Loading...
HomeMy WebLinkAboutAgenda Packet 02-27-01\r *Oif FEBRUARY 27, 2001 9:00 AM BOARD OF COUNTY COMMISSIONERS MEETING AGENDA WELCOME 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 ITEMS- 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 Tuesdays 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 ready 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 for general public comment. Please limit comments to five minutes. DECORUM- Please be respectful of others opinion. 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. Anyone with a disability requiring accommodation to attend this meeting should contact the St. Lucie County Community Services Manager at (561) 462-1777 or TDD (561) 462-1428 at least forty-eight(48) hours prior to the meeting. BOARD OF COUNTY COMMISSIONERS www.stlucieco.gov AGENDA February 27, 2001 9:00 A.M. INVOCATION PLEDGE OF ALLEGIANCE 1. MINUTES John D. Bruhn District 1 Doug Coward District 2 Paula A. Lewis District 3 Frannie Hutchinson District 4 Cliff Barnes District 5 Approve the minutes of the meeting held February 20, 2001. QPP(-oVe e[, 2. PROCLAMATION/PRESENTATION a) Letter of Appreciation / Acceptance of Donation - The Board will present a Letter of Appreciation to the North Side Ball & Bat Club for the donation of $5,000 to be used towards the construction of two batting cages at Horatio Grisby Park. b) Budget Resolution No. 01-067 - Consider staff recommendation to accept the Northside Ball & Bat Club donation and approve the budget resolution to appropriate and expend the funds. PfpJrdJ GENERAL PUBLIC COMMENT CONSENT AGENDA P (U S (2,A [,(I A, A App rD de f� PUBLIC HEARINGS PUBLIC WORKS 5A. Engineering / Resolution No. 01-044 / Oleander Business Park MSBU - Consider staff recommendation to approve the resolution stating the county's intent to use the uniform method of collecting non -ad valorem special assessments for the Oleander Business Park MSBU. dowsed 1%r REGULAR AGENDA FEBRUARY 27, 2001 PAGE TWO 6. COUNTY ATTORNEY A. Indian River Estates Stormwater Retention Project / Contract for Sale and Purchase / Friedel Parcel - Consider staff recommendation to approve the Contract for Sale and Purchase, authorize the Chairman to execute the agreement, and direct staff to close the transaction and record the document in the Public Records of St. Lucie County, Florida. f0zty B. Resolution No. 01-70 - Consider staff recommendation to approve the resolution supporting the Florida Public Service Commission petition to the Federal Communication Commission. fJ'I AIRPORT I cat_ Interlocal Agreement / St. Lucie County and the City of Vero Beach - Consider staff recommendation to approve the Interlocal Agreement to hire a consultant in Washington, D.C. for the purpose of persuading the Federal Government to install, operate, and maintain an ASR-11 radar facility on the Treasure Coast which will serve at a minimum St. Lucie County International Airport and Vero Beach Airport, for a total price of $4,000 per month plus expenses, not to exceed $2 50 per month. The airport would be responsible for 50% of the monthly cost with a maximum local share of $27,000 over 12 months. 8. ADMINISTRATION Bi-weekly Committee Reports - The Board will give updates on the various committees and advisory boards that they serve on. - .w CONSENT AGENDA February 27. 2001 WARRANTS LIST Approve warrants list No. 21 LEISURE SERVICES A. RFP No. 01-019 / Snack Vending for St. Lucie County Municipal Buildings - Consider staff recommendation to award the RFP to Lance, Inc., the No. 1 ranked proposer, and authorize staff to negotiate a contract. In the event that negotiations are unsuccessful with Lance, staff requests permission to negotiate a contract with Bob's Vending Services, the No. 2 ranked proposer. B. Addendum to Interlocal Agreement / Savannas Recreation Area - Consider staff recommendation to approve the addendum to the Interlocal Agreement with the City of Fort Pierce, and authorize the Chairman to sign the agreement. C. Award of Addendum 2 Bid No. 01-012 / Lawnwood Maintenance Storage Buildings- Consider staff recommendation to grant permission to enter into a contract with Jim Wright Construction, and authorize the Chairman to sign the contract as prepared by the County Attorney. PURCHASING A. Piggy Back City of Tallahassee's Bid for Whisper Chipper / Equipment Request No. EQ01-092 - Consider staff recommendation to grant permission to piggy back the bid for the Whisper Chipper in the amount of $22,955 from Vermeer SE Sales. B. Bid No. 01-023 / Sale of Overhead Hoist (Public Works/Solid Waste) - Consider staff recommendation to award the bid to Stanley Brown, Brad Ragan, Inc. for the amount of $3,500. C. Permission to advertise for Bids -Consider staff recommendation to grant permission to advertise for bids for the publication of the delinquent tax notices. D. Piggy Back Martin County bid for Roadway Striping - Consider staff recommendation to grant permission to piggyback the bid for Roadway Striping in the amount of $ 50,000, and authorize the Chairman to sign the contract as prepared by the County Attorney. 4. CENTRAL SERVICES Bid No. 01-011 / Moving Services - Consider staff recommendation to reject all bids and grant permission to submit a new bid for Moving Services. *#AW `.r CONSENT AGENDA FEBRUARY 27, 2001 PAGE TWO 5. PUBLIC WORKS Solid Waste / Balefill & Recycling Facility Project - Consider staff recommendation to approve Change Order Number 1, to Adams Robinson in the amount of $242,999.59, for 49 additional days to provide a fire suppression sprinkler system and water main revisions, telephone/fiber optic cable additions, and unsuitable soil removal. 6. COUNTY ATTORNEY A. Region 20 WAGES Coalition / Community Service Work Experience Program Agreement - Consider staff recommendation to approve the proposed Community Service Work Experience Program Agreement with the Region 20 WAGES Coalition, and authorize the Chairman to sign the agreement. B. Dock Use Agreement / Downeast Sailing Adventures - Consider staff recommendation to approve the agreement, and authorize the Chairman to sign the agreement upon receipt of the signed originals from Downeast Sailing Adventures. C. Educational Facilities Impact Fees - Consider staff recommendation to approve the Amended and Restated Interlocal Agreements with the City of Fort Pierce, Port St. Lucie and St. Lucie Village, and authorize the Chairman to sign the agreements. D. Software Maintenance Agreement / Graphic Computer Solutions, Inc. - Consider staff recommendation to approve the agreement and authorize the Chairman to sign the agreement. INVESTMENT FOR THE FUTURE A. Bid No. 01-025 - Consider staff recommendation to award the bid for the 53`d Street at Canal C-25 Project for bridge repair and rehabilitation of existing bridge structure and roadway improvements to Sheltra & Son Construction Company, Inc., the lowest bidder, in the amount of $143,161.50, establish the project budget, and authorize the Chairman to sign the contract as prepared by the County Attorney. B. Bid No. 01-026 - Consider staff recommendation to award the bid for the Taylor Dairy Road over Canal C-25 Project for bridge repair and rehabilitation of existing bridge structure and roadway improvements to M & J Construction Company of Pinellas County, Inc., the lowest complete bidder, in the amount of $98,713.96, establish the project budget, and authorize the Chairman to sign the contract as prepared by the County Attorney. C. Engineering / Change Order 1 / Keen Road Bridge Replacement - Consider staff recommendation to approve the change order in the amount of $8,463.79 for the Keen Road Bridge Replacement. *#AW 1% 00 CONSENT AGENDA FEBRUARY 27, 2001 PAGE THREE PUBLIC SAFETY Interlocal Agreement with the St. Lucie County Fire District / E911 Dispatch - Consider staff recommendation to approve the Interlocal Agreement and authorize the Chairman to sign the agreement. 9. MANAGEMENT AND BUDGET A. Budget Resolution No. 01-46 - Consider staff recommendation to adopt the budget resolution to appropriate and expend the anticipated FRDAP South County Regional Stadium Grant passed through the City of Port St. Lucie, in the amount of $150,000. B. Budget Resolution No. 01-68 - Consider staff recommendation to adopt the budget resolution to appropriate and expend the anticipated $70,000 contribution from the City of Fort Pierce for the Smithsonian Marine Ecosystem Exhibit. 10. ADMINISTRATION Village Green Lease - Consider staff recommendation to approve the third addendum to the shopping center lease with Finova Capital Corporation for the period of February 1, 2002 to January 31, 2003 for the Village Green Property. r. 1%0 BOARD OF COUNTY COMMISSIONERS ADDITIONS AGENDA February 27, 2001 CONSENT AGENDA COUNTY ATTORNEY C-A.1 RFP No. 01-020 (Janitorial Services) / Bid Protest by R&R Corporate Systems, Inc. - Consider staff recommendation to reject all proposals submitted in response to RFP No. 01-020 and authorise staff to readvertise the RFP. C-A.2 Midway Industrial Park / Release of Letter of Credit - Consider staff recommendation to approve the release of the Letter of Credit in favor of the Developers of Midway Industrial Park. 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 (561) 462-1777 or TDD (561) 462-1428 at least forty-eight(48) hours prior to the meeting. %W 1.s1 FEBRUARY 27, 2001 9:00 AM BOARD OF COUNTY COMMISSIONERS MEETING AGENDA WELCOME 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 ITEMS- 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 Tuesdays 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 ready 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 for general public comment. Please limit comments to five minutes. DECORUM- Please be respectful of others opinion. 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. Anyone with a disability requiring accommodation to attend this meeting should contact the St. Lucie County Community Services Manager at (561) 462-1777 or TDD (561) 462-1428 at least forty-eight(48) hours prior to the meeting. v .✓ BOARD OF COUNTY COMMISSIONERS www.stlucieco.gov AGENDA February 27, 2001 9:00 A.M. INVOCATION PLEDGE OF ALLEGIANCE MINUTES John D. Bruhn District 1 Doug Coward District 2 Paula A. Lewis District 3 Frannie Hutchinson District 4 Cliff Barnes District 5 Approve the minutes of the meeting held February 20, 2001. PRO CLAMATION/PRESENTATION a) Letter of Appreciation / Acceptance of Donation - The Board will present a Letter of Appreciation to the North Side Ball & Bat Club for the donation of $5,000 to be used towards the construction of two batting cages at Horatio Grisby Park. b) Budget Resolution No. 01-067 - Consider staff recommendation to accept the Northside Ball & Bat Club donation and approve the budget resolution to appropriate and expend the funds. 3. GENERAL PUBLIC COMMENT 4. CONSENT AGENDA PUBLIC HEARINGS PUBLIC WORKS 5A. Engineering / Resolution No. 01-044 / Oleander Business Park MSBU - Consider staff recommendation to approve the resolution stating the county's intent to use the uniform method of collecting non -ad valorem special assessments for the Oleander Business Park MSBU. NOTICE: All Proceedin sbeforethis action taken by the Boar at these mei to ensure that a verbatim record of ti individuals testifying during a bean opportunity to cross-examine any ind requiring accommodation to attend Manager at (561) 462-1777 or TDD ( riled. Any pE Proceedings the request irty to the p ecides to appeal any h purpose may need to the proceedings, will be granted the one with a disability :ommunity Services %4. ..r REGULAR AGENDA FEBRUARY 27, 2001 PAGE TWO 6. COUNTY ATTORNEY A. Indian River Estates Stormwater Retention Project / Contract for Sale and Purchase / Friedel Parcel - Consider staff recommendation to approve the Contract for Sale and Purchase, authorize the Chairman to execute the agreement, and direct staff to close the transaction and record the document in the Public Records of St. Lucie County, Florida. B. Resolution No. 01-70 - Consider staff recommendation to approve the resolution supporting the Florida Public Service Commission petition to the Federal Communication Commission. 7. AIRPORT Interlocal Agreement / St. Lucie County and the City of Vero Beach - Consider staff recommendation to approve the Interlocal Agreement to hire a consultant in Washington, D.C. for the purpose of persuading the Federal Government to install, operate, and maintain an ASR-11 radar facility on the Treasure Coast which will TN P serve at a minimum St. Lucie County International Airport and Vero Beach Airport, for a total price of $4,000 per month plus expenses, not to exceed $2 50 per month. The airport would be responsible for 50% of the monthly cost with a maximum local share of $27,000 over 12 months. 8. ADMINISTRATION Bi-weekly Committee Reports - The Board will give updates on the various committees and advisory boards that they serve on. ..0� CONSENT AGENDA February 27. 2001 1. WARRANTS LIST Approve warrants list No. 21 LEISURE SERVICES A. RFP No. 01-019 / Snack Vending for St. Lucie County Municipal Buildings - Consider staff recommendation to award the RFP to Lance, Inc., the No. 1 ranked proposer, and authorize staff to negotiate a contract. In the event that negotiations are unsuccessful with Lance, staff requests permission to negotiate a contract with Bob's Vending Services, the No. 2 ranked proposer. B. Addendum to Interlocal Agreement / Savannas Recreation Area - Consider staff recommendation to approve the addendum to the Interlocal Agreement with the City of Fort Pierce, and authorize the Chairman to sign the agreement. C. Award of Addendum 2 Bid No. 01-012 / Lawnwood Maintenance Storage Buildings - Consider staff recommendation to grant permission to enter into a contract with Jim Wright Construction, and authorize the Chairman to sign the contract as prepared by the County Attorney. 3. PURCHASING A. Piggy Back City of Tallahassee's Bid for Whisper Chipper / Equipment Request No. EQ01-092 - Consider staff recommendation to grant permission to piggy back the bid for the Whisper Chipper in the amount of $22,955 from Vermeer SE Sales. B. Bid No. 01-023 / Sale of Overhead Hoist (Public Works/Solid Waste) - Consider staff recommendation to award the bid to Stanley Brown, Brad Ragan, Inc. for the amount of $3,500. C. Permission to advertise for Bids -Consider staff recommendation to grant permission to advertise for bids for the publication of the delinquent tax notices. D. Piggy Back Martin County bid for Roadway Striping - Consider staff recommendation to grant permission to piggyback the bid for Roadway Striping in the amount of $50,000, and authorize the Chairman to sign the contract as prepared by the County Attorney. 4. CENTRAL SERVICES Bid No. 01-011 / Moving Services - Consider staff recommendation to reject allbids and grant permission to submit a new bid for Moving Services. CONSENT AGENDA FEBRUARY 2 7, 2001 PAGE TWO 5. PUBLIC WORKS Solid Waste / Balefill & Recycling Facility Project - Consider staff recommendation to approve Change Order Number 1, to Adams Robinson in the amount of $242,999.59, for 49 additional days to provide a fire suppression sprinkler system and water main revisions, telephone/fiber optic cable additions, and unsuitable soil removal. 6. COUNTY ATTORNEY A. Region 20 WAGES Coalition / Community Service WorkFxperience Program Agreement - Consider staff recommendation to approve the proposed Community Service Work Experience Program Agreement with the Region 20 WAGES Coalition, and authorize the Chairman to sign the agreement. B. Dock Use Agreement / Downeast Sailing Adventures - Consider staff recommendation to approve the agreement, and authorize the Chairman to sign the agreement upon receipt of the signed originals from Downeast Sailing Adventures. C. Educational Facilities Impact Fees - Consider staff recommendation to approve the Amended and Restated Interlocal Agreements with the City of Fort Pierce, Port St. Lucie and St. Lucie Village, and authorize the Chairman to sign the agreements. D. Software Maintenance Agreement / Graphic Computer Solutions, Inc. - Consider staff recommendation to approve the agreement and authorize the Chairman to sign the agreement. INVESTMENT FOR THE FUTURE A. Bid No. 01-025 - Consider staff recommendation to award the bid for the 53rd Street at Canal C-25 Project for bridge repair and rehabilitation of existing bridge structure and roadway improvements to Sheltra & Son Construction Company, Inc., the lowest bidder, in the amount of $143,161.50, establish the project budget, and authorize the Chairman to sign the contract as prepared by the County Attorney. B. Bid No. 01-026 - Consider staff recommendation to award the bid for the Taylor Dairy Road over Canal C-25 Project for bridge repair and rehabilitation of existing bridge structure and roadway improvements to M & J Construction Company of Pinellas County, Inc., the lowest complete bidder, in the amount of $98,713.96, establish the project budget, and authorize the Chairman to sign the contract as prepared by the County Attorney. C. Engineering / Change Order 1 / Keen Road Bridge Replacement - Consider staff recommendation to approve the change order in the amount of $8,463.79 for the Keen Road Bridge Replacement. CONSENT AGENDA FEBRUARY 27, 2001 PAGE THREE 8. PUBLIC SAFETY Interlocal Agreement with the St. Lucie County Fire District / E911 Dispatch - Consider staff recommendation to approve the Interlocal Agreement and authorize the Chairman to sign the agreement. 9. MANAGEMENT AND BUDGET A. Budget Resolution No. 01-46 - Consider staff recommendation to adopt the budget resolution to appropriate and expend the anticipated FRDAP South County Regional Stadium Grant passed through the City of Port St. Lucie, in the amount of $150,000. B. Budget Resolution No. 01-68 - Consider staff recommendation to adopt the budget resolution to appropriate and expend the anticipated $70,000 contribution from the City of Fort Pierce for the Smithsonian Marine Ecosystem Exhibit. 10. ADMINISTRATION Village Green Lease - Consider staff recommendation to approve the third addendum to the shopping center lease with Finova Capital Corporation for the period of February 1, 2002 to January 31, 2003 for the Village Green Property. NW 140,00, BOARD OF COUNTY COMMISSIONERS ADDITIONS AGENDA February 27 2001 CONSENT AGENDA COUNTY ATTORNEY C-A.1 RFP No. 01-020 (Janitorial Services) / Bid Protest by R&R Corporate Systems, Inc. - Consider staff recommendation to reject all proposals submitted in response to RFP No. 01-020 and authorize staff to readvertise the RFP. C-A.2 Midway Industrial Park / Release of Letter of Credit - Consider staff recommendation to approve the release of the Letter of Credit in favor of the Developers of Midway Industrial Park. NO110E: 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 arty party to the proceedings, individuals testifying during a hearing will be swom 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 (561) 462-1777 or TDD (561) 462-1428 at least forty-eight(48) hours prior to the meeting. ,%W .r' n BOARD OF COUNTY COMMISSIONERS ST. LUCIE COUNTY, FLORIDA REGULAR MEETING Date: February 20, 2001 Convened: 7:05 p.m. Tape: 1 Adjourned: 8:05 p.m. Commissioners Present: Chairman, Frannie Hutchinson, Doug Coward, Paula A. Lewis, John D. Bruhn, Cliff Barnes Others Present: Doug Anderson, County Administrator, Robert Bradshaw, Asst. County Administrator, Heather Young, Asst. County Attorney, Julia Shewchuk, Community Development Director, Pete Keogh, Leisure Services Director, Bill Blazak, Utilities Director, Marie Gouin, M & B Manager, Deputy Williams, A. Millie Delgado, Deputy Clerk MINUTES (1-032) It was moved by Com. Bruhn, seconded by Com. Lewis, to approve the minutes of the meeting held February 13, 2001; and, upon roll call, motion carried unanimously. 2. PROCLAMATION/PRESENTATION (1-057) Resolution No. 01-66- Proclaiming February 18, 2001 through February 24, 2001 as "Engineers Week" in St. Lucie County, Florida. It was moved by Com. Bruhn, seconded by Com. Lewis, to approve Resolution No. 01-66; and, upon roll call, motion carried unanimously. Ms. Kelly Cranford was present to accept the proclamation. RA-1 A presentation was made by Mr. Tom Willis, Court Administrator concerning the Drug Court Grant. He is requesting St. Lucie County be the fiscal agent. His office will absorb the administrative cost of the program. The county contribution would be $5,000 per year, however, each defendant entered into the program will pay $600 to the St. Lucie County Drug Abuse Trust Fund or if indigent will provide 120 hours of community service. This amount may off set the amount the county would need to pay yearly. Mr. Willis stated that at this point, they are actually looking at $3,000 since $2,000 is already available. Com. Coward questioned from where the fiends would be obtained since they are not available from the general fund. The County Administrator advised the Board that he is in the understanding that direction is to contact the Sheriff to see if the $3,000 can come from the Law Enforcement Trust Fund, this way the funds would not have to come from contingency. Mr. Willis advised the Board that it would not be in effect until September I" and hopefully they could start the program without it and do some things and have some money by then. *40W .d Mr. Willis recommended that the county state that come September, if necessary, the county will contribute the $3,000 to make up the $5,000. He asked the Board to also remember that in that time other people will be contributing to the Trust Fund, so maybe come September, the county may not need to do an)kthing other than commit $5,000 of the Trust money to the program. It was moved by Com. Bruhn, seconded by Com. Lewis to move forward with the request in the manner as needed to make it legal; and, upon roll call, motion carried unanimously. PUBLIC COMMENTS Mr. Ken Irish, Ft. Pierce resident, addressed the Board regarding cast net fisherman in the Ft. Pierce area and requested that signs be posted regarding the laws pertaining to cast netting. Com. Hutchinson questioned who has jurisdiction over these situations. The County Administrator advised the Board that he believed it was under the jurisdiction of the Marine Patrol. Com. Hutchinson directed the County Administrator to make them aware that there are problems in the fishing areas and asked staff to address Mr. Irish's concerns and questions in writing. Mr. Robert Anderson, Indrio Road resident, addressed the Board regarding the fishing at the jetty and stated there are a lot of cast netters and bait catchers. Mr. Anderson requested a copy of the bait law/statute. Mr. Brown, Paradise Park resident, addressed the Board regarding the roads in his area and asked about the recycling asphalt program. Com. Hutchinson advised Mr. Brown that at this point the recycled asphalt was not available. They are waiting for the I-95 project to start so the county may be able to obtain the asphalt that is tom up and recycled. Mr. Brown stated he was told the drainage would need improvement before any asphalt could be placed on the dirt road. The County Engineer addressed Mr. Brown's questions and stated it was difficult to keep the asphalt on the road without the proper drainage and that area would be a huge undertaking and very high in cost. Com. Bruhn requested staff investigate what could be done in the area and what the cost would be and also speak with the Road and Bridge Manager regarding the millings . Com. Coward asked if he knew if his neighbors would be interested in contributing to road and drainage improvements in the area. Mr. Brown stated he did not know. Com. Coward proceeded to explain the MSBU program. Staff was directed to go out to Mr. Brown's area and report back to the Board as to what could be done in house. Mr. Brown requested he be informed by letter. The Chair requested Com. Bruhn to follow up on this matter. -2- 4. CONSENT AGENDA (1-583) It was moved by Com. Bruhn, seconded by Com. Barnes, to approve the Consent Agenda; to include item CA-1; and, upon roll call, motion carried unanimously. WARRANT LIST The Board approved Warrant List No. 20. 2. PUBLIC WORKS Engineering/Work Authorization No. 2- The Board approved the work authorization with Kimley Horn and Associates, Inc., in the amount of $4,700 for engineering services associated with a retention pond analysis and authorized the Chairman to sign. COUNTY ATTORNEY Unity of Title Agreement/Amerada Hess Facilities Business Trust No. 1998-1- The Board approved the agreement and authorized the Chairman to sign the agreement. 4. ADMINISTRATION Bid No. 01-030- Harvesting of Fruit- The Board approved awarding the bid to GCA Trading Co., L.L.C. compensating the county in the amount of $.90 per field crate and authorized the Chairman to sign the contract as prepared by the County Attorney. CA-1 CENTRAL SERVICES Contract Amendment- The Board approved and signed the First Amendment to the contract with Total Roofing Systems, Inc., to change the payment schedule to be paid in three installments as each phase is completed on the contract amount of $59,575 to provide and install the a/c unit at the Th St. Juvenile Court Facility. REGULAR AGENDA 5. PUBLIC HEARINGS None 6. ADMINISTRATION Children's Services Council- Consider staff recommendation to select 3 nominees for the Children's Services Council to be forwarded to the Governor's office for final selection. Upon tallying the votes, the three nominees are as follows: Sandra Foot Dr. Beth Gesner Angela Ninestein RA-2 COUNTY ATTORNEY Enforcement Assistance Formula Grant Program/Edward Byrne Memorial State and Local Law- Consider staff recommendation to approve the Subgrant Application and authorize -3- the Chairman to sign the Subgrant. a. It was moved by Com. Coward, seconded by Com. Lewis, to approve staff recommendation; and, upon roll call, motion carried unanimously. Com. Lewis requested ratification of her re -appointment of Marilyn Minix to the TDC, and upon roll call, motion carved unanimously. There being no further business to be brought before the Board, the meeting was adjourned. Clerk of Circuit Court ME Chairman MOSQUITO CONTROL DISTRICT ST. LUCIE COUNTY, FLORIDA a REGULAR MEETING Date: February 13, 2001 Convened: 11:01 a.m. Tape: 2 Adjourned: 11:01 a.m. Commissioners Present: Chairman. John D. Bruhn, Doug Coward, Paula A. Lewis, Frannie Hutchinson, Cliff Barnes Others Present: Doug Anderson, County Administrator, Robert Bradshaw, Asst. County Administrator, Dan McIntyre, County Attorney, James David, Mosquito Control Director, Julia Shewchuk, Community Development Director, Ray Wazny, Public Works Director, Paul Phillips, Airport Director, Bill Blazak, Utilities Director, Deputy Nickel, A. Millie Delgado, Deputy Clerk MINUTES (2-1052) It was moved by Com. Coward, seconded by Com. Hutchinson to approve the minutes of the meeting held January 9, 2001; and, upon roll call, motion carried unanimously. 2. GENERAL PUBLIC COMMENTS CONSENT AGENDA (2-1064) It was moved by Com. Coward, seconded by Com. Barnes, to approve the Consent Agenda; and, upon roll call, motion carried unanimously. 1. WARRANT LIST The District approved Warrant List Nos. 15 thru 19. 2. MOSQUITO CONTROL A. Declaration of Surplus Property- The District approved the surplus equipment in the list provided and authorized to offer the surplus equipment to interested mosquito control districts at the values estimated for those items, and approved to publicly auction the surplus equipment that is not successfully bid upon by another district. B. Indian River Lagoon License Plate Program FY 2001- Grant Application- The District approved the application for an Indian River Lagoon License Plate FY 2001 Grant in th amount of $51,236. There being no further business to be brought before the District, the meeting was adjourned: Clerk of Circuit Court -1- Chairman -�i AGENDA REQUEST ITEM NO. C DATE: February 27, 2001 REGULAR[ ] PUBLIC HEARING [ ] CONSENT[X] TO: Board of County Commissioners PRESENTED BY: SUBMITTED BY(DEPT): County Attorney Heather Young Assistant County Attorney SUBJECT: RFP #01-020 (Janitorial Services) - Bid Protest by R & R Corporate Systems, Inc. BACKGROUND: See attached memorandum CA 01-285 FUNDS AVAILABLE: N/A PREVIOUS BOARD ACTION: N/A RECOMMENDATION: Staff recommends that the Board of County Commissioners reject all proposals submitted in response to RFP #01-020 (Janitorial Services) and authorize staff to readvertise the RFP. COMMISSION ACTION: [�] APPROVED [ ] DENIED [ ] OTHER: County Attorney: rV Originating Finance: (Check for Copy only, if applicable): _ ,Vouilas Anderson ACofinty Administrator Review and Approvals / Management.@ Budget: Purchasing: Other. Other: NNW S./ INTER -OFFICE MEMORANDUM ST. LUCIE COUNTY, FLORIDA TO: Board of County Commissioners FROM: Heather Young, Assistant County Attorney C.A. NO: 01-285 DATE: February 22, 2001 SUBJECT: Janitorial Services (RFP #01-020) -Bid Protest by R & R Corporate Systems, Inc. BACKGROUND: On January 5, 2001, the County advertised Request for Proposals #01-020 seeking proposals from firms to provide janitorial services to County buildings. As set forth in Addendum No. 1 to the RFP, the opening date for the proposals was January 31, 2001 at 11:00 a.m. Three proposals were delivered to the Human Resources Department prior to 11:00 a.m. via overnight courier but were not received in the Purchasing Department until after 11:00 a.m. These three proposals were rejected and returned to the proposers unopened. R & R Corporate Systems, Inc., whose proposals was among those rejected, filed a timely letter of protest dated February 8, 2001. A copy of the letter of protest is attached. The protest was reviewed by staff and rejected as indicated in the February 9, 2001 response from Ruth Totton, Interim Purchasing Director. A copy of Ms. Totton's letter is attached. R & R responded with a petition seeking review of the matter by the Board of County Commissioners. A copy of the petition is attached. Staff has reviewed the matter further in light of the issues raised in the petition and is recommending that all proposals submitted in response to the RFP be rejected and the RFP be readvertised. The Purchasing Department will revised the RFP to clarify the delivery location for the proposals. CONCLUSION/RECOMMENDATION: Staff recommends that the Board of County Commissioners reject all proposals submitted in response to RFP #01-020 (Janitorial Services) and authorize staff to readvertise the RFP. Respectfully submitted, Heather Young Assistant County Attorney v Attachments HY/ Copies to: County Administrator Central Services Director Interim Purchasing Director Deputy Clerk CORPORATE SYSTEA1 , ITNC, 1516 Capital Circle SE, Suite C-3 Tallahassee, Florida 32301 Telephone: (850) 8Ti-0302 Fax: (850) 942-5375 E-maik rrcom@nettailv.com February 8, 2001 Ruth Totton Interim Purchasing Director Purchasing Department 2300 Virginia Avenue Fort Pierce, Florida 34982-5652 Dear Ms. Tooton: Transmitted By Facsimile This is in reference to your; letter dated February 6`" regarding the bid our office submitted to your office. Pursuant to Florida Statues 120.57, this is our written protest of the decision rendered by the St. Lucie County Board of County Commissioners regarding the rejection of our bid for custodial services, RFP #01-020. According to your letter, it was indicated that our janitorial bid was clocked in the purchasing office at 11:01 a.m. on January 31, 2001. According to our records, our bid was sent as top priority by Federal Express and received in your offices on January 31". In addition, the information received from Federal Express tracking system indicates that our bid was received in your office at 10:25 a.m. on January 31". The information further indicated that a "D" or `B" Dimon signed the Federal Express tracking sheet attesting that our bid was received in your office at 10:25 a.m. on January 31, 2001. Based on this information, it is clear that our bid was received in your office within ample time prior to the deadline of 11:00 a.m. on January 31, 2001. By copy of this letter, we are asking our legal counsel to represent our company in this matter. Please direct all correspondence regarding this matter to Amy Sinelli of Igler & Dougherty at 633 North Franklin Street, Suite 601 Tampa, Florida 33602. Sincer y, n Ron Rigby Executive Vice President = U cc: Roger Shinn, Central Services "Quality Seraice With PRIDE" `I. 3)ARD Cr COUNTY COMM3351 CNER5 February 9, 2001 Igler & Dougherty Attn: Ms. Amy Sinelli 633 North Franklin St., Suite 601 Tampa, FL 33602 Re: RFP"rr01-020 - Janitorial Services R & R Corporate Systems, Inc. 1516 Capital Circle S.E., Suite C-3 Tallahassee, FL 32301 Dear Ms. Sinelli: puIn, CH3jN D EP-AjR7j\ -; N7 CHARLS L. L'ICnT, SR. DIrea or This is in response to a letter of protest we received from Mr. Ron Rigby, Executive Vice President, of R&R Corporate Systems, Inc. dated February 8, 2001 regarding the aforementioned RFP. I have met with the County Attorney and Assistant County Administrator (as designee of the County Administrator) to review this protest. We regret that we cannot accept this bid for consideration due to the fact that it was received after the opening time. The bid form had to be completed and clocked in at the Purchasing Office as of 11:00 A.M., January31, 2001. Unfortunately, this bid was clocked in at 11:01 A.M. The reason for notation of the bid number, date, and time on the face of the package is to identify the sealed bid, not to facilitate the timely arrival of the bid package to the Purchasing Department. The first line in the Call for Bids clearly states that "sealed bids will be received at the Purchasing Department 2300 Virginia Avenue, Fort Pierce, FL 34982, until ..." JOHN D. DRUHN, Disnicr No. t • DOUG COWARD. Dismcr No. 2 • PAULA A. LEWIS, Dismay No. D • FRANNIE HUTCHIN50N, Disrncr No. 4 • CLIFF UARNE5, Olsmc No. 5 Counry Adminisuaror - Douglas M. Anderson 23CO Virginia Avenue . Farr Pierce, F_ 34982-5652 a Phone (561) 462-1700 FAX (561 ) 462-1704 = TDD (561) 462-^ ^_28 n Igler & Dougherty Atm: Ms- Amy Sinelli 633 North Franklin St., Suite 601 Tampa, FL 33602 R17R,"01-020 - Janitorial Services Page 2 The delivery service, County Mail Room, or County Purchasing Department personnel are not responsible for the timely delivery of any bid toahe Purchasing Office. It is the sole responsibility of the bidder to ensure that their bid is received by the due date and time. The fact that this package was signed for by the County mail room clerk at 10:25 AM merely confums the time the delivery service arrived at the first office in this building complex. Accordingly, County staff reaffirms our original decision to disallow this bid for consideration in this matter. If your client further disagrees with this decision, you have ten (10) days from the date of receipt of this letter to file a request that the Board of County Commissioners review this decision. Sincerely, _ Ruth Totton, Interim Purchasing Director RT:mc Enclosure cc: Daniel McIntyre, County Attorney Robert Bradshaw, Asst. County Administrator Roger Shinn, Director -Central Services 02,'20.01 Tt:n 09:43 Fli 313:070415 i. �i.M 3 DO1:(3 Y - T41 nr/ 2 002 Txllaha c Office I N I Pads Avenue Ens^. Tallaoa Florida 3Ti01 (830) 87s-2411 - `n i bom (8:0) 878-1230-Facsimile a-'=L idniaw:�sensliv.mm St. Lucie County Board of County Commissioners 2300 Virginia Avenue Fort Pierce, FL 34982-5652 JGLER & DOUGHER7 Y, P.A. , INEYS a9• L1.W REPLY TO; TAMPA OFFICE February 20, 2001 RE: 'RF'MI-020 — 7anitor3al Services Date of Protest Dear Commissioners: Tmmpa OT= F�Uin En. ang, 9uildinv 633 YcnL F.^Mrjin strcc, fuita 601 'Campy Florida 334V (813) 307.0510-Te4ryhuna (813) 10'1=i4f 5 • F=. imilc a-mn. , s'Imlauhfaw com VIA FACSINULE AND U.S. MAIL We represent R&R Corporate Systems, Inc. Pursuant to Ruth Totten, Imerm Purchasing Director's letter of February 9, 2001, we have enclosed our formal protest of this bid for your consideration. We appreciate your assistance with this matter. Please contact the undersigned attorney with any questions. Sincerely, �ti ta- ,��_ AES/lar Enclosure 02? 20; 101 -, E 09: Y.i.i 3133070415 r LER $ D00=7Z Z1003 ST, LUCIE BOARD OF COUNTY CONLIffSSIOPJERS ST. LUCIE CQLJM, FLORIDA R&R Corporate Systems. Inc„ a corporation organized under the laws of Florida, Petitioner, vs. State of Florida, County of St. Lucie, Purchasing Department Respondent. PETMON R&R Corporate Systems, Inc., (°Petaioner")a corporation organized under the laws of Florida, brings this petition against State of Florida, County of St. Lucie, Purchasing Department ("Respondent") and requests consideration by the St Lucie Board of County Corornissioners and alleges. 1. This is a bid protest. '_. Respondent issued a Request for Proposals ("RFP') entitled RFP401-020. All proposals had to be received by 11:00 am, January 31, 2001. 3. Petitioner submitted a timely proposal. but Respondent rcjected it as untimely tiled. 4, The stated reason for rejection is erroneous because Petitioner's proposal was delivered to the address on RFP #01-020 and was received and signed for by a County, employee at the front desk at that address at 10,25 am., before the required time. 5. Respondent seeks to disqualify Petitioner's proposal by altering material terns of the RFP requiring the proposal be "clocked in" by 11:00 am on the relevant day and not simply "received" and by requiring delivery to a particular room in the building which was not included in 02,' 20/ 01 77E 09: 47 ii 313:3370115 S Gt.&F g DOUGn" hR. Z - 71:d SI OQ4 the address provided on the RFP. 6. No facts are in dispute between the parties, only the interpretation of whether the proposal was "received by the Purchasing Department" by the required time. 7. Petitioner would submit that if a legal document had to be served upon the Purchasin; Department; delivery in the same manner as Petitioner's proposal was delivered would be iegal service. By this same reasoning, in a bid process, delivery to the front desk of the office building where the Purchasing Department's office is located is sufficient "receipt". The front desk in the County Building has at least apparent authority to receive documents far the County Purchasing Department and every other department in the County Building complex. Such delivery to the front desk places the sealed documeatwithin the control of the County and is "receipt' of the document. S. Petition is not aware of the results of this particularRF°. WHEREFORE Petitioner requests a reconsideration of the disputed issue of law and an order requiring Respondent to consider Petitioners proposal as timely filed to be considered wick all other qualifying proposals. Attorney for Petitioner R&R Corporate Systems, Inc. 633 North Franklin Street Suite 601 Tampa, Florida 33602 (813) 307-0510 telephone (813) 307-0415 facsimile AGENDA REQUEST TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY(DEPT): County Attorney ITEM NO. DATE: %� a2171&00I REGULAR[] PUBLIC HEARING [] CONSENT [XX] ADDITION5 PRESENTED BY: Daniel 5. McIntyre County Attorney SUBJECT: Midway Industrial Park - Release of Letter of Credit BACKGROUND: 5ee attached memorandum FUNDS AVAILABLE_ PREVIOUS ACTION: RECOMMENDATION: Staff recommends that the Board approve the release of the Letter of Credit in favor of the Developers of Midway Industrial Park. COMMISSION ACTION: [x] APPROVED [ ] DENIED [ ] OTHER: Do glas Anderson unty Administrator CReview and Approvals County Attorney: Management & Budget Purchasing: Originating Dept. Public Works Dir: County Eng.: Finance: (Check for Copy only, if applicable) Eff. 5/96 NOW INTER -OFFICE MEMORANDUM ST. LUCIE COUNTY, FLORIDA TO: Board of County Commissioners FROM: Daniel 5. McIntyre, County Attorney G.A. NO. 01-288 DATE: February 23, 2001 SUBJECT: Midway Industrial Park - Release of Letter of Credit ----------------------------------------------------------------------------------- ----------------------------------------------------------------------------------- BACKGROUND: On March 6, 2000, the County entered into a Subdivision Improvement Agreement (copy attached) with the Developers of Midway Industrial Park. As a condition of the Agreement, the Developers provided the County with a Letter of Credit in the amount of $137,438.41 (115% of the estimated cost of the required improvements) as security to be held until completion of the construction of all required improvements. The Developer's Engineer, Culpepper & Terpening, has certified that the improvements are completed (copy of letter dated February 1, 2001 from Richard M. Ladyko, P.E. attached). The County Engineer has inspected the improvements and has indicated that the improvements are completed (copy of February 2, 2001 memorandum from the County Engineer attached). Since the improvements have been completed, and certified as completed, staff recommends release of the Letter of Credit. As indicated by letter dated February 19, 2001, from Frank H. Fee, III, $17,364.25 will be retained on deposit in an interest bearing escrow account for one year. RECOMMENDATION/CONCLUSION: Staff recommends that the Board release the Letter of Credit in favor of the Developers of Midway Industrial Park Respectfully submitted, Daniel S. County A D5M/caf Attachments �)2-08/20U1 TLE 16:10 FAX 581, 464 9497 CULPEPPER & TERPENISG Z002:1106 Now, IM10, r—` ' AGREEl�NT - 81:lFDZV'S,52bN I'DSFROVT�t . is �ritesed inoo thi-s ACgENT, OPERTIES OF THY3 Sa8A2V2sIOx Z ROVE r and hetweAn.MIDwco ca yxotx 20(0, y company, te' — day °t a Florida limited liability )QTT Mn rUCIE coIINTY, a Florida limited partnerS,a ST � GORY JON'ss, as ant -liar[ pROFBRTSE9 NOR'S ST' LTD " SP'ST, INC. , AOD7 THOXA3 JONES AND ANL Thomas C. Jones, deceased gT- LIICIA COU1r'TY, a political Feyeonal representatives of the Estate Of the 'Developer'), and , (collectively ��COun.. subdivision of the state of ^rlorida, (the y W S T N E S E" Ha WHEREAS, the Developer is oommencirg procecdings to effect a subdivision of land in st. Lucie COurty; and WUERLAs, the Developer intends to record a certain plat of a subdivision in St. Lucie County, Florida, to be know: as MIDWAY IA'DCSTRYAL PARK (the "subdivision"); and wiMIMAS, subdivision and platting ordinances of St. Lucie Cour..y establish procedures and standards for the development and subdivision of real estate and for the surveying and platting thereof, requiring the installation of certain improvements and providing penalties for violations among ocher things; and WELREAs, a final plat of a subdivision within the unincorporated aSea of St. Lucie County shall not be recorded until the Developer has installed the required improvements or has guaranteed, tc the satisfaction of the Ccunty, such improvements will be installed; and WHEREAS, the required improvements of the Subdivision are to be iTstalled after recording of the plat under the guarantees poster with the County. NOW THEREFOIlB, in coneideration of the intent and desire of the Developer as set fcrCn hereir., and to gain approval of St. Lucie Ccunty to record said plat, the Developer and Co'anty agree as follows: 1. COMPLUXILN 09 REOUI D IDS.EU MI:.M The Developer agrees to satisfactorily complete the required improvements fcr the above refctrentcd development within twelve (12) months from and after the Page 1 of 5 02;pg,2001 TUE 16:30 FAX 561 464 9499 CULPEPPER & TERPENING _ Z 00.3 00e recording of the above referenced plat according to the' construction plans approved by the cour.ty Engineer. The required impso•/ements are more particularly set forth on those certain plans for c6nstructior. imprcvements drawn by the Developer's engineers, Culpepper and Terpening, Inc., dated May 12, 1999, Last Revision December_ 1, 1999. 2. EC The Developer, in accordance with the requirements established by the St. Lucia county Land Development code, agrees to supply the County with security in a form acceptable to the County Attorney in the amount of one hundred trirty seven thousand four hundred thirty eight and 41/10C dollars ($13'. 438.41), representing 115%r 09 the estimated cost of the required improvements am submitted by the Developer's engineer and aopravad.by the County Engineer. This amount includes the fifteen percent (15k) to be retained for a period of one (1) year and thirty (30) days from the date the improvements are conditionally accepted by the St. Lucie County Board of County commissioners in accordance with Section 11.04.01 cf the St. Lucie County Development Code, to provide for maintenance of the improvements and to indemnify and save the County harmless from any and all coats necessary to repair or replace any part or portion, of the =squired improvemertc occasioned by faulty engineering, workmanship, or materials. 3. $E^*TCTION OF _ XQ "* QF c .C17RITy. The amount of the security may be reduced once during the term, of this agreement upon the completion of a portion of the required improvements by the pevelcper and upon inspection and acceptance by the County. In no event, however, shall the amount of the security be less than one hundred percent (Soot) of the coat of completing the remaining required improvements plus fifteen percent (75t) of the total cost fcr ccnstruc;-ion of all the required improvements. rDF➢OTQTCIN OF CONSTRUCTSON. The required improvements shall be constructed under the supervision of the Developer'. engineer in full compliance with the specifications and reTuiremerlts cf St. Lucie County, and when complete, Developer's engineer shall furnish the county Engineer with a certificate of satisfactory completion for approval. S. FAILMRE TO COMPLETE INTRO , It is further. understood and agreed by and between the parties to this Agreement that, in the event said required improvements are not constructed within twelve (32) months from the date of the recording of the above referenced plat, the County shall have and is hereby granted the right to cause the regsired improvements to be made and to ;;se the security provided Page 2 of 5 D2,ii8%2001 TL'E 16:31 FAY 56t 464 9497 CULPEPPER & TERPENINC I�'L �iO4. D06 *%W `J �l herewith for payment of all costs and expenses incurred inthe construction, thereof, including but not limited to, engineering, surveying, construction, legal and contingent costs. Furthermore, it is agreed by the parties hereto that County shall ba reimbursed from the security provided for any damages, either .direct or consequential, which the County may sustain as a result of the failure of Developer to carry out and execute all of the provisions of this Agreement and the provisions of the -St, Lucie CountyLand Development code. In the event of Developers failure or refusal to construct and install the required improvements in accordance wit: the terms of this Agreement, the County shall have the option to do so, with County employees and equipment, or pursuant to public advertisement and. receipt of bide. In the event that the total costs incurred in construction and full completion of the improvements shall exceed the amount of security provided, such additional costs shall be paid by Developer on written demand by the County Sngineer. 6. RF.7.RAS& O, F 3.;CURI"-'Y. Upon completion of construction of all required improvements, the Developer's engineer shall certify that the improvements have been constructed in accerdance with th-- reticulations set forth in the St. Lucie County Land Development Code, When the improvements have been certified by the Developer 'a engineer, the County Engineer shall inspect the improvements a d review the construction and supporting 'test/control data furnished by the Developer's engineer. If all required improvements are completed to the satisfaction of the County Engir_eer, the County Cr_gineer shall confirm this in wricing to the St. Lucie County Board of County commissioners. The Developer's security, minus the fifteen perce.t (15t) to be held as security for maintenance, shall then be rel.easec. in accordance_ with Section 11,04.01 of the St. Lucie County Land Development Code. 7, E,Z^OR.DATION of PLAT. Following exe Cation of this Agreement by both parties and approval of the form o! security by the County Attorney, the County agrees to record the plat cf the above re=created Subdivision at such time as the slat complies with the subdivision and platting reluirementa set forth in Sect'_on 11.03.03 of the St. Lucie County Land Development Code. g, = RPAETAT ON: D'EThis Agreement constitutes the entire agreement between tce parties with respect to the subject matLer hereof and supersedes all prior verbal or written agreemcrts between th4 parties with respect thereto. This Agreement may only be amended by written document, properly author zed, er_ecuted and delivered by both parties hereto This Agreement shall be interpreted as a wnole unit ant Section headings are'=or conveninnce Page 3 of 5 i;2:06:'2u01 TUE 15: J: FAX 581. 