITNESS:
DATE:
APPROVED AS TO FORM AND
CORRECTNESS:
COUNTY ATTORNEY
DATE:
,/ü./«
l}J....
(T r print name/position)
DATE: S-/'7¡'ý
v
DATE:
WORK AUTHORIZATION:
PROJECT:
FIRM:
TIME OF PERFORMANCE:
SCOPE OF WORK:
'wi
Exhibit "A"
May 3, 2004
No.5
Platt's Creek Stormwater Management Facilities
Dunkelberger Engineering & Testing, Inc.
On or before June 30, 2005
Perform soil testing services on the Platt's Creek
Stormwater Facilities on an as needed basis.
,.' .
'wi
ITEM NO. C-9A
DATE: 5/25/04
AGENDA REQUEST
REGULAR ( )
PUBLIC HEARING ( )
CONSENT (X)
TO: BOARD OF COUNTY COMMISSIONERS
PRESENTED BY:
SUBMITTED BY: Purchasinq Department
Ed Parker. Purchasinq Director
SUBJECT: First amendment to Contract No. C03-12-743 with Kelly Services, Inc., amending the
contract to allow Agency to conduct background searches as required by the County and authorize
payment for the charges incurred by the Agency for this service
BACKGROUND: On December 2,2003 the Board of County Commissioners approved, pursuant to
Bid #04-002, a contract with Kelly Services, Inc. for Temporary Employment Services (Group I -
Clerical workers). Staff is now requesting approval of the first amendment.
FUNDS AVAilABLE: N/A
PREVIOUS ACTION: On December 2, 2003 the Board of County Commissioners approved a
contract with Kelly Services, Inc. for Temporary Employment Services.
RECOMMENDATION: Staff recommends approval of the first amendment to contract C03-12-743
with, Kelly Services, Inc., amending the contract to allow Agency to conduct background searches as
required by the County and authorize payment for the charges incurred by the Agency for this
service, and authorization for the Chairman to sign the amendment as prepared by the County
Attorney.
COMMISSION ACTION:
[J( APPROVED [] DENIED
[ ] OTHER:
CONCURRENCE:
~
Approved 4-0 (COmIll. Lewis Absent)
Anderson
ounty Administrator
Coordination/Sia natu res
County Attorney:(X)
!k
Mgt. & Budget:
P'"h"lo, Mg'_'(X) ¡fit
Other:
Originating Dept::
Other:
Finance: (Check for Copy only, if Applicable)
..
f
'-'
.....,¡
HUMAN RESOURCES
MEMORANDUM
TO:
Edward Parker
Purchasing Director
FROM:
Patricia A. Clute
Em ployee & labor
Relations Manager
DATE:
APRil 29, 2004
SUBJECT:
Temporary Employees
On Dec. 2, 2003, the County entered into a contract with Kelly Services to
supply temporary personnel.
At the time the contract was signed, it was the County's intention to conduct
background searches on potential temporary employees through the Human
Resources Department. Human Resources was advised by the County
Attorney's office that for various legal reasons, it was more appropriate to have
the agency conduct background searches. Because it was not in the original
contract, Finance is unable to authorize payment for the charges incurred by
the agency.
Please proceed to do an amendment to the contract to include payment for
background searches.
PAC/mp
·
'-'
~
FIRST AMENDMENT TO DECEMBER 2, 2003 AGREEMENT
BETWEEN ST. LUCIE COUNTY AND
KELLY SERVICES, INC.
THIS FIRST AMENDMENT, is made and entered into this day of
, 2004, by and between ST. LUCIE COUNTY, a political subdivision of the
State of Florida, (the "County") and KELLY SERVICES, INC., or his, its or their successors,
executors, administrators, and assigns (the "Agency").
WHEREAS, on December 2, 2003 the parties entered into a contract to provide
temporary personnel services (Group I-Clerical Workers); and,
WHEREAS, the parties desire to amend the Contract to allow Agency to conduct
background searches as required by the County and authorize payment for the charges
incurred by the Agency for this service;
NOW, THEREFORE, in consideration of the mutual promise contained herein, the
parties agree to amend the Contract as follows:
1. Paragraph 3. AGENCY RESPONSIBILITIES shall be amended to read as follows:
3. AGENCY RESPONSIBILITIES
The Agency will be responsible for performing the following duties with respect to
all temporary employees provided to the County:
a. Make necessary payroll deductions and corresponding tax insurance
payments.
b. Strictly comply with Immigration and Naturalization Service reporting by
processing the form 1-9's as required by federal law.
c. Supply State Unemployment insurance and Workers Compensation
insurance.
d. Conducting Background Searches as requested by the County Project
Manger
The County reserves the right to drug test temporary employees supplied by the
Agency at the County's expense. All temporary employees must sign a consent form for
drug testing supplied by the Agency before they are assigned to a position within the
County.
2. Paragraph 4. PAYMENT shall be amended to read as follows:
4. PAYMENT
The County shall pay the Agency for the temporary personnel at a rate calculated
using a multiplier of 1.247 for clerical personnel. The County shall pay for all expenses
incurred by Agency for conducting background searches as requested by the County
Project Manager. Upon request by the County, the Agency will furnish rates for personnel
1
"'"
'wi
to perform the duties excluded from the above stated rates. The multiplier will be applied
to the County's beginning hourly rate of pay for the position. The Agency shall invoice the
County on a weekly basis for services rendered pursuant to this Agreement. Each invoice
submitted hereunder shall indicate the name of the employee provided by the Agency,
position, hours worked, hourly rate, and applicable multiplier. All invoices shall be sent to
the department receiving the service for verification and processing.
In the event that the County employs a temporary employee, damage fees
(temporary to permanent charge) shall not be accessed if the temporary employee has
worked for the County a minimum of 160 hours. In the event the County employs a
temporary employee that has worked less than 160 hours, the damage fee will not exceed
one (1) weeks payment to the Agency for the employee.
3. Except as amended herein, all other terms and conditions of the Contract shall
remain in full force and effect.
IN WITNESS WHEREOF, the parties hereto have accepted, made and executed this
Agreement upon the terms and conditions above stated.
ATTEST:
BOARD OF COUNTY COMMISSIONERS
ST. LUCIE COUNTY, FLORIDA
BY:
Deputy Clerk
Chairman
APPROVED AS TO FORM AND
CORRECTNESS
County Attorney
WITNESSES:
KELLY SERVICES, INC.
BY:
Print Name:
Title:
2
"wII
ITEM NO. C- 9B
DATE: 5/25/04
AGENDA REQUEST
REGULAR ( )
PUBLIC HEARING ( )
CONSENT (X)
TO: BOARD OF COUNTY COMMISSIONERS
PRESENTED BY:
SUBMITTED BY: Purchasinq Department
Ed Parker. Purchasinq Director
SUBJECT: First amendment to Contract No. C03-12-745 with Treasure Coast Staffing, amending
the contract to allow Agency to conduct background searches as required by the County and
authorize payment for the charges incurred by the Agency for this service
BACKGROUND: On December 2,2003 the Board of County Commissioners approved, pursuant to
Bid #04-002, a contract with Treasure Coast Staffing for Temporary Employment Services (Group 11-
Light Industrial Workers and Group III - Event Workers). Staff is now requesting approval of the first
amendment.
FUNDS AVAILABLE: N/A
PREVIOUS ACTION: On December 2, 2003 the Board of County Commissioners approved a
contract with Treasure Coast Staffing for Temporary Employment Services.
RECOMMENDATION: Staff recommends approval of the first amendment to contract C03-12-745
with, Treasure Coast Staffing, amending the contract to allow Agency to conduct background
searches as required by the County and authorize payment for the charges incurred by the Agency
for this service, and authorization for the Chairman to sign the amendment as prepared by the County
Attorney.
COMMISSION ACTION:
Ø(f APPROVED [] DENIED
[ ] OTHER:
Approved 4-0 (Camm. Lewis Absent)
E:
o nderson
County Administrator
Coordination/Sianatu res
County Attorney:(X)
~~
.tJ"
Mgt. & Budget:
Purchasing Mgr.:(X)
51!
Originating Dept::
Finance: (Check for Copy only, if Applicable)
Other:
Other:
"
..
'-"
....1
HUMAN RESOURCES
MEMORANDUM
TO:
Edward Parker
Purchasing Director
FROM:
Patricia A. Clute
Employee & labor /~
Relations Manager ~
DATE:
APRil 29,2004
SUBJECT:
Temporary Employees
On Dec. 2, 2003, the County entered into a contract with Treasure Coast
Staffing to supply temporary personnel.
At the time the contract was signed, it was the County's intention to conduct
background searches on potential temporary employees through the Human
Resources Department. Human Resources was advised by the County
Attorney's office that for various legal reasons, it was more appropriate to have
the agency (Treasure Coast Staffing) conduct background searches. Because
it was not in the original contract, Finance is unable to authorize payment for
the charges incurred by the agency.
Please proceed to do an amendment to the contract to include payment for
background searches.
PAC/mp
,
. .
,
~
'WI
FIRST AMENDMENT TO DECEMBER 2, 2003 AGREEMENT
BETWEEN ST. LUCIE COUNTY AND
TREASURE COAST STAFFING
THIS FIRST AMENDMENT, is made and entered into this day of
, 2004, by and between ST. LUCIE COUNTY, a political subdivision of the
State of Florida, (the "County") and TREASURE COAST STAFFING, or his, its or their
successors, executors, administrators, and assigns (the "Agency").
WHEREAS, on December 2, 2003 the parties entered into a contract to provide
temporary personnel services (Group II-Light Industrial and Group III-Event Staff); and,
WHEREAS, the parties desire to amend the Contract to allow Agency to conduct
background searches as required by the County and authorize payment for the charges
incurred by the Agency for this service;
NOW, THEREFORE, in consideration of the mutual promise contained herein, the
parties agree to amend the Contract as follows:
1. Paragraph 3. AGENCY RESPONSIBILITIES shall be amended to read as follows:
3. AGENCY RESPONSIBILITIES
The Agency will be responsible for performing the following duties with respect to
all temporary employees provided to the County:
a. Make necessary payroll deductions and corresponding tax insurance
payments.
b. Strictly comply with Immigration and Naturalization Service reporting by
processing the form 1-9's as required by federal law.
c. Supply State Unemployment insurance and Workers Compensation
insurance.
d. Conducting Background Searches as requested by the County Project
Manger
The County reserves the right to drug test temporary employees supplied by the
Agency at the County's expense. All temporary employees must sign a consent form for
drug testing supplied by the Agency before they are assigned to a position within the
County.
2. Paragraph 4. PAYMENT shall be amended to read as follows:
4. PAYMENT
The County shall pay the Agency for the temporary personnel at a rate calculated
using a multiplier of 1.34 for all liqht industrial workers and 1.30 for event staff. The
County shall pay for all expenses incurred by Agency for conducting background searches
as requested by the County Project Manager. Upon request by the County, the Agency
1
..
""
.~
will furnish rates for personnel to perform the duties excluded from the above stated rates.
The multiplier will be applied to the County's beginning hourly rate of pay for the position.
The Agency shall invoice the County on a weekly basis for services rendered pursuant to
this Agreement. Each invoice submitted hereunder shall indicate the name of the employee
provided by the Agency, position, hours worked, hourly rate, and applicable multiplier. All
invoices shall be sent to the department receiving the service for verification and
processing.
In the event that the County employs a temporary employee, damage fees
(temporary to permanent charge) shall not be accessed if the temporary employee has
worked for the County a minimum of 160 hours. In the event the County employs a
temporary employee that has worked less than 160 hours, the damage fee will not exceed
one (1) weeks payment to the Agency for the employee.
3. Except as amended herein, all other terms and conditions of the Contract shall
remain in full force and effect.
IN WITNESS WHEREOF, the parties hereto have accepted, made and executed this
Agreement upon the terms and conditions above stated.
ATTEST:
BOARD OF COUNTY COMMISSIONERS
ST. LUCIE COUNTY, FLORIDA
BY:
Deputy Clerk
Chairman
APPROVED AS TO FORM AND
CORRECTNESS
County Attorney
WITNESSES:
TREASURE COAST STAFFING
BY:
Print Name:
Title:
2
,..
~
...,
,,'
,;'
ITEM NO. C -9C
DATE: 5/25/04
AGENDA REQUEST
REGULAR ( )
PUBLIC HEARING ( )
CONSENT (X)
TO: BOARD OF COUNTY COMMISSIONERS
PRESENTED BY:
SUBMITTED BY: Purchasing Department
Ed Parker. Purchasinq Director
SUBJECT: Bid #04-044 - Purchase & Install Three (3) Variable Frequency Drives for Air Handler
Units
BACKGROUND: On May 5, 2004, Bid #04-044 was opened for the Purchase & Install Three (3)
Variable Frequency Drives for Air Handler Units for Central Services. Nine hundred (900) vendors
were notified, forty-seven (47) bid documents were distributed and three (3) responses were
received. Staff recommends award to the low bidder Sunchaser Mechanical for $14,900.00.
FUNDS AVAilABLE: Account #316-1931-546200-150048 - Maintenance Improvement Projects
PREVIOUS ACTION: N/A
RECOMMENDATION: Staff recommends award of Bid #04-044 - Purchase & Install Three (3)
Variable Frequency Drives for Air Handler Units to the low bidder Sunchaser Mechanical for
$14,900.00 and authorization for the Chairman to sign the contract as prepared by the County
Attorney.
( ) APPROVED
X) OTHER
( ) DENIED
~
o G ANDERSON
OUNTY ADMINISTRATOR
COMMISSION ACTION:
Pulled prior to meeting.
_J
Coordination/Sia natures
County Attorney (X)
Jr~'
Mgt. & Budget (X) U!J ~ Purchasing (X) ø t
Originating Dept. ( )
Other ( )
Other ( )
Finance: (check for copy, only if applicable)_
I
'"
'-tI
MEMORANDUM
DEPARTMENT OF CENTRAL SERVICES
-.
""",,,
~
-,,"
i"'...;:
- .
FROM:
Ed Parker, Purchasing Director
Bob Ettswold, AlC superintendent~
May 12, 2004
-'.---. ._~.
TO:
,~..~-
~
L... ,.' ¡"'.
-".....
9
1....,
V1
_.
"..-..,'
DATE:
SUBJECT: Award for Bid #04-044
****************************************************************************************************
In regards to Bid #04-044 for Purchase and Installation of Three Variable
Frequency Drives for Air Handler Units at the Sheriff's Administration Building, I
am accepting the bid from Sunchaser Mechanical for $14,900.00. This reflects the
lowest bid amount.
c: Roger Shinn, Central Services Director
~
'-'
BOARD OF COUNTY
COMMISSIONERS
PURCHASING
DEPARTMENT
ED PARKER, DIRECTOR
TABULATION SHEET - BID #04-044
PURCHASE & INSTALL THREE (3) VARIABLE FREQUENCY DRIVES
FOR AIR HANDLER UNITS
CENTRAL SERVICES
OPENED: MAY 5, 2004
VENDOR BASE BID
SUNCHASER MECHANICAL
PALM CITY, FL $ 14,900.00
FAX: 772-597-2133
SIEMENS BUILDING
TECHNOLOGIES $ 15,785.00
PALM CITY, FL
FAX: 772-223-7130
WEATHERTROL
MIAMI, FL $ 17,795.00
FAX: 305-908-1039
NUMBER OF COMPANIES NOTIFIED*: 900
NUMBER OF BID DOCUMENTS DISTRIBUTED*: 47
NUMBER OF BIDS RECEIVED: 3
*per demandstar.com
JOHN D. BRUHN, District NO.1. DOUG COWARD, Districi NO.2. PAULA A. LEWIS, District NO.3. FRANNIE HUïCHINSON, District NO.4. CLIFF BARNES, District NO.5
COUNïY ADMINISïRATOR - DOUGLAS M. ANDERSON
2300 VIRGINIA AVENUE . FORï PIERCE, FL 34982-5652 . (772)-462-1700. FAX (772) 462-1294
t
...~ .
""""
ITEM NO. C-9D
DATE: 5/25/04
AGENDA REQUEST
REGULAR ( )
PUBLIC HEARING ( )
CONSENT (X)
TO: BOARD OF COUNTY COMMISSIONERS
PRESENTED BY:
SUBMITTED BY: Purchasing Department
Ed Parker. Purchasinq Director
SUBJECT: Permission to advertise Invitation for Bids for Courier Services.
BACKGROUND: Contract #C01-07-513 with Treasure Coast Courier Services, Inc. expires on
9/30104. Staff request permission to solicit bids for Courier Services.
FUNDS AVAILABLE: NIA
PREVIOUS ACTION: NIA
RECOMMENDATION: Staff recommends approval for the request for permission to advertise
Invitation for Bids for Courier Services.
COMMISSION ACTION:
ht APPROVED
( ) OTHER
( ) DENIED
E:
Approved 4-0 (Comm. Lewis Absent)
D ANDERSON
COUNTY ADMINISTRATOR
Coord inatio n/Siç¡natures
County Attorney ( X)
Originating Dept. ( )
J1//
I
Mgt. & Budget ( )
Other ( )
Purchasing (X)
dl
Other ( )
Finance: (check for copy, only if applicable)_
--
~
"""'"
G Back ~ @ .2";') )- .ì Search "i'~" Favorites @r Media ø
Mdress ~ ~,ttp~Ul~,~ ,0, 69/p~:~,:sing~contr actsl ~d..rni~/index, as,:
ë,id No ../Description:
Av·,lard Letter Sent:
I Update I
Contt'.3ct Number:
Vendor' Name:
T·~lpe of Contract:
Contract Amount:
De p." rtm e fit:
Description:
Term/Limited:
Contract Terms:
Effective Date:
Termination Date:
E,id No ,/Description:
A'Nar'd Letter Sent:
I Update I
Contr.3ct Number:
<¡
r· D
(:"';:1..
~' ":j;¡;î
Ii!! .. [] (I)
v¡=GO
..' I
C01-07-513 2nd
Treasure Coast Courier Service, Inc,
Amendment
$ 743.00 per week
Purchasing
2nd Amendment to July 24, 2001 Contract-
extending the term of the contract for one year
Term
Agenda Number:
BOCC Appro·....al:
General Liabilit'l:
Auto Liabilit'i:
'Workers' C:omp:
N/A
N/A
N/A
N/A
Professional Liability:
Statu s :
Fully Executed
Status Date
09/25/2003
1 year
09/02/2003
Link To Contract:
No link to the contract available
09/30/2004
C01-07-513 1st
Agenda rlJumber:
C-5-B
i¡J1
Thursday, May 13. 2004 11 :22 AM
,/~
/'
ITEM ~ C-9E
DATE: 5/25/04
AGENDA REQUEST
REGULAR ( )
PUBLIC HEARING ( )
CONSENT (X)
TO: BOARD OF COUNTY COMMISSIONERS
PRESENTED BY:
SUBMITTED BY: Purchasing Department
Ed Parker, Purchasinq Director
SUBJECT: Permission to advertise Request for Proposals for Medical and Mental Health Services
for inmates at the S1. Lucie County Detention Center.
BACKGROUND: Contracts with Prison Health Services, Inc. expires on 9/30/04. Staff request
permission to solicit proposals for Medical and Mental Health Services for inmates at the S1. Lucie
County Detention Center.
FUNDS AVAILABLE: N/A
PREVIOUS ACTION: N/A
RECOMMENDATION: Staff recommends approval for the request for permission to advertise
Request for Proposals for Medical and Mental Health Services for inmates at the S1. Lucie County
Detention Center.
"") APPROVED () DENIED
( ) OTHER
Approved 4-0 (Comm. Lewis Absent)
CE:
COMMISSION ACTION:
-----
09 ANDERSON
C UNTY ADMINISTRATOR
Coord ination/Siç¡natures
County Attorney ( X)
3Y
Mgt. & Budget ( )
Other ( )
Purchasing (X)
//
£;.....,.f.I
-//
,
Originating Dept. ( )
Other ( )
Finance: (check for copy, only if applicable)_
....
-.".
....,
, ~~"'...".-,,-,,-------_..-._-----~_-......-_-----
o'J Purchasing - Contracts - Administration - Microsoft Internet Explorer
Eile ~dit ~iew Fgvorites lools t!elp
() Back
a@
.
"
,J
~,_.1 Search
.;
"
".:;"-;-~., Favorites
i.,r..j
~ Media €)
. ~j=GO
AQdress j ~ http://l O. 5.0 .69/purchasing/contr acts/admin/index. asp
Add Ne''^! Insurance
, .~ ·W'~._' .~.,_~_ ._. ~_,'_ u__ _.. .__. .'~__
I Update I
Contract Number-:
Vendor Name:
Tipe of Contr-act:
Contract Amount:
De p a rtrn e nt:
Descr-iption:
Term/Limited:
Contract Terms:
Effecti',/e Date:
Termination Date:
E,id No ,/Description:
Av,¡an:i Letter :~:ent:
<
-..... ~._......_- _.,_.,~.",.~...-
C03-12-805
Prison Health Services, Inc.
Agreement
$ 212,235.00
Human Resources
Agreement to Provide Mental Health Services to
inmates of the St. Lucie County Detention Center
Term
1 year
10/01/2003
09/30/2004
il Downloading from site: http://www.co.st-lucie.Fl.us/
B¡¡
Thursday, May 13, 2004 10:57 AM
-,
~(It
~~
1i!I"
AI~enda Number-:
BOCC Approval:
General Liabiliti:
Auto Liabiliti:
"¡Vorkers' Comp:
N/A
N/A
N/A
N/A
Professional Liability:
Statu s :
Fully Executed
status Date 02/03/2004
Link To C:ontr.:;ct:
No link to the contract available
- ,
!II'
...,.¡
ITEM NO. C-9F
"
DATE: 5/25/04
AGENDA REQUEST
REGULAR ( )
PUBLIC HEARING ( )
CONSENT (X)
TO: BOARD OF COUNTY COMMISSIONERS
PRESENTED BY:
SUBMITTED BY: Purchasing Department
Ed Parker, Purchasinq Director
SUBJECT: Permission to advertise Request for Proposals for River Boat Tours.
BACKGROUND: Contract #COO-10-042 with Green Seas Environment Organization International
expires on 10/17/04. Staff request permission to solicit proposals for River Boat Tours.
FUNDS AVAilABLE: N/A
PREVIOUS ACTION: N/A
RECOMMENDATION: Staff recommends approval for the request for permission to advertise
Request for Proposals for River Boat Tours.
Approved 4-0 (Cornm. Lewis Absent)
CE:
COMMISSION ACTION:
(yJ APPROVED
C') OTHER
( ) DENIED
---
D ANDERSON
COUNTY ADMINISTRATOR
Coordi nation/Sig natures
County Attorney ( X)
Originating Dept. ( )
)j1<'/"
[;
Mgt. & Budget ( )
Other ( )
,,~;'1
Purchasing (X) 'r(';;/'~{/~'/
Other ( )
Finance: (check for copy, only if applicable)_
~
eGt£
",f', Y .}>lCJ
- ,,'.,"',) / ¡ L ,.-
,'. Ie ¿I"'f
,,,( :.... . ~ L IJ. ' )(.l? n',Go-
-r-:::
?y/1-t'l
FOURTH AMENDMENT TO
HEALTH SERVICES AGREEMENT
. , ~~ ' :." J: ;' ...J
~:··;~o.j;'
This Fourth Amendment to the Health Services Agreement between Ken
Mascara, as Sheriff of St. Lucie County, Florida (hereinafter "Sheriff') and Prison Health
Services, Inc. (PHS) for correctional healthcare services is dated for reference purposes
as of March 1 2004. PHS and the Sheriff are collectively referred to as the "Parties."
WHEREAS, the Parties executed a Health Services Agreement with a
commencement date of October 1, 2000, (hereinafter "Agreement") by which PHS
contracted to provide certain medical services to be delivered to inmates of the St. Lucie
County Detention Center (hereinafter "Facility"), and;
WHEREAS, the Agreement has subsequently been amended by a First
Amendment dated February 23, 2001, a Second Amendment dated November 27,
2002, and a Third Amendment dated November 1, 2003, and;
WHEREAS, the Parties wish to further amend said Agreement to provide for
additional nursing hours to screen, triage and provide emergency medications to INS
detainees.
NOW, THEREFORE, in consideration of the mutual covenants herein contained,
the receipt and sufficiency of which are hereby acknowledged; it is agreed upon as
follows:
1. This Fou rth Amendment is effective as of
March 2004.
2. PHS shall provide additional Registered Nursing (RN) hours on an as needed
basis, and as PHS determines necessary, to screen, triage and provide
emergency medications to INS detainees held at the Facility. PHS shall have
no other responsibility for the cost or care of these detainees.
3. These detainees shall not be held at the Facility for more than 24 hours.
4. These detainees will not be booked into the Facility and will not be included in
the daily count.
5. Sheriff shall pay PHS $34.50 per RN hour provided under this amendment to
screen, triage and provide emergency medications to INS detainees held at
the Facility.
6. PHS shall submit a monthly invoice to Sheriff documenting these RN hours,
and Sheriff shall process and pay this invoice within 30 days of receipt.
7. In all other respects, the terms and conditions of the Agreement, as amended,
shall continue unchanged and in full force and effect.
'-"
'-'
IN WITNESS WHEROF, the parties, by their authorized signatures below, have
executed this Amendment to the Agreement.
Sheriff
PHS
l
/
BY:
of":':''''
"
..::' ,!:""o___.;'- á ..~ ~ ~_ .
BY:
/
._~ /'" 11
-"-' --" /
.-/.. .' --'././ --~..,..~
..,. ,..'" ,;...~,~ /
TITLE:
TITLE:
,'.1, '" " .-. .' ~
OAT E'. ' . .,~.:"..%, ,.:.t.- .r /' ~;;;-.~;
,. t . /~·",,-'.."I .. '-'~'.'.",
DATE:
ATTEST:
Corporate Officer
\~
....",..
,-i-I..·J ....,\-~ ' -.,.·;C ~ t I'
\
! ,.JØ001
.. . J t·
11/20:2003 1ï:41~X 615 3ï6 9862
:\SG- PHS
\:;.
i; ',' ¿
THIRD AMENDMENT TO
HEALTH SERVICES AGREEMENT
This Third Amendment to the Health Services Agreement between Ken Mascara., as
Sheriff of St. Lucie County, Florida (hereinafter "Sheriff') and Prison Health Services, Inc.
(pH ) for correctional healthcare services is dated for reference purposes as of
()U I'H1bt' 0 2003. PHS and the Sheriff are collectively referred to as the
«Parties."
WHEREAS, the Parties executed a Health Services Agreement dated October 1,
2000, (hereinafter "Agreeroent") which was subsequently amended by a First Amendment
da.ted February 23, 2001 and a Second Aroendment dated November 27, 2002, by wruch
PHS contracted to provide certain medical services to be delivered to inmates of the St.
Lucie County Detention Center (hereinafter "Facility"), and;
WHEREAS, PHS and the Sheriff wish to further ameo.d said Agreement to extend
the term and adjust the pricing,
NOW, THEREFORE, in consideration of the mutual covenants herein contained,
the receipt and sufficiency of which are hereby acknowledged; it is agreed upon as follows:
1. This Third Amendment is effective as of October 1, 2003. .
2. The Agreement is extended from October 1, 2003 throu.gh and including
September 30, 2005 (hereinafter "Extension Period").
3- For the first year of the Extension Period, the Sheriff shall pay to PHS base
compensation of $2,210,679.00. This baBe compensation shall be payable in
monthly installments of $184,220.60.
4. Du.ring the first year of the Extension Period, a per diem rate of 81.85 will be
added to the monthly base compensation for each inmate in excess of an
average monthly population of 1,050.
5. For the second year of the Extension Period, the Sheriff shall pay to PHS the
above base compensation and per diem, increaied by a minimum ofthe
Consumer Price Index-South Eastern Region Urban Consumers (CIP-D), U.S.
City average for Medical Care. In no event shall the increase be more than 6%.
6. During the second year of the Extension Period, the average monthly
population of 1,050 shall be increased by the same percentage as the base
compensation. The second year per diem rate will be added to the monthly base
compensation for each inmate in excess of the adjusted average monthly
population.
Page lof2
11/20/2003 1 ï: 42 ~ 615 3ï6 9862
~
[4J 002
:\SG-PHS
7. The last paragraph of Section 9.2 of the Agreement shall become effective in the
event the average monthly population exceeds 1,250 for sixty (60) consecutive
days or moxe.
8. Should there be any change in or ID.odification to standards of care, or costs due
to medications, treatments and associated lab costs that results in material
increase in costs, the increased costs related to such change or modification are
not covered in the Agreement and will be negotiated with the Sheriff, the
Sheriff's approval for these new costs shall not be unreasonably withheld.
9. The annual $225,000 aggregate limit set forth Section 1.5 of the Agreement is
amended to include all costs and expenses, on-site and off·site, associated \'ifÍth
dialysis.
10. By way of clarification, the second paragraph of Section 1.7 of the Agreement is
amended to include the following concluding sentence, "WEEKENDERS: PHS
shall have no responsibility for inmates who are booked into custody of the
Facility but do not sleep in the Facility."
11. Section 9.2 of the Agreement is amended to delete from that section each and
every occurrence ofu(beyond a 24-hour period)."
12. The staffing plan initially set forth in Article 2 of the Agreement and
subsequently amended in the Second Amendment is hereby amended to that
reflected in Exhibit "A," attached hereto.
13. Subject to and in compliance with the provisions of HIP AA, PHS shall assiet
the Sheriff to provide the insurance CaI'rier contracted by the county,
reasonably appropriate claims data necessary to satisfy the new contract
insurance carrier requirements.
14. In all other respects, the terms and conditions of the Agreement, as amended,
shall continue unchanged and in full force and effect.
IN WITNESS WHEREOF, the parties hereto have yxecuted this Amendment to the
Agreement as of this ;l/) If'-- day of ¡)6 Ut'111 bf'r 2003.
DATE: October 23. 2003
::~(?~~
TITLE: G rbLJ; J/ (-{' £4'~
/
DATE: ~ ~¿)03
Sheriff
BY:
Page 2 of2
~
""'0.' ..J;:"OLJ J, (jH~í .'
, '. ¡) /¡. !
'11 Ï"¿. ,JiLt ,.,k!jJu
t5
I.) -/H.-'è
SECOND AMENDMENT TO AGREEMENT
. '0
,- . "(,
!,' f (I;., l . . .
i .'V? L ~
This Second Amendment to the Health Services Agreement is dated as of
~t€m be~ ,;).7 , 2002 by and between Prison Health Services, Inc, a Delaw'are
corporation (hereinafter referred to as "PHS") and Ken 1. Mascara, as the Sheriff of St.
Lucie County, Florida (hereinafter referred to as the "Sheriff').
WHEREAS, the Sheriff and PHS executed a Health Services Agreement dated
October I, 2000, (the "Agreement") and amended by the First Amendment dated February
23, 2001, by which PHS contracted to provide medical services to be delivered to inmates
. of the St. Lucie County Detention Center (hereinafter called "Facility").
WHEREAS, PHS and the Sheriff \vish to further amend said Agreement effective
as of November 1.2002.
NOW, THEREFORE, in consideration of the mutual cO\'enants herein contained,
the receipt and sufficiency of which are hereby acknO\vledged; it is agreed upon as follows:
1. Effective November 1, 2002 through September 30, 2003, the Sheriff will
pay PHS the base sum of One hundred Sixty-Eight Thousand Two Hundred
Thirty-Eight and 001100 Dollars ($168,238.00) per month.
2. Effective November I, 2002, enhanced staffing will be provided consisting
of eight (8) hours per week (.20 FTE) of a Physician, twelve (12) hours per
week of a PAl ARNP (.30 FTE), and fifty-six (56) hours per week of a
Registered Nurse (RN) (1.4 FTE).
3. Effective November 1, 2002, the staffing plan will be comprised of 22.9
FTE's and a revised Exhibit A and B are attached hereto.
4. Effective November 1. 2002. the Sheriff will allow PHS to substitute up to
3.0 FTE LPN with Rj'vlA/CMA/Paramedic. Monthly, for each LPN FTE
that is replaced with a RMA/CMA/Paramedic, PHS will credit the Sheriff
the difference between the hourly rates of the LPN and the
Rìv1A/CMA/Paramedic. However, should the FTE's be filled by LPN's, the
Sheriff shall not received a credit.
5. In all other respects, the terms and conditions of the Agreement, as
amended, shall continue unchanged and in full force and effect.
Page 1 of2
\wi
'wi
IN WITNESS WHEROF, the parties hereto have executed this Amendment to the
Agreement as of this J.1 +f.-.. day of -=n tN'On helL- 2002.
cara, Sheriff of St.
unty, Florida
BY:
Title:
DATE~
Attest:
DATE: 4V'~t ~?J..2-
~
Page 2 of2
\¡.r.
"'"
Prison Health Services Inc.
Staffing for
S1. Lucie County Sheriffs Office
County Jail
Position
Medical Director
Dentist
Health Services Administrator
Director of Nursing
Secretary
Medical Records Clerk
PNARNP
RN
LPN
Evènirig
Medical Records Clerk
RN
LPN
~i9h.tS hift,f~i,~i~~~~~~,~(~j~i~~:,;..···
RN
LPN
TOTAL FTE/HOURS per week
SUMMARY:
,,0'S I
Medical Director
Dentist
Health Services Administrator
Director of Nursing
Secretary
Medical Records Clerk
PNARNP
RN
LPN
TOTAL FTE/HOURS per week
FTE
ours per
Week
1.4
2.8
22.90
56
112
916
0.7
0.3
1.0
1.0
1.0
2.0
0.3
3.40
13.20
22.90
28
12
40
40
40
80
12
136
528
916
Exhibit A
'-
Prison Health Services Inc.
Staff Rates
St. Lucie County Sheriffs Office
Medical Director
Dentist
Health Services Administrator
Director of Nursing
Secretary
Medical Records Clerk
PNARNP
RN
LPN
RMNCMNParamedic
~~.·~~.~.·:j.;t.;:~H:J¡l;;¡~~~~"?-H~f~r¡J-?R~.-~ît~.--~.~..: '.
",;",~"",;.., O.U y; a e
$65.00
$45.00
$29.25
$20.20
$14.75
$8.00
$35.00
$20.00
$15.10
$10.00
.....,
Exhibit B
~~~5Í:Ë~~1
0.7
0.3
1.0
1.0
1.0
2.0
0.3
3.4
13.2
'-""
-....I
FIRST AMENDMENT TO AGREEMENT
This Amendment to the Health Services Agreement dated as of~ ~3 ,
2001 by and between Prison Health Services, Inc, a Delaware corporatio (hereinafter
referred to as "PHS") and Ken J. Mascara, as the Sheriff of St. Lucie County, Florida
(hereinafter referred to as the "Sheriff').
WHEREAS, the prior Sheriff of St. Lucie County, Robert C. Knowles and PHS
executed a Health Services Agreement dated October 1, 2000, (the "Agreement"), by
which PHS contracted to provide medical services to be delivered to inmates of the St.
Lucie County Detention Center (hereinafter called "Facility").
WHEREAS, PHS and the current Sheriff of St. Lucie County, Ken J. Mascara
wish to amend said Agreement effective as of January 1,2001.
NOW, THEREFORE, in consideration of the mutual covenants herein contained,
the receipt and sufficiency of which are hereby acknowledged; it is agreed upon as
follows:
1. The parties to the Agreement are Ken J. Mascara as the Sheriff of St.
Lucie County, Florida and Prison Health Services, Inc.; and
2. Section 11.3 Notice, (a) is modified as follows:
(a)
Sheriff Ken J. Mascara:
Sheriff of St. Lucie County
4700 W. Midway Road
Ft. Pierce, FL 34981
3. In all other respects, the terms and conditions of the Agreement, as
amended, shall continue unchanged and in full force and effect.
IN WITNESS WHEROF the
Agreement as of this ~
parties hereto have executed this Amendment
dayOf.....~~,2001.
Prison Health Services, Inc.
to the
-,
B~1v
Title: 4pfc~J
DATE: 1-/'Z-~/""
'iFtt)
~
'wi
HEALTH SERVICES AGREEMENT
THIS AGREEtvIENT between Robert C. Knowles, as Sheriff of S1. Lucie County, Florida
(hereinafter referred to as "Sheriff or SLCSO"), and Prison Health Services, Inc., a Delaware
corporation, (hereinafter referred to as "PHS"), is entered into as of the j ::. day of
(I. rt./ },' t ,2000. Services under this Agreement shall commence on October 1, 2000 and
shall continue for a period of three years, in accordance with Section 8.1.
\VITNESSETH:
WHEREAS, the Sheriff is charged by law with the responsibility for obtaining and
providing reasonably necessary medical care for inmates of the S1. Lucie County Detention Center
(hereinafter called "Facility"); and
WHEREAS, the Sheriff desires to provide for health care to inmates in accordance with
applicable law; and
WHEREAS, the Sheriff desires to enter into this Agreement with PHS to promote this
objective; and
WHEREAS, PHS is in the business of providing correctional health care services and
desires to provide such services for the Sheriff under the terms and conditions hereof,
NOW, THEREFORE, in consideration ofthe covenants and promises hereinafter made, the
parties hereto agree as follows:
ARTICLE I: HEALTH CARE SERVICES
1.1 General Engagement. The Sheriff hereby contracts with PHS to provide for the
delivery of reasonably necessary medical care to individuals under the custody and control of the
Sheriff and sentenced to and incarcerated at the Facility ("Inmates"), except those identified as
work release, and PHS enters into this Agreement according to the terms and provisions hereof.
1.2 Scope of General Services. The responsibility of PHS for medical care of an inmate
commences with booking of said inmate. It is further required that the SLCSO notify the on-site
PHS staff of any bookings performed outside the Facility. PHS shall provide health care services
for all persons committed to the custody of the Facility, except work release and those identified in
Section 1.7. PHS shall provide on a regular basis, at its own cost, all professional medical, dental,
(excluding in-patient psychiatric hospitalization), related health care and administrative services for
the inmates, a comprehensive health evaluation of each inmate following booking into the Facility
in accordance with NCCHC Standards and Florida Model Jail Standards], booking/intake health
screenings, regularly scheduled sick call, nursing care, regular physician and dentist visits to the
'-'
....,¡
Facility, hospitalization, medical specialty services, emergency medical care, emergency
ambulance services when medically necessary, medical records management, pharmacy services
management, health education and training services, a quality assurance program, administrative
support services, and other services, all as more specifically described herein.
1.3 Specialty Services. In addition to providing the general services described above,
PHS shall, at its own cost, provide to inmates at the Facility special medical services including, but
not limited to, radiology services and laboratory services to the extent such are determined to be
medically necessary by PHS. \Vhere non-emergency specialty care is required and cannot be
rendered at the Facility, PHS will make appropriate off-site arrangements for the rendering of such
care and shall make arrangements with the Sheriff for the transportation of the inmates in
accordance with Section 1.9 of this Agreement.
1.4 Emergency Services. PHS shall provide, at its own cost, emergency medical care,
as medically necessary, to inmates through arrangements to be detennined by PHS with local
hospitals. PHS shall, at its own cost, provide for qualified emergency ambulance transportation
services when medically necessary in connection with off-site emergency medical treatment.
Additionally, staff employed by the Sheriff and visitors shall be treated within the Facility for
injuries and/or illnesses only in an emergency and upon request of the Sheriff.
1.5 Hospitalization Services and Limitations on Catastrophic Medical Services. PHS
will arrange for the admission of any inmate who, in the opinion of the Medical Director
(hereinafter meaning a licensed PHS physician) requires hospitalization, and will bear the costs
thereof up to the limits set forth herein. PHS will be responsible for costs associated with
hospitalization, all off-site and on-site specialty services, inclusive of diagnostic procedures, and
emergency transportation services.
"Hospitalžzation" refers to those services, which will be rendered in a JACHO accredited
hospital, which provides comprehensive adult medical care. Such services include inpatient
hospitalization, ambulatory surgery, emergency ambulatory care, diagnostic and therapeutic
radiology, laboratory and pathological capabilities, and physical medicine capabilities. "Off-site
medical specialžst care" refers to those services rendered by licensed medical specialists, which are
not provided on-site at the Jail, and which are provided off-site in a hospital, physician's offIce or
clinic, or other medical facility.
For each twelve (12) month period of the contract, PHS' liability for costs associated with
the medical services for inmates rendered outside of the Facility as previously defined will be
limited as follows:
(a) PHS' total liability for hospital and off-site medical specialty costs for all
inmates will be limited to $225,000 per twelve (12) month contract period.
Should the amount expended not reach $225,000 in any contract year, then
PHS will credit against its fee paid by the SLCSO, an amount equal to fifty
percent (50%) of the difference between the amount expended and $225,000.
Should the total amount expended by PHS be greater than $225,000 in any
contract year, then the excess cost will be shared by PHS and the SLCSO at a
2
'-
....,¡
rate of fIfty percent (50%) each for any amount between $225,001 and
$400,000, and twenty-fIve percent (25%) to PHS and seventy-five percent
(75%) to SLCSO for any amount greater than $400,001.
(b) Included in the aggregate S225,OOO annual liability limit are costs associated
with protease inhibitors and viral load testing for HIV positive patients as
defined by CDC criteria. Monthly summaries for these costs will be
forwarded to SLCSO.
The intent of this Section 1.5 is to defme PHS' limit of costs for hospitalization and other
medical services rendered outside of the Facility.
1.6 Exceptions to Treatment. PHS will not be financially responsible for the cost of
any medical treatment or health care services provided to any inmate prior to the inmate's formal
booking into the custody of the SLCSO. Such pre-booking conditions are defmed as an injury or
illness for which a prisoner, arrested for a violation of State law or County ordinance, is treated,
prior to, or at the time of, being booked {into} the St. Lucie County Jail.
Furthermore, PHS will not be financially responsible for the cost of any medical treatment
or health care services provided to medically stabilize any inmate presented at booking with a life
threatening injury or illness or in immediate need of emergency medical care.
Once an inmate has been medically stabilized and booked into the custody of the SLCSO,
PHS will be financially responsible for the cost of all medical treatment for health care services
regardless of the nature of the illness or injury or whether or not the illness or injury occurred prior
or subsequent to the individual's incarceration at the Facility. An inmate shall be considered
medically stabilized when the medical condition no longer requires immediate emergency medical
care or outside hospitalization so that the inmate can be reasonably housed inside the Facility.
PHS shall not be financially responsible for significant changes in treatment standards,
which are either not FDA approved at the start date of this contract or are not part of PHS' written
protocols in use at the Facility at the time this Agreement is entered into. Should any new drug
classes or diagnostic tests be mandated and approved in relation to community health care
standards for treatment and or required by the PHS Medical Director as necessary for the treatment
of inmates housed at the Facility, and the cost of such treatment, in total aggregate, would exceed
2% of the annual contract amount for any contract term, then the Sheriff and PHS shall agree to
negotiate the potential for additional compensation due PHS.
PHS shall not be responsible for medical costs associated with the medical care of any
infants born to inmates. PHS shall provide health care services to pregnant inmates, but health care
services provided to an infant following birth will not be the responsibility of PHS. PHS shall not
be responsible for the costs or furnishing of any abortions unless medically necessary.
PHS will not be responsible for any medical testing or obtaining samples, which are
forensic in nature, except as required by Florida Statutes 943.325, which mandates that individuals
convicted of "any offense or attempted offense defined in Chapter 794 (Sexual Battery), Chapter
3
'-
"w1J
800 (Lewdness; Indecent Exposure), s. 782.04 (Homocide), s. 784.045 (Aggravated Battery), s.
812.133 (Carj acking), or 812.135 (Home Invasion Robbery) and, who is within the confines of the
legal state boundaries, shall be required to submit two specimens of blood."
1.7 Inmates Outside the Facilities. Health care services are intended only for those
inmates booked into actual custody of the Facility. This includes inmates booked into custody
while in outside hospitals immediately after notification of such booking to the on-site PHS
Medical staff. Such inmates will be included in the daily population count.
Inmates on any sort of temporary release (authorized or unauthorized), including, but not
limited to, inmates temporarily released for the purpose of attending funerals or other family
emergencies, inmates on escape status, inmates on pass, parole or supervised custody who do not
sleep in the Facility at night, will not be included in the daily population count, and will not be the
responsibility of PHS with respect to any claim, liability, cost or expense of the payment or
furnishing of health care services. The cost of medical services provided to inmates who become
ill or are injured while on temporary release will not be the fmancial responsibility of PHS after
their return to the Facility. This relates solely to the costs relating to the particular illness or injury
incurred while on such temporary release. The cost of medical services for other illnesses and
injuries will be the responsibility of PHS.
Inmates in the custody of other police or other penal jurisdictions at the request of the
County are likewise excluded from the population count and are not the responsibility of PHS for
the furnishing or payment of health care services.
1.8 Elective Medical Care. PHS will not be responsible for providing elective medical
care to inmates. For purposes of the Agreement, "elective medical care" means medical care,
which, if not provided, would not, in the opinion of PHS' Medical Director, cause the inmate1s
health to deteriorate or cause definite harm to the inmate's well-being. Such decisions concerning
medical care shall be consistent with general NCCHC standards. In the event of a dispute between
PHS' Medical Director and the Sheriff regarding effective medical care, PHS will state in writing
to SLCSO reasons why the medical care is being denied. Any referral of inmates for elective
medical care must be reviewed by the Sheriff prior to provision of such services.
1.9 Transportation Services. To the extent any inmate requires off-site nonemergency
health care treatment including, but not limited to, hospitalization care and specialty services, for
which care and services PHS is obligated to pay under this Agreement, the SLCSO will, upon prior
request by PHS, its agents, employees or contractors, 'provide transportation as reasonably
available, provided that such transportation is scheduled in advance. When medically necessary,
PHS shall provide all emergency ambulance transportation of inmates in accordance with Section
1.4 of this Agreement.
1.10 Medical Services to Sheriff's Offtce Staff The PHS physician will perform
Criminal Justice Standards and Training mandated pre-employment physical examinations for up to
fifty (50) applicants per year at no additional charge to the Sheriff's Office. The SLCSO will,
however, pay PHS Fifty and 00/1 00 Dollars ($50.00) each for any applicants in excess of fifty (50)
4
"'"
'-
per year. PHS will perform the pre-employment physical examinations within five (5) working
days of request.
PHS will provide a Hepatitis B inoculation program for Sheriff's OffIce staff, including
administration of vaccine and record-keeping. PHS will provide this program at no additional cost
to the Sheriff's Offlce. The SLCSO will be responsible for the purchase of the Hepatitis B vaccine
for the program.
PHS will provide annual testing for tuberculosis (PPD test) for Sheriff's Office staff at no
additional cost to the SLCSO. In the event of positive test results on any staff member, that person
will be referred for follow-up and treatment per an established protocol.
PHS will provide drug-testing services of Sheriff's Department Employees. On a weekly
basis, PHS staff will process a maximum of nine (9) drug screening panels, as requested by the
Sheriff's office. The testing results will be sent directly to the Sheriff's designee.
ARTICLE II: PERSONNEL
2.1 Staffing. PHS shall provide medical, dental, technical and support personnel as
necessary for the rendering of health care services to inmates at the Facility as described in and
required by this Agreement. The chart attached as Exhibit A includes the agreed-upon staffing
matrix necessary to provide the health care and support services required by the Facility for an
inmate population of 900 inmates.
The staffing matrix is based on the assumption that there will be up to 900 inmates. Should
the inmate population increase to a level greater than 900 inmates for a period of 60 days or longer,
additional health care staffmg beyond the positions noted above might be necessitated. Should a
sustained increase occur, PHS reserves the right to review the staffing and contract price and, with
the County's participation and approval, which shall not be unreasonably withheld, make necessary
adjustments in staffing and contract price in order to accommodate any additional staff positions
which may be needed to serve the increased inmate population. Should a sustained decrease in
inmate population occur for a thirty (30) day period or longer, PHS reserves the right to decrease
staffing to an appropriate level for the population.
Should a sustained decrease in population occur such that there is a variance in population
for a sustained period of three months, PHS will be able to decrease staffmg until population is at
the prior level, if such decrease can occur without a reduction in the level of service to the
remaining population.
2.2 Staffing Penalties. For each position governed by the stafflng matrix included as
Exhibit A of this Agreement, a penalty will be imposed by the SLCSO for any unfilled hours. For
each unfilled hour of such staff time, the SLCSO will deduct from its monthly payment to PHS at
the average hourly salary rate for the position as defined in Exhibit B. Should any position go
unfilled for a period exceeding thirty (30) days, the rate of hourly charge back to PHS will be one
hundred percent (100%) of the average hourly salary rate for the position. In all cases, employees
5
'-
....,
may be used to cover like positions when their credentials exceed the credentials required for such
similar position.
In the event of staff shortages, "agency" or "pool" nurses shall not exceed 15% of the total
staffmg pattern for any monthly period. In the event that PHS exceeds this limit, a charge back
equal to one hundred percent (100%) of the average hourly salary rate for the position shall be
assessed for each hour PHS exceeds the fifteen percent (15%) cap.
2.3 Licensure, CertifIcation and Registration of Personnel. All personnel provided or
made available by PHS to render services hereunder shall be licensed, certified or registered, as
appropriate, in their respective areas of expertise as required by applicable Florida law.
2.4 Sheriff's Satisfaction with Health Care Personnel. If the Sheriff becomes dissatisfied
with any health care personnel provided by PHS hereunder, or by any independent contractor,
subcontractors or assignee, PHS, in recognition of the sensiti\'e nature of correctional services,
shall, following receipt of written notice from the Sheriff of the grounds for such dissatisfaction and
in consideration of the reasons therefor, shall exercise its best efforts to resolve the problem. If the
problem is not resolved satisfactorily to the Sheriff, PHS shall remove or shall cause any
independent contractor, subcontractor, or assignee to remove the individual about whom the Sheriff
has expressed dissatisfaction. Should removal of an individual become necessary, PHS will be
allowed reasonable time to find an acceptable replacement, without penalty or prejudice to the
interests of PHS.
2.5 Use of Inmates in the provision of Health Care Services. Inmates shall not be
employed or otherwise engaged by either PHS or the Sheriff in the direct rendering of any health
care services. Upon prior written approval of the Sheriff, inmates may be used in positions not
involving the rendering of health care services directly to inmates.
2.6 Subcontracting and Delegation. In order to discharge its obligations hereunder, PHS
will engage certain health care professionals as independent contractors rather than as employees.
The Sheriff may request to approve such professionals, but approval will not be unreasonably
withheld. Subject to the approval described above, the Sheriff consents to such subcontracting or
delegation. As the relationship between PHS and these health care professionals will be that of
independent contractor, PHS will not be considered or deemed to be engaged in the practice of
medicine or other professions practiced by these professionals. PHS will not exercise control over
the manner or means by which these independent contractors perform their professional medical
duties. However, PHS shall exercise administrative supervision over such professionals necessary
to ensure the strict fulfillment of the obligations contained in this Agreement. For each agent and
subcontractor, including all medical professionals, physicians, dentists and nurses performing
duties as agents or independent contractors of PHS under this Agreement, PHS shall provide the
Sheriff proof, if requested, that there is in effect a professional liability or medical malpractice
insurance policy, as the case may be, in an amount of at least One million dollars ($1,000,000)
coverage per occurrence and Three million dollars ($3,000,000) aggregate. If requested by SLSCO,
PHS will provide to SLCSO copies of subcontractor agreements providing service warranted under
the Agreement.
6
"-
~
2.7 Discrimination. During the performance of this Agreement, PHS and Sheriff, their
employees, agents, subcontractors, and assignees agree as follows:
(a) None will discriminate against any employee or applicant for employment
because of race, color, religion, sex, age, Vietnam Veteran status, disability
as defined in the Americans with Disabilities Act or national origin, except
where age, religion, sex, disability or lack thereof or national origin is a bona
fide occupational qualification reasonably necessary to the normal operation
of the contractor. Each will agree to post in conspicuous places, available to
employees and applicants for employment, notices setting forth the
provisions of this nondiscrimination clause.
(b) In all solicitations or advertisements for employees, each will state that it is
an equal opportunity employer.
(c) Notices, advertisements and solicitations placed in accordance with federal
law, rule or regulation shall be deemed sufficient for the purpose of meeting
the requirements of this section.
ARTICLE III: ACCREDIT:\. TION
3.1 Obligation of PHS. PHS' services shall be designed to meet the standards
promulgated/developed by the National Commission on Correctional Health Care for Jails
(NCCHC), American Correctional Association (ACA) and the Florida Model Jail Standards. PHS
will cooperate fully with the Sheriff in all efforts to attain and maintain formal accreditation of the
Facility's health care program. Any deficiency in the performance of health care services under this
Agreement in the SLCSO correctional system resulting in notice from any regulatory or accrediting
organization may constitute a material breach of this Agreement and shall be rectified immediately
provided that such a breach is directly attributed to PHS. Failure to rectify any such deficiency
within a thirty (30) day cure period may result in causing the Sheriff, in his sole discretion, to
terminate this Agreement. PHS will maintain NCCHC accreditation. In the event accreditation from
the NCCHC is not maintained but substantially cancelled during the term of this Agreement for
failure on the part of PHS to comply with NCCHC standards, then PHS will pay a penalty of
Twenty-Five Thousand and 00/100 Dollars ($25,000.00) to the SLCSO as liquidated damages.
This obligation shall include the providing of written reports, on-site reviews, preparation of
forms and applications and attendance at meetings as required by the Sheriff. PHS shall not be
responsible for NCCHC requirements not under PHS' direct control or within the scope of PHS
services.
ARTICLE IV: EDUCATION
4.1 Inmate and Staff Education. PHS shall conduct an ongoing health education
program for inmates at the Facility with the objective of raising the level of inmate health and
health care. If the Sheriff so desires, PHS shall conduct the same program for correctional offlcers
at the Facility.
7
....",
'-
PHS staff will provide relevant training to SLCSO staff on at least a quarterly basis on
topics agreed upon by both parties.
4.2 Medical Services Staff Education. PHS will require that its medical, professional
and para-professional staff receive all necessary and requisite statutorily mandated in-service,
annual or proficiency training and other such professional or para-professional education and
training programs needed to provide current proficiency in the professional's or para-professional's
particular medical discipline or specialty.
ARTICLE V: REPORTS AND RECORDS
5.1 Medical Records. PHS shall cause and require to be maintained a complete and
accurate medical record for each inmate who has received health care services. Each medical record
will be maintained in accordance with applicable laws, NCCHC standards and the Sheriffs policies
and procedures. The medical records shall be kept separate from the inmate's confinement record.
A complete legible copy of the applicable medical record shall be available, at all times, to the
Sheriff and may be available to accompany each inmate who is transferred from the Facility to
another location for off-site services or transferred to another institution. Medical records shall be
kept confidential. Subject to applicable law regarding confIdentiality of such records, PHS shall
comply with Florida law and the Sheriffs policy with regard to access by inmates and Facility staff
to medical records. No information contained in the medical records shall be released by PHS
except as provided by the Sheriffs policy, by a court order, or otherwise in accordance with the
applicable law. PHS shall, at its own cost, provide all medical records, forms, jackets, and other
materials necessary to maintain the medical records. Upon the expiration or termination of this
Agreement, all medical records shall be delivered to and remain with the Sheriff. However, the
Sheriff shall provide PHS with reasonable ongoing access to all medical records even after the
termination/expiration of this Agreement to enable PHS to properly prepare for litigation or
anticipated litigation or any other legal or regulatory action brought or threatened by third persons
in connection with services rendered during the term hereof.
5.2 Regular Reports by PHS to the Sheriff. PHS shall provide to the Sheriff, on a date
and in a form mutually acceptable to PHS and the Sheriff, monthly and annual reports relating to
services rendered under this Agreement. PHS shall submit monthly and other periodic reports to
the Director of the Detention Department for the Sheriff or the Sheriffs Health Services
Representative, concerning and reflecting on the overall health of the inmates committed to the
custody of the Sheriff. Such reports shall be submitted on a regular, periodic, or as requested basis
to be determined by mutual written agreement of PHS and the Sheriff. PHS will fully cooperate
with the SLCSO to respond to reporting requests to support any provision or section of this
Agreement, without any additional charge, fee or assessment to the Sheriff.
5.3 Third Party Reimbursement. PHS will seek and obtain from any inmate
information concerning any health insurance the inmate might have that would cover services
rendered by PHS hereunder, and the Sheriff will cooperate fully with PHS in its efforts to secure
this information. PHS will be responsible for the coordination and management oversight of all
potential third payment efforts. PHS will not make payment for any offsite inmate health care until
all third party payment efforts have been exhausted, such efforts will not include litigation. All
8
.....,
\w
third party remuneration that is recovered or credited because of the efforts to collect payment by
PHS from any third party source or entity, including without limitation, workers compensation
insurance, commercial medical insurance, Medicare, Medicaid, federal, state or local health care
benefits or programs, will be returned, paid or credited to the Sheriffs o[f¡ce. SLCSO will receive
a monthly report outlining third party reimbursement efforts made by PHS.
PHS will require that anyone acting on its behalf or providing any medical service to an
inmate will seek reimbursement for any such medical services, as allowed by law, in accordance
with the provisions of F.S. 901.35 (except for F.S. 951.35 (2) (a), as it may be applicable to the
Board of County Commissioners for St. Lucie County) and F.S. 951.032.
5A Inmate Information. Subject to the applicable Florida law, in order to assist PHS in
providing the best possible health care services to inmates, the Sheriff will provide PHS with
information pertaining to inmates that PHS and the Sheriff mutually identify as reasonable and
necessary for PHS to adequately perform its obligations hereunder.
5.5 PHS Records Available to the Sheriff with Limitations on Disclosure. PHS shall
make available to the Sheriff, at the Sheriff's request, all records, documents and other papers
relating to the direct delivery of health care services to inmates hereunder. The Sheriff understands
that many of the systems, methods, procedures, written materials and other controls employed by
PHS in the performance of its obligations hereunder are proprietary in nature and will remain the
property of PHS. Information concerning such may not, at any time, be used, distributed, copied or
otherwise utilized by the Sheriff, except in connection with the delivery of health care services
hereunder, or as permitted or required by law, unless such disclosure is approved in advance in
writing by PHS.
5.6 Sheriff's Records Available to PHS with Limitations on Disclosure. During the
term of this Agreement and for a reasonable time thereafter, the Sheriff will provide PHS, at PHS'
request, Sheriff's records relating to the provision of health care services to inmates as may be
reasonably requested by PHS or as are pertinent to the investigation or defense of any claim related
to PHS' conduct. Consistent with applicable law, the Sheriff will make available to PHS such
records as are maintained by the Sheriff, hospitals and other outside health care providers involved
in the care or treatment of inmates (to the extent the Sheriff has any control over those records) as
PHS may reasonably request. Any such information provided by the Sheriff to PHS that the Sheriff
considers confidential and clearly labeled confidential shall be kept confidential by PHS and shall
not, except as may be required by law, be distributed to any third party without the prior Mitten
approval of the Sheriff.
