Loading...
HomeMy WebLinkAboutAgenda Packet 01-16-01VI.. En TANUARY 16, 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 TEEMS- 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. r./ BOARD OF COUNTY COMMISSIONERS www.stlucieco.gov AGENDA January 16, 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 January 9, 2001 PggPQ -j Approve the minutes of the special meeting held January 2, 2001 ,ywo"& 2. PROCLAMATION/PRESENTATION j'I'� 1 There are no proclamations or presentations scheduled for January 16, 2001. 3. GENERAL PUBLIC COMMENT 4. CONSENT AGENDA'/AliT PUBLIC HEARINGS There are no public hearings scheduled for January 16, 2001. 6. LEISURE SERVICES Construction Approval - Consider staff recommendation to approve construction of two (2) batting cages at Horatio Grisby Park, and the use of Park A (Fort Pierce) Impact Fees in the amount of $6,207.98 as a funding source for the County's share of the cost. "i)raNA v REGULAR AGENDA JANUARY 16, 2001 PAGE TWO 7. COUNTY ATTORNEY A. Resolution No. 01-36 - Consider staff recor !iK- 0No. 01-36 supporting House Bill 0031 to 11 Deferred PrQsentm.e Tr s do 0 to adopt Resolution The Regulation of B. Resolu tonNo.01- -Consider staff recommendationto approve Resolution No. 01-26 amending the County's Purchasing anual, a;td authorize the Chairman to sign the resolution. e� _ct`(i,cnun inckli 8. INVESTMENT FOR THE FUTURE b-00�J OC 5 �l�.l eS Bid No. 01-002 / Equipment Purchase for Mets Stadium - Consider staff recommendation to reject the low bid and approve the purchase of an irrigation pump station from Flowtronex PSI, Inc., in the amount of $55,18 9. ADMINISTRATIONS A. Legislative Funding Requests - Consider staff recommendation to grant permission to submit the following projects for funding, and allow public comment: Project Title Funding Requested Generator for Special Needs Shelter & Other Improvements $193,800 Roof Reconstruction for Special Needs Shelter $289,149 Portable Animal Stalls for Regional Animal Collection Site $118,000 Wildfire Mitigation Plan for St. Lucie County $157,500 Indian River Estates Drainage Improvements $103,855 St. Lucie County Fairgrounds Renovation $2,000,000 Smithsonian Marine Ecosystems Exhibit $200,000 Savannas Recreation Area Improvements $200,000 Airport Industrial Park West $2,910,000 South Hutchinson Island A1A Multi -use Trail $4,125,000 St. Lucie West Blvd./1-95 Interchange Completion Project $4,000,000 Header Canal Road Reconstruction for Agriculture Industry $2,500,000 Airport Industrial Park Wastewater & Conveyance System $900,000 REGULAR AGENDA JANUARY 16, 2001 PAGE THREE 9. ADMINISTRATION (CONTINUED) B." rapefruit Festival / Budget Amendment No. BA01-122 - Consider the erequest of Jeannette Walsh of the Tribune, to donate $1,197.16 in rental fees 2�j for the Grapefruit Festival to be held on January 26 and January 27, 2001 in Fort Pierce, and approve Budget Amendment No. BA01-122. This funding �!- would come from contingency. AD Bi-weekly Committee Reports - The Board will give updates on the various � committees and advisory boards that they serve on. v CONSENT AGENDA lanuary 16, 2001 1. WARRANTS LIST 5l O C, p ,� ( � Approve warrants list No. 15 I � ;� out (X/`/ I 2. LEISURE SERVICES A. Equipment Request No. 01-221 / Budget Amendment No. 01-116 - Consider staff recommendation to approve the equipment request and budget amendment to purchase a replacement ice machine for the concession stand at softball 2 & 3 at Lawnwood Park. B. Revised Equipment Request No. 01-060 - Consider staff recommendation to approve revised Equipment Request No. 01-060 for purchase of a new stove for the Civic Center. C. Grant Application - Consider staff recommendation to grant permission to apply for a grant in the amount of $ 5,000 from the Cultural Affairs Council to add an art component to the existing summer camp program. D. Grant Application and Acceptance- Consider staff recommendation to grant permission to apply for and accept Cultural Affairs Council mini -grants for the 2001 Arts Along the Waters Student Mural and Cultural Arts Festival, approve the contracts, and authorize the Chairman to sign the applications. E. Agreement Approval - Consider staff recommendation to approve the 6 Month Extension Agreement with Ft. Pierce Coca Cola Bottling Co., and authorize the Chairman to sign the agreement. F. Resolution No. 01- 35 - Consider staff recommendation to approve Resolution No. 01-35, amending Resolution No. 00-83 (Lending County Equipment), and authorize the Chairman to sign the resolution. MANAGEMENT AND BUDGET A. Budget Resolution No. 01-28 - Consider staff recommendation to approve Budget Resolution #01-28 to appropriate and expend funds from the SFWMD Floridian Aquifer Well Monitoring Grant in the amount of $246,009. B. Budget Resolution No. 01-29 - Consider staff recommendation to accept the FDOT DUI Enforcement Specialist Grant, on behalf of the Sheriff's Office, in the amount of $ 76,060, and approve the budget resolution appropriate and expend the funds. "PaVa 4-o *t) C. Budget Resolution No. 01-30 - Consider staff recommendation to approve Budget Resolution No. 01-30 to appropriate and expend funds from the USDOT/FDOT Hurricane Floyd Reimbursement in the amount of $291,560 for the Indian River Road Repairs Contract. D. Budget Resolution No. 01-31 - Consider staff recommendation to accept the US Department of Justice (USDOJ) FY2000 State Criminal Alien Assistance grant award, on behalf of the Sheriff's Office, in the amount of $5,511, and approve the budget resolution to appropriate and expend the funds. CONSENT AGENDA JANUARY 16, 2001 PAGE TWO 3. MANAGEMENT AND BUDGET (CONTINUED) E. Budget Resolution No. 01-37 / Smithsonian Marine Ecosystem Exhibit - Consider staff recommendation to adopt the budget resolution recognizing the anticipated $200,000 from the City of Fort Pierce FRDAP Grant, to allow full funding of the contract with the primary contractor, Paul Jacquin & Sons, Inc. 4. COUNTY ATTORNEY A. Satisfaction & Release of Claim / Estate of Jessie Brawner - Consider staff recommendation to sign the Satisfaction and Release of Claim. B. Resolution No. 01-27 - Consider staff recommendation to adopt Resolution No. 01-27 amending Resolution No. 92-07; Contractor Categories for Purposes of Issuance of Contractor Certificates of Competency; by amending Aluminum I Contractor; by adding new Aluminum II Contractor. C. Midway Road/Glades Cut -Off Road Intersection Improvements / Contract for Sale and Purchase - Consider staff recommendation to approve the Contract for Sale and Purchase with Vartouhy Karakashian in the amount of $5,000 plus closing costs, authorize the Chairman to execute the Contact, and direct staff to proceed with closing and record the documents in the Public Records of St. Lucie County. D. Contract Amendment - Consider staff recommendation to approve the Second Amendment to the contract with General Elevator Sales and Services, Inc. to increase the cost to $133.99 per month, and authorize the Chairman to sign the Amendment. E. Inmate Labor Agreement - Consider staff recommendation to approve the agreement and authorize the Chairman to sign the agreement. HUMAN RESOURCES Equipment Request No. 01-226 / Budget Amendment No. BA01-121 - Consider staff recommendation to approve the equipment request and budget amendment to purchase equipment and services for the Human Resources Digital Imaging Project. 6. VETERAN SERVICES Equipment Request No. 01-224 / Budget Amendment No. 01-119 - Consider staff recommendation to approve the equipment request for the purchase of a van, the budget amendment for an interest -free loan from the St. Lucie BOCC General Fund, and the agreement with The United Veterans of St. Lucie County obligating repayment of the loan. CONSENT AGENDA JANUARY 16, 2001 PAGE THREE CENTRAL SERVICES Contract Amendment - Consider staff recommendation to approve the First Amendment to the Electrical Materials Installation, Inc. contract in the amount of $40,570 for Phase II (electrical work at Juvenile Court Facility and offices), and authorize the Chairman to sign the amendment. 8. UTILITIES Donation Acceptance - Consider staff recommendation to accept the donation of a used Wastewater Treatment Plant from the River Landing Subdivision in Martin County, Florida, to be used at North County Utility District. PUBLIC WORKS One Stop Permitting Grant - Consider staff recommendation to authorize the Chairman to sign the Quick Permitting County Certification and the One Stop Permitting grant application for submission to the State Technology Office to improve the County's One Stop Permitting web page. v `W BOARD OF COUNTY COMMISSIONERS ADDITIONS AGENDA January 16 2001 CONSENT AGENDA COMMUNITY DEVELOPMENT A.1 Tourism / Treasure Coast Sports Commission - Consider Tourist Development Council recommendation to approve granting $20,000 of resort tax revenue to the Treasure Coast Sports Commission subject to an agreement prepared by the County Attorney and authorize the Chairman to sign the agreement. 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 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. ,.A, BOARD OF COUNTY COMMISSIONERS ST. LUCIE COUNTY, FLORIDA REGULAR MEETING Date: January 9, 2001 Convened: 7:05 p.m. Tape: 1-2 Adjourned: 8:47 p.m. Commissioners Present: Chair, Frannie Hutchinson, Doug Coward, Paula Lewis, Cliff Bames, John D. Bruhn Others Present: Doug Anderson, County Administrator, Robert Bradshaw, Heather Young, Asst. County Attorney, Julia Shewchuk, Community Development Director, Dennis Murphy, Asst. Community Development Director, Paul Phillips, Airport Director, Ray Wazny, Public Works Director, Bill Blazak, Utilities Director, Beth Ryder, Community Services Director, Hank DuFour, Human Resources Director, Christann Hartley, Finance Director, Don West, County Engineer, (Sheriffs office Deputy present); Roger Shinn, Central Services Manager; A. Millie Delgado, Deputy Clerk MINUTES (1-032) It was moved by Com. Coward, seconded by Coin. Bruhn, to approve the minutes of the meeting held December 19, 2000; and, upon roll call, motion carried unanimously. 2. PROCLAMATIONIPRESENTATION (1-033) The Board presented award to Eddie Whitfield, Todd Bevan and Walter Deemer, for their many years of service on various St. Lucie County committees. Mr. Whitfield requested the Board's assistance in utilizing a county vehicle for the upcoming Martin Luther King parade. The vehicle is to place golf carts from IRCC to the parade location. The Board held a discussion regarding utilizing a county employee to assist Mr. Whitfield. Coin. Lewis expressed her concerns regarding opening the door to other organizations requesting assistance in similar circumstances. Mr. Whitfield was directed to meet with Mr. Anderson and Coin. Lewis tomorrow. GENERAL PUBLIC COMMENTS Mr. Bill Hearn, Indrio resident, congratulated the Fire Fighters on a job well done in controlling the fire today in north county. He also asked the Board to review the issue in Florida Trend Magazine (December's issue) which has an excellent article entitled "Liveable Florida". Mr. Ken Usher, Ft. Pierce resident, addressed the Board regarding the problem he is having with cast netters while he is fishing . There seems to have been confrontations between the cast netters and the sports fishermen. He asked the Board to review the law and amend the law by changing the wording to add " including cast nets, bait nets etc., -1- ..-e Mr. Tabor, also a fisherman from St. Lucie County asked the Board to consider changing the law. Com. Barnes stated he�did not want to prohibit cast netting on docks and piers. This issue was referred to the County Attorney for review. CONSENT AGENDA (1-0090) Com. Bruhn requested discussion on item C-213. The County Engineer addressed Com. Bruhn's questions and advised the Board of the existing problems with the drainage in the parking lot. Com. Lewis expressed her concerns with the general public wading through water when the parking lot floods. Com. Bruhn stated he had a problem with spending this much money on a parking lot. Com. Barnes questioned the possibility of building a new parking lot on the grass/dirt lot east of the Administration building for the same cost. The County Administrator advised the Board the property belongs to the City of Ft. Pierce and he has had preliminary discussions about deeding the property over to the county, however, a decision has not been made at this time. Com. Barnes stated he would prefer to spend the $100,000 on paving the grass parking area. The County Administrator advised the Board that when the public enters the building and there is a severe rain, when they leave they are wading through a flooded parking lot and that is when everything gets wet and this is a big problem. It was the consensus of the Board to pull this item for further review. It was moved by Com. Lewis, seconded by Com. Barnes to approve the Consent Agenda, with item C-2 B pulled for further review and additions C-A-3; and, upon roll call, motion carried unanimously. WARRANT LIST The Board approved Warrant List Nos. 12 through 14. 2. PUBLIC WORKS A. Road and Bridge/Bid Waiver and Purchase- The Board approved the bid waiver and purchase of a Hot Patch truck from Freightliner of South Florida in the amount of $87,316.74. B. Engineering/Bid No. 00-096- This item was pulled for further review. PURCHASING A. Permission to Advertise- The Board approved granting permission to advertise for bids for the sale of the Yale EW Electric Overhead 10-ton Hoist. B. Bid No. 01-006/Enhanced Swale Maintenance- The Board approved awarding the bid to the low bidder, CEM Enterprises, Inc., DBA Sunshine Painting, in the amount of $6.77 per foot for swale maintenance and $2.00 per foot for culvert cleaning, and authorized the -2- Chairman to sign the contract as prepared by the County Attorney. C. Bid No. 01-061H(Rouse Road Reconstruction- The Board approved awarding the bid to the low bidder, Sheltra & Sons, in the amount of $51,380 (alternate bid amount) and authorized the Chairman to sign the contract as prepared by the County Attorney. 4. UTILITIES Permission to Advertise/Transfer of Beach Club Colony Wastewater System to St. Lucie County from Martin County- The Board approved granting permission to advertise a public hearing consistent with Florida Statute Chapter 125.3401, and schedule a Public Hearing for February 13, 2001 at 9:00 a.m. or as soon thereafter as possible. 5. COMMUNITY DEVELOPMENT Change Order No. 2 and No. 3/World of Plastics/Oleander Business Park CDBG Grant Project- The Board approved executing the change orders for time extensions on work previously completed and to ensure that all grant paperwork is in compliance with state and federal regulations. ADMINISTRATION Community Development Block Grant Citizen's Advisory Task Force- The Board approved ratifying Com. Bruhn's appointment of Clyde Killer to the Community Development Block Grant Citizen's Advisory Task Force. CENTRAL SERVICES RFP No. 00-097/Architectural Services- The Board approved two firms Edlund & Dreitenbas and REG Architects, and enter into a contract for two years with an option of two - one year extensions. COMMUNITY SERVICES Treasure Coast Community Services Tripartite Board for St. Lucie/ Martin/Okeechobee County Community Action Agency Re -appointments- The Board approved Re -appointing Com. Lewis or a designated staff person, and re -appointed Grace McNeil, retired manager of the welfare department, each to serve for another 3 year term. ADDITIONS A.3 INFORMATION TECHNOLOGY Software Support and Maintenance Agreement Extension- The Board approved extending the Software and Maintenance Agreement with Graphic Computer Solution for one year and authorized payment to GCS. REGULAR AGENDA PUBLIC WORKS(I-1416) A. Resolution No. 00-287/Kings Highway Industrial Park/Street Lighting District -For consideration before the Board was to approve the resolution providing for the creation and establishment of a Special Street Lighting Improvement District in the King's Highway Industrial Park and authorized the Chairman and the County Attorney to execute the resolution. -3- 0 .0 .. le Mr. Frank Fee, attornex for the petitioner addressed the Board on this issue. The County Engineer advised the Board that if possible they would like to borrow the money for the project from the Transportation Trust MSBU Fund account. It was moved by Com. Coward, seconded by Com. Bruhn, to approve staff recommendation; and, upon roll call, motion carried unanimously. B. Resolution No. 00-137/ Guardian Self Storage- This item was continued to January 9, 2001 at the December 5, 2000 Board meeting. The applicant is requesting"an additional continuance until January 23, 2001. It was moved by Com. Lewis, seconded by Com. Coward, to approve continuing this public hearing until January 23, 2001; and, upon roll call, motion carried unanimously. C. Resolution No. 0 1 -001 Jeffrey and Tara Tobin- For consideration before the Board was staff recommendation to approve the resolution granting the request to define a Class A Mobile Home as a Detached Single Family Dwelling Unit for 29.99 acres of land in the AG-5 zoning district. It was moved by Com. Bruhn, seconded by Com. Coward, to approve staff recommendation; and, upon roll call, motion carried unanimously. D. Resolution No. 00-002/Hess Station -Turnpike Feeder Road- For consideration before the Board was staff recommendation to approve the resolution subject to the cited conditions granting a Conditional Use Permit and Minor Site Plan approval to allow for the construction of a 3,192 square foot convenience store with five gasoline pumps and an automatic car wash in the CN zoning district. Mr. Gregg Boggs, Landscape Architect, addressed the Board regarding this issue. It was moved by Com. Barnes, seconded by Com. Lewis, to approve staff recommendation; and, upon roll call, motion carried unanimously. E. Resolution No. 01-004/Ft Pierce Air Center- For consideration before the Board was staff recommendation to approve the resolution granting a Major Adjustment to the existing Conditional Use at the St. Lucie County International Airport to allow for construction of 13,000 square feet of hangar space and 1,820 square feet of office space to an existing hangar for a total of 14,820 square feet of space. It was moved by Com. Bruhn, seconded by Com. Coward, to approved staff recommendation; and, upon roll call, motion carried unanimously. F. Resolution No, 0 1 -003- Miami Latin Church of God- For consideration before the Board was staff recommendation to approve the resolution granting a change in zoning from AR-1 to RF zoning district to allow for the establishment of a church facility. Pastor, Eduardo Urena addressed the Board on this issue. Mr. Bill Hearn, requested the Board be aware that the Planning and Zoning Commission voted 4 to 3 in favor of this re -zoning. Com. Coward questioned the size of the facility now and what would be needed to be added in the future. 10 ,.i Pastor Urena advised the Board thht'fhey would not be needing more than 6 or 7,000 square feet in the near future. A Com. Coward asked if they were considering space for any recreational activities. Pastor Urena stated they would not, they are only considering having a playground for the children aside from the church. Com. Bruhn asked if there were many residents in opposition to this request. The Planning Department advised the Board that the adjacent resident and his mother were in opposition to the petition and one more resident in the area was also opposed. A letter in support of the project was submitted and is attached. Com. Coward expressed his concerns with the fact that what they want to be approved today is not confining it to 5,000 square feet with a small playground, what is being requested to be approved is over five and one half acre of religious facility zoning which amounts to approximately 75,000 square feet potential. The questions is, is this an appropriate area for development of that magnitude and this concerns him. There is no assurance that once it is rezoned, that it would be retained by the church. Com. Coward suggested splitting the property and rezoning the portion needed for the facility. The Planning Manager stated this is something that the petitioner may not be ready to advise them where the church will be placed. Pastor Urena suggested placing a clause in the contract stipulating what size of structure can or cannot be built on the remainder of the property. Com. Coward stated he is being asked to rezone a parcel which has the potential of having 75,000 square feet facility on it. He would prefer that the petitioner reduce the scope of his proposal. The Board is not permitted to place conditions on a rezoning. Com. Bames suggested action be delayed for a couple of weeks so that the petitioner may have the time to sit down with staff and further refine the proposal. The petitioner agreed however, he is concerned with the length of time of the continuance due to the fact the seller of the property has been waiting for quite some time for a decision. It was moved by Com. Barnes, seconded by Com. Bruhn, to continue this public hearing on January 23, 2001 at 7:00 p.m. or as soon thereafter as possible; and, upon roll call, motion carried unanimously. ADDITIONS A.1 Unsafe Building/2014 South 3511 St., Ft. Pierce, Fla. - Consider staff recommendation, pursuant to the provisions of Article III of Chapter 2-5 of the St. Lucie County Code of Ordinances and Compiled Laws, that the Board enter an order to repair or demolish the building located at 2014 S. 35`h St., by April 15, 2001. If the building is not repaired or demolished by April 15, 2001, the County shall demolish the building and assess the entire cost against the real property where the building is located. It was moved by Com. Bruhn, seconded by Com. Barnes, to approve staff recommendation; and, upon roll call, motion carried unanimously. -5- ,. *40 A.2 Unsafe Building/1412 Angle Road Ft. Pierce, Fla.- Consider staff recommendation pursuant to the provisions of Article III of Chapter 2-5 of the St. Lucie County Code of Ordinances and Compiled Laws, that the Board enter an order to repair or demolish the building located at 1412 Angle Road, by April 15, 2001. If the building is not repaired or demolished by April 15, 2001, the County shall demolish the building and assess the entire cost against the real property where the building is located. The owner of the property addressed the Board and stated he would contact his sister to, see if she would contact her daughter and find out if she was going to purchase it as planned. It was moved by Com. Bruhn, seconded by Com. Barnes, to approve staff recommendation; and, upon roll call, motion carried unanimously. 6. COUNTY ATTORNEY (2-112) A. Donation Agreement/Rock Road Jail- Consider staff recommendation to accept the donation of the building subject to the terms and conditions of the Donation Agreement and authorize the Chairman to sign the agreement. It was moved by Com. Barnes, seconded by Com. Lewis, to approve staff recommendation; and, upon roll call, motion carried unanimously. B. Twin Vee Powercats, Inc., Job Growth Investment Grant Agreement- Consider staff recommendation to approve the Job Growth Investment Grant Agreement and authorize the Chairman to sign the agreement. It was moved by Com. Bruhn, seconded by Com. Coward, to approve staff recommendation; and, upon roll call, motion carried unanimously. C. Resolution No. 01-34/Rouse Road- Consider staff recommendation to adopt Resolution No. 01-34. It was moved by Com. Bruhn, seconded by Com. Lewis, to approve staff recommendation; and, upon roll call, motion carried unanimously. 0 Ift.. %wo ..4, EW CAW W Atel%a. Phu. KMM .Pne.x-Se141 NO 41x.Hryavvr Letter of Support for Miami Latin Church of God's Request For Re -zoning of Property at 5905 Oleander Avenue from A/RI to RF St. Lucie County Board of County Commission Dear Commissioner: I am writing this letter on behalf of New Hope Baptist Church located at 5200 Oleander Avenue in support of the re -zoning of property on Oleander Avenue from Agricultural/'Residential I to Religious Facility for the Miami Latin Church of God. The Miami Latin Church of God has been operating under the name of Prince of Peace Church for more than 3 years in St. Lucie County. For the past 2 I ' years since August 1. 1998, they have shared facilities with New Hope Baptist Church at 5200 Oleander Avenue just 1 , mile or 7 blocks north of the property being considered for re -zoning. Prince of Peace Church (Miami Latin Church of God) under the leadership of Pastor Eduardo Urena has been an active part of the White City- Oleander Avenue community since August 1, 1998. They have provided Christian care giving, evangelism and discipleship to the surrounding communities and joined other neighborhood churches in joint worship services. They have also provided strong financial and volunteer help in maintaining our grounds and constructing our new Children and Youth Ministries, Building. Prince of Peace (Miami Latin Church of God) has been conducting worship services on Tuesday evening, Friday evening and Sunday afternoon. Since they have been in operation in the White City community since August 1. 1998, there will be minimal increase of traffic when they build their new building just two blocks south of their current location. I am sorry I am not personally able to speak to the Commission this Tuesday evening, Jan. 9, 2001 in support of this zoning change as I originally planned. I am presently at Palm Beach Gardens Hospital undergoing cardiac evaluation. Fellow members of New Hope Baptist Church and my family are most supportive of the Board of County Commissioners approving the zoning change and having Prince of Peace (Miami Latin Church of God) as our long term Christian neighbors at 5905 Oleander Avenue. Christ's Humble Servant Don Hinkle Chairman of Deacons -7- Com. Coward requestet staff review the attendance of appointees to the various committees and report back to the Board. Com. Barnes requested the Board ratify his appointment of Joanne Davis to the Historical Commission. It was moved by Com. Bruhn, seconded by Com. Lewis to ratify this appointment; and, upon roll call, motion carried unanimously. Com. Barnes commented on modular type structures being placed as commercial buildings on U.S. 1. The Assistant Community Development Director stated they could develop something similar to what they presently have regarding modular structures for residential units which is required to look like a house. They could establish something similar for modular units on a permanent basis. They have been working on the Architectural Standards which are presently on hold due to funding. Com. Barnes stated he would prefer to take the funds out of contingency to continue working on the Architectural and Community Appearance Standards . Com. Coward concurred with Com. Barnes and asked they continue to move forward with both. Com. Barnes commented on the 100" Celebration (Main Street) and asked for suggestions on additional contributions whether it be cash or in- kind to be discussed at a future meeting. Com. Coward reiterated the difficult time they had during the budget process and expressed his concerns with giving additional money and would prefer to find more in -kind services. Com. Lewis concurred with Com. Coward and stated she would prefer more in -kind services be provided. The County Administrator stated he would provide a list of what is being provided by the county in services. Chairperson Hutchinson stated she would prefer this not be agendad for a future meeting and stated her reasons for this request. Com. Barnes requested a list of contributions and monetary value of these contributions for his review and so that he may present if necessary. There being no further business to be brought before the Board the meeting was adjourned at 8:47 p.m. Clerk of Circuit Court Chairman In V, Date: January 2, 2001 Tape: 1 BOARD OF COUNTY COMMISSIONERS ST. LUCIE COUNTY, FLORIDA SPECIAL MEETING Convened: 9:02 a.m. Adjourned: 9:30 a.m. Commissioners Present: Chair, Frannie Hutchinson, Doug Coward, John D. Bruhn, Paula Lewis, Cliff Barnes Others Present: Doug Anderson, County Administrator, Robert Bradshaw, Asst. County Administrator, Dan McIntyre, County Attorney, the Honorable Judge Kanarak, A. Millie Delgado, Deputy Clerk The Honorable Judge Kanarak administered the Oath of Office to the following Constitutional Officers: JoAnne Holman, Clerk of the Circuit Court Bob David, Tax Collector Jeff Furst, Property Appraiser Gertrude Walker, Supervisor of Elections Ken Mascara, Sheriff of St. Lucie County The meeting was adjourned. Chairman Clerk of Circuit Court v 1%W JANUARY 16, 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 January 16, 2001 9:00 A.M. INVOCATION PLEDGE OF ALLEGIANCE 1. MINUTES John A 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 January 9, 2001 Approve the minutes of the special meeting held January 2, 2001 2. PROCLAMATION/PRESENTATION There are no proclamations or presentations scheduled for January 16, 2001. 3. GENERAL PUBLIC COMMENT 4. CONSENT AGENDA PUBLIC HEARINGS 5. There are no public hearings scheduled for January 16, 2001. 6. LEISURE SERVICES Construction Approval - Consider staff recommendation to approve construction of two (2) batting cages at Horatio Grisby Park, and the use of Park A (Fort Pierce) Impact Fees in the amount of $6,207.98 as a funding source for the County's share of the cost. NOTICE• All Proc action taken by the before this Board are electr at these meetings will need a record of the proceedings is ine a hearing will be swore to to at (561) 462-1777 or TDD (561) 462-1428 at least forty-eight(48) hours prior iM IWO REGULAR AGENDA JANUARY 16, 2001 PAGE TWO 13 COUNTY ATTORNEY A. Resolution No. 01-36 - Consider staff recommendation to adopt Resolution No. 01-36 supporting House Bill 0031 to Provide For The Regulation of Deferred Presentment Transaction Commonly Referred to As Payday Loans. B. Resolution No. 01-26- Consider staff recommendation to approve Resolution No. 01-26 amending the County's Purchasing Manual, and authorize the Chairman to sign the resolution. INVESTMENT FOR THE FUTURE Bid No. 01-002 / Equipment Purchase for Mets Stadium - Consider staff recommendation to reject the low bid and approve the purchase of an irrigation pump station from Flowtronex PSI, Inc., in the amount of $55,181. 9. ADMINISTRATION A. Legislative Funding Requests - Consider staff recommendation to grant permission to submit the following projects for funding, and allow public comment: Project Title Funding Requested Generator for Special Needs Shelter & Other Improvements $193,800 Roof Reconstruction for Special Needs Shelter $289,149 Portable Animal Stalls for Regional Animal Collection Site $118,000 Wildfire Mitigation Plan for St. Lucie County $157,500 Indian River Estates Drainage Improvements $103.855 St. Lucie County Fairgrounds Renovation $2,000,000 Smithsonian Marine Ecosystems Exhibit $200,000 Savannas Recreation Area Improvements $200,000 Airport Industrial Park West $2,910,000 South Hutchinson Island Al Multi -use Trail $4,125,000 St. Lucie West Blvd.11-95 Interchange Completion Project $4,000,000 Header Canal Road Reconstruction for Agriculture Industry $2,500,000 Airport Industrial Park Wastewater & Conveyance System $900,000 M '"0 REGULAR AGENDA JANUARY 16, 2001 PAGE THREE ADMINISTRATION (CONTINUED) B. Grapefruit Festival / Budget Amendment No. BA01-122 - Consider the request of Jeannette Walsh of the Tribune, to donate $1,197.16 in rental fees for the Grapefruit Festival to be held on January 26 and January 2 7, 2001 in Fort Pierce, and approve Budget Amendment No. BA01-122. This funding would come from contingency. C. Bi-weekly Committee Reports - The Board will give updates on the various committees and advisory boards that they serve on. Cam: .r+ 1. WARRANTS LIST CONSENT AGENDA January 16.2001 Approve warrants list No. 15 LEISURE SERVICES A. Equipment Request No. 01-221 / Budget Amendment No. 01-116 - Consider staff recommendation to approve the equipment request and budget amendment to purchase a replacement ice machine for the concession stand at softball 2 & 3 at Lawnwood Park. B. Revised Equipment Request No. 01-060 - Consider staff recommendation to approve revised Equipment Request No. 01-060 for purchase of a new stove for the Civic Center. C. Grant Application - Consider staff recommendation to grant permission to apply for a grant in the amount of $ 5,000 from the Cultural Affairs Council to add an art component to the existing summer camp program. D. Grant Application and Acceptance- Consider staff recommendation to grant permission to apply for and accept Cultural Affairs Council mini -grants for the 2001 Arts Along the Waters Student Mural and Cultural Arts Festival, approve the contracts, and authorize the Chairman to sign the applications. E. Agreement Approval - Consider staff recommendation to approve the 6 Month Extension Agreement with Ft. Pierce Coca Cola Bottling Co., and authorize the Chairman to sign the agreement. Resolution No. 01- 35 - Consider staff recommendation to approve Resolution No. 01-35, amending Resolution No. 00-83 (Lending County Equipment), and authorize the Chairman to sign the resolution. 3. MANAGEMENT AND BUDGET A. Budget Resolution No. 01-28 - Consider staff recommendation to approve Budget Resolution#01-28 to appropriate and expend funds from the SFWMD Floridian Aquifer Well Monitoring Grant in the amount of $246,009. Budget Resolution No. 01-29 - Consider staff recommendation to accept the l y r t L l / FDOT DUI Enforcement Specialist Grant, on behalf of the Sheriff's Office, in the amount of $76,060, and approve the budget resolution appropriate and i expend the funds. C. Budget Resolution No. 01-30 - Consider staff recommendation to approve Budget Resolution No. 01-30 to appropriate and expend funds from the USDOT/FDOT Hurricane Floyd Reimbursement in the amount of $291,560 for the Indian River Road Repairs Contract. D. Budget Resolution No. 01-31 - Consider staff recommendation to accept the US Department of Justice (USDOJ) FY2000 State Criminal Alien Assistance grant award, on behalf of the Sheriff's Office, in the amount of $5,511, and approve the budget resolution to appropriate and expend the funds. CONSENT AGENDA JANUARY 16, 2001 PAGE TWO 3. MANAGEMENT AND BUDGET (CONTINUED) E. Budget Resolution No. 01-37 / Smithsonian Marine Ecosystem Exhibit - Consider staff recommendation to adopt the budget resolution recognizing the anticipated $200,000 from the City of Fort Pierce FRDAP Grant, to allow full funding of the contract with the primary contractor, Paul Jacquin & Sons, Inc. 4. COUNTY ATTORNEY A. Satisfaction & Release of Claim / Estate of Jessie Brawner - Consider staff recommendation to sign the Satisfaction and Release of Claim. B. Resolution No. 01-27 - Consider staff recommendation to adopt Resolution No. 01-27 amending Resolution No. 92-07; Contractor Categories for Purposes of Issuance of Contractor Certificates of Competency; by amending Aluminum I Contractor; by adding new Aluminum II Contractor. C. Midway Road/Glades Cut -Off Road Intersection Improvements / Contract for Sale and Purchase - Consider staff recommendation to approve the Contract for Sale and Purchase with Vartouhy Karakashian in the amount of $5,000 plus closing costs, authorize the Chairman to execute the Contact, and direct staff to proceed with closing and record the documents in the Public Records of St. Lucie County. D. Contract Amendment - Consider staff recommendation to approve the Second Amendment to the contract with General Elevator Sales and Services, Inc. to increase the cost to $133.99 per month, and authorize the Chairman to sign the Amendment. E. Inmate Labor Agreement - Consider staff recommendation to approve the agreement and authorize the Chairman to sign the agreement. HUMAN RESOURCES Equipment Request No. 01-226 / Budget Amendment No. BA01-121- Consider staff recommendation to approve the equipment request and budget amendment to purchase equipment and services for the Human Resources Digital Imaging Project. VETERAN SERVICES Equipment Request No. 01-224 / Budget Amendment No. 01-119 - Consider staff recommendation to approve the equipment request for the purchase of a van, the budget amendment for an interest -free loan from the St. Lucie BOCC General Fund, and the agreement with The United Veterans of St. Lucie County obligating repayment of the loan. ..r CONSENT AGENDA JANUARY 16, 2001 PAGE THREE CENTRAL SERVICES Contract Amendment - Consider staff recommendation to approve the First Amendment to the Electrical Materials Installation, Inc. contract in the amount of $40,570 for Phase H (electrical work at Juvenile Court Facility and offices), and authorize the Chairman to sign the amendment. UTILITIES Donation Acceptance - Consider staff recommendation to accept the donation of a used Wastewater Treatment Plant from the River Landing Subdivision in Martin County, Florida, to be used at North County Utility District. 9. PUBLIC WORKS One Stop Permitting Grant - Consider staff recommendation to authorize the Chairman to sign the Quick Permitting County Certification and the One Stop Permitting grant application for submission to the State Technology Office to improve the County's One Stop Permitting web page. 0 '"d BOARD OF COUNTY COMMISSIONERS ADDITIONS AGENDA January 16 2001 CONSENT AGENDA COMMUNITY DEVELOPMENT A.1 Tourism / Treasure Coast Sports Commission - Consider Tourist Development Council recommendation to approve granting $20,000 of resort tax revenue to the Treasure Coast Sports Commission subject to an agreement prepared by the County Attorney and authorize the Chairman to sign the agreement. 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. Anyparty 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. BOARD OF COUNTY COMMISSIONERS SUBMITTED BY: SUBJECT: BACKGROUND: *ft. AGMMA RZOURST Community Development/Tourism Division Tourist Development Council Granting Funds to the Treasure Coast Sports Commission %4d ITEM NO. - DATE: January 16, 2001 CONSENT [ X I REGULAR ( PUBLIC HEARING ( PRESENTED BY- 71111UNITY DEV.' DIRECTOR Last year the Board of County Commissioners granted the approval for the Tourist Development Council to grant $20,000 to the Treasure Coast Sports Commission. This commission is a not -for -profit organization focusing on the promotion of bringing sports activities into the tri-county areas of Indian River, Martin and St. Lucie. During its first year of operation, the Commission has proven the need to have a person dedicated to the development of sports promotions that attract a wide range of regional, national and international sports competition to our area. The cooperation of our three counties has increased the numbers of sporting venues available and assisted in the economic development into the local economy. From October 1, 1999 to September 30, 2000 the economic impact projection reports show that a total direct impact of $1,790,450 has been brought into St. Lucie alone. This is a conservative number because the indirect economic impacts have not been included into the above figure. The Tourist Development Council still feels the mission of the commission works in conjunction with its own by promoting St. Lucie County as a year round visitor and sports destination that generates additional room nights. Per last years attached grant agreement, the Treasure Coast Sports Commission has submitted an in-depth accounting report to staff showing how the $20,000 grant dollars were spent. n ITEM NO. 7-1 - I January 16, 2001 Tourist Development Council Granting Funds to the Treasure Coast Sports Commission Page 2 FUNDS AVAILABLE: Resort Tax Revenue 611-5210-582000 PREVIOUS ACTION: TECOMMENDATION: The Tourist Development Council recommends the Board of County Commissioners approve granting $20,000 of resort tax revenue to the Treasure Coast Sports Commission subject to an agreement prepared by the County Attorney and authorize the Chairman to sign. Attachment COMMISSION ACTION: [XI APPROVED [ ] DENIED [ ] OTHER: 4-0 (Barnes Absent) Administrator Coordination/Signatures County Attorney: Management & Budget: Purchasing: Originating Dept.: Other: Other:_ Finance: (Check for Copy only, if applicable) FORXB\AZMBQ ..i C 9 9 -03 - S794. GRANT CONTRACT THIS CONTRACT, made this —Z . day of _ (ria.-11c - A.D. 19 1 7, between ST. LUCIE COUNTY, a political subdivision of the State of Florida, hereinafter called the "County", and TREASURE COAST SPORTS COMMISSION, INC., a Florida not -for - profit corporation, or its successors, executors, administrators, and assigns hereinafter called the "Recipient": IN CONSIDERATION of the mutual benefits received by each part, the parties mutually agree as follows: 1. The County shall disperse to the Recipient a grant from tourist development tax funds in the total amount of twenty thousand and 00/100 dollars ($20,000.00). Payment to the Recipiert shall be made to the Recipient on or before September 30, 1999. 2. The grant shall be used only for operational expenses of the Recipient toward its efforts to attract, stimulate, and promote sporting events on the Treasure Coast from the date first above written through and including September 30, 2000. Operational expenses shall be limited to staff salaries, office supplies, equipment, marketing, and advertising costs. Beginning January 15, 2000 and continuing thereafter each quarter through the term of this Contract, the Recipient shall submit quarterly reports to the St. Lucie County Tourism Manager regarding the expenditure of the grant funds and activities of the Recipient, particularly the promotion of sporting events in St. Lucie County, during the previous quarter. The final report shall be delivered on or before October 15, 2000. 3. The Recipient shall have internal fiscal controls adequate to safeguard the grant funds. .w i' 4. If the grant can not be used or a subsequent audit reveals the grant was not used according to this contract, any money not so used shall be reimbursed to the County. S. The Recipient shall provide an audit, by a certified or duly licensed public accountant, of the expenditure of the grant. In the alternative and subject to the prior written approval of the County Management and Budget Manager, the Recipient may submit qualifying paid invoices in lieu of a certified audit. The Recipient shall submit all documents required under this paragraph within ninety (90) days after the end of its current fiscal year. 6. The Recipient gives the County the right, until the expiration of three (3) years after expenditure of funds under this agreement, to audit the use of the grant monies. Upon demand, the County shall have access to and the right to examine any directly pertinent books, documents, papers, and records of the Recipient involving transactions related to these grant monies. All required records shall be maintained until an audit is completed and all questions arising therefrom are resolved, or until the expiration of three (3) years after the expenditure of the funds. 7. The Recipient agrees to fully indemnify and hold harmless the County, its officers, employees, and agents of and from all liabilities, damages, claims, recoveries, costs and expense in any way arising out of the receipt or expenditure of these monies. 8. The Recipient agrees to comply with all local, state and federal laws, rules and regulations. 9. All publications issued by the Recipient shall include the following statement: "Sponsored in part by the St. Lucie County Tourist Development Council." In the alternative, the Recipient shall use the Tourist Development Council's logo, subject to prior approval of the St. Lucie County Tourism Manager 10. Either party may terminate this contract with or without cause upon thirty (30) days In written notice to the other provided however the Recipient shall reimburse the County for all unexpended funds or funds expended in conflict with Recipient's application, as of the date of termination notice. 11. Any notice shall be in writing and sent registered or certified mail, postage and charges prepaid, and addressed to the parties at the following addresses: TO THE COUNTY: St. Lucie County Administrator Administration Annex 2300 Virginia Ave., 3rd Floor Fort Pierce, Florida 34982 WITH COPY TO: St. Lucie County Attorney Administration Annex 2300 Virginia Ave., 3rd Floor. Fort Pierce, Florida 34982 TO THE RECIPIENT: Treasure Coast Sports Commission, Inc. Thomas J. White Stadium 527 NW Peacock Boulevard Port St. Lucie, Florida 34986 12. No amendment, modification or waiver of this Agreement shall be valid or effective unless in writing and signed by both parties and no waiver of any breach or condition of this Agreement shall be deemed to be a waiver of any other conditions or subsequent breach whether of like or different nature. If the County currently provides or subsequently provides any forms for contract modification, Recipient agrees to use said forms. 13. Except as otherwise provided, this agreement shall be binding upon and shall insure to the benefit of the parties. 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 supercede all previous communications, representations or agreements, either verbal or *Moe written, between the parties hereto. IN WITNESS WHEREOF, the parties have caused the execution by their duly authorized officials as of the day and year first written above. ATTEST: ATTEST: SECRETARY g: \atty\agreetmu\contract\tcsports.comm.99. wpd BOARD OF COUNTY COMMISSIONERS ST. LUCIE COUNTY, FLORIDA BY:i CHAIRMAN AS TO FORM AND AM // COUNTY TREASURE COAST SPORTS COMMISSION, INC. BY: PRESIDENT (SEAL) ",GENDA REQUEST TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY(DEPT): Leisure Services 11m A11 NO. 6 DATE: JANUARY 16, 2001 REGULAR [X] PUBLIC HEARING [ ] CONSENT [ ] PRESENTED BY: Pete Keogh Director, Leisure Services SUBJECT: Construction of 2 batting cages at Horatio Grisby Park located at 1306 Avenue M. BACKGROUND: In an effort to meet the needs of the children of St. Lucie County, the North Side Ball 8r Bat Club are in support of the County constructing 2 batting cages at Horatio Grisby Park. The "Club" has been awarded a $ 5000 grant from chiidreu's Services which will be committed towards the project. The total cost of the project would be $11,207.98. The County's share of cost would be $6207.98. Funds are available in the Park A (Ft. Pierce) Impact Fee Account. FUNDS AVAILABLE IN: 310002-7210-563000-700 Improvements Other Than Buildings Un- allocated From Park A (Ft. Pierce) Impact Fees (A project # will be assigned once the Board gives its approval) PREVIOUS ACTION: N/A RECOMMENDATION: Staff requests that the BOCC approve construction of the batting cages at Horatio Grsby Park, the use of Park A (Ft. Pierce) Impact Fees as the funding source for the County's share of cost. COMMISSION ACTION: j] APPROVED [ ] DENIED [ ] OTHER: 4-0 (Barnes Absent) .-1 County Attorney: Originating Dept: Coordination Si natures Mgt. 3 Budget Other: Finance: (Check for Copy only, if Applicable) Eff. 1197 naerson Administrator Purchasing Mgr.: Other: H:\WP\battin cages Horatio.wpd NOV-07-00 TUE 05:00 PM SLC LEISURE SERVICES 407 467 2;77 P,01 `v� VA04 NOV-07-2000 14:27 F.01101 Norfesiae Bat 8 BaH Glob P.O. box 16M, Fort Pierce, Morlds 34954 Tax ftnapt i - Grow M 68 i isbi t 17 SS&O I s November 8, 2000 St. Lucie County Commission 2300 Virginia Avenue Fort Pierce, Florida 84982 Dear Commissioners: As President of Northside Little League for the 2WO , 2001 season, I would like for you to consider installation of two (2) batting Cages at Northaide Horatio Grisby Field. The board thank you in advance for your consideration. We appreciate your willingness to meet the needs of the children of St. Lucie County by providing modern proper equipment to help physically train them. Our board has been awarded funds to participate in the construction of these batting cages. We received a grant in the amount of $6,000.00 from Children Services, which will be our contribution to St. Lucie County Leisure Services as our share for this project. Commissioners, we certainly look forward to a growing and lasting relationship. Together we can make a difference. Respectfully yours, Tony Barnes President /tb °rsatwdws tGftmsv, ToWs Widen, Tsauureda $lopes J% t6am %alined TOIA F'. 01 M .w BATTING CAGE MATERIALS LISTS for 1 set of 2 cages (19) 2" Perimeter fence post 10 W tall SLC **(10) 21' sticks @ $47.25 (6) 3" Perimeter corner fence post 101/2'tall SLC **(3) 21' sticks @ $69.93 200 Lf of 8' #9 gauge wire and hardware ADRON **$2.91 per foot. - 13% 70' x 30' Slab 2100 sq. ft. 2500 psi w/fiber **4" thick 75 sq. ft. per yard 28 yds @ $65 Labor to form and pour slab *Greg Lineburg $ 472.50 $ 209.79 $ 506.34 $1, 820.00 $ 700.00 (8) Turnbuckles hot dip galv. 3/8" x 6" Turner Mach. $ 118.56 ** 8 @ $14.82 (6) 6" threaded "I" Bolts, washers and nuts Turner Mach. $ 18.00 ** 6 @ $3.00 Astro Turf 2100 sq. ft. IRS Global $ 4,200.00 ** 2100 @ $2.00 per sq. ft. (276) "S" hooks to hang net 1/8" diam. X 1 1/4" length $ 24.84 ** 276 @ $ .09 Turner Mach. (12) 3" Cage poles sch. 40 galy. ** 12 @ $69.93 Turner Mach. $ 839.16 (2) 12' W x 12' H x 60' L #42 Knotted Nylon Batting Tunnel $ 1,956.24 ** 2 @ 978.12 Stan Mar 325' of 1/4" Stainless Steel Cable Turner Mach. $ 191.75 1%1� .d **325 @ $ .59 per ft. (1) 8' #9 wire 3'/z' Swing gate SLC 150.00 **1 @ $150 TOTAL $11,207.18 ---- � 2.�� -ACE-- � =-� -}- - - • - -- — -`- -- ._ _. _ _ _ _ ._ _.. .. .. — - ----- ---- - e Poles ra— — 7—�eS,�necR—Nf tC49e �kybc_vze- 1�,. Ct^+,rr (,Ole x G -- ---- Slab AGENDA REQUEST TO: Board of County Commissioners SUBMITTED BY(DEPT): ITEM NO.7 DATE: January 16, 2001 REGULAR[4 PUBLIC HEARING[ ] CONSENT [] PRESENTED BY: Katherine Mackenzie -Smith Assistant County Attorney SUBJECT: Resolution No. 01-36 -Supporting House Bill 0031 to Provide For The Regulation of Deferred Presentment Transaction Commonly Referred to As Payday Loans BACKGROUND: See attached memorandum FUNDS AVAILABLE: RECOMMENDATION: Staff recommends that the Board adopt the attached Resolution No. 01-36 as drafted. COMMISSION ACTION: [ ] APPROVED [ ] DENIED [g] OTHER: Pull item to redraff in more generic terms D;IdglAnderson Counyy Administrator Review and Approvals County Attorney:_ + Management & Budget: Purchasing: _ Originating Dept. Sheriff: Other: Finance: a ,%NW INTER -OFFICE MEMORANDUM ST. LUCIE COUNTY, FLORIDA TO: Board of County Commissioners FROM: Katherine Mackenzie -Smith, Assistant County Attorney C.A. NO: 01-43 DATE: January 8, 2001 SUBJECT: Resolution No. 01-36 -Supporting House Bill 0031 to Provide For The Regulation of Deferred Presentment Transaction Commonly Referred to As Payday Loans BACKGROUND On December 4, 2000, Representative Barreiro prefiled House Bill 0031. This bill creates the Deferred Presentment Act. The intent of the Act is to provide for the regulation of deferred presentment transactions commonly referred to as payday loans. The bill provided that no fees in excess of 10% of the amount financed may be charged, limits the transaction amount to S500 and prohibits rollover. The attached Resolution No. 01-36 supports House Bill 0031. RECOMMENDATION/CONCLUSION: Staff recommends that the Board adopt the attached Resolution No. 01-36 as drafted. KMS/mt Attachment Respectfully submitted, /L/ C/ Katherine Mackenzie -Smith Assistant County Attorney RESOLUTION NO. 01-36 A RESOLUTION SUPPORTING HOUSE BILL 0031 TO PROVIDE FOR THE REGULATION OF DEFERRED PRESENTMENT TRANSACTION COMMONLY REFERRED TO AS PAYDAY LOANS WHEREAS, the Board of County Commissioners of St. Lucie County, Florida, has made the following determinations: 1. On December 4, 2000, Representative Barreiro prefiled House Bill 0031. 2. The intent of the Act is to provide for the regulation of deferred presentment transactions commonly referred to as payday loans. 3. The House Bill provides that no fees in excess of 10% of the amount financed may be charged. 4. The House Bill limits the deferred presentment transaction amount to $500.00. 5. The House Bill prohibits rollovers of the deferred presentment transaction. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of St. Lucie County, Florida. 1. This Board strongly supports House Bill 0031. 2. The County Administrator is hereby directed to forward a copy of this resolution to Governor Jeb Bush and the Legislative Delegation for St. Lucie County. Va. *4. After motion and second the vote on this resolution was as follows: Chairman Frannie Hutchinson XX Vice Chairman Doug Coward XX Commission Paula A. Lewis XX Commissioner Cliff Barnes XX Commissioner John D. Bruhn XX PASSED AND DULY ADOPTED this day of January, 2001. ATTEST: BOARD OF COUNTY COMMISS ST. LUCIE COUNTY, FLORIDA DEPUTY CLERK IM N 4 11 L - Q APPROVED AS TO FORM AND CORRECTNESS: COUNTY ATTORNEY fir' AGENDA REQUEST ITEM NO. DATE: January 16, 2001 REj . ' I®REGULAR [XX] i '" br PUBLIC HEARING [] CONSENT[] TO: BOARD OF COUNTY COMMISSIONERS PRESENTED BY: SUBMITTED BY(DEPT): County Attorney Daniel S. McIntyre County Attorney SUBJECT: Resolution No. 01-26 Amending the County's Purchasing Manual BACKGROUND: See attached memorandum FUNDS AVAILABLE: PREVIOUS ACTION: RECOMMENDATION: Staff recommends that the Board approve Resolution No. 01-26 and authorize the Chairman to sign the Resolution. COMMISSION ACTION: [X] APPROVED [ ] DENIED [ ] OTHER: 4-0 (Barnes Absent) Amend resolution to add Purchase of new equipment (Above $750) Not approved during budget process requires Board approval. Y Review and Approvals lbl j County Attorney: Management 6 Budget Originating Dept Public Works Finance: (Check for Copy only, if applicable) Douglas Anderson County Administrator Purchasing: County Eng. Bff. 5/96 M .Ww INTER -OFFICE MEMORANDUM ST. LUCIE COUNTY, FLORIDA TO: Board of County Commissioners FROM: Daniel S. McIntyre, County Attorney C.A. NO. 01-55 DATE: January 9, 2001 SUBJECT: Resolution No.01-26 BACKGROUND: Attached is a copy of Resolution No. 01-26 which, if adopted, would amend the County's Purchasing Manual. The draft Resolution formalizes the changes recommended to the Board by the staff committee. All of the proposed changes are identified in blackline form. The principal change would be to increase the bid threshold from $10,000.00 to $20,000.00. The changes proposed in Chapter 10 (Professional Services Contracts) are to conform the County's purchasing regulations with state law. RECOMMENDATION/CONCLUSION : Staff recommends that the Board approve Resolution No. 01-26 and authorize the Chairman to sign the Resolution. DSM/caf Attachment ,v `16+ RESOLUTION NO. 01-26 A RESOLUTION AMENDING THE ST. LUCIE COUNTY MANUAL OF PURCHASING REGULATIONS BY: CHANGING THE FORMAL BID THRESHOLD TO $20,000; CHANGING THE THRESHOLD FOR WRITTEN QUOTATIONS TO $7,500 - $19,999; CHANGING THE THRESHOLD FOR INFORMAL QUOTATIONS TO $2,500 - $7,499; CHANGING THE UPPER LIMIT FOR PURCHASE ORDER CONTRACTS TO $5,000; REVISING THE EQUIPMENT PURCHASING POLICY TO ALLOW PURCHASE OF EQUIPMENT ABOVE BUDGETED COST PROVIDED THAT THE PURCHASE DOES NOT EXCEED THE DEPARTMENTS EQUIPMENT BUDGET; MAKING CERTAIN OTHER EDITORIAL CHANGES FOR CLARIFICATION; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, on October 7, 1985, the Board of County Commissioners for St. Lucie County (the "Board") adopted Resolution No. 85-212 which established the purchasing regulations and procedures for St. Lucie County, Florida as set forth in the St. Lucie County Manual of Purchasing Regulations and Procedures (the "Purchasing Manual") and since that date, the Purchasing Manual has been amended from time to time, most recently by Resolution No. 99-234; and, WHEREAS, in order to improve efficiency in County purchasing it is necessary to modify the bid/proposal thresholds and make other changes; and, WHEREAS, it is also necessary to amend the Purchasing Manual to correct department names and make certain other editorial clarifications. NOW, THEREFORE, be it resolved by the Board of County Commissioners of St. Lucie County, Florida: 1. The 5t, Lucie County Manual of Purchasing Regulations and Procedures is hereby amended as shown in the attached Exhibit "A". v 2. This resolution shall become effective January 1, 2001. PASSED AND DULY ADOPTED this day of January, 2001. ATTEST: Deputy Clerk BOARD OF COUNTY COMMISSIONERS ST. LUCIE COUNTY, FLORIDA M Chairman APPROVED AS TO FORM AND CORRECTNESS: BY: County Attorney SECTION 5 -OUTSIDE PURCHASES 5_1 Competitive Bidding Policy Normally, major purchases of materials, supplies, equipment, and contracted services (excluding professional services) from outside vendors by County Departments will be acquired through Competitive Quotations or Bidding through the Purchasing Department or pursuant to State Contract as provided by Chapter 287, Florida Statutes. The only exceptions permitted to this policy are those authorized in the other sections of this manual or authorized by the Board of County Commissioners. The acquisition of Professional Services is expressly exempted from this policy and such services shall be approved in accordance with Section 9 of this manual. 5 2 Obtaining Price Estimates To obtain price estimates and/or product information, a Department should contact the Purchasing Department for assistance. (a) For a price estimate, the Department should preparean APPROPRIATION form and submit it to the Purchasing Department. (b) In response to such a request, the Purchasing Department will contact various vendors and obtain price estimates and/or product information. (c) Afterwards, the Purchasing Department will return the APPROPRIATION form indicating potential vendors, estimated prices, and product information. (d) Such estimates should be distinguished from quotes, which will be obtained by the Purchasing Department when an order is actually placed. 5.3 Outside Purchases Under $40-99G-99 $20 000 00 Items or services under $€,,000 $7,500 normally will be acquired through informal quotations as provided in Section 7.2 of this manual. Items or services over $5,000 &7.500 and under $40,980 $20,000 normally will be acquired through formal quotations as provided in Sections 7.3 of this manual. However, purchases of $2,500 or less are exempt from this policy. Page 1 of 30 ,`W .00 (a) Purchases for the following items are exempt from the purchase order process and shall be paid via the Check Request Form: (1) Subscriptions & Membership Dues (2) Registration Feesand Lodging Fees to include Airfare once approved via a Travel Request Form. (3) Permits, impact fees and other such fees approved by the Purchasing Manager and Finance Director. (b) To acquire items or services under $19;000-GO $20.000.00 a Department will prepare a REQUISITION form and submit it to the Purchasing Department. Section 6 of this manual governs the preparation and submission of the REQUISITION form. (c) After receipt and review of the form, the Purchasing Department shall assist the Requisitioning Department in selecting a vendor for the requested item or service through informal quotations as provided in Section 7.2 or formal quotations as provided in Section 7.3 of this manual. Other purchasing procedures, such as formal quotations or formal sealed bids, may be used to select avendor if the Purchasing Manager deems such procedures appropriate for a particular purchase or group of related purchases. (d) If there is a sole source for an item under $19;990 $20,000, the requirement for formal/informal Quotations may be waived by the Purchasing Director. However, written documentation by the requesting Department Director shall be required and filed with the purchase order. (e) After selecting a vendor for the purchase, the Purchasing Department will complete the purchase award process. 5.4 Outside Purchases of Items of 440-999 $20 000 or More Items of $ GPGG $20,000 or more shall be acquired through Formal Sealed Bids approved by the Board of County Commissioners or under a State Contract, or Federal General Services Administration Contract pursuant to Chapter 287, Florida Statutes. (a) To acquire items or contracted services of $19,G99 $20,000 or more, a Department Director shall prepare a memorandum requesting the purchase and submit it to the Purchasing Department along with any necessary applications. The memorandum must be signed by the Department Director. Page 2 of 30 (b) After receipt and review for completeness, the Purchasing Department will prepare a request for Formal Sealed Bids and follow the procedures set forth in Section 7.4 of this manual. (c) After a vendor has been selected by the Board of County Commissioners pursuant to Section 7.4 of this manual, the Requesting Department will prepare a REQUISITION form for the purchase and submit it to the Purchasing Department. (d) After receipt and review of the form, the Purchasing Department will complete the purchase award process. (e) Professional services for $20,000 or more may require a Request for Proposals (RFP) orsealed bid asset forth in Section - 10.3. 5.5 Bid Waiver Certain purchases of $fie 20.000 or more shall be acquired through quotations if there is a Waiver of the requirement for formal sealed bids by the Board of County Commissioners. (a) The Waiver of formal sealed bids may be requested: (1) If an emergency exists which would result in a direct loss to the County or imminent damage to public safety or health by requiring competitive bids due to the time loss inherent in the bidding procedures. (2) If there is only a single source for a purchase. (3) If used items are available which would result in a substantial savings over purchase of new items. (4) If the request is for a service contract for the maintenance, repair or servicing of existing facilities or equipment owned or leased by the County. (5) If quotations indicate that the item may be purchased for a price which is less than the price if purchased through State Contract as provided by chapter 287, Florida Statutes. Page 3 of 30 R v ..i (6) If the product is available from the State Department of Corrections Non -Prof it Corporation for Correctional Work Programs organized under Chapter 946, Florida Statutes. (b) For Bid Waivers on items of $!0;998 20 000 or more, a Department Director shall prepare and submit to the Purchasing Department a memorandum requesting the waiver, stating the reason for such waiver and detailing the facts, circumstances and conditions for the waiver. The memorandum must be signed by the Department Director. (c) After receipt and review, the Purchasing Department will recommend either to approve or to disapprove the request for a bid waiver. (1) If approval is recommended, the request will be submitted to the County Administrator via an agenda request to the Board of County Commissioners. (2) If disapproval is recommended, the request will be returned to the requesting Department. (3) Any dispute between the Purchasing Department and the requesting Department shall be resolved by the County Administrator. (d) The County Administrator shall submit all recommended bid waiver requests to the Board of County Commissioners for their consideration. (e) If the bid waiver request is approved by a majority of the Board of County Commissioners present at a regular or special meeting, the Purchasing Department may proceed to acquire the requested items or services. If rejected, the item shall be advertised for sealed bids. 5 6 Exempt Purchases of $1-0-090 $20 000 or More Certain purchases, even if $!6890 $20,000 or more, shall be exempted from the requirement for Formal Sealed Bids approved by the Board of County Commissioners. (a) These exempt purchases are as follows: (1) Intra governmental Purchases among County Departments. (2) Intra governmental Purchases from other government agencies. Page 4 of 30 New land (3) The purchase of petroleum products and utility services, including but not limited to water and sewer, electric, telephone, etc. (4) The purchase of items under State Contract, or General Services Administration Contract pursuant to Chapter 287, Florida Statutes, once approved by the Board during the budgetary process. (5) The acquisition of Professional Services acquired in accordance with Section 10. (6) Purchases relating to computer hardware and software shall be at the discretion of the Automated 6ervices Board of 6averners. 