464 9497 CULPEPPER & TERPENING j or'y. Ali intarpretations shal_ be governed by the laws e` the State of Florida. In the even_ it is necessary :or either party to inizia:& legal action regarding this Agreement, venue shall be in the Ntneteanth•Judicial circuit fcr St. Lucie County, Florida, for claims under sate law aad the Southern Cistrict Of ?lorida zor any claims which are justiCiabls in Federal court. IN WITNESS WaEREOF, the parties hereto have executed these presents on the dates indicated bolo,#. The date of this Agreement shall be the date on which this Agreement is approved by the Board o= County Cbmmie3Loners. ATPE3T: _ BOARD OF COUNTY COMMISSIONERS .. ST. LUCIE CCUNSY, FLORIDA BY: DEPTTY CLERK CKAIRMAN WITNESSES: APPROVBn AS TO FORM AND CORRECTNESS: COUNTY ATTORNEY ROP r S NO HF,AST, L.P By Print Name: S;4 &- m,�.• Title: V.- P2�� — MIDWAY PROPERTIES OF ST. LUC23 COUNTY, L./C. Print Name: (y,C •SINS 'r� Title: A1RNA3rGP- I age 4 Of S 412/06, 2001 TPE 16: 32 FAX 561. 481 9497 CCLPMER & TERPENING ��nd.ros I WITNESSES: C:\JF'L\,1GZ=\MxC3wAY SVBD;V 200. wrD MATT STONE EAST, INC. . BYo ° / 'v Print Name: SCE-fAy i�. 1'\Rf�'Cy Title: AS TO RON THOK&S JONES AND ANNE CODY .TONSS, A8 ANCILLARY PERSONAL REPRESENTATIVES OF THE ESTATE OF TH0XXS C. JONES DECEASED BY: Print Name: Titlov11L'S �Q--- BY: , 1", Print Name: Title: `■l - Page 3 of 5 S41W February 1, 200) HAND DELMER TO: Mr. Donald West, P.E. — County Eapmer St Lude County Engneenng DePalumll 2300 Vtrpoia Avenue Fort pierce, Florida 34982 Ile: Midway 7ndustrW Park Ceraticabon of Fiscal Completion Job No 87-39 Consulting Engineers • Land SurveyorS 2890 Soutn 25M Sheet Ft. Pleree, FL 34981 P.O. Box 13360 • Ft. Pare, FL349793360 (561) 4e4.3637 • Fax (561) 464-9407 Dear Mr. West; I hereby certify that all of the County requited Improvements have b to completed on the 1v&duay Industrial Park MJCd and that I have irupeded the 00115011cnon. lnspxtion was done incrementally m acco trance with the re%uemattts of -Standard Spw&QVJm for Public Works Coruomca10n, St. L=e County, Florida" and we have miewed the results and certification of the irdependeru teAwg lah"atory. 'Muse improvements are in arbstaWal confortttance wrtb the developroent plans and the Standard SpeciScadons as Fgmied by this office. Please find enclosed two (2) cap M as well as a ruylar mptodnoibles of Sheets 4, 6, 7 and 10 of 10 with the As -built U&"nadon for the patiioggtaduW and drainage portions of the project indiCated, as well as a complete set Of delosity test results as corAicted by Fraser F_ngateering & Testing. your cone urerwe with this certification is requested as the developer is also regoesting the release of the funds escrowad in accordaom with the Subdivision Improvement Agreement By cape of this letter to the County Attorney_ " are also notd ng bis office of completion and of the request to release such foods from the account held by Mr. Frank Fee, legal counsel for the developtl<. If there are am furkter queworu or continents with regard to these matters, please do not hesitate to contact this rice Very Truly Y ours, Culpepper & Terpening,Inc, ichard M. Ladyko, .E. Aitator of Land Fla. It glstr2wn i13 288 cc: E.C. Lundbrd, Jr. St. Lucie Co. Budding Dept Speedy Fx Dart McIntyre erect: als C! ..r PUBLIC WORKS DEPARTMENT MEMORANDUM TO: Linda Buchanan, Administrative Secretary FROM: Don West, County Engineer SUBJECT: Midway Industrial Park DATE: February 2, 2001 Attached are the as -built drawings for Midway Industrial Park. Please file these as a completed project. RLW)sm cc: County Attomey A.Gsistaat Cemmunity Deveiopment Director Zonias supervisor Code Compliance Manager Platmm Manager Lsf eedy Fee E.C. Lundsford, Jr. ..10 FEE, KOBLEGA.RD & DeROSS ATTO .RNEYS AT LAW do AJf�'uanon of''Sh�uonul.?»cusconr ft N. XIaLS)A. UL- Lond C:'kAa -w T':d L w - 3APDf%3. UNWCK . rEs & KOSLEC.-AD-v. A. iG557ti 1. Dc4055. rR. o: JOSePH 7. D�R035, .f1L, P.;_ Daniel S. Mcintyra County Attomey 230C Virg,nia Avenue For- Pierce, FL 34982. (via rnai and facsirnac M 462-1440) .Ai 3ou7HiNu1ANR1v7RD IVB F17kTPlcRCE, FLOFJOA 305G February 19. 2001 Re: Developer Agreement/Letter of Credit Midway Industrial Park Phase I and Phase 11 Dear Dan: FLU:ly: FEc i {?ii-i:%�ii) e_eFe1i:P c CBLc'_JP' f36I'y y53-BJn.'i As we discussed, the above subdivision improvements are completed and have been inspected and accepted on an "as built" basis I need to reccver the uncorditienal. 'latter of credit naming St. Lucie County as beneficiary in the amount of $137,433 41 that! gave as escrow agert for the developers. You -iave indicated you .will furnish a memo to the finance department authorzing return of the letter of credit vv�rten en Harbor Federal. As we further discussed, this letter will serJe as my binding commitment to retain 517.384.25 on deposit in my firm trust account or byway of an interest bearing escrow account in my name as escrow agent for the developers. This will be held for the required ore year oer.od As I have indicated the developers have some pressing local obiigaticrs so I hope the finance department can move on this promptly. Thanks for your assistance. Yours very truly, Fran H. Fee, III F},Flcsm cc. Ed Merritt %W AGENDA REQUEST r W ITEM NO. #2 DATE: February 27, 2001 REGULAR [X] PUBLIC HEARING [ ] CONSENT[] TO: BOARD OF COUNTY COMMISSIONERS PRESENTED BY: Pete Keogh Director, Leisure Services SUBMITTED BY(DEPT): Leisure Services SUBJECT: Acceptance of $5,000.00 donation from North Side Ball & Bat Club towards the construction of 2 batting cages at Horatio Grisby Park and approval of Budget Resolution #01-67. BACKGROUND: On January 16, 2001, the Board approved construction of 2 batting cages at Horatio Grisby Park. The County's portion of the project funding in the amount of $6,207.98 is coming from Park A (Ft. Pierce) Impact Fees and North Side Ball & Bat Club committed $5,000.00 towards the project. The $5,000.00 has been secured. FUNDS AVAIL.: 316-7210-563000.76016 ($5,000.00) Improvements Other Than Buildings PREVIOUS ACTION: January 16, 2001, approval of construction of the batting cages at Horatio Grisby Park and the use of Park A (Ft. Pierce) Impact Fees as the funding source for the County's share of the project. RECOMMENDATION: Staff is requesting acceptance of the $5,000.00 donation check from North Side Ball & Bat Club and approval of Budget Resolution #01-67. COMMISSION ACTION: PC] APPROVED [ ] DENIED [ ] OTHER: County Attorney: r f _ Originating Dept: - Finance: (Check for Copy only, if Applicable) coordination/signatures Mgt. & Budge Other: @(Anderson my Administrator Purchasing Mgr.: Eff. 1197 x:\F0=S%211agenda.v d ..r SW BOARD OF COUNTY COMMISSIONERS February 20, 2001 Mr. Tony Barnes North Side Bat and Ball Club Little League Association P.O. Box 1656 Fort Pierce, FL 34954 Dear Mr. Barnes: .0# LEISURE SERVICES On behalf of the St. Lucie County Board of County Commissioners and the Leisure Services Department, I would like to extend our warmest appreciation for the North Side Bat and Ball Club's $5,000 donation towards the construction of 2 batting cages at Horatio Grisby Park which was received through a Children's Services Council grant. The North Side Bat and Ball Club's involvement and support exemplifies the commitment needed for the completion of the project and the "Club's" dedication to the citizens of St. Lucie County. Sincerely, Frannie Hutchinson, Chairman Board of County Commissioners OHN D. DRUHN. D,srncr No. 1 • DOUG COWARD Disrricr No. 2 • PAULA A. LEWIS. Disrricr No. J • FRANNIE HUTCHINSON. Disrricr No. 4 • CLIFF BARNES. Disrricr No. 5 Counry Adminisrroror - Douglos M. Anderson 2300 Virginia Avenue • Phone (561) 462-1515 • TDD (561) 462-1428 **,. 14041 RESOLUTION NO. 01-67 WHEREAS, subsequent to the adoption of the St. Lucie County Board of County Commissioners budget for St. Lucie County, certain funds not anticipated at the time of adoption of the budget have become available from the Northside Bat and Ball Club for batting cages at Horatio Grisby. 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 St. Lucie County, Florida, in meeting assembled this 27th day of February, 2001, pursuant to Section 129.06 (d), Florida Statutes, such funds are hereby appropriated forthe fiscal year 2000-01, and the County's budget is hereby amended as follows: REVENUES 316-7210-366900-76016 APPROPRIATIONS 316-7210-563000-76016 Donation Improvements O/T Buildings After motion and second the vote on this resolution was as follows: Commissioner John D. Bruhn XXX Commissioner Frannie Hutchinson XXX Commissioner Paula A. Lewis XXX Commissioner Cliff Barnes XXX Commissioner Doug Coward XXX PASSED AND DULY ADOPTED THIS 27TH DAY OF FEBRUARY, 2001. ATTEST: $5,000 $5,000 BOARD OF COUNTY COMMISSIONERS ST LUCIE COUNTY, FLORIDA BY: CHAIRMAN APPROVED AS TO CORRECTNESS AND FORM: COUNTY ATTORNEY %" AGENDA REQUEST �` ITEM NO. 5A TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY(DEPT): ENGINEERING DIVISION DATE: February 27, 2001 REGULAR[] PUBLIC HEARING [ XX ] CONSENT[] PRESENTED BY: Donald B. Weit, P.E. County Engineer SUBJECT: Public Hearing -Stating the County's Intent to Use the Uniform Method of Collecting Non - Ad Valorem Special Assessments Levied by the Oleander Business Park Municipal Services Benefit Unit. BACKGROUND: See Attached Memorandum FUNDS AVAIL. N/A PREVIOUS ACTION: January 23, 2001 - Board granted permission to advertise the public hearing RECOMMENDATION: Staff recommends that the Board adopt Resolution No. 01-044 stating the County's intent to use the uniform method of collecting non -ad valorem special assessments for the Oleander Business Park MSBU. COMMISSION ACTION: [ �} APPROVED [ ] DENIED [ ] OTHER: [X)County Attorney: (X)Public Works Dir: [) Finance (Info Copy Only): Coord i nationlSianatures []Management & Budget: [) other: s Anderson Administrator ❑ Purchas %W ..r COMMISSION REVIEW: February 27, 2001 ENGINEERING MEMORANDUM NO. 01-038 TO: Board of County Commissioners FROM: Donald B. West, County Engineer DATE: February 6, 2001 SUBJECT: Public Hearing Stating the County's Intent to Use the Uniform Method of Collecting Non -Ad Valorem Special Assessments Levied by the Oleander Business Park Municipal Services Benefit Unit. BACKGROUND On December 19, 1995, the Board created the Oleander Business Park municipal services benefit unit for utility improvements. One of the funding methods available for the subject project is through non -ad valorem special assessments levied on properties within the proposed MSBU and collected using the uniform method pursuant to Section 197.3632, Florida Statutes. In order to preserve this funding option, it is necessary for the Board to adopt a resolution for the proposed MSBU at a duly advertised public hearing held prior to January 1, 2001. On December 5, 2000, The Board adopted Resolution No. 00-223 stating the County's intent to use the uniform method of collection for this project. Subsequently, the boundaries of the district have increased, and the assessment if levied, would be placed on this year's property tax roll. Therefore, it is necessary to adopt another resolution to include those properties in the proposed assessment district. As provided for in Section 197.3632(3)(a), Florida Statutes, the deadline may be extended to March 1, 2001, provided that the Board, Tax Collector and the Property Appraiser agree to waive the statutory requirement. The attached memorandum is signed by the Tax Collector and Property Appraiser agreeing to waive the January 1, 2001 deadline. Attached to this memorandum is Resolution No. 010-044 which satisfies the legal requirement. RECOMMENDATION/CONCLUSION: Staff recommends that the Board adopt Resolution No. 01-044 stating the County's intent to use the uniform method of collecting non -ad valorem special assessments for the Oleander Business Park MSBU. In the opinion of staff, the public hearing is recommended to be held on February 27, 2001, which is a day Board meeting. cc: Staff Concurring Property Apprasier Tax Collector ENGINEERING DIVISION MEMORANDUM 00-015 TO: Bob Davis, Tax Collector Jeff Furst, Property Appraiser FROM: Rebecca R. Padrick, MSBU Coordinator DATE: January 16, 2001 SUBJECT: Oleander Business Park Municipal Services Benefit Unit Chapter 197 Notice of Intent Requirements Pursuant to Chapter 197, Florida Statutes, it is necessary for the Board to adopt resolutions prior to January 1, 2001 in order to preserve the uniform method of collecting non -ad valorem assessments. On December 5, 2000, the Board of County Commissioners adopted Resolution No. 00-223 stating the County's intent to use the uniform method of collection for the Oleander Business Park MSBU. Subsequently, the boundaries of the district have been expanded and it is necessary for the Board to adopt another resolution to include the additional properties subject to the assessment. As provided for in Section 197.3632(3)(a), Florida Statutes, the deadline may be extended to March 1, 2001, provided that the Board, Tax Collector and the Property Appraiser agree to waive the statutory requirement. Therefore, we formally request your approval to extend the deadline to March 1, 2001. If you agree, please provide your signature at the bottom of this memorandum. Thank you for your attention in this matter. Tax Collector i Date rty Appraiser --Zo6 Date `w Lon RESOLUTION NO. 01-044 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF ST. LUCIE COUNTY, FLORIDA, STATING ITS INTENT TO USE THE UNIFORM METHOD OF COLLECTING NON -AD VALOREM SPECIAL ASSESSMENTS LEVIED BY THE PROPOSED OLEANDER BUSINESS PARK MUNICIPAL SERVICES BENEFIT UNIT; DESCRIBING THE AREA SUBJ ECT TO THE ASSESSMENT; STATING A NEED FOR THE LEVY; PROVIDING FOR MAILING THE RESOLUTION; AND PROVIDING AN EFFECTIVE DATE WHEREAS, the Board of County Commissioners of St. Lucie County, Florida (the "Board") has created the Oleander Business Park Municipal Services Benefit Unit (the "MSBU") to fund the cost of a project to construct wastewater improvements to properties within the boundaries of the Oleander Business Park MSBU (the "Project') in St. Lucie County; and WHEREAS, the Board, as the governing body of the MSBU, intends to use the uniform method for collecting non -ad valorem special assessments to fund the cost of the Project as authorized by Section 197.3632, Florida Statutes because this method will allow the special assessments to be collected annually commencing in November 2001, in the same manner as provided for ad valorem taxes; and WHEREAS, on December5, 2000 the Board adopted Resolution No. 00-223 stating the County's intent to use the uniform method of collection; and WHEREAS, subsequent to the public hearing, the boundaries of the proposed assessment district have increased; and -1- %aw ..r WHEREAS, as provided for in Section 197.3632(3)(a), Florida Statutes, the deadline may be extended to March 1, 2001, provided that the Board, Tax Collector and the Property Appraiser agree to waive the statutory requirement. The Tax Collector and Property Appraiser have agreed to waive the January 1, 2001 deadline. WHEREAS, on February 27, 2001 the Board held a public hearing to consider the adoption of this resolution to modify the boundaries of the assessment district, proof of publication of this hearing is attached hereto and made a part hereof as Exhibit "A". NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of St. Lucie County, Florida, as follows: Section 1: Commencing with the 2001-2002 Fiscal Year and with the tax statement mailed for the 2001-2002 Fiscal Year, the Board intends to use the uniform method of collecting non -ad valorem assessments authorized in Section 197.3632, Florida Statutes for collecting non -ad valorem assessments levied by the Oleander Business Park MSBU to fund the cost of a project to construct wastewater improvements to properties within the boundaries of the Oleander Business Park MSBU. A description of the boundaries of the real property within the proposed MSBU and subject to the levy is attached hereto and made a part hereof as Exhibit "B". Section 2: The Board hereby determines that the levy of the assessments are necessary to fund the cost of the Project. Section 3: Upon adoption, the County Attorney is hereby directed to send a copy WZ of this resolution by United States mail to the Florida Department of Revenue, and the St. Lucie County Property Appraiser and Tax Collector. Section 4. This Resolution shall be effective upon adoption. After motion and second, the vote on this Resolution was as follows: Chairman Frannie Hutchinson XXX Vice Chairman Doug Coward XXX Commissioner Cliff Barnes XXX Commissioner Paula Lewis XXX Commissioner John Bruhn XXX PASSED AND DULY ADOPTED this 27th day of February, 2001. ATTEST: Deputy Clerk -3- BOARD OF COUNTY COMMISSIONERS ST. LUCIE COUNTY, FLORIDA By: Chairman APPROVED AS TO FORM AND CORRECTNESS: County Attorney m EXHIBIT A Qe IVAW ,,,vo EXHIBIT B OLEANDER BUSINESS PARK MSBU A PARCEL OF LAND LYING IN SECTION 28, T-35-S, R-40-E, ST. LUCIE COUNTY, FLORIDA BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS; LOTS 1, 2, 3, 4, 5, 6, 7, 8 AND THE NORTH 20.20' OF LOT 9; AND LOTS 26, 27, 28, 29, 30, 31, 32, 33, 34, 35, 36, 37, 38, AND 39INDUSTRIAL SUBDIVISION AS RECORDED IN PLAT BOOK 9 AT PAGE 5 OF THE PUBLIC RECORDS OF ST. LUCIE COUNTY, FLORIDA; TOGETHER WITH THE PARCELS OF LAND AS DESCRIBED IN OFFICIAL RECORD BOOK 1223, PAGE 57 AND OFFICIAL RECORD BOOK 1137, PAGE 1197 OF THE PUBLIC RECORDS OF ST. LUCIE COUNTY, FLORIDA. LESS AND EXCEPT ALL RIGHT OF WAYS OF RECORD. —5— Orr ANN£X£O £X£1]PJ ... ili IgLL v ili R OIJLCV2-000ir1 �� f502O00M1OW/61X ilj J "' it 2 r q ,$ 62,50 f50q/lI 62.500.'. �1' 41�5 pB. r T -f602dN>CWl21 ti •.v ili ;1; 'a tr5i-.co r-opdo) 76.%2.•_ LV15- 'o T°Tly 193.Sfi9•'�•' ' 1. _ G.al q< ow/6) rID0.'17/ /61 1m+0-9.17 A, OLEANDER BUSINESS PARK MSBU {X/-"/Ol 50 91 A, ..et l.' -R.la• ''&&66 p E (502OWlOJp/I1 . g rr . a -L ° L y: � �n i lA2LCOlOa7/ C 8 I: "l502-: I63�Sq.• S,'n :=�E� � � ':E e .bwsr ' .rr ,I90mr:�"- - .n.., e - r : i u.ero•Y .r502tW7�rol. ° . l502-0ON4O0p/JI 50 30 (502CW9N0/4) I 120,357.' I: 3 74,6191 I ram' a •w.s (502'OON0.'.V/1/ I l Y o 39,936.' q ~ L11,930•' ] 37.465. C I l q 6 n. (502L0@LW/6/ I m 9 L 42.966.. I 1502SVJl{CV/91 -�— — I ate' C - v 133,624.' q I lr R a 1 rvl I u s _ (:A2OJI3iW/51 I fA2A'7J6ikO/2/ L 200,011. It I 74,159s < (50200! s�J/21 I 6 � ' f50PWJ5IXG/51 n 6J.41x• � , 0. i Srm . 6.• _ — x06.]6 Y.WiV/a M2c03j- 18 — --- � -4 sB I 105,512•' g F CW4 �I l5 II � 0/0/Z!a ,• a 4.70 I f--. •1 ..i I f 60b q I 1 I 9 1502O029100010/ $ (502-0OQgp/3/ I 4 f85 w 251.07fa' ' (5021=8- rIM iI R 0 W la.r 66.214a za 1. 1(50P�19tg7/71 l502O32E000/3) ?a 70,724•' n "y ° a$ aul502Y.V27-IXU/61 I f � _—__—_-- e.f60/W"' Nl502-e' w !60/mtiQC W26- Y I !&J1QlfI I om� 5 aooro/xl91 n EXHIBIT B , 7 , r.....• '4W AGENDA REQUEST TO: BOARD OF COUNTY COMMISSIONERS ITEM NO. 6 .A DATE: February 27, 2001 REGULAR[XX] PUBLIC HEARING [ ] CONSENT[] PRESENTED BY: SUBMITTED BY(DEPT): County Attorney Donald G. Cole Property Acquisition Manager SUBJECT: Indian River Estates Stormwater Retention Project Friedel Parcel / Tax ID# 2436-323-0001-000/4 BACKGROUND: See attached background memorandum FUNDS AVAILABLE: Funds will be available in 101003-41134-563007-425056 Transportation Trust, Local Option Drainage PREVIOUS ACTION: On October 17, 2000 the BOCC approved the engineering contract with Hazen and Sawyer to develop the final design plan for the project. RECOMMENDATION: Staff recommends that the Board approve the Contract For Sale and Purchase highlighted in pink on the attached map, authorize the Chairman to execute the agreement and direct staff to close the transaction and record the document in the Public Records of St. Lucie County, Florida. , COMMISSION ACTION: ] APPROVED [ ] DENIED [ ] OTHER: > M. Anderson Administrator Review and Avprova�ls�L//�(AryI���+_}In/�J \Ql� [X1 County Attorney: - [X1 Management & Budgetj2g/-� ' Y [X)Engineering: [X] Originating De,�_/ IX] Public Worka:� I I10ther: / 1 Finance:(check for copy only, if applicable) Effective 5/96 :J PROPERTY ACQUISITION DIVISION MEMORANDUM TO: Board of County Commissioners FROM: Donald G. Cole, Property Acquisition Manager DATE: February 27, 2001 SUBJECT: Indian River Estates Stormwater Retention Project BACKGROUND: Engineering Staff has been working with the South Florida Water Management District and the Indian River Lagoon National Estuary Program in designing a stormwater management plan for the Indian River Estates subdivision. The intent of the project is to improve flood protection for the subdivision and to improve the quality of the stormwater runoff which curren%discharges from the subdivision directly, into the Savannas State Reserve. The plan is to redirec{ the stormwater runoff to an existing old mining pit on the north side of Midway Road. The mining pit (now an open water lake) is partly within the County's Savannas Recreation Area which is leased from the City of Ft. Pierce, and partly under County and private ownership. The City Manager has given concepptual approval of the plan to use the City owned property, and the County Attorney has draffed an amendment to the ter retenticonl as Agreement as recreation The recreational usteof the p operse the prty willrtnot be affected. The Friedel property is one of the privately owned parcels that encompasses a portion of the miningg pit. These privately owned parcels need to be acquired in order to implement the proposedstormwater management plan. Attached for your review is the Contract For Sale and Purchase and.a map indicating the location of the parcel (highlighted in pink). The contract was negotiated at the appraised value. RECOMMENDATION / CONCLUSION: Staff recommends that the Board approve the Contract For Sale and Purchase highlighted staff to close the transa ton and record the document inxthe execute caRecordsnof St. Luc e County, Florida Respectfully submitted: o e Property Acquisition Manager CC: County Administrator County Attorney County Engineer Indian River Estates Stormwater Retention Project - - - - - Project boundary ' r,z2rov2m7,er �°' 32z-0oo3aro'� ® Subject parcel r+uar !mom VA , ` 1243�+� ' cttrcm.amre r73raowaooia � I � , , M t , \ �1izrm�mvv ,' � a r�stoxsmvw , lSv�/D � rif7f(AT7{I(p/67 � p� I /�♦ 4 ldQ� �r _ rso2am I iw v PROJECT NAME: Indian River Estates Stormwater Retention Project PARCEL: Friedel - Tax ID# 2436-323-0001-00014 CONTRACT FOR SALE AND PURCHASE FOR REAL PROPERTY ACQUISITION THIS AGREEMENT made this day of 2001, between RITA G. FRIEDEL, surviving spouse of Donald L. Friedel, deceased, Individually and as Trustee of the Donald L. Friedel and Rita G. Friedel Revocable Living Trust dated March 13, 2000, whose mailing address is 3017 Walter Leathers Drive, Rockvale, Tennessee, 37153, hereinafter referred to as SELLER and, ST. LUCIE COUNTY, a political subdivision of the State of Florida, whose mailing address is 2300 Virginia Avenue, Fort Pierce, Florida, 34982 hereinafter referred to as PURCHASER, upon the terms and conditions set forth herein, SELLER agrees to sell and PURCHASER agrees to purchase a certain parcel or parcels of real property located in the County of St. Lucie, Florida, being more fully described as: SEE ATTACHED EXHIBIT "A" together with all improvements and personal property located thereon as may hereinafter be specifically described. 1. PURCHASE PRICE AND METHOD OF PAYMENT. The full purchase price is Five Thousand Eight Hundred and no/100-----($5,800.00) Dollars, determined to be the total of the following: Real Property (Land) and Buildings $5,800.00 Other Improvements upon the Land (described, if any) $ N/A Severance Damages N/A Other (describe) N/A payable in Cash or Cashier's check at the time of closing; plus or minus credits, adjustments and prorations as of the date of closing. 2. EXPENSES. PURCHASER shall pay for documentary stamps and recording fees on the Deed conveying the subject real property to PURCHASER. Processing fees, Indian River Estates Stormwater Retention Project - Friedel 1 if any, for obtaining a release, partial release or subordination agreement upon any existing mortgage shall be borne by PURCHASER. 3. TITLE. PURCHASER shall obtain, at the PURCHASER'S expense, a commitment for title insurance from a title company of PURCHASER'S choice, certified to a date not earlier that the date hereof, showing good and marketable title thereto to be vested in the SELLER, free and clear of all liens and encumbrances except those herein expressly set forth and those which shall be discharged by SELLER at or before closing. Should PURCHASER find on examination of said title commitment that SELLER'S title is not good and marketable, PURCHASER shall notify SELLER or his attorney in writing specifying the defects and SELLER agrees to use reasonable diligence to make same good and marketable and shall have a reasonable time therefor, but not to exceed 45 days from the date of said notification. If title shall not be made good and marketable within said time, all monies paid hereunder shall forthwith be repaid to PURCHASER and thereupon this contract shall become null and void and the parties hereto released and relieved of all further rights, duties or obligations hereunder; or, at PURCHASER'S option and PURCHASER'S request, SELLER shall deliver the title in its existing condition upon compliance by PURCHASER with the terms of the contract, and in such event SELLER shall be released and relieved from any duty and obligations to make such title good and marketable. 4. CONVEYANCE. SELLER agrees to convey title to PURCHASER by a good and sufficient statutory Warranty Deed, all real property to be free and clear of all liens and encumbrances except, taxes for the current year, and zoning ordinances. 5. LIENS. All certified liens or assessments and any pending liens for which work has been completed prior to the date of this contract, shall be paid by SELLER. SELLER shall make and deliver to PURCHASER a Mechanic's No -Lien Affidavit as to realty. 6. PRORATIONS. Taxes, rents, interest and other expenses or revenue of said property shall be prorated from the cash to close as of the date of closing. Credits and charges for the day of closing shall belong to and be borne by the SELLER. Indian River Estates Stormwater Retention Project - Friedel 2 sow, `✓ 7. RISK OF LOSS. SELLER assumes risk of any and all loss or damage prior to closing and the property shall be conveyed in the same condition as on the date of this contract, ordinary wear and tear excepted. 8. POSSESSION. SELLER shall deliver possession to PURCHASER at the closing. 9. CLOSING. The closing shall be on or before March 30, 2001 at which time all monies due to be paid hereunder and all instruments due to be made, executed, and delivered by the respective parties, each to the other, as herein provided, shall be paid and delivered, and the abstract shall become the property of the PURCHASER, subject to possessory rights and mortgagees of record. 10. PLACE OF CLOSING. Closing shall be held at the offices of a place chosen by PURCHASER and PURCHASER shall notify SELLER in writing of same at least seven (7) days prior to closing. 11. ATTORNEY'S FEES. Either party failing to comply with the terms hereof will pay all expenses, including a reasonable attorney's fee, incurred by the other party because of that failure. 12. MISCELLANEOUS. Written provisions shall control all printed provisions in conflict therewith. This Contract embodies the entire agreement of the parties and may not be altered or modified except by an instrument in writing signed by the party against whom the enforcement of any alterations or modifications is sought. 13. DEFAULT. If SELLER fails to perform hereunder without fault of the PURCHASER, all monies paid hereunder shall be returned to the PURCHASER upon demand but PURCHASER shall not thereby waive any right or remedy he may have because of such default of SELLER. If PURCHASER fails to perform hereunder without fault of SELLER, all monies paid hereunder may be retained by SELLER as liquidated damages which shall be in lieu of all other remedies allowed by law and this contract shall there upon terminate. 14. DEED RESTRICTIONS. SELLER warrants that there are no deed restrictions which are coupled with Indian River Estates Stormwater Retention Project- Friedel 3 a reverter or re-entry clause and that title is not based upon a tax deed, or if based upon a tax deed, that the title has been duly quieted by suit. 15. ASSIGNMENT. This contract is freely assignable by the PURCHASER, but no such assignment is binding upon SELLER until an executed copy thereof is delivered to the SELLER. Upon such delivery, the assignor shall be relieved of all liabilities under this contract. 16. ESCROW CLOSING. The cash proceeds of sale shall be held in escrow by the escrow agent for a period of no longer that five (5) business days to allow the deed to the PURCHASER to be recorded and the abstract of title continued, at the expense of the PURCHASER, to show title in the PURCHASER, without any intervening encumbrances or change from the date of last continuation. If there should be any change, the parties shall have the same rights as provided elsewhere herein, when SELLER is unable to make title good and marketable. 17. RECISSION. PURCHASER may rescind this contract if at the time of closing the SELLER is the subject of any insolvency, receivership or bankruptcy proceedings, or is deceased. 18. EXISTING MORTGAGES. SELLER hereby warrants that existing mortgages are in good standing and SELLER further agrees to keep them in good standing and to make all payments due thereunder; he shall either satisfy the mortgage or obtain a release of the subject property from the mortgage at or before closing. 19. REFUSAL OF SPOUSE. Failure or refusal of the wife or husband of the SELLER to execute the deed or any other required document, shall be deemed default of the SELLER. 20. OFFER TO SELL. SELLER and PURCHASER recognize and agree that by signing this agreement first, the SELLER is offering to sell the property described above to the PURCHASER in accordance with the terms and conditions of this agreement. If PURCHASER shall fail to approve this agreement within sixty (60) days after SELLER signs this agreement, this offer shall be null and void. Indian River Estates Stormwater Retention Project • Friedel 4 21. SELLER'S REPRESENTATIONS. (a) SELLER warrants and represents that there are no leases, occupancies, or tenancies; and none will be agreed to prior to closing without PURCHASER'S consent. (b) SELLER has not entered into any contracts, subcontracts, licenses, concessions, easements, or other agreements, service arrangements, either recorded or unrecorded, written or oral, affecting the property. (c) SELLER agrees with PURCHASER that from and after the date hereof and prior to closing, SELLER will not enter into any lease or agreement or any modification of any existing lease or agreement pertaining to the subject property without the written consent of PURCHASER. (d) Neither the whole nor any part of the subject property is now, and at the closing will be, in violation of any code, ordinance, statute, or regulation pertaining thereof; and SELLER has received no notice of any such violation. SELLER shall deliver to PURCHASER any such notice received prior to or after closing. (e) There are no encroachments thereof. (f) All of SELLER'S representations and warranties set forth in this Contract shall be true as of and surviving the closing, and all obligations of SELLER involving action or performance by SELLER prior to closing shall have been fully complied with. In the event that a lien, claim or cause of action should arise, resulting from the activities upon the property prior to closing or from any misrepresentations concerning the property contained herein, SELLER shall at its sole cost and expense defend against such claim or cause of action, and hold PURCHASER harmless therefrom, which shall include, but not be limited to, SELLER'S retaining such attorneys or other persons as may be required to fulfill this indemnification. If any of the representations of SELLER contained in this paragraph are inaccurate at the present time or as of the date of closing, PURCHASER may elect not to close this transaction in which event all parties shall' be relieved from all obligations and liabilities hereunder; provided however, that nothing contained herein shall preclude PURCHASER from seeking specific performance of SELLER'S obligations hereunder so as to rectify any misrepresentation made by SELLER herein. Indian River Estates Stormwater Retention Project - Friedel 5 `'d 22. COMPLIANCE WITH ENVIRONMENTAL LAWS. As of and subsequent to the date of this Contract of Sale, the SELLER warrants and represents to the PURCHASER, its successors and assigns, that to the best of the SELLER'S knowledge and belief that there is no violation of Federal, State, and/or local environmental laws and/or regulations on the property. PURCHASER, at PURCHASER'S expense, shall have the right to have said items inspected, and if upon inspection such items do not meet the above representations, PURCHASER shall have the option of canceling this Agreement or PURCHASER may elect to proceed with the transaction. 23. CONFLICT OF LAWS. The parties hereto hereby agree that all legal rights, duties, obligations and defenses shall be determined pursuant to the Laws of the State of Florida. The covenants herein shall bind and the benefits and advantages shall inure to the respective heirs, executors, administrators and successors or the parties hereto. Whenever used, the singular shall include the plural, and the plural the singular and the use of any gender shall include all genders. IN WITNESS WHEREOF, the parties have hereunto affixed their hands and seals. _ EXECUTED by SELLER this 15day of �� , 2001. Witn s as to Rita G. Friedel L fitness a to Rita G. Friedel Indian River Estates Stormwater Retention Project - Friedel 6 Rita G. Friedel, surviving spouse of Donald L. Friedel, Individually and as Trustee %%W ..1 EXECUTED by PURCHASER this ATTEST: DEPUTY CLERK Indian River Estates Stormwater Retention Project- Friedel day of 2001 BOARD OF COUNTY COMMISSIONERS OF ST. LUCIE COUNTY, FLORIDA BY: CHAIRMAN APPROVED AS TO FORM AND CORRECTNESS County Attorney ,%. ,%W EXHIBIT "A" LEGAL DESCRIPTION That part of the South 100 feet of the North 11.36 chains of Lot 2 in Section 36, Township 35 South, Range 40 East, lying west of the right of way for the Florida East Coast Railway, St. Lucie County, Florida. Indian River Estates Stormwater Retention Project - Friedel 8 AGENDA REQUEST TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY(DEPT): County Attorney SUBJECT: ITEM NO. 6,6 DATE: February 27, 2001 REGULAR[X] PUBLIC HEARING [ ] CONSENT [ ] PRESENTED BY: Daniel S. McIntyre County Attorney Resolution No. 01-70 - Supporting the Florida Public Service Commission Petition to the Federal Communications Commission ("DA 0 1 -341 ", "DOCKET NO.96-98") to preserve the 561 area code for Palm Beach County; and create a new area code for the Counties of St. Lucie, Martin, and Indian River with relief spanning twenty-four years into the future. BACKGROUND: On September 27, 2000, in a meeting with the Public Service Commission ("PSC") staff in West Palm Beach, representatives from our 561 area code region, and the Treasure Coast expressed overwhelming opposition to the PSC's ten -digit dialing recommendation. Subsequent to that meeting the PSC sided with the request to allow Palm Beach County to keep its 561 area code and asked for a new area code to be provided for the Treasure Coast. Commissioner Barnes has requested that a resolution be prepared supporting the Florida Public Service Commission Petition to the Federal Communications Commission to preserve the 561 area code for Palm Beach County; and create a new area code for the Counties of St. Lucie, Martin, and Indian River with relief spanning twenty-four years into the future. The attached Resolution No. 01-70 has been drafted for that purpose. FUNDS AVAIL.: PREVIOUS ACTION: RECOMMENDATION: Staff recommends that the Board adopt the attached Resolution No. 01-70 as drafted. COMMISSION ACTION: [g] APPROVED [ ] DENIED [ ] OTHER: County Attorney: I� Originating Dept. `ISou s Anderson Co my Administrator Review and Approvals Management & Budget Purchasing Other: Finance: (Check for Copy only, if applicable)_ Eff. 5/96 r %W *A#f RESOLUTION NO. 01-70 A RESOLUTION SUPPORTING THE FLORIDA PUBLIC SERVICE COMMISSION PETITION TO THE FEDERAL COMMUNICATIONS COMMISSION ("DA 01-341", "DOCKET NO. 96-98") TO PRESERVE THE 561 AREA CODE FOR PALM BEACH COUNTY; AND CREATE A NEW AREA CODE FOR THE COUNTIES OF ST. LUCIE, MARTIN, AND INDIAN RIVER WITH RELIEF SPANNING TWENTY-FOUR YEARS INTO THE FUTURE WHEREAS, the Board of County Commissioners of St. Lucie County, Florida, has made the following determinations: 1. On September 27, 2000, in a meeting with the Public Service Commission ("PSC") staff in West Palm Beach, representatives from our 561 area code region, and the Treasure Coast expressed overwhelming opposition to the PSC's ten -digit dialing recommendation. 2. Subsequent to that meeting the PSC sided with the request to allow Palm Beach County to keep its 561 area code and asked for a new area code to be provided for the Treasure Coast. 3. Unfortunately, the federal contractor who assigns area codes turned down the state's request citing a federal regulation that violated industry -developed guidelines that require the codes to last at least five years. future. 4. This matter will be decided by the Federal Communications Commission in the near 5. This Board believes that the state plan which was approved by the PSC which extends the 561 area code life a minimum of three years is the best alternative to all concerned. 6. This Board further believes that with the addition of new technology and the implementation of number conservation measures the 561 area code would have a much longer than n r.r projected life span. Additionally, through this plan, Indian River, St. Lucie, and Martin Counties would enjoy a new area code with relief spanning twenty-four years into the future. 7. This Board further believes that the residents of Palm Beach County and the Treasure Coast would be accommodated with the adoption of a plan that creates a new area code for the Treasure Coast, preserves the 561 area code for Palm Beach County, and eliminates the need for 10- digit dialing. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of St. Lucie County, Florida: 1. This Board does hereby support the Florida Public Service Commission Petition to the Federal Communications Commission ("DA No. 0 1 -341 ", "CC Docket No. 96-98") to preserve the 561 area code for Palm Beach County; and create a new area code for the counties of St. Lucie, Martin, and Indian River with relief spanning twenty-four years into the future. 2. The County Administrator is hereby directed to forward copies of this resolution to the Federal Communications Commission, Attention Ms. Magalie Salas, 445 12`h Street S.W., Room TW-13204, Washington, DC 20554; Tim Vaccaro, Florida Public Service Commission, Capital Circle Office Center, 2540 Shumard Oak Boulevard, Tallahassee, Florida 32399-0872; and The Honorable Ron Klein, State Senator, District 28, 406 Senate Office Building, 404 South Monroe Street, Tallahassee, Florida 32358-1100. After motion and second the vote on this resolution was as follows: Chairman Frannie Hutchinson XX Vice -Chairman Doug Coward xx Commissioner Paula A. Lewis xx %wr ..w Commissioner Cliff Barnes XX Commissioner John D. Bruhn XX PASSED AND DULY ADOPTED this 27`n day of February, 2001. ATTEST: BOARD OF COUNTY COMMISSIONERS ST. LUCIE COUNTY, FLORIDA DEPUTY CLERK II CHAIRMAN APPROVED AS TO FORM AND CORRECTNESS: COUNTY ATTORNEY `,. AGENDA REQUEST TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY: Airport IThwi NO. R-7 DATE: 2-27-01 REGULAR [X ] PUBLIC HEARING [ ] CONSENT[ ] PRESENTED BY: Paul Phillips SUBJECT: Approve the Interlocal Agreement between St. Lucie County and the City of Vero Beach to hire a consultant in Washington D.C. for the purpose of persuading the Federal Government to install, operate, and maintain an ASR-I I radar facility on the Treasure Coast which will serve at a minimum St. Lucie County International Airport and Vero Beach Airport for a total price of $4,000 per month plus expenses not to exceed $250 per month. The Board would be responsible for 50% of the monthly cost with a maximum local share of $27,000 over 12 months. BACKGROUND: As you may not know, the air traffic control tower's operated at St. Lucie County International Airport and Vero Beach Municipal Airport are operated by the Federal Aviation Administration (FAA). The towers are operated as visual towers only with no radar coverage to aid the controller with air navigation at either tower. As radar coverage is crucial to both airports to enhance pilot safety, the use of a consulting firm is necessary to ensure that the radar facility is installed in a timely manner. This Interlocal Agreement will provide support in Washington D.C. to facilitate and coordinate objectives for federal acquisition and installation of an ASR-11 radar facility at a site identified and selected by the FAA to permit radar services at each of the facilities and coverage for surrounding areas in Florida. FUNDS AVAILABLE IN ACCT#: Funds of $26,380 are available in Airport Contingencies account (140-9910-4210-599100) and funds of $620 are available in Airport Professional Services account (140-- 4210-531000-400) PREVIOUS ACTION: N/A RECOMMENDATION: Staff recommends that the Board of County Commissioners approve the Interlocal Agreement between St. Lucie County and the City of Vero Beach to hire a consultant in Washington D.C. forthe purpose of persuading the Federal Government to install, operate, and maintain an ASR-11 radar facility on the Treasure Coast which will serve at a minimum St. Lucie County International Airport and Vero Beach Airport for a total price of $4,000 per month plus expenses not to exceed $250 per month. The Airport would be responsible for 50%ofthe monthly cost with a maximum local share of $27,000 over 12 months. COMMISSION ACTION: [x]APPROVED [ ]DENIED []OTHER: 4-1 (Coward) Reviews & A rova County Attorney: OMB Purchasing Originating Dept Other: Other: Finance:(Check fo opy only, if applicable) ,%W ..i INTERLOCAL AGREEMENT This INTERLOCAL AGREEMENT ("Agreement'), dated this day of 2001 is made by and between the County of St. Lucie, 2300 Virginia Avenue, Fort Pierce, Florida 34982, and the City of Vero Beach, Post Office Box 1389, Vero Beach, Florida 32961- 1389. BACKGROUND: 1. Section 163.01, Florida Statues, et seq. (2000), known as the Florida Interlocal Cooperation Act of 1969, provides a method for governmental entities to cooperate with each other on a basis of mutual advantage to provide services and facilities in a manner that will accord best with the factors influencing the needs and development of local communities; and 2. The County of St. Lucie ("COUNTY") and the City of Vero Beach ("CITY") desire to cooperate in the hiring of a CONSULTANT in Washington D.C. for the purpose of persuading the Federal Government to install, operate, and maintain an ASR-I I Radar Facility in the Treasure Coast area which will serve, at a minimum, St. Lucie International Airport and the Vero Beach Airport. The RADAR will also improve the level of service currently being experienced at those airports, and will enhance air traffic safety for the entire Treasure Coast Region. NOW, THEREFORE, in consideration of the mutual benefits flowing from each to the other, the parties do hereby agree as follows.: 1. The CITY shall: (a) Be responsible for executing the attached contract ("CONTRACT") with AB Management Associates, Inc., ("CONSULTANT"). (b) Be responsible for administering the CONTRACT with the CONSULTANT and ensuring that the terms of said CONTRACT are complied with. (c) Be responsible for paying the invoices of the CONSULTANT in accordance with the terms of the CONTRACT and this Agreement. (d) Be responsible for invoicing the COUNTY quarterly at the rate of $2,000.00 (plus expenses not to exceed $250.00) per month as their share of the amount of the CONTRACT. (e) Designate the Airport Director for the CITY as the liaison with the COUNTY for matters pertaining to this agreement and the CONTRACT. C\W[NWWS\Tcmp Int mFiles\ComcntJE5U K9M 3U ER OCAL AMEMEWT En 2. The COUNTY shall: (a) Be responsible for paying the CITY quarterly at the rate of $2,000.00 (plus expenses not to exceed $250.00) per month as their share of the amount of the CONTRACT. (b) Designate the Airport Director for the COUNTY as the liaison with the CITY for matters pertaining to this agreement and the CONTRACT. 3. This Agreement may be amended only by written agreement of the parties. A party requesting amendment of the Agreement must propose such amendment in writing to the other party at least ninety (90) days prior to the proposed effective date of the amendment. 4. Prior to its effectiveness, this Agreement and subsequent amendments shall be filed with the Clerks of the Circuit Courts for Indian River and St.Lucie Counties. 5. In the event it is necessary for any of the parties to initiate legal action regarding this Agreement, venue shall be in Indian River County in the Nineteenth Judicial Circuit for claims under state law and in the Southern District of Florida for any claim which are justifiable in federal court. 6. This Agreement incorporates and includes all prior and contemporaneous negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements, or understandings conceming 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 or contemporaneous representations or agreements, whether oral or written. 7. If any term or provision of this Agreement or the application thereof to any person or circumstance shall, to any extent, be held invalid or unenforceable for the remainder of this Agreement, then the application of such term or provision to persons or circumstances other than those as to which it is held invalid or unenforceable shall not be affected, and every other term and provision of this Agreement shall be deemed valid and enforceable to the extent permitted by law. 8. TERM. This Agreement shall have a term of one year from January 1, 2001, unless sooner terminated pursuant to its terms. 9. TERMINATION. Any party may terminate this agreement without cause by providing the other not less than ninety (90) days prior written notice, provided that the parties shall be obligated to pay for all work completed through the effective date of termination. 10. Any notice, request, demand, consent , approval or other communication required or permitted by this Agreement shall be given or made in writing and shall be served (as elected by the party giving such notice) by any of the following methods (i) hand delivery to the other party; (ii) delivery by commercial overnight courier service; or (iii) mailing by registered or certified mail (postage prepaid), return receipt requested. For purposes of notice the addresses are as follows: C%WM WS%Tcmporuy lnl d Filca CommI. IF5"KWNWAV ERLOCAL AGREEMENT dac \.