5.7 Florida Public Record Law. PHS acknowledges that it is familiar with the
provisions of Florida's Public Records Law (Chapter 119, F .S.) and all of its medical records as
they pertain to health care services for the Sheriff are subject to the provisions of the Public
Records Law of Florida, unless specifically exempted under Chapter 119, Florida Statutes, or other
such provisions of Florida law providing for the confidentiality of medical records. In the event
that PHS should assert any proprietary or confidential status to any of its systems, methods,
procedures or written materials and other controls employed by PHS in the performance of its
obligation pursuant to this Agreement, then PHS shall assert such claim on its own.
9
...,¡
~
ARTICLE VI: SECURITY
6.1 General. PHS and the Sheriff understand that adequate security services are necessary for
the safety of the agents, employees and subcontractors of PHS as well as for the security of
inmatesand Sheriffs staff, consistent with the correctional setting. The Sheriff will do his best to
provide sufficient security to enable PHS, and its personnel, to safely and adequately provide the
health care services described in this Agreement. PHS, its staff and personnel, understand that the
facility in which services will be rendered is a detention or jail facility and that working in such a
facility involves inherent dangers. PHS, its staff and personnel further understand that the Sheriff
cannot guarantee anyone's safety in such a facility and nothing herein shall be construed to
makethe Sheriff, his deputies or employees a guarantor of the safety of PHS employees, agents or
subcontractors, including their employees.
In the event that any recommendation by PHS for particular health services for any inmate
or transfers to a medical facility should not be implemented and carried out for security reasons,
PHS will be released from professional liability for any damages resulting from any such decision
on the part of the Sheriff not to respond or to institute a requested transfer of any inmate.
6.2 Loss of Equipment and Supplies. The Sheriff shall not be liab Ie for loss of or
damage to equipment and supplies of PHS, its agents, employees or subcontractors unless such loss
or damage was caused by the negligence of the Sheriff or his employees.
6.3 Security During Transportation Off-Site. The Sheriff will provide security as
necessary and appropriate in connection with the transportation of any inmate between the Facility
and any other location for off-site services as contemplated herein.
ARTICLE VII: OFFICE SPACE, EQUIPMENT, INVENTORY AND SUPPLIES
7.1 General. The Sheriff agrees to provide PHS with office space, facilities, equipment
(including office furniture) and utilities sufficient to enable PHS to perfonn its obligations
hereunder. PHS will supply telephone carrier services and equipment within the Jail for local and
long distance access for use of its personnel. The Sheriff will provide necessary maintenance and
housekeeping of the office space and facilities. PHS agrees it has inspected the Facility and medical
office space and facilities and that such space and facilities are sufficient for its agents, employees
and subcontractors to perform all of the obligations required under this Agreement. Sheriff shall be
responsible for providing substitute space should the designated facilities become unsafe for any
reason.
7.2 Delivery of Possession. The Sheriff will provide to PHS, beginning on the date of
commencement of this Agreement, possession and control of all medical and office equipment and
supplies, that are the Sheriff's property, in place at the Facility's health care unit. At the tennination
of this or any subsequent Agreement, PHS will return to the Sheriff possession and control of all
supplies, medical and office equipment, in working order, reasonable wear and tear excepted,
which were in place at the Facility's health care unit prior to the commencement of services under
this Agreement.
10
'WI
'-'
7.3 Maintenance and Replenishment of Equipment. The Sheriff will continue to
maintain all County equipment necessary for the performance of this contract by PHS in working
order during the term of this Agreement. Based on input from the PHS Medical Administrator, the
detention department will submit an annual budget for any capital equipment items necessary to
provide services in the Facilities.
7.4 General Maintenance Services. The Sheriff will provide for each inmate receiving
health care services the same services and facilities provided by the Sheriff for all inmates at the
Facility including, but not limited to, daily housekeeping services, dietary services, building
maintenance services, personal hygiene supplies and services, and linen supplies.
7.5 Supplies. PHS warrants and represents that the quality and quantity of supplies on
hand during this Agreement will be sufftcient to enable PHS to perform its obligations hereunder.
7.6 TB Isolation Rooms. PHS will pay for the remodeling of two of the infirmary cells
to meet the CDC and Florida State recommended standards for tuberculosis isolation. Upon
completion, the rooms will maintain negative air pressure and have an average of 12 air changes
per hour. If it is determined that air recirculation is unavailable, then high efficiency particulate air
(HEP A) filters will be installed.
ARTICLE vnI: TERl\1 AND TERMINATION OF AGREEMENT
8.1 Term. This Agreement will be effective at 12:01 a.m. on October 1, 2000. The
initial term of this Agreement shall be three years. This Agreement is renewable under like terms
for any number of additional two (2) year terms thereafter, unless either party delivers written
notice of non-renewal to the other party at least ninety (90) days prior to the expiration of the then-
existing term, in which event, this Agreement will terminate upon the expiration of the then-
existing term.
8.2 Termination. This Agreement may be terminated as otherwise provided in this
Agreement or as follows:
(a) Termination by Agreement. In the event that each of the parties mutually
agrees in writing, this Agreement may be tenninated on the terms and date
stipulated therein.
(b) Tennination by Cancellation. This Agreement may be cancelled without
cause by either party upon one-hundred eighty (180) days prior written
notice in accordance with Section 11.3 of this Agreement.
(c) Termination for Default. In the event either party shall give notice to the
other that such other party has materially defaulted in the performance of any
of its material obligations hereunder and such default shall not have been
cured within thirty (30) days following the giving of such notice in writing,
the party giving the notice shall have the right immediately to terminate this
Agreement, provided, however, that the cure period shall be limited to ten
11
....,
'"
(10) days if the default is failure by the Sheriff to timely make any payments
due to PHS hereunder.
(d) Annual Appropriations and Funding. Failure of the governing body of the
Sheriff to authorize or appropriate funds sufficient for the Sheriff to meet his
obligations hereunder.
8.3 Responsibility for Inmate Health Care. Upon termination of this Agreement, all
responsibility for providing health care services to all inmates, including inmates receiving health
care services at sites outside the Facility, will be transferred from PHS to the Sheriff.
ARTICLE IX: COMPENSATION
9.1 Base Compensation. The Sheriff will pay to PHS the base price sum of One Million
Six Hundred Fifty-Four Thousand Seven Hundred Twenty-Eight and 00/100 Dollars
($1,654,728.00) for the first twelve months of this Agreement for the daily average base inmate
population of 850, payable in twelve (12) equal monthly installments of One Hundred Thirty Seven
Thousand Eight Hundred Ninety-Four and 00/1 00 Dollars ($137,894.00) each. PHS will invoice
the Sheriff fifteen (15) days before the first day of the month for which services will be rendered
The Sheriff agrees to pay PHS on or before the fifteenth (15th) day of the month for which services
will be rendered. In the event this Agreement should terminate or be amended on a date other than
the end of any calendar month, compensation to PHS will be prorated accordingly for the shortened
month.
For the Second year of this Agreement, the Sheriff will pay PHS the sum of One Million
Seven Hundred Twenty-One Thousand One Hundred Fifty-Seven and 00/1 00 Dollars
($1,721,157.00) for a daily average population of 875, payable in twelve (12) equal monthly
installments of One Hundred Forty-Three Thousand Four Hundred Thirty and 00/100 Dollars
($143,430.00) each. PHS will bill the Sheriff fifteen (15) days before the first day of the month for
which services will be rendered and the Sheriff agrees to pay PHS on or before the fifteenth (15th)
day of the month for which services will be rendered. In the event this Agreement should terminate
or be amended on a date other than the end of a calendar month, compensation will be prorated
accordingly based on the fractional portion of the month during which PHS actually provided
services.
For the Third year of this Agreement, the Sheriff will pay PHS the sum of One Million
Seven Hundred Eighty-Eight Thousand Five Hundred Six and 00/1 00 Dollars ($1,788,506.00) for a
daily average population of 900, payable in twelve (12) equal monthly installments of One
Hundred Forty Nine Thousand Forty two and 00/100 Dollars ($149,042.00) each. PHS will bill the
Sheriff fifteen (15) days before the first day of the month for which services will be rendered and
the Sheriff agrees to pay PHS on or before the fifteenth (15th) day of the month for which services
will be rendered. In the event this Agreement should terminate or be amended on a date other than
the end of a calendar month, compensation will be prorated accordingly based on the fractional
portion of the month during which PHS actually provided services.
12
..."
'-'
9.2 Increases in Inmate Population. For the First year of this Agreement, a per diem rate
of $1.60 will be applied to the monthly base compensation for each inmate in excess of the Average
Monthly base population (beyond a 24-hour period) of 850.
For the Second year of this Agreement, a per diem rate of $1.65 will be applied to the
monthly base compensation for each inmate in excess of the Average Monthly base population
(beyond a 24-hour period) of 875.
For the Third year of this Agreement, a per diem rate of S 1.70 will be applied to the
monthly base compensation for each inmate in excess of the Average Monthly base population
(beyond a 24-hour period) of 900.
The average daily inmate resident population shall be calculated by adding the population
or head còunt totals taken during the day and dividing by the number of counts taken to determine
the average daily population. The average daily population counts are added for each day of the
month and divided by the number of days in the month to determine the average monthly inmate
population. The excess, if any, over the inmate population caps will be multiplied by the per diem
rate and the number of days in the month to arrive at the increase in compensation payable to PHS
for the month.
For example, if there is an excess above the monthly inmate cap of five (5) inmates as the
monthly average at the end of the month, then PHS shall receive additional compensation of five
(5) times the number of days in the month times the per diem rate for the contract year. If in the
month of August (31 days) the average monthly population is five (5) inmates above the base and
the per diem rate is $1.60, then the additional compensation payable to PHS is 5 X 31 X $1.60 =
$248.00.
This per diem is intended to cover additional costs in those instances where minor, short-
term increases in the inmate population result in the higher utilization of routine supplies and
services. However, the per diem is not intended to provide for any additional fixed costs, such as
new staffing positions, which might prove necessary if the inmate population grows significantly
and if the population increase is sustained. In such cases, PHS reserves the right to increase its
staffing complement and adjust its contract price in order to continue to provide services to the
increased number of inmates and maintain the quality of care. This v-lould be done with the full
knowledge of the Sheriff and involved County offtcials, and following appropriate notification to
the Sheriff/County.
9.3 Compensation for Renewal Terms. Pricing will be adjusted for the renewal terms
based on the mutual written agreement of the Sheriff and PHS.
9.4 Penalty for Late Inmate History and Physical Examinations. The SLCSO will
assess a fine of One Hundred Fifty and 00/1 00 Dollars ($150.00) for each Inmate History and
Physical Examination not completed within the required fourteen (14) days of booking. This fille
will not be assessed if PHS' staff do not have reasonable access to any inmate in order to complete
the history or examination.
13
"".,
'-'
9.5 Inmates from Other Jurisdictions. Medical care rendered within the Facility to
inmates from other jurisdictions housed in the Facility pursuant to contracts between the County
and such other jurisdictions will be the responsibility of PHS, as limited by Section 1.7. Medical
care that cannot be rendered in the Facility will be arranged by PHS, but PHS shall have no
[mancial responsibility for such services.
9.6 Responsibility for \Vork Release Inmates. Nonvithstanding any other provisions of
this Agreement to the contrary, both parties agree that County inmates assigned to Work Release
are personally responsible for the costs of any medical services provided to them. PHS may assist
with arranging the necessary transportation for Work Release inmates to obtain medical care.
9.7 Changes in the Law. If any statute, rule or regulation is passed or any order issued
or any statute or guideline adopted materially increasing the cost to PHS of providing health care
services hereunder, PHS and the Sheriff will agree on additional compensation to be paid by the
Sheriff to PHS as a result of such changes, provided, however, that if the parties are unable to agree
on appropriate compensation, the matter shall be submitted to arbitration according to the
provisions of Section 11.7 hereof.
ARTICLE X: LIABILITY AND RISK l\'lANAGEM:ENT
10.1 Insurance. At all times during this Agreement, PHS shall maintain Professional
Liability insurance covering PHS, its employees, its officers and agents in the minimum amount of
at least one million dollars ($1,000,000) per occurrence and three million dollars ($3,000,000) in
the aggregate annually. Physicians and dentists provided by PHS will be included in the coverage.
In the event that the coverage changes, PHS shall notify the Sheriff in writing. PHS shall also
notify the County or the Sheriff, in writing, of any reduction in policy amounts or cancellation of
msurance coverage.
PHS will maintain over the tenn of this Agreement, Comprehensive General Liability
coverage of at least $1,000,000 bodily injury and property damage, combined single limit.
PHS will maintain over the tenn of this Agreement a minimum coverage of $300,000
bodily injury and property damage combined single limit for Autos owned by PHS.
PHS will maintain over the tenn of this Agreement, Worker's Compensation Insurance for
all of its employees connected with the work of this Agreement and in any case of subcontracting,
will require that the subcontractor has sufficient coverage as well. Such insurance will comply
fully with the Florida Worker's Compensation Law.
10.2 Lawsuits Against the Sheriff or County. In the event that any lawsuit (whether
frivolous or otherwise) is [¡led against either the Sheriff, his employees or against the County, its
elected offtcials, employees and agents based on or containing allegations concerning medical care
of inmates or on the performance of PHS's employees, agents, subcontractors or assignees, the
parties agree that PHS, its employees, agents, subcontractors, assignees or independent contractors,
as the case may be, may be joined as parties defendant in any such lawsuit and shall be responsible
for their own defense and any judgments rendered against them. Nothing herein shall prohibit any
14
....,
'-'
of the parties to this Agreement from joining the remaining parties hereto as defendants in lawsuits
filed by third parties.
10.3 Indemnity. PHS agrees to indemnify and hold hannless the Sheriff and St. Lucie
County, their officers, appointees, agents and employees from any claim, loss, damage, cost, charge
or expense arising out of any act, action, neglect, omission or failure to act by PHS, including but
not limited to, any claims, amounts or injuries covered under the Workers' Compensation laws,
except as a third party claim outside Workers' Compensation, resulting or arising from PHS'
obligations and duties under this Agreement, except that neither PHS nor any of its subcontractors
shall be liable for any injury or damage directly caused by or resulting from the sole negligence of
the Sheriff, his offtcers, agents and employees.
In no event however, shall PHS' obligations in this section apply or extend to:
a) any claim, liability, cost or expenses arising or incurred at any time in
connection with treatment of any inmate's injury if such treatment occurred
prior to the inmate's incarceration by the Sheriff or while the inmate was
outside the Sheriff's custody and not under the care of PHS pursuant to this
Agreement; or
b) any claim, liability or cost ansmg out of the acts or omlSSlOns of any
Sheriff's officers, agents or employees which: prevent an inmate from
receiving medical care as directed by PHS; prevent an inmate through the
failure to exercise good judgement, to obtain prompt medical review or
examination by PHS' employees or contractors; or which amount to willful
misconduct.
Nothing herein is intended to or shall be construed to waive any rights the Sheriff may have
under the laws of Florida, included but not limited to, the provisions of Section 768.28 of the
Florida Statutes.
10.4 Limitation of Liability. The parties to this Agreement both acknowledge that PHS
is providing the services contemplated hereunder as a legal entity primarily acting on behalf of the
Sheriff of St. Lucie County, consequently, any and all statutory, common law or legislative
limitations on the liability of instrumentality's of the Sheriff of St. Lucie County are applicable to
PHS and its health care providers.
ARTICLE XI: MISCELLANEOUS
11.1 Independent Contractor Status. The parties ackno\vledge that PHS is an independent
contractor. Nothing in this Agreement is intended nor shall be construed to create an agency
relationship, an employer/employee relationship, a joint venture relationship or any other
relationship allowing the Sheriff to exercise control or direction over the manner or method by
which PHS or its subcontractors perform hereunder.
15
'-'
...,
11.2 Assignment and Subcontracting. PHS shall not assign this Agreement to any other
corporation without the express written consent of the Sheriff, which consent shall not be
unreasonably withheld. Any such assignment or subcontract shall include the obligations contained
in this Agreement Any assignment or subcontract shall not relieve PHS of its independent
obligation to provide the services and be bound by the requirements of this Agreement The Sheriff
and PHS each binds itself, its successors, assigns and legal representatives to the other party hereto
and to the successors, assigns and legal representatives of such other party in respect to all
covenants, agreements and obligations contained herein.
11.3 Notice. Unless otherwise provided herein, all notices or other communications
required or permitted to be given under this Agreement shall be in writing and shall be deemed to
have been duly given if delivered personally in hand or sent by certifted mail, return receipt
requested, postage prepaid, and addressed to the appropriate party at the following address or to
any other person at any other address as may be designated in writing by the parties:
(a)
Sheriff Robert C. "Bobby" Knowles:
Sheriff of St Lucie County
4700 W. Midway Road
Ft Pierce, FL 34981
(b)
PHS
Gerard Boyle, President
Prison Health Services, Inc.
105 Westpark Drive, Suite 300
Brentwood, Tennessee 37027
With a copy to:
General Counsel
America Service Group Inc.
105 West Park Drive, Suite 300
Brennvood, Tennessee 37027
Notices shall be effective upon receipt
11.4 Governing Law. This Agreement and the rights and obligations of the parties hereto
shall be governed by, and construed according to, the laws of the State of Florida, except as
speciftcal1y noted.
11.5 Entire Agreement. This Agreement constitutes the entire agreement of the parties
and is intended as a complete and exclusive statement of the promises, representations,
negotiations, discussions and agreements that have been made in connection with the subject matter
hereof. No modiftcations or amendments to this Agreement shall be binding upon the parties
unless the same is in writing and signed by the respective parties hereto. All prior negotiations,
agreements and understandings with respect to the subject matter of this Agreement are superseded
hereby.
16
'-' ...,'
11.6 Amendment. This Agreement may be amended or revised only In writing and
signed by all parties.
11.7 Arbitration. Any controversy or claim arising out of or relating to this contract, or
the breach thereof, shall be settled by arbitration administered by the American Arbitration
Association under its Commercial Arbitration Rules and judgement on the award rendered by the
arbitrator(s) may be entered in any court having jurisdiction thereof
11.8 Waiver of Breach. The waiver by either party of a breach or violation of any
provision of this Agreement shall not operate as, or be construed to be, a waiver of any subsequent
breach of the same or other provision hereof
11.9 Enforcement. In the event either party incurs legal expenses or costs to enforce the
terms of this Agreement, the prevailing party in any arbitration proceeding hereunder shall be
entitled to recover the cost of such action so incurred, including without limitation, reasonable
attorney's fees.
11.10 Other Contracts and Third-Party Beneficiaries. The parties agree that the Sheriff
shall take all reasonable steps necessary to insure availability of third party reimbursement such as
Medicaid and Medicare. The parties agree that they have not entered into this Agreement for the
benefit of any third person or persons, and it is their express intention that the Agreement is
intended to be for their respective benefit only and not for the benefit of others who might
otherwise be deemed to constitute third-party beneficiaries hereof.
11.11 Severability. In the event any provision of this Agreement is held to be
unenforceable for any reason, the unenforceability thereof shall not affect the remainder of the
Agreement, which shall remain in full force and effect and enforceable in accordance with its
terms.
11.12 Force Majeure. Neither party shall be held responsible for any delay or failure in
performance (other than payment obligations) to the extent that such delay or failure is caused,
without limitation, by strikes, inmate disturbances, acts of public enemy, fire, flood, earthquakes,
hurricanes, failure of transportation, explosion, war, embargo, government regulation, civil or
military authority, acts of God, acts or omissions of carriers or other similar causes beyond its
controL
11.13 Trial Duty. In the event PHS' personnel are required to devote time with regard to
litigation or threatened litigation by or on behalf of County this shall be part of their service time
pursuant to this agreement. County shall be responsible for reasonable costs of substitute personnel
to fIll positions, which would be vacant due to such court or trial appearance requirements.
11.14 Default. Unless PHS' performance is specifically exempted by this Agreement,
Sheriff shall be entitled to a credit for any cost the Sheriff incurs for any medical services required
to be performed by PHS when and to the extent that PHS shall fail to perform and a thirty (30) day
cure period has passed.
17
'-
....,
11.15 Funding Sources. Both parties acknowledge that performance of this Agreement
and payment for medical service to PHS pursuant to this Agreement is predicated on the continued
annual appropriations by the Board of County Commissioners of St. Lucie County to the Sheriff of
St. Lucie County with specific funds allocated to meet the medical needs of the inmates in the
SLCSO correctional system and the Sheriffs ability to perform under this Agreement.
11.16 Permits and License. PHS acknowledges that it will maintain all relevant permits
and licenses required to perform the services required by this Agreement. This will include, but not
be limited to licenses and permits for radiology and pharmacy.
11.17 Opinion of Counsel. This Agreement is contingent upon issuance of a legal opinion
by counsel for the Sheriff substantially in form and content as set forth below.
11.18 Effect of This Agreement. This Agreement constitutes the complete understanding
between the parties with respect to the tenns and conditions set forth herein and supersede all
previous written or oral agreements and representations. The terms and conditions of this
Agreement shall control over any terms and conditions in any solicitation, request for proposal,
proposal, purchase order, acknowledgment, or other \\Titten form. This Agreement may be
modified only in writing that expressly references this Agreement and is executed by both of the
parties hereto.
11.19 Liaison. The Sheriff or his designee (so designated in writing by the Sheriff) shall
be the liaison with PHS.
11.20 Authority. Each party hereto expressly represents and warrants that the person
executing this Agreement is the legal, valid and binding representative of each party.
IN WITNESS WHEREOF, the parties have executed this Agreement III their official
capacities with legal authority to do so.
:)to LL òr
Robert C. "Bobby" Knowles
Date: 10/;5/1-- ^^""
::SO~V1CES' me.
Qé'rard F. Boy , resident
Date: / û - S- ~ (J 0
ATTO/F
Date Iff?--
ATTI\ST: :
By /\\~~
Offi~ Corporation
Date: 10 \5 )êi0
9/12/00/st.lucie.Final
18
..
'-'
.....,¡
ITEM NO. C -9G
DATE: 5/25/04
AGENDA REQUEST
REGULAR ( )
PUBLIC HEARING ( )
CONSENT (X)
TO: BOARD OF COUNTY COMMISSIONERS
PRESENTED BY:
SUBMITTED BY: Purchasing Department
Ed Parker, Purchasinq Director
SUBJECT: Bid #04-051 - Purchase of One Vibratory Soil Compactor with Smooth Drum
BACKGROUND: On May 12, 2004, Bid #04-051 was opened for the Purchase of One Vibratory Soil
Compactor with Smooth Drum for the Road & Bridge Division. Three hundred and forty-two (342)
vendors were notified, nineteen (19) bid documents were distributed and six (6) responses were
received. The alternate bid from Briggs Equipment does not meet specifications. Staff recommends
award to the lowest responsive and responsible bidder, GS Equipment for $65,350.00,
FUNDS AVAILABLE: Account No. 101-4108-564000-400 - Machinery & Equipment
PREVIOUS ACTION: N/A
RECOMMENDATION: Staff recommends award of Bid #04-051 - Purchase of One Vibratory Soil
Compactor with Smooth Drum to the lowest responsive and responsible bidder, GS Equipment for
$65,350.00 aAd approv31 of equipment requ8st EQ04 160.,
COMMISSION ACTION:
NCE:
(X APPROVED () DENIED
( ) OTHER Approved 4-0 (Comm. Lewis Absent)
G ANDERSON
COUNTY ADMINISTRATOR
Coord i nation/Si~ natures
County Attorney (X)
Originating Dept. ( )
Cnti'.. .
l
j ì
~./
Mgt. & Budget (X) ~
Other ( )
Purchasing (X) ,4;1;-)
Other ( )
Finance: (check for copy, only if applicable)_
.. ,
J''' ...
~
...,J
Page 1 of 1
Edward Parker - RFP for River Boat Tours
From:
To:
Date:
Subject:
cc:
Linda Brown
Parker, Edward
5/13/2004 8:36 AM
RFP for River Boat Tours
Patti Raffensberger; Peter Keogh; Simberlund, Melissa
_ ....,.. _._~____.... _.____ ______.______.__ _...__~_..'___.,__._._." __.,,_ _._..._"._._ ___.,_._.____~_ __._._.__ _. _M. .________._
... -..---.--_._._"0.___._-·".--.--.-----··-·----·-------_______
Mr. Parker,
Green Seas contract expiers October 17, 2004. Parks & Recreation staff is requesting that an agenda be
presented to the BOCC permitting us to go out for RFP.
The original RFP # was 00-069. We can probably use that format again.
Thank you.
LB
fi1e://C: \Documents%20and%20Settings\ParkerE\Loca1%20Settings\ Temp\GW} 0000 1.HT... 5/13/2004
" (
/7 """<
'-"
..."J
o Back
0@
.~;J
. I 5 h ..JL, F <t
/,,-: earc ~.{ avor! es
~ Media €J
f"\
1iiI"
~~
h._~
Aç!dress I ~ http://l0.5.0.69/purchasing/contr acts/ admin/index. asp
~_..__...-.-..._. ....-....-...... ..-.-- -.-.. ---
Ed No ,,I Description:
Av·,ard Lettet· Sent:
___..vJ m Go
I Update I
Contr,~ct Number:
COO-10-042 2nd
A'~enda Number:
Vendot- Name:
Green Seas Envirmental Organization International,
BOCC Appro'·....~I:
Inc.
Amendment
(:;eneral Li.~bilit'l:
N/A
N/A
N/A
N/A
T~,'pe of Contract:
Contract Amount:
Auto Liability:
Department:
Parks & Recreation 'vVorkers' Comp:
2nd Amendment to extend the terms and conditions p nf- -~. - -I L - blh'
of the contract r - t::>_IUnd Id I 1_\ '
Term Status:
Fully Executed
Status Date
Link To Contract:
No link to the contract available
1 year
06/04/2003
Description:
Terrn/Lirnited:
Contract Terms:
Effective Date:
10/18/2003
TetTnination Date:
Bid No ,./Description:
A....·¡at-d Letter Sent:
10/17/2004
Thursday, May 13, 2004 02:54 PM
" ~ -'-
'-
~
Page 1 of2
Edward Parker - Re: Award of Bid #04-051 Vibratory Compactor
From:
To:
Date:
Subject:
CC:
Dewey Hudman
Edward Parker
5/17/20042:08 PM
Re: Award of Bid #04-051 Vibratory Compactor
Donald Pauley; Scott Herring
--.--. ---_..._--_..-_._-~----_..__._._-_._._-_.__._" ---_..._._._...._---_._-~-----.-.._._-----_._--_.~---~---"------------,-.----... _.__._--~------_._-----_..-------~---------,-----_.._-
After reviewing their Alternate bid, we found it does not meet the minimum specifications bid.
First, they do not meet our minimum specifications with the Steering. This equipment had a limit of 33 degrees
and our minimum was 35 degrees. This increases the turning radius required and makes it not as efficient in
our field work.
Second, the equipment sheet spec. they sent in shows a maximum design Centrifugal force for the low setting
of 35,500 Ibs. Our addendum lowered the force from 38,000 to 36,000. Therefore, they do not meet this
revised number.
Third, the equipment sheet spec. shows a maximum Centrifugal force for the high setting of 47,475 Ibs. Our
minimum high setting was 50,000 Ibs.
(In their bid package, there was a letter from the manufacturer stating that adjustments could be made to raise
the preset designed output of this equipment to meet our minimums.)
After we compared their two machines, it is apparant that the alternate bid was for a smaller machine that they
want to increase their settings above the design specs to make the compaction force meet our minimum. It
appears this equipment was not designed for that type of force. We are concerned with wear and tear causing
an increased maintenance and shortening the life of the compactor.
Therefore, we recommend going with the lowest bidder to meet our specs, GS Equipment Inc., for $65,350.00.
Dewey
»> Edward Parker 5/13/2004 1:51:18 PM »>
Dewey, please provide the justification for why the alternate bid from Briggs Equipment is not acceptable.
»> Dewey Hudman 5/13/2004 1:33:42 PM »>
Hi Ed.
We have reviewed all of the bids submitted for this equipment. The Road & Bridge Staff have recommended
that we award this bid to GS Equipment Inc, the lowest bidder to meet all specifications in the amount of
$65,350.00.
Funds are available in 101-4108-564000-400. EQ04-160 is the approved equipment request.
Please agenda this for the next available Board meeting. If you have any questions, please let me know.
Thanks
file://C:\Documents%20and%20Settings\ParkerE\Local%20Settings\Temp\GW} 0000 1.HT... 5/17/2004
'"..~ ..~
"-
BOARD OF COUNTY
COMMISSIONERS
OJ
Y
PURCHASING
DEPARTMENT
ED PARKER, DIRECTOR
TABULATION SHEET - BID #04-051
PURCHASE OF ONE VIBRATORY SOIL COMPACTOR WITH SMOOTH DRUM
ROAD & BRIDGE - PUBLIC WORKS
OPENED: MAY 12, 2004
VENDOR BASE BID ALTERNATE BID
GS EQUIPMENT INC.
DAVIE, FL $ 65,350.00
FAX: 954-327-8646
FLORIDA TRACTOR & EQUIPMENT INC. $ 67,800.00
COCOA, FL
FAX: 321-631-9604
MR. LIFT TRUCK, INC. $67,950.00
MIAMI, FL
FAX: 305-238-7122
NORTRAX EQUIPMENT COMPANY $ 69,806.52
WEST PALM BEACH, FL
FAX: 561-848-7099
BRIGGS EQUIPMENT $ 70,875.00 $ 62,713.00
RIVIERA BEACH, FL
FAX: 561-842-9546
WALKER MILLER EQUIPMENT $ 72,835.00
ORLANDO, FL
FAX: 407-293-1726
NUMBER OF COMPANIES NOTIFIED*: 342
NUMBER OF BID DOCUMENTS DISTRIBUTED*: 19
NUMBER OF BIDS RECEIVED: 6
·per demandstar,com
JOHN D. BRUHN, District NO.1 + DOUG COWARD, District NO.2 + PAULA A. LEWIS, District No.3 + FRANNIE HUTCHINSON, District No.4 + CLIFF BARNES, District NO.5
COUNTY ADMINISTRATOR - DOUGLAS M, ANDERSON
2300 VIRGINIA A VENUE + FORT PIERCE, FL 34982·5652 + (772)-462-1700 + FAX (772) 462·1294
,
-
.,..
ITEM ~ C- 9H
DATE: 5/25/04
AGENDA REQUEST
REGULAR ( )
PUBLIC HEARING ( )
CONSENT (X)
TO: BOARD OF COUNTY COMMISSIONERS
PRESENTED BY:
SUBMITTED BY: Purchasinq Department
Ed Parker. Purchasinq Director
SUBJECT: First Extension to the contracts with the firms listed on the attached Bid Award Form for
Appraisal of County Parcels.
BACKGROUND: On May 15, 2002 bids were opened for RFP #02-061 for a continuing Contract for
Appraisal of County Parcels. On June 24, 2002 the Board of County Commissioners entered into a 2-
year contract with two (1) one year renewals with the firms listed on the attached Bid Award Form.
Staff is now requesting approval of the first extension to the contracts.
FUNDS AVAILABLE:
PREVIOUS ACTION: On June 24,2002 the Board of County Commissioners entered into a contract
with the firms listed on the attached Bid Award Form.
RECOMMENDATION: Staff recommends approval of the first extension to the contracts with the
firms listed on the attached Bid Award Form for Appraisal of County Parcels and authorization for the
Chairman to sign the extensions as prepared by the County Attorney.
..
[]J APPROVED [] DENIED
[ ] OTHER: Approved 4-0 (Camm. Lewis Absent)
~
COMMISSION ACTION:
u Anderson
County Administrator
Coordi nation/SiQnatures
County Attorney:(X)
Jd//'
Mgt. & Budget ( )
Purchasing Mgr.:(X)
6/P
Originating Dept::
Other:
Other:
Finance: (Check for Copy only, if Applicable)
'-'
'-"
Page 1 of 1
.-
Melissa Simberlund - Re: Contract Renewals
From:
To:
Date:
Subject:
JoAnn Riley
Simberlund, Melissa
4/1/200412:56 PM
Re: Contract Renewals
-_..._----~.".._-_._..__.^._--~-~---_._-_._---_.....-------_._-~~"--------
Yes, please. Thanks.
»> Melissa Simberlund 3/30/2004 1:32:24 PM »>
Joann:
You have 4 Appraisal Service contracts that are set to expire on June 24, 2004. They are as follows:
Boyle & Drake - C02-06-586
The Urban Group, Inc. - C02-06-572
Fuller-Armfield-Wagner - C02-06-569
Florida Property Consultants - C02-06-560
Do you want to exercise the first of the two one-year renewal options available? Please let me know and we will take
care of it.
Melissa Simberlund
Contracts Coordinator
Purchasing Department
(772)462-1799
file ://C: \Documents%20and%20Settings\Administrator\Local %20Settings\ Temp \G W} 0000 1.HTM
4/2/2004
~
~
BID AWARD FORM
RFP #: 02-061 - Appraisal of County Parcels
Department: All S1. Lucie County Departments
Term: Initial Term of two (2) years with one (1) additional one-year renewal option
Effective Dates: June 25, 2002 - June 24. 2004
Contract C02-06-569
Fuller-Wagner-Armfield Appraisal & Research, Inc.
120 N. Second Street
F1. Pierce, Florida 34950
Contract C02-06-586
Boyle & Drake, Inc.
888 Dahlia Lane
Vero Beach, Florida 32963
Contract C02-06-572
The Urban Group, Inc.
1424 S. Andrews Avenue
Suite 200
F1. Lauderdale, Florida 33316
Contract C02-06-560
Florida Property Consultants Group
1680 SW Bayshore Blvd.
Suite 222
Port S1. Lucie, Florida 34984
5/18/0410:23 AM
'-'
~
FIRST EXTENSION OF CONTRACT
BETWEEN COUNTY AND BOYLE & DRAKE, INC.
CONTRACT #C02-06-586
THIS FIRST EXTENSION, is made and entered into this day of
, 2004, by and between ST. LUCIE COUNTY, a political subdivision of the
State of Florida, (the "County") and BOYLE & DRAKE, INC., (the "Appraiser").
WHEREAS, on June 25, 2002, the County and the Appraiser entered into a Agreement
whereby the Appraiser agreed to provide professional appraisal services on as needed basis for
St. Lucie County for an initial term until June 24, 2004 with the County's option to extend the
term of the Contract for two additional terms of one year each thereafter; and
WHEREAS, the County intends to exercise the first one-year option and extend the term
of the Contract through and including June 24, 2005.
NOW, THEREFORE, in consideration of the premises and the mutual benefits which will
accrue to the parties hereto in carrying out the terms of this Contract, the term of the Contract is
hereby extended through and including June 24, 2005 on the same terms and conditions of the
original contract.
IN WITNESS WHEREOF, the parties hereto have accepted, made and executed this
Agreement upon the terms and conditions above stated.
ATTEST:
BOARD OF COUNTY
COMMISSIONERS
ST. LUCIE COUNTY, FLORIDA
BY:
CHAIRMAN
DEPUTY CLERK
APPROVED AS TO FORM AND
CORRECTNESS
COUNTY ATTORNEY
1
~
WITNESSES:
"""
BOYLE & DRAKE, INC.
Authorized Representative
Print Name:
Title:
2
\w;
-.."II
FIRST EXTENSION OF CONTRACT
BETWEEN COUNTY AND
FLORIDA PROPERTY CONSULTANTS GROUP
CONTRACT #C02-06-560
THIS FIRST EXTENSION, is made and entered into this day of
, 2004, by and between ST. LUCIE COUNTY, a political subdivision of the
State of Florida, (the "County") and FLORIDA PROPERTY CONSULTANTS GROUP, (the
"Appraiser").
WHEREAS, on June 25, 2002, the County and the Appraiser entered into a Agreement
whereby the Appraiser agreed to provide professional appraisal services on as needed basis for
St. Lucie County for an initial term until June 24, 2004 with the County's option to extend the
term of the Contract for two additional terms of one year each thereafter; and
WHEREAS, the County intends to exercise the first one-year option and extend the term
of the Contract through and including June 24, 2005.
NOW, THEREFORE, in consideration of the premises and the mutual benefits which will
accrue to the parties hereto in carrying out the terms of this Contract, the term of the Contract is
hereby extended through and including June 24, 2005 on the same terms and conditions of the
original contract.
IN WITNESS WHEREOF, the parties hereto have accepted, made and executed this
Agreement upon the terms and conditions above stated.
ATTEST:
BOARD OF COUNTY
COMMISSIONERS
ST. LUCIE COUNTY, FLORIDA
BY:
CHAIRMAN
DEPUTY CLERK
APPROVED AS TO FORM AND
CORRECTNESS
COUNTY ATTORNEY
1
'-'
WITNESSES:
"'"
FLORIDA PROPERTY CONSULTANTS
GROUP
Authorized Representative
Print Name:
Title:
2
'-'
'-'
FIRST EXTENSION OF CONTRACT
BETWEEN COUNTY AND
FULLER-ARMFIELD-WAGNER APPRAISAL & RESEARCH, INC.
CONTRACT #C02-06-569
THIS FIRST EXTENSION, is made and entered into this day of
, 2004, by and between ST. LUCIE COUNTY, a political subdivision of the
State of Florida, (the "County") and FULLER-ARMFIELD-WAGNER APPRAISAL &
RESEARCH, INC., (the "Appraiser").
WHEREAS, on June 25, 2002, the County and the Appraiser entered into a Agreement
whereby the Appraiser agreed to provide professional appraisal services on as needed basis for
St. Lucie County for an initial term until June 24, 2004 with the County's option to extend the
term of the Contract for two additional terms of one year each thereafter; and
WHEREAS, the County intends to exercise the first one-year option and extend the term
of the Contract through and including June 24, 2005.
NOW, THEREFORE, in consideration of the premises and the mutual benefits which will
accrue to the parties hereto in carrying out the terms of this Contract, the term of the Contract is
hereby extended through and including June 24, 2005 on the same terms and conditions of the
original contract.
IN WITNESS WHEREOF, the parties hereto have accepted, made and executed this
Agreement upon the terms and conditions above stated.
ATTEST:
BOARD OF COUNTY
COMMISSIONERS
ST. LUCIE COUNTY, FLORIDA
BY:
CHAIRMAN
DEPUTY CLERK
APPROVED AS TO FORM AND
CORRECTNESS
COUNTY ATTORNEY
1
'"
WITNESSES:
""'"
FULLER-ARM FIELD-WAGNER
APPRAISAL & RESEARCH, INC.
Authorized Representative
Print Name:
Title:
2
-
'"
'wI"
FIRST EXTENSION OF CONTRACT
BETWEEN COUNTY AND THE URBAN GROUP
CONTRACT #C02-06-572
THIS FIRST EXTENSION, is made and entered into this day of
, 2004, by and between ST. LUCIE COUNTY, a political subdivision of the
State of Florida, (the "County") and THE URBAN GROUP, (the "Appraiser").
WHEREAS, on June 25, 2002, the County and the Appraiser entered into a Agreement
whereby the Appraiser agreed to provide professional appraisal services on as needed basis for
St. Lucie County for an initial term until June 24, 2004 with the County's option to extend the
term of the Contract for two additional terms of one year each thereafter; and
WHEREAS, the County intends to exercise the first one-year option and extend the term
of the Contract through and including June 24, 2005.
NOW, THEREFORE, in consideration of the premises and the mutual benefits which will
accrue to the parties hereto in carrying out the terms of this Contract, the term of the Contract is
hereby extended through and including June 24, 2005 on the same terms and conditions of the
original contract.
IN WITNESS WHEREOF, the parties hereto have accepted, made and executed this
Agreement upon the terms and conditions above stated.
ATTEST:
BOARD OF COUNTY
COMMISSIONERS
ST. LUCIE COUNTY, FLORIDA
BY:
CHAIRMAN
DEPUTY CLERK
APPROVED AS TO FORM AND
CORRECTNESS
COUNTY ATTORNEY
1
. . ~
"
WITNESSES:
- --
. .."
THE URBAN GROUP
Authorized Representative
Print Name:
Title:
2
.~
...... , /
..."
--
--
-'
ITEM NO. C- 9I
DATE: 5/25/04
AGENDA REQUEST
REGULAR ( )
PUBLIC HEARING ( )
CONSENT (X)
TO: BOARD OF COUNTY COMMISSIONERS
PRESENTED BY:
SUBMITTED BY: Purchasinq Department
Ed Parker. Purchasinq Director
SUBJECT: First Extension to the contracts with the suppliers listed on the attached Bid Award Form
for the Purchase of Herbicides, Pesticides, and Fertilizer.
BACKGROUND: On March 20, 2002 bids were opened for Bid #02-040 for the Purchase of
Herbicides, Pesticides and Fertilizer. On May 28, 2002 the Board of County Commissioners entered
into a 2-year contract with two (1) one year renewals with the suppliers listed on the attached Bid
Award Form. Staff is now requesting approval of the first extension to the contracts.
FUNDS AVAILABLE: Funds will be made available from the various Department operating supplies
accounts on an as-needed basis.
PREVIOUS ACTION: On May 28,2002 the Board of County Commissioners entered into a contract
with the suppliers listed on the attached Bid Award Form.
RECOMMENDATION: Staff recommends approval of the first extension to the contracts with the
suppliers listed on the attached Bid Award Form for the Purchase of Herbicides, Pesticides, and
Fertilizer and authorization for the Chairman to sign the extensions as prepared by the County
Attorney.
Approved 4-0 (Corom. Lewis Absent)
COMMISSION ACTION:
IX! APPROVED [] DENIED
[ ] OTHER:
Coordination/Sianatures
County Attorney:(X)
Q1,,/'''''''-
Va.. .__
Mgt. & Budget ( )
PO"''''';"' M,c.,{X) kI r
Other:
Originating Dept::
Other:
Finance: (Check for Copy only, if Applicable)
--
'-'
'...I
BID AWARD FORM
Bid #: 02-040, Purchase of Pesticides, Herbicides, and Fertilizers
Department: All S1. Lucie County Departments
Term: Initial Term of 2 years with two (2) additional one-year renewal options
Effective Dates: May 28,2002 - May 27.2004
Vendor Name/Contact Information
Contract C02-05-507
Adapco, Inc.
2800 S. Financial Court
Sanford, FL 32773-8118
Phone (800) 367-0659
Fax (407) 330-9888
Contract C02-05-503
Helena Chemical Co. (f.k.a. Lykes
Agri Sales)
2101 E. Edgewood Drive
Lakeland, FL 33803
Phone {863) 665-5800
Fax (863) 667-4651
Contract C02-05-500
Biko, Inc.
P.O. Box 522
Hernando, FL 34442
Phone (352)527-8482
Fax (352) 527-8481
Contract C02-05-487
Diamond R Fertilizer
4100 Glades Road
F1. Pierce, FL 34981
Phone (772) 201-5237
Fax (772)464-9308
Contract C02-05-508
Pro Source One
Cell (239) 707-6141
7361 Commercial Circle
F1. Pierce, FL 34951
Office (772) 466-6607
Fax (772) 466-8829
Contract C02-05-489
Helena Chemical Co.
2405 N. 71st Street
Tampa, FL 33619
Phone (561)499-0486
Office (813) 626-5121
Fax (813) 664-8575
Contract C02-05-486
Golf Ventures, Inc.
2101 E. Edgewood Drive
Lakeland, FL 33803
Phone (863)665-5800
Fax (863) 667-4651
~
....",,¡I
FIRST EXTENSION OF AGREEMENT
BETWEEN COUNTY AND ADAPCO, INC.
CONTRACT #C02-05-507
THIS FIRST EXTENSION, is made and entered into this day of
, 2004, by and between ST. LUCIE COUNTY, a political subdivision of the
State of Florida, (the "County") and ADAPCO, INC., (the "Supplier").
WHEREAS, on May 28, 2002, the County and the Supplier entered into a Purchase
Agreement whereby the Supplier agreed to provide Herbicides, Pesticides and Fertilizers on as
needed basis for St. Lucie County for an initial term until May 27, 2004 with the County's option
to extend the term of the Agreement for two additional terms of one year each thereafter; and
WHEREAS, the County intends to exercise the first one-year option and extend the term
of the Agreement through and including May 27, 2005.
NOW, THEREFORE, in consideration of the premises and the mutual benefits which will
accrue to the parties hereto in carrying out the terms of this Agreement, the term of the
Agreement is hereby extended through and including May 27, 2005 on the same terms and
conditions of the original Agreement.
IN WITNESS WHEREOF, the parties hereto have accepted, made and executed this
Agreement upon the terms and conditions above stated.
ATTEST:
BOARD OF COUNTY
COMMISSIONERS
ST. LUCIE COUNTY, FLORIDA
BY:
CHAIRMAN
DEPUTY CLERK
APPROVED AS TO FORM AND
CORRECTNESS
COUNTY ATTORNEY
1
~
WITNESSES:
ADAPCO, INC.
....J
Authorized Representative
Print Name:
Title:
2
"-'
....,
FIRST EXTENSION OF AGREEMENT
BETWEEN COUNTY AND BIKO, INC.
CONTRACT #C02-05-500
THIS FIRST EXTENSION, is made and entered into this day of
, 2004, by and between ST. LUCIE COUNTY, a political subdivision of the
State of Florida, (the "County") and BIKO, INC., (the "Supplier").
WHEREAS, on May 28, 2002, the County and the Supplier entered into a Purchase
Agreement whereby the Supplier agreed to provide Herbicides, Pesticides and Fertilizers on as
needed basis for St. Lucie County for an initial term until May 27, 2004 with the County's option
to extend the term of the Agreement for two additional terms of one year each thereafter; and
WHEREAS, the County intends to exercise the first one-year option and extend the term
of the Agreement through and including May 27, 2005.
NOW, THEREFORE, in consideration of the premises and the mutual benefits which will
accrue to the parties hereto in carrying out the terms of this Agreement, the term of the
Agreement is hereby extended through and including May 27, 2005 on the same terms and
conditions of the original Agreement.
IN WITNESS WHEREOF, the parties hereto have accepted, made and executed this
Agreement upon the terms and conditions above stated.
ATTEST:
BOARD OF COUNTY
COMMISSIONERS
ST. LUCIE COUNTY, FLORIDA
BY:
CHAIRMAN
DEPUTY CLERK
APPROVED AS TO FORM AND
CORRECTNESS
COUNTY ATTORNEY
1
~
WITNESSES:
ADAPCO, INC.
.....,,1
Authorized Representative
Print Name:
Title:
2
~
.-../
FIRST EXTENSION OF AGREEMENT
BETWEEN COUNTY AND DIAMOND R FERTILIZER
CONTRACT #C02-05-487
THIS FIRST EXTENSION, is made and entered into this day of
, 2004, by and between ST. LUCIE COUNTY, a political subdivision of the
State of Florida, (the "County") and DIAMOND R FERTILIZER, (the "Supplier").
WHEREAS, on May 28, 2002, the County and the Supplier entered into a Purchase
Agreement whereby the Supplier agreed to provide Herbicides, Pesticides and Fertilizers on as
needed basis for St. Lucie County for an initial term until May 27, 2004 with the County's option
to extend the term of the Agreement for two additional terms of one year each thereafter; and
WHEREAS, the County intends to exercise the first one-year option and extend the term
of the Agreement through and including May 27,2005.
NOW, THEREFORE, in consideration of the premises and the mutual benefits which will
accrue to the parties hereto in carrying out the terms of this Agreement, the term of the
Agreement is hereby extended through and including May 27, 2005 on the same terms and
conditions of the original Agreement.
IN WITNESS WHEREOF, the parties hereto have accepted, made and executed this
Agreement upon the terms and conditions above stated.
ATTEST:
BOARD OF COUNTY
COMMISSIONERS
S1. LUCIE COUNTY, FLORIDA
BY:
CHAIRMAN
DEPUTY CLERK
APPROVED AS TO FORM AND
CORRECTNESS
COUNTY ATTORNEY
1
~
WITNESSES:
>..",I
ADAPCO, INC.
Authorized Representative
Print Name:
Title:
2
"--'
'--'
FIRST EXTENSION OF AGREEMENT
BETWEEN COUNTY AND HELENA CHEMICAL CO.
CONTRACT #C02-05-489
THIS FIRST EXTENSION, is made and entered into this day of
, 2004, by and between ST. LUCIE COUNTY, a political subdivision of the
State of Florida, (the "County") and HELENA CHEMICAL CO., (the "Supplier").
WHEREAS, on May 28, 2002, the County and the Supplier entered into a Purchase
Agreement whereby the Supplier agreed to provide Herbicides, Pesticides and Fertilizers on as
needed basis for St. Lucie County for an initial term until May 27, 2004 with the County's option
to extend the term of the Agreement for two additional terms of one year each thereafter; and
WHEREAS, the County intends to exercise the first one-year option and extend the term
of the Agreement through and including May 27,2005.
NOW, THEREFORE, in consideration of the premises and the mutual benefits which will
accrue to the parties hereto in carrying out the terms of this Agreement, the term of the
Agreement is hereby extended through and including May 27, 2005 on the same terms and
conditions of the original Agreement.
IN WITNESS WHEREOF, the parties hereto have accepted, made and executed this
Agreement upon the terms and conditions above stated.
ATTEST:
BOARD OF COUNTY
COMMISSIONERS
ST. LUCIE COUNTY, FLORIDA
BY:
CHAIRMAN
DEPUTY CLERK
APPROVED AS TO FORM AND
CORRECTNESS
COUNTY ATTORNEY
1
"-"
WITNESSES:
ADAPCO, INC.
..,.¡
Authorized Representative
Print Name:
Title:
2
\...t
-..J
FIRST EXTENSION OF AGREEMENT
BETWEEN COUNTY AND GOLF VENTURES, INC.
CONTRACT #C02-05-486
THIS FIRST EXTENSION, is made and entered into this day of
, 2004, by and between ST. LUCIE COUNTY, a political subdivision of the
State of Florida, (the "County") and GOLF VENTURES, INC., (the "Supplier").
WHEREAS, on May 28, 2002, the County and the Supplier entered into a Purchase
Agreement whereby the Supplier agreed to provide Herbicides, Pesticides and Fertilizers on as
needed basis for St. Lucie County for an initial term until May 27, 2004 with the County's option
to extend the term of the Agreement for two additional terms of one year each thereafter; and
WHEREAS, the County intends to exercise the first one-year option and extend the term
of the Agreement through and including May 27, 2005.
NOW, THEREFORE, in consideration of the premises and the mutual benefits which will
accrue to the parties hereto in carrying out the terms of this Agreement, the term of the
Agreement is hereby extended through and including May 27, 2005 on the same terms and
conditions of the original Agreement.
IN WITNESS WHEREOF, the parties hereto have accepted, made and executed this
Agreement upon the terms and conditions above stated.
ATTEST:
BOARD OF COUNTY
COMMISSIONERS
ST. LUCIE COUNTY, FLORIDA
BY:
CHAIRMAN
DEPUTY CLERK
APPROVED AS TO FORM AND
CORRECTNESS
COUNTY ATTORNEY
1
'--
WITNESSES:
ADAPCQ, INC.
...,¡
Authorized Representative
Print Name:
Title:
2
--
~
FIRST EXTENSION OF AGREEMENT
BETWEEN COUNTY AND HELENA CHEMICAL CO.
CONTRACT #C02-05-503
THIS FIRST EXTENSION, is made and entered into this day of
, 2004, by and between ST. LUCIE COUNTY, a political subdivision of the
State of Florida, (the "County") and HELENA CHEMICAL CO., (the "Supplier").
WHEREAS, on May 28, 2002, the County and the Supplier entered into a Purchase
Agreement whereby the Supplier agreed to provide Herbicides, Pesticides and Fertilizers on as
needed basis for St. Lucie County for an initial term until May 27, 2004 with the County's option
to extend the term of the Agreement for two additional terms of one year each thereafter; and
WHEREAS, the County intends to exercise the first one-year option and extend the term
of the Agreement through and including May 27,2005.
NOW, THEREFORE, in consideration of the premises and the mutual benefits which will
accrue to the parties hereto in carrying out the terms of this Agreement, the term of the
Agreement is hereby extended through and including May 27, 2005 on the same terms and
conditions of the original Agreement.
IN WITNESS WHEREOF, the parties hereto have accepted, made and executed this
Agreement upon the terms and conditions above stated.
ATTEST:
BOARD OF COUNTY
COMMISSIONERS
ST. LUCIE COUNTY, FLORIDA
BY:
CHAIRMAN
DEPUTY CLERK
APPROVED AS TO FORM AND
CORRECTNESS
COUNTY ATTORNEY
1
~
.."
WITNESSES:
ADAPCO, INC.
Authorized Representative
Print Name:
Title:
2
~
.",.,
FIRST EXTENSION OF AGREEMENT
BETWEEN COUNTY AND PRO SOURCE ONE
CONTRACT #C02-0S-S08
THIS FIRST EXTENSION, is made and entered into this day of
, 2004, by and between ST. LUCIE COUNTY, a political subdivision of the
State of Florida, (the "County") and PRO SOURCE ONE, (the "Supplier").
WHEREAS, on May 28, 2002, the County and the Supplier entered into a Purchase
Agreement whereby the Supplier agreed to provide Herbicides, Pesticides and Fertilizers on as
needed basis for St. Lucie County for an initial term until May 27, 2004 with the County's option
to extend the term of the Agreement for two additional terms of one year each thereafter; and
WHEREAS, the County intends to exercise the first one-year option and extend the term
of the Agreement through and including May 27, 2005.
NOW, THEREFORE, in consideration of the premises and the mutual benefits which will
accrue to the parties hereto in carrying out the terms of this Agreement, the term of the
Agreement is hereby extended through and including May 27, 2005 on the same terms and
conditions of the original Agreement.
IN WITNESS WHEREOF, the parties hereto have accepted, made and executed this
Agreement upon the terms and conditions above stated.
ATTEST:
BOARD OF COUNTY
COMMISSIONERS
ST. LUCIE COUNTY, FLORIDA
BY:
CHAIRMAN
DEPUTY CLERK
APPROVED AS TO FORM AND
CORRECTNESS
COUNTY ATTORNEY
1
~
."",
WITNESSES:
ADAPCQ, INC.
Authorized Representative
Print Name:
Title:
2
-
\/
~
....I
ITEM NO. C- 9J
DATE: 5/25/04
AGENDA REQUEST
REGULAR ( )
PUBLIC HEARING ( )
CONSENT (X)
TO: BOARD OF COUNTY COMMISSIONERS
PRESENTED BY:
SUBMITTED BY: Purchasing Department
Ed Parker. Purchasinq Director
SUBJECT: Award Bid #04-026 Media Equipment for TV Studio
BACKGROUND: On April 6, 2004, the Board of County Commissioners awarded Bid #04-026 to the
low bidder B & H Photo Video - $53,323.50 (See attached copy of agenda reqùest). The bid award
recommendation from the Media Relations, Technical Operation Manager was $56,323.50 (See
attached memo). Staff is requesting permission to correct the typographical error and change the
award amount of the low bidder, B& H Photo Video, to $56,323.50.
FUNDS AVAILABLE: Account #001-1225-564000-100 - Equipment
PREVIOUS ACTION: N/A
RECOMMENDATION: Staff is requesting permission to correct the typographical error and change
the award amount of the low bidder, B& H Photo Video, to $56,323.50
COMMISSION ACTION:
(~ APPROVED
( ) OTHER
( ) DENIED
Approved 4-0 (Comm. Lewis Absent)
Coord i nation/Sianatures
County Attorney ( X )
lft
Mgt. & Budget ( ) ~
Other ( )
Purchasing (X)
Gf-l
Originating Dept. ( )
Other ( )
Finance: (check for copy, only if applicable) _
.
~~';iS?i~:Ji;F~'F~~:r-~~.~~~~::"':¡;~·~:=~=:=~~~=-=~_~=~==--~-: .,.-.- .
----.------...
. .~='C'77..-.,:-."c..,.."......, ."'_-"'_.--" -' n. " '--
-.;."
;/"" '~."'.
/
ITEM NO. C-5e
DATE; 416104
AGENDA REQUEST
REGULAR -( )
PUBLIC HEARING ( )
CONSENT (X)
TO: BOARD OF COUNTY COMMISSIONERS
PRESENTED BY:
SUBMITTED BY: Purchasing Department
Ed Parker, Purchasinq Director
SUBJECT: Award Bid #04-026 Media Equipment for TV Studio
BACKGROUND: On March 4,2004, Bid #04-026 was opened for Media Equipment for TV Studio.
Five hundred and thirty-one (531) vendors were notified, forty-six (46) bid documents were distributed
and six (6) responses were received. Staff recommends spJit award to the lowest bidders for the
following amounts. B & H Photo Video - $53,323.50, Digital Video Systems - $2,60.6.61 and Encore
Broadcast Equipment Sales - $8,895.00, see attached for equipment breakdown. .
FUNDS AVAILABLE: Account #001-1225-564000-1 00 - Equipment
PREVIOUS ACTION: N1A
RECOMMENDATION: Staff recommends award of Bid #04-026 Media Equipment for TV Studio to
the lowest bidders, B & H Photo Video - $53,323.50, Digital Video Systems - $2,606.61 and Encore'
Broadcast Equipment Sa1es - $8,895.00.
Approyed 5-0
CE:
COMMISSION ACTION:
00 APPROVED
( ) OTHER
( ) DENIED
D ANDERSON
COUNTY ADMINISTRATOR
Coordination/Siqn a tures
County Attorney ( X )
J~
Mgt. & Budget ( ).Jwr' /t;J;nr¡ Purchasing (X~ d ¡1
Other ( ) Other ( )
Originating Dept. ( )
Finance: (check for copy, only if applicable)_
-.. - - --- -- - - -- -- - -----_.--
'-"
...I
BID FORM
All bids must be submitted in a sealed envelope addressed to the St. Lucie County Purchasing
Director, 2300 Virginia Avenue, Room 228, Fort Pierce, Florida 34982, plainly marked on the
outside with bid number, date and time of bid opening.
BID # 04-026
TITLE
I, r'-r)tt; Fr(?f~L- REPRESENTING
and/or Corporation, agree to perform,
for the unit price of:
g --fJ/ t;/ ¿rb Uø~~pany
as specified and described herein
1. SEE ATTACHMENT "A"
Bid Obligation
It is understood that this Bidder is bound by the bidding documents and that the bid may not be
withdrawn during a period of 60 days after bid opening. .
The Board of County Commissioners and reserves the right to waive any informalities or minor
irregularities, reject any and all bids which are incomplete, conditional, obscure, or which
contàin additions not allowed for, accept or reject any bid in whole or in part with or without
cause, and accept the bid which best serves the County.
----
NAME OF B'IDDER:
:. ··BtI·Õ' .