4rf---Hie Board of 6evert ors shall become-effec+iye-only after eppreyel by -#he Board of County Commissioners. (a) The Board recommends that all purchases relating to hardware and software, regardless of amount, be done by the formal quote process. (7) (a) Purchase of Library books, educational and/or personnel tests, similar audio/visual materials, periodicals, printed library cards and; (b) Professional services; and, in instances where authorized by the Purchasing Director where commodities or services are purchased directly from the owner of a copyright or patent, a governmental agency, a recognized educational institution, or where there are no other identifiable sources available. (8) Goods, equipment and services acquired through the Request for Qualifications procedure described in Chapter 7 of this Manual. (b) For such exempt purchases described above, except for items one and three, a Department will prepare a REQUISITION form and submit it to the Purchasing Department. (1) Section 6 of this manual governs the preparation and submission of the REQUISITION form. (2) Section 6.3(a)(5) of the manual governs the authorization of such forms. (c) After receipt and review, the Purchasing Department will complete the purchase requested for the selected vendor. Page 5 of 30 %ow .w+ 5_7 Purchase of Goods Equipment. and Contractual Services from other Governmental Bids Goods, equipment, and contractual services maybe purchased from other governmental and agency bids without additional competitive bidding as long as: (a) the bid documents and selection procedures used by the other government or agency are consistent with the County's purchasing regulations and permit other governments to purchase from the bid; and, (b) the purchase is approved by the Board of County Commissioners for St. Lucie County which approval, at the discretion of the Board, may require an interlocal agreement with the other government or agency; and (c) the contract procedure set forth in Section 8 in this Manual is followed. 5.8 Purchase Award Procedure After a vendor has been selected for a purchase, the Requesting Department will complete the award process. (a) The Requesting Department will notify the selected vendor of the award of the purchase. (b) When a Contract is required or desired for the purchase, the contract procedure outlined in Section 8 of this manual will be followed. (c) When a Contract is not required, the Purchasing Department will rely on the Purchase Order Document as the general contracting mechanism. (d) The Requesting Department will conclude the details of the purchase with the vendor and issue instructions pertaining to it. (e) The Purchasing Department will preparea PURCHASE ORDER for the purchase as provided in Section 12 of this manual. Page 6 of 30 Vft. ".r 6,._33 Electronic Requisition Authorization All ELECTRONIC REQUISITION forms submitted by Department to the Purchasing Department must be authorized by the appropriate level County Official. (a) The appropriate levels of authorization are as follows: (1) For purchases that require a Purchase Order under $499.99 - any Authorized" Requisitioner for the Requesting Department. (2) For purchases of $500.00 to $4,999.99 - the Division Manager or approved designee. (3) For purchases of $5,000.00 to $9,999.99 - the Department Director or approved designee. (4) For purchases of $10 000 00 to $19 999 99 the County Administrator or approved designee. i54) For purchases of $19;99G.99 $20,000.00 or more - the Department Director or approved designee and the County Administrator certifying the approval of the Board of County Commissioners and showing the date of approval. (65) For exempt purchases of $19,000:99 $20,000.00 or more - the Department Director or approved designee, and the County Administrator certifying that the Board has deemed it exempt under Section 5.6 of this manual. (b) The authorization by a Department Director will indicate to the Purchasing Department that the Authorizing Official is attesting to the availability of funds for the purchase and to the accuracy of all entries on the ELECTRONIC REQUISITION form. (c) The authorization for an ELECTRONIC REQUISITION form must be given at the lowest appropriate level as designated in Section 6.3(a) above, but need not be given by a higher level. Authorization may be given at a higher level if the higher level official is one initiating the ELECTRONIC REQUISITION form. (d) The authorization level required on an ELECTRONIC REQUISITION form will be based upon the estimated total cost of the purchase. If the actual cost of the purchase exceeds the estimate and exceeds the level of authorization given, the form will be returned Page 7 of 30 for the appropriate higher level authorization prior to ordering the requested items or service. (e) An authorization must be given by affixing the signature of the Authorizing Official to the form. (f) To establish or revoke Requisition "Authorization' for any employee, a SIGNATURE AUTHORIZATION form must be completed and submitted to the Purchasing Department for each employee. (1) Requisition Authorization must be renewed at least annually. (2) The form must show the signature and titleof theouthorized employee. (3) Any Special Authorization for the employee must be indicated on the form. (4) The authorization for any Departmental Employee must be signed by the Department Director, and for a Department Director by the County Administrator. Each Department must have a minimum of 2 authorized requisitioners for all levels of requisitions at any time, thus designating a permanent record of an authorized individual in the absence of the Department Director. In the case of absence of both people, then a signature authorization form shall be circulated. 6 4 Requisition Submission After preparation and authorization, a hard copy REQUISITION form must be submitted to the Purchasing Department for all purchases exceeding $41999 7.500. (a) A copy of the form should be retained by the Department submitting it. (b) To facilitate fiscal year end close out, no electronic requisitions may be submitted by a Department during the last 15 days of the fiscal year except for Emergency Purchases. The actual cutoff date will be established by the Purchasing Department each year. All departments will be notified. (c) The Department may enter in the appropriate box on the form any unique internal code number as its own reference number. Page 8 of 30 NNW 6 5 Requisition Review Upon receipt of a REQUISITION form, the Purchasing Department will review the form to determine proper preparation and authorization. The Purchasing Department will return to the submitting Department any REQUISITION form that is: Incomplete, Unauthorized, Authorized by an unauthorized person, Involves a pre -purchase or other violation of County policies or procedures. (1) The annual budget approved by the Board of County Commissioners is the Board's authorization for all purchases of capital equipment and improvements, and therefore permission to advertise for purchases is granted at time of budget approval. (2) The proper authorization as provided in Section 6.3 is the Purchasing Department's authorization to process the requisition and make a purchase. (3) All after -the -fact requisitions must be authorized by the County Administrator. Page 9 of 30 SECTION 7 - VENDOR SELECTION 7.21 Informal Quotations Informal quotations are used only for purchases of items or services under $5,,89A 7 500. (a) Informal quotations may be obtained by the Purchasing Department. (b) Informal quotations may be obtained by telephone, or in person or in writing. (c) In soliciting informal quotations, the Department should encourage competition by contacting as many vendors as possible. Utmost care must be taken, however, to insure that vendors are given exactly the same information and that prices are not disclosed from one vendor to another. (d) For all purchases, the Purchasing Manager or designee shall make the determination of the "most responsive bidder'. Page 10 of 30 lva r .d (e) For purposes of this section, "most responsive bidder" shall be the Bidder whose proposal is determined to be most advantageous to the County taking into consideration: (1) The price, (2) The capability, integrity and reliability of the bidder to assure good faith performance, (3) Any evaluation factors supplied by the requesting Department and Purchasing Department to the Bidder. 7.32 Formal Quotations Formal quotations shall be used for purchases of items or services from $§;009 7 500 to $9,999 $19,999 or when bidding requirements have been waived or exempted for items or services over $48,98A $20,000 pursuant to Section 5.5. (a) Formal quotations will be solicited by the requesting Department. The Purchasing Department will solicit formal quotations upon written request with proper specifications. (b) Requests for formal quotations are not required to be advertised. (c) Requests for formal quotations along with the specifications will be requested from at least three (3) vendors for the particular item or service requested. If the specifications for a Formal Quotation are changed after the original mailing to Vendors, the Addendum Procedure in Section 7.5 of this manual will apply. (d) Formal Quotations will be received and tabulated by the Department Director. If bidding requirements have been waived, or the item or service is exempt from bidding requirements, and the f ormal quotation is f or $40-.G88$20,000.00ormore, the Purchasing Manager Director, County Administrator and requesting Department Director will send a recommendation to the Board of County Commissioners to request an advertisement for sealed bids. (e) For purchases over $i&,88G-99 $20.000.00 when bidding requirements have been waived and three formal quotations have been received, the Board of County Commissioners shall make the determination of the"best responsible bidder" based upon the Page 11 of 30 .✓ written report and recommendation of the Purchasing Department, the requesting department and the County Administrator. 7.43 Formal Sealed Bids Formal Sealed Bids will normally be used for purchases and services of $10,GE) 20 000 or more. (a) Requests for formal sealed bids will be prepared by the Purchasing Department based upon the memorandum and specifications submitted by the requesting department as provided in Section 5.4 of this manual. (b) Notification of formal sealed bids normally will be advertised in a local newspaper for one day. (c) Vendors will be notified through an agreement with an outside provider. All bid information will be available on the Internet. (d) If the specifications for a formal sealed bid are changed after the original advertising and mailing to vendors, the addendum procedure in Section 7.5 of this manual will apply. (e) Formal Sealed Bids will be opened by the Purchasing Departmentand tabulated. The tabulation will then be forwarded to the requesting department. (1) The bids will be received by the Purchasing Department until the prescribed time and will be opened immediately thereafter. (2) The Purchasing Department and the requesting department will tabulate the bids received and will send a recommendation for the award through the County Administrator to the Board of County Commissioners. (f) The County Administrator will notify the Purchasing Department and Requisitioning Department of the Board's action upon the recommendation. 7.43A. St Lucie County Standard Procedures for Competitive Bidder (Commodities and Contractual Services) INTRODUCTION. Page 12 of 30 v 1. St. Lucie County follows the general criteria set forth in Sections 287.057 and 287.062, Florida Statutes, for the acquisition of commodities (i.e. goods) and contractual services (i.e. construction contracts, maintenance and repair contracts). 2. Compliance with this criteria is required when the procurement of commodities or contractual services is estimated to require approval by the Board of County Commissioners. 3. Compliance with the above criteria is not required in cases of valid public emergencies, if it is determined by the County Administrator in writing that such services or products are available from only one source, and if only one bid or no bids are received. In such cases, the Board will be notified at the earliest possible meeting date. 4. The Board of County Commissioners of St. Lucie County 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. PUBLIC ANNOUNCEMENTS: After the Board has approved the advertisement of the bid, a public announcement of the Call to Bid shall be made through a local newspaper, or other approved media and shall include a description of the project and/or goods required, and where interested bidders may apply for consideration. A bid packet may be obtained as described in the Call for Bids. The bid shall be considered responsive if it answers all requests for information, contains any and all required bonds, and is duly signed by an authorized officer of the entity on behalf of the entity. The County reserves the right to waive any minor irregularities. Page 13 of 30 NIMW .0/ SECTION 8 - CONTRACT PROCEDURE 81 Contracts in the Purchasing Process Because legal protection is necessary in purchasing transactions, the County has adopted certain requirements and procedures pertaining to the preparation, execution, and monitoring of purchasing contracts and agreements. 8_2 Contract Requirements For purchasing purposes, a contract is a formal written agreement between the Board of County Commissioners (the "Board") and a selected vendor, consultant or contractor for a particular purchase. (a) A contract is required for: (1) Professional Services contracts as described in Section 10. (2) All Capital Projects as described in Section 9. (3) All services which are to be performed on property or controlled by St. Lucie County or performed on behalf of the County on property not owned by the County. (b) A contract may be required for any particular purpose, if deemed necessary and requested by the Requesting Department,the Purchasing Manager, the County Administrator, the County Attorney, or the Board. (c) A contract may be entered into if required by the Vendor. (d) Unless specifically required by the Board, the County Administrator or the County Attorney, purchases of goods or equipment which do not include any associated services, such as installation, do not require a contract apart from the Purchase Order. 8_3 Contract Preparation Unless prepared by the Vendor, or as provided for below, all required contracts will be prepared under the direction of the County Attorney. If a contract is prepared by the Vendor, the contract must be submitted to the County Attorney for review and approval. The County's Risk Manager should be consulted to insure that the proper insurance requirements are included in the Contract Documents. (a) Service Contracts for less than BOA $5,000.00. Page 14 of 30 '%.0, ../ A Purchase Order for services prepared by the Purchasing Manager shall serve as the contract between the County and the vendor for services valued at total of less than $2�00:09 5 000.00. For the purposes of yearly continuing contracts, the value may not exceed $�0900 $5,000.00 per year per vendor. At a minimum all Purchase Orders must contain the following terms and conditions. (1) A statement in conspicuous print which provided that the Purchase Order is subject to all of the terms and conditions on the reverse side and that the vendor by acceptance of the Purchase Order agrees to be bound by and abide by all of the terms and conditions of the Purchase Order. (2) A condition that the vendor agrees to indemnify the County for any liability arising out of the service provided under the Purchase Order and a condition that the vendor will maintain insurance sufficient to protect the interests of the County. The amounts and types of insurance shall be provided by the County Risk Manager. No work shall be performed under the Purchase Order until the vendor has provided proof of insurance to the County. (3) The Purchase Order should also contain such other terms and conditions as required by the County eAttorney and approved by the Board. (b) Contracts for $2,506:89 $5,000.00 or more. Unless the contract is prepared by the vendor or the purchase is pursuant to a government contract as described above, all contracts for services for an amount of $2;§0900 $5,000.00 or more shall be prepared under the direction of the County Attorney. 8.4 Contract Execution (a) Contracts for more than $2,500.00 5 000.00 but less than $10,000:00 $20,000.00. Except for Professional Services Contracts as described in Section 10, all contracts for an amount of more than $2;50900 $5,000.00 but less than $10-00998 $20,000.00 will be prepared or approved by the County Attorney and executed as follows: MAK Page 15 of 30 �ft.. ..1� (cal) All contracts for on amount of $5,000 but less than $10,000.00 shall be returned to the Requesting Department for signature by the vendor and then to the Department Director, or his designee, for signature and then returned to the County Attorney for approval as to legal form and correctness and distribution as described below. The Division Director shall not sign any contract which has been modified by the vendor unless written approval of the modification has been obtained from the Count Attorney. u All contracts for an amount of $10 000 but less than $20,000 shall be returned to the Requesting Department for signature by the vendor and then to the County Administrator, or his designee for signature and then returned to the County Attorney for approval as to legal form and correctness and distribution as described below. The County Administrator shall not sign any contract which has been modified by the vendor unless written approval of the modification has been obtained from the County Attorney. (3) The County Attorney will keep one original of the fully executed contract for the County Attorney files, and will provide an original to the Finance Director, a copy to the Purchasing Manager and two original to the requesting Department who will provide an original to the vendor. (b) Contract Execution for More than $r10,00G.89 $20,000.00 Contracts for an amount of more than $19,000.00 $20,000.00 will be executed as follows: (1) Following preparation or approval by the County Attorney, all contracts and contract documents shall be returned to the Requesting Department. (2) The Requesting Department will have the selected vendor execute the contract prior to signature on behalf of the County. a. Originals of the contract shall be forwarded to the vendor with instructions as to how the contract shall be executed. b. The vendor must return all copies of the contracts to the Requesting Department. Page 16 of 30 (3) After receipt of the signed originals from the vendor, the Requesting Department must agenda it for presentation to the Board for their consideration. However, if the Board has already approved the contract or has approved obtaining the services from the vendor subject to the preparation of the standard County contract approved by the County Attorney, the signed originals from the vendor will be returned to the County Attorney to obtain the signature of the Chairman of the Board, or the Vice -Chairman in his absence. All contracts executed by the Board must be attested to by the Clerk of the Board or a Deputy Clerk as determined by the Clerk. (4) After Board approval, the County Attorney will obtain the signature of the Chairman of the Board, or the Vice -Chairman in his absence. (5) The County Attorney will keep one original of the fully executed contract for the County Attorney files, and will provide an original to the Finance Director, a copy to the Purchasing Manager and two originals to the requesting Department who will provide an original to the vendor. 8_5 Contract Recording Procedure For monitoring and control purposes, all County contracts will be logged and recorded with the Finance Department. (a) After the contract has been executed by the appropriate County official, the County Attorney's office will contact the Finance Department for recording and contract number assignment. The County Attorney's office will record the contract number of the contract prior to distribution of the contract as described above. The Finance Department will establish a primary individual, and alternatives, responsible for timely processing of contract. (b) After the Finance Department shall record the contract in a Master Control Log including, but not limited to, the Execution Date, Contract Party, Project Number (if any) and assigned Contract Number. The contract number shall be assigned in the following format: CYY-MM-55, where; CYY = C followed by the calendar year of logging MM = The month of the calendar year 55 - A number sequentially assigned in the month Page 17 of 30 v .ad (c) From its copy, the Finance Department shall establish a Master File Folder for the contract in its central files. 8_6 Issuance of Contract Purchase Order (a) Upon receipt of the signed and attested contract Document, the Requesting Department will prepare the Requisition Form for the contract. The Contract Number assigned by the Finance Department will be entered on the Required Form in the format: "CYY-MM-55", as per Section 8.6(b)(1) as well as the date of the Board of County Commissioner approval if greater than $19,00 $20,000. (b) After receipt of the updated Requisition Form, the Purchasing Department will prepare a Purchase Order for the contract in accordance with Section 12 of this manual. 8 7 Contract Amendment If it becomes necessary to amend the terms of the contract, a formal, written contract amendment must be prepared. The amendment must be approved by the official or Board which approved the original contract and should be processed following the same procedure used for the original contract. However, if the amendment of the contract increases the total dollar value of the contract above the original threshold value for execution as described above, the procedure for the higher threshold value should be used. Page 18 of 30 SECTION 9 - CONSTRUCTION CONTRACTS 9J Capital Construction Policy Because of their complexity and high cost, all capital construction projects to be performed by outside contractors must be awarded through formal sealed bids, formal quotations, or informal quotations through the Purchasing Department. (a) For construction contracts of $10,G90:8A $20,000.00 or more, the contractor will be selected through formal sealed bids. (b) For construction projects under $10,09G.90 $20.000.00 but greater than $5,990:98 7 500.00, the contractor will be selected through formal quotations. (c) For construction contracts under $5 906.99 $7.500.00, the contractor will be selected through informal quotations. (d) Construction contracts will be awarded only to a contractor who is certified or licensed by the County and/or State as appropriate, and has provided proof of insurance in amounts satisfactory to the County. 9_2 Construction Proposals To initiate a capital construction project, a Department must prepare a request and submit it to the Purchasing Department. (a) The request should be prepared by the Department Director in the form of memorandum. (b) If the project involves the construction, alteration, remodeling, or repair of a County -owned building, the request and specifications shall be reviewed by the Central Services Department. (c) The request should include al necessary detailed specifications, including: (1) A Call to Bid or request for formal quotations. (2) A lists of instructions to bidders or to responders to a request for formal quotations. (3) A bid or quotation form. Page 19 of 30 v (4) If contractor selection is to be through formal sealed bids, a bid bond form, if appropriate. (5) A Public Construction Bond form if appropriate. (b) General and special conditions and technical provisions. Page 20 of 30 i. vlm + SECTION 10 - PROFESSIONAL SERVICES CONTRACTS 10.1 Competitive Negotiations Policy Because price differences may only be a minor consideration compared to the quality of the professional's work, Professional Services are exempted from the County's competitive bidding policy. Instead, Professional Services will be acquired through competitive negotiations. The Professional Services procedure described below also insures that the County complies with Section 287.055, Florida Statutes, known as the Consultant's Competitive Negotiation Act (the "CCNA"). 10 22 Professional Services Definition A professional Service is assistance obtained in support of County operations from a consultant in a professional field. Services in the following fields are considered Professional Services: (a) Medical Services - medicine, psychiatry, dental, hospital, and other health professionals. (b) Legal Services - attorneys, including bond counsel, title insurance and services, and other legal professionals or experts. (c) Financial Services - rating and underwriting, financial advisor, investment related and other financial services. (d) Professional Services Regulated by the CCNA, and as may be amended from time to time, including those services within the scope of the practice of architecture, professional engineering, landscape architecture, or registered surveying and mapping, as defined by the laws of the State of Florida, or those Professional Services performed by any architect, professional engineer, landscape architect, or registered surveyor or mapper in connection with his or her employment or practice. (e) Appraisal Services - real and personal property appraisers. (f) Audit and Accounting Services - auditors and accountants. (gy Consultants - Planning, Management, or Scientific Consultants. Page 21 of 30 v 1%4 1_0 3 Professional Services Authorization (a) Legal Services -All requests for outside legal services shall be approved;by the County Administrator and the County Attorney within the amount budgeted for professional legal services by the Board of County Commissioners. If so approved, all requests for legal services shall be referred to the County Attorney for negotiation. (b) Auditor Services - All requests for Auditor Services will be referred to the Auditor Selection Committee established pursuant to Section 11.45, Florida Statutes, and as amended from time to time. Negotiations for such services shall be conducted as described therein. (c) Professional Services obtained by or paid for by the County for the benefit of indigent criminal defendants shall be processed as provided in Section 16 of this Purchasing Manual, and shall be considered as Grants in Aid, and not Professional Services. (d) Financial Services - All requests for financial services to include rating and underwriting, financial advisor, investment related and other financial services shall be approved by the Board of County Commissioners. (e) Authorization for obtaining the services described below shall be approved by the County Administrator. These services are exempt from the Professional Services Negotiation procedure described therein as well as from all other competitive purchase requirements and therefore, no further authorization is required. The County Administrator may, however, require the Department requesting the services to prepare an RFP and to follow the Professional Services Negotiations procedure described below. Contracts for these Professional Services shall be prepared in accordance with Chapter 8 of this Purchasing Manual except that the County Administrator shall execute all Professional Services contracts up to and including a fee of $20,000.00. (1) Appraisal Services - real and personal property appraisers. (2) Professional Services for a total fee of $20,000.00 or less, excluding Professional Services Regulated by the CCNA. (3) Professional Services Regulated by the CCNA for a total fee of $19,999:99 $25,000.00 or less for a planning or study actives or for a project the basic construction costs of which are not expected to exceed $128;99O.98 $250,000. Page 22 of 30 (f) Authorization for requests for all non-exempt Professional Services must be reviewed by the County Administrator. Selection of firms to provide these services must follow the Competitive Negotiation Section procedure described below. If the Professional Services have been previously approved by the Board in the requesting department's budget for that fiscal year and unless otherwise required by the County Administrator, no further approval of the request is necessary. However, if the Professional Services have not been previously approved, or if required by the County Administrator, the request must be approved by the Board. 10.4 Requests for Proposals Upon receiving the appropriate request approval, the requesting department shall prepare a Request for Proposals (RFP") using a form approved by the County Attorney and provided by the Purchasing Manager. The RFP shall solicit proposals (the "Proposals") from interested firms (the "Proposers") to provide the requested service and at a minimum shall include: (a) A description of the scope of services requested. The description shall be sufficient to assure that all Proposers have the same understanding of the requested basic services. (b) A request for specific and general information on how the Proposer will proceed with the project including written documentation of the Proposer's expertise and ability to perform the requested service. (c) Specific instructions on how, when and where the proposals shall be submitted including the date the proposal will be opened. (d) A requirement that the proposal be submitted as a sealed package. (e) If the request is for Professional Services Regulated by the CCNA, the RFP shall also include a statement that the Proposer shall not include proposed compensation as part of the proposal or that proposed compensation shall be provided in a separate sealed package. Such proposals for compensation will only be considered during competitive negotiations. (f) A statement that the Board reserves the right to reject all irregular proposals or to reject all proposals if it is deemed by the Board to be in the best interest of the County. Page 23 of 30 (g) A statement of the factors which will be considered in selecting the most qualified Proposer. (h) In an RFP requesting proposals from design firms, including but not limited to engineering and architectural firms, the Board may include a requirement that the Proposer provide a conceptual design of the project along with the proposal. 10 55 Professional Services Negotiations Unless waived by the Board in accordance with this Section, the following procedure shall be followed in obtaining Professional Services regulated by the CCNA for a total fee of more than $19,98A $25 000 for a planning or study activity or for a project the basic construction cost of which is expected to exceed $126;900 $250,000, as well as for all other non-exempt Professional Services. In addition, it is the intent of the Board that the procurement of all Professional Services regulated by the CCNA shall be in accordance with the CCNA, as it may be amended from time to time and therefore, any conflict between this Purchasing Manual and the CCNA shall be interpreted in accordance with the CCNA. (a) Public Announcement - After approval of a request for Professional Services as described above, the Purchasing Department will notify appropriate Proposers on the Master Bidders List or List of Consultants of the proposed project. In addition to such notification, a public notice shall be placed in a newspaper of general circulation in the County describing the services required and a closing date for receipt of proposals. Publications of statewide and nationwide distribution may be utilized for such notices if the magnitude of the project warrants. Such notice requirements may be waived by the Board except when the requirements are required by state law in which case the Proposer at a compensation which is fair, competitive and reasonable. If the Committee or the Board is unable to negotiate a satisfactory contract with the first Proposer, negotiations with that Proposer shall be terminated and the Committee or the Board shall attempt to negotiate a contract with the next most qualified Proposer. If these negotiations are not successful, negotiations shall be terminated with the second Proposer and attempted with the third most qualified. If the Board or the Committee is not successful in negotiating a satisfactory contract with any of the selected Proposers, the Board or the Committee shall select additional Proposers in the order of their qualifications and continue negotiations until on agreement is reached or if no agreement can be reached the Board may reject all proposals and may thereafter re - advertise for new proposals. 10.6 Professional Service Contracts Page 24 of 30 %wo %00 After a Professional Service Contract has been successfully negotiated asset forth above, the Department that requested the service will submit the contract, together with the recommendations of the Committee when required, to the Board for final approval. All contracts negotiated by the Committee shall be subject to final approval by the Board unless such approval is waived by the Board. (a) The Contract Procedure described in Section 8 of this manual shall be followed. (b) After Board approval, the requesting Department shall prepare and submit a REQUISITION to the Purchasing Department, as provided in Section 6 of this manual. (c) After receipt and review of the REQUISITION, the Purchasing Department will prepare a PURCHASE ORDER for the purchase as provided in Section 12 of this manual. 10 7 Community Development Block Grant r'CDBG") Professional Services Procurement Procedure In accordance with the federal regulations governing Community Development Block Grant ("CDBG") funds, the County shall adhere to the following procedures when obtaining professional services for CDBG projects. To the extent that the procedures set forth in this section conflict with other provisions of the Purchasing Manual, the provisions of this section shall control. (a) Any public notice and/or Request for Proposals ("RFP") shall identify all evaluation factors and the maximum points which may be scored for each factor; (b) The public notice shall be published in a newspaper of wide circulation in the region outside the County, or the RFP shall be mailed to firms outside the County which can provide the service and documentation of the mailings shall be maintained by the Purchasing Division; (c) An evaluation procedure for selecting order of negotiation shall be identified in the public notice and/or RFP and shall be limited to one of the following methods: (1) The selection committee shall rank all proposals using a scoring form identical to the published evaluation criteria and forward the ranked listing of all proposers for approval or disapproval (only) to the Board of County Commissioners. If the Board rejects the ranking, the procurement process must start again from the development of another RFP. Page 25 of 30 SECTION 12 - PURCHASE ORDER 12.1 Purchase Order Preparation A purchase order form will be prepared by the Purchasing Department for all purchasing transactions on the County's financial records. (a) After receipt of a requisition form, the selection of the vendor and the award of the purchase, the Purchasing Department will complete and distribute the purchase order. (b) The Purchasing Department will enter the details of the purchase on the purchase order form. (c) After entering the details, the Purchasing Department will assign the requisition form a purchase order number. (d) The Purchasing Department will distribute the final version of the completed purchase order form. (1) The first copy of the document shall be sent to the vendor by the Requesting Department. (2) The second copy of the document will be sent to the Finance Department. (3) The third copy of the document will be retained by the Purchase Department for reference. (4) The fourth copy of the document will be sent to the Requesting Department and will serve as the Department's file copy. (5) The fifth copy will be for receiving and payment purposes. 12.2 Multiple Purchase Orders A Multiple Purchase Order will be used when more than one invoice is expected for a single purchase order. Page 26 of 30 (a) The issuance of Multiple Purchase Orders in advance will be permitted on an as needed basis in amounts less than $2,509 $5.000 or in amounts at the discretion of the Purchasing Manager Director. (b) Upon receipt of the fifth copy of the encumbered requisition document, the Requesting Department will make additional invoice expected, which will serve as additional receiving reports. Page 27 of 30 SECTION 18 - FIXED ASSETS 18.1 County Owned Personal Property All equipment not incorporated into a facility and in excess of the threshold $750.00 (established by£tate Statutc-r57Section 274.02, Florida Statutes)are considered Tangible Personal Property. All purchases of Tangible Personal Property will be approved by the Board of County Commissioners. 18.2 Procedure for Acquisition of Personal Property All purchases will follow the procedures outlined: 1. After a department determines a need for a piece of equipment that is considered Tangible Personal Property, they will obtain approval to purchase the item during the annual budget preparation or at a Board of County Commissioners public meeting. The requesting department shall request the assistance of the Purchasing Department to establish a budget for the item. a•Automated Sewicies Information Technology may purchase Tangible Personal Property as approved by the Board of County Commissioners 2, After Board approval is obtained, the requesting department will enter a requisition into the computer system and forward a hard copy to the Purchasing Department with the required authorization. The requisition shall contain a detailed description of the item, Equipment Request number assigned by OMB and the date of Board approval. 3. If a piece of equipment increases in cost after budgeting approval by the Board. the Department may purchase the piece of equipment with County Administrator approval provided that the equipment cost does not exceed the Department's equipment budget. The Purchasing Director shall provide quarterly reports to the Board and the Count Administrator if any equipment is purchased over the budgeted amount 34. After receiving the item, the requesting department will send the invoice (with payment authorization), receiving copy of the Purchase Order, Property Acquisition/Disposition/Transfer Form and a copy of Board approval to the Finance Department. The Fixed Assets Custodian will place an inventory tag on all Tangible Personal Property. Page 28 of 30 v, 1-d 45. Annually the Fixed Assets Custodian will physically inventory all Tangible Personal Property, update the inventory (transfers and purchases) and dispose of surplus property in accordance with current state and local laws. 56. Donated property with a value in excess of $750.00 will be included in the requirements of this Section. 18 33 Procedure for the Transfer of Personal Property All transfers of Tangible Personal Property between departments must be approved by the County Administrator or his designee. Transfers within a department must be approved by the Department Director. a. All transfers must be submitted to the Purchasing Department on a Property Acquisition/Disposition/Transfer Form with the proper authorization. 18 44 Procedure for the Disposition of Personal Property Before an item of Tangible Personal Property is removed from service, the Purchasing Department must be notified of the Department's desire to dispose of the item. Purchasing will instruct the requesting department on where to deliver the equipment. All dispositions of Personal Property must be approved by the Department Director. a. All dispositions of Tangible personal property must be submitted to the Purchasing Department on a Property Acquisition/Disposition/Transfer Form with the proper authorization. b. The Purchasing Department will attempt to find another department with a need for the items to be disposed of prior to removing the item from the Fixed Asset Inventory. C. The Purchasing Department will seek approval from the Board of County Commissioners to remove the item from the Fixed Asset Inventory if the item cannot be utilized elsewhere in the County. d. The item will be disposed of in accordance with Section 274.06. Florida Statutes f F 5-274 86j. Page 29 of 30 r... *144 e. Tangible Personal Property paid for by a grant must require special treatment for transfers and disposition. The user department is responsible to insure that these items are handled in the proper manner. 18.5 Property Less than $750 00 It is the duty and responsibility for all departments to retain a record of all items purchased that cost between $50 and $750. A copy of this record is to be sent to the Purchasing Department. At the end of each Fiscal Year, the list is to be physically verified and the additions, deletions or missing items are to be recorded. A copy of this physical inventory, along with an explanation of any discrepancy is to be sent to the Purchasing Department. Page 30 of 30 A AGENDA REQUEST Inuestment for the Future TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY(DEPT): Leisure Services ITEM NO. 8 DATE: January 16,2001 REGULAR [XI PUBLIC HEARING [ ] CONSENT [ ] PRESENTED BY: William R. Blazak SUBJECT: Purchase of a new irrigation pump station for the Mets Stadium in the amount of $ 55,181.00 to be supplied by Flowtronex PSI Inc., Tampa, Florida. Flowtronex PSI, Inc. partners with a local supplier of their products, Boynton Pump of Fort Pierce. Three bids were received by the St. Lucie County Purchasing Department they were, Golf Course Irrigation $44,741.50, Flowtronex PSI, Inc. $55,181.00 and Metropolitan Industries, Inc. $56,669.00. FUNDS AVAIL: 362-75201-563000-76013 PREVIOUS ACTION: BOCC approved necessary funds in the amount of $80,000.00 for purchase of new pump station and installation of wet well at the Mets Complex. RECOMMENDATION: Staff recommends that the Board reject the low bid and approve the purchase of the Irrigation pump Station, Bid # 01-002,from Flowtronex PSI,Inc., in the amount of $55,181.00 COMMISSION ACTION: X] APPROVED ] OTHER: Approved 4-0 [ ] DENIED (Barnes absent) derson Administrator Coordination/Signatures County Attorney:X Mgt. & udget: Purchasing originating Dept:A(Checkor Other: �/ other: (Jl Finance Director: opy only, if applicable)_ %W BOARD OF COUNTY COMMISSIONERS lul TO: Board of County Commissioners (�r FROM: William Blazak, Utility Director 111 `U DATE: January 16, 2001 RE: Irrigation Pump Station - Mets Stadium Complex ..Ir UTILITIES DEPARTMENT WILLIAM BLAZAK DIRECTOR BACKGROUND: The existing pump station at the Mets stadium has been a source of costly repairs and in need of replacement for several years. In addition, construction of the new County Football Complex adjacent to the Mets Complex, has created the need for additional irrigation requirements in the immediate area of the stadium. During the planning stages of the Football Stadium, it was suggested that instead of constructing a completely new irrigation pump station for the new field that the existing station at the Mets ,Stadium be replaced with a new more efficient system to handle both of the facilities and save the cost of a complete new installation. The irrigation needs of the new field were identified and it was determined that the existing irrigation station could be replaced with equipment that could handle both the existing Mets irrigation needs as well as the new football field. The existing station is designed with centrifugal type pumps that have to draw the water from the existing lake source then pump it to the distribution system to supply the irrigation needs. The pump station is very minimal in control design, basically "on" and "off' pressure switches, which do not provide much electrical efficiency and the "on" and "off' of the pumps tend to create pressure surges or water hammers that damage the distribution system piping causing breaks in the irrigation lines. The new station, that was specified in the Bid Documents contained in Bid #01-002, is a vertical turbine, variable speed drive station that will pump water more efficiently, both water volume and electrical consumption, and provide many years of extended service. The vertical turbine pumps in the proposed station are submerged in a well below the water table and therefore are much more efficient because the water is basically pushed or pumped to the distribution system and energy is not wasted drawing the water to the pumping mechanism. The variable speed drives allow for the pump revolutions per minute to be gradually increased or decreased, depending upon the irrigation demand, and eliminated the "on" or "off of the high horsepower electrical motors reducing the demand thus reducing electrical costs. JOHN D. RRUHN, Disrricr No. 1 • DOUG COWARD, District No. 2 • PAULA A. LEWI5, District No. 3 • FRANNIE HUTCHIN501N, District No. 4 • CLIFF UARNE5, District No. 5 County Administrator - Douglas M. Anderson 2300 Virginia Avenue 9 Fort Pierce, FL 34982 • Phone (561) 462-1150 0 FAX (561) 462-1153 r r *400 The Flowtronex PSI station that is being recommended for purchase is not the low bidder of the bids that were received. They are however, a Florida company, with a local partner and factory certified service technicians within 30 minutes of our installation. Boynton Pump of Fort Pierce is the local partner and factory authorized service technicians reside in Vero Beach and Lake Worth Florida. The other responders to Bid # 01-002 were from Missouri, low bidder and Illinois, the high bidder. The supplier from Illinois, Metropolitan Pump, has factory representation in Coral Springs and Lakeland Florida. The supplier from Missouri, Golf Course Irrigation Services, has factory representation in Orlando Florida. All of the responders to Bid # 01-002 supply a very similar product, and the combined components of the products represented produce very similar results from each station. The one feature of the Flowtronex station that stands out and is not clear with the other proposers is the ability of the controls and software to display the last 254 sequential pump station events. With the increased water restrictions that are imposed upon the County with regards to total annual withdrawal per our permit, we will have the ability to know exactly how much water has been pumped and the date and time that occurred . The Flowtronex station represents the specifications contained in the bid documents exactly. The specifications were selected to provide a quality installation with excellent service and parts representation to assure the highest reliability for the investment. Leisure Services staff has visited installations by Golf Course Services and Flowtronex, the first and second bidders, to compare the finished products and witness in-service operation. In addition, Leisure Services staff contacted references for both suppliers with regard to service and replacement parts for their respective stations. Leisure Services has indicated that from the information obtained the Flowtronex PSI station would be the best selection for the Mets Stadium complex. Selection of the Flowtronex equipment will provide local representation and reliability to the purchased equipment in the future. RECOMMENDATION: Staff recommends that the Board reject the low bidder and select the second bidder for Bid 901-002, Mets Stadium Irrigation Pump Station, and award the Bid to Flowtronex PSI, Inc. in the amount of $55,181.00. Z 3 m m z 0 0 0 3 zZ m N z 0 rn v *.. 3m -i 3r o �Q �O 03r m 0 � �T Z v r y O O O Q r Z co D m rri Z Z � N n D M Q m Z CA z M n < m to n m j m � 0 0 0 0 0 �m6mrn Z C Cn orn-q cna My O C C ca CO)M m Gi ;a > fJf O N Z O � ^^O C l�J � o � D p ic Z LTWWJ O 0 0 N ou Wv °°cq Dn� Door r Z n D�rn On ZO o 0 z m CO) �O M cn v LEISURE SERVICES DEPARTMENT PARKS MEMORANDUM #01-034 TO: Ray Wazney, Public Works Director FROM: Jack Privateer, Parks Coordinator THROUGH: Pete Keogh, Leisure Services Director 3, DATE: December 21, 2000 RE: "IFF Phase II - Irrigation Pump x++xxxxx++x+++xx++++++++x+++x»+xx+x+x++xx++xx++x+x++++x++++x+++xx+++++++x++++++x+xx+x+x+++x+++++x++x++xxx+x After reviewing the two bids on the pump stations and speaking to several businesses in the field that deal with operation/replacement parts of these pumps I have ascertained the recommendation to go with Flowtronex, Inc. Golf Course Irrigation Services Station is larger with any exposed metals power coated two times Piping is designed with adequate working space so any repairs would be easier to accomplish, 45 degree angles from the pumps and then goes into an accumulator tank in the center of the unit Accumulator tank allows air to escape to maintain required vacuum necessary to operate Electrical panel is a NEMA 4 weather proof box Panel box is cooled by water from the pumps through a heat exchange system Pumps motors have oil bath bearings to reduce wear and tear Service/repair office is located in Orlando which could be a servicing problem in the event of an emergency. Flowtronex PSI Smaller pump station with all the piping positioned closer together. Station finish is primed and painted with acrylic enamel paint Electric panel is a NEMA 4 waterproof box Cooling system is a closed type Piping is all done at 90 degree angles with the transition into a larger diameter before proceeding out of the system Pump motors are grease type bearings Flowtronex has a local authorized service representative Cc: Bill Blazak, Utilities Director �✓ 4 Pump Motors i Tj wo Air relief tank Aa r� so 10 Cam. rrys; k `. v Flowtronex PSI, Irrigation Pump Station ML .. 440 Flowtronex PSI, Irrigation Pump Station �i n; a• �1 lww Flowtronex PSI, Irrigation Pump Station A('.09NDA REQUEST TO: BOARD OF COUNTY COMMISSIONERS ITEM t*. 9A DATE: January 16, 2001 REGULAR [ X ] PUBLIC HEARING [ CONSENT[ ] PRESENTED BY: SUBMITTED BY(DEPT): Administration Douglas M. Anderson County Administrator SUBJECT: Legislative Funding / Community Budget Requests BACKGROUND: A memo received from our lobbyist, Ron Book, P.A., states that any request submitted to the state for consideration requires a "hearing before a body of duly elected public officials occurs before requests can be submitted for consideration. (S.216.052 (3)). The request for funding must be heard at a local meeting, where public input is permitted. We have placed this item on the regular agenda to satisfy this requirement. FUNDS AVAILABLE: N/A PREVIOUS ACTION: These items have been previously submitted for approval for funding, however, they were placed on the consent agenda. RECOMMENDATION: Staff recommends that the Board of County Commissioners grant permission to submit the following projects for funding, and allow for public comment: Project Title Funding Requested Generator for Special Needs Shelter & Other Improvements $193,800 Roof Reconstruction for Special Needs Shelter $289,149 Portable Animal Stalls for Regional Animal Collection Site $118,000 Wildfire Mitigation Plan for St. Lucie County $157,500 Indian River Estates Drainage Improvements $103,855 St. Lucie County Fairgrounds Renovation $2,000,000 Smithsonian Marine Ecosystems Exhibit $200,000 Savannas Recreation Area Improvements $200,000 Airport Industrial Park West $2,910,000 South Hutchinson Island AtA Multi -use Trail $4,125,000 St. Lucie West Blvd./1-95 Interchange Completion Project $4,000,000 Header Canal Road Reconstruction for Agriculture Industry $2,500,000 Airport Industrial Park Wastewater & Conveyance System $900,000 .,AVI %WO COMMISSION ACTION: [ APPROVED [ ] OTHER: Approved 4-0 County At Originating Dept [ ] DENIED (Barnes Absent) ,/Anderson Administrator Review and Approvals Management & Budget purchasing: Other: Other:_ Finance: (Check for Copy only, if applicable) Eff. 5/96 O O o O O O O �'] N O O O O O O O "� C N W f� N O O O (O W O O O ,, ,• � O CI N FA fA 4i fA EA EA 69 tI�iECp?�'I N N N O o O O O N N CO M N t�Tr' IG ?ji�Ep o o» o o in 0 0 0 0» 0 IyI�I �z iif� .IHIi� L m, O M N (V n N O O O O V3 co 4A, NN W N h.i '�.th'LI _ N3 fA 69 3� IH4 t o 0 0g 0 00 0 d, 0 0 xxII m o g g ii``1( m o o uN o 0 0 0 0 0 0 0 Ill K, rn 0 N m in o o 0 0 0 0 0 _o 0 Ld 0 o o o 0 O 0 4 C U N ik�11XIElr�,� � 41 � Cp 4i�EE If'+•. y C Ej R; a' U t t m c a�i y E Eo m c U > . N a Xy N CD N :pm UO CD oC .UU Rpp O> d rau44 6 Z3 o 0 in K '`o E y a E ¢ u a' " m ai y i ti N 1tG6 M N C O OU E ¢ >� o CP N > Z �E ai ,�O N C (0 U1 W > C U l4 0. N LL C d y a N d 3 m �' w c 1° yu)c c m .m o d ti y m H d EBHIt m ; Y 0 �gg�IIj�I7 C 4H7 A'��Ef U` O W C a'-§ q C J (o E W N (A & ¢ O U) J 0I N a ¢ E Q 1: hQWALU L ."N h'A; 3059359737; Gec-29-00 12:57PNI; 70: House Democrats FROM; Ron Greenstein, Fiscal Responsibility Council Democratic Lead RE; Community Budget Requests (also known as Member Projects) DATE: December2.0, 2000 Heads Up — The House process for submitting community budget requests has changed to be in compliance with Florida Statutes and the House policy, listed below are the highlights: 1) Access to the electronic submission process will be available tlNa week of January 8, 2001.' 2) The House wlp have a new form for the submissions available the week of January B, 2001. 3) All requests must be submitted prior to January 39, 20D1. , 4) Each request requires Identification of a prior year appropriation source for funding (we will work with you to identify an appropriate source)- This is anew House policy. 5) Each request requires a "hearing before a body of duly elected public officials before being submitted for consideration." (s. 216.0.62 (3)). This means, as near as we can determine after talking to the authors of the legislation, that the request must be heard at a local meeting (e.g., city commissioners, county commissioners, local delegation of legislators). 6) "Any appropriation to a local government, a private organization. or a nonprofit organization made pursuant to this section should require local matching funds" (s. 216.052 (2)). 7) Requests for private or nonprofit organizations shall "provide information regarding Its organization, including a copy of its current budget, a list of No board'of directors, and, 0 available, a copy cif its most recent annual audit. report prepared by an independent cortifled public accountant licensed in this state, including msnagement letters or other documents associated with the audit report." is. 218.052 (9)) Attached is the Florida Statute that outlines the requirements for community budget requests. AGBNDA REQUEST TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY(DEPT): Administration SUBJECT: Grapefruit Festival - Fort Pierce ITEM N� 9B DATE: January 16, 2001 REGULAR [ X ] PUBLIC HEARING[ ] CONSENT[ ] PRESENTED BY: Doug Anderson County Administrator BACKGROUND: See attached memorandum FUNDS WILL BE AVAILABLE: Transfer from Contingency to Acct # 001-1210-544000-100 Building Rental PREVIOUS ACTION: RECOMMENDATION: Consider the request of Jeannette Walsh of the Tribune for a $1,192.16 contribution (to cover rental fees) from the Board for the Grapefruit Festival to be held on January 26, and January 27, 2001, and approve Budget Amendment No. BA01-122. This funding would come from contingency. COMMISSION ACTION: [ ] APPROVED [ ] DENIED [X] OTHER: Reschedule for Jan. 23, 2001 to review alternative funding sources. Dol nderson CouministraAdministrator Review and Approvals// County Attorney: Management & Budget Purchasing: _ originating Dept. other: other: Finance: (Check for Copy only, if applicable) Eff. 5/96 BUDG1✓AMENDMENT REQUEST FORM REQUESTING DEPARTMENT: CountyAdminstration PREPARED DATE: 01/11/01 AGENDA DATE: 01/16/01 g� •µ��g �i as• TO: 001-1210-544000-100 Building Rental la„/ - �F�i. $1,193 FROM: 001-9910-599100-800 Contingency $1,193 REASON FOR BUDGET AMENDMENT: To pay for park, amphitheater and Ft. Pierce Community Center for the Grapefruit Festival. CONTINGENCY BALANCE: THIS AMENDMENT: REMAINING BALANCE: $701,839 $1,193 $700,646 DEPARTMENT APPROVAL: OMB APPROVAL: BUDGET AMENDMENT #: DOCUMENT # & INPUT BY: 01-122 "■FISCAL YEAR 2000-2001 *i FUNDS APPROVED FROM CONTINGENCY GENERAL FUND AMOUNT REMAINING: $700,646 DEPARTMENT ITEM ACCOUNT # AMOUNT DATE Approved Budget Contingency 001-9910-599100.600 1,000,000 Administration Community Redevelopment Agency 75,000 09/12 Public Works Rock Road Chapel 001-1900-562011-16002 1,082 10/03 Central Services Smithsonian 001-1930-562000-76007 200,000 11/08 Total used: 276,082 Balance Available 723,918 Proposed action: Van Loan for Veteran Services 001-5310-564000-500 22,079 Grapefruit Festival 001-1210-544000-100 1,193 Balance Available After Proposed Action: 700,646 IT TRN-08-2001 10:53 PSL P.02%03 P. O. BOX 9009 srrART,FL 34995Ao09 561.297.155V FAX561-221.4?5CI Lr SCRIPPS "Treasure Coast Newspapers January 8, 2001 Mr. Doug Anderson St_ Lucie County Administrator 2300 Virginia Ave. Fort Pierce, Florida 34981 Ire: Request to be on County Commission Agenda Dear Doug, The Stuart News The Port SL tune :Vexes Fort Pierce Tribune Port SL Laete Tribune The Jupiter Courier Fort Pierre News Preas7aurnal Sabastisa Sun Treasure Cost Resiaen Junroai so Piur Lit"" The Tribune will host the 3d Annual Grapefruit Festival on January 27a . This festival celebrates the fact the St. Lucie County is the Grapefruit Capital of the World. The Grapefruit Festival will take place at the veteran's Memorial Park on Indian River Drive in Downtown Fort Pierce. Along with grapefruit cooking contests, the popular -Grapefruit Squeeze -Of, fvod booths and an arts & crafts festival, there will also be concerts on Friday, the 26's and Saturday, the 2r. This Festival occurs at the expense of the Tribune and the Fort Picrce Jazz Society and sponsors. No profit is made from this festival and, is fact, has cost the Tribune approximately $40,000 the past two years. We are in the process of setting up a 50103 Foundation for this event. St. Lucie County has been a sponsor the previous years and we are asking you to continue to be a sponsor this year. Your sponsorship has always included waiving the cost of the amphitheatre and erouncis for this event. This year, we are charging admission to the Friday night concert to help defray some oftlte costs of the Duke Ellington concert and ($2.00 per person) to the Festival an Saturday to help defray expenses of Saturday's co7�s� . (no admission will be charged to the concerts on Saturday) Because the copense is well over $20,000, no profit is expected to be made this year either. If, ure years, a profit is made from this event, it would go directly into the Foundation to I 1p pay for the expenses for the following year, and to help this cvcnt grow to be even larger. In exchange for your sponsorship, St. Lucie County is listed as a sponsor in our advertising, maps and brochures. our advertising for this event runs very heavily throughout the Treasure Coast, but also in South Florida and Central Florida During one of my visits to Tallahassee, Agriculture Commissioner Bob Crawford congratulated St. Lucie County on hosting the Grapefruit Festival. Cler�vc�ti�-r,1 ��lu' � y�i Q/ i9-7,l6, SRN-08-2001 10:54 PSL %NW P.03/03 of all Sees associated with this 1° at 9:00 a.m. to request the Doug, if you have any questions at all pertaitting to this event, please do not hesitate to call me (561) 461-2050 ext.-IIV. r;4-9 .Best wishes for a Happy New Yew eannerie C. Walsh Promotions and Community Relations Manager TOTgL P.03 AGENDA REQUEST TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY(DEPT): Administration SUBJECT: Di -Weekly Committee Reports ITEM NC"tC DATE: January 16, 2000 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 4h Tuesday of each month. FUNDS AVAILABLE: N/A PREVIOUS ACTION: RECOMMENDATION: This meeting the Board will provide updates on the following Committees and Advisory Boards that they serve on: Committee Meeting Date Commissioner Council on Aging Last Wednesday Lewis Indian River Lagoon NEP Quarterly as needed Coward Workforce Development Board As needed Bruhn Workforce Development Board Consortium Hutchinson Land Acquisition Selection Committee Monthly Barnes Law Library Board of Trustees As needed Bruhn Treasure Coast Council of Local Gov. Monthly Hutchinson Value Adjustment Board As needed Barnes/Bruhn/ Lewis Chamber of Commerce Board of Dir. 40 Thursday Hutchinson Tourist Development Council 1p9 Wednesday Hutchinson Lake Okeechobee Coalition 2"' Monday Bruhn/Barnes COMMISSION ACTION: CONCURREN : [ ] APPROVED [ ] DENIED [x] OTHER: Reports given Do alas Anderson County Administrator C 'ENJT 0 NI - Sc) f I "Eml ly s BOARD OF COUNTY .. 01/12/01 ST. LUCIE COUNTY - BOARD 400 PAGE FZABWARR WARRANT LIST #15- 06-JAN-2001 TO 12-JAN-2001 FUND SUMMARY FUND TITLE EXPENSES PAYROLL 001 General Fund 324,642.08 0.00 001124 FTA USC Section 5307 FY 99/00 66.56 0.00 001128 Section 112/MPO/FHWA/Planning FYO1 40,540.96 0.00 001130 TC Community Action Agency FY00/01 3,757.76 0.00 001243 Childern's Environ. Learning Center 2,304.00 0.00 001252 Urban Mobile Irrigation Lab Grant 217.56 0.00 001804 SFWM/SLSWCD Well Monitoring Program 202.30 0.00 001807 Floridian Aquifer Well Monitoring 217.56 0.00 101 Transportation Trust Fund 44,150.48 0.00 101002 Transportation Trust/80% Constitut 16,722.00 0.00 101003 Transportation Trust/Local Option 414.60 0.00 101211 FDEP Canal & Stormwater Retrofit 1,700.00 0.00 102 Unincorporated Services Fund 11,987.74 0.00 102001 Drainage Maintenance MSTU 8,568.38 0.00 105 Library Special Grants Fund 391.60 0.00 107 Fine & Forfeiture Fund 69,986.57 0.00 107002 Fine & Forfeiture Fund-E911 Surchar 15,062.71 0.00 109 Drug Abuse Fund 3,750.00 0.00 140 Port & Airport Fund 13,977.13 0.00 140001 Port Fund 115.96 0.00 140307 Const. Parking Apron#405823-1-94-01 1,000.00 0.00 145813 IRL SWIM Impound Rest IX 1,082.00 0.00 145814 2000-2001 Lagoon License Plate gran 1,620.00 0.00 160 Plan Maintenance RAD Fund 1,662.32 0.00 183 Ct Administrator-19th Judicial Cir 1,810.25 0.00 183001 Ct Administrator-Arbitration/Mediat 502.91 0.00 183004 Ct Admin.