+ .MO COUNTY OF ST LUCIE: County Administrator, 2300 Virginia Avenue, Fort Pierce, Florida 34982 With a Required Copy to: County Attorney, 2300 Virginia Avenue, Fort Pierce, Florida 34982 And a Required Copy to: Airport Director, 2300 Virginia Avenue, Fort Pierce, Florida 34982 CITY OF VERO BEACH: City Manager, Post Office Box 1389, Vero Beach, Florida 32961-1389 With a Required Copy to: City Attorney, Post Office Box 1389, Vero Beach, Florida 32961-1389 And a Required Copy to: Airport Director, Post Office Box 1389, Vero Beach, Florida 32961-1389 Notice given in accordance with the provisions of this paragraph shall be deemed to be delivered and effective on the date of hand delivery or on the second day after the date of the deposit with an overnight courier or 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 delivered if mailed. IN WITNESS WHEREOF, the County of St. Lucie has approved this Agreement at a duly noticed meeting held on , 2001, and the City of Vero Beach as approved this Agreement at a duly noticed meeting held on 2001. ATTEST: CITY OF VERO BEACH, FLORIDA Tammy Vock, City Clerk Date: Sandra Bowden, Mayor Date: APPROVED AS TO FORM AND CORRECTNESS: Julie Schutta, City Attorney Date: CWINWWS\Tmiwr Intemei FilesWontmdESKAK9MNU3\MTERL0CAL AGREEMENT dm u BOARD OF COUNTY COMMISSIONERS OF ST. LUCIE COUNTY, FLORIDA By: Chairman Date: Attest: Deputy Clerk Date: APPROVED AS TO FORM AND CORRECTNESS: County Attorney Date: CdWWN WS\Temporary Inr d FileSComenc IE5V KWNUNNTER OCAL AGKEEMENT.d .fto CONSULTING AGREEMENT AB MANAGEMENT ASSOCIATES, INC. THE CITY OF VERO BEACH, AND THE COUNTY OF ST. LUCIE, FLORIDA STATEMENT OF WORK AB Management Associates, Inc. will provide government affairs and other support to the Vero Beach, FL Municipal Airport, and the St. Lucie County, FL International Airport (Ft. Pierce) to facilitate and coordinate objectives for federal acquisition and installation of an ASR-11 at a site identified and selected by the Federal Aviation Administration (FAA) to permit radar services at each of the facilities and coverage for surrounding areas in Florida. AB Managements support and work will include, but not be limited to: • Assistance in identifying, developing and implementing targeted objectives, plans and approaches that can result in winning support for the ASR-11 project. • Recommending, scheduling and participating in actions, meetings, briefings and other activities with key government and industry officials, airport executives, FAA officials and other staff to insure that these airports interests are fully considered and advanced; which permit timely, and cost-effective implementation of steps to enhance aviation safety and efficiency, and to facilitate other aviation and economic benefits that may result from ASR-11 radar services. • Liaison and coordination with members of the U.S. Congress, FAA officials, other Legislative and Executive branch officials and staff, and other government organizations and agencies such as the U.S. Department of Transportation (USDOT) as may be appropriate. • Promotion of Vero Beach Municipal Airport and St. Lucie County International Airport objectives with aviation organizations including: The Aircraft Owners and Pilots Association (AOPA), American Association of Airport Executives (AAAE) General Aviation Manufacturers Association (GAMA), Helicopter Association International (HAI), National Air Traffic Controllers Association (NATCA), National Air Transportation Association (NATA), National Association of State Aviation Officials (NASAO), National Business Aircraft Association (NBAA), National Transportation Safety Board (NTSB) and others. `00' Dissemination of timely and accurate information concerning federal budget priorities and programs for the FAA and the USDOT which may be of interest to Vero Beach Municipal Airport and St. Lucie County International Airport officials, tenants, users and others to assure that adequate funding is sought to successfully facilitate ASR-11 radar services. Monitoring, collecting, and disseminating information and intelligence about Federal executive and legislative branch policy issues which may have an influence on the Vero Beach Municipal Airport and St. Lucie County International Airport, the ASR-11 project, and other objectives as may be identified. Tracking of national, local and trade press/media coverage of interest to Vero Beach Municipal Airport and St. Lucie County International Airport officials, tenants, users and others relevant to FAA funding for ASR-11 equipment, other aviation safety projects and programs, and publicity or public relations opportunities and activities of interest. "1rr �./ COST AND SCHEDULE AB Management Associates, Inc., fee is $4000 per month plus reasonable and customary expenses not to exceed $500 per month unless prior approval is received from the City Manager of Vero Beach in coordination with designated St. Lucie County representatives. This guarantees 20 hours per month of AB Management availability. Any time worked in excess of the guaranteed availability will be billed at a rate of $175 per hour. AB Management will invoice monthly on terms of net amount due in 30 days. A summary of time, work accomplished and expenses will be provided along with copies of all receipts. AB Management, the City of Vero Beach, and St. Lucie County agree to a 12- month performance period beginning 1 January 2001 and ending 31 December 2001. At the conclusion of the performance period, AB Management, the City of Vero Beach, and St. Lucie County have the option to renegotiate a revised monthly fee based on an anticipated workload or a revised statement of work. This agreement permits early termination without cause on a 30-day written notice by the City of Vero Beach, St. Lucie County, or AB Management. The City Manager of Vero Beach is the designated representative for the City of Vero Beach, in cooperation with designated representatives from St. Lucie County, for administration of this contract. CITY OF VERO BEACH, FLORIDA IN AB MANAGEMENT ASSOCIATES, INC. By: Larry P.Barnett Title: President Date: '`r AGENDA REQUEST TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY(DEPT): Administration SUBJECT: Bi-Weekly Committee Reports ITEM NO. -11 _ DATE: February 27, 2001 REGULAR [ X ] PUBLIC HEARING [ ] CONSENT[ ] PRESENTED BY: Doug Anderson County Administrator BACKGROUND: 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 2"' and 4" Tuesday of each month. FUNDS AVAILABLE: N/A PREVIOUS ACTION: N/A RECOMMENDATION: This meeting the Board will provide updates on the following Committees and Advisory Boards that they serve on: Committee Meeting Date Commissioner Blueway Advisory Committee Monthly Barnes Children's Services Council 2"' Thursday Barnes Cultural Affairs Council 2" Tuesday Hutchinson SLC Expressway Authority 3'' Thursday Lewis/Bruhn Friends of SLC Library 2"' Thursday Lewis Property & Homeowners 2"' Wednesday Lewis St. Lucie County Fire District 3' Wednesday Bruhn/Coward Transportation DLCB 2"' Wednesday Lewis Treasure Coast Regional Planning Council 3' Friday Coward/Barnes Treasure Coast Community Alliance Monthly Hutchinson Lake Okeechobee Coalition Monthly Barnes/Bruhn COMMISSION ACTION: [X] APPROVED [ ] DENIED [ ] OTHER: Anderson Administrator CONSENT ITEMS Board of County Commissioners Meeting 02/23/01 FZABWARR 001 001130 001217 001252 101 101002 101003 101006 102 102001 105 107 113 114 116 117 119 121 123 136 138 140 140001 145813 183 183001 183002 183212 184203 262 316 14001 4 418 421 441 451 461 471 491 501 505 510 625 ST. LUCIE COUNTY - BOARD WARRANT LIST #21- 17-FEB-2001 TO 23-FEB-2001 FUND SUMMARY TITLE General Fund TC Community Action Agency FY00/01 DEP-Reqional Attenuation Facility Urban Plobile Irrigation Lab Grant Transportation Trust Fund Transportation Trust/80% Constitut Transportation Trust/Local Option Transportation Trust/Impact Fees Unincorporated Services Fund Drainage Maintenance MSTU Library Special Grants Fund Fine & Forfeiture Fund Harmony Heights 3 Fund Harmony Heights 4 Fund Sunland Gardens Fund Sunrise Park Fund Holiday Pines Fund Blakely Subdivision Fund Queens Cove Lighting Dist#13 Fund Monte Carlo Lightinq MSTU#4 Fund Palm Lake Gardens MSTU Fund Port & Airport Fund Port Fund IRL SWIM Impound Rest IX Ct Administrator-19th Judicial Cir Ct Administrator-Arbitration/Mediat Ct Admin.-County Arbitration/Mediat OSCA-Court Reporting Grant 00/01 Ft. Pierce Beach Restoration Tourism Dev 4th Cent I&S Fund County Capital Transportation Capital River Branch MSBU-Capital Sanitary Landfill Fund Golf Course Fund H.E.W. Utilities Fund North Hutchinson Island Utilities S. Hutchinson Utilities Fund Sports Complex Fund Holiday Pines Utilities Fund Buildinq Code Fund Information Technology Fund Health Insurance Fund Service Garage Fund Law Library GRAND TOTAL: PAGE EXPENSES PAYROLL 349,000.78 23,044.15 8,263.03 0.00 11171.53 0.00 60.28 0.00 95,245.55 0.00 11,027.46 0.00 1,100.00 0.00 5,314.50 0.00 2,096.92 0.00 80,995.60 0.00 7,532.90 0.00 2,938,923.82 0.00 204.21 0.00 448.92 0.00 498.47 0.00 124.38 0.00 730.44 0.00 65.41 0.00 254.75 0.00 1,309.47 0.00 106.78 0.00 6,005.00 0.00 531.78 0.00 187.72 0.00 866.38 0.00 19.36 0.00 356.25 0.00 31540.50 0.00 11125.00 0.00 6,780.03 0.00 5,810.26 0.00 437.50 0.00 1,112.50 0.00 68,246.92 0.00 13,663.18 0.00 488.75 0.00 34,948.56 0.00 760.09 0.00 43,844.93 0.00 910.59 0.00 1,684.73 0.00 15,523.99 0.00 5,045.72 6,858.55 38,617.78 0.00 7,644.38 0.00 3,762,627.10 29,902.70 02/23/01 ST. LUCIE COUNTY - BOARD PAGE 1 FZABWARR VOID LIST# 21- 17-FEB-2001 TO 23-FEB-2001 F-71): 140 - Port & Airport Fund C.._�CK INVOICE VENDOR TOTAL 00267990 I2108761 J&L Lock & Key Cc 1,459.27 FUND TOTAL: 1,459.27 ,%,, AGENDA REQUEST „/ ITEM NO. C-2, SUBMITTED BY(DEPT): TO: BOARD OF COUNTY Leisure Services DATE: February 27, 2001 REGULAR[] PUBLIC HEARING [ ] CONSENT [X] PRESENTED BY: Pete Keogh Director, Leisure Services SUBJECT: Award of RFP #01-019 Snack Vending for St. Lucie County Municipal Buildings BACKGROUND: On January 24,2001 proposals were received forsnack vending rights. Ninety nine vendors were notified, 12 sets of RFP documents were distributed and two proposals were received. On February 12, 2001 based on review of the criteria and a comparison of the proposals received, the Snack Vending selection committee unanimously chose Lance, Inc. as the # 1 ranked proposer. The proposer comparison sheet is attached. FUNDS AVAILABLE IN: N/A PREVIOUS ACTION : N/A RECOMMENDATION: Staff requests that the Board of County Commissioners award RFP # #01-019 Snack Vending to Lance, Inc. the # 1 ranked proposer and authorize staff to negotiate a contract. In the event that negotiations are unsuccessful with Lance ,staff requests permission to negotiate a contract with Bob's Vending Services the # 2 ranked proposer. COMMISSION ACTION: [ $ APPROVED [ ] DENIED [ ] OTHER: try County Attorney: Originating Dept: Coordination/Sicrnatures Mgt. & Budget: Other: Finance: (Check for Copy only, if Applicable) Eff. 1/97 Administrator Purchasing Mgr.: Other: H:\WP\snack vending agenda.wpd February 12, 2001 RFP # 01-019 SNACK VENDING FOR ST. LUCIE COUNTY MUNICIPAL BLDGS. PROPOSER COMPARISON BOB's VENDING SERVICE*** 11% commission on gross revenue LANCE 18% commission on net sales (revenue) TERM OF CONTRACT REQUESTED No objection indicated to 5 yrs as per RFP Three years (3) instead of the five (5)years REFUND PLAN Agreed to provide provisions for refunds Has provisions for refunds (refund voucher) SERVICE LOCATIONS Has agreed to svc. 4 of the 5 locations listed in RFP Has agreed to svc. all locations listed INSURANCE Proposer has indicated previously that insurance Verif. of ins. coverage provided requirements may be difficult to meet RETAIL PRICE LIST Not provided CASE PRICES Provided Provided Not Provided **BOB's Vending Service has provided satisfactory service to the County in the past. z c m m a O T v 0 c m m 1 y v_ 1 m m v z m " �' —I 2 O -omz r co m �p m m m mc� CO) a 0 M Z� m� Or �m< z V zm / Or `mZ z<z �•i �ii n ry Z O m ;a < CO)-n m zv .16 < O c c m ; m CO)m 0 N g n O M O -0 c z v ic < m v c O z n = m ra- v c mn -v F v .. z G) w a �Oca a0• �cz0 oz0c .00 =icz min m 470 cn z m X v AGENDA REQUEST ITEM NO. DATE: 2-27-01 REGULAR [] PUBLIC HEARING [ ] CONSENT [xx] TO: BOARD OF COUNTY COMMISSIONERS PRESENTED BY: SUBMITTED BY(DEPT): Leisure Services Pete Keogh, Director SUBJECT: Addendum to Interlocal Agreement/Savannas Recreation Area BACKGROUND: The County has applied for a FRDAP grant for the Savannas Recreation Area which requires that the County have possession of the property for a 25 year period that runs concurrently with the grant period. Currently, the County has an interlocal agreement with the City of Fort Pierce that ends in 2012. However, the time period that must be covered is 2001 to 2026. An addendum to the interlocal agreement was prepared by the County Attorney and sent to the City. City Commissioners approved it on February 5, 2001, extending the lease period to May 2027. Approval for the Chairman to sign is now needed. Following this, it will be forwarded to the Florida Department of Environmental Protection and included in our application, showing that this requirement has been met. FUNDS AVAILABLE: Funding is not an issue with this agenda request PREVIOUS ACTION: No previous action as related to this interlocal agreement. RECOMMENDATION: Staff recommends approval of the addendum to the local agreement with the City of Fort Pierce for the Savannas Recreation Area and authorize the Chair to sign the agreement. COMMISSION ACTION: [ X] APPROVED [ ] DENIED ( ] OTHER: oug as M. Anderson Co ty Administrator Review and Approvals �j��,,/�) County Attorney: Management & BudgeI' l.j Purchasing: t Originating Dept. :< Other: Other: Finance: (Check for Copy only, if applicable) 1-40 ADDENDUM TO INTERLOCAL AGREEMENT This Addendum made and entered into this day of 2001, by and between the CITY OF FORT PIERCE, a municipal corporation, hereinafter referred to as the "CITY" and ST. LUCIE COUNTY, a political subdivision of the State of Florida, hereinafter referred to as the "COUNTY" WITNESSETH: WHEREAS, the CITY and the COUNTY hereby agrees to increase the time of said Interlocal Agreement attached hereto entered into May 12, 1992, to an extended time of twenty-five (25) years including and up to May 12, 2027. WHEREAS, all other terms and condifions in the existing Interlocal Agreement are and the same shall be retained. IN WITNESS WHEREOF, the CITY has caused its name to be hereunto subscribed by the Mayor and attested by the City Clerk and the COUNTY has caused its name to be hereunto subscribed by its Chairman and attested by its Clerk on the day and year first above written. ATTEST: Deputy Clerk ATTEST: City Clerk BOARD OF COUNTY COMMISSIONERS ST. LUCIE COUNTY, FLORIDA IN Chairman APPROVED AS TO FORM AND CORREC SS: By: " f County AttorneJ CITY OFT PIE E, FLORIDA By:� or APPROVED AS TO FORM AND CORRECTNESS: By:�� City Attorney wu f.. 3 �3.5° oouGtr.S o:Xcs , Do: A"ump cl�r, ,,,�.I 0:. Tax 3 _ INTERLOCAL AGREEMENT In1 lax1__ BY: —'-- a THIS AGREEMENT made and entered into this�Fiay of L 1992, by and between the CITY OF FORT PIERCE, a municipal corporation, hereinafter referred to as "City" and ST. LUCIE COUNTY, a political subdivision of the State of Florida, hereinafter referred to as "County". W I T N E S S E T 11: WHEREAS, the City has certain lands and facilities adaptable for use as a fish preserve and management area, as well as for gardens, boating, fishing, camping, picnic area and for recreational areas in general;.and WHEREAS, the County desires to continue to manage and maintain the lands for the purposes aforesaid. NOW, THEREFORE, in consideration of the premises and of the terms, conditions and covenants herein contained, it is agreed by and between the parties hereto, as follows: 1. This Agreement is entered into pursuant to Section 163.01 Florida Statutes, Interlocal Cooperation Act. 2. ; The City agrees to allow the County to manage those lands shown on the attached map identified as Exhibit "A" and described and set forth on the four (4) page revised legal description annexed hereto and described as Parcel No. 1 and Parcel No. 2, excluding Tract 2-A and Tract 2-B, incorporated by reference and made a part hereof, subject to license agreements with the Florida East Coast Railway. The County agrees to manage, develop and maintain said area for recreational purposes. 3. At Savannah Road, the County owns and has a pump and motor which are in place. At Five -Mile Creek, the City has a Permanent pump, motor. and CAS pump house in place. Both of these sites involve water control structures. The City has heretofore entered into an Agreement with the North St. Lucie River Drainage District and with the Central & Southern Florida Flood Control District, now known as South Florida Water Management District, concerning water control structures needed in the drainage system PREPAREDRECOkD & RETURN TO: John"T.Brennan, Esq. - 1 _ P. 0. Box John T. Brennan, Esq. Fort Piercee,, FL 34954 Courthouse Box p9 at said sites an at the site of Canal 25� The City does hereby Place the City's aforesaid pumps, motors, sheds, water control structures and land sites occupied by the same, under,.'the management of the County for purposes of securing adequate water and drainage thereof into and .from the area of the Savannah involved in the lands under this Management Agreement. Allh' structures and waterways are as identified and located on Exhibit The County shall be responsible for maintaining the equipment in operating condition. 4. Under normal operating conditions, the water control structures at Five -Mile Creek and the flood gates at the dam in the i Virginia Avenue Canal at or near Savannah Road will remain closed, with flood gates being opened.when excess water accumulates. When unusual weather conditions occur, either party shall have the right to manually open all water control devices; provided the party opening the water control devices shall make a good faith effort to notify the other party prior to opening. 5. The City reserves the .right of access on and Across any of said lands in order to reach or have access to other lands of the City. 6. Any through roads or public access roads to be constructed on said premises shall be subject to approval by the City. 7. The City does not warrant the title to any of the lands involved herein or to t-ha sites upon which any pumps or facilities may be located, and the same is accepted by the County under such title that the City may have. ©. Upon termination of this Agreement for any cause Whatsoever, all interest, equity and ownership of the City in and to the pumps, motors, pump houses, dam and permanent improvements of any nature existing or constructed upon the aforesaid premises shall be vested in and revert to the City, at no expense to the City. 0 - 2 - "',[)79G PAG[122-3 9• This Ag ement shall become effective when filed with the Clerk of the Circuit Court of St-. Lucie County, Florida and shall continue in force and effect for a period of twenty (20) yearns from the effective date provided that if said lands are needed for water supply for the City, the City mqy cancel and terminate the same upon one (1) year's written notice from the City to the County, and upon termination, the County shall remove itself from the premises. The County shall have the right to cancel and terminate this Agreement upon one (1) year's written notice from the County to the City. 10. The County agrees to hold the City harmless from any and all claims for personal injury and/or property damage arising out of the use, control and management by the County of said lands and equipment, and to indemnify the City for any such damages, if any be sustained subject to the limitations of Section 768.20, Florida Statutes. In addition, the Country shall save the City free from any claims for services rendered, materials furnished or labor performed, at the request of or at the direction of the.County. 11. The Agreement may only be amended by a written document signed by all parties and filed with the Clerk of the Circuit Court Of St. Lucie County, Florida. 12. All notices, requests, consents, and other communications required or permitted under this Agreement shall be in writing (including telex and telegraphic communication) and shall be (as elected by the person giving such notice) band delivered by messenger or courier service, telecommunicated, or mailed (airmail if international) by registered or certified mail (postage prepaid), return receipt requested, and addressed to: AS TO ST. LUCIE COUNTY: St. Lucie County Administrator 2300 Virginia Avenue Administration Annex Fort Pierce, FL 34902 WITH A COPY TO: St. Lucie County Attorney 2300 Virginia Avenue Administration Annex Fort Pierce, FL 34902 AS TO FORT PIERCE• WITH A COPY TO: City of Fort Pierce P. 0. ➢ City of Fort Pierce Attorney Fort Pierce 1900 P. 0. Box 3779 ce, FL 34940 Fort Pierce, FL 3494B 3 - °f�0796 PAR' 1 ?_<(: �Pw .Ww or to such other address as any party may designate by notice - complying with the terms of this Section. Each such notice shall be deemed delivered: (a) on the date delivered if by persdnal delivery, (b) on the date telecommunicated if by telegraph, (c) on the date of transmission with:. con -firmed 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. 13. This Agreement shall be binding upon the successors and assigns of the parties hereto. 14. This Agreement embodies -the whole understanding of the parties. There are no promises, terms, conditions or obligations other than those contained herein, and this Agreement shall supersede all previous communications, representations or agreements, either verbal or written, between the parties hereto. IN WITNESS WHEREOF, the City has caused its name to be hereunto subscribed by the Mayor and attested by the City Clerk and the County has caused its name to be hereunto subscribed by its Chairman and attested by its Clerk on the day and year first above written. BOARD OF COUNTY COMMISS��Q N$j;S ST. LUCID COUNTY, FL(ZF�bA •• , 01 •CLERK jr By. CIiAIRMAW. APPRO .D AS TO FORM` • ;.��•'•'. ` NTY CITY OF FORT PIERCE_,_, P'LORIDA MAYOR APPROVED AS TO FORM AND CORRECTNESS: By: G2•. �.l� I'1'Y ATTORNEY -n- `VQ79G PAW 12e'?5 %✓ AGENDA REQUEST ✓ ITEM NO. C- 2C DATE: February 27,2001 REGULAR[] PUBLIC HEARING [ ] CONSENT[x] TO: BOARD OF COUNTY COMMISSIONERS PRESENTED BY: Pete Keogh Director, Leisure Services SUBMITTED BY(DEPT): Leisure Services SUBJECT: Award of ADDENDUM 2 BID #01-012 for Lawnwood Maintenance Storage Buildings BACKGROUND: On January 17, 2001 proposals were received for the Lawnwood Maintenance Storage Buildings. One hundred eighty two companies were notified, 25 Bid Documents were distributed and four proposals were received. After reviewing materials submitted by vendors staff recommends Jim Wright Construction as the #1 rated proposer. FUNDS AVAIL.: 316.7210.562000.76008 (County Capital -Parks -Buildings) PREVIOUS ACTION: NIA RECOMMENDATION: Staff requests that the Board of County Commissioners allow staff to enter into a contract with Jim Wright Construction, and authorize the Chairperson to sign the contract as drafted by the attorneys office. COMMISSION ACTION: APPROVED [ ] DENIED [ ] OTHER: �Z County Attorney: Originating Dept: Finance: (Check for Copy only, if Applicable) Coordination/SignaturesMgt. & Budge --Am 1 I I Other: Purchasing Mgr.: C Eff. 1197 rr H�\agenda r.qu.t f...v d z 3 Ri rn X O m Cl) O z Z m En z O T m v \o/ 0 9S =0 a m w zfD n' \ w v Z 0� v Cl) In O m� OO rz rC r = 0 Cl) X n a Z r N Zo X O n n z � O M O C ? a z . < z X 40 40 4 4 N cc coO in in o � coi+ o co 0 0 0 0 0 0 amv mcn* mcz �m0 �M0 z<� D .� m z D V z N n o m 0 O o � goo c4m C) Cl) O D X Wv -nca occc rzn oFn oa Il -400 o N Z O c cn z minim m CA 15 z m n ..r ST. LUCIE COUNTY PURCHASING DEPARTMENT ADDENDUM BID #01-012 LAWNWOOD MAINTENANCE STORAGE BUILDINGS TO ALL PROSPECTIVE BIDDERS: This letter will serve as notification for an addendum to the above captioned project. This notice has been sent to all firms who to date have picked up and signed for the project's bid package at the St. Lucie County Purchasing Department. This addendum hereby becomes a part of the Plans & Specifications and should be included in the Cost Proposal as part of the Contract Documents. PLEASE NOTE THE FOLLOWING CHANGES AND/OR ADDITIONS: This bid opening date is extended to: JANUARY 17, 2001 AT 10:00 A.M. This opening date has been extended due to the fact that there was technical difficulty getting Addendum 1 to the various plan holders. If you have any questions, call (561) 462-1700. Please sign and return by mail or fax to (561) 462-1704. NAME OF FIRM: SIGNATURE: DATE: *40, `d ST. LUCIE COUNTY PURCHASING DEPARTMENT ADDENDUM 1 BID #01-012 LAWNWOOD MAINTENANCE STORAGE BUILDINGS TO ALL PROSPECTIVE BIDDERS: This letter will serve as notification for an addendum to the above captioned project. This notice has been sent to all firms who to date have picked up and signed for the project's bid package at the St. Lucie County Purchasing Department. This addendum hereby becomes a part of the Plans & Specifications and should be included in the Cost Proposal as part of the Contract Documents. PLEASE NOTE THE FOLLOWING CHANGES AND/OR ADDITIONS: Please see the attached eight (8) pages. If you have any questions, call (561) 462-1700. Please sign and return by mail or fax to (561) 462-1704. NAME OF FIRM: SIGNATURE: DATE: ww, BOARD OF COUNTY COMMISSIONERS LEISURE SERVICES DEPARTMENT OF LEISURE SERVICES MEMORANDUM TO: Charles Bicht, Purchasing Director FROM: Don McLam, Projects Manager�&,l� THROUGH: Pete Pete Keogh, Director of Leisure Services , ((( Subject: Pre -bid meeting Attached is a copy of the minutes taken at a non -mandatory pre -bid meeting for two metal buildings at the Lawnwood Complex. The meeting took place at our confrence room as well as on site. Please distribute accordingly. JOHN D. BRUHN, Disrricr No. 1 • DOUG COWARD. Disrricr No. 2 • PAULA A. LEWIS, District No. J • FRANNIE HUTCHINSON, District No 4 • CLIFF BARNES, Disrricr No. 5 Counry Adminisrroror - Douglos M. Anderson 2300 Virginia Avenue • Phone (561) 462-1515 • TDD (561) 462-1428 *Ar `d LEISURE SERVICES SPECIAL PROJECTS Pre -bid meeting minutes: 9:40 A.M. Non -mandatory meeting for two metal buildings at the Lawnwood Complex Attendees: Joe Short-Hennis Construction Gerard C. Hennis-Hennis Construction John J Verbeech-RCD Chris Crawford-E & D Architects Don McLam-Special Projects Manager Diane Pauley-Secretary Discussed at this meeting was the fact that the plans include structures to withstand 100 mph winds and needed to be changed to wind code of 110 mph. Also that St. Lucie County hired Dunkelberger to provide geo-tech. Services and these will be provided to contractor. Question raised in regard to foundation, all parties agreed to stay with foundation in plans. Question raised in regard to outside panels, all parties agreed to use R-Panels. All agreed insulation will remain as in plans also E & D Architects will provide the hardware schedule to all parties. Meeting adjourned and reassembled at actual site for project. All parties present except C. Crawford of E &D Architects. Discussed on site was building location, well locations, drainage and reasons for buildings. Amp service needed for buildings, and elevation plans will be provided to contractor. Also mentioned was the due date for bid, Jan. 3`d, 2001 Respectfully Submitted, Don McLain, Special Projects Manager DM:dp `.. E5 % EDLUND & DRITENBAS �■ 1ww ARCHITECTS, P.A. Members of the American institute of Architects Fax # (561) 569-9208 65 Royal Palm Boulevard, Suite D, Vero Beach, Florida 32960 Senttx (Company Name) t U t.3 M c(I/►1 112 Fax Nc(sy (5z I) 4(oz - n 4 b Attn: tm 16 Re: (2) luA. I ►rrt--�t(t 6b i Lip I►t'6s Date: Z p6rC f aoO No of Pages Including Cover. �p urgent ❑ For Review ❑ Please Comment ❑ Please Reply ❑ Please Recycle COMMENTS: —vkD nU I 4 -IQaMOJS • If there are any questions or problems regarding this transmission, please do not hesitate to contac3 our office at (561) 56S4320 i -11-I 'S A .L I N4.,'Q N rl-I Q3 * IAEv* . T I p 0 1,7 Z T NOW FM (2) MAINTENANCE BUILDINGS 20 December 20M To: Mr. Don McLain Leisure Services, St. Lucie County Please forward to all bidders ITEMS FOR CLARIFICATION Door hardware schedule as follows: Use Corbin or equal manufacturer. 3'- x7'-0° 1-1/2pairbutts BS1191 NRP 4-1/2'x4-1/T 32D Metal Door 1 passage set (lever handle) CL 3310 NSD - 26 D finish (3) each 1 dead look DL 3013 1 aluminum threshold 2005 AS 1 weather strip 303 AS 1 chain stop Overhead Not required Doors 2. Use 24 gauge "R' type panels with finishes as follows: Roof: Galvalume finish Walls: Color finish 3. Foundation shall be constructed as shown in Construction Documents, use wire mesh reinforcing as specified in drawings. 4. See attached ADDENDUM #1, 21 December 2000, revised footings and framing. Floor plans, foundation plan, and elevations. 5. Shop drawings shall be submitted to architect for architect's approval. 6. Contractor shall provide and install a 200 Amp electric panel for each building. interior conduit, wiring, outlets, lighting, and other interior electrical items are not in contract Chris Crawford EDLUND & DRITENBAS ARCHITECTS 65 Royal Palm Pointe, Suite D Vero Beach, FL 32960 (561)669-4320 (561) 569-9208 Fax 7- .-.I 'HA '.L I NCE --QN rl-1 Q3 rt I/`Ib D'- : T r 00 "i c'. -c t �%. *ad ADDENDUM :a! 21 DEC 2000 FLOOR PLAN ttl SULDING AI �: -1 a 'CIA *-L x a a, a to n -i o a .k III v t : T t 0 "D t 3 z r v ADDENDUM =1 21 DEC 200C (A FLOOR PLAN =2 BUILDING R'2 \� � Vr -r-a > 0 1 -an L I mQ.=atdn-1as W ," s7 . r c C,_, i- z 1 .W <"JtlG 9 B4I� v 4 FOOT ING SCHEDULE 3- °T.SAW 3: mm" bYOc S@ TP!' 004-cm:K C9N09 Qfoz0]M.x..r nRasm ass ste fe�� eOCLrlrc rc a..� Qi ccxcc zr.` 'no rock er WcNoulm ro'w © r M x r M T68* ID e 10 cem " Typrl 1 Apo" OD iC xxsc Q•. ►Ap rpp�}r, AT v�tto�wuTTvp� i wu o4ihm FOUNDATION PLAN BUILDING RI E ss2 SIM. 12EFH2 TO FLOOR PLANS FOR DOOR LOCATIONS. ADDENDUM #I 21 DEC 2000 � 17 . r 8 n -.L I i5 CY Cl N rl 'I a a+ I^r . i r t'! t l . T 7 L m mxmil -4 w" ELEVATION F12ONT 8GAt8 us•-rc BUILDING AI E tt2 SIMILIA2 w" _ cc ELEVATION SCALD V V - rC SIDE TYPICAL BUILDING ttl E m2 SIMI'_IAR e j -sn LI'U0 aun iaa i,vvz z c oo 1 c! 7t Iftw AGENDA REQUEST `"o' ITEM NO. C-3 -A DATE: February 27, 2001 REGULAR[] PUBLIC HEARING [ ] CONSENT [XX] TO: MOSQUITO CONTROL DISTRICT PRESENTED BY: SUBMITTED BY(DEPT): PURCHASING RUTH TOTTON SUBJECT: Piggy -Back City of Tallahassee's bid for Whisper Chipper BACKGROUND: See attached memorandum from the Leisure Services Director. FUNDS AVAIL.: 001-7210-564000-700 Leisure Services/Parks PREVIOUS ACTION: N/A RECOMMENDATION: Staff recommends approval of the request for permission to "piggy -back" the City of Tallahassee's bid for the Whisper Chipper in the amount of $22,955.00 from Vermeer SE Sales. Budgeted item EQ01-092 COMMISSION ACTION: [� APPROVED [ ] DENIED (] OTHER: j. Coordination/Signatures County Attomey:(X) t!r Mgt. 8 Budget:��" Originating Dept:X Other: Finance: (Check for Copy only, if Applicable)_XX_ noerson Administrator ,�f Purchasing Mgr.:(X) >�, -' Eff. 1197 G,\COMM0N\AGENDAS\WAIVERS\pi99Y ta11-chipper.wpd `., BOARD OF COUNTY COMMISSIONERS MEMORANDUM To: Ruth Totten, Purchasing From: Linda Brown, Interim -Recreation Mgr. Thru: Pete Keogh, Director Date: February 12, i001 Subject: Whisper Chipper/ Piggyback v LE15URE 5EA 1 CE5 Leisure Services would like to piggyback off of the City of Tallahassee's contract for the purchase of a whisper chipper and approves the attached specs. If you need any additional information, please let us know. 10HN D. DRUHN, District No. 1 - DOUG COWARD, District No. 2 � PAULA A. LE`U15, District No. 3 + FRANNIE HUTCHN50N, Districr No. 4 . CLIFF DARNE5. District No. 5 County Admirisrmror - Douglas M. Anderson 23CO Viroinia Avenue = Phone (551) 4o2-15'I5 � TDD (S61) 462-1428 FEB-22 2001 a2;19 1 _ a a ?.21 rloMCy, zqc- Ta: Ruth — S'LC Purchasing Fax: 361.462.1704 From: RobBowia Oab: 02=1 PA; Quota Pam; 1 cr.; O 0 For RVAN D plem O trarrnt ❑ Pbm Famply 0 PNM FMyete a ! a a a a 6 a a 1 2 Ruth — n leap be advised that Vcrmoer SE Sail end Seraim Inc. w111 homorthe city ofTallahaswe's bid as the Vwmw BMW at f22,955,00, If you should have any queadons, please Siva ma a can. Thank you for yw Interest. 9 • • • • • • • • f • i • • • • • . a • a • • • a r" 1 0 iALLARiv;ZSZS PROPOS FORM K Bidder will indemnify the City of Tallahassee? 0. Bidder has signed and maned Equal Opportunity Pledge? P. Bidder has =wjted the statement a=itied Local Preference Application? S. This hid is submitted by a Certified Mnoriiy Business? T. Bidder may =end pricing, terns, and conditions to other public agencies YES:_ Pia YES: x No_ YES: ND x YES:_ NO x YES- `Nd_ BM DEIR WILL ACCEPT TEM CTTY'S PROCUREM NT CARI3 (V]ISA)FORAiZ.(iRDERS? For Parts only! YES:_x NO____ BIDDER ACI O Y1,EDGES RECEIPT OF ADDIMA: ADDEMUMNd. DATED ADDMMUM NO. DATED ADDENDUM NO, DATED Bid No. 0 H3b-00-GL-BP ld TOTPL P.a2 Tallahassee Procurement Recommendation of Award/AMVk&&xj sbn1/Taf/Ne'Ag... rReference=19EDElAC3D2CAF90JA7875ZC 1.+ `w/ Tallahassee Procurement Recommendation of Award/Awarded/Rejected Bid List View Page: f 11 L L3 I -5 [6] , 1 M F101 (_ 1 l ::............. ........... ....................... • There are 265 bids on the Recommendation of Award/Awarded/Rejected Bid List. Displaying matches 126 through 150. View Bid Listings: Select Bid Status Option Here! . � nd Bid Number Bid Name Bid Status Date Opened ...... 1...,.. ........... _. _ ...... Awarded:Jan ...... 06 2000 i BID-9076-00/AB Bolts, Nuts and Washers Awarded to Capstone Utility 02:30 PM and Graybar Electric Co. _:.:. ....... ......:::- ....,.,.. - ....... , ...... .... .. _... -, . Awarded: Jan 11 2000 Digger Derricks BID-0033-00/GL Awarded to Telect East for 02,30 PM J {h.s,fsai $2 05,316.00, on March 8, iRavisedj 2000. _ -.,.. Purchase of Tubular Steel ............ Rejected All bids rejected. Jan 13 2000 BID-0091-OO/KR Crossarms Specification in error. Rebid 0230 PM {Revised; with revised specifications. Awarded: Jan 13, 2000 BID-0081-00/GL Two Full Sized Four -Door Sedans Don Reid Ford 02:30 PM Awarded. Renovation of the Existing Barnett Awarded to Bass Construction Company by i Jan 20, 2000 i BID-0096-OO/KR ' Bank Drive -Through Facility City Commission action on i{Revsadj 02:30 PM j (Revised) iFebruary 9, 2000 in the i amount of $269,296.00. ....- .. ...... _.... ... ------- __ ....__..-------- Awarded Z Jan 27 2000 ; BID-0080-DO/GL ' Water Service Replacement Solomon Construction 02:00 PM Awarded. Replacement of Air Heat Awarded to Watkins Engineers & Constructors, Feb 03, 2000 BID-0102-00/KR Exchangers for Gas Turbine #2 Inc. by City Commission i;;visad 02:30 PM {P.evi;ed) action on March 22, 2000 in the amount of $92,593.00. Awarded: Annual price Agreement for Security Contract awarded to DSI Feb 10, 2000 ' RFP-0051-00/RS Guard Services at City Hall Security Services for 02:30 PM {Revlaed) $116,068.00 on May 2, {Revise 9j 2000. Awarded: Feb 15 2000 BID-0136-00/GL ' BRUSH CHIPPER VERMEER SE SALES 02:30 PM Awarded. Awarded by the City Replacement of #1 & #2 Gas Commission on 3/22/00 to Feb 17 2000 BID-0103-00/KR j Turbine Inlet and Exhaust Stacks Central Metal Fabricators, 02:30 PM Inc. in the amount of $299,530.00. 1 of 3 1/31101 3:30'_,i v� > = O > > d J Wz l- T T Q C z 3 T>1 T1— G c m d w w Y s cu U O Q uj ry+ r/�J CT OJ 6� > 5 N N G1 ti M h O O y M > L+ N Y N 3 N > o w 7� 5 C N 0 za z z z O rlcq O O m O eq00 -o a f J � � s U w o w o c 3 7 4 CD O Si �z M '.en J 9 A ° a rJn v 2 c c U 69 U N C N w M O W F N C w co C4 6i R pmrA w �., y O > c C" cci U w 8 a ti d a� o v c O c > 4\ .O cn L C,LU N U) m a 05 Brush Chipper - Specs. General Dimensions and Weights Overall length - approximately 170" Tongue weight - 450 lbs. Mat. Capacity -10" diameter Features Fuel capacity - 25 gallons Extendable tongue Safety chains Jack cap - 2,000 lbs. Auto feed Standard Instrumentation Pintle hitch 2 3/8" ID k Engine 4 cylinder turbo diesel Max gross h.p. - 85 hp @ 2600 rpm Air cleaner - 2 stage dry Oil filter - spin on Elec. Sep. -12 volt Battery -Group 31, 660 CCA Chasis Wheels -standard 225/75 RI Fenders - bolt on Lights - stop/turn/tail/side markers/license Axle & Suspension Capacity 4,600 lbs. Cutting system Belt driven drive Knives Minimum 2 Bedknife 4 sided Drum Speed - 2000 rpm with 2 pos. safety lock ..i Feed System Minimal of 1 feed roller Infeed curtain - rubber, reinforced Hydraulic System Type - open Filtration - suction -100 micron strainer return -10 micron Relief pressure - 2,500 PSI (located in flow control valve) 2 gallon tank capacity Directional control valve Flow divider valve Discharge system 270 degree chute rotation rotational locking system Sound reduction package - required APPROPRIATION REQUEST Data Dept No. Depanment Name77 DESCRIPTION OF PROJECT OR PURCHASE AND DETAILS T i J SUGGESTED VENDORS white/Department ADDRESSES Canary/Purchasing Pink/Department r,w _ SGS ?rioters. -=t. AGENDA REQUEST . d ITEM NO. C-3- B DATE: February27,2001 REGULAR[] PUBLIC HEARING [ ] CONSENT [XX] TO: BOARD OF COUNTY COMMISSIONERS PRESENTED BY: SUBMITTED BY(DEPT): PURCHASING RUTH TOTTON SUBJECT: Award of bid #01-023 -Sale of Overhead Hoist- Public Works/Solid Waste BACKGROUND: On February 7, 2001 bids were opened for the Sale of Overhead Hoist. One Hundred two vendors were notified, Twenty-two sets of bid documents were distributed and two bids were received. The high bidder is Stanley Brown, Brad Ragan, Inc compensating the county in the amount of $.3,500.00 for the overhead hoist. FUNDS AVAIL.: N/A PREVIOUS ACTION: NIA RECOMMENDATION: Staff recommends award of bid #01-023 Sale of Overhead Hoist to Stanley Brown, Brad Ragan, Inc. for the amount of $3,500.00. COMMISSION ACTION: [x] APPROVED [ ] DENIED [ ] OTHER: Coordination Si natures County Attomey:(X) ''` Mgt. & Budget: Originating Dept: Other: Finance: (Check for Copy only, if Applicable)_ OX_ Administrator Purchasing Mgc:(X) A Eff.1197 Q:\COlII10N\A6ENDA5\BIDS\2ad1-023 awar3..pd MEMORANDUM SOLID WASTE DIVISION 01-113 TO: Ruth M. Totton Interim Purchasing Director FROM: Leo Cordeiro Solid Waste Manager DATE: 2/9/01 RE: Bid #01-023 Please take the necessary steps to award Bid #01-023 to the high bidder, Stanley Brown, Brad Ragan, Inc., in the amount of $3,500.00. Thank you. LJC/dls St. Lucie County Landfill, 6120 Glades Cut -Off Road, Ft Pierce, Florida (5611 462-1768 Ma m m 3 z N n 0 3 Z m m z O T Ma Ma Z w 9a STcn my oame � nz 0 W M v o� 0 0 i m z m v v av o CA cn I 0 m z can z z n z N w 0 0 � :A o rn o ...4 ca 0 a vv v-nc, av� �Cz0 nn Z00 w 0) z 3 m cn m CD 15 z m M AGENDA REQUEST ITEM NO. C-3-C DATE: February 27,2001 REGULAR[] PUBLIC HEARING [ ] CONSENT[X] TO: BOARD OF COUNTY COMMISSIONERS PRESENTED BY: SUBMITTED BY(DEPT): PURCHASING Ruth Totton SUBJECT: Permission to advertise for bids for the Publication of Delinquent Tax Notices. BACKGROUND: See Attached letters from the Tax Collector FUNDS AVAIL.: NIA PREVIOUS ACTION: N/A RECOMMENDATION: COMMISSION ACTION: Staff recommends approval and permission to advertise for bids for the Publication of the Delinquent tax notices. [x] APPROVED [ ] DENIED [ ] OTHER: CoordinationlSignaturea County Attorney: Mgt. & Budget: Originating Dept: Other: Finance: (Check for Copy only, if Applicable) Administrator Purchasing Mgr.: Eff. 1/97 G:\COMMON\AGENDAS\OTHER\delinquent taxes 2001.wpd Bob Davis, CPA, CGFO, CFC✓ St. Lucie County Tax Collector P.O. Box 308 Ft. Pierce, Florida 34954-0308 FORT PIERCE PO RTST LUCIF County Administration Bldg. GOLlg�, Village Oren Comer ¢ �' 9340 So. Federal Hwy. 2300 Virginia Avenue r O Fon Pierce, FL 34982-5652 F Port St. Lucie, FL 74952.2885 600 (561) 462.1650 p (56I) ] 1) 337- Fax (561)462-2I01 Fax (561)J]7-5624 �Gc� GG� February 15, 2001 Honorable Frannie Hutchinson, Chairman St, Lucie County Board of County Commissioners 2300 Virginia Avenue Fort Pierce, FL 34982 Re: Publication of Delinquent 2000 Real Estate and Tangible Personal Property Accounts Dear Chairman Hutchinson: My office is preparing for the 2000 real estate tax certificate sale to be held near the end of May. Prior to the sale we are required to publish all delinquent accounts. We are also required to publish the list of delinquent tangible personal property accounts. Section 197.402(1)(2), Florida Statutes, requires that the Board of County Commissioners select the newspaper which will advertise the certificate sale and the delinquent tangible personal property. This letter is to request that the Board proceed with the Requests for Proposals for the advertisements for these two items. As required, we plan to advertise the certificate sale three (3) times on May 7'", 14'", and 21', or May 8", 15t' and 22n1. The delinquent tangible accounts only need to be advertised once on or around May 11'". We will provide lists on CD -Rom in print -image format and will provide sample advertising lists on CD -Rom to any newspaper interested in submitting a proposal. The proposals submitted by the newspapers should include the amount of set-up time required once the CD -Rom is received until the list is published in the newspaper. Questions regarding technical requirements should be addressed to Linda Smith of my office at 462- 3591. Sincerely, I Bob Davis, CPA, CGFO, CFC St. Lucie County Tax Collector cc: Douglas Anderson, County Administrator Daniel McIntyre, County Attorney Ruth Totton, Interim Purchasing Manager Linda Smith, Tax Collector's Data Base Administrator REAL ESTATE AND PERSONAL PROPERTY TAXES • TOURIST DEVELOPMENT TAX • OCCUPATIONAL LICENSE • ALARM PERMITS MOTOR VEHICLES, VESSELS & MOBILE HOMES - HUNTING, FISHING & TRAPPING LICENSES v ..r Untitled Real Estate Advertising List Advertise on May 7, 14, 21 or May 8, 15, 22 Advertising list will be provided by the Tax Collector on CD -Rom in print -image format Sample advertising list will be provided on CD -Rom to any newspaper interested in submitting a proposal Proposal should include setup time required by newspaper once the CD -Rom is received until the list is published in the newspaper `, AGENDA REQUEST woo ITEM NO. C-3-D i] DATE: February 27,2001 REGULAR[] PUBLIC HEARING [ ] CONSENT[X] TO: BOARD OF COUNTY COMMISSIONERS PRESENTED BY: SUBMITTED BY(DEPT): PURCHASING Ruth Totton SUBJECT: Piggy -Back Martin County's Striping Bid BACKGROUND: See attached memorandum from the Asst. Road & Bridge Manager FUNDS AVAIL.: 101003-41137-563000-4910 Improvements Other than Buildings PREVIOUS ACTION: N/A RECOMMENDATION: Staff recommends approval forthe requestfor permission to "piggy -back" Martin County's bid for Roadway Striping in the amount of $50,000 and authorize the chairman to sign the contract as prepared by the County Attorney. COMMISSION ACTION: �y] APPROVED [ ] DENIED [ ] OTHER: County Attorney: i k Originating Dept:?@{ Finance: (Check for Copy only, if Applicable) County Administrator Coordin.ationqicrnatures udgi ,purchasing Mgr.: I(Mgt & B/ . Other. Eff. 1/97 G:\, OM1CN\AGEN➢AS\OTHER\Piggy-back striping 2001.wpd .e 1%W PUBLIC WORKS DEPARTMENT ROAD & BRIDGE DIVISION MEMORANDUM TO: FROM: SUBJECT: DATE: Ruth Totton, Acting Purchasing Director J. Scott Herring, Acting Road & Bridge Manager Piggybacking Martin County Striping Bid February,15, 2001 Please prepare an agenda item at your convenience to allow for the "piggybacking" of Martin County's Roadway Striping bid. $50,000.00 will be made available in Fund # 101003-41137-563000-4910, Improvements Other than Buildings. If you need any additional information, please do not hesitate to contact me at extension 2829. 1 appreciate your assistance in this matter. JSH/sb cc: P. M. Bowers, Road & Bridge Manager Barb Meinhardt, Budget Revenue Coordinator Tammy Murphy, Senior Account Clerk Rich Hanes, Traffic Operations Technician T l' 4 HIGHWAY VALETS, INC. 1570 Toledo Rd. Norwalk, Ohio 44857 (419) 668-9771 February 1, 2001 %we Mr. Scott Herring St. Lucie County Traffic Engineering 2100 Virginia Ave Ft. Pierce, Florida 34982 Re: Annual Striping Contract ' AIR 00-195 Dear Mr. Herring: ./ 600 Hickman Cir. Sanford, FL 32771 (407) 321-1010 0 Highway Valets, Inc will honor the same prices that we have established with Martin County on the above referenced contract for any pavement marking work that you may need done. We are looking forward to working with you and if you need any additional information please do not hesitate to contact me. Tim Parker Operations Manager L 4 "Equal Opportunity Employer- M .000 ADVERTISEMENT Martin County Board of County Commissioners, Florida 2401 S.E. Monterey Road Stuart, Florida 34996 Phone: (561) 288-5509 BID #A/R 00-195 The Board of County Commissioners, Martin County, Florida, will receive sealed bids for: ANNUAL AGREEMENT FOR STRIPING Sealed bids will be received by the Purchasing Division of Martin County, Florida at 2401 SE Monterey Rd. until 2:00PM on AUGUST 29, 2000. Bids received after the designated time and/or date will not be considered. Bids will be publicly opened and read aloud in the Purchasing Division on the above appointed date and time. Late, submittals will be returned to the sender unopened. Envelopes must be clearly marked with the BID number, time and date of opening. Mail or deliver to: Purchasing Division 2401 S.E. Monterey Road Stuart, Florida 34996 Scone of Work: Includes, but is not limited to; furnish all labor, materials, equipment, services and incidentals necessary to perform striping and maintenance of pavement markings on County -wide and District Copies of the Documents may be obtained from the Martin Lounty Purchasing 11vision, 2401 S.E. Monterey Road, Stuart, Florida 34996 or be requested on-line at www.martin.fl.us at no charge. Upon awards successful Bidder shall provide proof that they possess a Martin County Occupational License. Bid Security in the amount of not less than five percent (59c) of the total bid amount is required in the form of one (1) of the following: a Bid Bond properly executed by the Bidder and issued by a surety satisfactory to the COUNTY; or a certified or cashier's check drawn on any United States bank. The Board of County Commissioners reserves the right to: waive any technicalities; reject any and all Bids which are incomplete, conditional, non -responsive, or which contain additions not allowed for; reject any or all bids in whole or in part with or without cause; and accept the bid which best serves the COUNTY. Martin County is an equal opportunity/affirmative action employer. By order of the Board of County Commissioners of Martin County, Florida. Publish: Stuart News: 08/06/00 Palm Beach Post 08/06/00 Revision 10/99 `.r INSTRUCTIONS TO BIDDERS In order to be considered responsive, all Bids must be made in accordance with these Instructions to Bidders. 1. DOCUMENTS The Bid Documents may obtained at no charge from the Martin County Purchasing Division, 2401 S.E. Monterey Road, Stuart, Florida 34996 or requested on line at www.martin.fl.us then go to Bids & Contracts. 1-01 EXAMINATION OF BID DOCUMENTS It is the responsibility of each Bidder before submitting a bid, to: a) Examine the Contract Documents thoroughly, b) Consider federal, state and local laws and regulations that may affect cost, progress, or performance of the Work, 2, QUESTIONS Submit or; fax all questions about the BID Documents to the Purchasing Division, 2401 S.E. Monterey Road, Stuart, Florida 34996, fax number: 561-288-5414, Attention: Purchasing Administrator, in writing no later than five (5) working days prior to the bid opening. Where applicable, written replies will be issued to all Bidders of record. Questions received less than five (5) working days before Bid opening cannot and will not be answered. 3. DEFINITIONS Whenever in these Instructions, the terms defined in the Contract are used (or pronouns used in place of them), the intent and meaning of such terms shall be interpreted as indicated in the Contract. In addition, the following definitions shall apply: .1 Bid means an executed formal document submitted to the County stating the goods, consultant services, and/or services, as applicable, offered by the Bidder to satisfy the needs as requested in the invitation for bid. .2 Contract means the Goods Agreement between the successful Bidder as vendor and Martin County in the form attached to and included in the Bid Documents. .3 Goods, Consultant services, and/or services, as applicable, mean: ANNUAL AGREEMENT FOR STRIPING .4 Bid Documents means the contract and these Instructions to Bidders. .5 Contractor means any person having a contract with the Martin County Board of County Commissioners. .6 Vendor means an actual or potential supplier of goods, services, and/or consultant services. 