: \ ,
¡ 0
;
420 9th Ave. NY, NY 10001
Tel. 212-239-7503 / 800-947-8003
Fax 212-239-7740 / 800-858-5517
E-mail: mosesa@bhphotovideo.com
Moses Appel - Bid Officer
ADDRESS:
¡!BEll
PHONE:
fU <~~
Federal ID: 13-2768071
Duns #11601-2659
SIGNED BY:
TITLE:
DATE: 1----!--OY
St. Lucie County
Bid #04-026 Equipment for T.V, Studio
15
'-"
....I
EXHIBIT A
Equipment for T.V.. Studio
Qty. Model #
Description
CO,ât A \
ì-- (""-
~\
--f- 6 ~ P\
2
JVC GY-DV550U Cameras
Professional Yo" DV Camcorder with 26 pin Studio
Pack Interface. Includes RM-P210U Multicore CCU,
VF-P400U Monochrome Studio Viewfinder, HZ-ZS13U
Rear Servo Zoom Controller, HZ-FM15U Rear Manual
Focus Controller, SA-K400 Viewfinder Mounting
Bracket, KA-510U Tripod Adapter Plate, Porta Brace
CTC I C 1 $ ,i7\,,0)?Q-
-3 Trave er ase, Fujinon 4x7.3 Lens t':;:' ()
. ----
'îo11 ~
(
Professional Yo" DV Camcorder w/26-PIN connection ~9 0 ~ - qqfY~\\.(f
JVC GY-DV550U Camera and Canon 19X6.7 Lens, RM-P210U Multicore CCU $ I I
lOX 400 Battery Charger NP type with BP-90 Connections $ "?'7<>- . "] 70·-
3 lOX CA-4XLR 10' 4-pin XLR(M) to 4-pin XLR(F) power cable $ ,1S- (0-
6 lOX NP-H50DX NiMh Battery Pack with LED Indicator. 13.2v/50watt $ 11- S'Pi-
2 JVC BR-DV300QU VTR Professional DV Recorder with RS-422 Control. NTSC $ t 41-1- :t-¡ß Y <¿ -
2 Marshall V-R43P LCD Monitors 4" Triple LCD Monitors. NTSC $ qÅ 'O - \ ~ tï~-
,
Marshall V-R25P LCD Monitors 2.5" Ten LCD Monitors. NTSC $ '1.- 50-0 - L,Ç"'O-
.,
4 JVC AV-32FA44 TV/Monitor JVC 32" Flat TV/Monitor $ t.i'b '6- d0-
I
4 JVC TM-910SU w/ rack mounts JVC 9" Broadcast Color Monitors w/ rack mounts. $(,1Î'J.... ,J ''1.,'1 n.., --- ~4
2 JVC TM-H1700GU w/ rack mnts. JVC 17" Broadcast Color Monitors w/ rack mounts. $ ¡ \I~ ll.{1.-1--
\
-, 50' 26-PIN Cables to go from JVC Cameras(GY-
:2\ 50' 26-PIN cables DV550U) to CCU Units (RM-P21 OU Multicore CCU) \ b,l(- '1.1-~g-
'--, (RM-P210U Multicore CCU). $
r I
100' 26-PIN Cables to go from JVC Camera(GY-
r 100' 26-PIN cables DV550U) to CCU Unit (RM-P210U Multicore CCU) L o9K- 'î D 71-
(RM-P210U Multicore CCU). $ I I
'-'
....I
Equipment for T.V. Studio, Continued
Qty. Model # Description Cost,.. ~ ItJí,4!--
t Ac
2 DPS-235D DPS Dual TBC Frame Sync $ 'l7~'1- s: 91r.t. -
I
/}.-,- 11-1:':
Compuvideo SVR-11 OOb Compuvideo WaveformNectorscope with Rackmount $ {(PI£.- '.,IQ ./ --
Lastolite Chroma Key Lastolite Chroma Key Background 10' X 12'-GREEN $ 1 { ç:-. [I~--
Knox RS-1616CB Knox Video/Audio Routing Switcher $ -~ ?,'?~- '3 ~ 11--
/
DBX 166XL Audio Limiter $ 11'ð- { 1<6-
Belden BL-1505A 1000ft. RG59/20 Coaxial Video Cable $ ~'O ì,:PD
M~~'Ì... .1'\'
-- -.
Belden 1000ft. Audio Cable $ ~O"""D
9":'" . [}!
150 Kings BNC Connectors 2065-2-9 BNC Connectors $ ¡-\~D SiD
25 Switchcraft A3M Switch craft XLR Connectors (Male) $ t. 11 Y1t'7Ç
25 Switchcraft A3F Switch craft XLR Connectors (Female) $ 1.,,(b 51,75
ID-PRO
ID-Pro printer, battery pack, Charger & wrist/belt cord.
Also, 250 labels(WML-311-292) $
\:,,0, ~:D"
1'~·' r£J3~
Jimmy Jib Lite
Jib Lite (6' 12' and 18ft with remote head for canon
lenses) 240V, Transformer (120 volt spare), F:uji
Gears, Fugi 12 PinAdapter Cable, Jimmy Jib Heavy
Duty Tripod (with Safety Clamps), Stanton Dolly
Frame, Off Road Kit, Dolly Stabilizers, Leverer
...·...0. -::'.~J\
~ ".. ¡.... -... u _.;."
'\,,\ ~"":D'
,.., j . ..1
;'d\~ ~~-,.
$
TOTAL COST $ ~ a/.f) 09/ ~
,
'-'
....I
MEDIA RELATIONS
To:
From:
Date:
Subject:
Ed Parker, Purchasing Director
Shane DeWitt, Technical Operations Manager, SLCTV
March 10,2004
BID #04-026-Media Equipment for TV Studio
After review of all bids the Media Relations Department recommends that B & H Photo Video,
the lowest qualified bidder be awarded BID #04-026-Media Equipment for TV Studio in the
amount of$ 56,323.50. There are however, two items that will not be awarded to B & H because
they do not meet the specifications of the RFP. They are:
- Two(2) 50' 26-PIN Cables for NC Cameras
- One(l) 100' 26-PIN Cable for Camera
B & H Photo Video did not bid on the following items:
- One(l) Belden BL-1505A 1000ft. RG59/20 Coaxial Cable
- One(l) Belden 1000ft. Audio Cable
- (150) Kings BNC Connectors 2065-2-9
- One(1) ill-PRO printer
- One(l) Jimmy Jib Lite
I am recommending that Digital Video Systems, the lowest qualified bidder, be awarded the bid
for the following items in the amount of$ 2,606.61:
- Two(2) 50' 26-PIN Cables for NC Cameras
- One(l) 100' 26-PIN Cable for NC Camera
- One(l) Belden BL-1505A 1000ft. RG59/20 Coaxial Cable
- One(l) Belden 1000ft. Audio Cable
- (150) Kings BNC Connectors 2065-2-9
- One(l) ill-PRO printer
I am also recommending that Encore Broadcast Equipment Sales, the lowest qualified bidder, be
awarded the bid for the following item in the amount of$ 8,895.00 :
~
- One(l) Jimmy Jib Lite
If you have any questions please contact Shane DeWitt at extension 1869.
Shane De Witt
Technical Operations Manager, SLCTV
....J
~/
'-"
....;
ITEM NO. 10
....., '.. . - .. --
-~'-. ...'....,'j.. ........>.".,... .....'".
, ._..' -t-: .; . ..". '--. _. , ':', ~
- - .-'
.
",-,
... ...... ~
.: ,.". , -. ..' -" "'-. ... '--.
AGENDA REQUEST
DATE: May 25, 2004
REGULAR: ( )
PUBLIC HEARING: ( )
CONSENT: (X)
TO: BOARD OF COUNTY COMMISSIONERS
~z=-
P.M. Bowers
Utility Director
SUBMITTED BY (DEPT): UTILITIES DEPARTMENT
SU BJECT: Staff requests approval of the quote from Ditch Diggers, Inc. for the North County District's Route #2 for
the extension of a force main interconnection with FPUA in the amount of $1,167,991.53 and approval of Budget
Resolution 04-158.
FUNDS AVAILABLE: The funds will come from an interfund loan from the General Fund to be repaid with
interest at 2%. (001-9910-599300-800 - General Fund Emergency Reserves)
PREVIOUS ACTION: Board of County Commissioners approved S1. Lucie County Utilities for a bid waiver and
permission to request quotes for the extension of a force main on North US Highway One to service the North
County Utility District with an estimated cost of $1.5 million.
RECOMMENDATION: Staff recommends Board approval of the quote from Ditch Diggers, Inc. for the North
County District's Route #2 for the extension of a force main interconnection with FPUA in the amount of
$1,167,991.53. Staff also recommends the Board approve the interfund loan from the General Fund Reserves to
be repaid with interest at 2% in the amount of $1 ,200,000 and approve Budget Resolution 04-158.
)I APPROVED
o OTHER:
o DENIED
----
COMMISSION ACTION:
Approved 4-0 (Comm. Lewis Absent)
~ounty Attorney:
~riginating Dept:
. tJ"/
10-
~
Review and Approvals
~anagement and Budget: u..o ff\~tl)\
.
~urchasing:
Glf
o Other:
o Other:
o Finance: (Check for copy only, if applicable):
Anyone with a disability requiring accommodations to attend this meeting should contact the St. Lucie County Community Services Manager at 772-462-1777
or TTD 772-462-1428, at least 48 hours (48) prior to the meeting.
'-'
...I
UTILITY DEPARTMENT
MEMORANDUM
FROM:
Board of County Commissioners
P.M. Bowers, Utility Director~
TO:
DATE:
May 25, 2004
RE:
North County Utility District
BACKGROUND: St. Lucie County Utilities has requested quotes for the extension of a force main on
North US Highway One. The connection point with FPUA on US Highway One is approximately .6 miles
south of Indrio Road. The 16" force main will proceed north to the Feeder Road, then turn west and
connect with existing lines at Portofino Shores.
Masteller & Moler, Inc. has reviewed the seven quotes received on May 7, 2004 and concluded the
lowest bid for this project was from Ditch Diggers, Inc. Time constraints make this job an emergency as
this work must begin in May 2004 and be completed by July 1, 2004.
All engineering, surveying, stake out, as-builts, and permitting will be supplied by Masteller & Moler, Inc.
RECOMMENDATION: Staff recommends Board approval of the quote from Ditch Diggers, Inc. for the
North County District's Route #2 for the extension of a force main interconnection with FPUA in the
amount of $1,167,991.53.
\.,t '--'
~:~
MASTELLER & MOLER, INC.
- CIVIL ENGINEERS -
May 12,2004
Mr. Mike Bowers
Interim Utilities Directory
St. Lucie County Utilities Department
2300 Virginia Avenue
Ft. Pierce, FL
RE: Route 2-North County Service Area Force Main Project
Feeder Road & US #1 from Portofmo Shores Connection to
Ft. Pierce Utilities Connection
St. Lucie County, FL
Our Project No. 0414B
Review of Seven (7) Contractor's Quotations
Dear Mike:
In accordance with your verbal authorization, we have reviewed the Quotation Packages from
the Contractors invited to provide pricing infonnation concerning the reference project. Please
find attached the Quotation Packages which you furnished to us for our review along with a
tabulation of the "Corrected" total costs for this project for each of the contractors. We have also
provided a Tabulation spreadsheet for the three (3) lowest quotes to facilitate comparison of the
individual cost items for each ofthese contractors.
The total quotes from the seven (7) contractors vary from a low of $1,167,991.53 to a high of
$2,292,183.70. The lowest three (3) quotations starting with lowest and continuing upwards in
cost are as follows:
Ditchdiggers, Inc.
Danella Companies, Inc.
RK Contractors, Inc.
$1,167,991.53
$1,226,597.00
$1,332,408.50
The tabulation sheets for each of the contractors are complete and I see no irregularities or
reasons for disqualification of any of the contractors providing quotations on this project.
2205 14th Avenue, Vero Beach, Florida 32960
Phone: (772) 567-5300
F~'C (172) 794-1106
E-Mail: mastmoJr@bellsouth.net
'-"
...¡
Mr. Mike Bowers'
5/12/04
Page 2
I trust you will find this information satisfactory and please do not hesitate to contact me if you
. have any questions or comments.
Sincerely yours,
MASTELLER & MOLER, INC.
v!Jùtrffi~
Earl H. Masteller, P.E., DEE
President
Ehmlvk
Enclosures
File 04148
(mbowers _ quotes_ 051204.doc
~
~
...I
....
0 0 0 0 0 0 0 8 0 0 0 0 0 I() 0 0 0 0 0 0
0 0 0 0 0 It"! 0 0 0 0 0 N I': 0 0 0 0 0 0
Ó Ó Ó Ó Ó N Ó Ó Ó Ó Ó Ó N Ó Ó N Ó 0
8 0 0 0 0 '<t 0 0 0 0 0 0 0 ..... N 0
I() I() 0 0 ..... ..... I() I() 0 10 I() 10
I: IÕ r-: r-: IÕ N '<t M r-: M I'- IÔ
~ CO) ..... ..... .....
u
::>
..
... f¡
'"
I:
0 .1:
0 !l.
-
~ ·ë Ifl Ifl Ifl Ifl EI') EI') Ifl Ifl EI') EI') EI') EI') Ifl Ifl EI') Ifl Ifl Ifl Ifl Ifl
~ ::>
~~ª;¡~ ~ß.j~ ' ('-",-~~ JK8 I !j~%8
'''8 0
~iI'~~ 0
~"'8 II ì~ I ,..:
:-,8" '~. en
II II I)
cD
I N
<'i
CD
Õ
::> ~I Ii
a ,I
-
·ë ....
::> ~1'"',i"~: '?'.o;.~¡.
8 8 0 8 0 0 0 0 0 8 0 8 I() 8 0 0 8 8 8 8
0 0 ~ 0 0 0 0 ..... 10 0
N ..t ~ oö g cD oö ó ó ó Ó N Ó IÔ Ó .....: g; 0
CO) N co CO) C> I() 0 CO) CO) 0 I() ..... ..... 0
C> '<t '<t '<t I() ..... It"!. C> N 0 co It"!.
c IÕ N <'Î '<t IÕ M cñ CO)
0 It> ..... .....
~ ëii C/ ó
c ~ c $ "'" 0 f¡
::J C $ 0 0 .!!! .1:
0 ::J >< ::::J 0 c¡; !l.
U 0 W " N I: -
U .... ..... '" ·ë Ifl EI') EI') Ifl EI') Ifl Ifl EI') EI') EI') EI') EI') Ifl EI') EI') Ifl Ifl .... .... Ifl
II) C C/ 0 ::>
'(3 € ëii II) .....
::J ::iE ~ >- 8 8 8 8 8 8 8 8 8 8 8 CO) 8 ~ 8 8 8 8 8 8 ....
CIS ..... It!
...J 0 0 ::iE ó g ~ ó g ó ó ~ g oö Ó M Ó Ó Ó Ó g Ó 0 0 .....
... z II) ...J 0 0 0 ~ ..... N C> a; ..... 0 0 I() I() 0 en
en u M q 10 0 co CO) 0 N co CO) N 10 10 ..... C> q en
.. N cñ :8 N ~ r-:
0 It> I() a; CO) C> CO) N
u.. ..... N CO) ..... N CO) N '"
CD ..... ..... ":
.....
CD
Õ
::>
a
-
·ë EI') .... EI') EI') EI') EI') Ifl Ifl EI') .... EI') EI') .... W Ifl .... .... EI') Ifl Ifl ....
::>
0 0 0 8 0 0 0 0 8 0 0 I() 0 0 0 0 0 0 8 0
0 0 0 0 It"! N ~ 0 0 I'- ~ N ~ 0 0 0 0
ó ó ó ó ó .....: C; IÔ M Ó C'i C'i 0 ó .....: .....: 0
~ :is 8 0 8 CO) N 0 C; co 0 0 ..... ..... 0
0 ..... I() CD 10 10 10
CD N M IÕ
.....
2!
CI>
en
en f¡
Õ .1:
.c !l.
.B ·ë .... Ifl
Õ ::> Ifl .... Ifl W W Ifl Ifl Ifl Ifl EI') EI') .... .... .... .... Ifl Ifl W
- (fJ (fJ (fJ (fJ (fJ I.L. I.L. I.L. L5 ~ L5 5 I.L. >- I.L. <1: L5 >- >- <1:
·ë ..J ..J ..J ..J ..J ..J ..J ..J W r- ..J (fJ ..J W (fJ (fJ w
::>
0 0 0 0 N 0 0 0
0 0 I() 0 N 0
·ë N N 0 N CD N a; N N I() 10 N
ro I'- I'- C> ..... N C'i co I'- C> (')
::> ..... ..... ..... ..... (') ..... ..... .....
a
ro
E
'" ro !l.
-ó CD ~ cð
c:: CD
m x ~ ft ~ ~
::> C II) 0 ::>
r- ~ "æ 0 ~ m ..c !l.
I.L. CI>
C cð ~ II) ~ 2
!Å¡ 0 -c ,ñ f¡ W !!! ïö ~ c:: C> .9 Õ
1ã 5 CD C (ñ ê -" ::> :v ~ ::>
;: u ~ !l. ~ C &j a
~ II) C ::> C 0 ro :::> CD -c cð
·C ~ CD 0 ë:
u Ö I.L. I.L. I ~ ~ ca "5 ... '" C ~
:g 't :::> - 0 m !Å¡
'" 'ð - g ~
~ CD '" 10 10 10 10 .c
~ !l. C (fJ ~ i:ñ ..... ..... !l. ..... ..... ..J (fJ Ü !l. Ü r-
N M .... '" <D r-- CD 0> ~ ;: ~ ~ ~ ~ ~ ~ ~ ~ 0
N
o
I)
cò
o
.,.
Ñ
M
~
.....
'-'
Astaldi Construction Corp
Danella Construction Corp
Ditch Diggers, Inc.
Felix & Associates
Northern Dirt Work, Inc.
RK. Contractors, Inc.
Speegle Construction II, Inc.
North County Force Main Extension
Quote Total
May 11, 2004
-'
$ 1,427,775.50
$ 1,226597.00 **
$ 1,167,991.53
$ 1,513,899.35
$ 2,292,183.70
$ 1,332.408.50
$ 2266,655.32
**: The amount shown on the actual bid is $ 1,226,233.00. On review it was found to be the above quoted price.
0414B _Corrected T ota! Quotes _051104
\\ZEUS\Public\Projects\0414B\ADMIN\Cost Estimates\0414B_ Corrected Total Quotes_051104.doc
'-J
:nos Orange .-ive. ForI Pierce Florida 3·1950
Ph: 772--161-5656 Fox: 772-673-8100
5/5/2004
ST LUCIE COUNTY UTILITIES
ROUTE #2 FORCE MAIN PROJECT
SCHEDULE OF QUANTITIES, PRICES AND TOTAL BID
Route 2 Forpe Maini~starti'1g at FPUAco~neption point 6 rl1i1~ south of Ir¡.drio Road, then North on .U~1.l'Jortr Pfst~arbor~ral1c.t!to
FeecterRd wjth16" Force Main, then ~ontinue16"r=orce MaIn to portofin?Shores(This Pricihg assu!11es;Ð?~~e.~airi is pOhstrupie¡d
independently of Water Main and that this work is started late May2004 and completed by July 1st 2004): . . ". ....
DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL PRICE
1 MOBILIZATION 1.00 LS $ 1,000.00 $ 1,000.00
2 ÞERFORMANCE/PAYMENTBOND100% 1.00 LS $16,500.00 $ 16,500.00
3 PROJECT INSURANCE 1.00 LS $ 1,000.00 $ 1,000.00
4 SOIL 1 DENSITY TESTING @ 200' INTERVALS EACH 1.00 LS $ 2,000.00 $ 2,000.00
LIFT
5 MOT 1 US 1 AND SECONDARY ROADS 1.00 LS $ 1,000.00 $ 1,000.00
6 TYPE III SILT FENCE 17200.00 LF $ 1.50 $ 25,800.00
7 16" PVC FORCE MAIN 17200.00 LF $ 37.20 $ 639,840.00
8 16" HOPE DIRECTIONAL BORE - FORCE MAIN (6 1900.00 LF $ 101.00 $ 191,900.00
LOCATIONS)
9 PERMANENT MARKER SIGNS @ BORES 12.00 EACH $ 25.00 $ 300.00
10 16" MANUAL ARV ASSEMBLY 6.00 EACH $ 503.00 $ 3,018.00
11 16" PLUG VALVE ASSEMBLY 22.00 EACH $ 3,010.00 $ 66,220.00
12 DIP FITIINGS AND RESTRAINTS 3.50 TON $ 5,683.75 $ 19,893.13
13 LOCATOR WIRE 19100.00 LF $ 0.10 $ 1,910.00
14 SHOULDER RESTORATION (SOD) 38222.00 SY $ 3.20 $ 122,310.40
15 CLEAR AND GRUB (ROW) 17200.00 LF $ 1.00 $ 17,200.00
16 PRESSURE TEST 1.00 EACH $ 500.00 $ 500.00
17 FLUSHING ASSEMBLY 1.00 EACH $ 500.00 $ 500.00
18 PAVED DRIVEWAY RESTORATION (R&R) 1950.00 SY $ 17.00 $ 33,150.00
19 ASPHALT ROADWAY RESTORATION (R&R) includes 1350.00 SY $ 17.00 $ 22,950.00
patchinQ and overlay per county detail
20 CONNECTION TO EXISTING (FPUA & PORTOFINO) 2.00 EACH $ 500.00 $ 1,000.00
TOTAL BID $ 1,167,991.53
NOTES
1 EnQineering and surveying services bv Masteller & Moler, Inc, includin¡ stakeout and as-builts
Page 1
(0414B_coscestimate FM_route2.xls)
'-
...,¡
St Lucie County
General Fund Emergency Reserves (001-991 0-599300-800)
Fiscal Year 2003-2004 .
Beginning Balance:
$8,400,000.00
Jess:
Interfund Loans:
Port
Utilities - Holiday Pines
Utilities - North County District bulk interconnect wI FPUA
Utilities - Contingent upon BOCC approval on 4/20/04
- A1A to Taylor Creek
- Taylor Creek to St Lucie Blvd
- US1 to Rouse Road to A1A
Utilities - Route #2 for extension of a force main interconnection
with FPUA
-$992,910.00
-$2,692,800.00 ***
-$163,795.00 ***
-$1,320,000.00 ***
-$1,200,000.00 ***
Sub total
-$6,369,505.00
Ending Balance:
$2,030,495.00
*** To be repaid by $7,600,000 loan to be received in 6-7 weeks.
GenFundEmerRes04.xls
5/19/2004
'-'
..,¡
RESOLUTION NO. 04-158
WHEREAS, subsequent to the adoption of the S1. Lucie County Board of County
Commissioners budget for S1. Lucie County, certain funds not anticipated at the time of
adoption of the budget have become available in the fonn of a $1,200,000 inter-fund
loan (advance) from the General Fund to the North County Utility District - Capital
Facilities Fund for the North County District's Route #2 for the extension of a force main
interconnection with FPUA.
WHEREAS, Section 129.06 (d), Florida Statutes, reqUIres the Board of County
Commissioners to adopt a resolution to appropriate and expend such funds.
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of
S1. Lucie County, Florida, in meeting assembled this 25th day of May, 2004, pursuant to
Section 129.06 (d), Florida statutes, such funds are hereby appropriated for the fiscal year
2003-2004, and the County's budget is hereby amended as follows:
REVENUES
479-0000-387000-000
Advances In
$1,200,000
APPROPRIATIONS
479-3600-563000-300
Improvements other than Building
$1,200,000
After motion and second the vote on this resolution was as follows:
Commissioner Paula A. Lewis, Chairperson
Commissioner John Bruhn, Vice Chairperson
Commissioner Cliff Barnes, Chairperson
Commissioner Doug Coward
Commissioner Frannie Hutchinson
'-'
o.."j
-;
PASSED AND DULY ADOPTED THIS 25TH DAY OF MAY, 2004.
ATTEST:
BOARD OF COUNTY COMMISSIONERS
ST LUCIE COUNTY, FLORIDA
BY:
CHAIRMAN
APPROVED AS TO CORRECTNESS AND FORM:
COUNTY ATTORNEY
""
..."
AGENDA REQUEST
ITEM NO. c-11
DATE: May 25,2004
REGULAR [ ]
PUBLIC HEARING [ ]
CONSENT[x]
TO: BOARD OF COUNTY COMMISSIONERS
PRESENTED BY: DON MCLAM
ASSISTANT DIRECTOR
SUBMITTED BY (DEPT): CENTRAL SERVICES
SUBJECT: WORK AUTHORIZATION / SIMS WILKERSON ENGINEERING, INC.
SECURITY SYSTEM AND FIRE ALARM UPGRADE/ROCK ROAD CORRECTIONAL FACILITY
BACKGROUND:
SEE ATTACHED MEMORANDUM
FUNDS AVAIL: 316-1940-562005-26001 (Building-Consulting Engineer)
PREVIOUS ACTION: The Board of County Commissioners approved Work AuthorizatJon with
Sims Wilkerson Engineering on August 28, 2001, Item No. 9c.
RECOMMENDATION: Staff recommends the Board of County Commissioners approve the request
for a Work Authorization in the amount of $29,000.00 with Sims Wilkerson Engineering to provide
additional services at Rock Road Correctional Facility and authorize the Chair to sign the Work
Authorization as prepared by the County Attorney.
MISSION ACTION:
Dd APPROVED [] DENIED
[ ] OTHER: Approved 4-0 (Comm. Lewis Absent)
NCE:
v
Co,"ty Attomey,Y
Originating De~t..:e....
Finance: (Check for Copy only, if Applicable)
~ ---
g Anderson
County Administrator
Coordination/Signatures
Mgt. & Budget:
Purchasing Mgr.:
Other: .
Other:
Eft. 1/97
H:\AGENDA\AGENDA-SIMS WILKERSON-W.A. JAIL.DOC
-.
.....
..."
MEMORANDUM
DEPARTMENT OF CENTRAL SERVICES
TO:
Board of County Commissioners
Don McLam, Assistant DirectòLJ;> \Lé:.-
Roger A. Shinn, Direct~
FROM:
THROUGH:
DATE:
May 18, 2004
SUBJECT: Work Authorization / Sims Wilkerson Engineering
******************************************************************************************************
Through Board approval, Sims Wilkerson has provided Engineering Services to
oversee the design and project phase of the Security System and Fire Alarm Upgrade at
Rock Road Correctional Facility. The construction phase of this project, administered by
Norment Security Group, had a substantial completion date of May 2, 2004. Norment
failed to meet this completion date thereby generating the need to extend engineering
services beyond May 2,2004.
Staff anticipates substantial completion to be mid-June on this project. Sims
Wilkerson extended engineering services will include; project check out (two site visits), a
final review of punch list items (one site visit that will last five working days), and office
engineering hours. The purpose of these additional services is to assist staff in upholding
the integrity of the overall project. Total cost for these extended engineering services is
$29,000.00; the proposal submitted by Sims Wilkerson is attached.
In an effort to begin these additional services, staff recommends the Board of
County Commissioners approve the request for a Work Authorization in the amount of
$29,000.00 with Sims Wilkerson and authorize the Chair to sign the Work Authorization as
prepared by the County Attorney.
c: Doug Anderson, County Administrator
Raymond Wazny, Assistant County Administrator
Dan Mcintyre, County Attorney
· _ J~rtJ' Parenteau - 01 09~-~~!t1:~to~?~~ty)3eg?~rdTg~ÆL§~~~£i~B§"ºª9~Å’eÿis.19!ir~,OC, '--.'_
' ...
-..
,...-.......- .......~.~ -,
- ~.~-- p~~
"
- -- - ---~-----.~-~ . --..--------------------..
St. Lucie County Central Services
May 5, 2004
Page 1
Sims Wilkerson Engineering, Inc.
1555 Howell Branch Road, Suite A-I
Winter Park, Florida 32789-1170
(407) 645-1566 Fax (407) 645-2399
May 13,2004
St. Lucie County Central Services
2300 Virginia A venue
Fort Pierce, Florida 34982
Attention:
Mr. Jerry Parenteau, Project Manager
Project:
Security Systems Improvements St. Lucie County Correctional Facility
SWE #01098
Reference:
Purchase Order No. P2210683
Subject:
Revised Extended Engineering Services at Rock Road Correctional Facility
Dear Mr. Parenteau:
As you requested in our phone conversation on May 12, 2004, we have prepared this revised
proposal for extended engineering services at the Rock Road Correctional Facility. These
extended engineering services are a result of Norment not completing the contract by the original
contract completion date of January 2, 2004 to which an additional one hundred and ten days
were added for a revised completion date of May 2, 2004. It is evident that this date is not being
met and services beyond May 2 will be required. The County anticipates at this time that the
Contractor's work may not be Substantially Complete until some time in June. An additional
period will be required by the Engineer for project checkout and final review of punch list items.
Basis of Compensation
I. Per your request, we will be providing three site visits. The first site visit will occur on May 10,
2004, the second on May 24, 2004 and the third will occur when Norment is ready for the
punch list. It is anticipated that the final punch list site visit will last 5 working days. These
site visits will include representation from Vitetta and SWE. These services amount to
$23,000.00. This cost is for site visits only and does not include office engineering hours that
are anticipated to be necessary to process our findings during the regular site visits and
..
.J~~tJ:~[~~au,_:~I998':Jetter to County Reg~f~Ei,~~~~s 050304(rev~<?!ìrd£~
.
.....,
.----_ ..._ _n. _ ~ ~__.___.~.___ _ _____~..___.__.___.._____~.. _______._____._____~__....__ ..__ __. __ ___ __ _________
-- _A '-..,.- ---~'-~'T~
St. Lucie County Central Services
May 5, 2004
Page 2
assembly of the final punch list. We estimate that the office engineering hours would
amount to $6,000.00. Note that a fourth additional site visit for punch list item
resolution/verification has not been included and would be considered an addition to these
services. Such site visit will be invoiced proportionally to the trips made with appropriate
adjustment upward if more than one day on site per trip is required.
2. The total for extended engineering services including office engineering hours is $29,000.00.
These engineering services include the three site visits listed in item 1. plus office
engineering hours.
We anticipate approval of these extended services and will be on site May 10 unless otherwise
directed.
Sincerely,
SIMS WILKERSON ENGINEERING, INC.
Howard W. Sims, P.E.
President
cc: Mr. Tony Frasetta, Vitteta
Page'
¡
I
I
I
I
I
I
I
f
i
¡
#
t; ~
'"
""'"
AGENDA REQUEST
ITEM NO. C - ,
I;)
DATE:May 25, 2004
REGULAR [ ]
PUBLIC HEARING
CONSENT [X ]
TO: BOARD OF COUNTY COMMISSIONERS
SUBMITTED BY (DEPT) : Community Services
PRESENTED BY:
Beth Ryder, Director
SUBJECT: Approve the Fourth Amendment extending the term of the contract with
Habitat for Humanity through the 2004-05 SHIP funding cycle, subject to the
continued availability of SHIP funding for the County, and clarify the Scope
of Work and compensation procedures.
BACKGROUND: On January 15, 1998, the County entered into an agreement with
Habitat for Humanity to assist in the repair and/or rehabilitation projects
for the 1997/98 SHIP program funding cycle. Subsequently, the contract has
been amended to extend the term.
FUNDS AVAIL:
185001-5420-549600-500 FYOO/01
185002-5420-549600-500 FY01/02
185003-5420-549600-500 FY02/03
185004-5420-549600-500 FY03/04
185005-5420-549600-500 FY04/05
PREVIOUS ACTION: A first amendment was executed extending
February 9, 1999; on December 21, 1999, a second amendment was
August 8, 2000 a third Amendment was approved to clarify that
funds are available for a 24 month cycle.
the term on
approved; on
SHIP program
RECOMMENDATION: Staff recommends the Board of County Commissioners approve
the fourth amendment and authorize the chair to sign all necessary documents.
[XJ
[ ]
APPROVED
OTHER:
[
DENIED
-
COMMISSION ACTION:
Approved 4-0 (Corom, Lewis Absent)
Dou ~ M. Anderson
County Administrator
County Attorney:x
;l1
Coordination/Siqnatures ~
0IY} .
Management & BUdget:x~ Purchas1ng:
Other:
Other:
Originating Department:
Finance: Check for copy only, if applicable
i
~
'-'
'-'
,.
FOURTH AMENDMENT TO JANUARY 15, 1998 AGREEMENT
THIS FOURTH AMENDMENT, made and entered into this day of ,
2004, by and between ST. LUCIE COUNTY, a political subdivision of the State of Florida,
hereinafter referred to as the "County", and ST. LUCIE COUNTY HABITAT FOR
HUMANITY, INC., a not-for-profit corporation under the laws of the State of Florida,
hereinafter referred to as "Habitat".
WITNESSETH:
WHEREAS, pursuant to Sections 420.907 through 420.9079, Florida Statutes (2003),
Chapter 91-37, Florida Administrative Code, and St. Lucie County Ordinance No. (coHectively
the "SHIP Act"), the County, through its Community Services Division, serves as the
administrator of the St. Lucie County SHIP Program, hereinafter referred to as the "Ship
Program"; and,
WHEREAS, the SHIP Program funding cycles includes funding for repair and/or
rehabilitation of residential units in St. Lucie County; and,
WHEREAS, on January 15, 1998, the parties entered into an agreement wherein Habitat
agreed to assist the County in the administration of repair and/or rehabilitation projects using
1997-98 SHIP Program funding cycle monies, hereinafter referred to as the "Agreement"; and,
WHEREAS, on February 9, 1999, the parties entered into a First Amendment to the
Agreement to incorporate an additional aHocation of SHIP funds received by the County for the
State of Florida fiscal years 1998-1999 and 1999-2000 and extend the term of the Agreement to
include these additional funding cycles; and,
WHEREAS, on December 21, 1999, the parties entered into a Second Amendment to the
Agreement to clarify that SHIP Program funds are available during a twenty-four (24) month
funding cycle rather than a twelve (12) month fiscal year and to provide for the County to
compensate Habitat for roof and/or septic tank repairs upon completion of the repairs rather than
wait until completion of an entire repair project; and,
WHEREAS, on August 8,2000, the parties entered into a Third Amendment to extend
the tenn through the 2002-03 SHIP funding cycle, subject to the continued availability of SHIP
funding for the County; and,
WHEREAS, the parties desire to further amend the Agreement to further extend the
agreement through the 2004-05 SHIP funding cycle, subject to the continued availability of SHIP
funding for the County, and clarify the Scope of Work and compensation procedures.
NOW, THEREFORE, in consideration of the mutual promises contained herein, the
parties agree to amend the Agreement as foHows:
1
::¡
,
'-'
-....I
. t
1. The Scope of Work shall be amended as attached hereto and incorporated herein
as Exhibit "A."
2. Paragraph 4 of the Agreement shall be amended to read as follows:
4. TERM; TIME OF PERFORMANCE
The tenn of this Agreement shall be from January 6, 1998 through
and including the date all of the 1996-97 through 2004-2005 SHIP
Program funding cycle monies for repair of residential units are
expended pursuant to this Agreement, subj ect to annual availability
of SHIP funding to the County. The tenn of this Agreement may
be extended upon the mutual written consent of both parties.
Habitat agrees to schedule repairs of each residential unit approved
by the County within ten (10) days of the date of receipt of Notice
to Proceed for each unit.
3. Paragraph 5 of the Agreement shall be amended to read as follows:
5. COMPENSATION
The County agrees to pay Habitat a total amount not the available
SHIP Program monies per funding cycle, payable as follows:
Repair of a residential unit - Up to twenty-five
thousand and 00/100 dollars ($25,000.00). Upon
signing a contract for repair of a residence, the
County will issue a check to Habitat for twenty-five
percent (25%) of the cost for the materials needed
for the repairs.
Habitat shall submit a request for payment following completion of
the roof and/or septic tank repairs/rehabilitation for each residential
unit, if applicable. Following completion of the remaining
repairslrehabilitation for the unit, if any, Habitat shall submit a
final request for payment for the unit. The requests for payment
shall include evidence satisfactory to the County of all payroll
material, bills, and other indebtedness incurred by Habitat in
connection with the repair/rehabilitation of the residential. After all
repairs/rehabilitation have been completed, inspected and approved
for each unit, the County's Project Manager shall promptly issue a
fmal certificate. Final payment shall be due within fifteen (15)
business days after the County's Project Manager issues the final
certificate. Within thirty (30) days of the fmal payment, Habitat
2
,
""
""""
shall submit evidence satisfactory to the County of all payroll
material, bills, and other indebtedness incurred by Habitat in
connection with the repair/rehabilitation of the residential unit have
been paid in full.
Anything herein to the contrary notwithstanding, any and all
obligation of the County to make any and all payment to Habitat
are expressly conditioned upon receipt of, and authorization to
expend, SHIP funds from the State of Florida, and are expressly
conditioned upon appropriation thereof by the Board of County
Commissioners of St. Lucie County, Florida. In the event said
funds are not expended as required under this Agreement, the
County or Habitat may apply for an exemption as provided under
Rule 91-37.0021 (17), Florida Administrative Code.
4. All other tenns and conditions of the Agreement, as amended, shall remain in full
force and effect.
IN WITNESS WHEREOF, the parties hereto have accepted, made and executed this
Third Amendment upon the tenns and conditions above stated on the day and year first above
written.
WITNESSES:
BOARD OF COUNTY COMMISSIONERS
ST. LUCIE COUNTY, FLORIDA
BY:
CHAIRMAN
APPROVED AS TO FORM AND
CORRECTNESS:
COUNTY ATTORNEY
ATTEST:
ß~~-
S ARYQ'
(SEAL)
g:\agreemnt\4a -ba bitat.sbip. wpd
3
"
'-
.....,
EXHIBIT "A"
SCOPE OF WORK
1. EMERGENCY REP AIRlREHABILlT A TION STRATEGY
, It is the purpose of the Emergency Repair/Rehabilitation Strategy to assist with
emergency repairs on housing units in the unincorporated portions of St. Lucie County, thus
allowing the units to continue to remain in residential housing stock. Applicants for thi$ strategy
will receive awards on a first-come, first completed, first-served basis. Only repairs considered
an "emergency" will be eligible. The qualifications for emergency repairs are those that effect
the health and safety of the applicant such as unsafe water and/or septic system failure, faulty
wiring or failure of building envelope or safe access to the structure. Applicants must comply
with all income verification procedures and only very-low income applicants will be eligible.
The precise time of the return of a completed application will qualifY the eligible applicant on a
first-come, first-served basis subject to the following provisions:
A. All units repaired or otherwise assisted with SHIP funds must be owned and
occupied by the eligible persons. Eligible persons are those classified as very low
income persons as detennined by the Florida Hosing Finance Agency's income
criterion in effect on the date of application.
B. SHIP funds may not be used to purchase, rehabilitate or repair mobile homes.
C. The combined annual anticipated gross income of any applicant for assistance
with St. Lucie County SHIP fimds must be verified by the County as to their
income level eligibility.
2. COUNTY RESPONSffiILITIES
A. Accept, review and approve/disapprove, very low income applicants who need
emergency repairs on homes they own and occupy, in the unincorporated portions
of St Lucie County and reimburse Habitat for the following expenditures to be
considered construction cost:
(1) Tho..se hard costs which are typically or customarily treated as construction
costs by institutiona11enders;
(2) Construction soft costs such as engineering studies and appraisals, if
directly related to housing construction;
(3) Payment ofpermi'ts and/or impact fees; and,
(4) The purchase of materials to do the necessary repairs.
4
-
~
'-'
....,
B. Provide to Habitat a Jist of approved/or approved in a timely manner sub-
contractors to work on SHIP housing rehabilitation projects.
C. Provide Habitat with written Notice to Proceed for each approved housing
rehabilitation project.
D. Develop and implement the means acceptable to Habitat by which it Will verity
the completion of housing rehabilitation projects.
3. HABITAT RESPONSIBILITffiS
A. Prepare cost estimates for emergency repairs to residential units owned and
occupied by qualified residents.
B. Purchase materials for the repair and/or rehabilitation of residential units owned
and occupied by eligible persons.
C. Contract with sub-contractors approved by the County that have executed general
liability agreements with Habitat.
D. Recruit and supervise volunteer labor to perform emergency repairs and/or
rehabilitation.
D. Oversee emergency repair and/or rehabilitation of residential units .owned and
occupied by qualified residents.
E. Accept, maintain and expend the SHIP funds in accordance with the terms and
conditions of the SHIP Act, and this Agreement.
C. Return. to the County within fifteen (15) days of demand therefor all SHIP funds
paid to Habitat under the terms of this Agreement upon the County's finding that.
anyone or more of the terms or conditions of the SHIP Act, or this Agreement
have been violated by Habitat.
4. PERMITTED CONSTRUCTION COSTS:
A. Those construction costs which are typically or customarily treated as
construction costs by institutional lenders;
B. Construction soft costs such as engineering studies and appraisals, if directly
related to housing construction.
C. Payment of permit and/or impact fees.
5
,-.
....,.
5. DISALLOWED EXPENDITURES:
Habitat shall return to the County all SHIP Funds expended for disallowed expenditures
as determined by the SHIP Coordinator of St. Lucie County. Disallowed expenditures
include, but are not limited to the following:
A. "Bad Debts" - Losses arising from uncollectible accounts and other claims and
related costs, are not allowable.
B. "Contingencies" - Contributions to contingency reserve or any similar provisions
for unforeseen events are not allowable.
C. "Contributions or Donations" - Contributions and donations are not allowable.
D. "Entertainment" - Costs of amusements, social activities, and incidental costs
relating thereto, such as meals, beverages, lodgings, rentals, transportation and
gratuities are not allowable.
E. "Fines and Penalties" - Costs resulting from violations of, or failure to comply
with Federal, State and local laws and regulations are not allowable.
F. "Interest and Other Financial Costs" - Interest on borrowing (however
represented), bond discounts, costs of financing and refinancing operations, legal
and professional fees paid in connection therewith, are not allowable.
6
\0
,
'-'
.....;
ITEM NO. C-13-
DATE: May 25, 2004
REGULAR [ ]
PUBLIC HEARING [ ]
CONSENT [ X ]
TO: BOARD OF COUNTY COMMISSIONERS PRESENTED BY:
SUBMITTED BY: Airport Paul Phillips
SUBJECT: Airport West Commerce Park Economic Development Administration (EDA) $1.5 million
Grant Acceptance
AGENDA REQUEST
BACKGROUND: For the past three fiscal years the Board of County Commissioners (BOCC) have funded
the design and construction of Airport West Commerce Park (A WCP). This Commerce Park slated to
begin construction in 2005 will be designed to house large warehouse projects. This agenda item is the
contract from the U.S. Department of Commerce, Economic Development Administration to accept the
$1.5 million in federal funds towards the construction of this Commerce Park.
FUNDS AVAILABLE IN ACCT#: Matching funds of $500,000 are in the Airport's budget request for
fiscal year 2004/05 and will' be made available in the Airport Industrial Park West Development
Improvement account (140322-4220-563000-48004).
PREVIOUS ACTION: n/a
RECOMMENDATION: Staff recommends that the Board 'of County Commissioners approve the contract
from the U.S. Department of Commerce, Economic Development Administration to accept the $1.5
million in federal funds towards the construction of the Airport West Commerce Park (A WCP) at St. Lucie
County International Airport.
Reviews & Auurovals
County Attorney:
Originating Dept:
Finance:(Check £
MB~ rnm4_turchasing
er: Other:
, if a plicable)
-----
COMMISSION ACTION:
I(lAPPROVED [ ]DENIED
Approved 4-0 (Comm. Lewis Absent)
[ ]OTHER:
CONC
CE:
~
'...I
('
St. Lucie COunty
INTERNATIONAL AIR
Staff Report
from
St. Lucie County
International Airport
To: Board of County Commissioners
From: Paul A. Phillips, Airport Director
Re: Airport West Commerce Park
For the past three fiscal years the Board of County Commissioners (BOCC) have 'funded the design and
construction of Airport Industrial Park West. This industrial park slated to begin construction in 2005 will
be designed to house large warehouse projects. These additional United States Economic Development
Agency (USEDA) grant funds requires the funding currently committed by the BOCC and a $500,000
funding commitment as requested in the Airport's fiscal year 2004/05 budget. As depicted in this staff
report, this brings the total funding commitment by the BOCC, FDOT, and EDA to $5,800,000.
Funds Available Funds Available Funds Proposed Funds Proposed
Funding Source FY 01/02 FY 02/03 FY 03/04 FY 04/05
County Funds
Aviation Match $550,000 $550,000
Interffiodal Match $200,000 $145,836
Excess Reserves $76,654 $377,510 $500,000
FDOT Funds
Aviation $550,000 $550,000
Interffiodal $200,000 $600,000
Proposed EDA Grant $1,500,000
Subtotals $1,100,000 $1,576,654 $2,623,346
Total Funds Available $2,676,654
Total Funds (Available and Proposed) $5,300,000 $5,800,000
$76,654 = Excess Carry Forward Balance
$377,510 = Current Budget Year Request
$600,000 =Intennodal Match = (FY 02/03 $76,654 +FY 03/04 $145,836 +FY 03/04 $377,510)
EDA = Economic Development Administration
If you have any questions or require any additional information, please do not hesitate to contact me.
,-
"'"
u.s. DEPARTMENT OF COMMERCE
Economic Development Administration
ATLANTA REGIONAL OFFICE
Suite 1820
401 West Peachtree St., N.W.
Atlanta, Georgia 30308-3510
In reply refer to:
Award No. 04-01-05375
~
MAY 1 1 2004
Douglas Anderson
County Administrator
St. Lucie County
2300 Virginia Avenue
Ft. Pierce, Florida 34982
Dear Mr. Anderson:
We are pleased to inform you that the Economic Development Administration (EDA) has approved
a Financial Assistance Award in an amount not to exceed $1,500,00 issued pursuant to your
application for Federal assistance to construct road, sewer, water and stormwater infrastructure
improvements to establish an industrial park. This investment will create 393 new jobs and
generate over $40,000,000 in private investment. The total project cost is $ 3,168,411, which is
based on the line item estimates contained in Attachment No.1.
Enclosed are three signed copies of the Financial Assistance Award. Your agreement to the terms
and conditions of the award should be indicated by the signature of your principal official on all of
the signed copies of the Financial Assistance Award. Two of the executed copies should be
returned to the Director, Atlanta Regional Office, Economic Development Administration, Suite
1820,401 West Peachtree Street, N. W., Atlanta, Georgia 30308-3510.
You are cautioned not to make any commitments in reliance on this award, nor to enter into
negotiations relative hereto, until you have carefully reviewed the terms and conditions and have
determined that you are in compliance or that you can comply therewith. Any commitments or
undertakings entered into prior to obtaining the approval ofthe Government in accordance with its
terms and conditions will be at your own risk.
Enclosures
CC: Greg Vaday - Treasure Coast Regional Planning Council
~-'".....,,'-'..: ...
i~ L?' ((.", 1'='.'fI n " n ~ Ì\
i"1 rC; . , c., \ V! ,2, !ô'¡
'~II ') ?(lIlL 1'"
UU~~~ð
CO. ADMIN. OFF!CE
FORM CD-450
(REV 10/98)
U.S. DEPARTMENT OF COMMERCE
IXJGRANT D COOPERATIVE AGREEMENT
FINANCIAL ASSISTANCE AWARD
ACCOUNTING CODE
RECIPIENT NAME
St. Lucie County
INVESTMENT NUMBER
04-01-05375
STREET ADDRESS
2300 Virginia Avenue
FEDERAL SHARE OF COST
$ 1,500,000
CITY, STATE, ZIP CODE
Ft. Pierce, Florida 34982
RECIPIENT SHARE OF COST
$ 4,044,000
AWARD PERIOD
From date of approval to 31 months after approval
TOTAL ESTIMATED COST
$ 5,544,000
AUTHORITY
42 V.S.C. Section 3141
CFDA NO. AND PROJECT TITLE
11.300 Public Works & Facilities Development Program/Industrial Park Infrastructure
This Award approved by the Grants Officer is issued in triplicate and constitutes an obligation of Federal funding. By signing
the three documents, the Recipient agrees to comply with the Award provisions checked below. Upon acceptance by the
Recipient, two signed Award documents shall be returned to the Grants Officer and the third document shall be retained by
the Recipient. If not signed and returned without modification by the Recipient within 30 days of receipt, the Grants Officer
may unilaterally terminate this Award.
D
~
~
D
~
D
~
D
D
[]I
~
Department of Commerce Financial Assistance Standard Terms and Conditions
Special Award Conditions
Line Item Budget
15 CFR Part 14, Uniform Administrative Requirements for Grants and Agreements with Institutions of Higher Education,
Hospitals, Other Non-Profit, and Commercial Organizations
15 CFR Part 24, Uniform Administrative Requirements for Grants and Agreements to State and Local Governments
OMB Circular A-21, Cost Principles for Educational Institutions
OMB Circular A-87, Cost Principles for State, Local, and Indian Tribal Governments
OMB Circular A-122, Cost Principles for Nonprofit Organizations
48 CFR Part 31, Contract Cost Principles and Procedures
OMB Circular A-B3, Audits of States, Local Governments, and Nonprofit Organizations
Other(s) EDA Standard Terms and Conditions - Construction Program. dated March 1999
F COMMERCE GRANTS OFFICER
TITLE
DATE
3/1"5" /òý-
"
Director, Atlanta Region
TITLE
DATE
Douglas Anderson
County Administrator
FORM CD-450
(REV 10/98)
u.s. DEPARTMENT OF COMMERCE
IiJGRANT 0 COOPERATIVE AGREEMENT
FINANCIAL ASSISTANCE AWARD
ACCOUNTING CODE
RECIPIENT NAME
81. Lucie County
INVESTMENT NUMBER
04-01-05375
STREET ADDRESS
2300 Virginia A venue
FEDERAL SHARE OF COST
$ 1,500,000
CITY, STATE, ZIP CODE
F1. Pierce, Florida 34982
RECIPIENT SHARE OF COST
$ 4,044,000
AWARD PERIOD
From date of approval to 31 months after approval
TOTAL ESTIMATED COST
$ 5,544,000
AUTHORITY
42 D.S.C. Section 3141
CFDA NO. AND PROJECT TITLE
11.300 Public Wôrks & Facilities Development ProgramlIndustrial Park Infrastructure
This Award approved by the Grants Officer is issued in triplicate and constitutes an obligation of Federal funding. By signing
the three documents, the Recipient agrees to comply with the Award provisions checked below. Upon acceptance by the
Recipient, two signed Award documents shall be returned to the Grants Officer and the third document shall be retained by
the Recipient. If not signed and returned without modification by the Recipient within 30 days of receipt, the Grants Officer
may unilaterally terminate this Award.
o
~
!]I
o
~
o
~
o
o
rn
Qg
Department of Commerce Financial Assistance Standard Tenns and Conditions
Special Award Conditions
Line Item Budget
15 CFR Part 14, Unifonn Administrative Requirements for Grants and Agreements with Institutions of Higher Education,
Hospitals, Other Non-Profit, and Commercial Organizations
15 CFR Part 24, Unifonn Administrative Requirements for Grants and Agreements to State and Local Governments
OMB Circular A-21, Cost Principles for Educational Institutions
OMB Circular A-87, Cost Principles for State, Local, and Indian Tribal Governments
OMB Circular A-122, Cost Principles for Nonprofit Organizations
48 CFR Part 31, Contract Cost Principles and Procedures
OMB Circular A-133, Audits of States, Local Governments, and Nonprofit Organizations
Other(s) EDA Standard Tenns and Conditions - Construction Program. dated March 1999
OF COMMERCE GRANTS OFFICER
TITLE
Director, Atlanta Region
DATE
3/1-) joi-
TITLE
DATE
Douglas Anderson
County Administrator
FORM CD-450
(REV 10/98)
u.s. DEPARTMENT OF COMMERCE
IXJGRANT D COOPERATIVE AGREEMENT
FINANCIAL ASSISTANCE AWARD
ACCOUNTING CODE
RECIPIENT NAME
St. Lucie County
INVESTMENT NUMBER
04-01-05375
STREET ADDRESS
2300 Virginia Avenue
FEDERAL SHARE OF COST
$ 1,500,000
CITY, STATE, ZIP CODE
Ft.Pierce, Florida 34982
RECIPIENT SHARE OF COST
$ 4,044,000
AWARD PERIOD
From date of approval to 31 months after approval
TOTAL ESTIMATED COST
$ 5,544,000
AUTHORITY
42 D.S.C. Section 3141
CFDA NO. AND PROJECT TITLE
11.300 Public Works & Facilities Development ProgramlIndustrial Park Infrastructure
This Award approved by the Grants Officer is issued in triplicate and constitutes an obligation of Federal funding. By signing
the three documents, the Recipient agrees to comply with the Award provisions checked below. Upon acceptance by the
Recipient, two signed Award documents shall be returned to the Grants Officer and the third document shall be retained by
the Recipient. If not signed and returned without modification by the Recipient within 30 days of receipt, the Grants Officer
may unilaterally terminate this Award.
D
[XJ
Å’]
D
[X]
D
~
D
D
Å’J
Qg
Department of Commerce Financial Assistance Standard Terms and Conditions
Special A ward Conditions
Line Item Budget
15 CFRPart 14, Unifonn Administrative Requirements for Grants and Agreements with Institutions of Higher Education,
Hospitals, Other Non-Profit, and Commercial Organizations
15 CFR Part 24, Unifonn Administrative Requirements for Grants and Agreements to State and Local Governments
OMB Circular A-21, Cost Principles for Educational Institutions
OMB Circular A-87, Cost Principles for State, Local, and Indian Tribal Governments
OMB Circular A-122, Cost Principles for Nonprofit Organizations
48 CFR Part 31, Contract Cost Principles and Procedures
OMB Circular A-l33, Audits of States, Local Governments, and Nonprofit Organizations
Other(s) EDA Standard Tenns and Conditions - Construction Prosuam. dated March 1999
TITLE
DATE
3/ {)/öi
<.:::::"
TYPED NAME AND ~~
"
Director, Atlanta Region
TITLE
DATE
Douglas Anderson
County Administrator
\w
'wi
EXHIBIT" A"
U. S. DEPARTMENT OF COMMERCE
Economic Development Administration
Public Works and Development Facilities
Award No.: 04-01-05375
Recipient: S1. Lucie County, Florida
SPECIAL AWARD CONDITIONS
1. PROJECT DEVELOPMENT TIME SCHEDULE: The Recipient agrees to the following
Project development time schedule:
Time allowed after Receipt of Financial Assistance A ward for:
Return of Executed Financial Assistance Award....................... ......... .................... ..30 days
Start of Construction................................................ 12 Months from Date of Award of Grant
Construction Period.................................................................... ....... ......18 months
Project Closeout - All Project closeout documents including final financial information and any
required program reports shall be submitted to the Government not more than 90 days after the
date the Recipient accepts the completed project from the contractor(s).
The Recipient shall pursue diligently the development of the Project so as to ensure completion
within this time schedule. Moreover, the Recipient shall notify the Government in writing of
any event which could delay substantially the achievement of the Project within the prescribed
time limits. The Recipient further acknowledges that failure to meet the development time
schedule may result in the Government's taking action to terminate the A ward in accordance
with the regulations set forth at 15 CFR 24.43 (53 Fed. Reg. 8048-9, 8102, March 11, 1988).
2. GOALS FOR WOMEN AND MINORITIES IN CONSTRUCTION: Department of Labor
regulations set forth in 41 CFR 60-4 establish goals and timetables for participation of
minorities and women in the construction industry. These regulations apply to all Federally
assisted construction contracts in excess of$10,000. The Recipient shall comply with these
regulations and shall obtain compliance with 41 CFR 60-4 from contractors and subcontractors
employed in the completion of the Project by including such notices, clauses and provisions in
the Solicitations for Offers or Bids as required by 41 CFR 60-4. The goal for the participation
of women in each trade area shall be as follows:
From April 1, 1981, until further notice: 6.9 percent
'-'
'wi
Special Conditions
EXHIBIT "A"
Page 2
Award No. 04-01-05375
All changes to this goal, as published in the Federal Register in accordance with the Office of
Federal Contract Compliance Programs regulations at 41 CFR 60-4.6, or any successor
regulations, shall hereafter be incorporated by reference into these Special Award Conditions.
Goals for minority participation shall be as prescribed by Appendix B-80, Federal Register,
Volume 45, No. 194, October 3, 1980, or subsequent publications. The Recipient shall include
the "Standard Federal Equal Employment Opportunity Construction Contract Specifications"
(or cause them to be included, if appropriate) in all Federally assisted contracts and
subcontracts. The goals and timetables for minority and female participation may not be less
than those published pursuant to 41 CFR 60-4.6.
3. AUDIT REQUIREMENTS: Applicable audit requirements are contained in OMB Circular
A-133. Any references to audit requirements contained in 15 CFR Part 29a and 15 CFR 29b in
the terms and conditions governing this project are replaced by OMB Circular A-B3.
4. PERFORMANCE MEASURES: The recipient agrees to report on program performance
measures and program outcomes in such form and at such intervals as may be prescribed by
EDA in compliance with the Government Performance and Results Act of 1993. Performance
measures and reporting requirements that apply to program activities funded by this investment
will be provided in a separate GPRA information collection document. EDA will advise
recipients in writing within a reasonable period prior to the time of submission of the reports,
and in the event that there are any modifications in the performance measures.
5. REPORT ON UNLIQUIDATED OBLIGATIONS: All Recipients of an EDA grant award of
more than $100,000 whose grant has not been fully disbursed as of the end of each reporting
period are required to submit a financial report to EDA annually on the status of un-reimbursed
obligations. The report will provide information on the amount of allowable project expenses
that have been incurred by the Recipient but not claimed for reimbursement as of the end of the
reporting period. The report will be as of September 30 of each year and must be submitted
annually until the final grant payment is made by EDA. The report shall be submitted to EDA
no later than October 30 of each year. Noncompliance with this requirement will result in the
suspension of ED A grant disbursements. Standard Form 269A, Financial Status Report, will be
used for this purpose. Instructions for completing and filing the report will be furnished to the
Recipient at least 60 days before the report is due.
.~
...,
Special Conditions
EXHIBIT "A"
Page 3
Award No. 04-01-05375
6. PRESERVATION OF OPEN COMPETITION AND GOVERNMENT NEUTRALITY
TOWARDS GOVERNMENT CONTRACTORS' LABOR RELATIONS ON FEDERAL
AND FEDERALLY FUNDED CONSTRUCTION PROJECTS: Pursuant to E.O. 13202,
"Preservation of Open Competition and Government Neutrality Towards Government
Contractors' Labor Relations on Federal and Federal Funded Construction Projects," unless the
Project is exempted under section 5( c) of the order, bid specifications, project agreements, or
other controlling documents for construction contracts awarded by Recipients of grants or
cooperative agreements, or those of any construction manager acting on their behalf, shall not:
a) include any requirement or prohibition on Bidders, Offerors, Contractors, or Subcontractors
about entering into or adhering to agreements with one or more labor organizations on the same
or related construction Project(s); or b) otherwise discriminate against Bidders, Offerors,
Contractors, or Subcontractors for becoming or refusing to become or remain signatories or
otherwise to adhere to agreements with one or more labor organizations, on the same or other
related construction Project(s).
7. ENGINEERING CERTIFICATE/CERTIFICATE OF TITLE: The Recipient, prior to
Solicitation of bids for construction of this Project, shall furnish to the Government an
acceptable Engineering Certificate showing all lands, rights-of way and easements necessary
for construction of this Project along with an acceptable Certificate of Title on said lands,
rights-of way and easements showing good and merchantable title free of mortgages or other
forec1osable liens.
8. CONSTRUCTION START: If significant construction (as determined by EDA) is not
commenced within two years of approval of the project or by the date estimated for start of
construction in the grant award (or the expiration of any extension granted in writing by EDA),
whichever is later, the EDA grant will be automatically suspended and may be terminated if
EDA determines, after consultation with the grant recipient, that construction to completion
cannot reasonably be expected to proceed promptly and expeditiously.