- Teen Court 612.82 0.00 184203 Ft. Pierce Beach Restoration 212,356.45 0.00 185001 SHIP Housing Assistance FY 00/01 10,496.56 0.00 186 Recycling Operating Fund 866.46 0.00 186204 Recycling & Education Grant FY00/01 109.12 0.00 301 So. County Regional Stadium 22,288.50 0.00 304 Communication System Fund 1,500.28 0.00 315 County Building Fund 23,485.00 0.00 316 County Capital 36,584.28 0.00 316001 Transportation Capital 160.00 0.00 362 Sports Complex Improv Fund 4,200.00 0.00 382 Environmental Land Capital Fund 352.84 0.00 395 River Branch MSBU Capital 4,337.50 0.00 401 Sanitary Landfill Fund 13,540.46 0.00 401221 Wast Tire Grant FY00/O1 1,307.25 0.00 418 Golf Course Fund 19,254.14 0.00 421 H.E.W. Utilities Fund 69.34 0.00 441 North Hutchinson Island Utilities 67,983.18 0.00 451 S. Hutchinson Utilities Fund 23,744.88 0.00 461 Sports Complex Fund 15,020.44 0.00 471 Holiday Pines Utilities Fund 5,915.24 0.00 491 Building Code Fund 4,842.43 0.00 01/12/01 FZABWARR FUND TITLE 501 505 505001 510 611 625 630 ST. LUCNFF COUNTY - BOARD WARRANT LIST #15- 06-JAN-2001 TO 12-JAN-2001 FUND SUMMARY Information Technology Fund Health Insurance Fund Property/Casualty Insurance Fund Service Garage Fund Tourist Development Trust-Adv Fund Law Library Tax Deed Overbid Agency Fund GRAND TOTAL: EXPENSES 135,846.09 261,356.10 297.60 22,334.66 5,283.44 2,188.77 3,936.15 1,466,723.41 PAGE 2 PAYROLL 0.00 7,308.75 0.00 0.00 0.00 0.00 0.00 7,308.75 01/12/01 1 ST. LUCI%OUNTy - BOARD PAGE 1 FZABWARR VOID LIST# 15- 06-JAN-2001 TO 12-JAN-2001 FUND: 184203- Ft. Pierce Beach Restoration CHECK INVOICE VENDOR 00267277 I2107534 Underwater Engineering Service I2107540 CHECK TOTAL: TOTAL 100,589.90 11,176.65 111,766.55 FUND TOTAL: 111,766.55 01/12/01 ST. LUC!*&tOUNTY - BOARD "'0 PACE 2 FZABWARR VOID LIST# 15- 06-JM-2001 TO 12-JM-2001 FUND: 316001- Transportation Capital CHECK INVOICE VENDOR 00266730 I2105950 Jenkins & Charland Inc TOTAL 1,270.00 FUND TOTAL: 1,270.00 01/12/01 ST. LUCAPICOUNTY - BOARD '"PAGE 3 FZABWARR VOID LIST# 15- 06-JAN-2001 TO 12-JAN-2001 FUND: 421 - R.E.W. Utilities Fund CHECK INVOICE VENDOR 00008324 I2107374 Fla Retirement System FUND TOTAL: TOTAL 34.67 34.67 01/12/01 ST. LUCI' COUNTY - BOARD ..r PACE 4 FZABWARR VOID LIST# 15- 06-JAN-2001 TO 12-JAN-2001 FUND: 441 - North Hutchinson Island Utilities CHECK INVOICE VENDOR TOTAL 00008320 I2107483 American Water Works Assocatio 109.00 00008324 I2107374 Fla Retirement System 629.16 00008325 I2107467 Ft Pierce Utility Authority In 26,002.70 I2107469 6,925.27 CHECK TOTAL: 32,927.97 00008326 I2107276 Information Technology Fund 115.00 00008327 I2107462 Information Technology Fund 29.06 00008330 I2107458 Information Technology Fund 95.00 00008331 I2107477 Treasure Coast Newspapers 86.40 FUND TOTAL: 33,991.59 01/12/01 ST. LUCT%p-COUNTY - BOARD FZABVARR VOID LIST# 15- 06-JAN-2001 TO 12-JAN-2001 FUND: 451 - S. Hutchinson Utilities Fund CHECK INVOICE VENDOR TOTAL 00008321 I2107480 BellSouth 528.42 00008322 I2107439 Camp Dresser & McKee Inc 4,671.00 I2107566 5,174.67 CHECK TOTAL: 9,845.67 00008323 I2107446 Fla Power & Light I2107447 I2107448 I2107449 I2107450 I2107451 I2107453 I2107454 I2107456 I2107470 I2107472 I2107474 CHECK TOTAL: 00008324 I2107374 Fla Retirement System 00008325 I2107486 Ft Pierce Utility Authority In I2107489 CHECK TOTAL: 00008326 I2107274 Information Technology Fund 00008329 I2107441 Southern Security System of Ft I2107444 CHECK TOTAL: FUND TOTAL: 35.54 43.96 37.59 30.23 110.72 32.21 31.23 31.77 59.27 46.02 40.35 18.13 517.02 375.82 14.18 347.33 361.51 179.00 45.00 20.00 65.00 11,872.44 *.d PAGE 5 01/12/01 ST. LUC1*COUNTY - BOARD "qd PAGE 6 FZABWARR VOID LIST# 15- 06-JAN-2001 TO 12-JAN-2001 FUND: 471 - Holiday Pines Utilities Fund CHECK INVOICE VENDOR TOTAL 00008321 I2107480 BellSouth 469.41 00008324 I2107374 Fla Retirement System 313.28 00008326 I2106915 Information Technology Fund 1,471.33 00008328 I2107436 Severn Trent Avatar Utility Se 703.60 FUND TOTAL: 2,957.62 `` AGENDA REQUEST S TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY(DEPT): Leisure Services SUBJECT: Capital Equipment - Ice Machine 'rfEM NO. C-2 DATE: Jan. 16, 2001 REGULAR[] PUBLIC HEARING [ ] CONSENT[X] PRESENTED BY: Pete Keogh Director, Leisure Services BACKGROUND: The ice machine at softball 2 & 3 is approximately 20 years old, is beyond repair and needs to be replaced to continue operations of the concession stand. This was not a planned replacement; therefore, we are requesting the transfer of $2,650.95 from the Concession Professional Services account into the Concession Capital Equipment account. Funds are available from Professional Services due to the privatization of the concession operation. The ice maker is a Q-450 Series with storage bin. FUNDSAVAIL.: Funds will be available in account number 001-7216-564000-7101 Concession Capital Equipment PREVIOUS ACTION: N/A RECOMMENDATION: Staff requests that the Board of County Commissioners approve replacement of the ice machine located at softball 2 & 3, Budget Amendment 01-116, and Equipment Request 01-221. COMMISSION ACTION: [x] APPROVED [ ] DENIED [ ] OTHER: 4-0 (Barnes Absent) County Attorney: t Originating Dept: /7*/ Finance: (Check for Copy only, if Applicable) Coordinat�i-}on�/Signatures Mgt. & Budget: /►'l Other: CONCUR NCE: ou Anderson County Administrator Purchasing Eff. 1 /97 A:\Agenda Req e6R ice machine 11.11.00.v d '.`� II It / 1/c!f.t"rsa ••^!}n 1S n i�+r.'-',.iiJ TS ,OO�j,rY ald IJ JL�Tin YJN .' `<-4 .;J - -+\`.• DOOR CLOSER r -, ,1r .r . trcr r rr n a d. P P (n y rorr ra hng � rod.rr c rnr ;s r, is 4 intutor ors ekt rio^ d,Ar err Da C=c,-inter u n :.,rrp.r.� `� ' gttojft r to o.rr 1u&:1 fre Sere.ron ND,.orrodi al ,inc.m d�,cr � - " dedre ted to c,�erigq its sari•nrrY 4A. N 1) nw GptJf�hleT arsd ruin p & d Stood( DdiusnNe back tw. 5 ,c: HStai DbtrRwrioncent�. mwr arr,;" <eleaion of �•-t•': nx,•e nrrd suppry' pre.'ucL< s W11 s. F'kese :orrrue ra use cur nmynr order krrn at rrsti..n prpra(ccm, amf r 809539.....___.SPECIAL $59,00 e?'1:j'rs[nt as kniqur im,^ )r:ed and 1�•i ro find louh for our anhne cn:•rlog nB sins at sexia;ty o:.nne:fcvaptily's A x•xYenu;doy3cxmr:�.mrr.! i}eeW • e Mk i*d07erc„ Q $50 SERIES (USERS & BINS . Alrcoeled,pm!.ce;.p To 3 ,n `s once per dal.Smmless eateror N:SF, I:CV:'JL In Stock Dtstrlbufiom (ester. Caber Heads: 30•.^J x 24 ,"J � 2;';'H SPECIAL 2-M-450 FOI dlrc aL: es. -. S? rt S, 7So.00 2-M-452 Half d,ce a.�.r 1E21�3.t 75 O.00 Matching Ice Ernst fi : 34'D. 2 M401 3ii lb. ;.;.3 'H. i'4Its S9S.00 2-M-570 $M lb. cap 6 -i ; 56 Es Ty75.00 POSI-FOURS 2000 H Stoet Ckstrew6w Cerder. SPECIAL 850421 rre o% . 43.^.5 8SOSO4 1 oz...._.. .3.2S BEO546 1 Ya cz .... . 3,25 850408 i'/40-........ 3.25 am univex •TRANSPORTA71ON IN THE CONTINENTAL USA ONLY NIGH VOLUME SLI(ER-SHREDDER Fowe,4;A I RR rrmnr rnsl es srortwork ct s:c eddl:-g obbage or Ottrg p,r=es. 9" Vegetable slicer .; _ bet;•dri.en at ?CO RPM for optimum. resol::. 5!icer•S r re ddw ecmea complete with dr+e cn't suit aaens:cr. legs and slicer -shredder atuc':mer: w:r "S" knife and 54i shredder plate. 120v, UL a,S NSF 1-. stei. !Ox 34'D x 17 Sy'H. 9i Its SNiot f•ei2ht prepa;d from NH. (•U-123.. _ _...... ........SPECIAL 511110.00 c E,ctn i &c ev5pora or for ,the de- .. E enviror crts. Cip: BLACK ASHTRAY !� or tarrel wad S ib. Cot yiider rot ;rclueed. 23!,'W x 4" p!,—.c a.h-ra?. 29';(D s 365i"H. 12011. Sj H.P. In stock Dlsr Center. i . 178 Its. In stock MIT. Ctr. 63 JCSi_SPECIAL 8SC S 71.__S PECIAL $799,00 $3.90.,OL UHDKORATED WHITE Bt Nosts La'.SH',x Tr.,^-;e onsl ro ',a3 ccge. 12'i4" plax. Sct :vnre odor I Dz IC:5 36 Its In Stock MN, 774 267 ........ ....._ ...._ ._ k, SPECIAL2s. S95.00 s'ia" TI;A sloes. W Ho3o.v g,ound. cr-oml,r. plaid, rerged e rbcc steel kie ire a S,It-c,:ra--,.ener Con —.rimed of Fea+y gzgt ac--.f-s; n. 3e!c G•'ven !Ss'';4P CSC 25b,"x2SS,,, x16'i'. 801bs. In Stock Di zW*m Center. 6•B-912....... ...... _... SPECIAL $665.00 1IM80014284800 r�s^_red s:arca•c P,41 D P,O, Cox 64177 CATALOG4001 St, Paul, MN 55164-OS77 No. 1848 !tw4�,cr>E;+�tRti'0�5-CiC1T 3N947 ��9�349 18424C MI)EAS1DE DELI $420 ORANGE AUE F', FIERCE FL 34947-1315 L294305 34 ':.IL.L.i1,Lnln(L„l.,•1!,.lI,,1;I,L,rLNL„Il,dl 18424Q 022 C4'3 C095 V1b^.fag A',m PRIVATE PAGE The A.!ordahle"Or.•I'mmise Paging System" All the beneflcs of aT on-prae:st paging sys-en w ti r, moltrf ser•'tt 'fes. Sapperts cp :a I M paters Erca:lcast to ore or at at once. Year warra:ram In Stock MN. NC NV. SPECIAL E4 i 228 Transm'tCtr 8a:e................__ ......_ .__$$ 94.CC 841226 Tone rer-t'%me,k d', git pazers._..........45.G 641227Vibntir&purer:; dyt . __.60.(C ECONOMY SIZE SIGN Neor-.'r<e ;libil cy %! inch•- 6 line cccd 14" x 22', 6 t s. N Stors. DistrPoution (enter. 834417.............. SPECIAL SSS.00 SUPERIOR WORKIOP REFRIGERATION Front by h rg, ma rich stainless Stat: ektnnor, hard aroete, aluminum interior, a,'d lbarned-in-place uredune irsubdon 4" rernrmble baclaplash, 294D a 39%" H.OA,I 1 8 Cu. Ft ,W Wide, X H P. UL 242 bs.In Stock DhIrfosdion Caar6ae. 87DO37.... ...... __... _.._ ..............-........SPECIAL $1270.01 j-Porhsorde,.Llamas-Si jibca spanol�,T. JTIn Go!. 1 in C6 N¢f TO Vltt Nam i t�tJri•a>>ar+1�P�JW t a3'd __z 7 ,7 s- n3,,,,=3-- 3=i-,-13-1 :. ,, !. ib: 1 1 3ri1 30-L7- :1313 Sent by: SUPERIOR ST PAUL/NextJayGourmet 651 836 3671; '2/12/00 9:06; #442; Page 1/1 NEB T `dAY GOURMET' NM DAY SUPERIOR PRODUCTS � GOUWET` SI0 West County Road D, St Paul, MN 55112-3520 Lout: (6�1) 636.1110 Toll Free: 1.800.328.9800 Fax (651) 636.3671 Attention: To: From: Date: A Total # of Pages � ( t ) trxlvdlrg cover sheet Comments: Z � O� fN o fA o N Q U } � J H Q Z � N ULL LL o � O Q W O� m Ci W F � Z h- m Z OW U2 W 9- U :3 MO J lL O co (Wj J 0 W F' O W Q w � 2 co U Z co Lu fn U � U 6s z 2 w ~ Z Q Q LLI i W u c O a al r U1 1 O W 0' BUDC`,, AMENDMENT REQUEST FORM „O�4 REQUESTING DEPARTMENT: LEISURE SERVICES - RECREATION / CONCESSIONS PREPARED DATE: 12/12/00 AGENDA DATE: 01/16/01 ACCOIfNT*UER,''''-ACCOUNTNAME TO: 001-7216-564000-7101 Machinery & Equipment AMOUNT $2,651 FROM: 001-7216-531000-7101 Professional Services $2,651 REASON FOR BUDGET AMENDMENT: To fund Equipment Request #EQ01-221, ice machine for the Leisure Services - Recreation - Concession area. CONTINGENCY BALANCE: THIS AMENDMENT: REMAINING BALANCE: nla n/a n/a DEPARTMENT APPROVAL: OMB APPROVAL: BUDGET AMENDMENT M DOCUMENT # & INPUT BY: 01-116 r AGtWDA REQUEST TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY(DEPT): Leisure Services SUBJECT: Revised Equipment Request No ITEM AO. C- a b 1 to DATE: 1-9-01 REGULAR [] PUBLIC HEARING [ ] CONSENT [xx] PRESENTED BY: Pete Keogh, Director 01-060 BACKGROUND: A new cooking range for the Civic Center was approved during the budget process. The cost estimate at that time was $4,000 which was used in budget preparation. However, the three bids recently solicited were all higher. The lowest bid was for $4590. Because this price exceeds the allowable overage, a revised equipment request must be approved. FUNDS AVAILABLE: 001-7510-564000-700 (Civic Center operating budget, Machinery and Equipment). There is $1200 unspent due to another piece of equipment ( forklift) coming in under budget. RECOMMENDATION: Staff requests approval of revised Equipment Request No. 01-060 for purchase of a new stove for the Civic Center. COMMISSION ACTION: [X] APPROVED [ ] DENIED [ ] OTHER: 4-0 Barnes Absent M. Anderson Administrator Review and ApproL- va��l�s� County Attorney: Management & Budget{'��%t-_%I} � Purchasing: Originating Dept. Other: Other: Finance: (Check for Copy only, if applicable)_ o @ � E\ a. r <% o\ 7 m Q {m ■ a z ; ; §l@:'m § <§ § & 0 (D CD . E |2%' \§k n] @ /ƒz n ) f KLlb \ § aa�a: m/ »aFE } �m \�(}\ 20 Z/ E■a.% § 01 _ >qq 2|\ƒ� k§k \J220 \m \2m23o ; G e \$ , » \§ n ° -4M M-nn % pia( \�\��k2 2.99 T� :o M zaaz z & °° ©� �- ®° a m r,-4 /k}\ \\ \ P§§� %000 §§ - 20 e§ 0 (D \� k§ x \p \ $ \ § ( 0. \§ /§ \mr % } \ \ \ DEPARTMENT Leisure Services Department FUND 001.7510-66400.700 DATA INPUT CLERK PAGE 1 DELIVER TO: St. Lucie County Civic Center REMARKS Contact A W Capper @ 462-1638 REQUISITION p VENDORS REQUISITION DATE 12-6-00 SOLE SOURCE in NUMBER NAME Choice Restaurant Equipment l 1 A) : J AJc- fi7V DkC- W S ADDRESS 8011 So. Dixie Hwy., West Palm Beach, Fi. 33405 #2 NUMBER NAME Superior Products (1.800-328-9800) ADDRESS EMERGENCY PURCHASE q3 NUMBER NAME Complete Restaurant Equipment ADDRESS 3929 US 1, Vero Beach, FL. 32967 ITEM NO. QUANTITY uM DESCRIPTION VENDOR #1 UNIT PRICE VENDOR #2 UNIT PRICE VENDOR #3 UNIT PRICE TOTAL PRICE 1 1 ea Vulcan Electric Cooking Range, Model E-60FL, 6 large top burners, 24" griddle, 2 commercial size ovens, all units individually controlled $4590 $4780 $4840 Equipment Request No. 01-06D 0 PRICES ESTABLISHED BY VENDOR TOTALS VENDOR REPRESENTATIVE REQUESMOPERSON DEPARTMENTHEAD ORAUPHORMI)PERSON ONLY Ax: scl/qg v-l4yo CHOICE RESTAURANT EQUIPMENT, INC. BUY • SELL • TRADE 6011 SOUTH DIXIE HIGHWAY I H NEW & USED WEST PALM BEACH, FLORIDA33e05 EQUIPMENT& SUPPLIES (561)150.4002 QUOTATION"== AfT; RI T>"Y Fax(S6 )SU-51199 BALESMAN J6ck AAMWX PURcHA6EN Sr. LEec/X' awNTY t EY/C ClrA#r4 P DATE- /Z/ I9,/ 9- ADDRESS DEUNER CrTv ADDRESS PHONE Lgl o it - ir,2 ir PtO NO. GTv OIIAN. REM CHOICE 0 DESCRIPTION - MOM - SERIAL OR PAP-$ W. J UNR PRICE EXTENSION / BEit d 2 ov ro J, I f 500 SoFcil�r YeaTA16E r PNsss RASE P1Rfrr PQ re Mr I ------------- New& Reconditioned Equipment - Smallweres u.*wm•T �Purwx- 551.56e•I002 I-S30-331.2255 Ass: 561.078.3131 JACK ANDREWS Fax:56t•5e6.5199 AMOUNT 'c OO SALESTAX FXE O, TOTAL lR1E D 0 BEPOEROR Dom Pmf BALANCE C.O.D. e: t 1 S. Wis", W. P.9n SndL FL 3305 vuLcAn ESERIES ELECTRIC RESTAURANT RANGES This appliance Ismsnulacturedfor commercial Installation CLEARANCES FROM COMBUSTIBLE CONSTRUCTION: onlyandnot lnlentledlordomestic/householdInstallation. Range Only.............................................01, aides, 0"rear Pangs and CBS salamander broller.,.,. 8' aids, 2' rear • r 1I a. olw (rP. t-&000a a 0oo IJ. OJD I t.ow r,ShMI 116f1w, {� 3 MIL t YP. TIP. {o.Joo nstuw) It tSO fYP. � I ll{Iw)1 •P. `v NIIM1 3 , I 1 1 CCt{ICY CJb(C3 r(M Ix. Z' f 1uLwl 3. 00C YI1 11Rt011 C0. .t CIlK1 } Jox I It, �. I Ii1SMU is•iwwi, TIP. L tr I t11x(M: t -tt10,Mi �� : oJ, t{ISM. SOJ OS�(U AVAILABLE VOLTAGES - 208 OR 240 VOLT - 1 OR 3 PHASE 3 PHASE LOADING NOMINAL AMPS DER LINE WIRE MODEL NO. TOTAL CONN. KW KW PER PHASE 3 PHASE 1PHASE 208V 240V X-Y Y-Z X-Z X Y I Z Y Z 208V 240V VAN t60S1 30.0 29.4 9.0 12.0 9.0 74.9 87.4 87.4 P 75.8 75.0 144.2 125.0 9.0 1t4 9.0 74.8 84.9 84.9 73.6 73.6 141,4 122.5 E60FL 28.8 9.0 11.4 8.4 72.5 84.9 62A 73.6 71.G 138.5 220.0E60XL 28.2 9,0 10.8 0.4 72.5 82.4 79 9 . 71.5 89.3 135.8 117.5 NOTE: In line win itS policy to Contrnuaily Improve its products, Vulcan -Hart Company reserves the right to Change materials end spedlicaeons without notice. VULCAN-HART COMPANY, P.O. BOX 696, LOUISVILLE, KY 40201, TEL.: (502) 778.2791 ••M3tt IY4, QUOTE FAX: 900-333.1808 ORDER FAX: 800.444.0602 vu � Item e C.S.I. Section 11420 E60L SERIES ELECTRIC RESTAURANT RANGES Listed by the National Sanitation Foundation Listed by Underwriters Laboratories NSF R SPECIFICATIONS: 50" wide electric realaurart range, Vulcan -Hari Model No, ESOL. Stainless steel Uonl, back riser. plate shelf and 5' adjustable legs. Sides finished in heat rerstart paint. Ten round French prates, 2 KW iri per plate: Full width pull out r'umb trays locate.. bensalh the cooking top. Two 5 KV ovens. Each oven interior measures 25'1.'w x 22'1,'d x 141/,"h. One over, rack and two rack positions per oven. Top browning Feat control. Thermostats adjust Vom 1501 to 5001F, Requires 208 or 240 volt, 1 or 3 phase power supply, Exterior dimensions. 60"w x 29',4 d x 591h"h on 6" legs. Llsled by U L and NSF, SPECIFY VOLTAGE AND PHASE WHEN ORDERING. STANDARD FEATURES ■ Stainlessstaelfront, back riser, shelf and logs, painted sides ■ Ter 9'1, rountl, 2 KW French plates w th infinite host Certrci switches. ■ Full width pull ouut crumb trays. 8 Two 6 KW ovens with top browning control. Thermcstals adjust from 150, to 500 F. ■ Cool 10 the touch control knots. • Requi,as 208V or 240V, 1 or 3 phase power supply ■ Ore year limited Pans slid labor warranty. OPTIONS AT EXTRA COST Stainiass steal skies. 11'slain ess'steel back riser in place of standard back riser and shelf (no charge) 23" s:aldass steel back riser in place of standard back riser and shag (no charge). EKtra oven rack, 5C of four casters Ilwo IookingL 2 KW high speed cW:'I ele-ents in place of round Frerch plates (no charge). 12' x 24" hot top sections, 5 KW it put, In place of one French top section. Ori switch and four position hsat ccntro�., NOTE: Hot lop sections increase Power consumption end fine artp draw. Consult customer service for KW and line amp inforni when specifying or ordsr ng units wth het tops. Cho co of 12", 24', 36' or 48 wde. '/y' thick gncdle piale in place of French plate sections: One thermostat provided for each 12' grlddie width. Griddles are supplied on the right side only and add 3" to the overall width of the re,ge Second year exterded':Imi:ed parts and labor warranty. VULCAN-HART COMPANY, P.O. BOX 696, LOUISVILLE, KY 40201, Ti (502) 778.2791 °ern,lwq QUOTE FAX: 800.333•1808 ORDER FAX: 800.444.0602 it 0✓"' n r.. AGENDA REQUEST TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY(DEPT): Leisure Services ITEM NO. C-2 C DATE: 1-16-01 REGULAR [] PUBLIC HEARING [ ] CONSENT [xx] PRESENTED BY: Pete Keogh, Director SUBJECT: Permission to apply for a Cultural Affairs Council grant BACKGROUND: The Cultural Affairs Council has grant funding available for youth arts programs in conjunction with the Childrens Services Council. The Recreation Division is desirous of obtaining a grant from the Cultural Affairs Council to add an art component to the existing summer camp program. The request is for $5,000 which would be used to purchase art materials and special kits and the hiring of special teachers to implement the program. This would be a one time award and requires no matching funds. The grant application is attached. FUNDS AVAILABLE: N/A RECOMMENDATION: Staff requests permission to apply for a grant in the amount of $5,000 from the Cultural Affairs Council to add an art component to the existing summer camp program. COMMISSION ACTION: [ X] APPROVED [ ] DENIED [ ] OTHER: 4-0 (Barnes Absent) D u < as M. Anderson Co ty Administrator k�J Review and Approvals County Attorney: Management & Budget Purchasing: 11�Originating Dept. Other: other: Finance: (Check for Copy only, if applicable)_ `.. ST. LUCIE COUNTY CULTURAL AFFAIRS COUNCIL MINI -GRANT PROGRAM 2000-01 GRANT APPLICATION SECTION A: PROGRAM INFORMATION Florida County: St. Lucie County Program Name: St. Lucie County Leisure Services Summer Camp 2001 3. Program Type: summer camp 4. Amount of grant funds requested: $5,000.00 5. Estimated number of community residents to be served: over 2000 6. Cost per participant: amount of finds requested divided by the estimated number participants to complete the program: $2.50/child SECTION B: CONTRACTOR INFORMATION Identify the agency and official who will sign the Certificate of Assurances, if selected for a grant. Grantee agency name: St. Lucie County Department of Leisure Services Authorized Official's name: Pete Keogh Street address: 1302 Virginia Avenue 4. City: Fort Pierce, Florida 34982 5. Telephone number: (561) 462-1521 6. Federal Identification Number: 59 - G.CCVS 35 7. Contractor agency status: Govermnental 8. Name of fiscal officer: Marie Gouin 9. Name of fiscal agency if not Grantee: NA 10. Program Director's name: NA 11. Mailing address for all program correspondence: SECTION C: CERTIFICATION Telephone number: (561) 462-1670 1302 Virginia Avenue, Fort Pierce, FL 34982 I do hereby certify that all facts, figures, and representations, made in the application are true and correct. Furthermore, all applicable statutes, regulations, and procedures for program compliance and fiscal control will be implemented to insure proper accountability of grant funds. I certify that the funds requested in this application will not supplant funds that would otherwise be used for the purpose set forth in this project. The filing of this application has been authorized by the rar pNicant and I have been duly authorized to act as the representative of the contractor in 0 with this application. s Signature Pete Keogh, Director (Interim) St. Lucie County Department of Leisure Services (561) 462-1519 ; { S ,'Ll Name of Agency or Entity Telephone Number Date Iwo Project N:une: tit. Lucie l busty tiunnuer C:Inip'2ll0I Pnhnl:dion nnmhrr to ho served ?000 plus Total project cost: $69,350.00 Amount requested from this fund: $5,000.00 List other potential and actual sources of support for this project (put an "*" by those committed, noting any matching fund requirements). Amount Fund $10,000 WPSL Christmas Kids Fund (scholarships, FY 2000) $14,000 St. Lucie County Department of Leisure Services PROPOSAL NARRATIVE INSTRUCTIONS On another sheet please answer the following as concisely as possible. Please limit your response to 500 words or less. What type of program are you proposing? What overall changes are you trying to create and with whom? 2. What are the specific outcomes you seek to achieve? Describe in measurable terms the outcomes you are focusing upon. How will you produce the changes described above? Include information about what participants will do - describe their experiences. How will you know the changes have occurred? Include information about how you will verify the extent to which participants achieve outcomes/performance targets. What is the target audience and briefly describe the geographic service areas (i.e. Port St. Lucie, Fort Pierce, rural, etc.) With respect to issues of diversity (children, seniors, ethnic, handicapped, etc. ) 6. What is the estimated project cost and the amount being requested from this fund? What is the future of this project? Include information about how other resources needed to complete the project are being secured and how you will support this project in the future if it is to continue. v October 30, 2000 Marty Reno -Curtis St. Lucie County Cultural Affairs Council Mini -Grant Program 600 N. Indian River Drive Fort Pierce, FL 34982 Dear Ms. Reno -Curtis In the Tulsa Parks and Recreation Department's Marketing Plan for 1997-98, Bob Jennings wrote the following: "It costs approximately $30,000 to incarcerate a juvenile offender for one year. If that money were available to the Park Department, we could: • take him swimming twice a week for 24 weeks • give him four tours of the zoo, plus lunch • enroll him in 50 community center programs • let him play league softball for a season • give him two weeks of tennis lessons • enroll him in 9 weeks of summer camp • let him play tluee rounds of golf • let him act in one play • participate in one fishing clinic • take a four week pottery class • a play basketball eight hours a week for 40 weeks after which we could return to you $29,125 and one much happier kid!" In this spirit, every sumrner the St. Lucie County Leisure Services Department offers various camp programs for children ranging in age from five to twelve years old. These camp programs include both low-cost play camps where the children receive supervision, arts and crafts, field trips and organized game play in an open park setting as well as full day camps, which offer field trips, arts and crafts, organized sports and various special presentations. The State of Florida requires a twenty-five to one child -counselor ratio. We are proud that we surpass this requirement through a fifteen to one ratio at our play camps and a ten to one ratio at our full day camps. This past summer we were also able to offer $10,000 worth of fifty percent and one hundred percent scholarships through the WPSL Christmas Kids Fund. We hope to again offer this opportunity to our econoinicaIIy- challenged families for Summer Camp 2001. We are proposing the continuation of our regular summer camp programs with an added art component. In the past, the arts and crafts we have been able to offer have been traditional crafts done with general materials. We would like to upgrade the amount and quality of children's art projects offered at our various camps, as well as'offer a more intense art program through the use of art instructors. Our goal is to expose a diverse number of children to various art mediums such as oil painting, pottery, wood -building and/or carving, and special crafts such as dream catchers and totem poles. We are interested in offering an opportunity for St. Lucie County children to explore the world of art in a leisurely setting. This program will be expedited through purchasing a large array of art materials and special kits as well as seeking qualified volunteer and/or paid teachers to provide instruction in how to use the materials. We will know we have reached our performance target through the actual completion of various projects that will be placed on display at a county facility. This program targets all children from the St. Lucie County area, ages five through twelve through the use of flyers distributed to all age -appropriate St. Lucie County schools that advertise both day camps and play camps. A substantial percentage of the children that tend to take advantage of the majority of our programs are residents of sections of Fort Pierce that are considered low-income areas. We traditionally offer scholarships through the WPSL Christmas Kids organization, which provided $10,000 in scholarships for Summer Camp 2000. The estimated overall cost of our summer camp program is $69, 350 and the estimated revenue received is $24,158. We charge the minimum prices possible and provide as many diverse locations, low child -adult ratios, and qualified staffas possible in order to accommodate as many St. Lucie County residents as we can. As you can see, the budget leaves little available for art supplies. Therefore, we are requesting $5,000 from your organization for the purchase of art materials and the hiring of special teachers to be used at the various camps that will be offered to the children of St. Lucie County during the summer of 2001. Sincerely, Brad Keen Recreation Coordinator St. Lucie County Leisure Services M PROJECT BUDGET r�y'�►1r. lTl7JrJ� total anticipated project income Federal NA State NA County $14,000 City NA Membership NA Grants $10,000 Contracts/fees for services NA Investment Income NA Contributions/donations NA Fund-raising Events NA In -kind Support $500 Other (describe) NA Total Project Income: $24,500 PRfl.lr('T FXPF.NSFS project expenses covered total project expenses by this requested grant Salaries and wages $0 $62,987 Consultant/contract services $2,000 0 Space costs NA NA Equipment $500 $3,300 Consumable supplies $2,500 $3,000 Travel NA NA Phone/fax NA NA Printing/postage NA NA Training NA NA Evaluation NA NA In -kind expenses NA NA Other (describe) NA NA Total Project Expenses $5,000 $69,287 e.,,GENDA REQUEST 11%6 NO. C-2d TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY(DEPT): Leisure Services DATE: January 16, 2001 REGULAR[] PUBLIC HEARING [ ] CONSENT [X] PRESENTED BY: Pete Keogh Director, Leisure Services SUBJECT: Permission to apply for and accept Cultural Affairs Council mini -grants for the 2001 Arts Along The Waters Student Mural and Cultural Arts Festival. BACKGROUND: The Cultural Affairs Council has grantfunding available for youth art programs in conjuction with the Children Services Council. The Recreation Division is desirous of obtaining two such grants for the 2001 Arts Along These Waters (Student Mural and Cultural Arts Festival). These are one time awards and require no matching funds. The grant applications are attached. FUNDS AVAILABLE IN: Management and Budget will setup grant account and prepare budget resolution. PREVIOUS ACTION: NIA RECOMMENDATION: Staff requests the BOCC's approval to apply for the grants, acceptance of awarded grant dollars, approve contracts, and authorize the Chairperson to sign. COMMISSION ACTION: [ APPROVED [ ] DENIED [ ] OTHER: 4-0 (Barnes Absent) County Attorne . Originating Dept: Coordination/Signatures Mgt. & Budget: Other: Finance: (Check for Copy only, if Applicable) Eff. 1197 County Administrator Purchasing Mgr.: Other: H:\WP\blank agenda.wpd MINI -GRANT PROGRAM 2000-0' GRANT APPLICATION %./ SECTION A: PROGRAM INFORMATION 1. Florida County: St Lucie County 2. Program name: Arts Alone These Waters 3. Program Type: Cultural Arts Festival 4. Amount of grant funds requested: $2 497 24 5. Estimated number of community residents people to be served: 40,000 6. Cost per participant: Amount of funds requested divided by the estimated number of participants to complete the program (SX) $ 015 SECTION B: CONTRACTOR INFORMATION Identify the agency and official who will sign the Certificate of Assurances, if selected for a grant. 1. Grantee agency name: St Lucie County Leisure Services u o d official's name: Nita Wiechel /Pete Keogh Street address: 1302 Virginia Avenue 4. City: Ft. Pierce , Florida Zip Code: 34982 5. Telephone number: (561) 462-1935 6. Federal Identification Number:59-6000835 7. Contractor agency status: Governmental x Private not -for profit _ Private for profit 8. Name of fiscal officer: Marie Gouin Telephone number (561)462-1670 9. Name of fiscal agency if not grantee: 10. Program Director's name: Pete Keogh 11. Mailing address for program correspondence: 1302 Virginia Ave., Ft. Pierce, Fl, 34982 SELECTION C: CERTIFICATION: I do hereby certify that all facts, figures, and representations made in the application are true and correct. Furthermore, all applicable statues, regulations, and procedures for program compliance and fiscal control will be implemented to insure proper accountability of the grant funds. I certify that the funds requested in this application will not supplant funds that would otherwise be used for the purpose set forth in this project. The filing of this application has been authorized by the Grant Applicant and I have been duly authorized to act as the representative of the contractor in connection with this application. / Pete Keogh / Nita Wiechel Authorized Official's Signature Date Type Authorized Official's Signature St Lucie County Leisure Services (561)462-1935 8/30/00 Name of Agency or Entity Telephone Number Date MUST BE RECEIVED NO LATER THAN 5:00 PM, OCTOBER 30, 2000. MAIL OR DELIVER TO: St. Lucie County Cultural Affairs Council - Grant Application Committee Attention: Angela DeCesare 600 N. Indian River Drive Ft Pierce, Florida 34982-5652 &.oject name: Cultural Arts Fe- ' 'al U Population number to be served: 40,000 Total project cost: $12,577.24 Amount requested from this fund: $ 2,497.24 List other potential and actual sources of support for this project (put an "*" by those committed, noting any matching fund requirements). Amount Fund $1 500 00 Application fees collected from fine arts and crafts vendors (approx. 50 vendors at $30 each application number taken from last year's event.) * $2 560 00 St Lucie County Leisure Services $3,500 00 Tribune advertising $3 500 00 Vero Press Journal& News advertising $ 500.00 WPSL advertisine PROPOSAL NARRATIVE INSTRUCTIONS On another sheet of paper answer the following as concisely as possible. Please limit your response to 500 words or less. 1. What type of program are you proposing? What overall changes are you trying to create and with whom? 2. What are the specific outcomes you seek to achieve? Describe in measurable terms the outcomes you are focusing upon. 3. How will you produce the changes described above? Include information about what participants will do - describe their experiences. 4. How will you know the changes have occurred? Include information about how you will verify the extent to which participants achieve outcomes/performance targets. What is the target audience and briefly describe the geographic service Areas (i.e. Port St. Lucie, Ft. Pierce, rural, etc.). 6. What is the estimated project costs and the amount being requested from this fund? What is the future of this project? Include information about how other resources needed to complete the project are being secured and how you will support this project in the future if it is to continue. INCOME $14,057.24 total anticipated proje' income Federal State County $2,560.00 City Membership Grants $2,497.24 Contract/fees for services Investment income Contributions/donations Fund-raising events In -kind support $7,500.00 inkind advertising support Other (describe) $1,500.00 vendor application fees Total Project Income $14,057.24 PROJECT EXPENSES project expenses covered total project expenses by this requested grant $2,497.24 $12,557.24 Salaries and Wages Consultants/contract services Space costs Equipment Consumable supplies Travel Phone/fax Printing/postage Training Evaluation In -kind Other (describe) Total Project Expenses $1,800.00 $ 850.00 $1,400,00 (rental of tents, tables, chairs) $ .100.00 (to feed volunteer workers associated with arts festival, for two days) $ 150.00 (posters, signage, mailings, etc.) $7,500.00 advertising $ 150.00 misc. supplies, tape, stakes, decorations, etc. $ 247.24 security for both days. $ 360.00 portalets for both days $12557.24 Maety 7Zeno-Curtis ``"' St. Lucie County Cultural Affairs Council Yrlini-grant program boo n. Indian Ever Drive ft. pierce, Florida 34982 Dear 'Ills. Reno -Curtis, .✓ 'Arts Along These 'haters' is an annual cultural showcase for children and adults of aA ages. 'This festivity encourages the participation and invites the attendance of all residents of the Treasure Coast and surrounding areas. This years event wall also be held in conjunction with the "pt. pierce Centennial Celebration." On February 3" and 4" the downtown waterfront will become a showcase of enlightenment and enrichment commemorating the Heritage of Ft. pierce and displaying the adept talents within St. Lucie County. Each year as the audience grows so does their multifaceted array of attributes. The arts' celebration drill include musical performances, kistorical exhibits, fine art displays, kand-crafted items, cultural demonstrations, and culinary expositions. Many ethnic groups will be invited to prepare and showcase their native specialties and native wildlife. We Al also include the local environmental experts, and encourage them to speak on and illustrate topics which include the Indian River Lagoon and the ecosystems throughout the area. In keeping up with the current trends in economics and technology in St. Lucie County, we will appeal to local businesses and ask them to share their informational experiences and practices. 'This event is intended to serve the diverse cultural and geographic community interests in St. Lucie [county and surrounding communities. We intend to utilize all personal, informational and promotional efforts to accommodate and encourage the participation of all groups of citizens and organizations. This affair will serve as an informational tool of St. Lucie County's history, culture, and rick talent: in which everyone can discover, experience and absorb. St- Lucie County Leisure Services hopes this event will serve as a cultural and informational nexus for our area. We plan to utilize our leisure services staff, facilities, and a host of volunteers to plan and develop this event. We Will also be utUa* the support of neighboring organizations and businesses to help fund and promote tkis event through the use of monetary donations, in -kind support, and grant monies. The cost of the production of this event is estimated at $12,577.24. The cultural grant fund we are seeking is $2,497.24. Currently committee members for "Arts Along These Waters' are soliciting for advertising, preparing gym, mailing informational packages, securing facilities, and identifying staffing. As time grows nearer for this event so, will the demands for more detailed planning, developed procedures, and identification of funding sources. 'Arts along These Waters' has only proven to grow eack year. As participation and attendance levels increase, so does the community awareness. The importance of having a signature cultural affair in St. Lucie Bounty is as important as the need for the expression of our communities' gifts and talents. The purpose of this event is to give definition of and create a landmark in St. Lucie County. `Arts Along These Waters' can then be utilized as a representation of what our community is essentially about and what it bestows to others. Vest TPiskes, nta Vieckel Supervisor III Special Events & promotions St. Lucie County Leisure Services ,woo GRANT AGREEMENT THIS AGREEMENT, made this day of A.D. 2001, between ST. LUCIE COUNTY CULTURAL. AFFAIRS COUNCIL, hereinafter called the "Council", and ST. LUCIE COUNTY, or its successors, executors, administrators, and assigns hereinafter called the 'Recipient". IN CONSIDERATION of the mutual benefits received by each part, the parties mutually agree as follows: 1. The Council shall disperse to the Recipient a grant in the amount of one thuusand and 00/100 dollars (S 1,000.00) to be used for the 2001 Arts Along These Waters Cultural Festival as set forth in its 2000-01 Mini -Grant Application, incorporated herein by reference. Payment to the Recipient shall be made in one lump sum payment to be made within thirty (30) days of the date this Agreement is fully executed. 2. On or before November 1, 2001, the Recipient shall provide the Council with a report on the program funded by the grant, including but not limited to the number of individuals served using funds provided hereunder and the receipt and expenditure of other funding sources for the program. 3. The Recipient shall have internal controls adequate to safeguard the grant. 4. If the grant can not be used or a subsequent audit reveals the grant was not used according to this Agreement, any money not so used shall be reimbursed to the Council. 5. The Recipient shall provide an audit, by a certified or duly licensed public accountant, of the expenditure of the grant. In the alternative, the Recipient may submit qualifying paid invoices in lieu of a certified audit. The Recipient shall submit all documents required under this paragraph 1 within ninety (90) days after the end of its last fiscal year during which funds are expended under this Agreement. 6. The Recipient gives the Council the right, until the expiration of three (3) years after expenditure of funds under this agreement, to audit the use of the grant monies. Upon demand, the Council shall have access to and the right to examine any directly pertinent books, documents, papers, and records of the Recipient involving transactions related to these grant monies. All required records shall be maintained until an audit is completed and all questions arising therefrom are resolved, or until the expiration of three (3) years after the expenditure of the funds. 7. The Recipient is and shall be an independent contractor, responsible to all parties for all of its acts or omissions and the Council shall in no way be responsible for such acts or omission. The Recipient shall and will indemnify and hold harmless the Council from and against any and all liability, claims, damages, expenses, fees, fines, penalties, suits, proceedings, and actions and cost of actions, including reasonable anome}'s fees of any kind and nature arising or growine out of or in any way connected with the use, occupations, administration or control of the above described services by the Recipient or its agents, employees, customers, patrons or invitee, or resulting from injury to person or property, or a loss of life or property of any kind or nature whatsoever sustained during the term of this Agreement. The Recipient hereby acknowledges that the payments made under this Agreement include specific consideration for the indemnification provided herein. 8. The term of this Agreement shall be for a period from the date first above written through and including September 30, 2001. 9. The Recipient agrees to comply with all local, state and federal laws, rules and regulations. 10. All publications, media productions and exhibit graphics shall include the following '✓ Noo statement: Sponsored in part by the St. Lucie County Cultural Affairs Council. 11. Any notice shall be in writing and sent registered or certified mail, postage and charges prepaid, and addressed to the parties at the following address: To the Council: St. Lucie County Cultural Affairs Council 2300 Virginia Avenue Fort Pierce, Florida 34982 To the Recipient: St. Lucie County Leisure Services Director 2300 Virginia Avenue Fort Pierce, Florida 34982 With a copy to: St. Lucie County Administrator 2300 Virginia Avenue Fort Pierce, Florida 34982 12. No amendment, modification or waiver of this Agreement shall be valid or effective unless in writing and signed by both parties and no waiver of any breach or condition of this Agreement shall be deemed to be a waiver of any other conditions or subsequent breach whether of like or different nature. If the Council currently provides or subsequently provides any forms for agreement modification, the Recipient agrees to use said forms. 13. Except as otherwise provided, this agreement shall be binding upon and shall insure to the benefit of the parties. 14. The Recipient represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder, as provided for in Section 112.311, Florida Statutes (2000) and as may be amended from time to time. The Recipient further represents that no person having any interest shall be employed for said performance. The Recipient shall promptly notify the Council in writing by certified mail of all potential `.. "0 conflicts of interest prohibited by existing state law for any prospective business association, interest or other circumstance which may influence or appear to influence the Recipient'sj udgment or quality of services being provided hereunder. Such written notification shall identify the prospective business association, interest or circumstance, the nature of work that the Recipient may undertake and request an opinion of the Council as to whether the association, interest or circumstance would, in the opinion of the Council, constitute a conflict of interest if entered into by the Recipient. The Council agrees to notify the Recipient of its opinion by certified mail within thirty (10) days of receipt of notification by the Recipient. If, in the opinion of the Council, the prospective business association, interest or circumstance would not constitute a conflict of interest by the Recipient, the Council shall so state in the notification and the Recipient shall, at his/her option, enter into said association, interest or circumstance and it shall be deemed not in conflict of interest with respect to services provided to the Council by the Recipient under the terms of this Agreement. 15. In the event it is necessary for either party to initiate legal action regarding this Agreement, 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 justiciable in federal court. 16. 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. (Remainder of page intentionally left blank.] 4 ti ./ IN WITNESS WHEREOF, the parties have caused the execution by their duly authorized officials as of the day and year first written above. ATTEST: SECRETARY WITNESSES: g:%agreemnf,can trace cac-s Ic.arts. fest.wpd ST. LUCIE COUNTY CULTURAL AFFAIRS COUNCIL M. CHAIRMAN ST. LUCIE COUNTY m NAME: TITLE: 2000-01 GRANT APPLICATION SECTION A: PROGRAM INFORMATION 1. Florida County: St. Lucie County 2. Program name: Arts Along These Waters, Student Art Mural 3. Program Type: Historical Rendering for Arts Festival 4. Amount of grant funds requested: $800.00 5. Estimated number of community residents people to be served: 40,000 6. Cost per participant: Amount of funds requested divided by the estimated number of participants to complete the program ($/#) $.002 SECTION B: CONTRACTOR INFORMATION Identify the agency and official who will sign the Certificate of Assurances, if selected for a grant. Grantee agency name: St. Lucie County Leisure Services 2. Authorized official's name: Nita Wiechel /Pete Keogh 3. Street address: 1302 Virginia Avenue 4. Cit}: Ft. Pierce Florida Zip Code: 34982 5. Telephone number: (561) 462-1935 6. Federal Identification Number: 59-6000835 7. Contractor agency status: Governmental x Private not -for profit _ Private for profit S. Name of fiscal officer: Marie Gouin Telephone number (561)462-1670 9. Name of fiscal agency if not grantee: 10. Program Director's name: Pete Keogh 11. Mailing address for program correspondence: 1302 Virginia Ave.. Ft. Pierce. Fl. 34982 SELECTION C: CERTIFICATION: I do hereby certify that all facts, figures, and representations made in the application are true and correct. Furthermore, all applicable statues, regulations, and procedures for program compliance and fiscal control will be implemented to insure proper accountability of the grant funds. I certify that the funds requested in this application will not supplant funds that would otherwise be used for the urpose set forth in this roject. The filing of this application has been authorized by the '6get pplicant and Ihave/duly authorized to act as the representative of the contractor in co ec ion with this aoolic ton. i 's Signat Pete Keogh / Nita Wiechel Date Type Authorized Official's Signature (561)462-1935 8/30/00 Name of Agency or Entity Telephone Number Date MATL OR DELIVER TO: St..Lucie County Cultural Affairs Counc;1 - Grant Application Committee Attention: Angela DeCesare 1114W Nq.✓ 600 N. Indian River Drive Ft. Pierce, Florida 34982-5652 PROPOSED PROJECT INFORMATION Project name: Student Art Mural Population number to be served: 40,000 Total project cost: $3260.00 Amount requested from this fund: $ 800.00 List other potential and actual sources of support for this project (put an "*" by those committed, noting any matching fund requirements). Amount Fund * 1.500.00 Prize donation(Harbor Federal Bank. contact Bonnie Forest) * 960.00 St. Lucie Countv Leisure Services PROPOSAL NARRATIVE INSTRUCTIONS On another sheet of paper answer the following as concisely as possible. Please limit your response to 500 words or less. What type of program are you proposing? What overall changes are you trying to create and with whom? 2. What are the specific outcomes you seek to achieve? Describe in measurable terms the outcomes you are focusing upon. 3. How will you produce the changes described above? Include information about what participants will do - describe their experiences. How will you know the changes have occurred? Include information about how you will verify the extent to which participants achieve outcomes/performance targets. What is the target audience and briefly describe the geographic service Areas (i.e. Port St. Lucie, Ft. Pierce, rural, etc.). 6. What is the estimated project costs and the amount being requested from this fund? What is the future of this project? Include information about how other resources needed to complete the project are being secured and how you will support this project in the future if it is to continue. PROJECT BUDGET PROJECT INCOME % r $ 3,260.00 total anticipated proj�income Federal State County City Membership Grants Contract/fees for services Investment income Co nt ribut io ns/d o nat ions Fund-raising events In -kind support Other (describe) Total Project Income PROJECT EXPENSES $960.00 $1,500.00 $3,260.00 project expenses covered total project expenses Salaries and 'Wages Consultants/contract services Space costs Equipment Consumable supplies Travel Phone/fax Printing/postage Training Evaluation In -kind Other (describe) $550.00 $800.00 building materials $200.00 $60.00 $150.00 (posters, signage, mailings, etc.) $1,500.00 prize fund for schools(donated by Harbor Federal bank by this requested grant $800.00 Total Project Expenses $3,260.00 $3260.00 OM BOARD OF COUNTY COMMISSIONERS Mang Reno -Curtis SL Lucie County Cultural Affairs, Council Mini -Grant Program 600 Al. Indian River Drive FL Pierce. Florida 34982 St Lucie Council Leisure Services is Planning a grand presentation of art and history, On Fehn ary 3°t and 4 ". 2001. in conjunction with "Ants Along These Waters' and the FL Pierce "Centennial Celehraaon, We will be displaying, in conjunction with the St Lucie county Schools a crorrtandar student art mural foc public viewing. This display will be ser up along the Indian Rivet waterront in downtown FL Pierce. The mural is projected to be over 300 feet long and will depict the past 100 years of the history of FL Pierce and St Lucie County_ This mural will not only beautify the wateifront during this event, but each mural section will go hack to the school that created it to serve as an expression of student teamwork within the school. Each school within St Lucie County from elementary to high school, will be presented a 4 x 8 piece of Plywood on which to create their mural in house. The theme of the mural is 'I Do Years of History." The students and teachers will have four months to research and Paint their mural During this fourmonthperiod, this project will serve as an educational tool for the students as they explore the hiseoq} and r .1r re of our. area. The students will also delve into various forms of art as they compile their anistir renderings Students will not only be teamed together but individual subjects and their instructors will have to pool their educational resources and knowledge to create this mural. A measurable outcome will be the historical and artistic wndeiinngs of this venture - The material cost of this Project Partially} covered bg St Lucie County Leisure Secvicea is minimal compared to the impact of its presentation and outcome.& ouc expenses incurred will include lumber, staf mij, and Miscellaneous items. The schools will need only to surpPly the Paint toots. staff, students, and time to Prepare their murals. A Prize fund will go to selected schools to support their needs and expenses. So far we have received a $1.500.00 donation toward this prize fund from Harbor Federal Bank We are asking other banks to match these funds. The cost for this Project is estimated at, $1,760.00. There are three levels of grading foc the mural prize � one fa penury school one fort, middle school and one for high school. The compiled criteria includes creativity history culture, and artistic representation One school mural will be chosen from. each of the three levels. and those schools will receive at least $500.00 to put toward their growing needs Mote i f additional matching funds ace received As students experience this challenge and view the outcomes. so will the public. The mural will be on displa4 during the "Arts Along These Waters" event Also Pictures of the mural will go into the FL Pierce "Centennial" time capsule as a representation of as history and the 100 year celebration. Each year at the "Arts Along These Waters" festival we seek more and mote avenues for which to show off our young residents artistic abilities All the schools in St Lurie County are invited to par+—cTa_te in this event. Jost as this culural celebration grows, so does the artistic population. At St Lucie County Leisure Services we feet this is onlg the beginning of an expression in art. history, and culture within our. commur'14 I:t1MIMATSI Supervisor ldl Special Everts & Promotion St Lucie County Leisure Services BOARD OF COUNTY COMMISSIONERS Ms. Nina Wiechel Arts Alone These Waters (Student Mural) 1302 Virginia Avenue Fore Pierce, Florida 34950 n COUNTY ATTORNEY Daniel S. McIntyre Heather Young James W. Lancaster, Jr. Katherine Moclsenzie-5mirh December 28, 2000 ASSISTANT COUNTY ATTORNEY ASSISTANT COUNTY ATTORNEY ASSISTANT COUNTY ATTORNEY Re: St. Lucie Count Cultural Affairs Council - 2000-01 Mini -Grant Agreement Dear Ms. Wiechel: Enclosed please find four (4) originals of the above -referenced agreement. Please have each of the originals signed and witnessed on behalf of your organization and return them to me prior to January 9, 2000. The Cultural Affairs Council will distribute the grant awards during its Annual Meeting on January 9, 2000 beginning at 6:30 p.m. The meeting will be held at the Fort Pierce Community Center located at 600 North Indian River Drive in FortPierce. A representative ofyour organization should attend the meeting to receive the grant check. If you have any questions %vith regard to the agreement, please do not hesitate to contact me. Sincerely, Heather Young Assistant County Attorney HY/mt Enclosures Copy to: Cultural Affairs Council JOHN D. VUHN, D,SrriCr No. 7 • DOUG COWARD, Disma No. 2 • PAULA A. LEWIS. Disrricr No. J • FRANNIE HUTCHINSON, Disrr.cr No. 4 • CLIFF DARNES. Dismv No 5 Counry Adminisrroror - Douglos M. Anderson 2000 Virginia Avenue • 3rd Floor Admin. Annex • Fort Pierce, FL 84982-5652 • Phone (561) 462-1415 FAX (561) 462-1440 • TDD (561) 462-1428 %r *00 GRANT AGREEMENT THIS AGREEMENT, made this day of A.D. 2001 between ST. LUCIE COUNTY CULTURAL AFFAIRS COUNCIL, hereinafter called the "Council", and ST. LUCIE COUNTY, or its successors, executors, administrators, and assigns hereinafter called the "Recipient" IN CONSIDERATION of the mutual benefits received by each part, the parties mutually agree as follows: 1. The Council shall disperse to the Recipient a grant in the amount of two hundred fifty and 00/100 dollars (S250.00) to be used for the 2001 Arts Along These Waters Student Mural as set forth in its 2000-01 Mini -Grant Application, incorporated herein by reference. Payment to the Recipient shall be made in one lump sum payment to be made within th rtv (30) days of the date this Agreement is fully executed. 2. On or before November 1, 2001, the Recipient shall provide the Council with a report on the program funded by the grant, including but not limited to the number of individuals served using funds provided hereunder and the receipt and expenditure of other funding sources for the program. 3. The Recipient shall have internal controls adequate to safeguard the grant. 4. If the grant can not be used or a subsequent audit reveals the grant was not used according to this Agreement, any money not so used shall be reimbursed to the Council. 5. The Recipient shall provide an audit, by a certified or duly licensed public accountant, of the expenditure of the grant. In the alternative, the Recipient may submit qualifying paid invoices in lieu of a certified audit. The Recipient shall submit all documents required under this paragraph `i r.,r 440 within ninety (90) days after the end of its last fiscal year during which funds are expended under this Agreement. 6. The Recipient gives the Council the right, until the expiration of three (3) years after expenditure of funds under this agreement, to audit the use of the grant monies. Upon demand, the Council shall have access to and the right to examine any directly pertinent books, documents, papers, and records of the Recipient involving transactions related to these grant monies. All required records shall be maintained until an audit is completed and all questions arising therefrom are resolved, or until the expiration of three (3) years after the expenditure of the funds. 7. The Recipient is and shall be an independent contractor, responsible to all parties for all of its acts or omissions and the Council shall in no way be responsible for such acts or omission. The Recipient shall and will indemnify and hold harmless the Council from and against any and all liability, claims, damages, expenses, fees, fines, penalties, suits, proceedings, and actions and cost of actions, including reasonable attorney's fees of any kind and nature arising or growing out of or in any way connected with the use, occupations, administration or control of the above described services by the Recipient or its agents, employees, customers, patrons or invitee, or resulting from injury to person or property, or a loss of life or property of any kind or nature whatsoever sustained during the term of this Agreement. The Recipient hereby acknowledges that the payments made under this Agreement include specific consideration for the indemnification provided herein. 8. The term of this Agreement shall be for a period from the date first above written through and including September 30, 2001. 9. The Recipient agrees to comply with all local, state and federal laws, rules and regulations. 10. All publications, media productions and exhibit graphics shall include the following 2 '"0 statement: Sponsored in part by the St. Lucie County Cultural Affairs Council. 11. Any notice shall be in writing and sent registered or certified mail, postage and charges prepaid, and addressed to the parties at the following address: To the Council: St. Lucie County Cultural Affairs Council 2300 Virginia Avenue Fort Pierce, Florida 34982 To the Recipient: St. Lucie County Leisure Services Director 2300 Virginia Avenue Fort Pierce, Florida 34982 With a copy to: St. Lucie County Administrator 2300 Virginia Avenue Fort Pierce, Florida 34982 12. No amendment, modification or waiver of this Agreement shall be valid or effective unless in "Titing and signed by both parties and no waiver of any breach or condition of this Agreement shall be deemed to be a waiver of any other conditions or subsequent breach whether of like or different nature. If the Council currently provides or subsequently provides any forms for agreement modification, the Recipient agrees to use said forms. 13. Except as otherwise provided, this agreement shall be binding upon and shall insure to the benefit of the parties. 14. The Recipient represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder, as provided for in Section 112.311, Florida Statutes (2000) and as may be amended from time to time. The Recipient further represents that no person having any interest shall be employed for said performance. The Recipientshall promptly notify the Council in writing by certified mail of all potential 3 1%01 '"W conflicts of interest prohibited by existing state law for any prospective business association, interest or other circumstance which may influence or appear to influence the Recipient'sj udgment or quality of services being provided hereunder. Such written notification shall identify the prospective business association, interest or circumstance, the nature of work that the Recipient may undertake and request an opinion of the Council as to whether the association, interest or circumstance would, in the opinion of the Council, constitute a conflict of interest if entered into by the Recipient. The Council agrees to notify the Recipient of its opinion by certified mail within thirty (30) days of receipt of notification by the Recipient. If, in the opinion of the Council, the prospective business association, interest or circumstance would not constitute a conflict of interest by the Recipient, the Council shall so state in the notification and the Recipient shall, at his/her option, enter into said association, interest or circumstance and it shall be deemed not in conflict of interest with respect to services provided to the Council by the Recipient under the terms of this Agreement. 15. In the event it is necessary for either party to initiate legal action regarding this Agreement, 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 justiciable in federal court. 16. 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. [Remainder of page intentionally left blank.] *.. IN WITNESS WHEREOF, the parties have caused the execution by their duly authorized officials as of the day and year first written above. ATTEST: SECRETARY WITNESSES: g Aagreemnticontracflcac-slc. arts. mural.wp d ST. LUCIE COUNTY CULTURAL AFFAIRS COUNCIL M. CHAIRIL4N ST. LUCIE COUNTY M. NAME: TITLE: S 1 4 *ftKGENDA REQUEST TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY(DEPT): Leisure Services ITerl( NO. C-2e DATE: January 16, 2001 REGULAR [ ] PUBLIC HEARING [ ] CONSENT [X] PRESENTED BY: Pete Keogh Director, Leisure Services SUBJECT: Approval of short-term Agreement between Ft. Pierce Coca Cola Bottling Co. and the County. BACKGROUND: Due to delays in the RFP process in which the County will select a vendor to provide beverages by vending and fountain, a lapse in service has occurred. A new RFP has been distributed and proposals are due by Jan. 10th. However, due to the procedures that must be followed, the final vendor selection process could take 60 to 90 days to finalize. Staff has requested that the Attorney's office draft a 6 (six) month contract that will allow Coca Cola to provide beverage service until such time as a permanent vendor is selected. FUNDS AVAILABLE IN: N/A PREVIOUS ACTION: N/A RECOMMENDATION: Staff requests that the Board of County Commissioners approve the Agreement with Ft. Pierce Coca Cola Bottling Co. and authorize the Chairperson to sign. COMMISSION ACTION: [� APPROVED [ j DENIED [ ] OTHER: 4-0 (Barnes Absent) County Attorney: it �� Originating Dept: Coordination/Signatures Mgt. & Budget: Other: Finance: (Check for Copy only, if Applicable) Eff. 1/97 Administrator Purchasing Mgr.: Other: H:\WP\Coca Cola temp svc agenda.wpd AGREEMENT THIS AGREEMENT dated this day of , 20_, by and between ST. LUCIE County, FLORIDA, a political subdivision of the State of Florida, hereinafter referred to as the "County", and COCA COLA ENTERPRISES INC. d/b/a FT. PIERCE COCA COLA BOTTLING CO., hereinafter referred to as the "Bottler". WITNESSETH: WHEREAS, the County desires to purchase pre -mix soft drinks from the Bottler to sell through the concession operations at Civic Center and Lawnwood Sports Complex and to have the Bottler provide full service for certain of the County's soft drink vending machines; and, WHEREAS, the Bottler desires to sell pre -mix soft drinks to the County to sell through the concession operations at the Civic Center and Lawnwod Sports Complex and to provide full service for certain of the County's soft drink vending machines. NOW, THEREFORE, the parties hereto have agreed as follows: PRE -MIX The Bottler shall sell to the County and the County shall purchase from the Bottler the following pre -mix soft drinks: Coke, Diet Coke and Sprite PRICE FOR PRE -MIX The price of the pre -mix shall be twelve and 00/ 100 ($12.00) dollars per 608 ounce tank. The Bottler shall replace, at no additional charge to the County, any Product which the County determines is not fresh or which the County determines should not be sold to or consumed by facility patrons. 3. DELIVERY OF PRE -MIX The Bottler shall deliver the Product to the Civic Center on an as needed basis and Lawnwood Recreation Complex on a weekly basis. Special deliveries, as dictated by the County's needs, shall be made within eight (8) hours of the County's verbal request. Payment for deliveries shall be made within fifteen (15) days of the delivery. WAGREEMM\CONTRACTICOCACOLA -I- 4. BEVERAGE DISPENSING EQUIPMENT The Bottler shall furnish, install and maintain the entire soft drink beverage dispensing equipment to the satisfaction of the County. The Bottler shall also furnish, install and maintain any additions to the system as determined by the County throughout the term of this Agreement. All soft drink beverage dispensing equipment shall remain the property of the Bottler. The Bottler shall provide additional service on an as needed basis within a not to exceed two (2) hour response time. The Bottler shall replace, within two (2) hours of notification, and at no charge to the County, any defective piece of equipment owned by the Bottler to insure an effective operation. The Bottler shall clean the lines of the soft drink beverage dispensing system every one hundred and twenty (120) days. 5. VENDING MACHINE SERVICE The Bottler shall provide "full service" for the County's soft drink vending machines (the "Machines") at the locations set forth on the attached Exhibit "A". The Bottler shall, at the Bottler's own expense, furnish, install and maintain the Machines. The Bottler shall be solely responsible for the operation and maintenance of the Machines. The service shall include, but not be limited to: A. Filling the Machines with canned soft drinks and insuring that each Machine has an adequate supply of canned drinks for the demand at the particular Machine location. B. Collecting the money from the Machines. C. Insuring that the Machines operate properly. D. Promptly responding to customer complaints. The Bottler shall be responsible for any refunds due customers. 