4. BID PACKAGE Revision 10/99 �.. %WV .1 Bids shall be made on the bid Package included herein. The bid Package shall consist of 1) a bid statement setting forth in detail how the bid meets the bid requirements and evaluation factors and; where applicable, the cost of the goods, consultant services and/or services proposed; (2) identification of any and all proposed specialty consultants, subcontractors and Project Team Members, including professional resumes and applicable hcensure or registration information; 3) evidence of insurance of the types and in the amounts set forth in the bid documents; 4) evidence of required registration and/or licensure as set forth in the bid Documents; and One original and one (1) copy of the fully completed and executed bid Package shall be submitted. Bid Packages submitted after the time and date specified will not be considered and will be returned unopened. 5. SUBMITTAL Submit entire bid Package in an opaque, sealed envelope. Identify the envelope with: (1) Bid Name, (2) Name of Bidder, (3) Bid Number. Submit bid Package in accordance with the ,Invitation for Bids/Advertisement. All items in the bid Package required for responsive bid shall be included. It is the responsibility of the Bidder to ensure that the bid Package is complete and received at the proper time. 6. WITHDRAWAL OF BID The bid may be withdrawn by the Bidder by means of a written request, signed by the Bidder or its duly authorized representative. Such written request must be delivered to the place specified in the Invitation for bid/Advertisement for receipt of bids prior to the scheduled closing time for receipt of bids. Modifications will not be accepted or acknowledged. 7. DISQUALIFICATION More than one bid from an individual, firm, partnership, corporation, or association under the same or different names will not be considered. If the OWNER believes that collusion exists among Bidders, all bids will be rejected. 8. OPENING Bids will be publicly opened as announced in the Invitation for bid/Advertisement. 9. BID REQUIREMENTS: ANNUAL AGREEMENT FOR STRIPING In accordance with Attachment "A". 10. EVALUATION FACTORS The evaluation factors include; but are not limited to; price; innovation; vendor approach and methodology; capability; qualifications; and past performance with other entities or the County. 11. BID EVALUATION: The County shall award to the responsive and qualified Bidder whose bid is determined to be the most advantageous to the County Invitation for bids and any other relevant information obtained through the evaluation process. Fevision 10/99 12. STANDARD OF QUALIFICATION: All awards made by the County, whether obtained by Invitation to bid/advertisement, or request for information, bid, or quotation, shall consider whether the prospective contractor/vendor meets the standard of qualification. Factors to be considered in determining whether the standard of qualification has been met shall include whether a prospective contractor/vendor has: (1) available the appropriate financial, material, equipment, facility, and personnel resources and expertise, or the ability to obtain them, necessary to indicate its capability to meet all contractual requirements; (2) a satisfactory record of performance; (3) a satisfactory record of integrity; (4) the legal ability to contract with the County; and (5) supplied all necessary information in connection with the inquiry concerning responsibility including but not limited to any licenses, permits, or organization papers required. The prospective contractor/vendor shall supply information requested by the County concerning the qualification of such contractor/vendor. If such contractor/vendor fails timely to supply the requested information, the County shall base the determination of qualification upon any available information, or may find the prospective contractor/vendor non -qualified if such failure is unreasonable. 13. RESERVATION OF RIGHTS: The Martin County Board of County Commissioners reserves the right to waive any informality or irregularity in any bid received, or reject any and/or all bids, or re -advertise. The County reserves the right to cancel the award of any contract at any time before the execution of such contract by all parties without any liability to the Owner. For and in consideration of the County considering bids submitted, the Bidder, by submitting its bid , expressly waives any claim to damages, of any kind whatsoever, in the event the Owner exercised its right to cancel the award in accordance her In the event only one responsive bid is received, the County reserves the right to award to the sole Bidder; re -advertise the bid, with or without making changes to the evaluation factors; or elect not to proceed. The Martin County Board of County Commissioners reserves the right to select, from among the various bid alternates, those alternates to be included in the final contract as well as the right and option to award or re -solicit bid alternates in any sequence or at any time deemed to be in the best interest of the County. 14. AWARD : Notice of the intent to award shall be posted at the location set for bid submission for a period of five (5) business days. The award shall be made in accordance with the provisions of the invitation for bid. Revision 10/99 114. `'w 15. EXECUTION OF CONTRACT: The Contract between Bidder and OWNER shall be in the form of the Goods Agreement included herewith. The successful Bidder shall assist and cooperate with the Owner in executing the Contract, and within fourteen (14) calendar days following its presentation shall execute same and return it to the owner along with the Insurance documents and any other documentation that may be required by the Contract documents to be submitted at that time. 16. AVAILABILITY OF FUNDS: The obligation of Martin County to enter into the Contract with the accepted Bidder is subject to the availability of funds lawfully appropriated for the goods and/or services by the Martin County Board of County Commissioners. 17. REGISTRATION OR LICENSE: Upon award, successful bidder shall provide proof that they possess a Martin County Occupational License. Failure to comply with this condition shall result in rejection pf the bid. 18. BID SECURITY: Bid Security in the amount of not less than five percent (50/0) of the total bid amount is required in the following: a Bid Bond properly executed by the Bidder and issued by a surety satisfactory to the COUNTY; or a certified or cashier's check drawn on any United States Bank. 19. PUBLIC ENTITY CRIMES Pursuant to Florida Statutes Section 287.133(2xa), all Bidders are hereby notified that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public Work, may not submit bids on leases of real property to a public entity, may not be awarded or perform Work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in s.287.017 for CATEGORY TWO [currently $25,0001 for a period of 36 months from the date of being placed on the convicted vendor list. A "Public entity crime" means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services, any lease for real property, or any contract for the construction or repair of a public building or public Work, involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 20. TAXES. Cost of all sales and other taxes for which the CONTRACTOR is liable under the Contract shall be included in the bid. 21. Bid prices may be offered to surrounding governmental entities should the successful bidder feel that to be in their best interest. END OF INSTRUCTIONS TO BIDDERS Revision 10/99 0 ../ BID SCHEDULE FORM BIDDER'S NAME Board of County Commissioners Martin County, Florida 2401 S.E. Monterey Road Stuart, Florida 34996 1. The undersigned, having carefully and to our full satisfaction examined the BID Documents for: ANNUAL AGREEMENT FOR STRIPING A/R# 00-195 hereby proposes to furnish same as follows: SEE ATTACHMENT Wl NOTE: bids shall include information in sufficient detail to allow an informed decision process. Failure to include literature and detailed description of services and equipment offered shall result in disqualification of submittal. 2. The undersigned has received Addendum # dated Addendum # dated Addendum # dated Addendum # dated and have included their provisions in this bid. 3. The undersigned acknowledges that it shall be bound by the terms of this bid and that it may not withdraw this bid until the Contract has been executed between the OWNER and accepted Bidder, including receipt of Bonds and insurance, or until sixty (60) days after the scheduled closing time for receiving bids, whichever is the longest duration of time. By submission of this bid, the undersigned certifies, and in the case of a joint bid each party hereto certifies as to his own organization, that this bid is made in good faith and has been arrived at independently, without collusion, consultation, communication or agreement as to any matter relating to this bid with any other Bidder. Subn}i d by: f /� Company ame (Print) R.avision 10/99 v // oG (ie. Company Address (Print) wi z. '15�1 'J' 2 7/ City, State, Zip Code (Print) By. —74 -62� Name and Title (Signature) Name and Title (Print) r0&Q�� CONTRACTOR's License Number Federal Tax I.D. Number [Corporate Seal] tiO%-a3oi/ /D/D IVe7 -. W/-dal I Phone number/Fax (Include Area Code) Bid Schedule form must be returned with submittal Rw7isian 10/99 `,. Ind BID SECURITY The required Bid Security is attached to this bid. EVIDENCE OF INSURANCE Evidence of the required insurance is attached to this bid. EVIDENCE OF CERTIFICATION REGISTRATION AND/OR LICENSURE Evidence of the required certification, registration and/or licensure is attached to this bid. Ravisim 10/99 SUBCONTRACTOR INFORMATION STATEMENT Statement of all subcontractors proposed to be used by Bidder Work to be Subcontractor's Name, Address and END OF BID FORM This form must be returned with submittal Revision 10/99 %Mw BIDDEWS QUALIFICATION QUESTIONNAIRE la. State the number of years your business organization has been doing business in Florida. lb. State the number of years your business organization has been doing business duly certified by the State of Florida or licensed in a county in Florida. 2. Have you ever failed to complete a contract awarded to you? If so, state where, when and why? NONE 3. The following are named as three (3) references - public entities, corporations or individuals for which you have provided similar services: e / �7�(- y= 0e14�4 , �-1 b) M 3330' 4. State the true, exact, correct and complete name of the partnership, corporation or trade name under which you do business. (If corporation, state the name of the president and secretary. If a partnership, state the name of all partners. If a trade name, state the name of the individuals who do business under the trade name). ame of Bidder) *40W ..W (a) The business is a s-' (Insert form of business entity) (b) The address of the principal place of business is: 7 (c) The names of the corporate officers, or partners, or individuals doing business under a trade name are as follows: (d) If a Corporation, attach a copy of the most recent good standing certificate issued by the Secretary of State of the State of Florida. Date Bidder hlwkjg�� By 3E�5' �G// Title 00 Mailing Address l QD /tire ( y Jq 7 7/ END OF BIDDER'S QUALIFICATION QUESTIONNAIRE Must be returned with Bid submittal I Glob = MI, qml�-v Eppartmrnt of Otalp I further certify that said corporation has not fi(6d.a Certificate"of Withdrawal CR2EO22 (1-95) giben unber mp banb anb the Great Real of tbebtatt of Poriba, at Tallabazar, the Capital, tbiz the Twenty-eighth bap of June, 1996 oit - z7z� Florida'ee�o Department of Transportation im BUM GOVERNOR Highway Valets, Inc. P.O. Box 435 Norwalk, OH 44857 Gentlemen: 605 Suwannee Street Tallahassee, Florida 32399-0450 April 13, 2000 RE: CERTIFICATE OF QUALIFICATION TAOMAS A aARR$$ SECRETARY APR 17 2600 The Department of Transportation has qualified your company for the amount and the type of work indicated below. Unless your company is notified otherwise, this rating will expire Aoril 30, 2001. Please take notice that to ensure continuity in your certification at least thirty (30) days must be allowed for the processing of your next application for qualification. To remain qualified with the Department, a now application must be submitted subsequent to any significant change in the financial position or the structure of your firm as described in Section 14-22.005(3), Florida Administrative code. MAXIMUM CAPACITY RATING: $32,650,000.00 WORK CLASS RATINGS: 1. Major Bridges: a. Bridges which include Bascule Spans .................................. b. Bridges which include Curved Steel Girders ......................... c. Bridges with Multi -Level Roadways .................................. d. Bridges of Concrete Segmental Construction ......................... e. Bridges which include Steel Truss Construction .....................� f. Bridges which include cable Stayed Construction .................... g. Bridges of conventional construction which are over a water opening of 1000 feet or more ....................................... 2. Intermediate Bridges (Bridges that contain none of the types of construction listed under Major Bridges and span lengths exceeding 50 feet (center to center of cap) ......................................., 3. Minor Bridges (Bridges with span lengths not exceeding 50 feet (center to center of cap) and total length not exceeding 300 feet. A Minor Bridge shall not contain any types of construction listed under Major Bridges or Intermediate Bridges) .................................. 4. Bascule Bridge Rehabilitation ........................................... 5. Grading (Includes clearing and grubbing, excavation, and embankment)...._ 6. Drainage (Includes all storm drains, pipe culverts, culverts, etc.)..... 7. Flexible Paving (Includes limerock and shell base and other optional base courses, soil -cemented based, mixed -in -place bituminous paving, bituminous surface treatments, and stabilizing).........................� 8. Portland Cement Concrete Paving.... .. ................... 8. Hot Plant -Mixed Bituminous Structural and Surface Courses ............... www.dot.state.fi.ua TO 39bd CNI S137VAAVMH9IH 899TE996TO Aco-RRi GERTIFIQ.,,TE OF LIABILITY Ii`IJ,,,,,,,iRAIYCE5,sRx1 GHW-1 DATE(MA(1DDI1Y7 I 1 02/29/00 PRODUCER - THIS CERTIFICATE I5 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Dawson L Eirons Ins Agcy Inc. 345 Williams Street HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE Huron ON 44839 Phone:419-433-2000 Fax:419-433-7488 INSURED INSURER A.- National Union Fire Ins. Co. INSURER B: National union Fire Ins. Co. Ri hwa Valets Inc. No�0a11oL10eH 44857' P O Box 435 INSURERC National Union Fire Ins. Co. NNsuRela National Union Fire Ins. Co. INSURER E {,VYGMVv.. THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOUEREAENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POUCIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAMS. F INSURANCE POLICY NUMBER PATE DATE MID LIMITS LITY VOMMLLLIA ALGeemuABLTIY S MADE ® OCCUR oject Agg.PERSONAL& GL 9330866 02/28/00 02/28/01 EACH OCCURRENCE S 11000,000 FREDAMAGE(Am"ft+l s 50,000 MED E(P (AnY me pawn) S 5 , 000 ACV INJURY 1000,000 of Subro GENERALAGGREGATE 000,000 fELASf APPLES PER: POLICY J� LOC PRODUCTS-COMPIOP AGO ,000,000 rS2 AUTOMO "UABRITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NOfa OWNED AUTOS CA 8260530 02/28/00 02/28/01 COMBBaEDSPJGI.ELIMIT (Esa=IdenQ ,000,000 $ SOILYnN� BODLY INJURY (P« acdaanq S $ $ PROPERTY DAMAGE GARAGE LIABILITY ANY MfTOOTHER AUTO ONLY -EA ACCIDENT THAN EA ACC AUTO ONLY: AGO js201000 C EXCESS LIABILITY $ OCCUR �CiAwsMADE DEDUCTIBLE RETENTION $ BE 7392670 02/28/00 - 02/28/01 EACH OCCURRENCE 000 AGGREGATE s20,000,000 s $ S . D WORKERS COMPENSATION AND EMPLOYERSUAINUTY WC 7083735 02/29/00 02/28/01 TORY LIMITS ER ELEACHACCOBR s 1,000,000 EL DISEASE -EA EMPLOYM S 1,000,000 E.L. DISEASE-PC=uw 15 1,000,000 OTHER DESCRIPT ow of OPERATmoLoCATIONSIVEHRAESEXCLUSIONS ADDED BY EICORSEMENUS"CLAL PROVISIONS Any and All Projects CANCELLATIOM IrCRIIrPrXIC INWGI� A ,..,r�u.n,ruaw.,ncrm.a....r. r. -. BLANA-1 SHOULD ANY OF THE ABOVE DESCRIBED POLICES BE CANCELLED BEFORE TIE EXPIPA TIO 0117E THEREOF. THE ISSURNo INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRwm NOT=To THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FA LURETO DO SG SKULL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, (TS AGENTS OR REPRESENTATIVES A,,=m.^n—oo g1-77.rN 1,22 ACORD 25y 9197) w.. ALL MEN BY THESE PRESENTS, THAT WE Kiakr,cu Valets. Incas l 7zave evzz Ca saaPty 8 Swzety Co o, Rmeuca as surety, are firmly bound unto the Board of County Commissioners. Martin County, Florida, hereinafter called the OWNER in the sum of Aaeff zda1;�._dollars ($ Z 5'30.00 ) being 5%of the attached maximum Bid amount of dollars ($ / , the payment of which sum will and truly to be made, the Principal and the surety, bind ourselves, our heirs, executors, administra- tors, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS the Principal has submitted a bid for the Annual Requirement Contract for Annual Agreement for Striping, based on the Contract Documents prepared by OWNER. NOW, THEREFORE, if the OWNER shall accept the Bid of the Principal and the Principal shall enter into a contract with the OWNER in accordance with the terms of such Bid, and give such 100% Payment and Performance Bonds as specified in the Contract Documents with good and sufficient surety for the faithful performance of such Agreement and for the prompt payment of labor and materials furnished in the prosecu- tion thereof, or in the event the Principal fails to enter into the Agreement and give the 100% Payment and Performance Bonds, if the Principal shall pay to the OWNER the difference (not exceeding the amount hereof) between the amount specified in such Bid and such larger amount for which the OWNER may in good faith contract with another party to perform the work covered by such Bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this L9 th day of august , 2000. FOR CORPORATE BIDDERS: Itighucy Valat-6, Inc., (Principal) (Seal) By -7c Title )15114aj v D Suety 7/uweQeu CazuL 8 5uaa4 Co o;e Rme L ica a WITNESS (Seal) BY,. (Attorney -in -Fact) Chai6ty 5.i E.iAoru Jay E_ Woddy,Licensed Florida Resident Agent (941) 275-M6 t Typed Name CJ4"sty 5•' Einoru Dal »on & &,%ons Luarcance Address 4404 7imgp-z Commons Druue Sandusky, 0H 44870 (479) 609-1000 `%W M FOR. NON -CORPORATE BIDDERS: (Seal) WITNESS (Seal) (Principal) By Title Surety (Seal) By (Attorney -in -Fact) Typed Name Address . , '*ft.. ..i IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President, and their corporate seals to be hereto affixed this 21st day of June, 2000. STATE OF CONNECTICUT ) SS. Hartford COUNTY OF HARTFORD (,ASUq�080 p? �rTl 'SC�t12f'O1�ye('� D 6�y � A�, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY George W. Thompson Senior Vice President On this 21st day of June, 2000 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument, that he/she knows the seals of said corporations, that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. C �,.TET wgcn �� My commission expires June 30, 2001 Notary Public 0t1S�' Marie C. Tetreautt CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 29th day of August: 12000 . .. A�1Y AND cA5V.1< �µp SlWr� YAJ J°s p2 Sri. By %u- Kori M. Johanson Assistant Secretary, Bond m TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD, CONNECTICUT 06183 FINANCIAL STATEMENT AS OF DECEMBER 31, 1999 CAPITAL STOCK $ 6,000,000 ASSETS S 32,861,608 UNEARNED PREMIUMS S 151.365,135 SH &INVESTED CASH 1,021,084,755 LOSSES 261,237,044 NOS 36,031,758 LOSS ADJUSTMENT EXPENSES 73,915,856 OCK 17,761,265 ACCRUED EXPENSES AND OTHER HER INVESTED ASSETS LIABILITIES 147,509,717 fESTMENT INCOME DUE PROVISION FOR REINSURANCE 11,084,820 AND ACCRUED , 23 3 EMIUM BALANCES - NSURANCE RECOVERABLE ,292,45 5,282,832 - TOTAL LIABILITIES 645,11 2,572 )ERAL INC. TAX RECOVERABLE 2, :EIVABLE FOR SECURITIES 360,800 ,8 3600 HER ASSETS CAPITAL STOCK S 6,000,000 PAID IN SURPLUS 198.297,402 OTHER SURPLUS 305,428,668 SURPLUS TO POLICYHOLDERS 509,726,070 51,154,838.643 TOTAL $1.154.838,643 TAL ATE OF CONNECTICUT UNTY OF HARTFORD )SS. Y OF HARTFORD REEN SPADORCIA, BEING DULY SWORN, SAYS THAT SHE IS A SENIOR VICE.PRESfDENT, BOND, OF TRAVELERS CASUALTY 0 SURETY COMPANY OF AMERICA, AND THAT TO THE BEST OF HER KNOWLEDGE AND BELIEF, THE FOREGOING IS A TRUE 0 CORRECT STATEMENT OF THE FINANCIAL CONDITION OF SAID COMPANY AS OF THE 31 ST DAY OF DECEMBER. 199?. NOTARY N40. PUBLIC BSCRIBED AND SWORN TO BEFORE ME THIS 11 TH DAY OF MAY, 2000 SENIOR VICE PRESIDENT, B N CONTROLLER, BOND ^. n NOTARY PUBLIC MY COMMOM EXPIRE JUKE 30, 2001 ..+ ATTACIE3301 T "A' BID #A/R 00-195 ; ANNUAL AGREEMENT FOR STRIPING Scove of Services: Includes, but is not limited to; furnish all labor, materials, equipment, services and incidentals necessary to perform striping and maintenance of pavement markings on County -wide and District roads. Raised Pavement Markers (RPM's): All existing RPM's are to be removed prior to the installation of paint or thermoplastic striping on the roadway and properly disposed of and replaced with all new RPM's at the conclusion of the striping. Syecifications• The Standard Specifications for this Agreement shall be the latest edition of the Florida Department of Transportation's Standard Specifications for Road and Bridge Construction. Thermoplastic Stripes and Markings shall have a minimum average thickness of 0.090" for all applications. Thermoplastic Stripes and Markings shall be Alkyd Type only. Thermoplastic Stripes and Markings shall be applied utilizing extrusion application equipment only. Requirements: Upon award, successful bidder shall be required to provide proof that they posses a Martin County Occupational License. Bid Security in the amount of not less than five percent (501o) of the total bid amount is required in the form of one (1) of the following: a Bid Bond properly executed by the Bidder and issued by a surety satisfactory to the COUNTY; or a certified or cashier's check drawn on any United States bank. The term of this agreement shall be for one (1) year with two (2) twelve month renewal options. Insurance Requirements: Contractor shall not commence work until original Certificates of Insurance required has been reviewed and approved by the County. Insurance shall be issued by companies authorized under the laws of the State of Florida. No material change or cancellation shall be effective without thirty (30) days prior written notice to the County. All insurance v ''NW other than Worker's Compensation shall specifically name the County as an "Additional Insured". The CONTRACTOR shall be solely responsible for payment of all premiums for insurance required under this Agreement and shall be solely responsible for the payment of all deductibles to which such policies are subject. Workers' Compensation - The CONTRACTOR shall carry Workers' Compensation insurance on behalf of all employees who are required to provide a service under this Agreement, as required by Chapter 440, Florida Statutes and Employers Liability of limits no less than: $500,000 each accident $500,000 disease -policy limit $500,000 each employee Attachment "A" Must be returned with Bid submittal SCHEDULE OF PRICES, B30 #A/R 00-195 ESTIMATED UNIT TOTAL PAY ITEM - DESCRIPTION QUANTITY PRICE PRICE PAINTING TRAFFIC STRIPES AND MARKINGS: 4" Skip Stripe, 1:3 Ratio 10,000 NET LF $ .2d INLF $ ,? CO-00 4" Solid Line 10,000 LF $ , 0851LF $ 950.0E 4" Solid Line - For Parking Stalls 14,000 LF $ ILF $ 35GD. bG 6" Skip Stripe, 1:3 Ratio 51000 NET LF $ .24 ILF $ z0 .00 6" Solid Line 10,000 LF $ , i/.S ILF $ i /50.00 Stop Bars, 2' wide x 24' long 25 EACH $. V ODIEA $J.L5D • 00 Handicap Stalls w/symbol & Drop-off Lane 10 EACH $ O01EA $ (e50. 00 Handicap Stalls wlsymbol Only 10 EACH $30.00/EA $ 300. 00 SUBTOTAL PAINTING $ /0, O. 00 THERMOPLASTIC TRAFFIC STRIPES AND MARKINGS: 4" Skip Stripe, 1:3 Ratio 20,000 NET LF 4" Skip Stripe, 6:10 Ratio 1,000 NET LF 4" Solid Line 30,000 LF 4" Solid Line - For Parking Stalls 14,000 LF 6" Skip Stripe, 1:3 Ratio 50000 NET LF 6" Skip Stripe, 6:10 Ratio 1,000 NET LF 6" Solid Line 30,000 LF a" Solid Line 500 LF 12" Solid Line 18" Solid Line 20OLF 1,000 LF $INLF $ 9. G60, 00 $ .52. INLF $ 12 00 $ .34 ILF $ 21-70G. 0G $ . O ILF $�$ '000 $ .�S INLF $HOC $ . 70 INLF $ 70C . 00 $ . 5- ILF $ AG 500.OG $ .7B ILF $ 390.0E $ i zq ILF $ ��f . L $/ 8L ILF $ 4BBG.oa "WW THERMOPLASTIC TRAFFIC STRIPES AND MARKINGS CONTINUED: PAY ITEM - DESCRIPTION Stop Bars, 2' wide x 24' long Pavement Arrows - Single Pavement Arrows - Comb. Letters, Words, & Symbols Handicap Stalls w/symbol & Drop-off Lane r Handicap Stalls w/symbol Only MISCELLANEOUS ITEMS/OTHER: ESTIMATED UNIT TOTAL QUANTITY PRICE PRICE 500 EACH $ .SS.00/EA OC 300 EACH $ a01EA $13, 200. 00 100 EACH $j_O01EA $ 7 Coo. oc 200 Characters $ 5- RICH $Soap• oC 10 EACH $./o5'd_dEA $_( DSD. DG 10 EACH $ 76_DOIEA $ 7CC.X SUBTOTAL THERMOPLASTICS $ 109 498. 00 Raised Reflective Markers 10,000 EACH $a. /EA $� 4 S�Op.00 Remove Raised Reflective Markers 3,000 EACH /EA $ /.5'Co• 00 Line Removal, Paint & Thermo, by grinding 1,000 LF $ . L o ILF go SUBTOTAL MISCELLANEOUS ITEMS/OTHERS $ 30, 500. CG TOTAL BID PRICE $ /SO, 6W , 00 pn Figures) TOTAL BID PRICE IN 0 ..1 If you are not successful as the low bidder for primary supplier, would you consider serving as the secondary (backup) supplier with the same terms and conditions as your bid? YES NO NOTE: Martin County will not be held to any minimum/maximums during the term of agreement. Attachment "A" must be returned with submittal FUl...iASE ORDER AGREEMENT FOR Gc�,s This Purchase Order Agreement for Goods ("Order") bearing a PO Number of and a Contract/Bid Number of is dated Martin County Board of County Commissioners ("County') and as contractor/vendor (hereinafter referenced as'Seller' )- by and between County desires to purchase certain items as more specifically set forth in Exhibit A attached hereto (collectively, "goods' from Seller on the terms and conditions set forth herein, and and made a part hereof at the price set forth in Exhibit B attached hereto. andmade a part hereof, -and Seller desires to sell such goods to County on the terms, conditions, and price set forth herein. This Order constitutes a binding contract when signed by the County and accepted by the Seller, either by execution of this Order, or by commencement of shipment without reservations. Now, therefore, intending to be legally bound, County and Seller agree as follows: willbit PRIC :The Seller'sg ice at the time of delivery market price and under no circumstances will the price bee goods be the lower higherthan specified, without the B; or b) the prev express written authorization of the Seller, as evidenced by a change order to this Order. ASS]GNMENT/DELEGATION: No right, obligation or interest fn this Order shall be assigned or delegated by the Seller without the pri or written consent of the County, without prejudice to County's other rights and remedies. v1m11� r AS3: The Seller shall allow public access to all public record documents and materials directlyrelated uld the Seller assert any to this Order in accordance of Chapter provisions19, Florida Statutes, and related statutes, the oburden of establishing such exemptions b the requirements P provided by .law, shall be upon the.Seller. ' exemption, by way of injunctive or other relief as performanceents pertinent to RECORDS/AUDIT: The Seller shall maintain hooka. recur consistently applied.' The County shall have Order in accordance with generally accepted accounting principles inspection and audit rights to such records for audit purposes during the term of the contract and for three years following the termination of obligations hereunder. Records which relate to any litigation, appeals or settlements of claims arising from performance under this Order shallbe made available until a final disposition has been made of such litigation, appeals, or claims nvTEItPItF TATION PAROL EVIDENCE• INTEGRA7_ION: This Order states the entire and final understanding between the patties and no course or prior dealing, usage of the trade, or extrinsic or parol evidence shall be relevant to supplement, vary or explain any term used. The Florida. Uniform Commercial CodiRChapters 671-679, Florida to sup lemeail control definitions All interpretations of thus Order shall be governed by the laws of the State of Florida The acceptance or acquiescence of any course afpelTormance rendered under this Order shall not be construed as a waiver nor shall it be relevant to define or vary any tern stated herein.. InE— event it is necessary for either Party to initiate legal action regarding this Order, venue shall a in the Nineteenth Judicial Circuit for Martin County, Florida, for claims under state law and the Southern District of Florida for any claims which are justiciable in federal court. MODIFICATBON$ This Order maybe modified or. rescinded, only in writing, signed by the parties' duly authorized agents. EXCUSABLE DEBLAY The County may its option grant additional r fOure to perform hereunder if the d time for any delay oelay will not adversely affect the best interests of the County and is due to causes beyond the control of the Seller. Such grant must be in writing and made part of the Order. MhO ATIO_lY if either party faf1s to fulfill its obligations under this Order in a timely and proper manniner, the other default se party then have tea shall have Che right to terminate this Order by giving written notice orany deficiency. The party FZ Q calendar day: from receipt of noti +o correct the defiation ciency. If the defau]ti10) +np �1)..arty fails to correct the deficiency f the ten efault by thin this ny such terminationlwilllbe without liabiate at the lity to the County lexc pt3ormcomple completed items delie period. In case of vered and le pr 1) any :epted by the County; and 2) Martin County may procure the articles or service covered by this Order from other arces and hold the Seller responsible for any excess expense occasioned thereby. '-LIVERY TERMS & TRANSPORTATION CHARGES: Delivery is "F.O.B. destination" unless delivery terms e specified otherwise in the Order. if County agrees in writing to reimburse Seller for transportation costs, County all ods shell have the right to designate the method of shipment In peed case, othe . Rejected materialle and all risk of s will bes of ereturned to main with the Seller until the goods are received and accepted b County. j :ller at the Seller's risk and expense. ERMBy accepting this Order, the Seller agrees that payment terms shall be Net 45. 7VOICIN original invoice in duplicate to the Martin County Board of County Commissioners/Accounting tiler. must render epartment, 2401 S.E. Monterey Road, Stuart, Florida 34996 a�County is exempt from Federal and State sales, use and like taxes. Sellers doing business with the County tall not be exempt from paying sales tax to their suppliers for materials to fulfill contractual obligations with the ounty, nor sball any Seller be authorized to use the County Tax Exemption Number is securing such materials. URCFIASE ORDER & CONTRACT NLMME;lir Pa slips, shipping notices freight O Number &Contract Number (if applicable) must appear on all invoices, P 8 P ' PPmg g 11s, and correspondence concerning this Order. ESPO {y goods delivered unless covered by this Order. he County will not accept resp onsibili for any ELYVER to be made during the hours of 8:00 A.M. to 5:00 P.M., Monday through Friday excluding holidays, ise stipulated. Failure to notify the County concerning the type of d nless otherwise elivery will result in the billing to eller of any ise s re -delivery, storage, or handling charges. vevFf TION on receipt b representatives of the County. All rejected II goods vdehre ect on this Order are subject to inspection up P Y Dods shall remain the property of the Seller and will be returned at the Seller's expense. I Iv , •• LirTDER RESERVATION PROHIBITER: Seller is not authorized to ship the goods with any eservations and no tenderW a be lading Seller shall not limitorexclude aa tender ofny expg rPss or implied warranties and any. TELLER NOT TO L U&La Seller warrants. that the goods furnished ttempt to do so shall render this Order void+ at the option of the County. ry conform to the specifications, drawings, and descriptions listed in the offering document, or to samPle(s) furnished. { of any conflict between the specifications, drawings, description or. sample, the specifications sball govern. a the even �AInVtii I� specified in the Order cannot be changed without prior written approval of the County. Goods shipped in xcess of quantity designated may be returned at Seller's expens shy be Lauded on the grounds of race, color, dONDISC>�rnID�1ATI2N_: The Seller hereby assures that no person reed, national, origin, handicap, age, or sex, from participation m, denied the benefits of, or be o to effectu h a to these o discrimination in any activity under this Order. The Seller shall take all measures necessary NDEM; s.FICA170N/ S MN-Clg save and hold harmless Martin County, its employees and Par value received, Seller agrees to defend, indemnify. { an and all claims, causes of action, damages, liabilities, and court awards including costs, expenses gents again- Y agents, subcontractors nd attorney fees incurred as a result of any act or omission by the Seller, or its emplMartin oyees, Co its employees r assignees in connection with this Orden. of llerany Unitealso agrees States patent, trademhold ark orcopyrightfour or on account of rid agents from liability for infringement he use of any Product sold to County or used in the Performance of this Order. Seller agrees to maintain insurance efficient to protect the interests of the County. i Q1ZAnONAL SAFETY AND HEALTH he Seller agrees to furnish Martin County with a current Material Safety Data Sheet (MSDS) on or before delivery is classified as Statutes f each and every hazardous chemical or substance purat labels and MSDSs shall beunder Flida provided for hapter 442, the Florida Occupational. Safety and Health Act. App pri it shipments. Send MSDSs and other pertinent data to Martin County Purchasing Division' 2401 S.E. Monterey Load, Stuart, Florida 34996 at least ten (10) calendar days prior to shipment. SMLIC To endorsement by the County of the product and/or services will be used by Seller in any way. manner or form in roduct literature or advertising. F +... JBL1C El�'T1TT CRIMES c all Sellers are hereby notifie hat a person or affiliate who has Usuant tid on a o Florida Statute_ section 2Si.133(2)(a), en placed on the convicted vendor list following a con victima fnot submit a bid on acontract with a publSubmit a bc entity ntract to provide any goods or services to a public entity, y r the construction or repair of a Public building or Public work, may not submit bids on leases of real property to public c entity, may not repair awarded b perform work as a contractor, supplier' subcontractor, or consultant under a ntract with any Public entity, and may not transact business with any Public entity is excess of the threshold aount provided in Florida Statuteslaced on the 287,017 for CAI victed vendor list A "Publicc e'EGORY TWO n [Currently means 0001 a violr a ation of any ,onths from the date oaberson with respect to and duectly related to the transaction of business with the State of ,ate or federal law b a pp person °r agencies, or any political subdivision of the State of Florida, or withbid or contract lorida, any of its departmentsother state or with the United States, including, but not limited to, any olitical subdivision of ease for real property, or any contract for the construction or repair 0{ a public building or a goods or services, any fraud theft, bribery; collusion, racketeering, conspiracy, or material ublic work, involving antitrust, ' �isrepresentati°n The obligations of the.County under this Order is subject to the availability of funds VAILABTWTY OF FUND goods b the Martin County Board of County Commissioners. awfully appropriated for the g Y IN VJIT!`TESS WHEOF, County acid Seller have executed this Order as of the date written above. BELLER: / Title: �r Form Approved by County Attorney 10/99 1/7master/newshortformK COUNTY: Board of County Commissioners' Martin County, By. County Administrator or Designee 3 1%W AGENDA REQUEST DATE: February 27, 2001 ITEM NO.C-4 REGULAR [] PUBLIC HEARING [ ] CONSENT (x ) TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY(DEPT) Central Services SUBJECT: Moving Services - Bid #01-011 PRESENTED BY: Roger A. Shinn BACKGROUND: The County went to bid for moving services for St. Lucie County under Bid 401-011. Because staff felt the bid specifications were insufficient, staff is requesting the bids be rejected. PREVIOUS ACTION: Bid #01-011 FUND AVAIL. RECOMMENDATION: Staff recommends the Board reject all bids on Bid #01-011, Moving Services and approve the submittal of a new bid by Central Services for Moving Services. COMMISSION ACTION: [ X] APPROVED [ ] DENIED [ ] OTHER: Administrator Review and Aprov 1 County Atty:0 Management & Hudget: () Purchasing:O a „� Origin. Dept: U Other:O Eff. 6/3/96 `W `fto MEMORANDUM CENTRAL SERVICES TO: BOARD OF COUNTY COMMISSIONERS FROM: Roger A. Shinn, Director, Central Services DATE: February 22, 2001 SUBJECT: AGENDA REQUEST Moving Services - Bid #01-011 BACKGROUND: The County went to bid for moving services for St. Lucie County under Bid #01-011. Because staff felt the bid specifications were insufficient, staff is requesting the bids be rejected. RECOMMENDATION: Staff is recommending the Board reject all bids on Bid #01 -0 11, Moving Services, and approve the submittal of a new bid by Central Services for Moving Services. RAS:bk att. hd, . AGENDA REQUEST TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY (DEPT): Public Works Dept./Solid Waste Division ITEM NO. C-& DATE: February 27, 2001 REGULAR: ( ) PUBLIC HEARING: ( ) CONSENT: (XX) PRESEN eo J. Co deiro Solid Waste Manager SUBJECT: Staff requests the Board of County Commissioners approve Change Order #1 for the Solid Waste Baling & Recycling Facility Project, to Adams Robinson, in the amount of $242,999.59, for 49 additional days, a fire suppression sprinkler system and water main revisions, telephone/fiberoptic cable additions, and unsuitable soil removal. BACKGROUND: On May 23, 2000, the Board of County Commissioners approved Bid #00-035 to low bidder Adams Robinson in the amount of $8,281,000. When the project was designed, staff was instructed that a fire sprinklersystem would not be required. After application was made for the building permit, staff metwith the fire marshal and county building department and was informed that indeed a sprinkler system would be required. FUNDS AVAILABLE: Funds are available in Account # 401-3410-562000-3605 PREVIOUS ACTION: NIA RECOMMENDATION: Staff recommends the Board of County Commissioners approve Change Order #1 for the Solid Waste Baling & Recycling Facility Project, to Adams Robinson, in the amount of $242,999.59, for 49 additional days, a fire suppression sprinkler system and water main revisions, telephone/fiberoptic cable additions, and unsuitable soil removal. 1-17 COMMISSION ACTION: aAPPROVED O DENIED O OTHER: Cl ® County Attorney: I Anderson Administrator Review and Approvals ® Management and Budget -A❑ Purchasing: ® Originating Dept: (Pub. Wks.) ® Other: (Landfill) ❑ Other: ❑ Finance: Check for copy only, if Anyone with a disability requiring accommodations to attend this meeting should contact the St. Lucie County Community Services Manager at 561-462-1777 or TTD 561-462-1428, at least 48 hours (48) prior to the meeting. CHANGE ORDER ST LUCIE COUNTY — PROJECT: Class I Solid Waste Baling Fac (name, address) and Administration Building Glades Cut-off Road Landfill 6120 Glades Cut-off Road FL Pierce, Florida 34981 TO (Contractor): Adams Robinson Enterprises, Inc. 919 Slate Road 436, Suite 210 Altomonte Springs, FL 32714 You are directed to make me following changes in this Contract: (Additional sheet attached as Exhibit A - Yes No) ..e CHANGE ORDER NUMBER: One INITIATION DATE: February 14, 2001 CONSULTANTS PROJECT NO.: 6277-25409-074 ST. LUCIE COUNTY CONTRACT NO: 00— 0 3 5 CONTRACTDATE: May.23, 2000 The original (Contract Sum) § m} it*wA ES{fmtkwas.........................................I..............5 8 , 2 81, U u U . UU Net change by previous authorized Change orders .............................. ... ....................................... 0 .00 The (Contract Sum) prior to this Change Order was ..........................$ 8, 2 81, 000.00 The on ct um (q9ff4*WA will be (increased) C*)WARd,4 y e ange Order.......... ...... $ , 999.5 The new (Contract Sum) (�� including this Change Order will be ...........$ 8,523,999.50 The Contract Time will be increased b.................................................. 49 days (SC&FC ) �ChEIIRC3L9l�dk(Aft4kr149@C%j) Y ..... The Date of Final Acceptance as o the date of this Change Order therefore Is: June 3, 2001 (SC) Funds Available: Account Number 401-3410-562000-3605 July °, 2001 (PC) 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 nonaffectred 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 Will 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 ail rights to file a claim on this Change Order after it is property executed. Ali work performed unde this Change Order shall be performed in accordance with the contract specifications. Recommended: Camp Dresser & McKee.Inc. Architect/Engineer 1701 State Road A-1-A Suite 301, Vero Beach, FL 32963 P� dress, � 2lst'el By Date Agreed To: Adams Robinson Enterprises, Inc. Contractor 919 State Road 436, Suite 210 Altamonte Springs, FL 32714 Ad v / 8y ate WHITE - VENDOR GOLDENROD - FINANCE Approved: Solid Waste Division Public Works De"- St LUcie County Department 6120 Glades Cut-off Rd Ft. Pierce, FL 34981 Address By Authorized: St Lucie County: 2300 Virginia Ave., Ft Pierce, FL 34982 Date By Approved as to Farm and Correctness County Attorney GREEN -PURCHASING PINK -DEPARTMENT %w *ftd EEXHIBIT A ITEM DESCRIPTION St. Lucie County, Florida Glades Cut-off Road Landfill Class I Solid Waste Baling Facility and Administration Building CDM Project No. 6277-25409-074 Change Order No.1 Item No. 1 Description: Unsuitable soil removal Purpose: Removal necessary to ensure proper foundation for building. Cost: $9,391.00 Time: 12 days 2 Description: Telephone/fiberoptic cable additions Purpose: Scalehouse, diesel fuel system and existing administration building to be tied into Baling Facility. Cost: $22,425.90 Time: 7 days 3 Description: Fire sprinkler system and watermain revisions Purpose: Building Department required fire sprinkler system. City of Port St. Lucie permit conditions modified watermain revisions. Cost: $211,182.69 Time: 30 days ib3490. o CHANGE ORDER COST SUMMARY St. Lucie County, Florida Glades Cut-off Road Landfill Class I Solid Waste Baling Facility and Administration Building CDM Project No. 6277-25409-074 Change Order No.1 - Item Cost/(Credit Time 1 $9,391.00 12 days 2 $22,425.90 7 days 3 $211,182.69 30 days Total Change this C.O. No.1 $242,999.59 49 days (SC & FC) This Change Order includes not only all direct costs of contractor such as labor, material, job overhead, and profit markup, but also includes any costs for modifications or changes in sequence of work to be performed, delays, rescheduling, disruptions, extended direct overhead or general overhead, acceleration, material or other escalation which includes wages, and other impact costs. MU90 M 'fir AGENDA REQUEST TO: Board of County Commissioners SUBMITTED BY(DEPT):County Attorney ITEM NO. C-6 A DATE: February 27, 2000 REGULAR[ ] PUBLIC HEARING [ ] CONSENT [XI PRESENTED BY: Heather Young Assistant County Attorney SUBJECT: Region 20 WAGES Coalition - Community Service Work Experience Program Agreement BACKGROUND: See attached memorandum CA 01-240 FUNDS AVAILABLE: N/A PREVIOUS BOARD ACTION: N/A RECOMMENDATION: Staff recommends that the Board of County Commissioners approve the proposed Community Service Work Experience Program Agreement with the Region 20 WAGES Coalition, and authorize the Chairman to sign the agreement. COMMISSION ACTION: ] APPROVED [ ] DENIED [ ] OTHER: County Attomey: Originating Dept. Finance: (Check for Copy only, if applicable): Review and rovals Management Purchasing: O� L Other: _ **N. maw INTER -OFFICE MEMORANDUM ST. LUCIE COUNTY, FLORIDA TO: Board of County Commissioners FROM: Heather Young, Assistant County Attorney C.A. NO: 01-240 DATE: February 15, 2001 SUBJECT: Region 20 WAGES Coalition -Community Service Work Experience Program Agreement BACKGROUND: Attached to this memorandum is a copy of a proposed Community Service Work Experience Program Agreement between the Region 20 WAGES Coalition and the County. The agreement provides for WAGES participants referred by the Coalition to obtain non -paid job training experience through entry level positions in various County departments. The Coalition, through the Florida Department of Labor and Employment Security, will provide workers' compensation coverage for the participants. CONCLUSION/RECOMMENDATION: Staff recommends that the Board of County Commissioners approve the proposed Community Service Work Experience Program Agreement with the Region 20 WAGES Coalition, and authorize the Chairman to sign the agreement. Respectfully submitted, Hea�theYoung Assistant County Attorney Attachment HY/ Copies to: County Administrator Interim Human Resources Director Finance Director Contracts Coordinator Deputy Clerk %W Agreement g: 23403-CWE- REGION 20 WAGES COALITION WORK AND GAIN ECONOMIC SELF-SUFFICIENCY COMMUNITY SERVICE WORK EXPERIENCE PROGRAM AGREEMENT THIS AGRF,EtvfENT is entered between the Region 20 WAGES Coalition and/or its designee hereinafter referred to as the "Coalition," and St. Lucie County hereinafter referred to as the "Provider". L The Provider Aarees A. To develop and provide agency work sires designed to provide Work and Gain Economic Self -Sufficiency (WAGES) participants referred by the Coalition with a non -paid, job training experience commonly referred to as "Work Experience". 1. The provider shall not disclose the WAGES clients' status as a recipient of public assistance in anyone other than personnel authorized by the Coalition or Provider. B. Services to be provided I. The Provider will develop a Training Outline (Attachment 1) and provide Community Service Work Experience Program training to WAGES clients so u to enable them to obtain the knowledge and skills essential to an adequate level of performance of the job im accordance with the approved Training Outline. 2. Progress Reports and Notification - The provider will =intent weekly time and attendance records and submit a copy to the coalition, evaluate the progress of the WAGES client and notify the Coalition in writing of the status of WAGES clients when one or more of the following situations occur: a. The individual has failed to attend the initial interview, refused a suitable work site training offer, or voluntarily quits training. b. The individual was not accepted for participation m the community work experience training program. C. The individual has experienced continued absenteeism, sickness, or other problems that may arise. d. The individual terminated training and either... . 1. Secured unsubsidized employment, or 2. Is no longer in training. C. Meaner of Service Provision 1. The Training Outline most be prior approved by the Coalition for each WAGES client. 2. The Provider must provide the necessary instructions, supervision and equipment necessary to train the trainee. D. Special Provisions 1. The provider shall teach the WAGES client the skills necessary for entry level work in the designated job title. 