9. AWARD DISBURSEMENTS: EDA will make award payments using the Department of
Treasury's Automated Standard Application for Payments (ASAP) system. The recipient is
required to furnish documentation as required by ASAP includi~g but not limited to Recipient
and Requestor Identification Numbers. Complete information concerning the ASAP system
may be obtained by visiting http://www.fms.treas.gov/asap.
10. ARCHITECT/ENGINEER AGREEMENT: Prior to the disbursement of funds by EDA, the
Recipient shall submit to the Government for approval an ArchitectlEngineer agreement that
meets the requirements of Section I of the EDA publication, "Requirements for Approved
Projects," as well as the competitive procurement standards of 15 CFR Part 24 or 15 CFR Part
14, as applicable. The fee for basic ArchitectlEngineer services shall be a lump sum or an
agreed maximum and no part of the fees for other services shall be based upon a cost-plus-a-
percentage-of-cost or a cost using a multiplier.
\.,t.
....,¡
Special Conditions
EXHIBIT "A"
Page 4
Award No. 04-01-05375
1-1. ENVIRONMENTAL: Prior to invitation for bids, the Recipient shall furnish evidence
satisfactory to the Government that a biological survey and assessment has been conducted by a
qualified biological consultant for the entire project site. These evaluations shall investigate the
presence or likelihood of State and Federal listed, threatened or endangered species. The
results of this survey shall be concurred in by the U.S. Fish and Wildlife Service (FWS). The
Recipient further agrees that no construction shall take place until the FWS has approved the
final plans and specifications.
12. ENVIRONMENTAL: Prior to invitation for bids, the Recipient shall furnish evidence
satisfactory to the Government that the US Army Corps of Engineers (Corps) 404 Permit has
been obtained and that environmental mitigation set forth by that permit has been incorporated
into the plans and specifications. The Recipient shall also furnish evidence that all mitigation
stipulated in the Florida Department of Environmental Protection permit for this project has
been accomplished.
13. ENVIRONMENTAL: Prior to bid advertisement, the Recipient shall provide evidence
satisfactory to the Government that the requirements set forth in the State Single Point of
Contact Clearance Letter have been complied with.
14. PROPERTY MANAGEMENT STANDARDS: In affirming this Award, the Recipient
acknowledges its responsibility to use the real property acquired or improved by this A ward in
accordance with Title 13 Code of Federal Regulation, Part 314 only for the authorized and
specific purpose of an industrial park in order to sell, lease, or otherwise convey parcels of the
improved property to serve that purpose. The sales agreements and deeds of conveyance shall
include a covenant prohibiting the use of the property for any purpose other than the general
and special purpose of the grant as approved. The instrument containing the covenant shall be
recorded in accordance with the requirements of 13 CFR Part 314.
15. INDUSTRIAL PARK OR PORT PROJECTS: The Recipient, prior to the final disbursement
of grant funds by the Government, shall submit an executed "Assurance of Compliance" and a
Form ED-6l2 from each entity which owns, leases, occupies or is about to occupy space in said
Industrial Park or Port Facility and which entity was not previously identified with the
application for Federal assistance.
\w'
''wJI
Form ED-508
(Rev. 3/89)
U.S. DEPARTMENT OF COMMERCE ATTACHMENT NO. 1
ECONOMIC DEVELOPMENT ADMINISTRA nON
PUBLIC WORKS PROJECT COST CLASSIFICATIONS
EDA Investment No. 04-01-05375
State: Florida
County: St. Lucie
Cost Classification Proposed Approved
Administrative and legal expenses $ 25,000 $ 25,000
Land, structures, and rights-of-way
appraisals, etc.
Relocation expenses and payments
(Cost incidental to transfer of titles)
Architectural and engineering fees 375,000 375,000
Other architectural and engineering fees 54,000 54,000
Project inspection fees and audit 140,000 140,000
Site Work
Demolition and removal
Construction 4,396,000 4,396,000
Equipment
Miscellaneous
Contingencies 554,000 554,000
TOTAL PROJECT COSTS
5,544,000
5,544,000
Remarks:
~
....;
MARCH, 1999
Exhibit "B"
u. S. DEPARTMENT OF COMMERCE
ECONOMIC DEVELOPMENT ADMINISTRATION
STANDARD TERMS AND CONDITIONS
Title II
Public Works and Development Facilities
and"
Economic Adjustment Construction Components
\...t
"wi
Page
INTRODUCTION ................. ....... ...... ....... ............................. ................ ........ . .. . . ........ ...... 1
A. STATUTORY AND EXECUTIVE ORDER REQUIREMENTS .................................. ............ I
B. FINANCIAL REQUIREMENTS ................................................... ....................... 5
1. Financial Reports ....................................................................... ............... ....... 5
2. Award Paytnents ............................................................................................. 5
3 Federal and Non-Federal Sharing .................................................................... 6
4. Budget Changes and Transfer of Funds Among Categories ............... ............ 6
5. Indirect Costs .............. ......... ......................................................... . . . . ......... . . . .... 6
6. Incurring Costs or Obligating Federal Funds Beyond the Expiration Date........ 7
7. Tax Refunds ......... ................................................................ ............. . . . . ........ . ... 8
8. Incurring Cost Prior to A ward..........,.......................................... ...... 8
C. PROGRAMMATIC REQUIREMENTS ........................................................... ...... 8
1. Reporting Requirements ..................................................................... ............. 8
2. Unsatisfactory Perfonnance ...... ............................... ............. ......... . .. . . .......... .... 9
3. Programmatic Changes .......................................................................... ............ 11
4. Other Federal Awards with Similar Programmatic Activities .............. ........ ..... 11
5. Program Income ........................................................................................... ..... 11
6. Use of Third Parties to Solicit or Secure This Award ................................ ....... 12
7. Consultant and Attorney's Fees ............................ ............ .................... . .. . .... . .... 12
8. Member of Congress/Resident Federal Commissioner Restriction ............ ...... 12
9. Hold Harmless Requirement ..... ................................................ . .. . .......... . ........ 12
10. Alienation Restriction .................................................................... .................. 13
11. Taxpayer Identification Number Requirement .............................. ............. ...... 13
D. NON-DISCRIMINATION REQUIREMENTS ..... .................................................. 13
1. Statutory Provisions ...................................................................... ........... ......... 13
2. Other Provisions ........ ....... ..... ....... ............................................. . . . . ..... ...... . ........ 14
E. AUDITS .......................................................................................................... ......... 14
1. Organization-Wide and Project Audits ................................................. ........... 14
2. Audit Resolution Process ....................................................................... ... ........................... 15
~
....;
ii
Page
F . DEBTS........................................... ......................... ........................................ . ........ 16
1. Payment of Debts Owed the Federal Government ................... ............. ........... 16
2. Late Payment Charges ..................................................................... ......... ...... 16
G. NAME CHECK. ....................... ...... ......... ..... ....................... ................. .......... ........... 17
1. Results ofN ame Check .............. ........ ..... ............................................ ... . ........... 17
2. Action(s) Taken as a Result of Name Check Review............................... ......... 17
H. LOBBYING RESTRICTIONS ................................................................................. 17
1. Statutory Provisions ........................................................................... ............... 17
2. Disclosure of Lobbying Activities ....................................................... .............. 18
3. Subaward, Contract, and Subcontract ................................................... ............. 18
I. MINORITY AND WOMEN-OWNED BUSINESS ENTERPRISE ........................................... 19
J. SUBA WARD AND/OR CONTRACT TO A FEDERAL AGENCy............. ......... 19
K. PROPERTY MANAGEMENT ....................................................................... ......... 20
1. Standards.................................... ................................................ . . . . ................... 20
2. Retention of Title ............................................................................. ................. 20
3. Disposal of Real Property .. ................................................................ . ... .......... 20
4. ED A's Interest in Award Property........................................................... ......... 20
5. Leasing Restrictions ............. ..................:............................................. . .. .. ......... 21
~
'..I
ECONOMIC DEVELOPMENT ADMINISTRATION
STANDARD TERMS AND CONDITIONS
Title II Public Workš and Development Facilities
and
Title II Economic Adjustment Construction Components
For the purpose of these Standard Terms and Conditions, unless the context otherwise requires, (a) the
term "Government" refers to the Economic Development Administration (EDA); (b) the term
"Recipient" refers to the recipient of Government funds under the Agreement to which this attachment is
made a part; (c) the tenn "Department" and "DoC" refer to the Department of Commerce; and (d) the
term "regional office" refers to the appropriate Regional Office of the Economic Development
Administration, i.e., the office administering the award. The Public Works and Economic Development
Act of 1965, and its amendments (42 V.S.C. 3121, et seq.), including the comprehensive amendment of
the Economic Development Reform Act of 1998 (P.L. 105-393) are hereinafter referred to as PWEDA.
A. Statutory and Executive Order Requirements
Some of the terms and conditions herein contain, by reference or substance, a summary of the
pertinent statutes, or regulations published in the Federal Register or Code of Federal Regulations
(CFR), Executive Orders (EO) or OMB Circulars (Circular). To the extent that it is a summary, such
term or condition is not in derogation of, or an amendment to, any such statute, regulation, EO or
Circular. All statutes, regulations, EOs or Circulars whether or not referenced herein are to be
applied as amended on the date they are administered.
1. The Recipient and any subrecipients must, in addition to the Assurances made as a part of the
application, comply and require each of its contractors and subcontractors employed in the
completion of the project to comply, with all applicable Federal, state, territorial, and local laws,
and in particular the following Federal Public Laws, the regulations issued there under, and
Executive Orders and Office of Management and Budget (OMB) Circulars:
a. The Public Works and Economic Development Act of 1965, P.L. 89-136, as amended
(42 V.S.C. 3121, et. seq.), including the comprehensive amendment of the Economic
Development Refonn Act of 1998 (P.L. 105-393), and regulations in 13 CFR, Chapter III;
b. The Davis-Bacon Act as amended (40 D.S.C. 276a to 276a (5); 42 V.S.C. 3212);
c. The Contract Work Hours and Safety Standards Act, as amended (40 V.S.C.327-333);
d. The Copeland "Anti-Kickback" Act, as amended (40 V.S.C. 276(c); (18 V.S.C. 874);
e. The Clean Air Act, as amended (42 V.S.C. 7401, et seq.);
\..;
'....,J
2
f. The Clean Water Act (The Federal Water Pollution Control Act, as amended)
(33 V.S.C. 1251, et seq.);
g. The Endangered Species Act of 1973, as amended (16 V.S.C. 1531, et seq.);
h. The Coastal Zone Management Act of 1972, as amended (16 D.S.C. 1451, et seq.);
1. The Safe Drinking Water Act of 1974, as amended (42 D.S.C. 300f-j26);
J. The Energy Conservation and Production Act (applicable to construction of new residential
and commercial structures) (42 D.S.C. 6801, et seq.);
k. The Wild and Scenic Rivers Act, as amended, P.L. 90-542, (16 V.S.C. 1271, et seq.);
1. The Historical and Archeological Data Preservation Act, as amended (16 V.S.C. 469a-l, et.
seq.);
m. Executive Order 11990, Protection of Wetlands, May 24, 1977;
n. P.L. 90-480, as amended (42 D.S.C. 4151, et seq.), and the regulations issued thereunder,
prescribing standards for the design and construction of any building or facility intended to
be accessible to the public or that may result in the employment of handicapped persons
therein;
o. The Vniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, P.L.
91-646, as amended (42 D.S.C. 4601, et seq.); and 15 CFR Part 11;
p. The Flood Disaster Protection Act of 1973, P.L. 93-234, as amended (42 D.S.C. 4002, et
seq.), and regulations and guidelines issued thereunder by the Federal Emergency
Management Administration (FEMA) or the Economic Development Administration;
q. Executive Order 11988, Floodplain Management, May 24, 1977, and regulations and
guidelines issued thereunder by the Economic Development Administration;
r. The National Environmental Policy Act of 1969, P.L. 91-190, as amended, and
42 D.S.C. Sec 4321 et seq.;
s. The Lead-based Paint Poisoning Prevention Act (42 D.S.C. 4801 et seq.), P.L. 91-695,
as amended;
t. The Resource Conservation and Recovery Act of 1976, as amended, P.L. 94-580,
(42 D.S.C. 6901);
\,.t
"wi
3
u. The Comprehensive Environmental Response, Compensation, and Liability Act of 1980, as
amended (42 V.S.C. 9601 et seq.) and the Superfund Amendments and Reauthorization Act
of 1986, P.L. 99-499, as amended;
v. The Drug-Free Workplace Act of 1988, P.L. 100-690, Title V, Subtitle D, and 15 CFR Part
26 (55 F.R. 21678, May 25, 1990) for projects approved on or after March 18, 1989;
w. Restrictions on Lobbying, section 319 ofP.L. 101-121, 15 CFR Part 28,
(55 F.R. 6736-6748, 2/26/90);
x. Executive Order 12549, Debannent and Suspension, and 15 CFR Part 26, Govemmentwide
Debannent and Suspension (Nonprocurement);
y. American Indian Religious Freedom Act, P.L. 96-341 (42 V.S.C. Sec 1996);
z. Environmental Quality Improvement Act of 1970, P.L. 91-244, as amended
(42 U.S.C. Sec 4371-4374);
aa. Executive Order 12088, Federal Compliance with Pollution Control Standards;
bb. Executive Order 11514, Protection and Enhancement of Environmental Quality, as amended;
cc. Executive Order 11593, Protection and Enhancement of the Cultural Environment;
dd. Fannland Protection Policy Act, P.L. 97-98, as amended (7 V.S.C. 4201 et seq.);
ee. Fish and Wildlife Coordination Act, P.L. 92-522, as amended (16 V.S.C. Sec 661 et seq.);
ff. National Historic Preservation Act of 1966, P.L. 89-665, as amended and the Advisory
Council on Historic Preservation Guidelines (16 V.S.C. Sec 470 et seq.);
gg. Noise Control Act, P.L. 92-574, as amended (42 V.S.C. Sec 4901 et seq.); and
hh. Environmental Justice in Minority Populations and Low Income Populations, Executive
Order 12898 (February 11, 1994).
2. The Recipient agrees that, for the expected useful life of the facility assisted with this award, the
project will be properly and efficiently administered, operated and maintained, as required by
Section 504 ofP.L. 105-393 (42 V.S.c. 3194), for the purpose authorized by this award and in
accordance with the terms, conditions, requirements and provisions of the award. If the
Government detennines, at any time during the useful life of the facility, that the project is not
being properly and efficiently administered, operated and maintained, the Government may .
tenninate the award for cause and require the Recipient to repay the award.
'-'
,..,¡
4
3. This award is subject to P.L. 101-510, enacted November 5, 1990, section 1405, amending
subchapter IV of Chapter 15, Title 31, United States Code, which prescribes the rules for
determining the availability of appropriations. Accordingly, the grant funds obligated for this
project will expire in five years fTom the end of the fiscal year of the grant award.
4. Pursuant to EO 12889, the DoC is required to notify the owner of any valid patent covering
technology whenever the DoC or its financial assistance Recipients, without making a patent
search, knows (or has demonstrable reasonable grounds to know) that technology covered by a
valid United States patent has been or will be used without a license fTom the owner. To ensure
proper notification, if the Recipient uses or has used patented technology under this A ward
without a license or pennission fTom the owner, the Recipient must notify the DoC Patent
Counsel at the following address, with a copy to EDA:
Department of Commerce
Office of Chief Counsel for Technology
Patent Counsel
14th Street and Constitution Avenue, NW, Room H-4613
Washington, DC 20230
The notification should include the award number, the name of the DoC awarding agency, a
copy of the patent, a description of how the patented technology was used, and the name of the
Recipient contact, including an address and telephone number.
5. For use for new building construction projects:
The Recipient is aware of and intends to comply with one of the three model codes outlined by
the Committee on Seismic Safety in Constru~tion (JCSSC):
1991 ICBO Uniform Building Code 1992 Supplement to the BOCA National Building Code
1991 Amendments to the SBCC Standard Building Code
6. Recipients are hereby notified that they are encouraged, to the greatest extent practicable, to
purchase American-made equipment and products with funding provided under this Award.
7. The Recipient must furnish evidence satisfactory in fonn or substance to the Government that
title to real property (other than property of the United States and those limited cases as provided
in 13 CFR 314.7(c», is vested in the Recipient and that such easements, rights-of-way, state
pennits, or long-tenn leases, as are required for the project have been or will be obtained within
an acceptable time as detennined by the Government. All liens, mortgages, other encumbrances,
reservations, reversionary interests, or other restrictions on title or the Recipient's interest in the
property must be disclosed to EDA. No such encumbrances or restrictions will be acceptable if,
as detennined by the Government, the encumbrance or restriction will interfere with the
construction, use, operation or maintenance of the project during its estimated useful life or
except when a waiver has been granted by the Assistant Secretary or his\her designee.
~
'-i
5
B. FINANCIAL REQUIREMENTS
I. Financial Reports
a. The Recipient must submit an "SF-271, Outlay Report and Request for Reimbursement
(ED-I 13) no more frequently than quarterly to report outlays. A final SF-271 is toh
submitted within 90 days after the expiration date of the award.
b. The Recipient must submit a "Federal Cash Transactions Report" (SF-272) for each award
where funds are advanced to Recipients. The SF-272 is due 15 working days followingth
end of each calendar Quarter for awards under $1 million; or 15 working days following.tl'l
end of each month for awards over $1 million; or unless otherwise specified in a sp~ci
award condition. .
c. All Recipients of an EDA grant award of more than $100,000 whose grant has not been full.
disbursed as of the end of each reporting period are required to submit a financial reportt·
EDA annually on the status of unreimbursed obligations. The report will provid
infonnation on the amount of allowable project expenses that have been incurred bytl1
Recipient but not claimed for reimbursement as of the end of the reporting period.)1I·
report will be as of September 30 of each year and must be submitted annually until thefinål.
grant payment is made by EDA. The report will be submitted to EDA no later than Octôbej-
30 of each year. Noncompliance with this requirement will result in the suspension of ED
grant disbursements. Standard Fonn 269A, Financial Status Report, will be used for this?;
purpose. Instructions for completing and filing the report will be furnished to the Recipient};
at least 60 days before the report is due.
d. All financial reports are to be submitted to the regional office.
2. Award Payments
a. Unless otherwise specified in a special award condition, the method of payment forth.~
award will be through advance or reimbursement.
b. The Recipient must submit an "Outlay Report and Request for Reimbursement, SF-271!!
(ED-1l3) no more frequently than monthly to request payment. The SF-271 is to be}!
submitted to the regional office.
c. Payments will be made via electronic transfer, which transfers funds directly to a Recipientf
bank account. The Recipient must complete a payment infonnation form and return it toth
regional office. The award number must be included on the payment information form. .
d. Advances will be limited to the minimum amounts necessary to meet immediate
disbursement needs. Advanced funds not disbursed in a timely manner will be promptl
returned to EDA. Advances will be approved for periods not to exceed 30 days'TI1~
regional office determines the appropriate method of payment. If a Recipient demonstrates
'--'
...,
6
an unwillingness or inability to establish procedures which will minimize the time elapsing
between the transfer of funds and disbursement or if the Recipient otherwise fails to continue
to qualify for the advance method payment, the regional office may change the method of
payment to reimbursement only.
3. Federal and Non-Federal Sharing
a. The EDA participation in total eligible project costs will be limited to the EDA grant amount
or the EDA share of total allowable project costs based on the area's grant rate eligibility at
the time of award, whichever is less.
b. The non-Federal share, whether cash or in-kind, is expected to be paid out at the same
general rate as the Federal share and must be committed at the time of Award and available
over the life of the Award. Cash or in-kind contributions, fairly evaluated by EDA, including
contributions of space, equipment, and services, may provide the non-Federal share of the
project cost. In-kind contributions must be eligible project costs and meet applicable Federal
cost principles and unifonn administrative requirements. Exceptions to this requirement may
be granted by EOA based on sufficient documentation demonstrating previously detennined
plans for or later commitment of cash or in-kind contributions.
4. Budget Changes and Transfer of Funds Among Categories
a. Requests for budget changes to the approved estimated budget in accordance with the
provision noted below must be submitted to the regional office for review and
recommendation. EOA will make the final detennination on such requests and notify the
Recipient in writing.
b. Transfer of funds by the Recipient among direct cost categories are pennitted with the
written approval of EOA. Transfers will not be pennitted if such transfers would cause the
Federal grant, or part thereof, to be used for purposes other than those intended.
c. The addition of a new line item to the approved budget must be approved in writing by EOA.
Such an addition presents a rebuttable presumption of change of scope.
d. The Recipient is not authorized at any time to transfer amounts budgeted for direct costs to
the indirect costs line item and vice versa, except with the written prior approval ofEOA.
5. Indirect Costs
a. Indirect costs will not be allowable charges against the award unless specifically included as
a line item in the approved budget incorporated into the award.
b. Excess indirect costs may not be used to offset unallowable direct costs.
~
....,.
7
c. If the Recipient has not previously established an indirect cost rate with a Federal agency, the
negotiation and approval of a rate is subject to the procedures in the applicable cost
principles and the following subparagraphs:
(1) The Office oflnspector General (OIG) is authorized to negotiate indirect cost rates on
behalf of EDA for those organizations for which DoC is the cognizant agency. The
01G will negotiate only fixed rates. The Recipient must submit to the 01G within 90
days of the award start date, documentation (indirect cost proposal, cost allocation plan,
etc.) necessary to establish such rates. The Recipient must provide the EDA regional
office with a copy of the transmittal letter to the OIG.
(2) When an oversight or cognizant Federal agency other than DoC has responsibility for
establishing an indirect cost rate, the Recipient must submit to that oversight or
cognizant Grants Officer within 90 days of the award start date the documentation
(indirect cost proposal, cost allocation plan, etc.) necessary to establish such rates. The
Recipient must provide both the regional office and the DoC OIG with a copy of the
transmittal letter to the cognizant Grants Officer.
(3) If the Recipient fails to submit the required documentation to the OIG or other
oversight or cognizant Grants Officer within 90 days of the award start date, the EDA
regional office will amend the award to preclude the recovery of any indirect costs
under the award. If the DoC 01G or EDA determines there is a finding of good and
sufficient cause to excuse the Recipient's delay in submitting the documentation, an
extension of the 90-day due date may be approved by EDA.
(4) Regardless of any approved indirect cost rate applicable to the award at the time of
award, the maximum dollar amount of allocable indirect costs for which EDA will
reimburse the Recipient shall be the lesser of:
(a) The line item amount for the Federal share of indirect costs contained in the
approved budget of the award; or
(b) The Federal share of the total allocable indirect costs of the award based on the
negotiated rate with the cognizant Grants Officer as established by audit or
negotiation.
6. Incurring Costs or Obligating Federal Funds Beyond the Expiration Date
a. The Recipient must not incur costs or obligate funds for any purpose pertaining to the
operation of the project, program or activities beyond the expiration date stipulated in the
award. The only costs, which are authorized for a period of up to 90 days following the
award expiration date, are those strictly associated with closeout activities. Closeout
activities are limited to the preparation of final reports.
~
~
8
b. Any extension of the award period can only be authorized by the EDA Assistant Secretary or
his/her designee. Verbal or written assurances of funding from other than EDA's Assistant
Secretary or his/her designee does not constitute authority to obligate funds for programmatic
activities beyond the expiration date.
c. EDA has no obligation to provide any additional funding.
7. Tax Refunds
Refunds of FICNFUT A taxes received by the Recipient during or after the award period must be
refunded or credited to EDA where the benefits were financed with Federal funds under the
award. The Recipient agrees to contact the regional office immediately upon receipt of these
refunds. The Recipient further agrees to refund portions of FICNFUT A taxes detennined to
belong to the Federal Government, including refunds received after the expiration of the award.
8. Incurring Costs Prior to Award
Recipients that incurred any project costs prior to a grant award being made by EDA did so at the
risk of not being reimbursed; however, EDA may, at its sole discretion, pay for project costs
incurred prior to grant award. Such costs must included in the approved project budget and be
allowable costs under Federal cost principles and the grant award.
C. PROGRAMMATIC REQUIREMENTS
1. Reporting Requirements
a. Financial and perfonnance (technical) reports must be submitted in accordance with the
procedures in 15 CFR Part 24 or 15 CFR Part 14, as applicable, and the schedule indicated
below. Failure to submit required reports in a timely manner may result in the withholding
of payments under this award or deferring the processing of new awards, amendments, or
supplemental funding pending the receipt of the overdue report(s), and/or establishing an
accounts receivable for the difference between the total Federal share of outlays last reported
and the amount disbursed.
b. Project perfonnance reports are to be submitted for each calendar quarter. The project
perfonnance report will be due not later than January 15, April 15, July 15 and October 15
for the immediate previous quarter. The report submission dates are to be no more than 30
days after the due date, with a due date of 90 days after expiration of the award. This
reporting requirement begins with the Recipient's acceptance of the award and ends when the
final project disbursement is approved. The project perfonnance report should be submitted
to the regional office.
'-'
....,
9
c. Recipients of awards which involve both Federal financial assistance valued at $500,000 or
more and procurement of supplies, equipment, construction, or services are required to
submit the SF-334, "Minority Business Enterprise/Women Business Enterprise Utilization
Under Federal Grants, Cooperative L\.greements, and Other Federal Financial Assistance."
Reports are to be submitted on a quarterly basis for the period ending March 31, June 30,
September 30, and December 31. Reports are due no later than thirty (30) days following the
end of the reporting period during which any procurement in excess of $10,000 is executed
under this award. The report should be submitted in duplicate to the regional office. Any
questions concerning this report should be directed to the regional office.
d. Perfonnance Measures: The Recipient agrees to report on program perfonnance and project
outcomes in such fonn and at such intervals as may be prescribed by EDA in compliance
with the Government Perfonnance and Results Act of 1993 and P. L. 105-393. The
perfonnance measures that apply to this project are included with and made a part of the
grant award package. EDA will advise the Recipient in writing, within a reasonable period
prior to time of submission, in the e\.'ent there are any modifications in the perfonnance
measures.
2. Unsatisfactory Performance
a. Recipient will comply with the administrative, procedural and policy requirements contained
in applicable EDA regulations in effect at time of their application.
b. The Government reserves the right to suspend the award and withhold further payments, or
prohibit the Recipient fÌ'om incurring additional obligations, pending corrective action by the
Recipient or a decision by the Government to tenninate the award unless the project is
completed to the satisfaction of the Government.
c. The Government has the right to tenninate for cause all or any part of its obligation
hereunder if:
(1) Any representation made by the Recipient to the Government in connection with the
application for Government assistance is incorrect or incomplete in any material
respect.
(2) The intent and purpose and/or the economic feasibility of the project is changed
substantially so as to affect significantly the accomplishment of the project as intended.
(3) The Recipient has violated commitments it made in its application and supporting
documents or has violated any of the tenns and conditions of this award.
(4) Any official, employee or agent, member of immediate family, partner, or an
organization which employs or is about to employ any of the above of the Recipient
becomes directly interested financially in the acquisition of any materials or equipment,
or in any construction for the project, or in the furnishing of any service to or in
connection with the project, or any benefit arising there fÌ'om.
~.
'wII
10
(5) The Recipient fails to report immediately to the Government any change of authorized
representative(s) acting in lieu of or on behalf of the Recipient.
d. The obligations hereunder may be tenninated for convenience if:
(1) Both the Recipient and the Government agree that continuation of the project would not
produce beneficial results commensurate with the further expenditure of funds.
(2) Both the Recipient and the Government agree upon the tennination conditions,
including the effective date, and in the case of partial tennination, the portion to be
tenninated.
(3) The Recipient agrees to incur no new obligations for the tenninated portion after the
effective date and to cancel or satisfy all outstanding obligations as of that date.
e. The Recipient has the sole authority and full responsibility, without recourse to the Federal
Government or any of its agencies, for the settlement and satisfaction of all contractual and
administrative issues arising out of this award.
£ The. Recipient hereby agrees that the Government may, at its option, withhold disbursement
of any award funds if the Government learns or has knowledge that the Recipient has failed
to comply in any manner with any provision of the award. The Government will withhold
funds until the violation or violations have been corrected to the Government's satisfaction.
The Recipient further agrees to reimburse the Government for any ineligible costs, which
were paid from award funds, or if the Recipient fails to reimburse the Government, the
Government shall have the right to offset the amount of such ineligible costs from any
undisbursed award funds held by the. Government. The Recipient agrees to repay the
Government for all ineligible costs incurred in connection with the project and paid rrom the
award including, but not limited to, those costs detennined to be ineligible if the Government
learns of any award violations after all award funds have been disbursed.
g. The Recipient hereby agrees, in the event a beneficiary of the EDA assisted project fails to
comply in any manner with certifications, assurances, or agreements that such beneficiary
has entered into in accordance with EDA requirements, that the Recipient will reimburse the
Government the award amount or an amount to be detennined by the Government pursuant
to 13 CFR Part 314.
Where the Government detennines that the failure of the beneficiary to comply with EDA
requirements affects a portion of the property benefited by the award, the Recipient will
reimburse the Government proportionately:
h. If a recipient materially fails to comply with the tenns and conditions of an award, whether
stated in a Federal statute, regulation, assurance, application, or notice of award, the Grants
Officer may, in addition to imposing any of the special conditions outlined in 15 CFR
§ 14.14, take one or more of the following actions, as appropriate in the circumstances:
~.
. ...,;
11
(I) Temporarily withhold payments of funds pending correction of the deficiency by the
recipient or more severe enforcement action by the Grants Officer after coordination
with the DoC operating unit.
(2) Disallow (that is, deny both use of funds and any applicable matching credit for) all or
part of the cost of the activity or action not in compliance.
(3) Wholly or partly suspend or tenninate the current award.
(4) Withhold further awards for the project or program.
(5) Take other remedies that may be legally available.
3. Programmatic Changes
a. The Recipient must not make any programmatic changes to the award without prior written
approval by EDA.
b. Any requests by the Recipient for programmatic changes must be submitted to EDA for
review and approval. The Assistant Secretary or his/her designee will make the final
detennination and notify the Recipient in writing.
4. Other Federal Awards with Similar Programmatic Activities
The Recipient must immediately provide written notification to EDA in the event that,
subsequent to receipt of the EDA award, other Federal financial assistance is received relative to
the scope of work ofthe EDA award.
5. Program Income
a. For projects that create long-tenn rental revenue, i.e., buildings or real property constructed
or improved for the purpose of renting or leasing space (e.g., building sites), the Recipient
agrees to use such income generated from the rental or lease of the project facility(ies), in the
following order of priority:
(1) Administration, operation, maintenance and repair of the project facilities for their
useful life (as detennined by EDA) in a manner consistent with good property
management practice and in accord with the established building codes. This includes,
where applicable, repayment of indebtedness resulting from any legal encumbrance
(e.g., approved mortgage) on the EDA assisted facility.
(2) Economic development activities that are authorized for support by EDA; provided
such activities are within the EDA eligible area.
-
""
"'wII
12
b. Prior to the final disbursement of grant funds, the Recipient will develop and furnish to EDA
for approval, an income reutilization plan that demonstrates that the funds generated from the
EDA project will be expended for the purposes established above. Any changes made to the
plan during the useful life of the project must also be submitted to EDA for its review and
approval.
6. Use of Third Parties to Solicit or Secure This EDA Award
Unless otherwise specified in the Special Conditions to the EDA grant award, the Recipient
warrants that no person or selling agency has been employed or retained to solicit or secure this
award upon an agreement or understanding for a commission, percentage, brokerage, or
contingent fee, excepting bona fide employees, or bona fide established commercial or selling
agencies maintained by the Recipient for the purpose of securing business. For breach or
violation of the warrant, the Government has the right to annul this award without liability, or at
its discretion, to deduct from the award sum, or otherwise recover, the full amount of such
commission, percentage, brokerage, or contingent fee.
7. Consultant and Attorney's Fees
The Recipient hereby agrees that no funds made available :trom this A ward will be used, directly
or indirectly, for paying attorneys' or consultants' fees in connection with securing awards made
by the Government, such as, for example, preparing the application for this assistance. However,
attorneys' and consultants' fees incurred for meeting Award requirements, such as, for example,
conducting a title search or preparing plans and specifications, may be eligible project costs and
may be paid out of the funds made available trom this A ward, provided such costs are otherwise
eligible.
8. Member of Congress/Resident Federal Commissioner Restriction
No member of or delegate to Congress or resident Federal Commissioner will be admitted to any
share or part ofthis award or to any benefit that may arise there :trom; but this provision will not
be construed to extend to this award if made to a corporation, education, or nonprofit institution
for its general benefit.
9. Hold Harmless Requirement
To the extent permitted by law, the Recipient agrees to indemnify and hold the Government
harmless :trom and against all liabilities that the Government may incur as a result of providing
an award to assist, directly or indirectly, preparation of the project site or construction,
renovation, or repair of any facility on the project site, to the extent that such liabilities are
incurred because of toxic or hazardous contamination or groundwater, surface water, soil, or
other conditions caused by operations of the Recipient or any of its predecessors (other than the
Government or its agents) on the property.
'"",
....,
13
10. Alienation Restriction
Notwithstanding any other provision of the award, the Recipient will not transfer, pledge,
mortgage, or otherwise assign the award, 'or any interest therein, or any claim arising there under,
to any party or parties, bank trust companies, or other financing or financial institutions.
11. Taxpayer Identification Number Requirement
A Recipient classified for tax purposes as an individual, partnership, proprietorship, or medical
corporation, is required to submit a taxpayer identification number (TIN) (either social security
number or employer identification number as applicable) on Form W-9, "Payer's Request for
Taxpayer Identification Number." Tax-exempt organizations and corporations (with the
exception of medical corporations) are excluded from this requirement. Form W-9 is to be
submitted to the regional office within 60 days of the award start date. The TIN will be provided
to the IRS by EDA on Form 1099-G, "Statement for Recipients of Certain Government
Payments." Applicable Recipients who either fail to provide their TIN or provide an incorrect
TIN may have funding suspended until the requirement is met. Disclosure of a Recipient's TIN
is mandatory for Federal income tax reporting purposes under the authority of 26 U .S.C., Section
6011 and 6109(d), and 26 CFR, Section 301.6109-1. This is to ensure the accuracy of income
computation by IRS. This information will be used to identify an individual who is compensated
with DoC funds or paid interest under the Prompt Payment Act.
D. NONDISCRIMINATION REQUIREMENTS
No person in the United States can, on the ground of race, color, national origin, handicap, religion,
or sex, be excluded from participation in, be denied the benefits of, or be subject to discrimination
under any program or activity receiving Federal financial assistance. The Recipient agrees to
comply with the nondiscrimination requirements below and any statutes, regulations, and EOs
whether or not referenced, herein to be applied on the date they are administered:
1. Statutory Provisions
a. Title VI of the Civil Rights Act of 1964 (42 U.S.C. P.L. 105-393§ 2000d et seq.) and DoC
implementing regulations published at 15 CFR Part 8 which prohibit discrimination on the
grounds of race, color, or national origin under programs or activities receiving Federal
financial assistance;
b. Title IX of the Education Amendments of 1972 (20 U.S.c. §§ 1681 et s.eq.) prohibiting
discrimination on the basis of sex under Federally assisted education programs or activities;
c. Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. § 794) and DoC
implementing regulations published at 15 CFR Part 8b prohibiting discrimination on the
basis of handicap under any program or activity receiving or benefiting from Federal
assistance;
-
\.-
....,
14
d. The Age Discrimination Act of 1975, as amended (42 U.S.C. §§ 6101 et seq.) and DoC
implementing regulations published at 15 CFR Part 20 prohibiting discrimination on the
basis of age in programs or activities receiving Federal financial assistance;
e. The Americans with Disabilities Act of 1990 (42 U.S.C. §§ 12101 et seq.) prohibiting
discrimination on the basis of disability under programs, activities, and services provided or
made available by state and local governments or instrumentalities or agencies thereto, as
well as public or private entities that provide public transportation; and
f. Any other nondiscrimination provisions of statutory law.
2. Other Provisions
a. Executive Orders 11114, 11246, 11375, and 12086;
b. Construction Contractors Affinnative Action Requirements, 41 CFR Part 60-4; and
c. 13 CFR Part 317, civil rights requirements for Recipients.
E. AUDITS
Under the Inspector General Act of 1978, as amended, 5 U.S.C. App. I, section 1 et seq., an audit of
the award may be conducted at any time. The Inspector General of the DoC, or any of his or her
duly authorized representatives, has access to any pertinent books, documents, papers and records of
the Recipient, whether written, printed, recorded, produced or reproduced by any mechanical,
magnetic or other process or medium, in order to make audits, inspections, excerpts, transcripts or
other examinations as authorized by law. Wl;1en the OIG requires a project audit, the OIG will
usually make the arrangements to audit the award, whether the audit is perfonned by OIG personnel,
an independent accountant under contract with the DOC, or any other Federal, state or local audit
entity.
1. Organization-Wide, Program Specific, and Project Audits
a. Organization-wide or program-specific audits will be perfonned in accordance with the
Single Audit Act Amendments of 1996, as implemented by OMB Circular A-133, "Audits of
States, Local Governments, and Non-Profit Organizations." Recipients that are subject to the
provisions of OMB Circular A-133 and that expend $300,000 or more in a year in Federal
awards will have an audit perfonned in accordance with the requirements contained in OMB
Circular A-133. Additionally, when required under a special award condition, a project audit
will be perfonned in accordance with Federal Government auditing standards.
b. The Recipient must submit copies of audits to each Grants Officer that directly provides
funds. Audits must be submitted to the DoC OIG at the following address with a copy of the
transmittal letter to the EDA regional office:
'-"
"""
15
Office of Inspector General
U.S. Department of Commerce
Atlanta Regional Office of Audits
401 West Peachtree, NW, Suite 2742,
Atlanta, Georgia 30308
c. Recipients expending Federal awards over $300,000 a year and having audits conducted in
accordance with OMB Circular A-133 must also submit a copy of organization-wide or
program specific audits to the Bureau of the Census, which has been designated by OMB as a
central clearinghouse. The address is:
Federal Audit Clearinghouse
Bureau of the Census
1201 E. 10th Street
Jeffersonville, IN 47132
2. Audit Resolution Process
a. An audit of the award may result in the disallowance of costs incurred by the Recipient and
the establishment of a debt (account receivable) due EDA. For this reason, the Recipient
should take seriously its responsibility to respond to all audit findings and recommendations
with adequate explanations and supporting evidence whenever audit results are disputed.
b. A Recipient whose award is audited has the following opportunities to dispute the proposed
disallowance of costs and the establishment of a debt:
(1) Unless the Inspector General determines otherwise, the Recipient has 30 days ITom the
date of the transmittal of the draft audit report to submit written comments and
documentary evidence.
(2) The Recipient has 30 days from the date of the transmittal of the final audit report to
submit written comments and documentary evidence. There will be no extension of
this deadline.
(3) EDA will review the documentary evidence submitted by the Recipient and notify the
Recipient of the results in an Audit Resolution Determination Letter. The Recipient has
30 days ITom the date of receipt of the Audit Resolution Determination Letter to submit
a written appeal. There will be no extension of this deadline. The appeal is the last
opportunity for the Recipient to submit written comments and documentary evidence
that dispute the validity of the audit resolution determination. In addition, an appeal
does not preclude the Recipient's obligation to pay a debt that may be established nor
does the appeal preclude the accrual of interest on a debt.
'-
....",
16
(4) EDA will review the Recipient's appeal and notify the Recipient of the results in an
Appeal Detennination Letter. After the opportunity to appeal has expired or after the
appeal detennination has been rendered, EDA will not accept any further documentary
evidence from the Recipient. There will be no other administrative appeals available in
EDA.
F. DEBTS
1. Payment of Debts Owed the Federal Government
Any debts detennined to be owed, the Federal Government must be paid promptly by the
Recipient. A debt will be considered delinquent if it is not paid within 15 days of the due date.
Failure to pay a debt by the due date shall result in the imposition of late payment charges as
noted below. In addition, failure to pay the debt or establish a repayment agreement by the due
date will also result in the referral of the debt for collection action and may result in DoC taking
further action as specified in the standard tenn and condition entitled "Unsatisfactory
Perfonnance." The Recipient may also be suspended or debarred from further Federal financial
and non-financial assistance and benefits, as provided in 15 CFR Part 26, "Governmentwide
Debarment and Suspension (Nonprocurement) and Governmentwide Requirements for Drug-
Free Workplace (Grants)" until the debt has been paid in full or until a repayment agreement has
been approved and payments are made in accordance with the agreement. Payment of a debt
may not come from other Federally sponsored programs. Verification that other Federal funds
have not been used will be made during future program visits and audits.
2. Late Payment Charges
a. An interest charge will be assessed on ,the delinquent debt (over 15 days) as established by
the Debt Collection Act of 1982, as amended. The minimum annual interest rate to be
assessed is the Department of the Treasury's Current Value of Funds Rate. This rate is
published in the Federal Register by the Department of the Treasury. The assessed rate
remains fixed for the duration of the indebtedness.
b. A penalty charge will be assessed on any portion of a debt that is delinquent for more than 90
days, although the charge will accrue and be assessed from the date the debt became
delinquent.
c. An administrative charge will be assessed to cover processing and handling the amount due.
d. State and local governments are not subject to penalty and administrative charges.
\.;
...."
17
G. NAME CHECK
A name check review must be perfonned by the OIG on key individuals associated with nonprofit
organizations, unless an exemption has been authorized by the Inspector General. Both officials of
state and local governments and officials of accredited coJIeges and universities who are acting on
behalf of their respective entities in applying for assistance are exempt from the name check
requirement. In addition, aJI elected officials of state and local governments who are serving in ex-
officio capacities when applying for assistance are exempt.
1. Results of Name Check
EDA reserves the right to take any of the actions described in G.2.below, if any of the foJIowing
occurs as a result of the name check review:
a. A key individual fails to submit the required fonn "Identification - Applicant for Funding
Assistance" (CD-346).
b. A key individual made an incorrect statement or omitted a material fact on the CD-346; or
c. The name check reveals significant adverse findings that reflect on the business integrity or
responsibility of the Recipient and/or key individual.
2. Action(s) Taken as a Result of Name Check Review
If any situation noted in G.1. above occurs, EDA, at its discretion, may take one or more of the
foJIowing actions:
a. Consider tennination for cause of the award;
b. Require the removal of any key individual from association with the management of and/or
implementation ofthe award; and/or
c. Make appropriate provisions or revisions at EDA's discretion with respect to the method of
payment and/or financial reporting requirements.
H. LOBBYING RESTRICTIONS
1. Statutory Provisions
The Recipient must comply with the provisions of Section 319 of P.L. 101-121, which added
Section 1352 to Chapter 13 of Title 31 of the United States Code, and DoC implementing
regulations published at 15 CFR Part 28, "New Restrictions on Lobbying." These provisions
generaJIy prohibit the use of Federal funds for lobbying the Executive or Legislative Branches of
the Federal government in connection with the award, and require the disclosure of the use of
non-Federal funds for lobbying.
'-'
.....,
18
2. Disclosure of Lobbying Activities
The Recipient receiving in excess of $100,000 in Federal funding must submit a completed
"Disclosure of Lobbying Activities" (SF-LLL) regarding the use of non-Federal funds for
lobbying. The SF-LLL must be submitted within 30 days following the end of the calendar
quarter in which there occurs any event that requires disclosure or that materially affects the
accuracy of the information contained in any disclosure form previously filed. The Recipient
must submit the SF-LLLs, including those received fTom subrecipients, contractors, and
subcontractors, to the regional office.
An Indian tribe or organization that is seeking an exclusion fTom Certification and Disclosure
requirements must provide (preferably in an attorney's opinion) EDA with the citation of the
provision or provisions of Federal law upon which it relies to conduct lobbying activities that
would otherwise be subject to the above provisions.
3. Subaward, Contract, and Subcontract
a. Applicability of A ward Provisions to Subrecipients
The Recipient must require all subrecipients, inclúding lower tier subrecipients, under the
award to comply with the provisions of the award including applicable cost principles,
administrative, and audit requirements.
b. Applicability of Provisions to Subawards, Contracts, and Subcontracts
(1) The Recipient must include the following notice in each request for applications or
bids:
Applicants/bidders for a lower tier covered transaction (except for goods and services
under the $100,000 small purchase threshold and where the lower tier Recipient will
have no critical influence on or substantive control over the award) are subject to 15
CFR Part 26, Subparts A through E, Govemmentwide Debarment and Suspension
(Nonprocurement). In addition, applicants/bidders for a lower tier covered transaction
for a subaward, contract, or subcontract greater than $100,000 of Federal funds at any
tier are subject to 15 CFR Part 28, "New Restrictions on Lobbying." Applicants/
bidders should familiarize themselves with these provisions, including the certification
requirements. Therefore, applications for a lower tier covered transaction must include
a "Certifications Regarding Debarment, Suspension, Ineligibility and Voluntary
Exclusion--Lower Tier Covered Transactions and Lobbying" (CD-512) completed
without modification.
(2) The Recipient must include a statement in all lower tier covered transactions
(subawards, contracts, and subcontracts), that the award is subject to Executive Order
12549, "Debarment and Suspension" and DoC implementing regulations published at
15 CFR Part 26, Subparts A through E, "Govemmentwide Debarment and Suspension
(Nonprocurement). "
'-'
....,
19
(3) The Recipient must include a statement in all lower tier covered transactions
(subawards, contracts, and subcontracts) exceeding $100,000 in Federal funds, that the
subaward, contract, or subcontract is subject to Section 319 of Public Law 10 1-121,
which added Section 1352, regarding lobbying restrictions, to Chapter 13 of Title 31 of
the United States Code as implemented at 15 CFR Part 28, "New Restrictions on
Lobbying." The Recipient must further require the subrecipient, contractor, or
subcontractor to submit a completed "Disclosure of Lobbying Activities" (SF-LLL)
regarding the use of non-Federal funds for lobbying. The SF-LLL must be submitted
within 15 days following the end of the calendar quarter in which there occurs any
event that requires disclosure or that materially affects the accuracy of the infonnation
contained in any disclosure fonn previously filed. The SF-LLL must be submitted
fÌ'om tier to tier until received by the Recipient. The Recipient must submit all
disclosure fonns received, including those that report lobbying activity on its own
behalf, to the regional office within 30 days following the end of the calendar quarter.
I. MINORITY AND WOMEN-OWNED BUS,INESS ENTERPRISE
EDA encourages Recipients to utilize minority and women-owned finns and enterprises in contracts
awarded under financial assistance awards. The Minority Business Development Agency will assist
Recipients in matching qualified minority and women-owned enterprises with contract opportunities.
For further infonnation contact:
U.S. Department of Commerce
Minority Business Development Agency
Herbert C. Hoover Building
14th Street and Constitution Avenue, NW
Washington, D.C. 20230
J. SUBA WARD AND/OR CONTRACT TO A FEDERAL AGENCY
I. The Recipient, subrecipient, contractor, and/or subcontractor must not sub-grant or sub-contract
any part of the approved project to any agency of the DoC and/or other Federal department,
agency or instrumentality, without the prior written approval of EDA.
2. Requests for approval of such action must be submitted to the regional office which will review
and make the final detennination with the concurrence of legal counsel of EDA and legal
counsel of the other Federal department, agency or instrumentality receiving the subaward and/or
contract. The Government will notify the Recipient in writing of the final detennination.
'-'
...,
20
K. PROPERTY MANAGEMENT
1. Standards
The Recipient must comply with the pertinent property management standards as stipulated in
the applicable unifonn administrative requirements, and 13 CFR Part 314. Any inventory
listings stipulated under the applicable unifonn administrative requirements must be submitted
on the "Report of Government Property in Possession of Contractor" (CD-281). The CD-281
must be submitted in duplicate (an original and one copy) to the regional office.
2. Retention of Title
a. The Government detennines who retains title to all nonexpendable personal property in
accordance with 15 CFR Part 24 or 15 CFR Part 14 as applicable. Use, management, and
disposition of the property will be in accordance with the applicable rules at 15 CFR Part 24
or 14 and EDA regulations at 13 CFR Part 314.
b. Title to real property (whether acquired partly or wholly with Federal funds) will vest with
the Recipient subject to the condition that the Recipient uses the real property for the
authorized purpose ofthe project.
3. Disposal of Real Property
a. When EDA and the Recipient detennine that property acquired or improved in whole or in
part with grant assistance is no longer needed for the purpose of the original project, the
Recipient must obtain prior approval ffom the Government for the use of the real property in
other Federal grant programs, or programs that have purposes consistent with those
authorized for support by EDA.
b. When property is no longer required as provided above, the Government detennines final
disposition and must be compensated by the Recipient for the Federal share of the value of
the property, plus costs and interest, as contained in 13 CFR Part 314.5.
4. EDA's Interest in Award Property
a. Recording EDA's Interest in Property:
(1) For projects involving the acquisition, construction or improvement of a building, the
Recipient expressly agrees to declare and furnish to the Government, prior to initial
A ward disbursement, a lien, covenailt or other statement, satisfactory to EDA in fonn
and substance, of EDA's interest in the property acquired or improved in whole or in
part with the funds made available under this Award. The statement must specify in
years the estimated useful life of the project and shall include, but not be limited to
disposition, encumbrance, and compensation of Federal share.
-,.._"-'þ_"';.."....~"....="">=.~;O.~,._,..
\..t.
.....,
.,
21
(2) This lien, covenant or other statement of the Government's interest must be perfected
and placed of record in the real property records of the jurisdiction in which the
property is located, all in accordance with local law. EDA may require an opinion of
counsel for the Recipient to substantiate that the document has been properly recorded.
(3) Facilities in which EDA investment is only a small part of a large project, as
determined by EDA, may be exempted from the requirements of this paragraph a., but
the property remains subject to the remaining provisions of section KA.
b. The Recipient acknowledges that the Government retains an undivided equitable
reversionary interest in the property acquired or improved in whole or in part with the funds
made available through this Award throughout the useful life (as determined by EDA) of the
property, except in those instances listed in 13 CFR 314.7(c).
c. The Recipient agrees that in the event it disposes of, or alienates in any manner any interest
in, the property during its useful life, without EDA's written approval, the Government will
be entitled to recover the Federal share of the value of the property. When during its useful
life property is no longer needed for the purpose of the Award, as determined by EDA, EDA
may permit its use for other acceptable purposes consistent with those authorized for support
by EDA.
d. For purposes of any lien or security interest, the amount of the Government's share shall be
the full amount of the EDA A ward. However, the Federal share to which the Government is
entitled (as stated in paragraph c., above) may be more or less than the A ward.
e. Alienation of A ward property includes sale or other conveyance of the Recipient's interest,
leasing or mortgaging the property, or'granting an option for any of the foregoing. During
the useful life of the property, EDA ordinarily will approve the alienation of Award property
without requiring recovery of the Federal share of its value only where such alienation is
intended in the original Award, except that EDA may approve mortgaging of the property as
provided by regulation (13 CFR Part 314).
5. Leasing Restrictions
Leasing or renting of the facilities is prohibited unless specifically authorized by EDA. The
Recipient agrees that any leasing or renting of the facilities involved in this project will be subject
to the following: that said lease arrangement is consistent with the authorized general and special
purpose of the Award; that said lease arrangement is for adequate consideration; and that said lease
arrangement is consistent with applicable EPA requirements concerning, but not limited to,
nondiscrimination and environmental compliance.
~
....¡
ST. LUCIE COUNTY
MOSQUITO CONTROL DISTRICT
;",~~,.,..~.""-._.,,,; ........,.,:_ :_...·....;c._
.··.._.._h_'\-·"_
John D. Bruhn
District 1
Doug Coward
District 2
Paula A. Lewis
District 3
Frannie Hutchinson Cliff Barnes
District 4 District 5
t..",,,...,,,.,.,"-_,,,,,,,:,_;,.,,,,_',;,~,,,,,'V.,,,,.'_""'---""_"',,","-,._ -"-j=-,.-:,'_-, '-bo"""_ C<"·"~·_';"_·"':-",~~..:..c_"-.c._._~;.;,'·,",,",,__.,~,,,.-~u,.._
AGENDA
May 25, 2004
1. MINUTES
Approve the minutes of the meeting held May 11, 2004.
2. GENERAL PUBLIC COMMENT
CONSENT AGENDA
1. WARRANTS LISTS
Approve Warrants List No. 35 and 36.
2. MOSQUITO CONTROL
A. Indian River Lagoon License Plate Program FY 2004 - Grant Application - Consider staff
recommendation to authorize staff to submit the application for an Indian River Lagoon Plate FY
2004 Grant in the amount of $47,899.00, and provide local match from USDA/NRCS (already
received) in the amount of $104,080.00, and local (District) sources in the amount $25,800.00
(plus in-kind services).
B. Use Reserves for Replacement of Two Rotary Cutters - Approval of Equipment Number
EQ 04-258 and Budget Amendment No. BA 04-150. Consider staff recommendation to
approve Budget Amendment No. BA 04-150 and Equipment Request form EQ 04-258 for the
purchase of two replacement 8 ft. rotary cutters, in the amount of $ 7,600.00.
C. Purchase and Installation of Cellular Monitoring System for Bear Point Mitigation Bank - Bid
Waiver Request - Sole Source Provider of Integration Services - Consider staff recommendation to
approve a Bid Waiver for Sole Source to Locher Environmental Technology, LLC, in the amount of
$69,241, for purchase and installation of an integrated Cellular Monitoring System and approve
to negotiate price and contract with Locher for monthly service and additional materials/parts
(quoted service charge of $850.00 per mo.) and approve Equipment Request Form No. EQ 04-
260, and Budget Amendment No. 04-151.
D. Bid Waiver and Piggyback Broward County School Board Project No. 3041-96-08 Mitigation
Project (Landscaping) with Native Technologies, Inc. for a total of $87,959.00 - Consider staff
recommendation to approve the waiver of the bid process and give permission to piggyback
Broward County School Board Project No. 3041-96-08 and authorize the Chairman to sign the
contract as prepared by the County Attorney.
NOTICE: All Proceedings before this Board are electronically recorded. Any person who decides to appeal any action taken by the Board at
these meetings will need a record of the proceedings and for such purpose may need to ensure that a verbatim record of the proceedings is
made. Upon the request of any party to the proceedings, individuals testifying during a hearing will be sworn in. Any party to the proceedings
will be granted the opportunity to cross-examine any individual testifying during a hearing upon request. Anyone with a disability requiring
accommodation to attend this meeting should contact the St. Lucie County Community Services Manager at (772) 462-1777 or TDD (772)
462-1428 at least forty-eight (48) hours prior to the meeting.
..,..----- - ...
,... ....,
MOSQUITO CONTROL DISTRICT
ST. LUCIE COUNTY, FLORIDA
REGULAR MEETING
Date: May 11, 2004
Tape: 2
Convened: 11 :20 a.m.
Adjourned: 11 :20 a.m.
Commissioners Present: Chairman, Doug Coward, Paula A. Lewis, John D. Bruhn, Cliff
Barnes, Frannie Hutchinson
Others Present: Doug Anderson, County Administrator, Ray Wazny, Asst. County
Administrator, Dan McIntyre, County Attorney, Jim David, Mosquito Control Director,
Pete Keogh, Parks and Rec. Director, Millie Delgado-Feliciano, Deputy Clerk
I. MINUTES
It was moved by Com. Bruhn, seconded by Com. Barnes, to approve the minutes ofthe
meeting held April 13, 2004; and, upon roll call, motion carried unanimously.
2. GENERAL PUBLIC COMMENTS
None
3. CONSENT AGENDA
It was moved by Com. Lewis, seconded by Com. Barnes, to approve the Consent
Agenda; and, upon roll call, motion carried unanimously.
1. Warrant Lists
The Boarù approved Warrant List No. 31, 32,33,and 34.
2. Mosquito Control
Approval to accept offer for surplus equipment- The Board accepted the offer from the
Health Department, in the amount of$1,571.00 place those funds into the District's state
fund, and authorized the transfer of the equipment to the Health Department.
There being no further business to be brought before the Board, the meeting was
adjourned.
Chairman
Clerk of Circuit Court
1
05/17/04
F7.ABWARR
FUND
145
TITLE
'"
ST. LUCIE COUNTY - BOARD
\wi
WARRANT LIST #35- 08-MAY-2004 TO 14-MAY-2004
FUND SUMMARY - MOSQUI TO
Mosquito Fund
GRAND TOTAL:
"" .JI
EXPENSES
1,757.85
1,757.85
PAGE
1
PAYROLL
0.00
0.00
OS/21/04
FI'7~-::'ilARR
FID."D
14::;
TITLE
'w
ST. LUCIE COUNTY - BOARD
""""
PAGE
1
WARRANT LIST #36- 15-MAY-2004 TO 21-MAY-2004
FUND SUMMARY- MOSQUITO
Mosquito Fund
GRAND TOTAL:
..... ...
EXPENSES
PAYROLL
19,514.39
29,797.39
19,514.39
29,797.39
-
- --
'-'
..",,;
,....
AGENDA REQUEST
ITEM NO. C-2a
DA TE: May 25, 2004
REG ULAR [ ]
PUBLIC HEARING [ ]
CONSENT [ X ]
IU MOSQl:l'!() CONTROL DISTRICT BOARD
SUBMITTED BY(DFPT): MOSLlulto Control
PRESENTED BY:
James R. David
Sl:!3JLCT Indian RI\cr Lagoonllccnsl: Platl: Program FY2004 - Grant ApplIcatIon
BACKGROUND: A Request for Proposals from the Indian RIver Lagoon License Plate FY2004 Grant Program has been
advertlsed recently by the SFWMD. A total of $47,899.00 is potentially available for Saint Lucie County for wetland
restoration and publIc educatIon from the LIcense Plate grant. Local Match is proposed to be provided f'rum LSD\-
NRCS (already received) in the amount of$l 04,080.00, and Local (District) sources in the amount $25,800.00 (plus
in-kind services). The total project cost is estimated to be $177,779.00. Staff proposes submitting an application to
Illlpr()\l' coastal \\ctbntls under DlstrIctmanagemenL by: restorIng hydrological exchange between an isolated mosquito
impoundment (No. 14A) and the Indian River Lagoon; improving wetland water quality in Imp 14A; restoring
\egeLllive habitat at Wildcat Cove and Indrio Blueway Buffer; and providing public education.
FUNDS A V AIL.: Matchlllg Funds w¡]l be made available from; 145-6230-512000-600 Salaries (+ Benefits); 145-6230-
564000-600 Machinery & Equipment; 145115-6230-534000-6955 OtherCantracted Services - USDNIndria Blueway Buffer
Restoration; 145115-6230-563000-6955 Imp OIl' B1dg - USDNIndrio Blueway Buffer Restoration
PREVIOUS ACTION: N/A
RECOMMENDATION: Staff recommends that the Board authorize application far an Indian River Lagoon License Plate
I'Y 2004 (ìrant. In thc amount of' S47,l-:lJlJ.OO and pnmde local match from USDA-NRCS (already received) in the
amount of S I 04,080.00, and Local (District) sources in the amount $25,800.00 ~plus in-kind services).