6. VENDING MACHINE PAYMENTS TO COUNTY During the term of this Agreement, the Bottler shall pay the County three and 38/100 ($3.38) dollars per 12 oz CSD and five and 63/100 ($5.63) dollars per 20 oz. CSD sold through the Machines. Payment to the County shall be made on a monthly basis on or before the 15`h of each month and shall include a monthly accounting of the total number of cases sold for that month. Bottler shall exclude commissions paid if money is stolen from the machines. GAAGREEMNTICONTRACnCOCACOLA -2- 7. SALES TAX The County is exempt from the payment of all sales, use and like taxes. The County agrees to provide the Bottler with a copy of its tax exempt certificate upon request. The Bottler has represented to the County that it has been authorized by the Florida Department of Revenue to self -accrue and remit its sales tax and use tax directly to the Department pursuant to "Direct Payment Certificate Number 0223" attached hereto and made a pan hereof as Exhibit "B". The Bottler expressly agrees, therefore, to be solely responsible for the payment of any sales and use taxes it may owe as a consequence of this Agreement. 8. TERM 2001. The initial term of this Agreement shall be from January 1, 2001 until June 1, 9. TERMINATION WITHOUT CAUSE Either party may terminate this Agreement with or without cause, upon thirty (30) days written notice to the other party. In the event of termination, payments shall be made for services through the termination date. 10. LICENSES The Bottler shall be licensed by St. Lucie County, State of Florida, and any other agency which licenses its business, and shall be responsible for obtaining and/or complying with all permits, codes, or other applicable laws in the discharge of all its responsibilities under this Agreement. 11. AUDIT The Bottler agrees that the County or any of its duly authorized representatives shall, until the expiration of three (3) years after expenditure of funds under this Agreement, have access to and the right to examine any directly pertinent books, documents, papers, and records of the Bottler involving transactions related to this Agreement. The Bottler agrees that payment(s) made under this Agreement shall be subject to reduction for amounts charged thereto which are found on the basis of audit examination not to constitute allowable costs under this Agreement. The Bottler shall refund by check made payable to the County the amount of such reduction of payments. All required records shall be maintained until an audit is completed and all questions arising therefrom are resolved, or three (3) years after termination of this Agreement. GIAGREEI NTCONTRACTICOCACOLA -3- .° *00 12. PUBLIC RECORDS The Bottler shall allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119, Florida Statutes, and made or received by the County in conjunction with this Contract. 13. BOTTLER RISK OF LOSS- INDEMNITY The Bottler assumes all risk of loss, damage and destruction to all of his or its materials, tools, appliances and property of every description and that of his or its subcontractors or their respective employees or agents arising out of or in connection with the performance of this Agreement. To the extent permitted by law, County agrees to defend, indemnify and hold Bottler harmless from and against all claims, suits, liabilities, costs, and expenses incurred by it, including reasonable attorneys' costs and fees related to injury to, including death of, persons (whether they be third persons or employees of any of the parties hereto) or any loss of or damage to property caused by the County's negligence. The Bottler agrees to forever save and keep harmless and fully indemnify the County, its officers, employees and agents of and from all liabilities, damages, claims, recoveries, costs and expenses because of loss of, or damage to, property, or injury to or deaths of persons in any way arising out of or in connection with the performance of this Agreement to the extent of the limits of the insurance provisions set forth in this Agreement. 14. INSURANCE The Bottler shall procure and maintain during the life of this Agreement insurance of the types and subject to the limits set forth below. The Bottler shall also provide the County with evidence of this insurance in the form of Certificates of Insurance which shall be subject to the County's approval for adequacy. The County shall be given thirty (30) days prior written notice of any material changes or cancellations of the policies. If subcontractors are used by the Bottler, it shall be the responsibility of the Bottler to ensure that all its subcontractors comply with all insurance requirements contained herein relating to such subcontractors. The Bottler shall provide the County with a certificate of insurance evidencing the coverages within ten (10) days from the date this Agreement is signed by the Bottler which evidence shall be subject to the County's approval for adequacy. All insurance companies providing insurance under this Agreement shall be licensed and authorized to do business in the State of Florida. These companies shall have a general policy holders rating of A or better and a financial rating of X or better according to the latest edition of Best's Key Rating Guide, published by A.M. Best Company. Any deductibles or self insured retention must be declared to and approved by the County. At the option of the County, either the insurer shall reduce or eliminate such G:\AGREEMNTICONTRACT\COCACOLA -4- tir deductibles or self insured retention with respect to the County, its elected and appointed officials, employees, volunteers and agents, or the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Except as otherwise stated, the amounts and types of insurance shall conform to the following minimum requirements: A. WORKERS' COMPENSATION The Bottler shall provide and maintain during the life of this Agreement, at his, its or their own expense, Workers' Compensation insurance coverage to apply for all employees for Florida statutory limits. Coverage B, Employers Liability, shall be written for a minimum liability at $100,000.00 per occurrence. B. COMMERCIAL GENERAL LIABILITY The Bottler shall provide and maintain during the life of this Agreement, at his, its or their own expense, Commercial General Liability insurance on an occurrence basis for a minimum combined single limit of $500,000.00 per occurrence, for claims of bodily injury including death, property damage and personal injury. Contractual Liability coverage shall be included. C. COMMERCIAL AUTO LIABILITY The Bottler shall provide and maintain during the life of this Agreement, at his, its or their own expense, Business Commercial Auto Liability for claims of bodily injury and property damage for minimum limits of $100,000.00 combined single limit. 15. VERIFICATION OF EMPLOYMENT STATUS Bottler agrees that it shall bear the responsibility for verifying the employment status under the Immigration Reform and Control Act of 1986, of all persons it employs in the performance of the Contract. 16. NON-DISCRIMINATION Bottler covenants and agrees that Bottler shall not discriminate against any employee or applicant for employment to be employed in the performance of the Agreement with respect to hiring, tenure, terms, conditions or privileges of employment, or any matter directly or indirectly related to employment because of age, sex or physical handicaps (except where based on a bonafide occupations qualification); or because of marital status, race, color, religion, national origin or ancestry. G1AGREEMNTICONTRACTICOCACOLA -5- 17. ASSIGNMENT Neither party may assign this Agreement to any other persons or firm without first obtaining the other party's written approval. 18. DEFAULT In the event either party defaults in the performance of any of the terms, covenants and conditions of this Agreement, the defaulting party agrees to pay all damages and costs incurred by the other and resulting from said default, including reasonable attorneys' fees. 19. NOTICES 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: If to Co_ unto; St. Lucie County Administrator 2300 Virginia Avenue Fort Pierce, FL 34982 If to Bottler, Florida Coca Cola Bottling Company of Fort Pierce, Inc. 3939 St. Lucie Boulevard Fort Pierce, FL 34946 20. GENERAL With conies to, St. Lucie County Leisure Services Director 2300 Virginia Avenue Fort Pierce, FL 34982 St. Lucie County Attorney- 2300 Virginia Avenue Fort Pierce, FL 34982 This Agreement constitutes the entire Agreement between the parties with respect to the subject matter hereof and supersedes all prior verbal or written agreements between the parties with respect thereto. This Agreement may only be amended by written document, properly authorized, executed and delivered by both parries hereto. This Agreement shall be interpreted as a whole unit and section headings are for convenience only. All interpretations shall be governed by the laws of the State of Florida. The indulgence of either party with regard to any breach or failure to perform any provision of this Agreement shall not be deemed to G1AGREEWIMCONTRACTICOCACOLA -6- constitute a waiver of the provision or any portion of this Agreement either at the time the breach or failure occurs or at any time throughout the term of this Agreement. IN WITNESS HEREOF, the County has hereunto subscribed and the Bottler has affixed his, its or their names, or their name, and seal the date aforesaid. ATTEST: Deputy Clerk BOARD OF COUNTY COMMISSIONERS ST. LUCIE COUNTY, FLORIDA BY: Chairman APPROVED AS TO FORM AND CORRECTNESS: M County Attorney COCA COLA BOTTLING COMPANY OF FORT PIERCE, INC. / sc BY: il�l� TH R ZED REPRESENTATIVE G:WGREEh1NTCONTRACIICOCACOLA -7- r..jENDA REQUEST TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY(DEPT): Leisure Services ITF,,�NO. C=2f DATE: January 16, 2001 REGULAR[] PUBLIC HEARING [ ] CONSENT [X] PRESENTED BY: Pete Keogh Director, Leisure Services SUBJECT: Approval of County Resolution No. 01-35 amending Resolution No. 00-83 (Lending of County Equipment). BACKGROUND: Due to problems that had been encountered from lending County equipment and/or supplies to various individuals, groups, private businesses, clubs, organizations, and others, the BOCC approved Resolution No. 00-83 establishing a County -wide policy for consistency at the April 11, 2000 Board Meeting. Concerns have been raised however, that the policy does not address the issue of who is responsible for any damages incurred when equipment is borrowed by other governmental entities or agencies. At staff's request, the Attorney's office has added language to the original resolution which addresses this issue. FUNDS AVAILABLE IN: N/A PREVIOUS ACTION : N/A RECOMMENDATION: Staff requests that the Board of County Commissioners approve Resolution No. 01-35 amending Resolution No. 00-83 and authorize the Chairperson to sign. COMMISSION ACTION: [x] APPROVED [ ] DENIED [ ] OTHER: 4-0 (Barnes Absent) Coordination/Signatures County Attorneys Mgt.Budget: Originating Dept Other:: Finance: (Check for Copy only, if Applicable) Eff. 1197 Anderson y Administrator Purchasing Mgr.: H:\WP\Lending Policy Resol.agenda.wpd n In RESOLUTION NO. 01-35 A RESOLUTION AMENDING RESOLUTION NO. 00-83 PROHIBITING THE LENDING OF ANY COUNTY EQUIPMENT AND/OR SUPPLIES ETC. TO ANY INDIVIDUAL, GROUP, PRIVATE BUSINESS, CLUB, ORGANIZATION, OR ANYONE ELSE OTHER THAN TO COUNTY APPOINTED COMMITTEES AND OTHER GOVERNMENTAL ENTITIES AND THEIR AGENCIES; AND REQUIRING ANY ORGANIZATION THAT BORROWS COUNTY EQUIPMENT BE RESPONSIBLE FOR ANY DAMAGE TO SAID EQUIPMENT. WHEREAS, on April 11, 2000, the Board of County Commissioners for St. Lucie County, Florida (the "Board"), adopted Resolution No. 00-83 which established the policy for lending of any county equipment; and, WHEREAS, it is the intent of the Board of County Commissioners to have said equipment returned in the same condition as lent or to be financially compensated for any damage or repairs. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of St. Lucie County, Florida that Resolution No. 00-83 is hereby amended to read as follows: 1. This Board does hereby establish a County -wide policy prohibiting the lending of any County equipment and/or supplies etc. to any individual, group, private business, club, organization, or anyone else, other than to County departments for County sponsored events, to County appointed Committees and other Governmental entities and their agencies subject to the approval of the County Administrator; except in times of emergencies at which time written authorization must be obtained by the St. Lucie County Administrator or his Designee. Nothing in this resolution shall be construed to authorize the use of County equipment and supplies by other Governmental entities to perform ongoing operations or maintenance of that entity without Board approval. 2. The Board does hereby establish that County equipment and/or supplies etc. may only be *t.. rn lent to any other Governmental entities and their agencies if said entity guarantees to either repair, replace or otherwise make good to the satisfaction of the County Administrator or his designee any damage and/or exhaustion of said equipment and/or supplies. Whether the equipment and/or supplies are repaired, replaced or otherwise made good shall be at the discretion of the County Administrator or his designee. 3. The County Administrator is hereby directed to forward a copy of this resolution to all St. Lucie County Departments. After motion and second the vote on this resolution was as follows: Chair Frannie Hutchinson Vice -Chairman Doug Coward Commissioner Paula A. Lewis Commissioner Cliff Barnes Commissioner John D. Bruhn PASSED AND DULY ADOPTED this day of 2001. ATTEST: BOARD OF COUNTY COMMISSIONERS ST. LUCIE COUNTY, FLORIDA DEPUTY CLERK CHAIR APPROVED AS TO FORM AND CORRECTNESS: COUNTY ATTORNEY r.r BOARD OF COUNTY h COMMISSIONERS LEISURE j l SERVICES MEMORANDUM To: Dan McIntyre, County Attorney From: Linda Brown, Leisure Services Through: Pete Keogh, Leisure Services Director�l� Date: December 7, 2000 Subject: County Policy For Lending Equipment During a recent meeting with Commissioner Barnes, the County's policy for lending equipment was discussed. Although we do have a set policy through Resolution No. 00-83, Commissioner Barnes raised concerns that it did not address the issue of who would be responsible for any damages incurred when borrowed by other governmental entities or their agencies. Staff has spoken to several counties about what established policy for lending equipment they may have. The majority either do not lend equipment at all, on a very limited basis or inter -departmentally only. None of the counties that we spoke with have a written policy or address the issue of damage responsibility. Would it be possible to either draft a new resolution or amend the existing resolution to address the issue of who would be responsible for either repairing or paying for any damage done to equipment that has been borrowed? Thank you in advance for your assistance. attachment: Resolution No. 00-83 cc: Commissioner Barnes Robert Bradshaw, Assistant County Administrator JOHN D. BRUHN. D¢rrkr No. t . DOUG COWARD, Disrricr No. 2 • PAULA A. LEWIS. Dlsrrl<r No. 3 . FRANNIE HUTCHINSON. Disrricr No. 4 . CLIFF BARNES. Disrricr No, 5 Counry Adminivroror - Douglas M. Anderson 2300 Virginia Avenue 0 Phone (561) 462-1515 • TDD (561) 462-1428 M A_jk- ,oDA REQUEST TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY: OMB ,.M�M NO. C-)� DATE: Jan. 16, 2001 REGULAR [ ] PUBLIC HEARING [ ] CONSENT IX PRESENTED BY: Marie M. Gouin SUBJECT: Budget Resolution 01-28 for a grant awarded to St. Lucie Soil & Water Conservation District (SLSWCD) from the South Florida Water Management District (SFWMD) in the amount of $246,009. BACKGROUND: St. Lucie County BOCC has been assisting SLSWCD with the fiscal administration of certain grants for a fee equal to 5% of the awarded funds. On January 18, 2000 St, Lucie BOCC approved an inter local agreement to assist SLSWCD with a Floridan Aquifer Well Monitoring Network Program, which combines funds for well monitoring projects and for a Field Hydrogeologist. In December of 2000, St. Lucie Soil & Water Conservation District received a new 4-year contract for this project. Budget Resolution 00-292 will set up line items to receive revenues and appropriate funds for operational expenses and the grant employee's payroll. FUNDS WILL BE AVAILABLE: 001809-3720-337310-300 SFWMD Floridan Aquifer Grant PREVIOUS ACTION: N/A RECOMMENDATION: Staff recommends that the Board of County Commissioners approve Budget Resolution # 01- 4 to appropriate and expend funds from SFWMD Floridan Aquifer Well Monitoring Grant. COMMISSION ACTION: [X] APPROVED [ ] DENIED [ ] OTHER: 4-0 (Barnes Absent) Administrator /0 . Coordination/Signatures) County Attorney: XX PA Management & Budget: )14gPurchasing: Originating Dept: ` Public Works: Other: Finance: (Check for Copy only, if applicable) XX J G:�BUDGET WP WGENDA'SWgmda0l `d' I bFloridanAquifer_grant.wpd RESOLUTION NO. 01-28 *410 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 South Florida Water Management District in form of a 4-year grant for the Floridan Aquifer Well Networking Program awarded to the St. Lucie Soil and Water Conservation District in the amount of $246,009. 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 16th day of January, 2001, pursuant to Section 129.06 (d), Florida Statutes, such funds are hereby appropriated for the fiscal year 2000-01, and the County's budget is hereby amended as follows: REVENUES 001809-3720-337310-300 APPROPRIATIONS 001809-3720-512000-300 001809-3720-521000-300 001809-3720-521100-300 001809-3720-522000-300 001809-3720-523000-300 001809-3720-523100-300 001809-3720-523200-300 001809-3720-524000-300 001809-3720-525000-300 001809-3720-546000-300 001809-3720-549110-300 001809-3720-549400-300 001809-3720-564000-300 001809-3720-599330-300 South Florida Water Mgmt - Phys $246,009 Salaries $30,000 FICA $1,860 FICA Mandatory $435 Retirement $2,745 Group Insurance $4,444 Life Insurance $166 EAP $10 Workers Compensation $4,545 Unemployment Compensation $99 Equipment Maintenance $6,400 General & Administrative Fee $3,584 Water Quality Monitoring/Testing $14,891 Machinery & Equipment $2,500 Project Reserves $174,330 After motion and second the vote on this resolution was as follows: Commissioner Frannie Hutchinson XXX Commissioner Doug Coward XXX Commissioner Cliff Barnes XXX Commissioner John D. Bruhn XXX Commissioner Paula A. Lewis XXX PASSED AND DULY ADOPTED THIS 16TH DAY OF JANUARY , 2001. ATTEST: BOARD OF COUNTY COMMISSIONERS ST LUCIE COUNTY, FLORIDA BY: CHAIRMAN G:\BUDGET\W PWGENDA'S W genda0I %l' 16FloridanAquifer_9=t.wpd APPROVED AS TO CORREr JESS v✓ AND FORM: COUNTY ATTORNEY G:\BUDGET�WP\AGENDA'SWgmda0l%1'16Florida Aquifer_grant.wpd SOUTH FLORIDA WATER NIAN�AGEMENT DISTRICT 3301 Gun Club Road, 1\e5c Paim Beach. Flanda 33+Cc i361) 686-8800 • Fl- 6%A 800-43_-_:rCC hail 69"= ,flailing Address: P.C. Bax'_.680, Wes: Palm Beach. F_ 3-�tb-168U ww�cs;trmagax ADM 28-06 November 13, 2000 Ms. Donna Smith St Lucie Soil & Water Conservation 84 Picos Road. Suite 202 Ft Pierce, FL 34945 Subject: Contract No. C-12379 Floridan Aquifer Monitoring Well Network Dear Ms. Smith: Enclosed please find one (1) fully executed copy of the above referenced contract. If you have any questions, please contact me at (561) 682-2 7 20. Thank you for your efforts on behalf of the District. Sin re/ly// /Johanna Labrada Assoc. Contract Specialist Procurement Department /dlk Enclosure c: Original File Simon Sunderland. 4350 V— C." Bo,r.^ ORtUtNHL 0-�_` SOUTH FLORIDA WATER VL ANAGENIENT�ISTRICT � _ ' � AGREEMENT THE SOLTH FLORIDA WATER NLaNAGENIENi' LThisnumber must appear on all Invoices and Correspondence DISTRICT (hereinafter referred to as DISTRICT) HEREBY E', rERS INTO THIS AGREENIENf WITH: Name: ST. LUCIE SOIL & WATER 79 CONSERVATION DISTRICT oal: 0 Address: 84 PICOS RD. STE 202 FT. PIERCE, FL 34945 Project Manager: Donna Smith Telephone No: (561) 461-4546 Fax No: (561) 465- 0165 Hereinafter referred to as: AGENCY FLORID AN AQUIFER NIONTTORLNG WELL --ETWORK -CITRUS COST SHARING INFORMATION Total Project Cost: S 492,009.00 1. AGENCY Contribution: S 246,000.00{ � rL WELLS Exhibits are attached hereto and made a part of this AGREEME 'T: Exhibit "H" - Not Applicable The following Exhibit "A" - Not Applicable Exhibit "I" - Not Applicable Exhibit "B" - General Terms and Conditions Exhibit "J" - Not Applicable Exhibit "C" - Exhibit "D" Statement of Work Payment and Deliverable Schedule Exhibit "K" - Not Applicable Exhibit "L" -Not .Applicable Exhibit "E" Not Applicable Exhibit "M" - Not Applicable Exhibit "F" - Not Applicable Exhibit "G" - Not Applicable_ TOTAL DISTKIG 1Multi-Year Funding Funding (If Applicable) Fiscal Year: October 1, 2000-September 30. 2001 571,679.00 Fiscal Year: Oaober 1. 2001-September 30. 2002 556142.00" Fiscal Year: October 1, 2002-September 30. 2003 558,085.00' *Subject to District Governing Board Annual Budget Approv: District Project Manager: SLVION hutvurn Telephone No: (561) 682-2705 Fax No. (561) 682-6446 SLBNIIT INVOICES AND NOTICES TO THE DISTRICT AT: South Florida Water Management District 3301 Gun Club Road West Palm Beach, Florida 33406 Anention: Procurement Division Fiscal Year: Oao''m 1, 2003•September 30. 2004 Fiscal Year: Fiscal Year: District Contract Aaminlsrrator: Johanna Labrada (561) 682-2720 Fax No.: (561) 682-6397 or (561) 681-6275 SUBMIT NOTICES TO THE AGENCY AT: ST, LUCIE SOIL & WATER CONSERVATION DISTRICT 84 PICOS RD. STE 2M FT. PIERCE, FL 34945 Attention : Donna Smith 560,003.00" LV WITNESS WHEREOF, the authorized reprsentadve hereby executes tvs AGREEME`'T on LES date, and act Pes all Terms and Conditions under which it is issued I SOUTH FLORIDA WATER MANAGEMENT DISTRICT ST. LUCIE SOIL & WATER -7 j BY ITS GOVERti-ING BOARD CONSERVATION DISTRIC By: Tide: Date Accepted By: 6 t3- eenrememl- rectee- 7lAAx JESSIC t. F TAM, ACT p t2'' T'� GATE: Date: IN SOUTH FLORIDA�ATER N ANAGEIENT�STRICT EXgIBIT "B" GENERAL TER -IS AND C0NDITI4NS ARTICLE 1 - STATEMENT OF WORK 1.1 The AGENCY shall. to the satisfaction of the DISTRICT, fully and timely per orm all work items described in the "Statement of Work," attached hereto as Exhibit "C" and made a part of this AGREEMENT. 1.2 As part of the services to be provided by the AGENCY under this AGREEMENT, the AGENCY shall substantiate, in whatever forum reasonably requested by the DISTRICT, the methodology, lab analytical examinations, scientific theories, data, reference materials, and research notes. The AGENCY shall also be required to substantiate any and all work completed, including but not limited to, work completed by subcontractors, assistams, models, concepts, analytical theories, computer programs and conclusions utilized as the basis for the final work product required by the AGREEMENT. This paragraph shall survive the expiration or termination of this AGREEMENT. 1.3 The parties agree that time is of the essence in the performance of each and every obligation under this AGREEMENT. ARTICLE 2 - COMPENSATION/ CONSIDERATION 2.1 The total consideration for all work required by the DISTRICT pursuant to this AGREEMENT shall not exceed the amount as indicated on Page 1 of this AGREEMENT. Such amount includes all expenses which the AGENCY may incur and therefore no additional consideration shall be authorized. 1.1) Notwithstanding the foregoing, the amount expended under this AGREEMENT shall be paid in accordance with, and subject to the mull -year funding allocations for each DISTRICT fiscal year indicated IVIENT. Funding for each on Page 1 of this AGREE applicable fiscal year of this AGREEMENT is subject [o DISTRICT Govern ng 3card budgetary appropriation. In the event the DISTRICT does not approve funding for any subsequent fiscal year, this AGREEMENT shall terminate upon expenditure of the current funding, notwithstanding other provisions in this AGREEMENT to the contrary. The DISTRICT will notify the AGENCY in writing after the adoption of the final DISTRICT budget for each subsequent fiscal year if funding is not approved for this AGREEMENT. 2.3 The AGENCY assumes sole responsibility for all work which is performed pursuant to the Statement of Work, Exhibit "C". By providing funding hereunder, the DISTRICT does not make any warranty, guaranty, or any representation whatsoever regarding the correctness, accuracy, or reliability of any of the work performed hereunder. 2.4 The AGENCY by executing this AGREEMENT, cersfies to truth -in -negotiation, specifically, that wage ; ates and other factual unit costs supporting the consideration are accurate, complete, and current at the time of contracting. The AGENCY agrees that the DISTRICT may adjust the consideration for this AGREEME` T to exclude any significant sums by which the consideration was increased due to inaccurate, incomplete, or non -current wage rates and other factual unit costs. The DISTRICT shall make any such adjustment within one (1) year following the expiration or termination of this AGREEMENT'. ARTICLE 3 - INN'OICENG AND PAYMENT 3A The AGENCY's invoices shall reference the DISTRICT's Contract `lumber and shall be sent to the DISTRICT's address specified on Page 1 of this AGREEMENT. The AGENCY shall not submit invoices to any other address at the DISTRICT. 3.2 The AGENCY shall submit the invoices on a completion of deliverable basis. pursuant to the schedule outlined in the Payment and Deliverable Schedule, attached hereto as Exhibit "D" and made a part of this AGREEMENT. In the event the schedule does not specify payment on a completion of deliverable basis, all invoices shall be substantiated by adequate supporting documentation to justify hours expended and expenses incurred within the not - to -exceed budget, including but not limited to, copies of approved timeshees, payment vouchers, expense reports, receipts and subcont: actor invoices. Page 1 of9. Exhibit"B" Contract File:1?ntaeyml.doc 10/OS/00 SOUTH FLORIDA,%m,IATER MANAGEMENT-TSTRICT EXI-IIBIT "B" 1 Sd GENERUL TERMS AND CONDITIONS 4- 3.3 The DISTRICT shall pay the full amount of the invoice within thury (30) days following DISTRICT acceptance of services and/or deliverable(s) required by this AGREEINfEN'T. However, failure by the AGENCY to follow the foregoing instructions and submit acceptable services and or deliverables(s) may result in an unavoidable delay of payment by the DISTRICT. 3.4 Unless otherwise stated herein, the DISTRICT shall not pay for any obligation or expenditure made by the AGENCY prior to the commencement date of this AGREEMENT. ARTICLE 4. PROJECT MANAGEMENT/ NOTICE 4.1 The parties shall direct all technical matters arising in connection with the performance of this AGREEMENT, other than invoices and notices, to the attention of the respective Project Managers specified on Page 1 of the AGREEMENT for attempted resolution or action. The Project Managers shall be esponsible for overall coordination and oversight relating to the performance of this AGREEMENT. The AGENCY shall direct all administrative matters, including invoices and nouces, to the attention of the DISTRICT's Contact Administrator specified on Page 1 of the AGREEMENT. All formal notices between the parties under this AGREEMENT shall be in writing and shall be deemed received if sent by certified mail, return receipt requested, to the respective addresses specified on Page 1 of the AGREEMENT. The AGENCY shall also provide a copy of all notices to the DISTRICT's Project Manager. All notices required by this AGREEMENT shall be considered delivered upon receipt. Should either parry change its address, written notice of such new address shall promptly be sent to the other parry. All corresponde= to the DISTRICT under this AGREEMENT shall reference the DISTRICT's Contract Number specified on Page I of the AGREEMENT. ARTICLE S - INK RANCE 3.1 The AGENCY assumes any and ail risks of personal injury, bodily injury and property damage attributable to the negligent acts or omissions of the AGENCY and the officers, employees, servants, and agents thereof. The AGENCY warrants and represents that it is self -funded for Worker's compensation and liability insurance, covering at a minimum bodily injury, personal injury and property damage with protection being applicable to the AGENCY's officers, employees, servants and agents while acting within the scope of their employment during performance under this AGREEMENT. The AGENCY and the DISTRICT further agree that nothing contained herein shall be construed or interpreted as (1) denying to either party any remedy or defense available to such parry under the laws of the State of Florida; (2) the consent of the State of Florida or its agents and agencies to be sued; or (3) a waiver of sovereign immunity of the State of Florida beyond the waiver provided in Section 768.28, Florida Statutes. j? In the event the AGENCY subcontracts any part or all of the Work hereunder to any third parry, the AGENCY shall require each and every subcontractor to identify the DISTRICT as an additional insured on all insurance policies as required by the AGENCY. Any contract awarded by the AGENCY for work under this AGREEMENT shall include a provision whereby the AGENCY's subcontractor agrees to defend, indemnity, and pay on behalf, save and hold the DISTRICT harmless from all damages arising in connection with the AGENCY's subcontract. ARTICLE 6 - TERDIINATION/REMEDIES 6.1 If either parry fails to fulfill its obligations under this AGREEMENT in a timely and proper manner, the other parry shall have the right to terminate this AGREEMENT by giving vninen notice of any deficiency. The party in default shall then have ten (10) calendar days from receipt of notice to correct the deficiency. If the defaulting parry fails to correct the deficiency within this ume, the non -defaulting parry Page 2 of 9. Exhibit "B" - Contract File:Untagvril.doc 10105/00 SOUTH FLORIDA vATER NLANAGEMENT T� TRICT �. _ EXHIBIT " B" AL -ND GENERAL TERNIS -ND COI�IDITIONS shall have the option to terminate this AGREEMENT at the expiration of the ten (10) day time period. Should the DISTRICT elect to te^unate for default in accordance with this provision. the DISTRICT shall be entitled to recover reorocac7.eat costs, in addition cc all other remedies under law and/or equity. 6.2 The DISTRICT may terminate this AGREEMENT with or without cause at any time for convenience upon thirty (30) calendar days prior written notice to the AGENCY. Tne performance of work under this AGREEYIENI may be terminated by the DISTRICT in accordance with this clause in whole, or from time cc time in part, whenever the DISTRICT shall determine that such termination is in the best interest of the DISTRICT. Any such termination shall be effected by delivery to the AGENCY of a Notice of TernLmdon specifying the extent to which performance of work under the AGREEMENT is terminated. and the date upon which such termination becomes effective. In the event of termination for convenience, the DISTRICT shall compensate the AGENCY for all authorized and accepted cielivembles completed through the date of temination in accordance with Exhibit "C", Statement of Work. The DISTRICT shall be relieved of any and all future obligations hereunder, including but not lirrted to lost profits and consequential damages, undo:this AGREEMENT. The DISTRICT may withhold all payments to the AGENCY for such work until such time as the DISTRICT determines the exact amount due to the AGENCY. 6.3 If either parry initiates legal action, including appeals, to enforce this AGRELNIE`IT, the prevailing parry shall be entitled to recover a reasonable attorney's fee, based upon the fair market value of the services provided. 6.4 In the event a dispute arises which the project managers cannot resolve between themselves, the .• parties shall have the option to submit to non -binding mediation. The mediator or mediators shall be impartial, shall be selected by the parties, and the cost of the mediation shall be borne eeualiy'oy the parties. The mediation process shall be confidential to the extent permitted by law. 6.5 The DISTRICT :nay order that all or part of the work slop if circumstances dictate that this action is in the DISTRICT's best interest. Such circumstances may include, but are not limited to, unexpected technical developments, direction given by the DISTRICT's Covering Board, a condition of immediate danger to DISTRICT employees, or the possibility of damage to equipnenc or property. This provision shall not shift responsibility for loss or damage, including bu: not limited to, lost profits or consequential damages sustained as a result of such delay, from the AGENCY to the DISTRICT. If this provision is invoked, the DISTRICT shall notify the AGENCY in writing to stop work as of a certain date and specify the reasons for the acdon. which shall not be arbitrary or capricious. The AGENCY shall then be obligated to suspend it work efforts as of the effective date of the notice and until further written direction from the DISTRICT is received. Upon resumption of work if deemed aopropriace by he DISTRICT. the DISTRICT shall initiate an amendment to this AGREEMENT to ref'e t any changes to Exhibit "C' Statement of work and/or the project schedule. 6.6 The DISTRICT anticipates a total project cost as indicated on Page 1. with the balance of matching funds and/or in -kind services to be obtained from the AGENCY in the amount as specified on Page 1 of this AGREEMENT. In the event such AGENCY thatching funding and/or in -kind services becomes unavailable, that shall be good and sufficient cause for the DISTRICT to terminate the AGREEMENT pursuant to Paragraph 6.2 above. ARTICLE 7. RECORDS RETENTION/ OWNERSHIP 7.1 The AGENCY shall maintain records and the DISTRICT shall have inspection and audit rights as follows: A. Maintenance of Records: The AGENCY shall maintain all financial and non -financial records and reports directly or indirectly related to the negotiation or pe ci-nance of this AGREEMENT including supporting documentation for any service rates, expenses, research or reports. Such records shall Page 3 of 9. Exhibit "B" Concac: i=ile:ulntagyml.doc 10/05/00 LM SOUTH FLORMSwWATER MANAGENIEN,, DISTRICT EXIMIT "B" GENERAL TERMS AND CONDITIONS be maintained and made available for inspection for a period of five years from completing performance and receiving final payment under this AGREEMENT. B. Examination of Records: The DISTRICT or its designated agent shall have the right to examine in accordance with generally accepted govemmental auditing standards all records directiv or indirectly related to this AGREEMENT. Such exam nation may be made only within five years from the date of final payment under this AGREEMENT and upon reasonable notice, time and place. C. Extended Availability of Records for Legal Disoutes: In the event that the DISTRICT should become involved in a legal dispute with a third party arising from performance under this AGREEMENT, the AGENCY shall extend the period of maintenance for all records relating to the AGREEMENT until the final disposition of the legal dispute, and all such records shall be made readily available to the DISTRICT. 7.2 The DISTRICT shall retain exclusive title, copyright and other proprietary rights in all work items, including but not limited to, all documents, technical reports, research notes, scientific data, computer programs, including the source and object code, which are developed, created or otherwise originated hereunder by the AGENCY, is subcontractor(s), assign(s), agent(s) and/or successor(s) as required by the Exhibit "C", Statement of Work (the "Work"). In consideration for the DISTRICT entering into this AGREEMENT, and other good and valuable consideration the sufficiency and receipt in full of which is hereby acknowledged by the AGENCY, the AGENCY hereby assigns, transfers, sells and otherwise grans to the DISTRICT any and all rights it now has or may have in the Work (the "Grant"). This Grant shall be self -operative upon execution by the parties hereto, however the AGENCY agrees to execute and deliver to the DISTRICT any further assignments or other instruments necessary to evidence the Grant, without the payment of any additional consideration by the DISTRICT. The AGENCY may not disclose, use, license or sell any work developed, created, or otherwise originated hereunder to any third parry whasoever. This paragraph shall survive the termination or expiration of this AGREEMENT. 7.3 The AGENCY represents and warrants that proprietary software, if any, to be provided to the DISTRICT by the AGENCY hereunder, as specifically identified in Exhibit "C", Statement of Work shall have been developed solely by or for the AGENCY, or lawfully acquired under license from a third parry, including the right to sublicense such software. The AGENCY shall include copyright or proprietary legends in the software and an the label of the medium used to transmit the software. The AGENCY shall grant to the DISTRICT a perpetual, non -transferable, non-exclusive right to use the identified software without an additional fee. The DISTRICT acknowledges that tide to the software identified in Exhibit "C" shall remain with the Licensor. 7.4 Any equipment purchased by the AGENCY with DISTRICT funding under this AGREEMENT shall be resumed and tide transferred from the AGENCY to the DISTRICT immediately upon termination or expiration of this AGREEMENT upon the written request of the DISTRICT not less than thirty (30) days prior to AGREEMENT expiration or termination. Equipment is hereby defined as any non -consumable items purchased by the DISTRICT with a value equal to or greater than S500.00 and with a normal expected life of one (1) year or more. The AGENCY will maintain any such equipment in good working condition while in is possession and will return the equipment to the DISTRICT in good condition, less normal wear and tear. The AGENCY will use is best efforts to safeguard the equipment throughout the period of performance of this AGREEMENT. However the DISTRICT will not hold the AGENCY liable for loss or damage due to causes beyond the AGENCY's reasonable control. In the event of loss or damage, the AGENCY shall notify the DISTRICT in writing within five (5) working days of such occurrence. 7.5 The DISTRICT has acquired the right to use certain software under license from third parties. For purposes of this AGREEMENT, the DISTRICT may permit the AGENCY access to certain third party owned software on DISTRICT computer Page 4 of 9. Exhibit "B" Contact File:lIntagvrnl.doc 10/05/00 SOUTH FLORIDA CATER MANAGEMENT ISTRICT EXHIBIT " B" S" ,' � GE�BRAL TERNIS AND CO'`DITIONS systems. The AGENCY acknowledges the proprietary nature of such software and agrees not to reproduce, distribute or disclose such software to any third party. Use of or access to such software shall be restricted to designated DISTRICT owned systems or. equipment. Removal of any copy of licensed software is prohibited. ARTICLE 8 - STANDARDSOF COMPLIANCE 8.1 The AGENCY, its emolovees, subcontractors or assigns, shall comply with all applicable federal, state, and local laws and regulations relating to the performance of this AGREEMENT. The DISTRICT undertakes no duty to ensure such compliance, but will attempt to advise the AGENCY, upon rccuest, as to any such laws of which it has present knowledge. 82, The AGENCY hereby assures that no person shall be discriminated against on the grounds of race, color, creed, national origin, handicap, age, or sex, in any activity under this AGREEMENT. The AGENCY shall take all measures necessary to effectuate these assurances. 8.3 The laws of the State of Florida shall govern all aspects of this AGREEMENT. In the event it is necessary for either parry to initiate legal action regarding this AGREEMENT, venue shall be in the Fifteenth Judicial Circuit for claims under state law and in the Southern District of Florida for any claims which are justiciable in federal court 8.4 The AGENCY, by its execution of this AGREEMENT, acknowledges and attests that neither it, nor any of its suppliers, subcontractors, or AGENCY's who shall perform work which is intended to benefit the DISTRICT is a convicted vendor or, if the AGENCY or any affiliate of the AGENCY has been convicted of a public entity crime, a period longer than 36 months has passed since that person was placed on the convicted vendor list The AGENCY further understands and accepts that this AGREEMENT shall be either void by the DISTRICT or subject to immediate termination by the DISTRICT, in the event there is any misrepresentation or lack of compliance with the mandates of Section 287.133, Florida Statutes. The DISTRICT, in the event of such termination. shall not incur any liability to the AGENCY for any work or mater,als fuimished. 8.5 The AGENCY shall be responsible and liable for the payment of all of its FICAISocial Security and other applicabie axes resulting from this AGREEMENT. 8.6 The AGENCY warrants that it has not employed or retained any person, other than a bona fide employee working solely for the AGENCY, to solicit or secure this AGREEMENT. Father the AGENCY warrants that is has not paid or agreed to pay any person, other than a bona fide employee working solely for the AGENCY, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the awarding or making of this AGREEMENT. For breach of this provision. the DISTRICT may terminate this AGREEMENT without liability and, at its discretion. deduct or otherwise recover the full amount of such fee, commission, percenage, giftor other consideradon. 8.7 The AGENCY shall allow public access to all project documents and materials in accordance with the provisions of Chapter 119, Florida Statures. Should the AGENCY assert any exemptions to the requirements of Chapter 119 and related Statutes, the burden of establishing such exemption, by way of injunctive or other relief as provided by law, shall be upon the AGENCY. 8.7.1 Pursuant to Sections 119.07(3)(c), and 240 241 Florida Statutes, data processing software obtained by an agency under a license agreement which prohibits its disclosure and which software is a trade secret, as defined in Sections 812.081(c), Florida Statutes is exempt from the disclosure provisions of the Public Records law. However, the parties hereto agree that if a request is made of the DISTRICT, pursuant to Chapter 119, Florida Statute; for public disclosure of proprietary property being licensed to the AGENCY (Licensee) hereunder, the DISTRICT shall advise the AGENCY (Licensee) of such request and, as between the DISTRICT and the AGENCY (Licensee), it shall be the .XGFNCY's (Licensee's) sole burden and responsibility to immediately seek and obtain such injunctive or other Page 5 of 9. Exhibit"B" Contact File:\Inagvml.doc 10l0�l00 SOUTH FLORIDA%,oiATER MANAGENIENT�STRICT _ E)=IT "B" 1 GENERAL TERMS A-N, D CONDITIONS relief from the Courts and to immediately serve notice of the same upon the Licensor to protect the Licensor's claimed exemption under the Statute. 8.8 The AGENCY shall make reasonable efforts to obtain any necessary federal, state, local, and other governmental approvals. as well as all necessary private authorizations and pe—rrzuts. prior to the commencement of performance of this AGREEMENT. A delay in obtaining perm cs shall not give rise to a claim by the AGENCY for additional compensation. If the AGENCY is unable to obtain all necessary permits in a timely manner, either parry may elect to terminate this AGREEMENT, each parry to bear its own costs, notwithstanding other provisions of this AGREEMENT to the contrary. 8.9 Pursuant to Section 216.347, F.S., the AGENCY is prohibited from the expenditure of any funds under this AGREEi IFNT to lobby the Legislature, the judicial branch, or another state agency. 8.10 The DISTRICT is a governmental entity responsible for performing a public service and therefore has a legitimate interest in promoting the goals and objectives of the agency. The work under this AGREEMENT involves a project consistent with these goals and objectives. Consequently, the DISTRICT is desirous of satisfactorily completing and successfully promoting this project with the cooperation of its AGENCY. Therefore, as the DISTRICT'S AGENCY for this project, the AGENCY assures the DISTRICT that the AGENCY, its employees. subcontractors and assigns will refrain from acting adverse to the DISTRICT'S legitimate interest in promoting the goals and objectives of this project The AGENCY agrees to take all reasonable measures necessary to effectuate these assurances. In the event the AGENCY determines it is unable to meet or promote the goals and objectives of the project, it shall have the duty to immediately notify the DISTRICT. Upon such notification the DISTRICT, in its discretion, may terminate this AGREEMENT. ARTICLE 9 - RELATIONSHIP BETWEEN THE PARTIES 9.1 The AGENCY shall be considered an independent contractor and neither parry shall be considered an employee or agent of the other parry. Nothing in this AGREEMENT shall be interpreted to establish any relationship other than that of independent contractor between the parties and their respective employees, agents, subcontractors, or assigns dining or after the performance on this AGREEMENT. Both pames are free to enter into contracts with other parties for similar services. 9.2 It is the intent and understanding of the Parties that this AGREEMENT is solely for the benefit of the AGENCY and the DISTRICT. No person or entity other than the AGENCY or the DISTRICT shall have any rights or privileges under this AGREEMENT in any capacity whatsoever, either as third -parry beneficiary or otherwise. 9.3 The AGENCY shall not assign, delegate, or otherwise transfer its rights and obligations as set forth in this AGREEMENT without the prior written consent of the DISTRICT. Any artemoted assignment in violation of this provision shall be void. 9.4 The AGENCY shall not pledge the DISTRICTS credit or make the DISTRICT a guarantor of payment or surety for any contract, debt, obligation, judgement, lien, or any form of indebtedness. 9.5 The DISTRICT assumes no duty with regard to the supervision of the AGENCY and the AGENCY shall remain solely responsible for compliance with all safety requirements and for the safety of all persons and property at the site of contract performance. ARTICLE 10 - M/WBE PARTICIPATION 10.1 The AGENCY hereby acknowledges that no Minority, and Women Business Ente prises (M/R BE) participation goal has been established for this AGREEMENT: however, both parties agree to provide the other advance notice of competitive contracts that may result from this AGREEMENT Page 6 of 9. Exhibit "B" Contract File:llntagyml.doc 10/05/00 SOUTH FLORMAs..ATER MANAGEMENT;STRICT EX MIT "B" O(D GENERAL TERMS AND CONDITIONS V- along with timelines for public notice and award of such contracts. In the event subsequent competitive contract awards do result in M/WBE participation, such participation shall be reported to the other party. Both the AGENCY and the DISTRICT will ensure compliance with the provisions of their respective program, laws, ordinances and policies and will support the other's initiatives to the extent allowed by law. ARTICLE 11 - YEAR 2000 COMTLLANCE In the event that the AGENCY's performance, as required by this AGREEMENT, involves the use and/or delivery of a software, firmware and/or hardware product of any kind, the following language in this Article 11 shall apply: 11.1 AGENCY represents and warrants that the software, firmware and/or hardware is designed to be used prior to, during, and after the calendar year 2000 A.D., and that the software, firmware and/or hardware will operate during each such time period without error relating to date data, specifically including any error relating to, or the product of, date data which represents or references multiple centuries. 11.2 Without limitins the generality of the foregoing, AGENCY further represents and warrants: 1) that the software, fumware and/or hardware will not abnormally end or provide invalid or incorrect results of date data, specifically including date data which represents or references multiple centuries; 2) that the software, firmware and/or hardware has been designed to ensure Year 2000 Compliance, including, but not limited to, date data century recognition, calculations which accommodate same century and multiple century formulas and date values, and date data interface values that reflect the century; and 3) that the software, firmware and/or hardware includes Year 2000 Compliance. For the purposes of this AGREEMENT, Year 2000 Compliance also means that the software, firmware and/or hardware will: (i) manage and manipulate dam involving dates and leap year calculations, including single century formulas and multi -century formulas, and will not cause an abnormally ending scenaro within the application or generate incorrect values or invalid results involving such dates; and (ii) provide that all date related user interface functionalities and data fields include the indication of century. 11.3 Included as part of this Year 2000 Compliance Warranty, AGENCY shall provide to the DISTRICT, at no additional charge with, (i) fixes, corrections and updates to the software, firmware and/or hardware that are necessary to ensure Year 2000 Compliance as defined herein, and (ii) advice, consultation and assistance to use the software, firmware and/or hardware and diagnose and correct Year 2000 Compliance problems that may exist with either the software, firmware and/or hardware, (iii) and, if deemed necessary by the DISTRICT, replacement software, firmware and/or hardware which is comntiant with this Year 2000 Compliance Warranty. 11.4 If this AGREEMENT involves the purchase and/or license and/or receipt of a software, firmware and/or hardware product of any kind previously developed by the AGENCY or other third parry, and in the event fixes, corecuons and updates of the software are not technically feasible, the AGENCY shall accent the return of the software, frrraware and/or hardware if this Year 2000 Compliance Warranty is breached, and terminate any and all applicable Schedules and/or License Agreements. Further, the AGENCY shall refund to the DISTRICT the full amount of the License Fee actually paid to the AGENCY for the software; and, in the case of hardware return, the AGENCY shall refund to the DISTRICT the full amount of the hardware actually paid to the AGENCY by the DISTRICT. In addition to the foregoing, the AGENCY shall refund to the DISTRICT all maintenance fees paid by the DISTRICT, if any, for on -going support, new software releases and product updates. All such refunds shall be made to the DISTRICT. Notwithstanding any other provision in the AGREEMENT to the contrary, the DISTRICT hereby reserves all rights to obtain all remedies to the fullest extent of the law, without any limitation whatsoever, as may be determined by a court of competent jurisdiction (including damages and Page 7 of 9. Exhibit "B" Contact FileAIntagy;nl .doc 10/05I00 SOUTH FLORIDAI�•+'ATER MANAGENIENT;STRICT EX ]BIT "B" r " GENERAL TERMS AND CONDITIOtiS LA equitable relief). 11.5 The term Year 2000 Compliance Warranty shall mean, collectively, the warranties set forth herein. This Article 11, in its entirety. shall survive the expiration or tem-unation of this AGREEMENT. ARTICLE 12 - GENERAL PROVISIONS 12.1 Notwithstanding any provisions of this AGREEMENT to the contrary, the paid s shall not be held liable for any failure or delay in the performance of this AGREEMENT that arises from fires, floods, strikes, embargoes, acts of the public enemy, unusually severe weather, outbreak of war, restraint of Government, riots, civil commotion, force majeure, act of God, or for any other cause of the same character which is unavoidable through the exercise of due care and beyond the control of the parties. Failure to oerform shall be excused during the continuance of such circumstances, but this AGREEMENT shall otherwise remain in effect. This provision shall not apply if the "Statement of Work" of this AGREEMENT specifies that performance by AGENCY is specifically required during the occurrence of any of the events herein mentioned. 12.2 In the event any provisions of this AGREEMENT shall conflict, or appear to conflict, the AGREEMENT. including all exhibits. attachments and all documents specifically incorporated by reference, shall be interpreted as a whole to resolve any inconsistency. 12.3 Failures or waivers to insist on strict performance of any covenant, condition. or provision of this AGREEMENT by the parties. their successors and assigns shall not be deemed a waiver of any Of its rights or remedies, nor shall it relieve the other parry from performing any subsequent obligations strictly in accordance with the terms of this AGREEMENT. No waiver shall be effective unless in writing and signed by the parry against whom enforcement is sought Such waiver shall be limited to provisions of this .AGREEMENT specifically referred cc therein and shall not be deemed a waiver of any other provision. No waiver shall constitute a continuing waiver unless the writing states otherwise. 12.4 Should any 17771 or provision of this AGREEMENT be held. to any extent, invalid or unenforceable, as against any person, entity or circumstance during the term hereof, by force of any statute, law, or Wiling of anv forum of competent jurisdiction, such invalidiry shall not affect any other term or provision of this AGREEMENT, to the extent that the AGREEMENT shall remain operable, enforceable and in nIll force and effect to the extent permitted by law. 12.5 This AGREEMENT may be amended only with the written approval of the parties hereto. 12.6 This AGREEMENT states the entire under- standing and agreement between the parties and supersedes any and all written or oral representations, statements, negotiations, or agreements previously existing between the parties with respect to the subject matter of this AGREEMENT. The AGENCY recognizes that any representations, statements or negotiations made by DISTRICT staff do not suffice to legally bind the DISTRICT in a contractual relationship unless they have been reduced to writing and signed by an authorized DISTRICT representative. This AGREEMENT shall inure to the benefit of and shall be binding upon the parties, their respective assigns, and successors in interest. ARTICLE 13 — SAFETY REQUIREMENTS 13.1 The AGENCY shall require appropriate personal protective equipment in all operations where there is exposure to hazardous conditions. 13.2 The AGENCY shall instruct employees required to handle or use toxic materials or other harmful substances regarding their safe handling and use, including instruction on the potential hazards, personal hygiene and required personal protective measures. A Material Safety Data Sheet (MSDS) shall be provided by the AGENCY to the DISTRICT on each chemical product used. 13.3 The AGENCY shall comply with the standards and regulations set forth by the Occupational Safety and Health Administration (OSHA), the Flonca Department of Labor and Page 8 of 9. Exhibit " B" Contract File:ilrtagyml.doc 10/05/00 SOUTH FLORIDA%.;ATER NLANAGEMENTiSTRICT O EXIT "B" GENERAL TER'NIS AND CONDITIONS Employment Secunry and all other appropriate federal, state, local or DISTRICT safery and health standards. 13.4 It is the AGENCY'S sole duty to provide safe and healthful working conditions to its employees and Grose of the DISTRICT on and about the site of A GREEMENT perormance. 13.5 The AGENCY shall initiate and maintain an accident prevention program which shall include, but shall not be limited to, establishing and supervising programs for the education and training of employees in the recognition, avoidance, and prevention of unsafe conditions and acts. 13.6 The AGENCY shall erect and maintain, as required by existing conditions and performance of the AGREEMENT, reasonable safeguards for safety and protection, including posting of danger signs and other warnings, against hazards. 13.7 The AGENCY shall take reasonable precautions for safety of. and shall provide reasonable protection to prevent damage, injury, or loss to: 13.7.1 employees on the work and other oersons who may be affected thereby; including pedestrians, visitors, or traveling public; 13.7.2 the work. materials, and equipment to be incorporated therein; whether in storage on or off the site, under care, custody or control of the AGENCY, or the AGENCY's subcontractors: and 13.7.3 other properties at the site or adjacent thereto; such as trees, shrubs, lawns, walks, utilities, pavement, roadways, structures, building, vehicles, and equipment not designated for removal, relocation or replacement in the course of work. 13.8 The AGENCY shall provide first aid services ,. and medical care to its employees. 13.9 The AGENCY shall develop and maintain an effective fire protection and prevention procedures and good housekeeping practices on the work site throughout the AGREEMENT. 13.10 Emergencies: In emergency affecting safety of persons or property on or about the site or as a result of the work; the AGENCY shall act, timely acid with due diligence, to prevent threatened damage, injury, or loss. 13.11 Environmental: When the AGENCY, AGENCY's subcontractors, or subcontractors, use petroleum products, hazardous chemicals, or any other chemicals used on or about the site, tb.: AGENCY shall be responsible for handling these chemical constituents in accordance with federal, state and local regulations during the terms of the AGREEMENT. For accidental discharges or releases onto the floor. air, ground, surface waters, around waters, it shall be the AGENCY's sole responsibility to respond immediately to clean the site, at his expense, to the complete satisfaction of federal, state, local regulatory agencies and to the DISTRICT requirements. 13.12 The DISTRICT may order the AGENCY to halt operations under the AGREEMENT, at the AGENCY's expense, if a condition of immediate danger to the public and/or DISTRICT employees, equipment, or property exist. This provision shall not shift the responsibilir or risk of loss for injuries or damage sustained from the AGENCY to the DISTRICT; and the AGENCY shall remain solely responsible for compliance with all federal, state and local safety requirements. provisions of this section, and safety of all persons and property on or about the site. Page 9 of 9. Exhibit "B" Contras File:Untagyml.doc 10/05/00 SOUTH FLORIDA�,.;ATER MANAGEMENT STRICT EXHIBIT "B" GENERAL TERMS AND CONDITIONS Employment Security and all other appropriate federal, state, local or DISTRICT safety and health standards. 13.4 It is the AGENCY'S sole duty to provide safe and healthful working conditions to its employees and those of the DISTRICT on and about the site of AGREEMENT performance. 13.5 The AGENCY shall initiate and maintain an accident prevention program which shall include, but shall not be limited to, establishing and supervising programs for the education and training of employees in the recognition, avoidance, and prevention of unsafe conditions and acm 13.6 The AGENCY shall erect and maintain, as required by existing conditions and performance of the AGREEMENT, reasonable safeguards for safety and protection, including posting of danger signs and other warnings, against hazards. 13.7 The AGENCY shall take reasonable precautions for safety of, and shall provide reasonable protection to prevent damage, injury, or loss to: 13.7.1 employees on the work and other persons who may be affected thereby; including pedestrians, visitors, or traveling public; 13.7.2 the work. materials, and equipment to be incorporated therein; whether in storage on or off the site, under care, custody or control of the AGENCY, or the AGENCY's subcontractors; and 13.7.3 other properties at the site or adjacent thereto; such as trees, shrubs, lawns, walks, utilities, pavement, roadways, structures, building, vehicles, and equipment not designated for removal, relocation or replacement in the course of work. 13.8 The AGENCY shall provide first aid services IV and medical care to its employees. 13.9 The AGENCY shall develop and maintain an effective fire protection and prevention procedures and good housekeeping practices on the work site throughout the AGREEMENT. 13.10 Emergencies: In emergency affecting safety of persons or property on or about the site or as a result of the work; the AGENCY shall act, timely and with due diligence, to prevent threatened damage, injury, or loss. 13.11 Environmental: When the AGENCY, AGENCY's subcontractors, or subcontractors, use petroleum products, hazardous chemicals, or any other chemicals used on or about the site, the AGENCY shall be responsible for handling these chemical constituents in accordance with federal, state and local regulations during the terms of the AGREEMENT. For accidental discharges or releases onto the floor, air, ground, surface waters, ground waters, it shall be the AGENCY's sole responsibility to respond immediately to clean the site, at his expense, to the complete satisfaction of federal, state, local re, ilatory agencies and to the DISTRICT requirements. 13.12 The DISTRICT may order the AGENCY to halt operations under the AGREEMENT, at the AGENCY's expense, if a condition of immediate danger to the public and/or DISTRICT employees, equipment, or property exist. This provision shall not shift the responsibility or risk of loss for injuries or damage sustained from the AGENCY to the DISTRICT; and the AGENCY shall remain solely responsible for compliance with all federal, state and local safety requirements, provisions of this section, and safety of all persons and property on or about the site. Page 9 of 9. Exhibit "B'' Concoct File:\Intagvml.doc 10/05/00 %4W No EXIIIBIT "C" STATEMENT OF WORK Floridan Aquifer Monitoring Well tietwork - Citrus Grove Wells 1.0 INTRODUCTION 0D BACKGROLN-D This project describes the tasks that the St. Lucie Soil and Water Conservation District (SLSWCD) will perform as par of a cooperative agreement with the South Florida Water -Management District (DISTRICT) from Fiscal Year 2001 to Fiscal Year 2004. Currently, the SLSWCD collects flow meter and specific conductance readings from 45 Floridan aquifer wells in 16 citrus groves in St. Lucie County (Contract C-11746). In addition they download water level data monthly and collect water quality samples quarterly from one well in each ;rove (16 wells). The comprehensive Floridan Aquifer Monitoring Well Network was established based on the recommendations of the Upper. East Coast (UEC) Water Supply Plan prepared by the DISTRICT with public input in 1998. The purpose of this network is to collect water level, water quality, and water use data for a five-year period to determine their potential relationships. Initial work to setup the network began in Fiscal Year 2000. 2.0 SCOPE OF WORT: The scope of this contract includes continuing that data collection effort and increasing the number of wells over the next year Fiscal Year 2001 to a total of 60 Floridan aquifer wells located in 21 citrus groves. Between the previous contract (C-11746 in Fiscal Year 2000) and the first year of this current contract, the SLSWCD anticipates incorporating 15 additional wells in 5 new groves into the network. Table 1 lists the number of wells, We of data collected, and the data collection frequency over the course of this study from Fiscal Year 2001 to Fiscal Year 2004. Figure 1 shows the general locations of the citrus groves with Floridan aquifer wells currently monitored by the SLSWCD. 3.0 WORK BREAKDOWN STRUCTURE Task 1: Physical Well Survey This task is a continuation from the Fiscal Year 2000 contract (C-11746) where the SLSWCD surveyed many of the 45 wells included in this study under the original agreement (C-6775) with the DISTRICT. The wells were located in groves 1, 2, 3, 4, 5, 6, 7, 8, 11, 12. 13, 14, 29, 35, 36, and 121. In Fiscal Year 2001 and Fiscal Year 2002, the SLSWCD will complete the survey of the wells in the aforementioned groves and for the five groves recruited during Fiscal Year 2000/Fiscal Year 2001 (anticipated to be 15 wells in 5 groves). The survey will determine the round elevation at the base of each well head, the vertical elevation of the well top -of -casings, and the planar coordinates of the wells. The ground elevation at the well head and the well top - of -casing elevations should be reported using the National Geodetic Vertical Datum (INOVD) of 1929 and 1988" A temporary benchmark should be installed near each well, where possible, by cementing a piece a metal rod below the land surface. This temporary benchmark will provide Gl-_-9 STAITNIE'170F wcRK L. *40 an easy future reference point in case the wells are resurveyed after potential changes to the well heads in the future. The Florida planar coordinates should be determined to both the 1927 and 1983 datums. The latitude and longitude of each well should also be determined. This data will allow the DISTRICT to create potentiometric surface maps for the Floridan aquifer in the study area. The SLSWCD will forward the survey data to the DISTRICT electronically (if available) and in a letter report. The SLSWCD will provide funding for this task as seen in Table 2. Task 2: Flow Meter Installation The SLSWCD will purchase and install a total of 8 Water Specialties Model LP-31 flow meters, or equivalent, during Fiscal Year 2001. The SLSWCD will install these flow meters on eight wells in two of the new groves and one existing grove. The SLSWCD will purchase and install the flow meters after approval from the DISTRICT. The DISTRICT will provide funds for the purchase and installation of the flow meters as seen in Table 2. Task 3: Flow Meter Maintenance This task will be ongoing through the period from Fiscal Year 2001 to Fiscal Year 2004. The SLSWCD will perform routine maintenance on the 60 flow meters to ensure that they remain calibrated and operational. The SLSWCD will notify the DISTRICT within 24 hours if any of the meters are not functioning correctly, e.g. not recording flow rate or totalized flow. The DISTRICT will then authorize the SLSWCD to repair these meters. The SLSWCD will inspect each meter while on site collecting the monthly readings. These monthly inspections will enable them to identify faulty meters in a timely manner, have them repaired, and minimize any gaps in the data record. The DISTRICT will provide funds for the maintenance of all the flow meters as seen in Table 2. Task 4: Field Work From Fiscal Year 2001 to Fiscal Year 2004, the SLSWCD will collect water use, water level, and water quality data from all the grove wells in this Floridan aquifer monitoring well network. Water use data will consist of totaled flow meter readings recorded in gallons per month. This data will be collected monthly from 60 wells from Fiscal Year 2001 to Fiscal Year 2004. The SLSWCD will present the water use data to the DISTRICT in quarterly and annual reports over the time frame of this Agreement. The SLSWCD will also collect specific conductance data from the wells concurrent with the flow meter readings using a YSI specific conductance meter, or equivalent. The specific conductance probe should be calibrated at the beginning of each day before it is used for the field measurements. The probe shall also be checked against an appropriate conductance calibration standard before collecting specific conductance readings in each grove during any given day. This will ensure that the probe is still within the calibration .. range. A calibration log showing the time of calibration/calibration check and the probe readings versus the standard shall be recorded for each calibration. The specific conductance readings and calibration logs will be included in the quarterly reports to the DISTRICT. The DISTRICT will complete the installation of Campbell Scientific CR10 data recorders in one well for each of the 21 groves during Fiscal Year 2001 (groves 1, 13, 4, 5, 6, 7, 8, 11, 12, I. EXH:Brr 'C'. C-! 2379 STATEMENT, OF WCR'rC 14, 29, 35, 36, 121, and the five new groves). The DISTRICT will select the well in each grove that will be Fitted -with a CR10 data recorder. As in Fiscal Year 2000, SLSWCD personnel will help DISTRICT personnel gait. access to the groves to install the data recorders in Fiscal Year 2001. Since the construction details of the wells are currently unknown. they will be geophysicaily logged if Ica was not completed during Fiscal Year 2000. The logging (gamma and caliper logs) will be performed by the DISTRICT, or one of its subcontractors during Fiscal Year 2001 before the CR10 data recorders are installed. The geophysical logs will determine casing depth, casing diameter, and total depth of each well. The CR10 data recorders will continuously collect water level data in to grove wells after they are installed. The DISTRICT will provide the SLSWCD with a laptop computer and the appropriate software (PC200W, PC208W, or equivalent, from Campbell Scientific) to complete this task. Funding for the computer was provided in Fiscal Year 2000. Additional funding for software and computer upgrades is provided under support equipment Wending (Table 2). This computer and associated software shall be considered as DISTRICT owned property and handled in accordance with Article 7.4 of the Agreement. After the recorders are installed, the SLSWCD will download the CR10 data recorders monthly and provide the data to the DISTRICT on a 3.5-inch diskette. A hard copy of the data will be included in the quarterly reports prepared by the SLSWCD over the duration of this contract. The SLSWCD will collect water quality samples quarterly from one well in each grove between Fiscal Year 2001 and Fiscal Year 2004. The DISTRICT will select the well in each grove for water quality sampling. The DISTRICT will train the SLSWCD staff on the quality assurance/quality control (QA/QC) protocol to follow during the water quality sampling within three months of signing this contract. The water quality sampling will follow the DISTRICT QA/QC protocol and the SLSWCD will ship/transport the samples to the DISTRICT operated laboratory for analysis. The water samples will be analyzed for chlorides. total dissolved solids, and specific conductance. SLSWCD staff will ensure the QA/QC protocol is followed during all sampling and will forward all appropriate field documentation to the DISTRICT Project ✓tanager as part of the quarterly reports. Table 3 lists the number of wells monitored in this study for the various water quality parameters. 4.0 DELIVERABLES The project funding for Fiscal Year 2001 through Fiscal Year 2004 is presented in Table 2. Table 4a — 4d presents a breakdown of the funding per year for each task described in this Agreement. The SLSWCD will receive payment for each task once the DISTRICT receives the deliverable(s) associated with that task. Payment for Task 3 will be on an as -,needed basis. In the event repairs are identified and authorized, the DISTRICT shall direct SLSWCD to perform. the work and payment will be contingent on the actual cost of work that needs to be done ranging .. from $150-$350 per meter. For Task 4, the field work, the total funding for the task will be divided into four equal amounts that will be paid when the DISTRICT receives the quarterly/annual reports, in accordance with Exhibit "D". Figure 2 shows the milestones for the project from Fiscal Year 2001 to Fiscal Year 2004 while Table 5a — 5d presents the deliverables that are due each year for each task. EX*H[B rr "C". C-1:1'9 STATEMF-rT OF wO.RK LA Task 1: Upon completion in Fiscal Year 2001, the SLSWCD will provide the DISTRICT with a letter report presenting the survey data. The well surveying should be completed within s"x months of contract execution in Fiscal Year 2001 and six months into Fiscal Year 2002. The details/requirements of the survey are discussed under Task L The scope of work for this task will be complete in Fiscal Year 2002. Task 2: Upon completion in Fiscal Year 2001, the SLSWCD will prepare a letter report which shall include photo_raphs along with a description of the flow meters. This work should be completed seven months after contract execution in Fiscal Year 2001. The scope of work for this task will be complete in Fiscal Year 2001. Task 3: This task will be an ongoing task from Fiscal Year 2001 to Fiscal Year 2004 with no set deadline. The SLSWCD will prepare a letter report describing the problem with the flow meter(s) and the corrective action(s) taken. Task 4: From Fiscal Year 2001 to Fiscal Year 2004, the data collected for will be presented in quarterly reports to the DISTRICT. The reports will summarize the monthly flow meter readings and monthly specific conductance readings. The water level data downloaded from the CR10 data recorders will be submitted monthly to the DISTRICT on a 3.5-inch diskette. A hard copy of the CR10 data will be included in the quarterly reports. These reports will also contain alf QA/QC data and field notes taken during the water quality sampling. P,GE -cc 1 ExHIBrr 'C C-:7379 sTAT'cMENr OF WORK v .r► N Figure 1. Floridan aquifer wells curently monitored by the SLSWCD/NRCS. ?ACE=v^c1. EXHIBIT"C... C-!:J'9 STATEm F,70?wC2 ,"W C O ® m O m ......................................... ......................................... ....................................... . ® 0 O ® i I I p �9 Q Ij d ? it o m Cl) ° n °� 3 l o 'LL== = w m o �m IN I � A N I N T N ` Y C q � 1 � � q N 7 0 G O 0 X O Q w a O 0 a r � E m m a N C C C N � N Q m N 2 O O C L `a O ® _ i m Z ....................... c s a c ® ® m m o w a` .. .................................................. : _ .................................. ..._..........._...... o .. .................................................. .................................... O O ® ® .................................................. 0 � � ON m _ ............... m O N N a Q � v ......................_...._._ _... _........... Q O U ® ® U i ..r LM N :J Q Ci OCAD N N T C w m Z c� 3 r,UiT NC) `LL. tC. -. c Cl m cu GQ CDcq O � O op N N cam^ 0 m O a -co cc ^ ^ n COL Ln LL N �y D C O N = ~ DF F- H N �: t7 ci r m U :CD C m N CD MA U•. o ?� O O 7 7 7 o Q_ ci O m 52 0-3 "-a _ V f C ^ m - �_�-� > � r m l9 cc- 7 (A R. C 3 c n = 3 ,J U o �' ^71z zi m '"d O Cli CD C\l O E0 N. 0--- 0 0 0 0 'cap CON N LO N o 0 10 C11 LL 0 21 P cc a - IL 0 0) C) L—L 0 cc ra co u u Co. a 0 ti m >1 rz m LL t CD (L CN to a) m u IL ci V 9 `%W IW- ,No LA low VIRAL t Airs;. c^Ic ram: Y is N '^ - 11 L L 5 C 3 a i✓ -quo V_ EXMIT "D" PAYMENT AND DELIVERABLE SCHEMLE i aole ]a. r ucai 1 Gal svv, .. vj . ,,_..__ -_ __ _ _ _ Due Date' Payment Task --.Deliverable Task 1 - Well Survey Letter Report 52.215.001 Certify completion of Task 2 with Survey Data 6 Months 2 . Flow Meter Installation Letter Report 519,424.00 (Task Certify completion of Task 3 with Photographs 7 Months Not -To -Exceed S20,926.00 Task 3 •Flow Meter Maintenance Letter Report As Needed (payment amount depends Flow Meter Maintenance an cost of maintenance work done ranging from S 150-S350 Der meter) Field Work** 529,114.00 Task 4 - Monthly Flow Meter Readings Quarterly Report Quarterly (S7.278.50 per report, four Monthly Specific Conductance Readings Quarterly Report Quarterly reports per year) Download CR10 Darn Recorders 3.5" Diskette Monthly Water Quality Sampling_ Samples to WQMD Quarterly Total Not -To -Exceed S71.679.00 ' Due dates are based on the number of months from the date of contract execution. In addition to providing the auarterly report, an annual report will be prepared for each year of the study. WQMD - Water Quality Management Division f L-] 1 .i ri t tlt4G i ame oo riz.a-- ,T�eliverableDutDate' 4 Task - - - �. .-_ - C ... :.'Payment Task 1 - Well Survey N/A 7 Months 53,679.00 Certify completion of Task 2 Task 2 - Flow Meter Installation Letter Report Worked completed NIA Certify completion of Task 3 with Photographs in Fiscal Year 2001. 4.00 Task 3 - Flow Meter Maintenance t depends (payment amount depends (payment amount Flow Meter Maintenance Letter Report As Needed on cost of maintenance work done ranging from S 150.S350 per meter) S29.539.00 Task 4 - Field Work*" Monthly Flow Meter Readings Quarterly Repot Quarterly r report, fourMonthly Specific Conductance Readings Quarterly Report Quarterly :(S7.384.73:yyeaij Download CR10 Data Recorders 3.5" Diskette Monthly Water Quality Sampling Samples to WQNfD Quarterly I Total `lot -To -Exceed S56 442.00 v Due dates are from the start of the rscal Year (October). • In addition to providing the quarterly report, an annual report will be prepared for each year of the study. WQMD - Water Quality Management Division 1 PACE I OF I EXI3" 'D" C-12379 PAY NIENT AND DELIS FRA3LE SCiIEDULE \.+ E5 W-- Table Sc. Fiscal Year 2003 Project Schedule and Deliverables Task Deliverable Due Date*, - Payment (Task 1- Well Survev Worked completed NIA Certify completion of Task 2 N/A in Fiscal Year 2001. Task 2 - Flow Meter Installation Worked completed Certify completion of Task 3 N/A in Fiscal Year 2001. NIA Task 3 - Flow Meter Maintenance Ncz-To-E.tceed 519,685.00 ;(payment amount depends o Flow Meter Maintenance Letter Report As Needed jcost of maintenance work 'done ranging from 5150- 5350 per meter) Task 4 - Field Work** S38,400.00 Monthly Flow Meter Readings Quarterly Report Quarterly (59.600.00 per report, four Monthly Specific Conductance Reading Quarterly Report Quarterly Ireports per vear) Download CR10 Data Recorders 3.5" Diskette Monthly I Water Quality Sampling Samples to WQMD Quarterly Total Not -To -Exceed 558,085.00 * Due dates are from the start of the Fiscal Year (October). ** In addition to providing the quareriy report, an annual report will be prepared for each year of the study. WQMD - Water Quality Management Division Table 5d- Fiscal Year 2004 Project Schedule and Deliverables ':_Delnu_ccablettcI]ate" ' (. Payment Task 1 - Well Survev Worked completed j Certify completion of Task ? N/A I in Fiscal Year 2001. N(A Task 2 - Flow Meter Installation Worked completed Certify completion of Task 3 N/A in Fiscal Year 2001. ! NI Task 3 - Flow Meter Maintenance 'Not -To -Exceed 520,126.00 (payment amount depends on ow Meter Maintenance Letter Report As Needed cost of maintenance work ne ranging from 5150- 50 per meter) Task 4 - Field Work** 539.877.00 Monthly Flow Meter Readings Quarterly Report Quarterly 1(59,969.25 per report. four (repo Monthly Specific Conductance Readings Quarterly Report Quarterly is per year) Download CR10 Data Recorders 3.5" Diskette Monthly Water Quality Sampling Samples to WQMI) Quarterly Total Not -To -Exceed 560.003.00 * Due dates are from the start of the Fiscal Year (October). ** In addition to providing the qua e y report, an annual report will be prepared for each year of the study. WQMD - Water Quality Management Division a PAGE'_ OF'_. E Cr.�r -'D C-l'_379 PAYL`NT AND DELL cR. 31-E SC: -,DIILE A.ItNDA REQUEST TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY: OMB ITM NO. C-'�b— DATE: January 16, 2001 REGULAR [ PUBLIC HEARING [ CONSENT [X] PRESENTED BY: Marie M. Gouin SUBJECT: Acceptance of the FDOT DUI Enforcement Specialist Grant and Budget Resolution #01-29 to appropriate and expend funds from the grant award in the amount of $76,060. BACKGROUND: St. Lucie BOCC applied for and was awarded $76,060 on behalf of the St. Lucie Sheriffs Office for the purpose of hiring a DUI Enforcement Specialist. This program is funded by the US Dept. of Transportation, pass thru the Florida Department of Transportation. No local match is required from the BOCC or the Sheriffs Office in the first year of this program covering the period from 12/13/00 to 09/30/01. FUNDS AVAILABLE: 107121-2110-334201-200 FDOT DUI Enforcement Specialist Program Grant PREVIOUS ACTION: BOCC approved the grant application on 10/10/00. RECOMMENDATION: Staff recommends that the Board of County Commissioners accept the grant award and approve Budget Resolution #01-29 appropriating the funds from the FOOT DUI Enforcement Specialist Program. COMMISSION ACTION: [ X] APPROVED [ ] DENIED [ ] OTHER: 4-0 (Barnes Absent) CONCURRENCE: Coordination/Siianatures County Attorney: XX w Management & Budget: XXt' 1 ' 11 urchasing: P OriginatingDe t: Public Works:Other: Finance: (Check for Copy only, if applicable) XX G:IBUDGEnWP AGENDA'S1Agenda011 t'16Shc,DUl_Gmt,.pd e., 1%d RESOLUTION NO. 01-29 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 Florida Department of Transportation DUI Specialist Program Grant in the amount of $76,060. 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 16" day of January, 2001, pursuant to Section 129.06 (d), Florida Statutes, such funds are hereby appropriated for the fiscal year 2000-01, and the County's budget is hereby amended as follows: REVENUES 107121-2110-334201-200 Florida Department of Transportation $76,060 APPROPRIATIONS 107121-2110-591900-200 Transfer to Sheriff $76,060 After motion and second the vote on this resolution was as follows: Commissioner Frannie Hutchinson XXX Commissioner Doug Coward XXX Commissioner Cliff Barnes XXX Commissioner John D. Bruhn XXX Commissioner Paula A. Lewis XXX PASSED AND DULY ADOPTED THIS 16TH DAY OF JANUARY , 2001. ATTEST: BOARD OF COUNTY COMMISSIONERS ST LUCIE COUNTY, FLORIDA BY: CHAIRMAN APPROVED AS TO CORRECTNESS AND FORM: COUNTY ATTORNEY G:OUDGED WPIAGENDA'S\AgendaO I\ I'16SherDC1_Grant..vpd - AV 1404 Florida Department of Transportation JEB BUSH 605 Suwannee Street THOMAS F. BARRY, JR. GOVERNOR Tallahassee, Florida 32399-0450 SECRETARY December 15, 2000 Mr. Douglas Anderson County Administrator 2300 Virginia Avenue Fort Pierce, Florida 34982 RE: St. Lucie County DUI Enforcement Specialist Project No.: J8-01-06-11-01 D.O.T. Contract No.: AJ583 Dear Mr. Anderson: Your application to the Florida Department of Transportation for highway safety funds has been approved. We are pleased to make this award in the amount of $76,060 to your agency for the purpose of creating a DUI enforcement position. A copy of the approved project agreement with the referenced project number and title is enclosed for your file. All correspondence with the Department should always refer to the project number and title. Your attention is directed to Part V of the subgrant entitled "Acceptance and Agreement'. These conditions should be reviewed carefully by those persons responsible for project administration to avoid delays in project completion and cost reimbursements. The effective date of the agreement is December 13, 2000 and only those costs incurred on or after that date are eligible for reimbursement. The DOT Office of the General Counsel notified the Safety Office recently of a change in Florida Statute that took effect on July 1, 2000. Most subgrant application forms had been mailed out prior to the notification, so Part V of your subgrant agreement does not contain the required language. However, your agency must conform to Section 287.134(2)(a), Florida Statutes. Please sign the enclosed statement related to Section 287.134(2)(a) and return it to Carla Sims, Traffic Safety Administrator, 605 Suwannee Street, MS-17, Tallahassee, Florida 32399-0450. The Safety Office will be holding regional pre -work meetings during January. The project director and the person who will be responsible for filling out reimbursement forms will be required to attend one of the meetings. Notices will be sent to the project director and head of the Implementing Agency. We look forward to working with you on this project. If you have any questions or need assistance, please contact Roger Doherty at (850) 488-5455, who will be coordinating this activity. Sincerely, George re, Jr. State Safety Engineer GER:nI Enclosures cc: Sheriff Robert C. Knowles 61 Sgt. Jerry Rothman — — Christiann K. Hartley Troy Ayers C F h 2 0 ZQQQ _ Mike Soto Virginia Waldron 1 I www.dot.state.fl.us ® RECYCLED PAPER Florida Department of Transportation JEB BUSH 605 Suwannee Street THOMAS F. BARRY, JR. GOVERNOR Tallahassee, Florida 32399-0450 SECRETARY The Florida Legislature created Section 287.134, Florida Statutes, during the 2000 session. The law went into effect on July 1, 2000. All purchases made with federal highway safety funds must comply with the statute, the relevant portion of which is included below: (2)(a) An entity or affiliate who has been placed on the discriminatory vendor list 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. (b) No public entity shall accept any bid from, award any contract to, or transact any business with any entity or affiliate on the discriminatory vendor list for a period of 36 months from the date that entity or affiliate was placed on the discriminatory vendor list unless that entity or affiliate has been removed from the list pursuant to paragraph (3)(f). No public entity which was transacting business with an entity at the time of the dis- crimination which resulted in that entity being placed on the discriminatory vendor list shall accept any bid from, award any contract to, or transact any business with any other entity who is under the same, or substantially the same, control as the entity whose name appears on the discriminatory vendor list so long as that entity's name appears on the discriminatory vendor list. (3)(a) All invitations to bid, as defined by s. 287.01201), requests for proposals, as defined by s. 287.012(15), and any written contract document of the state shall contain a statement informing entities of the provisions of paragraph (2)(a). By our signatures, we acknowledge that we are aware of Section 287.134, Florida Statutes, and do hereby agree to abide by the statute in the performance of the referenced highway safety project. Project Number: _J8-01-06-11-01 Name of Subgrantee Agency Typed Signature of Authorized Representative Name of Authorized Representative Typed Title Typed Date Name of Implementing Agency Typed Signature of Administrator Name of Administrator Typed Return to: Carla Sims, 605 Suwannee Street, Mail Station 17, Tallahassee, FL 32399-0450 TitleTyped Date www.dot.state.f1.us ® RECYCLED PAPER SAFETY Sf_' OF FLORIDA DEPARTMENT OF TRANSPORTATION tk,OSUBGRANT APPLICATION FOR HIGHWAY SAFETY FUNDS IS i} h L' fu OGC. OM9 nFr Z0 900n IL For D.O.T. Use Only Project Number: J8-01-06-11-01 DOT Contract Number: eJS�3 Federal Funds Allocated: $76,060.00 Date Approved: 12 00 Subgrant Period: December 13, 2000 to September 30, 2001 Date Revised: Subgrant History: (1) (2) (3) Part I: GENERAL ADMINISTRATIVE INFORMATION (See Instructions for Highway Safety Subgrant Applications) 1. Project Title: St. Lucie County DUI Enforcement Specialist 2. Type of Application: 19 Initial O Continuation 3. Requested Subgrant Period: October 1, 2000 to September 30, 2001 4. Support Matching Total Sought: $ 76,060.00 Share: 0.00 Budget: $ 76,060.00 5. Applicant Agency (Subgrantee): 6. Implementing Agency: St. Lucie B.O.C.C. St. Lucie County Sheriff's Office Douglas Anderson, County Administrator Robert C. Knowles, Sheriff 2300 Virginia Avenue 4700 West Midway Road Fort Pierce, Florida 34982 Fort Pierce, Florida 34981 Telephone: (561) 462-1450 Telephone: (561) 461-7300 7. Federal ID Number. 59-60000835079 8. State SAMAS Number (State Agencies Only) 9. Chief Financial Officer. 10. Project Director: Christian K. Hartley, Finance Director Sergeant Jerry Rothman St. Lucie County, St. Lucie County Sheriff's Office 2300 Virginia Avenue 4700 West Midway Road Fort Pierce, Florida 34982 Fort Pierce, Florida 34981 Telephone: (561) 462-1476 Telephone: (561) 462-3296 11. Project Summary: Briefly describe the problem and the proposed solution. St. Lucie County has recorded 757 alcohol -related crashes during the past three (3) years. Approximately 708 people were injured in these crashes and 39 people were killed. To combat this problem, the St. Lucie County Sheriff's Office will add one deputy to the Traffic Unit to patrol high crash locations during the evening hours, conduct public awareness programs to make the citizens of St. Lucie County more aware of the problem and participate in periodic DUI "Wolfpacks". Funds Provided by U.S. Department of Transportation, National Highway 7rafAc Safety Administration, Catalog of Federal Domestic Assistance Number- 20.600, State and Community Highway Safety Program. FORM 500-06501 SAFErY Part II: PROJECT PLAN AND SUPPORTING DATA State clearly and in detail the aims of the project, precisely what will be done, who will be involved, and what is expected to result. Use the following major headings: 1. Statement of the Problem 2. Proposed Solution 3. Objectives 4. Evaluation 5. Milestones (Use form provided) State below and use continuation pages as necessary. Statement of the Problem St. Lucie County is one of the fastest growing areas in the United States and the third fastest growing in Florida. St. Lucie County is bordered on the south by Martin County, Indian River County to the north, Okeechobee County to the west and the Atlantic Ocean to the east. St. Lucie County occupies six hundred (600) square miles. There are five major highways which pass though St. Lucie County; U.S. Highway 1 in the east, the Florida Turnpike & Interstate 95 in the center, and State Road 70 & State Road 68 in the west. The county, with a current population of 175,458, experience and additional 23,000 increase during the winter. As this growth continues, so do the number of alcohol related crashes. The following table, based on the latest available D.H.S.M.V. crash statistics, reflects a problem area that needs to be addressed: 1998 1997 1996 Alcohol -Related Crashes 219 245 293 Alcohol -Related Injuries 199 257 252 Alcohol -Related Deaths 11 9 19 Percent (%) of All County Crashes 10.78% 11.72% 13.02% State Average of Alcohol Related Crashes 9.26% 1 10.02% 10.31 St. Lucie County has recorded 757 alcohol -related crashes during the past three years. Approximately 708 people were injured in these crashes, and 39 people were killed. St. Lucie County has averaged a 1.98% percent increase above the State average yearly. Thus indicating a need to curb alcohol -related crashes in St. Lucie County. 2 FORM 500465.01 SAFETY Proposed Solution To address the problem of alcohol -related crashes, the St. Lucie County Sheriff's Office plans to add one additional deputy to our Traffic Unit. This deputy will receive special training in the detection and apprehension of impaired drivers, and he/she will be furnished marked patrol cars with radar and in -car video units. This deputy will have the primary task of Idcating and arresting drivers that are under the influence of an alcoholic beverage. This deputy will be in a marked and equipped police units, working during the hours of 8pm to 4am, five days a week. He/she patrol areas will be determined by identifying areas of high alcohol -related crash occurrence. DUI Enforcement Specialist The Sheriff's Office plans to conduct public awareness programs to make the citizens of St. Lucie County more aware of the DUI problem in the county. The Traffic Unit will coordinate with other agency members to conduct presentations to business and civic groups, student assemblies and retirees. The deputies may also be assigned to participate in planned public awareness activities. The St. Lucie County Sheriff's Office will also conduct DUI "wolfpacks" in November, January, March, May, July and September. The wolfpacks will concentrate in those areas with the highest alcohol -related traffic crashes. Deputies will also participate in checkpoints hosted by the Port St. Lucie Police Department. Objectives To drastically decrease the total number of alcohol -related crashes, injuries and deaths in St. Lucie County. 2. To arrest and convict at least 100 more impaired drivers in 2000/2001. 3. To conduct at least 20 public awareness programs. 4. To conduct at least 10 wolfpacks and checkpoints in 2000/2001 Evaluation The St. Lucie County Sheriff's Office will evaluate the overall success of the project based on a comparison of alcohol -related crash data reported by the Department of Highway Safety and Motor Vehicles. Local data will also be used to evaluate the effectiveness of the project. 3 SAFETY OGC-08M Timetable for Mil6,,Ones 1 st Quarter 2nd Quarter 3rd Quarter 4th Quarter Milestones OCT NOV DEC JAN FEB MAR APR MAY JUN JUL AUG SEP Advertise position ffi % order equipment XXXX XXXX ffi Hire deputy and implement %% %%% ffi %%% ffi ffi %%% ffi %%% %%% %%% increased DUI Enforcement Receive equipment and place ffi ffi ffi into operation Conduct DUI "Wolfpacks" %%% %%% ffi %.xx %%% ffi Send deputy to DUI training xxx Conduct public awareness ffi ffi ffi ffi ffi ffi ffi 4 FORM 500-065.01 SAFETY OGC.o . Part N-" PROJECT DETAIL BUDGET `,* Project Title: St. Lucie County DUI Enforcement Specialist Project Number: J8-01-06-11-01 Contract Number: AJ583 BUDGET CATEGORY TOTAL FEDERAL NON-FEDERAL FUNDING STATE LOCAL A. Personnel Services Reg. Salary for one Deputy $ 26,000.00 $ 26,000.00 Overtime Salary (100 hrs overtime) $ 1,800.00 $ 1,800.00 Benefits for one deputy $ 15.393.00 $ 15,393.00 Sub -total $ 43,193.00 $ 43,193.00 B. Contractual Services Sub -total C. Expenses Uniforms $ 400.00 $ 400.00 Equipment (Badge, belt/gear, hat, $ 11500.00 1,500.00 rain coat, collar brass, cuffs, flashlight, traffic vest, traffic gloves, 35mm camera, riot helmet, etc.) Travel to DUI Symposium $ 300.00 $ 300.00 Sub -total $ 2,200.00 $ 2,200.00 D. Operating Capital Outlay One police package vehicle $ 20,067.00 $ 20,067.00 Radar and in —camera system $ 4.000.00 $ 4,000.00 Radios (A/T and car) $ 4.100.00 $ 4,100.00 Laptop computer $ 2.500.00 $ 2,500.00 Sub -total $ 30,667.00 $ 30,667.00 E. Indirect Cost Sub -total Total Cost of Project $ 76.060.00 $ 76,060.00 Budget Modification Number: Effective Date: 5 •BUDGET NARRATIVE FORM SW465-01 SAFETY Project Title: St. Lucie County DUI Enforcement Specialists Project Number: J8-01-06-11-01 Contract Number: AJ583 The following is a narrative description of the project budget by line item by category, detailing the item and anticipated cost. Each category must be sufficiently defined to show cost relationship to project objectives. Attach additional sheets as needed. Salaries and Benefits Federal Funds 43,193.00 Costs to be reimbursed in this category include the base salary and benefits for one deputy, along with 100 hours of court over- time. Benefits include retirement, FICA, health and life insurance, and holiday pay. Expenses $ 2,200.00 Costs to be reimbursed in this category include uniforms, jacket, related equipment, armored vest, blank video tapes, camera, mag light, and travel to DUI Symposium. Operating Capital Outlay 30,667.00 Costs to be reimbursed in this category include one patrol car with radios, lightbar and siren, radar, in -car video system, cage, and laptop computer. Budget Modification Number: Effective Date: 0 '*w Part IV: REPORTS Ifto FORM 500.06541 SAFETY Quarterly Progress Report Narrative for the Project Title: St. Lucie County DUI Enforcement Specialist Project Number: J8-01-06-11-01 Implementing Agency: St. Lucie County Sheriff's Office Project Director: Sergeant Jerry Rotbman quarter. Briefly describe the subgrant activities that took place during the quarter. Attach additional sheets if necessary. The Quarterly Progress Report of Performance Indicators should be sent to the DOT Safety Office along with this narrative at the end of each quarter. 1URM SCxi.peS01 SAFET OGC.OtL9� QUARTERLY PROGRi�„o' REPORT OF PERFORMANCE taw&CATORS for the quarter. Project Title: St. Lucie Count DUI Enforcement Project Number. J8-01-06-11-01 Implementing Agency: St. Lucie County Sheriff's Office Project Director: Sergeant Jerry Rothman Performance Milestones Accomplished Indicators Quarter Ending December 31 Quarter Ending March 31 Six -Month Totals Quarter Ending June 30 Quarter Ending September 30 project Totals Number of DUI arrests made by the deputy hired under the subgrant. Number of saturation patrols at which the deputy hired under the subgrant participate . Number of DUI checkpoints at which the deputy hired under the subgrant participated. Number of safety belt violations issued by the St. Lucie County Sheriff's Office. Number of child safety seat violations issued by the St. Lucie County Sheriff's Office. rvn:n oww�-Ot urinal Narrative Report ,%0 Project Title: St. Lucie County DUI Enforcement Specialist Project Number: J8-01-06-11-01 Implementing Agency. St. Lucie County Sheriff's Office Project Director: Sergeant Jerry Rothman The following is a chronological narrative history of the above listed project in accordance with Part V.• Acceptance and Agreement, Conditions of Agreement, 1. Reports. It is an accurate accounting of the project performance and accomplishments. (Attach additional sheets as needed.) .r r�nM :AO-Od601 SAFETY STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION STATE SAFETY OFFICE . Part V: ACCEPTANCE AND AGREEMENT Conditions of Agreement. Upon approval of this subgrant, the approved application and the following terms and conditions shall become binding. Noncompliance may result in loss of, or delays in cost reimbursement. The tern subgrantee as used in Part V refers to the subgrantee and its implementing agency. Part I through .Part IV, attached to this agreement, are incorporated by reference herein. 1. Reports. The subgrantee shall submit the Quarterly Progress Report Narrative and Quarterly Progress Report of Performance Indicators forms to the State Safety Office by January 31, April 30, July 31, and October 31 if there was subgrant activity during the quarter prior to the deadline. The subgrantee shall submit a Final Narrative Report, giving chronological history of the subgrant activities, problems encountered, and major accomplishments by October 31, unless the State Safety Office extends the subgrant period due to late award of the subgrant. Requests for reimbursement may be returned to the subgrantee unpaid if the required reports are past due. 2. Responsibility of Subgrantee. The subgrantee must establish fiscal control and fund accounting procedures which assure proper disbursement and accounting of subgrant funds and required non-federal expenditures. All monies spent on this project will be disbursed in accordance with provisions of the project budget as said budget was approved by the State Safety Office. All expenditures and cost accounting of funds shall conform to 49 CFR 18, Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments; 49 CFR 19, Uniform Administrative Requirements for Grants and Agreements with Institutions of Higher Education, Hospitals, and Other Non -Profit Organizations; National Highway Traffic Safety Administration (NHTSA) Order 462- 13A, Principles for Determining Costs Applicable to Grants and Contracts with State and Local Governments; OMB Circular A-102, Grants and Cooperative Agreements with State and Local Governments; OMB Circular A-110, Grants and Agreements with Institutions of Higher Education, Hospitals and Other Non -Profit Organizations; OMB Circular A-21, Cost Principles for Educational Institutions; OMB Circular A-87, Cost Principles for State and Local Governments; and/or OMB Circular A-122, Cost Principles for Non -Profit Organizations, as applicable (hereinafter referred to as Applicable Federal Law). All funds not spent in accordance with the Applicable Federal Law will be subject to repayment by the subgrantee. The subgrantee, by entering into this agreement, certifies that it meets and will comply with the federal statutes, executive orders, and implementing regulations applicable to this subgrant. 3. Compliance with Chapter 287, Florida Statutes. The subgrantee agrees to satisfy all requirements provided in Chapter 287, Florida Statutes, and other applicable state law. 4. Approval of Consultant and Contractor Agreements. The State Safety Office shall review and approve in writing all subgrantee's consultant and contractor agreements prior to the actual employment of the consultant or the contractor by the subgrantee. Approval of the subgrant agreement does not constitute approval of a consultant or contractor agreement. 5. Allowable Costs. The allowability of costs incurred under any subgrant shall be determined in accordance with the general principles of allowability and standards for selected cost items set forth in the Applicable Federal Law and state law, to be eligible for reimbursement. 10 FORM 500-06s-01 SAFM OGC - 09 6. Travel. Travel costs for approved N Vel will be reimbursed in accordance w%notegulations applicable to the subgrantee, and the State of Florida, Department of Transportation's (Department's) Disbursement Operations Manual, Chapter3 Travel, but not in excess of provisions in Section 112.061, Florida Statutes. All travel for out-of-state or out -of -grant -specified work area shall require written approval of the State Safety Office prior to the commencement of actual travel. 7. Written Approval of Changes. The subgrantee must obtain prior written approval from the State Safety Office for changes to the agreement. For example: (a) Changes in project activities, goals and objectives, or research plans set forth in the approved application. (b) Changes in budget items and amounts set forth in the approved application. 8. Reimbursement Obligation. The State of Florida's performance and obligation to reimburse the subgrantee will be subject to the availability of Federal Highway Safety funds and an annual appropriation by the Legislature. As approved in 49 CFR, Part 29, the subgrantee shall not be reimbursed for the cost of goods or services received from contractors, consultants, vendors, or individuals suspended, debarred, or otherwise excluded from doing business with the Federal government. The subgrantee shall submit the required certification by consultants with awards in excess of the small purchase threshold (currently $25,000). 9. Commencement of Projects. If a project has not commenced within 30 days after the acceptance of the subgrant award, the subgrantee will report by letter the steps taken to initiate the project, the reasons for delay, and the expected starting date. If, after 60 days from the acceptance of the award, project activity as described herein has not begun, a further statement of implementation delay will be submitted by the subgrantee to the State Safety Office. If the statement is not received in 60 days, the State Safety Office may cancel the project and reobligate the funds to other program areas. The State Safety Office, where warranted by excusable delay, may extend the implementation date of the project past the 60-day period, but only by formal written approval from the State Safety Office, 10. Excusable Delays. (a) Except with respect to the defaults of subgrantee's consultants and contractors which shall be attributed to the subgrantee, the subgrantee shall not be in default by reason of any failure in performance of this agreement in accordance with its terms if such failure arises out of causes beyond the control and without the fault or negligence of the subgrantee. Such causes may include, but are not restricted to, acts of God or of the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather, but in every case the failure to perform must be beyond the control and without the fault or negligence of the subgrantee. If the failure to perform is caused by the failure of the subgrantee's consultant or contractor to perform or make progress, and if such failure arises out of causes beyond the control of the subgrantee and its consultant or contractor, and without the fault or negligence of any of them, the subgrantee shall not be deemed to be in default, unless (1) the supplies or services to be furnished by the consultant or contractor were obtainable from other sources, (2) the State Safety Office shall have ordered the subgrantee in writing to procure such supplies or services from other sources, and (3) the subgrantee shall have failed to comply reasonably with such order. (b) Upon request of the subgrantee, the State Safety Office shall ascertain the facts and extent of such failure and, if it shall be determined that any failure to perform was occasioned by any one or more of the said causes, the delivery schedule shall be revised accordingly. i FORM SOO.aacn. SAFETY 11. Obligation of Subgrant Funds. S rant funds may not under anytp circum-,4/ces be obligated prior to o the effective date or subsequent o the termination date of the subgrant period. Only project costs incurred on or after the effective date and on or prior to the termination date of the subgrant application are eligible for reimbursement. A cost is incurred when the subgrantee's employee or approved contractor or consultant performs the service required, or when goods are received by the subgrantee, notwithstanding; the date of order. 12. Performance. In the event of default, noncompliance, or violation of any provision of this agreement by the subgrantee, the subgrantee's consultant(s) or contractor(s) and supplier(s), the Department shall impose such sanctions as it deems appropriate. Such sanctions include withholding of payments, cancellation, termination, or suspension of the agreement in whole or in part. In such an event, the Department shall notify the subgrantee of such decision 30 days in advance of the effective date of such sanction. The subgrantee shall be paid only for those services satisfactorily performed prior to the effective date of such sanction. 13. Access to Records. The Department, NHTSA, Federal Highway Administration (FHWA), and the Auditor General of the State of Florida, or any of their duly authorized representatives, shall have access for the purpose of audit and examination of books, documents, papers, and records of the subgrantee, and to relevant books and records of subgrantee and it's consultants and contractors under this agreement, as provided under Applicable Federal Law. The Department shall unilaterally cancel this subgrant if the subgrantee refuses to allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119, F.S., and made or received by the subgrantee in conjunction with the subgrant. 14. Audit. Acceptance of this agreement constitutes subgrantee assurance that all audits shall be conducted under the guidelines of OMB Circular No. A-133, Section 216.349, Florida Statutes, and Chapter 10.600, Rules of the Auditor General. For fiscal years beginning on or before June 30, 1998, the reporting packages and data collection forms shall be submitted to the State Safety Office program manager by the subgrantee within the earlier of 30 days after the receipt of the auditor's report, or 13 months after the end of the subgrantee's fiscal year. For fiscal years beginning after June 30, 1998, the reporting packages and data collection forms are to be submitted within the earlier of 30 days after the receipt of the auditor's report, or nine months after the end of the subgrantee's fiscal year. For audits conducted only under Section 216.349, Florida Statutes, the report is to be submitted within the earlier of 30 days after the receipt of the auditor's report, or 12 months after the end of the subgrantee's fiscal year. The date the audit report was delivered to the subgrantee must be indicated by the subgrantee in correspondence accompanying the audit report, or reporting package, and data collection form. The subgrantee shall follow up and take corrective action on audit findings. OMB CircularA-133 further requires the preparation of a summary schedule of prior audit findings and a corrective action plan for current year audit findings. The subgrantee shall also submit required audit documentation as follows: A reporting package and a data collection form for all audits conducted in accordance with OMB Circular A-133 shall be sent to: Federal Audit Clearinghouse, Bureau of the Census, 1201 East 10th Street, Jefferson, IN 47132. Reports of Audits conducted in accordance with Section 216.349, F.S., and Chapter 10.600, Rules of the Auditor General shall be sent to: State of Florida Auditor General, P.O. Box 1735, Tallahassee, FL 32301- 1735. Failure to furnish an acceptable audit as determined by the State or cognizant Federal audit agency may be a basis for denial or refund, or both, of Federal funds. Federal funds determined by the Department to be misspent must be refunded to the Department, regardless of disclosure in the audit report. 12 NWNENNNNI. FORM 500-065.01 15. Procedures for Reimbursement. bequests for reimbursement of subgra„moosts must be submitted on forms provided by the Department (Department Form Numbers 500-065-04 through 07). Appropriate documentation supportive of the reported costs must accompany each claim. Requests should be submitted on a regular basis as costs are incurred and payment is made. All requests for reimbursement for Operating Capital Outlay items having a unit cost of $5,000 or more and a useful life of one year or more must be accompanied by a Non -Expendable Property Accountability Record (Department Form No. 500-065-09). Payment of the Operating Capital Outlay costs will not be made before receipt of this form. A final financial request for reimbursement must be submitted to the State Safety Office within 30 days after the end of the subgrant period. Such request must be distinctly identified as Final. Failure to comply will be grounds for forfeiture of reimbursement. 16. Retention of Records. All records and financial documents must be maintained for a minimum period of three years from the date of the final financial statement and be available for audit and public disclosure upon request of duly authorized persons. Records related to unresolved audit findings, appeals, or litigation shall be retained until the action is completed or the dispute is resolved. Records also must be maintained and accessible in accordance with Section 18.42 of 49 CFR 18 or Section 19.53 of 49 CFR 19. 17. Ownership of Data and Creative Material. The ownership of material, discoveries, inventions and results developed, produced, or discovered by the agreement are governed by the terms of Section 18.34 of 49 CFR 18, Section 19.36 of 49 CFR 19, or OMB Circular A-110, Attachment N, Paragraph 8, 18. Property Accountability. The subgrantee shall establish and administer a system to control, protect, preserve, use, and maintain and dispose of any property furnished by the Department, or purchased pursuant to this agreement in accordance with Federal Property Management Standards as set forth in Section 18.32 of 49 CFR 18, Section 19.34 of 49 CFR 19, or OMB Circular A-110, Attachment N. This obligation continues as long as the property is retained by the subgrantee, notwithstanding the expiration of this agreement. 19. Disputes. Any dispute, disagreement, or question of fact arising under the agreement shall be decided by the State Safety Office in writing and shall be distributed to parties concerned. A written appeal may be made within 30 calendar days to the Govemor's Highway Safety Representative at the Florida Department of Transportation, 605 Suwannee Street, MS 57, Tallahassee, Florida 32399-0450, whose decision is final. The subgrantee shall proceed diligently with the performance of the agreement and in accordance with Department's decision. 20. Conferences, Inspection of Work. Conferences may be held at the request of any party to this agreement. Representatives of the Department or the U.S. Department of Transportation (USDOT), or both, shall be privileged to visit the site for the purpose of inspection and assessment of work being performed at any time. 21. Publication and Printing of Observational Surveys and Other Reports. (a) Before publication or printing, the final draft of any report or reports required under the agreement or pertaining to the agreement shall be submitted to the State Safety Office for review and concurrence. (b) Each publication or other printed report covered by Paragraph 21.a. above must include the following statement on the cover page: 13 FORM 5rc 5m aAFE (1) This report was prepare r the State Safety Office, Departmenf�,0Transportation, State of Florida in cooperation wifii the National Highway Traffic Safety AdMinistration, U.S. Department of Transportation and/or Federal Highway Administration, U.S. Department of Transportation. (2) The conclusions and opinions expressed in these reports are those of the subgrantee and do not necessarily represent those of the State of Florida, Department of Transportation, State Safety Office, the U.S. Department of Transportation or any other agency of the State or Federal Government. 22. Equal Employment Opportunity. No person shall, on the grounds of race, color, religion, sex, handicap, or national origin, be excluded from participation in, be refused the benefits of, or be otherwise subjected to discrimination under this subgrant, or any project, program, or activity that receives or benefits from this subgrant award. The subgrantee agrees to comply with E.O. 11246, as amended by E.O. 11375, and as supplemented by 41 CFR part 60. 23. Responsibility for Claims and Liability. Subject to the limitations of Section 768.28, Florida Statutes, the subgrantee shall be required to defend, hold harmless and indemnify the Department, NHTSA, FHWA, and USDOT, from all claims and liability, or both, due to the negligent acts of subgrantee, and its contractor, consultant, agents and employees. The subgrantee shall be liable for any loss of, or injury to, any material developed or serviced under this subgrant agreement which is caused by the subgrantee's failure to exercise such care in regard to said material as a reasonable careful owner of similar materials would exercise. 24. Disadvantaged Business Enterprises (DBE). (a) The subgrantee agrees to the following assurance: The subgrantee shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any USDOT-assisted contract or in the administration of its DBE program or the requirements of 49 CFR part 26. The subgrantee shall take all necessary and reasonable steps under 49 CFR part 26 to ensure nondiscrimination in the award and administration of USDOT- assisted contracts. The subgrantee's DBE program, as required by 49 CFR part 26 and as approved by USDOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification to the subgrantee of its failure to carry out its approved program, the USDOT may impose sanctions as provided for under part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801 et seq.). (b) The subgrantee agrees to include the following assurance in each contract the subgrantee signs with a consultant or contractor and to require its consultant or contractor to include this assurance in all subcontract agreements: The subgrantee's consultant or contractor and subconsultant or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The consultant or contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of USDOT-assisted contracts. Failure by the consultant or contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the subgrantee or the Department deems appropriate. 25. Restrictions on Lobbying. The subgrantee agrees to comply and require it's consultants and contractors to comply with 49 CFR part 20, New Restrictions on Lobbying, for filing of certification and disclosure forms. 14 FORM 500.o55.01 No funds granted hereunder shall b)§ I ed for the purpose of lobbying the le occ-"i or state agencies. Section 216.347, Florida Statutes. 9s►iture, the judicial branch, 26. How Agreement is Affected by Provisions Being Held Invalid. If any provision of this agreement is held invalid, the remainder of this agreement shall not be affected. In such an instance the remainder would then continue to conform to the terms and requirements of applicable law. 27. Federal Requirement for Public Service Announcements. All public service announcements produced with Federal Highway Safety funds must be closed captioned for the hearing impaired. 28. Public Awareness Materials and Promotional Items. Before printing public awareness materials or ordering promotional items, a final draft or drawing of the items shall be submitted to the State Safety Office for review and written approval for reimbursement. The name of the subgrantee and its logo can be used on printed materials and promotional items. The names of individuals connected with the subgrantee shall not appear on printed materials and promotional items paid for with Federal highway safety funds. 29. Term of Agreement. All subgrant agreements shall begin on the date of the last party to sign and shall end on September 30, following, unless so stipulated by the State Safety Office. 30. Clean Air Act and Federal Water Pollution Control Act. For subgrant awards in excess of $Ioo,000 the subgrantee agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et sef.) and the Federal Water Pollution Control Act (33 U.S.C. 1251 et sef.). The subgrantee shall include this provision in all subcontract awards in excess of $10o,000. 31. Personnel. The head of any subgrantee receiving first year funding for a new position(s) through this agreement shall provide written notification to the State Safety Office that a new position(s) has been created in the agency as a result of the subgrant being awarded within 30 days of the agreement being awarded. Any and all employees of the subgrantee whose positions are funded, in whole or in part through this agreement, shall be the employee of the subgrantee or implementing agency only, and any and all claims that may arise from said employment relationship shall be the sole obligation and responsibility of the subgrantee. 32. Repossession of Equipment. Ownership of all equipment purchased with Federal highway safety funds rests with the subgrantee; however, the USDOT maintains an interest in the equipment for three fiscal years following the end of the subgrant period. The State Safety Office, on behalf of the USDOT, may repossess any equipment purchased with Federal highway safety funds that is not being used by the subgrantee for the purposes described in the subgrant agreement. Items that are repossessed will be disbursed to agencies that agree to use the equipment for the intended activity. 33. Replacement or Repair of Equipment. The subgrantee is responsible for replacing or repairing any equipment purchased with Federal highway safety funds that is damaged, stolen, or lost, or that wears out as a result of use. Federal regulations prohibit funding equipment replacement. 14. Ineligibility for Future Funding. The subgrantee may be ruled ineligible for future funding for any of the following reasons: (a) Failure to provide the required audits, (b) Failure to continue funding positions created with highway safety funds after the Federal funding cycle ends, 15 FORM (c) Failure to provide required qu` erly and final reports in the required tin.s4rame, (d) Failure to perform work described in Part II of the subgrant agreement, (a) Providing fraudulent quarterly reports or reimbursement requests, (f) Misuse of equipment purchased with Federal highway safety funds. 35. Special Conditions. (a) All subgrantee agencies must have a written safety belt policy which is enforced for all employees of the agency. A copy of the policy must be attached to the subgrant application. (b) Any law enforcement agency receiving highway safety funds must have a standard operating procedure (SOP) regarding enforcement of safety belt and child safety seat laws. A copy of the SOP must be attached to the subgrant application, and safety belt and child seat citation totals must be reported on the Quarterly Progress Report of Performance Indicators. (c) The head of any agency purchasing equipment costing more than $500 per item must send a letter to the Safety Office upon award of the subgrant certifying that none of the items being purchased with Federal highway safety funds is replacing previously purchased equipment, whether the equipment was purchased with Federal, State or local funds. (d) Recipients of Federal and State funds are to have audits done annually using the following criteria. Federal awards are to be identified using the Catalog of Federal Domestic Assistance (CFDA) title and number, award number and year, and name of the awarding Federal agency. State awards will be identified using the Catalog of State Financial Assistance (CSFA) title and number, award number and year, and name of the awarding State agency. In the event that a recipient expends $300,000 or more in Federal awards in its fiscal year, the recipient must have a single or program specific audit conducted in accordance with the United States Office of Management and Budget (OMB) CircularA-133. If a recipient expends less than $300,000 in Federal awards during its fiscal year, an audit conducted in accordance with the OMB CircularA-133 is not required. If a recipient expends less than $300,000 in Federal awards during its fiscal year and elects to have an audit conducted in accordance with the OMB CircularA-133, the cost of the audit must be paid from non -Federal funds. In the event that a recipient expends $300,000 or more in State award funds during its fiscal year, the recipient must have a State single or program specific audit conducted in accordance with Section 215.97, Florida Statutes, and Chapter 10.600, Rules of the Auditor General. If a recipient expends less than $300,000 in State awards during its fiscal year, an audit conducted in accordance with Section 215.97, Florida Statutes, and Chapter 10.600, Rules of the Auditor General is not required. If a recipient expends less than $300,000 in State awards during its fiscal year and elects to have an audit conducted in accordance with Section 215.97, Florida Statutes, and Chapter 10.600, Rules of the Auditor General, the cost of the audit must be paid from non -State funds. 16 FORM OGC . QE Reporting Packages and mariedement letters generated from audits ceartllucted in accordance with OMB CircularA-133 and Financial Reporting Packages generated in accordance with Section 215.97, Florida Statutes, and Chapter 10.600, Rules of the Auditor General shall be submitted to the State Safety Office, by the recipient, within 30 days of receiving it. The aforementioned items are to be received by the State Safety Office no later than 9 months after the end of the recipient's fiscal year. The recipient shall follow up and take corrective actions on audit findings. Preparation of a summary schedule of prior year audit findings, including corrective action and current status of the audit finding is required. Current year audit findings require corrective action and status of finding. Project records shall be retained and available for at least 3 years from the date the audit report is issued. Records related to unresolved audit findings, appeals, or litigation shall be retained until the action is completed or the dispute is resolved. Access to project records and audit workpapers shall be given to FDOT, the Comptroller, and the Office of the Auditor General. The recipient shall submit required audit documentation as follows: A Reporting Package and Data Collection Form for each audit conducted in accordance with OMB CircularA-133 shall be sent to: Federal Audit Clearinghouse Bureau of the Census 1201 East 10" Street Jefferson, IN 47132 A Financial Reporting Package of audits conducted in accordance with Section 215.97, Florida Statutes, and Chapter 10.600, Rules of the Auditor General shall be sent to: State of Florida Auditor General Attn: Ted J. Sauerbeck Room 574, Claude Pepper Building 111 West Madison Street Tallahassee, FL 32302-1450 (e) Financial reimbursement forms must be submitted to the State Safety Office at least once each quarter as costs are incurred and payment is made. The only exception is when no costs are incurred during a quarter. Failure to submit reimbursement requests in a timely manner may result in the subgrant being terminated. (f) Agencies that host sobriety checkpoints, shall attach a copy of each After Action Report to the appropriate quarterly report form. 17 PROJECT J8-01iwle-11-01 FORM 500-085.01 SAFETY IN WITNESS WHEREOF, the parties affirm that they have each read and agree to the conditions set forth in Part V of this Agreement, that each have read and understand the Agreement in its entirety. Now, therefore, in consideration of the mutual covenants, promises and representations herein have executed this Agreement by their undersigned officials on the day, month, and year set out below. (For D.O. T. Use Only) STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION SUBGRANTEE St. ucie County ream or Applicant Agency Typed By: By: Si ature of Authorized Representative Title: State Safety Engineer Douglas Anderson Authorized Representative's Name Typed Date:_//�3�Qd Title: County Administrator i'� pp AS�i''?QVL9 Yli. 1 v Attest: L C,, Date: Oc-ybe✓ 1D a 00� �Ut MY A Attest: r^ Signa ure of Witness �— FEDERAL FUNDS ALLOCATED ADMINISTRATOR OF IMPLEMENTING AGENCY $76,060.00 1 . Signature of Admin' trator Reviewed for the Department of Transportation: Robert C. Knowles 8Y: Administrator's Name Typed Attt ey ,�ffiOT Date: I Title: Sheriff NOTE: No whiteout or erasures accepted on this signature page. RECYCLED PAPER v 1"0 DATE MANUAL SECTION NUMBER PAGE# 02/21/96 PROCEDURE POLICY STATEMENTS 306.00 1 OF 1 CALEA: 12.1.2 AMENDS CFA: 1.03 PS 306.00 FCAC: DATED 06/01/94 ATTACHMENT: SUBJECT: PRECEDENCE OF COMMAND PURPOSE: The purpose of this policy statement is to establish the succession of command authority in the absence of the Sheriff. SCOPE: This policy will apply to all Sheriffs Office personnel. DISCUSSION: A system of succession should be established to ensure that leadership is available when the Sheriff is incapacitated, off duty, out of town or otherwise unable to act. IV. POLICY: In the absence of the Sheriff, the responsibility and command authority, will be assumed in the following order. A. Undersheriff. B. Director of Law Enforcement. C. Director of Administration D. Director of Detention. Drafted by: Ijc #148 Revised Date: 02/21/96 Sheriff Robert C. Knowles VZ 86ed !Rd9g:z 00-V-aa0 `•ZLBE Z9v l99 `•NOISIAIO 10diVd W80dINn OS1S :A9 luas 14r .r+ DATE I MANUAL I SECTION NUMBER PAGE # 11/24/99 1 PROCEDURE I STANDARD OPERATING 511.00 1 OF 10 CALEA: 41.3.1, 41.3.4, 61.1.1, 61.1.7, 61.1.8, 82.3.3 AMENDS SOP 511.00 CFA: CHAPTER 22 DATED 02/26/99 FCAC: ATTACHMENT: SUBJECT: OPERATION OF SHERIFF'S OFFICE VEHICLES I. PURPOSE: The purpose of this Standard Operating Procedure is to establish guidelines for the proper use of Sheriffs Office vehicles. II. SCOPE: This procedure applies to all Sheriffs Office personnel who are assigned or operate Sheriffs Office vehicles. III. DISCUSSION: The routine and emergency operation of Sheriffs Office vehicles, which are highly visible elements of the Office, is always under close scrutiny by the public. It is important that personnel operate their vehicles in a prudent manner to keep from discrediting themselves or the Sheriffs Office. IV. DEFINITIONS: A. Sheriffs Office vehicles -Any vehicle owned or leased by the Sheriffs Office. B. Emergency Vehicle Operation - Operation of a Sheriffs Office vehicle in response to calls for service characterized by a need for immediate response to alleviate an impending threat to the safety of persons or property. C. Authorized Persons - Sheriffs Office personnel to whom a Sheriffs Office vehicle is permanently or temporarily assigned, fleet maintenance personnel and personnel of automotive repair agencies for purposes of vehicle maintenance, and those persons who from time to time are authorized operating privileges by appropriate authority. ru OFFICE OF THE SHERIFF #511.00 ST. LUCIE COUNTY, FLORIDA 2 OF 10 V. PROCEDURE: A. Routine Vehicle Operation - Under normal, non -emergency operating conditions, and while responding to routine calls for service, operators of Sheriffs Office vehicles will strictly adhere to all traffic laws, and will drive defensively in a safe and courteous manner. Operators of Sheriffs Office vehicles will exercise a greater than ordinary degree of care while backing. Seat belts will be worn according to Florida law (FSS 316.614) however, they will not be required during building checks or other law enforcement duties of a repetitive nature. 1. Only authorized personnel will be permitted to operate Sheriffs Office vehicles. 2. Sheriffs Office personnel will operate Sheriffs Office vehicles only when properly licensed to do so by the State of Florida Department of Highway Safety and Motor Vehicles. 3. Operators of Sheriffs Office vehicles will be responsible for proper use and care of the vehicle, and all accessories, equipment, and tools assigned to the vehicle. B. Requests for Sheriffs Office Vehicles to Stop - Sheriffs Office personnel when requested to stop by other law enforcement personnel will: 1. Immediately stop, clearly identify self and activity, unless such declaration would nullify or hinder a criminal investigation. 2. If the operator of a Sheriffs Office vehicle continues to be detained by another law enforcement officer, advise the radio dispatcher of the circumstances and request that a supervisor report to the site of the detention. Submit a report of the incident to the operator's division commander through the chain of command. 3. In cases of an emergency assignment, the deputy will have 911 dispatch and advise the appropriate law enforcement agency. OFFICE OF THE SHERIFF #511.00 ST. LUCIE COUNTY, FLORIDA 3 OF 10 C. Emergency Vehicle Operation - Sheriffs Office personnel may engage in emergency vehicle operations in accordance with Florida law (FSS 316.072(5) when responding to an emergency. The decision to respond "code" is within the deputy's discretion, but emergency operation may be initiated only after careful consideration produces the reasonable belief that expedited response is necessary. The provisions of this procedure and Florida law do not relieve the operator of a Sheriffs Office vehicle from the duty to drive with due regard for the safety of all persons, nor will such provisions protect the operator of a Sheriffs vehicle from the consequences of careless disregard for the safety of others. Each vehicle, marked or unmarked, assigned to patrol and/or traffic patrol will be equipped with warning devices, at a minimum, to include blue or blue and red lights and a siren. 1. Sheriffs Office vehicles engaged in emergency operations will make full and continuous use of all available audio and visual warning devices to warn vehicular and pedestrian traffic along the emergency route. Head lamps, spotlight, hazard warning lights, and public address system may be used as additional safety measures during emergency operations. 2. When engaged in emergency operations, the operator of a Sheriffs Office vehicle will exercise extreme care. Wearing of seat belts is mandatory for the driver and occupants of Sheriffs Office vehicles. 3. In accordance with Florida law, Sheriffs Office vehicles engaged in emergency operations may: a. Exceed the speed limit so long as life or property are not endangered. Speed will be limited by road, weather and traffic conditions and by exercising good judgment. b. Proceed past a stop signal or stop sign, but only after slowing or stopping as necessary. Likewise, when approaching a controlled intersection (traffic light, etc.) the operator will insure that all drivers have yielded to the emergency vehicle before proceeding against the traffic control device or normal flow of traffic. C. Disregard regulations governing direction of movement or turning in specified direction, so long as life or property are not endangered. ../ OFFICE OF THE SHERIFF #511.00 ST. LUCIE COUNTY, FLORIDA 4 OF 10 d. Disregard regulations governing parking laws under normal circumstances, except that a Sheriffs Office vehicle will not block access to a fire hydrant at a fire scene, or in any way obstruct the passage of fire apparatus. 4. Sheriffs Office vehicles will not be parked in roadways or traffic lanes exceptwhen necessary to protect accident scenes or injured persons: a. Use of Sheriffs Office vehicles to protect accident scenes or injured persons will be signaled by the activation of emergency overhead lights, hazard warning lights, flares or similar illuminating devices. b. When use of Sheriffs Office vehicles for protection of accident scenes or injured persons is required for a prolonged period of time, flares, or similar illuminating devices may be placed in the roadway when necessary between the vehicle and approaching traffic. C. Sheriffs Office vehicles will be removed from the roadway as soon as practical after placement of flares. d. Flares will be removed from the roadway to a safe location prior to the deputies departure from the accident scene. D. Vehicle Stops - The following guidelines will be used by Sheriffs Office personnel to effect both traffic stops, and felony stops. These procedures are based on ideal conditions, and may be modified depending upon a variety of factors such as nature of the crime, number of suspects, location of the stop and the number of back up units available. 1. Traffic stops a. Location: Whenever possible, the deputy will choose a place to initiate the stop, which allows the deputy and the subject vehicle to pull off the roadway to a place of Safety. b. Radio Communications: Prior to initiating the vehicle stop, the deputy will advise communications of the exact location of the stop, the license number of the vehicle, vehicle description, number, and brief description of the occupants. N4.. .r OFFICE OF THE SHERIFF #511.00 ST. LUCIE COUNTY, FLORIDA 5 OF 10 C. Initiating the stop: When initiating a traffic stop the deputy will make appropriate use of visual and audible warning devices to direct the subject vehicle to the intended stopping place. d. Positioning of the vehicle: Whenever possible, the patrol unit will be stopped approximately eight (8) to ten (10) feet behind the subject vehicle, and offset to the left approximately two (2) feet. e. Approaching the vehicle: The deputy will approach the vehicle in a cautious manner, being constantly aware of the trunk, back seat, and actions of the driver and any passengers. f. Contact with the driver: The deputy will exhibit a professional and courteous demeanor when dealing with the driver and any passengers. After obtaining the driver's license or other identification, the deputy will explain the reason for the stop to the driver. It is a matter of discretion whether the driver should be requested to exit the vehicle. However, if the driver is removed from the vehicle, he/she will be directed to a place of safety off the roadway and not permitted to stand between the patrol vehicle and stopped vehicle, in front of or behind the stopped vehicle. g. Concluding the stop: Whenever possible, the deputy will remain at the scene until the violator leaves. h. Upon resuming normal patrol all emergency lights and devices will be turned off. 2. Felony stops a. Generally no deputy will attempt a felony traffic stop unassisted. b. The deputy initiating the stop will request any additional units necessary for safety. C. Back up units will position themselves as directed by the deputy initiating the stop, always being aware of the requirements of deputy safety. d. A deputy initiating a felony vehicle stop will generally be governed by the same guidelines applicable to traffic stops. ,,. .rr OFFICE OF THE SHERIFF #511.00 ST. LUCIE COUNTY, FLORIDA 6 OF 10 e. When back-up units are present, select a suitable location for the stop (preferably a well lighted and open area away from crowds). f. Upon activating the blue light and siren, the deputy will remain alert for sudden bursts of speed from the suspect vehicle, sudden stops and/or occupants suddenly exiting the vehicle. g. The deputy may exit the vehicle with gun drawn, using the left front fender and door as a shield. Instructions to the driver and occupants will be given using the Public Address system. h. The deputy initiating the stop will be responsible for issuing commands to the occupants of the suspect vehicle. The deputy issuing orders will: 1. Order the driver to shut the motor off and throw the keys into the street. 2. After the keys have been thrown out, the deputy will then order the occupants to either put their hands on their head, or put their open hands out the window(s). When the back up officers are properly positioned, the deputy issuing orders will: 1. Direct the occupants out of the vehicle, one at a time, preferably from the right side. 2. Position subjects on the ground, off the roadway if possible, so they can not make contact with each other. Suspects should be face down, with arms outstretched and palms up. 3. The first deputy to approach the suspect vehicle should check the trunk and interior at gunpoint to make sure no one is hiding inside. 4. When handcuffing the suspects, the deputy should not get into the line of fire of his back up officers. 5. After each suspect has been handcuffed on the ground, he should be frisked for weapons before being moved. ,%W ..i OFFICE OF THE SHERIFF #611.00 ST. LUCIE COUNTY, FLORIDA 7 OF 10 6. Each suspect should be thoroughly searched prior to being placed in a transportation vehicle. E. Emergency Escort of Civilian Vehicles - Emergency escort of civilian vehicles is prohibited. Should a civilian request a medical emergency escort, the deputy will summon an ambulance for treatment and/or transporting of the injured or ill person. F. Emergency Medical Transportation - In an extreme medical emergency, it may become necessary for a deputy to transport the injured or ill person to a treatment facility in a Sheriffs Office vehicle. Such transports will be made only upon prior approval of a supervisor. G. Transportation of persons other than Sheriffs Office personnel or authorized observers. 1. Sheriffs deputies are authorized to transport prisoners, victims, witnesses, and aided citizens while in the performance of official d uties. 2. In each instance involving the transport of a prisoner, victim, witness, or aided citizen in a Sheriffs vehicle, the vehicle operator will contact dispatch and advise: a. Race, sex, and whether the person is adult or juvenile; b. Location and odometer mileage at the start of transport; C. Intended destination; and d. Odometer mileage and actual location at the end of transport H. Law Enforcement Escorts: 1. Certain escorts will be permitted when authorized by the Shift Supervisor or above. These escorts may include but not be limited to: a. Funerals, oversize vehicles, hazardous cargo carriers, banks, parades, public officials and dignitaries, and other law enforcement related vehicles and/or carriers. b. Certain escorts will necessitate coordination with other local, state, federal and private agencies and will, whenever possible, be planned in advance to ensure security and minimum disruption of traffic flow. n .O OFFICE OF THE SHERIFF #511.00 ST. LUCIE COUNTY, FLORIDA 8 OF 10 C. Escorts involving F.B.I., Secret Service, F.D.L.E., etc., may require strict security and may involve participation by more than one unit of the Sheriffs Office. (i.e., Aviation, Marine, Criminal Investigations, etc.) These escorts will be coordinated by the Director of Law Enforcement. d. Escorts within the county may be provided for dangerous or high escape risk prisoners upon request by proper authority and only after proper approval. e. Escorts can be of an on duty or off duty nature and will always be conducted with due regard for the public and applicable traffic laws. VI. INDIVIDUALIZED VEHICLE PROGRAM A. Participation in this program is voluntary, a privilege and not a right, and is contingent upon seniority, efficiency, job performance merit and assignment. B. Pursuant to this procedure, all personnel participating in the Individualized Vehicle Program who are involved in motor vehicle accidents, personal injury incidents, or damage to property actions, will have the matter referred to their Division Commander for review. C. Marked and unmarked vehicles are assigned to authorized personnel for use both on and off -duty. Personnel assigned full-time use of a department vehicle are permitted to utilize it during regular off -duty hours, pursuant to this procedure, but not for recreational purposes or for any other use which may cause public criticism of the agency or this policy. Common sense and discretion are to be applied at all times with this policy and its procedure. D. When utilizing the assigned department vehicle during off -duty hours, the following policies will apply: 1. Radio contact with 911 must be maintained at all times to ensure availability for response to emergencies. No deputy will operate his assigned motor vehicle without the knowledge of communications. This will be accomplished by the use of the designated 10-signal (10- 118). L OFFICE OF THE SHERIFF #511.00 ST. LUCIE COUNTY, FLORIDA 9 OF 10 2. Personnel operating a department vehicle during off -duty hours are permitted, when necessary, to convey civilian passengers; however, only Sheriffs Office personnel are authorized to operate the vehicle. During off -duty hours, personnel will not transport family members or civilian passengers in the secure area (cage) of a department vehicle. The personnel operating the vehicle will be responsible for the actions, conduct, appearance, and safety of all passengers. Personnel will not transport children who are required, by F.S.S. 316.613, to be in child restraint, device other than the standard seat belt issued with the vehicle, except in cases of an emergency or a as authorized by the supervisor. 3. Operators will ensure they are properly attired while operating their assigned vehicles off duty. Operators will wear shirts with collars, long pants, and shoes. Tee shirts, shorts, sandals or flip flops are prohibited. Operators will also have their official identification, a loaded firearm, handcuffs, and a hand held or two way radio and/or cellular phone. a. Clothing restrictions do not apply for special events as authorized by the Sheriff. b. Civilian employees will be prohibited from carrying firearms. 4. Department owned or leased vehicles are to be taken out of the county on official business only. Personnel assigned take home vehicles who reside outside of the county may take vehicles home only if their place of residence is within ten (10) miles of the St. Lucie County line. Off duty use of Sheriffs Office vehicles outside St. Lucie County is prohibited. 5. All other out of county use of department owned or leased vehicles will be authorized and approved by the respective Division Commander. 6. No more than two (2) marked vehicles may be parked at any one location by off -duty personnel, except when conducting official business. This does not preclude several personnel residing in the same neighborhood, or apartment project, from parking at their respective residences, shopping at the same shopping center, or attending department functions, etc. Personnel will not park their assigned vehicles in reserved public, private or handicap parking areas. 7. Off -duty personnel will keep their vehicles locked when unattended. �%W *00 OFFICE OF THE SHERIFF #511.00 ST. LUCIE COUNTY, FLORIDA 10 OF 10 8. Personnel will not leave weapons in their assigned vehicles while they are being serviced or repaired, unless they directly oversee such servicing or repair. 9. Assigned vehicles will not be utilized by off -duty personnel or passengers who intend to consume or who have consumed beverages. In addition, personnel in the program operating marked vehicles are prohibited from patronizing drive-in theaters, package stores, or any other establishment which may result in public criticism. 10. During any period of annual leave, personnel assigned a Sheriffs Office vehicle will store it at a place designated by their Division Commander. 11. Department vehicles will not be utilized for transporting heavy or excessive loads, and no objects may protrude from the trunk or windows. Transporting lawn mowers, lumber, and other articles which may damage the vehicle or create an appearance and/or actuality that the vehicle is not capable of an emergency response is prohibited. Trailer hitches may only be installed by the Fleet Maintenance Section and will only be used to transport Sheriffs Office equipment, such as the Marine Section's boat trailer. 12. Deputies have the duty and responsibility to report any improper conduct on the part of any other personnel operating an assigned vehicle contrary to these regulations. A full report of the incident must be prepared by the deputy observing the improper conduct. The complete report will be submitted to the observed employee's Division Commander. 13. Personnel on sick or limited duty status will not participate in the Individualized Vehicle Program unless authorized by their Division Commander. 14. Personnel whose driving privileges have been suspended or revoked, or those under disciplinary suspension, will not participate in the Individualized Vehicle Program. Drafted by: tjm#714 Revised date: 11/14/99 "( (aa WI V Sheriff Robert C. Knowles rn DATE MANUAL SECTION NUMBER PAGE# 08/17/00 ENFORCEMENT STANDARD OPERATING 601.07 1OF 12 CALEA: 1.2.7, 41.3.2, CHAPTER 61 AMENDS SOP 503.02 CFA: 22.01, 22.02, 22.03, 22.06 DATED 02/13/98 FCAC: ATTACHMENT: SUBJECT: TRAFFIC LAW ENFORCEMENT I. PURPOSE: The purpose of this standard operating procedure is to establish guidelines for assigning responsibilities of traffic law enforcement activities of the Sheriffs Office. it. SCOPE: This procedure applies to all Sheriffs Office personnel authorized to enforce traffic statutes. III. DISCUSSION: The activities detailed below are directed towards controlling violations of traffic law through preventive patrol and active enforcement. It is not the intention of the Sheriffs Office to place an emphasis on the quantity of traffic citations, but rather the quality of these citations. These procedures will also govern the relationships of the Sheriffs Office with motorists, pedestrians, prosecutors, and the courts. IV. PROCEDURES: A. Traffic Law Violations: 1. Traffic citations will be issued based on probable cause which satisfies the elements of the specific violation being charged. Discretion will be used by officers enforcing hazardous and non -hazardous violations. a. Hazardous violations are violations which expose a person or property to risk, loss or damage (e.g., running a red light/stop sign, reckless driving, seatbelt violation, child restraint violation). F—P: OFFICE OF THE SHERIFF #601.07 ST. LUCIE COUNTY, FLORIDA 2 OF 12 b. Non -hazardous violations are violations which are not likely to involve or expose persons or property to risk, loss or damage. 2. Multiple Violations: Deputies will exercise discretion when dealing with multiple violations. Consideration should be given to issuing traffic citations for charges whose elements encompass multiple lesser violations. Deputies will bear in mind that the main objective of the Sheriffs Office is to prevent accidents and not to over enforce the laws. 3. Equipment violations: Deputies will consider issuing written warnings, depending on the severity of the violation, in lieu of traffic citations. 4. Deputies will be notified of newly enacted laws or regulations, via Legal Bulletins, and through roll call training. 5. Public Carrier/Commercial Vehicles: a. Must comply with all applicable laws, rules and regulations. b. School buses must comply with Florida law. C. Public Carrier/Commercial vehicles will comply with all traffic laws, and will be issued citations or warnings, as necessary. 6. Directed patrol assignments will be made in designated problem areas to enforce traffic laws, including but not limited to the following: a. DUI detection and apprehension b. Bicycle law enforcement C. Pedestrian law enforcement d. Off -road vehicle enforcement e. Speed violation detection and apprehension I". J OFFICE OF THE SHERIFF #601.07 ST. LUCIE COUNTY, FLORIDA 3 OF 12 f. General traffic law enforcement 1. A selective traffic enforcement assignments file will be maintained by the Traffic Section Supervisor. * 2. An after action report, directed to the Traffic Supervisor, will be prepared by those deputies involved in selective traffic enforcement (fcn # 396). 7. Speed Violations - Radar Detection a. Deputies using radar must be certified as radar operators by the Florida Criminal Justice Standards and Training Commission. b. Deputies not certified in radar operation may support certified operators. Support deputies will issue the citation to the violators and list the deputy who operated the radar as a witness. * 8. Speed Violations - Lidar (Laser) Speed Detection * a. Deputies using radar must be certified as lidar operators by the Florida Criminal Justice Standards and Training Commission. * b. Deputies not certified in lidar operation may support certified operators. Support deputies will issue the citation to the violators and list the deputy who operated the radar as a witness. 9. Speed Violations - Pace Detection a. Deputies using speedometers to establish probable cause to issue speed violation citations must pace the violator for an adequate distance to insure an accurate reading prior to making a traffic stop. b. Deputies will have the speedometers of their assigned vehicles calibrated every six (6) months and a copy of the calibration certificate will be maintained in the vehicle. A copy will also be maintained by the Traffic Supervisor. This certificate must be available for presentation in court. c. Deputies certified to operate radar will have their vehicle's speedometer calibrated in accordance with this procedure. u VAO OFFICE OF THE SHERIFF #601.07 ST. LUCIE COUNTY, FLORIDA 4 OF 12 9. At the discretion of the Traffic Supervisor, unmarked or unconventional vehicles may be utilized in selective patrol assignments, and whether the assigned deputies will use covert or overt stationary observation techniques. 10. If unmarked vehicles are used for selective traffic enforcement, they must be equipped with installed emergency lighting and siren. If the use of an unconventional vehicle is authorized by the Traffic Supervisor it may not be utilized for traffic stops. This does not preclude those deputies normally assigned unmarked vehicles from making vehicle stops should the need arise. 11. The Sheriffs Office encourages the officer to use good judgment in unusual circumstances to decide what enforcement action is proper. This should include giving consideration for newly enacted rules and regulations of which the citizen may be unaware. The deputy will use a combination of discretion, training, experience, and common sense when making a decision. B. Relations with Traffic Violators: While conducting a traffic stop, the deputy will govern himself/herself as follows: 1. Present a professional image. 2. Have certainty of observation of the alleged violation. 3. Greet violators with appropriate title and in a courteous manner. 4. Discuss the violation and required actions to follow. 5. Complete the required forms. 6. Assist the violator to re-enter the traffic flow safely. C. Traffic Citations Procedure: 1. Once the citation is completed, the issuing deputy will explain the violation, the traffic citation, and the procedure for complying with the traffic citation, (as specified on the back of the violator's copy), to the violator. The violator will be requested to sign the traffic citation. After signing, the violator will be given the yellow copy of the traffic citation. Now .0 OFFICE OF THE SHERIFF #601.07 ST. LUCIE COUNTY, FLORIDA 5 OF 12 2. Process for releasing violators: FSS 318.18 prescribes the manner by which persons who commit a traffic infraction are to be cited. The law provides that any person cited may: a. Pay a civil penalty. b. Elect to receive a court hearing by contacting the Clerk of the Court at the address listed on the traffic citation. C. Elect to attend and complete a Driver Improvement Course, by contacting the Clerk of the Court at the address listed on the traffic citation. d. The deputy will make sure the violator is aware that his/her court information appears on the traffic citation, and whether a court appearance by the violator is mandatory. e. The deputy will point out to the violator that all of the options are written on the back of violator's copy of the traffic citation, should he/she wish to refer to them at a later time. 3. Per Florida law 318.14, any person who willfully refuses to accept and sign a traffic citation will be guilty of a misdemeanor of the second degree. a. Before a violator is charged with the criminal violation of refusing to sign a traffic citation, the deputy will advise the violator that by signing the traffic citation, he/she is not admitting guilt, only receipt of the traffic citation, and making a promise to appear in court. The deputy will also explain to the violator that if he/she refuses to sign the traffic citation, he/she will be incarcerated for refusal to sign the citation, and his release will be conditional on the posting of bond. b. When a violator refuses to sign a traffic citation, the deputy at his/her discretion may place the violator under arrest. If the violator is arrested, he/she will be hand cuffed, properly searched, and placed in the deputy's vehicle. The deputy will follow those procedures in Sheriffs Office S.O.P. 504.00, V.(B) in reference to the disposition of the violator's vehicle. OFFICE OF THE SHERIFF #601.07 ST. LUCIE COUNTY, FLORIDA 6 OF 12 4. Criteria for Physical Arrests: The following are some examples of misdemeanor traffic offenses if violated, persons may be incarcerated in the St. Lucie County Jail: a. The violator fails or refuses to sufficiently identify himself/herself to supply the required information for the completion of the traffic citation. b. The violator refuses to sign the traffic citation. C. The deputy has reason to believe that the continued liberty of the violator constitutes an unreasonable risk of bodily injury to the violator or to others, (such as DUI violation). d. It appears that the violator has previously failed to respond to a citation or summons, or has violated the conditions of any pre-trial release program. 5. Felony Traffic Offenses: a. Adults charged with felony traffic offenses will be arrested and booked into the St. Lucie County Jail. A criminal affidavit will be completed in addition to the traffic citation. b. Should a juvenile be charged with a felony traffic offense, the parents as well as the on -call counselor for Department of Health and Rehabilitative Services will be contacted, and advised of the situation. A juvenile arrest affidavit will be completed in addition to the traffic citation. C. The two (2) white copies of the traffic citation will be attached to the criminal or juvenile affidavit. * d. The blue copy of the citation(s) will be delivered to the Traffic Supervisor for review. 6. Traffic law violations by Non-residents, Legislators, Military Personnel, Foreign Diplomats/Consular Officials and Juveniles: a. Non-residents, legislators, and military personnel committing violations of Florida traffic laws will not be afforded special consideration and will be warned, cited or arrested as provided in this procedure. .r+ OFFICE OF THE SHERIFF #601.07 ST. LUCIE COUNTY, FLORIDA 7 OF 12 b. Handling of diplomatic and consular officials will be in accordance with Diplomatic Immunity. 1. Deputies will direct questions regarding diplomatic and consular immunity to their Watch Commander. 2. In the event the Watch Commander cannot resolve the problem, the appropriate diplomatic consulate will be contacted in Washington, D.C., via telephone. c. The court having jurisdiction over traffic violations will maintain original jurisdiction on the case of a minor charged with a traffic violation, however, a minor charged with a felony traffic offense will be under the jurisdiction of the Circuit Court. 7. Driving While License Suspended, Revoked or Canceled: If a deputy has reason to believe that a vehicle operators license is either suspended or revoked, the following procedure will be followed: a. The deputy will conduct a license check to determine if the license is valid or suspended, revoked or canceled. b. Should the deputy, for any reason, be unable to determine the status of the violators license, he will give the violator the benefit of the doubt that the license is valid. * C. At the discretion of the deputy, if the violator has knowledge of his/her license suspension, revocation or canceled or 911 dispatch advises that the violation has been notified by DHSMV of his/her suspension, revocation or canceled the violator may be either physically arrested or released after the issuance of a traffic summons. If the violator is physically arrested, he/she will then be transported to the county jail facility and booked according to S.O.P. 518.00. If there is not a licensed driver in the violators vehicle, the vehicle will be towed according to S.O.P. 504.00. d. For the charge of unlawful use of license, including possession of a suspended, revoked or canceled license, the appropriate Florida Statute will be cited, including the appropriate subsection which clarifies how the license was used in an unlawful manner. rn OFFICE OF THE SHERIFF #601.07 ST. LUCIE COUNTY, FLORIDA 8 OF 12 * e. The license will be impounded by the deputy and attached to the two (2) white copies of the citation. This license will be forwarded to the Clerk of the Court with the citation. f. When a traffic citation is issued for a violation which contributed to a traffic accident, a court information form containing the name of the defendant, the traffic citation number, and the names and addresses of witnesses will be attached to the citation in order that the witnesses maybe subpoenaed to court. g. Nothing in this directive will prohibit a deputy from choosing to exercise enforcement discretion or accepting a driver's explanation for a non -criminal violation. If a traffic citation is not issued then a written or verbal warning will be given. h. When a written warning is issued by a deputy, the white copy will be presented to the violator along with a verbal explanation of the violation and what measures should be taken to prevent future occurrences of the same violation. The yellow copy of the warning will be turned over the Traffic Section Supervisor for processing. 8. Driver Re-examination: a. Traffic Accident Related: If a driver's ability to operate a motor vehicle is questionable, the appropriate block on the accident report form will be checked and an explanation will be given in the report narrative. b. Non -Traffic Accident Related: When a deputy believes that a licensed operator is incompetent to drive a motor vehicle and the operator presents a danger to the public, a request for re-examination will be initiated. If the operating license was issued by the State of Florida, the request will be initiated by completing a "RE-EXAMINATION INVESTIGATION" form which will be mailed to the Florida Department of Highway Safety and Motor Vehicles, Division of Driver's License. If the operator's license was issued by another jurisdiction, the appropriate licensing agency can be contacted via teletype or by written correspondence, and notified of the request for re-examination. L7 c MICE OF THE SHERIFF `✓ #601.07 ST. LUCIE COUNTY, FLORIDA 9 OF 12 ,9. Processing Completed Traffic Citation: a. If a physical arrest is made, the two (2) white copies and the of the citation will be attached to the criminal affidavit. The yellow copy will be delivered to the violator, and the pink copy will be retained by the deputy. The blue copy will be delivered to the Traffic Unit supervisor. b. When no physical arrest is made, the deputy will present the yellow copy of the traffic citation to the violator, retain the pink copy for his records, and the remainder will be turned into the Traffic Supervisor for review, and processing. NOTE: See S.O.P. 400.02 for complete traffic citation procedures. Radar: 1. Operator Training and Certification: Deputies using traffic radar devices will complete a radar training program which has been approved by the Florida Criminal Justice Standards and Training Commission. Training guidelines are based on specifications of radar equipment maintained by the Sheriffs Office. 2. Radar units will have the calibration expiration date placed on the outside of the radar instrument. A copy of the calibration record will be stored in the Traffic Section office. The original of the calibration record will be maintained by the Traffic Supervisor. It will be the Traffic Supervisor's responsibility to check the expiration date on radar units. If calibration is expired, the radar unit will be removed from service and transported to the repair shop for calibration. 3. Radar units that are not assigned to individual deputies will be stored in a secure location. Radar units may be drawn from the storage area by deputies who are certified in radar use. Deputies who draw a radar unit will sign the unit out, and upon return sign the unit in. The sign -out, sign -in log will be maintained by the Traffic Section Supervisor. 4. It will be the responsibility of the Traffic Supervisor to examine each radar unit, to insure that components of the radar unit, including tuning forks, are present and are in good condition. If deficiencies are noted, the radar unit will be removed from service until the deficien- cies are corrected. 5. Operating Procedures: a. Hand-held Radar: Deputies will operate hand held radar as follows: bWFICE OF THE SHERIFF #601.07 ST. LUCIE COUNTY, FLORIDA 10 OF 12 1. Verify that the radar unit is turned off before connecting it to a power source. 2. Conduct light segment check. 3. Conduct internal circuit check. 4. Conduct tuning fork verification before striking the fork against a firm surface, holding the vibrating fork in the central portion of the radar beam, and verifying that the reading displayed on the radar unit is within plus or minus one (1) mile per hour of the speed stamped on the tuning fork. 5. If deficiencies are found during the aforementioned test, the radar unit will not be placed in service. A memorandum describing the nature of the malfunction, along with the radar unit, will be returned to the Traffic Supervisor. * 6. A tuning fork test will be conducted prior to and after each shift and noted on the radar log. b. Moving Radar: Deputies will operate moving radar as follows: 1. Attach antenna to the counting unit before connecting it to a power source. 2. Attach the antenna and counting unit in the desired location, insuring that the counting unit is not in the path of the radar beam. 3. Adjust the antenna to point forward. 4. Turn the unit on and conduct a light segment check (marked on counting unit). 5. Conduct an internal circuit test (refer to manual for procedures, as make and model may differ). 6. Conduct an external tuning fork test (refer to manual for procedures, as make and model may differ). 7. Conduct a patrol speed verification test by placing the radar unit in the moving mode and accelerating to a steady speed. Compare the speed displayed on the 19rFICE OF THE SHERIFF "� #601.07 ST. LUCIE COUNTY, FLORIDA 11 OF 12 counting unit with the speed on the speedometer. The two readings should correspond. 8. If the radar unit fails any of the prescribed tests, the unit will not be used, but will be returned to the Traffic Supervisor with a memorandum describing the malfunction. * E. Lidar (Laser): * 1. Operator Training and Certification: Deputies using traffic lidar devices will complete a lidar training program which has been approved by the Florida Criminal Justice Standards and Training Commission. Training guidelines are based on specifications of lidar equipment maintained by the Sheriffs Office. * 2. Lidar units will have the calibration expiration date placed on the outside of the radar instrument. A copy of the calibration record will be stored in the Traffic Unit office. The original of the calibration record will be maintained by the Traffic Supervisor. It will be the Traffic Supervisor's responsibility to check the expiration date on lidar units. If calibration is expired, the lidar unit will be removed from service and transported to the repair shop for calibration. * 3. Lidar units that are not assigned to individual deputies will be stored in the Traffic Unit office. Lidar units may be drawn from the Traffic Unit by deputies who are certified in lidar use. Deputies who draw a lidar unit will sign the unit out, and upon return sign the unit in. The sign -out, sign -in log will be maintained by the Traffic Unit Supervisor. * 4. It will be the responsibility of the Traffic Supervisor to examine each lidar unit, to insure that components of the lidar unit are present and are in good condition. If deficiencies are noted, the lidar unit will be removed from service until the deficiencies are corrected. * 5. Operating Procedures: * a. Deputies will operate hand held lidar as follows: * 1. Verify that the lidar unit is turned off before connecting it to a power source. * 2. Conduct light segment check. * 3. Conduct internal circuit check. * 4. Conduct measurement verification at 50 feet and 100 feet at the Sheriffs Office gas pump area. The verification i4'FICE OF THE SHERIFF #601.07 ST. LUCIE COUNTY, FLORIDA 12 OF 12 process will be conducted horizontal and vertical. The standard deviation shall be less than .5 ft. * 5. If deficiencies are found during the aforementioned test, the lidar unit will not be placed in service. A memorandum describing the nature of the malfunction, along with the lidar unit, will be returned to the Traffic Supervisor. * 6. A measurement verification shall be conducted prior to and after each shift and noted on the lidar log. 4 Drafted by: jdr Revised date: 08/17/00 At % OA REQUEST TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY: OMB M NO. C- ) G DATE: Jan. 16, 2001 REGULAR [ ] PUBLIC HEARING [ ] CONSENT IX PRESENTED BY: Marie M. Gouin SUBJECT: Budget Resolution 01-M for a grant from the Florida Department of Transportation (FDOT) in the amount of $291,560 for the repairs of the Indian River Drive damaged by Hurricane Floyd. BACKGROUND: On 4/4/00 St. Lucie BOCC approved a FDOT grant application to repair the damage to Indian River Drive caused by Hurricane Floyd. On 10/18/00 FDOT awarded reimbursement to St. Lucie County through Joint Participation Agreement Contract #AJ274, Project #408591/l/74/01-/04. These funds are passed through from the US Department of Transportation for Federally Classified County Roads. In December of 2000, St. Lucie County Public Works Dept. received a 100% reimbursement check in the amount of $15,000 for the emergency repairs performed by the Road & Bridge Division in the period following Hurricane Floyd. Under this JPA, St. Lucie County is also eligible to be reimbursed up to $276,560 at the rate of 80% (plus possible state funding) for future construction efforts directed towards the betterment of the road condition, as described in the USDOT/FDOT Project worksheets #0991008 and 0991009. FUNDS WILL BE AVAILABLE: 101104-1995-331232-19005 USDOT/FDOT Hurricane Floyd Reimbursement for the Indian River Road Repairs Contract. PREVIOUS ACTION: N/A RECOMMENDATION: Staff recommends that the Board of County Commissioners approve Budget Resolution # 01- 30 to appropriate and expend funds from the USDOT/FDOT Hurricane Floyd Reimbursement for the Indian River Road Repairs Contract. COMMISSION ACTION: [?l APPROVED [ j DENIED [ ] OTHER: 4-0 (Barnes Absent) 3 Anderson Administrator Coordination/Signatures %{ r1 ' County Attorney: XX Management & Budget: > C I ' G/ Purchasing: Originating Dept: Public Works: Other: Finance: (Check for Copy only, if applicable) XX GABUDGET%WPWGENDA'SWgenda01%1' 161ndRivRd_grant.wpd 140 RESOLUTION NO. 01-30 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 US Department of Transportation through Florida Department of Transportation in form of a Joint Participation Agreement for the Hurricane Floyd Damage Reimbursement for Indian River Drive in the amount of $276,560. 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 16th day of January, 2001, pursuant to Section 129.06 (d), Florida Statutes, such funds are hereby appropriated for the fiscal year 2000-01, and the County's budget is hereby amended as follows: REVENUES 101104-1995-331232-19005 APPROPRIATIONS 101104-1995-549960-19005 101104-1995-599330-19005 Emergency Management $291,560 Reimbursable Costs $15,000 Project Reserves $276,560 After motion and second the vote on this resolution was as follows: Commissioner Frannie Hutchinson XXX Commissioner Doug Coward XXX Commissioner Cliff Barnes XXX Commissioner John D. Bruhn XXX Commissioner Paula A. Lewis XXX PASSED AND DULY ADOPTED THIS 16TH DAY OF JANUARY , 2001. ATTEST: BOARD OF COUNTY COMMISSIONERS ST LUCIE COUNTY, FLORIDA BY: CHAIRMAN APPROVED AS TO CORRECTNESS AND FORM: COUNTY ATTORNEY GABUDGETW MAGENDA'S\Agenda0l\I'l 61ndRivRd_gmnt.wpd Florida Department of Transportation JEB BUSH PROFESSIONAL AND OTHER CONTRACTUAL SERVICES -DISTRICT IV GOVER,YOR 3400 Nest Commercial Boulevard, Fort Lauderdale, Florida 33309-3421 - Telephone:(954) 7774603fFaz (954) 7774602 October 18, 2000 Mr. Ray Wazny, P. E. Public Works Director St. Lucie County 2300 Virginia Avenue Ft. Pierce, Florida 34982-5652 THOMAS F. BARRY, JR. SECRETARY Re: Joint Participation Agreement - Contract AJ274 State Project #408591/1/74/01 -/04 Hurricane Floyd Damage Reimbursement for Federally Classified County Roads Dear Mr. Wazny: Enclosed please find one (1) original and one (1) copy of the executed Joint Participation Agreements for the referenced project. These documents are for your records. Thank you for your assistance in this matter. If you have any questions, please call me. I can be reached at (954) 777-4611. enc: copy: Robert Born, FDOT Project Manager Mike DeRosa, Program Development .. District Financial Services Office File Sincerely, Softy fu Ll Services Coordinator 20 www.dot.state.tl,us ® RECYCLED PAPER FM No:408491-1-74-01 & 02 v F.A. No: p Fund Code S Contract No vendor No: VF596 000 335 0 0 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION AND SAINT LUCIE COUNTY JOINT PARTICIPATION AGREEMENT THIS AGREEMENT, entered into this /tday of 44 2000, by and between the State of Florida Department of Transportation hereinafter called the DEPARTMENT, and St. Lucie County, State of Florida, located at 2300 Virginia Avenue, Ft. Pierce, Florida, 14982-5652 hereinafter called the COUNTY. WITNESSETH WHEREAS, the DEPARTMENT and the COUNTY are desirous of having the COUNTY make certain repairs to Federal Highway Administration (FHWA) functionally classified county road(s) damaged by Hurricane Floyd. These repairs are located within St. Lucie County and are hereinafter referred to as the PROJECT; and, WHEREAS, the DEPARTMENT is prepared to allocate funds towards the repair of county roads in accordance with the Executive Order 99-227, dated September B, I999 and President Clinton's subsequent Disaster Declaration EM3143, under the Robert T. Stafford Disaster and Emergency Act, to provide for the reimbursement of FHWA eligible costs only for State FM No. 408591-1-74-01 and 408591- 1-74-02. All FHWA Non -Participating costs shall be borne solely by the COUNTY; and, WHEREAS, the repairs of these FHWA functionally classified county road(s) damaged by Hurricane Floyd are in the interest of both the DEPARTMENT and the COUNTY and it would be more practical, expeditious, and economical for the COUNTY to perform such activities; and, WHEREAS, the COUNTY by resolutionALUL�000 , a copy of which is attached hereto and made a part hereof, authorizes the COUNTY to enter int NOW, THEREFORE, in consideration of the mutual benefits to be derived fromjoint participation on the PROJECT, the parties agree to the following: The recitals set forth above are true and correct and are deemed incorporated herein. 2. - The COUNTY shall provide all *esign services necessary for completion o the PROJECT. 3. The COUNTY shall obtain any permits necessary to complete the PROJECT. 4. The COUNTY shall be responsible for assuring that the PROJECT complies with all Federal Highway Administration (FHWA) and DEPARTMENT standards. 5. The COUNTY shall make available to the DEPARTMENT upon request any existing plans relevant to the COUNTY'S design and construction activities. Prior to construction, the Department shall approve plans which reflect the restoration work replaces the pre -storm conditions except as approved in the FHWA Detailed Damage Inspection Report(s) for betterment. The COUNTY will be responsible for verifying the accuracy of any PROJECT related plans prepared on the COUNTY' S behalf, and the COUNTY shall revise them as necessary to reflect'as-built' conditions upon completion of construction. Project plans that have been modified to reflect `as built' conditions shall be provided to the Department. 6. The DEPARTMENT agrees to reimburse the COUNTY only for FHWA eligible costs associated with construction and construction engineering and inspection of the aforementioned improvements as stated in FHWA Detailed Damage Inspection Report(s), a copies of which are attached hereto and made a part hereof. All other costs are to be borne by the COUNTY. 7. The DEPARTMENT shall have ten (10) working days to approve any invoice submitted by the COUNTY. PROJECT costs eligible for DEPARTMENT participation will be allowed only from the date of final execution of the Agreement. Travel expenses are not authorized in this AGREEMENT. The COUNTY shall submit invoices for fees and other compensation for services or expenses in detail sufficient for a proper pre -audit and post -audit thereof. Invoice(s) shall be submitted to the State of Florida, Department of Transportation, at 3400 West Commercial Boulevard, Fort Lauderdale, Florida 33309. Attention: Cleo Marsh, P.E., District Maintenance Engineer. 3. This AGREEMENT and any interest herein shall not be assigned, transferred or otherwise encumbered by the COUNTY under any circumstances without the prior written consent of the DEPARTMENT. However, this AGREEMENT shall run to the DEPARTMENT and its successors. 9. This AGREEMENT shall continue in effect and be binding to both the COUNTY and the DEPARTMENT until the PROI''CT is completed and appropriate reim�sements are made. %we 10. The DEPARTMENT shall make payment to "St. Lucie County Board of County Commissioners" and forward to Attention: Ray Wazny, Public Works Director, 2300 Virginia Avenue, Ft. Pierce, Florida 34992-5652. 11. The DEPARTMENT, during any fiscal year, shall not expend money, incur any liability, or enter into any contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written, made in violation of this subsection is null and void, and no money may be paid on such contract. The DEPARTMENT shall require a statement from the comptroller of the DEPARTMENT that funds are available prior to entering into any such contractor other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding one (1) year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years; and this paragraph shall be incorporated verbatim in all contacts of the DEPARTMENT which are for an amount in excess of $25,000 and which have a term for a period of more than one (1) year. 12. Records of costs incurred under the terms of this Agreement shall be maintained and made available upon request to the Department at all times during the period of this Agreement and for three years after final payment is made. Copies of these documents and records shall be furnished to the Department upon request. Records of costs incurred include the Contractor's general accounting records and the project records; together with supporting documents and records of the Contractor and all subcontractors performing work on the project, and all other records of the Contractor and subcontractors considered necessary by the Department for the proper audit of costs. 13. The DEPARTMENT may cancel this AGREEMENT for refusal of the COUNTY to allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119 of the Florida Statutes, made or reviewed by the COUNTY in conjunction with this AGREEMENT and shall make provisions in its AGREEMENTS with its consultants and sub -consultants to terminate for failure to comply with this provision. 14. The COUNTY warrants that it has not employed or obtained any company or person, other than 1C . bona fide employees of the COUNTY, to solicit or secure this AGREEMENT, and it has not paid or agreed to pay any company, corporation, individual or firm. other than a bona fide employee employed by the COUNTY. For breach or violation of this provision, the DEPARTMENT shall have the right to terminate the P rREEMENT without liability. 15. To the extent allowed by the Laws of Florida, the COUNTY hereby agrees to indemnify, defend, save, and hold harmless the DEPARTMENT from all claims, demands liabilities, and suits of any nature arising out of, because of, or due to any negligent or intentional act and/or occurrence, omission, or commission of the COUNTY, its agents, or employees. It is specifically understood and agreed that this indemnification clause does not cover or indemnify the DEPARTMENT for its own negligence. 16. This AGREEMENT is governed by and construed in accordance with the laws of the State of Florida. 17. Section 215.422(5), Florida Statutes, request the DEPARTMENT to include a statement of vendor rights in this AGREEMENT. The COUNTY is hereby advised of the following time frames. Upon receipt, the DEPARTMENT has ten (10) days to inspect the goods and services provided by the COUNTY. The DEPARTMENT has twenty (20) days to deliver a request for payment to the Department of Banking and Finance. The twenty days are measured from the latter of the date the invoice is received or the goods and services are received, inspected and approved by the DEPARTMENT. If payment is not available within forty (40) days, a separate interest penalty at a rate as established Pursuant to Section 215.422 (3)(b), Florida Statutes, will be due and payable, in addition to the invoice amount, to the COUNTY. Interest payments of less than one (1) dollar will not be enforced unless the County requests payment. Invoices which have to be returned to the COUNTY because of invoice preparations errors will result in a delay in the payment. The invoice payment requirements do not start until a properly completed invoice is provided the DEPARTMENT. A Vendor Ombudsman has been established with the Department of Banking and Finance. The duties of this individual include acting as an advocate for the COUNTY in the event that the COUNTY may be experiencing problems in obtaining timely payment(s) from the DEPARTMENT. The Vendor Ombudsman may be contacted at (850) 410-9724 or by calling the State Comptrollees Hotline (1-800-848-3792). 41V 18. This document incorporates and includes all prior negotiations, correspondence, conversations, AGREEMENTS, or understanding applicable to the matters contained herein, and the parties agree that there are no commitments, AGREEMENTS or understanding concerning the subject matter of n V- this AGREEMENT that are not contained in this document. Accordi 'y, it is agreed that no deviation from the terms hereo?Ma11 be predicated upon any prior representation orAGREEMENTS whether oral or written. It is further agreed that no modification, amendment, or alteration in the terms and conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 19. The Department agrees to pay the COUNTY for the services herein described at a compensation as detailed in this Agreement. Payment shall be made only after receipt and approval of goods and services unless advance payments are authorized by the State Comptroller under Section 215.422(14), Florida Statutes. 20. 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 riot 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 apublic 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 section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 21. The DEPARTMENT'S obligation to pay under this section is contingent upon an annual appropriation by the Florida Legislature.- 22, The DEPARTMENT will consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If the participant knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this agreement. 23. Any or all notices (except invoices) given or required under this Agreement shall be in writing and either personally delivered with receipt acknowledged or sent by certified mail, return receipt requested. All notices delivered shall be sent to the following addresses: 5 ,-Of If to the DEPARTMENT: District Four Florida Department of Transportation 3400 West Commercial Boulevard Fort Lauderdale, Florida 33309 Attn: Ms. Teresa Martin, Contractual Services Coordinator With a copy to: Mr. Cleo Marsh, P.E. FDOT District Maintenance Engineer A second copy to: District General Counsel If to the COUNTY: St. Lucie County Public Works Division 2300 Virginia Avenue Ft. Pierce, Florida 34982-5652 Attn: Mr. Ray Wazny, P.E., Public Works Director With a copy to : County Attorney K** 1.1 IN WITNESS WHE OF, thas caused this Joint Participation -reement to be executed in it's behalf this day ofe Uv h, 2000, by the Board of Co'916y Commissioners, and the DEPARTMENT has executed this Joint Participation Agreement through its District Secretary for District Four, Florida Department of Transportation, this 18 day of 2000. The effective date of this AGREEMENT shall be the date the last party to this Agreement has signed. BOARD OF COUNTY COMMISSIONERS 1w_.. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BY: /gyp DIST TtRETARY ATTEST: : '{ 0: EXECUTIVE SECRETARY (SE4�\. DATE OF EXECUTION APPROVED: DIRECTOR OF ADMIIVISTRATION APPROVED: (AS TO M m Lm FAX TRANSMISSION rLCAmAD PART&IrNT OF TRANSPORTATION DISTRICT IV MAINTENANCE 33400 W. CONINIERCIAL RI.V R. R. 1,AUnrRI1AI.r FLORIDA 33309 (954) 777-4200 PAX: (94) 7774223 To: / Dn(c: U, Z- Fax N: � {�' Pager. _ Including Ilis cover sheet From: /��t/,°%.���� Subject: }Y •".Ih�%//.-L'/�' /�lY?. CONWENTS: Z . if%') . ^ ' Q `.• 14 r 08/03/2000 USOOT - FEDERAL HIGHWAY ADMINISTRATION 13:54 FEDERAL -AI➢ PROJECT PAGE 1 AGREEMENT STATE: F'LORIDA PROJECT NO: 0991008 STATE PAOJ. N0: 902591-I THE STATE, THROUGH ITS HIGHWAY AGENCY, RAVING COMPLIED, OR HEREBY AGREEING TO COMPLY, WITH THE APPLICABLE TERMS AND CONDITIONS SET FORTH IN (1) TITLE 23, U.S. CODE, HIGHWAYS, (21 THE REGULATIONS ISSUED PURSUANT THER AND PROCEDURES PROMULGATED BY THE FEDEETC AND (3{ THE POLICIES RAL HIGHWAY ADMINISTRATION RELATIVE TO THE ABOVE DESIGNATED PROJECT, AND HE FEDERAL HIGHWAY ADMINISTRATION HAVING AUTHORIZED CERTAIN WORK TO PROCEED' SPECIFIC ITEM OF WORK, AS EVIDENCED BY THE DATE ENTERED OPPOSITE THE FEDERAL FUNDS ARE OBLIGATED FOR THE PROJECT NOT TO EXCEED THE AMOUNT SHOWN HEREIN, THE BALANCE OF THE ESTIMATED TOTAL COST BEING AN OBLIGATION OF THE STATE. SUCH, OBLIGATION OF FEDERAL FW, DS EXTEN➢S ONLY TO T PROJECT COSTS INCURRED BY THE STATE AFTER THE FEDERAL HIGHWAY ADMININLY TO ZCN AUTHORIZSTIPVLATE PROCEED WITH THE PROJECT INVOLVING SUCH COSTS. THE STATE OBLIGATED, IT ACCEPTS AND A ANDWILLS A CCOMPLYOWITH THE N TO MAPPLICABLE PROV ZAS 0 SNSET FORTH IN 23 CFR PART 630, SUBPART C. PROJECT LOCATION: ST. LUCIE CCUNTY HURRICANE FLOYD JPAS CLASSIFICATION OF PHASE OF WORK TO BE PUT UNDER AGREEMENT HIGHWAY PLANNING 4 RESEARCH PRELIMINARY ENGINEERING RIGHT-OF-WAY X CONSTRUCTION OTHER APPR. URBAN/ TOTAL COS: 7:)7-RA- WITH SHi..RE 098 $50, S00 80.00 4 TOTAL $50,500 EFFECTIVE DATE OF AUTHORIZATION CC W co 7/07/2000 cc FEDERAL FUNDS FEDERAL FUNDS UNDER AGREEMENT NOT UNDER AGREE.`r-NT ESTI.ATED TCTAL COST: FEDERAL FUNDS UNDER AGREEMENT: FEDERAL FUNDS NOT UNDER AGREEMENT: TOTAL AUTHORIZED FOR PROJECT: FLORIDA DEPT OF TRANSPORTATION AVAILABLE FUNDS CERTIFIED BY: FRANCES POWELL APPROVED AND AUTHORIZED BY: BUNNY LANGRIDGE FEDERAL HIGHWAY ADMINISTRATION APPROVAL RECOMMENDED BY: DEAEK A FUSCO APPROVED AND AUTHORIZED BY: DEAEK A FUSCO $40,400.00 $40,400.00 Dr- S50,500.00 $40,400.00 $0.00 $40.400.00 $0.00! I pp; it DATE: 7/05/2000 DATE: 7/06/2000 DATE: 7/07/2000 DATE: 7/07/Z000 STATE REMARKS: 04/A3, NON -NHS, EXEMPT, INITIAL AUTHORIZATION FOR HURRICANE FLOYD, DECLARATION OF EMERGENCY *FL99-001, DATE OF OCCURRANCE09/13/99 FOR DDIR 494-001. JOINTPARTICIPATION AGREEMENT WITH ST. LUCIE COUNTY, FOR INDIAN RIVER DR. B JENSEN BEACH BLvO, EROSION OF EMBANKMENT FILL- PERMANENT WORK. THIS DOCUMENT HAS BEEN ELECTRONICALLY SIGNED m (�ti • � T I , + cr.. c.i. c L" I : zt, PM FL FED HUY ADMIN Detailed Damaconspection Report: pT°^�'f (Tifle 23, Federal-Aid1 wghways) OCATIOH (NAME OF ROAonr ANO MILEPOsn ESCRIPTION Or OAHACE (ATTACH SKETCH, R1FNJ: 207,ecn P-1-2 as 94 -� S.IECT�T Or 0.t�5TEA N I..E LA l le6rCC•lal O.TC ��_~�O� i FGa C+.vAm A :1 Nan xA E' tc.n S I o N o F- l- I L. F- A, v L A c.'T 1 0 ,J TJi �AJnnLC qr+F rl 0�:fl Roos n, 4043 F'T �c0un SY 1..�cIlr- OESCRIPTION OF WORK EOUIPMEHT. LABOR AHO MATCR"LS mown UNIT COST OTY PRICE COMPLETED P.EHAININa J 11 S - C CPTION.L FORN.. e-eq _. FAX TRANSMITTAL — ; T. FieT GpWQwxY Plgn<r lJ —.__ _ Fy I h: r �••�••__. _ g54-�7Z-4ZL3 ---- NSN 7510_01.�t>.1766 6029_101 GENERAL smicC1 Aoums r ATIGN ME:THOO LOLL FoROCS O STATE FORC1e O EN&ROCRCT COnTR.cT SUBTOTAL EMERGENCY REP IR TOTAL 4;} 'L ' I L S O s n 71 I _ r I o 0 I _ . oe o � 00 0 T R S 00ID I RJOOL.L N-9. SYO^.L 25O TN Y U �� N Z.O O a o rn1 HeTHOO a 6O - Fonccf C STAn FORcn (Low BIo CorrtRAc I :NVIRONNENTAL ASSESSME.`r P.EcOMYENOATION PoOFfS`O FwvAY �{HcT R_ ortea O M CA A,=0H A` O NOMM+JCA ACTION E�IIWTLS TD 1 I+• ••=T� .11 � I� RECOMMeNaATION • rNWA ENOINEEA - - OATS uaO IN ' £eL1 [UMZe Zq$QURRE:NCF • STATE ENOINEER 1411 OA CON (YC5 ENGC' LOcaAHOAOENCY REPRESENTATIVE ��^ q,- / ❑Nj'TE JRl1 7L/ / �. /7 9 AJ0 Now `J 4—' 2000 13:S4 USOCT — FEDERAL HIGHWAY ADMINISTRATION FEDERAL—AIC PROJECT AGREEMENT PACE 1 STATE: FLORIDA PROJECT NO: 09910109 STATE PROD. NO: 409591-1 THE STATE, THROUGH ITS HIGHWAY AGENCY, HAVING COMPLIED, OR COMPLY, WITH THE APPLICABLE TERNS HEREBY AGREEING TO AND CONDITIONS SET FORTH IN (1) TITLE 23, U.S. CODE, HIGHWAYS, (2) THE REGULATIONS ISSUED PURSUANT THERETO AND (3) THE pOLICIES AND PROCEDURES PROMULGATED BY THE FEDERAL HIGHWAY ADMINISTRATION RELA— THE ABOVE DESIGNATED PROJECT, AND THE IVE TO FT_DERAL HIGHWAY ADMINISTRATION HAVING AUTHORIZED CERTAIN WORK TO PROCEED AS EVIDENCED BY THE DATE ENTERED OPPOSITE THE SPECIFIC ITF11 OF WORK, FEDERAL FUNDS ARE OBLIGATED FOR THE PROJECT NOT TO EXCEED THE AMOUNT SHOWN HEREIN, THE BALA.NCE OF THE ESTIMATED TOTAL COST BEING A OBLIGATION OF THE STATE. SCCHAN OBLIGATION OF FEDERAL FUNDS PROJECT COSTS INCURRED BY THE STATE AFTER THE EXTENDS ONLY TO FEDERAL HIGHWAY ADMINISTRATION AUTHORIZATION TO PROCEED WITH THE PROJECT INVOLVING SUCH COSTS. THE STATE FURTHER STIPULATES THAT, AS A CONDITION TO PAYMENT OF THE FEDERAL FUNDS OBLIGATED, IT ACCEPTS AND WILL COMPLY WITH THE APPLICABLE PROVISIONS IN 23 CFR PART 630,. SUBPART C. SET FORTH PROJECT LOCATION: ST. LUCIE COUNTY HURRICANE FLOYD JPAS CLASSIFICATION OF PHASE OF WORK TO BE PUT UNDER AGREEMENT EFFECTIVE DATE OF AUTHORIZATION HIGHWAY PLANNING G RESEARCH PRELIMINARY ENGINEERING 00 RIGHT—OF—WAY. X CCNSTRUCTION OTHER 7/11/2000 APPR. URBAN/ TOTAL COST FEDERAL FEDERAL FUNDS WITH SHARE FrOERAL FUNDS UNDER AGREEMENT NOT UNDER AGREEMENT 09B 5295,200 � 80.00 S 5236,160.00 $0. 00 TOTAL $295,200 S236,160.00 $0.00 ESTIMATED TOTAL COST; $295,200,00 FEDERAL FUNDS UNDER AGREEMENT: $236,160.00 FEDERAL FUNDS NOT UNDER AGREEMENT: TOTAL AUTHORIZED FOR PROJECT; 90.00 $236;160.00 FLORIDA DEPT OF TRANSPORTATION AVAILABLE FUNDS CERTIFIED BY: FRANCES POWELL APPROVED AND AUTHORIZED BY: SUNNY LANGRIOGE DATE: 7/06/2000 DATE: 7/10/2000 FEDERAL HIGHWAY ADMINISTRATION APPROVAL RECOMMENDED BY: DEEREK A FUSCO APPROVED AND AUTHORIZED BY: DATE: 7/11/2000 DER A FUSCO DATE: 7/11/2000 STATE REMARKS: / ., �/'� AL AUTH. FOR OF/EMERGENCY H9 EL 99L001, DATE�O' OCCURRANCEH09/13 99 ORURRICANE YDDIA ♦99-00 /A!/ �J(' OINT ON PARTICIPATION AGREEMENT WITH ST. LUCIE COUNTY, FOR INOLAN RIVER R. 0 JENSEN BCH BLVD, EROSION OF RETAINAGE WALL — PERMANENT WORK. THIS OCCCMENT HAS BEEN ELECTRONICALLY SIGNED fE9 23 200a 1:38Pn FL FED F7'Y ADnIn uetaiiea uama_gainsnection Report (Title 23, F�61ral-ANweiighw2ys) OOATION (NAME OF ROAD AND MILEPO ST) Z. rAZ)14n1 RIJV G' @ 7G �IyC.] 'SSCRIPTION OF DAMAOM (ATTACH SKETCMI ERaS.�a of- A P.A,\.Q C_ - VIjAt FNn F," FRO M V 4J'c AC-f�ON S`y 14�c9-'r rL,Jr C. e.a... ,A Qn,'- L _ J NO 207 P.2i2 RLr•OgT NLMSCA Or I I 1 I O'•^fTSM1 NUHB!q I .- g9-ocl 1 In3ncc" OCL 12 / .�-nti ,Rio Noutx N'..1-R I CCy MTY 7 DESCRIPTION OF WORN woman EOUIP14C F, LAISO.i AND MAMMALS OTY UNIT COST I PRICE CCYPLETED REMAINING EM AtiK11GN"I F.L`, .�T - L n T A L - 4 I -- i M CTMOO LOC•l FCRCCI O STa2 FOnce1 O EnCnaencY CCMTnac SUeTOTAL �: I '• wT��T` EHEROCI Y REPAIR TOTAL' 5 coo 00 fn N /26.,ocJ T "TI I G•J. ' '; � T A XI 4 TM Z T 2N G F-r. Co..JT )+l 4 J R J I F h5 O Y3 / An f .Mt $ C4 T rn n R,.ST qT,\N F' TinA,TG 7 I M CTM OO O LDtaL FORC L3 W B\C CCRTM=. I PERM. REPAVP• TOTAL CI O � PE/CESI (25°hl p ARORMEWAL ASSCSSNEN7 RECOMMENDATION RIOMTOF•WAY NOT R_culRso o MAICR AcnoR O NaRFWOR AcnON EmsLky ] iJTAL '•-�.......... ' n\Tr. cnOIn EER �EucmLc D Iecuomu: /L RRENCE - STATS ENO vIN=ER n Ycs A iGt U.•�G l2 - 3 - 9 JNCURRENCE - LOCAL AOEMCY REPRE3ENTA-n DATE ,U3CR3\0FFICE\FN1947A.WPD 1gy9 m .... .. I I r Noo 07 r��-7 CP. ++1 E..Y JJSTt F1C,AZ��N %� a�zN �nRc_E t� GoNCRE-'rE. ((���MM1�ANVC ,..�LNT 2yO c`i VJ IK.N�c. f� �SCG qTT �C.�ryUT� 5 (o1; ivR6 0 T-7 CdnT4 -1 t0oo `a �Jr�CE7�'.)G- 8oaxla7 Saco >F W- F (7 4v�KH EP, O k-- S L S oo q Q e 1--� s 277, 20 0 215 2.0 0 PE LEZ 20 00 0 LO-vT ofaR6rwvG'/ 4 4 qma K01944);".1 3 os', / a� ��� ;��F *.r t.S .1.15t....� x_i.75 . �c 1...._. . Z�. 0.l 2 2.7, 10 0 %No n 08/03/2000 USDOT - FEDERAL HIGHWAY ADMINISTRATION 14:03 FEDERAL -AID PROJECT AGREEMENTPAGE 1 STATE: FLORIDA PROJECT NO: 0991010 STATE PROJ. NO: 4oas.o 1-1 THE STATE, THROUGH ITS HIGHWAY AGENCY, HAVING COMPLIED, OR HEREBY AGREEING TO COMPLY, WITH THE APPLICABLE TERMS AND CONDITIONS SET FORTH IN (11 TITLE 23, U.S. CODE, HIGHWAYS, (2) THE REGULATIONS ISSUED PURSUANT THERETO AND (3) THE POLICIES AND PROCEDURES PROMULGATED BY THE FEDERAL HIGHWAY ADMINISTRATION RELATIVE TO THE ABOVE DESIGNATED PROJECT, AND THE FEDERAL HIGHWAY ADMINISTRATION HAVING AUTHORIZED CER^.AIN WORK TO PROCEED AS EVIDENCED BY THE DATE ENTERED OPPOSITE THE SPECIFIC ITEM OF WORK, FEDERAL FINDS ARE OBLIGATED FOR THE PROJECT NOT TO EXCEED THE AMOUNT SHOWN HEREIN, THE BALANCE OF THE ESTIMATED TOTAL COST BEING AN OBLIGATION OF THE STATE. SUCH OBLIGATION OF FEDERAL FUNDS EXTENDS ONLY TO PROJECT COSTS INCURRED BY THE STATE AFTER THE FEDERAL HIGHWAY ADMINISTRATION AUTHORIZATION TO PROCEED WITH THE PROJECT INVOLVING SUCH COSTS. THE STATE FURTHER STIPULATES THAT, AS A CONDITION TO PAYMENT OF THE FEDERAL FUNDS OBLIGATED, IT ACCEPTS AND WILL COMPLY WITH THE APPLICABLE PROVISIONS SET FORTH IN 23 CFR PART 630, SUBPART C. PROJECT LOCATION: ST. LUCIE COUNTY HURRICANE FLOYD JPAS CLASSIFICATION OF PHASE OF WORK TO BE PUT UNDER AGREEMENT EFFECTIVE DATE OF AUTHORIZATION (po-ro HIGHWAY PLANNING L RESEARCH m PRELIMINARY ENGINEERING Brb^INS• 00 /-�•�� I = q�yoo RIGHT -OF -'RAY 07 �O°• B�irS pp( - s POo X OTHERCONST 7/11/2000 7/11/2000 r5 00 APPR. URBAN/ TOTAL COST F=OERAL FEDERAL WITH FUNDS FEOERAL FUNDS SHARE UNDER AGREEMENT NOT UNDER AGREEMENT ' 098 $151000 100.00 9 $15,000.00 $0.00 TOTAL $151000 SL5,000.00 oK 50.00 ESTIMATED TOTAL COST: $15,000.00 ✓ J 4 FEDERAL FUNDS UNDER AGREEMENT: $15,000.00 FEDERAL FUNDS NOT UNDER AGREEMENT: $0.00 TOTAL AUTHORIZED FOR PROJECT: $15,000.00 FLORIDA DEPT OF TRANSPORTATION AVAILABLE FUNDS CERTIFIED BY: F?-kNCES POWELL APPROVED AND AUTHORIZED BY: BUNNY LANGRIDGE DATE: 7/ DATE: 7/10/2000 10/2000 FEDERAL HIGHWAY ADMINISTRATION APFROVAL RECOMMENDED BY: DEREK A FUSCO APPROVED AND AUTHORIZED BY: DEREK A FUSCO DATE: 7/11/2000 DATE: 7/11/2000 STATE REMARKS: 04/A3. NON -NHS, EXEMPT, INITIAL AUTH. FOR HURRICANE FLOYD, DECLARATION OF EMERGENCY #FL99-001, DATE OF OCCURRANCE 09/13/99. JOINT PARTICIPATION' AGREEMENT WITH ST. LUCIE COUNTY, FOR INDIAN RIVER DR. B JENSEN BEACH BLVD, EROSION OF EMBANKMENT FILL, DDIR R94-001 AND EROSION OF RETAINAGE WALL DOIR 194-002 - EMERGENCY WORK, THIS DOCUMENT HAS BEEN ELECTRONICALLY SIGNED AA( „�DA REQUEST ,moTEM NO. C-:3D DATE: Jan. 16, 2001 REGULAR PUBLIC HEARING [ TO: BOARD OF COUNTY COMMISSIONERS CONSENT [X] SUBMITTED BY: OMB PRESENTED BY: Marie M. Gouin SUBJECT: Acceptance of US Department of Justice (USDOJ) grant award for the State Criminal Alien Assistance Program (SCRAP) 2000 and Budget Resolution #01-31 to appropriate and expend the funds in the amount of $5,511. BACKGROUND: St. Lucie County BOCC has been awarded $5,511 on behalf of the St. Lucie County Sheriffs Office for the FY2000 State Criminal Alien Assistance Program offered by the USDOJ, Bureau of Justice Assistance (BJA). SCAAP is a retroactive reimbursement grant to localities that are obligated to incarcerate undocumented criminal aliens. The actual allocation is calculated by USDOJ/BJA based on the number of detained aliens in this fiscal year and the number of applicants. FUNDS WILL BE AVAILABLE: 107119-2110-331210-200 FY2000 SCAAP Grant PREVIOUS ACTION: N/A RECOMMENDATION: Staff recommends that the St. Lucie County Board of County Commissioners accept the FY2000 State Criminal Alien Assistance grant award and approve Budget Resolution #01-31 to appropriate and expend the funds. COMMISSION ACTION: [XI APPROVED [ ] DENIED [ ] OTHER: 4-0 (Barnes Absent) CONCURRENCE: Coordination/Signatures County Attorney: XX� Management & Budget: A iN - "Purchasing: Originating Dept: Public Works: t g g p Other: Finance: (Check for Copy only, if applicable) XX G?BUDGETWPIAGENDA'S''AoendaOI' 1'16SCAAP_Grancwpd ti✓ *Ad RESOLUTION NO. 01-31 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 US Department of Justice in form of a grant for the FY2000 State Criminal Alien Assistance Program in the amount of $5,511. 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 16th day of January, 2001, pursuant to Section 129.06 (d), Florida Statutes, such funds are hereby appropriated for the fiscal year 2000-01, and the County's budget is hereby amended as follows: REVENUES 107119-2110-331210-200 Dept. of Justice $5,511 APPROPRIATIONS 107119-2110-581091-200 St. Lucie County Sheriff $5,511 After motion and second the vote on this resolution was as follows: Commissioner Frannie Hutchinson XXX Commissioner Doug Coward XXX Commissioner Cliff Barnes XXX Commissioner John D. Bruhn XXX Commissioner Paula A. Lewis XXX PASSED AND DULY ADOPTED THIS 16TH DAY OF JANUARY , 2001. ATTEST: BOARD OF COUNTY COMMISSIONERS ST LUCIE COUNTY, FLORIDA BY: CHAIRMAN APPROVED AS TO CORRECTNESS AND FORM: COUNTY ATTORNEY G:\EUDGETWP\AGENDA'SWgendaO l\I'16SCAAP Gmnt.wpd Office of Justice Programs - SCAAP Page I of 1 Vow 1i�i1�771�iKfr�irW�7i � • . OMB Number: 11210197 Expires: 7131101 IFAQ Bureau of Justice Assistance Application Exit Form scAAP State Criminal Alien Assistance Program (SCARP) Grant Number: 2001-AP-BX-0496 Jurisdiction Name: St. Lucie County Vendor Number: 596000835 State Criminal Alien Assistance Program Fiscal Year 2000 Payment Acceptance and Electronic Transfer of Funds The Bureau of Justice Assistance, (BJA) has completed review of the facility and cost data, and inmate data has been vetted by the Immigration and Naturalization Service for all eligible applicants that submitted an application for funding prior to the deadline for Fiscal Year (FY) 2000 funding under the State Criminal Alien Assistance Program (SCAAP). BJA is pleased to inform you that it has determined your jurisdiction to be eligible for a payment in the amount of $5,511. Funding amounts are determined on a relational basis and are not open to negotiation. The recipient acknowledges that BJA validates the data used to calculate the FY2000 SCAAP payments. BJA reserves the right to take appropriate administrative action including, but not limited to intensive monitoring, repayment action, or adjustment of future payments to resolve data discrepancies. To accept this payment you must click on the "Accept" button below and, by doing so, you are indicating your approval for these funds to be electronically transferred into your jurisdiction's account of record with the Office of Justice Programs (OJP) Office of the Comptroller (OC). If your jurisdiction accepted an award during prior SCAAP funding cycles, please check your fiscal records to ensure you have taken the steps necessary to have those funds moved into your local jurisdiction account. If you have questions or would like to confirm that your jurisdiction has drawn down all prior years' SCAAP funding, please locate your award documents and then contact the OC Customer Service Center at 800-458-0786. The Customer Service Center will need your OJP vendor number, award amount and the award information at the top of this page for each year in order to check on the status of your funding. Accept Decline TO ACCEPT GRANT AWARD: Douglas -Anderson, County Administrator DATE: http://grants.ojp.usdoj.gov/scaap/ScaapApplicant.jsp 1/2/01 Office of Justice Programs - SCAAP Page I of 2 OMB Number. 11210197 Expires: 7131/01 S'FAQ Bureau of Justice Assistance Application Exit Form sc"P State Criminal Alien Assistance Program In response to a comprehensive programmatic review and feedback from audits, in FY2000, the Bureau of Justice (BJA) instituted several changes to the administration of the State Criminal Alien Assistance Program (SCARP), including moving to an on-line application and changing the methods to determine payment amounts. In addition, the number ofjurisdictions applying for payments under the program increased. These changes have resulted in significant increases and decreases to a number of FY2000 payment amounts compared to payment made in FY1999. The circumstances leading to those changes were: . Nearly 100 hundred new jurisdictions applied for payments, representing an increase of more than 25 percent from FY1999. Much of the increase is attributed to the implementation of an on-line application system. Thus, the same amount of funds is now being distributed among a substantially larger pool. e The data used to determine payment amounts changed: . In prior years, 27 cost categories were used to determine reimbursable administrative costs. Effective FY2000, only correctional officers' salaries are being considered. Total facility costs or ancillary correctional services, such as inmate recreation and drug treatment expenses, are no longer included. . BJA collected additional data about total "inmate days," as well as the criminal illegal alien population. . BJA enhanced its data review and verification process. As a result, BJA excluded from consideration several hundred thousand inmate records and millions of criminal illegal alien inmate -days: For the first time, inmate data were reviewed to ensure all required data fields were completed for each criminal illegal alien inmate record submitted. BJA, using the standard established by the Immigration and Naturalization Service (INS), did not include as eligible any inmate who did not spend a minimum of 72 consecutive hours in custody. To check your current award status please click the continue link below http://grants.ojp.usdoj.gov/scaap/ScaapApplicant.jsp?userld=3234&solicitationld=23 1 /2/01 Department of Justice L rr/ Page I of I Author Santonastasso, Mary Subject SCAAP Ref 2000-FO28-FL-AP - FY 2000 State Criminal Alien Assistance Program Payment Approval Notification Congratulations! Your payment for the FY 2000 State Criminal Alien Assistance Program (SCAAP) has been approved be the Bureau of Justice Assistance. To accept your payment, o to .ojp.usdoj.gov and og on ing your existing User ID and Password. Message click onyour rSCSAAP award number lto begin sthe payment acceptance process. If you have any questions, call the Grants Management System hotline at (888) 549-9901 and select the appropriate option. https://grants.ojp.usdoj.gov/servletr/EXTViewCorr?Correspondence=l321&userType=Y 1/2/01 Department of Justice S.r Page 1 of 1 Author SCAAP TEST, ICF Subject SCAAP Ref 2000-FO28-FL-AP - FY 2000 State Criminal Alien Assistance Program Payment Approval Notification Congratulations! Your payment for the FY 2000 State Criminal Alien Assistance Program (SCARP) has been approved by the Bureau of Justice Assistance. To accept your payment, o to og on ing your existing User ID and Password. Message click on your SCAAAP award number .ojp.usdoj.gov and lto begin sthe payment acceptance process. If you have e any questions, call the Grants Management System hotline at (888) 549-9901 and select the appropriate option. https://grants.ojp.usdoj.gov/servletr/EXTViewCorr?Correspondence=1727&userType=Y 1/2/01 Department of Justice Page 1 of 1 Author Burdeen, Michael Subject SCAAP Ref 2000-FO28-FL-AP - FY2000 SCAAP Application Approval Do not reply to this e-message as it will not reach us! Your application for the FY 2000 State Criminal"Alien Assistance Program (SCAAP) has been approved by the Bureau of Justice Assistance (BJA). Eligible inmate records containing all required data fields have been forwarded to the Immigration and Naturalization Service for verification. As noted in the on- line SCAAP system, any inappropriate, ineligible inmate data will not be considered; BJA will be contacting jurisdictions that submitted such data contrary to the clear on- screen guidance. In addition, any otherwise eligible inmate records that contained no entries in Message required fields have also been eliminated from consideration. For a reminder of the FY 2000 SCAAP requirements, go to http://www.ojp.usdoj.govBJA/html/scaapup.html. You will receive an e-mail message letting you know when BJA has approved your eligible payment amount for FY 2000. No information regarding payment amounts will be available to you until you receive this message; please do not call the GMS Hotline inquiring about your eligible amount. When you receive the e-mail message, you must use your approved User ID and password for SCAAP and return to the on-line system to review and actually accept the approved payment amount. Again, please do not reply directly to this message as your reply will not reach us. https://grants.ojp.usdoj.gov/servletr/EXTViewCorr?Correspondence=728&userType=Y 1/2/01 AQ,-,IDA REQUEST TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY: OMB I14�11 NO. C-3 DATE: January 16, 2001 REGULAR [ ] PUBLIC HEARING [ CONSENT IX ] PRESENTED BY: Marie Gouin SUBJECT: Smithsonian Marine Ecosystem Museum BACKGROUND: At the direction of the Board and on behalf of the City of Fort Pierce, staff submitted an application to the State of Florida for a Florida Recreational Development Assistance Program (FRDAP) grant. The stated use of funds from this grant is to fund outside recreational facilities at the Smithsonian Marine Ecosystem Museum facility. These will include items such as sidewalks, a porch, parking improvements, landscaping and restrooms. Staff feels very certain the State will approve the application and the county will receive the funding through the City of Fort Pierce and on a reimbursable basis during the State's next fiscal year which begins July 1" (see attached interlocal agreement). In the mean time, the contractor is ready to begin work on the project. FUNDS AVAILABLE: See attached Budget Resolution No. 01-37 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. RECOMMENDATION: Staff recommends the Board adopt Budget Resolution No. 01-37 recognizing the anticipated $200,000 contribution from the City of Fort Pierce. This will increase the budget for the Smithsonian Marine Ecosystem Museum to the level which will allow full funding of the contract with the primary contractor, Paul Jacquin & Sons, Inc. COMMISSION ACTION: [X] APPROVED [ ] DENIED [ ] OTHER: 4-0 (Barnes Absent) D gAnderson County Administrator Coord i nation/Sionatures County Attorney: XX dl— Management & Budget: purchasing: XX Orig Dept: Central Services: XX Finance: (Check for Copy only, if applicable) XX GfBCDGED WP�AGENDA'S,Agenda0l\01' 16S_museum.wpd RESOLUTION NO. 01-37 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 Idiom 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 16" day of January, 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 City of Fort Pierce-Phys Env $200,000 APPROPRIATIONS 316-1930-562000-76007 Buildings $200,000 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 16T" DAY OF JANUARY, 2001. ATTEST: BOARD OF COUNTY COMMISSIONERS ST LUCIE COUNTY, FLORIDA BY: CHAIRMAN APPROVED AS TO CORRECTNESS AND FORM: COUNTY ATTORNEY G:MDGMWP\AGENDNS\Agenda0 DO f 96S_museum.wpd `"' ..r ecc- /0 - 135 COOPERATIVE PARTNERSHIP/INTERLOCAL AGREEMENT BETWEEN CITY OF FORT PIERCE and ST. LUCIE COUNTY (SOUTH CAUSEWAY ISLAND PARK - SMITHSONIAN EXHIBIT -FRDAP GRANT) THIS AGREEMENT (the "Agreement") is made and entered into this I6-1day of / , 2000, by and between the City of Fort Pierce, 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 Causeway Island Park - Smithsonian Exhibit (hereinafter the "Project") in the amount of two hundred thousand and 00/100 ($200,000.00) dollars; and, WHEREAS, the City has applied for and obtained a FRDAP grant in the sum of two hundred thousand and 00/100 dollars ($200,000.00) for the South Causeway Island Park - Smithsonian Exhibit; and, WHEREAS, the City's FRDAP South Causeway Island Park- Smithsonian Exhibit grant requires a matching expenditure by the County; and, WHEREAS, the County has committed to provide for the match of $100,000.00, 25% of the project's cost required for the City's FRDAP South Causeway Island Park - Smithsonian Exhibit grant; and, WHEREAS, the Project is an appropriate use of FRDAP funds. NOW, THEREFORE, in consideration of these premises and mutual covenants contained herein, the parties agree as follows: _ 9:\atty\a9reemntVnter1ocVp-so causeway FRDAP 1 Nkoe NO.r+ ARTICLE I. DELIVERY OF FUNDS The City shall disburse the FRDAP South Causeway Island Park - Smithsonian Exhibit grant funds in the amount of two hundred thousand and 00/100 dollars ($ 200,000.00) to the County for the Project. The City shall disburse such funds to the County within thirty (30) days after the date the City receives the FRDAP funds. The City, by this Agreement or by the disbursal of the FRDAP South Causeway Island Park - Smithsonian Exhibit 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 Proj ect, 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 lost 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: St. Lucie County Administrator 2300 Virginia Avenue Administration Annex Fort Pierce, Florida 34982 With a copy to: St. Lucie County Attorney 2300 Virginia Avenue Administration Annex Fort Pierce, Florida 34982 9:\"\a9reemnt\inter1oc\fp-so causeway FRDAP 2 ..r As to the City: Fort Pierce City Manager 100 North U.S. i Fort Pierce, Florida 34950 With a copy to: Fort Pierce City Attorney 100 North U.S. 1 Fort Pierce, Florida 34950 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 uponany 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 off ect the validity of the remaining portion of the Agreement, provided that the material purposes of this Agreement can be determined and effectuated. gAGtty\agreemntVnter10 \fp-so causeway FRDAP 3 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 FORT PIERCE, FLORIDA M Mayor Date: k\-ZS-6D FORM AND g:\atty\agreemntVnterioc\fp-so causeway FROAP 4 �%W *400 A Deputy Clerk s, Apt��Fcou14*r*( �Q g:\"\agreemnt\interloc\fp-so causeway FROAP 5 BOARD OF COUNTY COMMISSIONERS APPROVED AS TO FORM AND COI ECTNESS: RV. ! Ag County Attorney AGENDA REQUE5T TO: BOARD OF COUNTY COMM15510NER5 .I ITEM NO. C-4 DATE: January 16, 2001 REGULAR[ ] PUBLIC HEARING [ ] CON5ENT[x] PRESENTED BY: 5UBMITTED 6Y(DEM: County Attorney Katherine Mackenzie -smith Assistant County Attorney 5UBJECT: 5ati0factbm & Release of Claim - Estate of Jessie Brawner BACKGROUND: FUNDS AVAILABLE: PREVIOU5 ACTION: See attached memorandum RECOMMENDATION: 5taff recommends that the Board sign the Satisfaction and Release of Claim. COMM15510N ACTION: CONCURRE E: [)j APPROVED [ ] DENIED [ ] OTHER: 4-0 (Barnes Absent) u s M. Anderson County Administrator Review and Approvals [X] County Attorney [ ]Management & 6udget: [ ]Purchasing: _0 Originating De]ot: [ ] Public Works ( ] Other QFinance:(check for copy only, if applicable) Effective 5196 v.. Iwo TO: FROM: C.A. NO: DATE: SUBJECT: BACKGROUND: INTER -OFFICE MEMORANDUM ST. LUCIE COUNTY, FLORIDA Board of County Commissioners Katherine Mackenzie -Smith, Assistant County Attorney 01-09 January 3, 2001 Satisfaction & Release of Claim - Estate of Jessie L. Brawner On October 30,1998, St. Lucie County filed a claim against the estate of Jessie L. Brawner in the amount of $1,162.50 for Examining Committee Fees - Payment of Court Appointed Attorney. According to a letter from Ronald L. Cason, Esq. (attorney for the estate), the estate does not have enough monies to fully satisfy all claim6 (see attached). Additionally, on January 3, 2001, the County Attorney's office confirmed with Mr. Cason's office that none of the creditors are being offered full dollar amounts. Similar reductions are being offered to all Similarly Situated creditors. He is requesting that we accept $130.18 a6 payment in full and has attached a check in that amount. RECOMMENDATION/CONCLUSION: Staff recommends that the Board sign the Satisfaction and Release of Claim. KM5/cb Attachment Respectfully submitted Katherine Mackenzie -Smith Assistant County Attorney i.. vw/ LAW OFFICES OF RONALD L. CASON 501 South 1 Oth Street • Fort Pierce, Florida 34950 Telephone (561) 460-5050 • Fax (561) 460-1218 December 19, 2000 7OUNTY Catherine McKenzie -Smith St. Lucie County Attorney 2300 Virginia Avenue Fort Pierce, Florida 34950 RE: Estate of Jessie Brawner Dear Ms. McKenzie -Smith: Please allow this letter to confirm your agreement to accept $1 JO.18 as full payment of the claim which you have against the above mentioned estate. We understand that your claim is in the amount of $1,162.50 however, due to the amount of the estate all claims could not be fully satisfied. There was a total amount of $2,299.90 available to satisfy claims in classes three through eight, these claims totaled $22,184.24. Due to the fact that both you and the State of Florida have claims against this estate and are both classified as class three claims we have calculated the amount which should be paid to both creditors based on the value of the estate. Based on our calculations your portion of the estate would be $130.18. We have enclosed a Satisfaction and Release of Claim for your signature as well as a check in the amount of $130.18. "T'hant- ­., fpr yo"r cooperation in this matter Sincerely, -- ` C Ronald L. Cason, Esquire RLC/by Enclosures IN THE CIRCUIT COURT OF THE NINETEENTH JUDICIAL CIRCUIT IN AND FOR ST. LUCIE COUNTY, FLORIDA PROBATE DIVISION CASE NUMBER: 98-893-CP10 IN RE: ESTATE OF JESSIE L. BRAWNER, Deceased. SATISFACTION AND RELEASE OF CLAIM The undersigned, Board of County Commissioners of St. Lucie County, Florida, whose social security or tax identification number is has received full payment of the claim which was filed in this proceeding by the undersigned against the above estate on or about Ocotober 30, 1998, or has otherwise settled or compromised said claim, and this Satisfaction and Release of Claim is executed to acknowledge discharge of the claim and to release the estate and the personal representative of the estate from all further liability with respect thereto. Signed on 2000. Claimant 22 11 OketWImbee Root Ft. Memo. Mama 3495O 1:0670iii421: 0i 1017341oe06 4926 a '` d TO: Board of County Commissioners SUBMITTED BY(DEPT): AGENDA REQUEST ITEM NO. C q k DATE: January 16, 2001 REGULAR[ ] PUBLIC HEARING[ ] CONSENT[XI PRESENTED BY: Katherine Mackenzie -Smith Assistant County Attorney SUBJECT: Resolution No. 01-27 - Amending Resolution No. 92-07; Contractor Categories For Purposes of Issuance of Contractor Certificates of Competency; By Amending Aluminum I Contractor; By Adding New Aluminum II Contractor BACKGROUND: See attached memorandum FUNDS AVAILABLE: RECOMMENDATION: Staff recommends that the Board adopt the attached Resolution No. 01-27 as drafted. COMMISSION ACTION: [X] APPROVED [ ] OTHER: 4-0 (Barnes County Attorney Originating Finance: [ ] DENIED Absent) ZIderson E: County Administrator Review and Approvals Management & Budget: Purchasing: Other: N.. 0 INTER -OFFICE MEMORANDUM ST. LUCIE COUNTY, FLORIDA TO: Board of County Commissioners FROM: Katherine Mackenzie -Smith, Assistant County Attorney C.A. NO: 00-2033 DATE: December 20, 2000 SUBJECT: Resolution No. 01-27 - Amending Resolution No. 92-07; Contractor Categories For Purposes of Issuance of Contractor Certificates of Competency; By Amending Aluminum I Contractor; By Adding New Aluminum II Contractor BACKGROUND On April 28, 1992, the Board of County Commissioners of St. Lucie County, Florida, adopted Resolution No. 92-07 which established contractor categories for purposes of issuance of contractor certificates of competency. On November 15, 2000, the St. Lucie County Board of Examiners of Contractors was addressed by an applicant requesting an aluminum certificate of competency. The applicant had passed the aluminum examination sponsored by the City of Port St. Lucie. The City of Port St. Lucie has an Aluminum contractor category that does not include an examination concerning concrete and grants no authorization to work with concrete. Currently, St. Lucie County only has a contractor category of Aluminum Contractor with concrete. The St. Lucie Board of Examiners of Contractors and staff are recommending there be a category for Aluminum without concrete (relevant minutes attached). The attached Resolution No. 01-27 has been drafted for that purpose. RECOMMENDATION/CONCLUSION: Staff recommends that the Board adopt the attached Resolution No. 01-27 as drafted Respectfully submitted, Z�� __-- Katherine Mackenzie -Smith Assistant County Attorney KMS/mt Attachment ♦we *100 said staff was bringing this before the Board for review to determine if Mr. Hodge met the requirements of four years of field experience so staff could sponsor him to take the exam. The Board recognized Mr. Hodge who was sworn in by the recording secretary. After reviewing the letter from the electrical contractor, Mr. James said the letter didn't state he was actually employed by the Kenneth W. Dale, the electrical contractor. Mr. Hodge stated he was never employed by Mr. Dale, but was employed by Sun Pure Limited/Indian River Foods, a citrus plant, where this electrician did most of their outside contract work in which he assisted in all his jobs. Mr. Hodge said he was a construction electrician in the navy from 1981 to 1986. He added that thirteen of those years were industrial related. Mr. Davis asked if he was required to have four (4) years of field experience in order to obtain the Certificate of Competence from Armour Swift-Eckrich, Inc. Mr. Hodge stated that when he worked at Armour Swift-Eckrich, part of his requirements was to complete their four year apprenticeship program through the Department of Labor. This required him to take classes, which were not all electrical related, and some of the classes were mechanical and welding, but he took four years of classes to obtain the certificate. Mr. Davis asked if during those four years he was doing electrical work on the side for his employer. Mr. Hodge answered yes and also added that he has held a Michigan Journeyman Electrician license in the past, then moved to Florida six (6) years ago and let his license lapse. Mr. Rohrbough made a motion to approve sponsoring Mr. Hodge for the Block examination for Journeyman electrician and Mr. Langel seconded the motion. Upon roll it was the unanimous decision of the Board to approve sponsorship as stipulated above. The Board reviewed the application of Vaughn H. Hoskins, dba V. H. Exteriors, applying as an Aluminum (without Concrete) Contractor. Mr. Bunt stated that the City of Port St. Lucie sponsored Mr. Hoskins for the Aluminum examination. He explained that St Lucie County only recognized the Aluminum (with Concrete), so he had not taken an exam for the concrete portion as required by the County. He said Mr. Hoskins had no intentions of doing any concrete work. Therefore, staff was bringing Mr. Hoskins before the Board for review. Mr. Allen said he understood the reasoning behind the separation, but there was going to be a lot of aluminum contractors installing shutters in the future. He asked what it would take to add another category for aluminum only. Ms. Smith stated this would have to be approved by the Board of County Commissioners. Mr. Allen made a motion to take this to the Board of County Commissioners and request the additional category for Aluminum (without Concrete) be added. The motion was seconded by Mr. Davis. Upon roll call, it was the unanimous decision of the Board to approve the motion as stipulated above. Ms. Smith stated that because of the requirements of notice and the holidays coming up, the Board of County Commissioners are going to miss some meetings. She said she would have to see if she could get it in before the end of the year. She felt she would be able to get it on the agenda either the second or third week of December. With that in mind, Mr. Allen said Mr. Hoskins should be able to be approved by reciprocity from Port St. Lucie when the additional category is approved and he will not be required to come back before the Board. DISCIPLINARY HEARING The Board reviewed the complaint against Steve J. Yetzer, Qualifier for Riverview Aluminum, Inc. On August 14, 2000, Mr. Bunt stated he received a complaint from Sandra R. Wilson, 5307 Beach Blanket Circle, Fort Pierce, Florida, regarding Steve J. Yetzer, owner of Riverview Aluminum, Inc. He said Ms. Wilson said she had hired Mr. Yetzer to install railing around her deck area on her mobile home and the work wasn't done %aw .r+ RESOLUTION NO. 01-27 A RESOLUTION AMENDING RESOLUTION NO.92- 07; CONTRACTOR CATEGORIES FOR PURPOSES OF ISSUANCE OF CONTRACTOR CERTIFICATES OF COMPETENCY; BY AMENDING ALUMINUM I CONTRACTOR; BY ADDING NEW ALUMINUM II CONTRACTOR WHEREAS, on April 28, 1992 the Board of County Commissioners for St. Lucie County, Florida (the "Board"), adopted Resolution No. 92-07 which established the contractor categories for purposes of issuance of contractor certificates of competency; and WHEREAS, the St. Lucie County Board of Examiners of Contractors has recommended to the Board of County Commissioners for St. Lucie County, Florida to amend the issuance of contractor certificates of competency by adding Aluminum II Contractor. NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of St. Lucie County, Florida that Resolution No. 92-07 is hereby amended to read as follows: A. Aluminum is renamed as Aluminum I Contractor in the St. Lucie County Contractor Classification Exhibit "A", Division II, Specialty Contractor. B. Aluminum II Contractor is added as number 2, St. Lucie County Contractor Classifications Exhibit "A" Division II, Specialty Contractors along with the Scope of Services for Contractors . After motion and second, the vote on this resolution was as follows: Chairman Frannie Hutchinson Vice -Chairman Doug Coward Commissioner Cliff Barnes Commissioner John D. Bruhn Commissioner Paula A. Lewis PASSED AND DULY ADOPTED this ATTEST: DEPUTY CLERK XX XX XX XX XX day of 12000. BOARD OF COUNTY COMMISSIONERS ST. LUCIE COUNTY, FLORIDA IM CHAIRMAN APPROVED AS TO FORM AND CORRECTNESS: COUNTY ATTORNEY *00 EXHIBIT A ST. LUCIE COUNTY CONTRACTOR CLASSIFICATIONS Division I 1. General contractor 2. Building contractor 3. Residential contractor Division II 1. Aluminum I contractor 2. Aluminum II contractor 3. Alarm Systems I 4. Alarm Systems II 5. Class "A" air conditioning contractor 6. Class "B" air conditioning contractor 7. Class "C" air conditioning contractor 8. Commercial pool/spa contractor 9. Residential pool/spa contractor 10. Pool/spa maintenance and repair contractor 11. Demolition contractor 12. Electrical contractor 13. High pressure gas pipeline contractor 14. LP gas contractor 15. Marine contractor 16. Mechanical contractor 17. Sign, electrical (includes outdoor electrical signs) contractor 18. Paving contractor 19. Plumbing contractor 20. Roofing contractor 21. Sheet metal contractor 22. Solar heater contractor 23. Underground utilities contractor (water and sewage) 24. Underground transmission lines contractor SPECIALTY CONTRACTORS 1. Acoustical ceiling contractor. 2. Canvas awning installation contractor 3. Carpentry contractor 4. Carpentry (finish/trim) contractor 5. Communications and sound contractor 1 Underlined words are added. StrackWr-ough words are deleted. ,%W *00 6. Concrete forming and placing contractor 7. Concrete placing and finishing contractor 8. Drywall contractor 9. Fence contractor 10. Garage door contractor 11. Glass and glazing contractor 12. Gunite contractor 13. Insulation contractor 14. Journeyman electrician 15. Journeyman plumber 16. Masonry contractor 17. Master electrician (non -contractor) 18. Master plumber (non -contractor) 19. Mobile home set-up contractor 20. Painting contractor 21. Plaster and stucco contractor 22. Sign (non -electrical installation) contractor 23. Irrigation sprinkler contractor (includes lawn sprinkler) 24. Structural steel contractor 25. Paver block 26. Marble and tile 27. Terrazzo SCOPE OF SERVICES FOR CONTRACTORS Division I General contractor - A general contractor's scope of services shall be unlimited as to the type of work which he may do, except as otherwise provided herein or under Ordinance No. 92-04. Contractor shall provide written proof of having four (4) years field experience in the construction trade, with one (1) year in a supervisory capacity, site foreman, reporting to the site superintendent or the general, building or residential contractor. Building contractor - A building contractor's scope of services is limited to construction of commercial buildings and single -dwelling or multiple -dwelling residential buildings, which commercial or residential buildings do not exceed three (3) stories in height, and accessory use structures in connection therewith; or remodeling, repair or improvement of any size building if the services do not affect the structural members of the building. Contractor shall provide written proof of having four (4) years field experience in the construction trade with one (1) year in a supervisory capacity, site foreman, reporting to the site superintendent or the general, building or residential contractor. Residential contractor - A residential contractor's scope of services is limited to construction, remodeling, repair, or improvement of one -family, two-family, or three-family residences not exceeding two (2) stories in height and accessory use structures in connection therewith. Contractor shall provide written proof of having four (4) years field experience in the Underlined words are added. Sftmrk-thrmrgh words are deleted. ..W construction trade, with one (1) year in a supervisory capacity, site foreman, reporting to the site superintendent or the general, building or residential contractor. Division II Aluminum I contractor - An aluminum (with concrete) contractor I's scope of services is limited to fabrication, installation, maintenance, repair, alteration or extension of accessories such as metal siding, soffits, gutters awnings and prefabricated rooms. These contractors may also form, place reinforcing steel and miscellaneous steel and pour, place and finish concrete incidental to an aluminum accessory structure only, on grade only. Contractors shall provide written proof of having three (3) years experience in aluminum construction trade. 2. Aluminum II contractor An aluminum contractor II's scone of services involves those who are qualified to fabricate install repair, alter or extend aluminum structures, including screen rooms with solid or screen roofs metal siding soffits gutters and awnings Contractors shall provide written proof of having three (3) years experience in aluminum construction trade. 3. Alarm Systems I contractor - An alarm system contractor I's scope of services is unlimited in the execution of contracts requiring the ability, experience, science, knowledge and skill to lay out, fabricate, install, maintain, alter, repair, monitor, inspect, replace or service all types of alarm systems for all purposes. Contractors shall provide written proof of having three (3) years field experience in the alarm system trades. 4. Alarm Systems II contractor - An alarm system contractor II's scope of work is limited to the execution of contracts requiring the ability, experience, science, knowledge and skill to lay out, fabricate, install, maintain, alter, repair, monitor, inspect, replace or service all types of alarm systems, other than fire, for all purposes. Contractor shall provide written proof of having three (3) years field experience. 5. Class "A" air conditioning contractor - A class "A" air conditioning contractor's scope of services is unlimited in the execution of contracts requiring the experience, knowledge, and skill to install, maintain, repair, fabricate, alter, extend, or design, when not prohibited by law, central air conditioning, refrigeration, heating, and ventilating systems, including duct work in connection with a complete system only to the extent such duct work is performed by the contractor as is necessary to make complete an air distribution system, boiler and unfired pressure vessel systems, and all appurtenances, apparatus, or equipment used in connection therewith; to install, maintain, repair, fabricate, alter, extend, or design, when not prohibited by law, piping, insulation of pipes, vessels and ducts, pressure and process piping, and pneumatic control piping, to replace, disconnect or reconnect power wiring on the load side of the dedicated existing electrical disconnect switch; to install, disconnect, and reconnect low voltage heating, ventilating, and air conditioning control wiring; and to install a condensate drain from an air conditioning unit to an existing safe waste or other approved disposal other than a direct connection to sanitary systems. The scope of work for such contractor shall also include any excavation work incidental thereto, but shall not include any work as a liquified Underlined words are added. Sftwckthrough words are deleted. IIIAW ..d petroleum or natural gas fuel lines within buildings, potable waterlines or connections thereto, sanitary sewer lines, swimming pool piping and filters, or electrical power wiring. Contractor shall provide written proof of having four (4) years field experience in air conditioning, refrigeration, heating and ventilation systems. 6. Class 'B" air conditioning contractor - A class `B" air conditioning contractor's scope of services is limited to 25 tons of cooling and 500,000 Btu of hearing in any one system in the execution of contracts requiring the experience, knowledge, and skill to install, maintain, repair, fabricate, alter, extend, or design, when not prohibited by law, central air conditioning, refrigeration, heating, and ventilating systems, including duct work in connection with a complete system only to the extent such duct work is performed by the contractor as is necessary to make complete an air distribution system being installed under this classification; to install, maintain, repair, fabricate, alter, extend, or design, when not prohibited by law, piping and insulation of pipes, vessels, and ducts; to replace, disconnect, or reconnect power wiring on the load side of the dedicated existing electrical disconnect switch; to install, disconnect, and reconnect low voltage heating, ventilating, and air conditioning control wiring; and to install a condensate drain from an air conditioning unit to an existing safe waste or other approved disposal other than a direct connection to a sanitary system. The scope of work for such contractor shall also include any excavation work incidental thereto, but shall not include any work such as liquefied petroleum or natural gas fuel lines within buildings, potable waterlines or connections thereto, sanitary sewer lines, swimming pool piping and filters, or electrical power wiring. Contractor shall provide written proof of having four (4) years field experience in air conditioning, refrigeration, heating and ventilation systems. 7. Class "C" air conditioning contractor - A class "C" air conditioning contractor's scope of services is limited to the servicing of air conditioning, heating, or refrigeration systems, including duct alterations in connection with those systems he is servicing, and whose certification or registration, issued pursuant to this part, was valid on October 1, 1988, shall be so registered or certified after October 1, 1988. However, the board shall continue to license and regulate those Class C air conditioning contractors who held Class C licenses prior to October 1, 1988. The department of professional regulation no longer registers this type and class of contractor. No certificate of competency issued. 8. Commercial pool/spa contractor - A commercial pool/spa contractor's scope of services may involve, but are not limited to, the construction, repair, water treatment, and servicing of any swimming pool, or hot tub or spa, whether public, private, or otherwise, regardless of use. The scope of such work includes layout, excavation, operation of construction pumps for dewatering purposes, steelwork, installation of light niches, construction of floors, guniting, fiberglassing, installation of tile and coping, installation of all perimeter and filter piping, installation of all filter equipment and chemical feeders of any type, plastering of the interior, construction of decks, construction of equipment rooms or housing for pool equipment, and installation of package pool heaters. However, the scope of such work does not include direct connections to a sanitary sewer system or to potable waterlines. Contractor shall provide 4 Underlined words are added. 8trcrck-tlrroggh words are deleted. �*Mw �Wv written proof of four (4) years experience in the construction and repairs of commercial swimming pools and spas. 9. Residential yool/sVa contractor - Aresidential pool/spa contractor's scope of services involves, but is not limited to, the construction, repair, water treatment, and servicing of any residential swimming pool or hot tub or spa, regardless of use. The scope of such work includes layout, excavation, operation of construction pumps for dewatering purposes steelwork, installation of light niches, construction of floors, guniting, fiberglassing, installation of tile and coping, installation of all perimeter and filter piping, installation of all filter equipment and chemical feeders of any type, plastering of the interior, construction of decks, installation of housing for pool equipment, and installation of package pool heaters. However, the scope of such work does not include direct connections to a sanitary sewer system or to potable waterlines. Contractor shall provide written proof of four (4) years experience in the construction and repairs of swimming pools and spas. 10. PooUWa maintenance and repair contractor - A pooUspa servicing contractor's scope of work is limited to servicing, repair, water treatment, including, but not limited to, the direct infusion of chlorine gas, and maintenance of any swimming pool or hot tub or spa, whether public or private. The scope of such work may include any necessary piping and repairs, replacement and repair of existing equipment, or installation of new additional equipment as necessary. The scope of such work includes the reinstallation of tile and coping, repair and replacement of all piping, filter equipment, and chemical feeders of any type, replastering, reconstruction of decks, and reinstallation or addition of pool heaters. Contractor shall provide written proof of three (3) years experience in the maintenance and repair of swimming pools and spas. 11. Demolition contractor - A demolition contractor's scope of services is limited to demolition and removal of structures, such as dwellings, commercial buildings and foundations. Contractor shall provide written proof of having two (2) years experience in the demolition trade. 12. Electrical contractor - An electrical contractor's scope of services involves the conduct of business in the electrical trade field and require the experience, knowledge, and skill to install, repair, alter, add to, or design, in compliance with law, electrical wiring, fixtures, appliances, apparatus, raceways, conduit, or any part thereof, which generates, transmits, transforms, or utilizes electrical energy in any form, including the electrical installation and systems within plants and substations, all in compliance with applicable plans, specifications, codes, laws, and regulations. Contractor shall provide written proof of having four (4) years field experience, including two (2) years supervisory experience, under the supervision and control of a licensed electrical contractor. 13. High pressure gas pipeline contractor - A high pressure gas pipeline contractor's services are limited to excavation for and construction, alteration, repair and maintenance of transmission and distribution lines for liquid or gaseous fuels under pressure to welded pipes, valves, meters Underlined words are added. $trncktln-ough words are deleted. and similar components incidental thereto. Contractor shall provide written proof of four (4) years experience in the high pressure gas (natural gas) pipeline construction trade. 14. Liquefied petroleum pas contractor - A liquefied petroleum gas contractor's services are limited to installation, maintenance, repair, alteration, or extension of liquefied petroleum gas piping, appliances, gas mains, lines, laterals, tanks, regulators, meters and other appurtenances and paraphernalia in connection therewith, including wall and central heating units and any building or structure or on any premises, public or private. Contractor shall comply with field experience requirements established by the State Fire Marshal. 15. Marine contractor - A marine contractor's services are limited to construction of bulkheads, revetments, docks, piers, wharfs, groins and other marine structures, including pile driving. Contractor shall provide written proof of three (3) years experience in marine construction trade. 16. Mechanical contractor - A mechanical contractor's services are unlimited in the execution of contracts requiring the experience, knowledge, and skill to install, maintain, repair, fabricate, alter, extend, or design, when not prohibited by law, central air conditioning, refrigeration, heating, and ventilating systems, including duct work in connection with complete system only to the extent such duct work is performed by the contractor as is necessary to make complete an air distribution system, boiler and unfired pressure vessel systems, lift station equipment and piping, and all appurtenances, apparatus, or equipment used in connection therewith; to install, maintain, repair, fabricate, alter, extend, or design, when not prohibited by law, piping, insulation of pipes, vessels and ducts, pressure and process piping, pneumatic control piping, gasoline tanks and pump installations and piping for same, standpipes, air piping, vacuum line piping, oxygen lines, nitrous oxide piping, ink and chemical lines, fuel transmission lines, and natural gas fuel lines within buildings; to replace, disconnect, or reconnect power wiring on the load side of the dedicated existing electrical disconnect switch; to install a condensate drain from an air conditioning unit to an existing safe waste or sanitary system. The scope of work for such contractor shall also include any excavation work incidental thereto, but shall not include any work such as liquefied petroleum gas fuel lines within buildings, potable waterlines or connections thereto, sanitary sewer lines, swimming pool piping and filters, or electrical power wiring. Contractor shall provide written proof of having three (3) years field experience in the air conditioning, refrigeration, heating and ventilation systems construction trade. 17. Sign, electrical (includes outdoor electrical signs contractor - An outdoor electrical sign contractor scope of services are limited to installation, repair, alteration, addition to, or changing any electrical wires, apparatus, raceways, conduit or any part thereof on electrical signs and erection of signs. Such contractor may contract for, and take out building permits for the erection of signs. Contractor shall provide written proof of one (1) year experience in the manufacture fabrication and installation of electric signs. 6 Underlined words are added. StruckWrrongh words are deleted. v ro+ 18. Paving contractor - A paving contractor, scope of services is limited to construction of roads, airport runways and aprons, parking lots, sidewalks, curbs and gutters, property line walls, storm drainage facilities and performance of excavating, clearing and grading incidental thereto. Contractor shall provide written proof of three (3) years experience in the paving construction trade. 19. Plumbing contractor - A plumbing contractor's scope of services consists of the execution and performance of contracts requiring the experience, financial means, knowledge, and skill to install, maintain, repair, alter, extend, or, when not prohibited by law, design plumbing. A plumbing contractor may install, maintain, repair, alter, extend, or, when not prohibited by law, design the following without obtaining any additional local regulatory license, certificate, or registration; sanitary drainage or storm drainage facilities; venting systems; public or private water supply systems; septic tanks; drainage and supply wells; swimming pool piping; irrigation systems; or solar heating water systems and all appurtenances, apparatus, or equipment used in connection therewith, including boilers and pressure process piping and including the installation of water, natural gas (excluding liquid petroleum gases), and storm and sanitary sewer lines; and water and sewer plants and substations. The scope of work of the plumbing contractor also includes the design, when not prohibited by law, and installation, maintenance, repair, alteration, or extension of air -piping, vacuum line piping, oxygen line piping, nitrous oxide piping, and all related medical gas systems; fire line standpipes and fire sprinklers to the extent authorized by law; ink and chemical lines; fuel oil and gasoline piping and tank and pump installation, except bulk storage plants; and pneumatic control piping systems, all in such a manner as to comply with all plans, specifications, codes, laws, and regulations applicable. The scope of work of the plumbing contractor shall apply to private property and public property, shall include any excavation work incidental thereto, and shall include the work of the specialty plumbing contractor. Such contractor shall subcontract, with a qualified contractor in the field concerned, all other work incidental to the work but which is specified herein as being the work of a trade other than that of a plumbing contractor. Nothing in this definition shall be construed to limit the scope of work of any specialty contractor certified pursuant to s.489.113(6). Nothing in this definition shall be construed to require certification or registration under this part of any authorized employee of a public natural gas utility or of a private natural gas utility regulated by the Public Service Commission when disconnecting and reconnecting water lines in the servicing or replacement of an existing water heater. Contractor shall provide written proof of having four (4) years field experience, including two (2) years supervisory experience, under the supervision and control of a licensed plumbing contractor. 20. Roofing contractor - A roofing contractor's scope of services are unlimited in the roofing trade and involve installation, maintenance, repair, alteration, extension, or design, when not prohibited by law, and use of materials and items used in the installation, maintenance, extension, and alteration of all kinds of roofing, waterproofing, and coating, except when coating is not represented to protect, repair, waterproof, stop leaks, or extend the life of the roof. Contractor shall provide written proof of four (4) years experience in the roofing construction trade. 7 Underlined words are added. 8trnz9Wrrmgh words are deleted. u 1440 21. Sheet metal contractor - A sheet metal contractor's scope of services is limited to manufacture, assembly, casting, cutting, shaping, forgoing, fabrication, welding, repair, reconditioning, adjustment and installation of sheet rolled metal of any kind or combination and all other air- veyor systems and air handling systems, regardless of materials used, including all equipment and all reinforcements in connection therewith. Contractor shall provide written proof of four (4) years experience in the sheet metal construction trade. 22. Solar heater contractor - A solar heater contractor's scope of services is limited to installation, alteration, repair or replacement of any solar hot water heating system of residence or for swimming pools, including collectors, storage and expansion tanks, heat exchanges, piping, valves, pumps, sensors, low voltage controls which connect to existing plumbing and electrical stub -outs. Contractor shall provide written proof of four (4) years in the installation of solar heat systems. 23. Underground utilities contractor (water and sewage) -An underground utilities contractor (water and sewage) contractor's scope of services are limited to installation, maintenance, repair, alteration or extension of any system of piping, tubing, vessels, containers, pumps, apparatus and appurtenances in connection with such pressure piping used for the circulating, transporting, holding or processing of any vapor, fluid liquid, semi -liquid or solids, except gas. This contractor's scope of work excludes liquefied petroleum, gas and natural gas. Contractor shall provide written proof of four (4) years of experience in the underground utilities (water and sewage) construction trade. 24. Underground transmission lines contractor -An underground transmission lines contractor's scope of services is limited to installation, maintenance, repair, alteration or extension of underground electrical and communication transmission lines, manholes, splice pits, laying of rigid conduit incidental thereto. This contractor may also restore pavement, roadway and walkway surfaces excavated or removed in the course of his work in compliance with the applicable county codes, regulations and ordinances. Contractor shall provide written proof of four (4) years experience in the underground utilities, transmission lines construction trade. SPECIALTY CONTRACTORS Acoustical ceiling contractor - An acoustical ceiling contractor's scope of services is limited to installation, repair, maintenance, alteration and extension of acoustical ceilings in any building or structure. Contractor shall provide written proof of having two (2) years field experience in this construction trade. 2. Canvas awning installation contractor - A canvas awning installation contractor's scope of services is limited to construction, fabrication, manufacture, installation, repair, maintenance, alteration and extension of canvas awnings on any building or structure. Contractor shall provide written proof of having one (1) year experience in the construction trade of installing canvas awnings. Underlined words are added. Sir uck ih, ough words are deleted. *ft", r./ Carpentry contractor - A carpentry contractor's scope of services involves the installation of any wood products in a building including, but not limited to, rough framing, structural and nonstructural, trusses, sheathing and the work of the finish carpentry contractor. Contractor shall provide written proof of having three (3) years experience in the carpentry trade. 4. Carpentry (finish/trim) contractor - A carpentry (finish/trim) contractor's scope of services is limited to installation of finish wood products including paneling, trim cabinetry, doors, windows (including metal) and all hardware incidental thereto. Contractor shall provide written proof of three (3) years experience in the carpentry, trim and finish trade. Communications and sound contractor - A communications and sound contractor's scope of services is limited to installation, maintenance, repair, alteration or extension of wiring, apparatus, circuits, and equipment operating at less than 50 volts, raceways, conduit for private telephone, intercom and public address systems. This contractor may connect to an existing power circuit beyond the last overcurrent devise, but may not install burglar and fire alarm systems. Contractor shall provide written proof of two (2) years experience in the installation of communications and sound systems. 6. Concrete forming and placing contractor - A concrete forming and placing contractor's scope of services is limited to batching and mixing aggregates, cement and water to agreed specifications, construction of forms and framework for the casting and shaping of concrete, placement of miscellaneous embedded steel and pouring, placing and finishing concrete. Contractor shall provide written proof of having two (2) years experience in the concrete construction trades. 7. Concrete placing and finishing contractor- A concrete placing and finishing contractor's scope of services is limited to pouring, placing and finishing concrete flatwork (floors, slab on grade, sidewalks, etc.) including placement of mesh reinforcement, plastic vapor barriers and edge forms incidental thereto. Contractor shall provide written proof of having two (2) years experience in the concrete construction trade. Drywall contractor - A drywall contractor's scope of services is limited to installation of gypsum drywall products to wood and metal studs, wood and steel joists and metal runners in buildings of unlimited area and height. The scope of the services shall include the preparation of the surface over which the drywall product is to be applied, including the placing of metal studs and runners and all necessary trim. Contractor shall provide written proof of having two (2) years experience in the drywall construction trade. 9. Fence contractor - A fence erection contractor's scope of services is limited to manufacture, construction, installation, repair, maintenance, extension or alteration of fences consisting of metal add wooden materials for buildings and structures. Contractor shall provide written proof of having one (1) year experience in the fence construction trade. Underlined words are added. SI, mh M,rough words are deleted. r. s+ 10. Garage door contractor - A garage door contractor, scope of services is limited to manufacture, construction, installation, repair, extension or alteration of garage doors. Contractor shall provide written proof of having three (3) years experience in the installation, repair and maintenance of garage doors. 11. Glass and glazing contractor - A glass and glazing contractor's scope of services is limited to selection, cutting, assembly and installation of all makes and kinds of glass and glass work and execute the glazing frames, panels, sash and door add holding metal frames, ornamental decorations, mirrors, tub and shower enclosures. Contractor shall provide written proof of having three (3) years experience in the glass and glazing construction trade. 12. Gunite contractor - A gunite contractor's scope of services is limited to use and maintenance of pressure equipment, mix materials and application according to building codes. Contractor shall provide written proof of having two (2) years experience in the gunite construction trade. 13. Insulation contractor - An insulation (all types) contractor's scope of services is limited to installation, maintenance, repair, alteration or extension of any insulation primarily installed to prevent loss or gain of heat from internal or external sources in pipes, vessels, ducts or built- up refrigerated boxes or rooms, or acoustical materials. Contractor shall provide written proof of having three (3) years experience in the insulation trade. 14. Journeyman electrician - A joumeyman electrician contractor's scope of services is for those electricians who demonstrate suitable knowledge and experience to perform work in the electrical trades while employed or supervised by an electrical contractor. Contractor shall provide written proof of having four (4) years experience in the electrical trade under the supervision and control of a licensed electrical contractor. 15. Journeyman plumber - A journey plumber license contractor's scope of services is for those plumbers who demonstrate suitable knowledge and experience to perform work in the plumbing trades while employed or supervised by a plumbing contractor. Contractor shall provide written proof of having four (4) years experience in the plumbing trade under the supervision and control of a licensed plumbing contractor. 16. Masonry contractor - A masonry contractor's scope of services is limited to selection, cutting and laying brick and concrete block or any other unit masonry products, lay brick and other baked clay products, rough cut and dress stone, artificial stone and precast blocks, structural glass brick or block, but not pouring or finishing concrete. Contractor shall provide written proof of having three (3) years experience in the masonry construction trade. 17. Master electrician (non contractor) - An electrical contractor's scope of services involves the conduct of business in the electrical trade field and requires the experience, knowledge, and skill to install, repair, alter, add to, or design, in compliance with law, electrical wiring, fixtures, appliances, apparatus, raceways, conduit, or any part thereof, which generates, transmits, transforms, or utilizes electrical energy in any form, including the electrical 10 Underlined words are added Strack hrm h words are deleted. N%pv ./ installation and systems within plants and substations, all in compliance with applicable plans, specifications, codes, laws, and regulations. Contractor shall provide written proof of having four (4) years field experience, including two (2) years supervisory experience, under the supervision and control of a licensed electrical contractor. 18. Master plumber (non contractor) - A plumbing contractor's scope of services consists of the execution and performance of contracts requiring the experience, financial means, knowledge, and skill to install, maintain, repair, alter, extend, or, when not prohibited by law, design plumbing. A plumbing contractor may install, maintain, repair, alter, extend, or, when not prohibited by law, design the following without obtaining any additional local regulatory license, certificate, or registration; sanitary drainage or storm drainage facilities; venting systems; public or private water supply systems; septic tanks; drainage and supply wells; swimming pool piping; irrigation systems; or solar heating water systems and all appurtenances, apparatus, or equipment used in connection therewith, including boilers and pressure process piping and including the installation of water, natural gas (excluding liquid petroleum gases), and storm and sanitary sewer lines; and water and sewer plants and substations. The scope of work of the plumbing contractor also includes the design, when not prohibited by law, and installation, maintenance, repair, alteration, or extension of air -piping, vacuum line piping, oxygen line piping, nitrous oxide piping, and all related medical gas systems; fire line standpipes and fire sprinklers to the extent authorized by law; ink and chemical lines; fuel oil and gasoline piping and tank and pump installation, except bulk storage plants; and pneumatic control piping systems, all in such a manner as to comply with all plans, specifications, codes, laws, and regulations applicable. The scope of work of the plumbing contractor shall apply to private property and public property, shall include any excavation work incidental thereto, and shall include the work of the specialty plumbing contractor. Such contractor shall subcontract, with a qualified contractor in the field concerned, all other work incidental to the work but which is specified herein as being the work of a trade other than that of a plumbing contractor. Nothing in this definition shall be construed to limit the scope of work of any specialty contractor certified pursuant to s.489.113(6). Nothing in this definition shall be construed to require certification or registration under this part of any authorized employee of a public natural gas utility or of a private natural gas utility regulated by the Public Service Commission when disconnecting and reconnecting water lines in the servicing or replacement of an existing water heater. Contractor shall provide written proof of having four (4) years field experience, including two (2) years supervisory experience, under the supervision and control of a licensed plumbing contractor 19. Mobile home set-up contractor -A mobile home set-up contractor's scope of services is limited to the set-up, tie down, repair, painting, re -roofing, cleaning, and other such work to a mobile home that does not require any electrical, plumbing, heating or air conditioning certification required by state and county laws and ordinances. Such contractor's scope of services does not allow a mobile home set-up contractor to in any way build a foundation for that unit or carry out other concrete/masonry work related to anything other than the blocking and tie - down of the unit. A mobile home set-up contractor is not empowered to connect either water or sewer lines. A mobile home set-up contractor is not empowered to add any room to a 11 Underlined words are added. St, mk through words are deleted. mobile home that is not in strict accordance with applicable federal and state laws and regulations. Such contractor is prohibited from constructing, installing, repairing a screen or Florida room under the scope of work of this certificate of competency. Such construction, installation and repair shall be done by a duly certified or registered contractor whose scope of services includes such construction. Contractor shall provide written proof of having three (3) years experience in the mobile home set-up construction trade. 20. Painting contractor - A painting contractor's scope of services is limited to the use of spraying equipment as well as hand tools to finish both exterior and interior work. A painting contractor may also do paperhanging, sandblasting, waterproofing and may clean and finish roofs. Contractor shall provide written proof of two (2) year experience in the painting trade. 21. Plaster and stucco contractor - A plastering contractor's (also lath and plaster, plastering and stucco) scope of services is limited to coating surfaces with a mixture of sand or other aggregate gypsum plaster, portland cement or quicklime and water, or any combination of such material as to create a permanent surface coating. Such contractor may apply and affix gypsum or metal lath or any other product prepared or manufactured, including the placing of metal studs and runners to which lath is to be applied, to provide key or suction bases for the support of the plaster coating. Contractor shall provide written proof of three (3) years experience in the plaster and stucco construction trade. 22. Sign (non -electrical installation) contractor - A sign (non -electrical installation) contractor's scope of services is limited to installation, repair, addition to or changing non -electrical signs according to the building code. Contractor shall provide written proof of one (1) year experience in the manufacture, fabrication and installation of non -electric signs. 23. Irrigation sprinkler contractor (includes Lawn Sprinkler) - An irrigation sprinkler contractor's (includes lawn sprinkler) scope of services is limited to installation, maintenance, repair, alteration or extension of all piping and sprinkler heads for the irrigation of lawns, including the connection to a water pump and installation of master controller for the installed sprinkler system. Contractor shall provide written proof of having one (1) year experience in the installation of irrigation and lawn sprinkler systems. 24. Structural steel contractor - A structural steel contractor's scope of services is limited to erection of structural steel shapes and plates, including such minor field fabrication as may be necessary, or any profile, perimeter, or cross-section, that are or may be used as structural members for buildings and structures, including riveting, welding and rigging, only in connection therewith. Contractor shall provide written proof of having four (4) years experience in the structural steel erection construction trade. 25. Tile, marble and terrazzo contractor - A tile, marble and terrazzo contractor's scope of services is limited to setting tile and marble and mixing, preparation and finishing terrazzo. Contractor shall provide written proof of having three (3) years of experience in the tile, marble and terrazzo construction trade. 12 Underlined words are added. Sh ark M, ough words are deleted. En 26. Marble and tile - A tile and marble contractor's scope of services is limited to setting tile and marble. Contractor shall provide written proof of having three (3) years of experience in the tile and marble construction trade. 27. Terrazzo - Those who are qualified to mix, prepare, and finish terrazzo. This category includes the application of chattahoochee stone or any stone aggregates aookued through the use of any type adhesives. 13 Underlined words are added. StrackWavagh words are deleted. AGENDA REQUEST TO: BOARD OF COUNTY COMMISSIONERS ITEM NO. C-4C DATE: January 16, 2001 REGULAR[] PUBLIC HEARING [ ] CONSENT [XX] PRESENTED BY: Donald G. Cole SUBMITTED BY (DEPT.): County Attorney Property Acquisition Manager SUBJECT: Midway Road/Glades Cut -Off Road Intersection Improvements Contract for Sale and Purchase Vartouhy Karakashian - Parcel I.D. 3420-735-0076-000/9 BACKGROUND: See attached memorandum FUNDS AVAIL.: Funds will be made available in 101002-4112-563007-410045 Transportation Trust/Constitutional Gas Tax PREVIOUS ACTION: NIA RECOMMENDATION: Staff recommends that the Board approve the attached Contract for Sale and Purchase with Vartouhy Karakashian in the amount of $5,000.00 plus closing costs, authorize the Chairman to execute the Contract and direct staff to proceed with closing and record the documents in the Public Records of St. Lucie County. COMMISSION ACTION: [X] APPROVED [ ] DENIED [ ] OTHER: 4-0 (Barnes Absent) XX County Attorney_ j XX Originating Dept.:_Pr Finance: (Check for Copy only, if applicable) Review and Approvals XX Road & Bridge: �t_' County Engineer: G:\ACQ1WPJoAnn\Glades Midway Intersecdon\Kamkashian\BCCAgenda11601.wpd XX Mgmt & B 'I Eff. 5/96 %m. *4r PROPERTY ACQUISITION DIVISION MEMORANDUM TO: Board of County Commissioners FROM: Donald G. Cole, Property Acquisition Manager DATE: January 16, 2001 SUBJECT: Midway Road/Glades Cut -Off Road Intersection Improvements Contract for Sale and Purchase Vartouhy Karakashian - Parcel I.D. 3420-735-0076-000/9 St. Lucie County intends to construct intersection improvements as referenced above consisting of pavement widening, including turn lane additions and intersection improvements. With these improvements, St. Lucie County must provide ponds for storm water run off detention prior to discharging into the North St. Lucie River Water Control District Canal No. 103. The County has contracted Lindahl, Browning, Ferrari & Hellstrom, Inc. to design the proposed improvements and determined parcels on the South side of Canal No. 103 would be the most viable location for a pond. The Karakashian parcel is necessary as it lies on the South side of Canal No. 103 on the Southeast quadrant of the intersection. Florida Property Consultants Group performed an appraisal and valued the subject property at $5,000.00. RECOMMENDATION: Staff recommends that the Board approve the attached Contract for Sale and Purchase with Vartouhy Karakashian in the amount of $5,000.00 plus closing costs, authorize the Chairman to execute the Contract and direct staff to proceed with closing and record the documents in the Public Records of St. Lucie County. Respectfully submitted, Donald G. Cole Property Acquisition Manager m .g f� � a 183aid ls� cV rc a' I *kw. n PROJECT NAME: Midway/Glades Cut -Off Intersection Improvements Project PARCEL: Karakashian - Tax ID # 3420-735-0076-000/9 CONTRACT FOR SALE AND PURCHASE FOR REAL PROPERTY ACQUISITION THIS AGREEMENT made this day of 20 , between VARTOUHY KARAKASHIAN the unremarried surviving spouse of HARRY KARAKASHIAN Deceased, whose mailing address is 1261 Pine Sage Circle, West Palm Beach FL 33409 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 and no/100------------------------------------i$5,000.00) Dollars, determined to be the total of the following: Real Property (Land) and Buildings $5,000.00 Other Improvements upon the Land (described, if any) N/A Severance Damages NIA Other (describe) N/A payable in Cash or Cashier's check atthetime of closing; plus orminus credits, adjustments and prorations as of the date of closing. 2. EXPENSES. PURCHASER shall pay for documentary stamps and recording fees on the Deed Midway/Glades Cut -Off Intersection Improvements - Karakashian 1 ''r' . 0 conveying the subject real property to PURCHASER. Processing fees, 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. Midway/Glades Cut -Off Intersection Improvements - Karakashian 2 *40 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. 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 31, 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. Midway/Glades Cut -Off Intersection Improvements - Karakashian 3 v4w( "RO 13. DEFAULT. If SELLER fails to perform hereunder without fault of the PURCHASER, all monies paid hereundershall be returnedtothe 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 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 underthis 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 showtitle in the PURCHASER, withoutany intervening encumbrances orchange 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 Midway/Glades Cut -Off Intersection Improvements . Karakashian 4 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. 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 setforth inthis Contractshall be true as of and surviving the closing, and all obligations of SELLER MidwaylGlades Cut -Off Intersection Improvements - Karakashian r., `0 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. 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 orthe 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. Midway/Glades Cut{Off Intersection improvements - Karakashian 6 IN WITNESS WHEREOF, the parties have hereunto affixed their hands and seals. EXECUTED by SELLER this& day of Witness as to Vartouhy Karrakashian (—Witness a to Vartouhy 1 rakashian EXECUTED by PURCHASER this ATTEST: DEPUTY CLERK Z"-r a 41dLe Vartouhy K� akashian day of Midway/Glades Cut -Off Intersection Improvements - Karakashian 7 20 BOARD OF COUNTY COMMISSIONERS OF ST. LUCIE COUNTY, FLORIDA BY: CHAIRMAN APPROVED AS TO FORM AND CORRECTNESS County Attorney *4I.. 140 EXHIBIT "A" LEGAL DESCRIPTION Lot 20, Block 3179, PORT ST. LUCIE SECTION FORTY SEVEN, according to the Plat thereof, as recorded in Plat Book 16, Page 40, of the Public Records of St. Lucie County, Florida. Midway/Glades Cut -Off Intersection Improvements - Karakashian 8 TO: BOARD OF COUNTY COMMISSIONERS ITEM NO. - -j'-D DATE: January 16; 2001 REGULAR[] PUBLIC HEARING [] CONSENT [XX] PRESENTED BY: SUBMITTED BY(DEPT): County Attorney Roger A. Shinn Central Services Manager SUB CT: General Elevator Sales and Services, Inc. BACKGROUND: See attached memorandum FUNDS AVAILABLE: PREVIOUS ACTION: RECOMMENDATION: Staff recommends that the Board approve the Second Amendment and authorize the Chairman to sign the Amendment. COMMISSION ACTION: ] APPROVED [ ] DENIED [ ] OTHER: 4-0 (Barnes Absent) Review and Approvals County Attorney: Management & Budget originating Dept. public Works Dir: Finance: (Check for Copy only, if applicable) County Administrator purchasing: County Eng.: Bff. 5/96 TO: FROM: C.A. NO. DATE: SUBJECT: --------------- --------------- BACKGROUND: SW INTER -OFFICE MEMORANDUM ST. LUCIE COUNTY, FLORIDA Board of County Commissioners Roger A. Shinn, Central Services Director December 6. 2000 General Elevator Sales and Service, Inc. The County entered into a Contract with General Elevator Sales and Service, Inc. in November 1997. On August 15, 2000, the Board extended the Agreement through and including September 30, 2001. The 2000 Florida Legislature amended Florida law to require that all elevator service contracts provide for an independent, third party elevator inspection service once every two years. As a result of the change in the law, the County's contractor (General Elevator Sales and Service, Inc.) has indicated that the cost to provide this mandated service will require an increase of $7.00 per elevator, per month. In this regard, the County Attorney prepared the attached Second Amendment that will increase the cost to service the County's 19 elevators by a total of $133.99 per month. RECOMMENDATION/CONCLUSION: Staff recommends that the Board approve the Second Amendment and authorize the Chairman to sign the Amendment. Respectfully submitted, v `./ Roger A. Shinn Central Services Director f AGENDA REQUEST TO: BOARD OF COUNTY COMMI55IONER5 SUBMITTED BY(DEPT): County Attorney SUBJECT: Inmate Labor Agreement BACKGROUND: See attached memorandum FUNDS AVAILABLE: PREVIOUS ACTION: ITEM NO. l q i DATE: January 16, 2001 REGULAR[] PUBLIC HEARING [] CONSENT [XX] PRESENTED BY: Daniel S. McIntyre County Attorney RECOMMENDATION: Staff recommends that the Board approve the Agreement and authorize the Chairman to sign the Agreement. COMMISSION ACTION: [ APPROVED [ ] DENIED [ j OTHER: 4-0 (Barnes Absent) Douglas Anderson County Administrator Review and Approvals County Attorney: Management & Budget Purchasing: Originating Dept. Public Works Dir: County Eng.: Finance: (Check for Copy only, if applicable) Eff. 5196 %Wr *40 INTER -OFFICE MEMORANDUM ST. LUCIE COUNTY, FLORIDA TO: Board of County Commissioners FROM: Daniel S. McIntyre, County Attorney C.A. NO. 01-57 DATE: January 9, 2001 SUBJECT: Inmate Labor Agreement BACKGROUND: Attached is a draft inmate labor agreement between the County and the Sheriff. The agreement is identical in form to the agreement approved in 1995 with the previous Sheriff. RECOMMENDATION/CONCLUSION : Staff recommends that the Board approve the Agreement and authorize the Chairman to sign the Agreement. =l 41, Daniel 5. Mc County Atto D5M/caf Attachment submitted, it M AGREEMENT WHEREAS, KEN J. MASCARA, as Sheriff of St. Lucie County and hereafter referred to as "SHERIFF MASCARA" as chief correctional officer of St. Lucie County, Florida, and in such capacity is charged with the responsibility of the care, custody and control of certain jail inmates; and WHEREAS, pursuant to Chapter 951, Florida Statutes, and Florida Administrative Code, 33-8.009, the BOARD OF COUNTY COMMISSIONERS OF ST. LUCIE COUNTY, hereafter referred to as 'BOARD", desire to put to labor upon the roads, bridges or other public works of the county inmates in the custody of SHERIFF MASCARA; and WHEREAS, SHERIFF MASCARA and the BOARD wish to memorialize their understanding regarding the use of such inmates as described above. NOW, THEREFORE, SHERIFF MASCARA and the BOARD agree as follows: 1. SHERIFF MASCARA shall provide the BOARD from time to time with inmates eligible to be put to labor pursuant to the provisions for Chapter 951, Florida Statutes and Florida Administrative Code 33-8.009, as requested by the BOARD. However, SHERIFF MASCARA shall only provide inmates to the BOARD when he, in his sole discretion, deems it appropriate to provide such inmates. 2. The BOARD agrees and understands that while inmates are put to labor as contemplated herein they are in the care, custody and control of the BOARD and its agents and employees, and the BOARD is responsible for the safety and well being of said inmates. Further, the BOARD agrees to indemnify and hold harmless SHERIFF MASCARA, his agents, officers and employees from any and all claims arising out of the use of said inmates, including, but not limited to, claims brought by agents, officers and employees of the BOARD, claims brought by the inmates, their successors or assigns, and claims brought by third parties claiming to be injured as a result of any actions of an inmate. IN WITNESS WHEREOF, THIS Agreement is executed this 5`s day of January, 2001, by and between KEN J. MASCARA, as Sheriff of St. Lucie County and the BOARD OF COUNTY COMMISSIONERS OF ST. LUCIE COUNTY, by and through its undersigned authorized representative. Page 1 of 2 WITNESSES: (Print Name) (Print Name) WITNESSES: (Print Name) (Print Name) KEN J. MASCARA ST. LUCIE COUNTY, FLORIDA 131 Ken J. Mascara, Sheriff Page 2 of 2 0 TO �_ AGENDA REQUEST ITEM NO. C-5 DATE: Jan. 16, 2001 REGULAR [ ] PUBLIC HEARING [ ] BOARD OF COUNTY COMMISSIONERS CONSENT [XXX] PRESENTED BY: SUBMITTED BY: HUMAN RESOURCES DEPARTMENT Henry A. DuFour Human Resources Director SUBJECT: Approve Equipment Request EQ01-226 and Budget Amendment BA01-121 (attached) for Human Resources Digital Imaging Program. BACKGROUND: The attached equipment request and budget amendment describe the equipment needed to proceed with the project of implementing the Digital Imaging Program for the Human Resources Department. (See attached R&S Integrated Document Imaging and Information Management Systems). FUNDS AVAIL.: Funds to be transferred from Professional Services 001-1330-531000-100 PREVIOUS ACTION: Piggybacking previous action by the Board of County Commissioners to implement this program for the County. RECOMMENDATION: Staff recommends approval of Equipment Request EQ01-226 and Budget Amendment BA01-121 authorizing completion of the Human Resources Digital Imaging Project and authorizing the purchase of the equipment. COMMISSION ACTION: [X ] APPROVED [ ] DENIED [ ] OTHER: 4-0 (Barnes Absent) HAD/mp Attachm`- ments ^ County Attorney: h" Originating Dept Review and Approvals Management & Budge1KM//rfnn Other: COZgs!Anderson Do County -Administrator Purchasing : Other Finance: (Check for Copy only, if applicable)_ Eff. 5/96 05 AGENDA TO: BOARD OF COUNTY COMMISSIONERS FROM: Henry A. DuFour, Human Resources Director DATE: Jan. 9, 2001 SUBJECT: Request to Approve Equipment Request and Budget Amendment for LaserFiche Software (Digital Imaging) BACKGROUND: Digital Imaging Programs have been approved by the Board for the purpose of developing a digital imaging program for various documents and records kept in the County Attorney's office, Community Development Department, Solid Waste and Utility departments. In order for the Human Resources Department to implement the Digital Imaging Program it is necessary to acquire the equipment and software to begin. This equipment will allow the HR Department to provide employee information to all departments through electronic imaging. It will further and most importantly reduce the excessive amount of paperwork required to maintain a traditional employee filing system. (See attached R&S Integrated Document Imaging and Information Management Systems). RECOMMENDATION: Staff recommends approval of Equipment Request EQ01-226 and Budget Amendment BA01-121 (attached) authorizing completion of the Human Resources Digital Imaging Project and authorizing the purchase of the equipment. Respectfully y submitted, Henry A. DuFo Human Resources Director HAD/mp Attachments BUDGbw"AMENDMENT REQUEST FORM `qd REQUESTING DEPARTMENT: Human Resources PREPARED DATE: 01/09/01 AGENDA DATE: 01 /16/01 .E: �AOUNT. 1N. > TO: 001-1330-564000-100 Machinery & Equipment $6,243 001-1330-534000-100 Other Contracted Services $6,000 FROM: 001-1330-531000-100 Professional Services $12,243 REASON FOR BUDGET AMENDMENT: For the purchase of a Document Scanning System for Human Resources to convert Human Resources files to image and LaserFiche database format. CONTINGENCY BALANCE: THIS AMENDMENT: REMAINING BALANCE: n/a n/a n/a DEPARTMENT APPROVAL: OMB APPROVAL: BUDGET AMENDMENT #: DOCUMENT # & INPUT BY: r 01-121 f f o � f [ ]\ EI {� \� \� §k $B § \ Lu �\CO G »�- 2 a» \ S 22 IT °o g< %& �� _ § L § ° 3 & w q\ ® E £ LzLI w\ \Z \L\ wo\ )k ) i2 °' Sww §0 z< �;( _ 00� Ste\ LUK\ /\ ;\I g�2 2\ \){ $ 0 z co «o >.�� o % j� ]$[ u2 Ea« w� 24@ � § / co �W \( tea) U) \ Cl) z mom\® §k{ MW\k G0 �k ®co co co Cl) (- \ \\ \ ; k k k �s ) ) )\ \ k / f [ \ \ Z\ z \ . & LU . 2 ,\ G« 2 ■ Z f \ ) � § �\ LLJ IL §/ o\ k k a B\ § CO ewe Im RCS Integrated Products and Services Inc. Information through Innovation 620 South Florida Avenue Lakeland, FL 33801 Voice 863.683.9393 Facsimile 863.686.0610 www.rsoasis.com R&S Integrated Document Imaging and Information Management Systems St. Lucie County Records Management Systems Document Imaging Human Resources Proposal 2000HR1 presented by R&S Integrated October 10, 2000 %aw St. Lucie County Document Management Systems Introduction Human Resources This document presents departmental costs and specifications for implementing document imaging technologies for the Community Development Department in St. Lucie County. Technology will integrate with existing network servers and computer workstations. Other departments may utilize proposed technologies and professional services. System can be upgraded at a later date with presented options, or to increase licensing for additional user or departmental access. Document lists recommended hardware specifications for workstations, servers, backup, and storage. Professional service costs are listed for each system. Imaging software includes complete server database software. Due to R&S Florida SNAPSII contract, presented pricing reflects a 8 to 10% discount from standard retail pricing. Acquisition After additional further project evaluation, a proposal will be generated specific to departmental needs. This project can be started upon R&S receiving a purchase order for desired items. This project can be purchased in whole or by part. All R&S products and services can be purchased via the R&S and state of Florida SNAPSII contract; the R&S contract number is 2502011-1. If this is the vehicle for departmental purchase, all purchasing guidelines and practices must fall under the rules stipluated in the SNAPS II purchasing program. Software upgrade pricing valid for sixty (60) days after September 25, 2000. After sixty days or after September 25, 2000 software upgrade pricing will be based on 60% of last software investment. Support upgrades will be prorated using a 12 month year. R&S Integrated Document Imaging and Information Management Systems VNW M St. Lucie County Document Management Systems Required Hardware Specifications and Department will provide the following: Human Resources Project will utilize an existing Ethernet or token ring network with existing workstations and NT 4.x or Novell >4.12 server(s). Minimum specifications for the server are Pentium II 333 MHz with 512 MB RAM, and at least four GB of hard drive space dedicated for data storage. At 60kb for each page or image, a 9.x GB hard drive will store about 150,000 pages. A Pentium III, dual 500 MHz cpus, disk array with RAID technology, and 512 MB RAM are preferred server specifications. SCSI system required for image server. A disk array that attaches to an existing image server is presented to store images and image database. RAID technology is utilized in the disk array to protect images and provide fast image and record access. Workstations should be at least Pentium 200 MHz with 32 MB RAM and 2 MB video. >Pentium 300 MHz with >17" monitors and 64 MB RAM are recommended, however, images can be viewed from a 14" or 15" monitor. Laserfiche scanning and OCRFF processing workstations should be at least Pentium II 350 with 128 MB RAM. Client workstations supported are Windows NT workstation and Windows 95/98. When using the NT server, all clients must use TCPIP. When using a Novell server, all clients must use Client 32. Presently, Windows 2000 is supported for general retrieval and process but not supported for LaserFiche scanning stations, currently being tested and certified. Image server will require tape backup to protect data and images. Network person responsible for server and systems administration will be available during initial installation (first and second day). R&S Integrated Document Imaging and Information Management Systems i.. ,No St. Lucie County Document Management Systems Document Imaging Projects Phase Three — Human Resources Part One — System Equipment & Services Human Resources 1. Document Scanning System Hardware will scan hard copy using flatbeds and automatic document feeders, 1 a. RSFUJ97GX Fujitsu 4097DG, 39178 ppm/ipm at 200 dpi $ 5,595 tb. RS2940 Adaptec 2940 PCI SCSI card $ 299 1 c. RSSCSICBL SCSI cable for scanner and card $ 50 1 d. RSKOFDry Kofax Adrenaline scanner drivers for SCSI setup $ 299 subTotal $ 6,243 2. Professional Services and Integration System install, integration, user and admin trainin4,,,.) for automated image indexing 8 hours — database setup and client software install 40 hours - departmental work process development, user and admin process training and documentation, system training 48 hours total X $130 per hour = $6,240 $ 6,240 travel included accommodations and per diem included Service hours are estimates; will be invoiced as applied to project Phase Three — Human Resources Part One Total $12,483 Part Two — Conversion of Human Resurce Files 3. Concersion of HR files to image and LaserFiche database format, delivered on LaserFiche CDR see next page pricing based on 1,000 employees @ 100 pages per employee file = 100,000 R&S SNAPSII conversion costs are $0.17 per page X 100,000 pages = $17,000 Ja R&S Integrated Document Imaging and Information Management Systems �Ww St. Lucie County Document Management Systems Document Hardcopy to Image Conversion cm Human Resources Unit pricing for >5,000 pages (<8.5 x 14. Files are picked up by R&S. Three indexes with maximum 8, 12, & 14 characters respectively. For below pricing, R&S will remove staples, do all document prep, copy torn or light printed items, and add R&S control sheets. Communication of file data during conversion is included. All R&S employees must pass FDLE background check and sign data non disclosure agreements. RS001 B Hard Copy <8.5 x 14" Section A Project development Hard copy pickup, transport boxes, per diem, service Prep; remove staples, paper clips, count pages Scan; to 300 dpi TIFF Group IV image in the LaserFiche interface, deskew Delivery of finished product Communication of file data during conversion process Section B Index; by relative fields (or dept. defined indexes established at project meeting) Section C Build LaserFiche file folders for each file category. Create documents named With relative fields such as employee number and document type, Three indexes with maximum 8, 12, & 14 characters respectively. example 2348 Hiring Docs OR system generated document name. Organize, and deliver the project files within the LaserFiche imaging interface. Each File will have a named folder with file data built into each Section D Create portable LaserFiche volumes and write to CDR optical disc, two copies Include the LaserFiche viewer program on each CDR SRP SNAPS price RS001 B Hard Copy <8.5 x 14" Total cost per page $0.19 to $0.36 $0.17 R&S Integrated Document Imaging and Information Management Systems \E co AGENDAVEQUEST ITEM NO. "To- 6 JC DATE: January 16, 2001 REGULAR: [ ] '20R10P PUBLIC HEARING: [ ] CONSENT: IX ] TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY: Veteran Services PRESENTED BY: Paul J. Hiott SUBJECT: Request to approve Equipment Request #01-224 for the purchase of a 15-passenger maxi -van and Budget Amendment #01-119 for an interest -free loan from the St. Lucie BOCC General Fund Contingency, as well as inter local agreement with The United Veterans of St. Lucie County. BACKGROUND: It is the intent of The United Veterans of St. Lucie County to purchase a 15-passenger maxi -van, necessary for transportation of veterans by the St. Lucie County Veterans Service Office. In order to finalize the acquisition of this vehicle under the State Contract during FY 00-01, Staff is requesting a short-term, interest -free loan from the St. Lucie BOCC General Fund Contingency in the amount of $22,079.00. Approval of this request is contingent on the successful execution of an agreement obligating The United Veterans of St. Lucie County to repay the money interestfree to the St. Lucie BOCC General Fund Contingency account within 2 years. FUNDS WILL BE 001-5310-564000-500 General Fund, Veteran Services, Machinery & AVAILABLE: Equipment PREVIOUS ACTION: None RECOMMENDATION: Staff recommends the Board of County Commissioners approve Equipment Request#01-224, Budget Amendment#01-119 and the iAbrdecal agreement with The United Veterans of St. Lucie County. COMMISSION ACTION: EIAPPROVED DENIED OTHER DoufAndeerson,CountyAdministrator 4-0 (Barnes Absent) Coordination/Signatures County Attorney4Copy Management & Budget: x *1C urchasing: x Originating Public Works: ther: Dept: Finance: (Check applicable): Mid lip! CO CX IN co CIS CO 0 �5 Z Q) co CX Q) Q) co Q) 'to S: 27 :3 co cn co H i Lu Q) co Q) wu cx C) z m w z �uj Q J- Q) Q,) CDIII! C� m Q) 0 0 CD z LLJ Q) 02) CD W 'ro u co 2 W­ co C.) co :�- U) Q) S-- -, co C) 0 0 w M LZ 9 Q) N to > 5. w w w Q) , m O �-% , a z z z Ex co co cx z w w w Z,:� 'Zo Q) •0 m :3 z 0 LL 0 > 0 W. 1!,14 Z— z 4-- Q) wco 0 aQ 0 0 LU W j, Q) Q) LL. Q) N Q) Z ui LL, CO 0 Q) cz,- >- cy LULU CY z `ma F- co co CO -a z 7C co co CO a) 13 7.3 . co 0 LU Z Q) a) co (D 1 z F� 0m w w ca 1� 0) co Q) lz:(� . :�-, co co 6z Q) ca Q to CU 0 Q> CO , Q) r- a) a co Fz (1:15 0 (D S. Q) j LU LO -r3 S; Q) co LO co Q) Q) 0 co to to E, CO CO wC-) 31< 0 3Q) co to — 73 Q) W Q) LU Q) (1, 0 0 o Q. I1.Z rz T Q Q § Q) Oa ma LU CO (1) =3 -�-:CQ Q 0 04 LL, C.) cq loi Q) s Q z fJ m 0 z 0 LLI x LID z w Zz 2" p F- w 2 LLI L—L LLI 2 < U) CL Lu w m w BUDG&mAMENDMENT REQUEST FORM REQUESTING DEPARTMENT VETERAN SERVICES PREPARED DATE: 01/05/01 AGENDA DATE: 01/16/01 NT► 1% _: Q T TO: 001-5310-564000-500 MACHINERY & EQUIPMENT $22,079 FROM:001-9910-599100-800 CONTINGENCY $22,079 REASON FOR BUDGET AMENDMENTO MAKE FUNDS AVAILABLE FOR THE PURCHASE OF A 15 PASSENGER VAN TO BE USED BY THE VETERAN SERVICES DEPT. FOR THE TRANSPORTATION OF VETERANS TO THEIR VA MEDICAL APPOINTMENTS. MONEY USED TO PURCHASE THE VAN WILL BE REPAID TO THE BOCC FROM THE UNITED VETERANS OF ST. LUCIE COUNTY. CONTINGENCY BALANCE: $723,918 THIS AMENDMENT: $22,079 REMAINING BALANCE: $701,839 DEPARTMENT APPROVAL: OMB APPROVAL: BUDGET AMENDMENT #: 01-119 DOCUMENT # & INPUT BY: *1SCAL YEAR 2000-2001 `✓ FUNDS APPROVED FROM CONTINGENCY GENERAL FUND AMOUNT REMAINING: $701,839 DEPARTMENT ITEM ACCUUNIS Approved Budget Contingency 001-9910-599100-800 Administration Community Redevelopment Agency Public Works Rock Road Chapel 001-1900-562011-16002 Central Services Smithsonian 00 1 - 1930-562000-76007 Proposed action: Van Loan for Veteran Services Total used: Balance Available 001-5310-564000-500 AMOUNT DATE 1,000,000 75,000 09/12 1,082 10/03 200,000 11 /08 276,082 723,918 22,079 Balance Available After Proposed Action: 701,839 'w AGREEMENT THIS AGREEMENT made and entered into this day of J A 1 , 2001, by and between UNITED VETERANS OF ST. LUCIE COUNTY, 250 N.W. Country Club Drive, Port St. Lucie, Florida 34986, hereinafter referred to as "Association', and ST. LUCIE COUNTY, a political subdivision of the State of Florida, 2300 Virginia Avenue, Fort Pierce, Florida 34982, hereinafter referred to as "County". WITNESSETH: WHEREAS, the County intends to purchase a new fifteen (15) passenger van to be used by the County Veterans Services Department for the transport of veterans to and from medical appointments; and, WHEREAS, the United Veterans desire to support the County's efforts to such services to local veterans by donating the full purchase price of the vehicle to the County; and WHEREAS, County desires to accept the donation of the Association toward the cost of the vehicle. NOW, THEREFORE, in considerationof the sum of Ten ($10.00) dollars, receipt of which is hereby acknowledged, and each of the covenants and conditions hereinafter set forth, each of which shall be deemed consideration for the other, it is agreed by and between County and the Association as follows: A A. The Association does hereby warrant and represent that it has the authority to execute this Agreement. B. On or before January 15, 2003, the Association agrees to pay to the County the principal sum of twenty-two thousand seventy-nine and 00/100 dollars ($22,079.00), which indebtedness is evidenced by the Promissory Note of Association (the "Note") in such sum, copy of said Note being attached hereto and made a part hereof as Exhibit "A". 3. COVENANTS OF COUNTY, A. On or before September 30, 2001, the County agrees to purchase a fifteen (15) passenger van for transport of veterans to and from medical appointments. -1- M v B. The County agrees to include signage on the vehicle indicating the support of the Association for the project. 4. REMEDIES. The County may either at law or in equity, by suit, action, mandamus, or other proceedings, in any court of competent jurisdiction, protect and enforce any and all rights existing under the laws of the State of Florida, or granted and contained in this Agreement and the Note, and may enforce and compel the payment of all sums and the performance of all duties required by this instrument or by any applicable laws to be performed by the Sponsor or by any officer thereof. 5. MODIFICATION OR AMENDMENT. No material modification or amendment of this Agreement or of the Note may be made without the consent in writing of the County. 6. SEVERABILITY OF INVALID PROVISIONS. If any provision of this Agreement should be held to be contrary to any express provision of law or to be contrary to the policy of express law, though not expressly prohibited, or to be against public policy, or should for any reason whatsoever be held invalid, then such provision shall be null and void and shall be deemed separate from the remaining provisions of, and in no way affect the validity of, all the other provisions of, and in no way affect the validity of, all the other provisions of this Agreement or of the Note issued hereunder. 7. DELIVERY OF NOTE. The proper officers of the Association have been duly authorized to execute this Agreement and the Note and to sign on behalf of the Association any and all documents necessary or desirable in connection with the delivery of this Agreement and of the Note. 8. SITUS. The Note and this Agreement shall be governed by the laws of the State of Florida. Venue of any litigation shall be in St. Lucie County. 9. BINDING COVENANTS. All representations, covenants and warranties in this Agreement or in the Note shall be binding upon Association and its successors and assigns and shall inure to the benefit of the County, its successors, endorsees, transferees or assigns. 10. NOTICE. All notices, requests, demands or other communications provided for herein shall be in writing and shall be deemed to have been given upon posting in a United States Post Office, by registered or certified mail, return receipt requested, addressed to the party to whom such communication is to be given at its address as set forth at the head of this instrument, or to such other address as either party shall designate in writing in like manner. [Remainder of page intentionally left blank.] -2- %w IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their duly authorized officers and their respective seals hereunto affixed the day and year first above written. ATTEST: Deputy Clerk WITNESSES: g:\atty\agreemnt\veterans.van.wpd Sid BOARD OF COUNTY COMMISSIONERS ST. LUCIE COUNTY, FLORIDA BY: Chairman APPROVED AS TO FORM AND CORRECTNESS: BY County Attorney UNITED VETERANS OF ST. LUCIE COUNTY . �(� l ' u U1 Chair an 01.%0512001 03:58 FAX 5614621704 STLUCIEPURCHASIN IE 01 r1'If1_'2r1rLA.75 FTFTFFN PACCFNl:'FR. A7 AX'f 'D tw i nFA M lln '1M IA1 Tsi.T TAT T f1L'tiT\Tt>1".T ti � ►T urv-,sw->r�,a 11P llf.l\ rr'aaati�vtra� •ruy Me`ur NOTE: This detailed specification is not comolete unless it is used in coniunction with Specification Number SRAT-1, Special Requirements All Automobiles and Light Trucks. TNT r IDEDuSF. rrCCTt-rrkV RiWnrrrpr nTrTV TY'Ig7TAT/: AATn TRAATCVnD'rATrn7V nF rrR TA WrYrrp Tr INDNII)UALS ON THE HIGHWAY AM OFF THE HIGHWAY ON UAW"ROVFID ROADS. STD. SEATING CAPACITY: 1 S L. 1 V W IriV C.APAC.i i Y- 15 Passenger LUUU ibs_ PERCI_1- D%A AAIV'M r1DTTATTC DACCCAT/yC7)C nV rMLriTVT T]C OPT 2004_ TRAn—R F W PKa 1 S OR 5500 OPT. 2005, TRAILER TOW PKG_ IS OR 8000 OPT. 2006, TRAILER TOW PKG, 15 OR 7500 (GM), 10,000 (Ford) C1JJL) 10c Ar r2Rn I M% --,I Tat r..,..,.:..w rl Ares uo. ctAndprri altcrnAtnr and �Attnrv- atpnrlArrl rnnlinv evctrm 2V--IMANNhUbN1VN: MtnIMUM 4 speed alltoinatio wittl ove'dnve- 7n ANT:77Q- Ctanttarti avla rafin irnr cnanijrari Rnotina/franamiaainn rnm hinafinn r 40. PERFORMANCE. ITEMS: Standard instrumentation; power steering. en t^n)Lrsnn r rrcwrt Air Vcg:��r»a� _.a ANA-VNA • __.... radio- vinvl seat unhnlstery fiill Ienotheadliner- trim on doors and side nanels in passenger oompariment; vinyl floor covering; sunscreen, deers timed or privacy glass all around, except for windshield and glass in front doors- ... U-1 ..: 1.. �1y 1....1...:.. ..�..... �.. �1 ...1�:�.. ..t^ _� �.. liah"- air hAoa ririvwr anti naeeenorr CtanrfarA air haolel may riot ha eialarRriFloat v deletes for air 62(sl must not be used. 70. TIRES & WHEELS: rive (5) LrX245/75R16E or larger radial 13SW all season tread Cues; mauuiacturer"s standard spare fire and wneei, mounted insist or outside, Jac' t and lug L n1W1Yl,. s0_ CHASSIS_ F AMF CAB: Minimum 91001bs. GVVVIt minimum 127.0 inch wheelbase; hinged right side load doors and hinged dual rear load doors; glass all around; fifteen passenger seating; painted or chrome front and rear bumpers; all manufacturer's standard colors. an ! nNTlr7 nMr, All snrineeei (`nnt7itinne 9nri AM1n++ntnsm,C C1,aii anniv UfU-.1VU-46J MAKE: C,HEVROLEi B1S —nzgS http://fen_state. fl.us✓st_ContraCW070001991/price25.htm 1/4101 n, rn • ,n, , n. nn my my ern tour• vy �s�vi ir.or uy a.n ..v. vs.a.> 01/05/2001 03:58 FAX 5814821704 S71UCIEPT7RCHASIIV 002 h7ti'3iN1�74; FTFTFFN PACCFNr"rr7.R \,�V 4X7 PaQp 7 of A Ot AL! K DLSUUUN lMUOV-1- Yllu*. lJ: W�tr !`AA MPTf1N A r.r4l t 7nh " A17 nn/41 District IT IvOrtnern Cri 9TviriGiv v CG3 a 766 iG,o i 7. uigta) 1/1JLL31vL VlJli rl\L./LL1 `r� / Central District BILL HEARD 0 C031706 ( 20,655.00(C) -) V// w1VYulclu iau.i 11C.t1/W v_ 4.V-1iiw iv,LLl� o�.vi�iij NOTE: ONLY THE ABOVE NAMED DEALER(S) ISIARE Ai1THORIZED TO SEU THIS COMMODITY UNDER 11-u5 CONTRACTI [.TT T! A /�TAgrT Inr1'{• nTr! 11 a MY MYYn{f \ / • TxnwT r\{ /\T r\T 11r\T/x ri TL�T{fTT/T•{.{nwT[� VYvrl{'1YJVa\a VVl Vl♦ ✓f11L Y\1VlY{3f)laVal YT Va�.✓YaVa�V "Discount far unit for vehicle Picked u0 by ofderin¢ aaencv at contractor's glace of business. Approximate deliverytime required atter receipt of order: 90-120 DAYS nn•rrnwr_ n�� inn .ne n_.:__ a'a--_ ----- n---'__-- :1'- .__n c_-_ •n va aava.. - -�siv - v�aw1M • uww• a aJJ�.uLr e1 why +nr, .alnev. •.. OPTIONS: (CC) CHAMPION CHEVROLET. (BEl ]GILL HEARD 1004 Diesel engine, VS. minimum 6.5L (395 (CC) CODE: L65 YIUCE: 3189-00 LIED and lnn �_..�:__ty wT� r_rr. itonn nnT�tr. r <c rfn r/Tc. ��l �n nn M �aNItYWiLL� l\YL aY �YY� VVYY. 4�-• a .uY (NOTE TO USER. DO NOT ORDER TMS Uriluiv wurrivri1u1S5 2004, 2ws n.r 9AnF 1 -v 1006 OEAL alternative fuel c0nversi0n ready (CC) CODE: KL5 PRICE: 110.00 engine - To' Ultaudc aLL 1niCl Ulu J11UJU1t:a11UU* �puf trVL�, ALA ic,. i<.s.vv afmrmgrkrt rnnvPrninne fnr nnnratinn of RFtITTTRF.0 RAfiF. natural ENGE14E gas. State engine manufacturer and model no. V1LL- (CC) MANUFACTURER: CHEVROLET (CC) MODEL NO.: L31 (lilt) MANUlACI'UR lt: Ci1hVRULk:x tD-M) M01lCL NO.: A.LJ http://fcn-state-fl-Wst—contracts/070001991/Price25.htm 114/01 n�in•in, ,n.nn my my vn nnnr i nnn vi/vn��i 1i .v� n�11n �w.�ucio .you - 01/05/2001 03:58 FAA 5914921704 STLUCIEPrIRCHASIN 004 M(i'l11(LA7G Fm73rFN m AY') P*.P A nV A . _ *,do -I- . __ . NUTS 1, Cnn't CI:/I\T>T >I RII♦'' CtItP I..a.l IIM>' 1T Il Ptl ni hinee� doois. VVVI J1JW {p.! O4pW W1Vl. .144C. V1GG1l 1TKrM\lL1\. mt`nnn, Centari K9021AL Factory minted if available. SEE SPECIFICATION SRAT-1, NOTE i- R(M CrtwriAl ntntr rnlnra tuJn-tnnn flivmTrin White (DuPont Centari K903IA) above anpstnp on ocxiy and u01 x cnow (uurum Cuumn T MGn P"AA 4WR) nn rwm*mfger Arhnrry Factory oidnted - - if available. SEE SPECIFICATION SRAT1S -1, 1VV1r. 8010 Sinrle rear door »w aTatwuaacwaw a i.:iacaautwa • cuacac uiaR6f.1V Warrantv sha11 be fora period of 5 years or 75,000 miles whichever occurs first. SEE ['T\rrFTi>1 � mTf11r TT rtT> ! M'IL .]11iVL1'1lJAlLV1\ 1.iY TT J/ IJ. 9904 Manufacturer's Extended Vehicle Warranty. warranty shah be for a period of o years Va RPM SPECIFICATION EVW 61100. (BD) CODE: YA2 (UM CODE- JADE MIN. 10 UNITS D V W17- AT/e, PRICE: N/C T1 TI".T�_ 1T/11 1 1V VY. 1 TJ L PRICE- 1450.00 MIN. 10 UNITS wri MDR- ()W119 PRV'.F.• 9.50 00 (BH) CODE. TGLYW PRICE: 335.00 Iylll`I. iv ijiyi • S WC) CODE: N/A PRICE: N/A (BU) CODE: N/A PRICE- NIA /LEI+\ i��-1 I'r/\TT. L'i TT\ll 1rVLL. Vl-1LlIl r,Y1T/tT. GFN M 11V1.L.. J44V1/ (BM CODE 5/75 PRICEE• 57 (CC) CODE- GMPP/6 PRICE: 1135.00 (1-% ) CODE; ti/ lUu rRICE! t265.64i ntipwten.state.11.us/st contractslUlow199lipnee25-htrn 1/4/U1 nt'n. Inl n nn TV Inv ern root n nnn V 1r Vif V1 11.V1 lAr 1tA 1V. V44V 1.VVY - 01/05/2001 05:58 FAI 5814821704 STLUCIEPURCHASIN 076-IM"15 FTFTFF.N PAq%F.NGF.R V 4XI Q 03 Pacer 3 of 4 2"A HU trailer towing equipment Ior towing (CC) 0 DE; 1 tVIV1J 2'ACAr, F; 365.0o up iu Sinn rhr TOW our/•'F_• ^7_w on PKG b OM: Includes these components: 5-lead wiring narness, nu ttasner tiu uiass 1v A Ann 111'. 2005 IID trailer towing equipment for towing up to iivuv iuh- GM: Includes these components: 7.4L (CC) CODE: L29/TR PRICE. 797.00 V8 engine (L2913.73 rear axle ratio (BH) CODE: TOW PRICE: $50.00 �CiT4), 5-lead wiring harness, HD PKU 8 hasher rui Ciass 1 v receiver nitcti, a u,uw aua- ie(.ni.ii�, uis walcu. 2006 RD trailer towing equipment for towing up to i:wu ios. (GM), iu,uuu ios. (rord)- CtM- InrtndeR these ommnnnent¢- 6 5I !CC 1 CODE- L65/TR PRICE- 2668.00 turbo diesel engine (L65), 4.10 rear We ratio (BB) CODE: TOW PRICE. 3110.00 iurti wiriry{ iwlnrxm, rlY utuilc: j'71./ Y111�( Y rereiv . Minh tit f M 11 % ranneity installed_ ", 3rJ02 Limittxi sii or {.M•il.R divarenuni. P --v ii/uc. vov ruin- �ue.vv �nrm n�Mc. .:on no ryw-;5 n-7S 5003 Electronic speed control with resume (CC) CODE: Z03 PRICE; 317-00 feature. ll`I t�L. 111.1 J1 r.�.t¢itVV Wri�GL- taraa/ a.vYa:: crv-. a• v 5006 Rain shields over door windows. Auto (CC) CODE; AVS PRICE: 49.00 Ventshade uo. or approves equivalent (Mkt) t,l1Ub: 1[JL PKCi_.: 45_uti SM7 rint% nr ninth �nA wn..l .,nhnl etwry nn f('.t•".l 1'+.tltlF.• AStS PRIr.F_- Mr. seats. (81R) CODE_ G-TRIM PRICE: N/C ennr WVl e�__..__-._ ,_,_._ Y6�YL.G IVIaLLW�la�tlb. ii.rn �,v+a./ v.�rare. <+n-r•, \.VYi.-. +�•V nr, rr-r:. >t, 1r• aa�a,,.aW-i,i� /Ft71 f`11r1F- CTl"1 rptrF %f7r 8004 Special state color. DOT Yellow (LAWont 1.O111iL1 L7W]rL�, ir1v17Yr Jf. ri Lu7)' k41) iVVL•. 7YrJ ii�jtii. i+%%. AVAtIAhIR RF.F. RPFt^.tFiRATlt1N (RAl ronF: 9W3 PRICE. N/C SRAT-1_ htto_//fcn.state-fl.us/st--contracts/070001991/Luice25 htm 114/01 vl + /va�va rn. ,n+ , n.nn my inv nn nnnr n nnn Eileen Hagerhorst - Re: VAN PURCHASE �r From: Desiree Cimino To: Eileen Hagerhorst Date: Fri, Jan 5, 2001 12:06 PM Subject: Re: VAN PURCHASE Yes, I just ul the information. Power ks only come in a package with power windows the amount i 4 4.0 nd code to order them i Q2. I can help you with anything else pleae give me a call., Than siree >>> Eileen Hagerhorst 01/05 12:04 PM >>> Any news on the auto door lock option? Thanks! Eileen C. Hagerhorst St. Lucie County Dept. of Veteran Services (561)871-5395 Pagel Now � AMENDED AGENDA REQUEST DATE: January 16, 2001 ITEM NO.C-7 REGULAR [] PUBLIC HEARING [ ] CONSENT (x ) TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY(DEPT) Central Services PRESENTED BY: Roger A. Shinn SUBJECT: Amendment to Contract - Electrical Materials Installation,Inc. BACKGROUND: Electrical Materials Installation, Inc. did the electrical refit at the Records Storage Center, 7t" Street. Electrical work had been planned to be done in-house; however, due to staff storage and to complete this job in a timely manner, an amendment to above contract is requested to complete Phase II (electrical work at Juvenile Court Facility and offices). PREVIOUS ACTION: Contract C00-06-463 FUND AVAIL.: 316-1930-546200-150097 RECOMMENDATION: Staff requests that the Board approve the First Amendment to Electrical Materials Installation, Inc. contract in the amount of $40,570. for Phase II (electrical work at Juvenile Court Facility and offices) and authorize the Chairman to sign the Amendment. COMMISSION ACTION: CONCURRENC [X l APPROVED [ ] DENIED [ ] OTHER: 4-0 (Barnes Absent) Dou derson County Administrator �(�/r,�'/ � Review and A royal --county Atty: O �/`-` `Management & Budget: O Purchasing:() Origin. Dept:() O er: () Eff. 6/3/96 WOW Ved MEMORANDUM CENTRAL SERVICES TO: BOARD OF COUNTY COMMISSIONERS FROM: Roger A. Shinn, Director, Central Services DATE: January 10, 2001 SUBJECT: AGENDA REQUEST Contract Amendment BACKGROUND: The County entered into a contract with Electrical Materials Installation, Inc. (C00-06- 463) for the electrical refit at the Records Storage Center, 71h Street. Staff had planned to do Phase II, the electrical work in the front of building (Juvenile Court Facility and offices); however, we are short handed and in order to complete this job in a timely manner, we are requesting Electrical Materials Installation, Inc. complete the job rather than go through bid procedure. RECOMMENDATION: Staff recommends that the Board approve the First Amendment to Electrical Materials Installation, Inc. contract in the amount of S40,570 to complete Phase II of the project at 71h Street and authorize the Chairman to sign the Amendment. 4RGER A. SHINN RAS:bk art. FIRST AMENDMENT TO JUNE 27, 2000 CONTRACT BETWEEN THE COUNTY AND ELECTRICAL MATERIALS INSTALLATION, INC. THIS FIRST AMENDMENT is dated this day of 2001, by and between ST. LUCIE COUNTY (the "County") and ELECTRICAL MATERIALS INSTALLATION, INC., (the 'Contractor"). WHEREAS, the parties entered into a Contract on June 27, 2000 to provide an electrical refit at the St. Lucie County Records Storage Center; and, WHEREAS, the parties desire to amend the June 27, 2000 Contract to include electrical work for the front of the Records Storage Center building (Juvenile Court Facility and offices) at an additional cost of forty thousand five hundred seventy ($40,570.00) dollars. NOW, THEREFORE, in consideration of the mutual promises contained herein, the parties agree as follows: 1. Paragraph 2 DESCRIPTION OF WORK is amended to read as follows: 2. DESCRIPTION OF WORK It is agreed that the work to be done under this Contract is an electrical refit at the St. Lucie County Records Storage Center on Seventh Street, Ft. Pierce, FL, which will be done in two phases. All work in Phase I shall be in accordance with St. Lucie County Bid No. 00-048, and the drawings prepared by Sims Wilkerson Engineering, Inc., Project No. 99051, dated March 17, 2000, No. E-1 through E-4. These drawings are maintained by the St. Lucie County Project Manager and copies have been supplied to the Contractor. The work in Phase II shall consist of an electrical refit of the juvenile court facility and office pursuant to the direction of the County's Project Manager and the County's consulting engineer. 2. Paragraph 6 CONTRACT PAYMENT is amended to read as follows: 6. CONTRACT PAYMENT The County shall pay the Contractor for the performance of this Contract and satisfactory completion of the project in accordance with the terms and g:\arty\agre nt\E1ectriw1 N4VIS IA conditions of this Contract, subject to adjustment by change order, the total estimated amount in current funds being: seventy-four thousand four hundred twenty and no/100 dollars ($74,420.00) broken down as follows: Phase I - $33,850.00 Phase II - $40,570.00 3. Except as amended herein, the remaining terms and conditions of the June 27, 2000 Contract shall remain in full force and effect. ATTEST: Deputy Clerk WITNESSES: i 9AGt'ty\agre nt\Electrical Mat'Is 1A BOARD OF COUNTY COMMISSIONERS ST. LUCIE COUNTY, FLORIDA BY: Chairman APPROVED AS TO FORM AND CORRECTNESS: BY: County Attorney ELECTRICAL MATERIALS INSTALLATION, INC. Title: Ifzxs, At Now ..r ELECTRICAL MATERIALS INSTALLATION INC. • 1945 CIRCLE DR. • MELB. FLA 32804 • (1) 733$0p5I FX7-1477 "COMMERCIAL ELECTRIC "IS OUp-BUSIIV£SS` 12/15/00 I o: St. Lucie County Purchasing Dept. RE: Court Room Renovations To 71'. St: Police Stefan ATTN: Jam m nn It is my pleasure to submit the following price on the above listed project, Pdce: $40,570.00 Price is for a Complete electrical system as detailed by a visual walk through and inspection of the proposed interior renovation that includes the following Particulars. A- Furnish and install 2x4 lay in fixtures with electronic ballasts and T12 bulbs for each remodeled room, B- Install conduit and circuit conductors to feed stub ups in various roams where new walls are installed, including outlets and trim. C- Furnish and install phone (and or) computer outlet stub ups into dropped ceiling areas. D- Furnish and install one new 200 amp. Panel interior, circuit breakers and cover similar to the installation in rear storage area. E- Change out one 125 amp panel, (panel and circuit breakers supplied by others). F- Install four new 200 amp, Panels and feeders from existing main distribution panel, (panels and circuit breakers by others). G- Hook up one new and two existing HVAC units. H- Remove (and or) re -feed various outlets, switches and unused electrical Components. I- Change orders priced at $45.00 per. Hr. plus parts J- Price goad for thirty days K- Payment upon completion •• •'Note: If the Construction continues past 60 days we would like the option of a Part payment draw for the percent of completion. Note: It is not the intent of this document to limit our obligation to the above items, but is intended to identify the scope of work as discussed with Mr. Flynn, I feet confident that if a major item that was missed during our discussion arises, we will be able to arbitrate to a satisfactory conclusion. Exhibit A M AGENDA REQUEST TO: BOARD OF COUNTY COMMISSIONERS SUBMITTED BY(DEPT): Utilities Department ITEM NO. C - 8 DATE: January 16,2001 REGULAR [ l PUBLIC HEARING [ ] CONSENT [XI PRESENTED BY: William R. Blazak SUBJECT: Accept the donation of a used Wastewater Treatment Plant from the River Landing subdivision in Martin County Florida. The plant is at no cost to St. Lucie County other than the cost involved to physically move the tanks and equipment. The estimated cost of moving the facility is approximately $7,000.00. FUNDS AVAIL: 471-3600-563000- TBA PREVIOUS ACTION: NONE RECOMMENDATION: Staff recommends that the Board accept the donation of the used WWTP from the River Landing subdivision. COMMISSION ACTION: CONCURRENCE: [ X] APPROVED [ ] DENIED [ ] OTHER: Dou derson 4-0 (Barnes Absent) County Administrator !J'`z Coordination Si natu es County Attorney:X Mgt. 5 Budget: Originating Dept: X L Other: Finance Director:(C eck for C y only, if applicable)_ Purchasing : Other: Eff. 5/96 BOARD OF COUNTY COMMISSIONERS MEMORANDUM TO: Board fo County Commissioners FROM: William Blazak, Utility Director 1XI& DATE: January 16, 2001 RE: River Landing Donation / Wastewater Treatment Plant BACKGROUND: *0 UTILITIES DEPARTMENT WILLIAM BLAZAK DIRECTOR The River Landing subdivision recently connected to regional utilities in Martin County and the treatment plant that served the system is no longer needed. The plant is offered at no cost to St. Lucie County other than the cost involved to move the facility to the North County Wastewater Treatment Plant in Holiday Pines. The used plant will be placed at the North County Wastewater Treatment plant site and be utilized as a surge tank for our treatment process. Installation of surge tank will improve the operation of the existing treatment process and provide additional capacity to the system for future expansion. In addition, the surge tank provides the ability to pretreat the wastewater before entering the treatment process with additional aeration, that will improve air quality at the facility. The surge tank will, at a minimum, increase the wastewater capacity from 179,000 Gallons Per Day to 210,000 Gallons Per Day. The 210,000 Gallons Per Day represents an increased capacity of approximately 85 new Equivalent Residential Connections that would be available. The 85 connections, when purchased by new customers, would represent $ 248,610.00 in connection charges and applicable fees consistent with the current fees and charges that have been established for the North County Utility District. RECOMMENDATION: Staff recommends that the Board approve the acceptance of the donated wastewater treatment plant from the River Landing subdivision. IOHN D. BRUHN. District No. 1 • DOUG COWARD, District No. 2 • PAULA A. LEWIS, District No. J • FRANNIE HUTCHINSON, District No. 4 • CLIFF BARNES, District No. 5 County Administrator - Douglas M. Anderson 2300 Virginia Avenue 9 Fort Pierce, FL 34982 • Phone (561) 462-1150 9 FAX (561) 462-1153 NW 0 JOHN A. ROBBINS, P.B. PROFESSIONAL ENGINEER CREATIVE&TE'CHNICA1 CONSULTANT TELEPHONE (561)562-0787 FAA (W0562-I000 IS 14 COMMERCE AVENUE. SURE A POST OFFICE BOX I iS VERY BEACH. FLORiDA 32SGO WADAS60, FLORIDA 32970 December 20, 2000 Mr. BIII Blazak St Lucie County Utilities 2300 Virginia Avenue Ft Pierce, FL 34982 Re: Donation of Wastewater Facility From River Landing Engineering Project No. W102 Dear Mr. Sletak: On behalf of the owners of the River Landing Development Wastewater Facility of Palm City, Florida, we offer a donation of a 50,000 gpd C.S. package type wastewater treatment plant The River Landing development wastewater collection system has been connected to Martin County Utilities and therefore the treatment plant has been taken out of service. The treatment plant is a "tuber type plant with gravity filters and is offered to you on an as -is basis. It will be necessary for your crews to remove the facility as a part of the donation. The site restoration will be accomplished by another entity. The treatment plant will need to be removed during the first two weeks of January In order for the site restoration to be completed by the required time. We hope the offer to donate this equipment is accepted by St Lucie County Utilities and you can put this plant back into service at your location and receive benefit of the remaining service life of this equipment. I look forward to hearing from you and should you require further clarification please call Very trulAbIns, Z John A. cc: Howard Maged Richard Manske iwj Wayne Ashtd]� 364 Cyclone Dr = Ft. Pierce, Fl. 34945 561466-9415 Date: 12/14/00 W.O. N/A P.Q. N/A Name St. Lucie County Address: 2300 Virginia Ave, Fort Pierce, FI Job Name River Landing to Holiday Pines "Y Page 1 of t Call Made At Request of: Bill Blazak Purpose of Can: To Remove Sewer Plant from Mapp Road w Palm Caty to Holiday Pines in Fort Pierce. Findings: Action to Cost: Crane : S1,500.00 Truck hauling: S2,000.00 Labor: $3,200.00 includes removing fence from site, removing demolished concrete and loading tanks. Price does Parts Amount: Sales Tax: Labor. Total Amount Due: S6,700.00 Thank you for your business. -- Ir v AGENDA REQUEST ITEM NO. DATE: January 16, 2001 CONSENT [X ] REGULAR [ ] PUBLIC HEARING [ ] Leg. [ ] Quasi -JD. [ ] TO: BOARD OF COUNTY COMMISSIONERS PRE NTED BY•: SUBMITTED BY (DEPT): Public Works Dir for SUBJECT: Authorize the Board of County Commis n to r e Quick Permitting County Certification and theO e Stopng grant application for submittal to the State Tec tor Office to improve the County's One Stop Permitting Web Page. BACKGROUND: On December 15, 2000, State Technology Office staff informed interested parties that there is additional funding for the implementation of One Stop Permitting Projects. On September 28, 1999, the County received Board approval to apply to this funding program. The County received $17,373.00 for the first phase of the County's One Stop Permitting web page. The County's web page currently provides building permit application forms on line but is not set-up for on-line submittals and credit card fee processing. This grant application will be for additional funds to improve the web page so that applications could be submitted, email questions could be received and a tutorial will explain the steps. In addition, a computer workstation will be purchased for the building department lobby so contractors and homeowners can learn how to use the new system. Although grant request can be for $50,000 in grant funds, the County's proposal may be less since we have purchased some of the necessary equipment in last year's grant cycle. FUNDS AVAIL.: Although matching funds are not required for the grant, in -kind staff time is required to ensure that the project is completed. PREVIOUS ACTION: The Board approved submittal of a grant to the One Stop Permitting Program on September 28, 1999. RECOMMENDATION: Staff recommends that the Board authorize the BOCC Chair to sign the Quick Permitting County Certification and the One Stop Permitting grant application for submittal to the State Technology Office. COMMISSION ACTION: CONCURRENCE? [ X] APPROVED [ ] DENIED [ ] OTHER: 4-0 (Barnes Absent) Do 1 Anderson Coon y Administrator / Coordination/Si atur s //� - County Attorney: Mgt L Budget 'I'� purchasing: Originating Dept: Public Works: /// Other: C.0 Finance: i Susan Lawrence Age'P'1l topbcc.doc `%W State of Florida State Technology Office OME Quick Permitting County Certification r/ This document must be signed and dated by the Chair of the Board of the County Commission. I certify that (print name of County) is a Quick Permitting County as defined by Florida Law 99-244 and that we meet all of the standards/requirements listed below: The establishment of a single point of contact for a business seeking assistance in obtaining a permit; 2. The selection of high -priority projects for accelerated permit review; 3. The use of documented pre -application meetings following standard procedures-, 4. The maintenance of an inventory of sites suitable for high -priority projects; 5. The development of a list of consultants who conduct business in the county; 6. The evaluation and elimination of duplicative approval and permitting requirements within the county; 7. The commitment to participate, through the entry of an interlocal agreement for individual projects, in the expedited permit process set forth in s. 403.973; 8. The development of a timetable for processing development permits and approvals; and 9. The use of interagency coordination to facilitate the permit processing. Print Name Official Signature Date Florida One Stop Permitting -- Phase Two, County Grant Appropriation Guidelines i FY2000-2001 DEC 18 2000 1. A Gran[ Application must be postmarked/received within the specified two�week grant J application window of January 22, 2001-February 2, 2001 in order to �Iualify for funding consideration. The Grant Period for the project will be February -December 2001. —" 2. Applicant may be awarded up to $50,000 on a first -come -fast -served basis. 3. A Phase Two applicant may or may not have participated in the 1999-2000 Grant Program, 4. As per Laws of Florida, Chapter 99-244, Section 288.1093, an applicant must submit the enclosed certification attesting to being a Quick Permitting County. 5. Applicant must include within the Narrative section on the Grant Application, a plan for the online submission and automation of permit applications. Specifically those permits relating to Developmental Permitting in the categories of: building surface -water management consumptive water -use transportation concurrency approval domestic wastewater well construction industrial wastewater wetland or environmental resource storm water zoning approvals 6. Applicant must apree to partner with the State/the State Technology Office (STO) and be able to accept the online submission of and payment for two to three permits (which ones to be, determined in cooperation with STO consultants) during 2001, continuing to add to that process after the completion of the grant period in support of the State integration process for online permitting. Proposals addressing ongoing efforts that continue after the completion of the grant will be given higher consideration for funding approval. 7. Applicant must include within the Narrative section on the Grant Application, a description of county in -kind services devoted toward the completion of Phase Two initiatives including involvement in the online permitting processing and working with STO consultants on a Permitting Inventory and Suitability Assessment. Proposals addressing in -kind services will be given higher consideration for funding approval. 8. At a minimum, the Applicant must be able to send/receive e-mail and have access to/use of a -web browser, a county permitting web site is strongly preferred. The county will continue to have sole control over local business rules and any legacy systems that contain their permitting data. If no such system exists, grant funding may be used to develop a local permitting system that can be integrated with the State system. 9. Grant funds may not be used for administrative costs but may be used for the purchase of consulting services, hardware, software, and/or Internet functional costs as deemed necessary for Items 5,6,7, and 8 of this document. 10. Applicant will submit an Interim Report to the Permitting Project Manager in the State Technology Office detailing the progress, accomplishments, and disbursements of the project by May 18, 2001. Additionally, a Final Report will be submitted by December 3, 2001. 11. Awards to the Applicant will be disbursed in two allotments - the first shortly after the award letter and the second upon receipt and approval of an Interim Report to the Florida One Stop Permitting Coordinator. Any unused funds will be returned by the Applicant in the form of a warrant made out to the State of Florida accompanying the Final Report. • �'� E�Grant"Penod,,�ya`h=�� v ���"F } 'STQ,Project�umberi3�-; State Technology Office One Stop Permitting Grant 2000-2001 Select one Report Type: Application _Interim Report _Final Report _ (t)County Name: (2)FEED Number: (s)Mailing Address: (6)Narrative (Project description, define/describe Goals): (7)Certification: Signature, County/Agency Head (a)Agency: (s)Primary Contact: Title: Phone: E-mail: Fax: Print Signature Name Print Date bran[ State Technology Office One Stop Permitting Grant Financial Report 2000-2001 Select one Report Type: _Application _Interim Report _Final Report- (i) CountyName• (2) FEED Number: (6) (5) Total Disbursed (7) (3) (4) Current Report as of: Undisbursed Item Description Budgeted Disbursement / / Balance (s) Totals (report on last page only) I certify I have reviewed this Financial Report and attest to its accuracy and completeness. orized Signature Title Print Signature Name