2. No individual may Participate in Community Service Work Experience funded by the Coalition unless the Coalition officially refers the individual to the Provider in accordance with this agreement. 3. The trainee(s) under this agreement or any amendments hereto is/are to be provided with the same terms of employment, and working conditions accorded to other employees presently m the provider's work force; however, workers' compensation will be provided as stated in section R.C. 4. No currently employed worker shall be displaced by a traince. This includes partial displacement such as reduction in the hours of non -overtime work, wages m employment benefits. S. No trainee shall be hired into or remain working in any position when the same or substantially equivalent position is vacant due to a hiring freeze or when any regular employee is on layoff from the same or substantially equivalent position or when the regular employee has been bumped and has recall or bumping rights to that position pursuant in the provider's personnel policy or collective bargaining agreement. IL The Caidition Aaees: A. The Coalition shall refer eligible WAGES clients to the provider far consideration in employment in a commurtiry service work experience program component. B. The Coalition shall provide child care, transportation, and other work -related expenses as needed by the trainees to the extent funds arc available, and the expense is authorized by law or regulation- C. The Coalition, through the Florida Department of Labor and Employment Security, will provide worker's compensation liability and/or claims coverage for all trainees who are WAGES Community Service Work Experience participants. Form WAGES 20-014A Ill. The Provider and the Coalition MutMnv Aarer A. Effective Dates: 1. This agreement which is valid for one full year shall begin on February 6. 2001 or the date on which this agreement has been signed by both parties, whichever is later and shall end on February 6, 2002. B. Termination at Will: 1. This agreement may be terminated by either party upon no less than thirty (30) days written notice, without cause. C. Notice and Contact: I. The name and address of the representative for the Coalition for this agreement is: Linda Hand 2401 South 29 Street' Fort Pierce One -Stop Career Cemer/WTAngratn Fort Pierce, FL 34981 561-468.4056 2. The name and address of the representative for the Provider responsible for the administration of the program under this agreement is: Patricia Clute St. Lucie County 2300 Virginia Avenue FL. 34981 In the event that different representatives are designated by either party after execution of this agreement, notice of the name and address of the new representative will be rendered in writing to the other party and said notification attached to originals of this agreement. This agreement and its attachments contain all the terms and conditions agreed upon by these parties. IN WITNESS THEREOF, the parties thereto have caused this TWO (2) page agreement to be executive by their undersigned officials as duly authorized. PROVIDER: St. Lucie County Patricia Clute Signed By: Name: Date: REGION 20 WAGES COALITION REPRESENTATIVE Fort Pierce One -Stop Career Center Linda Hand Signed By: Linda Hund Sob Development Specialist Date Form WAGES 20-014B %W .r/ AGENDA REQUEST REVISED TO: Board of County Commissioners SUBMITTED BY(DEPT):County Attorney SUBJECT: Dock Use Agreement - Downeast Sailing Adventures BACKGROUND: See attached memorandum CA 01-271 FUNDS AVAILABLE: N/A PREVIOUS BOARD ACTION: N/A ITEM NO. C-6.13 DATE: February 27, 2001 REGULAR[ ] PUBLIC HEARING [ ] CONSENT [XI PRESENTED BY: Heather Young Assistant County Attorney RECOMMENDATION: Staff recommends that the Board of County Commissioners approve the proposed Dock Use Agreement with Downeast Sailing Adventures, and authorize the Chairman to sign the agreement upon receipt of the signed originals from Downeast Sailing Adventures. COMMISSION ACTION: [ APPROVED [ ] DENIED [ ] OTHER: County Attorney: Originating Finance: (Check for Copy only, if applicable): )sou as Anderson Cofinty Administrator Review and Approvals Management & t: Purchasing: /-e, 5ure 5us Other. Other: _ s. .✓ INTER -OFFICE MEMORANDUM ST. LUCIE COUNTY, FLORIDA TO: Board of County Commissioners FROM: Heather Young, Assistant County Attorney C.A. NO: 01-271 DATE: February 21, 2001 SUBJECT: Dock Use Agreement - Downeast Sailing Adventures BACKGROUND: Attached to this memorandum is a copy of a proposed Dock Use Agreement with Downeast Sailing Adventures for the County's North Dock on South Causeway Island. On January 14, 2000, the parties entered into an agreement for use of the dock by the Rachel B. Jackson from December 1, 1999 through and including April 30, 2000. The County advertised a Request for Proposals ("RFP") from parties interested in leasing the dock last year and received two proposals, including one from Downeast Sailing Adventures. Both proposals were subsequently withdrawn. The County is in the process of readvertising the RFP. In the interim, Downeast Sailing Adventures has requested permission to use the dock for the period March 1, 2001 through and including April 15, 2001. Asunder the previous agreement, they will pay the County one and 00/100 dollar ($1.00) per paid passenger. CONCLUSION/RECOMMENDATION: Staff recommends that the Board of County Commissioners approve the proposed dock use agreement with Downeast Sailing Adventures, and authorize the Chairman to sign the agreement upon receipt of the signed originals from Downeast Sailing Adventures. Respectfully submitted, Heather Young Assistant County Attorney Attachment HY/ Copies to: County Administrator Leisure Services Director Finance Director Contracts Coordinator Deputy Clerk .. �ftw DOCK USE AGREEMENT THIS USE AGREEMENT is made and entered into this day of 2001, by and between ST. LUCIE COUNTY, ("the County") and DOWNEAST SAILING ADVENTURES (the "User"). WITNESSETH: WHEREAS, on January 14, 2000, the parties entered into a Dock Use Agreement for the period December 1, 1999 through and including April 30, 2000 for certain property owned by the County identified as the "North Dock" (the "Premises"); and, WHEREAS, in, 2000, the County advertised a Request for Proposals ("RFP") from parties interested in leasing the Premises; and, WHEREAS, the County received two proposals in response to the RFP, including one from the User; and, WHEREAS, both proposals were subsequently withdrawn prior to consideration by the Board of County Commissioners; and, WHEREAS, the County intends to readvertise the RFP; and, WHEREAS, the User has requested permission to use the Premises in the interim for the period March 1, 2001 through and including April 15, 2001; and, WHEREAS, the County is willing to grant the User's request. ARTICLE I - TERM 1.01 Term: The County hereby authorizes to the User for the period March 1, 2001 through and including April 15, 2001, the premises described in Article 2.01 hereof for the operation of a cruise ship departing from St. Lucie County and at the sites noted herein, hereinafter called the "facilities:' ARTICLE 2 - SITE DESCRIPTION 2.01 Site Description: The Premises shall be the North Dock and parking areas identified on the map attached hereto as Exhibit "A". Except for handicapped parking, User agrees that User and its patrons and employees shall only utilize the g:\atty\agreemnt\fac-use\downeast.saii.wpd parking area identified for User's use on Exhibit "A". The County reserves the right to utilize the parking area identified for User's use when User is not operating the vessel. All common areas, non-exclusive, will be as described in Exhibit "A" attached hereto. ARTICLE 3 - FEES 3.01 Fee: Beginning March 1, 2001, User shall pay to the County a fee of one and 00/100 ($1.00) dollars per paid passenger and shall be due on the tenth (1 Oth) day of each month without billing. 3.02 Parking Fees: No parking fees shall be charged without the written consent of the County. No parking fees shall be charged to User by the County. 3.03 Sales Tax: User shall be liable for the prevailing State of Florida and St. Lucie County Sales and Use Tax imposed on the amounts payable to the County under this Agreement. This Sales and Use Tax shall be payable to the County on the tenth (1 Oth) day of each month which in turn will remit the some to the State. 3.04 Payment of Fees: The User shall pay all rent, and charges, and submit all reports required by this Agreement to the following: St. Lucie County County Administrator 2300 Virginia Avenue Fort Pierce, Florida 34982 In the event User fails to pay any of the fees, or charges as required to be paid under the provisions of this Agreement within thirty (30) days after some shall become due, interest at the rate of one percent (1%) per month (12% annually) shall accrue against the delinquent payment(s) until some are paid. Implementation of this provision shall not preclude the County from terminating this Agreement for default in the payment of fees, or charges, or from enforcing any other provisions contained herein. 3.05 Lien for Unpaid Amounts Due: The County shall have a maritime lien against User's vessel, her appurtences and contents, both under the "Ship Mortgage Act 1920", 46 USC Section 971, and under the general maritime law for any unpaid amounts due under this Agreement or for any damage caused by or attributed to the User's vessel, or by User to the dock or persons within the premises. ARTICLE 4 - USER'S OPERATIONS g:lattylagreemntVac-useldowneast.sail.wpd 2 4.01 Facility Manager: The User shall designate a manager for its operation. The qualifications of said facility manager shall be submitted to the County Administrator upon request. The manager shall be the authorized representative of the User and entitled to act in all matters relating to the daily operation of the facility leased hereunder. The County Administrator shall be advised in writing of the name, address, social security number, and phone numbers (home and office) of the manager. 4.02 Advertisement: User may advertise on County property subject to the approval of the City of Fort Pierce and the County Administrator. A description of the advertising shall be submitted to the County Administrator for approval, which approval shall be granted or denied within twenty (20) days. 4.03 Department Approval: The User agrees that it will obtain prior written approval from the County Administrator in all of the following matters: A. Changes from originally approved specifications, signage, and graphics. B. Equipment User plans to install requiring any modifications. Further, it is understood by User that should any of the above items be disapproved, User will offer alternative solutions. The County Administrator shall be allowed twenty (20) days to reach a decision in any of the above matters and failure to do so within such period shall constitute approval. User shall supply the County with two (2) copies of any promotional brochures with suggested prices it is preparing prior to the time they are finalized for usage. 4.04 County Approval of Change: The County reserves the right with just cause to require the User to change within a reasonably stated time any and all items contained in Section 4.03 it deems in need of change, despite previous approval of same. 4.05 Public Contact of User's Employment: User's employees in contact with the public shall perform their duties in an efficient and courteous manner. Failure of an employee to do so shall be grounds for the County Administrator to demand his or her removal from duties. 4.06 Hours of Operation: Prior to March 1, 2001, the User shall submit a schedule of intended hours of operation to the County for approval. 4.07 Quality of User's Services: g:\atty\agreemnt\faouse\downeast.sail.wpd 3 `%W � A. The User shall conduct its operation in an orderly manner so as not to annoy, disturb, or be offensive to customers, patrons, other operators, or others in the immediate vicinity of such operations. B. The User shall control the conduct, demeanor, and appearance of its officers, members, employees, agents, representatives, customers and patrons, and upon objection of the County Administrator concerning the conduct, demeanor, orappearance of any such person, Usershall immediately take all necessary steps to correct the cause of such objection. C. User shall take good care of said premises, shall use the same in a careful manner and shall, at its own cost and expense, keep and maintain the same in constant good and substantial condition and repair, and upon the expiration of this Agreement, or its termination in any manner, shall deliver the premises to the County in no worse condition that the same was at the commencement of this Agreement, loss by fire or other casualty and ordinary wear and tear excepted. D. User shall furnish good, prompt, and efficient service, adequate to meet all reasonable demands therefore. E. If applicable, User shall serve only a good quality food obtainable for the type of menu being offered. ARTICLE 5 - ASSIGNMENT 5.01 Assignment, Subletting and Successors in Interest: User shall not sub -let the premises in whole or in any part, nor assign the agreement to any other persons or firm without the written consent of the County which consent shall not be unreasonably withheld. It is covenanted and agreed that all covenants, conditions, agreements and undertakings contained in this Agreement shall extend to and be binding on the respective successors and assigns. ARTICLE 6 - ALCOHOLIC BEVERAGES 6.01 Alcoholic Beverages: User shall comply with state and local law in the sale and consumption of alcoholic beverages. g:lattylagreemnt\fao-useldowneast. sail.wpd 4 1Ww ..4 ARTICLE 7 - FACILITIES, EQUIPMENT & SERVICES 7.01 Facilities. Equipment and Services Provided by User: The User, at its sole cost, shall provide and/or maintain the premises, in accordance with all legal requirements and shall further provide: A. Janitorial service for boat, dock and operating facilities, as required. B. Any internal construction and maintenance, as approved by the County. C. Electrical service connections supplied by Fort Pierce Utilities at the docks and parking lots to terminate at the meter. Any necessary outlets for the vessel will be User's responsibility and must be installed by a licensed electrical contractor. User shall be responsible to Ft. Pierce Utilities for any deposits, monthly payments and connection to these utilities, including any additional electric meters. D. An approved marine sewage pump out service for wastewater disposal. E. All operating equipment either privately or publicly owned. F. All plumbing fixtures. G. Outside landscaping which must conform to the St. Lucie County site plan requirements, and any requirements of the City of Fort Pierce landscaping code. H. Pest control within and around leased area and facilities. Security for boat, dock and parking lot, as required. J. Solid waste disposal service and containers in location approved by the County. K. Telephone Service. 7.02 Improvements - General: A. All improvements, including buildings, equipment, signing, temporary structures, and advertising installed by the Usershall be in keeping with g:la"greemntlfao-useWowneast.sail.wpd 5 `0 the appropriate standards of decor at the facilities and in the area and must be approved by the Leisure Services prior to installation. The User shall not install, remove or replace the equipment without notification to, and prior approval by, the County Administrator. Following the installation of any additional equipment, and improvements which the County may approve from time to time, User shall provide to the County Administrator copies of all invoices for the improvements. B. All buildings, improvements, and any other fixture of a permanent nature shall become the property of the County at the time installed and shall not be removed. C. Useragrees that all equipment and improvements provided shall meet the requirements of all applicable building, fire, pollution, and other related codes. D. User shall not alter or modify any portion of facilities, the leased premises or the improvements constructed therein without first obtaining written approval from the County Administrator. E. User shall not sell, convey, mortgage, pledge, or otherwise dispose of any of the equipment or furnishings installed on the leased premises. 7.03 Space and Desk at County Museum: During the term of the Agreement, the County agrees to provide the User with space and a desk in the County's Museum at a location determined by the County. ARTICLE 8 - MAINTENANCE; REPAIR 8.01 Maintenance Responsibilities: User shall, at its sole cost and expense, keep and maintain the leased premises in a first-class condition during the term of the Lease Agreement and any extensions thereof. The provision of janitorial services and all interior maintenance and repair, including landscaping, within and around the premises are the sole exclusive responsibility of the User. 8.02 Damages: User shall repair all damages to the premises caused by the User, its employees, agents, or independent contractors. User shall provide the County Administrator prior notice of all repairs. Any repairs are subject to the approval of the County Administrator. g:lattylagreemntlfac-useWowneast.sail.wpd 6 ,%W .a ARTICLE 9 - QUIET ENJOYMENT; GRANT AGREEMENTS 9.01 Quiet Enjoyment of Property: The County covenants and agrees that so long as no default exists in the performance of User's covenants and agreements, User shall peaceably hold and enjoy the premises and all parts thereof free from eviction or disturbance by the County or any persons claiming under, by or through the County. 9.02 FIND and Florida Boating Improvement Program Grant Agreement: User covenants and agrees to use the facilities in a manner consistent with the terms of the grant agreement dated October 8, 1992 with the Florida Inland Navigation District and the grant agreement dated April 10, 1989 with the Florida Boating Improvement Program grant agreement. ARTICLE 10 - INDEMNIFICATION 10.01 Indemnification: To the extent of the insurance requirements set out in Article 14, User agrees to indemnify and save the County harmless from any and all claims, liability, losses and causes of action which may arise out of the Agreement or the User's activities in the premises, or aboard the vessels operated by the User while at or away from the dock. The User shall pay all claims and losses of any nature whatsoever in connection therewith, and shall defend all suits, at the County's request, in the name of the County when applicable and shall pay all costs and judgment which may issue thereon. ARTICLE 11 - LIABILITY 11.01 Liabilityfor Damage or Injury: The County shall not be liable for any damage or injury which may be sustained by any party or persons on the leased premises or aboard the vessels while the vessels are at or being operated away from the dock, other than the damage or injury caused solely by the negligence of the County. ARTICLE 12 - RECONSTRUCTION AND REPAIR OF IMPROVEMENTS 12.01 Damage or Destruction of Premises: If the premises are partially damaged, but not rendered unusable, the same shall be repaired with due diligence by the Userfrom proceeds of the insurance coverage and/or at its own cost and expense, and a pro-rata adjustment of the rent hereunder for the period of User's business interruption, if any, shall be made. Any repairs shall be subject to the approval of the County Administrator. g:fatty\agreemnt\fac-use\dmneast.saiLwpd 7 `, v ARTICLE 13 - INGRESS/EGRESS 13.01 Ingress and Egress: Subject to rules, regulations, statutes, and ordinances governing the use of the facilities, the User, his agents, servants, patrons and invitees, and his suppliers of service and furnishers of materials, shall have the right of ingress and egress to and from the premises. ARTICLE 14 - INSURANCE 14.01 Insurance: The User shall maintain the following insurance during the term of the Agreement: A. Worker's Compensation Insurance and Employer's Liability Insurance - Worker's Compensation Insurance shall provide for the limits required by Florida Law. The Employer's Liability shall be for a limit of no less than Five Hundred Thousand and No/100 Dollars ($500,000.00). If User requests a waiver of exemption under Section 440.04, Florida Statutes (1999), User agrees to provide full disclosure of this waiver to the and the shall have the right to reject User's waiver of exemption. B. General Liability Insurance - User shall provide Commercial General Liability Insurance written on an occurrence basis, including product liability/completed operations, contractual liability, fora limit of no less than One Million and No/100 Dollars, combined single limit for bodily injury, illness and property damage. The County shall be named as an additional insured. C. Fire legal liability insurance shall be included with a limit of liability of the full replacement cost of the facility. D. Fire and extended coverage covering all property both real and personal, naming the County as an additional payee. The insurance required shall include those classifications as listed in Standard Liability Insurance Manuals, which most nearly reflect the operations of the User under the Agreement. All insurance policies and surety bonds required under by this Agreement shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications as to management and financial strength: The company must be no less than "A" as to general policy holders rating, and no less than "X" as to financial g:lattylagreemnt`fac-use\downeast.sail.wpd 8 `. ..r rating, in accordance with the latest edition of Best's Key Rating Guide, published by A.M. Best Company, Inc. The User shall furnish Certificates of Insurance to the County at least fifteen (15) days prior to the commencement of operations, which Certificates shall clearly indicate that the User has obtained insurance in the type, amount and classifications as required. The County reserves the right to reasonably amend the insurance requirements by the issuance of notice in writing to the User. The County shall be named as an additional insured on all policies of liability insurance. ARTICLE 15 - TERMINATION 15.01 Automatic Termination: The occurrence of any of the following may, at the option of the County, cause the Agreement to be automatically terminated: A. Institution of bankruptcy proceedings by the User. B. Institution of proceedings involuntary bankruptcy against the User if such proceedings continue for a period of ninety (90) days. C. Assignment of the Agreement for the benefit of the User's creditors. D. Determination by a governmental agency other than the County or court that the Agreement is invalid or violates the terms of any grant agreements. E. Abandonment by User of, and discontinuance of operations or failure to provide regular service. F. Failure by the User to remedy a violation found by the St. Lucie County Health Department within fourteen (14) calendar days of the date of a notice of violation issued by the St. Lucie County Health Department or the St. Lucie County Fire District. 15.02 Termination By The County Upon Notice: The County shall have the right to terminate this Agreement after thirty (30) calendar days written notice sent by registered or certified mail to the User informing the User of the occurrence of one or more of the following, unless the same shall have been corrected within the thirty (30) calendar day period: g:tatty�agreemnt\fao-usetdowneast.sail.wpd 9 %W .go A. Non-performance of any material covenant of this Agreement and failure by the User to remedy such breach. B. The conducting of any business or the merchandising of any product or device not specifically authorized herein. 15.03 Non -Payment of Fees: Whenever the non-payment of any sum or sums due hereunder continues for period of ten (10) calendar days after the due date for such payment(s), the County shall have the right to terminate this Agreement after seven (7) calendar days following User's receipt of written notice sent by registered or certified mail specifying the amount of payment(s) in default; provided, however that such termination shall not be effective if the User makes the required payment(s) within the seven (7) calendar day period following receipt of written notice. 15.04 Termination By The County Without Cause: The County shall have the right to terminate this Agreement without cause afterthirty (30) days written notice to the User by registered or certified mail. 15.05 Termination by User: User shall have the right upon thirty (30) calendar days written notice to the sent by registered or certified mail to terminate the Agreement at any time after the occurrence of one or more of the following events: A. Issuance by any court of competent jurisdiction of any injunction substantially restricting the use of facilities forthe intended commercial purposes, and the remaining in force of said injunction for a period of more than sixty (60) calendar days. B. A breach by the of any of the terms, covenants, or conditions contained in the Agreement and the failure of the to remedy such breach for a period of thirty (30) calendar days after receipt of written notice sent by registered or certified mail from the User of the existence of such breach. 15.06 Termination by the User Without Cause: The User shall have the right to terminate this Agreement without cause after thirty (30) days written notice to the County. 15.07 Removal of Personal Property Upon Termination: The User, within thirty (30) calendar days following the termination of this Agreement, shall forthwith remove all of its personal property not acquired by the County under the terms of this g:lattylagreemntlfac-useldowneast.sail.wpd 10 v.. .✓ Agreement and the original proposal. Any personal property of User not removed in accordance with this Article may be removed by the County for storage at the cost of User or shall constitute a gratuitous transfer of title thereof to the County for whatever disposition is deemed to be in the best interest of the County. The County shall not be liable to User for safekeeping of User's property. ARTICLE 16 - NON-DISCRIMINATION 16.01 Non -Discrimination: A. That User for itself, its personal representatives, successors in interest, and assigns as a party of the consideration hereof does hereby covenant and agree that: No person on the grounds of race, color, national origin, or sex shall be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities. 2. That in the construction of any improvements on, over, or under such land and the furnishing of services thereon, no person on the grounds of race, color, national origin, or sex shall be excluded from participation in, be denied the benefits of, or otherwise be subjected to discrimination. 3. That User shall use the premises in compliance with all other requirements imposed by or pursuant to Title 45, Code of Federal Regulations, Article 80, Non-discrimination under programs receiving Federal Assistance through the Department of Health, Education and Welfare - Effectuation of Title IV of the Civil Rights Act of 1964, and as said Regulations may be amended. B. User shall not discriminate against any employees or applicant for employment in the performance of the contract with respect to hiring, tenure, terms, conditions, or privileges of employment, or any other matter directly or indirectly related to employment because of age, sex, or physical handicap (except where based on a bonafide occupational qualification); or because of marital status, race, color, religion, national origin, or ancestry. g:la"greemntlfac-useldowneast.sail.wpd 1 VNW C. That in the event of breach of any of the above non-discrimination covenants, the County shall have the right to terminate the contract and to re-enter and repossess said facilities thereon and hold the same. This provision shall not be effective until the procedures of Title 45, Code of Federal Regulations, Part 80, are followed and completed including exercise or expiration of appeal rights. ARTICLE 17 - COMPLIANCE WITH RULES 17.01 Rules and Regulations: The User will observe, obey and comply with all rules and regulations adopted by the County and comply with all rules and regulations of other governmental units and agencies having lawful jurisdiction, which may be applicable to User's operations under the Agreement. ARTICLE 18 - PAYMENT 18.01 Payment of Obligations: User shall pay all taxes (including but not limited to ad valorem taxes) and other costs lawfully assessed against its interest in the leased premises, its improvements and its operations on the premises itself under the Agreement provided, however, that User shall not be deemed to be in default of its obligations under this Agreement for failure to pay such taxes pending the outcome of any legal proceedings instituted to determine the validity of such taxes. ARTICLE 19 - INSPECTION 19.01 Inspection by County: The County may make periodic inspections of all of the leased premises and equipment to determine if such are being maintained in a neat and orderly condition. The User shall be required to make any improvements in cleaning or maintenance methods reasonably required by the County. Such periodic inspections may also be made to determine whether the User is operating in compliance with the terms and provisions of the Agreement. ARTICLE 20 - REPAIRS BY COUNTY 20.01 Facility Repairs, Alterations and Additions by the County: The County shall have the absolute right, without limitations to make any repairs, if not done in a timely manner by User, alterations, and additions to any structures and facilities, if not done by the User in a timely manner, free from any and all liability to the User for loss of business or damages of any nature whatsoever during the making of such repairs, alterations, and additions. All repairs shall be paid for by User. g:latty\agreemntlfac-uw\downeast.sail.wpd 12 ARTICLE 21 - WAIVER 21.01 Indulgence Not Waiver: The indulgence of either party with regard to any breach or failure to perform any provision of the Agreement shall not be deemed to constitute a waiver of the provisions of any portion of this Agreement either at the time the breach or failure occurs or at any time throughout the term of the Agreement. ARTICLE 22 - NOTICE 22.01 Notices: Any notices submitted or required by the Agreement shall be sent by registered or certified mail and addressed to the parties as follows: To the County: With a copy to: County Administrator County Attorney St. Lucie County St. Lucie County Administration Annex Administration Annex 2300 Virginia Avenue 2300 Virginia Avenue Fort Pierce, Florida 34982 Fort Pierce, Florida 34982 To the User: Andrew Keblinsky Down East Sailing Adventures Post Office Box 1252 Southwest Harbour, ME 04679 or to such other address as either may designate in writing. ARTICLE 23 - MEDIATION 23.01. Mediation: In the event of a dispute between the parties in connection with this Agreement, the parties agree to submit the disputed issue or issues to a mediator for non -binding mediation prior to filing a lawsuit. The parties shall agree on a mediator chosen from a list of certified mediators available from the Clerk of Court for St. Lucie County. The fee of the mediator shall be shared equally by the parties. To the extent allowed by law, the mediation process shall be confidential and the results of the mediation or any testimony or argument introduced at the mediation shall not be admissible as evidence in any subsequent proceeding concerning the disputed issue. g:tattyWgmemntlfao-use\downeast.sail.wpd 13 %W "W ARTICLE 24 - ATTORNEYS' FEES AND COSTS 24.01. Attorneys' Fees and Costs: In the event of any dispute concerning the terms and conditions of this Agreement or in the event of any action by any party to this Agreement tojudicially interpret or enforce this Agreement or any provision hereof, or in any dispute arising in any manner from this Agreement, subject to the provisions of Section 768.28, Florida Statutes and in no way altering the extent of the County's liability under 768.28, Florida Statutes, the prevailing party shall be entitled to recover its reasonable costs, fees and expenses, including but not limited to, witness fees, expert fees, consultant fees, attorney, paralegal and legal assistant fees, costs and expenses and other professional fees, costs and expenses, whether suit be brought or not, and whether any settlement shall be entered in any declaratory action, at trial or on appeal. The liability of the Club and its surety or sureties, if any, for such fees and costs is joint and several ARTICLE 25 - INTERPRETATION; VENUE 25.01 Interpretation; Venue: This Agreement constitutes the entire agreement between the parties with respect to the subject matter hereof and supersedes all prior or written agreements with respect thereto. This Agreement may only be amended by a written document, properly authorized executed and delivered by both parties. This Agreement shall be interpreted as a whole and section headings are for convenience only. All interpretations shall be governed by the laws of the State of Florida. In the event it is necessary for either party to initiate legal action regarding this contract, venue shall be in the Nineteenth Judicial Circuit for St. Lucie County, Florida, for claims under state law and the Southern District of Florida for any claims which are justifiable in federal court. IN WITNESS WHEREOF, the parties hereto have cause this Agreement to be executed by their appropriate officials, as of the date first above written. ATTEST: BOARD OF COUNTY COMMISSIONERS ST. LUCIE COUNTY, FLORIDA BY: DEPUTY CLERK g:\attyWgreemntxfac-useldowneast.sail.wpd 14 CHAIRMAN L49 ..y WITNESSES: g:\attylagreemntlfao-uuldowneast.sail.wpd 15 APPROVED AS TO FORM AND CORRECTNESS: COUNTY ATTORNEY DOWNEAST SAILING ADVENTURES BY: NAME: TITLE: *4w ..►w EXHIBIT "A" ACCESS ROAD I I I C_ I PARKING I v i n 110 » 120 m I � 1 PARKING I 130 m 210 i I I n I I 140 m Electric � PARKIN( 150 ELECTRIC 220 230 240 160 -- k -------------------------- WATER 700 800 702 802 704 804 706 806 708 08 8710 810 NORTH 712 812 522 820 818 816 erg 814 816818 820 922 918 900 917 915 913 911 909 907 905 903 901 WATER ' ' ' ' ' MUSEUM FIRE ACC I Drain Drain WATER WATER v AGENDA REQUEST ITEM NO. DATE: February 27, 2001 REGULAR[] t PUBLIC HEARING [] u TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY(DEPT): County Attorney CON5ENT[XX] PRESENTED BY: Daniel S. McIntyre County Attorney SUBJECT: Educational Facilities Impact Fees - Amended and Restated Interlocal Agreements with Cities of Fort Pierce and Port St. Lucie and St. Lucie Village r BACKGROUND: See attached memorandum r FUNDS AVAILABLE: PREVIOUS ACTION: RECOMMENDATION: Staff recommends that the Board approve the Interlocal Agreements and authorize the Chairman to sign the Agreements. COMMISSION ACTION: [X] APPROVED [ ] DENIED [ ] OTHER: ,iglas Anderson unty Administrator Review and Approvals County Attorney: C'� Management & Budget _ purchasing: originating Dept. A59t. Com. Dev. Dir.: ai County Eng.: Finance: (Check for Copy nl'y, if applicable) Eff. 5/96 NOW *4W INTER -OFFICE MEMORANDUM ST. LUCIE COUNTY, FLORIDA TO: Board of County Commissioners FROM: Daniel 5. McIntyre, County Attorney C.A. NO. 01-269 DATE: February 21, 2001 SUBJECT: Educational Facilities Impact Fees - Amended and Restated Interlocal Agreements with the Cities of Fort Pierce and Port St. Lucie and St. Lucie Village ----------------------------------------------------------------------------------- ----------------------------------------------------------------------------------- BACKGROUND: Attached is a copy of a letter with enclosures dated February 5, 2001 from Daniel B. Harrell, Esquire. As indicated, Mr. Harrell is requesting that the County approve the proposed interlocal agreements with the County, the School Board and the Cities of Fort Pierce and Port St. Lucie and St. Lucie Village. The agreement form is consistent with the agreement form used by the County relating to other impact fees. RECOMMENDATION/CONCLUSION : Staff recommends that the Board approve the Interlocal Agreements and authorize the Chairman to sign the Agreements. Daniel s. Mc County Atto D5M/caf Attachments subm %kwe Law Offices V*Mf of GONANO & HARRELL ATTORNEYS AND COUNSELORS AT LAW DOUGLAS E. GONANO RIVERSIDE NATIONAL BANK BUILDING DANIEL B. HARRELL Board Certified Real Estate Lawyer 1600 South Federal Highway, Suite 200 Fort Pierce, Florida 34950-5194 Telephone (561) 464 - 1032 Facsimile (561) 464 - 0282 February 5, 2001 Daniel S. McIntyre, Esquire St. Lucie County Attorney 2300 Virginia Avenue Fort Pierce, FI 34982 Re: Amended and restated interlocal agreements concerning educational facilities impact fees Our File No. 500-085 Dear Dan: Enclosed are forms of amended and restated interlocal agreements concerning educational facilities impact fees, each among the County, the School Board, and one of the three municipalities. I believe that these forms correspond to agreements that the County recently entered with the municipalities respecting other types of impact fees. Also enclosed is a memorandum of understanding with the Village of St. Lucie to accommodate the Village's desire to have the County perform most of the impact fee collection functions. The agreements with the City of Port St. Lucie and the Village of St. Lucie (including as to the Village the MOU) have been approved by those cities, and I am seeking approval from the City of Fort Pierce of its respective agreement. The School Board has also approved and executed all of the interlocals and the MOU. On behalf of the School Board, I ask that the County now consider approving these forms of agreement. If acceptable to the remaining parties, I will circulate originals for execution by the remaining parties, recording, and distribution. Thank you for your assistance, and please advise if anything further is required. --�7 FT.. VA Enclosures cc: Dr. William H. Vogel (w/o enclosures) Mr. Lawrence Clancy (w/o enclosures) Stanley F. Mayfield, P.E.(w/o enclosures) Roger G. Orr, Esquire (w/o enclosures) Robert V. Schwerer, Esquire (w/o enclosures) Richard V. Neill, Jr., Esquire (w/o enclosures) SCH 0500085 McIntyre Imp Fee LTR.wpd 2/5/01 3:07 pm %W This instrument prepared by (and return to): Daniel B. Harrell Gonano & Harrell (Courthouse Box #34) 1600 S. Federal Highway, Suite 200 Fort Pierce, FL 34950-5194 (561) 464-1032 AMENDED AND RESTATED INTERLOCAL AGREEMENT CONCERNING EDUCATIONAL FACILITIES IMPACT FEES THIS AMENDED AND RESTATED AGREEMENT is entered into this _ day of , 2001, by and between ST. LUCIE COUNTY, a political subdivision of the State of Florida, by and through the Board of County Commissioners ("County"); the SCHOOL DISTRICT OF ST. LUCIE COUNTY, FLORIDA, apolitical subdivision of the State of Florida, by and through the School Board ("School"); and the CITY OF PORT ST. LUCIE, a political subdivision of the State of Florida, by and through the City Council ("City"), providing for the School's and the City's participation in the County's educational facilities impact fee program. WHEREAS, the County originally adopted an educational facilities impact fee ordinance effective January 1, 1989; and WHEREAS, said fee is to be effected and collected both in the County and the City; and WHEREAS, the County wishes to allow the City to collect the fee as an agent of the County; WIT4I WHEREAS, the School is to be the ultimate recipient and user of educational facilities impact fee funds, except such portion of the funds as may be retained by the collecting governmental units to compensate them for the administrative expense of collecting and administering the educational facilities impact fee ordinance; and WHEREAS, the parties originally entered into an Interlocal Agreement on December 20, 1988, which agreement the parties now desire to amend and restate as set forth herein. NOW, THEREFORE, IT IS AGREED as follows: 1. This Amended and Restated Agreement is entered into pursuant to Section 163.01, Florida Statutes, the Interlocal Cooperation Act of 1969. SCH 0500001 PSL Am Inticl Ed Fac Imp Fee AGT.wpd 2/5/01 4:20 pm tiVw v 2. The parties agree that the County's educational facilities impact fee ordinance shall be effective within the City's jurisdiction unless this Agreement is terminated as hereinafter provided. 3. The County agrees: a. To collect the applicable educational facilities impact fee as specified in the County's ordinance prior to issuing any building permit, mobile home permit, or electrical permit for a recreational vehicle park within the County's jurisdiction. b. To remit to the School all funds collected as educational facilities impact fees with the exception of four percent (4%) of the funds collected, which amount shall be retained by the County as a fee for the administrative expense of collecting and transmitting the funds. The County shall remit the collected funds monthly to the School, with payment being made to the School by the 15" day of the following month. C. To notify the Superintendent of Schools for St. Lucie County or the Superintendent's designee of any application for educational facilities impact fee refund received by the County. d. To notify the Superintendent of Schools for St. Lucie County or the Superintendent's designee when a developer in the County, in lieu of paying all or part of the educational facilities impact fee, offers to dedicate or convey land to the School Board for a school site that would be eligible for credit under the ordinance. 4. The City agrees: a. To collect the applicable educational facilities impact fee as specified in the County's ordinance prior to issuing any building permit, mobile home permit, or electrical permit for a recreational vehicle park within the City's jurisdiction. b. To remit to the School all funds collected as educational facilities impact fees, with the exception of four percent (4%) of the funds collected, which shall be retained by the City as a fee for the administrative expense of collecting and transmitting the funds. The City shall remit the collected funds monthly to the School, with payment being made to the School by the 15th day of the following month. C. To contact the County Administrator or the County Administrator's designee when a building permit, mobile home permit, or electrical permit for a recreational vehicle park is applied for that is not specifically listed in the ordinance, and to collect the fee as determined for that use by the County Administrator or the County Administrator's designee. SCH 0500001 PSL Am Indcl Ed Fac Imp Fee AGT.wpd 2/5/01 4:20 pm %W *.r d. To notify the Superintendent of Schools for St. Lucie County or the Superintendent's designee of any application for educational facilities impact fee refund received by the City. e. To notify the Superintendent of Schools for St. Lucie County or the Superintendent's designee when a developer in the City, in lieu of paying all or part of the educational facilities impact fee, offers to dedicate or convey land to the School board for a school site that would be eligible for credit under the ordinance. 5. The School agrees: a. To provide to the County and the City such administrative procedures and administrative assistance in setting up bookkeeping and other accounting procedures as may be necessary for the County and the City to collect the educational facilities impact fee. b. To maintain all records of the educational facilities impact fee, including name, address, and amount paid for each building permit, mobile home permit, or electrical permit for a recreational vehicle park issued by the City or the County as furnished by the collecting agency. C. To hold the County and the City harmless should any suit or legal action be brought to contest (i) the validity of the educational facilities impact fee ordinance, (ii) the amount of any educational facilities impact fee imposed pursuant to the educational facilities impact fee ordinance, or (iii) the appropriateness of the use and expenditure of the educational facilities impact fee funds. School agrees to provide any legal defense necessary at no cost to the County or the City. Should any court order any refund of any educational facilities impact fee or should any refund be agreed to by the School, said refund shall be paid solely by the School. d. To provide the County or the City, upon request, financial reports and information showing the amount of educational facilities impact fees collected by the County or the City. 6. The School Board shall have the final authority pursuant to Section 1-6.5-57(b) of the St. Lucie County Educational Facilities Impact Fee Ordinance as to whether to accept an offer by a developer to dedicate or convey land to the School board for a school site in lieu of payment of all or part of the educational facilities impact fee. 7. Nothing in this Amended and Restated Agreement is intended to deprive the County of final authority and responsibility for the use and expenditure of impact fee monies collected pursuant to the Educational Facilities Impact Fee Ordinance. SCH 0500001 PSL Am Indct Ed Fac Imp Fee AGT.wpd 2/5101 4:20 pm 8. This Amended and Restated Agreement embodies the whole understanding of the parties. There is no promise, term, condition, or obligation other than those contained herein; and this Amended and Restated Agreement shall supersede all previous communications, representations, or agreements, either oral or written, between the parties. 9. This Amended and Restated Agreement may only be amended by a written document signed by all parties and filed with the Clerk of the Circuit Court of St. Lucie County, Florida. 10. This Amended and Restated Agreement shall be effective for a period of five (5) years beginning October 1, 2000. Termination of this Amended and Restated Agreement may only occur if (a) all parties agree to the termination, (b) imposition of the educational facilities impact fee is not allowed by state law, or (c) upon breach of the Agreement by a party and failure to cure the breach within a reasonable time period not to exceed forty-five (45) days. The termination of this Amended and Restated Agreement shall not require the School to refund any money collected by the County or the City and remitted to the School pursuant to this Amended and Restated Agreement; and shall not cancel or nullify the School's obligations to hold harmless and defend as set forth in paragraph 5.c above. This Amended and Restated Agreement may be extended upon agreement of the parties. 11. This Amended and Restated Agreement shall be filed with the Clerk of the Circuit Court of St. Lucie County, Florida, 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. Attest: BOARD OF COUNTY COMMISSIONERS Print Name: Clerk OF ST. LUCIE COUNTY, FLORIDA By: Print Name: Chairman Date: . 2001 Approved as to form and correctness: Daniel S. McIntyre St. Lucie County Attorney SCH 0500001 PSL Am Inticl Ed Fac Imp Fee AGT.wpd 2/5/01 4:20 pm *aw E�� Attest: William H. Vogel, Superintendent and Ex Officio Secretary Attest: Print Name: Clerk SCHOOL BOARD OF ST. LUCIE COUNTY, FLORIDA By: Kathryn J. Hensley, Chairman Date: - 2001 Approved as to form and correctness: Daniel B. Harrell Attorney to School Board of St. Lucie County CITY COUNCIL OF THE CITY OF PORT ST. LUCIE, FLORIDA By: Print Name: Mayor Approved as to form and correctness: Roger G. Orr Port St. Lucie City Attorney 2001 SCH 0500001 PSL Am Inticl Ed Fac Imp Fee AGT.wpd 2/5/01 4:20 pm 5 AGENDA REQUEST TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY(DEPT): County Attorney ITtANO. 