CO\1'\lISSIO\ ,\CTIO:\:
~ APPRUVED l I DE~llD
[ I OTHER:
Approved 4-0 (Comm. Lewis Absent)
. ~------
~UgkáS' Anderson
,ounty Administrator
Review and Approvals
County Attorney:
Or¡glllatll1g Depl
!-inance (Check for Copy only, If appllcable)_
- -_.._---_._~----_...~--
Management & Budget
Other:
Purchasing:
Other:
Ell. 5/96
-
'-'
~
MEMORANDUM
,,0"
DATE:
MOSQ!)ITO CONTROL DISTRICT BOARD
JAMES R DAVID, MOSQ1JITO CONTROL DIRECTOR
MAY 14, 2004
TO:
FROM:
SUBJECT: INDIAN RIVER IAGOON LICENSE PIATE PROGRAM FY2004 -
GRANT APPLICATION
BACKGROUND:
A Request for Proposals from the Indian River Lagoon License Plate FY2003 Grant Program has been
advertised recently by the SFWMD. A total of $47,899.00 is potentially available for Saint Lucie County for
wetland restoration and public education from the License Plate grant. Local Match is proposed to be
provided from USDA-NRCS (already received) in the amount of$104,080.00, and Local (District)
sources in the amount $25,800.00 (plus in-kind services). The total project cost is estimated to be
$177,779.00. Staff proposes submitting an application to improve coastal wetlands under District
management, by: restoring hydrological exchange between an isolated mosquito impoundment (No.
14A) and the Indian River Lagoon; improving wetland water quality in Imp 14A; restoring
vegetative habitat at Wildcat Cove and Indrio Blueway Buffer; and providing public education.
Project Goals: restoration ofhydrological exchange between an isolated mosquito impoundment (No.
14A) and the Indian River Lagoon by installing 4, 30 inch dia. Corrugated Aluminum Pipes into the
perimeter dike of the impoundment; water quality improvement is proposed to be achieved through
the installation of a 14,000 gpm dual electric pump and aeration station; public education is proposed
through the printing of brochures for lndrio Blueway Buffer and the installation of a brochure kiosk;
and habitat restoration is proposed to be accomplished at Wildcat Cove and Indrio Blueway Buffer
through the eradication of invasive exotic plants for the sites.
A draft contract is also provided for County Attorney review and approval.
RECOMMENDATION:
Staff recommends that the Board authorize application for an Indian River Lagoon License Plate FY 2004
Grant, in the amount of$4 7 ,899.00 and provide local match from USDA-NRCS (already received) in the
amount of $104,080.00, and Local (District) sources in the amount $25,800.00 (plus in-kind
services).
.,-",
...,
¡i'
ßOA'RD OF COUNTY
COMMISSIONERS
MOSQUITO CONTROL
DISTRICT
M<ly26.2()04
South Florida Water Management District
/~ltn: Procurement Division
B-1 Building, 2nd Floor West
330 I Gun Club Road
West Palm Beach, Florida 33406
JAMES R. DAVID
DIREGOR
RE: Indian River Lagoon License Plate FY2004 Grant Application
Saint Lucie County Mosquito Control District
Wetland Restoration
Dcar Sirs.
The Saint Lucie County Mosquito Control District submits this Letter of Transmittal and the
attached six copies of our proposed application for funding from the 2004 Indian River Lagoon
License Plate Program. Our project is entitled "Wetland Restoration". The project will provide
hydrological, water quality and habitat improvements to coastal wetlands along the Indian River
Lagoon. as well as. provide for public education. The project sites proposed are Indrio Blueway
Buffer and Wildcat Cove. Funds in the amount ofS47,Sl)9.00 are sought. Local Match is proposed
to be provided from USDA-NRCS (alre3dy received) and local (District) sources in the amount
S 12(),S80.()() (including in-kind services). The total project cost IS estimated to be S I 77.779.00. This
applIcation \vas prepared wi thout colluSIOn wi th any other person or entity submitting an application
pursuant to the Indian Ri\'Cr Lagoon License Plate Funding Program.
Project Goals
Project Goals include: restoration of hydrological exchange between an isolated mosquito
impoundment (No. 14A) and the Indian River Lagoon by installing 4, 30 inch dia. COITugated
Aluminum Pipes into the perimeter dike of the impoundment; water quality improvement is
proposed to be achieved through the installation of a 14,000 gpm dual electric pump and aeration
station; puollc education is proposed through the printing of brochures for Indrio Blueway Buffer
and the installation or a brochure kiosk; and habitat restoration is proposed to be accomplished at
Wildcat Con:? and Ineirio Blueway Buffer through the er3dication of invasive exotic plants for the
sites.
Project Locations
The project locations include: Impoundments 14A and 17 A. Maps of the impoundment sites are
attached. All project sites arc located on the shoreline or the Indian River Lagoon in Saint Lucie
County. Indrio Blue\vay Buffer is located at the intersections orMichigan and Wilcox Streets with
JOHN D. [)RUHN. Disrricr NO.1. DOUG COWARD. Disrricr No.2· PAULA A. LEWIS. Disrricr No. J . FRANNIE HUTCHINSON, Disrricr No.4· CUFF [)ARNES, Disrricr No.5
Counry Adminisrroror - Douglas M. Anderson
2300 Virginia Avenue . Ft. Pierce, FL 34982 · (561) 462-1692 · FAX (561) 462-1565 · TDD (561) 462-1425
J150 Will Fee "'ood · Ft. Pierce, FL 34982
'-'
....,
Old Dixie Highway. The site can be reached by taking US Hwy I northward from Ft. Pierce and
$~' making a right turn on !ndrio Road, going eastward to Old Dixie Hwy (Indrio Road becomes
Michigan Street on the east side of Old Dixie Hwy). Wildcat Cove is located on the west side of
North-A 1 A opposite Pepper Park. The project areas are located in the Indian River Lagoon
Watershed. The Lagoon wi1l benefit from improved wetland habitat at Wildcat Cove and Indrio
Blueway Buffer, as a result of increased native biodiversity after exotics are removed, and water
quality and diversity wi]! be benefitted from the additional wetlands being connected to the waters
oCthe Lagoon at Indrio Bluevvay Buffer.
Expected Habitat Restoration Benefits
Habitat is to be restored at Wildcat Cove and Indrio Blueway Buffer through exotic plant removal,
which allo\'vs native species to recover in the area of impact. The coastal wetlands of Indrio
Blueway ButTer are being reconnected to the estuary as a result of the project, and water quality in
the wetlands will be improved through increased culvert exchange with the Lagoon and via
construction of a pump and aeration station and the purchase of pumps. Environmental education
wi]! be addressed through the creation and printing of brochures and construction of a brochure
Kiosk at Indrio Blueway BulTer.
Project Schedule
The project should be completed within one year of Agreement execution. Permit applications for the
impoundment restoration portion of the project are already under review by the permit agencies. ExotIC
removal at Indrio Blueway Buffer is already underway (as of May 2004).
Reporting
,1\ I I reports wi II be accompanied by photographs. copies 0 f permits, as-built surveys/engineering and
appropriate invoicing upon completion of the project.
Thank you lar this opportunity to apply to the 2004 InJian River Lagoon License Plate Grant
Program.
1;:e:yz ~
() J:::s R~ David
Mosquito Control Director
3150 Will Fee Rd. Ft. Pierce, Florida 34982
Tel. 772-462-1686
(Person authorized to make representations on the appliçation)
Attach/ App I ication
cc: fìle
"20",",- 2005" SOUTH FLORIDA WATER MANAGEMENT nTtTRICT
FUNDING APPLICATION FORM
,....
l~S241
Application No: IRL - 04 C -
(District to provide)
The undersigned Applicant, has read all of the tenns and conditions of the Indian River Lagoon License
Plate Funding Program Guidelines and Application, and certifies that all of the infonnation contained within
this Application and subsequent Attachments and Exhibits is true and correct to the best of its knowledge.
Applicant's Legal Name (Organization Name): Saint Lucie County Mosquito Control District
Contact Person: James R. David
Applicant's Address: 3150 Will Fee Road
Fort Pierce, Florida 34982
Telephone Number: ( 772 ) 462-1686 Fax Number: (772 ) 462-1565
Type of Organization: Date of Incorporation:
X Governmental / Not - for - profit State of Incorporation:
Project Location (county): St Lucie x Martin - and/or Palm Beach
* (one application per COWlty. Ifwork is done in more than one COWlty)
Project Title: Wetland Restoration
Brief Project Description: Hydrological, water quality and other habitat improvements in Coastal Wetlands.
Attachments: Please attach infonnation to address each of the items listed below:
I) Describe the project goa1( s) and how the goa1( s) will be accomplished. Include appropriate drawings. Submittals for
habitat restomtion and stonnwater retrofit projects must include plan view and cross section( s) drawings. If planting is
part of the project, a planting plan must also be submitted.
2) Provide a project location description and attach a location map. Ifmore than one COWlty will benefit fÌ"om your
project, explain the multiple COWlty benefits. If your project is located in the watershed, please clearly explain the
benefits to the receiving water body.
3) Explain the expected habitat restoration, water quality, and/or enviromnental education benefits of the proposed
project.
4) Provide a project schedule and justification for being able to meet the project schedule. All projects must be
completed within one year of execution of the funding program Agreement.
Funding Requested: (Separate applications for more than one county)
,
S1. Lucie $ 47 RQQ M~rtin 1: Palm Rf'~r.h 1: Tnt~1 1: 47,RQQ
,
I~ÝËS241
,0'"
-
'-"
'-"
Cost Breakdown and Schedule
Task Description License Plate Cost-share Cost-share Expected
Funding Amount Funding Source Completion
Amount Date
Pwnp Station $22,900 $25,800 SLCMCD 09/30105
(4) Culverts $20,000 USDA-NRCS 09/30105
Brochures 1 kiosk $5,000 09/30105
Exotic removal $19,999 $84,080 USDA - NRCS 09/30105
Regulatory Approvals: Are any regulatory approvals needed for the proposed project?
YeslNo X If yes, please fill in the table below:
Agency Type of Approval Expiration Comments
Approval Received? Date
Yes No
FDEP/ACE Pennit X Application in-process
Authorized Person's Name:
s¡gn.nneJrJN1 rtµ Title ~Cdj ~
Print Name: James R. David Print Title: Mosquito Control Director
Remember to complete and attach Exhibit "C"
I~S241
~
....."
IRL FY04 C-
(the District will add this number)
,0'"
EXHIBIT "c" - STATEMENT OF WORK
FISCAL YEAR 2004 INDIAN RIVER LAGOON LICENSE PLATE PROJECTS
APPLICANT'S NAME: St, Lucie County Mosquito Control District
OBJECTIVE
The overall project objective in this cooperative effort between (applicant's name)
S1. Lucie County Mosquito Control District and the South Florida Water Management District (DISTRICT)
is to reconnect/improve water quality/remove exotic plantslprint brochures and construct a kiosk for the
brochures at Indrio Blueway Buffer; and to remove exotic plants at Wildcat Cove.
PROJECT LOCATION
County: St Lucie X
Martin
and/or
Palm Beach
General Location Description:
Indrio Bluewav Buffer is located at the intersections of Michigan and Wilcox Streets with Old Dixie Hwv,
The site can be reached by taking US 1 north of F1. Pierce to Indrio Rd and making a right turn to go east
to Old Dixie Hwy Wildcat Cove is located on the west side ofNAlA Q,pJ)Osite P~r Park
SCOPE OF WORK
The (applicant's name) St T .ncie rnnnty Mm:qJlitn rnnt1'nt Oimict shall be responsible for
(provide a description of each project step, task and lor phase)
Task 1: Construct a dual pump and aerator station at Impoundment 14A
Task 2: Install 4 culverts at Impoundment 14A
Task 3: Print brochures and construct kiosk at Impoundment 14A
Task 4: Perfonn exotic removal at Impoundments 14A and 17A (Wildcat Cove)
~241
'-'
...,
SCOPE OF WORK (continued)
;;....
PAYMENT AND DELIVERABLE SCHEDULE
INVOICE / COST
DELIVERABLE DUE DISTRICT SHARE
DATE PAYMENT AMOUNT
Photos, permits, as-builts, letter 09/10/0:) $47 R99 00 $129 RRO 00
Tp.nnrt
1~241
Attachm~: Please attach information to address each of the items liste~low:
,0'"
-1) Describe the project goal(s) and how the goal(s) will be accomplished. Include
appropriate drawings. Submittals for habitat restoration and stonnwater retrofit projects
must include plan view and cross section( s) drawings. If planting is part of the project, a
planting plan must also be submitted.
Project Goals include: restoration of hydrological exchange between an isolated mosquito
impoundment (No. 14A) and the Indian River Lagoon by installing 4, 30 inch dia.
Corrugated Aluminum Pipes into the perimeter dike of the impoundment; water quality
improvement is proposed to be achieved through the installation of a 14,000 gpm dual
electric pump and aeration station; public education is proposed through the printing of
brochures for Indrio Blueway Buffer and the installation of a brochure kiosk; and habitat
restoration is proposed to be accomplished at Wildcat Cove and Indrio Blueway Buffer
through the eradication of invasive exotic plants for the sites.
2) Provide a project location description and attach a location map. If more than one
county will benefit trom your project, explain the multiple county benefits. If your
project is located in the watershed, please clearly explain the benefits to the receiving
water body.
Indrio Blueway Buffer is located at the intersections of Michigan and Wilcox Streets with
Old Dixie Highway. The site can be reached by taking US Hwy 1 northward ITom Ft.
Pierce and making a right turn on Indrio Road, going eastward to Old Dixie Hwy (Indrio
Road becomes Michigan Street on the east side of Old Dixie Hwy). Wildcat Cove is
located on the west side of North-AlA opposite Pepper Park. The project areas are
located in the Indian River Lagoon Watershed. The Lagoon will benefit ITom improved
wetland habitat at Wildcat Cove and Indrio Blueway Buffer, as a result of increased
native biodiversity after exotics are removed, and water quality and diversity will be
benefited trom the additional wetlands being connected to the waters of the Lagoon at
Indrio Blueway Buffer.
3) Explain the expected habitat restoration, water quality, and/or environmental education
benefits of the proposed project.
Habitat is to be restored at Wildcat Cove and Indrio Blueway Buffer through exotic plant
removal, which allows native species to recover in the area of impact. The coastal
wetlands of Indrio Blueway Buffer are being reconnected to the estuary as a result of the
project, and water quality in the wetlands will be improved through increased culvert
exchange with the Lagoon and via construction of a pump and aeration station and the
purchase of pumps. Environmental education will be addressed through the creation and
printing of brochures and construction of a brochure Kiosk at Indrio Blueway Buffer.
4) Provide a project schedule and justification for being able to meet the project schedule.
All projects must be completed within one year of execution of the funding program
Agreement.
The project should be completed within one year of Agreement execution. Permit applications
for the impoundment restoration portion of the project are already under review by the permit
agencies. Exotic removal at Indrio Blueway Buffer is already underway (as of May 2004).
1~241
!
~
""
St. Lucie County
Mosquito Contra/Impoundments
North Hutchinson Island
ATLANTIC OCEAN
70
17C
178
20A
Fort Pierce
Inlet
~ Community Development t
~ Geographic Information Systems
Map prepated September 29, 1999 N
1t*1nIp habeM~ Ibt~~ II"d ~ ~orii.
...... .-y eIbt'" bMn ..... to øn:Mde ... InOIIC ourIWIt If1d «:IOUAIht
~ ~.llInalWiIndecI twu. _..IIg¡Itf~ ~
Seal.: 1" - 4000'
'j
¡
----
~
...,
l
--
,t'.-
,....
l
--J
-J
]
J
J
~DIAN RIVE:\
LAGOON
-'I.W.H.
JL. 0.80'(+)*
JV.
EL. (-)1.00'·
]
]
]
l'
j
]
]
J
]
i~~
--
1YPK'.AL CUL VEKI'
CRœS SECfION
~.......n nlJi'WTN'(t
. t
r-'
-' =
s:
:::
I
,,,",
.'
40'( +/-)
(50' MAX.)
30'(+/-)
....
!~~
-
-- ..:-
Lv
T/EARTHEN
DIKE EL. 4.00'·
( IMPOUN DMENT
WATER LEVEL
30' CM~
INV.
EL (-)1.00'"
4"x4"(PRESSURE TREATED)
TYPICAL SECTION
SCALE: 1"= 1 0'
NOTE:
*ALL ELAVATION ARE N.G.V.D.
ì;,,1S'!\~iQ~
~ O'?>\ ö\ tO~
BOARD Of COUNIY ~
sr. LUCIE COUNIY, FI.ORIDA
FNOINEERJNG DIVSON
m> VIRGINIA AVE., FT. PrnRCF.. FL()IUDA
........ '""'~ {c.c1\ A,/;')..nY7
ØA'IN 1 _. A.
~
~
~
~.
. ,,,.
I
~
Ij
I
j
j
I
]
1-:~
1 ~ ~~
J ~
\....
'-"
:-...:
';.:::::..
~
......
.<)
-
_.."
'. -
'- -
7,000-14,000 GPM ELECTRIC PUMP STATION .-
3,000 PSI REINFORCED CONCRETE IN EXISTING DIKË '-'..1
DIKE EDGE
+4.5 FT. NGVD
. u_..._..._.."':'"".._·:_·· ..-.._.._.._..--.-..-..-..-.'-"-
. .
. "
" .
. -'
. .
~ ,., . ~ ,',' '. ~ ,','
'. -..' - . "
. .
. .
.. ....." 4...·:-"~·-
. ",",:... ~..
. ~ '.
. ~.. . ~ '.
. -.
DIKE EDGE
.. 11 6 FT. WI DE I
TYPICAL PUMP STATION
~ ~~ t. G:1%L-.-
~ ~\\~\ ~~~
IaAIII( J,W.... 1-11-"
MÅ“µrO CONTROL
TYPICAL SECTION
ßGo\RD Of' CX>UN1Y <:x>MMmONERS
ST. WOE COUNIY. FLORIDA
ENGINEERING DIVISION
2m VIRŒNIA AVE.. Fr. PIERCE, ~ œmo
'IEl.EPHONE (560 462--m7
~
DRAWING Of' 'Ii'FiCAL FUMP STATION
.-JIll)
... c: ~
CD
æ ~ n~ 0 .~
~ 0
ä: ... E
.::tl. 0 CD
<DC: 0 -
(/) a:
~o 0 5i~ ~ CD
cn:¡::¡ -.::: a: CIJ
_l'Ø =ë
<d~ c: ~ -
." :]0 CD ~I- i C. c: 11
0 as
ã.~ ¡ C) aað ..c CD j a.. fã
8a: as 0 E
êi5 ! 5 'æ " c: a...
c: "C CD .~ -~ .;2
i t: C) ~
8 a. c: -- ... C) 't:J .~
C ~ ~ ~ .5 ~ as "æ CIJ
c: E :2 (a ~ 0
Q) C> '3 :J (a ~ 'æ ~ .r::. :g ~ C> 15
0)00 ü ... '=Õæ CJI- ü 3- z ~
a... a... I-
~ic I ~ - II[J~ D..J --
I . ø ---
I
I /'
/ .'
- l~~
I~ I
~~
!! Õ
~a" .......-.......-,
.
..)
Z+ ........-
2-
(~i ~6
~ f¡-i
.~r!! ~ la
rid
u.
'- ~
~ «S
-c
::J c:
(1) :J
0
~ .c
CD
~ +-'
"00
Q) Õ
::J CD
"-
(1) 0
.....
a..
0 I
I
1::: I
-c I
c I
I
----
1/
I!
IA ~~~~
~":
~
'. '~
t ~~2
.. .1iI
II
-I
:ris
. , I
,~
I~
----...
, ......
, ,
, ,
, \
: tA ..._________
!9".... --...
, --- "
I --- .
. --
--
---
~
I;
---...----
~
b
It,
I ~
I{
j
1-
. . . . . ~.' .:. .'
"-'
Pepper Park Addition
Master Site Plan
,,0"
"
ExistingFerrritlød SIrucÞ.ns
- QMrt
... In8peoIIon WIIIIM&y
Proposed Structures
- CU\.«t
8 Dual pIIIIp BIBIb1 (~
ð. /ItinI.Ix 8I8IIan
. BIcyde flICk
W2I ~ - (aheII) .. EnInn:e sign
....^'~-" EØ1k8Id8 8IIUCIU'8
- CnItö1g p/Idonn
- ~ pier (app'CII( 150' lor1)
NcI8: ~ ___ far.... nllICII r-'r .., -Meld III ...
Access via SA A1A
¡i~~
CcIrImdrDlrolllapnlJrtt
~ WIImIIan ~
__~"DO "
:.-:.,-.::.-=-.:~::=-..r::"
........ ~.It lilt'" 1Ir_.......... -.-&
Selle: 1" - fIIX1
I z + ~/________ ~~
!5. / I "' \
~ ¡ >~ n (7 I ¡--;~ I
: : /..-// ~~~ 0/ \! / 111
---.- ", 'I' .<' 0. ( À, I I
-- ~ I. , \ ..
- ,.. I' , J
.~// -"" m \ )\ ,\, r
..-/ , ::; '\ \, I
/ r'7 ,_ \', \, I
--- .. I , ' " ,
-- "1 I " ~
---~ .... ì ( \ I .... _ ~"\ ..... -. i _
./ I '~, I(
,.. I I .... '/ )" V f
r I I ,,/ \ 0
lJ I . .I /.- \I/t¡
. '1 .
~ r¡\ I :'~
\ II¿ \\ '.....
I I ~ I '.....
I I "-..
I I /'" I ~
.........,--..
X ' I' \ ~
.' ~ ~ dJl
. . 1 .I'
I I ,~__,.. ..
~ .. "- _..-/ g ~I
. - \........'\ ""
\-)0\/ ~~ !
I~ "
\- ~,
,.....
",
"'.......
'-,
.............
'-........
(.~~- '-..
(--"""--...... -
I, _______.
\'\ -.....",
) j-~L,.
'I' / <3;1
/' \
\'\ , { --------.
, ~ "----..--
" \....
\ '\
\..-
ï'
J
110
I!JC
u :8
S s
I
c:
o
~
0)
~
~
i
a
~
~---.......,.....
\ }
~"\ I "'"""-....
~"\ r' ~
\.~-'- -- \ \ ~
1\ ~ ~ J
II If "~ ~ ~
~II Qli:= · \,,~~.5
111 ~ \...~
; ~. I '-.~
.. go.. ,
·11 :~ ¡!:
.....,
"...~~~ >(
'\ ,
8 "
~ \
...
.~
a:
.i
i!
'-'
'"
;;,0"
This is a sample agreement. If your project is selected, this agreement will be mailed to you
for execution.
*DO NOT COMPLETE THIS FORM AS PART OF YOUR
APPLICATION FOR FUNDING.
2004-2005 SOUTH FLORIDA WATER MANAGEMENT DISTRICT
SAMPLE - FUNDING PROGRAM AGREEMENT
Recipient's Name: For District Use Only
Contract No. C-
Address:
Governing Board Approval Date
District Funding Amount: $
District's Project Manager:
Address:
Telephone Number: ( ) Fax Number: ~)
Insurance Attachment: 0 Applicable Not applicable
Recipient's Project Manager:
Address:
Telephone Number: ( ) Fax Number: ( )
Project Title:
I~I~s~~1
18
'-'
...."
ThIs Agreement is entered into between "the Parties", the South Florida Water Management District, (the "District"), and the
,.... undersigned Applicant, hereinafter referred to as the "Recipient". The Recipient warrants and represents that it has no obligation
or indebtedness that would impair its ability to fulfill the terms and conditions of this Agreement, and shall abide by all legal,
financial, and reporting requirements, such as matching funds and final reports for all funding received by the Recipient from the
District.
ARTICLE 1 - PROJECT
1.1 The Recipient shall, to the satisfaction of the District, fully and timely construct and perfonn all work items described in the
"Statement of Work," attached here to as Exhibit "C", and made a part of this Agreement.
1.2 As part of the services to be provided by the Recipient under this Agreement, the Recipient shall substantiate, in whatever forum
reasonably requested by the District, any supporting documentation utilized as a basis for payment by the District. This
paragraph shall survive the expiration or termination of this Agreement.
ARTICLE 2 - TERM OF THE AGREEMENT
2.1 The period of perfonnance of thIs Agreement shall commence on the last date of execution of this Agreement and shall continue
for a period of one (1) year.
2.2 The Parties agree that time is of the essence in the perfonnance of each and every obligation under this Agreement.
ARTICLE 3 - COMPENSATION/CONSIDERATION
3.1 As consideration for providing the goods and services reqUired by this Agreement, the District shall pay the Recipient the funding
amount as specified above. Such amount is a fixed amount and therefore, no additional consideration shall be authorized.
3.2 The Recipient assumes sole responsibility for all work, which is perfonned pursuant to Exhibit "c." By providing funding
hereunder, the District does not make any warranty, guaranty, or any representation whatsoever regarding any of the work
perfonned hereunder, including but not limited to the adequacy or sufficiency of all or any part of work described in Exhibit "C".
3.3 The Recipient hereby agrees that it shan use other sources of funding for an work associated with the design and permitting
aspects of the Project. District funds shall only be used for capital or infrastructure costs for the construction activities described
m Exhibit "C".
ARTICLE 4 - FUNDING PAYMENTS AND REPORTING
4.1 The District shall make payment to the Recipient upon completion and acceptance of the Project. The Recipient shall provide
certification that all construction has been completed in accordance with Exhibit "c" of this Agreement.
4.2 The Recipient's invoice shall reference the District's Application Number and shall be sent to the Project Manager at the
following address:
South Florida Water Management District
(Project Manager's name as stated on the first page of the Agreement)
(Address as stated on the first page of the Agreement)
The Recipient shall not submit an invoice to any other address at the District.
43 The District shall have the right to mspect all work and review tinal reports before authorization of payment is made to thc
Recipient. It is the policy of the District that payment for all goods and servlces shall be made in a timely manner and
that Interest payments are made on late payments. In accordance with Florida Statutes, Section 218.70, Florida
Prompt Payment Act, a "proper" invoice is defined as an invoice that confonns to all statutory requirements and all
District requirements as set forth m the Agreement for invoice submission. The time at which payment shall be due
from the District shall be forty-five (45) days from receipt of a proper invoice and acceptance of services and/or
deliverables, based on compliance with the statutory requirements set forth in Section 218.70, F.S. and upon satisfaction
of the District conditions as detailed in the Agreement.
~
~
19
I
/
'-'
....,
,....
Failure of the Reclpient to follow the instructions set forth in the Agreement regarding a proper Invoice and acceptable
servIces and/or deliverables may result in an unavoidable delay in payment by the District. All payments due from the
District for a proper invoice and acceptable services and/or deliverables and not made within the time specified in this
secnon shall bear Interest from thirty (30) days after the due date at the rate of one percent (1%) per month on the
unpaid balance. The RecIpient shall invoice the District for payment of any accrued unpaid interest.
Any disputes regarding invoice payments which cannot be resolved by the appropriate department of the District shall be
concluded by final written decision of the District Leadership Team not later than sixty (60) days after the date on which
the proper invoice was receIved by the District.
ARTICLE 5 - PROJECf MANAGEMENT
5.1 The Parties shall direct all matters arising in connection with the performance of this Agreement, other than invoices and nonces,
to the attention of the Project Managers for attempted resolution or action. The Project Managers shall be responsible for overall
coordination and oversight relating to the performance of this Agreement.
5.2 All notices, demands, or other communications to the Recipient under this Agreement shall be in writing and shall be deemed
received if sent by certified mail, return receipt requested, to the address stated.
All notices to the District under this Agreement shall be in writing and sent by certified mail to:
South Florida Water Management District
Attn: Procurement Division
B-1 Building
3301 Gun Club Road
West Palm Beach, Florida 33406
5.3 The Recipient shall also provide a copy of all notices to the District's Project Manager. All notices required by this Agreement
shall be consldered delivered upon receipt. Should either Party change its address, written notice of such new address shall
promptly be sent to the other Party.
5.4 All correspondence to the District under this Agreement shall reference the District's Application Number.
ARTICLE 6 - TERMINATlONIREMEDIES
6.1 It is the policy of the District to encourage good business practices by requiring recipients to materially perfonn in
accordance with the tenns and conditions of the Agreement. In accordance with District Rule 40E-7, Part II, F.A.C.,
"material breach" is defined as any substantial, unexcused non-performance by failing to perform an act that is an
important part of the transaction or perfonning an act inconsistent with the terms and conditions of the Agreement.
If the Recipient materially fails to fulfill its obligations under this Agreement, the District will provide written notice of
the deficiency by forwarding a Cure Notice citing the specific nature of the material breach. The Recipient shall have
thirty (30) days to cure the breach. If the Recipient fails to cure the breach within the thirty (30) day period, the
District shall issue a Termination for Default Notice. Once the District has notified the Recipient that it has materially
breached its contract with the District, by sending a Termination for Default Notice, the District's Governing Board
shall determine whether the Recipient should be suspended from doing future work with the District, and if so, for what
period of time. The District's Governing Board will consider the factors detailed in Rule 40E-7, Part II, F.A.C. in
making a detennination as to whether a Recipient should be suspended, and if so, for what period of time. Should the
District terminate for default in accordance with this provision, the District shall be entItled to recover reprocurement
costs in additIOn to all other remedies under law and/or equity.
~
~
20
\.r
,....,
6.2 The District may terminate this Agreement at any time for convenience upon thirty (30) calendar days prior written notice to the
ï" Recipient. The perfonnance of work under this Agreement may be terminated by the District in accordance with this clause in
whole, or from time to time In part, whenever the District shall determine that such termination is in the best interest of the
District. Any such termination shall be effected by delivery to the Recipient of a Notice of Termination speclfying thc extent to
which perfonnance of work under the Agreement IS terminated, and the date upon whIch such tennmation becomes effectIve.
In the event of termination for convenience, the District shall compensate the Recipient for all authorized and accepted work
perfonned through the terminatlon date. The District shall be relieved of any and all future obligations hereunder, includmg but
not lirruted to, lost profits and consequential damages under thlS Agreement. The District may withhold all payments to the
Recipient for such work until such time as the District determines the exact amount due to the Recipient.
6.3 In the event a dispute arises which the Project Managers cannot resolve between themselves, the Parties shall have the option to
submit to non-binding mediation. The mediator or mediators shall be impartial, shall be selected by the Parties, and the cost of the
mediation shall be borne equally by the Parties. The mediation process shaH be confidential to the extent permitted by law.
ARTICLE 7 - RECORDS RETENTION
7.1 The Recipient shall maintain records and the District shall have inspection and audit rights as follows:
A. Maintenance of Records. The Recipient shall maintain all financial and non-financial records and reports directly or indirectly
related to the negotIatlon or perfonnance of this Agreement, includmg supporting documentatlon for any SerYlce rates,
expenses, research or reports. Such records shall be maintamed and made available for inspection for a period of five (5) years
from completmg perfonnance and receiving tinal payment under this Agreement.
8. Examination of Records. The District or its designated agent shall have the right to examine in accordance with, generally
accepted governmental auditing standards all records directly or indirectly related to this Agreement. Such examination may
be made only within five (5) years from the date of final payment under this Agreement and upon reasonable notice, tlme and
place.
C. Extended Availability of Records for Legal Disputes. In the event that the District should become involved in a legal dispute
with a third party ansing from perfonnance under this Agreement, the Recipient shall extend the period of maintenance for
all records relating to the Agreement until the final disposition of the legal dispute, and all such records shall be made readily
available to the District.
ARTICLE 8 - STANDARDS OF COMPLIANCE
8.1 The Recipient, its employees, subcontractors or assigns, shall comply with all applicable federal, state, and local laws and
regulations relating to the perfonnance of this Agreement. The District undertakes no duty to ensure such compliance, but will
attempt to advise the Recipient, upon request, as to any such laws of which it has present Irnowledge.
8.2 The laws of the State of Florida shall govern all aspects of this Agreement. In the event it is necessary for either party to initiate
legal action regarding this Agreement, venue shall be in the Fifteenth Judicial Circuit for claims under state law and in the
Southern District of Florida for any claims which are justifiable in federal court.
8.3 The Recipient shall allow public access to aJl Project documents and materials in accordance with the provisions of Chapter 119,
Florida Statutes. Should the Recipient assert any exemptions to the requirements of Chapter 119 and related Statutes, the burden
of establishmg such exemptlon, by way of injunctive or other relief as proVlded by law, shall be upon the Recipient.
8.4 Pursuant to Section 216.347, Florida Statutes, the Recipient is prohibited from the expenditure of any funds under thIs
Agreement to lobby the Legislature, the j udiclal branch, or another state agency.
8.5 The Recipient shall obtain, at its sole expense, all necessary licenses, authorizations and permits from the appropriate pnvate
party or federal, state, municipal or local agency, and other governmental approvals, prior to commencing perfonnance of thIs
Agreement. A delay in obtaining permits shall not give rise to a claim by the Recipient for additional compensation. If the
Recipient is unable to obtain all necessary permits in a timely manner, either party may elect to terminate this Agreement, each
party to bear its own costs, notwithstanding other provisions of this Agreement to the contrary.
8.6 The Recipient hereby assures that no person shall be excluded on the grounds ofrace, color, creed, national origin, handicap, age,
or sex, from participation in, denied the benefits of, or is otherwise subjected to discrimination in any activity under this
Agreement. The Recipient shall take all measures necessary to effectuate these assurances.
~
~
21
._-~-- .---..--
'-'
....,
;¡....
ARTICLE 9 - RELATIONSHIP BETWEEN THE PARTIES
9,1 The Recipient shall be considered an independent contractor and neither party shaJl be considered an employee or agent of the
other party. Nothing in this Agreement shaJl be interpreted to establish any relationship other than that of an independent
contractor between the parties and their respective employees, agents, subcontractors, or assigns, during or after the perfonnance
on this Agreement. Both parties are free to enter into contracts with other parties for similar services.
9,2 The Recipient shall not assign, delegate, or otherwise transfer its rights and obligations as set forth in this Agreement without
the prior written consent of the District. Any attempted assignment in violation of this provision shall be null and vOId.
9.3 It is the intent and understanding of the Parties that this Agreement is solely for the benefit of the Recipient and the District. No
person or entity other than the Recipient or the District shaJl have any rights or priviJeges under this Agreement in any capacity
whatsoever, either as third-party beneficiary or otherwise.
ARTICLE 10 - GENERAL PROVISIONS
10.1 Notwithstanding any provisions of this Agreement to the contrary, the Parties shall not be held liable for any failure or delay in
the perfonnance of this Agreement that arises from fires, floods, strikes, embargoes, acts of the public enemy, unusually severe
weather, outbreak of war, restraint of Govemment, riots, civil commotion, force majeure, act of God, or for any other cause of
the same character which is unavoidable through the exercise of due care and beyond the control of the Parties. Failure to
perfonn shall be excused during the continuance of such circumstances, but this Agreement shall otherwise remain in effect.
This proVlsion shall not apply if the "Statement of Work" of this Agreement specifies that perfonnance by the Recipient is
specifically required during the occurrence of any of the events herein mentioned.
10.2 Any mconsistency in this Agreement shaJl be resolved by giving precedence in the following order:
(a) Tenns and Conditions outlined in Articles 1-11
(b) Exhibit "C" Statement of Work
(c) All other exhibits, attachments, and documents specifically incorporated herein by reference
I OJ Failures or waivers to insist on strict perfonnance of any covenant, condition, or provision of this Agreement by the Parties,
their successors and asSIgnS shaJl not be deemed a waiver of any of its rights or remedies, nor shall it relieve the other Party from
perfonning any subsequent obligations strictly in accordance with the terms of this Agreement. No waiver shall be effectIve
unless in writing and signed by the Party against whom enforcement is sought. Such waiver shaJl be limited to provisions of this
Agreement specificaJly refeITed to therein and shaJl not be deemed a waiver of any other provision. No waiver shall constitute a
continuing waiver unless the writing states otherwise.
lOA Should any term or provision of this Agreement be held, to any extent, invalid or unenforceable, as against any person, entity or
circumstance during the term hereof, by force of any statute, law, or ruling of any forum of competent Jurisdiction, such
invalidity shall not affect any other term or provision of this Agreement, to the extent that the Agreement shall remam operable,
enforceable and in fuJl force and effect to the extent permitted by law.
10.5 This Agreement states the entire understanding and Agreement between the Parties and supersedes any and aJl written or
oral representations, statements, negotiations or Agreements previously existing between the Parties with respect to the
subject matter of this Agreement. The Recipient recognizes that any representations, statements or negotiations made by
District staff do not suffice to legally bind the District in a contractual relationship unless they have been reduced to
wnting and signed by an authorized District representative. This Agreement shall inure to the benefit of and shall be
binding upon the parties, their respective assigns, and successors in interest. This Agreement may be amended only with
the written approval of the Parties.
ARTICLE 11 - INDEMNIFICATION AND INSURANCE
¡ 1. ¡ The following indemnification clause shall only be applicable to Investor-owned Utilities or Private Entities:
I~~·~!I
22
..--------.-
'-
....,
,....
For value received, which is hereby acknowledged, the Recipient shall defend, indemnify, save and hold the District, its
officer¡;, directors, board members, agents, assigns, and employees, harmless from liabilities, damages, losses, and costs
including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness, or
intentJonally wrong conduct of the Recipient and other persons employed or utilized by the Recipient in the perfonnance
of the Agreement The District shall have the right to approve counsel selected by the Recipient to defend the District in
the event the District is named in any legal action.
11.2
Govemment entities will be responsible for their own acts of negligence up to the amounts in Section 768.28, Florida
Statutes. The entity assumes any and all risks of personal inJury, bodily injury and property damage attnbutable to
negligent acts or omissions. This is no way means that an agency consents to be sued. It should warrant and represent that
It is self-funded for Worker's compensation and liability insurance, covering at a minimum bodily injury, personal injury
and property damage with protection being applicable to the officers, employees, servants and agents while acting within
the scope of the¡r employment during perfonnance under this Agreement. It is further agreed that nothing contained
herein shall be construed or interpreted as (I) denying to either party any remedy or defense available to such party under
the laws of the State of Florida; (2) the consent of the State of Florida or its agents and agencies to be sued; of (3) a waiver
of sovereign lTnmunity of the State of Florida beyond the wavier provided in Section 768.28, Florida Statues.
11.3
The following shall only apply if the work is being performed on District property:
The Recipient shall procure and maintain, through the term of this Agreement, insurance coverage, which will be
determined after the evaluation of the Statement of Work as to the amounts and conditions. The coverage required shall
extend to all employees and subcontractors of the Recipient The Certificate of Insurance shall be completed in full,
indicating the producer, msured, carner's name and Best rating, policy numbers, effective and expIration dates of each type
of coverage required. The insurance carrier's authorized representative shall sign the Certificate.
fN WITNESS WHEREOF, the Parties or their duly authorized representatives hereby execute this Agreement on the date written
below.
~
~
23
'-
...",
,....
SOUTH FLORIDA WATER MANAGEMENT DISTRICT,
BY ITS GOVERNING BOARD
By:
Director Procurement Division
Date:
Recipient's Legal Name:
By Authorized Official:
Title:
Date:
SFWMD Office of Counsel Approved
By:
Date:
SFWMD Procurement Approved
By:
Date:
IKÈs~~1
. 24
.. --.¡;¡....
~
. ....,
;;
AGENDA REQUEST
ITEM NO. C-2b
DATE: May 25, 2004
REG{!LAR I I
PUBLIC HEARING
CONSENT I X I
TO: Mosquito Control DIstrict Board
PRESENTED BY:
SUBMITTED BY(DEPT): MosquIto Control
James R. David
SUBJECT: Use of Reserves for Replacement of Two Rotary Cutters - Approval of Equipment Number EQ04-258 and
Budget Amendment No. BA04-150
BACKGROUND: The purchase of two replacement 8ft. rotary cutters is requested in the amount of $7.600.00 ($3,800.00
each). Both cutters are suffering from corrosion damage and one is inoperable due to safety concerns until repaired or
rcplaced. with the cost of repair being a large proportion of the cost to replace. Equipment Request Fonn EQ04-258 and
Budgct Amcndment No. BA04-150 are submitted for the Board's approval.
FUNDS A V AIL.: Funds are available in 145-9910-599300-800 Reserves'
PREVIOUS ACTION: N/A
RECOMMENDATION: Staff recommends that the Board approve Budget Amendment No. BA04-150 and !:luIpnll'llt
Request fonn EQ04-258 for the purchase of two, replacement. 8ft.. rotary cutters, in the amount of $7,600.00.
J\"J APPROVED
[ ] OTHER:
I DENIED
COMMISSION ACTION:'
Approved 4-0 (Comm. Lewis Absent)
Review and Approvals
( olllllV ..\ llOme)
. --,------_. -----------------
Management & Hudget
Purchasing:
(¡n!!II1JIII1!! IJepl
Other
Other:
¡:iI1Jllce (('heek 1<>,. Copy ollly. ,,'JppllcJhIeL
E IT 5/96
'"
'-'
"""
MEMORANDUM
~.
TO: Mosquito Control District Board
FROM: James R. David, Mosquito Control Director
DATE: May 13.2004
SUBJECT: Use of Reserves for Replacement of Two Rotary Cutter - Approval of Equipment Number
EQ04-258 and Budget Amendment No. BA04-150
BACKGROUND:
The purc hase 0 I' two repl8cement R ft. rotary cutters IS requested in the amount ofS7 .600 .00 ($3,800.00 e8C h).
Both cutters arc sutTenng from corrosion damage and one IS Inoperable due to safety concerns until repaired
or replaced. with the cost of repair being a large proportion of the cost to replace. Equipment Request Form
¡':Q04-25S 811U Budget Amendment No. BA04-! 50 are submitted for the Board' s approval.
RECOMMENDATION:
Staff recommends that the Board approve Budget Amendment No. BA04-150 and Equipment Request form
EQ04-258 for the purchase of two, replacement. 8ft., rotary cutters, in the amount 01'57,60000
n;;
..., ...,
a
1U
C/)
S Q)
1U ?¡
G:: ctJ
;; '-
Q)
Q
(;) a
.£2 '-
Q)
::; OJ
'tJ c:
Q) .Q
ü a
c: c:
ctJ
0 c: .~ a
Q)
< .S Q) a
c: (Q
ctJ a 6
l- E 'tJ a
< c: a
1U Q) ctJ "t-
¿ (;) (;) (Q
a c:)
1U :S t3 a l[)
Ü "- ~ ~ l!) 6
en <::C a 0) (")
Q) C'\J
0::: -J Q) a 0) (Q
C/) Q c: t3 c: C'\J" J.¡
W ~ 1U 0 jg a b9
Z ~ G:: 'Cìj "t-
o e (¡; .....
0 vi a
I ~ '-
M è: a 'tJ
en 0 ~ Q) ü Q)
en 0 z E 'tJ 'tJ Õ
W c: :::¡
N 'tJ :.c: Q)
:¡¡: :2 c: Ü 0-
0::: w :::¡ Q) c: '-
:¡¡: « a .Q ctJ '(è
0 U Q 'tJ ~ Q
W « .§ Q) 'tJ Q) c:::
U >- ....J è: ctJ '-
a. .2 (¡; w
>- .2 :::¡ aJ
..J 0 w 3 a Q) :S :2
I- « w c::: 0- E :::¡ "-
Z U 0 ~ (;) ~ 'tJ a ::J
:J z a Z
en w 0 w E ~ Q û)
0 - :2 w z ::; 'C: a ~
LL > - .~ OJ Ü Z
U 0::: :2 0 I Z l) ~ ~ ::J
LL 0 c::: I « c- è:' s 0
0 ò
0 u a. ~ ctJ ~ :S u
LL w a. w (;) '2 ü u
0 c::: « c::: Q) Q) .~ ~
I- ~ 'tJ
0::: - '6 'tJ
en Q) "- uj
« w c: ~ a E
0 :J Q) ~ Q)
J::: Q) :::¡ ü
CC 0 1::: Q c:
a '-
W ctJ , ~ a
>- Q) 0 ~ ü
0::: "- .2
I- a I- Q) Q
Z I- (;) Q :t:: Q) ..@
:::¡
:J Z Q) a Ü :::¡ ctJ
- 'tJ
.- ~ (;)
0 w E è '- .2
U :¡¡: l[) :::.... ctJ c:) '(è
c. (") .Q Õ a Q Q)
W 'tJ c:) ~ :::¡
:J ~ Q) G:: a 'tJ
U Q) ê OJ co Q) 'tJ
:J 0 (¡; .S M (¡; Q)
w E -g '6 ü
..J û) b9 ctJ
'>:< '>:< Q) Õ.
Q) (;) E
l- e Q Q) û) ~
en N Q .~ a a § '-
Q ~ Ü
-J -J .~ ctJ J::: ~ a
0 0 (;) ü Q) :2 '3 'tJ
g: g: è: c:: :.c: ü ctJ 0- .~
ctJ (è ~ ctJ :::¡ ~
< < :::¡ õ. .~ ctJ
- Q
0 0 0 c: 0) ~ ~ J::: ~
Ü Ü '- '(è .S '6 Õ
'- E ~ .2 ,S .~
0 0 ~ .Q
t3 a (;) '- ~ -
l- I- ::; '.S E ~ ~ - co
:s :s ü (;) Q) ::; ~ è: l[)
.~ Q) ::; ';J
0 0 è:' a Q) (;) ü :::¡
C/) C/) a a 'tJ ~ J::: Ü "t-
ctJ (Q :::¡ <ti a
0 0 õ Q) ù ctJ ü Q) ., 0
~ ~ ctJ ~
¿ ¿ ct b9 S ù) 1U (¡; 1U
~ :::
Z 0
::J Z W
~ 0 0 c:::
z ~ :2 ~ ~
W z « « z
:2
~ z w ~ u w
c::: 0 :2 w u. :2
« a. t:) a.
(/) ~
a. ~ ::J 0 (/) ::J
W 0 ::J ::J 0
0 0 W aJ '"') W
.,.
'-
..""
;;
BUDGET AMENDMENT REQUEST FORM
REQUESTING DEPARTMENT: OMS/Mosquito Control
PREPARED DATE: 5/13/04
AGENDA DATE: 5/25/04
TO:
145-6230-564000-600
$7,600
FROM: 145-9910-599300-800
Reserves
$7,600
REASON FOR BUDGET AMENDMENT:
$3,800 each
CONTINGENCY BALANCE:
THIS AMENDMENT:
REMAINING BALANCE:
N/A
N/A
N/A
DEPARTMENT APPROVAL:
OMB APPROVAL:
BUDGET AMENDMENT #:
DOCUMENT # & INPUT BY:
ð~Jt ~
BA04-150
¡·1.......-1<)4--"<:JI:J4 07 ;23 AM
P.01
..
EQÙl'PMENT PROPOSAL
...."
,/"
:.".
!!V!AGLADES FARM eCUIPMENT CO.
6150 Orangs Avent;e
A, Pierce, I-L 34947
BUYER
ST LUCIE COUNTY
ADDRESS
CONiACT
MAURiCe
PHONE
PhCM: 772.48 1 .666e
¡;!x: 772-46801HS
5/3/2004
FILEt
CITY
STAi!
ZIP
FAX
QTY MAKE "DArNO .u PRICE EACH EXTENDED
1 JOHN DEERE MXS MX8 8 FOOT LJFT TYPE HOT MY 3.800.00 3,800.00
CUTTEA 540 RPM FRONT AND REAR 0.00
CHAINS AND TWO REAR TIRES 0.00
0,00
0.00
0.00
0.00
0.00
0.00
, 0.00
0.00
SUBTOTAL 3.800.00
TRADe DESCRIPTION
QTY MAK! '1!JUÃL # TRACE AMT LIEN AMT Nt:r~
O.CO
'--" O,C\)
w O.CO
0.00
0.00
COMMENTS OR SPECIAL. INSTRUCTIONS TRADE Tar AL 0.00
SUBTOTAL 3.800.00
TAX 0.00
SURTAX
THIS PROPOSAL MAY BE WITHDRAWN BY us DOWN PAYMENT
It=: Nor ACCEPTeC WITHIN 10 CAYS BALANCE DUE 3,.800.00
BUYER OR LESSEE SIGNATURE
ALL MA ra:l1~ ¡g GlIARJ.N'11I~n A.~ $P!=CIJ:IFil All WQRI( 18 TO ¡u; DONE IN A
P!IIQFESSIONAl MANNER ACCORDING TO STANCARD SPECFICATIONS. Mf
ALTI!AATTON OR DEVIATION FROM THE ABOve sreCIFlCA110N6 RESULTING IN
EXTRA COSTS WILL SE EXECUTED ONLY Ufl(JN WRJ1TëN ORDERS, AND WII.L
BECOME AN t:XTRA I,;HIIRGE QVeK ANIJ AtlOVë THE c~ITIMA 11:. ALL AGREE-
MENTS CONTINGENT UPON STRIKES, ACCIDENTS, OR DELAYS BEYOND OOR
CONTROl.
Thunlr. yuu lot' (h~ r;ppVrlunlty tQ quote yau this equipment/
Please call me if I can be affurther assistance.
SALESMAN: MITCHEL BURNEY
NEXTEL: 43323 OR CELL: 201-7741
II JOHN DEERE
NJ. w~
/'A ., If<
(..-<.-- -:r;- ýVJ
..
'-
""
;¡
:t
~
i ,
~~!. .;
:--:-- "';1
',\ ,0
~ ')
~ :J'
~. ,. ...
AP'PRUFRIATION RE"","ST
RECEIVED
1
. .,.
DE~RIPTI OF ROJECT OR PURCHASE AND DETAILS
1:<. 3ð
OeOI No Oeoanment Name
I11¿JJQì1JTO
r:
.' t
/)e S (í¡' ¡P fl ð?2
Tof,¡ h 1J..¿~y~ MX P-
Qry
----
~
G-l/L/' reM.-+- ~ Q~ .
(os f.' 13.%00, £2- .ø£G
_____ J .
?/vUL
?f! LJ'fl-f-¡I~
1(0 fcurt ¡1;(Ju)-e~r
~
J10fJfJ'
~.
+1/ :-::
O 0 ~~. ~
.... 1"""-
'{cP' v\ : 8 -,
J ~\ ,\0 2YL/
SUGGESTED VENDORS
2.
3.
ADDRESSES
White/Department Canary/Purchasing PinklOepartment .
SGS Prinl..rs. Fe Pi..r(·... FI.
·- "If" 0/-''''
. /
,
/
j/\.,-
:",
-." .,
..
...
..
- '._ - OK"."
.~ .
---
t
UC'l c:
ORDERED BY
PHONE NO.
INVOICE NO,
It... ('
PURCHASE ORDER NO. VEHICLE
;"..¡ok.-
DATE
Sit/oct
......"
;;:....K.
Wf~Y
t/'£AJ~
R CEIVED
MOS
, I 2004
-~
4 (~¡...
:?
f-
ITO CONTROi
APPLE MACHINE & SUPPLY CO.
5900 Orange Avenue P.O. Box 68 . Fort Pierce, FL 34954-0068
PHONE 772-466-9353(WELD) Fax (772) 466-4025
....
.. .
/
/
.1
.... -
l
~
''wI
,
AGENDA REQUEST
ITEM NO. C -2c
DATE: May 25, 2004004
REGULAR [ ]
PUBLIC HEARING [ ]
CONSENT [ X ]
TO: Mosquito Control District Board
SUBMITTED BY: Mosquito Control
PRESENTED BY:
James R. David
SUBJECT: Purchase and Installation of Cellular Monitoring System for Bear Point Mitigation Bank - Bid Waiver Request
- Sole Source Provider of Integration Services
BACKGROUND: An integrated Cellular Monitoring System capable of withstanding the salt-water
environment of a mosquito impoundment is needed for the Bear Point Mitigation Bank in order to provide
telemetry transmission of Impoundment water level and water quality data necessary to meet Florida
Department of Environmental Protection permit conditions for development of a 2-Dimensional
Hydrological Model and multi-year success criteria monitoring. A Bid Waiver is requested in order to award
the system equipment to Locher Environmental Technology, LLC. (Locher) the sole authorized dealer and
integrator of the multi-disciplinary equipment involved in the project (combining water quality. water level
data, and pump and aerator operations tracking with cell-based telemetry). Equipment Request Form No.
EQ 04-260 is submitted for Board approval. Budget Amendment No. 04-151 has been prepared, in order to
transfer the funds from the Bear Point Project Reserve to the Machinery & Equipment account. The total
cost of the equipment, materials and supplies required to integrate the equipment and provide
telemetered readings is $69,241.00. Additional required materials and supplies for pressure transducers will
cost $1,584.00 and are also proposed to be provided by Locher.
FUNDS AVAIL.: in 145-9910-599330-800 Project Reserve
PREVIOUS ACTION: N/ A
RECOMMENDATION: Staff recommends that the Board approve a Bid Waiver for Sole Source to Locher
Environmental Technology, LLC, in the amount of $69,241, for purchase and installation of an integrated
Cellular Monitoring System for the Bear Point Mitigation Bank, and grant approval to negotiate price and
contract with Locher for monthly service and additional materials/parts (quoted service charge of $850.00
per mo.) and approve Equipment Request Form No. EQ 04-260, and Budge ~mendment No. 04-151.
COMMISSION ACTION:
~ APPROVED [] DENIED
[J OTHER:
Approved 4-0 (Carom. Lewis Absent)
o
C
Review and Approvals
County Attorney: Management & Budget
Originating Dept. Other:
Finance: (Check for Copy only, if applicableL
Purchasing :.__________
Other:
Eff. 5/96
,-.
....,
MEMORANDUM
,
TO:
FROM:
DATE:
SUBJECT:
Mosquito Control District Board
James R. David, Mosquito Control Director
May 19,2004
Purchase and Installation of Cellular Monitoring System for Bear Point
Mitigation Bank - Bid Waiver Request - Sole Source Provider
BACKGROUND:
An integrated Cellular Monitoring System capable of withstanding the salt-water
environment of a mosquito impoundment is needed for the Bear Point Mitigation Bank in
order to provide telemetry transmission of Impoundment water level and water quality data
necessary to meet Florida Department of Environmental Protection permit conditions for
development of a 2-Dimensional Hydrological Model and multi-year success criteria
monitoring. The Bank calls for engineering evaluation of the multiple culvert design, and
the cellular monitoring system project guarantees continuous data collection by providing
an on-line monitoring capability, even for stations located in the inaccessible center of tr:e
wetland. A Bid Waiver is requested in order to award the system equipment to Locher
Environmental Technology, LLC. (Locher) the sole authorized dealer and integrator of the
multi-disciplinary equipment involved in the project (combining water quality, water level
data, and pump and aerator operations tracking with cell-based telemetry). The telemetry
equipment proposed to be used is manufactured by Campbell Scientific, and is a standard
in the field, being used by the South Florida, Southwest Florida, and St. John's River Water
Management District (and other Special District(s)). The dissolved oxygen probe is entirely
new technology being provided by Hydrolab/Hach Instruments, through Locher, which is
proposed to eliminate sulfide interference from the dissolved oxygen readings (no other
dissolved instrument or technique can make that claim). Locher is also the sole provider of
our on Thalimedes Water Level Recorders, which were purchased previously, and are
uniquely designed to withstand the rigors of use in saltwater environments, and which are
required to be integrated into the monitoring system, and which we propose that they
service and maintain (being the sole authorized manufacturer provider for Campbell, Hach
and on in Florida). Equipment Request Form No. EO 04-260 is submitted for Board approval.
Budget Amendment No. 04-151 has been prepared, in order to transfer the funds from the
Bear Point Project Reserve to the Machinery & Equipment account. The total cost of the
equipment required to integrate the equipment and provide telemetered readings is
$69,241.00. Additional required materials and supplies for pressure transducers will cost
$1,584.00 and also be provided by Locher. Verizon Wireless modems and the purchase of static IP
addresses from Verizon will also be required to complete the project.
RECOMMENDATION
Staff recommends that the Board approve a Bid Waiver for Sole Source to Locher
Environmental Technology, LLC, in the amount of $69,241, for purchase and installation of a
Cellular Monitoring System for the Bear Point Mitigation Bank, and grant approval to
negotiate price and contract with Locher for monthly service (est. $850.00 per mo.) and
approve Equipment Request Form No. EO 04-260, and Budget Amendment No. 04" 151.
'-'
III Locher
Environmental
. 0 Technology
RECEIVED
NAY I I æJ4
It&:H¿'S-V~
MOS U Iro CONTROL
III
May 7, 2004
Attn: Vic Madonna
2300 Virginia Ave
Ft Pierce, FL 34982
RE: Water Quality I Stage Monitoring
Vic,
Thank you again for your time spent discussing the final details on the above reference project. We are
pleased to enclose the final costing for your review.
We are pleased to attach documentation specifying Locher Environmental Technology as the Sole Source
Authorized Manufactures Representative for the state of Florida for Campbell Scientific. We have
attached documentation specifying Locher Environmental Technology as the Sole Source Authorized
Manufactures Representative' for the state of Florida for OTT instrumentation. We are solely responsible
for product and system support, training, and sales, both on-site and from our Florida office. No other
entity in Florida is authorized to represent or distribute for these companies.
We look forward to working with you on the integration of all components, providing factory certified
training, and long-term support of your monitoring system.
CC: Jim David
3150 Will Fee Road
Ft Pierce, FL 34951
~
Locher Environmental Technology, LLC
P.O. Box 91987 Lakeland, Florida 33805
Phone: 863-853-3325 Fax: 443-347-0534
.. - ..~_. -"-
MAY.192004 9:07 AM FR H 5 FT PIERCE
561 489 0299 TO 4621565
P.02
.-.._~..... _. --
'-
HAzEN AND SAWYER
~
Environmental Engineers & Scientists
Ha¡en and Sawyer. P.C.
Mardi fJlt\;uliv~ CtslllHf
1905 South 25th Street. No, 103
~rt Pìerc~, R. 34~7
772 489-0066
Fax; 772 489"(299
,
MEMORANDUM
TO: James David
FROM: Billy Almaguer ~A
DATE: May 19,2004
SUBJECT: Bear Point Mitigation Bank
Please be advised that the equipment that Locher Environmental is proposing to use for
the remote telemetry project appears to be tully integrateable with the Thalimede units
that 51. Lucie County already owns. There are no noticeable technical issues. We
recommend using the proposed telemetry equipment from Locher Environmental.
c: R. Taylor
C, Meline
FiP:40497 001 MOO2.doc
New Ygrjc. IoN . ~nna!IiIØnìa, PA . Del/oil. MI . Raltian, NC . cnaflOtt!. NC' F;:r1;)c, VA . HollyWood. Fl' ~ Raton. F\. . For! Pierce. R. . T!mVi. Fl . 5arasota, Fl' CO.a1 Gwln. fL
** TOTAL PAGE,02 **
· "'--..- _. .
'-
....,¡
;;
..
JUSTIFICATION FOR
SOLE SOURCE PROCUREMENT
Based upon the Purchasing Manual, the proposed procurement described below is being procured
pursuant to the guidelines on Sole Source Procurement. A good faith review of available sources has
been made and there is only one source for the required supply, services or construction item.
We propose to procure the following:
Cellular CDMA Monitoring System with Bach LDO Sensors, Tipping Bucket Raingauge,
KPSI Pressure Transducers, Field Engineering, Installation and Monthly Service
for above and for OTT Thalimedes Water Level Recorders (previÓuSiy purchased)
As a sole source procurement from:
Name of Company: Locher Environmental Technologies Inc.
Contact Name: Kevin Locher Phone:
1-866-956-2437
The basis for this sole source determination and the reason no other vendor is suitable is:
Locher is the sole source sytems integrator and authorized manufacturer representative
for Campbell Scientific and all Hydrolab and OTT products in Florida. This vendor
is the sole provider for the integration of all these products in Florida. The spec-
ifications are based on these specific products because of the need to integrate new
telemetry needs with existing OTT Thalimedes recorders, and new water quality technology
using light sensing technology (LDO sensors) that precludes sulfide interference.
Þl&ç~u;~ (ð-~ S/lõ/oY
Departm nt/Division Date (
, fjz-fu.Îó-r-
Tit e
------------ ._- - -'-"-- ..----.,
Note:
1. Enter description of goods or services to be procured.
2. Enter name of sole source contracting.
3. Enter the determination and basis for sole source procurement.
4. Attach sole source letter from vendor and department.
5. Attach proposal from vendor with pricing.
ÇI~
Purchasing Director \
Approved yV)
Disapproved (
s //?:J; L-j
Date- -
INTRANET:PURCHASING FORMS:SOLE SOURCE
'---- f-
--
--
co
o
f-:§¡
:x
~
-
E
()
...
-~
00
.§
.s
ï3
~
~
o
u
a
]
ã)
u
'-
,
1/
U
C
Å
.s
c
I~
ä i
SU
III
¡ð
g ':
:¡:; 0
SU
ìii
j~
£ ..
I'll ð
::J U
~
!~
888888888
'0:10 ~~~~~~g~~
~u ('--\OO'I_""'("'oo('OOr-
i ~ r: Ñ -.. ~ ..¡
a---
b .............."".........."""
o .................................
--
"4
..
..
o
u
888888888888
o"';villÎoõ",,¡oó.,.jvi"'¡""¡
'OO\QOO\N 'Or-. ""'t'\O 0\ 0\ \0
~I.O _ "'It' ('I")
c
o
~
ij
..
1/
a
i 5
""~
~~§
.ª e ~ '"
§ ~ -
ë ~~1] ~
$ ß~'8 '" ~
!o ~~Ji! ~ .!!
~ ~ j X1j"õ Ä rg i:z: :S ð
,.., ~ õ 0 - "'I.;! .. «: ~,,=
.... - ~ - ;0 '"I Ii 0 '" u 0
~ i :<': eJ .IS ~..!! ~ j .§:j
~8~.sx~..!!It"iÎ B§
; "" e § .,. '5 ~ ~ ¡¡ 0 '§ ~
:3 ~ ~Bl~ 1q·¡§~ ~8
.. s~,¡¡ ~6J! '''n¿;'''u~
~~ta~s~Ji!~l;I ~"'§
~j~~~e~J~jj~~
~ .,. ~ 0 ~
§~~§~~~~~~~~
~~",u;:;¡oo«:"" iiu'"
ue-ffi~>-8~~.s"''O
~
""I
E
Q
=
_N('I")"Ì''O'Or--ooO\;::_N
I
8
o
'"
."
III
;
= 0
..-
~1!!
.5 It !!
~",,g
-"'ð
e ~ ~
~ IS i
~jiÅ
~§§
=~""
0' 'õ
t ~
~~~
"'8
~~
§§
....~
~
88
dd
- '"
~o..
"'.,.
.
8
o
·ë
.9
'S
~
IS
I
ðj
~
...
.g
J
j
'"
6
~
8
~.
§
o
i
11
;:¡¡
¡¡
1
i
j
~
t3
~
i
j
f-<
§
~
f--
"""'
8-8
g ~
"\ "1.
'" '"
-
...
..
=
8::3
..,.¡,....;
'"
.,.
8
g
'"
8
o
'"
00
J
¡¡
J
§
'3
~ Ii·
i ~i..!!
.g .Å¡ i ~
~ § ~ >.
"§. '3 - 11
o "':!:I!
s 'ë¡~i
t ll~
~ 11 II
~ li:~ 1.
.8 l!å'~ ë!
.9 ;g -g .g
~ J:],§
! ~.9~
~ ¡:)
~:Ë
- ..
H
f-<f-<
~ ~
11
- -
"'.,
~~
~¡:¡
~~
'70
8
....
]
~
§ 8
] 3
'3.:<1
.Å¡~
.... 00
~
o
'"
8
o
'"
00
.,.
8
'"
~
J!
i
«:
...
.g
~
]
~
Ü
.8
~
-?
c
If
]
~
IS
~
j
~
N
g
c:i
~
-
g
,.:
~
~
3
co
~
888888
~~~~~~
f"- _ r-- M N N
'10" C'Î.,.;' _"~" 0"
.,. - ....
Q
Q
iii
...
Q
:i
Q
Q
§
:!
g
c:i
'"
...
...
3
co
'"'
]
.¡
...
co
3 :ä
.s ~
~.. i
ã j
ï ~ 11
o¡ ~ ~
5 ;:¡;j
:I ~
== -e
>
~
Q
Q
iii
&1
:i
~~~8~~~:~~~
r--..~........O..O..f'\"1.tn..N..t'\~
r--r--N......_C'\......"""'~...~
'"f"...... '0 I"
Q
Q
3
..;
'"
~~~~§
\O\O\Q\Q\c
~..,.. ~ ~ ~
j
..
:a
¡
~
'3
.~ ~
~j~
~ ~ ~
~¡~
- !Å¡.g
.~ lj j
~!:Å ð
.8 ~:! ~
~ '" Ii -,:
Ii ~ ~ .!i'
Ie ¡¡ ¡:)§
o ~ U
~'2!';;'~;g
11 . l! ¿; .!!
~!~~i
~~~~~
:::......00__
1i
j
j
~
¡
¡..,
~
...
...
v
..
.
j
!
.!i'¡
"B~
~
!
d/!
II
"
1
~
[
1;3
~
o
8
'"
on
'"
8
'0
.,.
'"
o
"
·
..
·
"
·
~
¡
¡..,
~
¡
¡..,
I~
'E
~
j
.8
~
o
_I=I=~=
;;
tIJ
0::
W"IIt
zo
00
_N
tlJM
tlJo
-0
:EN
:Eo::
0«
OW
»-.:t
1--10
z«iñ
:JO~
OtIJ1t)
OLLW
LLO::~
000
CLL<c
0::1-0
«tlJZ
OWW
ca:JC)
~g<c
zO::
:JI-
OZ
OW
W:E
_a..
0-
:J:J
-10
.W
I-
tIJ
'-
()
....
.c:_ :; () :J
o .c (/,I
~ >.- ~
=æ .0 J1 a.
:J"O()_
CT()()U)
.... .S E Cl.
2E.c~
co co u
~x:ë~
"0 () ~ 0
C:~"O~
co () () ()
~~ü(/,l
()(/,I()O
>"O"Q)o
~O(/,l..J
æ£(/,I.c
_ () co u
co E ~ co
~ O)EJ:
O.S 2 ..
:::o(/,lE
§::: ~e
Ec: -
o 0)"0
o E .S ()
- ....-
~ ë 0 u .
c:():::()(/,I
co....c:=....
€~~8~
::E'õ....]!8
__coco()
.S :: ~ ~ a::
& () () 0 -()
.0 U (/,I
(ijEcoëã>
():J::;:J..J
a:¡c::>o....
() co .~ E 2
.cc:ã>co~
::.Q .... () >
,Eëõëõ e>(/,I
_O).cCO()
'-=--"0
E.gc:O)()
æ 0 .S E
Oo.~ "0 '8 ïu
Cl.£()c:.c
wQ)¡Q~1-
f2 ()E a:¡ ~-g
: () co
~.9gõiñ
- -E()
....æ..:()C)
~"O()""co
c:o~O)~
:J c: co .S .S
"O-U)ëõco
() .... ....
.: ~ oð () C)
:J 'C:00c:
CT 0 0 .-
~z~õ§:
(/,I_co :¡::;
.- C:J: (/,I..
Ü () . ë ~
.¡:: E ë () ()
û)"OcoEu
._ c: ~ () :J
o i5 ~ .: -g
()Ooc:ð-C:
-'=E°()co
I-_u....-Þ
~
co
~
o
U)
c:
.Q
ëõ
û5
()
(/,I
co
a:¡
"0
c:
co
-
c:
()
E
00
·S
CT
()
()
u
-ê
()
cn:Å ;
.S .c
~:::
.Q ~
:E ~
~'5
_"0
_ 0
0::E
~e ....
(/,1- .9
.¡:: § ~
Ê (,) 'º
0"0 ro()
u c: (,) 0)
(/,ICO >.
'E ë co ~
()() c..~
i~~iÅ &
U):;~O_
C)¡Q()o~
.S () U) ..J u
o::EO:Q :J
::: X 0 .~ a:¡
§o..JLJ.. ~
::E ~ -£ -£ '5.
(ij (,) co co .9-
'5 _J:J:I-
_N - . .
"Q)T"'GOT"'T"'
(,)~~~~
()oooo
.c ....-....-...-...-.
I-T"'NM-.:;'
~
CD
T"'
o
L()
0)
CD
I
o
o
o
-.:;'
CD
L()
I
o
M
N
CD
I
L()
-.:;'
T"'
:it
I-
Z
::)
o
(,)
~
c:
o
:¡::;
.!!1
ro
-
(/,I
.S
(/,I
()
"0
:J
C3
.S
E
()
i
(/,I
()
.c
-
-
o
o
CD
N
I
-.:;'
o
ð
w
a:
I-
z
w
::E
e:
::)
a
w
-
(/,I
o
(,)
_._..... .. ...
'-"
....I
;
BUDGET AMENDMENT REQUEST FORM
REQUESTING DEPARTMENT: Mosquito Control
PREPARED DATE: 05/18/04
AGENDA DATE: OS/25/04
TO:
145-6230-564000-695016
FROM: 145-9910-599330-800
Pro'eet Reserve
REASON FOR BUDGET AMENDMENT:
Provide fundin for the Cellular Monitorin S stem EQ04-260.
CONTINGENCY BALANCE:
THIS AMENDMENT:
REMAINING BALANCE:
N/A
N/A
N/A
~ {;¡ ~Q
~t;
DEPARTMENT APPROVAL:
OMB APPROVAL:
BUDGET AMENDMENT #:
DOCUMENT # & INPUT BY:
BA04-151
$69,241
$69,241
FEB-26-200A 14:45
'-'
C.S. I. ORDER ENTRY
-/~'3 750 9671 c ,P. 01/01
.."
,
~=~~~~=~~. ~~-;=:~:'2~~~'~~boC::m c
SOLE SOURCE CERTIFICATION
February 26. 2004
To Whom It May Concern:
This letter certifies that Locher Environmental Inc. is the sole source systems
integrator and/or authorized manufacturers' representative in Louisiana, Florida,
Texas & Mississippi.
If you have additional questions, please contact me.
Pa r
les Administrator
Campbell Scientific, Inc.
815 West 1800 North
Logan, Utah 84321-1784
Phone: ......... (435) 750-9531
Fax: ........_.... (435) 750-9671
Email: jed@campbellsci.com
~
TOTAL P.01
.~ - ..~_. ...-
.05/10/0~ 09: 01 FAX. 970 669 2932
\.r
HACH COMPANY
@001
-.I
,
..
1,
:::'OTT
-
~----_.._.
HyG((Ilab iI"U 011 Hach Coml'any BlãIIds
5600 lJndb~ Drive ·l.cvel.1l'!d. COlorodo 805JS' ¡SOD} 949-3766
fiIX (970) 461·39:¡~ . hydllriab.com· ott.-hydroIDctry.ooro
Date: May lOt 2004
Re: Locher Environmental
To Whom It May Concern:
Thank you for your interest in Hydrolab and OTT instrwnentatíon. All Hydrol~b
instrumentation is produced in our Loveland, Colorado factory.
Locher Environmental is the only Representative for Hydrolab and OTT products in
Florida and Georgia.
Please do not hesita.te to contact me with. any questions you may have. ·
~es~ regMdsÅ“è;
m
Customer Contact Manager
(800) 949-3766
salcs@hydrolab.com
~
.. - ..-..' ......-
\,-'
. ,
'--'
ITEM ~ c-2d
DATE: 5/25/04
AGENDA REQUEST
REGULAR ( )
PUBLIC HEARING ( )
CONSENT (X)
TO: MOSQUITO CONTROL DISTRICT BOARD
PRESENTED BY:
SUBMITTED BY (DEPT): Purchasinq Department
Ed Parker, Purchasinq Director
SUBJECT: Bid Waiver and Piggyback Broward County School Board Project No. 3041-96-08
Mitigation Project (Landscaping) with Native Technologies, Inc. for a total of $87,959.00
BACKGROUND: On September 2, 2003 the Broward County School Board entered into an
agreement with Native Technologies, Inc. for Mitigation Project (Landscaping), Project No. 3091-96-
08, at Winston Park Nature Center. In accordance with Section 5.7 of the County Purchasing
Manual, the Mosquito Control Department Staff requests a waiver of the bid process and approval to
piggyback the agreement with Native Technologies, Inc.
FUNDS AVAILABLE: Account #145115-6230-5h3000-6955 - Other Contractual Services
PREVIOUS ACTION: N/A
RECOMMENDATION: Staff recommends that the Board approve the waiver of the bid process and
permission to piggyback Broward County School Board Project No. 3041-96-08 Mitigation Project
(Landscaping) with Native Technologies, Inc. for a total of $87,959.00 and authorization for the
Chairman to sign the contract as prepared by the County Attorney.
fIð APPROVED [] DENIED
[ ] OTHER:
Approved 4-0 (Comm. Lewis Absent)
g nderson
County Administrator
COMMISSION ACTION:
County Attorney:(X) ()y ðn 0 J ,...
Originating Dept:
Mgt. & Budget:;(x)
/-//Î
Purchasing Mgr.:(X)C#/ f
Other:
Other:
Finance: (Check for Copy only, if Applicable)
,
~
..J
BOARD OF COUNTY
COMMISSIONERS
James R. David
Director
MOSQUITO CONTROL
DISTRICT
April 13, 2004
To:
Ed Parker, Purchasing Di~~~ /'
James David, Director Lf V V"
Native Technologies, Inc. Proposal for Impoundment Restoration
From:
Subject:
For review, approval and Mosquito Board scheduling to piggy back Broward County School Board's contract.
Please let me know if additional information is needed. Thank you.
cc: File
JOHN D. BRUHN, District No. 1- DOUG COWARD, District No. 2- PAULA A. LEWIS, District No. 3- FRANNiE HUTCHINSON, District No. 4- CLIFF BARNES, District NO.5
County Administrator - Douglas M. Anderson
2300 Virginia Avenue, Fort Pierce, FL 34982 - (172) 462-1692 - Fax (772) 462-1565 - TOO (172) 462-1428
3150 Will Fee Road, Ft. Pierce, FL 34982
r-->
.. .,'~. (,...~"I
"'-' r.::;.-;)
',-",..
'. ~
-.".'
-,-..,~
,
-0
--::"..
IJJ
0-
· tt '""
~~Native
~ Technologies. Ine:"
..."
3215 NW 10th Terrace, Suite 209
Fort Lauderdale, Florida 33309
Phone 954.523.5236 · 888.301.1707
Fax 954.462.7011
www.nativetechnologiesinc.com
April 9, 2004
VIA FEDERAL EXPRESS
Mr. James R. David
St. Lucie Mosquito Control District
3150 Will Fee Road
Fort Pierce, FL 34982
Re: Proposal for Impoundment Restoration
Dear Mr. David:
Thank you for the opportunity to serve the district. As requested, enclosed herewith is
the Contract between Native Technologies, Inc. and The Broward County School Board
along with a letter authorizing the use of the Broward County School Board Contract by
St. Lucie County relating to the work for the Wilcox Road site.
Additionally, I have contacted Ms. Kadin Calder from the Wabasso Learning Center. Ms.
Calder stated that she will donate and install fifty (50) mangrove trees in PVC pipe and
one hundred twenty one (121) Mangrove seedlings on the Wilcox Road site as part of an
educational grant she had procured for the center. This donation would be at no cost to
the St. Lucie County.
Should you have any questions, please do not hesitate to call.
~ew-
Robert B. Miller
Senior Vice President
RBM:bh
Enclosures
State Certificate # CB-C038946
Printed on recycled paper @
'-'
....I
~
-
---
- -- -
-- -- -
:::r A_"=
V"
THE SCHOOL BOARD OF BROW ARD COUNTY, FLORIDA
1700 Southwest 14th Court· FORT LAUDERDALE, FLORIDA 33312 . TEL 954-768-8643 . FAX 954-765-6079
Michael C. Garretson
Deputy Superintendent
Facilities & Construction Managemel/t
SCHOOL BOARD
March 24, 2004
Chair CAROLE L. Ai'lDREWS
Vìce Chair STEPHANIE ARMA KRAFT, ESQ.
Jù'DIE S. BUDNICK
DARLA L. CARTER
BEVERLY A. GALLAGHER
DR. ROBERT D. PARKS
MARTY RUBINSTEIN
LOIS WEXLER
BENJAMIN J. WILLIAMS
By Facsimile (954) 462-7011 and U.S. Mail
DR. fRA¡\¡K TILL
Superintendent o.f Schools
Robert Miller
Native Technologies, Inc.
3215 NW 10th Terrace Suite 209
Ft. Lauderdale, Florida 33309
Subject: Agreement between The School Board of Broward County, Florida (the "Board") and Native
Technologies, Inc. ("Native Technologies"), Mitigation Project (Landscaping), Project No. 3091-96-08
at Winston Park Nature Center
I am writing regarding the Agreement between The School Board of Broward County, Florida (the "Board") and
Native Technologies, Inc. ("Native Technologies"), Mitigation Project (Landscaping), Project No. 3091-96-08 at
Winston Park Nature Center (the "Contract"). The Board awarded the Contract as a competitive procurement
under the Board's Procurement Poliàes, Rille Number 3320.
The Board has no objection to St. Luàe County or any other government entity from making a purchase directly
with Native Technologies under the Contract consistent with Rule 3320, Part I, sections 0 and V, which permit the
Board to make similar purchases.
Any direct contract between St. Luàe County or any other government entity and Native Technologies shall have
no effect on the Contract, and the Board shall have no obligations or liabilities under any such direct contract.
If you have any questions, please call me at 954-768-8345.
~;¡¡ ~
~ael C. Garretson
Deputy Superintendent
MCG:dh
Transforming Education: One Student at A Time
Broward COl/lIty Public Schools Is All Equal Opportunity/Equal Access Employer
. t'- ""'
. Native
,~Technologies. Inc:"
""""
3215 NW 10th Terrace, Suite 209
Fort Lauderdale, Florida 33309
Phone 954.523.5236 · 888.301.1707
Fax 954.462.7011
www.nativetechnologiesinc.com
CLIENT:
ST. LUCIE MOSQUITO CONTROL DISTRICT
ST. LUCIE COUNTY (FLORIDA)
RECEIVED
PROJECT LOCATION:
RE:
IMPOUNDMENT RESTORATION
MAY - 5 æJ4
DATE:
May 4, 2004
MOSQUITO CONTROL
Native Technologies, Incorporated shall perform the work in accordance with the following
scope of services:
IMPOUNDMENT EXCAVATION AND FILLING:
1. NTI shall provide all labor, material and equipment to excavate approximately two feet of
material from the existing ditch and place that material on the top of the impoundment
dike.
2. NTI shall spread the excavated material along the top of the impoundment dike after the
material has dried sufficiently.
3. NTI will supply and install a geotextile fabric on top of the excavated and spread fill
material and below the Coquina rock.
4. NTI will supply, deliver and place a six inch layer of Coquina rock over the geotextile
fabric.
5. NTI will install staked silt fence along the eastern perimeter of the fill activities.
. PLANTING:
1. NTI will supply and install 580 three gallon Wax Myrtle, 580 three gallon Cocoplum,
579 three gallon Fire Bush.
2. The planting shall occur on both sides of the new impoundment dike roadway.
3. All plant material shall be warranted for ninety (90) days from the date of installation.
State Certificate # CB-C038946
Printed on recycled paper@
'-'
....,
NOT INCLUDED:
1. Monitoring, aerial photographs, continuous hydro graphs, orange barricade fencing, water
sampling, soil sampling and associated laboratory analysis.
OTHER CONDITIONS:
1. Contractor shall not be responsible for acts beyond its reasonable control or negligence
by others including inappropriate engineering or design.
2. Owner shall be responsible for obtaining any and all permits required for the above stated
work prior to NTI commencing work and at no cost to Native Technologies, Inc.
3. Invoices submitted for work completed shall be paid within 30 day of receipt. A finance
charge of 1.500% per month or an annual percentage rate of 18.000% will be computed
on all past due balances.
4. Any incidental activity not explicitly mentioned in this proposal is excluded from the
scope of work.
5. This proposal shall be valid for 30 days.
6. This work may be piggybacked onto the School Board ofBroward County and Northern
Palm Beach County Improvement District contracts.
SUMMARY:
1.
Total cost for the impoundment restoration and excavation
$73,003.00
2.
Total cost for impoundment planting
$14,956.00
3.
Total Cost
$87,959.00
See Attached Estimate Form for Breakdown of Quantities and Unit Prices form Piggybacked
Contracts.
Submitted by:
~
Robert B. Miller, Senior Vice President
Native Technologies, Inc.
"'::S
Cl>Q.
g>~
II.. '.
'"
'<t
<:)
<:)
!::!
¡¡;
'-'
'wII
ë
"
o
E
0(
'" '" '" (Q ~ " " '" 0 '" '" '"
(J) '" U) '" t::- O '" '" g L/')
0 0 "- '" '" "- N 0 '"
",' <Ô .¿ ~' ~' ". ,,' <6 oJ ",' ",' '"
N '" " " "- ......
GO
0 <:)
Will
ë
"
o
E
«
<:)
"
E
..
z
ë <:)
"
0
E
0(
t:: I
0 ë '" '" '" (Q CD " ~ '" 0 '" '" '"
Q. ... '" '" '" '" on 0 '" '" 0 L/')
<:) " 0 0 "- '" '" "- "- N 0 N 0
Q) II!. 0 u)' <Ô .¿ ~' -;f .¿ ,,' <6 oJ ",' M '"
0::: .... E N N " " "- ......
Q) N « GO
.. '0 'I<';
CO CI> '!"h:
E ~ _,_'Zoo,
~ -;1
I/ CI> ,~
w a:: ,I 'Jæ:-' .c
" " >-
.!!! .. ro ,.,
"C " ~ , ~ ~ !!? ""
... ::. -;,oj; d)' N U) '"
CO "
-J -"or: ;¿:'\ N " U) 0
"C .,!. <Xi <Xi N
c: CI) ü: .",i. N
CO t;
.. 0
t/) ¿~1( u
I; ï:
::J
ë <:)
"
0
E
«
0 0
0 0
0 0
ü:
0
u
ï:
::J
'i:. , .c TI
OJ; " >-
ro' .. ro ~
,~! " " (f '=
?- 0 0 U) 0 0
a ~¡ 0 0 "- 0 0
~ ~\ 0 Å“ .. ;;; 0
'" "- N 0
U). U) '" 0 0
" .~ oJ oJ oJ
...
..
I-
'"
<:
'"
~
o
u
J!!
'"
.ê
~
UJ
c::
.2
:9-
t¡
on
..
C
w
c..
0(
U
'"
C
z
:5
.<
Ê" ro
'" " l'J
~ g. M
.S? g ê
.~y ~o"*
o-¡: 8¡ a.
.g ~ ·~'ffl ~ N
~t3 ê-~ ~ ~
CI)~CJ~E!..ffl
c -5.' E ~ e ..c Ü !:2
..!1! _~: e ~_u... ~ ro c:
0...)( ,lL ~ ro .c E ctI
~~t3~æ~ã:
w
c..
0(
U
'"
C
Z
0(
-'
~
0::
o
;;:
W
I-
¡¡;
CD
en
Ü
CD
~~
~1ij ~
ø .~ ~
aðro <!)
c::¡ '"
~ ~ .~
fôgÉ.~
~ ~ ~ ~
~ ~ ~
WN
CD
en
",0
ê? Q) en
o "c
ù5 æ~
:¡: ",'It
.- E
e~ffl~~
§~as·~E~
ü5co>eõ
t:.g~8~ü
.2.aE>-~c
ê~,g:m~'~
lU~~~~~
LLmcn.c
'"
0::
o
;;:
W
I-
¡¡;
'0
CI>
<:
.!2>
II>
II>
'"
<:
::.
E
~
'0
CI>
<:
.~
II>
"'
<:
::.
.
'"
o
'"
g
<:>
<:>
o
'"
~
<:>
o
U)
o
o
0,
=~
...'
c;
0......
<:>
C
"
'"
~
"
o
"
" "-
o 0
..
\.If
...,
Document 00520
Agreement Form
THIS AGREEMENT made and entered into this 2nd day of September, 2003, by and between
THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA
(hereinafter referred to as "Owner" and
Native Technologies, Inc.
(hereinafter referred to as "Contractor").
WHEREAS, Owner is the owner of certain real property located in Broward County and Owner
desires to have:
Mitigation Project (Landscaping)
Project No. 3091-96-08
at
Winston Park Nature Center
constructed pursuant to drawings, specifications and other design documents prepared by
Keith and Schnars, P.A.
(hereinafter referred to as "Project Consultant").
WHEREAS, the Contractor is desirous ofperformïng the Work in accordance with the Contract
Documents and all applicable laws, codes and ordinances.
NOW THEREFORE, in exchange for the mutual covenants and promises set forth herein and
the sums of money agreed to be paid by the Owner to Contractor, the parties agree as follows:
ARTICLE 1. ENTIRE AGREEMENT.
1.01 This Construction Contract, along with the Contract Documents consisting of the
Agreement Fonn, MfWBE Program Requirements, Documents contamed in the
Project Manual, General and SupplementaIy Conditions, Addenda, Drawings,
Specifications, and modifications issued after execution of the Contract embodies
the entire agreement between Owner and Contractor and supersedes all other
wrttings, oral agreements, or representations.
1.02 The parties shall not be bound by or be liable for any statement, representation,
promise, inducement or understanding of any kind or nature not set forth herein.
1.03
NO CHANGES, AMENDMENTS OR MODIFICATIONS OF ANY OF THE TERMS OR
CONDmONS OF THE CONTRACf SHALL BE VALID UNLESS REDUCED TO
WRITING AND SIGNED BY Barn PARTIES.
û .(~
ii·'"
,""'I Y /I IY
j \\. <;ÁJ/¡V
1'\ . I~ "p'
1\\\\(., ~ 'í'fv\¿
C,
The School Board of Broward County, Florida
Agreement Form Document 00520
October 1, 1996 (Rl: May 20, 1997)(R2 12/4/00 DR) (R3 11/21/01 DR) (R4 12/17/02 DB) Page 1
""
...,,¡
ARTICLE 2. ENUMERATION OF THE CONTRACT DOCUMENTS.
2.01 The Contract Documents consisting of the Agreement Form, MfWBE Program
Requirements, Documents contained in the Project Manual, General and
Supplementary Conditions, Drawings, Specifications, and all Addenda and
modifications issued after execution of the Contract thereto together form the
Contract, and they are fully a part of the Contract as if written herein word for word.
The following is an enumeration of the Drawings and Project Manual for tlùs Project:
2.02 The Drawings:
Drawing
Number
Sheet 1
Sheet 2
Sheet 3
Sheet 4
Sheet 5
Sheet 6
Sheet 7
Sheet 8
Drawing
Title
Title Sheet and Location Map
Vicinity Map
Winston Park Section One Preservation Area, Page 1 of 2
Winston Park Section One Preservation Area, Page 2 of 2
Typical Geoweb Trail Detail
Typical Trail Detail
Planting Schedule and Notes
Project/Planting and Notes
2.03 The Project Manual:
Document
Number
00001
00002
00007
00008
00010
00015
00101
00200
00215
00217
00220
00225
00300
00410
00420
00425
00433
00435
00436
00457
00460
00465
Document
Title
Project Title Page
Project Directory
Professional Seals Page
Prequalification of Contractors Notice
Table of Contents
List of Drawings
Advertisement for Bids
Instructions to Bidders
Application for Bidding Documents
Bidder's Information Sheet
Bidder's Request for Information
Bidder's Substitution Request
Information Available to Bidders
Bid Form
Bid Security Form
Certificate of Intent
Subcontractors List
Schedule of Values
Schedule of Unit Prices
Drug-Free Workplace Certification
Trench Act Compliance Statement
MWBE Program Requirements
Number of
Pages
1
1
1
1
3
1
2
20
1
4
1
2
6
4
2
1
2
2
2
2
1
1
The School Board of Broward County, Florida
Agreement Form Document 00520
October 1, 1996 (Rl: May 20, 1997)(R2 12/4/00 DB) (R3 11/21/01 DB) (R4 12/17/02 DB) page 2
00485
00505
00510
00520
00550
00600
00610
00620
00625
00640
00700
00910
00920
01110
01250
01250a
01250b
01250c
01250d
01250e
o 1250f
01250g
01270
01290
01290a
01310
01310a
01310b
01320
01320a
01320b
01320c
01330
01330a
01350
01450
01770
01770a
01770b
01770e
01770f
01770g
01770h
'-'
....,¡
. 1
3
3
12
2
3
1
4
4
2
40
1
6
6
8
1
1
1
1
1
1
1
3
4
2
10
1
1
14
1
1
1
9
1
7
11
9
1
1
1
1
1
1
Monthly MWBE Subcontractors Utilization Report
Notice of Intent to Award
Notice of Award
Agreement Fonn
Notice to Proceed
Performance Bond Fonn
Payment Bond Fonn
Subcontractor's Perfonnance Bond
Subcontractor's Payment Bond
General Release and Full Release of Lien
General Conditions of the Contract
Addenda
School Board Policy 7011- Prequalification of
Contractors
Division 1 -- General Requirements
Summary of Work
Contract Modification Procedures
Proposal Request
Change Order Request (Proposal)
Proposal Worksheet Detail
Proposal Worksheet Summary
Construction Change Directive
Project Consultant's Supplemental Instructions
Change Order
Unit Prices
Payment Procedures
Application for Payment
Project Management and Coordination
Contractor's Request for Interpretation
Transmittal
Construction Progress Documentation
Weekly Progress Report
Periodic ObseIVation Report
Non-Conforming Work Notice
Submittal Procedures
Transmittal Fonn
Special Procedures
Quality Control
Closeout Procedures
Contractor's Request for Substantial Completion
Inspection
Consultant's Notification of Readiness for Substantial
Completion Inspection
Consultant's Letter Establishing Substantial
Completion Date
Contractor's Request for Final Completion Inspection
Consultant's Notification of Readiness for Final
Completion Inspection
Consultant's Letter Establishing Final Completion Date
The School Board of Broward County, Florida
Agreement Form Document 00520
October I, 1996 (Rl: May 20, 1997)(R2 12/4/00 DR) (RS 11/21/01 DB) (R4 12/17/02 DB) page 3
'-'
,...,
02821
Division 2 -- Site Construction
Chain Link Fences and Gates
5
Division 17 - Environmental Permits
Environmental Permits
22
Division 18-Geoweb System Information
Geoweb System Information
8
ARTICLE 3. CONTRACT SUM.
3.01 The Owner shall pay. and the Contractor shall accept. as full and complete payment
for the Contractor's timely perlormance of its obligations hereunder. the fixed prtce
of:
One Hundred Nineteen Thousand Four Hundred Fifty Nine Dollars
$119,459
which shall constitute the Contract Price. which shall not be modified except by
Change Order or by Unit Prices. if any. as provided in the Contract Documents.
ARTICLE 4. TIME FOR CONTRACTOR'S PERFORMANCE.
4.01 Upon execution of the contract by both the successful Bidder and the Owner.
submittal of the required perlormance and payment bonds. certificates of
insurance. and receipt and approval of the required post-bid information. the
Owner will issue Document 00550. Notice to Proceed which will stipulate the
comrriencement date for the Work.
4.02 The Contractor shall commence the perlormance of the Work on the date stipulated
on Document 00550, Notice to Proceed, and shall diligently continue its
perlormance to and until final completion of the Project.
4.03 Required date(s) of Substantial Completion
4.03.01 The Contractor shall accomplish Substantial Completion of the Work on or before:
41 Consecutive Calendar Days
4.03.02 In the event the Work involves more than one phase. then the commencement and
Substantial Completion dates for each phase are as follows:
Phase
Commencement Date:
Required Substantial
Completion Date
4.04 Liquidated Damages for Substantial Completion:
The School Board of Broward County. Florida
Agreement Form Document 00520
October 1,1996 (Rl: May 20. 1997)(R2 12/4/00 DB) (R311/21/01 DB) (R4 12/17/02 DH) page 4
'-'
....,¡
4.04.01 The Contractor shall pay the Owner the sum of:
Two Hundred Dollars $200.00
per day for each and every calendar day of unexcused delay in achieving Substantial
Completion beyond the date set forth herein for Substantial Completion.
4.04.02 In the event more than one phase is involved, then the liquidated damages due for
each phase shall be as follows:
Phase
Phase
Phase
Dollars $
Dollars $
Dollars $
4.04.03 Owner and Contractor acknowledge that any sums due and payable hereunder by
the Contractor shall be payable, not as a penalty, but as liquidated damages
representing a reasonable estimate of delay damages, inconvenience, additional
overhead and costs, likely to be sustained by the Owner, estimated at the time of
executing this Contract. If the Owner reasonably believes in its discretion that
Substantial Completion will be delayed, the Owner shall be entitled, but not
required, to withhold from any amounts otheIWise due the Contractor an amount
then believed by the Owner to be adequate to recover liquidated damages applicable
to such delays. If and when in its discretion the Contractor overcomes the delay in
achieving Substantial Completion, or any part thereof, for which the Owner has
withheld payment, the Owner shall promptly release to the Contractor those funds
withheld, but no longer applicable. as liquidated damages.
4.04.04 Partial use or occupancy of the Work shall not result in the Work deemed
substantially completed, and such partial use or occupancy shall not be evidence of
Substantial Completion.
4.04.05 Substantial Completion, in the context of this Contract, does not refer to any prior
dates wherein the Owner employs other contractors to work on the same site of
the Proj ect or Work.
ARTICLE 5. SUBSTANTIAL COMPLETION AND FINAL PAYMENT.
5.01 Substantial Completion:
5.01.01 When the Contractor believes that Substantial Completion has been achieved. the
Contractor shall notify the Project Consultant in writing and shall provide to the
Project Consultant a listing of those matters yet to be finished. The Project
Consultant will detennine whether the Work (or portion thereof) is appropriately
ready for a Substantial Completion Inspection.
5.01.02 If the Work is detennined to be ready for a Substantial Completion Inspection. the
Project Consultant and Owner will thereupon conduct an inspection of the Work to
detennine if the Work is, in fact, substantially complete and establish a list of items
necessary for the Contractor to correct or finish. When Substantial Completion has
been granted as evidenced by the Substantial Completion Inspection, the Project
The School Board of Broward County. Florida
Agreement Form Document 00520
October 1, 1996 (Rl: May 20, 1997)(R2 12/4/00 DR) (R3 11/21/01 DB) (R4 12/17/02 DR) Page 5
'-
.....,¡
Consultant will issue a letter fonnally establishing the Substantial Completion Date
for the Work or portion thereof.
5.01.03 Up on Substantial Completion. the Owner shall pay the Contractor an amount
sufficient to increase total payments to the Contractor to the Contract Price. less any
amounts attrtbutable to liquidated damages. together with two hundred percent
(200%) of the reasonable costs (as detennined by the Owner at its sole discretion).
for completing all incomplete work. correcting and bringing into confonnance all
defective and nonconfonning Work and handling any outstanding or threatened
claims or any other matters which could cause the Owner damage. cost, expense or
delay.
5.02 Final Completion:
5.02.01 When the Contractor believes that the Work. or portion thereof, is finally complete
and is ready for a final inspection. the Contractor shall notify the Project Consultant.
in writing. The Project Consultant will then detennine whether the Work (or portion
thereof) is approprtately ready for a Final Completion Inspection.
5.02.02 If the Work is detennined to be ready for a Final Completion Inspection. the Project
Consultant and Owner will thereupon conduct an inspection of the Work to
detennine if the Work is. in fact. finally complete. When Final Completion has been
granted as evidenced by the Final Completion Inspection. the Project Consultant will
issue a letter formally establishing the Final Completion Date for the Work or portion
thereof .
5.02.03 When the Project Consultant and Owner confirms that the Project is complete in full
accordance with the Contract Documents and has passed all required inspections.
including but not lirrùted to those required by the State Department of Education,
and/ or from any and all governmental bodies, boards, entitles, etc.. and that the
Contractor has perfonned all of its obligations to the Owner, the Project Consultant
will provide a final Approval for Payment to the Owner certifying to the Owner that
the Project is complete and the Contractor is entitled to the remainder of the unpaid
Contract PIice, less any amount withheld pursuant to Contract Documents.
5.03 Liquidated Damages for Final Completion:
5.03.01 If the Contractor fails to achieve final completion within 20 days of the date of
Substantial Completion. the Contractor shall pay the Owner the sum of:
1Wo Hundred Dollars $200.00
per day for each and every calendar day of unexcused delay in achieving final
completion beyond the date set forth for final completion of the Work.
5.03.02 In the event the Project involves more than one phase. then the final completion
date and liquidated damages amount for each phase shall be as follows:
Phase
Phase
Phase
The School Board of Broward County. Florida
Agreement Form Document 00520
OCtober 1. 1996 (Rl: May 20, 1997)(R2 12/4/00 DH) (R3 11/21/01 DH) (R4 12/17/02 DH) Page 6
Dollars $
Dollars $
Dollars $
\.w
~
5.03.03 Any sums due and payable hereunder by the Contractor shall be payable. not as a
penalty. but as liquidated damages representing a reasonable estimate of delay
damages. inconvenience. additional overhead and costs likely to be sustained by the
Owner. estimated at or before the time of executing this Contract. When the Owner
reasonably believes that final completion will be unexcusably delayed, the Owner
shall be entitled, but not required. to withhold from any amounts otherwise due the
Contractor an amount then believed by the Owner to be adequate to recover
liquidated damages applicable to such delays.
5.04 Prior to being entitled to receive final payment, and as a condition precedent thereto.
the Contractor shall provide the Owner. in the fonn and manner required by Owner,
if any. with a copy to the Project Consultant, of the following:
5.04.01 An affidavit that all of the Contractor's obligations to subcontractors, laborers,
equipment or suppliers, or other third parties in connection with the Project, have
been paid or otheIWise satisfied;
5.04.02 Such other documents as required by the Owner froni each subcontractor, lower
tier subcontractor, laborer, supplier or other person or entity who has or might
have a claim against the Owner;
5.04.03 All product warranties. operating manuals, instruction manuals and other things
or documents customarily required of the Contractor. or reasonably required by
Owner. including but not limited to those required elsewhere in the Contract
Documents. as part of its Project Closeout procedures; .
5.04.04 The Owner shall, subject to its rights set forth in the Contract Documents. make
final payment of all sums due the Contractor within thirty (30) days of the final
Approval for Payment.
5.04.05 The Owner and Project Consultant may acknowledge satisfactory completion and
accept the Work notwithstanding the existence of certain items of Work which are
incomplete. As set forth in Article 5.03.03 of Article 5 hereof. the Owner may, but is
not obligated to guarantee completion of incomplete items of Work by escrowing
funds equal to two hundred (200%) percent of the estimated cost of the incomplete
Work and shall establish a reasonable date by which all incomplete Work must
finally be complete.
ARTICLE 6. TIME AND DELAYS.
6.01 All time in the Contract Documents is calculated on a consecutive calendar day
basis.
6.02 Time is of the essence in this Contract, and any breach of same shall go to the
essence hereof, and Contractor, in agreeing to complete the Work within the time
herein mentioned, has taken into consideration and made allowances for all
reasonable hindrances and delays incident to his work.
6.03 Contractor agrees to commence the Work when directed by Owner and to diligently
and continuously perfonn such Work and to coordinate the Work with other Work
being perfonned on the Project by other trades so that the Owner shall not be
The School Board of Broward County. Florida
Agreement Form Document 00520
October I, 1996 (R1: May 20, 1997)(R2 12/4/00 DH) (R3 11/21/01 DB) (R4 12/17/02 DR) Page 7
\w
.....,
delayed by any act or olIÚssion of Contractor in completion of the Project within the
time specified above.
6.04 Contractor shall make payments promptly to its vendors, subcontractors, suppliers
and for labor, material and equipment used by it in the performance of lûs work.
6.05 The Contractor shall not be entitled to any claim for damages or an extension of
Time on account of hindrance or delays from any cause whatsoever, but if caused by
any act of God or active interference on the part of the Owner, such act, hindrance,
or delay may only entitle the Contractor to receive an extension of time as its sole
and exclusive remedy.
6.05.01 Adverse weather such as rain is not to be considered to be an Act of God unless it
exceeds the ten (10) year average as published by the National Weather Service (or
equivalent organization acceptable to the Owner at its sole discretion) for that time
of year in Broward County.
6.05.02 An extension of time to complete the Work shall be determined by the Owner
provided that the Contractor provides the Owner with notice in writing of the cause
of said act, hindrance or delay within twenty (20) days after its occurrence;
6.05.03 In the event the request for extension is not made in writing within that twenty (20)
day time period, Contractor aclmowledges and agrees it has forever waived any and
all rights to such an extension.
6.05.04 All extensions of time shall be authorized only by a written change order executed by
the Owner and Project Consultant.
6.05.05 This "no damage for delay" clause will encompass any damages for delay or
disruption even if the Contractor completes construction of the Work in a timely
fashion in accordance with this Contract.
6.05.06 Damages as referenced in this "no damage for delay" shall include any type of
damages that are or could be awarded by any court or arbitration panel such as, by
way of general example, but not limitation, tort, contract, strict liability,
consequential damages, liquidated damages and/or punitive damages.
6.05.07 By way of specific example but not limitation, damages as referenced within this
clause includes loss of use, loss of profits, labor inefficiency, loss of bonding
capacity, overhead and repair costs, costs of capital replacement, loss of wages, pain
and suffering, loss of production costs to replace facilities, equipment and/or
product loss. increased and/or extended home office overhead, increased general
conditions. costs of mobilization and demobilization. decrease in value. and/ or any
other damage or loss.
6.05.08 The Contractor recognizes and specifically acknowledges the terms and conditions of
the "no damage for delay" clause upon execution of this Contract.
ARTICLE 7. CONTRACT BONDS
The School Board of Broward County, Florida
Agreement Form Document 00520
October 1.1996 (Rl: May 20, 1997)(R2 12/4/00 DB) (R3 11/21/01 DB) (R4 12/17/02 DH) Page 8
'-
...,,¡
7.01 The Contract shall become effective and in full force upon the execution of this
agreement, concurrently with the delivery of a bond issued by a Surety Company
acceptable to Owner in its sole discretion. such Surety being qualified and rated in
accordance with Article 42.09 of Document 00700. General Conditions of the
Contract, and approved by the United States Treasury Department and licensed to
do business in the State of FloIida.
7.02 TIlis Agreement must be executed and signed by a resident agent having an office in
FloIida. representing such Surety Company. for one hundred per cent (100%) of the
Contract pIice. said bond guaranteeing the perfonnance of this Contract and as
security for the payment of all persons perfonning labor and providing mateIials in
connection with this Contract.
7.03 The fonn of Bonds required is included elsewhere in the Contract Documents. TIlis
is in addition to any bonds of subcontractors or others.
ARTICLE 8. NOTICES
8.01 Any notices provided for hereunder shall be in wIiting and may be served either
personally on the authorized representative of the receiving party at the jobsite. with
a copy via telecopier or facsimile to the addresses shown below, or by registered mail
or overnight delivery/courter service (e.g.. Federal Express) to that party at the
addresses shown below:
Party:
Owner:
The School Board of Broward
County. FloIida
With Copy To:
The School Board of Broward
County, Florida
Contractor:
Native Technologies, Inc.
Surety:
ACSTAR Insurance Company
Surety's Agent:
Henry W. Nozko
Project Consultant: Keith and Schnars. P.A.
Address:
1700 SW 14th Court
Fort Lauderdale, FL 33312
Attn: Michael Garretson,
Deputy Superintendent
170Ò SW 14th Court
Fort Lauderdale, FL 33312
Attn: Robert KIickovich,
Proiect Man~er
3215 NW 10th Terrace, # 209
Ft. Lauderdale, FL 33309
Atm: Robert B. Miller
233 Main Street
P.O. Box 2350
New Britain, cr 06050-2350
233 Main Street
P.O. Box 2350
New Britain, cr 06050-2350
6500 N. Andrews Ave.
Fort Lauderdale, FL 33309
8.02 These addresses may be changed by either of the parties by wIitten notice to the
other party.
The School Board of Broward County, Florida
Agreement Form Document 00520
October 1, 1996 (Rl: May 20, 1997)(R2 12/4/00 DH) (R3 11/21/01 DH) (R4 12/17/02 DH) Page 9
'-
...,
In witness thèreof, the said Contractor, Native Technologies, Inc., and the Owner, The
School Board of Broward County, Florida, have caused this contract to be executed and their
corporate seals affixed by and through their proper officers, thereunto duly authorized, on this
day and year first above written.
OWNER
CONTRAcroR
THE SCHQOL BOARD OF BROWARD
COUNTY, FLORIDA
NATIVE TECHNOLOGIES, INC.
.:c-·::~~~-·' ~'. ES~t~\; d
.~~',:.~.. ii,.. _ II)/. {I/'---
...; ~,: .\ '.' , 's.Wexler. Chair ~
:- :-:, , '. . -
By:
(jðfJ
Robert B. Miller, Senior Vice President .
SE/,L
.'
r
. I' - .~'
~
,.
./'/
" . .~,
·1"
. .t,r
u·
. u
"
:1' 1'1 : ~~~
Witness or Attest Secretwy (Contractor)
t~lA 1JuLc .
Barbara Hess, Marketing and Bld
CÖordinator
Approved
The School Board of Browarcl County, Florida
Apccment Form Document 00520
October 1. 1996 (R1: May 20, 1997)~ 12/4/00 DH) (R3 11/21/01 DR) (R4 12/17/02 DB) Pace 11
"-
....,
ACKNOWLEDGMENT
The Surety acknowledges that it has read the foregoing Construction Contract and has familiarized itself
with the obligations of the Contractor and the Surety as stated therein, which obligations are agreed to
by Surety and are incorporated, by reference to the Construction Contract, in the Payment and
Performance Bonds.
SURETY:' ACSTAR Insurance Company
By:
~
Its: H"'''r''W NI";>:'m. Jr.. Preside!1t
.
Date: 9/2/03
1
STATE OF Connecticut
COUNTY OF Hartford
The foregoing instrument was acknowledged before me this ?n~
day of Se1)temb~ 2003
by Henry W. Noz~o, Jr., President
of ACSTAR I~s~rence COffi)eny
, on
behalf of the corporation or agency.
He/she i~sonally kn~to me or produced
did/did not first take an oath.
as identification and
My commission expires: ~ 3J,d...CO~
DANIELLE PARE
NOTARY PUBLIC
MY COMMISSION EXPIRES OCT. 31.2006
. ..,.....
Printed Name of Notary
\... l " .
. '. l., ..~ -
I
Notary's Commission No.
.... - . J'~.. : (__ \ .
'.
I .' I,'
. ;101/' ."
The School Board or Bróward County, Florida
Agreement Form Document 00520
October 1, 1996 (Rl: May 20, 1997)(IU 12/4/00 DB) (R3 11/21/01 DB) (R4 12/17/02 DR) Page 12
"-'
......,
~
.
The School Board of Broward County, Florida
Facilities and Construction Msutsgement Division
1700 SW 14th Court
Fort Lauderdale, FL 33312 (954) 765-6390
Document 00436: Schedule of Unit Prices
. Project No:
Project Title:
Facility Name:
3041-96-08
Mitigation Project at Winston Park
Winston Park Section One-A Preservation Area
Unit prices quoted below will be utilized by the Owner as the basis for pricing possible future
additions to or deletions from the Work. Unit prices quoted on this Document will not
form part of the basis for award of the Co.ntract.
Estimated quantities shown below are "sample" quantities utilized for accounting
purposes only and cannot be guaranteed to represent an actual amount or quantity of
labor; services, or materials required to complete the Work. .
Item Designation
No. (Refer to Section 01270, Unit Prices)
Unit of Unit of Price Estimated
Measure (Dollar/Cents) Quantity
Total Price
(pollar¡Cents)
1.
Mobilization
1
LS
-0-
-0-
2.
Initial Exotic/Nuisance Control,
Species Removal Area
Initial Exotic/Nuisance Control,
Species Treatment In Place Area
Silt Fence
$ 1,603.68
AC
2.05
$6,170.74
$12,650.02
3.
AC
4.00
$1,196.75
$ 4, 787.00
4.
LF
1542
$
1.04
5.
Clear and Grub for trails
884.0
SY
$
0.77
$ 680.68
6.
Excavation for Geoweb Section of
Trail (6" Deep)
Geotextile (Mirafi HS 1400){F&I)
$ 9,217.28
SY
685.3
$ 8.45
$ 13.45
$ 5,790.78
7.
685.3
SY
Geoweb (including #57 Stone in fill
and 2" over fill) (F&I)
9. Mulch for trails (F&I) (5" Thick) .
"'b]~,··....·CQÇþ'J;>IµiIì:(ChfýSo'b~1:1YJu.s-,~êo)f
(3g31) (2'':3'Htf{F&I) (Including' -
Required Mulch)
8.
SY
685.3
$ 22.53
$15,439.81
SY
EA
884.0
218
$ 5.41
$ 4,782.44
$ '~$37~~""
$ 1,916.22
11. Wax ¥yrt1e(Myrica cerifera) (3 gal);'
(2'-3' Ht)(F&I) (Including Required ..'
Mulch)
12. Firebush (Hamelia Patens) (3gal) 2'-3'
Ht)(F&I) (Including Required Mulch)
EA
220
$
8.79
$ 1,935.00
EA
218
$
$ 1,791.96
8.22 .
Unit of Unit of Price Estimated
Total Price
Item Designation
The School Board of Broward County, Florida
~,...",..A_1.. _,. TT_.U· '0.0-1___
Document 00436
p.. v,. 1
~
.....,
~
.
The School Board of Broward County, Florida
Facilities and Construction Management Division
1700 SW 14th Court
Fort Lauderdale, FL 33312 (954) 765-6390
Document 00436: Schedule of Unit Prices
14.
(Refer to Section 01270, Unit Prices) ldeasure (Dollar/Cents) Quantity (Dollar/Cents)
Fertilizer TN $ 693.29 1.64 $ 1, 13 7 . 00
Bimont1ùy maintenanct': treatment EA 6
for first year (exotic plant control and $2,279.33 $13,675.98
installed plants care)
Quarterly maintenance treatment for EA 16
four years (exotic plant control and $2,652.75 $42,444.00
installed plants care)
Fence Gate (F&I)(Double Swing AS 1
Gates 12' opening) $1,520.00 $1,520.00
Fence Removal LF 50
$ 1. 76 $ 88.00
No.
13.
15.
16.
17.
Phone: (954) 523-5236
~~
Signature
Robert B. Miller
Senior Vice President
Title
Submitted By: Native Technologies, Inc.
Company Name & 3215 NW 10 Terrace, #209
Address: Fort Lauderdale, FL 33309
".
The School Board ofBroward County, Florida
Schedule of Unit Prices
OctnMr L 1 QQ6
Document 00436
Page 2
~
....,
ST. LUCIE COUNTY
EROSION DISTRICT
.-""~......-._ _"_"_'__' "'~'_'_""""~'~'C_'~_-~' '~'_'_+"~'..""þ>..,...."_~"..,..",_."._a,,.,..,.--,,,,,,_-,,y~-.,,,,,,,,,·,,,,,-~,,,-
John D. Bruhn
District 1
Doug Coward
District 2
Paula A. Lewis
District 3
Frannie Hutchinson
District 4
Cliff Barnes
District 5
--"'~-
-_...--
_._ .~..".""c__.:. .........~.-.__'"...._".~._c..,'_ . ~.,_.~...._.,-...._.........'-
AGENDA
May 25, 2004
1. MINUTES
Approve the minutes of the meeting held May 11, 2004.
2. GENERAL PUBLIC COMMENT
CONSENT AGENDA
1. WARRANTS LISTS
Approve Warrants List No. 35 and 36.
2. EROSION CONTROL
A. General Re-Evaluation Report (GRR): Enter into Amendment No.1 to Work Authorization No.
12 (C-00-12-181) with Taylor Engineering, Inc. for additional services related to the Fort Pierce
Shore Protection project. - Consider staff recommendation to approve Amendment No. 1 to the
Work Authorization No. 12 with Taylor Engineering, Inc. ($41,830) and execute of said
agreement by the Chairman.
B. Feasibility Cost Sharing agreement and corresponding draft Project Management Plan form the
U.S. Army Corps of Engineers (USACOE) regarding the southern shoreline of St. Lucie County -
Consider staff recommendation to approve the Feasibility Cost Sharing agreement and execute said
agreement by the Chairman; contingent on review and approve the final Project Management Plan
by the County Attorney.
NOTICE: All Proceedings before this Board are electronically recorded. Any person who decides to appeal any action taken by the Board at
these meetings will need a record of the proceedings and for such purpose may need to ensure that a verbatim record of the proceedings is
made. Upon the request of any party to the proceedings, individuals testifying during a hearing will be sworn in. Any party to the proceedings
will be granted the opportunity to cross-examine any individual testifying during a hearing upon request. Anyone with a disability requiring
accommodation to attend this meeting should contact the St. Lucie County Community Services Manager at (772) 462-1777 or TDD (772)
462.1428 at least forty-eight (48) hours prior to the meeting.
'-"
..."
EROSION CONTROL DISTRICT
ST. LUCIE COUNTY, FLORIDA
REGULAR MEETING
Date: May II, 2004
Tape: 2
Convened: 11 :21 a.m.
Adjourned: 11 :22 a.m.
Commissioners Present: Chairman, Frannie Hutchinson, Paula A. Lewis, John D. Bruhn,
Cliff Barnes, Doug Coward
Others Present: Doug Anderson, County Administrator, Ray Wazny, Asst. County
Administrator, Dan McIntyre, County Attorney, Millie Delgado-Feliciano, Deputy Clerk
1. MINUTES
It was moved by Com. Bruhn, seconded by Com. Coward, to approve the minutes of the
meeting held April 13, 2004; and, upon roll call, motion carried unanimously.
2. GENERAL PUBLIC COMMENTS
None
3. CONSENT AGENDA
It was moved by Com. Lewis, seconded by Com. Coward to approve the Consent
Agenda; and, upon rol1 cal1, motion carried unanimously.
Com. Coward pointed out that item 2A on the Consent pertained to the artificial reef
expansion program he wanted to let those from the fishing clubs who had contacted him
that the process was started.
Artificial Reef Program- Approval of Amendment 1 to Work Authorization No.2 (C-OO-
12-173) with Coastal Planning & Engineering- The Board approved the amendment and
execution of said amended agreement by the Chairperson.
There being no further business to be brought before the Board, the meeting was
adjourned.
.-.-
Chairman
Clerk of Circuit Court
05/17/04
F'7.ABWARR
FUND
184
TITLE
'-
"'"
ST. LUCIE COUNTY - BOARD
WARRANT LIST #35- 08-MAY-2004 TO 14-MAY-2004
FUND SUMMARY- EROSION
EXPENSES
Erosion Control Operating Fund
86.02
86.02
GRAND TOTAL:
~..,. .~
PAGE
1
PAYROLL
0.00
0.00
OS/21/04
p....7illWARR
FUND
184
TITLE
~
ST. LUCIE COUNTY - BOARD
..""
WARRANT LIST #36- 15-MAY-2004 TO 21-MAY-2004
FUND SUMMARY- EROSION
Erosion Control Operating Fund
GRAND TOTAL:
A... ..
EXPENSES
7,463.43
7,463.43
PAGE
1
PAYROLL
2,879.45
2,879.45
\
AGENDA REQUEST
...",
ITEM NO. C-2A
Date: May 25, 2004
",
\r
TO: ST. LUCIE COUNTY EROSION DISTRICT
SUBMITTED BY (DEPT): PUBLIC WORKS - EROSION 3710
REGULAR [ ]
PUBLIC HEARING [ ]
CONSENT [X]
PRESENTED BY:
~,~.>\(JL (j]<.,>(.I..C'~l '\.c:L
Richard A. Bouchard, P.E.
Erosion District Manager
SUBJECT: General Re-Evaluation Report (GRR): Enter into Amendment No.1 to Work Authorization No. 12 (C-OO-
12-181) with Taylor Engineering, Inc. for additional services related to the Fort Pierce Shore Protection project.
BACKGROUND: Authorized by Congress (WRDA, 1996 and 1999), the U.S. Army Corps of Engineers (Corps) was
directed to prepare a GRR to consider extending the authorized 1.3-mile project one (1) additional mile south of the
Fort Pierce Inlet, for a total project length of 2.3 miles. Due to the rapid migration of beach fill southward from the
1999 beach nourishment, the Corps was unable to justify extending the project length at this time. However, the draft
GRR does verify and recommend Federal participation in mitigating the erosional impacts due to the Federal
navigation project-thus reducing the non-federal cost share from 53.7% to approximately 25%. The other important
element that the GRR addresses is the high erosion rate immediately south of the inlet and the need to incorporate
structures into the long-term management plan.
On January 13, 2004 the Board approved Work Authorization No. 12 ($170,525) with Taylor Engineering to undertake
the necessary tasks to complete the GRR as agreed upon by the Corps. This action was taken by the Erosion
District as result of the inaction of the Corps to complete the GRR that included several unsuccessful commitments.
The present life for the Fort Pierce Shore Protection project is authorized until the year 2020. The attached
amendment includes a detailed scope of work from Taylor Engineering to revise the data in the GRR for a new 50-
year economic period. This data will not replace, but rather parallel the existing economic data for the year 2020.
Once the GRR is approved, we will have ability to take the new economic information to Congress and seek language
in the WRDA Bill to authorize a new 50-year project life. FDEP has reviewed and approved the scope of work and
will cost share this work through grant agreement 04SL 1 at 50%.
FUNDS: Funds for these services will be made available in the following accounts:
$41,830 in Account No. 184205-3710-531000-3630; FDEP Fort Pierce Shore Protection Grant.
PREVIOUS ACTION:
January 13, 2004: FDEP Grant 04SL 1 (50% match) approved $974,000 in State funds.
January 13, 2004: Board approved W.A. #12 with Taylor Engineering to complete the GRR.
RECOMMENDATION: Staff recommends Erosion District Board approval of Amendment NO.1 to Work Authorization
No. 12 (C-00-12-181) with Taylor Engineering, Inc. ($41,830) and execution of said agreement by the Chairperson.
COMMISSION ACTION:
[J€ APPROVED
[ ] OTHER:
[ ] DENIED
Approved 4-0 (Comm. Lewis Absent)
[x]County Attorney
[x]Originating Dept. Public Works~'
~~
[x]Mgt. & Budget
[x]Erosion District 12f.}f!>
--~
[x]Fiscal Coordinator .ß ~ r1
\W;
[x]Finance Department (Grants) ê.J- \ ''ff'' ---...
,
4'
'-"'
COl181
(W~2, Amend #1)
FIRST AMENDMENT TO
WORK AUTHORIZATION NO. 12
Engineering Services Related to the Fort Pierce Shore Protection Project (GRR)
Work Authorization No. 12 between St. Lucie County Erosion District (the "District") and Taylor Engineering, Inc. (the
"Consultant"), for Services related to the Fort Pierce Shore Protection Project (GRR), dated January 13,2004 (the "Agreement"), is hereby
amended to increase the amount of the compensation to be paid to the Consultant to a total not to exceed Two Hundred Twelve Thousand,
Three Hundred Fifty-Five Dollars ($212,355). The Consultant's additional "Scope of Services", "Work Compensation Sheet", and "Project
Schedule" have also been attached hereto and made a part hereof as Exhibits "A", "B", and "C", respectively. All other terms and conditions
of Work Authorization No. 12 (C-00-12-181) shall be the same and remain in full force and effect.
IN WITNESS WHEREOF, the parties have caused this First Amendmentto Work Authorization No. 12 (C-00-12-
181) to be executed and delivered on the dates below.
WITNESSES:
ST. LUCIE COUNTY EROSION DISTRICT
BY:
CHAIRPERSON
Date:
APPROVED AS TO FORM AND
CORRECTNESS:
COUNTY ATTORNEY
WITNESSES:
TAYLOR ENGINEERING, INC.
BY:
Print Name:
Title:
Date:
HlWPIMISCiAYLORWIUMI
.,.
'-'
"""
A TT ACHMENT A
Scope of Services to Revise the General Reevaluation Report with Final Environmental
Assessment Ft. Pierce Shore Protection Project, St. Lucie County, Florida
to 50 Year Project Life
Task 1 Optimization Spreadsheets Appendix Revision
We will revise the renourishment spreadsheets including updated project induced erosion rates for
the three alternatives described above for a 50 year economic analysis period.
Cost Task 1: $2,323
Task 2 Economics Appendix Revision
We will check the structure inventory and values to ensure that it is up-to-date. We will run the
storm damage model with the updated structural inventory and values and erosion rates for a 50
year analysis peirod. We will update relevant sections of the appendix.
Cost Task 2: $5,827
Task 3 Revision of Main Report
We will update all sections of the 1998 GRR to reflect recent data. In particular, we will modify
and update the following sections of the main report
· Syllabus
· Pertinent Data and Economic Summary
· Introduction
· Prior Non-Federal Corrective Action
· Plan Fonnulation
· Optimization of Project Features
· Intennediate Optimization - Economic Benefit to Cost Analysis
· Detailed Project Design
· Description of Project
· Conclusions
· Recommendations
We will revise the main report to emphasize the feeder behavior of the beach fill placed in the
segment R34-R41 to remove the R41-R46 beach segment, given its accretion since the 1999
beach fill, from the recommended project. We will include the following alternatives to the plan
fonnulation and optimization process
\..r
...,
ATTACHMENT A
· Beach fill with shoreline stabilization structures
. Beach fill only
· Nonuniform advance nourishment (beach fill) + renourishment interval - this
alternative, suggested by Mr. Mark Leadon (FDEP), will examine the viability of
using a non uniform reach fill construction template which protrudes seaward
and landward of the 1999 beach fill template in the northern regions and southern
regions while not changing the 'net' hard bottom impact.
Cost Task 3: $13,423
Task 4 Final Beach Fill Volume Requirement and Cost Estimate
We will use the spring 2004 survey to develop beach fill volume estimates. We will use these
volume estimates to rerun the MCACES cost estimate for the NED project.
Cost Task 4: $3,686
Task 5 Draft Report Submittal and Response to Independent Technical Review Comments
We will present the study methods and findings and provide five copies of a draft report (main
report and all appendices) to the Jacksonville District U.S. Army Corps of Engineers (USACE)
for their technical review. We will respond to all comments and make necessary revisions. We
will submit ten copies of the draft report to the Jacksonville District USACE; we assume that the
District will submit the draft report to their headquarters for approval.
Cost Task 5: $9,678
Task 6 Response to USACE Headquarters Comments and Final Report Submittal
Upon receipt of comments from USACE headquarters, we will revise the report to incorporate all
comments. We will provide the Jacksonville District USACE with 10 copies of the final report.
Cost Task 6: $6,893
Total Project Cost: $41,830
We will perform the above described services for the fixed, lump sum amount of$41,830.
~
\.,.
.."
Page 1
TAYLOR ENGINEERING, INC.
COST SUMMARY BY TASK
TASK 1: Optimization Spreadsheets Appendix Revision
Labor Hours Cost Task Totals
Chief Engineer 1.000 119.00
Director 4.000 424.00
Senior Professional 5.000 480.00
Project Professional 9.000 711.00
Staff Professional 6.000 396.00
Senior Technician 1.000 70.00
Staff Technician 3.000 123.00
Total Man-Hours 29.000
Labor Cost 2,323.00
Total Task 1 2,323.00
TASK 2: Economics Appendix Revision
Labor Hours Cost Task Totals
R. Bruce Taylor, Ph.D. 1.000 209.00
Chief Engineer 2.000 238.00
Director 6.000 636.00
Senior Professional 10.000 960.00
Project Professional 27.000 2,133.00
Staff Professional 8.000 528.00
Senior Technician 8.000 560.00
Staff Technician 3.000 123.00
Administrative Support 10.000 440.00
Total Man-Hours 75.000
Labor Cost 5,827.00
Total Task 2 5,827.00
"
\.r
'-'
Page 2
TASK 3: Revision of Main Report
Labor Hours Cost Task Totals
R. Bruce Taylor, Ph.D. 2.000 418.00
Sr. Vice President 2.000 370.00
Vice President 1.000 130.00
Chief Engineer 16.000 1,904.00
Director 16.000 1,696.00
Senior Professional 20.000 1,920.00
Project Professional 48.000 3,792.00
Staff Professional 16.000 1,056.00
Senior Editor 6.000 456.00
Senior Technician 5.000 350.00
Staff Technician 11.000 451.00
Administrative Support 20.000 880.00
Total Man-Hours 163.000
Labor Cost 13,423.00
Total Task 3 $ 13,423.00
TASK 4: Final Beach Fill Volume Requirement and Cost Estimate
Labor Hours Cost Task Totals
Chief Engineer 1.000 119.00
Director 3.000 318.00
Senior Professional 10.000 960.00
Project Professional 22.000 1,738.00
Staff Professional 4.000 264.00
Senior Technician 1.000 70.00
Staff Technician 1.000 41.00
Administrative Support 4.000 176.00
Total Man-Hours
Labor Cost
46.000
3,686.00
Total Task 4
$ 3,686.00
,
"--
''#ftI1
Page 3
TASK 5: Draft Submittal and Response to Independent Technical Review Comments
Labor Hours Cost Task Totals
R. Bruce Taylor, Ph.D. 1.000 209.00
Sr. Vice President 1.000 185.00
Vice President 1.000 130.00
Chief Engineer 12.000 1,428.00
Director 8.000 848.00
Senior Professional 10.000 960.00
Project Professional 40.000 3,160.00
Staff Professional 4.000 264.00
Senior Editor 4.000 304.00
Senior Technician 10.000 700.00
Staff Technician 2.000 82.00
Administrative Support 32.000 1,408.00
Total Man-Hours
Labor Cost
125.000
9,678.00
Total Task 5
$ 9,678.00
TASK 6: Response to USACE Headquarters Comments and Final Report Submittal
Labor Hours Cost Task Totals
R. Bruce Taylor, Ph.D. 1.000 209.00
Sr. Vice President 1.000 185.00
Vice President 1.000 130.00
Chief Engineer 8.000 952.00
Director 8.000 848.00
Senior Professional 8.000 768.00
Project Professional 24.000 1,896.00
Staff Professional 5.000 330.00
Senior Editor 4.000 304.00
Senior Technician 5.000 350.00
Staff Technician 1.000 41.00
Administrative Support 20.000 880.00
Total Man-Hours
Labor Cost
86.000
6,893.00
Total Task 6
$ 6,893.00
Project Total $ 41,830.00
\,.,
......
....",
~
I
¡:;
z
ü
o
()
en
:J
<x:
'5
....,
<x:
ro
:::ii
.0
()
u..
S c:
o~
N
(J
....
Z
w
:!
x
(J
~
ct
.s::
II)
ï::
ü:
S S S S S S
~ ~ ~ Sè ~ t:
_ ,..... co co _ N
c.o "C: 'C: 'C: 0') .....
'C: u.. u.. u.. 'C: ()
u.. u.. :J
I-
Å¡ ~ e ~ ~ ~
¡¡s ~ ~ ¡::: ~ ::
c: c: 0 c: 0 c:
~ ~ :::ii ~ :::ii ~
1::
'"
ù5
()
E
ro
Z
~
ro
I-
....
E
.0
:J
.g¡ II) en
w ë 1::
E()o
,." E 0..
II) E ()
c: W 0 a::
o u;üñi
:~ 8 a:: if
() "C t:: "C
~ 16 .9 16
'5 ë 5! II)
C Q) c ë
() EO()
§:c: !!!~E
<x: 0 '5 () E
II) '¡¡¡ äÅ¡ a:: 0
ã) '~ _ a:: -g Üo
l!a::O~roJ:
.g¡:gg.:J~W
m c: a:: ~ 'E 5i
0.. ~ c: .0 en
eno..ïõü:~:J
,§ ~ ~ i} Å .9
~ 'E § Æ g. ê
:[:; g '¡¡¡ ñi ;:; 8-
Q. 8 '~ c: t'1 ~
o W a:: ü: 0 a::
º
.c
()
~ c:
co ~
E ,g¡
§ ~
en ñi
1j E
'ê- ()
0.. ;H
()
,¡;;
'6
ro
8
c
'"'
II)
III
I-
0..
:J
j!
Õ
a::
() II)
~ ~
~ ~ e ~
~ ~ 0.. g¡
0.. 0.. 0.. I-
:J :J :J ñi
j! j! j! E
Õ Õ Õ ~
a:: a:: a:: UJ
()
0>
ro
0..
.
'"'
II)
III
I-
II) ()
II) c:
~ ~ ~
ë. e -
en 0.. ~
~
ro
E
E
:J
en
,g¡S
:J(¡¡
ã!~
i}"'"
II) :J
...s::
tsl-
() ..
.~()
0-
.... III
0..0
"
~/~
AGENDA REQUEST
~
ITEM NO. C-2B
Date: May 25, 2004
\.r'
TO: ST. LUCIE COUNTY EROSION DISTRICT
REGULAR [ ]
PUBLIC HEARING [ ]
CONSENT [X]
PRESENTED BY:
Q~l(L~]L/~";UJ.:L-<'·\t~
Richard A. Bouchard, P.E.
Erosion District Manager
SUBMITTED BY (DEPT): PUBLIC WORKS - EROSION 3710
SUBJECT: Feasibility Cost Sharing agreement and corresponding draft Project Management Plan from the U.S.
Army Corps of Engineers (USACOE) regarding the southern shoreline of St. Lucie County.
BACKGROUND: Enclosed please find a Feasibility Cost Sharing agreement and draft Project Management Plan
from the U.S. Army Corps of Engineers (USACOE) regarding the southern shoreline of St. Lucie County. This
agreement is the result of St. Lucie County pursuing federal and state (FDEP) participation in a shore protection
project along the southern most 3 to 4 miles of beachfront within the County. The state recently designated this
segment of shoreline as critically eroding which provides for state cost sharing at 50% during the feasibility phase.
The USACOE completed a favorable reconnaissance level study recommending moving forward into the feasibility
phase. Although the reconnaissance study was 100% federally funded, the feasibility phase is a 50/50 commitment
between the USACOE and local sponsor (County). We have worked closely with FDEP and the USACOE to identify
which tasks (as depicted in the attached draft Project Management Plan) the County and State will undertake and
which tasks the USCOE will undertake. Ultimately the final cost breakdown will be 50% USACOE, 25% FDEP and
25% County.
FUNDS: This agreement identifies future work items to be undertaken by the County and the USACOE during the
feasibility phase. Each specific item will come back to the Board for future consideration including future grant
agreements with the state (FDEP). As previously mentioned, cost sharing for this effort will be 50% USACOE, 25%
FDEP and 25% County. A program number (36203) was previously established for the South County Shoreline
project to assist with tracking and recording expenses. Once a specific project has been determined for this
shoreline, a cost-benefit analysis may be required to determine a reasonable method of allocation to fund the local
share of the construction costs.
PREVIOUS ACTION:
Southern St. Lucie County shoreline designated as critically eroding by the State (FDEP).
Southern shoreline receives favorable Reconnaissance level study from the USACOE.
RECOMMENDATION: Staff recommends Erosion District Board approval of the attached Feasibility Cost Sharing
agreement with the U.S. Army Corps of Engineers and execution of said agreement by the Chairperson; contingent on
review and approval of the final Project Management Plan by the County Attorney.
It] APPROVED
[ ] OTHER:
[ ] DENIED
COMMISSION ACTION:
Approved 4-0 (Comm. Lewis Absent)
[x]County Attorney
[x]Originating Dept. Public wor~
~~
[x]Mgt. & Budget
[x]Fiscal Coordinator ß ~ t1., .-! \
I ., \
\ l,1--- "
[x]Finance Department (Grants) "
~
[x]Erosion District
--
..
'-'
"'"
AGREEMENT
BETWEEN THE DEPARTMENT OF THE ARMY
AND
THE ST. LUCIE COUNTY EROSION DISTRICT, FLORIDA
FOR THE ST. LUCIE COUNTY, FLORIDA BEACHES FEASIBILITY STUDY
THIS AGREEMENT is entered into this day, of _,2004, by and between the
Department of the Army (hereinafter the "Government"), represented by the District Engineer
executing this Agreement, and the St. Lucie County Erosion District (hereinafter the "Sponsor"),
WITNESSETH, that
WHEREAS, the Congress (Senate and/or House Committees) has requested the Secretary of the
Army to conduct a study of shoreline areas in St. Lucie County pursuant to two Resolutions by
the Committee on Transportation and Infrastructure of the U.S. House of Representatives; and
WHEREAS, the U.S. Army Corps of Engineers has conducted a reconnaissance study of shore
protection and hurricane and storm damage reduction improvements in St. Lucie County, Florida
pursuant to this authority, and has determined that further study in the nature of a "Feasibility
Phase Study" (hereinafter the "Study") is required to fulfill the intent of the study authority and to
assess the extent of the Federal interest in participating in a solution to the identified problem;
and
WHEREAS, Section 105 of the Water Resources Development Act of 1986 (Public Law 99-662,
as amended) specifies the cost sharing requirements applicable to the Study;
WHEREAS, the Sponsor has the authority and capability to furnish the cooperation hereinafter
set forth and is willing to participate in study cost sharing and financing in accordance with the
terms of this Agreement; and
WHEREAS, the Sponsor and the Government understand that entering into this Agreement in no
way obligates either party to implement a project and that whether the Government supports a
project authorization and budgets it for implementation depends upon, among other things, the
outcome of the Study and whether the proposed solution is consistent with the Economic and
Environmental Principles and Guidelines for Water and Related Land Resources Implementation
Studies and with the budget priorities of the Administration;
NOW THEREFORE, the parties agree as follows:
ARTICLE I - DEFINITIONS
For the purposes of this Agreement:
A. The term "Study Costs" shall mean all disbursements by the Government pursuant to this
Agreement, from Federal appropriations or from funds made available to the Government by the
Sponsor, and all negotiated costs of work performed by the Sponsor pursuant to this Agreement.
Study Costs shall include, but not be limited to: labor charges; direct costs; overhead expenses;
supervision and administration costs; the costs of participation in Study Management and
Coordination in accordance with Article IV of this Agreement; the costs of contracts with third
"
\w
.....,¡
parties, including termination or suspension charges; and any termination or suspension costs
(ordinarily defined as those costs necessary to terminate ongoing contracts or obligations and to
properly safeguard the work already accomplished) associated with this Agreement.
B. The term "estimated Study Costs" shall mean the estimated cost of performing the Study as of
the effective date of this Agreement, as specified in Article IILA. of this Agreement.
C. The term "excess Study Costs" shall mean Study Costs that exceed the estimated Study Costs
and that do not result from mutual agreement of the parties, a change in Federal law that
increases the cost of the Study, or a change in the scope of the Study requested by the Sponsor.
D. The term "study period" shall mean the time period for conducting the Study, commencing
with the release to the U. S. Army Corps of Engineers Jacksonville District of initial Federal
feasibility funds following the execution of this Agreement and ending with the Chief of
Engineers acceptance of the Study.
E. The term "PMP" shall mean the Project Management Plan, which is attached to this
Agreement and which shall not be considered binding on either party and is subject to change by
the Government, in consultation with the Sponsor.
F. The term "negotiated costs" shall mean the costs of in-kind services to be provided by the
Sponsor in accordance with the PMP.
G. The term "fiscal year" shall mean one fiscal year of the Government. The Government fiscal
year begins on October 1 and ends on September 30.
ARTICLE II - OBLIGATIONS OF PARTIES
A. The Government, using funds and in-kind services provided by the Sponsor and funds
appropriated by the Congress of the United States, shall expeditiously prosecute and complete the
Study, in accordance with the provisions of this Agreement and Federal laws, regulations, and
policies.
B. In accordance with this Article and Article IILA., m.B. and IILC. of this Agreement, the
Sponsor shall contribute cash and in-kind services equal to fifty (50) percent of Study Costs other
than excess Study Costs. The Sponsor may, consistent with applicablè law and regulations,
contribute up to 50 percent of Study Costs through the provision of in-kind services. The in-kind
services to be provided by the Sponsor, the estimated negotiated costs for those services, and the
estimated schedule under which those services are to be provided are specified in the PMP.
Negotiated costs shall be subject to an audit by the Government to determine reasonableness,
allocability, and allowability.
C. The Sponsor shall pay a fifty (50) percent share of excess Study Costs in accordance with
Article m.D. of this Agreement.
D. The Sponsor understands that the schedule of work may require the Sponsor to provide cash
or in-kind services at a rate that may result in the Sponsor temporarily diverging from the
2
'-'
"""
obligations concerning cash and in-kind services specified in paragraph B. of this Article. Such
temporary divergences shall be identified in the quarterly reports provided for in Article III.A. of
this Agreement and shall not alter the obligations concerning costs and services specified in
paragraph B. of this Article or the obligations concerning payment specified in Article III of this
Agreement.
E. If, upon the award of any contract or the performance of any in-house work for the Study by
the Government or the Sponsor, cumulative financial obligations of the Government and the
Sponsor would result in excess Study Costs, the Government and the Sponsor agree to defer
award of that and all subsequent contracts, and performance of that and all subsequent in-house
work, for the Study until the Government and the Sponsor agree to proceed. Should the
Government and the sponsor require time to arrive at a decision, the Agreement will be
suspended in accordance with Article X., for a period of not to exceed six months. In the event
the Government and the sponsor have not reached an agreement to proceed by the end of their 6
month period, the Agreement may be subject to termination in accordance with Article X.
F. No Federal funds may be used to meet the Sponsor's share of Study Costs unless the Federal
granting agency verifies in writing that the expenditure of such funds is expressly authorized by
statute.
G. The award and management of any contract with a third party in furtherance of this
Agreement which obligates Federal appropriations shall be exclusively within the control of the
Government. The award and management of any contract by the Sponsor with a third party in
furtherance of this Agreement which obligates funds of the Sponsor and does not obligate
Federal appropriations shall be exclusively within the control of the Sponsor, but shall be subject
to applicable Federal laws and regulations.
H. The Sponsor shall be responsible for the total cost of developing a response plan for
addressing any hazardous substances regulated under the Comprehensive Environmental
Response, Compensation and Liability Act of 1980, Pub. L. No. 96-510,94 Stat. 2767, (codified
at 42 V.S.C. Sections 9601-9675), as amended, existing in, on, or under any lands, easements or
rights-of-way that the Government determines to be required for the construction, operation, and
maintenance of the project. Such costs shall not be included in total study costs.
ARTICLE III - METHOD OF PAYMENT
A. The Government shall maintain current records of contributions provided by the parties,
current projections of Study Costs, current projections of each party's share of Study Costs, and
current projections of the amount of Study Costs that will result in excess Study Costs. At least
quarterly, the Government shall provide the Sponsor a report setting forth this information. As of
the effective date of this Agreement, estimated Study Costs are $1,937,700 and the Sponsor's
share of estimated Study Costs is $968,000. In order to meet the Sponsor's cash payment
requirements for its share of estimated Study Costs, the Sponsor must provide a cash contribution
currently estimated to be $0. The dollar amounts set forth in this Article are based upon the
Government's best estimates, which reflect the scope of the study described in the PMP,
projected costs, price-level changes, and anticipated inflation. Such cost estimates are subject to
adjustment by the Government and are not to be construed as the total financial responsibilities
of the Government and the Sponsor.
3
'-"
'wÎ
B. The Sponsor shall provide its cash contribution required under Article ILB. of this Agreement
in accordance with the following provisions:
1. For purposes of budget planning, the Government shall notify the Sponsor by
[SPECIFIC DATE] of each year of the estimated funds that will be required from the Sponsor
to meet the Sponsor's share of Study Costs for the upcoming fiscal year.
2. No later than 60 calendar days prior to the scheduled date for the Government's
issuance of the solicitation for the first contract for the Study or for the Government's anticipated
first significant in-house expenditure for the Study, the Government shall notify the Sponsor in
writing of the funds the Government determines to be required from the Sponsor to meet its
required share of Study Costs for the first fiscal year of the Study. No later than 30 calendar days
thereafter, the Sponsor shall verify to the satisfaction of the Government that the Sponsor has
deposited the required funds in an escrow or other account acceptable to the Government, with
interest accruing to the Sponsor. .
3. For the second and subsequent fiscal years of the Study, the Government shall, no later
than 60 calendar days prior to the beginning of the fiscal year, notify the Sponsor in writing of
the funds the Government determines to be required from the Sponsor to meet its required share
of Study Costs for that fiscal year, taking into account any temporary divergences identified
under Article II.D of this Agreement. No later than 30 calendar days prior to the beginning of the
fiscal year, the Sponsor shall make the full amount of the required funds available to the
Government through the funding mechanism specified in paragraph B.2. of this Article.
4. The Government shall draw from the escrow or other account provided by the Sponsor
such sums as the Government deems necessary to cover the Sponsor's share of contractual and
in-house fiscal obligations attributable to the Study as they are incurred.
5. In the event the Government determines that the Sponsor must provide additional
funds to meet its share of Study Costs, the Government shall so notify the Sponsor in writing.
No later than 60 calendar days after receipt of such notice, the Sponsor shall make the full
amount of the additional required funds available through the funding mechanism specified in
paragraph B.2. of this Article.
C. Within ninety (90) days after the conclusion of the Study Period or termination of this
Agreement, the Government shall conduct a final accounting of Study Costs, including
disbursements by the Government of Federal funds, cash contributions by the Sponsor, the
amount of any excess Study Costs, and credits for the negotiated costs of the Sponsor, and shall
furnish the Sponsor with the results of this accounting. Within thirty (30) days thereafter, the
Government, subject to the availability of funds, shall reimburse the Sponsor for the excess, if
any, of cash contributions and credits given over its required share of Study Costs, other than
excess Study Costs, or the Sponsor shall provide the Government any cash contributions required
for the Sponsor to meet its required share of Study Costs other than excess Study Costs.
D. The Sponsor shall provide its cash contribution for excess Study Costs as required under
Article II.C. of this Agreement by delivering a check payable to "F AO, USAED,
JACKSONVILLE" to the District Engineer as follows:
4
~.
"'"
1. After the project that is the subject of this Study has been authorized for construction,
no later than the date on which a Project Cooperation Agreement is entered into for the project;
or
2. In the event the project that is the subject of this Study is not authorized for
construction by a date that is no later than 5 years of the date of the final report of the Chief of
Engineers concerning the project, or by a date that is no later than 2 years after the date of the
termination of the study, the Sponsor shall pay its share of excess costs on that date (5 years after
the date of the Chief of Engineers or 2 year after the date of the termination of the study).
ARTICLE IV - STUDY MANAGEMENT AND COORDINATION
A. To provide for consistent and effective communication, the Sponsor and the Government
shall appoint named senior representatives to an Executive Committee. Thereafter, the Executive
Committee shall meet regularly until the end of the Study Period.
B. Until the end of the Study Period, the Executive Committee shall generally oversee the Study
consistently with the PMP.
C. The Executive Committee may make recommendations that it deems warranted to the District
Engineer on matters that it oversees, including suggestions to avoid potential sources of dispute.
The Government in good faith shall consider such recommendations. The Government has the
discretion to accept, reject, or modify the Executive Committee's recommendations.
D. The Executive Committee shall appoint representatives to serve on a Study Management
Team. The Study Management Team shall keep the Executive Committee informed of the
progress of the Study and of significant pending issues and actions, and shall prepare periodic
reports on the progress of all work items identified in the PMP.
E. The costs of participation in the Executive Committee (including the cost to serve on the
Study Management Team) shall be included in total project costs and cost shared in accordance
with the provisions of this Agreement.
5
'-'
'wi
ARTICLE V - DISPUTES
As a condition precedent to a party bringing any suit for breach of this Agreement, that party
must first notify the other party in writing of the nature of the purported breach and seek in good
faith to resolve the dispute through negotiation. If the parties cannot resolve the dispute through
negotiation, they may agree to a mutually acceptable method of non-binding alternative dispute
resolution with a qualified third party acceptable to both parties. The parties shall each pay 50
percent of any costs for the services provided by such a third party as such costs are incurred.
Such costs shall not be included in Study Costs. The existence of a dispute shall not excuse the
parties from performance pursuant to this Agreement.
ARTICLE VI - MAINTENANCE OF RECORDS
A. Within 60 days of the effective date of this Agreement, the Government and the Sponsor shall
develop procedures for keeping books, records, documents, and other evidence pertaining to
costs and expenses incurred pursuant to this Agreement to the extent and in such detail as will
properly reflect total Study Costs. These procedures shall incorporate, and apply as appropriate,
the standards for financial management systems set forth in the Uniform Administrative
Requirements for Grants and Cooperative Agreements to state and local governments at 32
C.F.R. Section 33.20. The Government and the Sponsor shall maintain such books, records,
documents, and other evidence in accordance with these procedures for a minimum of three years
after completion of the Studiand resolution of all relevant claims arising therefrom. To the
extent permitted under applicable Federal laws and regulations, the Government and the Sponsor
shall each allow the other to inspect such books, documents, records, and other evidence.
B. In accordance with 31 U.S.C. Section 7503, the Government may conduct audits in addition
to any audit that the Sponsor is required to conduct under the Single Audit Act of 1984, 31
U.S.C. Sections 7501-7507. Any such Government audits shall be conducted in accordance with
Government Auditing Standards and the cost principles in OMB Circular No. A-87 and other
applicable cost principles and regulations. The costs of Government audits shall be included in
total Study Costs and shared in accordance with the provisions of this Agreement.
ARTICLE VII - RELATIONSHIP OF PARTIES
The Government and the Sponsor act in independent capacities in the performance of their
respective rights and obligations under this Agreement, and neither is to be considered the
officer, agent, or employee of the other.
ARTICLE VIII - OFFICIALS NOT TO BENEFIT
No member of or delegate to the Congress, nor any resident commissioner, shall be admitted to
any share or part of this Agreement, or to any benefit that may arise therefrom.
6
\w
.....,
ARTICLE IX - FEDERAL AND STATE LAWS
In the exercise of the Sponsor's rights and obligations under this Agreement, the Sponsor agrees
to comply with all applicable Federal and State laws and regulations, including Section 601 of
Title VI of the Civil Rights Act of 1964 (Public Law 88-352) and Department of Defense
Directive 5500.11 issued pursuant thereto and published in 32 C.F.R. Part 195, as well as Army
Regulations 600-7, entitled "Nondiscrimination on the Basis of Handicap in Programs and
Activities Assisted or Conducted by the Department of the Army".
ARTICLE X - TERMINATION OR SUSPENSION
A. This Agreement shall terminate at the conclusion of the Study Period, and neither the
Government nor the Sponsor shall have any further obligations hereunder, except as provided in
Article 1II.e.; provided, that prior to such time and upon thirty (30) days written notice, either
party may terminate or suspend this Agreement. In addition, the Government shall terminate this
Agreement immediately upon any failure of the parties to agree to extend the study under Article
ILE. of this agreement, or upon the failure of the sponsor to fulfill its obligation under Article III.
of this Agreement. In the event that either party elects to terminate this Agreement, both parties
shall conclude their activities relating to the Study and proceed to a final accounting in
accordance with Article III.C. and III.D. of this Agreement. Upon termination of this Agreement,
all data and information generated as part of the Study shall be made available to both parties.
B. Any termination of this Agreement shall not relieve the parties of liability for any obligations
previously incurred, including the costs of closing out or transferring any existing contracts.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement, which shall become
effective upon the date it is signed by the District Engineer for the U.S. Army Corps of
Engineers, Jacksonville District.
DEP ARTMENT OF THE ARMY
ST. LUCIE COUNTY EROSION DISTRICT
BY
Colonel, Corps of Engineers
District Engineer
Jacksonville District
BY
Frannie Hutchinson
Chairperson
7
-
\.,f
...",
CERTIFICA nON REGARDING LOBBYING
The undersigned certifies, to the best of his or her knowledge and belief that:
(I) No Federal appropriated funds have been paid or will be paid, by or on behalf
of the undersigned, to any person for influencing or attempting to influence an officer or
employee of any agency, a Member of Congress, an officer or employee of Congress, or
an employee of a Member of Congress in connection with the awarding of any Federal
contract, the making of any Federal grant, the making of any Federal loan, the entering
into of any cooperative agreement, and the extension, continuation, renewal, amendment,
or modification of any Federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will
be paid to any person for influencing or attempting to influence an officer or employee of
any agency, a Member of Congress, an officer or employee of Congress, or an employee
of a Member of Congress in connection with this Federal contract, grant, loan, or
cooperative agreement, the undersigned shall complete and submit Standard Form-LLL,
"Disclosure Form to Report Lobbying," in accordance with its instructions.
(3) The undersigned shall require that the language of this certification be
included in the award documents for all subawards at all tiers (including subcontracts,
subgrants, and contracts under grants, loans, and cooperative agreements) and that all
subrecipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was
placed when this transaction was made or entered into. Submission of this certification is
a prerequisite for making or entering into this transaction imposed by section 1352, title
31, U.S. Code. Any person who fails to file the required certification shall be subject to a
civil penalty of not less than $10,000 and not more than $100,000 for each such failure.
DATE:
Frannie Hutchinson
Chairperson
St. Lucie County Erosion District
8
"-'
....J
CERTIFICATE OF AUTHORITY
I, , do hereby certify that I am the principal legal officer of
the S1. Lucie County Erosion District, that the S1. Lucie County Erosion District is a
legally constituted public body with full authority and legal capability to perform the
terms of the Agreement between the Department of the Army and the S1. Lucie County
Erosion District in connection with the feasibility study of the S1. Lucie County, Florida
Beaches Study, and that the persons who have executed this Agreement on behalf of the
S1. Lucie County Erosion District have acted within their statutory authority.
IN WITNESS WHEREOF, I have made and executed this certification this
day of , 2004.
Attorney for
S1. Lucie County Erosion District
9
~
...,
CERTIFICA TE OF LEGAL REVIEW
The draft feasibility cost sharing agreement for the St. Lucie County, Florida
Beaches Study has been fully reviewed by Office of Counsel, USAED, Jacksonville, and
is legally sufficient.
Assistant District Counsel
10
'-'
'wi
May 2004
DRAFT PROJECT MANAGEMENT PLAN
ST. LUCIE COUNTY, FLORIDA,
HURRICANE AND STORM DAMAGE REDUCTION
STUDY
mJ
US Army Corps
of EnglneersC!>
Jacksonville District
'-'
....,
Table of Contents
Study Authority. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 1
Background. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 1
Location of Study . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . " 2
Congressional District. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 2
Procedures ...................................................... 2
Objectives . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 4
Summary. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 4
Baseline Information. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 4
Coastal Engineering Studies. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 5
Geotechnical Studies. . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . " 12
Cost Estimates. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . " 13
Environmental Studies/Reports . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 15
Fish and Wildlife Coordination Act Report . . . . . . . . . . . . . . . . . . . . . . . . . . . . . " 1 7
Hazardous, Toxic, and Radioactive Waste Studies/Report. . . . . . . . . . . . . . . . . .. 17
Cultural Resources Analysis . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 1 7
Real Estate Studies/Documents ................. . . . . . . . . . . . . . . . . . . . .. 19
Socioeconomic Studies ............................................ 22
Plan Formulation ................................................. 31
Coordination and Public Involvement. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . " 31
Study Management ............................................... 32
Project Management .............................................. 33
Report Preparation/Reproduction ..................................... 33
Independent Technical Review. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 34
Washington Level Report Approval . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 34
Project Management Plan for Preconstruction Engineering and Design . . . . . . . . .. 34
Feasibility Phase Completion ........................................ 34
1
\w
...."
ST. LUCIE COUNTY, FLORIDA
HURRICANE AND STORM DAMAGE
REDUCTION STUDY
DRAFT PROJECT MANAGEMENT PLAN
1. STUDY AUTHORITY. The Section 905(b) analysis was prepared as an initial
response to two House Resolutions by the Committee on Transportation and
Infrastructure of the U.S. House of Representatives. They read as follows:
Resolution Docket 2634 St. Lucie County, Florida Shore Protection dated 11 April 2000
states: "Resolved by the Committee on Transportation and Infrastructure of the United
States House of Representatives, That the Secretary of the Army is requested to review
the report of the Chief of Engineers for Fort Pierce Beach, Florida, published as House
Document 84, 89th Congress, 1st Session, and other pertinent reports with a view to
determining if modifications to the recommendations contained therein are advisable at
the present time, with particular reference to providing improvements in the interest of
shore protection and hurricane and storm damage reduction to the shoreline areas in
St. Lucie County in the area north of the Ft. Pierce Inlet, the southern five miles of St.
Lucie County, and adjacent shorelines. /I
Resolution Docket 2757 St. Lucie County, Florida Shore Protection dated 23 July, 1998
states: "Resolved by the Committee on Transportation and Infrastructure of the United
States House of Representatives, That the Secretary of the Army is requested to review
the report of the Chief of Engineers for Fort Pierce Beach, Florida, published as House
Document 84, 89th Congress, 1st Session, and other pertinent reports with a view to
determining if modifications to the recommendations contained therein are advisable at
the present time, with particular reference to providing improvements in the interest of
shore protection and hurricane and storm damage reduction to the shoreline areas in
St. Lucie County from the current project for Ft. Pierce Beach, Florida southward to the
Martin County Line. /I
Funds in the amount of $100,000 were appropriated in fiscal year 2002 to conduct the
reconnaissance phase of the study.
2. BACKGROUND. The purpose of this feasibility study is to evaluate the feasibility of
a project that provides shoreline protection and reduce storm damages in St. Lucie
County, Florida. The study area encompasses approximately 5 miles of Atlantic Ocean
shoreline in Southern St. Lucie County, Florida.
In response to the study authority, the reconnaissance study was initiated on 25
February 2002. The reconnaissance study resulted in the finding that there was a
Federal interest in continuing the study into the feasibility phase. The Section 905 (b)
analysis (Appendix D) documents the basis for this finding. This Project Management
Plan (PMP) establishes the scope, costs and schedule of the feasibility phase. The
1
'-'
..""
PMP development is part of the reconnaissance phase studies. It is an attachment to
the Feasibility Cost-Sharing Agreement (FCSA). The Section 905(b) analysis is
included as Appendix A of the PMP and presents the reconnaissance study results and
formulation rationale. The results of the feasibility study will be documented in a
feasibility report including appropriate environmental compliance.
3. LOCATION OF STUDY. The study area is located along the Atlantic Ocean coastal
shoreline of St. Lucie County, Florida. St. Lucie County is located on the east coast of
Florida, approximately 225 miles south of Jacksonville and 100 miles north of Miami
(Appendix A).
The St. Lucie County, Florida shoreline consists of a 25-mile long narrow barrier island,
Hutchinson Island. The Atlantic ocean is east, the Indian River Lagoon (also the
Atlantic Intracoastal Waterway) is west, the Fort Pierce Inlet is north, and St. Lucie Inlet
is south (in Martin County). Fort Pierce inlet splits the Hutchinson Island within the
study area. The study area is shown in Appendix A.
The general project area is comprised of sandy coastal beach with multifamily homes,
condominium complexes, associated public and private service facilities, and
impervious substrates such as roads and beach access parking lots. The historic dune
and beach system, where still intact, supplies some protection to upland development.
4. STUDY SPONSOR. The non-Federal sponsor for the feasibility phase of the study
is St. Lucie County, Florida. St. Lucie County officials understand the requirements of
the study including cost-sharing of study costs at 50% Federal and 50% non-Federal.
The sponsor may provide all or part of their share of the study costs as in-kind services
as specified in the task and cost list in Appendix C.
5. CONGRESSIONAL DISTRICT. The study area lies within the Congressional District
jurisdiction of Congressman Foley (R-16, FL) and he has expressed support for the
study.
6. PROCEDURES. The work required for this study consists of office and fieldwork
necessary to complete the feasibility study on the erosion problems along the Atlantic
Ocean shoreline of St. Lucie County, Florida. This Project Management Plan has been
developed to reduce overall study costs to the minimum possible level while providing
essential knowledge and understanding of the coastal processes and natural resources
affecting the St. Lucie County, Florida shoreline for the purpose of providing shoreline
protection by storm damage reduction. This study plan takes into consideration
previously performed efforts by the U.S. Army Corps of Engineers (USACE) and those
under contract by the non-Federal Sponsor and builds on them for completion of
feasibility study requirements. The work shall generally follow the guidelines set forth
by the following references and other applicable Department of the Army regulations
that will be provided to the Sponsor:
2
'-'
...",
a. Planninq Guidance Notebook Engineer Regulation 1105-2-100, Department
of the Army, Office of the Chief of Engineers, Washington, D.C., 22 April 2000.
b. Project Manaqement Business Process Engineer Regulation 5-11
Department of the Army, Office of the Chief of Engineers, Washington, D.C.,
17 August 2001
c. Engineering and Design for Civil Works Projects. ER 1110-2-1150, 31 August
1999
The product will be a Feasibility Study identifying the National Economic Development
(NED) plan for shoreline protection for storm damage reduction, with an Engineering
Appendix, appropriate National Environmental Policy Act (NEPA) document and
supporting technical appendices for the St. Lucie County, Florida study area.
The feasibility phase of the St. Lucie County, Florida shoreline study will be initiated
upon receipt of Federal and non-Federal funds at the USACE, Jacksonville District and
execution of a Feasibility Cost Sharing Agreement. Continuation of the study past the
first year of the study (fiscal year 2004) depends upon availability of Federal and non-
Federal funds. At a minimum, non-Federal funding will be required to equally match
Federal funding. The non-Federal funding may be provided as cash or work-in-kind
credits for study tasks that are agreed upon and undertaken and completed after the
execution of the Feasibility Cost Sharing Agreement (FCSA). The Government shall
not obligate any cash contributions unless non-Federal funds have been provided and
the work has been included in the Project Management Plan. Tasks needed to
complete the Feasibility Study are described in this PMP. Appendix C contains a list of
tasks and associated costs.
The scopes of work, schedule of performance of the work and/or milestones may be
modified as necessary after signing the FSCA by the mutual agreement of the
Government and the Sponsor. Adjustments to the schedule of work and study
deliverables may be necessary based on unforeseen events or actual appropriations of
Government and Sponsor funds. The Government and Sponsor shall identify specific
tasks and products that are to be completed and delivered by the end of the upcoming
study year. The study year will be based on the Federal fiscal year (October 1 through
September 30). Necessary adjustments to the scopes of work and schedule of
performance and milestones shall be prepared by July 1 st of each year. The study
management team will approve changes less than 15 percent by letters of concurrence
exchanged between the Government and the Sponsor prior to September 30th of each
year. Changes in scope or schedule beyond 15 percent will require a FCSA
amendment, to be executed prior to September 30th of each year. The Government will
inform the Sponsor by letter no later than 15 November of each year of expenditures,
cost changes and work-in-kind credits for the previous fiscal year.
3
\w
""tJ
7. OBJECTIVES. The basic overall objectives of this study are as follows:
a. It is the Government's objective to study the Atlantic Ocean shoreline of St.
Lucie County, Florida, in accordance with Resolution, Docket 2634, adopted 11 April
2000 by the Committee on Transportation and Infrastructure, U.S. House of
Representatives and Resolution Docket 2757, adopted 23 July 1998 by the Committee
on Transportation and Infrastructure of the United States House of Representatives.
b. It is a mutual objective of the Government and Sponsor to study the Atlantic
coast of St. Lucie County, Florida in order to reduce damages to upland development
and to increase the safety of both structures and citizens.
c. It is a mutual objective of the Government and Sponsor to identify feasible
and environmentally acceptable sand sources for the restoration of eroded beaches
and for storm damage protection, if justified, and to identify options for managing the
eroded segments of the shoreline.
8. SUMMARY. The work to be performed shall consist of reviewing the erosion
problems along the Atlantic Ocean shoreline of St. Lucie County, Florida identifying
problem areas; defining specific alternative solutions to problems based on identified
needs and physical constraints; identifying environmental, fish and wildlife, and cultural
resources in the study area; defining and evaluating alternatives to address problems,
preparing construction, operation and maintenance cost estimates for the considered
alternatives; computing annual costs and annual benefits for the various alternatives;
evaluating the engineering and economic feasibility of each alternative; assessing
environmental impacts of the selected alternative(s) including impacts on biological
resources, socioeconomic resources, cultural resources, and land use; determining
possible environmental mitigation measures; developing costs for the recommended
alternative; and preparing the required documentation to present studies, findings and
recommendations.
The studies and investigations conducted shall build on existing information and provide
the basis for determining the economic and engineering feasibility of providing Federal
shore protection improvements for St. Lucie County, Florida. The end product will be a
feasibility report describing, in detail, the identified problem areas, the plans formulated,
the engineering and economic feasibility of the considered alternatives, the
development of the recommended plan, the soèial and environmental constraints and
impacts for the recommended plan and the Federal interest in implementing the
recommended plan.
9. BASELINE INFORMATION. The September 2002, St. Lucie County, Florida
Section 905(b) Report will be used as a base from which to continue the required
planning studies. Information in this report will be expanded and updated as required to
reflect current problems, opportunities and constraints, to establish final planning
4
'w
...,
criteria and objectives to be used to formulate plans, to refine measures to meet the
final planning objectives, and to formulate the array of alternatives to be evaluated.
For this PMP the overall guideline followed is based on the consideration that the
feasibility study shall be completed no later than 36 months after receipt of initial
funding, assuming seamless, consistent funding. For management purposes, the St.
Lucie County, Florida study efforts have been developed on the basis of specific study
plan elements. The following scope of work describes each of these study elements.
Appendix 0 contains the St. Lucie County, Florida Section 905(b) report. Appendix C
provides a task and cost breakdown for the proposed study including work to be
performed as in-kind services. Appendix 8 provides a schedule for the completion of
the feasibility study.
10. STUDY IMPLEMENTATION. Certain general tasks are required to achieve
successful implementation of the study. Those efforts are summarized in the
subsequent paragraphs. A chronological schedule of the major work items and their
relative costs for the study is given in the schedule.
I. Coastal Engineering Studies. Engineering analyses will be performed to
determine the feasibility and optimization of various alternative plans for shore
protection along the St. Lucie County, Florida study area. Historical wave and surge
data will be compiled and summarized. Historical aerial photography and survey data
as well as new information to be obtained as part of the study will be analyzed to
identify problems and develop alternative solutions. The analysis will build on historic
shoreline and volumetric change data in the study area along with aerial photography
and beach profile survey data to be collected as part of the study. Predictive coastal
processes numerical models, in conjunction with the change data, will be used to
quantify ambient erosion on the shoreline of the St. Lucie County, Florida shoreline.
Historic, existing, and future (with- and without-project conditions) sediment budgets will
be developed from survey, map, and aerial photographic data for the St. Lucie County,
Florida shoreline. Data and analyses contained in previous studies will be assessed
and used in the coastal engineering analysis as appropriate. All information will be
compiled in a Geographic Information System (GIS) format. Costs for all technical
subtasks include attending study meetings (internal, external, public) for the duration of
the study; interim (when a task is completed) and final write-ups of all technical work to
a quality that may be directly incorporated into overall project reports; responses to
comments; travel; providing interim information as requested by the planning technical
leader and supervision and administration. The following activities will be conducted in
the coastal engineering analysis.
5
\w-
.....,
a. Wave and SurQe Data.
The USACE's Wave Information Study database for the Atlantic Ocean will be
used as the main source of hindcast wave data. New field wave data collection will not
be undertaken for this study.
A wave database from the existing and revised data sources will be developed
for the Coastal Processes Modeling portion of this study plan. Risk and uncertainty
analysis has become an important component in the planning project development
process. Proposed shore protection measures must be subjected to a benefit-cost
analysis, to assess whether Federal participation in the project is appropriate. A
method to express storm damages in a probabilistic manner is necessary to account for
risks and uncertainties inherent to the analysis procedure. Results are required in the
form of recession versus frequency of occurrence relationships. The Empirical
Simulation Technique (EST), as documented in Grace (1996), will be the procedure
used by the Government to establish those relationships.
The first step in the overall beach recession analysis procedure, and a product of
this work element, is an updated historical database of parameters describing tropical
and extratropical storms that have influenced the project area. Those parameters will
include wave conditions (period and height), storm surge conditions (surge and tide),
wind speeds, pressure deficits and storm tracks. These parameters will then be used
for the EST procedure using SBEACH or similar approved methodology.
The Government's storm damage model estimates risk and uncertainty for key
variables, as required by ER 1105-2-100. The model focuses on uncertainties
associated with recession-frequency curves, long-term erosion rates, erosion-damage
functions, structure values, and other key variables as appropriate. This results in
probabilistic estimates of storm damage reduction benefits. The Government's storm
damage model, incorporating risk and uncertainty, will be used for the analysis of storm
damage benefits for the St. Lucie County, Florida shoreline.
Outside the risk and uncertainty procedure, another wave database, including
wave height, direction, and period, will also be developed using information derived
from the revised Wave Information Study (WIS). The WIS data, available through the
Coastal and Hydraulics Laboratory, ERCD, is generated using hindcast models utilizing
wind and pressure fields developed from recorded meteorological data. Wave
parameters associated with the wind and pressure field~ are transformed numerically
by WIS from deep water to a depth of 32.8 feet (10 meters).
b. Survey Data.
This work includes obtaining a survey of stations and elevations oriented
perpendicular to the shoreline along established azimuths referenced to the Florida
Department of Environmental Protection (FDEP) coastal monument network in St.
Lucie County, Florida. Elevations will be surveyed at 25-foot intervals and at all
6
'-
.....,
significant elevation changes. Survey analysis will be included in the Engineering
Technical Appendix.
(1) Beach Profile Survey Data. There are approximately 27 FDEP
monuments located on the shoreline of St. Lucie County, Florida. Traverse and control
of the monument system will be accomplished with the assumption that 30 percent of
the monuments will require replacement. Surveys will be conducted at all profile lines.
The total length of the shoreline to be surveyed is approximately 5 miles. Every line will
include hydrographic surveying extending approximately 3,200 feet seaward of the
wading depth survey. Prior to drafting the survey, the field data will be verified. Drafting
of the survey will include (1) a cover sheet showing location and orientation of the
profile lines in plan view at a scale of 1 inch= 100 feet and (2) cross sectional profile
sheets at a scale of 1 inch= 5 feet vertical and 1 inch= 100 feet horizontal.
(2) Aerial photoqraphy. The technical requirements of the U.S. Army
Corps of Engineers for mapping and photogrammetric services in conjunction with
guidelines and specifications developed for the FDEP (Bureau of Beaches and Wetland
Resources) aerial photography program will be followed to ensure compatibility with
previous aerial photography surveys. The estimate is based upon providing targets and
rectification and aerial photographs for the entire 25 miles of shoreline within St. Lucie
County, Florida. The plan sheets will be provided at a scale of 1 "=1 00' with exposure of
approximately one half water and one half land. The air plan sheets will be shot at low
water with approximately sixty percent endlap to provide stereo pairs for mapping
purposes. The base sheets (aerial mosaics) will be reproducible Mylar sheets (23" x
36"). The state plane coordinate grid will be superimposed onto the Mylar sheets with a
grid spacing of 1,000 feet. The photographs will be rectified based on the land-based
targets. The aerials will also be provided on CD in TIF format. The cost of this work
item includes plane mobilization, transit, aircraft flight miles, labor, crew per diem,
photograph development, rectification, drafting, computer programming, and Mylar
reproduction of the aerials.
c. Historical Shoreline Chanqe and Erosion Rate Analysis.
This task includes the assessment of historical shoreline changes in terms of
mean high water recession (erosion) and advance (accretion) along the St. Lucie
County, Florida shoreline. This work will be accomplished through the use of literature
review, aerial photographs, historic maps, survey data, and, where necessary, site
inspections. The types of erosion data shall include assessments of the past and
present shoreline change rates.
Results, in terms of distance (feet per year) will be determined for available historical
and new survey data. Historical data related to historic shoreline changes will be
compiled and documented. Information will be compiled in a GIS (ARCINFO) format.
7
\w
..."
d. Historic Volumetric ChanQes:
Historical and current profile information will be converted to digital elevation
model surfaces. These surfaces will then be compared to determine volumetric
changes during the period of time between selected surveys. Resulting volumetric
change rates will be used in the development of renourishment rates for proposed
beach fill alternatives.
e. Storm History.
This section should briefly describe recent storm events such as hurricanes or
extreme winter storms which may have contributed to the beach erosion problems in
the area. The WIS hurricane and seasonal storm wave hindcasts should be examined,
and all storm events (wave heights in excess of 6 ft) should be listed for the years 1956
- 1995. If documentation is available, specific damages caused by particular events
should be presented.
f. Coastal Processes
This major segment of the appendix should address the measurable current and
historic coastal processes that have impacted the study area's shoreline. Only existing
survey data will be utilized in the preparation of this appendix. The data would include
historical FDEP condition surveys, S1. Lucie County monitoring surveys, and other data
collected by consultants, if any. Recent county monitoring surveys are to include ebb
tidal shoal bathymetry. Additionally, only existing aerial photography shall be used for
report preparation purposes.
Historic Shoreline Changes - Recent survey data along with any available historical
surveys should be compared to determine the historical long-term mean high water
(MHW) shoreline changes per time period. The resulting output should be displayed in
graphical and tabular form. Predictions of the without project future shoreline position
should be provided on a yearly basis for a period of 50 years.
Historic Volumetric Changes - The current and historical survey data should also be
compared to determine the long-term volumetric changes per time period. Any
historical beach nourishment or maintenance volumes for the study area should be
incorporated into the analysis. The resulting output should be displayed in graphical
and tabular form.
Inlet Effects - A review of historical data including inlet management plans or other
reports shall be performed to evaluate the effects of adjacent inlets and any associated
navigation projects on the study area's shorelines.
Littoral Transport - a review of any previously published reports shall be conducted
to summarize estimates of littoral drift along the shoreline within the study area.
8
\w
'w1I
Comparison of previous estimates with the results from the GENESIS modeling shall be
required.
g. Identifv ExistinQ Coastal Armor and Structural Improvements.
Site inspections will be used to develop an inventory of existing coastal armor in
the study area. This inventory will include parcel-by-parcel information on the type of
coastal armor and engineering estimates of the following: price per linear foot, level of
protection provided by structure, percent of structure which can be recycled upon
failure, and position of coastal armor referenced to the referenced shoreline. Site
inspection will be made to visually verify estimates and confirm existing condition of
structure and expected viability of the structure to provide protection. A Global
Positioning System (GPS) unit will be used in site inspections to estimate the location of
the horizontal position of the mean high water shoreline and coastal armor. The
information will be tabulated by parcel folio number and referenced to survey control
point locations. This information will be used in the Storm Damage Model for economic
analyses.
h. Institutional Historv.
Studies summarizing the institutional history including a thorough literature
review, related governing or jurisdictional bodies, existing authorizations, management
plans, historical improvements, and the general existing understanding of the coastal
processes affecting the shoreline will be undertaken. Available information will be
obtained through a literature review and telephone conversations with Sponsor
representatives.
Beach Profile Surveys.
Beach profiles shall be surveyed from all existing FDEP survey monuments
along the project areas. Missing or destroyed monuments will be replaced as
necessary, as close to the original monument location as possible. Beach profile
surveys shall extend seaward from each monument along existing azimuths, seaward
to a distance of no less than 3000 feet. Elevations will be taken at 25-foot spacings
along each profile line, and at all breaks in elevation. All survey data will be referenced
to mean low water (mlw).
Aerial photography will be flown along the entire length of the county, if needed.
i. Beach Fill DesiQn.
This topic should include detailed evaluation of the physical aspects of the
recommended initial nourishment and future renourishment operations. Subsections
should include:
9
\w
'wi
Project length - Describe the overall project lengths including the length of the
full design berm and length of project tapers. lengths should be referenced to FDEP
monuments as well as physical boundaries.
Berm Elevations - A set of composite profiles (including upland elevations)
should be developed from beach profile sUNey data to determine the design berm
elevation. Describe the recommended beach fills berm elevations referenced to MlW.
Berm Widths - Describe the alternatives and recommended berm width
extensions for the study area including the reference line from which the width is
measured. The recommended berm width will be determined by the economic
optimization performed by the Jacksonville District.
Beach Slopes - Determine the design fill slope(s) and construction fill slope(s) for
the study area. Determine the construction toe of fill and equilibrium profile toe of fill for
the study area. Construction and equilibrium toe of fills should be presented graphically
in plan and cross sectional views and in a table with distances referenced to each
FDEP monument.
Design Fill Volume - Present the design beach fill volumes for the study area
including fill volumes behind MHW or the erosion control line (ECl), if established.
Design fill sections for each FDEP profile line should also be presented graphically for
inclusion within the report's recommended plan plates.
Fill Volume Behind Control Line - Present the portion of the design fill volume
which lies landward of MHW or the ECl for the study areas.
Advance Nourishment - Present the basis for long term erosion losses of the
project fill, the average loss rate per foot of shorefront, and the total annual loss for the
study areas. Provide a table which optimizes the renourishment interval based on the
lowest average annual equivalent cost and present the total advance nourishment
volume for the study areas.
Future Periodic Nourishment - Present the basis and an estimate for the volume
of fill material required for future nourishment of the study areas.
Overfill Volume - Present the rationale for the overfill factor based on
comparative analysis of the native beach and borrow area grain sizes. Apply the factor
to the advanced nourishment volume to determine the additional volume required to
offset borrow area grain size, if appropriate.
Structural Improvements - Detailed design of any structural improvements which
may be recommended as a result of the numerical modeling analysis.
10
\w
"wi
CROSS-SHORE AND LONGSHORE SHORELINE RESPONSE MODELS
Sediment transport modeling shall be required to be performed to provide input
into the project alternative evaluation and economic analysis.
Cross-Shore Sediment Transport. The Storm Induced Beach Change
(SBEACH) model (Larson and Kraus, 1989) or its equivalent will be the primary tool for
estimating cross-shore sediment transport. The contractor will develop the following
information to be used for a joint probability analysis, using the Empirical Simulation
Technique (EST) (Borgman, et ai, 1992), to obtain estimated frequency of occurrence
relationships associated with beach recession. These procedures may be described in
terms of the following major tasks:
a. Gather all available information related to characteristics (e.g., storm
tracks, wind speeds, pressure deficits, radii to maximum winds, water levels, etc.) of
storms which have influenced the project area. Data sources include the National
Hurricane Center's tropical cyclone database and the USACE Dredging Research
Program's extratropical storm database. Analysis of tropical cyclone-induced and
extratropical storm-induced recession will be required.
b. Calibrate and verify the numerical model, (Le. SBEACH32), using the
best available pre- and post-storm beach recession data (i.e., measured data if
available). Then, apply the model to estimate the extent of beach recession associated
with each of the storms. For each reach of the study area, the contractor will furnish a
2-column tabulation identifying (1) the storm simulated, and (2) the corresponding
estimated beach recession. Beach recession will be defined as the horizontal distance
from the MHW line on the pre-storm profile to the most landward point where the
vertical distance between pre- and post-storm profiles equals 0.5 feet. EST input data
files will be constructed by combining descriptive storm parameters with corresponding
calculated recession values. This information will be used to execute the EST life-cycle
analysis procedures to yield estimated recession versus frequency of occurrence
relationships.
c. The number of shoreline reaches to be analyzed will be determined
based on uniformity of beach profile characteristics in the study area. In order to
account for tidal influences, it will be assumed that a storm event has an equal
probability of occurring at any time during the tidal cycle. This assumption will be
simplified by allowing the onset of the storm conditions to coincide with four individual
tidal phases designated as high tide (0 degrees), MSL during peak flood (90 degrees),
low tide (180 degrees), and MSL during peak ebb (270 degrees). The total number of
storm simulations will be dependent on the number of reaches considered and the
number of influential storms identified. For example, if 20 influential tropical cyclones
were identified, andc3 reaches were considered, the total number of tropical cyclone
model runs would be 240 (20 storms x 4 tidal cycles x 3 reaches). As a minimum, 3
reaches should be utilized for each study area. If significant areas of nea~shore
11
"'--'
.....,
hardbottoms are identified, the contractor may consider use of SBEACH32, a more
recent version of the model which includes hardbottom modeling capabilities.
Shoreline Change Model (GENESIS) - Shoreline changes shall be predicted for
various with and without project scenarios using the GENESIS numerical model. The
report segment should address wave data utilized as input, description of shoreline
modeling grids, manipulation of historical shorelines, description of and the modeling of
man made and/or natural coastal armor, model calibration, model verification,
observations of model accuracy, simulation of beach fills and structure performance
including alternative fill taper design, structural versus non-structural end loss effects,
downdrift benefit analysis, and a summary of the overall modeling results. This section
should also present modeled littoral transport estimates and graphical/tabular displays
of shoreline changes observed during calibration, verification, and simulation activities.
II. Geotechnical Studies. The focus of the Geotechnical studies is to identify
suitable borrow areas and to assess their characteristics for beach nourishment
activities. Beach samples will also be collected and analyzed for use in the
development of overfill ratios.
Costs for all technical subtasks include attending study meetings (internal, external,
public) for the duration of the study; interim (when a task is completed) and final write-
ups of all technical work to a quality that may be directly incorporated into overall
project reports; responses to comments; travel; providing interim information as
requested by the planning technical leader and supervision and administration.
a. GeoloQic Historv.
A geologic history will be prepared for the St. Lucie County, Florida area. This
history will focus on the Pleistocene and Holocene development of the coastal
geomorphology, ending with the morphology present on the coast today. The geologic
history will be part of the geotechnical appendix.
b. Borrow Area Identification.
All known potential borrow areas (to include Pierce Shoal, and South Capron
Shoal) will be evaluated. The evaluation will use historic data, existing knowledge, data
obtained from previous studies in the area and new investigations. Core borings will be
required for the immediate development and long term potential of a borrow source.
The laboratory testing of the core borings will include gradation tests, classifications,
specific gravity, and determination of shell content. Documentation of each sand
source will include location (distance from study area), grain size distribution, available
volume, compatibility analysis. Capron Shoal is being used as a borrow source on the
adjacent shoreline. Documentation for Capron Shoal will be based on new and existing
information.
12
~
'.I
c. Beach Samplinq.
Three beach profile lines will be sampled with approximately seven samples per
line. A sample will be taken for each three-foot difference in elevation (Example: -12, _
9, -6, -3, 0.0, +3, and +6 NGVD).. These samples will be analyzed in the laboratory and
be used to characterize the present beach. Laboratory testing will include sieve
analysis (13 screens) with gradation curves, visual classification, and an estimate of
percent shell content.
d. Geotechnical Appendix.
A Geotechnical Appendix will be written documenting the geologic history of the
project area, the previous explorations, current drilling explorations, characterization of
the present beach materials, characterization of the materials in the borrow areas,
overfill ratios, and the laboratory testing performed. The appendix would include tables,
plates, drawing, and geologic sections that would illustrate the features covered in the
report. The report will recommend a selected borrow area(s). The Geotechnical
Appendix shall include a cover, table of contents, and all relevant core boring logs and
laboratory tests.
III. Cost Estimates. This activity includes all deliverables required to prepare life
cycle project cost estimates needed to support the Feasibility Report and to prepare the
baseline project cost estimate. Cost estimates will be developed in accordance with the
guidance contained in ER 1110-2-1302, Civil Works Cost Engineering, using the
MCACES/MII cost estimating system. Cost estimates will be presented in the
MCACES/MII format. In addition to the use of MCACES/MII, cost estimates that require
dredging will be developed using the USACE software system entitled, "Corps of
Engineers Dredge Estimating Program" (CEDEP). Cost estimates will include both
Federal and non-Federal costs for construction, real estate, engineering and design,
construction management, environmental, cultural resources and Hazardous, Toxic and
Radioactive Waste (HTRW) investigations and remediation, operation and
maintenance, replacement, repairs and rehabilitation of alternatives and the
recommended project. Revisions to the estimates prepared for the draft report and
comparative cost estimates used for alternative analysis will also be included. This
product will include an estimate of the cost of the preparation of cost estimate updates
during the preconstruction, engineering and design phase. Lastly, this task includes
costs for attending study meetings for the duration of the study, travel; investigation of
ownership and operating costs from similar projects; interim (when task is completed),
and final write-ups of all technical work to a quality that may be directly incorporated
into over all project reports; technical management for this item and providing interim
information as needed by the planning technical leader.
a. Project Cost Estimate.
13
~
....,.¡
Project cost estimates will be prepared using a phased approach. Preliminary
level cost estimates will be prepared for approximately six alternatives to support the
plan formulation and screening of alternatives. Comparative cost estimating techniques
will be used to support alternative screening and preliminary benefit-cost analyses.
Detailed feasibility level cost estimates will be prepared for the final set of two to
three selected alternatives. Detailed cost estimates will be prepared in MCACES/MII
and will be documented with notes to explain the assumed construction methods,
crews, productivity, sources of materials, and other specific information. Labor costs
will be based on the prevailing Davis-Bacon wage rates for each trade. Contingencies
will be developed and applied where areas of uncertainty exist. Detailed costs for all of
the non-construction cost items (lands and damages, construction management,
preconstruction, engineering and design) will be provided by the appropriate District
offices and incorporated into the estimate.
The Engineering Appendix will include a written description of the methodology
used in the development of the baseline cost estimate. The appendix will also include a
description of the scope of the projects included in the estimate and a description of the
potential risk associated with the estimate. Estimates will include both Federal and
non-Federal costs for construction, real estate, engineering and design, cultural
resources, construction management, HTRW investigations and remediation of
potential project impacts. The preliminary, comparative cost estimates that were used
for alternative screening and benefit-cost analyses will also be included in the Cost
Appendix.
b. Preconstruction, Engineering and Design (PED) Cost Estimate.
The PED cost estimate will be prepared and revised, as necessary, to
accompany the Feasibility Report and PMP. The ÞED cost estimate will include all
Federal costs for preconstruction, engineering and design from the date of the Division
Commander's Notice to the award of the first Federal construction contract. The
Engineering Division will coordinate this task, with input from each element responsible
for a portion of the PED investigations (costs for preparation of individual elements of
the PED estimates are included in the Feasibility Study cost estimates for each
technical discipline).
c. Operation, Maintenance, Repair, Rehabilitation, and Replacement
(OMRR&R) Cost Estimate.
This activity includes all deliverables related to the preparation of the OMRR&R
cost estimates. The preliminary, comparative cost estimates that were used for
alternative screening and benefit-cost analyses will also be included.
d. Baseline Fully Funded Cost Estimate.
14
~
'wi
The fully funded cost estimate will be prepared based on the project cost
estimate developed in the section titled Project Cost Estimate. The project cost
estimate will be updated, revised, and escalated for inflation through completion of the
project. The fully funded cost estimate will be used to support budgeting and upward
reporting requirements.
IV. Environmental Studies. Environmental studies will be performed in
accordance with the National Environmental Policy Act (NEPA), ER 1105-2-100, and
other applicable laws, statutes, Executive Orders, and regulations. A NEPA document
will be prepared to accompany the Feasibility Report. NEPA documentation will be
coordinated with state and Federal environmental agencies and the public. Cost for all
technical subtasks include attending study meetings (internal, external, public) for the
duration of the study; interim (when task is completed) and final write-ups of all
technical work to a quality that may be directly incorporated into over all project reports;
responses to comments; estimating PED costs; travel and providing interim information
as requested by the planning technical leader.
a. BackQround Information and ScopinQ MeetinQ.
Existing literature concerning the environmental resources of the study area will
be researched and documented. An inventory of natural resources in the study area
will be prepared. Within the first six months after initiation of the feasibility study, a
scoping meeting will be held with the resource agencies.
A formal record will be made of discussions with the public and resource
agencies that define the environmental concerns related to the evaluation of project
alternatives and the selection of the recommended plan.
b. EndanQered Species Consultation.
This work will include a review of information provided by the U. S. Fish and
Wildlife Service (USFWS) and the National Marine Fisheries Service (NMFS) on
species listed as threatened or endangered that may occur in the study area. A
Biological Assessment will be prepared to address potential impacts to threatened an
endangered species. Based on the information provided in the Biological Assessment
a determination will be made as to whether the proposed project may affect any listed
species. If any of the listed species may be affected, then consultation with the
USFWS and/or the NMFS will be initiated and a Biological Opinion will be requested.
This work will be conducted in accordance with the Endangered Species Act of 1973,
as amended.
c. HardQround MappinQ and Classification.
Hardground areas and sea grass beds are somewhat ephemeral and may exist
in the study area. In order to avoid or minimize adverse impact to hardground and sea
grass resources, this study will seek to delineate these areas and describe their
15
'"'
'WI
attributes. The primary objectives will be to accurately map the extent of these areas
which are important biological habitats and to classify these areas according to their
physical characteristics. Hardground mapping and classification of nearshore and
offshore borrow areas will be performed. These surveys are necessary to begin the
agency consultation and document preparation required by NEPA, and therefore, must
be conducted according to USACE specifications in both method and personnel
qualifications. Fieldwork will be conducted to insure the accuracy of the hardground
maps produced and to develop a more detailed classification of communities present.
d. Coastal Zone ManaQement Consistency Determination.
Determinations will be conducted to determine whether the proposed actions are
consistent with the requirements of the State of Florida's Coastal Zone Management
Plan.
e. Section 404(b)(1) Analysis
An evaluation of the deposition of dredge~ or fill material according to Section
404(b)(1) guidelines of the Clean Water Act promulagated by the EPA in 40 CFR 230
will be required. An evaluation will be prepared that presents an analysis of water
quality impacts associated with the placement of fill material in waters of the United
States.
f. MitiQation Analysis Report.
A detailed evaluation will be conducted of possible actions that would offset
unavoidable, adverse impacts associated with the proposed project. All efforts will be
made to avoid and minimize adverse environmental impacts of the proposed actions.
However, if adverse environmental consequences cannot be avoided or minimized, a
mitigation plan will be developed.
g. NEPA Documentation and Coordination.
This task will include: 1) scoping for the feasibility phase, 2) the preparation of an
Environmental Assessment (EA) or an Environmental Impact Statement (EIS), as
appropriate, in accordance with the National Environmental Policy Act of 1969, as
amended (PL 91-190) and the Council on Environmental Quality (CEQ) NEPA
regulations (40 CFR Parts 1500-1508), 3) an evaluation of the deposition of dredged or
fill material according to Section 404(b) (1) of the Clean Water Act as amended (PL 92-
500), and/or the Section 103 of the Marine Protection, Research and Sanctuaries Act,
as appropriate and 4) a project consistency determination in accordance with the
Coastal Zone Management Act of 1972, as amended (PL 92-583) and the Florida
Coastal Zone Management Program. In accordance with NEPA the considered action
and alternatives will be coordinated with the appropriate Federal, State, and local
agencies as well as members of the public who are likely to be affected by the project.
16
·
\aw
.."
Responses to agency and public comments on the considered action and alternatives
will be addressed in the NEPA document.
h. Water Qualitv Certification (WQC) Permit Application.
The application for water quality certification will be completed and submitted to
the Florida Department of Environmental Protection (FDEP). This will be done pursuant
to Section 401 of the Clean Water Act.
I. Bioloqicallnvestiqations.
Research existing literature concerning the environmental resources of the area.
Conduct site visits to the study area, as needed, and perform habitat assessments to
determine existing conditions. Biological investigations will be conducted by in-house
personnel as well as by contract. Biological investigations shall include but not be
limited to seagrass and hard bottom surveys, essential fish habitat, and endangered
species.
J. Coordination Meetinqs.
Attend interagency coordination meetings and in-house study team meetings as
required.
V. Fish and Wildlife Coordination Act Report (CAR). This action will be
performed by the U.S. Fish and Wildlife Service (USFWS) pursuant to the Fish and
Wildlife Coordination Act (FWCA) of 1958, as amended (PL 85-624). The USACE will
prepare a scope of work and will provide funds to the USFWS to review the pertinent
literature, to perform any field work needed to evaluate the impacts of the considered
action and alternatives on fish and wildlife resources, and to prepare a Fish and Wildlife
Coordination Act Report. This report will assist the USACE in assessing project impacts
and will meet the coordination requirements of the FWCA.
VI. Hazardous, Toxic, and Radioactive Waste Studies/Report. An HTRW
audit will be performed in accordance with ER 1165-2-132, Water Resources Policies
and Authorities HTRW Guidance for Civil Works Projects. A site visit will be made to
the study area as part of the audit.
VII. Cultural Resources Analysis. The Area of Potential Effect for this study
includes the beach face to be improved, any off-shore sand borrow areas, and any
roads that would provide construction access to the beach face. St. Lucie County,
Florida contains 16 properties that have been listed in the National Register of Historic
Places. Adjacent Martin County contains five National Register listed properties.
Although none of the listed properties are located within one mile of the area of
potential effect, one property indicates the cultural resources potential of offshore
borrow areas. The 1715 wreck, Urea de Lima, is located within state waters near the
17
--
~
\...)
northern limit of St. Lucies County, Florida. It is one of five vessels belonging to a
Spanish plate fleet that wrecked on the east coast of Florida whose remains have been
found. A second plate fleet wreck, Nuestra Senora de ¡as Nieves, is located off
Hutchinson Island, just to the north of the present study area.
A search of the Florida State Site Files identified 13 cultural resource sites within 1/2
mile of the project area. Four of these sites are in the project area. The sites within the
project area include two shipwrecks and two prehistoric midden sites within the project
(one of these middens is named "Beach Burial Mound"). The sites located near the
project include two wrecks and seven prehistoric midden sites". Six of these are
located less than 100 yards from the project area and could benefit from added shore
protection. The project has the potential to protect the cultural resources located in the
project area as well as those cultural resources located adjacent to the project.
In order to insure that adverse effects are avoided and beneficial effects are achieved
for cultural resources located in the beach area a cultural resource survey of the project
area will be needed. Archeological surveys will also be required for any new borrow
areas, and any new access roads. Archeological surveys will not be required for
previously surveyed and used offshore borrow areas or for existing access roads.
Archaeological surveys of new offshore borrow areas should include archival and
literature research, remote sensing surveys, and preparation of reports. The remote
sensing surveys should include magnetometer, side scan sonar, and hydrographic
surveys integrated with a differential GPS system. The sonar system should be
equipped with a 500- to 600-kH sensor. Survey lane spacing should not exceed 50 feet
and the survey boat speed should not exceed 4 knots.
Borrow area surveys must be completed under the direct supervision of a marine
survey archaeologist meeting the education and experience requirements established
in the Secretary of Interior's Standards and Guidelines for an archaeologist. In addition
to the minimum qualification requirements, the marine survey archaeologist must have
at least one year of supervised experience in marine survey archaeology, including
extensive offshore training in the operation of remote sensing devices and the
preparation of reports, together with at least six months in a supervisory capacity on
underwater archaeological and marine survey projects. The underwater archaeologist
must have demonstrated knowledge and at least six months experience in the
methods, techniques, and use of equipment required for underwater archaeological
survey and data recovery at submerged shipwreck and/or archaeological sites.
Surveys of the portions of the beach face that may be impacted by construction of hard
structures (e.g. sea walls, groins, etc.) and areas that would be disturbed by
construction of equipment access roads will include archival and literature research,
pedestrian and magnetometer surveys, and preparation of reports. The surveys must
be completed under the direct supervision of an archaeologist as defined in the
Secretary of Interior's Standards and Guidelines and a marine survey archaeologist as
defined above.
18
-
'"
'-...I
All reports produced as a result of the archaeological surveys will meet or exceed the
Secretary of Interior's standards and any standards set forth by the State of Florida.
The reports will identify resources located within the area of potential effect, their
potential significance, the effect of the proposed project upon them, and alternatives to
avoid or mitigate the effect. The survey results will be coordinated with the Florida
State Historic Preservation Officer (SHPO) in accordance with 36 C.F.R., Part 800.
Decisions concerning the need for, and scope of, any additional archaeological
investigations will be made in consultation with the SHPO.
Costs for all technical subtasks include attending study meetings (internal, external,
public) for the duration of the study; interim (when a task is completed) and final write-
ups of all technical work to a quality that may be directly incorporated into overall
project reports; responses to comments; travel; providing interim information as
requested by the planning technical leader and supervision and administration.
VIII. Real Estate Analyses
The real estate analyses will include a determination of the estates required for the
lands to be acquired for the project, an appraisal of the costs of lands and damages, and
preparation of a plan for acquisition of these lands. Other tasks include an analysis of
physical takings, attorney's opinion of compensability, obtaining rights of entry for various
field collection activities, and providing input to the Project Cooperation Agreement (PCA)
and to the Project Implementation Report (PIR). This activity includes all written
memoranda, opinions, database development reports and other documents provided by
Real Estate personnel as required in support of feasibility phase planning efforts.
a. Obtain Riqhts of Entry.
According to specifications to the contract, the contractor should obtain
access/rights-of-entry. However if unsuccessful, notification to real estate by a request for
rights of entry by section, township, and range parameters, permission will be obtained'
from landowners to temporarily use his/her land for a specified time and purpose. These
. will be obtained for purposes of environmental investigations, cultural assessments, core
sampling, surveys, explorations, etc.
b. Ownership Information.
Upon notification of alternative feature description and location by section,
township, and range parameters, the following data for areas under consideration as
project features will be obtained:
· Tax maps and public right-of-way maps;
· List of property owners;
· Tax rolls including value, structure, type, etc.;
19
...
'-'
'..",,/
· Zoning information;
· Last search of records for each parcel;
· Anticipated mineral extraction and determination if such activity is permitted by
law;
· Identification of all structures potentially impacted that are occupied and may
be removed due to project implementation;
· Identification of all known public utiìities located within the proposed project
area that may require relocation;
· Identification of sponsor acquisition costs and real estate administrative costs
associated with implementation of each alternative; and Location maps (city or
county) of proposed construction areas including material disposal areas.
c. Preliminary Real Estate Cost Estimates
Prepare lands, easements, rig hts-of-ways , relocations and disposal areas
(LERRO) preliminary cost estimates for multiple components for the preliminary
assessment of project alternatives during the plan formulation stage of the study. This
will require a similar method of estimating costs performed during the Project
Management Plan (PMP). The preliminary cost estimates along with the aforementioned
ownership information will be compiled in the Geographic Information System (GIS)
database as polygon attributes for use in the evaluation analyses.
d. Boundary Survey.
A boundary survey of the subject parcel(s) showing all necessary boundary
information and a tie to an identifiable land boundary corner, the Section, Township,
and Range, and County and basis of bearings. The survey should be registered to the
Florida State Plane Coordinate System. NAD 1983/1990 datum and all distances and
coordinates delineated using the U.S. Survey foot. All boundary data, in digital format
(i.e. Arclnfo Coverage or AutoCAD dxf) should accompany the survey. This survey
information is required to establish state plane coordinates for sections and townships
within the study area for real estate mapping purposes. The survey data will be
incorporated into the GIS database and used to map property boundaries and
ultimately develop real estate acquisition costs for alternatives.
e. Real Estate Acquisition Maps.
Prepare an initial set of maps and drawings, utilizing the GIS database developed
for this task, that delineate the real estate acquisition lines based on technical design
drawings developed during the feasibility phase. This activity is dependent upon receipt
of the footprint of project features and tax maps followed by a coordination meeting with
the study manager to assure all project features are identified including temporary
construction areas, road access, borrow/disposal areas, etc. These maps will reflect the
minimum real estate required for project purposes.
20
'-'
"-'
f. Physical TakinQs Analysis.
This analysis will result in a written legal opinion as to whether flooding induced by
construction, operation or maintenance of the proposed project will result in a taking of an
interest in real property for which just compensation must be paid to the owner. The
opinion must describe the analysis, to include hydrologic data incorporating depth,
frequency, duration, velocity and extent of induced flooding based on economic data, as
well as relevant state and Federal law, and present a conclusion on the. takings issue.
g. Relocations Analysis.
After a determination through engineering design of what facilities must be
relocated including roads, railroads, pipelines, utilities, bridges, and cemeteries, a
preliminary legal opinion on whether a substitute facility is required will be documented.
The opinion makes findings on whether the owner has a compensable interest, whether
the owner has a legal duty to continue to maintain and operate the facility/utility, and
whether federal law requires the provision of a substitute facility rather than mere
payment of market value for the property acquired. The preliminary legal opinion differs
from the final legal opinion only in its acceptance as fact of the owner's statement of its
interest in the property, without a search of property records. A baseline cost estimate
must be developed for the relocations to include an engineering cost estimate for the
performance or construction of the relocation and the value of the land. The Real Estate
Plan (REP) will include a statement as to whether the Federal government, the local
sponsor, or owner will be responsible for the relocation and acquisition of new rights-of-
way, the costs for relocation, and land to be acquired allocated to each entity.
h. Gross Appraisal.
This task includes activities necessary to complete a detailed, supported appraisal
of the collective real estate requirements and impacts of the recommended plan as
required by ER 405-1-12. The Gross Appraisal must be of sufficient detail to provide an
accurate cost estimate sufficient for Congressional authorization. Review and approval of
the Gross Appraisal Report is accomplished concurrently with the draft PIR. The Gross
Appraisal will be submitted concurrently with the draft PIR and is dependent upon receipt
of the final recommended plan including real estate maps with project features, estates to
be appraised, tax and ownership information, zoning and land use maps.
i. Real Estate Plan (REP)
The REP to the PIR will outline the minimum real estate requirements for the
proposed project as required by ER 405-1-12. It will contain a description of the area; the
acreage and proposed estates, including non-standard estates, and justification for the
use of non-standard estates; a discussion of any land owned by the Federal government,
the local sponsor, or any public entity; a discussion of the local sponsor's ability to acquire
21
'-"
......,
LERRD; a discussion of mineral activity, if any, and the attitude of landowners; at least a
preliminary assessment of facilities/utilities to be relocated; and any other relevant real
estate information appropriate for the project.
This activity also includes development of a detailed cost estimate for the
recommended plan that will be input for the MCACES/MII (engineering) cost estimate.
This baseline cost estimate will be developed from the Gross Appraisal and will include
other costs such as Public Law 91-646 relocations, administrative costs, and
contingencies.
j. Draft Project Cooperation AQreement (PCA) and Post-PIR Phase PMP Input.
This activity includes development of data necessary to support other documents
pertinent to the project including, but not limited to, the post-PIR phase PMP and the draft
PCA. For these documents, a detailed schedule of land acquisition will be developed.
IX. Socioeconomic Studies
a. Storm DamaQe and Loss of Land Analvses.
(1) Data Accumulation and Coastal Map Preparation - Coastal maps and
additional literature for the study area level will be collected. Existing and future land
use will be identified for the study area. The mean high water (MHW) shoreline will be
delineated as part of the Coastal Engineering Analysis and provided to the economist.
Information (length, current condition, cost of replacement) on existing coastal armor
will be identified as part of the Coastal Engineering Analysis and provided to the
economist. Information to be provided includes length, condition and cost of
replacement. Distances required for input to the Storm Damage Model, for example the
distance from the seaward face of each structure to the MHW shoreline, will be
measured for entry into the structure database. Establishing distances to infrastructure
such as roads and utility services will be the responsibility of Planning Division.
(2) Structure Database Development - Values for the first row of
structures and associated infrastructure from the Atlantic Ocean in the study area are to
be provided by Real Estate Division (RE) all structures and infrastructure will be located
on maps or aerial photographs. The correct measure of structure value, consistent with
cost-benefit concepts is replacement cost less depreciation to the existing (pre-flood)
structure. Assessed value, real estate appraisal and market value data do not
necessarily provide acceptable and directly useable estimates of replacement cost less
depreciation, even when separate land and improvement values are reported. A variety
of particular causes may make the data inappropriate, but the fundamental reason is
that these data are produced for and primarily used for purposes other than estimation
of flood damages, that is for other than NED benefits estimation purposes. When
structure value data are obtained from sources other than direct estimation of cost of
physical replacement less depreciation, these data shall be verified as being
22
'-'
....,
reasonable estimates of replacement cost less depreciation. This can be done using a
sampling procedure to select a relatively small number of structures for direct
estimation of replacement cost less depreciation. The results can be used to compare
and, if appropriate, adjust the data obtained from other sources. Parcel numbers will be
cross-referenced to structure locations. The data provided by RE will be verified with
existing recorded information. The structure values and the distance measurements
from the previous task will be entered into the electronic database format required for
the Storm Damage Model. The database will be reviewed for accuracy and revised as
necessary .
(3) Without-Project Damages to Private Land and Development (includes
loss of land and storm damages) - The value of loss of land to gradual erosion and
resulting damages will be calculated. The damages associated with storm events with
different probabilities of occurrence will be computed using the Storm Damage Model.
Without-project average annual storm damages and value of land losses will be
calculated.
(4) With-Project Damages to Private Land and Development (assumes
two alternative plans) - The analyses described in Aiii. will be repeated for with project
conditions for each of the alternative plans.
(5) NED Benefit-Cost Analysis - The primary benefits (storm damage and
loss of land reduction) and costs associated with each alternative plan will be converted
to average annual equivalent values and compared to identify that plan's net annual
benefits.
(6) Using information and values provided by environmental team
members, potential environmental benefits and opportunity costs would be evaluated
for implementing various project alternatives.
(7) Estimates of replacement cost less depreciation will be developed by
Real Estate Division for the oceanfront properties. Values will be estimated for
residential, multi-family and commercial structures using the replacement cost less
depreciation method.
b. Description of Storm Damaae Model
The Jacksonville District has developed a Windows based empirical computer
model named the Storm Damage Model (SDM) that simulates damages at existing and
future years. The SDM will be used for this study. The model also computes average
annual equivalent damages. The model uses data developed from storm frequencies
and shoreline recessions along with data, which describes each structure and
computes, expected damages to each structure. For the purposes of analysis, storm
damage is defined as the damage incurred by the temporary loss of a given amount of
shoreline as a direct result of erosion caused by a storm of a given magnitude and
frequency. In addition to residential structures, storm damages are calculated for
23
'-'
.~
commercial and public buildings, pools, patios, parking lots, roads, utilities, seawalls,
revetments, bulkheads, replacement of lost backfill etc.
The storm damage model includes quantification of risk and uncertainty for key
variables, as required by ER 1105-2-100. The focus is on uncertainties associated with
recession-frequency curves, long-term erosion rates, erosion-damage functions,
structure values, and other key variables as appropriate. This results in probabilistic
estimates of storm damage reduction benefits. The most current version of the storm
damage model, incorporating risk and uncertainty, will be used for the analysis of storm
damages for St. Lucie County, Florida.
The initial step in how the storm damage computer model computes damages is based
on the relationships between storm frequencies and shoreline recessions and expected
damages to each structure from a given storm of a given magnitude. Continuous
erosion and shoreline recession result in reduced beach width and hence reduced
protective value between a structure and the expected shoreline position. The location
of the expected shoreline position for each year is based on the historical shoreline
recession on a per year basis.
After the relationship between shoreline recession and damage is determined,
relationships between the probability of an occurrence and damage is then determined
by assigning probabilities from a frequency-recession curve for each existing condition
and each future time increment. The relationship between probability and damage is
then determined by tabulating total damage estimates for varying frequency storm
events. Due to continuing erosion and shoreline recession over time, future damages to
development would be more severe with a given storm than damages under existing
project conditions. Therefore, the shoreline recession-damage relationship is modified
to accommodate the expected shoreline position in future years with respect to the
reference shoreline.
Future year damages will be simulated by determining the location of the shoreline in
future years using the different shoreline recession or advance erosion rates provided
by Engineering Division. Future long-term recession is assumed halted at the year an
existing seawall or protective structure is encountered. In some instances, future
damages could be less than existing, if a coastal armor replacement index is selected
which provides greater protection than the current coastal armor type.
Using a frequency-damage curve, average annual equivalent damages for each project
condition will be calculated. Based on this information, a frequency-damage relationship
will be constructed for each year of the project life. The resulting estimates of expected
damages will be converted to an average annual equivalent basis using the current
Federally mandated interest rate for the 50-year period of analysis. The estimation of
damage prevention benefits attributable to the with project condition will be determined
by comparing the without project condition expected damages to those for the with
project condition. The difference between the two is defined as storm damage
prevention benefits.
24
'-'
~
The assumptions to be used in the development of the estimate of annual storm
damages are:
(1) The relationship of probability to shoreline recession will remain
constant with time,
(2) Damages to improvements will not occur until shoreline
recession has exceeded the seaward edge of the improvement,
(3) When the shoreline recedes halfway through a structure of two stories
or less [e.g., a single family house], the structure will be considered a total
loss.
(4) When the shoreline recedes halfway through a structure with more
than two stories [e.g., a condominium], the structural value of only the
bottom two floors will be considered lost.
(5) If a structure is less than one-half undermined, the damage will be
assumed to be equal to the product of the structural value of the bottom
two floors and the ratio of the horizontal distance eroded through the
structure divided by the one-half distance through the structure,
(6) All market values of improvement will be estimated using a version of
the cost approach to value [replacement cost new less depreciation],
where replacement cost implies replacing a building using materials and
standards having utility equivalent to the subject structure's current
condition,
(7) Seawalls, revetments and other coastal armor will stop all damages
from a given storm until they are exceeded or fail,
(8) Although shorefront areas continue to develop through time, damage
estimates are limited to existing buildings and structures,
(9) Repair costs to the coastal armor will be determined by current
engineering estimates of replacement and/or repair costs of such
work, and,
(10) After structural failure, the shorefront development, roads, parking
lots, etc., will be repaired to a condition similar to and in the same location
as the pre-storm condition.
The assessment of damages to the existing development is based on the shoreline
position at the time the beach profile surveys are taken. Due to continuing erosion and
shoreline recession, future damages to development would be more severe with a
25
\wi
...",
given storm. This is a result of reduced beach width and the protective value between a
structure and the reference shoreline. Future year damages will be simulated in the
model by estimating the location of the referenced shoreline in future years. The
location of the referenced shoreline will be based on the historical shoreline recession
rate. Future recession is halted at the year an existing seawall or protective coastal
armor is encountered.
The storm damage model requires the physical dimensions of each coastal
development. First, the lot width will be determined from aerial photography and
property tax maps. Secondly, from aerial photography three linear measurements will
be made using the referenced shoreline (mean high water) as the indicator: [1] from the
referenced shoreline to the location of existing coastal armor; [2] from the referenced
shoreline to the face of the structural improvement (zero value); and [3] from the
reference shoreline to the point of full value. In the case of structural improvements
such as single family homes or condominiums, the full value distance point will be the
mid-point or center of the structural improvement. In the case of roads or patios, the full
value distance point is the landward edge of the improvement.
The storm damage model simulates damages in existing and future years and
computes average annual equivalent damages. The resulting damages are given by
structural improvement, damages to the coastal armor, damages to the backfill or the
land area between the coastal armor and the structure, and, damages as a result of
loss of land. Damages or losses to developed shoreline include buildings, pools, patios,
parking lots, roads, utilities, seawalls, revetments and bulkheads etc.
c. Coastal Armor.
Field inspections will be made to determine the type, general location and condition of
coastal armor by lot width within the study limits by other elements of the study team
and provided to the economist. The coastal armor types will be grouped and
categorized by the level of protection provided, unit cost and a damage prevention
index. The level of protection provided by each armor type, based on the field
inspection and engineering judgment, is the amount of shoreline recession each type of
armor would prevent until failure. The unit replacement cost per linear foot will be
based on engineering cost estimates. The damage factor is the percent of armor
repair/replacement needed after failure.
d. Recreation Benefits Analvsis.
The procedures that will be used to quantify recreation demand are described below.
The given scenario is provided as a model for work to be conducted to determine
recreation benefits associated with various shore protection alternatives for the
feasibility study. Any available recreation data specific to public use in the study area
will be evaluated and considered in the formulation of project alternatives for St.
LucieCounty, Florida.
26
~
"""
(1) SCORP - The Florida Department of Environmental Protection
(FDEP), Division of Recreation and Parks, concluded a study in 1970 to develop a
comprehensive program for meeting Florida's outdoor recreation needs. In 1971, the
State Comprehensive Outdoor Recreation Plan (SCORP) entitled "Outdoor Recreation
In Florida" was formally adopted by the Governor as the official outdoor recreation plan
for the State of Florida. This report has been updated and re-published. The most
current report will be utilized in this analysis. This information will be used to derive and
project total salt-water beach participation and allocate this participation from region to
county level. The SCORP report states that each participant seeks at least 200 square
feet of beach space for minimum comfort. A turnover rate of two will be utilized to
account for the fact that the average beach visitor uses the beach for only one-half of a
day, usually in the morning or in the afternoon. This means that twice the effective
beach area and twice the effective parking capacity is available during a given day.
County and/or State recreation professionals will be contacted to determine the average
number of people per vehicle visiting the park/beach. The number of people a parking
area can support is equal to the number of cars the parking area can support multiplied
by the average number of people per vehicle multiplied by two.
(2) Participation Rates - The SCORP report identifies the two sources of
total beach use participation to be resident and tourist participation. These estimates of
total participation are dependent upon estimates and projections of population and
tourist activity. Participation rates are the accepted method of converting resident
population and tourist projections to resident and tourist participation. For this study,
county resident participation rates and state resident participation rates will be
computed from the SCORP supplemental statistical data. Tourist participation rates
were not available on the county level from the SCORP or the supplemental statistical
information. Therefore, the regional tourist participation rate will be utilized as the most
accurate reflection of participation by tourists originating outside the State of Florida.
The tourist participation rate is defined as the average number of times a tourist visiting
a region will participate in saltwater beach activities in the region in a given year.
(3) Regional Demand - The selected method utilizes the SCORP report
tocompute total resident and tourist regional participation. It is not possible to separate
resident and tourist user occasions for the region using this report, thus, the following
method will be employed to determine regional resident demand. Regional population
projections will be obtained from the University of Florida Bureau of Economic Analysis,
Statistical Abstract, which provides projections through the year 2020. The remainder
of the years in the project life will be projected using an extrapolation method. The
regional population for each year will then be multiplied by the regional resident
participation rate to obtain regional demands. The methodology used to determine
regional tourist demand will be somewhat different. Combining information provided by
the SCORP and the Bureau of Economic Analysis, regional tourist demand will be
solved using the following equation: Regional Tourist Demands = Total Demands -
Resident Demands.
27
'-"'
...."
(4) Allocation of Regional Demand to County Demand - Allocation of
regional demands to the county level will be accomplished using the 1989 SCORP
report, current population projections from the University of Florida Statistical Abstract,
and conversations with representatives of St. Lucie County, Florida. Based upon these
data, the annual beach activity demand will be determined.
Current estimates of county population as well as the county resident participation rate
will be utilized to compute resident participation for each county. The most recent
county population projections will be obtained from the University of Florida. The
population for future years will be projected using the extrapolation method.
Participation rates are assumed to be constant over the project life.
Sufficient information is not available from the DNR to compute out-of-state tourist
participation rates at the county level. Therefore, the state tourist participation rate will
be obtained from the SCORP and used as the out-of-state tourist participation rate for
each county.
(5) Distribution of County Demand Within the Project Area - The study
area will be treated as one market area in this analysis. Projected use of area beaches
based upon the total square footage of beach density usage approach insures
proportional distribution of participation over the study area beaches. If one segment of
beach is overcrowded, they all are overcrowded. The opposite is also true. This
insures that a participant will find useable beach if it is available in the study area. No
attractiveness indexes are used to distribute participation. While it is true that
participants may exhibit a preference for a given park because of differences in access
and beach facilities available and that the more desirable beaches will be occupied first,
the avoidance of overcrowding will be the dominant concern. With a project, additional
public beach is created in the study area and excess demand can be accommodated at
the various accesses.
As the beaches in the county erode throughout the project life, the allocation of demand
to these beaches also changes to reflect the decreased amount of useable beach,
which varies in the study area under this condition. Likewise, one could expect a
different distribution of participation with the proposed improvements, which maintain
and increase public areas for recreation at the project beaches. The analysis therefore
provides a realistic and dynamic analysis of beach usage over time.
(6) Without Project - Information defining existing supplies of useable
beach areas for St. LucieCounty, Florida, will be based on aerial photographs updated
to reflect existing beach area. Existing supplies of useable public beach, beach lengths
and erosion rates will be determined. Public areas will then be allowed to erode from
the beginning of the project life and in 1 a-year increments throughout the 50-year
project life. Erosion of public beach areas throughout the project life without the
proposed project is primarily dependent upon mean high water recession rates. The
procedure used to calculate public beach at a given point in time is to multiply the
annual mean high water erosion rate by the front footage of the beach by the time
28
'-'"
...."
increment. The area computed is subtracted from the remaining area in the preceding
time increment if the beach is receding or added if the beach is accreting
(7) With Project - The total capacity of useable public beach with the plan
alternatives requires the following computation:
(a) The computation of the total area of beaches to be
renourished. This is dependent upon average project width.
(b) The deletion of all privately owned land in the re-nourished
area.
(c) The limitation of useable public beach is 1/4 of a mile in
either direction from the nearest access point. The 1/4-mile
limit is measured from the outlying boundaries of access
strips or exiting public parks.
(d) The àddition of all public beach not re-nourished in the study
area.
The computation of useable public beach for St. Lucie County for the without project
condition (unconstrained parking) will be determined. Square footages will then be
converted to the number of people per day that the public beach can support. This
analysis will be done for each park and access strip for each 10 year increment in the
project life for the with- and without-project conditions. A 200 square foot area can
support 2 people per day, which means the effective public beach area is multiplied by
two (2) to compute people per day.
(8) Beach Accessibility-Constrained Parking - Public beach is useable
only if the public has access to it. Accessibility to the beach is determined by the
number of public access points available and available parking, different modes of
transportation available to the public, and the distance one could reasonably expect a
beach participant to walk. Methods of transportation to the beach can be separated
into walk-on participants, drive-on participants, and other modes including bicycling.
Walk-on participants may be further defined into hotel-tourist participants and
single/multi-family participants. Supply in people per day with constrained parking for
the beach fill alternatives for with and without project conditions will be computed.
(9) Demand Allocation Based Upon Supply - Participation is derived by
dividing the supply of beach area for each area in people per day by the total supply for
the study area. These percentages will be used to allocate unconstrained beach
participation. The analysis will be done in 10-year increments with and without the
beach fill alternatives. The resulting participation will be assigned to each area. Percent
demand for without and with project participation, or demand, for constrained parking,
will be illustrated in the Economics Appendix. Yearly user occasions for constrained
parking will also be shown.
29
\w-
""'"
(10) Daily Demand - Historical patterns of beach use along the coast of
Florida is characterized by user groups. These groups define how annual participation
occurs within a given year. Daily attendance within the year reflects the climate or
season, which affects monthly participation. Daily attendance is also influenced by
weekdays and weekends. Daily attendance records will be obtained for 8t. Lucie
County, Florida. Utilizing these records, user groups will be derived by ranking daily
attendance in descending order. Each day's percentage of yearly participation
attributable to that day will be calculated. To reduce the number of groups and simplify
the computational process, groups with similar percentages will be averaged. The net
result will be user groups representing all 365 days in the year.
(11) Recreation Benefits Analysis - Recreation benefits will be been
computed for each 1 O-year increment in the project life for the project area. Total
demand for each user group per day expressed as people per day will be calculated. If
this result is larger than the without project condition supply in people per day, the
remaining demand is unsatisfied. The unsatisfied demand for each user day group will
be multiplied by the number of days in the group. This value indicates in user days the
extent of overcrowding in the user group. Negative numbers indicate excess capacity.
The total participation for each group in people per day will be determined. The number
of participants will be multiplied by the value of a user visit to derive the total value of
user visits without the project for each group.
This procedure will be repeated for the recommended plan using with project supply
and demand values. The difference between the without project and with project value
of user visits is the benefit for a given user day group. The sum of the benefits
computed for each user group is the annual recreational benefit attributable to the area
in a specific year fora given alternative.
(12) Average Annual Benefits - Benefits will be displayed for the study area
for the recommended plan in 1 O-year increments. These benefits will be computed
based on the assumption that the recommended plan dimensions will be maintained
over the project life. The benefits shown will be the difference between the with- and
without-project condition. Benefit will be shown for the beginning and ending of each
1 O-year period. The benefits will be amortized and discounted at the current federally
mandated interest rate to obtain the average annual equivalent benefit.
c. Economics Appendix.
An economics appendix will be prepared. The appendix will include explanations
and examples of data collection, analytical techniques and methodologies,
computations, and results of analyses. The appendix will describe both the storm
damage prevention and the recreation benefits analyses. The appendix will include
sufficient detail to permit review of methodologies and assumptions used to calculate
benefits and to verify the benefit calculations.
30
\w'
''WfIJI
Costs for all technical subtasks include attending study meetings (internal, external,
public) for the duration of the study; interim (when a task is completed) and final write-
ups of all technical work to a quality that may be directly incorporated into overall
project reports; responses to comments; travel; providing interim information as
requested by the planning technical leader and supervision and administration.
X. Plan Formulation. Plan formulation is the process whereby project
alternatives (specific project features) are conceived and developed to satisfy planning
objectives. Combinations of measures are then coordinated to develop
comprehensive, systematically formulated alternatives.
Alternatives consist of a system of structural and/or nonstructural measures, strategies,
or programs formulated to alleviate the shoreline erosion problems and reduce storm
damage.
Alternatives are formulated in consideration of four criteria: completeness,
effectiveness, efficiency, and acceptability. Completeness is the extent to which a
given alternative provides and accounts for all necessary investments or other actions
to ensure the realization of the planned effects. Effectiveness is the extent to which an
alternative solves the specific problems and achieves the specified opportunities.
Efficiency is the extent to which an alternative is the most cost effective means of
solving the problem and realizing opportunities consistent with protecting the nation's
environment. Acceptability of the alternative is acceptance by state and local entities
and the public and compatibility with existing laws, regulations, and public policies.
An initial matrix of alternatives designed to solve the erosion problems in the study area
will be developed. The alternatives are to include the no action plan, structural, and
non-structurural. Structural alternatives may include breakwaters, seawalls, and
revetments while non-structural alternatives may include beach renourishment and
nearshore disposal of beach quality material. Intermediate alternatives shall include
measures to mitigate effects on environmental resources, if necessary.
Documentation of the plan formulation process will be prepared and incorporated into
the main body and technical appendices of the Feasibility Report.
XI. Coordination and Public Involvement. A minimum of two public
information sessions will be held, one near the beginning of the study to inform the
general public of study initiation and study goals, and the other near the end of the
study to formally present the results of the study. The Government and the Sponsor
will conduct the meetings jointly. The Government and/or the Sponsor will prepare fact
sheets and information papers as needed, Public information sessions will be designed
in a manner, which best provides information to interested and affected publics.
A scoping meeting will also be held with the resource agencies soon after initiation of
the study as described in Section IV, Environmental Studies.
31
\.r
....""
XII. Project Management Business Processes. Study Management efforts
will ensure that the planning goals, objectives and guidance are responded to and all
items in the scope of work are preformed. These tasks will be performed by the
Planning Technical Leader (PTL) who will be responsible for holding periodic meetings
with technical elements to review progress; preparing project related correspondence;
coordinating with Federal, State and local agencies to ensure that all have been
informed of proposed plans of improvement as well as the progress of the study; and
providing guidance and support as required to ensure that questions have been
answered and problems have been resolved from the start of the study to the review
and approval of the final report at higher levels. The PTL will coordinate development
and production of the feasibility report.
Management of the feasibility phase of the study will be a cooperative effort between
Sponsor representatives and the Government.
Project Delivery Team (PDT) The PDT will be responsible for the development of
planning alternatives and will ensure that the study tasks in the PMP are executed on
time and within budget. PDT meetings will be held with the technical specialists
working on the study items to discuss the status of the study and share information.
These meetings will provide a forum for communication between team members for the
purpose of resolving major and minor issues and scheduling future work. Progress and
problems shall be discussed to facilitate actions by management to allot resources,
coordinate issues, or seek additional advice or expertise so as to maintain study
progress and to address all relevant issues. The PDT will identify and address
pertinent issues and act within their authority to resolve them. Study team meetings will
be held as required. Representatives of the sponsor will be included on the PDT.
Contractors may also be included as needed. A Project Manager (PM), assigned by
the Deputy District Engineer for Programs and Project Management, will be included in
the PDT and will lead the PDT in the accomplishing the scope of work. The PM will
assure that the Project Management Plan address the roles, responsibilities, rights,
obligations and level of participation of the Government, Sponsor, and other parties
during all phases of the study/project. The PM will retain project management
responsibilities for the project through all phases of development as long as there is
Government involvement.
Project related correspondence should be prepared as necessary. This shall include
responses to public, government, special interest groups, Congressional, or other
inquiries directly or indirectly relating to study activities or the study area. A status
report will be provided by the PM on a monthly basis. The PM is responsible for
providing status reports to the sponsor.
Contract negotiation and administration shall require some or all of the following for
each study element performed for the Government by a contractor:
a. Preparation of a scope of work,
32
"w
"..",,1
b. Preparation of Government cost estimate,
c. Selection of a contractor,
d. Negotiation, and award contract,
e. Monitoring progress of the work, and
f. Review completed product.
Coordination with other agencies shall include phone calls, e-mails, on-site visits and/or
correspondence with Federal, State, and local government agencies; institutions;
businesses or groups with expertise, responsibilities, or resources related to shore
protection, inlet studies or management, transportation, highways, environmental
resources, or other areas of interest.
XIII. Project Management. Project management's specific role and
responsibilities consist of coordination with the Sponsor and ensuring that the cost,
budget, schedule, scope and quality requirements of the government and the Sponsor
are met. The PM will coordinate with the functional elements of the Sponsor as well as
the Government and non-government entities. The PM manages the parameters
related to the completion of the report and has authority to control all direct charges to
the project accounts. Although the technical managers are responsible for the content
and quality of the technical products, the Project Manager has overall responsibility to
ensure technical integrity.
Study budgeting and accounting shall require preparation of annual budget
documentation and monitoring of study expenditures. Budget documentation shall
consist of the project cost and benefit estimates, and study cost estimates and related
project information sheets needed to support budget reviews and to reflect changing
interest rates or cost estimates. Monitoring and managing of study funds shall require
preparation of annual obligation and expenditure schedules and monthly fund obligation
projections; regular continuing review of progress relative to expenditures; monthly
review and reconciliation of Finance and Accounting System status report with actual
and planned charges against the study; coordination of progress on funds obligations
and expenditures with reviewing headquarters; and negotiations, transfer of funds, and
monitoring expenditures for USFWS studies. At the end of each fiscal year, the PM will
prepare an accounting of the funds expended in each study activity and provide it to
project sponsor. The PM is responsible for timely notification to the sponsor of funds
needed for the coming fiscal year
The Jacksonville District will record, document, and verify all study costs. The District
Finance and Accounting office will be responsive to the non-Federal Sponsor and PM
by providing the following during the course of the study:
33
\w-
~
a. Current and accurate financial reports as required in the FCSA and PMP to
the PM and PTL for provision to the Sponsor at least quarterly,
b. All values of approved credits (in-kind services) performed by the Sponsor as
reflected in the official accounting records,
c. All costs subject to cost sharing are reported to the PM through the official
Jacksonville District Finance and Accounting office accounting records
IXV. Report Preparation/Reproduction The feasibility report shall consist of
the main report, NEPA document, and related appendices and will be prepared in
compliance with the requirements of Engineer Regulation (ER) 1105-2-100, Policy and
PlanninQ, Guidance for ConductinQ Civil Works PlanninQ Studies. The report shall be a
complete decision document and as such shall include a complete presentation of plan
formulation. The report shall be based on studies and investigations conducted as part
of the feasibility study and from published reports applicable to the study area. The
main report shall be direct, concise, and written in an easy-to-understand style using
appropriate graphics, illustrations, and photographs. The main report shall include the
study findings and recommendations.
The length and detail of the NEPA document shall conform to the regulations contained
in ER 200-2-2, Policy and Procedures for Implementation of the National Environmental
Policy Act.
The appendices shall be technical reports written for technical reviewers. The length
and detail of the appendices shall be sufficient to cover all aspects of the subject.
Ample graphics and other illustrations shall be used to facilitate the presentation.
XV. Independent Technical Review (ITR). ITR is performed at key points in
the study process to ensure the proper application of appropriate regulations and
professional procedures. Skilled and experienced personnel who have not been
associated with the development of the study products perform the ITR. ITR team
members may be employees of U.S. Army Corps of Engineer Districts, other Federal
agencies, state or local government agencies, universities, private contractors or other
institutions. The key factor is extensive, expert knowledge in their field of expertise.
XVI. Project Management Plan for Preconstruction Engineering and Design
(PED). An initial draft PMP for PED will be developed according to current guidance. It
will address the schedule and cost of PED and construction activities. These activities
will include preparation of plans and specifications for the initial construction contracts.
XVII. Feasibility Phase Completion. The total cost for the feasibility phase of
the St. Lucie County, Florida coastal shoreline protection study is estimated at
$1,975,600 (Appendix C). The Sponsor will be advised when the feasibility phase is
34
~
...",
completed. All books, records, documents, and other products of the study will be
available to the parties of the FCSA following completion or termination of the study.
XVIII. Review Contingency. The review contingency provides the funds to
cover any additional analysis, documentation, or rewriting necessary after final report
submission. It also covers attendance at any meetings with USACE staff during the
review process on the study findings in the report.
XIX. Sponsor Responsibilities. The following summarizes sponsor
responsibilities contained in this document:
a. Designate members to the study management team;
b. Assist in public, resource and other agency meetings;
c. Aid in the determination of consistency between plans evaluated;
d. Assist in the determination of future improvements;
e. Assist with real estate studies;
f. Participate in team meetings;
g. Review draft and final reports
11. STUDY SCHEDULE. A listing of the major milestones for the feasibility study is
provided in Attachment B. Attachment B provides a network schedule depicting the
currently envisioned process for the completion of the feasibility study phase. The
activities required to complete the study are broken down by organization in the
description provided.
12. CURRENT SCHEDULE. The current schedule assumes that funding of the
feasibility study begins in Fiscal Year 2004. Budget allocations are for completion in
Fiscal Year 2008. The termination procedures, as defined in Article XII, assume no
interruption in funding occurs over the life of the study. The schedule assumes that
there will be no major changes or funding problems during the conduct of the feasibility
phase.
35
\w
'-"
13. STUDY FUNDING. To maintain the schedule in Attachment S, the feasibility
phase would require the current estimated funding requirements for implementation of
the study as shown below.
Fiscal Total Sponsor
Year Fundinq Federal Cash In-Kind
2004 $130,000 $65,000 $0 $65,000
2005 $500,000 $250,000 $0 $250,000
2006 $500,000 $250,000 $0 $250,000
2007 $500,000 $250,000 $0 $250,000
2008 $462.600 $172,800 $0 $172.800
Total $1,975,600 $987,800 $0 $987,800
The feasibility study cost is a shared 50/50 responsibility between the Federal
Government and the Non-Federal sponsor. Of the total study cost of $1 ,975,600, it is
expected that $987,800 will be the Non-Federal sponsor requirement and $987,800 will
be the Federal government requirement. The Non-Federal sponsor's share may be in
cash or in-kind services.
14. STUDY COST ESTIMATES. The feasibility study cost estimate is in Appendix C.
36
~
ST. LUCIE COUNTY, FLORIDA
HURRICANE AND STORM DAMAGE
REDUCTION STUDY
PROJECT MANAGEMENT PLAN
ATTACHMENT A
PROJECT MAP
...",.
'-'
BUll
t.',:0
"", .,,,,r' "~{J
},~.\. .
'3fi"\~
)+.....{.'.'.,~~~' \\t{,.
l:)'".£~: ,," ,'I- \\~\':::~
.~fK\ry ..t;,l, \ ,~
'<' ''fu < .... \ ,.J
".t~;.. ~¡;; {, \ ' ',"
(.~:.<i~, ,;\\ ~"
"'''- \~ "~
,. ,,'f \1ó~
'" \ 'i>'
'. \ '\
.'\: :....
\_~!I;,
"¥.f~
\, "- '~\f t1in
'. '/f~
\\ ':*t\'
\\' \;\
'\, '¡¡,}l
'~~ f,~.
\\ ''ic\
Vi h
h\
E?~ £:'
, ..~
Figure 1. Location
Potential Study Area
Limit
Map of
- North
'..""".
t
~,
. j-.-'ó
'.....
... "n.. . .,.. ~,.
'~ . .. ,. .' _. . ":," A" ,'0
:~...<i""""'/ ..
.'
'7
~
~
....
'\
\\
~
\
)
. \
/ \
l~, \
{" ~(r;:~'~'; \
..r'...~Y..,}:"_ .;. .
,:;1>·';i,~i" \', \
tf-df.-oJ/'j';¡i!.'· ('i:
):tfil~~;¡,\ \~ .\
4j".7 .~.j¡,. ~. ~
'.','. Y·~¡~~çî?í~' ~.
~l: ...,,-t."j; jj' 't·, ,. \
;!t~t~ -~A¥,f::"11~~.î~,·;\
l"'/!,'~: ,f';¡¡'~!';fr 'f \,
¡;tl\';i;'·",,· (,4:;:: ;~.". ~"~'I'~i'Ç-' ""
~'..' ",.,;;F,'; f;"!¡!E~,\ , \\,,>-,;~.
;.,¡;';"'..,".'.,j...... ""ì
......~'·7h~'F;1:;..., \,-,,';,
,/~ ~', ~l~:~;~,~ti.. \~\
,/-c' ",\~,'~ ",,~;:ti' ') \ ~":\
\¿?, ~~:~~. ':~~('1~\(t )~
.. .¢'~\~ 0' ,.
\ ).. - k:r:r:~,p, \ '
;,,~''''~~ ;~~, 't, '~~
';~~~:J~ ''\
~~tJ~~,;'~\ '~"
" "''''''''~:' \"
"':':~f)\"\~"
',',,'-~" \, ,à
[(;~~";~. ,'(' ... '~,\
. ~:~~,'~i~:{f1 "{~~
'\\"~""; :~ ~\ 1"
ì.: . : Y¡, ~i\.
) \,t 1',;~ ~!\~
to ., (t',: .,;",,\ L..\
\ Pé, Ci:ft~·i·\,.\\
Yo. 7'" ;.c8¡::·i:~::~~:~:~-.t~~:o0\
s.~:~ .,. ~¡ .:__'' ~;:. 1'(. II,>
(". \,:L,-,¡) \ \~\
ST LUCIE CO ';-'l -Ii v,:" "~'i- "'. \".\.)
------MÄiiTrNCÕ--------~-~-:a ~~~~,~~~.,
~ ~ ~PE;'~~.~~,
~~.,\,\
"'tt> J~?;i~Ç': ;;;' }"" ,~;~;,; \i~\ì
~ (j ~. ~...^>, ¿ ,.~..l'¡"'·1.""Í t ..'to.),eww;u
~ h;:::;;-"~ "'>~~~~~~?;~:;;J;~~c~lit~\~'~,. Jon... a....
r".kAWa~--~'''::-' ,...../ '-<-"",'I';:>""'. .'. ., p""
BrldIt·-- ~_~/ ,-";p;;,(c,~¡,
."'" ~""> i,.' ',,;.~""."'),
"~:~~.':' \ ';,j.
. 'ÍfI!'.\< 't'-.;,
.!".:, \ ·,"}i\
':' ,., "\ J..-
'-'
1;.
...
T
'ò
Y...
'}
....
~
'1,
oJ·
~
·t·
-
'Z
'ò
......
~
'i..
,..
':.
..
'i
~...
<$1
~,
'7
f)
-;.
1,,-
,¡.,
o
¢
....
¿
-ø
Y/J
~..
.....'....'.'
"f. _:;J
,~
.' '<"
.'" , ~...\
'. '\ Yf
....
~
~
...
'"
tt>
~
...
.'.
t"
1;. ~
.. ""
\
..
~
"
- -,-' ~-~.-
""""
t
+.
Figure la. Location Map of Potential
Study Area(Cont.) South Limit
\w
ST. LUCIE COUNTY, FLORIDA
HURRICANE AND STORM DAMAGE
REDUCTION STUDY
PROJECT MANAGEMENT PLAN
ATTACHMENT 8
STUDY SCHEDULE
'wi
\w
ST. LUCIE COUNTY, FLORIDA
HURRICANE AND STORM DAMAGE
REDUCTION STUDY
STUDY SCHEDULE
TASK
.'tttt1IfI
DATE
30 JUL 04
District & Non-Federal Sponsor Sign & Execute FCSA
Initiate Feasibility Phase Study
Public Workshop/Initial Scoping Meeting
Feasibility Scoping Meeting (FSM)
Prepare Draft Report
Independent Technical Review
Alternative Formulation Briefing (AFB)
Respond to Project Guidance Memorandum
Draft Feasibility Report and NEPA Document for Public Review
Revise and Prepare Final Feasibility Report
Public Meeting
Submit Final Report to South Atlantic Division (SAD)
Completion of Feasibility Report/Division Engineer's Public Notice
1
AUG 04
JAN 05
JUN 05
FEB 06
MAR 06
J U L 06
SEP 06
MAY 07
JUL 07
SEP 07
DEC 07
1 APR 08
'-'
ST. LUCIE COUNTY, FLORIDA
HURRICANE AND STORM DAMAGE
REDUCTION STUDY
PROJECT MANAGEMENT PLAN
ATTACHMENT C
FEASIBILITY STUDY COST ESTIMATE
..."
.....
..."
ST. LUCIE COUNTY, FLORIDA
HURRICANE AND STORM DAMAGE
REDUCTION STUDY
PROJECT MANAGEMENT PLAN
MAJOR WORK ITEMS SPONSOR FEDERAL TOTAL
Public Involvement $30,000 $30,000
Environmental (PD-E)
Biological Investigations . $5,000 $5,000
Hardbottom Surveys (Contract) $60,000 $60,000
Borrow Area Investigations (Contract) $70,000 $70,000
Environmental Impact Statement (Contract) $120,000 $120,000
NEPA Coordination $4,000 $4,000
FWS Coordination Act Report $30,000 $30,000
FWS Scope of Work and Coordination Ltr $2,000 $2,000
Endangered Species Consultation $4,000 $4,000
. Cultural Resource Assessment (Contract) $75,000 $70,000
Cultural Resource Coordination $40,000 $40,000
Contract Prep/Monitoring $50,000 $50,000
Water Quality Certification $25,000 $25,000
HTRW Investigations $10,000 $10,000
Internal Coordination $3,000 $3,000
Sub-Total (Environmental) $250,000 $248,000 $498,000
Economic Studies (PD-D)
Data Collection and Database Creation
Without Project Damages
With Project Damages
NED Benefit - Cost Analyses
Recreation Benefits
Write-up
ITR, Comment Responses, Support to Formulation
Real Estate Studies (CESAJ-RE)
Sub- T otal(Economics)
Project Management (DP-C)
$41,125
$17,600 $17,600
$8,800 $8,800
$7,040 $7,040
$8,800 $8,800
$35,200 $35,200
$17,600 $17,600
$24,640 $24,640
$25,000 $25,000
$144,680$144,680
$41,125 $82,250
Engineering (EN)
Surveying and Mapping
$131,920
$131,920
~.
...",
Hydrology and Hydraulics (EN-H)
Cost Estimates (EN-C)
Geotechnical Engineering (EN-G)
Sub-total (Engineering)
$149,240 $149,240
$30,000 $30,000
$475.000 $475.000
$606,920 $179,240 $786,160
Real Estate Studies (RE-A) $65,000 $65,000
Study Management (PD-PN) $50,000 $50,000
Plan Formulation and Evaluation (PD-PN) $80,000 $80,000
Report Preparation and Reproduction (PD-PN) $40,000 $40,000
Technical Review J20,000 J20,000
Sub-Total (rounded) $898,000 $898,000 $1,796,000
Study Contingency (10%)(rounded)
TOTAL STUDY COST
J89,800 J89,800 J179,600
$987,800 $987,800 $1,975,600
MAJOR WORK ITEMS
STUDY COST
COST SHARING FOR FEASIBILITY STUDY
TOTAL STUDY COSTS
$1,975,600
50% FEDERAL SHARE
$987,800
$987,800
50% SPONSOR SHARE
IN-KIND SERVICES
**
CASH FUNDS
**
TOTAL SPONSOR SHARE
$987,800
** 100% of the Sponsor share can be in cash or in-kind services
2
~
ST. LUCIE COUNTY, FLORIDA
HURRICANE AND STORM DAMAGE
REDUCTION STUDY
PROJECT MANAGEMENT PLAN
ATTACHMENT D
SECTION 905(b) REPORT
..."