0 -U D DATE: February 27, 2001 REGULAR[] PUBLIC HEARING [] CONSENT [XX] PRESENTED BY: Daniel S. McIntyre County Attorney SUBJECT: Software Maintenance Agreement - Graphic Computer Solutions, Inc. BACKGROUND: 5ee attached memorandum FUNDS AVAILABLE: PREVIOUS ACTION: RECOMMENDATION: Staff recommends that the Board approve the Agreement and authroize the Chairman to sign the Agreement. COMMISSION ACTION: [)g APPROVED [ ] DENIED [ ] OTHER: County AdminisTraror I� U Review and Approvals County Attorney: C Management & Budget Purchasing: Originating Dept. Public Works Dir: County Eng. Finance: (Check for Copy only, if applicable) Eff. 6/96 e Vam, 1%W INTER -OFFICE MEMORANDUM ST. LUCIE COUNTY, FLORIDA TO. Board of County Commissioners FROM: Daniel 5. McIntyre, County Attorney C.A. NO. 01-247 DATE: February 16, 2001 SUBJECT: Software Maintenance Agreement - Graphic Computer Solutions, Inc. BACKGROUND: In 1999, the Clerk of the Circuit Court ("Clerk") entered into a contract with Graphic Computer Solutions, Inc. (GCS) to develop and implement software for the Clerk's court functions. At the Clerk's request, the County entered into an agreement with GC5 to provide for the maintenance of the various software programs. Attached to this memorandum is a copy of a proposed Software maintenance Agreement for the current year. The proposed Agreement will cover all the identified systems on a fiscal year basis. The costs are the same as last year's costs. Funds have been budgeted for this purpose in Account Number 501-9000-534110-800. RECOMMENDATION/CONCLUSION : Staff recommends that the Board approve the Agreement and authorize the chairman to sign the Agreement. DSM/caf Attachment 1k Daniel S. Mc County Atto tted 2000-2001 SOFTWARE MAINTENANCE AGREEMENT GRAPHIC COMPUTER SOLUTIONS, INC. This Agreement is entered this day of 2001, and is subject to the terms and conditions of the Maintenance Agreement described in Appendix A of the contract between Clerk of the Circuit Court and Graphic Computer Solutions, Inc. (GC5") dated January 5'h, 1999 and covers the additional systems and services required for maintenance of the installed systems. WHEREAS, the County and GCS previously entered into an Agreement styled as "First Addendum to Maintenance Agreement; and, WHEREAS, the County now desires to enter into a new Software Maintenance Agreement with GCS that coincides with a fiscal year basis. I. Current Systems Maintenance Implementation of the Judicial/Dialog System Services covered under the initial contract for maintenance are described in the original maintenance agreement attached to the January 5t" contract as Appendix A. This Agreement covers the following installed application systems and includes telephone support and all software updates at no charge. The effective start date for these services pursuant to this Agreement is October 1, 2000. The price for this maintenance as stated in the Agreement is $93,400 for one year. See attached annual maintenance schedule. 1. Felony/Dialog Case Management 2, Juvenile/Dialog Case Management 3. Misdemeanor/Dialog Case Management 4. Traffic/Dialog Case Management II. Additional Systems requiring Maintenance The following additional systems were installed due to the requirements for the operations of the Clerk's Office: 1. Interface/Dialog Web Application 2. Miscellaneous Financial Transactions (MFT) 3. Traffic Financial Systems (TVS) 9Aatty\a9reennnt\GC5 Maintenance -1- ..i The standard maintenance price for these systems covers the regular telephone support and software updates as described in the Appendix A of the contract and amounts to $78,975. The maintenance period is from January 1, 2001 to September 30, 2001 and the effective start date for this maintenance pursuant to this Agreement is January 1, 2001. then: The total standard maintenance as described in the original maintenance agreement is Original systems Additional systems Total Standard Maintenance through September 30, 2001 $ 93,400.00 due on or before March 1, 2001 $ 59,231.25 due on or before March 1, 2001 $152,631.25 Now, therefore, in consideration of the mutual promises and agreements set forth herein, each party for itself and its successors and assigns, does agree to be bound by the terms and conditions of this Software Maintenance Agreement. ATTEST: Deputy Clerk WITNESSES: g:\atty\agneemnt\6C5 Maintenance -2- BOARD OF COUNTY COMMISSIONERS ST. LUCIE COUNTY Chairman Date APPROVED AS TO FORM AND CORRECTNESS: 5z County Attorney GRAPHIC COMPUTER SOLUTIONS, INC. BY: Date Herbert B. Graham, Chairman y�G\E CpG� y ' ` AGENDA REQUEST Flo \aP 'INVESTMENT FOR THE FUTURE" TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY (DEPT): PUBLIC WORKS DEPT ITEM NO. c-7A . DATE: February 27, 2001 REGULAR[] PUBLIC HEARING [ ] CONSENT [x] PRESENTED BY: Ton West, P.E. County Engineer SUBJECT: Award of Bid # 01-025, 53`d Street @ Canal C-25 Bridge and Roadway Improvements. Repair and rehabilitation of existing bridge structure. BACKGROUND: On February 14, 2001 bids were opened for the bridge and roadway improvements to 53`d Street at Canal C-25 (Belcher Canal). Two Hundred and Seventy -Five vendors were notified, Twenty - Seven sets of bid documents were distributed and five bids were received. The low bidder is Sheltra & Son Construction Company, Inc. in the amount of $143,161.50. FUNDS AVAILABLE: Funds are available in Fund No. 101003-41133-563000-43101 Transportation Trust - Local Option Bridge Maintenance. No. 316001 41133 563000-43101 Transportation Capital - Funds will be made available in Fund Local Option Bridge Maintenancefrom unallocated project reserves upon Board approval. PREVIOUS ACTION: None. RECOMMENDATION: Staff recommends award of Bid #01-025 53'd Street at Canal C-25 Bridge and Roadway Improvements to Sheltra & Son Construction Company, Inc., the lowest complete bidder, in the amount of $143,161.50, establish the project budget as outlined in the attached memorandum and authorization for the Chairman to sign the contract as pared by the County Attorney. COMMISSION ACTION: [� APPROVED [ ] DENIED [ ] OTHER D gl And C unty Administrator [x] Mgt. & Budget [x] Purchasing 7 [x] County Attorney x Bud et &Rev. Coor. (x] Originating Dept. Public Works `✓ [x] Project. Man. RN I ] 9 [x] Finance U (Check for copy only, if applicable) DIVISION OF ENGINEERING MEMORANDUM 01-046 To: Ruth Totton - Interim Purchasing Manager Via: Don West, P.E. - County Engineer�l Via: Barbara Meinhardt - Budget and Revenue Coordinator 45 "h From: Craig Hauschild, P.E. - Senior Project Engineer Date: February 15, 2001 Subject: 53' Street Bridge over Canal C-25 (Bid # 01-025) This project will rehabilitate the existing 53`d Street bridge to meet current safety standards and expand its service life. Additionally, we intend on improving the trafficability and drainage of the 53rd Street in the vicinity of the bridge approaches. On February 14, 2001 bids for this project were opened in the Purchasing office. We have reviewed all five bids received. The bids were checked using the unit prices that were provided. Some math errors were found in the bids; however they did not affect the bid rankings. Based on our review of the bids, we recommend award of the contract to Sheltra & Son Construction company, Inc., the lowest complete bid, in the amount of $143,161.50. The following budget is established for the project: Construction: $ 143,162.00 Testing: $ 3,000.00 Reserves: $ 14,338.00 TOTAL: $ 160,500.00 Funds are available in Fund No. 101003-41133-563000-43101 Transportation Trust -Local Option Bridge Maintenance. Funds will be made available in Fund No. 316001-41133-563000-43101 Transportation Capital - Local Option Bridge Maintenance. attachments: Bid Tabulation Sheet Bid Summary Spreadsheet cc w/attachments: Ray Wazny, P.E. -Public Works Director Michael Powley, P.E. - Capital Projects Engineer W Z OF mw gx :)OZN 0 V 00 UzJ JOam N U. 52 In m Q a w Q 0 Q m w 0 m Z U w x J W m La N ci J Q V Q � o > o c m r 0 0 � o 0 N z } W ''^^ 0 V IX Z In ix LU F- LU W LL WZ_ 0 W yWZ W a �a0 G m w I— LC co� o Q r N M o 6 F- r O N ti N y V= w � t�D J r 404 r to r fA r fA r de} H O V W V z W N Z z O z z 0 F- W O Z W V Q IL G W Z O x N O V z Z > 0 W z U Z z H z U a,_ w O c� O NQ W a z w m N Z— �oLL az �" J QLL Gw Z� z cnz 1— Z zOLL J° tn� Q O C)JN J z iWo W N a LLI z xo vs 0m� N zm zz 2Qa W mo N? NDa J= r_�� C)ca¢ 0 W LL 0 O Z VJ W z a 2 O U LL O C W 07 z z N N G m LL O Ix W m z z 2 O U C N z Q i W 0 C W a *400, 8, 8 8 8 8 8 8 8 8 8 8 8 9 8 8 8 8 88. 88888. 9 9 B 0 USE q E a 11 a all g 1 a 0 11 1 1 1 2888888888 2 U 0 a 8 8 8 8 81 8 8. E 8 8 8 8 8 g 8 8 g 2 8 8 8 q 2 a a a ad!" 9 w. 9 a a a « a d Z� d d 1 8 S H 8 ER 8 8 8 8 8 8 O 8 8 8 0 a 8 8 a to g s s a 2, 8 8 8 8 s P 8 8 8 8 8 8 a a e 1 P 1- IN Uson 2 9 8 8 8 8 12 g g a a 88888 $ P 108 8 8 8 8 $8 V A 83 88888 g a m a to v 9 8r 88. 8 8 8 8 88. 88. 88888. 8 8 8 S 8 8 13 8 8 8 8 11 P 888. s 8 s s 0 8 s s s s a s 4 s s s s § g § 0 § 5 11 « a i E 8, ;-; g a 1 OF At 0 AGENDA REQUEST "INVESTMENT FOR THE FUTURE" TO: BOARD OF COUNTY COMMISSIONERS ITEM NO. _C-7B DATE: February 27, 2001 REGULAR[] PUBLIC HEARING [ ] CONSENT [x] PRESENTED BY: SUBMITTED BY (DEPT): PUBLIC WORKS DEPT O'Don West, P.E. SUBJECT: County Engineer Award of Bid # 01-026, Taylor Dairy Road over Canal C-25 Bridge Repair. Repair and rehabilitation of existing bridge structure. BACKGROUND: On February 14, 2001 bids were opened for the repair of Taylor Dairy Road Bridge over Canal C-25 (Belcher Canal). Two Hundred and Seventy -Eight vendors were notified, Twenty -Three sets of bid documents were distributed and five bids were received. The low bidder is M & J Construction Company of Pinellas County, Inc. in the amount of $98,713.96. FUNDS AVAILABLE - Funds are available in Fund No. 316001-41133-563000-4324 Transportation Capital - Local Option Bridge Maintenance. PREVIOUS ACTION• None. RECOMMENDATION: Staff recommends award of Bid #01-026 Taylor Dairy Road over Canal C-25 Bridge Repair to M & J Construction Company of Pinellas County, Inc., the lowest complete bidder, in the amount of $98,713.96, establish the project budget as outlined in the attached memorandum and authorization for the Chairman to sign the contract as prepared by the County Attorney. COMMISSION ACTION• kJ APPROVED [I DENIED [ ] OTHER Anderson Administrator [x] County Attorney [x] Mgt. 8 Budget [x] Originating D pt. Public Works [xj Project. Man. A [x] Purchasing [x] Finance [x] Budget 8 Rev. Coor. qr (Check for copy only, if applicable DIVISION OF ENGINEERING MEMORANDUM 01-045 To: Ruth Totton - Interim Purchasing Manager Via: Don West, P.E. - County Engineerlt4l Via: Barbara Meinhardt - Budget and Revenue Coordinator From: Craig Hauschild, P.E. - Senior Project Engineer 040 Date: February 15, 2001 Subject: Taylor Dairy Bridge over Canal C-25 Bridge Repair (Bid # 01-026) This project will rehabilitate the existing bridge to meet current safety standards and expand its service life. On February 14, 2001 bids for this project were opened in the Purchasing office. We have reviewed all five bids received. The bids were checked using the unit prices that were provided. Some math errors were found in the bids; however they did not affect the bid rankings. Based on our review of the bids, we recommend award of the contract to M & J Construction Company of Pinellas County, Inc., the lowest complete bid, in the amount of $98,713.96. The following budget is established for the project: Construction: $ 98,714.00 Testing: $ 1,000.00 Reserves: $ 29,431.00 TOTAL: $ 129,145.00 Funds are available in 316001-41133-563000-4324 Transportation Capital - Local Option Bridge Maintenance. attachments: Bid Tabulation Sheet Bid Summary Spreadsheet cc w/attachments: Ray Wazny, P.E. - Public Works Director Michael Powley, P.E. - Capital Projects Engineer v. W Z 0� Vn W 0 0 Z N co V }U O o U Z J JOmm UQ MLL� Om 0 O m a W w ,W V m J Z Q U w x U _J W m N tU J z U wo > M O o 0 � o o N Z W � 0 Q m Z QLU WLWL 0Z W �} W W _a �a0 0 m F- ti Lq O O r eh � � o CO Ln N M O coNi M O CD N W 0) O � cm C) J %- ER r fA !' %- fA Fa- O N W U U Z LL Z V W O z Z O Z O am U W C Z Z U U H U N Z j Z 0_ Z Z Z Z Z O W P O wa U w �Z m= w UW R Z O a Z Z y ZU) U y QLL W W x ui � LL Ww LL OQm UJN �z N� F- ZLLj.7uJ Z 2 G Z� - z QN Qa F JLU ° _~ °aZLU m W m0 data- J= Uoa U) cnca O W LL H O z w z a O U LL O C W m z z H O m LL O m W m z z *mr ..," 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 0 '" ssssa.s.8a8s.s.s.B.R.� m�xas.s. 88888888888888888888,8888 c „ „ V N M y$ y Sy y 8y y8y, Q8Q 8 8 8 q 8q 8 y 8y 8 8 8 S S 8 8 R S. 8 8 p 8p 8 „ $ n « » » » f m o > S S 8 8 8 8. 8 8 8pp c p8 p8p pSp q8p, q8q 88q q8q p8p q8q p8p q8q p8 y8y p8p 558�� r 2 888888888588888888888g, 888 e 8 8 8 8 8 S, 8 8 8g 8 8 8 8 8 8 8 8 8 8 8 8 8 8 n: g8 g g 8 $ e 8 F 2 S M 8 8 8 8 8 8 8 R 8 8 8 8 8 8 8 8 R n 8 8 8 8 8 a* 3i V � � 88aR:axR88e_8n^nn^»gsas8 ,�I: s >" 3 IVA" R>� It's, p3a F m U AGENDA REQUEST "INVESTMENT FOR THE FUTURE" TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY (DEPT): ENGINEERING DIVISION SUBJECT: Change Order No. 1 for Keen Road Bridge Replacement. ITEM NO. C-qC DATE: February 27,2001 REGULAR[] PUBLIC HEARING [ ] CONSENT [x] PRESENTED BY: on West, P.E. County Engineer BACKGROUND: This project will remove and replace the bridge carrying Keen Road across the Belcher Canal (C-25). Keen Road Bridge Replacement was awarded to Sheltra & Son Construction Company on November 9, 1999. Construction began July 12, 2000. The change order will address some existing drainage problems adjacent to the bridge, upgrade the guardrail leading up to the bridge and improve access to the northeast canal maintenance roadway for the SFWMD. FUNDS AVAILABLE: Funds are available in Fund No. 316001-41133-553000-4312 (Transportation Capital - Local Option Bridge Maintenance). PREVIOUS ACTION: The project was awarded to Sheltra & Son Construction Company on November 9, 1999. RECOMMENDATION: Staff recommends the approval of Change Order No. 1 in the amount $8,463.79 for the Keen Road Bridge Replacement. COMMISSION ACTION: [ APPROVED [ ] DENIED [ ] OTHER Administrator [x] County Attorney [x] Mgt. & Budg [x] Purchasing [x] Originating De t. Public Works r ✓"' [x] Project. Man. M1(12 (x] Budget & Rev. Coor. 1wi [x] Finance to (Check for copy only, if applicable) CHANGE ORDER ST. LUCIE COUNTY PROJECT: Keen Rd. @ C-25 Bridge Replacement (name, address) TO (Contractor): Sheltra & Son Construction Co. PO Box 336 Indiantown, FL 34956 You are directed to make the following changes in this Contract: (Additional sheet attached as Exhibit A - Yes) SEE ATTACHED EXHIBIT A `✓ CHANGE ORDER NUMBER: 1 INITIATION DATE: 2/6/01 I FIB CONSULTANT'S PROJECT NO.: N/A ST. LUCIE COUNTY CONTRACT NO: C99-11-139 CONTRACT DATE: 1119/99 The original (Contract Sum) was ........ ................................ $525,967.08 Net change by previous authorized Change orders ...................................................... $. 0- -0- The (Contract Sum) prior to this Change Order was .................................................. ..$525,96$ 08 The (Contract Sum) will be (increased) bythis Change Order......................................................................... The new (Contract Sum) including this Change Order will be $8,463.79 ....................................... The Contract Time will be (unchanged) by ............. $534,430.87 .................. The Date of Substantial Completion as of the date of this Change Order therefore is: 2/28/0128/01 ( -0- ) Days Funds Available: Account Number 316001-41133-563000-4312 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. Recommended: St. Lucie County Engineerinq Division Architect/Engineer 2300 Virginia Ave. Ft. Pierce FL 34982 eI 6/01 y: Mike Powley, P.E. Date Agreed To: Sheltra & Son Construction Co. Contractor P O Box 336, Indiantown FL 34956 '"o -2.'U ''q101 By at Approved: Public Works Department St. Lucie County Department 2300 Virginia Ave Ft Pierce FL 34982 Addr a ,, 2/6/01 By,Ky]wazny,T/E•I / Date Autt%riked St. Luck¢ County: t3d5 Virginia Ave., Ft. Pierce, FL 34982 By Date Approved as to Form and Correctness County Attorney `we AGENDA REQUEST ITEM NO. DATE: February 27, 2001 REGULAR[] r TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY(DEPT): Public Safety PUBLIC HEARING [] CON5ENT [XX] PRESENTED BY: Jack T. Southard Public Safety Director SUBJECT: Interlocal Agreement with the St. Lucie County Fire District - E911 Dispatch BACKGROUND: See attached memorandum FUNDS AVAILABLE: PREVIOUS ACTION: RECOMMENDATION: Staff recommends that the Board approve the Interlocal Agreement and authorize the Chairman to sign the Agreement. COMMISSION ACTION: [X] APPROVED [ ] DENIED [ ] OTHER: Anderson Administrator Review and Approvals County Attor Management 4 Budget Purchasing: Originating Dept. Public Works Dir: County Eng.: Finance: (Che f Copy only, if applicable) aff. 5/96 *.o INTER -OFFICE MEMORANDUM ST. LUCIE COUNTY, FLORIDA TO: Board of County Commissioners FROM: Jack T. Southard, Public Safety Director DATE: February 19, 2001 SUBJECT: Interlocal Agreement with the St. Lucie County Fire District - E911 Dispatch ----------------------------------------------------------------------------------- ----------------------------------------------------------------------------------- BACKGROUND: Attached is a copy of a proposed Interlocal Agreement between the County and the St. Lucie County Fire District ("District") pertaining to the location of the Districts' E911 dispatchers at the County's Emergency Operations Center (EOC). The Agreement provides that the County will allocate space for the District's dispatchers at the EOC. The County would also provide E911 phone equipment, furniture and PC desktop/printers for use by the District's dispatchers. RECOMMENDATION/CONCLUSION: Staff recommends that the Board approve the Interlocal Agreement and authorize the Chairman to sign the Agreement. Respectfully submitted, od _� ,z—t! r— T. Southard : Safety Director JT5/caf Attachment `r INTERLOCAL AGREEMENT E911 DISPATCH THIS INTERLOCAL AGREEMENT is made and entered into this day of , 2000, by and between ST. LUCIE COUNTY, a political subdivision of the State of Florida (the "County"), and the ST. LUCIE COUNTY FIRE DISTRICT (the "District"). WHEREAS, the County and the District entered into an Interlocal Agreement in September 1981 along with the City of Fort Pierce and the City of Port St. Lucie creating a central communications center (now known as the E911 Center) which Agreement shall remain in full force and effect; and, WHEREAS, the central communications center is located at the St. Lucie County Emergency Operations Center ("EOC"); and, WHEREAS, the District has determined to locate its E911 dispatchers at the EOC; and, WHEREAS, the parties desire to set out the various responsibilities of each party with regard to the location of the District's dispatchers at the EOC. NOW, THEREFORE, the County and the District hereby agree and covenant on the terms and conditions hereinafter stated: 1. GENERAL. This Agreement is entered into pursuant to Section 163.01, Florida Statutes, the Florida Interlocal Cooperation Act. This Agreement embodies the whole understanding of the parties. There are no promises, terms, conditions, or obligations other than those contained therein, and this Agreement shall supersede all previous telecommunications, representations, or agreements, either verbal or written, between the parties hereto. 2. RESPONSIBILITIES OF THE COUNTY. During the term of this Agreement, the County agrees: a. to provide space for the District's dispatchers at the EOC. The County reserves the right to relocate the dispatchers to other space within the EOC upon reasonable notice of not less than sixty (60) days. &Ratty\agreemnt\inerloc\fire district dispatch 00 -1- b. to provide and maintain all E911 phone equipment used by the District's dispatchers. The parties acknowledge that the County intends to pay for the E911 equipment using the 911 surcharge. C. to provide and maintain furniture, PC desktop/printers for use by the District's dispatchers. d. to the extent allowed by law, to hold the District harmless from damages suffered by the District as the result of the County's negligence in performing its obligations pursuant to the Agreement. 3. RESPONSIBILITIES OF THE DISTRICT. During the term of this Agreement, the District agrees: a. to supervise its dispatchers located at EOC and require its dispatchers to comply with all 911 Center operating procedures. b. to provide and maintain office supplies and equipment (other than 911 telephones and PC Desktop/printers) for the use of the District's dispatchers. C. to provide and maintain any telephone lines (other than 911 lines) from its dispatchers to other District offices. d. to the extent allowed by law, to hold the County harmless from damages suffered by the County as a result of the District's negligence in performing its obligations pursuant to the Agreement. 4. TERMINATION. This agreement may only be terminated as follows: a.. upon mutual agreement of the parties; and, b. by either party, without cause, upon one (1) year's prior written notice to the other party; and, C. by either party for cause provided that written notice of the default was provided at least sixty (60) days prior to the termination and the defaulting party failed to cure the default. The obligations set out in Paragraphs 21) and 31) shall survive the termination of this Agreement. 5. NOTICE All notices or other communications hereunder shall be in writing and shall be deemed duly given if delivered in person or sent by certified mail return receipt requested and addressed as follows: GAatty\agreemnt\imrloc\fire district dispatch 00 -2- 1,11111100 If to County: St. Lucie County Administrator 2300 Virginia Avenue, Annex Fort Pierce, Florida 34982 If to the District: St. Lucie County Fire District 2400 Rhode Island Avenue Fort Pierce, Florida 34950 With a copy to: St. Lucie County Attorney 2300 Virginia Avenue, Annex Fort Pierce, Florida 34982 With a copy to: St. Lucie County Public Safety Manager 2300 Virginia Avenue, Annex Fort Pierce, Florida 34982 6. ENTIRE AGREEMENT. This Agreement constitutes the entire Agreement between the parties with respect to the subject matter hereof and supersedes all prior verbal or written agreement between the parties with respect hereto. This Agreement may only be amended by a written document, properly authorized, executed and delivered by the parties hereto. This Agreement shall be interpreted as a whole unit. All interpretations shall be governed by the laws of the State of Florida. 7. FILING. This Agreement and any subsequent amendments hereto shall be filed with the Clerk of the Circuit Court of St. Lucie County pursuant to Section 163.01(11), Florida Statutes. IN WITNESS WHEREOF, the parties have caused the execution by their duly authorized officials. BOARD OF COUNTY COMMISSIONERS ATTEST: ST. LUCIE COUNTY, FLORIDA Deputy Clerk 6:\"\a9reemnt\iner1oc\fire district dispatch 00 -3- BY: Chairman APPROVED AS TO FORM AND CORRECTNESS: County Attorney M ..i ATTEST: District Clerk 6:\atty\agreemnt\iner1ac\fire district dispatch 00 -4- ST. LUCIE COUNTY FIRE DISTRICT BY: Chairman APPROVED AS TO FORM AND CORRECTNESS: Fire District Attorney AGENDA REQUEST TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY: OMB *■/ ITEM NO. C-9 DATE: February 27, 2001 REGULAR [ ] PUBLIC HEARING [ CONSENT Ix PRESENTED BY: Marie Gouin SUBJECT: Budget Resolution #01-46 for the Florida Recreation Development Assistance Program (FRDAP) South County Regional Stadium Grant passed through the City of Port St. Lucie. BACKGROUND: On November 8, 2000, St. Lucie County Board of County Commissioners (Board) entered into an interlocal agreement with the City of Port St. Lucie (City) to accept City's help in obtaining a $150,000 grant for the construction of the South County Regional Stadium. The City agreed to apply for the grant, and disburse the funds to the Board within 30 days from the date the grant funding is received. The Board agreed to provide the required dollar -for -dollar match for the grant, as well as to submit all the paperwork required by the granting agency for reimbursement purposes. The Board assumed all responsibility for the construction process. On February 12, 2001, the Board received the first reimbursement check in the amount of $19,611. A budget resolution is necessary to acknowledge the funds received, as well as to set up a budget for the anticipated balance of the grant. FUNDS WILL BE AVAILABLE: 001-7210-337720-79502 City of Port St. Lucie, So. County Stadium PREVIOUS ACTION: N/A RECOMMENDATION: Staff recommends the Board adopt Budget Resolution No. 01-46 appropriating and expending the anticipated $150,000 FRDAP Grant passed through the City of Port St. Lucie. COMMISSION ACTION: [XI APPROVED [ ] DENIED [ ] OTHER: ,---- 3 Anderson Administrator ^ Coordination/Signatures County Attorney: XX 14�Management & Budget: X'; ' chasing: Ong Dept: Central Services: Finance: (Check for Copy only, if applicable) XX G,BUDGET1WP'AGESDA'SAgenda0l' 2'27Smdium PSL.wpd rr RESOLUTION NO. 01-46 ..i WHEREAS, subsequent to the adoption of the St. Lucie County Board of County Commissioners budget for St. Lucie County, certain funds not anticipated at the time of adoption of the budget have become available in the form of a FRDAP Grant passed through the City of Port St. Lucie for the construction of the South County Regional Stadium in the amount of $150,000. 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 St. Lucie County, Florida, in meeting assembled this 27' day of February, 2001, pursuant to Section 129.06 (d), Florida Statutes, such funds are hereby appropriated for the fiscal year 2000-2001, and the County's budget is hereby amended as follows: REVENUES 001-7210-337720-79502 City of Port St. Lucie $150,000 APPROPRIATIONS 001-7210-549960-79502 Reimbursable Costs $150,000 After motion and second the vote on this resolution was as follows: Commissioner Frannie Hutchinson, Chairperson XXX Commissioner Doug Coward, Vice Chairperson XXX Commissioner Paula A. Lewis XXX Commissioner Cliff Barnes XXX Commissioner John D. Bruhn XXX PASSED AND DULY ADOPTED THIS 27T" DAY OF FEBRUARY, 2001. ATTEST: BOARD OF COUNTY COMMISSIONERS ST LUCIE COUNTY, FLORIDA BY: CHAIRMAN APPROVED AS TO CORRECTNESS AND FORM: 1 G:BUDGEIW PFAGENDA'S\Agenda0l\2'2'Smdium_PSL.wpd COUNTY ATTORNEY ,%W W& i 1- 13 4 INTERLOCAL AGREEMENT BETWEEN CITY OF PORT ST. LUCIE and ST. LUCIE COUNTY (SOUTH COUNTY REGIONAL STADIUM - FRDAP GRANT) THIS AGREEMENT (the "Agreement") is made and entered into this 24 day of rWm1� 12000, by and between the City of Port St. Lucie, a Florida municipal corporation (hereinafter the "City"), and St. Lucie County, a political subdivision of the State of Florida (hereinafter the "County"). WHEREAS, the County and the City are empowered to enter into interlocal agreements pursuant to Section 163.01, Florida Statutes; and, WHEREAS, the County requested the City's assistance through the Florida Recreation Assistance Program (FRDAP) to help fund the construction of the South County Regional Stadium (hereinafter the"Project") in the amount of one hundred fifty thousand and 00/100 ($150,000.00) dollars; and, WHEREAS, the City has applied for and obtained a FRDAP grant in the sum of one hundred fifty thousand and 00/100 dollars ($150,000.00) for the South County Sports Complex; and, WHEREAS, the City's FRDAP South County Sports Complex grant requires a matching expenditure by the County; and, WHEREAS, theCounty hos committed to provide for the match required fortheCity's FRDAP South County Sports Complex grant; and, , WHEREAS, the Project is an appropriate use of FRDAP funds. NOW, THEREFORE, in consideration of these premises and mutual covenants contained herein, the parties agree as follows: ARTICLE I. DELIVERY OF FUNDS The City shall disburse the FRDAP South County Sports Complex grant funds in the amount of one hundred fifty thousand and 00/100 dollars ($150,000.00) to the County for the Project. The City shall disburse such funds to the County within thirty (30) days after g:\afty\agreemnt\interloc\psl-stadium FRDAP I the date the City receives the FRDAP funds. The City, by this Agreement or by the disbursal of the FRDAP South County Sports Complex grant funds to the County, assumes no responsibility for the construction, operation or maintenance of this facility and the County shall hold the City harmless from the same. ARTICLE II. COUNTY RESPONSIBILITY FOR GRANT CONDITIONS In consideration of the City disbursing FRDAP grant funds for the Project, the County agrees to assume responsibility for complying with FRDAP Agreement. In the event the State demands a refund of grant funds as a result of the County's failure to comply with the such conditions, the County agrees to pay all funds to the State of Florida with interest within sixty (60) days after notification by the City of the State's refund demand. ARTICLE III. TERM OF AGREEMENT This Agreement shall be effective beginning on the date the last party to this Agreement executes the Agreement and shall continue unless terminated herein. ARTICLE IV. TERMINATION This Agreement shall terminate automatically upon completion of the Project and close of the FRDAP grant or upon mutual written agreement of the parties. ARTICLE V. NOTICES All notices required or permitted to be given under the terms and provisions of this Agreement by either party to the other shall be in writing and shall be sent by registered or certified mail, return receipt requested, to the parties as follows: As to the County: 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 9:\atty\agreemnt\interloc\psl-stadium FRDAP 2 �%w .✓ As to the City: Port St. Lucie City Manager Port St. Lucie City Hall 121 SW Port St. Lucie Boulevard Port St. Lucie, Florida 34984 With a copy to: Port St. Lucie City Attorney Port St. Lucie City Hall 121 5W Port St. Lucie Boulevard Port St. Lucie, Florida 34984 or to such other address as may hereafter be provided by the parties in writing. Notices by registered or certified mail shall be deemed received on the delivery date indicated by the U.S. Postal Service on the return receipt. ARTICLE VI. VENUE Any litigation hereunder shall be brought in the applicable state or federal court in St. Lucie County, Florida. ARTICLE VII. HEADINGS Captions and headings in this Agreement are for ease of reference only and do not constitute a part of this Agreement and shall not affect the meaning or interpretation of any provisions herein. ARTICLE VIII. RIGHTS OF OTHERS Nothing in this Agreement expressed or implied is intended to confer upon any person other than the parties hereto any rights or remedies under or by reason of this Agreement. ARTICLE IX. WAIVER There shall be no waiver of any right related to this Agreement unless in writing signed by the party waiving such right. No delay or failure to exercise a right under this Agreement shall impair such right or shall be construed to be a waiver thereof. Any waiver shall be limited to the particular right so waived and shall not be deemed a waiver of the same right at a later time, or of any other right under this Agreement. ARTICLE X. INVALIDITY OF PROVISIONS The invalidity of one or more of the phrases, sentences, clauses, or Articles contained in this Agreement shall not affect the validity of the remaining portion of the Agreement, provided that the material purposes of this Agreement can be determined and effectuated. g:\atty\agreemnt\interlac\psl-stadium FRDAP 3 *%W *400r ARTICLE XI ACCESS TO RECORDS Both parties agree to allow either party, the State or the public, to access all documents, papers, letters or other material made or received in conjunction with the grant agreement. ARTICLE XII. WHOLE UNDERSTANDING This Agreement embodies the whole understanding of the parties. There are no promises, terms, conditions or obligations other than those contained herein; and this Agreement shall supersede all previous communications, representations, or agreements, either verbal or written, between the parties hereto. ARTICLE XIII. AMENDMENTS The Agreement may only be amended by a written document signed by all parties and filed with the Clerk of the Circuit Court of St. Lucie County, Florida. ARTICLE XIV. EFFECTIVENESS. This Agreement shall be filed with the Clerk of the Circuit Court of St. Lucie County, Florida, prior to its effectiveness. IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed by their duly authorized representative(s) on the latest day and year noted below. - CITY OF PORT ST. LUCIE, FLORIDA ATTEST: A`� Clerk 9:\atty\agreemnt\inter1cc\ps1-stadium FRDAP 4 BY: Mayor ate: . APPROVED AS TO FORM AND CORRECTNESS B City Attorney %W ,%W 9:\atty\agreemnt\interloc\psi-stadium FRDAP 5 BOARD OF COUNTY COMMISSIONERS ST. LUCIE COUNTY 3z Dal APPROVED AS TO FORM AND BY 4 BOARD OF COUNTY COMMISSIONERS l Roger G. Orr, Esquire Port 5t. Lucie City Attorney 121 S.W. Port St. Lucie Boulevard Port St. Lucie, Florida 34984 COUNTY ATTORNEY Daniel 5. McIntyre Heather Young James W. Lancaster, Jr. Katherine Mackenzie -Smith November 28, 2000 ASSISTANT COUNTY ATTORNEY ASSISTANT COUNTY ATTORNEY ASSISTANT COUNTY ATTORNEY RE: Interlocal Agreement - South County Regional Stadium - FRDAP Grant Dear Roger: Enclosed are two (2) original Interlocal Agreements for your records. I will send you a copy of the recorded Interlocal Agreement after I receive it. If you have any questions, please let me know. Daniel S. McIntyre County Attorney DSM/caf Enclosures Copy to: Leisure Services Director Finance Director (original) Management & Budget Manager Projects Manager JOHN D. BRUHN. District No. 1 • DOUG COWARD, District No. 2 • PAULA A. LEWIS, District No. 3 • FRANNIE HUTCHINSON, D,s ricr No. 4 • CLIFF BARNES, District No. 5 County Adminisuaror - Douglas M. Anderson 2300 Virginia Avenue • 3rd Floor Admin. Annex • Fort Pierce, FL 34982-5652 • Phone (561) 462-1415 FAX (561) 462-1440 • TDD (561) 462-1428 ti✓ CITY OF PORT ST. LUCIE 121 SW PORT ST. LUCIE BLVD. PORT ST. LUCIE, FLORIDA 34984 CONCENTRATION ACCOUNT PAY "'"19,611 DOLLARS AND NO CENTS TO THE BOARD OF COUNTY COMMISSIONERS/S.L.0 ORDER 2300 VIRGINIA AVENUE OF ROOM 284 FORT PIERCE FL 34982-5632 .e NATIONS BANK CHECK NO. 48260 634 630 VOID AFTER 90 DAYS VENDOR CHECK DATE 'CHECKAMOUNT 1070 02/08/2001 $19,611.00 II.48 260 1" 1:0630000471: 2 2700 107 i811' w."INVOICE DATEay INVOICENUMBER„ ,:fi ..,.: 1NVOICEjDESCRI71ON - NETINVOICEAh10UNT%-::"u PO NO_'; s -'VOUCHER =r.a 02/02/01 FRDAP S CNTY SPORTS STADIUM 19,611.00 103303 1070 BOARD OF COUNTY COMMISSIONERS/S.L.0 19,611.00 48260 c� �� �pORTST %W v�/ ° `��, CITY OF PORT ST. LUCIE A CITY FOR ALL AGES February 9, 2001 Mr. Don McLain, Projects Manager St. Lucie County 2300 Virginia Avenue Fort Pierce, Florida 34982 Dear Mr. McLain I have enclosed a check in the amount of $19,611. This money represents the City of Port St. Lucie's pass -through Florida Recreation Development Assistance Program funding requested by the County, on our behalf, for the South County Stadium project. I The County verified costs of $39,222 and FRDAP reimbursed 50% or $19,611 of that amount by electronic transfer into the City's bank account. In accordance with our Interlocal agreement the City is now providing those funds to St. Lucie County. If you have any questions or require additional information please contact me. Sincerely, l /�✓/ J Tricia Swift -Pollard, Director Community Services c: Chuck Proulx = 121 S.W. Port St. Lucie Boulevard • Port St. Lucie, FL 34984-5099 • 561/871-5225 •561/878-0097 irr .%W From: Susan Lawrence To: Maria Gorniewicz; Nancy J Lange Date: 2/13/01 9:47AM Subject: Check from City of PSL $19,611.00 Please use account # 001-7210-337720-79502 for the revenue. If this is ok with everybody ?? If not say so Please :} IN `v AGENDA REQUEST TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY: OMB ../ ITEM NO. C-9b DATE: February 27, 2001 REGULAR PUBLIC HEARING [ CONSENT [X ] PRESENTED BY: Marie Gouin SUBJECT: Smithsonian Marine Ecosystem Museum BACKGROUND: In November, staff identified a shortfall in the Smithsonian Marine Ecosystem Museum budget of approximately $140,000. To address this challenge, staff recommended and the Board approved reallocating $140,000 from approved projects to the Smithsonian Marine Ecosystem Museum. Since that time, the County Administrator and the City of Fort Pierce Manager approached the City Commission on the possibility of equally funding the shortfall. On February 8t', the county received confirmation from the City Manager, in the form of a letter (attached), that the City Commission agreed to contribute $70,000 toward the project. FUNDS AVAILABLE: See attached Budget Resolution No. 01.68 PREVIOUS ACTION: November 8, 2000 - The Board approved the proposed funding of the project which includes an interfund loan of $200,000 from the General Fund to the County Capital Fund which will be repaid with reimbursements received from the State and the reallocation of funds from previously approved projects to the Smithsonian Marine Ecosystem Museum project. January 16, 2001 - Board approved Budget Resolution 01-37 recognizing an anticipated $200,000 contribution from the City of Fort Pierce. The actual source of this funding is a Florida Recreational Development -Assistance Program grant. RECOMMENDATION: Staff recommends the Board adopt Budget Resolution No. 01-68 recognizing the anticipated $70,000 contribution from the City of Fort Pierce. COMMISSION ACTION: ", [XI APPROVED [ j DENIED [ ] OTHER: 3 Anderson Administrator Coordination/Signatures County Attorney: XX �� Management Budgett: Purchasing: /XX Orig Dept: Central Services: XX (w,�� Finance: (Check for Copy only, if applicable) XX Gd.BUDGEIT.WPIAGE'v DA'S\AgendaOI \02'275_museum.wpd *.. RESOLUTION NO. 01-68 .a WHEREAS, subsequent to the adoption of the St. Lucie County Board of County Commissioners budget for St. Lucie County, certain funds not anticipated at the time of adoption of the budget have become available in the form of a contribution from the City of Fort Pierce for the construction of the Smithsonian Marine Ecosystem Museum. 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 St. Lucie County, Florida, in meeting assembled this 27° day of February, 2001, pursuant to Section 129.06 (d), Florida Statutes, such funds are hereby appropriated for the fiscal year 2000-2001, and the County's budget is hereby amended as follows: REVENUES 316-1930-337315-76007 APPROPRIATIONS 316-1930-562000-76007 City of Fort Pierce-Phys Env Buildings After motion and second the vote on this resolution was as follows: Commissioner Frannie Hutchinson, Chairperson XXX Commissioner Doug Coward, Vice Chairperson XXX Commissioner Paula A. Lewis XXX Commissioner Cliff Barnes XXX Commissioner John D. Bruhn XXX PASSED AND DULY ADOPTED THIS 27` DAY OF FEBRUARY, 2001. ATTEST: BOARD OF COUNTY COMMISSIONERS ST LUCIE COUNTY, FLORIDA BY: CHAIRMAN APPROVED AS TO CORRECTNESS AND FORM: COUNTY ATTORNEY $70,000 G:IBUDGE7WP\AGENDA'S\Agenda0I\02'27S museum.wpd Ifto CITY OF ORI PURGE 111oricla OFFICE OF THE CITY MANAGER CITY HALL, 100 NORTH U.S. 1 P.O. BOX 1480 FORT PIERCE, FLORIOA 34954-1480 February 6, 2001 Mr. Douglas M. Anderson Administrator Saint Lucie County 2300 Virginia Avenue Fort Pierce, FL 34982 Dear Mr. Anderson: L•cIt.- WTELI 6� U FEB _ 8 2001 CG. ADMIN. OFFICE At their meeting on February 5, 2001, the City Commission approved the County's request for $70,000.00 toward the $140,000.00 extra funding required for the construction of the Smithsonian's "Exploring Marine Ecosystems" Exhibit as outlined in your letter to me dated November 9, 2000. Please contact the Director of Finance and make arrangements to receive the funds. If I can be of further help, please let me know. Sincerely, c� �✓ Dennis W. Beach City Manager cc: George J. Bergalis, Director of Finance 0 Robert Bradshaw, Assistant Administrator, Saint Lucie County AGENDA REQUEST TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY(DEPT): ADMINISTRATION SUBJECT: VILLAGE GREEN LEASE BACKGROUND: SEE ATTACHED MEMORANDUM ITEM NO. C-10 DATE: 2-27-01 REGULAR [ ] PUBLIC HEARING [ ] CONSENT[X] PRESENTED BY: DOUG ANDERSON FUNDS WILL BE AVAILABLE: 001-1315-544000-100 (General Fund - Building Rental) PREVIOUS ACTION: SEE ATTACHED MEMORANDUM RECOMMENDATION: STAFF RECOMMENDS APPROVAL OF THE THIRD ADDENDUM TO THE SHOPPING CENTER LEASE WITH FINOVA CAPITAL CORPORATION FOR THE PERIOD OF FEBRUARY 1, 2002 TO JANUARY 31, 2003 FOR THE VILLAGE GREEN PROPERTY COMMISSION ACTION: [ x] APPROVED [ ] DENIED [ ] OTHER: County Attorney: (Anderson Administrator Review and Approvals Management & Budget Purchasing: Originating Dept. other: other: Finance: (Check for Copy only, if applicable) Eff. 5/96 MA .✓ TO: BOARD OF COUNTY FROM: DOUGLAS M. ANDERSONXOUNTY ADMINISTRATOR DATE: FEBRUARY 21, 2001 SUBJECT: VILLAGE GREEN LEASE Staff is recommending the third addendum to the shopping center lease with Finova Capital Corporation for the Village Green property. This addendum is for a one year period from February 1, 2002 to January 31, 2003. Finova had requested a $1.00 per square foot increase which would result in an increase of $25,600 to the annual lease amount. We were able to negotiate this down to a $.50 per square foot increase. As you know, the County is in the process of locating a suitable parcel to construct a new facility, which should be complete by the end of this lease. DMA:0134- c: Dan McIntyre, County Attorney Don Cole, Property Acquisitions Manager Robert Bradshaw, Assistant County Administrator Marie Gouin, Management/Budget Director Fn �o V wall, Leasing & Management Office Retail & office Center 9436 South US #1 • Port St. Lucie, Florida 34952 (561) 335-5405 February 7, 2001 s. f Donald G. Cole Property Acquisition Manager St. Lucie County 2300 Virginia Avenue Ft. Pierce, FL 34982 Re: 3rd Addendum to Shopping Center Lease Village Green Retail & Office Center Port St. Lucie, FL Dear Don: Enclosed please find four (4) original counterparts to the Third Addendum to Shopping Center Lease. Please execute these Agreements and return them to my office at your convenience. If you have any questions or I may be of further assistance in this matter please contact me at (561) 335-5405. Sincerely, Dale A. Whittymore Property Manager Village Green Retail & Office Center as Agent for Sevell Realty Partners and FINOVA Capital Corporation DAW/aly Encls. K/22r',EW, 03:33 5613375774 VILLAGE GFEEN Pui,E P2r n_ w 'woo THIRD ADDENDUM TO SHOPPING CENTER LEASE THIS THIRD ADDENDptiA TO SHOPPING CENTER LEASE ithe'"Ilrud Addendum") is made and entered into effective the 11' day of February, 2001, by and between FINOVA CAPITAL CORPORATION, a Delaware Cqrpomtion ("Landlord"), and BOARD OF COUNTY COMMISSIONERS OF ST. LUCIE COUNTY ("Te r)- I WITNESSTH: WHEREAS, Landlord and Terant previoush executed that certain Shopping Center lease dated the 6" day of December, 1994, as m¢difled previously by the First Addendum to Shopping Center Lease dated the 6a day of December, 1994, " modified previously by the Second Addendum to Shopping Center Lessr dated the 1" day of February 200 (collectively the "Lease'), the subject matter of which was the leasing of approximetaly 25,600 square fext;of space desi)ptated as store spate M-C ("Fremises") within Village:neen Shopping Center (the "Shopping 1~enter') located at 9436 South US Highway!, Port St. Lucie, Ftotida: and NOW, THEREFORE, ip consideration of the premises and mutual agreements herein contained, the parties hereto agree as follows: I. Reuimis. The re aLls set forth :Jove are true and correct in all respects and are incorporated herein by refere and made a part hereof 2. Tenn. Section O at amended to read se follows: commencing on Its day of February 20 02 (the "CottunmcgmCnI Date'1 and terminating on 31" day o0anuary, 2003 (the "Expiration Date".) 3. Beat Rem. Thel base rent for the Premises as provided in item four 19 ) of the Second Addendum of thf Shopping Center Lease shall be revised as follows? Mots sf Annual Rase Rent Mon as�Rant 01-12 97 S127,232.00 S10,602.27 4. Tcriant'sPronortionateSharc, Pursuant to this Third Addendum, Tenant's Proportionate Share shall t>r 15.8899%. 5. hiritnovements Premises. Landlord and Tenant do hereby agree that Tenant accepC space in as is' condm . Any end all costs associated with lmprovemabts to the Premises, shall be the sole cost 4nd expense of the Tenant. 6. !S, Tenant is currently in possession of the Fremises. 7. uB once act. Except as modified herein, all other terms and provisions of the Lease shall remain in Fill force and effect. IN WITNESS WHER$OF, Landlord and Tenant have each caused this Third Addendum to be executed m of the date aqtd year first atuve written. WITNESSES: LANDLORD: FWOYA CAPITAL CORPORATION j A Delaware Corporation By: Titl: Da1C TENANT: BOARD OF COUNTY COMMISSIONERS OF ST. LUCIE COUNTY By: Titles Date i. ST. LUCIE COUNTY MOSQUITO CONTROL DISTRICT BOARD OF COMMISSIONERS John D. Bruhn Doug Coward Paula A. Lewis Frannie Hutchinson Cliff Barnes District 1 District 2 District 3 District 4 District 5 AGENDA February 27, 2001 1. MINUTES A. Approve the minutes of the meeting held February 13, 2001. 2. GENERAL PUBLIC COMMENT CONSENT AGENDA 1. WARRANTS LISTS Approve Warrants List No. 20 and No. 21 2. MOSQUITO CONTROL A. Bid No. 01-024 - Consider staff recommendation to award the bid for the purchase and annual maintenance of electric lift pumps to Quality Industries, Inc., on the basis of "Lowest Responsive Base Bid", and authorize the Chairman to execute the agreement. B. Equipment Request No. EQO1-232 and No. EQOI-233 - Consider staff recommendation to approve the equipment requests for the purchase of two (2) Monitor 3 ULV Monitoring and Control Units at a cost of $2,670 each, approve the reallocation of sufficient funds in the local and state funds to cover the capital costs of those equipment requests, and authorize trade-in of the two units which they will replace. 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 an 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 (561) 462-1777 or Too (561) 462-1428 at least forty-eight(48) hours prior to the meeting. 02/16/01 FZABWARR D TITLE 145 Mosquito Fund �w ..0 ST. LUCIE COUNTY - BOARD PAGE 1 WARRANT LIST #20- 10-FEB-2001 TO 16-FEB-2001 FUND SUMMARY- MOSQUITO EXPENSES PAYROLL 34,687.38 21,788.42 GRAND TOTAL: 34,687.38 21,788.42 \r u 02/23/01 FZABWARR 7 TITLE 145 Mosquito Fund ST. LUCIE COUNTY - BOARD WARRANT LIST #21- 17-FEB-2001 TO 23-FEB-2001 FUND SUMMARY- MOSQUITO EXPENSES 6,015.56 GRAND TOTAL: 6,015.56 PAGE 1 PAYROLL 0.00 0.00 `WW ..i "1 AGENDA REQUEST TO: Mosquito Control District Board ITEM NO. C_� A DATE: February 27, 2001 REGULAR[ I PUBLIC HEARING I I CONSENT IXI PRESENTED BY: SUBMITTED BY(DEPT): Mosquito Control James R. David SUBJECT: Bid Award for Bid Solicitation No. 01-024, to Quality Industries, Inc. BACKGROUND: On January 9, 2001, the District Board approved a bid solicitation for New Pump purchases and annual pump maintenance, through Bid No. 01-024. The "Lowest Responsive Base Bid' was submitted by Quality Industries, Inc.. The referenced New Pumps are proposed to be purchased through grants (such as the Indian River Lagoon License Plate FY2001 grant), and as part of the Bear Point Mitbank (when it is permitted and budgeted). Pumps repairs are budgeted annually in our equipment maintenance account, and repair expenses are incurred when pumps breakdown. FUNDS AVAIL.: Funds are available annually in 145-6230-546000-600 Equipment Maintenance for pump repairs, and additional capital funds would be made available for pump purchases (i.e. 145XXX-6230-564000-XXXXXX Machinery & Equipment), pending available grant funding. PREVIOUS ACTION: Board approval to solicit Bid No. 01-024 on January 9, 2001 RECOMMENDATION: Staff recommends that Bid No. 01-024, for the "Purchase and Annual Maintenance of Electric Lift Pumps" be awarded to. Quality Industries , Inc. , on the basis of"Lowest Responsive Base Bid', and authorize the chairman to execute the Agreement. The Agreement shall be for a period of two years, and annually renewable for an additional two years, subject to the agreement of both parties. COMMISSION ACTION: [X] APPROVED [ J DENIED [ J OTHER: /Couftfy Administrator Review and Approvals I(tyAttorney: �agement&Budget P asing riginating Dept. Other: Other: Finance: (Check for opy only, if applicable)_ Eff 5/96 MEMORANDUM TO: MOSQUITO CONTROL DISTRICT BOARD FROM: .TAMES R. DAVID, MOSQUITO CONTROL DIRECTOR DATE: FEBRUARY 8, 2001 Y, SUBJECT: BID AWARD FORBID SOLICITATION NO. 01-024, QUALITY INDUSTRIES, INC. BACKGROUND: On January 9, 2001, the District Board approved a bid solicitation for New Pump purchases and annual pump maintenance, through Bid No. 01-024. The "Lowest Responsive Base Bid" was submitted by Quality Industries, Inc. The New Pumps referenced in the bid are proposed to be purchased through grants (such as the Indian River Lagoon License Plate FY2001 grant), and as part of the Bear Point Milbank (when it is permitted and budgeted). Pump repairs are budgeted annually in our equipment maintenance account, and repair expenses are incurred when pumps breakdown. RECOMMENDATION: Staff recommends that Bid No. 01-024, for the "Purchase and Annual Maintenance of Electric Lift Pumps" be awarded to, Quality Industries, Inc. , on the basis of"Lowest Responsive Base Bid", and authorize the chairman to execute the Agreement. The Agreement shall be for a period of two years, and annually renewable for an additional two years, subject to the agreement of both parties. w z 0� }} 0) W FMx 0 0 z N 0009 LU U z J JOam W LL ~ Om 0 m LL F— Q a 0 CD CD Co W F- w C U za LL D Oa wL z� a a� g WN Z W J � wLU N J J LU n zU)OQ Q000 �� O w Z m Qz0LL UFO x N W w 00 y W LL a20 O V z u' z N C c cl CO CO CO r*- G LL CO t w m o c Li LL ,Z to N W F- N N O O O O O O O IL a N � P. CO cl 1� M 4 44 4& 44 J LL �v� Cl ? > 0 O O O O O z z z z Z J z 0 0 0 0 0 0 m w e� O O O O O z m CY I CI Ci Q Cl 9 0 C) � o W Cl - m 0 m m z N O zz W U O m O m LL O z W m z z N O_ m LL O m W m z z 2 O U C H z a W G z W a *ftw ST, LUCIE C®t,iNwY Quality Pump Systems, Inc. BOARD OF COUNTY COMMISSIONERS BIDDER'S CHECK LIST BIDS MAY NOT BE CONSIEDERED if the following documents and/or attachments are not completely filled out and submitted with your bid. Before sending in your bid, please make sure you have completed all of the following: Enclose two (2) sets of the Bid form (one marked original and one copy), Including all handwritten sections, and two (2) sets of any descriptive literature, brochures and/or supporting data. Please make and retain a separate copy of this bid package for your records. 9 Bid Form, must be complete and have a manual signature (original signature) preferably signed in blue ink. Every page that has anything hand written on it, must be imprinted with the company's name on the top right-hand corner of the page. Return bid in an envelope, with the bid number and name of bid printed on the front of the envelope. If Fed -Ex or UPS -please keep bid in a separate sealed envelope when placing it In -their packaging. Acknowledge in the bid any and all addendums issued and manually sign each addendum sheet and submit it with your bid. �1 Provide three (3) references, preferably Governmental. Include name, address and phone number for similar work done in past year. Erasures or other descriptive literature, brochures and/or data must be initialed by the person signing the bid, 7f you desire a copy of the bid tabulation, Include a self-addressed, stamped envelope for bid tabulation to be mailed back to you. S PLEASE INITIAL AND RETURN WITH Blla FORM In COPY "INSTRUCTIONS TO 8101btRS I. SUBMISSION OF BIDS: All bids shall be submitted in a sealed envelope. The BID NUMBER, TITLE, AND OPENING DATE AND TIME shall be clearly displayed on the sealed envelope. The delivery of said bid to the Purchasing Department prior to the specified opening date and time is solely and strictly the responsibility of the bidder. Any bid received in the Purchasing Department after the specified date and time will not be accepted. If the bid is to be delivered by Fed-X, UPS or other such carrier, be sure to include the bid number on the Air Bill. The bid must be in a separate sealed envelope inside the carrier's envelope. If a carriers package is opened and the bid is not in a separate envelope it will be resealed and reopened at the designated date and time. Z. EXECU71ON OF BID: Bid must Include a manual signature of an authorized representative In the space provided. Ail bids must be completed in pen and Ink or type written. No erasures are permitted. if a correction is necessary, draw a single line through the entered figure and enter the corrected figure above it. Corrections must be initialed by the person signing the bid. Any illegible entries, pendl bids, or oorractions not initialed will not be tabulated, 3. BID OPENING; Bid opening shall be pubiic on the date and time specked. Bid must be submitted on forms provided by the County. No other forms will be accepted. Telephone, telegraph. and faxed bids will not be considered. No bid maybe modified after. opening. No bid may be withdrawn after opening for a period of sixty(60) days unless otherwise specified. 4. BID TABULATIONS: Any bidder wishing to receive a copy of the bid tabulations is required to enclose a stamped, seH-addressed envelope with bid response. 5. NO BID: If not submitting a bid, respond by returning one copy of the form, marking it 'NO -BID,' and explain the reason, The failure to submit a BID or NO -BID to the Purchasing Office by the opening time and date shall be cause for removal of a vendor's name from the bid mailing list for this category. Note: To qualify as a "Bona Fide Bidder,' the bidder must submit a "No Bid" and same must be received no later than the stated bid opening date and hour. ti. BID SECURITY: Bid Security maybe in the form of a cashier's check or bid bond in the amount of five percent of the base bid or bid on an annualized basis. Personal or company checks will not be accepted. If required, under Section 41, the bid security must be submitted with the bid. 71 7. CLARIFICATIONICORRECTION OF BID ENTRY: The County of St. Lucia reserves the right to allow for the clarification of questionable entries and for the correction of typographical and mathematical errors, o,ccwreans�n�mo,s+wrnyomaaa.»s�rr. new � COPY S. INTERPRET04erN: Any questions concerning conditidNAnd specification shall be directed to the Purchasing Department. All questions shall be in writing and received by the Purchasing Department at least 6 working days prior to the bid opening. Thcse interpretations which may affect the eventual outcome of this bid will be furnished, as written addendums, to all prospective bidders. No Interpretation shall be considered binding unless provided in writing by St, Lucie County. 8. EEO STATEMENT: St. Lucie County believes in equal opportunity practices which conform to both the spirit and letter of all laws against discrimination and is committed to nondiscrimination because of race, creed, color, sex, age, or national origin. 10. PRICING. Firm prices shall be bid and include FOB DESTINATION, all packing, handling, shipping charges and delivery to any point within the County of St. Lucie to a secure area of inside delivery. Pricing shall also include installation when required. The obligations of St. Lucie County under this award are subject to the availability of funds lawfully appropriated for the purpose by the State of Florida and/or the Board of County Commissioners. 11. ADDITIONAL TERMS & CONDITIONS: The County of St. Lucie reserves the right to reject bids containing any additional terms or conditions not specifically requested in the original conditions and apeciftcations. 12. TAXES: The County of St. Lucie is exempt from all sales, use and like taxes. 13. DISCOUNTS: All discounts EXCEPT THOSE FOR PROMPT PAYMENT shall be considered in determining the lowest net cost for bid evaluation purposes. 14. MEETS SPECIFICATIONS: All equipment and accessories furnished under these specifications shall be new, the latest model in current production and shall be of good quality, workmanship and material. The bidder represents thatall equipmentoffered under this specification shall most or exceed the minimum requirements specked. Delivery specifications shall be strictly adhered to. 15. EQUIVALENTS: Any manufacturer's names, trade names, brand names, information and/or catalog numbers listed In a specification are for information only and not to limit competition. Bid any brand which meets or exceeds the quality of specifications Ilst6d for any item. If the bid is based on equivalent products, Indicate on the bid form the manufacturer's name and number and indicate any deviation from the specifications as listed. Include fully descriptive literature on the iiem(s). Lacking any written Indication of Intent to quote an equivalent brand or model number, the bid will be considered as a quotation in complete compliance with the specifications as listed In the bid form. 16. SILENCE OF SPECIFICATIONS: The apparent silence of the specifications and any supplemental specifications as to any details or the omission from some of any detailed description concerning any point shall be regarded as meaning that only the beat commercial practices are to prevail and that only materials of first quality and correct type, size, and design are to be used. All workmanship Is to be first quality. All interpretations of this specification shall be made upon the basis of this statement. o+w�nnrorrarcem�,eyerw�omma..vd,.r. „roe FAII COPY 17. SAMPLES: S*ples of items, when required, must be fbOished free of expense and, if not destroyed, will, upon request, be returned at the bidder's expense. Request for the return of samples must be made within 30 days following opening of bids. Each individual sample must be labeled with bidder's name, bid number, and item number. Failure of bidder to either deliver required samples, or clearly identify samples as indicted, may be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to the office of the Purchasing Manager. 18. DELIVERY: Unless an actual date of delivery is specified (or if specified delivery cannot be met), show number of days required to make delivery after receipt of purchase order in space provided. Delivery time may become a basis for making an award (see Special Conditions). Delivery shall bewithin the normal working hours of the user, Monday through Friday. 18. ASSIGNMENT: Any purchase order issued pursuant to this bid and the monies which may become due hereunder are not assignable except with the prior written approval of 'the Purchasing Manager, 20. LIABILITY: The bidder shall indemnify and hold harmless the County of St. Lucie, Its officers, agents, and employees against any claims by third parties arising out of the acts or omissions of the supplier. 21. PATENTS AND ROYALTIES: The bidder, without exception, shall indemnify and save harmless the County of St. Lucie, its officers, agents and its employeesfrom liability of any nature of kind, including cost and expenses for oron account of any copyrighted, patented, or un patented invention, process, or article manufactured or used in the performance of the contract, Including its use by the County of St. Lucie. If the bidder uses any design, device, or materials covered by letters, patent, copyright, it is mutually agreed and understood without exception that the bid price shall include all royalties or cost arising from the use of such design, device, or materials in any involved in the work. 22. TRAINING: Unless otherwise specified, bidder(s) may be required at the convenience of the County, to provide training to County employees in the operation and maintenance of any item(s) purchased from this bid. 23. ACCEPTANCE: Items may be tested for compliance with specifications. Items delivered not conforming to specifications may be rejected and returned at vendors expense. Those items and items not delivered as per delivery date in bid and/or purchase order may be purchased on the open market. Any increase in cost may be charged against the vendor. Any violations of these stipulations may also result in that vendor name being removed from the bidder list and the vendor disqualified for doing business with the County of St. Lucie. 24. SAFETY WARRANTY: The selling dealer, distributor, supplier, and manufacturer shall be responsible for having compliedwith all Federal, State and local standards, regulations, and laws concerning the equipment specified and the use thereof, applicable and effective an the date of manufacture including safety and environmental standards as apply to both private Industry and governmental agencies. oxawarorvaioe�oa+eNMPMWo1-07q.,.yd,•v.time 5 COPY 25. WARRANTY%.0e bidder agrees that, unless otherwise*m0ecified, the supplies and/or services furnished under this bid shall be covered by the most favorable commercial warranty the bidder gives to any customer for comparable quantities of such supplies and/or services and that the rights and remedies provided herein are in addition to and do not limit any rights afforded to the County of St. Lucie by any other provision of this bid. 26, INSPECTION, ACCEPTANCE & TITLE: Inspection and acceptance will be at destination unless otherwise provided. Title to/or risk of loss or damage to all items shall be the responsibility of the successful bidder until acceptance by the buyer unless loss or damage result from negligence by the buyer. 27. PAYMENT: Payment will be made by the County after the items awarded to a vendor have been received and/or installed, inspected, and found to comply with award specifications, free of damage or defect and properly invoiced, 28. DISPUTES: In case of any doubt or difference of opinion as to the items furnished hereunder, the decision of the county shall be final and binding on both parties. 28. LEGAL REQUIREMENTS: Federal, State, County, and local laws, ordinances, rules and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the bidder will In no way be a cause for relief from responsibility. 30. OPEN-END CONTRACT: No guarantee is expressed or implied as to the.totai quantity of commodfties/services to be purchased under any open-end contract. Estimated quantities will be used for bid comparison purposes only. The Board of County Commissioners reserves the right to issue purchase orders as and when required, or, Issue a blanket purchase order for individual agencies and release partial quantities or, issue instructions for use of Direct Purchase Orders by various County agencies, or, any combination of the proceeding. 31. DEFINITIONS: COUNTY=The term COUNTY herein refers to the County of St. Lucie, Florida and its duly authorized representatives. BIDDER -The term BIDDER used herein refers to the dealer/manufacturer/business organization submitting a bid to the County in response to this invitation. VENDOR -The term VENDOR used herein refers to any dealeNmanufacturer/business organization that will be awarded a contract pursuant to the terms, conditions and quotations of the bid. USING=AGENCY-The term USING AGENCY used herein refers to any department, division, agency, commission, board, committee, authority or other unit in the County Government using supplies or procuring contractual services as provided for in the Purchasing Ordinance of the County of St. Lucie. a:�wrxmeiwuooYeiar+sq'�wtax�imo�.tua 6 � COPY 'HEAVY DUTY-Tt%.,em(s) to which the term HEAVY DUT,.0 applied shall exceed the usual quality and/or capacity supplied with standard production equipment and shall be able to withstand unusual strain, exposure, temperature, wear and use. DISTRICT -The term DISTRICT herein refers to the St. Lucie Mosquito Control District and its duly authorized representatives, 32. CONFLICT OF INTEREST: The award hereunder is subject to provisions of State Statutes and County Ordinance, All bidders must disclose, with their bid, the name of any officer, director, or agent who is also an employee of St. Lucie County, Further, all bidders must disclose the name of any County employee who owns directly or indirectly any interest In the bidder's firm or any of its branches. 33. NOTICE TO SELLER TO DELIVER: No delivery shall become due or be acceptable without a written order or shipping instruction by the County unless otherwise provided in the Contract. Such order will contain the quantity, time of delivery and other pertinent data. However, on items urgently required the Seller may be given telephone notice to be confirmed by an order in writing. 34. MODIFICATIONS: All changes to purchase orders shall be by issuance of a change order. Any modifications or changes to any contract entered into as a result of this bid must be by written amendment with the same formality and of equal dignity to the initiation of any such change. 35. OCCUPATIONAL LICENSE: No person shall engage in or manage any Business Profession or Occupation In St. Lucie County for which an occupation license tax is required unless a County License shall have been procured from the Tax Collector for St. Lucie County. 39. ADDENDA TO THE BID: St. Lucie County reserves the right to amend this bid or request additional clarifying inbrmation from any or all bidders prior to determination of award, Any changes to this bid will be made available for all prospective bidders to receive. Although we will make an attempt to notify you of the addendum, it is the sole responsibility of the bidder to ensure it is received. 37. PERMITS AND FEES: The Vendor shall procure and payfor all licenses, charges and fees and give notices necessary and incidental to the due and lawful prosecution of the work. The cost of all permits and impact fees shall be pay by the County unless specifically itemized elsewhere in these documents. 38. PURCHASING AGREEMENTS WITH OTHER GOVERNMENTAL AGENCIES: This bid maybe expanded to include other governmental agencies. Each political entitywill be responsible for execution of its own requirements with the awarded vendor. 39. AWARD AND CONTRACT: The successful bidder, will, within fifteen (15) calendar days after written notice of award, enter into a written contract with the Board of County Commissioners in accordance with the accepted bid. aaconMwrasios�ia�auvarm�49nawcd-m 11A6 7 r9i COPY m««g CONTROL CJ,scyywsse � Jan n91 esswz04n2 *MO I i MOSQUITO CONTFOL DISTF TEL:561-462-1565 Now ?an 11'01 1' 1` No.004 P.2:1 w Li r H Q. W W.Ln p pa \ h L p JI- CA ...I LZ I 1� LLi - tj irp ~ 4.7 rrJ q~ wm an v�} rol a u c N N V" G M d Y'1 N N i MOSQUITO CONTPOL DISTR TEL•561-462-1565 Jan 11 '0 1 17:16 NO.004 P.24 %W `✓ f �cwP 6~ L-i fu oL �y 00 FS..�oi tn? MOSQUITO o9oE29Esas»evs6 Jan n»! 2aewz04E25 sw �ftw pg § 2Ba It 19 ��k® § ° -§ ■ - leq § ABf & b|kd;e_§ r <� \�2 \ B «fib ac ! / § k I MOQUITO CONTROL DISTR TEL:561-462-1565 Jan 11'01 17:17 No.004 P.26 4+/ 7 in N Race CONTROL e9FsoyeasRe a,ne! 1 ezw E2 Wkw *40f moo QUITO CONTROL DISTR TEL:551-462-1565 Tan 11'01 *400 17:18 1to.004 F'..',:8 h y C rams CONTROL csrscee#se« � a, 0 91 *400 e&mwawcs } K ®R LU q gj�Li \ > CL §� E°f§\)m72$) 2C3\u��� $/§ BEbb a04dc1ccccz I�I�f�lll| 2 2 � 7 i § d f� 00 BOARD OF COUNTY COMMISSIONERS ST. LUCIE COUNTY, FLORIDA CALL FOR BIDS Sealed bids will. be receiv_'ed' 9t the Purchasing,Department, 23 -0 Virginia Avenue,. Fort Pierce, FL 34982, until 1:0 P.�i. local dime on Wednesday, February 07, 2001, for the following: BID # 01 - 024 °Purchase and Annual Maintenance Sltj8 Inch Diameter; 6,000 GPM at 4 Ft. Statid" ,,Plead, Axial Flow, Stainless steel, Electric L ff Pump, j SLC Mosquito Control District Bid documents may be obtained via the intemet by contacting DemandStar.com or by using the County-s website at http://www.stiucieco.gov. If you do not have intemet access, you may obtain the documents by calling DemandStar.com at (407) 975-0023 and request document number #0243 or contact the Office of the Purchasing Director at 2300 Virginia Avenue, Fort Pierce, Florida, 34982, (561) 462-1700. Bids may be mailed or hand delivered to the Purchasing Department, 2300 Virginia Avenue, Fort Pierce, FL 34982. Any bids received after the above stated time will be returned to the bidder unopened. The Project Manager or Contact Person is: James David (561) 462-1692: Fax (561) 462-1565 The Board of County Commissioners reserves the right to waive any informalities or minor irregularities; reject any and all bids which are incomplete, conditional, obscure, or which contain additions not allowed for; accept or reject any proposal in whole or in part with or without cause; and accept the proposal which best serves the County. For Bids, RFP.s, Bid Results and other information visit the St. Lucie County Purchasing Web Site at http://www.stlucieco.gov St. Lucie County is an Equal Opportunity/Affirmative Action Employer. Board of County Commissioners St. Lucie County, Florida By: Ruth Totton, Sr. Buyer PUBLISH: Friday, January 12, 2000 BILL & PROOF: Board of County Commissioners 2300 Virginia Avenue Ft. Pierce, FL 34982 40. PUBLIC EN WY CRIMES: A person or affiliate w,,,,Ohas been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the County, may not submit a bid on a contractoo the County for the construction or repair of a public building or public work, may not submit bids on leases of real property to the County, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the County, and may not transact business with the County in excess of $10,000.00 for a period of 36 months from the date of being placed on the convicted vendor list. The County will not intentionally award publicly -funded contracts to any contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(s) (Section 274A(e) of the Immigration and Nationality Act ("INA")]. The County shall consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e) of the INA. Such violation by the Reolpient of the employment provisions contained in Section 274A(e) of the INA shall be grounds for unilateral cancellation of this Agreement by the County. 41. 13OND AND INSURANCE REQUIREMENTS: Bonds must be issued by a Bonding Company with a Best Insurance Guide's rating of "A" or better and must be licensed or authorized to do business In the State of Florida. Certificates of insurance, Public Construction Bonds and/or Maintenance Bonds must be received by the applicable County office prior to actual commencement of the project. All certificates of insurance shall list the county as "Additional Insured" and reference the specific project Please note that were applicable the following bond and insurance requirements supersede those set forth In the sample contract. BONDS A Yes— No X 8% Bid Securlty B. Yes— No X 100% Maintenance Bond years C. Yes_ No X 100%Public Construction Bond (see bid form) INSURANCE A. Yes X G� 1Norkees Compensation $1,000,000 by accident - each accident $1,000,000 by disease - each employee $1,000,000 by disease - policy limit a.ecuMocaosuamaiaa�.�om•a:...�e...ArS 8 � COPY In Yes X `No Commercial General Ll%.Aity $1,000,000 per occurrence $3,000,000 per job aggregate C. Yes X No ^ Commercial Auto Liability Combined Single Limit, Bodily Injury/Property Damage _ $300,000 X $1,000,000 $3,000,000 0. Yes _ No X Builder's Risk (all risks for the total construction cost of the project) E. Yes _ No X Professional Liability $1,000,000 aggregate F. Yes No X Other 42. The County of St. Lucie reserves the right to reject any or all bids, to waive informalities, and to accept all or any part of any bid as may be deemed to be in the best interest of the county. 43. YEAR 2000 WARRANTY: Vendor warrants that each hardware, software, firmware or information product delivered under this bid shall be able to accurately process and/or reflect date data (including, but not limited to, calculating, comparing and sequencing) from, into, and between the twentieth and twenty-first centuries, including leap year calculations, when used in accordance with the product documentation provided by the vendor, provided that all listed or unlisted products (e.g., hardware, software, firmware) used in combination with such product properly exchange date with it If the bid requires that spec products must perform as a system in accordancewith theforQgoing warranty, then that warranty shall apply to those products as a system. The duration of this warranty and the remedies available to the County for breach of this warranty shall be as defined in, and subject to, the terms and limitations of the vendor's standard commercial warranty or warranties contained in this bid, provided that notwithstanding any provision to the contrary in such commercial warranty orwarrantles' the remedies available to the County under this warranty shalt include repair or replacement of any product whose non- compliance Is discovered and made known to vendor in writing. Nothing in this warranty shall be construed to limit any rights or remedies the County may otherwise have under all other associated warranty's with respect to defects other than Year2000 performance, nor be construed to confer upon the County any rights or remedies other than Year 2000 perforMance not granted by the other associated warranty's. Oil'IMF,IMpttiFapS12pp1&daRFR,IlOO1 Mia.r.W+w.1IM r] COPY lkW SPECIFICATIONS, BASE PUMP SPECIFICATIONS FOR A NEW 18 INCH DIAMETER, 6,000 GPM AT 4 FT. STATIC HEAD, AXIAL FLOW, STAINLESS STEEL, ELECTRIC LIFT PUMP Construction of Pump Components All pump components are to be made out of Type 304 stainless steel, Type 316 stainless steel, and/or bronze, as specked. Pump Barrel The straight, constant diameter portion of the pump barrel is to be 18 inches in diameter. The entire pump length Is to be 178 inches in length (+ /- 12 inches bell Included; sea drawing labeled "Assembly 1'�. The barrel and pipe are to be a minimum of 1/4 inch thick. All welds are to be full penetration. Electric Motor Tatung 20 Hp, Frame No, 26T, RPM 1760, Volts 23, 3 Phase Thrust Bearing The thrust bearing, Dodge Type E 1-1Sit 6 inch diameter, is located above the top bearing plate. The thrust bearing must be able to withstand the entire weight of the rotating element of the pump and the hydraulic thrust imposed by the impeller, as well as, the radial load created by the rotation of the belt drive. Marine Bearings There are four (4) Marine Bearings. The first is located 73 inches below the top thrust bearing. Two (2) are located in the Straightener hub above the impeller. The fourth bearing is located In the bottom bearing housing below the impeller. Packing Gland Assembly The Packing Gland Assembly is located between the top bearing plate and the packing gland internal plate, The Packing Gland Assembly is to be constructed from 304 stainless steel with a bronze packer using 3/8" X 3/8" graphite packing. Pump Bowl and Intake flail The Pump Bawl Assembly and Intake Bell are to be manufactured from 304 stainless steel. Both are to have 304 SS straightening vanes, with the Intake Bell diameter opening a minimum of two times the diameter of the Impeller, being constructed so as C'iCOMMO1V1�iD1000t@Id�RA7�1ro01.G21>.w}Wwr. 11R! 10 � COPY to minimize vort*tendencies, by maintaining equal press`' ro and velocity across the entire bell entrance opening. In addition, sufficient trashguards/grating (304 SS) is to be installed in the bell to reduce the amount and size of damaging debris that is allowed to enter the pump. Impeller The Impeller and pump bowl is to have its design certified to show the pump capacity, the Total Dynamic Head, the speed of operation, and the horsepower requirement. The Impeller blades are to be formed with rounded leading edges and tapered trailing edges, and otherwise possess smooth contours for hydraulic efficiency. Blades are to be chamfered on both sides at the root for full penetration welding to the hub. The periphery of the blades are to be machined for a "close running fit" with the impeller band, and the complete Impeller shall be statically balanced. Pump Shaft The Pump Shaft Is to be of sufficient diameter to trans't full load torque without vibrating. The shafting Is to be manufactured from pump quality shafting of 316 stainless steel possessing a diameter of 1-15/15 Inches, Zinc Anode Plate Two zinc anode plates are to be attached (bolted or welded) to the intake bell. Pump Coating The pump Is to be coated with "Zohpar Epoxy" (except the zinc plates). Warranty The pumping system as described shall be warranted by the manufacturer against defects 16 material and workmanship under normal mosquito control use and service, for a period of two years from the date of acceptance. Base Bid for New 18 inch 6,000 bpm, Axial flow, Stainless steel, Electric Pump Includes Adjustable electric motor base Stainless steel belt guard Belts, sheaves and bushings Discharge flange Pump -mounting bracket 61CONMCM9D6'a]O1BbRCPatsaat.axu.apere+. nM Base Bid Amount Vi' 1 2rCD0 , o (Quotation No, I Ref. Assemblies 14) COPY Quality Pump Systems, Inc. Blci service for Llft Pump Upgrade Ref. Quotation No.2 Description of Upgrade Modify existing pump to include new bowl assembly, new impeller, new intake bell, water lubricated bearing design specified in base bid, with two (2) ft. extension Modification of 18 inch, Axial flow, Stainless steel, Electric Pump Includes Stainless Steel water lubricated bowl assembly rated -at 6,000 gpm at 4 ft, static head Taper Straightener band Impeller band Straightener vanes Straightener hub Four (4) Marine Bearings (mid bearing with stainless steel housing and mounting spider Impeller Bottom Bearing Housing Bottom bearing gussets Thrust bearing Betts, sheaves and bushings Head plates 1 15/16 inch diameter Type 316 stainless steel shaft Packing gland Intake bell w/ externally attached zinc plate Trashguard Pick-up and delivery Modification of existing pump w/out ext (Quotatidn No. 2) awa+rrxnaoa�oa�ea.erv�vom�zu+x�s�.,we 12 n COPY Quality Pump Systems, Inc. v Service Bid for Lift Pump Upg de Ref. Quotation No. 3 Description of Upgrade Modify existing pump to include new bowl assembly, new impeller, new intake bell, water lubricated bearing design specked in base bid, with two (2) ft. extension. Modification of 16 inch, Axial flow, Stainless steel, electric Pump Includes Stainless Steel water lubricated bowl assembly rated at 6,000 gpm at 4 ft. static head Taper Straightener band Impeller band Straightener vanes Straightener hub Four (4) Marine Bearings (mid bearing with stainless steel housing and mounting spider Impeller Bottom Bearing Housing Bottom bearing gussets Thrust bearing Belts, sheaves and bushings Head plates 1 15116 inch diameter Type 316 stainless steel shaft Packing gland Intake bell w/ externally attached zinc plate Trashguard Pick-up and delivery �� Modification of existing pump w/BM �� (Quotation No. 3) o.+cauraawos�xooa®vu.Fw�n�.a:+..�aw.. W" 13 r] COPY Quality Pump Systems, Inc. NW Service Bid for Lift Purrtir" Ref. Quotation No. 4 Description of Repair Repair existing pump bearings by installing marine bearings and zinc plate. Repair of 18 inch, Axial flow, Stainless steel, Electric Pump Includes Thrust bearing Mid Marine bearing Bottom Marine bearing Attached zinc plate Pick-up and delivery Repair of existing pump bearings ' Q° (Quotation No. q) a.�exurenaioaaacteu.�voupotate...od....�ue 14 r] COPY Quality Pump Systems, Inc. Service Bid for Lift Purny Ref. Quotation No. 5 Description of Upgrade Convert.Creel oil -less design to base water -lubricated design. Conversion of 18 inch, Axial flow, Stainless steel, Electric Pump Includes Head Plate Packing Gland Mounting Plate Parking gland 1 15/16 inch diameter Type 318 stainless steel shaft Stainless steel mid -bearing housing with spider assembly and marine bearing Bronze straightener hub adaptor with two water lubricated marine bearings above Impeller Pick-up and delivery Conversion of existing pump to water-lubei (Quotation No. 6) 0:wow,aaw�maoa r.�w�oo,aba+we.�n. 11" 15 rl COPY Quality Pump Systems, Inc. i" Service Bid for Lift Pumy Ref. Quotation No, 6 Description of Repair Labor and Component replacement casts for maintenance of base water• lubricated pump design. Repair of IS inch, Axial flow, Stainless steel, Electric Pump Includes Tear -down and reassemble Replace top thrust bearing Replace all Fleetwood Marine bearings Replace attached zinc plates Replace 1 16f16 Inch diameter Type 316 SS shaft Replace packing gland Replace impeller Replace blades on impeller Replace fasteners Pick-up and delivery Quotation 6A�' Quotation 6B �5 Quotation 6C Quotation 6D �5'clo Quotation 6E Quotation 6F qZ5 Quotation 6G i iLI 50 • oc Quotation 6H hex' Quotation 61 Quotation 6J 4 D:a Component replacement ofwater-lube pump l7to'b' (Quotation No. 6 - Cumulative Total Cost) a,F�.Wr424*-�O�W11.0 16 r] COPY Quality Pump Systems, Inc. Cumulative Quotation Summary New Pumps Base Bid Amount (Quotation No. I Ref. Assemblies 14) Bub -total New i I z cico'C '�O Repairs Modification of existing pump w/out ext (Quotation No. 2) !�%5c-)0.0 . Modification of existing pump w/ext �� oCD , ClC (Quotation No. 3) Repair of existing pump bearings (Quotation No. 4) 9q5-%0 Conversion of existing pump to water -tube (Quotation No. 5) Component replacement of water-lube pump (Quotation No. 6 - Cumulative Total Cost) 'il 4r I%3, OLD Sub•Yotatitepairs 12S,Ou�,�� Grand Total -fit _z3%/ cl L4 3' 0:=MMO%WOI)2oDfsw"ptrm424m.v4w�y. 11A 17 r] COPY BID FORM Quality Pump Systems, Inc. All bids must be*bmitted in a sealed envelope addresse'l!I16 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 #00.024 Purchase and Maintenance of 18 Inch Diameter, 6,000 GPM at 4 h. Static Head, Axial Flow, Stainless Stool, Electric Lift Pump SLC Mosquito Control District keylh Sfhrelf�IS a14011-y -Pb Company and/or Corporation, agree to furnish the products) required in the specifications for the price of: 1. Base Bid Amount (Quotation No.1) 2. Quotation No. 2 3. Quotation No. 3 4. Quotation No. 4 5. Quotation No. 5 S. Quotation No. 8 Grand Total (new pump) Grand Total (repairs) % ;CC , c5;k $ S � gLIS c'r b_ $ � I-11%b3.0,PO"b $ 1 Z1e1CC Special Request or Instructions A two year warranty is required for all new pump bids. The repair bids are subject to standard 90-day warranties against defects in materials and workmanship The Distribl reserves the right to either award the bid either combined or separately. Also bids are to be extendable for up to three years subject to Board approral of annually renewable contracts. a:ucaa50.1adC8+]W1W4FFDNzvOf47a,.v,Wm.ttAe 1B Q COPY Quality Pump Systems, Inc. The successful bb,,,,� ar will, within ten (10) calender days ai written notice of such award, enter into KiKitten contract with the Mosquito Con*Board of St. Lucie County in accordance with the accepted bid. 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 reserves the right to waive any informalities or minor irregularities, reject any and all bids which are incomplete, conditional, obscure, or which contain additions not allowed for, accept or reject any bid in whole or irlpart with or without cause, and accept the bid which best serves the County. NAME OF BIDDER: Ci���lIP.SyS��S� IviC. ADDRESS: IOl L C ?3 CITY, STATE, ZIP VENuS , FL - PHONE: g�3 � � -300 a ! r— ,9 SIGNED BY:. 0:1COMMOhM1CD41MWI01I�XFM�7eSIGJ4.wl+f+N' IIAE 19 -01 COPY ACDrTi! vCNc F irIUA I t Ut- LIAMILI I T irv:pu ih ,4EoF%dlFM:CAROLINE FURLCW THIS CERTIFCATE IS LS"' IED AS A N PRODUCES ONLY AND CONFERS !` yGHTS UPON THE CERTIFICATE SEW HOLDER. THIS CERTIFP MMEE DOES NOT AMEND, EXTEND OR ICT Group, LLC (Lafayette) I ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. k 5 its 101 1919 W P-00 u Lafayette LA 70509 INSURERS AFFORDING COVERAGE Phone:337-234-0569 Fax:337-234-0776 --4" _ --a p.we s Csaualty Co allay, Pudps8orporatioa d aa Box 40 Thibodaux LA 70302 THE POLICIES OF INSURANC* uSTED BELOW HAV BEEN ISST MT01HRE INSURED NAMED MSPECT IO WHICH THIS CERTIFICATE MAY BE ISSUED OR ANY REQUIREMENT. TERM OR CONOInON OF AI CON fUC ORO MAY PERTAIN, THE,NSuRANCE AFfOROEO BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO All THE TEAMS, EXGws10N8 AND COnef I0N6 OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAY MAVE BEEN REDUCED BY PAID CWMS. �p,UT9 IATO lit, TYPE OF INBUFLANCE POLICY NUMBER FA fi�NNIOP'YY GATE NM/DD/'rY —� 'R' EACH OCCURRENCE IS GENERAL LIASILITY FIRE DAMAGE (Arc, EPF IFS) S �CONMENCX GENERAL LIAEILRY MED EKP IAI;a4Pnml S CNe,Ls M. ❑ OCCUR _-y--' .PERSONAL R ADV IMP MY E — i -- 1 GENERAL AGGREGATE 3 1 I ENMIIL`T9. WMPA)P AGG E GELfL AGGREGATE LIMIT APPLES PER. IPoucr n eci h LOC AUTOM09LFUAeLTIY COMBINHDSINGLELA41T S1,000,000 07/OS/00 i 071Ol/Ol (ESSmAmo A ANYAuro 112701549 _.- ALLOWNEDAUTOS BODILY INJURv Is L�., I fPFr prsm, I SCHECULED AUTOS Ilr�y';'I HIRED AMOS BODILY IN.AIRY S (PM ScaNSMI NoN-0NHED AUTOS �--! PROPERTY DAMAGE 9 f(*,AWR4GE A&LITY AUl'O ON.Y-EAACGCENT i OTHER THAT GA ACC S UTC AUTO ONLY: AGG S Ae1ATY EACH OCCURRENCE S B R CWNS MADECTIBLE S _ RETENTION z WORKECOMPENSATIONAND EACH CCO ER MR EMPLOYERS' LLIBILTIY EL EOH ACIOEM 3 _ . EL. DISEASE - EA EMPLOYE S T HOLDER IN ADDRIONALINSUREO: iNSURER LETTER: _ CANCELLATION �— Sp1,OFFL SHOULD ANY OF THE ABOVE DESCRIBED PCJIDES BE CANCELLED BEFORE THE EXPIRATO DATETHERECP,TNEIIWNGIRBURMVALLBNDEAVORTOSAIL 10 DAYBWRITTEN, Saint Lucie County NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LBPT, BUT FMLURE TO DO SO SHALL l4asquito Control IMPOSE NO OBLIGATION OR LUUDLITY OF ANY KIND UPON THE IMSURFR ITS AGENTS OR Attn 3L39ann KEPRESENTATIVE9. 3150 Will Fee Road Ft pier'oe FL 34982 G I w J rl COPY I , ACORQ,,. CERTIFICATE OF LIABILITY INSURANCE —io 1s/z000 >ROOp:,EN (iO4)369-7272 (50Q369-236D THIS CE-RTFICATEI `D A,5AffiATTER OFINFORMAil04 Roy Sternfelc Insurance Agency, Inc. ONLYANDCONFERS11fJ R13H7>IJP04 THE CERTIFICATE HOLDER. THIS CERTIFIFl^_ATE DOES NOT AMEND, EXTEND OR F.O. BOX 100 ALTER THE COVERAGE AFFORDED BY THE POLICIES ©FLOW. PlattenVille, LA 70393 INSURERS AFFORDING COVERAGE r.s & qu57 ylnau stases, Inc. ;nsL'rEaa Westchester Surp;us Lines ins I quality Pump Corp, awSR S: Nat ona Limon Fire Ins. Co. Of L4 i P 0 Box 406 vEtc Bridg EM dyers Ins. Co. ' Thibodaux, LA 70302 I`�s AER C: GVVCI(HUCJ — - - I THE POLICIES OF INL•'ORANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHS iANO? ANY REQUIREMENT. TERM OR CONDITII:N OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPEC-TO WHICH TW-S CERTIFICATE MAY BE ISSUF.O CR MAY PERTAIN, THE MSURANCE AFFOP-DEO BY THE POLICIES DESCRIBED NEP.E'A IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CICNOITDNS OF SUCI . _ POLIO ES. AGGREGATE UMI*5 SHOWN PAY HAVE BEEN REOUQEO BY PAID CLAIMSGTIVE TYPE OF NSVRANCE POLICY NUMER CAT IN'mwN ]AmMN�00Hf:1 LiNi'TS 07/01/2000 0,/Ol/2U31 E>cH :a�RPzv=. FIRE CiYP.==:(+M »F 9]) I I'EG`_AP 1Pr} C11"WIP) I cOS Na Lh-e 'FM'UC i-CDfF OP AG^ _ GENERA: Lvs3m X C4m E.TCL•L OE\ER4 LIag,U^ ,.rV4Ei hL�O• C.v:LR A - MNL+GGREC?tE LIV17 APP;IE^ F•q CLA644$42 I ] 1 000 00 F $0 go F 5,00 1. 000 00 1,000,00 PR ✓LIC �LC= LO-- I OLTCMO&LE JIA9LffY ❑ PAIR P-TO NEI\EJ SIt.:LE L -A- E]]::IWnO F sG14D.LHC?L'CS ' P.' DTI i Nr2e PiTr I SGdL� aHJJaR iPN 3CgEMi ] I !pHC'.tTIL^i 11R:3 jPi' Y'G?xTti 'GARAGE LIABILI'ry I MVP TO --� yL:^:fLY-L44.^.QCE\T I ;T-ER TNV+ EAPC I iU]C G13n aGG ] F ] B Exc[SSLiAEILrY L.aCCLN � C'1'V5 f410` _, RE-Q•TCN KIRI CDMPEN'SATCN ANO [NttOYER3'LU.dLI]Y E 7396781 30-25253 - 06/13/2000 07/01/200'. �NoccORth^e A03AE0�'E , 00(), 000 7/012000 07 O1!2001 3ilni 5 a CP E.L.ICSC-!C::_EM. ] 5,000,000 S ] 5, 0OC1, 00 F 1, ODO, OOO CWDR L•..L pC-EPcE.G _M>6:VEE F 1 DD�Iy�O ] 1,000.0 E.L.CIF[15E-FOJCI LfAT —� F--T— R --�— I I I I pE3� OPEflAPOH5r.0GATIONEMHICL�2XCL'J5WN5 Cp0EC ET E`DCRSEMENTAFPECIAL Pfl0`AElON6 i I CATS HOLDER I I ,,OMoN%L NSUR O; NSLNER Lena". St, Lucie County Florida Board of County comssioner Mosquito Control District 3150 Will Fee Road Fort Pierce, FL 34992 FAX: SHILSHOVLO PAY OF Tr[ ACOVE OESCRI6EL' POLA:IES BE CANCELLEC EE.ONC THE !%�IRAnON pA:E TiMEO`, TIC 135J,NG CCNPIJ]I'ML'_ CNOEA'/OR TO M:I. 30 psrs wRmeN Nonce TG rr.E cem]elccTe NDLGER NAMEpromLerc. BIIT PAAUFE TO MtiL EIJCH NOTIOE 5HALL INPOS[ NO OBJGA-:TON 04 UA9LRY 6 n COPY I YPEPAO![PIENsAsTioTHHiINSaAuPPr_lelIGo4rl£I0PNFpFIX,H:ryL+Ko E�N8tEPu5sl;PMN,�oE wFOPPRETcFEr ,B.U.;SR�,58 ' •Gr..MPKL 4rytUMo LLECTOR,HIGHLANS COUNTY;-F < CHARLES.L.mRtN;�,TAX CO IID 101'021U0 LU.00 co nL/n//Lnnl 01:1b bbJb"JJU1 H1B1jW1WI'W 1UMH %W Quality Pump Systems Inc. 1010 County Road 731 Venus, Florida 33960- Tel:863-699-9300 Fax:863-699-9301 BID-024-01/MC Purchase and Annual Maintenance of 18 inch diameter, 6,000 GPM at 4 ft. Static Head, Axail Flow, Stainless Steel, Electric Lift Pump References: St.Lucie County Mosquito Control 2300 Virginia Ave. Ft.Pierce, FL. 34982-5652 561462-1692 3150 Will Fee Rd Ft.Pierce, Fl. 34991 561-294-0372 Seminole Tribe of Florida Water Resources Management Department 6300 Stirling Road Hollywood, Fl. 33204 1-800-683-7800 Terrebonne Parish Consolidated Government M & L Engine Inc. 1210 St.Charles Street Houma, LA 70360 $04-857-8000 µs � COPY QUOITY PUMP, BOWL PUFO TYPE: AXIAL FLOW PROPELLER MODEL NUMBER: 211525736 PROPELLER DIA.: 15 NU __;N SPEED: 736 COLUMN DIA.: =T INTAKE DIA.: 16 16 TIP SPEED 49 HEAD -CAPACITY LITERS PER SECOND (LDS) 360 380 400 420 440 460 480 f 10 �Qw Y uw= 0305 Q6� o x 0 ----- t_t77__ 5700 6200 6700 7200 7700 U.S. GALLONS PER MINUTE (GPM) BRAKE HOSEPOWER (BHP) LITERS PER SECOND (LIS) 360 380 400 420 440 460 480 0:_20 Fm �gm 15 m�- 0 10 5700 6200 6700 7200 7700 U.S. GALLONS PER MINUTE (GPM) BOWL EFFICIENCY LITERS PER SECOND (LIS) 360 380 400 420 440 460 480 ilm—m -m tu RMANCE CURVE QUALPTYPUMP SYSTEMS CORPORATION CERTR+IEDPERFORMANCE CURVE ITIS HMBYCERMFIED THAT THIS PER- FORMANCE CURVE REPRESENTS THE TRUE p ERFORMANCE CHARACTERISTICS OF THE QUALITYPUMP SYSTEMS MODEL NUMBER SHOWN, AND WAS OPTAINED BY MODEL SCALE TESTS AND CALCULATIONS, N AC- CORDANCE WITH HYDRAULIC INSTITUTE 500 520 540 N z w 2 w f z_ x 0 0 8200 •u..mrsosanvn.aw�n.nwemraa�emn w.,m® 500 520 540 m 12 5Y ! 7 Y 8200 .ULPdIBREffR`ID.PMIdYPIW MIBCIItm A.�ID1 wi 1 500 520 540 U m 5700 6200 6700 7200 7700 s1W U S GALLONS PER MINUTE (GPM) 90w 80U 70 LL a 60 ww 50 40 50 m "- w.wartaeeuxw.pwurcnrtesrsrwe�Nm wi.�mw CURVES SHOW APPROX[MATH.YTHE OPARACTEESRS WHEN PUAPNOCLEAR WATER N A PROPERLY DE9O4FD SUMP W DH FRCPEtSUMEROEECENO OIARAN TEE EXCEPT FOR' THE RATED POINT. __ AT SBI LEVEL PERFORM ANCEMAYjEEAFFF�D BYHIQH'R ALTEUM HHiER TEMPEIATURES, DjFFFRENC SP� AC(IRA NTIESAIAID SUMP 0CM DMCNS� QU�ITY PUMP, BOWL PFRFORMANCE CURVE lww TYPE: AXIAL FLOW PROPELLER QUALITYPUMPSY•STEMSCORPORAEION 22 MODEL NUMBER: 211525736 CERTIF�DPERFORMANCE CURVE PROPELLER DIA.: 15 ITISHEREBY CERTIFIED THAT THIS PER - FORMANCE CURVE REPRESENTS THE TRUE IN UUS<RI SPEED: 736 PERFORMANCE CHARACTERISTICS OF THE SYSTEMS MODEL NUMBER COLUMN DIA.: ig QUALITYPUMP SHOWN, AND WAS OPTAINED BY MODEL INTAKE DIA.: TIP SPEED 16 49 LC LAT ON,IN AC- SCALE TESTS AND CALCULATIONS, CORDANCEHYDRAULIC INSTITUTE :,111111111111111111111■■■■■■.. ., 6200 6700.. U.S. GALLONS PER MINUTE (GPM) WE ME ■MEMO■.___�..._� 0 10 x 5700 6200 6700 7200 7700 . U.S. GALLONS PER MINUTE (GPM) BOWL EFFICIENCY rMMMMMMMMMMMMMMMMmn mmm■.m■■mm■mm■m.■m■.■m m W 2 x mg acw •u.wrs.stxx.n.auuarnneacreenm. wna�v 540 m 12 3 F 7 Y aLUU u,..«n.mx�m.au�maormmi�. Bunn® 500 620 540 U m 5700 6200 6700 7200 7700 8200 US GALLONS PER MINUTE (GPM) 90W 80 U 70LL� 6050 w 40 0 m �-� �u..ama®exn.a+uareu.ayscee�xm� w.nn •• CURVES SHOW APPROXIMATILYTHE OEARACTERISFTS WHEN PUMPNGCLFAR WATERN A PROPERLY DIN anDSUMP W BHPRQRi SUMEROEBCRNO QUARAN TEE 6 EXCEPT EDRTHERATID POINT. SPECIFIC AIEYFLPERFORMANCEMAYBRAFFFBMDBYHHi1FRALTEPGDFS,FHaiBRRTII HIAnMR DFM� FEtEMCGRAVrf=AAMSUMPOOMDDEQUSIMS O ELECTRIC MOTOR 1 46 2 28 10P BEARING PLATE 34 O PROPELLER 29 45 03 INTAKE COKE 43 15 04 TAPER CONE 29 17 25 31 PORT HOLE 05 LINE SHAFT 32 ZINC PLATE © PUMP SHELL BOTTOM BEARING GUSSETS O DISCHARGE PIPE 47 \' 34 TOP NUT © BOTTOM BEARING MING 09 STRAIGHTENER HUB 5 ; �' 35 FLAPGATE i 36 IB MIDBEARING HOUSING 6 "' ! 37 STRAIGHTENER VANE I] 26 12 FLEETVOOD MARINE BEARING 10 38 STRAIGHTENER BAND 13 BRONZE SLEEVES 39 PRUP BAND 12 40 FLANGE GASKELNUTS, 14 PROP NUT BOLTS, L.VASHERS 2 15 PACKING GLAND �i 41 16 PREP NUB . i 42 MOTOR COVER I7 PACKING - 43 MOTOR MOUNT 18 44 THRUST BEARING PLATE 4 19 13 45 SHEAVE 9 !! pp j j 3 IS ELECTRIC MOTOR SHEAVE 2 38 16 44 47 THRUST BEARING 21 39 14 48 8 22 13 33 49 23 BOTTOM BEARING FLANGE 3 24 JN 33132 25 PACKING GLAND INTERNAL PLATE 26 TUBE BRACE 27 LIFTING EYES nRAVI G VGHBB .y.g a 44i � 4 CW r y P_ 'n 5 ',ma n c w Mrs u W ei .gip gu tl '300 n a' 0 kwqy ' oRM' 0 0000 0�0 00 �a OI ELECTRIC MOTOR O PROPELLER 03 INTAKE CONE 04 TAPER CONE 0 LINE SHAFT 06 PULP SHELL O DISCHARGE PIPE 08 BOTTOM BEARING HOL6ING 09 STRAIGHT Elf R HUB 10 MID BEARING HOUSING 11 12 FLEETWOOD MARINE BEARING 13 BRONZE SLEEVES 14 PROP NUT ]$ PACKING GLAND 16 PREP HUB . 17 PACKING; I8 19 20 22 23 BOTTOM BEARING FLANGE 24 2G PACKING GLAND INTERNAL 26 TUBE BRACE 27 LIFTDNG EYES VGHBB ®TOP BEARING PLATE 29 30 3I PORT HOLE ZINC PLATE 33 BOTTOM BEARING GUSSETS 34 TEP NUT O FLAPGATE 36 37 STRAIGHTENER VANE 36 STRAIGHTENER BAND O PROP BAND 48 FLANGE GASKEWS, BOLTS, LWASHERS 41 O MOTOR COVER 43 MOTOR MOUNT 44 THRUST BEARING PLATE 45 SHEAVE 46 ELECTRIC MOTOR SHEAVE 47 THRUST BEARING 48 49 A 33132 3- cm o \j} }:*', r�§)$ fG2.± ®��§) )C)ck t£®«. ,'?A k�§} 0 ,*No � >00 cam CD � y 4 d d n � •Y v� • V a x = Tt1� Z m N t� p, ^M � � � y ' u y as o O � ffi L T T q O m� U '9 2 oo� m a .@ A On *490 MOSQUITO CONTROL UTSTR TEL:561-462-1565 Jan I I , 0 1 17:14 Mo.004 P.21 Q r W L7 gl 9 N �r ,,ZMERS MANUFACTURING CO., INC. 614 HAMMONDVILLE ROAD POMPANO MACHr RORIDA 33060 ST. LUCIE COUNTY BOARD OF COUNTY COMMISSIONERS BIDDERS CHECK LIST BIDS MAY NOT BE CONSIDERED if the following documents and/or attachments are not completely filled out and submitted with your bid. Before sending in your bid, please make sure you have completed all of the following: • Enclose two (2) sets of the Bid form (one marked original and one copy), including all handwritten sections, and two (2) sets of any descriptive literature, brochures and/or supporting data. Please make and retain a separate copy of this bid package for your records. • Bid Form, must be complete and have a manual signature (original signature) preferably signed in blue ink. • Every page that has anything hand written on it, must be imprinted with the company=s name on the top right-hand comer of the page. • Return bid in an envelope with the bid number and name of bid printed on the front of the envelope. If Fed -Ex or UPS -please keep bid in a separate sealed envelope when placing it in their packaging. • Acknowledge in the bid any and all addendums issued and manually sign each addendum sheet and submit it with your bid. • Provide three (3) references, preferably Governmental. Include name, address and phone number for similar work done in past year. • Erasures or other descriptive literature, brochures and/or data must be initialed by the person signing the bid. • If you desire a copy of the bid tabulation, include a self-addressed, stamped envelope for bid tabulation to be mailed back to you. PLEASE INITIAL AND RETURN WITH BID FORM INSTRUCTIONS TO BIDDERS 1. SUBMISSION OF BIDS: All bids shall be submitted in a sealed envelope. The BID NUMBER, TITLE, AND OPENING DATE AND TIME shall be clearly displayed on the sealed envelope. The delivery of said bid to the Purchasing Department prior to the specified opening date and time is solely and strictly the responsibility of the bidder. Any bid received in the Purchasing Department after the specified date and time will not be accepted. If the bid is to be delivered by Fed-X, UPS or other such carrier, be sure to include the bid number on the Air Bill. The bid must be in a separate sealed envelope inside the carrier-s envelope. If a carrier-s package is opened and the bid is not in a separate envelope it will be resealed and reopened at the designated date and time. 2. EXECUTION OF BID: Bid must include a manual signature of an authorized representative in the space provided. All bids must be completed in pen and ink or type written. No erasures are permitted. If a correction is necessary, draw a single line through the entered figure and enter the corrected figure above it. Corrections must be initialed by the person signing the bid. Any illegible entries, pencil bids, or corrections not initialed will not be tabulated. 3. BID OPENING: Bid opening shall be public on the date and time specified. Bid must be submitted on forms provided by the County. No other forms will be accepted. Telephone, telegraph, and faxed bids will not be considered. No bid may be modified after opening. No bid may be withdrawn after opening for a period of sixty(60) days unless otherwise specified. 4. BID TABULATIONS: Any bidder wishing to receive a copy of the bid tabulations is required to enclose a stamped, self-addressed envelope with bid response. 6. NO BID: Knot submitting a bid, respond by returning one copy of theform, marking it "NO - BID a and explain the reason. The failure to submit a BID or NO -BID to the Purchasing Office by the opening time and date shall be cause for removal of a vendor's name from the bid mailing list for this category. Note: To qualify as a'Bona Fide Bidder,@ the bidder must submit a "No Bid" and same must be received no later than the stated bid opening date and hour. 6. BID SECURITY: Bid Security may be in the form of a cashier-s check or bid bond in the amount of five percent of the base bid or bid on an annualized basis. Personal or company checks will not be accepted. If required, under Section 41, the bid security must be submitted with the bid. 7. CLARIFICATIONICORRECTION OF BID ENTRY: The County of St. Lucie reserves the right to allow for the clarification of questionable entries and for the correction of typographical and mathematical errors. G:%COMMGMBID9=jGDSRFP9"-G24 91D.D0r-.. 11M %W `M'' 8. INTERPRETATION: Any questions concerning conditions and specification shall be directed to the Purchasing Department. All questions shall be in writing and received by the Purchasing Department at least 8 working days prior to the bid opening. Those interpretations which may affect the eventual outcome of this bid will be furnished, as written addendums, to all prospective bidders. No interpretation shall be considered binding unless provided in writing by St. Lucie County. 9. EEO STATEMENT: St. Lucie County believes in equal opportunity practices which conform to both the spirit and letter of all laws against discrimination and is committed to nondiscrimination because of race, creed, color, sex, age, or national origin. 10. PRICING: Firm prices shall be bid and include FOB DESTINATION, all packing, handling, shipping charges and delivery to any point within the County of St. Lucie to a secure area of inside delivery. Pricing shall also include installation when required. The obligations of St. Lucie County under this award are subject to the availability of funds lawfully appropriated for the purpose by the State of Florida and/or the Board of County Commissioners. 11. ADDITIONAL TERMS & CONDITIONS: The County of St. Lucie reserves the right to reject bids containing any additional terms or conditions not specifically requested in the original conditions and specifications. 12. TAXES: The County of St. Lucie is exempt from all sales, use and like taxes 13. DISCOUNTS: All discounts EXCEPT THOSE FOR PROMPT PAYMENT shall be considered in determining the lowest net cost for bid evaluation purposes. 14. MEETS SPECIFICATIONS: All equipment and accessories furnished under these specifications shall be new, the latest model in current production and shall be of good quality, workmanship and material. The bidder represents that all equipment offered under this specification shall meet or exceed the minimum requirements specked. Delivery specifications shall be strictly adhered to. 15. EQUIVALENTS: Any manufacturer's names, trade names, brand names, information and/or catalog numbers listed in a specification are for information only and not to limit competition. Bid any brand which meets or exceeds the quality of specifications listed for any item. If the bid is based on equivalent products, indicate on the bid form the manufacturer's name and number and indicate any deviation from the specifications as listed. Include fully descriptive literature on the item(s). Lacking any written indication of intent to quote an equivalent brand or model number, the bid will be considered as a quotation in complete compliance with the specifications as listed in the bid form. 16. SILENCE OF SPECIFICATIONS: The apparent silence of the specifications and any supplemental specifications as to any details or the omission from same of any detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type, size, and design are to be used. All workmanship is to be first quality. All interpretations of this specification shall be made upon the basis of this statement. G:ICOMMOM&DS=IBID92FP-9M-0248ID.DOr-w. 11M 4 17. SAMPLES: Samples of items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be returned at the bidders expense. Request for the return of samples must be made within 30 days following opening of bids. Each individual sample must be labeled with bidders name, bid number, and item number. Failure of bidder to either deliver required samples, or clearly identify samples as indicted, may be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to the office of the Purchasing Manager. 1 S. DELIVERY: Unless an actual date of delivery is specified (or if specified delivery cannot be met), show number of days required to make delivery after receipt of purchase order in space provided. Delivery time may become a basis for making an award (see Special Conditions). Delivery shall be within the normal working hours of the user, Monday through Friday. 19. ASSIGNMENT: Any purchase order issued pursuant to this bid and the monieswhich may become due hereunder are not assignable except with the prior written approval of the Purchasing Manager. 20. LIABILITY: The bidder shall indemnify and hold harmless the County of St. Lucie, its officers, agents, and employees against any claims by third parties arising out of the acts or omissions of the supplier. 21. PATENTS AND ROYALTIES: The bidder, without exception, shall indemnify and save harmless the County of St. Lucie, its officers, agents and its employees from liability of any nature of kind, including cost and expenses for or on account of any copyrighted, patented, or un patented invention, process, or article manufactured or used in the performance of the contract, including its use by the County of St. Lucie. If the bidder uses any design, device, or materials covered by letters, patent, copyright, it is mutually agreed and understood without exception that the bid price shall indude all royalties or cost arising from the use of such design, device, or materials in any involved in the work. 22. TRAINING: Unless otherwise specified, bidder(s) may be required at the convenience of the County, to provide training to County employees in the operation and maintenance of any item(s) purchased from this bid. 23. ACCEPTANCE: Items may be tested for compliance with specifications. Items delivered not conforming to specifications may be rejected and returned at vendor's expense. Those items and items not delivered as per delivery date in bid and/or purchase order may be purchased on the open market. Any increase in cost may be charged against the vendor. Any violations of these stipulations may also result in that vendor name being removed from the bidder list and the vendor disqualified for doing business with the County of St. Lucie. 24. SAFETY WARRANTY: The selling dealer, distributor, supplier, and manufacturer shall be responsible for having complied with all Federal, State and local standards, regulations, and laws concerning the equipment specked and the use thereof, applicable and effective on the date of manufacture including safety and environmental standards as apply to both private industry and governmental agencies. eo.omm..11M 5 *4W *41 25. WARRANTY: The bidder agrees that, unless otherwise specked, the supplies and/or services furnished under this bid shall be covered by the most favorable commercial warranty the bidder gives to any customer for comparable quantities of such supplies and/or services and that the rights and remedies provided herein are in addition to and do not lim it any rights afforded to the County of St. Lucie by any other provision of this bid. 26. INSPECTION, ACCEPTANCE & TITLE: Inspection and acceptance will be at destination unless otherwise provided. Title to/or risk of loss or damage to all items shall be the responsibility of the successful bidder until acceptance by the buyer unless loss or damage result from negligence by the buyer. 27. PAYM ENT: Payment will b e made by the County after the items awarded to a vendor have been received and/or installed, inspected, and found to comply with award specifications, free of damage or defect and properly invoiced. 28. DISPUTES: In case of any doubt or difference of opinion as to the items fumished hereunder, the decision of the county shall be final and binding on both parties. 29. LEGAL REQUIREMENTS: Federal, State, County, and local laws, ordinances, rules and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the bidder will in no way be a cause for relief from responsibility. 30.OPEN-END CONTRACT: No guarantee is expressed or implied as to the total quantity of commodities/services to be purchased under any open-end contract. Estimated quantitieswill be used for bid comparison purposes only. The Board of County Commissioners reserves the right to issue purchase orders as and when required, or, issue a blanket purchase order for individual agencies and release partial quantities or, issue instructions for use of Direct Purchase Orders by various County agencies, or, any combination of the proceeding. 31. DEFINITIONS: COUNTY -The term COUNTY herein refers to the County of St. Lucie, Florida and its duly authorized representatives. BIDDER -The term BIDDER used herein refers to the dealer/manufacturer/business organization submitting a bid to the County in response to this invitation. VENDOR -The term VENDOR used herein refers to any dealer/manufacturer/business organization that will be awarded a contract pursuant to the terms, conditions and quotations of the bid. USING AGENCY -The term USING AGENCY used herein refers to any department, division, agency, commission, board, committee, authority or other unit in the County Govemment using supplies or procuring contractual services as provided for in the Purchasing Ordinance of the County of St. Lucie. G:ICOMMON BIDS=IE IDSRFPSOM-024 &D.DOC... I U® `"00 HEAVY DUTY -The item(s) to which the term HEAVY DUTY is applied shall exceed the usual quality and/or capacity supplied with standard production equipment and shall be able to withstand unusual strain, exposure, temperature, wear and use. DISTRICT -The term DISTRICT herein refers to the St. Lucie Mosquito Control District and its duly authorized representatives. 32. CONFLICT OF INTEREST: The award hereunder is subject to provisions of State Statutes and County Ordinance. All bidders must disclose, with their bid, the name of any officer, director, or agent who is also an employee of St. Lucie County. Further, all bidders must disclose the name of any County employee who owns directly or indirectly any interest in the bidder's firm or any of its branches. 33. NOTICE TO SELLER TO DELIVER: No delivery shall become due or be acceptable without a written order or shipping instruction by the County unless otherwise provided in the Contract. Such order will contain the quantity, time of delivery and other pertinent data. However, on items urgently required the Seller may be given telephone notice to be confirmed by an order in writing. 34. MODIFICATIONS: All changes to purchase orders shall be by issuance of a change order. Any modifications or changes to any contract entered into as a result of this bid must be by written amendment with the same formality and of equal dignity to the initiation of any such change. 35. OCCUPATIONAL LICENSE: No person shall engage in or manage any Business Profession or Occupation in St. Lucie County for which an occupation license tax is required unless a County License shall have been procured from the Tax Collector for St. Lucie County. 36. ADDENDA TO TH E BID: St. Lucie County reserves the right to amend this bid or request additional clarifying information from any or all bidders prior to determination of award. Any changes to this bid will be made available for all prospective bidders to receive. Although we will make an attempt to notify you of the addendum, it is the sole responsibility of the bidder to ensure it is received. 37. PERMITS AND FEES: The Vendor shall procure and pay for all licenses, charges and fees and give notices necessary and incidental to the due and lawful prosecution of the work. The cost of all permits and impact fees shall be pay by the County unless specifically itemized elsewhere in these documents. 38. PURCHASING AGREEMENTS WITH OTHER GOVERNMENTAL AGENCIES: This bid may be expanded to include other governmental agencies. Each political entity will be responsible for execution of its own requirements with the awarded vendor. 39. AWARD AND CONTRACT: The successful bidder, will, within fifteen (15) calendar days after written notice of award, enter into a written contract with the Board of County Commissioners in accordance with the accepted bid. G.%C0MM0N0D.9i0018IDSRFPS M-03<RID.DOC-M. 11M 40. PUBLIC ENTITY CRIMES: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the County, may not submit a bid on a contract to the County for the construction or repair of a public building or publicwork, may not submit bids on leases of real property to the County, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the County, and may not transact business with the County in excess of $10,000.00 for a period of 36 months from the date of being placed on the convicted vendor list. The County will not intentionally award publicly funded contracts to any contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) [Section 274A(e) of the Immigration and Nationality Act ("INA")]. The County shall consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e) of the INA. Such violation by the Recipient of the employment provisions contained in Section 274A(e) of the INA shall be grounds for unilateral cancellation of this Agreement by the County. 41. BOND AND INSURANCE REQUIREMENTS: Bonds must be issued by a Bonding Company with a Best Insurance Guide's rating of "A" or better and must be licensed or authorized to do business in the State of Florida. Certificates of insurance, Public Construction Bonds and/or Maintenance Bonds must be received by the applicable County office prior to actual commencement of the project. All certificates of insurance shall list the county as IlAdditional Insured@ and reference the specific project. Please note that were applicable the following bond and insurance requirements supersede those set forth in the sample contract. BONDS A. Yes _ No X 5% Bid Security B. Yes No X 100% Maintenance Bond years C. Yes No X 100% Public Construction Bond (see bid form) INSURANCE A. Yes X No _ Worker's Compensation $1,000,000 by accident - each accident $1,000,000 by disease - each employee $1,000,000 by disease - policy limit G:1G0MM0M 1D9200191DSRFPS=-024BIO. rG -. 11M r✓ B. Yes X C. Yes No Commercial General Liability $1,000,000 per occurrence $3,000,000 perjob aggregate X No Commercial Auto Liability Combined Single Limit, Bodily Injury/Property Damage _ $300,000 X $1,000,000 _ $3,000,000 D. Yes _ No X Builder's Risk (all risks for the total construction cost of the project) E. Yes No X Professional Liability $1,000,000 aggregate F. Yes No X Other 42. The County of St. Lucie reserves the right to reject any or all bids, to waive informalities, and to accept all or any part of any bid as may be deemed to be in the best interest of the county. 43. YEAR 2000 WARRANTY: Vendor warrants that each hardware, software, firmware or information product delivered under this bid shall be able to accurately process and/or reflect date data (including, but not limited to, calculating, comparing and sequencing) from, into, and between the twentieth and twenty-first centuries, including leap year calculations, when used in accordance with the product documentation provided by the vendor, provided that all listed or unlisted products (e.g., hardware, software, firmware) used in combination with such product properly exchange data with it. If the bid requires that speck products must perform as a system in accordance with the foregoing warranty, then that warranty shall apply to those products as a system. The duration of this warranty and the remedies available to the County for breach of this warranty shall be as defined in, and subject to, the terms and limitations of the vendor's standard commercial warranty or warranties contained in this bid, provided that notwithstanding any provision to the contrary in such commercial warranty or warranties' the . remedies available to the County under this warranty shall include repair or replacement of any product whose non-compliance is discovered and made known to vendor in writing. Nothing in this warranty shall be construed to limit any rights or remedies the County may otherwise have under all other associated warrantys with respect to defects other than Year 2000 performance, nor be construed to confer upon the County any rights or remedies other than Year 2000 performance not granted by the other associated warrantys. G=. MMOMBIO'9=181DWP9M-0:4&ROOCm. 11M SPECIFICATIONS BASE PUMP SPECIFICATIONS FOR ANEW 18 INCH DIAMETER, 6,000 GPM AT 4 FT. STATIC HEAD, AXIAL FLOW, STAINLESS STEEL, ELECTRIC LIFT PUMP Construction of Pump Components All pump components are to be made out of Type 304 stainless steel, Type 316 stainless steel, and/or bronze, as specified. Pump Barrel The straight, constant diameter portion of the pump barrel is to be 18 inches in diameter. The entire pump length is to be 178 inches in length (+ /-12 inches bell included; see drawing labeled "Assembly I"). The barrel and pipe are to be a minimum of 114 inch thick. All welds are to be full penetration. Electric Motor Tatung 20 Hp, Frame No. 26T, RPM 1760, Volts 23, 3 Phase Thrust Bearing The thrust bearing, Dodge Type E 1-15116 inch diameter, is located above the top bearing plate. The thrust bearing must be able to withstand the entire weight of the rotating element of the pump and the hydraulic thrust imposed by the impeller, as well as, the radial load created by the rotation of the belt drive. Marine Bearings There are four (4) Marine Bearings. The first is located 73 inches below the top thrust bearing. Two (2) are located in the straightener hub above the impeller. The fourth bearing is located in the bottom bearing housing below the impeller. Packing Gland Assembly The Packing Gland Assembly is located between the top bearing plate and the packing gland internal plate. The Packing Gland Assembly is to be constructed from 304 stainless steel with a bronze packer using 3/8" X 3/8" graphite packing. Pump Bowl and Intake Bell The Pump Bowl Assembly and Intake Bell are to be manufactured from 304 stainless steel. Both are to have 304 SS straightening vanes, with the Intake Bell diameter opening a minimum of two times the diameter of the impeller, being constructed so as GCOMMONOD9=IEID9RFPS=-C24BIO.00C-M-f1SS 10 i4w f &, HERS MANUFACTURING CO., INC. 814 HAMMONOVILLE ROAD POMPANO BEACH, rLORIDA 33060 Bid Service for Lift Pump Upgrade Ref. Quotation No.2 Description of Upgrade Modify existing pump to include new bowl assembly, new impeller, new intake bell, water lubricated bearing design specified in base bid, with two (2) ft. extension Modification of 18 inch, Axial flow, Stainless steel, Electric Pump Includes Stainless Steel water lubricated bowl assembly rated at 6,000 gpm at 4 ft. static head Taper Straightener band Impeller band Straightener vanes Straightener hub Four (4) Marine Bearings (mid bearing with stainless steel housing and mounting spider Impeller Bottom Bearing Housing Bottom bearing gussets Thrust bearing Belts, sheaves and bushings Head plates 1 15/16 inch diameter Type 316 stainless steel shaft Packing gland Intake bell w/ externally attached zinc plate Trashguard Pick-up and delivery Modification of existing pump w/out ex44-0—�- y (Quotation No. 2) G:WMMOMBID9=lemmFp$=.07461D.DDO-w 1148 12 1%d ` AMERS MANUFACTURING CO., INC. $14 HAMMONDVILLE ROAD POMPANO BEACH, cLORIUA 33060 Service Bid for Lift Pump Upgrade Ref. Quotation No. 3 Description of Upgrade Modify existing pump to include new bowl assembly, new impeller, new intake bell, water lubricated bearing design specified in base bid, with two (2) ft. extension. Modification of 18 inch, Axial flow, Stainless steel, Electric Pump Includes Stainless Steel water lubricated bowl assembly rated at 6,000 gpm at 4 ft. static head Taper Straightener band Impeller band Straightener vanes Straightener hub Four (4) Marine Bearings (mid bearing with stainless steel housing and mounting spider Impeller Bottom Bearing Housing Bottom bearing gussets Thrust bearing Belts, sheaves and bushings Head plates 1 15/16 inch diameter Type 316 stainless steel shaft Packing gland Intake bell w/ externally attached zinc plate Trashguard Pick-up and delivery Modification of existing pump w/ext U Z, ov (Quotation No. 3) G'C0MM0NS1D9=iB1DSRFP6A=.024aro.DDC.w.JIM 13 `.► *mRMERS MANUFACTURING CO., INC. 614 HAMMONDVILLE ROAD POMPANO BEACH cLORIbA 33060 Service Bid for Lift Pump Ref. Quotation No. 4 Description of Repair Repair existing pump bearings by installing marine bearings and zinc plate. Repair of 18 inch, Axial flow, Stainless steel, Electric Pump Includes Thrust bearing Mid Marine bearing Bottom Marine bearing Attached zinc plate Pick-up and delivery Repair of existing pump bearings 06;7,c i (Quotation No. 4) D?C0MM0N0D=18IDSRFPRADL024&D.DOGm.. 11M 14 `✓ FARMERS MANUFACTURING CO., INC. 1114 HAMMONDVILLE ROAD POMPANO BEACH, 0LORIDA 33060 Service Bid for Lift Pump Ref. Quotation No. 5 Description of Upgrade Convert Creel oil -less design to base water -lubricated design. Conversion of 18 inch, Axial flow, Stainless steel, Electric Pump Includes Head Plate Packing Gland Mounting Plate Packing gland 1 15/16 inch diameter Type 316 stainless steel shaft Stainless steel mid -bearing housing with spider assembly and marine bearing Bronze straightener hub adaptor with two water lubricated marine bearings above impeller Pick-up and delivery Conversion of existing pump to water-lube 43(), , 00 (Quotation No. 5) GACOMMOMMDS 001BIOSRFPSOM-024Bn Mr-m.. 11M 15 �,w,ARMERS MANUFACTURING CO., INC. 814 HAMMONDy1LLE ROAD POMPANO BEACH, rLORIDA 33060 Service Bid for Lift Pump Ref. Quotation No. 6 Description of Repair Labor and Component replacement costs for maintenance of base water -lubricated pump design. Repair of IS inch, Axial flow, Stainless steel, Electric Pump Includes Tear -down and reassemble Replace top thrust bearing Replace all Fleetwood Marine bearings Replace attached zinc plates Quotation 6A A boo, 6y Quotation 6B1.5✓(S00 Quotation 6C S/27 Ly Quotation 6D /60lroo — Replace 1 15/16 inch diameter Type 316 SS shaft Replace packing gland Replace impeller Replace blades on impeller Replace fasteners Pick-up and delivery Quotation 6Ej/,- /L0�07 `7,3 Quotation 6F S. co Quotation 6G q/5� Quotation 61­150--C ' Quotation 61 , b' a7 Quotation 6J iX7, u% Component replacement of water -tube pump6 3 ,70, co (Quotation No. 6 - Cumulative Total Cost) G:100MMOMBIDS=i B[DMFPSOM-0IA810.MC-w JIM 16 FA�RS MANUFACTURING CO., INC. V 14 HAMMONDVILLE ROAD POMPANO BEACH: `LORIDA 33060 Cumulative Quotation Summary New Pumps Base Bid Amount kk 4JI (Quotation No. I Ref. Assemblies 1-4) Sub -total Newer v !r 9 60 Repairs Modification of existing pump w/out ext i-1-0 0 � e-o (Quotation No. 2) Modification of existing pump w/ext l OC/1 , 60 (Quotation No. 3) Repair of existing pump bearings (Quotation No. 4) ' Conversion of existing pump to water -tube ��30. GO (Quotation No. 5) Component replacement of water-lube pump 330� (Quotation No. 6 - Cumulative Total Cost) Sub -total Repairs Sl 91 GC7 Grand Totals 0.1COMMOMBIDS=I8IDSRFPS .02/BID.DOC.w. JIBS 17 $QERS MANUFACTUR14G CO., INC. 814 HAMMGNDVILLE ROAD BID FORM POMPANO BEACH,, rLORIDA 33060 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 #00-024 Purchase and Maintenance of 18 inch Diameter, 6,000 GPM at 4 ft. Static Head, Axial Flow, Stainless Steel, Electric Lift Pump SLC Mosquito Control District I, 4�1i REPRESENTING 62m P1g vV JC, Company and/or Corporation, agree to furnish the product(s) required in the specifications for the price of: 1. Base Bid Amount (Quotation No.1) 2. Quotation No. 2 3. Quotation No. 3 4. Quotation No. 4 5. Quotation No. 5 6. Quotation No. 6 $ /80 O ej Z. co $If. 06 %i • -7U $ 3 0607, eG $ �30. co $ Grand Total (new pump) Grand Total 9�1�Gr1 (repairs) ' Special Request or Instructions A two year warranty is required for all new pump bids. The repair bids are subject to standard 90-day warranties against defects in materials and workmanship The District reserves the right to either award the bid either combined or separately. Also bids are to be extendable for up to three years subject to Board approval of annually renewable contracts. G ICOMMOMBID9A01BIDSRFPSOM-03/ BID.DOC m, 11R8 1 V4W FARdORS MANUFACTURING CO., INC. S 314 HAMMONDVILLE ROAD POMPANO BEACH, `LORIDA 33060 The successful bidder will, within ten (10) calender days after written notice of such award, enter into a written contract with the Mosquito Control Board of St. Lucie County in accordance with the accepted bid. 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 reserves the right to waive any informalities or minor irregularities, reject any and all bids which are incomplete, conditional, obscure, or which contain 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 BIDDER: j'/i-/ ' 6L(I YY11440,-4--A CtOAUArr CW LNG ADDRESS: 014 N*7W"??0.Y-L)✓%b CITY, STATE, ZIP //34,4E- �i 1�—(_v12z �,y 33cwao PHONE: qs�— 1���" 30(o(v SIGNED BY:fliJ TITLE: //Lc-a.c z-- DATE: Z — S— 2 cio j G:IC0MM0MBIDS=181D9WPS%2=424 M..DOr-w..1V® 19 m C") a a A f ao t� J rn cu O N r..y Lo z I C4 t4—G N A N I^W L.> S .J LJ �o V im c u ICE rr ¢ a W 0. ? y r- C p ingLLJ z Z h S X ¢ L3 �D L0. UV I LL.) V] LOuj \ uml ... =3 b- \ W ¢ �+ _ ac p w �GL 0-4' [Y ¢S to X N V LLLJ rr> cm C%J �. 3 LM �. M W rh J N X a J G7 q C W Joe CV7 C4 cu T ^ IA CC \ 1 LLJ Q a L7 a s L7 Z Li U M no H aWi � O \ [Y Ln \ A 4'7 z L A A N N %W %WOF / ƒ / - \�Q k Li n §% _ & § � § =3 - qe•�§zg �\ ]»G�=CL * ® k« 2}}j£/G. to _ /o\ \§\§\`/§2 }d/ o � Eke2k\\. to co §§ *//»{k - Z Li ��2-te��a )�/ -� Li {{/ /§ 2 uj $ we \ � 22 /j , \ :t \ k ! *450 Ifto \ LLI \ d \La kd� \ - §�\)& [ g § - §/\�§ ULi} \ W k �de 22 £@§£kk.4 d?§ k §} �j;zw §aw jLL, S� -g / 5$���®•e;§af$§/2 \f � /7 E �u Gm / S¢ / b k §®e � LO $ \ t$/ / \ / k \,of / m m ../ Z CK d T W i V H 4 OO U x{a r w^� GV uj C3 zW zIS-m JC a W U UC�U W W H �y<Q6Q NUJ �Os S2 VJ wJJJHr OC W.Q. W vWW W� �oaceaa as llllflll 6 cm O ca 94 0 Z N r N 0 .✓ a A W 2 0 _z I. -' �- Y -J U J Q 0. a. C4I-- h E 0 z c a T z irhE Y Oy F- � -C4 s ax c �> WC,v� uW u, �i a ca x Wad 'd of N w T� C P oae ~`1La 7 ce L. o d u �61i �ZHs .�H�JZV�Y ZLLr Zw Rim Jm p c Y W � H wOCLr = w L G1 OC rZ. =gZN oWc CGa nil I %W ..r z W z G a Z tn U L.7t nC1 Cd � '°��^ Lij �'cqV � C! � r`n � W =�N ��� C N ? C3Gi w=c>cL�CczWV G Lci <47 Z W Jy LLJZ yYF7w W = M GC o C1 � � J J �[.I 4.J C �1 =3F-¢mc=�ara W Z ," ¢GwWLAJW wWW W p[ �. is UUUU 00(,_1 (a W .Y�-i a^i Cl- a C r. C 4 4 CJ W WLaiwwwW r3 fl Ww dr.:.GCKQ'0.'a0�(Y(L' . Z ui J LY a 2 W w W N d Ci l7 r W W Q q Z w 2 rd Ir Ir Im c ' w W Z c � w q w z¢ r r4 3 � a= c 0 o �co < Q F- W � o U C- =L3 LLJ h 0. ff %W lgmw Manufacturing Co. Pumps Since 1937 814 Hammondville Road, Pompano Beach, FL 33060 (954)946-3066 (954) 946-3111 fax web site - farmersmfg.com email - pumps@farmersmfg.com Farmers Mfg. Company - Recent Customer References: Barron Water Control District (6) x 54" Pumps Box 1606 (4) x 48" Pumps LaBelle, FL 33975 George Leicht 941-675-0346 South Broward Drainage District (3) x 48" Pumps 6591 SW 160 Avenue (3) x 36" Pumps Davie, FL 33331 (2) x 30" Pumps Neil Kalin 954-680-3337 Coral Springs Improvement District (6) x 54" Pumps 10300 NW 11 `^ Manor Coral Springs, FL 33071 Roger Moore, P.E. 954-410-0372 Sugar Farms Co-op A Florida Crystal Company Box 3067 West Palm Beach, FL 33402 Joaquin Fernandez 561-996-5553 (11) Pumps in 2000/2001 (8) x 36" (3) x 24" Many more in past years Old Plantation Water Control District (8) x 48" Pumps 1501 SE 4's Avenue Ft. Lauderdale, FL 33316 Pat O'Quinn 954472-5596 ti. References Continued US Army Corps of Engineers Omaha NE District 215 N. 17'h Street Omaha, NE 68102 402-221-3900 A. Duda & Sons, Inc Box 620257 Oveido, FL 32762 Pete Coultas, P.E. 407-365-2103 Brevard Mosquito Control District 2870 Greenbrooke St. Valkaria, Florida 32950 D. Scott Taylor 407-952-6322 (3) x 48" Pumps in Hamburg, IA Multiple Pump Sizes and Styles (1) New 42" Stainless steel pump etc. (1) New 18" Stianless steel pump etc. (2) Repairs of 18" Stainless pumps M �ftw Applications and Uses Farmers manufacturing has been ishment in dry conditions to main - building custom axial flow pumps tain water quality. Waste water since 1937. treatment facilities use our pumps for both permanent and emergency Axial flow pumps from Farmers Manufacturing are designed to be as versatile in their operation as your needs may require. Whether the use is agricultural, industrial, munici- pal, or mining, our pumps are built to withstand continuous 24 hours a day operation and designed to be on line when needed. No pre -start maintenance or lubrication is neces- sary, even after months of idle standby service. INDUSTRY The need for high volume fluid trans- fer in industrial uses has been effec- tively met with axial flow pumps from Farmers Manufacturing. They are used for such purposes as dewa- tering of excavations, dams, process water cooling, dry docks, processing plants, and, more recently, thermal cooling. AGRICULTURE In addition to the familiar uses of flood irrigation and drainage, axial flow pumps serve agriculture for hydra coolers, river intake stations, fish farms, freeze protection, flood maintenance, and supplying water to overhead irrigation pressure pumps. MUNICIPALITIES Our pumps are relied on by many of Florida's water management dis- tricts for both storm water removal in flood conditions and canal replen- by pass service. MINING Axial flow pumps are especially use- ful in open pit mining, strip mining of coal and phosphates, and material pits of all kinds. The variety of uses is increasing as the axial pump demonstrates itself as the most efficient method yet for high volume pumping at low to medium heads. '"W BEARING CAGE. Pumps for application with belt drive are supplied with special angular contact bearings recom- mended for application of heavy thrust and radial loads. Special housing provides large grease capacity which enables heat to be carried away from bearing, extending bear- ing life. PROPELLER SHAFT. Stain- less steel to prevent excessive wear at bearing and seal points. PROPELLER. The most desir- able combination of proper air- foil design, correctly balanced and polished. Extra -heavy- duty propeller withstands hy- draulic stresses and excessive wear of abrasion. Fabricated steel propeller is secured firmly to shaft by self -holding taper and large key, held in place by propeller nut. LINE SHAFT TUBE. Heavy tube encloses shaft from prop- eller to support plate. Accu- rately aligned to form support for shaft and assure smooth operation and positive lubrica- tion. LINE SHAFT. A high grade shafting, turned, ground and polished, of high torsional strength and such size as to transmit maximum powerwith minimum stress. LINE SHAFT BEARING. Extra length bearings precision ma- chined and fitted on 5-foot cen- ters or less to obtain long life, vibrationless operation and minimum deflection. FARMERS MANUFACTUR- ING pumps are custom de- signed and engineered to ob- tain the most efficient opera- tion for each installation. They are regularly offered in sizes from 8 inches through 72 inches and capacities of 1000 gallons per minute to 150,000 gallons per minute in low and medium heads. *4✓ .0r Custom Design In order to operate at maximum effi- ciency, a pump must be carefully de- signed for specific operating condi- tions. While other companies stock certain sizes and designs, Farmers Manufacturing builds each pump with a specific job in mind. Every de- sign and construction element of your pump is custom tailored to do its future use, and not the demands of a "similar"job. Maximum efficiency and reliability results when all parts work smoothly toward a clearly -defined goal. The size and configuration of the pump a t d a c a f r s E t c a a I n n f. p d P 0 g F s c n sign the drive whether it is belts, gears, hydraulic or direct to suit your specificjob. Designing custom pumps is our only business, something we do every day. not just when a standard product won't adapt to the applica- tion. Farmers manufacturing Com- pany rarely takes more than eight weeks from completion of design to finished construction. That's less time than it takes most companies to deliver a standard product. ..r DISCHARGE ELBOW. Long tadius elbow of heavy welded sections, designed for mini- mum loss due to turbulence and eddying. Heavy duty flanges provide extra strength and greater sealing ability. DISCHARGE CONE BEAR- ING. Large capacity, accu- rately machined bearings are lubricated by oil from shaft mbe. NEOPRENE RUBBER SEALS. Double sealed to prevent foreign matter entering shaft tube. UPPER BOWL. Fabricated of heavy steel, with steel dif- fuser hub. Proper length and i divergence to secure maxi- mum conversion of velocity into static head. LOWER BOWL. Engineered with wide -flaring suction to permit unimpeded entrance of water. Heavy-duty guide vanes are profiled to permit mini- mum turbulence. Precision - bored hub forms support for lower cutlass bearing. FARMERS MANUFACTUR- ING axial flow propeller pumps are guaranteed to de- liver their rated capacity at heads specified and are further guaranteed free from defects in material and workmanship for a period of one year from date of sale. Quality Farmers Manufacturing has estab- lished a reputation for quality and excellence through years of pain- staking attention to detail. We don't build a pump to minimum specifica- tions. We analyze the needs of our customers, design for the greatest combination of efficiency, durability and ease of maintenance. Fifty years of experience goes into the construc- tion of our pumps to keep them on line even through the most adverse operating conditions. The whole PUMP is simply stronger than neces- sary. This attitude pays off in the long run as our pumps continue to function with minimal maintenance year after year after year. 'a✓ :.rr Our Compaq Performance It takes years of performance to establish a tradition of excellence. A company must first have the ability to design and construct a superior product, and then do so with uncom- promising skill and integrity. Farmers Manufacturing has been producing axial flow pumps of unsurpassed workmanship for more than five decades. Every pump we build carries with it over 100 years of combined design engineering experience. With a design life exceeding that of typical commercial equipment by up to six times, it is not uncommon for our pumps to still be in operation even after 30 or 40 years. No other pump can deliver more gallons per horsepower. No other pump is more dependable. To put is simply; you just can't buy a better pump. CURVIIIIIII APPROXIMATELY THE CHARACTERISTICS WHET wOMPING CLEAR COLD WATER AXIAL FLOW PUMP RANGE CHAR ggqqqqqqqqqqq �ggqqqqqq ggqqqqqqqqqqqqqq�� ggqqqqqqq�qqqqqqqqqqqqqqqqqq �gggqnqq/���ql�Vq��\gggqqqqqq� qqq- \- 7�m�/I�Vgmmmmmm �qN' � q�7 �. gg0qqqqq� � ggl�gqq►\qq\�qq�q\�ggq\_�q_gqqq LV'-V�gW_0Wggq��gqqq►\��qq\gqqqq • nq\qqq\ggqq\qqq.\gggqq►A��� qqq\\ggq�Jgqq��qqqq�Jqqqqq►�qq� . gqqqq\q/�7gV�:�gq� dggq�!�i�qqq �gq�ggqqqqq�qqqqqqqqqqqqqq � q�-q=q�-qq-=q-gggqqqqqqqqqqqq� qqq®gggqqqqqqqAqqqqq ggqqqqqqqqqqqqqqqqqqqqqqqqqqqq gOgqqqqqqqqqqqqqqqqqqqqqqqq qq►.��7ggr�q�I��_gqqqli��qqqqqqqq� �I ��gq`\\qql, \ggqqqqqqq q ��' \�\�I Ayggqqqqq q' \ WrA q► q��I gq\�gggqqq • Iigq��q�:�gqq�Nqq\\gggqqqq\gqqqq ��gq�`gq\Vggq►�ggqq►�qqqqqqq\gqqqq gqqqq\��ggqqqqqqqqqqqqqqqq\\gggq q\\qq\! �gggq\Vggq\\gggqqqq�\qqq q�`qq�\ggl�gqqq�\gggq��qqqqqq ��qq gq►�q�Jq�J�ggq��qqq�Miqqqqqqq�►qqq ' gq��-�Iggq�Nq►�—��qqq��— . ggqqqqqqqqqqqqqqqqqqqqqqqqqq�qq ggqqqqqqqqqqqqqqqqqqqqqqqqqqqq ggqqqqqqqqqqqqqqqqqqqqqqqqqqqq 28 10" 12" 14" 161, Lu 24 1g• Z. 20 ❑ 16 Lu 12 _ 8 4 0 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 GALLONS PER MINUTE i Thousands FARMERS MANUFACTURING CO., INC. 814 HAMMONDVILLE ROAD, POMPANO BEACH FLORIDA 33060 !" PHONE:. (954) 946-3066 FAX: _(954) 946-3111 'f.. 4 . /� E � % ��� . � � `�} ' � ��e ��\�.\`~� � ^� �� � `� « .� < &«�.l. » . .. .� .. . �^/ . ~�\ � �a «d \ � \/� \\\ .»T«: »$ ± :� . ; � :\ �4111r ►"5 't•► AGENDA REQUEST TO: Mosquito Control District Board SUBMITTED BY(DEPT): Mosquito Control SUBJECT: Purchase of Two, ULV Monitoring And Control Units. ITEM NO. C=�rd DATE: February 27. 2001 REGULAR[ 1 PUBLIC HEARING I I CONSENT IXI PRESENTED BY: James R. David BACKGROUND: Staff proposes to trade-in two "Monitor 2" Units (which are no longer under warranty), used to operate our ULV spray systems, and purchase two "Monitor 3" replacement Units. With the new Monitor 3's, there would be no risk to the new vehicle electrical systems, because they link directly to satellite communications, and therefore would have no effect on vehicle warranty issues. The Monitor 3 Units are a sole source item. One Monitor 3 is proposed to be purchased with state funds (Equipment Request No. EQ01-232), and one Monitor 3 is proposed to be purchased with local funds (Equipment Request No. EQOI-233). The cost of each new Monitor 3, is S2,670.00 (which includes a $300.00 discount for each Monitor 2 traded -in). FUNDS AVAIL.: Funds are proposed to be made available in 145-6230-564000-600 Machinery & Equipment and 146-6231- 564000-600 Machinery & Equipment PREVIOUS .ACTION: N/A RECOMMENDATION: Staff recommends Board approval of Equipment Request No.'s EQOI-232 and EQOI-233 for the purchase of two (2) Monitor 3 ULV Monitoring and Control Units, approving the reallocation of sufficient funds in the local and state funds to cover the capital costs of those equipment requests, and authorizing the surplusing and trade-in of the two (2) Monitor 2 Units which they will replace. COMMISSION ACTION: �{] APPROVED t 1 DENIED �) OTHER: ,ounty Attorney: 6riginating Dept. Finance: (Check for opy only, if applicable)_ Review and Apnrovals O anagement & Budget -Purchasing: Other: Other: Eff. 5/96 01 r5 MEMORANDUM TO: MOSQUITO CONTROL DISTRICT BOARD FROM: JAMES R. DAVID, MOSQUITO CONTROL DIRECTOR DATE: FEBRUARY 8, 2001 SUBJECT: PURCHASE OF TWO, ULV MONITORING AND CONTROL UNITS BACKGROUND: At the recent Dodd Short -Courses for Mosquito Control, District staff was informed that difficulties were being encountered installing Monitor 2, ULV monitoring and control units into newer vehicles. These Units are used to operate our ground ULV sprayers. The new vehicles apparently are more sensitive to electrical variations than older trucks. They reported that when older model Monitor 2's were attempted to be installed, a variety of electrical failures was encountered and reports of impacts upon vehicle warranties was referenced. When the manufacturer was contacted, they reported that it was possible for their older model monitors to affect vehicle warranties. As a result, staff proposes to move two Monitor 3's found on two older vehicles, into two newer vehicles, which will be received this spring. The Monitor 2's that are found in two of the four vehicles being replaced, would then replace the Monitor 3's removed from the older vehicles. Additionally, staff proposes to trade-in two Monitor 2 Units (which are no longer under warranty), for two Monitor 3 Units. With the new Monitor 3's, there would be no risk to the new vehicle electrical systems, because they link directly to satellite communications, not the electrical signals from the vehicle transmission, and therefore would have no effect on vehicle warranty issues. The Monitor 3 Units are a sole source item. One Monitor 3 is proposed to be purchased with state funds (Equipment Request No. EQ01-232), and one Monitor 3 is proposed to be purchased with local funds (Equipment Request No. EQO1-233). The cost of each new Monitor 3, is 52,670.00 (which includes a 5300.00 discount for each Monitor 2 traded -in). Staff also proposes to budget sufficient funds in subsequent budget years, to replace the outdated Monitor 2 and ULV spray Units which are no longer under warranty, with combined Monitor 3 and compatible ULV spraying Units. RECOMMENDATION: Staff recommends Board approval of Equipment Request No.'s EQOI-232 and EQOI-233 for the purchase of two (2) Monitor 3 ULV Monitoring and Control Units, approving the reallocation of sufficient funds in the local and state funds to cover the capital costs of those equipment requests, and authorizing the surplusing and trade-in of the two (2) Monitor 2 Units which they will replace. E w W p Q> G p rz Qai a f_ N o a1 'Z Y co a @ o O U> a m O J 0 O Q O .0 v@i •� h m h O O 'm6 Q7 O @@ Q) G° o N 2 @ U@i O t O m G o w z O Uc � w p Z CD C- c z Lli v a Qam.t 0O N o ro �` ° �- �> Co a) a•m m m m N m- mo QL a U o 0 W h N O. O c) 7 N U G O 't Q Z � V h U O� N G VJ O O O os� �a HQ Z w L) o �-0 oao a a@ .Gm.S h o 3 M U to E a o u a> m a z S� o ° ' c m LL O W O X- N ,.�; Q i 0 LL ❑ Z w c Q) o o -Q co '�• @ 0 Y a N G> m 0 Z Q w o z o Q) Q) CD.. -Q z w 3 o 0 O� I.— m G c a` m 0 mco Ln UQ7 Q""" w '0 Q Q`7 m N a a y? a ,4 .Q z o Q) co`-' Co V) m co `o Q) QQ)i 3 QGi Z m 3 v a@i a c o Q)Q) w Q) o rn_ m co m jCi °� `o me a .E o 3 Q"i > �- i ° aQi o co O O E2 H 0 0 - �a�aQmoo�Q) @�mo 3 C° m me e'er = 3? o N as m m n'3 m ` coco Q) IM c@i'� °o a� o t° O O O N t y° p Q E m r a @ m I- c v w Qe C#J w ~ ° W i Z Q Q W Z w U a � O !, a W LL a W `: ii 7 W O ❑ `"' W w %W *400 FF> 0 co Q c' Q) � O :3 N@ v, Y O 'O_6 i O O m° a o) o c Q o o QQi N. m@� w ) @ CD z wa° a) a o- m o m °-c c °c m a) w cE --:3M aci t +=° o a°i � o Z c p w o o ro FL- m y a m CO w v I O o �' U G@ 'G y G U a G '� 'q •3 c o Cl) N o m .� i- G Q °i.m a U w w! m m Co E CO 'm ' Q)o o a `m LO z _> z @ o o c a m a°'i E aci m p w z Q z Q c o y c U) o o o t o °c' a �.. N Zv Q w O � a o; O a m O �'a`° � cz O U L N G Q 3 O O> @ LL p W 3 O +- N L i Q� X O� . O� @ Q ° c a 2 O LL o c »- m e �= o 1 z OD 2 o °� cw rno �' w 0 mCi o a N �'a°a�o°iU°a 0 0a ` 6o m�'�� .yo w a w o acoQ) mta Q a �cr Q) Q) Q)� m� D Z 0 0° a u �° Q o N aNi 3° aG ULU z m 3 rn Coa Q c a� 0 -i -i U E N ° c _CX G W Ir u co O @ a) ."' J 2:Z O O tis Z E o C))w c Nt Q co N N U U O c a ._ a c m ama @- oc lD V m•E Q L.-- I- I, 0 0 @ c 2 Qu, t m a � w �w OL v v� m� m �' � @ Q)i ? m o O G@@ G V w W W z Z p O z W z Z Q ,; Q o O a W (� LL a a. m w� o 0 ; O W M D 72 w htri. -U`1 Ulit KII 10' 1, AUArw, 1%W vi/ 14U February 9, 2001 Jim David, Director St. Lucie County Mosquito Control 3150 Will Fee Road Ft, Pierce, Florida 34982 Re: Quotation Jim: 'hank you for the opportunity to provide St. Lucie County Mosquito Control with the following quotation: Product Code Descri ion Unit Price MON3 Monitor 3 w/a pump $ 2.970.00 MON2 Trade credit on Monitor 2 3 300.00 Total $ 2,670.00 All prices quoted FOB destination, net 30 days, Prices valid for 60 days. One year warranty inclusive. Any purchases of Monitor 3 units after April 1, 2001, which are installed on equipment other than London Air or ElectraMist sprayers, are void of all warranty coverage. Any Monitor 3 purchased prior to April 1, 2001 will maintain full warranty. Thank you once again for this opportunity. Should you have any questions please contact me tali free at (800) 367-0659. Best regards Bill Reynolds • 2800 SOUTH FINANCIAL COURT. SANFORD, FLORIDA doff -B118 • U.S.A (407) 330-4800 • FAX (407) 330-9888 a (800) 367-0869 • e-mall: Info®adapeoino.aam 4W -v4oAPC0,INC. 'Iwwm A- ]etalmY 14 zwl am „xtrMxneo� TO YYMOM IF MAY COKM; for mo*m eud.ModUIN TNs is to wwm M AMM, Inc h the sole soteae daxrlbds+r Flaw pumps h the UAW Stetsa MUM Tfic Mwow III anl P�e4 uamf sed �y 71te sYstrrn MMW aF ginatdV rerl * *. mnnbi'So mmmlonlY No modular Mow mend (MFC) MM. The MmftWw&tmare PSI' Mi9>vw SPEW ogre Yehlela mv*w mw ML"ber Mla ow greed Mow so Mow 5 (CHM) IYM Apdpl0h* ale ' ✓ Mtm Iampeth9) RdD►aetl^ The Modmr M =Wxwds rd* o" MwMt M pump Co" and Date I cmft r (ULY Coned) Irderl MMadtderr r1mv cw" Pump or Im p my nW PiVards. Jim RMT Vice PfeddeM . trnvam+wwnc earn • 9�utwn0. rtawo� Ur3ane • u9A.- w__ Non vo+iro.r�xw�l �yept.ry»�xxa9•rw...saenemm V00'd 88860££ OVI :'131 3N1 'OOdyOtl 0£; 11 1JU) 10 ,60-'93d ADAPCO, INC `a► EXTENDED WARRANTY SERVICE POLICY Monitors and MFC Pumps Monitor3 ($601yr) (End of years) Monitors ($48/yr): Serial# Purchased 869 04/25/97 06/01/00 04/30/01 11 $4.00 $44.00 884 04/25/97 06/01/00 04/30/01 11 $4.00 $44.00 1259 03/20/98 06/01/00 05/31/01 12 $4.00 $48.00 1261 03/20/98 06/01/00 05/31/01 12 $4.00 $48.00 1345 03/05/99 06/01/00 05/31/01 12 $4.00 $48.00 1346 03/05/99 06/01/00 05/31/01 12 $4.00 $48.00 1347 03/05/99 06/01/00 05/31/01 12 $4.00 $48.00 1348 03/05/99 06/01/00 05/31/01 12 $4.00 $48.00 1618 04/10/00 05/01/01 05/31/01 1 $5.00 $5.00 1621 04/10/00 05/01/01 05/31/01 1 $5.00 $5.00 1622 04/10/00 05/01/01 05/31/01 1 $5.00 $5.00 1623 04/10/00 05/01/01 05/31/01 1 $5.00 $5.00 1624 04/10/00 05/01/01 05/31/01 1 $5.00 $5.00 WC Pumps ($24Jyr): (End of 4 years) Serial# Purchased 1054 04/25/97 06/01/00 04/30/01 11 $2.00 $22.00 1055 04/25/97 06/01/00 04/30/01 11 $2.00 $22.00 1267 03/20/98 06/01/00 05/31/01 12 $2.00 $24.00 1268 03/20/98 06/01/00 05/31/01 12 $2.00 $24.00 1400 03/05/99 06/01/00 05/31/01 12 $2.00 $24.00 1401 03/05/99 06/01/00 05/31/01 12 $2.00 $24.00 1402 03/05/99 06/01/00 05/31/01 12 $2.00 $24.00 1403 03/05/99 06/01/00 05/31/01 12 $2.00 $24.00 1493 04/10/00 04/01/01 05/31/01 1 $2.00 $2.00 1494 04/10/00 04/01/01 05/31/01 1 $2.00 $2.00 1496 04/10/00 04/01/01 05/31/01 1 $2.00 $2.00 1497 04/10/00 04/01/01 05/31/01 1 $2.00 $2.00 1499 04/10/00 1 04/01/01 1 05/31/01 1 1 1 $2.00 $2.00 Total $1 559.00 *. Fog trucks 1400 Truck No Mon type Warranty Up SIN III # Replace Veh Pr no From 2 to 3 2 2 2003 1346 203822 3 3 2004 1622 203839 4 3 2004 1623 203840 5 2 2003 1345 203823 7 3 2004 1618 2001 f 203841 2001 14 3 2004 1621 2002 203842 19 2 2002 1261 203802 21 3 2004 1624 203843 23 2 2003 1348 2001 203820 2001 24 2 2003 1347 2001 203821 2001 25 2 2002 1259 203803 H:ldatalq prolfogginglmon itors 1.wb3 could exchange with a could exchange with a Jim David - Fog Monitors Page 1 `'✓ From: To: Date: Subject: David Mook Jim David 2/7/01 11:42AM Fog Monitors We have been informed that installing the Monitor 2 on new trucks may void the warranty for the vehicle. There have been reports from other districts that the monitor 2 installation causes major with the vehicles electronic system including problems with the ABS brake system. To get around this problem, it would be best to install monitor Ts on the new trucks . Monitor Ts do not have to be wired into the trucks electronic system (which is getting more complex year by year) and they have the capability to add a GPS system. Enclosed is a copy of what Monitors we presently posess. As you can see, three of the four trucks we are replacing are presently equipped with monitor 2s. Truck 7 already has a Monitor 3 which can be easily transferred to the new truck when it arrives. The Monitor 3 on truck 14 could be moved to a new truck and a Monitor 2 put on truck 14. This probably is not practical because truck 14 is being replaced next year. The Monitor 3 on truck 21 could be swapped with a Monitor 2. DM FY'01 LINE -TO -LINE TRANSFER REQUEST FORM d1TO CONTROL DATE: RUARY 27, 2001 DEPARTMENT: MOS4PZB ACCOUNT. -OMB - ACCOUNTNUMBERACCOUNTNAME AMOUNT BALANCE VERIFY. TO: 146-6231-564000-600 Machinery 8 E ui menl $1.899 $861 145-6230-564000-600 Machinery 8 Equipment $2.670 $1 FROM: 146-6231-554200-600 Training - SeminarR istration $234 $234 146-6231-54000-600 Travel $1,665 $1.665 145-6230-544100-600 Equipment Rental $2,670 S8.820 REASON FOR TRANSFER: THE PURPOSE OF THE TRANSFERS ARE TO PROVIDE SUFFICIENT MONIES TO REPLACE TWO OBSOLETE MONITOR SYSTEMS WITH MONITOR TS THAT DO NOT AFFECT VEHICLE WARRANTY. CONTACT PERSON: DEPARTMENT APPROVAL: OMB APPROVAL: ADMINISTRATION APPROVAL: JAMES R. DAVID PHONE M ext. 1692 OMB NOTES: APPROVAL DATE: LINE -TO -LINE TRANSFER# to INPUT BY: DOCUMENT#: