HomeMy WebLinkAboutAgenda Packet 09-28-2010.-
• •
iitlttiieStiiiiiiiiiiliiltiiiii#iiiiliilii{1i13i(linkllNfN{I{illitli~iitil(itt(iitt1131fltBf[IltlltiiiN~it[ltliitti~tilil
September 28, 2010
9:00 A.M.
BOARD OF COUNTY COMMISSIONERS
AGENDA
WELCOME
ALL MEETINGS ARE TELEVISED.
ALL MEETINGS PROVIDED WITH WIRELESS INTERNET ACCESS FOR PUBLIC CONVENIENCE.
PLEASE TURN OFF ALL CELL PHONES AND PAGERS PRIOR TO ENTERING THE COMMISSION CHAMBERS.
PLEASE MUTE THE VOLUME ON ALL LAPTOPS AND PDAS WHILE IN USE IN THE COMMISSION CHAMBERS.
GENERAL RULES AND PROCEDURES -Attached is the agenda, which will determine the order of business conducted
at today's Board meeting.
CONSENT AGENDA -These items are considered routine and are enacted by one motion. There will be no separate
discussion of these items unless a Commissioner so requests.
REGULAR AGENDA -Proclamations, Presentations, Public Hearings, and Department requests are items, which the
Commission will discuss individually, usually in the order listed on the agenda.
PUBLIC HEARINGS -These items may be heard on the first and third Tuesday at 6:00 P.M. or as soon thereafter as
possible, or 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 ~ to
the listed time. The Chairman will open each public hearing and asks anyone wishing to speak to come forward, one at a
time. Comments will be limited to five minutes.
As a general rule, when issues are scheduled before the Commission under department request or public hearing, the
order of presentation is: (1) County staff presents the details of the Board item (2) Commissioners comment (3) if a public
hearing, the Chairman will ask for public comment, (4) further discussion and action by the board.
ADDRESSING THE COMMISSION -Please state your name and address, speaking clearly into the microphone. If you
have backup material, please have eight copies for distribution.
NON-AGENDA ITEMS -These items are presented by an individual Commissioner or staff as necessary at the conclusion
of the printed agenda.
PUBLIC COMMENT -Time is allotted at the beginning of each meeting for general public comment. Please limit
comments to five minutes.
DECORUM -Please be respectful of others' opinions.
MEETINGS -All Board meetings are open to the public and are held on the first and third Tuesdays of each month at 6:00
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 as necessary to accomplish their goals and commitments. Notice is
provided of these workshops. Assistive Listening Device is available to anyone with a hearing disability. Anyone with a
disability requiring accommodation to attend this meeting should contact the St. Lucie County Community Services
Director at (772) 462-1777 or TDD (772) 462-1428 at least forty-eight (48) hours prior to the meeting.
September 28, 2010
9:00 A.M.
BOARD OF COUNTY
COMMISSIONERS
www.co.st-lucie.fl. us
www.stlucieco.org
i~ii~f~lfiilNiifi~ti~tiHilEtfiifi[iit(itiiifitili(iitiiltiiltttiHlii~ ii~filtttf{iittitiUli~iti~tiiiiitii[itiiiii3itifpitiiliiiiiitiiifittitiiiiiitiiltiiiiifi
Charles Grande, Chairman District No. 4
Doug Coward, Vice Chairman District No. 2
Chris Dzadovsky District No. 1
Paula A. Lewis District No. 3
Chris Craft District No. 5
It~ftitftlitifiilf~i[litijiiliti(Ifi~iilliEtiiif#lillltiiliAiiltitiiEFNril~tAttii[i'~11iRTiinli~itfifll[iiilllliilltifiif(fttiflitlltliftiiiiiiiift~[fitiiHiiif3fiiiiit~iiiifiifiiiiui
I. INVOCATION
II. PLEDGE OF ALLEGIANCE
III. MINUTES
,~ , , ,r~. ' ~ ~l Approve the minutes from the September 21, 2010 meeting.
~~~ ~~
IV. PROCLAMATIONS/PRESENTATIONS
A. COUNTY ATTORNEY
Resolution No. 10-247 - "Disability Awareness Month" in St. Lucie County
T~
Consider staff recommendation to adopt Resolution No. 10-247 as drafted.
B. COUNTY ATTORNEY
,. ~ _, Resolution No. 10-251- "Fire Prevention Week"
c,~~Lll 5 ti
Consider staff recommendation to adopt Resolution No. 10-251 as drafted.
V. GENERAL PUBLIC COMMENT
VI. CONSENT AGENDA
A. WARRANTS / 7 ~ / /
Approve warrant list No. 52
B. COUNTY ATTORNEY
1. -- Approval of Agreement with William Miley to Provide Certain Volunteer Services at Bluefield
Consider staff recommendation to approve the new agreement with William Miley for
Volunteer in Preserve Program.
2. Drug Abuse Treatment Association, Inc. (D.A.T.A.) Twelfth Amendment to 1990 Facilities Use
Agreement
~f
Consider staff recommendation to approve the Twelfth Amendment to the Facilities Use
Agreement with D.A.T.A.
B. COUNTY ATTORNEY CONTINUED
Request to have the Board to amend and approve a Contractual Rate Agreement
(Amendment No. 0006) with United For Families, Inc. (UFF) for drug screening services.
Consider staff recommendation to approve the Amended Contractual Rate Agreement with
United for Families, Inc., and that the Chairman be authorized to sign the Amended
Contractual Rate Agreement
4. Permission to Advertise -Certificate of Public Convenience and Necessity (CON) -
Application for Class F for Golden Year Senior Care, Inc.
Consider staff recommendation to advertise Golden Years Senior Care, Inc.'s application for
Certificate of Public Convenience and Necessity for public hearing before the Board of County
Commissioners on October 26, 2010 beginning at 9 a.m. or as soon thereafter as may be
heard.
5. Interlocal Agreement -TCERDA Utility Improvements
Consider staff recommendation to approve the Interlocal Agreement with the proposed
amendment to Paragraph 5C and authorize the Chairman to sign the Interlocal Agreement.
Staff also recommends that the Board approve the amended Interlocal Agreement as an
Exhibit to the previously approved Interlocal Agreement with the City of Fort Pierce, FPUA, the
County and TCERDA pertaining to annexation to the Research Park.
6. Revocable License Agreement with Cedar Creek Engineering
Consider staff recommendation to approve the Revocable License Agreement, authorize the
Chairman to sign the Revocable License Agreement and instruct Cedar Creek Engineering to
record the Revocable License Agreement in the Public Records of St. Lucie County, Florida.
C. PUBLIC WORKS
Engineering Division:
1. Palm Breezes Club Phase I
Consider staff recommendation to approve acceptance of the off-site improvements;
Maintenance Agreement for the off-site improvements; the amended Subdivision
Improvements Agreement; the associated partial release of surety, and authorization for the
Chairman to sign documents as approved by the County Attorney.
Administration:
2. Bid waiver and Sole Source Determination
Consider staff recommendation to approve bid waiver and sole source determination for the
purchase of parts and service from Kelly Tractor for Caterpillar, Flagler Equipment for Volvo
and Samsung, Trekker Tractor, LLC, for Case, Everglades Equipment for John Deere, Sierra
International Machinery for the balers and conveyors, Continental Biomass Industries for the
grinder, Lubo, USA, for the construction and demolition recycling equipment, Menzi USA for
the Menzi Muck, Great Southern Equipment for Gradall and Econolite Control Products for
traffic signal equipment. Authorization for the Chairman to execute contracts as approved by
the County Attomey.
D. SOLID WASTE /
CDM Work Authorization No. 2 for Permit Compliance in Years 2010-2015
Consider staff recommendation to approve Camp Dresser & McKee (CDM) Work
Authorization No. 2 for engineering services to assist Solid Waste with permit compliance for
years 2010 through 2015. Scope of services includes annual water quality monitoring,
analysis, annual aerial survey, financial responsibility update, biennial water quality report,
Title V reporting, and continuing consulting services for a total annual cost of $244,220.
2. CDM Work Authorization No. 3 for Landfill Gas Management
Consider staff recommendation to approve of CDM Work Authorization No. 3 for engineering
services related to landfill gas management program for a total of $541,780 and authorization
for the Chairman to execute documents as prepared by the County Attorney.
3. Bid Waiver for Hauling Fill Material
Consider staff recommendation that the Board, waive the bid requirement pursuant to Section
8.1, a.1 or a.8 of the Purchasing Policy Manual and determine that waiving the bid
requirement is in the best interest of the County, and award a contract to Waste Pro based on
a low quote of $2.38 per cubic yard. Staff further recommends that the Board authorize the
Chairman to sign a contract with Waste Pro as approved by the County Attorney.
E. PLANNING & DEVELOPMENT SERVICES
2010/2011 Contracts for the Treasure Coast Sports Commission
Consider staff recommendation to approve the 2010/2011 contracts for the Treasure Coast Sports
Commission for a total amount of $150,000 and authorization for the Chairman to sign the contracts as
prepared by the County Attomey.
VII. PUBLIC HEARINGS
There are no public hearings scheduled for September 28, 2010
VIII. BOARD OF COUNTY COMMISSIONERS
> Updates from the Commissioners on the various Boards/Committees
ANNOUNCEMENTS
1. The Board of County Commissioners will hold an Informal Monthly Meeting on Tuesday, September 28,
2010 at 1:30 p.m. in Conference Room #3.
2. The St. Lucie County Master Gardener 27m Annual Plant Sale will be on Saturday, October 9, 2010
from 8:00 a.m. to 2:00 p.m. at the St. Lucie County Extension 8400 Picos Road, Fort Pierce. For more
information please call 772-462-1660.
St. Lucie County Planning Division will host the Green Jobs & Innovation Corridor planning charrette on
Saturday, October 9, 2010 from 9:30 am to 3:00 pm at the Havert L. Fenn Center at 2000 Virginia
Avenue.
1 ~
NOTICE: All Proceedings before this Board are elechonically recorded. Any person who decides to appeal any action taken by the Board at these meetings will
need a record of the proceedings and for such purpose may need to ensure that a verbatim record of the proceedings is made. Upon the request of any party to
the proceedings, individuals testifying during a hearing will be sworn in. Any party to the proceedings will be granted the opportunity to cxoss~xamirre 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 Director at (772) 462-1777 or TDD (772) 462-1428 at least forty~ight (48) hours prior to the meeting.
MOSQUITO CONTROL DISTRICT
www.co.st-lucie.fl.us
www.stlucieco.org
t{tttittttgtitilittt1t18tNtttillitlttitttiilitttf[CiltilliilttlttttitltWtllttltt~lttittittEtttittf[~Uiiiiitlittitltil~tiV'~itttitlfAttillttHtBtttiiHiil~titiittiittt{titt3tii{iltiiiiitilittlitilii
Chris Dzadovsky, Chairman District No. 1
Paula A. Lewis, Vice Chair District No. 3
Doug Coward District No. 2
Charles Grande District No. 4
Chris Craft District No. 5
tiflAiIliitttl3tilitittti[liiliii~tiit[IiUlUti(ii ttllii(5ttitt-iitti#i~ilitttt(3ifiiiiitiIi{ilttltltUitllit~iBttittitllEliitittiNtifitilitfllittttiitit#ftUqllliilliIIiti3ltttitiilittftliitiiti
I. MINUTES
(~U' ~ ~'~ Approve the minutes from the September 14, 2010 meeting.
1
~I
111 II. GENERAL PUBLIC COMMENT
III. CONSENT AGENDA
`,1 A. WARRANTS
~~ ~`~~'""" Approve warrant list No. 51 and 52.
~~ ~d
NOTICE: All Proceedings before this Board are electronically recorded. Any person who decides to appeal any action taken by the Board at these meetings will
need a record of the proceedings and for such purpose may need to ensure that a verbatim record of the proceedings is made. Upon the request of any party to
the proceedings, individuals testifying during a hearing will be sworn in. Any party to the proceedings will be granted the opportunity to cross~xamine any
individual testrfying during a hearing upon request. Anyone with a disability requiring accommodation to attend this meeting should contact the St. Lucie County
Community Services Director at (772) 462-1777 or TDD (772) 462-1428 at least forty-eight (48) hours prior to the meeting.
EROSION DISTRICT j
www.co.st-lucie.fl.us
www.stlucieco.org
Nlltliiffi1ii11i11ipiCiip~iitpittpllplpiiffWifNltiili1p1111EliAAliillitiiiiiptptikRi!#Iflpit[NH[iipitpptpllpitltCl~ipiftil~itlliitiiltUiifip#tllt[iitiltilptitittliptlltpitti
Chris Craft, Chairman District No. 5
Charles Grande, Vice Chairman District No. 4
Doug Coward District No. 2
Chris Dzadovsky District No. 1
Paula A. Lewis District No. 3
nlgBtiliFitipl~iftilit[iidlipi[i:tliUiiliitliititUiAtpIRiHHpltlii;iUiittitilttlilifpitlitliifiiili~<filti[liipt[lipittti~Blitiiittlpipiltppfjpt[piiiiNttiipipilipiplitlftj
MINUTES
~j~(~ LApprove the minutes from the September 14, 2010 meeting.
II. GENERAL PUBLIC COMMENT
III. CONSENT AGENDA
A. WARRANTS
;.
Approve warrant list No. 51 ary 52~. ~U ~u~r~ct;~ ~~~ 5~ ~`~ n It ~~c 1
L/
NOTICE: All Proceedings before this Board are electronically recorded. Any perm 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 n:cord of the proceedings is made. Upon the request of any party to
the proceedings, individuals testifying during a hearing will be sworn in. Any party to the proceedings will be granted the opportunity to cross~xamine 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 Director at (772) 462-1777 or TDD (772) 462-1428 at least forty~ight (48) hours prior to the meeting:
-~ ~ _
•
ii1it111ii1illiitlltEil[tfilittii~lt[t{IltUttGi111iiifilitiitiiiilt~tllitt~i~iitititllflittiitiilli~NitN{t ~1[Iitti~tilNilililifFl~El~iilliii~i8iti~iiii~€iiiltlitliY
September 28, 2010
9:00 A.M.
BOARD OF COUNTY COMMISSIONERS
AGENDA
WELCOME
ALL MEETINGS ARE TELEVISED.
ALL MEETINGS PROVIDED WITH WIRELESS INTERNET ACCESS FOR PUBLIC CONVENIENCE.
PLEASE TURN OFF ALL CELL PHONES AND PAGERS PRIOR TO ENTERING THE COMMISSION CHAMBERS.
PLEASE MUTE THE VOLUME ON ALL LAPTOPS AND PDAS WHILE IN USE IN THE COMMISSION CHAMBERS.
GENERAL RULES AND PROCEDURES -Attached is the agenda, which will determine the order of business conducted
at today's Board meeting.
CONSENT AGENDA -These items are considered routine and are enacted by one motion. There will be no separate
discussion of these items unless a Commissioner so requests.
REGULAR AGENDA -Proclamations, Presentations, Public Hearings, and Department requests are items, which the
Commission will discuss individually, usually in the order listed on the agenda.
PUBLIC HEARINGS -These items may be heard on the first and third Tuesday at 6:00 P.M. or as soon thereafter as
possible, or 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 ~ to
the listed time. The Chairman will open each public hearing and asks anyone wishing to speak to come forward, one at a
time. Comments will be limited to five minutes.
As a general rule, when issues are scheduled before the Commission under department request or public hearing, the
order of presentation is: (1) County staff presents the details of the Board item (2) Commissioners comment (3) if a public
hearing, the Chairman will ask for public comment, (4) further discussion and action by the board.
ADDRESSING THE COMMISSION -Please state your name and address, speaking clearly into the microphone. If you
have backup material, please have eight copies for distribution.
NON-AGENDA ITEMS -These items are presented by an individual Commissioner or staff as necessary at the conclusion
of the printed agenda.
PUBLIC COMMENT -Time is allotted at the beginning of each meeting for general public comment. Please limit
comments to five minutes.
DECORUM -Please be respecttul of others' opinions.
MEETINGS -All Board meetings are open to the public and are held on the first and third Tuesdays of each month at 6:00
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 as necessary to accomplish their goals and commitments. Notice is
provided of these workshops. Assistive Listening Device is available to anyone with a hearing disability. Anyone with a
disability requiring accommodation to attend this meeting should contact the St. Lucie County Community Services
Director at (772) 462-1777 or TDD (772) 462-1428 at least forty-eight (48) hours prior to the meeting.
September 28, 2010
9:00 A.M.
BOARD OF COUNTY
COMMISSIONERS
www.co.st-lucie.fl. us
www.stlucieco.org
it3itl~iilftiti!}itlttlilli~flitiiiiil~tiiiHlfiiiilii3HiNlliiiZt{~t11~JIF~NI~tltilitlt[It~1Hi ~li~iliilifftltiiilii{iitlilit~liili~lllift'itlitt{iil~tNtfitli
Charles Grande, Chairman District No. 4
Doug Coward, Vice Chairman District No. 2
Chris Dzadovsky District No.1
Paula A. Lewis District No. 3
Chris Craft District No. 5
rr~~uuu~eu~aauuuua~e~uate~t~u~ruwr~ee~~uui~r~ueutt~~ur~~~uuauu
INVOCATION
II. PLEDGE OF ALLEGIANCE
III. MINUTES
Approve the minutes from the September 21, 2010 meeting.
IV. PROCLAMATIONS/PRESENTATIONS
A. COUNTY ATTORNEY
Resolution No. 10-247 - "Disability Awareness Month" in St. Lucie County
Consider staff recommendation to adopt Resolution No. 10-247 as drafted.
B. COUNTY ATTORNEY
Resolution No. 10-251 - "Fire Prevention Week"
Consider staff recommendation to adopt Resolution No. 10-251 as drafted.
V. GENERAL PUBLIC COMMENT
VI. CONSENT AGENDA
A. WARRANTS
Approve warrant list No. 52
B. COUNTY ATTORNEY
Approval of Agreement with William Miley to Provide Certain Volunteer Services at Bluefield
Consider staff recommendation to approve the new agreement with William Miley for
Volunteer in Preserve Program.
2. Drug Abuse Treatment Association, Inc. (D.A.T.A.) Twelfth Amendment to 1990 Facilities Use
Agreement
Consider staff recommendation to approve the Twelfth Amendment to the Facilities Use
Agreement with D.A.T.A.
COUNTY ATTORNEY CONTINUED
Request to have the Board to amend and approve a Contractual Rate Agreement
(Amendment No. 0006) with United For Families, Inc. (UFF) for drug screening services.
Consider staff recommendation to approve the Amended Contractual Rate Agreement with
United for Families, Inc., and that the Chairman be authorized to sign the Amended
Contractual Rate Agreement
Permission to Advertise -Certificate of Public Convenience and Necessity (CON) -
Application for Class F for Golden Year Senior Care, Inc.
Consider staff recommendation to advertise Golden Years Senior Care, Inc.'s application for
Certificate of Public Convenience and Necessity for public hearing before the Board of County
Commissioners on October 26, 2010 beginning at 9 a.m. or as soon thereafter as may be
heard.
Interlocal Agreement -TCERDA Utility Improvements
Consider staff recommendation to approve the Interlocal Agreement with the proposed
amendment to Paragraph 5C and authorize the Chairman to sign the Interlocal Agreement.
Staff also recommends that the Board approve the amended Interlocal Agreement as an
Exhibit to the previously approved Interlocal Agreement with the City of Fort Pierce, FPUA, the
County and TCERDA pertaining to annexation to the Research Park.
6. Revocable License Agreement with Cedar Creek Engineering
Consider staff recommendation to approve the Revocable License Agreement, authorize the
Chairman to sign the Revocable License Agreement and instruct Cedar Creek Engineering to
record the Revocable License Agreement in the Public Records of St. Lucie County, Florida.
C. PUBLIC WORKS
Engineering Division:
1. Palm Breezes Club Phase I
Consider staff recommendation to approve acceptance of the off-site improvements;
Maintenance Agreement for the off-site improvements; the amended Subdivision
Improvements Agreement; the associated partial release of surety, and authorization for the
Chairman to sign documents as approved by the County Attorney.
Administration:
2. Bid waiver and Sole Source Determination
Consider staff recommendation to approve bid waiver and sole source determination for the
purchase of parts and service from Kelly Tractor for Caterpillar, Flagler Equipment for Volvo
and Samsung, Trekker Tractor, LLC, for Case, Everglades Equipment for John Deere, Sierra
International Machinery for the balers and conveyors, Continental Biomass Industries for the
grinder, Lubo, USA, for the construction and demolition recycling equipment, Menzi USA for
the Menzi Muck, Great Southern Equipment for Gradall and Econolite Control Products for
traffic signal equipment. Authorization for the Chairman to execute contracts as approved by
the County Attomey.
D. SOLID WASTE
CDM Work Authorization No. 2 for Permit Compliance in Years 2010-2015
Consider staff recommendation to approve Camp Dresser & McKee (CDM) Work
Authorization No. 2 for engineering services to assist Solid Waste with permit compliance for
years 2010 through 2015. Scope of services includes annual water quality monitoring,
analysis, annual aerial survey, financial responsibility update, biennial water quality report,
Title V reporting, and continuing consulting services for a total annual cost of $244,220.
2. CDM Work Authorization No. 3 for Landfill Gas Management
Consider staff recommendation to approve of CDM Work Authorization No. 3 for engineering
services related to landfill gas management program for a total of $541,780 and authorization
for the Chairman to execute documents as prepared by the County Attorney.
3. Bid Waiver for Hauling Fill Material
Consider staff recommendation that the Board, waive the bid requirement pursuant to Section
8.1, a.1 or a.8 of the Purchasing Policy Manual and determine that waiving the bid
requirement is in the best interest of the County, and award a contract to Waste Pro based on
a low quote of $2.38 per cubic yard. Staff further recommends that the Board authorize the
Chairman to sign a contract with Waste Pro as approved by the County Attorney.
E. PLANNING & DEVELOPMENT SERVICES
2010/2011 Contracts for the Treasure Coast Sports Commission
Consider staff recommendation to approve the 2010/2011 contracts for the Treasure Coast Sports
Commission for a total amount of $150,000 and authorization for the Chairman to sign the contracts as
prepared by the County Attorney.
VII. PUBLIC HEARINGS
There are no public hearings scheduled for September 28, 2010
VIII. BOARD OF COUNTY COMMISSIONERS
Updates from the Commissioners on the various Boards/Committees
IX. ANNOUNCEMENTS
The Board of County Commissioners will hold an Informal Monthly Meeting on Tuesday, September 28,
2010 at 1:30 p.m. in Conference Room #3.
2. The St. Lucie County Master Gardener 27m Annual Plant Sale will be on Saturday, October 9, 2010
from 8:00 a.m. to 2:00 p.m. at the St. Lucie County Extension 8400 Picos Road, Fort Pierce. For more
information please call 772-462-1660.
St. Lucie County Planning Division will host the Green Jobs & Innovation Corridor planning charrette on
Saturday, October 9, 2010 from 9:30 am to 3:00 pm at the Havert L. Fenn Center at 2000 Virginia
Avenue.
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 n~cord of the proceedings is made. Upon the request of any party to
the proceedings, individuals testifying during a hearing will be sworn in. Any party to the proceedings will be granted the opportunity to crossexamine 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 Director at (772) 462-1777 or TDD (772) 462-1428 at least forty~ight (48) hours prior to the meeting.
MOSQUITO CONTROL DISTRICT
www.co.st-lucie.fl. us
www.stlucieco.org
iiiiti{GlUiil#iti~ilittttililitiiitit[tltlift[i[lifittiftiilUilittllpilii~lFlti3WitiiltiilfiEgt{Hf
Chris Dzadovsky, Chairman
Paula A. Lewis, Vice Chair
Doug Coward
Charles Grande
Chris Craft
lilitli>gill[(N~Iliifiitllt[li~litN~iifiitNlttlti~iit1i111iUi3I1t#iii~fitWWtlit(1NiiiUpiiIittii
4~~iNi~itt)~iflliiiili>~iilitlifiiliiftifi13tl1itl[i~lii~~iilfliiilitiiiii~iuil
District No. 1
District No. 3
District No. 2
District No. 4
District No. 5
iit}NiHliti!(~#iiitiiii~tltti~itlifilitiitNiiltDi~ilfliilil~lttliltfiiliiiiilili
MINUTES
Approve the minutes from the September 14, 2010 meeting.
II. GENERAL PUBLIC COMMENT
III. CONSENT AGENDA
A. WARRANTS
Approve warrant list No. 51 and 52.
NOTICE: All Proceedings before this Board are electronically recorded. Any person who decides to appeal any action taken by the Board at these meetings will
need a record of the proceedings and for such purpose may need to ensure that a verbatim record of the proceedings is made. Upon the request of any party to
the proceedings, individuals testifying during a hearing will be sworn in. Any paAy to the proceedings will be granted the opportunity to cross~xamine 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 Director at (772) 462-1777 or TDD (772) 462-1428 at least forty-eght (48) hours prior to the meeting.
EROSION DISTRICT
www. co. st-I u ci e. fl. u s
www.stlucieco.org
HiiCt~iiiii~ikNiiii11i1111itiii€litt#tiiHtfilit~tlltiiitNtliEtlitlil~lit~litJit~tiii(iti~tlillii~illil~iNtligii~iiiiill(hiltlLlii~ifftElttiHtililt~3~i#
Chris Craft, Chairman District No. 5
Charles Grande, Vice Chairman District No. 4
Doug Coward District No. 2
Chris Dzadovsky District No. 1
Paula A. Lewis District No. 3
iilitilittifililtiil~~iNtiN~i[llitilt#ittltlt[iititttiltltUl~lilll itllti[IIIIitH~ll MiiNitNlNiitifNgiiti11ii1iitititNN~iill~f1
MINUTES
Approve the minutes from the September 14, 2010 meeting.
II. GENERAL PUBLIC COMMENT
III. CONSENT AGENDA
A. WARRANTS
Approve warrant list No. 51 and 52.
NOTICE: All Proceedings before this Board are electronically recorded. Any person who decides to appeal any action taken by the Board at these meetings will
need a record of the proceedings and for such purpose may need to ensure that a verbatim record of the proceedings is made. Upon the request of any party to
the proceedings, individuals testifying during a hearing will be sworn in. Any party to the proceedings will be granted the opportunity to cross-examine any
individual testifying during a hearing upon request Anyone with a disability requiring accommodation to attend this meeting should contact the St. Lucie County
Community Services Director at (772) 462-1777 or TDD (772) 462-1428 at least forty~ight (48) hours prior to the meeting.
BOARD OF COUNTY COMMISSIONERS
ST. LUCIE COUNTY, FLORIDA
REGULAR MEETING
Date: September 21, 2010 Convened: 6:00 p.m.
Adjourned: 7:05 p.m.
Commissioners Present: Chairman, Charles Grande, Doug Coward, Paula A. Lewis, Chris Craft, Chris
Dzadovsky
Others Present: Faye Outlaw, County Administrator, Lee Ann Lowery, Asst. County Administrator, Dan
McIntyre, County Attorney, Mark Satterlee, Planning and Development Services Director Don West, Public
Works Director, Lauri Case, Utilities Director, Debra Brisson, Parks and Recreation Director, Millie Delgado-
Feliciano, Deputy Clerk
I. INVOCATION
II. PLEDGE OF ALLEGIANCE
III. MINUTES
Approve the minutes from the September 9, 2010 Preliminary Budget Public Hearing.
It was moved by Com. Dzadovsky, seconded by com. Coward, to approve the minutes of the meeting held
September 9, 2010, and; upon roll call, motion carried unanimously.
Approve the minutes from the September 14, 2010 meeting,
It was moved by Com. Coward, seconded by Com. Lewis, to approve the minutes of the meeting held September
14, 2010, and; upon roll call, motion carried unanimously.
IV. PROCLAMATIONS/PRESENTATIONS
A. COUNTY ATTORNEY
Resolution No. 10-221 -Proclaiming the fourth Monday in September 2010 as "Family Day - A Day to
Eat Dinner with Your with Your Children" in St. Lucie County, Florida.
Consider staff recommendation to adopt Resolution No, 10-221 as drafted.
It was moved by Com. Craft, seconded by Com. Dzadovsky, to approve Resolution No. 10-221, and;
upon roll call, motion carried unanimously.
B. COUNTY ATTORNEY
Resolution No, 10-243 - "Indian River State College Month".
Consider staff recommendation to adopt Resolution No. 10-243 as drafted.
It was moved by Com. Lewis, seconded by Com. Craft, to approve Resolution No. 10-243, and; upon
roll call, motion carried unanimously.
C. Dr. Joe Schaefer, OF/IFAS South Florida District Extension Director, will present the following awards;
The Florida Entomological Society 2010 Achievement Award for Research Teams for the
Tropical Soda Apple Integrated Pest Management Program
The Association of Natural Resources Extension Professionals Gold (first place national):
Promotional Materials Award for the Sea Turtle Friendly Beaches Program
The Association of Natural Resources Extension Professionals Bronze (third place national):
Outstanding Team for the Tropical Soda Apple Integrated Pest Management Program
V. GENERAL PUBLIC COMMENT
Mayor Bob Benton, City of Ft. Pierce, addressed the Board regarding the proposed millage increase.
He stated his main concern was the affect it would have on the small businesses in the county. He asked
the Board to take a closer look at the budget and hold the line on the taxes.
Captain Don Vos, Marine Cleanup Initiative, addressed the Board and requested the Board waive the
$650.00 fee requested for his scheduled fund raisers. He advised the Board his organization has
Collected 32,000 lbs. of debris from the River.
Com. Craft stated he supported the request as well as the tipping fee being waived at the Landfill for the
balance of the debris that could not be recycled.
Ms. Patricia Ferrick, representing the North Fork Property Owners Association as well as the White City
Improvement Club, addressed the Board with regards to the School Resource Officers program. She
advised the Board the Citizens Budget Committee supported option 1 as presented at the last discussion
held on the issue and asked the Board to meet with the other entities to establish an MSTU in order to
fund the program in the future and asked the politics on the matter be removed and the funding be
placed in the budget.
Com. Dzadovsky advised those present of the $8.1 million dollars the School District has received from
the Federal Stabilization Fund and hoped the School Board would step forward and participate in funding
the program.
The County Administrator advised the Board at the time when the statement had been made regarding
the funding for the SRD program for two years, the Board had not gone through the budget review
process and when she asked for clarification on the 2 year plan, the Board made it very clear that the
1.62 million was to be one time funding only. She stated she believes there had been a misperception
that it was to be 2 years of funding. She also stated that in every meeting held afterwards, the Board
continued to make it clear that the funding was to be a one-time allocation.
Com. Coward reiterated his previous comments where he indicated this was a 4 way partnership. The
Board has not wavered in their funding at any time. He expressed his concern regarding the increased
cost of the program over a 4 year period. He stated the Board was hopeful the other entities would step
up to the plate and participate in funding the program.
Mayor Benton re-addressed the Board and stated he would support an MSTU similar to the storm water
MSTU the city has imposed.
Com. Coward stated he was open to public discussion, however he wished to advise everyone that he
would not support another taxing district. He believed this would not be necessary if every partner
stepped up to the plate.
Mr. Joseph Patroni, Port St. Lucie resident, addressed the Board regarding a prior approval of PNRD 09-
23.
The Planning and Development Director addressed Mr. Patroni's questions and stated he was not sure if
the permits had been initiated.
Mr. John Arena, area resident, addressed the Board regarding restoration of old furniture
VI. CONSENT AGENDA
It was moved by Com. Coward, seconded by Craft, to approve the Consent Agenda to included 6-C-2 as part
of the Consent Agenda, and; upon roll call, motion carried unanimously.
A. WARRANTS
Approve warrant list No. 51
The Board approved Warrant List No. 51.
B. COUNTY ATTORNEY
Resolution No. 10-244 -Property Assessed Clean Energy (PACE)
The Board adopted Resolution No. 10-244 as drafted.
C. HUMAN RESOURCES
Prison Health Services Inmate HIV Medications Invoice for July, 2010
2
The Board authorized payment of Prison Health Services invoice number PHS0008076 for
HIV medications for the period of July 01, 2010 through July 31, 2010, in the amount of
$38,484.90.
2. Electron Open Enrollment of Employee in County Offered Benefits.
The Board approved the implementation of electronic benefit enrollment and agreements with
Benefits Technology Division 3, LLC and Common Census, Inc. and authorized the County
Administrator to sign documents as approved by the County Attorney.
VII. PUBLIC HEARINGS
A. PLANNING & DEVELOPMENT SERVICES
Rezoning Request -Hardscapes, Inc.
Consider staff recommendation to approve Resolution No. 10-107 approving the petition of Hardscapes,
Inc. for a change in zoning from CO (Commercial, Office) to CG (Commercial, General), as outlined in
the agenda memorandum.
Mr. Dennis Murphy, Culpepper and Terpening for the applicant, addressed the Board and submitted a
letter of support for the project from a nearby resident. He also advised the Board he wished to make a
correction. Staff had stated this business had been on site for 5 years. He advised the Board the
business had been on this site for only 1 and'/< years.
It was moved by Com. Coward, seconded by Com. Dzadovsky, to approve Resoltuion No. 10-107, and;
upon roll call, motion carried unanimously.
VIII. HUMAN RESOURCES
Bid for Employee Dental Benefits
Consider staff recommendation to award the Employee Dental Benefits to Delta Dental as provider of employee
dental benefits effective January 1, 2011 and authorize the Chairman to sign documents as approved by the
County Attorney and Board decision regarding County contribution from options delineated on Attachment C.
Staff advised the Board this was a two part recommendation, first to award the Employee Dental Benefits to Delta
Dental and the other to approve option 2 as presented.
It was moved by Com. Craft, seconded by Com. Coward, to approve awarding the Employee Dental Benefits to
Delta Dental and also approve option 2 as presented, and; upon roll call, motion carried unanimously.
There being no further business to be brought before the Board, the meeting was adjourned.
Chairman
Clerk of the Circuit Court
3
AGENDA REQUEST
~~
C O U NT Y
"'
F L O R I D A
TO: BOARD OF COUNTY COMMISSIONERS
SUBMITTED BY(DEPT):
SUBJECT:
County Attorney
ITEM NO. IV-A
DATE: September 28, 2010
REGULAR [x ]
PUBLIC HEARING [ ]
CONSENT [ J
PRESENTED BY:
Daniel S. McIntyre
County Attorney
Resolution No. 10-247 - "DISABILITY AWARENESS MONTH" in St.
Lucie County.
BACKGROUND: Suzy Hutcheson, President and CEO of Helping People Succeed, Inc.,
has requested that this Board proclaim the month of October 2010
as "DISABILITY AWARENESS MONTH" in St. Lucie County, Florida.
The attached Resolution No. 10-247 has been drafted for that
purpose.
RECOMMENDATION: Staff recommendsthattheBoardadopttheattachedResolutionNo.
10-247 as drafted.
COMMISSION ACTION: CONCURRENCE:
[va APPROVED [ ]DENIED
[ ]OTHER: ~~~-~ ~
gpproved 5-0 Faye W. Outlaw, MPA
County Administrator
Review and Approvals
[X] County Attorney: ~~
Daniel S. McIntyre
RESOLUTION NO. 10-247
A RESOLUTION PROCLAIMING THE MONTH OF OCTOBER
2010 AS "DISABILITY AWARENESS MONTH" IN ST. LUCIE
COUNTY, FLORIDA
WHEREAS, the Board of County Commissioners of St. Lucie County, Florida, has made the
following determinations:
October is National Disability Awareness Month, during which the contributions of
Americans with disabilities are recognized and citizens are encouraged to ensure
equal opportunity in the workforce.
2. Across America, individuals with disabilities are making important contributions in
the workplace, and here in St. Lucie County, individuals with disabilities are
becoming part of the fabric of our workforce.
The employers in St. Lucie County are recognized for valuing the ability and worth
of all citizens, noting that employing a person with a disability contributes to the
quality of life of the individual and also to the diversity and economic viability of
our community.
4. Helping People Succeed Inc. has a commitment to people with disabilities through
its various programs and services that help people with disabilities obtain and
maintain employment, thus helping them live the American dream of an everyday
life.
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of St. Lucie
County, Florida:
This Board commends Helping People Succeed, Inc., its employees and volunteers
for their continuing good works in helping those citizens with disabilities obtain
gainful employment and contribute to the sustainability of our community.
2. This Board does hereby proclaim the month of October 2010 as "DISABILITY
AWARENESS MONTH" in St. Lucie County, Florida.
PASSED AND DULY ADOPTED this 28`h day of September 2010.
ATTEST:
DEPUTY CLERK
BOARD OF COUNTY COMMISSIONERS
ST. LUCIE COUNTY, FLORIDA
BY:
CHAIRMAN
APPROVED AS TO LEGAL FORM AND
CORRECTNESS:
COUNTY ATTORNEY
AGENDA REQUEST
TO: BOARD OF COUNTY COMMISSIONERS
SUBMITTED BY~DEPT):
SUBJECT:
County Attorney
ITEM NO. IV-B
DATE: September 28, 2010
REGULAR [x ]
PUBLIC HEARING [ ]
CONSENT [ ]
PRESENTED BY:
Daniel S. McIntyre
County Attorney
Resolution No. 10-251 - "Fire Prevention Week"
BACKGROUND: The St. Lucie County Fire Board has requested that this Board
proclaim the week of October 3, 2010 through October 9, 2010 as
"Fire Prevention Week" in St. Lucie County, Florida. The attached
Resolution No. 10-251 has been drafted for that purpose.
RECOMMENDATION: Staff recommends that the Board adopt the attached Resolution
No. 10-251 as drafted.
COMMISSION ACTION: CONCURRENCE:
[~ APPROVED [ ]DENIED
[ ]OTHER:
Approved 5.0 Faye W. Outlaw, MPA
County Administrator
Review and Approvals
[X] County Attorney:
Daniel S. McIntyre
RESOLUTION NO. 10-251
A RESOLUTION PROCLAIMING THE WEEK OF OCTOBER 3,
2010 THROUGH OCTOBER 9, 2010 AS "FIRE PREVENTION
WEEK" IN ST. LUCIE COUNTY, FLORIDA
WHEREAS, the Board of County Commissioners of St. Lucie County, Florida, has made the
following determinations:
1. The annual toll from fires throughout the U.S. causes the death of thousands of
Americans, while many more individuals are burned or disfigured for life, and suffer
enormous losses of property.
2. More deaths caused by fires involve women and children in the home.
3. Statistics indicate that a large percentage of fires in this country are caused merely by
carelessness.
4. The observance of "FIRE PREVENTION WEEK" provides an excellent opportunity
for the St. Lucie County Fire District to bring before the people of St. Lucie County
the need to cooperate in all fire prevention and safety measures, which could help
bring a substantial savings in life and property to our community during the months
ahead.
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of St. Lucie
County, Florida:
Section 1. This Board does hereby proclaim October 3, 2010 through October 9, 2010, as "FIRE
PREVENTION WEEK" in St. Lucie County, Florida.
Section 2. This Board requests and urges all citizens and residents of St. Lucie County to
participate in fire prevention activities, seeking to reduce the great loss of life and
property caused by fires; and hereby requests the cooperation of the news media -
radio, television and newspapers - to publicize this Resolution and give full publicity
thereof.
Section 3. This Resolution shall take effect immediately upon its adoption, pursuant to law.
PASSED AND DULY ADOPTED this 28`h day of September 2010.
ATTEST:
BOARD OF COUNTY COMMISSIONERS
ST. LUCIE COUNTY, FLORIDA
BY:
DEPUTY CLERK CHAIRMAN
APPROVED AS TO LEGAL FORM AND
CORRECTNESS:
COUNTY ATTORNEY
CONSENT
AGENDA
ITEMS
09/24/10
FZABWARR
FUND TITLE
001
001001
001113
001511
001512
001517
001518
001522
001524
001525
001823
101002
101003
101004
102
102001
105
107
107001
107002
107003
107004
107006
107206
111
112
113
114
116
117
119
120
122
123
126
127
128
129
130102
130212
136
138
139
140
140001
140306
160
183
ST. LUCIE COUNTY - BOARD
WARRANT LIST #52- 18-SEP-2010 TO 24-SEP-2010
FUND SUMMARY
EXPENSES
General Fund
Recreation Special Events
CDBG Supp Disaster Recovery Subgran
ARRA CSBG 2009
Neighborhood Stabilization Program
HUD Shelter Plus Care
Section 112/MPO/FHWA/Planning
SRL - 2502 Isso Bella Dr.
SRL - 3768 Wild Orchid Lane
SRL - 3731 Wild Orchid Lane
INTACT
Transportation Trust/80o Constitut
Transportation Trust/Local Option
Transportation Trust/County Fuel Tx
Unincorporated Services Fund
Drainage Maintenance MSTU
Library Special Grants Fund
Fine & Forfeiture Fund
Fine & Forfeiture Fund-Wireless Sur
Fine & Forfeiture Fund-E911 Surchar
Fine & Forfeiture Fund-800 Mhz Oper
F&F Fund-Driver's Ed Safety
F&F Fund-Court Related Technology
FDCF Criminal Justice, Mental Healt
River Park I Fund
River Park II Fund
Harmony Heights 3 Fund
Harmony Heights 4 Fund
Sunland Gardens Fund
Sunrise Park Fund
Holiday Pines Fund
The Grove Fund
Indian River Estates Fund
Queens Cove Lighting Dist#13 Fund
Southern Oak Estates Lighting
Pine Hollow Street Lighting MSTU
Kings Hwy Industrial Park Lighting
Parks MSTU Fund
FTA 5307-ARRA 2009 Capital Projects
FCTD TRIP Grant
Monte Carlo Lighting MSTU#4 Fund
Palm Lake Gardens MSTU Fund
Palm Grove Fund
Airport Fund
Port Fund
DOT-New N. Entrance Port Ft. Pierce
Plan Maintenance RAD Fund
Ct Administrator-19th Judicial Cir
261,670.06
24,990.00
20,055.00
121,502.40
130,060.21
350.00
6.99
2,810.00
2,480.00
1,620.00
374.10
42,971.76
18,754.74
39,917.66
2,709.10
6, 124.67
340.56
33,725.63
858.89
1, 462.24
6,490.90
213,300.00
13,553.67
181.35
2,835.53
611.66
234.14
514.36
572.76
142.43
873.71
179.99
1,012.29
361.07
125.78
381.31
506.50
596,669.47
495.36
27,865.04
1,776.63
259.83
764.28
8,123.88
2,963.80
17,230.39
4,051.14
5,040.42
PAGE
PAYROLL
38,444.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
2,748.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
09/24/10 ST. LUCIE COUNTY - BOARD PAGE 2
FZABWARR WARRANT LIST #52- 18-SEP-2010 TO 24-SEP-2010
FUND SUMMARY
FUND TITLE EXPENSES PAYROLL
183004 Ct Admin.- Teen Court 186.04 0.00
183006 Guardian Ad Litem Fund 2,410.46 0.00
184211 FDEP South SLC Beach Restoration 65,404.84 0.00
184215 DEP Ft Pierce Shore Protection 2012 50,634.66 0.00
185011 FHFA SHIP 2009/2010 393.00 0.00
216 County Capital I&S 1,202.00 0.00
296 No Lennard Rd 1 20,000.00 0.00
297 No Lennard Rd 2 7,500.00 0.00
298 No Lennard Rd 3 5,000.00 0.00
310205 FDEP/FRDAP MLK/Dreamland Park 161.88 0.00
316 County Capital 17,827.64 0.00
401 Sanitary Landfill Fund 202,937.91 0.00
418 Golf Course Fund 5,159.40 0.00
451 S. Hutchinson Utilities Fund 49,341.72 0.00
461 Sports Complex Fund 10,191.33 0.00
471 No County Utility District-Operatin 100,264.58 0.00
478 No Cty Util Dist-Renewal & Replace 3,737.09 0.00
491 Building Code Fund 193.67 0.00
505 Health Insurance Fund 43.74 1,633.70
505001 Property/Casualty Insurance Fund 20,083.00 0.00
611 Tourist Development Trust-Adv Fund 8,328.88 0.00
801 Bank Fund 40.00 0.00
GRAND TOTAL: 2,190,943.54 42,825.70
ITEM NO.
BOARD OF COUNTY COMMISSIONERS
AGENDA REQUEST REGULAR
TO:
SUBMITTED BY:
SUBJECT:
BACKGROUND:
FUNDS AVAILABLE:
PREVIOUS ACTION:
County Attorney
DATE:
VI-B-1
09/28/10
PUBLIC HEARING ( )
LEG. ( )
QUASI-JD ( )
CONSENT ( X )
PRESENTED BY:
Heather Sperrazza Lueke
Assistant County Attorney
Approval of Agreement with William Miley to Provide Certain Volunteer Services at
Bluefield
See CA10-1161
001-3920-543000-300 Environmental Resources General Fund -Utilities
The Board of County Commissioners approved the "Volunteer In Preserve"
Program/Standard Agreement on October 22, 2002.
The Board of County Commissioners approved an agreement with William Miley
on February 12, 2008.
RECOMMENDATION: Staff recommends approval of new agreement with William Miley for Volunteer in
Preserve Program.
COMMISSION ACTION: CONCURRENCE:
,pQ APPROVED ( ) DENIED
( ) OTHER
Faye W. Outlaw, MPA
Approved 5.0 County Administrator
Coordination/Signatures
County Attorney (x) `1 - OMB Director (x) `~~/ytn
`~ Budget Analyst /'V
Daniel S. McIntyre (Marie Gouin)
( ) ERD (x )
(Name) n Smith)
COUNTY ATTORNEY
MEMORANDUM
TO: Board of County Commissioners
FROM: Heather Sperrazza Lueke, Assistant County Attorney
C.A. No: CA10-1161
DATE: September 28, 2010
SUBJECT: Approval of Agreement with William Miley to Provide Certain Volunteer Services
at Bluefield
ITEM NO. VI-B-1
Background:
Attached to this memo is a copy of the new proposed agreement with William Miley to provide
volunteer services at Bluefield. The Volunteer in Preserve (VIP) Program provides volunteer staffing
for the Environmental Lands Program in exchange for the opportunity to temporarily reside on the
sites, providing their own recreational vehicle. VIP's provide twenty (20) hours of service each week,
such as opening and closing gates, patrolling and exotic removal. The County provides utility's at
approximately $50 per month. The County has had an agreement with Mr. Miley since February
2008.
Previous Action:
The Board of County Commissoiners approved the "Volunteer In Preserve" ProgramlStandard
Agreement on October 22, 2002.
The Board of County Commissioners approved an agreement with William Miley on February 12,
2008.
Recommendation:
Staff recommends approval of new agreement with William Miley for Volunteer in Preserve Program.
Respectfully submitt~,
L '~ k--
eat er Sperrazza Lueke 1
Assistant County Attorney
r
AGREEMENT
THIS AGREEMENT is dated this ~hd day of ~~` ~ ~' aDi~ between ST. LUCIE
COUNTY, a political subdivision of the State of Florida, located at 2300 Virginia Avenue, Fort
Pierce, Florida, hereinafter referred to as "County" and WILLIAM MILEY, hereinafter referred to as
"Contractor".
WHEREAS, the County owns the property located at Bluefield; and,
WHEREAS, the County desires responsible persons reside on various County properties,
with the County to provide and pay for certain utilities in connection therewith in return for the
Contractor assisting the County in protection of the County's property.
NOW, THEREFORE, in consideration of the mutual considerations and benefits according
to the County and the Contractor, the parties agree as follows:
1. County does hereby agree to allowthe Contractorto use a designated area on which
to place a recreational vehicle, as identified in the attached Exhibit "A" hereinafter referred to as the
"Property", together with reasonable grounds for the usual needs of the Contractor on a month to
month basis from October 1, 2010 to September 30, 2011.
2. County agrees to provide utility service, including garbage to the Contractor, if
regularly scheduled garbage service is provided by the County to the Property. If regular garbage
service is not provided to the Property, the Contractor shall provide for his own garbage disposal.
3. The Contractor agrees to:
a. provide telephone service;
b. reside in the recreational vehicle (RV) and advise the Environmental
Regulation and Land Division Manager of the normal hours that the
Contractor will occupy the RV, and advise of any expected absence which
deviates significantly from the normal routine;
c. act as the County liaison and respond to all emergency and non-emergency
needs as requested;
d. notify, where appropriate, the Environmental Regulation and Land Division
Manager and/or Sheriffs Department of any unusual activity on the property
including but not limited to wildfire, lost hikers, poaching, suspected trespass
and vandalism;
e. maintain the RV and grounds in good repair and appearance;
f. maintain insurance coverage for any property owned by the Contractor and
be financially responsible for any damage to the recreational vehicle or any
property therein for damages, excluding normal wear and tear;
g. provide a minimum of 20 hours of work per week as indicated below.
4. The Contractor shall be responsible for maintenance of the Property with his/her
duties to specifically include but not limited to:
a. Inspect all buildings on the Property at least once a day.
b. Collect any appropriate fees.
c. Open and close all entrance gates for the property including Bluefield daily.
Gates are to be opened at sunrise and closed at sunset.
d. Clean all campsites and restrooms on a weekly basis.
e. Check on campers.
f. Inspect for signs of damage or vandalism, and report any found to be
Environmental Regulation and Land Division Manager and/or the Sheriff's
Department.
g. Report any unauthorized use in the area to the above persons.
Maintain an activity log of inspection tours, noting the dates and time the
property is checked, problems encountered, safety hazards, abnormal
activity, discrepancies and unusual circumstances, together with corrective
action taken, or person notified. The log shall be submitted to the
Environmental Regulation and Land Division Manager, on a monthly basis.
Take all lawful steps to protect the Property from burglary, malicious
mischief, unlawful trespass and vandalism, and prevent injuries and unlawful
acts.
Mowing and trimming of all the trails, parking areas, and any other public
access areas, weekly, during the growing season. The County will provide
all equipment. The areas must be mowed with a bush hog mower or finish
mower and the grass shall be cut to a length of no higher than two (2) inches
in height. Any large vegetative debris (tree limbs, trees, etc.), located in the
area to be mowed, must be moved prior to mowing. All paper and trash
debris will be picked up from within the area to be mowed and removed from
the site. All structures (i.e. informational signs (except interpretive posts),
guardrails, kiosks, fencing, etc.) must be kept in a clean appearance and
weed-eated following each mowing cycle. The Contractor will be
responsible for any damage to County equipment caused during
Contractor's use.
Perform any miscellaneous managerial duties as defined by the
Environmental Regulation and Land Division Manager.
4. The Contractor warrants to the County that he is a responsible and law abiding
person and that he is not under any legal disability or criminal prosecution. The Contractor further
covenants and agrees that he will use the aforesaid utilities being furnished to him only for his
actual housekeeping needs and will keep the Property and his recreational vehicle in a neat
appearing and sanitary condition. Contractor will not let or sublet or sub-lease the Property or
recreational vehicle to any person or persons whomsoever. Any sub-renting and subleasing shall
constitute a breach of this Agreement.
5. This Agreement may be automatically renewed at sole option of the County on the
basis of month-to-month with the first day of each month being the day of the month of the date
hereof. Either party may terminate this Agreement, with or without cause, with seven (7) days prior
written notice. Contractor further covenants and agrees that he will upon written notice terminating
this Agreement, vacate the Property and remove his property from the Property or parking place
and will leave the site clean. If the Contractor fails to vacate the Property and it becomes
necessary forthe County to institute a legal proceeding againstthe Contractor, the prevailing party
shall pay reasonable attorney fees and the costs of such suit at legal proceeding.
6. The Contractor agrees that no person shall reside on the premises, other than those
members of his immediate family. The Contractor furtheragreesto be responsible for all pets both
inside and outside, and agrees and understands that the pets are limited to two (2) dogs. Pets shall
always be leashed when outside of Contractor's fenced common area/residence.
7. No personal trucks and/or trailers shall be allowed into the site past the
contractor's residence, unless authorized by Environmental Regulation and Land Division Manager
or appropriate land's management staff or during an emergency. Patrolling should only occur on
a designated 4-wheelertype vehicle provided by the County. During all routine patrolling and on site
work, the Contractor shall wear the provided safety vest and/or uniform provided by the County.
Contractor shall have a clean appearance and be approachable by the public at anytime while
onsite.
8. Contractor agrees that no hunting or trapping shall be allowed on the
Property unless he receives separate written authorization from the Environmental Regulation and
Land Division Manager.
9. As a consideration for allowing the Contractor to use the Property, the Contractor
agrees to indemnify and hold the County, its agents and employees, harmless for all claims for
damages and for any claims that may a made against it or them, by any member of his family or
his guests for any damages whatsoever.
10. No amendment or claimed amendment hereto, either verbal or written shall be
binding upon the County unless the same has been formally executed in behalf of the County by
its Director of Leisure Services and the Contractor.
11. Notice. All notices, requests, consents, and other communications required or
permitted under this Agreement shall be in writing and shall be (as elected by the person giving
such notice) hand delivered by messenger or courier service, telecommunicated, or mailed by
registered or certified mail (postage prepaid) return receipt requested, addressed to:
As To County:
St. Lucie County Administrator
Administration Building Annex
2300 Virginia Avenue, 3rd Floor
Fort Pierce, Florida 34982
With A Copy To:
St. Lucie County Attorney
Administration Building Annex
2300 Virginia Avenue, 3rd Floor
Fort Pierce, Florida 34982
St. Lucie County Environmental Regulation and
Land Division Manager
2300 Virginia Avenue
Fort Pierce, Florida 34982
As To Contractor:
or to such other address as any party may designate by notice complying with the terms of this
Section. Each such notice shall be deemed delivered (a) on the date delivered if by personal
delivery, (b) on the date upon which the return receipt is signed or delivery is refused or the
notice is designated by the postal authorities as not deliverable, as the case may be, if mailed.
12. Mediation. In the event of a dispute between the parties in connection with this
Contract, the parties agree to submit the disputed issue or issues to a mediator for non-binding
mediation prior to filing a lawsuit. The parties shall agree on a mediator chosen from a list of
certified mediators available from the Clerk of Court for St. Lucie County. The fee of the
mediator shall be shared equally by the parties. To the extent allowed by law, the mediation
process shall be confidential and the results of the mediation or any testimony or argument
introduced at the mediation shall not be admissible as evidence in any subsequent proceeding
concerning the disputed issue.
ATTEST:
Deputy Clerk
WITNESSES:
,, ~ " ~~
BOARD OF COUNTY COMMISSIONERS
BY:
CHAIRMAN
APPROVED AS TO FORM AND
CORRECTNESS:
BY:
County Attorney
CONTRACTOR
-~-~'~r--------
S :\A TTY\A GREEM N T\preserv e. M i ley. w pd
ITEM NO. VI-B-2
~~~ ~ ~~ =~, - DATES 09/28/10
-- AGENDA REQUEST REGULAR ( )
PUBLIC HEARING ( )
LEG. ( )
QUASI-JD ( )
CONSENT (x )
TO: BOARD OF COUNTY COMMISSIONERS PRESENTED BY:
Heather Sperrazza Lueke
Assistant County Attorney
SUBMITTED BY: County Attorney
SUBJECT: Drug Abuse Treatment Association, Inc. (D.A.T.A.) Twelfth Amendment to 1990
Facilities Use Agreement
BACKGROUND: See CA10-1162
FUNDS AVAILABLE: N/A
PREVIOUS ACTION: Board of County Commissioners approved June 12, 1990 Facilities Use
Agreement and eleven subsequent extensions
RECOMMENDATION: Staff recommends approval of the Twelfth Amendment to the Facilities Use
Agreement with D.A.T.A.
COMMISSION ACTION:
(~ APPROVED ( ) DENIED
( ) OTHER
Approved 5.0
Coordination/Signatures
County Attorney (x) ? OMB Director ( )
Budget Analyst
Daniel S. McIntyre
CONCURRENCE:
~f~
Faye W. Outlaw, MPA
County Administrator
(Name)
ERD ( )
(Name)
(Name)
(Name)
C0C1 ~'rfTY -
F L a R 1 D A "~
TO: Board of County Commissioners
COUNTY ATTORNEY
MEMORANDUM
FROM: Heather Sperrazza Lueke, Assistant County Attorney
C.A. No: CA10-1162
DATE: September 28, 2010
SUBJECT: Drug Abuse Treatment Association, Inc. (D.A.T.A.) Twelfth Amendment to 1990
Facilities Use Agreement
ITEM NO. VI-B-2
Background:
Since 1990, the Drug Abuse Treatment Association, Inc. (D.A.T.A.) has used the facility known as the
"Youth Hall" for H.R.S.-contracted drug treatment services for children.
Previous Action:
Board of County Commissioners approved June 12, 1990 Facilities Use Agreement and eleven
subsequent extensions
Recommendation:
Staff recommends approval of the Twelfth Amendment to the Facilities Use Agreement with D.A.T.A.
e tfully submitted,
Heather Sperrazza uek
Assistant County Attorn
TWELFTH AMENDMENT TO JUNE 12, 1990
FACILITIES USE AGREEMENT
THIS TWELFTH AMENDMENT is dated this day of , 2010, by and between
ST. LUCIE COUNTY, a political subdivision of the State of Florida, hereinafter referred to as the
"County", and DRUG ABUSE TREATMENT ASSN., INC., a Florida corporation, hereinafter
referred to as "D.A.T.A.".
WHEREAS, the parties entered into a Facilities Use Agreement on June 12, 1990 for the
use of certain facilities referred to as the "Youth Hall"; and,
WHEREAS, the parties have entered into a first amendment to the June 12, 1990
agreement to amend the description of the subject property to delete approximately seventy-four
thousand eight hundred forty-four (74,844) square feet; and,
WHEREAS, on July 28,1992, the parties entered into a second amendment to the June 12,
1990 agreement to permit D.A.T.A. to install a portable classroom on the subject property; and,
WHEREAS, on March 22, 1994, the parties entered into a third amendment to the June 12,
1990 Agreement to permit D.A.T.A. to install modular units to provide a day treatment program for
juvenile offenders on the subject property pursuant to a contract with the Florida Department of
Health and Rehabilitative Services, hereinafter referred to as "H.R.S."; and,
WHEREAS, on February 22, 1996, the parties entered into the fourth amendment to the
June 12, 1990 Agreement to permit D.A.T.A. to use the modular units to expand its juvenile drug
and alcohol treatment programs and to extend the term of the Agreement through and including
June 30, 1998 subject to the renewal of the contract with H.R.S. for in-patient substance abuse
treatment for children with an additional one year option to renew the agreement upon the same
terms and conditions, upon renewal of D.A.T.A.'s contract with H.R.S., as amended.
5:\ATTY\A6REEMNT\12a-DATA.wpd - 1
WHEREAS, the parties have entered into amendments to the agreement to extend the term
of the agreement for additional years through and including June 30, 2010 upon the same terms
and conditions; and,
WHEREAS, D.A.T.A. wishes to exercise its option to renew the agreement retroactive from
July 1, 2010 through and including June 30, 2011 upon the same terms and conditions.
NOW, THEREFORE, in consideration of the mutual promises contained herein, the parties
agree to amend the June 12, 1990 Agreement as follows:
1. Paragraph 2. D.A.T.A. USE OF YOUTH HALL: TERM RENEWAL is hereby
amended to read as follows:
2. D.A.T.A. USE OF YOUTH HALL: TERM; RENEWAL
D.A.T.A. shall be considered the County's agent forthe sole purpose
of providing supervision of County employees at the Youth Hall
pursuant to the County's contract with H.R.S. for the period July 1,
1990 through the termination of said contract effective July 1, 1990.
For the period beginning July 1, 1990, D.A.T.A. will commit to use
the Youth Hall, including the personal property owned by the County
as listed in the inventory attached hereto and incorporated herein as
Exhibit "C" to provide in-patient substance abuse treatment for
children pursuant to its contract with H.R.S. For the period January
1, 1995 through and including December 31, 1995, D.A.T.A. will also
provide a day treatment program for juvenile offenders pursuant to
its contract with H.R.S.
The term of this Agreement shall be for the period July 1, 1990
through and including June 30, 2011, subject to the renewal of the
contract with H.R.S., n/k/a Florida Department of Children and
Families ("D.C.F."), for in-patient substance abuse treatment for
children and may be renewed for an additional one (1) year period
upon the same terms and conditions, upon renewal of D.A.T.A.'s
contract with D.C.F., as amended. Either party may terminate this
Agreement with or without cause, upon thirty (30) days prior written
notice to the other party.
2. Except as amended herein, the remaining terms and conditions of the June 12, 1990
agreement, as previously amended, shall remain in full force and effect.
'.
5:\ATTY\A6REEMNT\12n-DATA.wpd - 2
.~
IN WITNESS WHEREOF, the County has hereunto subscribed and D.A.T.A. has affixed his,
its, or their names, or 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:
COUNTY ATTORNEY
ATTEST:
SECRETARY
DRUG ABUSE TREATMENT ASSN., INC.
BY:
PRESIDENT
(SEAL)
5;\ATTY\A6REEMNT\12n-DATA.wpd - 3
AGENDA REQUEST
DATE: September 28, 2010
REGULAR ( ]
PUBLIC HEARING [ ]
CONSENT (X]
TO: BOARD OF COUNTY COMMISSIONERS
SUBMITTED BY (DEPT): County Attorney
ITEM NO. VI-B-3
PRESENTED BY:
Mark Godwin~~~j~ .
Criminal Justice Coordinator
SUBJECT: Request to have the Board to amend and approve a Contractual
Rate Agreement (Amendment No. 0006) with United for Families,
Inc (UFF) for drug screening services.
BACKGROUND: Please see attached Memorandum CA No. 10-1206.
FUNDS AVAIL: N/A This is anon-financial amendment
PREVIOUS ACTION: The St. Lucie County Drug Screening Lab opened for testing on
July 1, 2008. Since January 2009, the Board has approved five (5)
previous Contractual Rate Agreements with UFF.
RECOMMENDATION: Staff recommends the Board approve the Amended Contractual
Rate Agreement with United for Families, Inc., and that the
Chairman be authorised to sign the Amended Contractual Rate
Agreement.
COMMISSION ACTION:
(,APPROVED (]DENIED
[ ]OTHER:
Approved 5.0
CONCURRENCE:
Faye W. Outlaw, MPA
County Administrator
Review and Aparovals
X Coun Attorne : ~~ [x] Management 8~ Budget:
[ ] tY Y
Dan McIntyre Marie Gouin, Director
Patty Marston, Analyst
County Attorney
MEMORANDUM10-1206
TO: Board of County Commissioners
THROUGH: Daniel S. McIntyre, County Attorney
FROM: Mark J. Godwin, Criminal Justice Coordinator
DATE: September 28, 2010
SUBJECT: Approve amendment changes in the St. Lucie Drug Screening Lab Contract with
United For Families (UFF) and Department of Children and Families (DCF).
ITEM NO. VI B 8
Background:
The St. Lucie County Drug Screening Lab opened on July 1, 2008. The Lab has tested many clients
in the public and private sectors. In 2009, the lab tested over 17,000 individuals.
This new amended agreement assures that the St. Lucie County Drug Screening Lab is in compliance
with DCF's requirements such as: Civil Rights, Criminal Background Checks, Indemn~cation,
Information Systems Security Obligations, Patents, Copyrights and Royalties, Whistleblower's Act
Requirements, Financial and Compliance Audit, and Debarment, Suspension, Ineligibility and
Voluntary Exclusion Certification.
The primary purpose of the attached amendment is to fulfill the contract requirements as issued by
the State of Florida, Department of Children and Families, requiring UFF to integrate into its
subcontracts the required DCF Contract Directives for Administrators (CDAs) and/or amendment
changes as outlined in UFF's Contract ZJK84 with DCF.
Recommendation:
Staff recommends that the Board approve Contractual Rate Agreement Amendment (0006) with
United for Families, Inc. for screening clients receiving services, and fulfill the contract requirements
as issued by the State of Florida, Department of Children and Families, and authorize the Chairman to
sign the amended agreement.
pectfully submitted,
Mark Godwin
Criminal Justice Coordinator
AMENDMENT No. 0006
THIS AMENDMENT, entered into between United for Families, Inc., hereinafter referred to as the "Agency" and St.
Lucie County Drug Screening Lab, hereinafter referred to as "Provider", amends Contract #UA979 as follows:
The primary purpose of this amendment is to integrate in UFF's subcontracts the required DCF Contract Directives for
Administrators (CDAs) and/or amendment changes in UFF's Contract ZJK84 with DCF.
1. Page 2, [Contractual Rate Agreement, SERVICE PROVIDER ASSURANCES, CNIL RIGHTS
REQUIREMENTS, Line 13] DELETE
"1. The SERVICE PROVIDER and its partners, subcontractors, and agents shall comply with section 504 of the
Rehabilitation Act of 1973, 29 U.S.C. 794, as implemented by 45 C.F.R. Part 84 (hereinafter referred to as
Section 504) and the Americans with Disabilities Act of 1990, 42 U.S.C. 12131, as implemented by 28 C.F.R.
Part 3 5 (hereinafter referred to as ADA).
2. The SERVICE PROVIDER shall, if the SERVICE PROVIDER or any of its partners, subcontractors, or agents
employs 15 or more employees, designate aSingle-Point-of-Contact (one per firm} to ensure effective
communication with deaf or hard-of-hearing customers or companions in accordance with Section 504 and the
ADA. The name and contact information for the SERVICE PROVIDER's Single-Point-of-Contact shall be
furnished to the UFF Contract Manager within 14 calendar days of the effective date of this requirement.
3. The SERVICE PROVIDER shall, within 30 days of the effective date of this requirement, contractually require
that its partners, subcontractors and agents comply with section 504 and the ADA. ASingle-Point-of-Contact
shall be required for each partner, subcontractor or agent that employs 15 or more employees. This Single-
Point-of-Contact will ensure effective communication with deaf of hard-of-hearing customers or companions in
accordance with Section 504 and the ADA and coordinate activities and reports with the SERVICE
PROVIDER'S Single-Point-of-Contact.
4. The Single-Point-of-Contact shall ensure that employees are aware of the requirements, roles & responsibilities,
and contact points associated compliance with Section 504 and the ADA. Further, employees of SERVICE
PROVIDERS, its partners, subcontractors, and agents with 15 or more employees shall attest in writing that
they are familiaz with the requirements of Section 504 and the ADA. This attestation shall be maintained in the
employee's personnel file.
5. The SERVICE PROVIDER'S Single-Point-of-Contact will ensure that conspicuous Notices which provide
information about the availability of appropriate auxiliary aids and services at no-cost to the deaf or hard-of-
hearing customer or companions are posted neaz where people enter or are admitted within the agent locations.
Such Notices must be posted immediately, but not later than March 12, 2010, with respect to current SERVICE
PROVIDERs (partners, subcontractors, and agents). T'he approved Notice can be downloaded through the
Internet at: http://www.dcf.state.fl.us/admin/i civilri ts.shtml
6. The SERVICE PROVIDER and its partners, subcontractors, and agents shall document the customer's or
companion's prefer ed method of communication and any requested auxiliary aids/services provided in the
customer's record. Documentation, with supporting justification, must also be made if any request was not
honored. The SERVICE PROVIDER shall submit Compliance Reports monthly, not later than the 10`~ day of
each month, to the UFF Contract Manager. The SERVICE PROVIDER shall distribute Customer Feedback
forms to customers or companions, and provide assistance in completing the forms as requested by the customer
or companion.
7. If customers or companions aze referred to other agencies, the SERVICE PROVIDER must ensure that the
receiving agency is notified of the customer's or companion's preferred method of communication and any
auxiliary aids/service needs."
and REPLACE with
"1. The SERVICE PROVIDER and its partners, subcontractors, and agents shall comply with section 504 of the
Rehabilitation Act of 1973, 29 U.S.C. 794, as implemented by 45 C.F.R. Part 84 (hereinafter referred to as
Section 504) and the Americans with Disabilities Act of 1990, 42 U.S.C. 12131, as implemented by 28 C.F.R.
Part 35 (hereinafter referred to as ADA), and the Children and Families Operating Procedure (CFOP) 60-10,
Chapter 4, entitled "Auxiliary Aids and Services for the Deaf or Hard-of-Hearing".
2. The SERVICE PROVIDER shall, if the SERVICE PROVIDER or any of its partners, subcontractors, or agents
employs 15 or more employees, designate aSingle-Point-of-Contact (one per firm) to ensure effective
communication with deaf or hard-of-hearing customers or companions in accordance with Section 504, the
ADA, and CFOP 60-10, Chapter 4. The name and contact information for the SERVICE PROVIDER'S Single-
Point-of-Contact shall be furnished to the UFF Contract Manager within 14 calendaz days of the effective date
of this requirement.
3. The SERVICE PROVIDER shall, within 30 days of the effective date of this requirement, contractually require
that its partners, subcontractors and agents comply with Section 504, the ADA, and CFOP 60-10, Chapter 4. A
Single-Point-of-Contact shall be required for each partner, subcontractor or agent that employs 15 or more
employees. This Single-Point-of-Contact will ensure effective communication with deaf or hazd-of-hearing
customers or companions in accordance with Section 504 and the ADA and coordinate activities and reports
with the SERVICE PROVIDER's Single-Point-of-Contact.
4. The Single-Point-of-Contact shall ensure that employees are awaze of the requirements, roles & responsibilities,
and contact points associated compliance with Section 504, the ADA, and CFOP 60-10, Chapter 4. Further,
employees of SERVICE PROVIDERS, its partners, subcontractors, and agents with 15 or more employees shall
attest in writing that they are familiaz with the requirements of Section 504, the ADA, and CFOP 60-10,
Chapter 4. This attestation shall be maintained in the employee's personnel file.
5. The SERVICE PROVIDER's Single-Point-of-Contact will ensure that conspicuous Notices which provide
information about the availability of appropriate auxiliary aids and services at no-cost to the deaf or hazd-of-
hearing customer or companions are posted near where people enter or are admitted within the agent locations.
Such Notices must be posted immediately, but not later than Mazch 12, 2010, with respect to current SERVICE
PROVIDERS (partners, subcontractors, and agents). The approved Notice can be downloaded through the
Internet at: ht~://www.dcfstate.fl.us/admin/i civilrights shtml
6. The SERVICE PROVIDER and its partners, subcontractors, and agents shall document the customer's or
companion's preferred method of communication and any requested auxiliary aids/services provided in the
customer's record. Documentation, with supporting justification, must also be made if any request was not
honored. The SERVICE PROVIDER shall submit Compliance Reports monthly, not later than the 2°d business
day following the reporting month, to the LTFF Contract Manager. The SERVICE PROVIDER shall distribute
Customer Feedback forms to customers or companions, and provide assistance in completing the forms as
requested by the customer or companion.
7. If customers or companions are referred to other agencies, the SERVICE PROVIDER must ensure that the
receiving agency is notified of the customer's or companion's preferred method of communication and any
auxiliary aids/service needs."
2. Page 2, [Contractual Rate Agreement, SERVICE PROVIDER ASSURANCES, Line 44] ADD
"CRIlYIINAL BACKGROUND CHECKS: In accordance with Chapter 435, Florida Statutes, the SERVICE
PROVIDER shall complete criminal background checks on all applicants for employment, agents, independent
contractors, and/or volunteers who aze subject to have contact with any vulnerable person. Furthermore, the
SERVICE PROVIDER may not, in relation to the aforementioned members, select nor hire nor allow these
members contact with any vulnerable person until the screening process is completed and demonstrates the absence
of any grounds for denial.
If the SERVICE PROVIDER becomes awaze that a current personnel member has a disqualifying offense, the
SERVICE PROVIDER must:
1. terminate the employment of any of its personnel found to be in noncompliance with the minimum standazds of
Chapter 435, Florida Statutes;
or
2. remove the personnel member from contact with any vulnerable person and place the personnel member in a
position for which background screening is not required until the situation is resolved, unless the personnel
member is granted an exemption from disqualification pursuant to s. 435.07;
and
3. immediately send, to the iTFF Contract Manager, written notification which states: the name of the personnel
member, the personnel member's position held with the SERVICE PROVIDER'S organization, the
disqualifying offense, and the SERVICE PROVIDER'S outlined procedures and plans of how the individual
situation will be addressed and resolved.
The SERVICE PROVIDER shall maintain detailed written policies and procedures regarding recruitment practices,
screening procedures, reference and background checks, and training methods for employees, agents, independent
contractors, and/or volunteers."
2
3. Page 3, [Contractual Rate Agreement, SERVICE PROVIDER ASSURANCES, INCIDENT REPORTING AND
CLIENT RISK PREVENTION, After Line 8] ADD 3`a paragraph as follows:
"In accordance with the DCF added mandatory reporting requirements under CFOP 75-2, Chapter 9, paragraphs 9-
7, (m) is now added to emphasize the requirement of direct client services providers to report incidents of fraud,
waste, and abuse. Therefore, the SERVICE PROVIDER, and any subcontractor, must comply with and inform its
employees of the following mandatory reporting requirements. Each employee of the SERVICE PROVIDER, and
of any subcontractor, providing services in connection with this contact who has any knowledge of a reportable
incident shall report such incident as follows:
1. reportable incidents that may involve an immediate or impending impact on the health or safety of client shall
be immediately reported to the UFF Contract Manager; and
2. other reportable incidents shall be reported to the DCF Office of Inspector General by completing a
Notification/Investigation Request (from CF 1934) and emailing the request to the Office of Inspector General
at ig_complaints@dcfstate.fl.us. The SERVICE PROVIDER, and any subcontractor, may also mail the
completed form to the Office of Inspector General, 1317 Winewood Boulevard, Building 5, 2nd Floor,
Tallahassee, Florida, 32399-0700; or via fax at (850) 488-1428.
3. A reportable incident is defined in CFOP 180-4 as follows:
(a) Inappropriate employee acts or omissions that result in client injury, abuse, neglect or death;
(b) Fraud;
(c) Theft;
(d) Breaches of confidentiality by an employee, unless inadvertent and self-reported(e.g., revealing a
reporter's name, providing confidential documents to unauthorized persons, access of client files for
non-business reasons, providing information from client files such as medical or benefits information,
etc.) immediately upon confirmation by the district:
(e) Falsification of official records (e.g., intentional alteration of state documents, misrepresentation of
information during an official proceeding, intentional falsification of client case records, case notes,
client contact reports, visitation records, or client home visits, creating false and fictitious files, etc.);
(f) Misuse of position or state property, employees, equipment or supplies for personal gain or profit (e.g.,
misuse of telephonic and communication devices, use of staff for personal services, soliciting on state
time and state property, conspiracy to conceal missing state property, misuse of the Internet to conduct
personal business as defined by policy, etc.);
(g) Failure to report known or suspected neglect or abuse of a client;
(h) Improper expenditure or commitment of public funds;
(i) Contract mismanagement by a Department employee or by a contractor, subcontractor, or employee of
either (e.g., misuse, waste, or loss of a significant amount of public funds, evidence of egregious lack of
judgment in the use of public funds, evidence that state or federal laws, or state rules or federal
regulations have been violated, etc.);
(j) Computer related misconduct (e.g., accessing FLORIDA, Florida's Safe Families Network (FSFN),
HomeSafeNet or FAHIS system files of clients when there is no direct business involvement with the
client, accessing inappropriate or pornographic web sites, sending threatening or harassing messages,
misuse of email, etc.);
(k) Any violation under §435, F.S., Title XXXI, Employee Screening, that would result in disqualification
from client contact duties (e.g., convicted of murder, manslaughter, assault and battery, kidnapping,
false imprisonment, sexual battery, theft, robbery child abuse, abuse and neglect of an elderly or
disabled adult, sale of a controlled substance, resisting arrest, contributing to delinquency of a minor, or
other disqualifying offence); or,
(1) Any other wrongdoing that would be a violation of statute, rule, regulation or policy, excluding job
performance and related deficiencies."
4. Page 3, [Contractual Rate Agreement, SERVICE PROVIDER ASSURANCES, INDEMNIFICATIONI DELETE
"To the extent allowed by law, the SERVICE PROVIDER shall be liable for and indemnify, defend and hold
United for Families and all of its officers, agents, and employees harmless from all claims, suits, judgments, or
damages, including attorneys' fees and costs, arising out of any act, actions, neglect, or omissions by the SERVICE
PROVIDER, its agents, or employees during the performance or operation of this contract or any subsequent
modifications thereof."
and REPLACE with
"To be liable for and indemnify, defend and hold United for Families, other contracted service providers, its
trustees, DCF and all of its officers, agents, and employees harmless from all claims, suits, judgments, or damages,
including attorneys' fees and costs, arising out of, relating to or involving any act, actions, neglect, or omissions
(inclusive of those associated with any trademark, copyright, patent, or unpatented invention, process, trade secret
or intellectual property right, information technology used or accessed, or article manufactured or used) by the
SERVICE PROVIDER, its agents, independent contractors, volunteers and students, or employees, whether acting
alone or in collusion with others, during the performance or operation of this contract or any subsequent
modifications, renewals or extensions thereof. The SERVICE PROVIDER shall provide prompt written
notification to UFF of any such claim arising from the performance of this contract. If the SERVICE PROVIDER
is an agency or subdivision of the State, its obligation to indemnify, defend and hold harmless DCF shall be to the
extent permitted by law and without waiving the limits of sovereign immunity.
SERVICE PROVIDER shall fully comply with the worker's compensation law regarding SERVICE PROVIDER
and SERVICE PROVIDER'S employees. SERVICE PROVIDER further agrees to indemnify and hold UFF
harmless from any failure of SERVICE PROVIDER to comply with applicable worker's compensation laws. UFF
shall have the right to offset against the amount of any fees due to SERVICE PROVIDER under this Agreement any
amount due to UFF from SERVICE PROVIDER as a result of SERVICE PROVIDER'S failure to promptly pay to
UFF any reimbursement or indemnification arising under this Section."
5. Page 4, [Contractual Rate Agreement, SERVICE PROVIDER ASSURANCES, INFORMATION SYSTEMS/
SECURITY OBLIGATIONS, Line 2] DELETE "CFOP 50-6" and REPLACE with "CFOP 50-2"
6. Page 4, [Contractual Rate Agreement, SERVICE PROVIDER ASSURANCES, INFORMATION SYSTEMS/
SECURITY OBLIGATIONS, Line 3] DELETE "(CF114)" and REPLACE with "(CF 0114)"
7. Page 4, [Contractual Rate Agreement, SERVICE PROVIDER ASSURANCES, INFORMATION SYSTEMSI
SECURITY OBLIGATIONS, After Line 16] ADD 4~' paragraph as follows:
"The SERVICE PROVIDER shall make every effort to protect and avoid unauthorized release of any personal or
confidential information by ensuring both data and storage devices are encrypted as prescribed in CFOP 50-2. If
encryption of these devices is not possible, then the SERVICE PROVIDER shall assure that unencrypted personal
and confidential departmental data will not be stored on unencrypted storage devices. If the use of subcontractors by
the SERVICE PROVIDER has been approved by UFF, then the SERVICE PROVIDER shall require the same of all
subcontractors. The SERVICE PROVIDER agrees to notify, in writing, UFF's Contract Manager as soon as
possible, but no later than five (5) business days following the determination of any breach or potential breach of
personal and confidential DCF-related data. The SERVICE PROVIDER shall provide written notice to affected
parties no later than forty-five (45) days following the determination of any potential breach of personal or
confidential DCF-related data provided in section 817.5681, F.S."
8. Page 4, [Contractual Rate Agreement, SERVICE PROVIDER ASSURANCES, Line 31] ADD
"PATENTS. COPYRIGHTS. AND ROYALTIES: In the event that any intellectual property, inventions, written
or electronically created materials, including books, manuals, presentations, films or other copyrightable materials
are produced (arising from the SERVICE PROVIDER's, its officers', agents' and/or subcontractors' performance
under or in relation to this contract), these items are agreed to be determined works for hire for the benefit of DCF,
fully compensated under this contract amount, and that neither the SERVICE PROVIDER nor any of its officers,
agents nor subcontractors may claim any interest in any intellectual property rights accruing under or in connection
with the perfonmance of this contract. In addition, the SERVICE PROVIDER shall notify the Department of State.
It is specifically agreed that DCF shall have exclusive rights to all data processing software falling within the terms
of section 119.084, F.S., which arises or is developed in the course of or as a result of work or services performed
under this contract, or in any way connected herewith. Any and all copyrights accruing under or in connection with
the performance under this contract are hereby reserved to the State of Florida. Notwithstanding the foregoing
provision, if the SERVICE PROVIDER is a university and a member of the State University System of Florida,
then section 1004.23, F.S., shall apply.
The SERVICE PROVIDER, if not a state agency, as that term is defined in subsection 768.28 F.S., shall indemnify
and save harmless UFF and the State of Florida and their employees from liability of any nature or kind, including
cost and expenses for or on account of any copyrighted, patented, or un-patented invention, process or article
manufactured by the SERVICE PROVIDER. The SERVICE PROVIDER has no liability when such claim is solely
and exclusively due to the Florida Department of State's alteration of the article. The Florida Department of State
will provide prompt written notification of claim of copyright or patent infringement. Further, if such claim is made
or is pending, the SERVICE PROVIDER may, at its option and expense, procure from the Florida Department of
4
State, the right to continue use of, replace or modify the article to render it non-infringing. If the SERVICE
PROVIDER uses any design, device or materials covered by letters, patent or copyright, it is mutually agreed and
understood without exception that the compensation paid pursuant to this contract includes all royalties or costs
arising from the use of such design, device or materials in any way involved in the work contemplated by this
contract. If UFF uses Federal funds to support this contract, the Federal awazding agency reserves all patent rights
with respect to any discovery or invention that arises or is developed in the course of or under this contract."
9. Page 4, [Contractual Rate Agreement, SERVICE PROVIDER ASSURANCES, Line 34] ADD
"PROPRIETARY OR TRADE SECRET INFORMATION: Unless exempted by law, all public records are
subject to public inspection and copying under Florida's Public Records Law, Chapter 119, F.S. Any claim by the
SERVICE PROVIDER of proprietary or trade secret confidentiality for any information contained in the SERVICE
PROVIDER's documents (reports, deliverables or work papers, etc., in paper or electronic form) submitted in
connection with this Contractual Rate Agreement will be waived, unless the claimed confidential information is
submitted in accordance with the pazagraph below.
The SERVICE PROVIDER must clearly label any portion of the documents, data or records submitted that it
considers exempt from public inspection or disclosure pursuant to Florida's Public Records Law as proprietary or
trade secret. The labeling will include a justification citing specific statutes and facts that authorize exemption of
the information from public disclosure. If different exemptions are claimed to be applicable to different portions of
the protected information, the SERVICE PROVIDER shall include information correlating the nature of the claims
to the particular protected information.
UFF and/or DCF, when required to comply with a public records request including documents submitted by the
SERVICE PROVIDER, may require the SERVICE PROVIDER to expeditiously submit redacted copies of
documents mazked as confidential or trade secret in accordance with the pazagraph above. Accompanying the
submission shall be an updated version of the justification stated in the paragraph above, correlated specifically to
redacted information. The redacted copy must exclude or obliterate only those exact portions that are claimed to be
proprietary or trade secret. If the SERVICE PROVIDER fails to promptly submit a redacted copy and updated
justification in accordance with this paragraph, UFF and/or DCF is authorized to produce the records sought without
any redaction of proprietary or trade secret information.
UFF and/or DCF is not obligated to agree with the SERVICE PROVIDER'S claim of exemption on the basis of
proprietary or trade secret confidentiality and the SERVICE PROVIDER shall be responsible for defending its
claim that each and every portion of the redactions of proprietary or trade secret information are exempt from
inspection and copying under Florida's Public Records Law."
10. Page 6, [Contractual Rate Agreement, SERVICE PROVIDER ASSURANCES, Line 8] ADD
"WAIVER: UFF's failure to demand performance of any provision of this Contractual Rate Agreement shall not
be deemed a waiver of such performance. UFF's waiver of any one breach of any provision of this Contractual
Rate Agreement shall not be deemed to be a waiver of any other breach and neither event shall be construed to be a
modification of the terms and conditions of this Contractual Rate Agreement. Any waiver by either party of a
violation of any provision of this Contractual Rate Agreement shall not be considered a waiver of any subsequent
violation. The provisions in this Contractual Rate Agreement do not limit UFF's right to remedies at law or in
equity.
WFIISTLEBLOWER'S ACT REQUIREMENTS: In accordance with subsection 112.3187(2), F.S., the
SERVICE PROVIDER and any of its subcontractors shall not retaliate against an employee for reporting violations
of law, rule, or regulation that creates substantial and specific danger to the public's health, safety, or welfare to an
appropriate agency. Furthermore, agencies or independent contractors shall not retaliate against any person who
discloses information to an appropriate agency alleging improper use of governmental office, gross waste of funds,
or any other abuse or gross neglect of duty on the part of an agency, public officer, or employee. The SERVICE
PROVIDER and any of its subcontractors shall inform employees that they and other persons may file a complaint
with the Office of Chief Inspector General, Agency Inspector General, the Florida Commission on Human Relations
or the Whistle-blower's Hotline number at 1-800-543-5353.
The SERVICE PROVIDER must comply with, and incorporate into any of its subcontracts, all requirements related
to the federal whistleblower protections specified in Section 1553 of the American Recovery and Reinvestment Act
of 2009 (the Recovery Act).
The SERVICE PROVIDER shall post notice of employees rights and remedies for whistleblower protections
provided under Section 1553 of the American Recovery and Reinvestment Act of 2009 (the Recovery Act)."
5
11. Page 7, [Contractual Rate Agreement, ATTACffiVI1;NT I, A. SERVICES TO BE PROVIDED, 5., a] DELETE
This Contractual Rate Agreement does not allow the SERVICE PROVIDER to subcontract for the provision of
any services under this contract without prior written approval of UFF."
and REPLACE with
"a. This Contractual Rate Agreement does not allow the SERVICE PROVIDER to subcontract for the provision
of any services under this contract without prior written approval of UFF. In no event may the SERVICE
PROVIDER assign or enter into any transaction having the effect of assigning or transferring any right to
receive payment under this contract which right is not conditioned on full and faithful performance of the
SERVICE PROVIDER's duties hereunder. Any sublicense, assignment or transfer occurring, without prior
approval of UFF, shall be null and void.
b. The SERVICE PROVIDER will be responsible for all work performed and expenses incurred with the project
If UFF permits the SERVICE PROVIDER to subcontract all or part of the work contemplated under this
Contractual Rate Agreement, including entering into subcontracts with vendors for services and commodities, it
is understood by the SERVICE PROVIDER that all such subcontract arrangements shall be evidenced by a
written document subject to prior review and approval by UFF. Such review of the written subcontract
document by UFF will be limited to a determination of whether or not subcontracting is permissible and the
inclusion of applicable terms and conditions of this Contractual Rate Agreement. The SERVICE PROVIDER
shall include, or cause to be included, in all subcontracts (at any tier) the substance of all clauses contained in
this Contractual Rate Agreement that mention or describe subcontract compliance. The SERVICE PROVIDER
further agrees that UFF shall not be liable to the subcontractor for any expenses or liabilities incurred under the
subcontract and the SERVICE PROVIDER shall be solely liable to the subcontractor for all expenses and
liabilities incurred under the subcontract. The SERVICE PROVIDER, at its expense, will defend UFF against
such claims."
12. Page 8, [Contractual Rate Agreement, ATTACHMENT I, B. MANNER OF SERVICE PROVISION, 2., a.]
DELETE
"The SERVICE PROVIDER shall maintain an adequate level of staff and properly trained, screened, and certified
staff (administrative and programmatic) to meet the contractual responsibilities and in compliance with all
applicable administrative rules and statutes. Moreover, in order to prevent business interruption, the SERVICE
PROVIDER must maintain adequate staff coverage to ensure no deficiency or gap in any UFF required service
delivery aspect exists on a daily operating basis or an emergency need basis."
and REPLACE with
"The SERVICE PROVIDER shall only select, hire and maintain an adequate level of staff (administrative and
programmatic) who is properly background screened in accordance with the requirements of Chapter 435, Florida
Statutes, trained, and certified to meet the contractual responsibilities and in compliance with all applicable
administrative rules and statutes. Moreover, in order to prevent business interruption, the SERVICE PROVIDER
must maintain adequate staff coverage to ensure no deficiency or gap in any UFF required service delivery aspect
exists on a daily operating basis or an emergency need basis."
13. Beginning on Page 22, DELETE current ATTACI~VVIENT II in its entirety
and REPLACE with
ATTACffi1~NT II FINANCIAL AND COMPLIANCE AUDIT now included in this amendment.
14. Page 24, DELETE current ATTACffiVIENT III CERTIFICATION REGARDING DEBARMENT,
SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION CONTRACTS/SUBCONTRACTS in its
entirety
and REPLACE with
ATTACI~VIENT III AFFIDAVIT for CERTIFICATION REGARDING DEBARMENT, SUSPENSION,
INELIGIBILITY AND VOLUNTARY EXCLUSION MATTERS now included with this amendment.
This amendment shall be in effect 10/1/2010.
All provisions in the contract and any attachments thereto in conflict with this amendment are hereby changed to
conform to this amendment.
6
All provisions not in conflict with this amendment are still in effect and are to be performed in accordance with the level
specified in the contract.
This amendment and all its attachments are hereby made a part of the Contract #UA979.
IN WITNESS THEREOF, the parties hereto have caused this ten (10) page Amendment #0006 to be executed by their
officials thereunto duly authorized.
SERVICE PROVIDER: ~~
ST. LUCIE COUNTY DRUG SCREENING LAB UNITED FOR FAMII.IES, INC.
Signed By:
Name: Charles Crrande
Title: Chairman
Date:
Federal I.D. # 59-6000835
Signed By:
Name: Christine W. Demetriades
Title: Chief Executive Officer
Date:
Federal I.D. # 59-3616410
7
ATTACHMENT II
FINANCIAL AND COMPLIANCE AUDIT
The administration of resources awarded by UFF to the SERVICE PROVIDER may be subject to audits as described in
this attachment.
MONITORING
In addition to reviews of audits conducted in accordance with OMB Circular A-133 and Section 215.97, F.S., as revised,
UFF may monitor or conduct oversight reviews to evaluate compliance with contract, management and programmatic
requirements. Such monitoring or other oversight procedures may include, but not be limited to, on-site visits by UFF
staff, limited scope audits as defined by OMB Circular A-133, as revised, or other procedures. By entering into this
agreement, the SERVICE PROVIDER agrees to comply and cooperate with any monitoring procedures deemed
appropriate by UFF. In the event UFF determines that a limited scope audit of the SERVICE PROVIDER is appropriate,
the SERVICE PROVIDER agrees to comply with any additional instructions provided by UFF regarding such audit. The
SERVICE PROVIDER further agrees to comply and cooperate with any inspections, reviews, investigations or audits
deemed necessary by DCF staff, DCF's Inspector General, the State of Florida's Chief Financial Officer or the Auditor
General.
AUDITS
PART I: FEDERAL REQUIREMENTS
This part is applicable if the recipient is a State or local government or anon-profit organization as defined in OMB
Circular A-133, as revised.
In the event the recipient expends $500,000 or more in Federal awards during its fiscal year, the SERVICE PROVIDER
must have a single or program-specific audit conducted in accordance with the provisions of OMB Circular A-133, as
revised. In determining the Federal awards expended during its fiscal year, the SERVICE PROVIDER shall consider all
sources of Federal awards, including Federal resources received from UFF. The determination of amounts of Federal
awards expended should be in accordance with guidelines established by OMB Circular A-133, as revised. An audit of the
SERVICE PROVIDER conducted by the Auditor General in accordance with the provisions of OMB Circular A-133, as
revised, will meet the requirements of this part. In connection with the above audit requirements, the SERVICE
PROVIDER shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of OMB Circular A-
133, as revised.
The schedule of expenditures should disclose the expenditures by contract number for each contract with UFF in effect
during the audit period. The financial statements should disclose whether or not the matching requirement was met for
each applicable contract. All questioned costs and liabilities due UFF shall be fully disclosed in the audit report package
with reference to the specific contract number.
PART II: STATE REQUIREMENTS
This part is applicable if the SERVICE PROVIDER is a non-state entity as defined by Section 215.97(2), Florida Statutes.
In the event the SERVICE PROVIDER expends $500,000 or more in state fmancial assistance during its fiscal year, the
SERVICE PROVIDER must have a State single or project-specific audit conducted in accordance with Section 215.97,
Florida Statutes; applicable rules of the Department of Financial Services; and Chapters 10.550 (local governmental entities)
or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. In determining the state fmancial assistance
expended during its fiscal year, the SERVICE PROVIDER shall consider all sources of state fmancial assistance, including
state financial assistance received from UFF, other state agencies, and other non-state entities. State fmancial assistance does
not include Federal direct or pass-through awards and resources received by a non-state entity for Federal program matching
requirements.
In connection with the audit requirements addressed in the preceding paragraph, the SERVICE PROVIDER shall ensure
that the audit complies with the requirements of Section 215.97(8), Florida Statutes. This includes submission of a
financial reporting package as defined by Section 215.97(2), Florida Statutes, and Chapters 10.550 or 10.650, Rules of the
Auditor General.
22
The schedule of expenditures should disclose the expenditures by contract number for each contract with LTFF in effect
during the audit period. The financial statements should disclose whether or not the matching requirement was met for
each applicable contract. All questioned costs and liabilities due UFF shall be fully disclosed in the audit report package
with reference to the specific contract number.
PART III: FOR-PROFIT SERVICE PROVIDERS
Although PART I and PART II above govern primarily SERVICE PROVIDERS that are a State or local government or a
non-profit organization as defined in OMB Circular A-133, the pass-through entity (UFF) is responsible for establishing
requirements, as necessary, to ensure compliance by for-profit recipients/subrecipients. Therefore, UFF will require its
contracted for-profit SERVICE PROVIDERs who receive $500,000 or more per year in federal or state funds to have both
of the following:
0 A single audit in accordance with the requirements of A-128 or A-133.
0 Aprogram-specific annual independent financial and compliance audit conducted and prepared in accordance
with Generally Accepted Government Auditing Standards, applicable laws and regulations.
In turn, UFF will require its contracted for-profit SERVICE PROVIDERs who receive less than $500,000 per year in
federal or state funds to have the following:
0 Aprogram-specific annual independent financial and compliance audit conducted and prepared in accordance
with Generally Accepted Government Auditing Standards, applicable laws and regulations.
For-profit entities must further comply with PART IV and V stated below, herein ATTACHMENT II.
PART IV: REPORT SUBMISSION
Any reports, management letters, or other information required to be submitted to UFF pursuant to this agreement shall be
submitted within 1( 20) calendar days after the end of the SERVICE PROVIDER'S fiscal year or within thirty (30)
calendar days of the SERVICE PROVIDER's receipt of the audit report, whichever occurs first, directly to the following
unless otherwise required by Florida Statutes:
United for Families
Attn: Contracts Manager
10570 S. Federal Hwy, Suite 300
Port St. Lucie, Florida 34952
SERVICE PROVIDERS, when submitting audit report packages to LJFF for audits done in accordance with OMB Circular A-
133 or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit or for-profit organizations), Rules of the Auditor
General, should include, when available, correspondence from the auditor indicating the date the audit report package was
delivered to them. When such correspondence is not available, the date that the audit report package was delivered by the
auditor to the SERVICE PROVIDER must be indicated in correspondence submitted to UFF in accordance with Chapter
10.558(3) or Chapter 10.657(2), Rules of the Auditor General.
PART V: RECORD RETENTION
The SERVICE PROVIDER shall retain sufficient records demonstrating its compliance with the terms of this agreement
for a period of six (6) years from the date the audit report is issued and shall allow UFF or its designee access to such
records upon request. The SERVICE PROVIDER shall ensure that audit working papers are made available to UFF or its
designee upon request for a period of three (3) years from the date the audit report is issued, unless extended in writing by
iJFF.
23
United
for Families
ATTACHMENT III
AFFIDAVIT for
CERTIFICATION REGARDING DEBARMENT, SUSPENSION,
INELIGIBILITY AND VOLUNTARY EXCLUSION MATTERS
This affidavit for certification is required of IJFF potentiaUcurrent subcontractors as an additional contract provision contained in the contract
between LIFF and the State of Florida, Department of Children & Families (Contract ZJK84). This certification fiuthennore meets the
requirement of the regulations implementing Executive Order 12549, Debarment and Suspension, 29 CFR Part 98, Section 98.510, Participants'
Responsibilities. The guidelines were published as Part VII of the May 26, 1988, Federal Register (pages 19160-19211).
1. Being an authorized contract signatory authority representing my organization, I hereby affirm and attest to the best of my knowledge and
belief, on behalf of my agency, that the below statements are true and correct. My organization certifies that it and its principals:
® are not presently, and/or have not been within the past 5 years, barred, proposed for debarment, suspended, declazed ineligible, or
otherwise prohibited or voluntarily excluded from doing business with iJFF or any government entity;
® are not presently or have not, within athree-year period preceding this proposaUservice contract, been criminally and/or civilly charged
by iJFF or a government entity (Federal, State, or local) with, indicted for, convicted of, had one or more public transactions
terminated for cause or default as a result of, or had a civil judgment rendered against them for: commission of fraud or a criminal
offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract
under a public transaction and/or a violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery,
bnbery, falsification or destruction of records, making false statements, or receiving stolen property;
® aze not under investigation or indictment for criminal conduct, or have been convicted of any crime which would adversely reflect
on their ability to provide services to vulnerable populations, including, but not limited to, abused or neglected children, or which
adversely reflects their ability to properly handle public funds;
® are not currently involved, or have been involved within the last 5 years, with any litigation, regardless of whether as a plaintiff or
defendant, which might pose a conflict of interest to UFF, the State of Florida, Department of Children & Families, the state or its
subdivisions, or a federal entity providing funds to the State of Florida, Department of Children & Families or UFF;
® have not had a contract terminated by LJFF or the State of Florida, Department of Children & Families for a failure to
satisfactorily perform or for cause; or
® have not failed to implement a corrective action plan approved by LJFF, the State of Florida, Department of Children & Families
or any other governmental entity, after having received due notice.
2. Where the organization is unable to certify to any of the statements in this certification, such an organization shall attach an explanation
to this certification. Subsequently, the organization shall provide immediate written notice to the LJFF Contract Manager at any time the
agency learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.
3. If it is later determined that the signer knowingly rendered an erroneous certification, then iJFF, the Federal and/or State Government
may pursue available remedies, including suspension and/or debarment.
Name of Certifying Official Signature Date
Title Official Name of Organization/Agency/SERVICE PROVIDER
Address of Organization/Agency/SERVICE PROVIDER
State of Florida
County of
Swom to (or affirmed) and subscribed before me this (day of month] day of
In witness hereof, 1 hereunto set my hand and official seal.
(month), 20 (year].
(Signature of NOTARY PUBLIC, STATE OF FLORIDA) (Print, Type, or Stamp Commissioned Name of Notary Public)
My Signature, as a Notary Public, verifies the affiant's identification has been validated by
Personally Known:
OR Produced Identification:
of Identification Produced:
24
1~ ~}. -~ ITEM NO. VI-B-4
" ~ { = - DATE: 09128110
~ - AGENDA REQUEST REGULAR ( )
PUBLIC HEARING ( )
LEG. ( )
QUASI-JD ( )
CONSENT (X )
TO: BOARD OF COUNTY COMMISSIONERS PRESENTED BY:
Heather Sperrazza Lueke
Assistant County Attorney
SUBMITTED BY: County Attorney
SUBJECT: Permission to Advertise -Certificate of Public Convenience and
Necessity (CON) -Application for Class F for Golden Years Senior
Care, Inc.
BACKGROUND: See CA10-1195
FUNDS AVAILABLE: N/A
PREVIOUS ACTION: On August 18, 2010, the Emergency Medical Services Advisory Board voted to
recommend approval of the application for CON.
RECOMMENDATION: Staff requests permission to advertise Golden Years Senior Care, Inc.'s
application for Certificate of Public Convenience and Necessity for public
hearing before the Board of County Commissioners on October 26, 2010,
beginning at 9:00 am or as soon thereafter as may be heard.
COMMISSION ACTION:
(X) APPROVED
( ) OTHER
CONCURRENCE:
( ) DENIED
~~ -~
Approved 5.0
Faye W. Outlaw, MPA
County Administrator
Coordination/Signatures
County Attorney (x) ~.~ Public Safety (x )
. Daniel S. McIntyre (Jack Southard)
ERD ( )
(Name) (Name)
-.-_.
COUNTY
F L~ R I .D A -
TO: Board of County Commissioners
COUNTY ATTORNEY
MEMORANDUM
FROM: Heather Sperrazza Lueke, Assistant County Attorney
C.A. No: CA10-1195
DATE: September 28, 2010
SUBJECT: Permission to Advertise -Certificate of Public Convenience and
Necessity (CON) -Application for Class F for Golden Years
Senior Care, Inc.
ITEM NO. VI-B-4
Background:
Golden Years Senior Care, Inc. d/b/a Granny Nannies has submitted an application, attached, for a
Class F (Use of wheelchair vehicles to provide wheelchair vehicle service) Certificate of Public
Convenience and Necessity (CON). The Public Safety Director has reviewed the application and
found it to meet the requirements of Chapter 1-12.5 of the Code of Ordinances.
Previous Action:
On August 18, 2010, the Emergency Medical Services Advisory Board voted to recommend approval
of the application for CON.
Recommendation:
Staff requests permission to advertise Golden Years Senior Care, Inc.'s application for Certificate of
Public Convenience and Necessity for public hearing before the Board of County Commissioners on
October 26, 2010, beginning at 9:00 am or as soon thereafter as may be heard.
Respectfully submitte ,
~~f ~. ~
19eather Sperrazza Lue
Assistant County Attor ey
~utvvtNitNCt AND NECESSITY APPLICATION
pp ~DL,1~ t~ ~t~S St--'fit ~ C~~ ILL
1. A iicant's name:
Address: I ~-2--~ ~ ~ ~~~~--~ -~'~V ~'N1~1
~D t~~ S~ ~ N j t_l.~l L~ ~ ~-t-C~ P-! L~4 34~~ 3
Phone: ~2 - ~~1- ~6~
2. Applicant's Business is a ( )Sole Proprietorship
( )Partnership (~f Corporation
If Applicant is a partnership list the name and address of each partner:
Name:
Address:
If Applicant is a corporation list the Name and Address of the following:
Name: G OL~~1 '~ f t~}P~ S~-~.~t D~ ~~A-~,~ ~ ~~,
Address: 122 SIn1 ~~j~ ~i1~1t,~E `ESL -~ "~, _4~-r
President: ~ i A
V. President: ~~
Secretary:
~~
Treasurer: S'/4 ~ L~
Date of incorporation:
v~oc t-l ~ 2Cr~1
~~4~ ~ ~~
l~,bG ~ ~~2~1
w o4+~ ~ ~~r\c
Place of Incorporation: s~~ ~ ~ ~ ~ ~~~ D~
(If Applicant is doing business under a fictitious name, please attach evidence of
compliance with Section 865.09, Florida Statutes.)
. ~~~ ~ ~ ~r~-Nl~t x ~
3• Applicant's iviedicai uiracior:
Address:
. 5. Please attach a vehicle roster which describes all vehicles Applicant proposes to
use in St. Lucie County as well as the relevant license and registration numbers.
6. Please list how you handle radio communication from your base of operation in
St. Lucie County to your vehicles and/or personnel out in the field of operation.
S~~ ~ i i AcH-~ ~rPQ~v,~ ~ x . ~
7. Please attach a current financial statement which includes a statement regarding
whether or not Applicant receives Federal or other Public funds. If Applicant is a
governmental unit, please provide statement of funds budgeted for this service.
~~E ~~c ~4G~ ~ ~P~1 ~c . ~
8. Name of Applicant's insurance carrier and amount of liability coverage (per
person and per occun'ence).
' (Please attach Certificate of Insurance from such carrier.)
9. Area '(s) proposed to be served by Applicant:
S ~ " `-~ c-~ ~ c o cc ~ i y
IYl ~. i ~ ry Cc~ uti i ~l
i -~Ji fir,! ~i~~ C~c~t~T~
(Also please provide a detailed map of service area.)
S~ ~ti'7"1~Gt}~"~ A'PP'-~C:Nt'~i?~ C~
10. Address of base of operation from which the proposed area (s) are intended'to be
served: (If the relevant base of operation has not been established, please
indicate and describe the general area proposed for the location of the base of
operation.)
~i+z~ nn~..l 1J1~N1~ttS nn~ ~ -,.~ ~„L.~-~-,~..n ~ ..-- ....~„--
-144-L~ S p u i ft U t~l ~~W ~ ~~ Del ~ `tom l_. -~ ~ ~ , G ~
11. Proposed rate schedule: Please provide schedule of all rates for service currently
applicable: (In addition, please indicate whether applicant is willing to provide
. indigent transport service and community service during any emergencies}.
S ~~ ~-T~4c tf-~ ~P~D~X ~-}
12. Please provide detailed information on how you will affect exisfinn _~A~,~~o~ ;~ +~,e
14. ~ Please provide a narrative history of Applicant's company. At a minimum please
include: (a) three personal reference, (b) completed training and certificates, (c)
experience and personal. integrity, (d) areas previously and/or currently served, (e)
hospitals or other entities previously or currently served, (f) names and length of
. employment of key employees. 5~~, fl'~Llt~~ ~ ~~~ ~
15. On a separate sheet, please provide a justification for your application. Any
relevant support documentation should be attached such as area survey you may
have conducted, growth studies, population studies, needs assessment.
S~ A i ~ ~i ~?DI~C 1!
16: Written documentation of a background check performed by the Florida
Department of Law Enforcement (FDLE) on each of the applicant's personnel.
17. .Please list any other Counties in the State of Florida or other States in which the
applicant holds a Certificate of Public Convenience and Necessity. ~ /~
18. Classification applying for: Ll_~SS t=
Sig ature Applicant
STATE OF FLORIDA
- ~.
COUNTY OF ~ _('l t-
r
The foregoing instrument was acknowledge before me
this ~ day of e , ~, by ~,f~~n
as for _(n nn~ Il)4t1[i~,S
r(Y1~t n~ a ~ ~.rn
~~~ ~~
^---~ ~ --
~tate'~~ --~r0riaa
I certify from the records of this office that GRANNY NANNIES is a Fictitious
Name registered with the Department of State on February 14, 2006.
The Registration Number of this Fictitious Name is 606051900054.
I further certify that said Fictitious Name Registration is active.
Given under my hand and the
Great Seal of the State of Florida
at Tallahassee, the Capital, this the
Fifteenth day of March, 2006
~~. . ~~~
~ ~Q~b
~~EZrs~~ of~t~
f
f
~P~rttrfrnPnt IIf ~t~~p
v~z~c22 roe-osi
4. Please attach a personnel roster which includes the names of all Applicant's employees,
position held, the relevant licenses held by the employee and the license numbers and
expiration dates, as required by the State of Florida.
AN_
Stanley Woghiren Administrator
Brenda Woghiren Alternate Administrator
Driver
Driver's License No: W265-061-62-674-0
License Expiry Date: 05/14/2012
Vincent Cutenese Senior Driver
Driver's License No: C352-870-56-130-0
License Expiry Date: 04/10/2014
FLORIDA VEHICLE REGISTRATION
PLATE 857T1/W DECAL 14042457
YR/MK 2005JDODG BODY VN
VIN 2D4GP44L45R200451
Plate Type RGS NET W1- 4098
DL!FE>D 204249341-01
Date Issued 11/16/2009 Plate Issued 11/16J2009
GOLDEN YEARS SENIOR CARE INC
7440 S US HWY 1
PORT ST LUCIE, FL 34952-1417
CO/AGY 6 / Z T# 602732398
B# 285216
Expires Midnight Wed 6J30/2010
COLOR RED Reg. Tax 96.15 Class Code I
TITLE 103374643 Init. Reg. 225.00 Tax Months 7
County Fee 3.00 Back Tax Mos
Mail Fee Credit Class
Sales Tax Credit Months
Voluntary Fees
Grand Total 324. l5
IIvIPORTANT IlYFORMATION
1. The Florida license plate must remain with the registrant upon sale of vehicle.
2. The registration must be delivered to a Tax Collector or Tag Agent for transfer to
a replacement vehicle.
3. Your registration must be updated to your new address within 20 days of moving.
4. Registration renewals are the responsibiliry of the registrant and shall occur during
the 30-day period prior to the expiration date shown on this registration. Renewal
notices are provided as a courtesy and are not required for renewal purposes.
RGS -SUNSHINE STATE PLATE ISSUED X
6. Please list how you handle radio communication from your base of operation in St. Lucie County
to your vehicles and/or personnel out in the field of operation.
ANSWER:
Radio communication will be conducted through us of NEXTEL cell phone which are dedicated for non-
emergencytransportation service. The Administrator, Alternate Administrator and Senior Driver all
have NEXTEL cell phone.
~o:zs AM GRANNY NANNIES
oz/oe/~o Profit & Loss
cash Basis January through December 2008
Jan -Dec 08
Ordinary Income/Expense
Income
Fees 482,070.99
INCOME 28,767.19
Reimbursed Mileage 75.89
Screening Fees 308.00
Total Income 511,222.07
Expense
Advertising 12,371.83
Automobile Expense 8,339.27
Bank Service Charges 401.00
Depmciation Expense 925.00
Dues and Subscriptions 652.77
Franchise Commission 11,029.82
Insurance 7,867.56
Interest Expense .834.56
Licenses and Permits 272.70
Meals and Errtertainment 221.67
Medical 748.98
Miscellaneous 249.11
Office Supplies 1,001.15
PAYROLL 141,387.53
Postage and Delivery 82.91
Printing and Reproduction 1,397.32
Professional Fees 9,958.66
Rent 9,877.81
Repairs 233.77
SUBCONTRACTORS .225,353.33
Supplies 1,988.40
T 8, E 3,773.75
Utilities 6,483.36
VOID 0.00
Write Offs 8,762.62
Total Expense 454,214.88
Net Ordinary Income 57,007.19
Other Income/Expense
Other Income
Other Income 3,428.00
Total Other Income 3,428.00
Other Expense
Other Expenses 0.00
Total Other Expense 0.00
Net Other Income 3,428.00
Net Income 60,435.19
Page 1
a~^~R OP ID NH
CERTIFICATE OF LIABILITY INSURANCE °"~~"'
L~ GRANN-2 02 04 10
PRODUCER
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
American Business Ins Services HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
on Rd #120
Can
d
i
y
ero
n
32107 L
Westlake Village CA 91361-
Phoae:800-980-1950 Fax:800-980-1960 INSURERS AFFORDING COVERAGE NAIC#
MSURED INSURER A: II111C0 C88u81 CO an
INSURER 8:
Golden YAara SeIiior Care Znc,
i INSURER C:
es
dba Granny Nann
7440 3011tH IIS Sighvra 1
9
INSURER D:
2
Port St Lucie FL 34 MISURERE:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE NSURED NAMED ABOVE FL)R ~ ht r~uL:7 rtrcluu mLnL.n 1 tu. rvv 1 wl ~ rw 1 Mrvurrv~a
TERM OR CONDRION OF ANY CONTRACT OR OTHER DOCUMENT W RH RESPECT TO WHICH THIS CERTIFICATE MAY BE RSSUED OR
ANY REQUIREMENT
'
,
riONS OF SUCH
THE INSURANCE AFFORDED BY THE POLICIES DESCRIED HEREM IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDT
MAY PERTAIN
,
POLICIES. AGGREGATE L9~ARS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR S TYPE OF MISURANCE POLICY NUMBER DATE DATE ~ LgiAT1S
GENERAL LUIBILITY EACH OCCURRENCE 5
COMMERCIAL GENERAL LIABILITY PREMISES (Ea oowrenca) _
CLAIMS MADE ~ OCCUR MED EXP (Arty one person) S
PERSONAL b ADV INJURY E
GENERAL AGGREGATE S
GEML AGGREGATE LIMB APPLJES PER: PRODUCTS - COMPlOP AGG S
POLICY ERCaT LOC
AUT OMOBILE LUIBLITY COMBMED SINGLE LIMB S
(Ee accWerK)
ANY AUTO
ALL OWNED AUTOS BODILY INJURY a 125 , 000
A X scHEDULEDnuTOS 09UCC1276 10/31/09 10/31/10 ~pB18O")
HIRED AUTOS BODILY INJURY S 300,000
NON-0WNED AUTOS (Per ~)
- PROPERTY DAMAGE S lOO
000
(Per ecddern) ,
~~ Upa~r AUTO ONLY - EA ACCIDENT S
ANY AUTO OTHER THAN EA ACC S
AUTO ONLY: AGG S
EXCESS f UMBRELLA LJABIIITY EACH OCCURRENCE S
OCCUR ~ CLAIMS MADE AGGREGATE S
S
DEDUCTIBLE S
RETENTION S S
wDR KERSC~MPENSanoN
~ -
TORY LMARS ER
AND EMPLdYER8
~~ YIN
ANY PROPRIETORIPARTNER/EXECUTNE E.L EACH ACCIDENT S
^
OFFICER/MEMBER EXCLUDED?
IM,,,d.m,y ~ NH)
E.t DISEASE - EA EMPLOYE
S
If yes, dasaibe under
SPECL4L PROVISIONS below
E.L DISEASE -POLICY LlMR
S
OTHER
Physical Dsmage Comp~Coll DED $1,000
A ,Actual Cash Value 09IICC1276 10/31/09 10/31/10 S cPeril
DESCRIPTION OF OPERATIONS /LOCATIONS / VEHICLES I EXCWSIONS ADDED BY ENDORSEMENT I SPECUIL PROVISIONS
Driver Added effective 02/04/10: Vincent Cuteness
CFRTIFICeTF HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
EVIDENC DATE THEREOF, THE OL4UING INSURER WILL ENDEAVOR TD MAIL 1 O DAYS YYRnTEN
ET71denCe of Insurance NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
7UC IMPOSE ND OBLJGATON OR LIABILITY OF ANY KIND UPON 7HE INSURER, ITS AGENTS OR
REPRESENTATNES.
YiYYYY Y]t;YYYYYYYYYY~Y YYYZYYYYZY
]C71:][1[]r]C1C1C7C]C
AUTHORGED REPRESENTATNE
ACORD 25 (2009/01) 'U T9i3tf-lUUy AGVKL7 GGJKF'e1CA I IUIY. An rlgrns reserves.
The ACORD name and logo are registered marks of ACORD
Printable Counties map
Florida State Man With Cities Quick Weight Loss Centers
Search multiple engines for flarida Lose 3-7 Ibs per week. South
state map with cities Florida's weight loss secret!
www.wehaawier.corn quiekweightloss.rretlaree
f 17 19
~ ~ ~
18 21 as.G
~ u "~`
Ads b11
1 ~ 3 5 7
4 8 11
8 ~
~ 12 14
1. E~aenbia
~ 8anta 10 1a
asa
3. Qkabosa
* Wa11on
8. Holmes
8. Wighingron 91. Quval
T. Jackson 32 ~
8. Ca~Oenr 33. SL Johns
9. ~ 94. Ptrrnam
10. CiuN 35. FvpMr
11. C~adssn 38. Marion
12. 37. ilblusis
19. i.son 98. Cltrw
14. YVaIn~Na 9.9. Hsrrwtdo
1S. Frarrdin 40. lSunrier
is..Nt'fenon 4i. take
17. Madson 4z serninole
18. Taybr 43.Onnps
19.1farriNlorr 44.8rsrard
20.8tewannee 45.Osceola
21. lvtdfayaiis 4B. Polk
z2.0iocis 47. Paeoo
29. Cottunbia 48. l~eNas
24. QNdwst 49. HiMsboragh
35.13alrar 50. Manafss
28. Union 51. Saraso~la
27. iBradford 8Z. Harolss
28. Alachua 53.OsSob
29.levy .rs4. Wpl9ands
30. iruasu R
55.Oke~schobss
58. Iridisrt Rlwr
57. St l~rcis
58. Martin
59.GNades
80. Charlails
Q1. LN
62 siardry
83. Palen 8esch
84. @fONlard
85. Cofer
88. Marroe
87. i1~6ami-Dedr
38
_~
47
so
5T
Page 1 of 1
Florida Counties Man
Find great deals and save! Compare
products, prices & stores
www.Shopping.cam
31
31t ~
34
95
~ 1
37
~ 41 ~
] 43
'~ u
56
s2 ~ ~ ~,
63 ~
~ ~
. 81 ~ ~
85 ~ ~
®1996-2pt>g
SMb Holfwr iDeaips
.rw~v.~sebh.M~..cis
.v,~.rtlo.idae~uesmNpcm
66 W
~ ~,.,•
.,-.«~" .
Q7
Main Paae ~ Highlands Countv Search Engine ~ Counties List ~ Print Counties man ~
Feedback ~ Advertise With Us ~ More Mags
Design p 2001-2009 Snob Hollow Designs www.snobhollow.com
11. Proposed rate schedule: Please provide schedule of all rates for service currently applicable: (In
addition, please indicate whether applicant is willing to provide indigent transport service and
community service during any emergencies.
ANSWER:
Reserve company vehicle (wheelchair non-emergency transport)
1 hour $30.00 plus $.50 per mile
1 hour after 6pm $40.00 plus $.SO per mile
With respect to whether Granny NANNIES is willing to provide indigent transport services and
community services during emergencies, we were advised by Ed Griffin of MV Transportation that he
already had more than enough participants that would fulfill this requirement and he confirmed that he
did not need our service. I spoke with Mr. lack Southard on December 17, 2009 at 11:25am and
informed him of Mr. Griffin's advice. Mr. Southard advised and confirmed that Granny NANNIES should
turn in our application since Ed has confirmed that he did not need Granny NANNIES services.
Answer to Question 12
12. Please provide detailed information on how you will affect existing services in the following
areas (a) cost (b} quality of care (c) availability (24 hour operation).
ANSWER: Granny NANNIES business objective is aimed at providing services that complement the
changing demand and needs of its current and potential customers.
Since 2006 Granny NANNIES staff have been monitoring and analyzing the various requests for services
from our past, current and potential customers. The conclusion from the analysis of our survey revealed
that inquirers are looking for assistance that combines both home health care and non-emergency
transportation services. These customers are predominantly the elderly,, couples or individuals with
special needs that specifically prefer a licensed nurse registry that engages certified nursing aides (CNA)
or home health aides{HHA), registered nurses (RN) level of care to provide them with their required
service.
Our survey also revealed that access to transportation is the. major factor that allows our elderly and
special needs customers to live independently at home. It is the connection to vital activities that are
very important to them and the additional provision of escorts that are trained and certified to pick
them up from home, guide them through appointments and return them safely to their homes.
Cost
The rate that Granny NANNIES would charge for the provision of non-emergency transportation services
has been determined from the analysis of the. survey that has been conducted with our customers. This
rate is set within the rates that are generally charged by other competitive licensed Nurse Registry
agencies in the area. Granny NANNIES non-emergency transportation service will complement the rates
that are charged by existing services because our business objectives will be focusing on customers that
prefer to patronize the services that are provided by licensed Nurse Registries.
Quality of Care
As an established licensed Nurse Registry Granny NANNIES since 2006 has been involved in the
provision of quality care to its clients. These services range from basic care to total care support. Our
caregivers have and continue to (where required) use their own vehicle or the clients vehicle to
transport clients to their respective appointments or engagements. These include discharges and
transfers from facilities to home or place of residence.
With respell to quality of care, as a licensed Nurse Registry Granny NANNIES is already subjected to the
requirements of quality assurance inspection that is conducted by the State of Florida. We have proven
knowledge, experience and track record for providing quality services to our clients and those with
special needs. We work with policies and procedures that are driven by our customers.
We have knowledge and working experience in managing "compliances" that includes complaints/abuse
reporting, emergency management, HIPAA (privacy rule), Physicians Statement of Good Health and
verification of licenses.
The staff and independent contractors that provide our services are comprehensively orientated before
they are engaged. They have to comply with other recruitment standards before they are also allowed
to provided quality services to our clients. The standards that have been complied with include the
following: criminal background screening, drug abuse testing, CPR/First Aid, in-service training
HIV/AIDS, Domestic Violence, Risk Management training and references.
As an agency we periodically conduct customer satisfaction survey with our clients inorder to ensure
that we are addressing the needs of our customers and the local community.
As a licensed agency we have developed the necessary administrative infrastructure that is required for
providing quality of care services to our clients.
Availability
Granny NANNIES non-emergency transportation services will be provided on a 24 hour operation
services mode.
Granny NANNIES will refer potential customers to other local non-emergency transportation providers
where such requests are outside of our business objectives.
Answer to Question 14
14. Please provide a narrative history of Applicant's company. At a minimum please include: (a)
three personal references, (b) completed training and certificates, (c) experience and personal integrity,
(d) areas previously and/or currently served, (e) hospitals or other entities previously or currently
served, (f) names and length of employment of key employees.
ANSWER: Granny NANNIES Nurse Registry was founded in Central Florida in 1990 and has since grown
into a successful licensed nursing agency with numerous company owned and owner/operated
franchise locations serving thousands of the community elderly and individuals with special needs.
Granny NANNIES location in the Treasure Coast was established in 2005 and licensed in 2006 to cover
the counties of Saint Lucie, Martin and Indian River.
Our office is located in Port Saint Lucie. The agency is owned and managed by an Administrator and
Alternate Administrator and supported by other clerical and administrative staff. We have independent
contractors, known as caregivers that include certified nursing assistants, Home Health Aides and
Companions that provide services to our clients. We also have a Registered Nurse that is engaged to
provide assessments when required by our clients. The Agency is providing a valuable service of
employment and in service training to the local community as well as fulfilling the desired needs of its
existing and potential customers.
The Agency specializes in certified nursing assistant (CNA) AND Home Health Aide (HHA) level of care for
the elderly, couples or individuals with special needs. Our care services are available for 24 hours a day
and seven days a week. Our services range from basic care through total care and these include,
transferring, toileting, bathing, medication reminders, light housekeeping, doctor appointments,
companion, range of motion exercise, general supervision, errands and shopping.
In addition to these services our trained caregivers have and continue to (when requested by clients)use
their own vehicle or the clients vehicle to transport client to their appointments or engagements. These
appointments range from hospital or doctor visit, social clubs, churches/religious venues.
(a) Three personal references included are references from Mrs. Deanna Mitchell, Mr. Stuart
Putnam and Mrs. Marlene Blattman.
(b) Completed Training and Certificates: Included are Brenda Woghiren-CPR certificate, Eighty
Hours Administrative Training; Vincent Cutenese-CPR certificate; Stanley Woghiren-Eighty
Hours Administrative Training.
(c) Experience and personal integrity: Included are copies of resume for Vincent Cuteness and
Brenda Woghiren.
(d) Areas previously and/or currently served: Saint Lucie, Martin and Indian River Counties.
(e) Hospital or other entities previously or currently services: St. Lucie Medical Center, Martin
Memorial Hospital, Indian River Memorial Hospital.
(f) Names and length of employment of key employees;
a. Stanley Woghiren, Administrator -since 2005
b. Brenda Woghiren, Alternate Administrator -since 2005
c. Vincent Cuteness, Admin/Driver -since 2010
Deanna M. Mitchell
2735 SW Glenmoor Way
Palm City, FL 34990
772-283-5095
December 21, 2009
To: The Board of County Commissioners
Re: Granny NANNIES
Granny NANNIES is a licensed nursing agency that has provided live-in care for my
mother since July, 2009. I was impressed with them on our initial contact, at which time
an appointment wss made to meet at Mom's residence to discuss her needs and to review
the care programs they offered and recommended for her. I continue to be impressed
since engaging their services and seeing first-hand how qualified and caring their
caregivers are ... every single day, 24/7. Mom is carefully and tenderly attended to, and
she (and 1) have peace of mind knowing that they are there solely to meet her needs and
provide professional and loving attention to her: Mom has thrived on their good cooking,
has gained weight, has discontinued the need for medications, and relaxes in the
cleanliness and comfort of her own home.
I did my due diligence and I can say that I made the right choice. Granny NANNIES is
truly committed to providing the highest quality of compassionate care to its clients, and I
am especially impressed at how good they are at matching the right caregiver to the client.
Surely being in the profession of providing affordable home care services must have its
share of challenges, but Granny NANNIES is definitely doing all the right things for all
the right reasons and is therefore, in my opinion, one of the very best in the industry.
Our communities are fortunate to have Granny NANNIES, and I highly refer them to my
friends and to you without hesitation.
Sincerely
/~~
Deanna M. Mitchell
PL?TNAM
December 21, 2009
To Whom It May Concern:
It is my extreme pleasure to recommend Granny Nannies. A little over three
years ago I was in desperate need of care provider services for my aging and
`ailing parents. (went through three other providers before 1 was introduced to
Stanley and Brenda. I was impressed with their sense of urgency to help me. In
them, I found real partners in developing a care plan for my parents. Their
caregivers are fully trained and screened. They have looked after my parents
with the utmost of respect and sensitivity. More than that, they have done so
with complete regard for their dignity. There are not enough words to describe
what they have brought to my family.
I remain satisfied and impressed with the delivery of the care services that
Granny Nannies have provided for my parents, which in my opinion, is
comparatively of high quality. Over and above what their care providers have
done for my parents ... Stanley, Brenda and office staff are professional and
accountable. When l've had questions they have been addressed immediately.
They are courteous, friendly and sensitive to the needs of their customers. Thus
far I am confident with their integrity and I will not hesitate to employ their
. services for as long as there is a need. 1 have recommended their services to
friends searching for a care provider and will continue to be their biggest fan.
If you have any comments, questions or if I can provide any additional
information please feel free to contact me directly.
Regards,
~GC~'-
Stuart G. Putnam
Stuart O Putnt am
1~i4 Soriano Dri<~e Jupiter Florida 331,.58
Phone: 561-707-~3-t18 email - stuariputnunC~aol.com
RECEIVm 12/21/2089 04:04
.Dec 21.09 02:56p Howard 7725639883 p.1
Marlene S. Blatttaaa
6225 Coveriy place
Vero Beach, FL 32966
561-929 3271 (c)
777-7949830 (o)
fax: 772-563-9883
December 2I, 2049
To Whom it May Concern;
This Letter is to endorse Granny ~iannies as a business that offers service, integrity and
compassion As the daughter of ane of the patients that Granny Nannies serviced from
December 1, 2006-June 7, 2009, I can tell you first hand, that not only does. Granny
nannies prm7de wonderfiil service as an con, but the administrators of Granny
Nannies of the Treasure Coast are to be commended for their hands on approach to the
way in which they nm their agency.
In the almost three years in which I utiIi~ed Granny Nannies, some problems did arise-
thingshappen It was the way in which Stanley Woghirea and Brenda bandied the issues
that made the difference. They were always sensitive to my needs and to the needs of my
infirmed mother. They handled difficult sitaations delicately but diroctly. They seemed
w have the right balance of knowledge and compassion and came up with logicxtl and
workable solutions.
I would highly recommend Granny Nannies to aayoac is need of senior services. Most
importantly, the people that run Granny Nannies of the Treasure Coast, are to be
commended and applauded for the outstanding and reliable servicx they provide for the
elderly.
Please feel flee to call upon me if I can be of further assistance.
Sincerely,
,~~ ~ --
Marlene S. Blaftman
Daughter of the late Rose Friedman
-. T
-_ r _ . _ x'31 i=~j
'"`? ^?C :3'ST%3? `~ .. :`.d ?i C57 :1'4'.?7_°! i ~ S? •'C:.iS.C :~ Cf~r.u:'i: 0:3
~ : ."ai Z.li. ~i. : ? 4_u;,f?',: X.:ii3::.d '•Y'.i. 1.15 ~-"'i::d'Jii :f ~~:9 .ti.t;
,Ll Iii IC']~1 J.~::r }•" '~T'.
F~a~~
ESU9 .).Y9
Flxc,^^an_so 1'~a~awat Cate
_:t".'y
.:3:'F:Y .. 'L ~ _.__
i ~ .. ~ ~i333 .~ ~.7 ;
:i!>'.RJ~~7i
.. x.:.9'3
v'r~t::.:L':9
02;~l~r.,•ira,:~.is.:4.~:r.~a%:rn+ 'a~..x+.~w;lis:.tir:~n7.r~l.tlrXS~p;..v.nc.. ~7_,2C3
`i%. ~ ? ..~, .. ~. .. ~. ..'S.o_ ~.-,. ~ s. C .a'~...+!i... _23ft ...:iti=!J7JSs~~liyi9 S?X;~is.Y; `.:dsr?.i'85 .. _. ar;,' dy r^. -~gr.r,
~-merican Heart ~~
~.isociatian \/
Learn and Lite
Heartsaverfi AED
Vincent J. Cirteniese
ibis ~d cert:Cees ~Id?':t3 a:~YS inC:d~uai ;tas success?uity to;ttp!a;ed yte
oC~vES art: S~tiNa ardlwaorss in acxrarce ~ ~s a:rres~lum g? Cw,iHA
?u Hea~aver,iED program.
61 Ccrtps:ed. ; p~ ~ '~
I?..'2009 13r20I 1
issue Cate ~Recor..menyed Pe~ryai Gate
Training
Center
The CPR Company
TC Address ?,~?
3~? ~O'! ~
Contact trtfD .
~Oiif9e
ipcaton The CPR Company
Ray Romanow•icz
t^strucrw
Signature _~°-.._.._..__ . . . ~~•.,t~'~,/. ... .~~~-rte
. 3LGE .trcrcr !!ern ;.aoissr '="~r'./r.,r..:`.: ~ : _.:.Ya~ a rsriaa.^x. 3:.. ~.
FII in the circles of the modules NOT completed. This card contains unique security features to protect against forgery.
80-t?03 R~
y~M
t~
,,
..~
,::
/ za
~% i
~~~~~ '
tl~
i' 1~1
~~ i
y i, .I
~'` ` '.
~C,~ I
'~ i
~; '
~:
~,,;
,~:•
't.:.:
f~;;,
,,~ i
~~:i ~~
,,.
-.
@'~' .
/~ i
Certi, ficate of Completion
This 1S t0 Certify that
Brenda Woghiren
Attended and Successfully Completed
Eighty Hour Administration Training
February 10, 2006
Granny N~U~I~NIES
1912 Boothe Circle #300
Longwood, FL 32750
~. ~,,
:, ~
7~ ^`I
~r~~ ~,
_,.,<
. ~;r.~,,`.~ T'rai~aer Signature
t ' ~ ;
-s- l ~ .
' `Administrator Sign
~~_,
:.U'~ ~T
`~~
~ 'i h~
-~ .~ On This L~?~ ~Y
'' ~ 200
ter' ~~ ~L' 7~~1`(`!
.`
.. ''.
x .
-...
<~. -~
>` ~ ~_, •:
_,~.~ .
i~
-.~~r . :.
' ~ ^t.,
f; :~~4,
.}~: ~,:
`'X'~
--=.~~~
'+~.
~,~,
•r
~~~~.
~ ~ .:....~. L ~'.
`_ \~ ....
,~ ~~
~~ _ .
:~ r,~:
.x ~;;:~,
,~~:~
:rt~_~
-`,"'
I
1 ~ -.
~~:.
1
~; r
;: ~
~.
~~
~~ y
~..y4
:~ ~;
r-Y-=~ ~.
-;
=, ; ' _
~°> ~r, '-
S ~ 'f 4
=~,.
:/ ..
Y~%~
rR
~tl,
1;;~'j 3
a4y~:~
;~~
:~~
.,
~~
rid;;
~;,
~':;
;fir,!
~ ~~i
f~i'.
Certi acate of Completion
This is to certify that
~S'tanley N~oghiren
' Attended and Successfully Completed
Eighty Hour Administration Training
February 10, 2006
L~. !i1
r, ~,~
;1:
,.~;.~ ;
,U
Trainer Signature
,,,.:
,,
ii Admirristrator Sigr
~;
i
Granny N~t~'1~NIES
1912 Boothe Circle #300
Longwood, FL 32750
~L`` ~ ~_day
t~; .,? (On This
u,' i . ..~
~~~?~~ e ~6~,1 2UO~p
`_:~'
..` .
~s
(.~ ~/~ V
~~ ~ ",
c,~p`1
~~~~
~~ .
i
,.
.:: _
;.~ _
_~~:. -
<`
,~~
..:.
' .
T.:
:,
~,, :.--
.~~x
!` r
~.,s~;:,
~t~
=~~~..
~~~~~~.
}y~, '`
-f'n's ..
,~ '`.
:,-~_=
~ir''...'~Ylr ..
~~}.
~: ~,~ .
... ~.
:,~
~~.-
~~-
^~~ ;~{
~~~x:
,.
_~~= ° >x:
''iv
~:=«
^y:.
Vincent J. Cutenese
1914 SW Import Drive, Port St. Lucie, Fl. 34953
(479) 903-4103 / (772) 626-6020
OBJECTIVE: To obtain afull-time position as a C.D.L. Class A Driver for an organization that would utilize
my 28 years of professional experience and proven skills as professional driver.
QUALIFICATIONS: Professional C.D.L. Class A Tractor Trailer Driver
Passen er Endorsement
Dispatch and transportation Services
28-Yeats Clean Driving Record
Two and Fout Year Safety Awards
Third Place Winner for the Flowers Baking Co. Annual Road Rodeo, 1987 & 1988
ATTRIBUTES: Focus on developing trust through quality customer service.
Adapt easily and quickly to new skills and concepts.
Courteous, dedicated and dependable
Strong team player, work well with co-workers and managemert
CAREER HISTORY: 06/09-07/09 CEMEX, Indiantown, Fl.
Concrete Mixer Driver
Poured Concrete at FPL Solar Power Farm
05/07-06/09 ACADIANA DESTINATION SERVICES, Fort Pierce, Fl.
Passenger Bus Driver, vans & cars to and from Airports, Ports, and Private.
07/05-08/07 CEMEX, Fort Pierce, Fl.
Concrete Mixer Driver
Delivered ready mix concrete products on-time throughout Treasure Coast
Area
08/02-07/05 GULFSTREAM GOODWILL II~TDUSTRIES, INC. West Palm Beach, Fl.
production/Vocational Supervisor/ Truck Driver (Straight Truck and Van)
Supervised 9 person crew processing products at algreen's Distribution
Center in Jupiter, 1 year
Picked up and delivered household items such as fianiture ,clothing, etc., 2
years
1998-2002 MARTIN COUNTY PETROLEUM, Palm City, Fl.
Tractor Trailer/ Fuel Tanker Driver
Calculated gallons of fuel w be loaded
Loaded and delivered on and off road diesel fuel, three grades of gasoline and
oil products to
Customers throughout the Tri-Coumy region.
1997-1998 MARRIOTT DISTRIBUTION SERVICES, Port St. Lucie, Fl.
Tractor Trailer Driver (Refrigerated Van)
Responsible for the nightly on-time deliveries of frozen, refrigerated and dry
good food ~roductss to
Restaurants and hospitals throughout the central and southern regions of Florida
1986-1997 RYDER DEDICATED LOGISTICS, INC.
Dispatch Supervisor/ Tractor Trailer Driver/ Lead Man, Plant City, Florida
1993-1997
Delivered frown and refrigerated specialty food products to larger grocery
chains.
As Lead-Man performed office duties including dispatch, scheduled drivers,
yard dog duties and
Lined-up the backhauLs coming into Florida from interstate division
Ryder Dedicated Resources at Flowers Baking Co.
Transportation Office Manager, Fort Pierce, Fl. 1991-1993
Scheduled drivers, payroll and billing of a dispatch office that consisted of 12
drivers
Drove only when there was a service problem or if there was an added or
unscheduled rim.
Flowers Baking Co.
Tractor Trailer Driver, Fort Pierce, FI. 1986-1991
Delivered baked goods to numerous sales and distribution warehouses
throughout the central region of Florida
Stanley E. Wogluren
NL~NAGEMErTT PROFII,,E
`~. POLICY. ADN~ISTRATION, STRATEGIC ~ ORGANIZATIONAL
RESPON~fr.rr~e
• Management executive with an impressive 18 years of proven experience in delivering
competiti~*e quality services for elderly care and special needs business.
Experience in working with Local Government Authority and the Voluntary Private Sector.
• Impressive experience is social research, policy developanent and implementation for the
elderly and special needs clients. Evaluation of policies against targets, consolidation of
a~minis~tive functions ('including client confidentiality and. personal records, writing snntial
reports and briefing committee).
• Proti~' track reconis for developing shategy -these include organi~tion, marketing, new
business opport~mitieslnegotistion and problem solving.
• Impressive record for budget preparation and achievement of business target
• L~npressive reconi of surpassing elderly/special needs customer expectation and satisfaction
through cg:ality assurance framework.
• Experience in working with Government appointed Registered Inspectors of Assisted Living
Homes for the elderly and clie~ with special needs.
• Experience is working and iia;cing with Health A-~thority, Primary Health Ca.e Team,
General Hear Practitioners, Registered biurses, Psychiatric iVurses, Occupational Health
Team, Social 4Vorke:s, Lo~I GOVeFs~menf, Care Managers and Regulation inspectors for
policy development, care plans and review.
• Initiating the development of Assisted Living homes for the elderly, very frail elderly and
special needs clients.
• Impressive record for staff recruitment (i.e. care workers, registered nurses, domestic help),
training, supervision and orientation.
• Experience in managing diverse needs and expectations.
• Strong multi-tasking abilities for dealing with different range of situations including
combatant clients and the impact of change management.
• Impressive leadership qualities that is firmed on team building, training and interpersonal
skills.
• Thrives on solutions and continuous improvement through evaluation of performance.
B. OPERATIONAL RESPONSIBILITIES
• Supervising the assessment of elderly care and special needs clients.
• Supervising the preparation and review of care plans.
• Initiating case conference meetings with nurses, social workers, care workers, relatives,
advocates, clie~s, general practitioners and psychiatric nurses.
• Supervising staff on appropriate policies for dealing with continence, bed sores, mobility,
memory loss and infirnuty as it affects the elderly and special needs.
• Reviewing operational policies for service delivery.
• Implementing compliance with medication administration.
• Recommending changes in mobility aids and adaptation for the elderly and special needs
clients.
• Supervising the implementation of reality orientation program for elderly clients that are
experiencing confusion and loss of memory.
• Developing social activities programs in line with care plans for stimulating social interaction
and fulfillment_
• Identifying befrienders and advocates for elderly clients that have no relatives or support.
• Supervising the preparation of staff rostering.
PROFESSIONAL EXPERIENCE
Granny NANNIES
Port St. Lucie, Florida
2005 to Date
Administrator
• Responsible for the management of the company;
• Developing/reviewing operational strategies, policies and objectives;
• Researching needs and demands of existing/potential business related customers;
• Complying with Florida Agency for Health Care Administration (AHCA)
regulation;
• Progressing Human Resource requirements;
• Recruiting independent contractors, verifying licenses, certificates, in-service
training, criminal history background screening; physicians statement of good
health, drug abuse, integrity references;
• HIPPA and Emergency Management compliance;
• Managing quality assurancelcomplaints;
• Financial management accountability;
• Customer care.
SOUTHWARK COUNCIL (A Local Government Authority that is situated in South
London, England)
2005
Revenue & Resources Manager
Responsible for the management and achievement of revenue generation targets, resource control
and debt recovery. Target setting and review for staff. Policy development and monitoring.
Budget preparation and implementation. Liaison between inter-departments and external
agencies. Managing staff through recruitment, orientation, supervision, performance appraisal
and training, business risk mapping. Addressing customer complaints. Reporting to Executive
Board.
TOWER HAMLET COUNCIL (A local Government Authority that is situated in East
London, England
2004-2005
Assistant Manager Leasehold (Housing Services Directorate)
Responsible for developing strategy for income generation and recovery. Achieving corporate
goals. Setting and reviewing performance targets for staff. Implementing change management.
Implementing solutions for resolving complaint from dissatisfied customers. Developing
operation policies. Reporting to Executive Board.
ASRA GREATER LONDON HOUSING ASSOCIATION -London, England (An
Association that is funded by central Government to develop, provide and manage housing
for people with special needs.)
2003-2004
Housing Services Manager
Responsible for managing the Associations income generation policy. Development and
identification of new business opportunities. Addressing complaints from diverse customers.
Maintaining confidentiality.
SALVATION ARMY HOUSING ASSOCIATION -London, England (A Christian
organization that is funded by central Government to develop, provide and manage
housing for people with special needs)
2001-2003
Acting Director Housing Services
Head of Housing Management
Responsible for directing and implementing the Association's national housing services for
people with special needs and provision of care and support for the elderly. Produced corporate
strategy and set targets in line with mission statement. Implemented total Quality Management
tool for achieving effective and efficient service delivery. This enabled the identification of the
Association's strength, weakness, opportunities and threats. Empowered customers through the
production of "Rights Charter". Implemented effective Quality Assurance strategy by
addressing complaints promptly and monitoring trends and customer satisfaction. Promoted the
Associations profile within the sector. Identifying and developing special needs and elderly care
business opportunities. Liaised with Social Services (including occupation health, social
workers, and case managers) health Authorities, hospitals and doctors for conducting client
assessments, producing caze plans and reviews, case conferences and negotia#ion of care
contracts. Produced operational policies for assisted living. Recruited, oriented and appraised
staff. Set salaries and budgets. Developed and implements inclusive policies that are sensitive
to the needs of customers and staff that are .physically disabled.
Brenda A. Woghiren
EXPERIENCE PROFILE
• 20 years experience as an Administrative Assistant/Legal Secretary;
• Competently applies own initiative;
• Team involvement and collective achievement;
• Result and target driven
• Successfully dealing with complaints/monitoring feedback;
• Calm and rational in time of deadline, crisis and emergency;
• Strong awareness of diversity;
• Proven counseling skills for supporting those in need;
• Proven bookkeeping skills and tack record including office budgetary
reconciliation;
• Excellent oral and written communication ability;
• Strong interpersonal skills;
• Strong organizational skills;
• 90 wpm typing speed;
• Proficient use of Microsoft Word, Powerpoint, Excel, Quickbooks,
Generations
RESPONSIBILITIES
Alternate Administrator
Granny NANNIES, Port St. Lucie, FL
2005 -Present
• Responsible for the management of the company;
• Developing/reviewing operational policies and objectives;
• Complying with Florida Agency for Health Care Administration (AHCA)
regulation;
• Recruiting independent contractors, verifying licenses, certificates, in-
service training, criminal history background screening; physicians
statement of good health, drug abuse, integrity references;
• HIPPA and Emergency Management compliance;
• Managing quality assurance/complaints;
• Financial management accountability;
• Customer care.
Legal Secretary/Assistant to Head of Commercial Litigation Department
White & Case, London, England
2000 - 2005
• Coordinated the attorney's calendar for meetings, seminars and court
appearances;
• Transcription and filing with the Court of all legal documents;
• Transcription of all correspondence;
• Generated client invoices;
• Indexing and filing of all legal documents;
• Handled all clerical aspects of the client's file from inception to trial.
Legal Secretary/Assistant to Partner
Soloff & Zervanos, P.C., Philadelphia, PA
1995 - 1999
• .Coordinated the attorney's calendar for meetings, seminars and court
appearances;
• Scheduled depositions;
• Transcription and filing with the Court of all legal documents;
• Transcription of all correspondence;
• Generated client invoices;
• Indexing and filing of alI legal documents;
• Handled all clerical aspects of the client's file from inception to trial.
Office Manager/Legal Secretary to Managing Partner
Fitzpatrick and Tanker, P.C., Philadelphia, PA
1992 - 1995
• Management of support star;
• Tracking vacation/sickness records of support staff;
• Coordination of temporary support staff for distribution of overflow work
when required;
• Preparation of payroll and payroll taxes, income and expenditures,
reconciliation of bank accounts;
• Maintained office equipment and office supplies;
• Tracked attorneys billable hours
• Generated client invoices.
Legal Secretary/Assistant to Partner and Associate Attorney
Abraham, Pressman & Bauer, P.C., Philadelphia, PA
1986 -1992
• .Coordinated the attorney's calendar for meetings, seminars and court
appearances;
• Scheduled depositions;
• Transcription and filing with the Court of all legal documents;
• Transcription of all correspondence;
• Generated client invoices;
• Indexing and filing of all legal documents;
• Handled all clerical aspects of the client's file from inception to trial.
REFERENCES AVAILABLE .UPON REQUEST
Answer to Question 15
15. On a separate sheet please provide a justification for your application. Any relevant
support documentation should be attached such as area survey you may,have conducted,
growth studies, population studies, needs assessment.
ANSWER:
Justification
The justification for our application stems from our primary business objective which is aimed
at providing services that complements the changing demand and needs of our current and
potential customers, that prefer to use a licensed nurse registry to provide a combination of
both care and non-emergency transportation for them. These customers range from the
elderly, couples or individuals with special needs. Since 2006 Granny NANNIES staff have been
monitoring and analyzing the various requests for services from our past, current and potential
customers. The conclusion from the analysis of our survey revealed that inquires are looking
for assistance that combines both home health care and non-emergency transportation
services. These customers are predominantly the elderly, couples or individuals with special
needs that specifically prefer a licensed nurse registry that engages certified nursing assistants
or home health aide level of care to provide them with their required services.
Our analysis also revealed that some of our clients and potentia! customers preferred escorts
that are trained and certified to pick them up from home and guide them through
appointments, assist them with their health necessities and then return them safely to their
home. Some customers also request for further assistance after they have been transported
home. This assistance range from after discharge medication administration, wound
treatment, bed bath or shower.
Survey Result
From our telephone survey (see result Appendix 1} that was conducted with respondents from
the counties or St. Lucie, Martin and Indian River. St. Lucie county appears to reflect a growing
need and demand for combined home care and non-emergency transportation services.
Equally of importance in the trends from the demographic surveys that were conducted by
ePodunk, Bureau of Economic & Business research as well as US Census Bureau in 2000, 2005
and 2010 respectively reveal a growth in population particularly in St. Lucie County. For
example the projected estimated population by age in 2009 is (see below}. This trend
represents almost 45% of St. Lucie County population that are potential customers.
Total Population and Growth Projection 2009 284,606
Total Population 50 - 59 40,294 14.2°~
60+ 82,011 28.8%
Of interest is the number of potential customers that could use and benefit from our services.
These are single people that live alone. US Census Bureau in 2000 established that St. Lucie had
12.40% of its households that were in the age group 65 and older that lived alone. The Bureau
also estimated in its 2000 survey that St. Lucie County had 45,066 persons from age group 5
plus that were disabled. These are potential customers within this group that are wheelchair
bound that are striving to improve upon their independence. They need a certified escort that
would provide them with their non-emergency transportation requirement particularly during
and after admission/discharge situations.
Whilst the demand for services dropped slightly in 2009 as a result of the economic situation,
our existing and potential customers appeared to be more concerned about their disposable
income and affordability. They were inquiring, as well as, comparing .costs or services. They
were also spending prolonged periods in consultation with their respective family members or
loved ones before deciding to take up services. Affordability as well as the inclusion of a
CNA/HHA and driver escort were and still are the main motivating factors that customers are
demanding.
St. Lucie county demographics reflect a growing elderly population. Granny NANNIES -has and
still is contributing to the quality of life for the county's elderly. population by providing quality
services that complement the changing need and demand of this age group..Granny NANNIES
also recognizes that access to quality affordable transportation is often the major factor that
allows seniors to live independently in their own home. It is the connection to vital activities
such as going to a doctor appointment, grocery shopping, visiting family and friends and social
clubs. Our escort caregivers who are trained and certified to pick up the clients at home, guide
them through appointments, admission/discharge and return them home safely.
Appendix 1
TELEPHONE INQUIRY SURVEY RESULTS FROM 2007
Total clients surveyed
Total female surveyed
Total male surveyed
Total special needs clients surveyed
Couples (Elderly)
Counties -Total Respondent
St. Lucie
Martin
Indian River
Total
Demosraphic Profile
42
18
10
3
11
20
10
12
42
Summary of need and demand requests
20 - 30 -Mainly special needs -wheelchair bound
-Prefer CNA trained/certified/escort/driver.
-health issues requiring assistance/supervision, transfers.
-doctors appt./library
50 - 80 -admission/discharge related/mobility and wheelchair
bound assistance.
-CNA, HHA trained certified escort/driver.
-assistance with doctor/hospital appointment, medication
administration, bed bath/shower care, transferring,
supervision, social, personal appt. and engagements.
80 and above -elderly/frail elderly -mobility/wheelchair bound
-admission/discharge, care and support.
-CNA/HHA trained certified escort/driver.
-assistance with doctor/hospital appointment, medication
administration, bed bath/shower care,
transferring/supervision, social/personal,
appts./engagement.
Appendix 1
TELEPHONE INQUIRY SURVEY RESULTS 2008
Total clients surveyed
Total female surveyed
Total male surveyed
Total special needs clients surveyed
Couples (Elderly)
Counties -Total Respondent
St. Lucie
Martin
Indian River
Total
Demosraahic Profile
80
50
20
4
6
40
25
15
80
Summary of need and demand requests
20 - 30 -Mainly special needs -wheelchair bound
-Prefer CNA trained/certified/escort/driver.
-health issues requiring assistance/supervision, transfers.
-doctors appt./library
50 - 80 -admission/discharge related/mobility and wheelchair
bound assistance.
-CNA, HHA trained certified escort/driver.
-assistance with doctor/hospital appointment, medication
administration, bed bath/shower care, transferring,
supervision, social, personal appt. and engagements.
80 and above -elderly/frail elderly -mobility/wheelchair bound
-admission/discharge, care and support.
-CNA/HHA trained certified escort/driver.
-assistance with doctor/hospital appointment, medication
administration, bed bath/shower care,
transferring/supervision, social/personal,
appts./engagement.
Appendix 1
TELEPHONE INQUIRY SURVEY RESULTS 2009
Total clients surveyed
Total female surveyed
Total male surveyed
Total special needs clients surveyed
Couples (Elderly)
Counties -Total Respondent
St. Lucie
Martin
Indian River
Total
Demoeraahic Profile
64
36
17
3
8
29
25
10
64
Summary of need and demand requests
20 - 30 -Mainly special needs -wheelchair bound
-Prefer CNA trained/certified/escort/driver.
-health issues requiring assistance/supervision, transfers.
-doctors appt./library
50 - 80 -admission/discharge related/mobility and wheelchair
bound assistance.
-CNA, HHA trained certified escort/driver.
-assistance with doctor/hospital appointment, medication
administration, bed bath/shower care, transferring,
supervision, social, personal appt. and engagements.
80 and above -elderly/frail elderly -mobility/wheelchair bound
-admission/discharge, care and support.
-CNA/HHA trained certified escort/driver.
-assistance with doctor/hospital appointment, medication
administration, bed bath/shower care,
transferring/supervision, social/personal,
appts./engagement.
TELEPHONE SURVEY RESULTS
BREAKDOWN OF COUNTIES DEMOGRAPHIC PROFILE SERVICE INQUIRIES 2007 - 2009
2007
COUNTIES AGE GROUP
20 - 30 50 - 80 80 -Plus
St. Lucie 4 6 10
Martin 2 2 6
Indian River 2 3 7
2008
COUNTIES AGE GROUP
20 - 30 50 - 80 80 -Plus
St. Lucie 4 16 20
Martin 3 10 12
Indian River 3 5 7
2009
COUNTIES AGE GROUP
20 - 30 50 - 80 80 -Plus
St. Lucie 3 10 16
Martin 3 9 5
Indian River 2 2 4
Motivation Need/Demand
• Affordability 10096
• Use of certified CNA/HHA & Driver Escort 9596
AHCA: Background Screening
`~~
Agency for Health Care Administration
Background Screening Section
2727 Mahan Drive
Bldg. 3, Mail Stop #40
Tallahassee, FL 32308
Page 1 of 1
Friday, January 22, 2010
Agency for Health Care Administration -Background Screening Search Results
Name:
Date of Birth:
Race:
Sex:
Screening Result
CLASS 1 -ELIGIBLE
CLASS Z -ELIGIBLE
Personal Information:
STANLEY WOGHIREN
07/08/1957
B
M
Date
01/21/10
04/24/06
AHCA: Background Screening
`~~
Agency for Health Care Administration
Background Screening Section
2727 Mahan Drive
Bldg. 3, Mail Stop #40
Tallahassee, FL 32308
Page 1 of 1
Friday, January 22, 2010
Agency for Heatth Care Administration -Background Screening Search Results
Name:
Date of Birth:
Race:
Sex:
Screening Result
CLASS 1 -ELIGIBLE
CLASS 2 -ELIGIBLE
Personal Information:
BRENDA ANNETTE WOGHIREN
05/14/1962
B
F
Date
01/21/10
04/24/06
AHCA: Background Screening
Agency for Health Care Administration
Background Screening Section
2727 Mahan Drive
Bldg. 3, Mail Stop #40
Tallahassee, FL 32308
Page 1 of 1
Friday, January 22, 2010
Agency for Health Care Administration -Background Screening Search Results
Name:
Date of Birth:
Race:
Sex:
Screening Result
CLASS 1 -ELIGIBLE
Pe rso n a I Information
VINCENT CUTENESE
04/10/1956
W
M
Date
01/21/10
AGENDA REQUEST
C O L[ iVT Y
>F t O R t I~ R
CONSENT [XX]
TO: BOARD OF COUNTY COMMISSIONERS
SUBMITTED BY(DEPT): County Attorney
ITEM NO. VI-B- 5
DATE: September 28, 2010
REGULAR []
PUBLIC HEARING []
PRESENTED BY:
Daniel S. McIntyre
County Attorney
SUBJECT: Interlocal Agreement -TCERDA Utility Improvements
BACKGROUND: See attached memorandum
FUNDS AVAILABLE: 316-3716-564000-093610-Capital Infrastructure
PREVIOUS ACTION:
RECOMMENDATION: Stuff recommends that the Board approve the Interlocal
Agreement with the proposed amendment to Paragraph 5C and
authorize the Chairman to sign the Interlocal Agreement.
Staff also recommends that the Board approve the amended
Interlocal Agreement as an Exhibit to the previously approved
Interlocal Agreement with the City of Fort Pierce, FPVA, the
County and TCERDA pertaining to annexation to the Research
Park.
COMMISSION ACTION:
[~ APPROVED [ ]DENIED
[ ]OTHER:
Approved 5-0
Q,
County Attorney: ~'~
Daniel 5. McIntyre
Originating Dept.
CONCURRENCE:
~1-t - _~
Faye W. Outlaw, MPA
County Administrator
Review and Approvals
Management & Budget U~~h~ttgr,
Public Works Dir:
_ ~`'~ >~"
Finance: (Check for copy only, if applicable)
Eff. 5/96
_ = INTER-OFFICE MEMORANDUM
~ ~ ST. LUCIE COUNTY, FLORIDA
TO: Board of County Commissioners
FROM: Daniel S. McIntyre, County Attorney
C. A . NO.: 10-1187
DATE: September 14, 2010
SUBJECT: Interlocal Agreement -TCERDA Utility Improvements
BACKGROUND:
Attached is a proposed Interlocal Agreement between the County, Fort Pierce
Utilities Authority (FPUA) and the Treasure Coast Research and Development
Authority. The Interlocal Agreement pertains to additional utility infrastructure
needed to support the TCERDA master planned facilities. Under the terms of the
Agreement, FPUA will design and construct water and wastewater improvements
needed to support TCERDA master planned facilities. The proposed water
improvements consist of approximately 5,300 lineal feet of 12 inch water main in Rock
Road from Pruitt Research Road to Okeechobee Road. The proposed wastewater
improvements consist of approximately 5,400 lineal feet of 8 inch force main in Rock
Road or in a new proposed road.
Under the terms of the Agreement, the County is responsible for paying all
contractors costs and easement acquisition costs associated with the construction of
the project. The estimated cost of the water improvements is $373,000.00 and the
estimated cost of the wastewater improvements is $422,000.00 for a total amount of
$725,000.00. Funding is available in Account Number 316-3716-564000-093610 -
Capital Infrastructure. FPUA is responsible for designing and permitting the project
and completing construction of the pro ject within 180 days from receipt of funds from
the County.
County staff recommends that Paragraph 5C be revised as follows:
C. TCERDA or the COUNTY may require its consultants to review
and provide comments on FPUA's construction plans and may also review
the work performed by FPUA's contractors during construction_ Any
delays or additional costs caused by such review are their sole
responsibility unless such review discloses error or omissions.
RECOMMENDATION/CONCLUSION
Staff recommends that the Board approve the Interlocal Agreement with the
proposed amendment to Paragraph 5C and authorize the Chairman to sign the
Interlocal Agreement. Staff also recommends that the Board approve the amended
Interlocal Agreement as an Exhibit to the previously approved Interlocal Agreement
with the City of Fort Pierce, FPUA, the County and TCERDA pertaining to annexation
of the Research Park.
ully submitted
Daniel 5. Mc
County Attoi
DSM/caf
Attachment
INTERLOCAL AGREEMENT BETWEEN ST. LUCIE COUNTY,
TREASURE COAST EDUCATION, RESEARCH AND
DEVELOPMENT AUTHORITY AND FORT PIERCE UTILITIES AUTHORITY
(TCERDA UTILITY IMPROVEMENTS)
THIS AGREEMENT made and entered into this day of , 2010,
by and between ST. LUCIE COUNTY ("COUNTY"),apolitical subdivision of the State of
Florida, TREASURE COAST EDUCATION, RESEARCH AND DEVELOPMENT
AUTHORITY ("TCERDA"), n research and development authority designated under
Chapter 159, Part V, Florida Statutes, and FORT PIERCE UTILITIES AUTHORITY
("FPUA"), a utility authority created as a part of the government of the City of Fort
Pierce, Florida under the Charter of the City of Fort Pierce, hereinafter referred to as
"the PARTIES".
WHEREAS, COUNTY and TCERDA require additional utility infrastructure to
support the TCERDA muster plnnned facilities located in the vicinity of Rock Road and
Picos Road as shown on the attached map; and,
WHEREAS, COUNTY and TCERDA desire FPUA to design and construct the Water
System and Wastewater System Improvements necessary to support the TCERDA master
plnnned facilities at the Research Pnrk, hereinafter referred to as "PROJECT"; and,
WHEREAS, COUNTY, CITY, FPUA, and TCERDA entered into an Interlocal
Agreement dated June 1, 2010, regarding annexation and development of the TCERDA
master planned facilities (the "CITY Interlocal Agreement").
WHEREAS, the PARTIES desire to enter into this Interlocal Agreement to provide
for the design, permitting, inspection, and construction of the PROJECT.
1
NOW, THEREFORE, the PARTIES hereby agree and covenant on the terms and
conditions hereinafter stated:
1. GENERAL. This Agreement is entered into pursuant to Section 163.01,
Florida Statutes and the Florida Interlocnl Cooperation Act. This Agreement embodies the
whole understanding of the parties. There are no promises, terms, conditions, or
obligations other than those contained therein, and this Agreement shall supersede all
previous telecommunications, representations, or agreements, either verbal or written,
between the parties hereto.
2. PROJECT DESCRIPTION. The COUNTY and TCERDA require additional
water and wastewater capacity nt the TCERDA Research Park which will require the
construction of additional water and sewer facilities. The water improvements consist of
approximately 5,300 lineal feet of 12-inch water main in Rock Road from Pruitt Research
Road to Okeechobee Rond, and the wastewater improvements consist of approximately
5,400 lineal feet of 8-inch force main in Rock Road or in a new TCERDA master plan road
east of Rock Road from Picos Road to Orange Avenue, (collectively "the PROJECT").
A. Service Contingencx - The COUNTY understands that at the
execution of this Agreement, the FPUA wastewater system has capacity available for
initial service a total of 100 Equivalent Residential Connections (ERC). FPUA will make this
capacity available to the COUNTY, but no capacity is reserved until Capital Improvement
Charges are paid. The capacity available is not guaranteed but will be determined bused
on conditions in the existing FPUA wastewater system nt the time of request for
connection of developments within the TCERDA Research Park. Build-out capacity for the
TCERDA Research Park shall be contingent upon:
1. Construction of approximately 6,700 lineal feet of 16-inch
force main along Orange Avenue from Jenkins Road to 39tH
Street
No further capital backbone system improvements will be required for initial service.
3. COUNTY RESPONSIBILITIES. COUNTY'S responsibilities under this
Agreement are as follows:
A. COUNTY shall be responsible for all Contractor costs and easement
acquisition costs associated with construction of the PROJECT.
B. COUNTY shall provide the funds to facilitate the construction of the
PROJECT. The estimated construction cost of the water improvements is $373,000 and
2
the estimated construction cost of the wastewater improvements is $422,000. Payment
by the COUNTY to FPUA for the full $795,000 shall be due and payable within 30 days
prior to the scheduled start of construction. The above costs do not include easement
acquisition costs.
C. COUNTY shall assist FPUA in obtaining all permits necessary for the
PROJECT.
D. COUNTY shall review and approve the construction plans prior to the
start of construction of the PROJECT.
E. No utility connections are proposed under this PROJECT. In the
future, the party requesting service shall be responsible for all capital improvement
charges for any service connections to the FPUA water and wastewater systems for their
developments in the PROJECT area or Research Pnrk.
F. Annexation of parcels within the PROJECT shall be in accordance
with policies established in the CITY Interlocnl Agreement between St. Lucie County,
TCERDA, Fort Pierce Utilities Authority, and the City of Fort Pierce.
4. FPUA RESPONSIBILITIES. FPUA's responsibilities under this Agreement
are ns follows:
A. FPUA and/or its consultant shall design and permit the PROJECT ns
agreed upon by the parties at its sole cost. The design and construction of the PROJECT
will be done in accordance with all applicable, standard FPUA policies and procedures.
B. FPUA will obtain any permits or easements required for the
PROJECT. FPUA will not be required to expend funds for acquisition of easements.
C. FPUA will utilize its Unit Price Contractor to facilitate construction
of the PROJECT.
D. FPUA and/or its contractors will coordinate with COUNTY and
TCERDA and complete all construction of the PROJECT within 180 days after the receipt
of funds from the COUNTY.
E. FPUA shall administer the PROJECT to install the improvements
including providing project administration, inspection during construction, shop drawing
3
approvals, change order approvals, project certification, and production of record
drawings.
F. Upon completion of the PROJECT and acceptance of ownership of the
PROJECT by FPUA, FPUA shall be responsible for the operation and maintenance of the
facilities.
6. FPUA shall provide a Final Estimated Cost for the construction of the
PROJECT to COUNTY for approval. Any unexpected costs incurred during the
construction of the PROJECT beyond the Final Estimated Cost shall be the responsibility
of COUNTY. Unexpected costs are those costs that could not have been reasonably
foreseen by FPUA or its contractors.
H. FPUA will refund to COUNTY the funds remaining after the
completion of the project within 90 calendar days after completion of construction by the
Contractor of the PROJECT.
5. TCERDA RESPONSIBILITIES. TCERDA's responsibilities under this
Agreement are ns follows:
A. TCERDA shall complete the muster planning process for the
PROJECT, including final determination of locations for primary roads
and utility corridors and estimates of build out water and wastewater
flows.
B. If master plan water and wastewater mains are to be located in new
master plan roads, TCERDA shall provide FPUA with survey
information on the roads including any construction surveying from
initial grading of the roads and final design grades of the roads and
adjacent right-of -way.
C. TERCDA or the COUNTY may require its consultants to review and
provide comments on FPUA's construction plans and may also review
the work performed by FPUA's contractors during construction any
delays or additional costs caused by such review are their sole
responsibility.
4
6. MUTUAL AGREEMENT. The PARTIES agree as follows:
A. That COUNTY, TCERDA and FPUA will coordinate project design,
construction, and construction inspection in a joint effort to insure timely completion of all
work. The parties will agree to a PROJECT schedule prior to disbursement of funds.
TCERDA or the COUNTY shall have the right to request information on, and conduct a
review of, FPUA's construction costs.
B. This Agreement shall not be deemed to be for the benefit of any
entity or person who is not a party hereof, and neither this Agreement, nor any interest
therein, may be assigned without the prior written consent of the non-assigning party.
C. This Agreement shall not become effective until and unless approved
by appropriate official action of the governing body of each party and recorded in the
public records of St. Lucie County.
D. The parties agree that upon the written consent and approval of the
PARTIES this Agreement may be amended in the future to provide for the installation of
additional utilities to benefit the Research Park.
7. TERMINATION. Either the COUNTY or FPUA may terminate this
Agreement upon sixty (60) days prior written notice to the other party provided, however,
that the COUNTY'S right to reimbursement for monies advanced to FPUA for the
PROJECT, less any outstanding payments due to the Contractor for materials purchased or
work completed up to the time of termination, shall survive any termination.
8. NOTICE. All notices or other communications hereunder shall be in
writing and shall be deemed duly given if delivered in person or sent by certified moil
return receipt requested and addressed as follows:
If to COUNTY:
St. Lucie County Administrator
2300 Virginia Avenue, Annex
Fort Pierce, Florida 34982
And
If to TCERDA
Executive Director
Treasure Coast Education, Research,
and Development Authority
With n copy to:
St. Lucie County Attorney
2300 Virginia Avenue, Annex
Fort Pierce, Florida 34982
With n copy to:
Robert I. MacLnren, II, Esquire
Osborne & Osborne
798 South Federal Highway
5
2199 South Rock Road
Fort Pierce, Floridn 34945
If to FPUA:
Utilities Director
Fort Pierce Utilities Authority
113 N. 2"d Street
Fort Pierce, Florida 34950
Boca Raton, FL 33434-6114
W ith n copy to
FPUA Attorney
P.O. Box 3191
Fort Pierce, Florida 34948
9. INDEMNIFICATION. Each Party is responsible for all personal injury
and property damage to the extent attributable to the negligent acts or omissions of that
Party and the officers, employees, and agents thereof. Nothing herein shall be construed
as nn indemnity or a waiver of sovereign immunity enjoyed by any Party hereto, as provided
in Section 768.28, Floridn Statutes, as amended from time to time, or any other law
providing limitations on claims.
10. ENTIRE AGREEMENT. This Agreement constitutes the entire Agreement
between the parties with respect to the subject matter hereof and supersedes all prior
verbal or written agreement between the parties with respect hereto. This Agreement
may only be amended by n written document, properly authorized, executed and delivered
by the parties hereto. This Agreement shall be interpreted ns a whole unit. All
interpretations shall be governed by the laws of the State of Floridn.
11. FILING. This Agreement and any subsequent amendments thereto shall be
filed with the Clerk of the Circuit Court of St. Lucie County pursuant to Section
163.01(11), Florida Statutes, prior to becoming effective.
IN WITNESS WHEREOF, the parties have caused the execution by their duly
authorized officials.
THE NEXT PAGE IS THE SIGNATURE PAGE
6
v
ATTEST:
Deputy Clerk
ATTEST:
Secretory
ATTEST:
Secretory
BOARD OF COUNTY COMMISSIONERS
ST. LUCIE COUNTY, FLORIDA
BY:
Choir
APPROVED AS TO FORM AND
LEGAL CORRECTNESS:
BY:
County Attorney
FORT PIERCE UTI ES UTHORITY
BY:
Chairtnnn
APPROVED AS TO FORM AND
CORRECTNESS:
BY:
FPUA A orney
TREASURE COAST EDUCATION, RESEARCH,
AND DEVELOPMENT AUTHORITY
BY:
Choir
APPROVED AS TO FORM AND
CORRECTNESS
BY:
7
TCERDA Attorney
`~ °
= ORANGE AVE
D _ J~,a, ~:i~„
k.
' Attachment~to Interlocal Agreement r 12.,
N
i
C,
Ep
F`
~, _- 4„
Y ~ g^'
U
~
Q'~(01fp
-r
N
~
Proposed 8" Sewer Force Main
z
Y
I 4,. PIC
OS RD fV
8"
(D N
2"
GRAHAM RD
2"
N ;
~
~
8" 2,. ~" ?
RESEARCH CENTER RD
U
~ Proposed 12" Water Main °°
$„
~~
Legend
Proposed Sewer Main
6" Proposed Water Main
^' Existing Sewer Main
r Existing Water Main
/
/ ~
Rock Road Utility Improvements
.,
HOBEE RO Fort Pierce Utilities Authority
treet~34950)nn9 ~o
Wa113No
6
KEEC P
OnBox
O .
a..
Date: 9/2/2010 Fort Pierce, Florida 34950
AGENDA REQUEST
DATE: September 28, 2010
REGULAR [ ]
PUBLIC HEARING
Leg. (]Quasi-JD [ ]
CONSENT [X]
TO: BOARD OF COUNTY COMMISSIONERS
SUBMITTED BY (DEPT.): County Attorney
SUBJECT: Revocable License Agreement
Cedar Creek Engineering
Orange Avenue -Monitoring Wells
BACKGROUND: See Attached Memorandum
FUNDS AVAILABLE: N/A
ITEM NO. VI-B- 6
PRESENTED BY:
JoAnn Riley
Property Acquisition Manager
PREVIOUS ACTION: October 21, 2008 -Cedar Creek Engineering was granted permission by the
Board of County Commissioners to install monitoring wells in Orange Avenue
right-of-way.
October 20, 2009 -Cedar Creek Engineering was granted permission by the
Board of County Commissioners to install two (2) additional wells and 22
temporary injection points for microbes for bio-remediation in the right-of-way
of Orange Avenue.
May 18, 2010 -Cedar Creek Engineering was granted permission by the
Board of County Commissioners to install three (3) additional wells in the
right-of-way of Orange Avenue.
RECOMMENDATION: Staff recommends that the Board approve the Revocable License Agreement,
authorize the Chairman to sign the Revocable License Agreement and instruct
Cedar Creek Engineering to record the Revocable License Agreement in the
Public Records of St. Lucie County, Florida.
COMMISSION ACTION:
[~ APPROVED
[' j OTHER
[ ]DENIED
Approved 5.0
Review and Approvals
<~~
(x) County Attorney: C
Daniel McIntyre
[x) Originating Dept: SMR-
JoAnn Riley
[x] Road and Brid
Don Pauley
/'j
[x] Engineering: /~V
Mike Powle~
CONCURRENCE:
Faye W. Outlaw, MPA
County Administrator
[x) Public Works: ~'
Don West
PROPERTY ACQUISITION DIVISION
1VIEIVIORANDUIVI
TO: Board of County Commissioners
FROM: JoAnn Riley, Property Acquisition Manager
DATE: September 28, 2010
SUBJECT: Revocable License Agreement
Cedar Creek Engineering
Orange Avenue -Monitoring Wells
BACKGROUND:
On October 25, 2003 there was a traffic accident and liquid fertilizer, diesel fuel and motor oil was
spilt at or near 12661 Orange Avenue. This material constitutes hazardous substances and/or
pollutants which were released into the soil and groundwater.
The purpose of the monitoring wells is to determine if the release of liquid fertilizer and diesel fuel
that occurred on October 25, 2003, poses a threat to the drinking water quality in the surrounding
area.
There is a Final Judgment between the Florida Department of Environmental Protection and Charles
Barney Trucking that states Charles Barney Trucking needs to comply with all environmental
requirements to clean up the spill.
The Board of County Commissioners granted Cedar Creek Engineering permission on October 21, 2008
to install 3 to 5 monitoring wells in the right-of-way of Orange Avenue and October 20, 2009 an
additional 2 wells and 22 temporary inject points, which have been removed. On May 18, 2010, the
Board of County Commissioners approved 3 additional monitoring wells and a pump test site. This
request is to install 2 monitoring wells and 2 infiltration galleries as shown in Exhibit 1.
RECOMMENDATION:
Staff recommends that the Board approve the Revocable License Agreement, authorize the Chairman
to sign the Revocable License Agreement and instruct Cedar Creek Engineering to record the Revocable
License Agreement in the Public Records of St. Lucie County, Florida.
Respectfully submitted,
~1n~~I .
nn Riley
Property Acquisition Manager
DISCLAIMER
St. Lude County makes ne warranty, represerrtatron or guaranty as to the content, sequence. accuracy, timeliness, or wmple[eness of any of the geotlata informaton provided herein.
The reader should not rely on the data provided herein for any reason. St Luue County explicitly Aisclaims any representations and warranties, including. without limitation, Me implietl
warranties of merchantability and fitness for a particular purpose. St. Lucie County snail assume rKi liability for: 1. Any enors, omissions. or inaccuracies in the
information provided regardless of how causetl. or 2. Any deasion made or action taken or not taken by any person in reliance upon any information or tlata furnished hereuntler.
DISCLAIMER
St Luae County makes ro warranty, represernalion or guararny as to [he mrnern, sequence, accuracy, timeliness, or completeness of any of me geodata irnpnrlation provitletl herein.
The reader should not rely on the data provitletl herein for any reason. SL Luae County explicf[ry tlisclaims any representations and warranties, inclWirg, without limitation, the implied
warranties of mercharnabildy antl fitness for a particular purpose. SG Lucie Coumy shall assume ro liabildy for 1. Any ertors, omissgns, or inaccurades in the
infortnatlon provided regardless of trove caused: or 2. Any deasion matle or action taken or not taken 6y any person in reliance upon any information or Data fumishetl hereuntler
m
lf~
N
N
N
c~
L
u~~oN
i ~
~~
+~ I {
N ~ ~ ~
O
~'
` 6~
-v I
~'- I
i
~
~ ~
~
~ ~ -
Q
~
~
~
a~ a'
~~
~ o ~
~ L'~
Q>
~
~
~
~
N
-
O
o
~ LtJ
~
-Q
~
~
N
iL
~
i
.waon
O
~ ~
_ ~
;;
o
~ u
m
o 0
m
I
~ ~
I
f -
x
aqua} x -
i ~t
~
I ~ ~ ~ ~ ~ ~
~ ~
~ /~t?M2~lap U N ~ N
I
IN ~ Q~
~ ~
I
~ ~ U
I ~ ~ U
O z
~
_
~ ~ -
_ [\ N ~ ---
N
~ -••- ~
~
~ ~ L
U -u
- ~
S I B ~' ~ ~ s N O ~
~ w
I
{ ~- ~
I ~
~
N I
I
~ I ~
~
~ ~ ~~
uJ
N i Q `
N u..~ ~ U
~ 6' ~ ~/ W ~
- I
>,I ~
L
~
W ~
~ ~
3. 0 L
o ~I ~ ~~ ~
~ ~I ml N UJ ~ ~
.,' I {
~ W
U~
~ 1 ~`~~'`lt~l
This instrument prepared by:
Janet LiCausi
under the direction of
Daniel S. McIntyre, County Attorney
2300 Virginia Avenue
Fort Pierce, FL 34982
REVOCABLE LICENSE AGREEMENT
THIS AGREEMENT, made and entered this day of 2010, by and between
ST. LUCIE COUNTY, a political subdivision of the State of Florida, 2300 Virginia Avenue, Fort
Pierce, Florida, 34982 (the "County") and CEDAR CREEK ENGINEERING, 325 A Tierney Way,
Winchester, KY 40391 ("CEDAR CREEK").
WHEREAS, the County is the owner of the property described as:
THAT PORTION OF A COUNTY ROAD RIGHT-OF-WAY, KNOWN AS
ORANGE AVENUE, LYING IN SECTION 08, TOWNSHIP 35 SOUTH,
RANGE 39 EAST, ST. LUCIE COUNTY, FLORIDA.
Near Parcel #2308-421-0003-000/5
WHEREAS, "CEDAR CREEK" requests to install two (2) infiltration galleries and two
wells within the infiltration galleries in the right-of-way of Orange Avenue near address 12661
Orange Ave. The proposed wells will be located within the right-of-way of Orange Avenue. See
Exhibit "1 ".
WHEREAS, "CEDAR CREEK" will install 2 new wells and 2 infiltration galleries in the
right-of-way of Orange Avenue. The wells within the infiltration galleries wil! be at a depth of 25 ft.
WHEREAS, the County has agreed to allow the installation of 2 new wells and 2 infiltration
galleries subject to the terms and conditions set forth in this limited Revocable License Agreement.
NOW, THEREFORE, in consideration of the mutual covenants set forth herein, the parties
agree as follows:
1. The County agrees to grant "CEDAR CREEK" a limited Revocable License
Agreement for the purpose of installing 2 wells and 2 infiltration galleries as indicated on the
attached Exhibit "1". This license shall extend only to the above-referenced locations (Exhibit 1)
and shall not extend to the construction and/or installation of any other structures.
2. This license shall be binding on future successors and assignees of "CEDAR
CREEK". "CEDAR CREEK" agrees to provide the County with notice of any change in ownership
pursuant to Paragraph seven (7) of this Agreement.
3. The County shall have the right, at the discretion of the County Engineer or the
Road and Bridge Manager, to terminate this Agreement with or without cause and require removal
of the encroachment at "CEDAR CREEK's" sole expense upon thirty (30) days written notice to
"CEDAR CREEK". The County Engineer or Road and Bridge Manager may, in lieu of termination,
request that "CEDAR CREEK" perform certain alterations to the monitoring wells at "CEDAR
CREEK'S" sole expense. However, if such alteration is not performed to the satisfaction of the
County Engineer or Road and Bridge Manager, the County shall be entitled to exercise its right to
terminate this Agreement. "CEDAR CREEK" shall, at all times, maintain the wells locations so as
not to be a detriment to the traveling public, and any damage to the right-of-way, pavement, or
roadbed during installation or maintenance operations shall be immediately corrected to the
satisfaction of the County Engineer or Road and Bridge Manager.
4. "CEDAR CREEK" shall construct the wells in accordance with all applicable building
and highway codes and safety regulations of the County and State of Florida, and shall be
maintained solely at the expense of "CEDAR CREEK".
5. "CEDAR CREEK" agrees to allow County employees access to the location of the
monitoring wells for County purposes as determined by the County Engineer.
6. "CEDAR CREEK" agrees to provide copies of the results of the sampling of the
monitoring wells located in the travelway of Orange Avenue to the County Engineer.
7. All notices, requests and other communications dealing directly or indirectly with
this license shall be in writing and shall be (as elected by the person giving such notice) hand
delivered by messenger or carrier service, telecommunicated, or mailed by registered or certified
mail (postage prepaid) return receipt requested, addressed to:
As to County:
County Engineer
Engineering Division
2300 Virginia Avenue, 2nd Floor
Fort Pierce, FL 34982
As to: Cedar Creek Engineering, Inc
325 A Tierney Way
Winchester, KY 40391
With Copies to:
County Attorney
Administration Building Annex
2300 Virginia Avenue, 3`~ Floor
Fort Pierce, FL 34982
St. Lucie County Administrator
Administration Building Annex
2300 Virginia Avenue, 3`d Floor
Fort Pierce, FL 34982
or to such other address as any party may designate by notice complying with the terms of this
Section. Each such notice shall be deemed delivered (a) on the date delivered if by personal
delivery, (b) on the date upon which the return receipt is signed or delivery is refused or the notice
is designated by the postal authorities as not deliverable, as the case may be, if mailed.
8. As consideration for the County agreeing to allow the encroachment of the wells as
set forth herein, "CEDAR CREEK" agrees to indemnify and hold the County harmless from and
against all claims, liability, demands, damages, expenses, fees, fines, penalties, suits,
proceedings, actions and costs of actions, including reasonable attorneys fees of any kind or
nature arising or in any way connected with the use, occupation, management, or control of the
above right-of-way by "CEDAR CREEK" or their agents, servants, employees, patrons, or invitees,
or resulting in injury to persons or property, or loss of life or property of any kind or nature
whatsoever, sustained during "CEDAR CREEK's" use of the property.
9. "CEDAR CREEK" shall promptly record this limited Revocable License Agreement
in the Official Records of St. Lucie County, Florida. "CEDAR CREEK° shall pay any document
excise taxes and the cost of recording this limited Revocable License Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement on the day and year
above first written.
ATTEST: BOARD OF COUNTY COMMISSIONERS
ST. LUCIE COUNT1(, FLORIDA
DEPUTY CLERK
CHAIRMAN
2
APPROVED AS TO FORM AND
CORRECTNESS:
COUNTY ATTORNEY
STATE OF F~ cr; d~-
COUNTY OF ~+• Luc~~c
CEDAR C EK EN
By:
IT'S rfP~l
ERING, INC.
The foregoing i jn~strument was acknowledged before me this 13+~ day of S~• , 2010
by P~ K,o~~ AS Pres~d~+ of CEDAR CREEK ENGINEERING
iNC. who produced ~~~ ~~~~-e.
(type of identification) and who did take an oath.
WITNESS my hand and official seal, this 13~'L. day of -~, 2010.
My commission expires:
~~~~`" ~ Maria . _ ,~~i~
° ~.
=* : -.~ :*
o ;. #DD 832769 :~ c;
<'ij~e~lC, STA~~~~~~`
' ~f!!tl1111111~1~
~~l'v~ a~,~,e_
i nature of Notary Public
Name of Notary Public
s:~acglwpljanetUicenseagreelorange ave monitoring well 2010Vicenseagreement.docx
3
m
N
N
c~
L
O
u~~oN
i ~
;~
~ ~~ 3
N Ip
L ~,
m
1.
~
~~ I
~
_
~
m
~
~
~ ~
~
~
_
_
~
~
~
-'
c
c~ a'
~~
~ o ~
>
Q
N
~'
~
~
~
~
In
N
_
O
o _
~ W
J
s
~
~
I-
~
~
~
N
_~
a-
~
~
.swan
O
~ ~
o
0
m
~
i
~~
i
~-
x
aqua} x -
i ~
~ ~ ,~ ~' ~
~ t6 m
N
cq m
~ ~C~Mani,~p U a~ ~ N
I
I
. N ~ Q ~
~ O
I
~ ~ N U
~
I ~ ~ L
0 ~ Z
~
~ _
N ~ ~
_' ~ ~
~ ~
o N ~ ~ L~
U - ~
~ -
~
~
-
~ ~
W
o
~ ~
m
N i
~
i N
~
~ ~ 3Nf
WV
N
- ~ Q ~~
~
'
~ j
~ ~ ~ ~
_ ~
~~ ~ W ~L
~
~~ ~'
~ O
~
~ o
~~
s -
~9
~
~
~ ~
~I '
~I ~
N
u..~~ S
~
c ~ U LLI
o~
U~
[CEDAR CREEK
ENGINEERING
INTRODUCTION
This is a Remedial Action Plan Modification report prepared in accordance with Rule 62-
780.700(15)b, F.A.C. for activities performed at 12661 Orange Avenue in Ft. Pierce, Florida.
The work was conducted to evaluate methods to augment the existing Remedial Action Plan.
The existing plan (20 May 2009) called for the application of nitrogen-utilizing bacteria for the
destruction of ammonia in groundwater. Groundwater analyses conducted subsequent to the
submittal of the RAP revealed ammonia concentrations greater than previously observed,
suggesting that a more aggressive approach may be warranted.
To improve the definition of the extent of groundwater contamination and to quantify parameters
necessary for design of a groundwater recovery system, three 2-inch monitoring wells and a 6-
inch recovery well were installed, groundwater samples were collected from all monitoring wells
at the site, and a 12-hour pump test completed. Field work was conducted between 24 May and
28 May 2010.
Included here are descriptions of field activities and documentation of results. Attached are
groundwater potentiometric surface maps, a map depicting the distribution of ammonia in
groundwater, and a map showing the capture zone for the selected pumping rate. Also included
are tables summarizing historical soil and groundwater data, as well as results of the pump test.
Other attachments include photographs, groundwater sampling logs, well logs, laboratory
analytical reports, and the Remedial Action Plan Summary Form [Form 62-780.900(5)].
325 A Tierney Way • Winchester, Kentucky 4039 • 859-745-4225 • 859-745-422$ Fax
CedarCreekEngineering. com
Remedial Action Plan Modification
i266~ Orange Avenue, Fort Pierce, Florida
Page 2
METHODS
Well Installation and Groundwater Sampling
~6 July 2oio
FDEP Facility ID No. COM_zz9i84
Claim No. P~4629
On 25 May 2010, three monitoring wells and a recovery well were installed at the site. Two-inch
monitoring wells MW9 and MW10 were installed to a depth of 12 feet, screened in the 2-10 ft
interval, for the purpose of defining the horizontal extent of contamination; two-inch well MW11
was installed to a depth of 30 feet, screened in the bottom 2 feet, for the purpose of defining the
vertical extent of contamination; and 6-inch recovery well RW1 was installed to a depth of 23
feet, screened from 3.0 to 23 feet, for use as a groundwater pumping well. Well Completion
Reports are included in the attachments; the well locations are shown on Figure 1.
Between 24 May and 27 May 2010, all twelve wells at the site were gauged, purged, and
sampled. Field monitoring included measurement of pH, temperature, conductivity, DO and
turbidity. Samples were sent to Environmental Science Corp. (ESC) of Mt. Juliet, Tennessee for
analysis for ammonia nitrogen by Method 350.1, and for nitrate and nitrite by EPA Method 9056.
Groundwater gradients from this and several previous monitoring events are depicted on
Figures 2 through 5. Analytical results are shown graphically on Figure 6. Tables 1, 2 and 3
provide summaries of soil and groundwater laboratory and field data; groundwater sampling
logs are also included in the attachments.
Groundwater Hydraulics
On 27 May 2010, a 12-hour pump test was conducted at RW1. The purpose of the test was to
determine the groundwater removal rate required to capture ammonia-contaminated
groundwater.
325 A Tierney Way • Winchester, Kentucky 4039 • 859-745-4225 • 859-745-4228 Fax
CedarCreekEngineering. com
Remedial Action Plan Modification ~6 July zoo
~z66i Orange Avenue, Fort Pierce, Florida FDEP Facility ID No. COM_zz9i84
Page 3 Ciaim No. P~46zg
The test utilized a 1-hp submersible pump, installed in RW1 and pumped continuously at a
near-steady rate of 14.9 gpm for a period of 12 hours. RW1 is a 6-inch well, screened with
0.020-slot screen from its bottom depth to a depth of 3 feet. The pump inlet was set at a depth
of 19.6 feet. During the period of pumping, the flow rate from the welt was recorded, as were
groundwater levels in RW1 and surrounding monitoring wells. Liquid levels were recorded
hourly using an electronic liquid level meter accurate to 0.01 feet. The flow rate from the well
was recorded using a 1-inch, in-line flow turbine flow meter with totalizer. Water was pumped to
a 20,000-gallon frac tank and flow volume was verified by sticking this tank.
Analysis of pump test data was accomplished by first curve-fitting drawdown data to a Theis
curve to develop estimates of transmissivity and specific yield of the aquifer. These values were
then utilized in conjunction with WhAEM2000 (USEPA, 2007) software to determine the
pumping rate and drawdown sufficient to control groundwater in the target zone.
3z5 A Tierney Way • Winchester, Kentucky 4039 • $59-745-4225 • 859-745-4zz8 Fax
CedarCreekl=ngineering. com
Remedial Action Plan Modification
i266i Orange Avenue, Fort Pierce, Florida
Page 4
RESULTS
Well Installation and Groundwater Sampling
i6 July 200
FDEP Facility ID No. COM_229~84
Claim No. P~4629
Nitrogen compounds, including ammonia, nitrate and nitrite, remain above closure levels in six
wells at the site. Ammonia is the compound found at highest levels. Additionally, in every case
where nitrate or nitrite exceeds closure limits, ammonia also does, generally by a substantially
greater margin. This suggests that once ammonia has been converted, nitrate and nitrite levels
decline readily, and thus the remedial effort is targeted principally at ammonia.
The highest concentration of ammonia, 440 mg/L, was measured MW7, a well installed to
define the vertical extent of contamination. This well targets the 15-17 foot zone. MW11, another
vertical extent well, targeting the 28-30 foot zone, yielded an ammonia concentration of 270
mg/L, demonstrating that the highest levels of contamination remain in the upper level of the
aquifer. The shallow aquifer in this region extends to a depth of approximately 90 feet. Local
wells draw water from depths of 60 to 75 feet.
Following application of microbes and air in December 2009, ammonia levels declined sharply
in MW7 and MW8, the two wells yielding the highest contaminant levels. Ammonia in others
wells generally increased slightly, possibly due to disturbance of the groundwater by the
injection treatment. The average concentration of ammonia declined from 450 mg/L before
biotreatment to 255 mg/L, after, or a 43% decline. Based on an estimated 365,000 liter volume
of impacted water, this translates to a mass of 157 Ib of ammonia degraded.
Ammonia levels, depicted on Figure 6, show that the highest concentrations of ammonia remain
centered at the location of the spill origin, with migration predominantly to the east, consistent
with groundwater flow direction.
325 A Tierney Way • Winchester, Kentucky 4039 • 859-745-4225 • 859-745-4228 Fax
CedarCreekEngineering.com
Remedial Action Plan Modification ~6 July 200
~z66~ Orange Avenue, Fort Pierce, Florida FDEP Facility ID No. COM_zz9i84
Page 5 Claim No. Pi46z9
Groundwater Hydraulics
Groundwater surface contours are presented in Figures 2 through 5, representing several
different dates on which liquid levels were recorded. Based on surface topography, it is inferred
that regional groundwater flow is directed generally to the east; locally, flow patterns are heavily
influenced by numerous canals and roadside drainages. While a uniform gradient is not
consistently observed at the site, a pattern of flow to the east can be seen on most dates. For
use in estimating groundwater capture zones, a gradient of 0.0035 has been used based on the
information below. Figure 7 depicts the static water table used for modeling drawdown and
hydraulic control by pumping.
Pump test results demonstrate that approximately 15 gpm can be sustained by the pumping
well for an extended period and that good continuity exists between the pumping well and most
other wells on site at distances up to 106 feet. Figure 8 depicts drawdown over time at the
various observation wells.
Transmissivity and specific yield were determined to average 0.026 ft2/s and 0.012, respectively.
Based on a 90 ft aquifer, the hydraulic conductivity is calculated to be 0.00029 ft/s, consistent
with published values for clean sand (0.00016 to 0.33 ft/s).
3z5 A Tierney Way • Winchester, Kentucky 4039 • 859-745-4225 • 859-745-4zz8 Fax
CedarCreekEngin Bering. com
Gradient Data Table
Remedial Action Plan Modification ~b July 2oio
i266~ Orange Avenue, Fort Pierce, Florida FDEP Facility 1D No. COM_zz9i84
Page 6 Claim No. P~4629
The pumping rate required to control groundwater has been estimated using the software
referenced above. Using aquifer parameters derived from pump test data, the software predicts
drawdown at specified points in the target area, and generates resulting particle flow lines. The
input and results of the analysis are given in Table 4 and in Figure 9. Match curves and other
data used to develop these estimates are included in the attachments.
The particle flow lines produced by the drawdown resulting from a 10 gpm withdrawal are
shown on Figure 9. The flowpaths of particles from various points in the target zone, including
the impacted weAs, define the capture zone of the pumping well. Comparison of the capture
zone shown in Figure 9 with the ammonia distribution shown in Figure 6 demonstrates that this
pumping rate is sufficient to control groundwater throughout the target area.
An estimate of the volumetric flow rate of water passing through the impacted area has been
calculated from:
Q = KiA
where:
Q =volumetric flow rate (ft3/s)
K =hydraulic conductivity (ft/s)
i =hydraulic gradient (ft/ft)
A =cross-sectional area of target zone (ft2)
Using the distance from MW4 to MW9 (107 ft), and assuming a 40 foot impacted aquifer
thickness and the hydraulic conductivity and gradient values determined previously, the rate of
water passing through the zone between MW4 and MW9 is estimated to be 1.8 gpm. This
confirms the specified flow rate of 10 gpm will be sufficient to capture contaminants on site. It is
possible that after the system has been operational for some time, it may be determined that a
lower flow rate is adequate for the desired purpose. It is noted that the model used does not
reflect re-injection of water, and is therefore conservative.
325 A Tierney Way • Winchester, Kentucky 4039 • 859-745-4225 • 859-745-422$ Fax
CedarCreekEngineering. com
Remedial Action Plan Modification ~6 July 200
iz66~ Orange Avenue, Fort Pierce, Florida FDEP Facility ID No. COM_zz9i84
Page 7 Claim No. P~46z9
UPDATE TO REMEDIAL SYSTEM
Based on the results of both groundwater quality and hydraulic testing, it is concluded that an
active system to promote biological degradation of ammonia and other nitrogen compounds in
groundwater can effectively control impacted groundwater and accelerate the degradation of
those compounds. The proposed system will draw water from the center of the impacted area,
aerate the water mechanically, amend it with microbes periodically, and reintroduce the water
into the subsurface. The proposed system will be simple and will utilize minimal equipment in
order to reduce capital and maintenance costs and to improve reliability. A description of the
system follows; diagrams depicting the process are included as Figures 10 and 11.
Water wi11 be drawn from RW1 at rates of 2 to 10 gpm. The water will be delivered to an
equipment building located on an adjacent property. (Note that completion of the work, including
installation of the building and trenching, will require permission from two neighboring property
owners.) In the building, the water will be passed through an aeration tank and then drain by
gravity back to the spill area. There it will infiltrate the subsurface through three infiltration
galleries. Liquid level controllers in the infiltration galleries will control pumping such that the
liquid levels in the infiltration galleries do not rise above the ground surtace.
Microbes will be added periodically to the water being returned to the subsurface. Based on
discussions with Maryland Biochemical, the producer of the microbes, it is anticipated that the
bacteria populations will persist in the subsurface approximately 90 days.
3z5 A Tierney Way • Winchester, Kentucky 4039 • 859-745-4225 • 859-745-4zz8 Fax
CedarCreekEngineering. com
Remedial Action Plan Modification
~6 July zoo
iz66~ Orange Avenue, Fort Pierce, Florida FDEP Facility ID No. COM_zz9~84
Page 8 Claim No. Pi46zg
MONITORING AND CLOSURE
Monthly checks of the treatment system would be made to ensure proper operation and monitor
the volume of water recycled. The concentration of ammonia in groundwater from the recovery
well would be analyzed each month. Dissolved oxygen levels in the system influent and effluent
would be monitored in the field. Microbes would be added to the return groundwater every 90
days.
All twelve monitoring wells on-site will be sampled on a quarterly basis. Once ammonia, nitrate
and nitrite levels were found to be below GCTLs in all wells for two consecutive sampling
events, remediation would be deemed complete, and a petition for closure would be made.
Once closure is granted, all monitoring wells and remediation equipment would be removed
from the site.
325 A Tierney Way • Winchester, Kentucky 4039 • 859-745-4225 • 859-745-4228 Fax
CedarCreekEngineering.com
I
I
0 ~
+~ ~
c
o ~
i I
I ~
I ~
f L
~ -
c~
3
a~
0
U
N
v
a~
S
U
N
U
L
_~
V
L
N
L
~6
V
s
U
Q~
~ ~
~ ~
Q O
~~
~ U
~ ~
~ ~
N u-
o
a~
0
-~
N
- ~
ai
y
~ ~
3 ~
~ m
O ~
N
N
I
O
U
O
Z
U
w
0
wv
~Z
U
W a}
W '~
L
~~ ~
~~
n~
~
w
W s
~
MW6
MW9
residence
~.
~;
~,
~.
~~
~~
a;
~,
fence '
x-x-x-x- ~
x-x-x-x-x-~
equipment
building
0 100
Feet
CEDAR CREEK
ENGINEERING
Winchester, Kentucky
Chuck Barney Trucking
1266 I Orange Avenue
Fort Pierce, Florida
FDEP Facility ID No. COM_229 184
MWfS
[remedial System
Layout
Drawing Date: 12JUL I 0
Drafted by: PR F l g u re ~ ~
Orange Avenue
MW3B
~CE~AR Cf~EEK
ENGIP~IEERING
Pure Science for Clean Water•
3 September 2010
Geetha Selvendran, P.G.
Waste Cleanup Section
Florida Department of Environmental Protection
Southeast District 400 North Congress Avenue, Suite 200
West Palm Beach, FL 33401-2913
RE: Chuck Barney Trucking Incident, 12661 Orange Avenue (SR68)
Fort Pierce, St. Lucie County, Florida
Carolina Casualty Claim No. P14629
OGC # 06-2365
Dear Ms. Selvendran,
As discussed in our telecom 19 August 2010, this correspondence is submitted to provide
additional information regarding the remediation plan for the above-referenced project.
Specifically, information is provided for the nitrogen-utilizing bacteria, equipment operation, and
locations of remediation system facilities. In addition, a monitoring well for the purpose of
defining the vertical extent of contamination is specified.
To address the potential for short-circuiting by process water, we have modified the original
design to include three re-injection wells. Construction details for these wells are provided.
Nitrogen-Utilizing Bacteria. Attached to this correspondence please find technical data provided
by Maryland Biochemical, the manufacturer of the microbes. These microbes, a blend of
nitrosomonas and nitrobacters, were developed by Maryland Biochemical to enhance treatment
of high-ammonia wastewater produced in poultry processing operations. We have completed
both bench and field testing of these microbes and met with success in those efforts. Complete
summaries of the bench test and field test are given in our correspondence of 18 May 2009, and
our Remedial Action Report dated 15 January 2010.
Nitrosomonas are effective in oxidizing ammonia, while nitrobacters oxidize nitrite. The bacteria
function in the pH range of 6.5 to 8.5. Groundwater pH at wells in the target area ranges from
6.4 to 8.8. The recovery well, RW1, exhibits a pH of 7.5, within the optimal range of 7.5 to 8.0.
Recommended application rates, designed for wastewater treatment plants, range from 10 to
480 ounces per million gallons, with low doses for domestic wastewater maintenance, and high
doses for short-term "shock" of industrial wastewater.
325 A Tierney Way • Winchester, Kentucky 4034 • $59-745-4225
CedarCreekEngineering. com
Page 2
Ms. Selvendran
3 September 2010
The one-time field application made at this site previously was approximately 120 pounds of
microbes in approximately 900,000 gallons of groundwater, or approximately 2,000 ounces per
million gallons. Once the system is under steady operation, applications will be made manually
on a monthly basis, at a rate of 1,000 ounces per million gallons. It is anticipated that the system
will process from 80,000 to 400,000 gallons of water per month, and thus 80 to 400 ounces (5 to
25 pounds) of microbes will be delivered to the subsurface each month.
Equipment Operation. An updated process schematic, Figure 1, is provided in the attachments.
The system has been modified from our previous submittal to include three injection wells, one
co-located with each infiltration gallery, to allow groundwater to be introduced at depth. The
injection wells will be constructed of 2-inch PVC, cased to 20 feet, and screened in the 20 to 25
foot interval, similar to the depth of the recovery well, which terminates at 23 feet. This will
ensure movement of processed groundwater through the target zone. By periodically altering
the return flow rates to the six sites (3 wells, 3 trenches), many different flow regimes can be
established, preventing short-circuit regimes from dominating the circulation process.
The system will be equipped with automatic valves controlling flow to each infiltration
gallery/well. Each gallery will be equipped with a high level probe, and flow to that location will
be stopped in the event water levels rise above fixed maximums.
Figure 2 depicts groundwater surface contours and flowlines under conditions which include re-
introduction of water at each of three infiltration galleries. The groundwater elevation at the
galleries has been estimated based on a volume balance with the volume extracted to produce
drawdown in the vicinity of the recovery well. The maximum elevation of the groundwater
"mounds" are maintained below surface grade.
Figure 3 details the proposed trench configuration and the location of the equipment building.
Modifications to this plan may be required by the local property owners or by St. Lucie County.
Monitorino Well. MW-12, shown on Figure 3, will be installed close to the center of the plume for
the purpose of providing definition of the vertical extent of contamination. It will be constructed
of 2-inch PVC, extend to a depth of 50 feet, and be screened in the bottom 2 feet.
Thank you for your attention to this project. If you have any questions or concerns, please do
not hesitate to call.
Sincerely,
CEDAR CREEK ENGINEERING, INC.
Paul Rodgers, PE
cc: Michael White -Carolina Casualty Insurance Company
Gary Millington - FDEP, Tallahassee
325 A Tierney Way • Winchester, Kentucky 4o39t • 859-745-4225
CedarCreekEngineering. com
m U
~--~ ~
~ ~ ~
ii ii i ii ~, ~ _
..
.~~: _
s o
~ ~ U
m p p s~~
~o~ N
3
~ c9
~
O
~
u
~, a~
~ III IIIIII
p c
o ~
~ ~
Q
U v U
O m
N
p~
\ N L ~ 3
Q 1
0 B
~ ~ t ~ `
Q ~
.N
Q) v= N
.i.>
Q ~
S
_ ~
w
.}- Q~ ~
~~
~_
S S
V
S
C
- J..1
~ 3
a~ ~
~t
3 ~ cQ
~ ~
c
v p ~
~L ~ ~ N
~ U ~
N
3 ~ j L
Q I
= ~
f'-'
~ 0
_
~ 6~ U
3 ~ ~ U Z
o cQ ~ N D
_
c~ ~
~
~ ~
~ ~
= ~ ~ ~
~ ~ -
-,~
U
O
~ ~
s N tL
U - ~
`~
~ ~~ o
>
8 8 8 8 8 8 0°.~'
o~
~ ~,/ X14
m ~ ~ ~
~ N
E> W
~L
~
O > _
~ ~ V
~ ~ t
~ -i-~
v
m W
~ `v
]
L
~ ^ \
~~
~
7i3~~~~i 1r'
V S
U
w ~
\ N
~ ~
v ~ ~
~ ~
j l -` ~`'~--_- ~ % ''~ t~ IL ~--
m
i ~ ~ ~, ~ t>'6~ ~ ~
OI ~
4 /~ ~~ 1~ I r i~' ~ j ~'t r ~ ~ m
t;~ ~~`, ~~- >~ it J ,.--. ~ \ ,'
~ ::~ ,. ~ _ x ~ , a r- ix x
~~ ~
~~ ~ ~ r ~ ~
~ ~,. -- ~ ~
~ ~~v~ ~C~nl~~nf,~p~ ~ ~ ~
' ~s ~ y_. ~_ ~L C ~ N
~~ ~!~ ~ r~~-T %~~~ ~~ O'OZ L Q O ~
.-
~ -~ ~ _:
-~- ~ ~
---, _._
_._~._
__ _ ~
~~ -- _ -- U
~_.-...
~ ~~' I ~ ~~
t ~ \ ~ Ji \{
.. O ~ ~ ~! ~
i '~.~ ~
y ~ ~ ~ ~ ~~ ~
L -~
,.~~ .. - of \~\ N ~ ~~ ~'oz ~ W ~
~,, \ Q
~ I ~\~ - ~ S./ S
.,` 4~~~N o ~ ~
~~~ ~ w ~
9' 0 Z L~:I11~!
m
N
N
Q
N
4~
L
O
~ ~~uoN
i ~
~~
~~~
-~~ .~
N ~ ,}~
I~
,s
I~
I
~..+ I
~`- ~
m ~m
m
0
o
~~
~-
Q
N
~6
L
6~
u~
N
~ ~ ~~
~ - ~_~
~ j
~~
~- x aqua} x -
I
t~-~ c0 ~ ~C~man~~p
N ~
I
I
~ __,f--, ~ -•- -•----•-
~ _ ~ ~ N ~
- I
~ ~
` ~ ~
~
i ~ ~
~ ~
~ ~ ~ ~
N _ ~ ~ ~
I Q
~ ! ~
m
~
_
~
v ~
~ i
~I
3 ~
~
~
~ I
~ i
~ ~
~~
s'
m ~D
L9
N
LI I
~; i -
~,
U)
°~
U
N
L
m
~_
0
J
y
o
~~
3 ~
0 0
~ j m
~ ~ ca N
U N ~ N~
I- ~ ~ O
~ U
~ ~
O
U z
m O_ ~ ~
~ ~ ~
U O v
s N ~ ~
U w
lL
~("~
W ~ ~~
~/~ v
~ ~
~W
G.~ W L
'~ ~
~/ ~
t
1 ~
~'W
ITEM NO. VI-CI
DATE: 9128110
AGENDA REQUEST
PUBLIC HEARING ( )
LEG. ( )
QUASI-JD ( )
CONSENT (X)
TO:
SUBMITTED BY:
SUBJECT:
BACKGROUND:
FUNDS AVAILABLE:
BOARD OF COUNTY COMMISSIONERS
Public Works/Engineering Division
Palm Breezes Club Phase I
See attached memorandum.
N/A
REGULAR ( )
PRESENTED BY:
Michael Powley, P.E. ,~~~/p
County Engineer
PREVIOUS ACTION: Board approved the Subdivision Improvement Agreement on July 26, 2005.
Board approved the final plat for Palm Breezes Phase I on August 25, 2005.
Board approved an Amended Subdivision Improvement Agreement on January 10,
2006.
RECOMMENDATION: Board acceptance of: the off-site improvements; the Maintenance Agreement for
the off-site improvements; the amended Subdivision Improvement Agreement; the
associated partial release of surety, and authorization for the Chairman to sign
documents as approved by the County Attorney.
COMMISSION ACTION:
(~ APPROVED ( ) DENIED
( ) OTHER
Approved 5-0
County Attorney (x )
CONCURRENCE:
G~~
Faye W. Outlaw, MPA
County Administrator
Coordination/Signatures
v ~~. - Finance
Daniel McIntyre
Originating Dept. (x )
County Surveyor (x )
~.
Dona West
~~~
Ron Harris
(x)
Sha~ rancis
County Engineer (x )
Road & Bridge (x )
~~~f
Michael Powley
Don Pauley
Palm Breezes Club Phase I partial release conditional acceptance.ag
Engineering .Division
MEMORANDUM
TO: Board of County Commissioners
THROUGH: Donald West, Public Works Director 1~~
FROM: Michael Powley, County Engineer rye
~1y ~'
DATE: September 28, 2010
SUBJECT: Palm Breezes Club Phase I
ITEM NO. VI-CI
Background:
Palm Breeze Club is located approximately 1.5 miles west of Kings Highway and is situated on the
north side of Orange Avenue. Centex Homes, developer of Palm Breezes Club Phase I, was
required to construct turn lanes at the project entrance and minor drainage improvements within
the Orange Avenue right-of-way. Pursuant to the terms of the Subdivision Improvement
Agreement, the developer provided a "Subdivider's Completion Bond" in the amount of
$3,359,329.98.
On April 7, 2009 Pulte Homes Corporation acquired Centex Corporation together with all of the
Centex interest in the Palm Breezes Club development. The necessary documentation confirming
this acquisition has been provided.
The developer, having satisfactorily completed the road improvements on Orange Avenue, is
requesting conditional acceptance of the off-site improvements together with the partial completion
of the on-site improvements. Staff has inspected the improvements and reviewed the supporting
documentation provided by the Developer's engineer of record (Attachment A). Staff recommends
the Board approve the conditional acceptance of the off-site improvements, accept the
Maintenance Agreement (Attachment B), accept Amended- Subdivision Improvement Agreement
for a time extension and assignment to Pulte Homes Corporation (Attachment C), release the
original bond, and accept the new surety in the amount of $488,439.50.
Recommendation:
Board acceptance of: the off-site improvements; the Maintenance Agreement for the off-site
improvements; the amended Subdivision Improvement Agreement; the associated partial release
of surety, and authorization for the Chairman to sign documents as approved by the County
Attorney.
t ~
I (..-~ ~ ' HSQ GROUP, INC.
Consulting Engineers • Planners • Transportation
1489 W. Palmetto Park Road, Suite 340
~i Boca Raton, Florida 33486
(561) 392-0221 Phone • (561) 392-6458 Fax
August 27, 2010
Craig Hauschild, P.E.
Capital Projects Engineer
ST. LUCIE COUNTY -ENGINEERING DIVISION
2300 Virginia Avenue, 2ND Floor Annex, Room 229
Ft. Pierce, FL 34982
RE: Orange Avenue
Palm Breezes Club
HSQ Project # 0503-21
St. Lucie County permit number: 06-105
Dear Mr. Hauschild:
I hereby certify that all of the required project improvements, as identified in the attached improvement
agreement have been completed on June 3, 2010 for Orange Avenue at Palm Breezes and that I have
inspected the construction incrementally in accordance with the requirements of "Standard
Specifications for Public Works Construction, St. Lucie County, Florida" and the Florida Department of
Transportation. These improvements conform to the development plans and the standard specifications,
with the following deviations: Modification of road section swales and additional drainage inlet.
However, these deviations will not result in functional or structural problems, other than routine
maintenance based on my evaluation and professional opinion.
Certified by,
HSQ Group, Inc.
~~ Z7/~~
Jay Huebner, P.E.
Florida Registration Number 54615
Z \Projects~2005\0503-21 Palm Breezes\Apphcauons\Certifications\orange ROW certification2 doc
Attachment A
I ~--J ~-- HSQ GROUP, INC.
Consulting Engineers • Planners • Transportation
1489 W. Palmetto Park Road, Suite 340
Boca Raton, Florida 33486
(561) 392-0221 Phone • (561) 392-6458 Fax
August 27, 2010
Ron Harris
Capital Projects Engineer
ST. LUCIE COUNTY -ENGINEERING DIVISION
2300 Virginia Avenue, 2ND Floor Annex, Room 229
Ft. Pierce, FL 34982
RE: Palm Breezes Club -phase 1 certification
HSQ Project # 0503-21
Dear Mr. Harris:
Please accept this letter as certification of completion of the water, sewer, paving (1St lift only) and
drainage for Palm Breezes (aka Morningside) phase 1. We have conducted field observations and found
the phase 1 to be constructed in substantial conformance with the approved Civil Engineering drawings.
Please find attached a set of as-built drawings for your use. We have addressed your comments and field
modifications. Please contact our office if you have any questions or require additional information.
Sincerely,
HSQ Group, Inc.
~/Z~~la
Jay Huebner, Y.E.
Florida Registration Number 54615
Principal
Z'\Projects\2005\0503-21 Palm Breezes\Correspondence\phaselcertcounty.doc
Attachment A
MAINTENANCE AGREEMENT
THIS AGREEMENT made and entered into this day of , 2010, by
and between PULTE HOMES CORPORATION (the "Developer")and ST. LUCIE COUNTY, FLORIDA,
a political subdivision of the State of Florida (the "County").
WITNESSETH:
WHEREAS, the Developer has completed the construction of drainage improvements and turn
lanes within Orange Avenue right of way (the "Improvements") and will convey ownership and
maintenance responsibility to the County; and
WHEREAS, as n condition for the acceptance of the Improvements by the County, the
Developer has agreed to post security in n form acceptable to the County Attorney in the amount of
fifteen percent (15%) of the approved cost of the Improvements for a period of nt least one (1) year
and thirty (30) days from the dote of conditional acceptance of the Improvements by the County.
NOW, THEREFORE, in consideration of the agreements, premises, and covenants set forth
herein and other good and valuable consideration, the parties agree as follows:
1. SECURITY. The Developer agrees to provide the County with security in a form
acceptable to the County Attorney, in the amount of Seventeen Thousand Nine Hundred and Five dollars
and Fifty cents ($17,905.50), representing fifteen percent (15%) of the cost of the Improvements as
submitted by the Developer's engineer and approved by the County Engineer and ns more particularly
set forth on those certain plans for construction improvements drawn by the Developer's engineers,
HSQ GROUP, INC. dated May 28, 2005. This amount shall be retained for n period of one (1) year and
thirty (30) days from the date of conditional acceptance as described below to provide for maintenance
of the Improvements to be dedicated to the public and to indemnify and save the County harmless from
any and all costs necessary to repair or replace any part or portion of the Improvements occasioned by
faulty engineering, workmanship, or materials.
2. SUPERVISION OF CONSTRUCTION. The Improvements shall be constructed under
the supervision of the Developer's engineer in full compliance with the specifications and requirements
of St. Lucie County, and when complete, Developer's engineer shall furnish the County Engineer with a
certificate of satisfactory completion for approval.
3. CONDITIONAL ACCEPTANCE. Upon completion of the construction of the
Improvements, the Developer's engineer shall certify that the Improvements have been constructed in
accordance with applicable County requirements. When the Improvements have been certified by the
Developer's engineer, the County Engineer shall inspect the improvements and review the construction
and supporting test/control data furnished by the Developer's engineer. If all required improvements
are completed to the satisfaction of the County Engineer, the County Engineer shall confirm this in
writing to the St. Lucie county Board of County Commissioners and recommend that the Improvements
C:\DOCUMENTS AND SETTINGS\MHUENIKEN\LOCAL SETTINGS\TEMPORARY INTERNET
FILES\CONTENT.OUTLOOK\AN7TM3UL\MAINTENANCE AGREEMENTPALMBREEZES EXECUTED 9 8 lO.DOC Page 1
Attachment B
be conditionally accepted.
4. RELEASE OF SECURITY. One year from the date the Improvements are conditionally
accepted by the Board of County Commissioners, the Developer shall contact the County Engineer for a
joint inspection with the Developer's Engineer. If deficiencies appear, the Developer shall correct all
deficiencies in accordance with requirements established by the County Engineer, except those damages
that are not a result of design or construction deficiencies. If the required corrective action cannot be
completed by the one year and 30 day expiration date, the County Engineer will establish a completion
date and so notice the Developer that the required security will not be released until all corrective
actions have been completed and approved by the County. When all corrections have been made, the
County Engineer shall so inform the Board. The Board of County Commissioners shall then act on release
of remaining development security, and final acceptance of the Improvements.
5. FORFEITURE OF SECURITY. If the Developer fails to satisfactorily correct all
deficiencies as directed by the County Engineer, the County shall, upon notice to the Developer, use the
security to correct the deficiencies. If the cost, including the cost of staff time, to correct the
deficiencies is less than the amount of the security, the County shall refund the balance of the security
to the Developer. If the cost to correct the deficiencies is greater than the amount of the security,
the Developer shall pay the overage amount to the County within thirty days from receipt of nn invoice
from the County. After the thirty-day period, interest shall accrue at the maximum rote allowed by
law.
6. NOTICE. All notices, requests, consents, and other communications required or
permitted under this Agreement shall be in writing and shall be (ns elected by the person giving such
notice) hand delivered by messenger or courier service, telecommunicated, or mailed by registered or
certified mail (postage prepaid) return receipt requested, addressed to:
As to County:
St. Lucie County Administrator
Administration Annex
2300 Virginia Avenue
Fort Pierce, Pierce, FL 34982
As to The Developer:
Pulte Home Corporation
Attn: Michael Hueniken
1400 Indion Creek Parkway
Jupiter, FL 33458
Phone: (561) 906-7967
Focsimile: (561) 745-4905
W ith a Copy to
St. Lucie County Attorney
Administration Annex
2300 Virginia Avenue
Fort Pierce, Pierce, FL 34982
or to such other address as any party may designate by notice complying with the terms of this Section.
Each such notice shall be deemed delivered (a) on the date delivered if by personal delivery, (b) on the
C:\DOCUMENTS AND SETTINGS\MHUENIKEN\LOCAL SETTINGS\TEMPORARY INTERNET
FILES\CONTENT.OUTLOOK\AN7TM3UL\MAINTENANCE AGREEMENTPALMBREEZES EXECUTED 9 8 lO.DOC Poge 2
Attachment B
date upon which the return receipt is signed or delivery is refused or the notice is designated by the
postal authorities as not deliverable, as the case may be, if mailed.
7. MEDIATION
Prior to initiating any litigation concerning this Contract, the parties agree to submit the
disputed issue or issues to a mediator for non-binding mediation. The parties shall agree on a mediator
chosen from a list of certified mediators available from the Clerk of Court for St. Lucie County. The
fee of the mediator shall be shared equally by the parties. To the extent allowed by law, the mediation
process shall be confidential and the results of the mediation or any testimony or argument introduced
at the mediation shall not be admissible as evidence in any subsequent proceeding concerning the
disputed issue. In the event that mediation is unsuccessful, either party may bring an action to enforce
its rights in n Florida court of appropriate venue and jurisdiction.
8. INTERPRETATION; VENUE. 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 parties hereto. This Agreement shall
be interpreted ns a whole unit and section headings are for convenience only. All interpretations shall
be governed by the laws of the State of Florida. In the event it is necessary for either party to initiate
legal action regarding this 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.
IN WITNESS WHEREOF, the parties have caused this Agreement to be made and entered
into the day and year first written.
Pulte Home Corporo~,t~ion- ~.
~~~~~ -e-tc~ ~-~"
BY:
PRINT:
~~~~ ~uc~uf,~~~
TITLE : LIZ' ~~P~~-~tJT /~•9t~.fI~.S~
ATTEST:
BOARD OF COUNTY COMMISSIONERS
ST_ LUCIE COUNTY, FLORIDA
BY:
Deputy Clerk Chairman
APPROVED AS TO FORM AND
CORRECTNESS:
BY:
County Attorney
C.\DOCUMENTS AND SETTINGS\MHUENIKEN\LOCAL SETTINGS\TEMPORARY INTERNET
FILES\CONTENT.OUTLOOK\AN7TM3UL\MAINTENANCE AGREEMENTPALMBREEZES EXECUTED 9 8 l0 DOC Page 3
WITNESSES:
SECOND AMENDMENT AND ASSIGNMENT TO JULY 26, 2005
SUBDIVISION IMPROVEMENT AGREEMENT
C05-07-417 and
C06-01-011
THIS SECOND AMENDMENT TO SUBDIVISION IMPROVEMENT AGREEMENT, is entered
into this _ day of , 2010, by and between PULTE HOMES CORPORATION (the
"Developer"), and ST. LUCIE COUNTY, a political subdivision of the State of Florida, (the "County").
WITNESETH:
WHEREAS, the Developer has commenced the development of land in St. Lucie County known
as Palm Breezes Phase I; and
WHEREAS, the Developer proposes to construct certain subdivision improvements to the
satisfaction of the County; and
WHEREAS, the parties entered into a Subdivision Improvement Agreement, C05-07-417, on July
26, 2005; and
WHEREAS, the parties entered into a second Subdivision Improvement Agreement, C06-01-011,
on January 10, 2006, which should have been considered a First Amendment to the July 26, 2005,
Subdivision Improvement Agreement; and
WHEREAS, on April 7, 2009, Pulte Homes Corporation acquired Centex Corporation; and
WHEREAS, Pulte Homes has satisfactorily completed the road improvements on Orange Avenue
and requests a partial release of the original security, per the Subdivision Improvement Agreement; and
WHEREAS, Pulte Homes Corporation now desires to accept assignment of the Subdivision
Improvement Agreement as amended; and
WHEREAS, the parties now desire to extend the time for completion of required subdivision
improvements.
NOW THEREFORE, in consideration of the mutual promises contained herein, the Developer
and County agree as follows:
Pulte Homes Corporation is now the Developer of Palm Breezes Phase I and accepts
assignment of the Subdivision Improvement Agreement as amended.
2 The Developer agrees to complete the Improvements within two years of the date of this
Amendment.
3. The County releases the original security of $3,359,329.98 and accepts new security in
the amount of $488,439.50 to guarantee completion of the remaining improvements.
3. Except as amended herein, the remaining terms and conditions of the Agreement shall
remain in full force and effect.
IN WITNESS WHEREOF, the parties hereto have executed these presents on the dates
indicated below. The date of this Second Amendment to the Subdivision Improvement Agreement shall
be the date on which this Amendment is approved by the Board of County Commissioners.
Attachment C
ATTEST:
DEPUTY CLERK
WITNESSES:
~~-----
-~
BOARD OF COUNTY COMMISSIONERS
ST. LUCIE COUNTY, FLORIDA
BY:
CHAIRMAN
APPROVED AS TO FORM AND
CORRECTNESS:
COUNTY ATTORNEY
PULTE HOMES CORP RATION
BY: i~~ C~~~ "~ ~~ C~
Print Name: /~Iic fls-~ ~~~~,cli~~.l
Title: L.R~~ 7~~'~~r^i~t~'u i /~.9N~/~-
Attachment C
ITEM NO. VI- Cc2
- - ~ _ -- DATE: 9/28/10
~ AGENDA REQUEST REGULAR ( )
PUBLIC HEARING ( )
LEG. ( )
QUASI-JD ( )
CONSENT (X )
TO: BOARD OF COUNTY COMMISSIONERS PRESENTED BY: ' `1
Don West V'~ ,
SUBMITTED BY: Public Works Public Works Dir ctor
SUBJECT: Bid Waiver and Sole Source Determination
BACKGROUND: See attached memorandum.
FUNDS AVAILABLE: 401-3410-546000-300 Equipment Maintenance
PREVIOUS ACTION: October 12, 2004 -Board approved bid waiver and sole source.
October 4, 2005 -Board approved bid waiver and sole source.
September 26, 2006 -Board approved bid waiver and sole source.
September 25, 2007 -Board approved bid waiver and sole source.
September 23, 2008 -Board approved bid waiver and sole source.
October 13, 2009 -Board approved bid waiver and sole source.
June 16, 2009 -Board approved bid waiver and sole source to Everglades Equipment
RECOMMENDATION: Board approval of bid waiver and sole source determination for the purchase of parts
and service from Kelly Tractor for Caterpillar, Flagler Equipment for Volvo and
Samsung, Trekker Tractor, LLC, for Case, Everglades Equipment for John Deere,
Sierra International Machinery for the balers and conveyors, Continental Biomass
Industries for the grinder, Lubo, USA, for the construction and demolition recycling
equipment, Menzi USA for the Menzi Muck, Great Southern Equipment for Gradall and
Econolite Control Products for traffic signal equipment. Authorization for the
Chairman to execute contracts as approved by the County Attorney.
CONCURRENCE:
COMMISSION ACTION:
APPROVED ( ) DENIED _ ~~
( ) OTHER ~ -
Approved 5.0 Faye W. Outlaw, MPA
County Administrator
CoordinationlSianatures
Road & Bridge (X) OMB Director (X )
~~~ Budget Analyst
Don Pauley ~!` ~ Marie Gouin
:-
f;
Solid Waste (X) Purchasing (X) `~~~
Ron Roberts Desiree Ciminio
:~
COUNTY
f L Q R I D A
Public Works Department
MEMORANDUM
TO: Board of County Commissioners
FROM: Don West ~ -
Public Wor Dire~tor
DATE: 9/28/2010
SUBJECT: Bid Waiver and Sole Source Determination
ITEM NO. VI- ~2
Background:
The St. Lucie County Baling and Recycling Facility and the Road & Bridge Division own and operate
equipment from Kelly Tractor for Caterpillar, Flagler Equipment Company for Volvo and Samsung, Trekker
Tractor, LLC, for Case, Everglades Equipment for John Deere, Sierra International Machinery, LLC, for the
baler system, Continental Biomass Industries, Inc for the grinder and LUBO USA for the construction and
demolition recycling system, Menzi USA for the Menzi Muck, Great Southern Equipment for Gradall and
Econolite Control Products for traffic signal equipment. All of the parts for the equipment are only available
from the licensed dealer of the respective equipment.
Per Section 8.1(a)(2); of the Purchasing Manual this request is for service contracts for maintenance,
repairing, or servicing of existing equipment owned by the County, and therefore qualifies for a bid waiver.
Recommendation:
Board approval of bid waiver and sole source determination for the purchase of parts and service from Kelly
Tractor for Caterpillar, Flagler Equipment for Volvo and Samsung, Trekker Tractor, LLC, for Case,
Everglades Equipment for John Deere, Sierra International Machinery for the balers and conveyors,
Continental Biomass Industries for the grinder, Lubo, USA, for the construction and demolition recycling
equipment, Menzi USA for the Menzi Muck, Great Southern Equipment for Gradall and Econolite Control
Products for traffic signal equipment. Authorization for the Chairman to execute contracts as approved by
the County Attorney.
DW:dls
Attachment A -Sole Source Forms with letters
Attachment A
JUSTIFICATION FOR
SOLE SOURCE PROCUREMENT
Based upon the Purchasing Manual, the proposed procurement described below is being procured
pursuant to the guidelines on Sole Source Procurement. A.good faith review of available sources has
been made and there is only one source for the required supply, services or construction item.
We propose to procure the following:
Replacement parts andlor repairs as needed on our John Deere "light" equipment to keep them in
good working order.
As sole source procurement from (Name of Company}: Everglades Farm Equipment Co., Inc.
Contact Name: Mark Bergren Phone: 772-461-5568
The basis for this sole source determination and the reason no other vendor is suitable is:
Everglades Farm Equipment Co., Inc, is the sole provider of John Deere "light" equipment parts and
service in our loca{ area.
DepartmenUDivision _~U~,L~C 5/~,~A~ ~ ~~~D~~
Requested By Na e)
Authorized Signature
~v
Dats
-- -,
Note: t. Enter descrfption of goods or services to be procured.
2. Enter name of sole source contracting.
3. Enter the determination and basis for sole source procurement.
~. Attach sole source letter from vendor and department.
5. Attach proposal from vendor with pricing.
Approved C'
..._---
Mana ement & Budget Director
~~
County Administrator
G:fORMS1ISQLE $OURCEl11NT
Disapproved ~
~ 1~ ~~
Date
~ lis /,a
Date
EVERQLADE$ FAiiM EQUIPMENT CO.
6950 Orange Avenue
Ft. Pierco, FL 3x947
Phona: 772-461-5568
Fax: 772-46fi-0735
September 7, 20i 0
Saint Lucie County
Attn: Burt Saleeby
2300 Virginia Avenue
Fort Pierce, FL 34982
Burt,
Tltis letter is to reference your request for a sole distributor status with Saint Lucie Cout-ty for
John Deere Equipment.
Everglades Farm Equipment has the exclusive territory as a franchise of John Deere for Saint
Lucie County. We sell John Deere Lawn and Grounds equipment, John Deere Agricultural
equipment (which includes tractors and large mowers), and light construction equipment which
John Deere calls Worksite products.
We sell parts for all equipment we sell and also provide service for this equipment. We are the
closest multi-contracted John Deere dealer to serve al[ of your equipment needs.
We are also the closest dealer for Alamo, Rhino, and Bush Hog. All of which the city has
purchased from us in the past.
We provide parts delivery and in field service calls for the equipment we sell.
If you have any further questions please call me at ?72-201-7173.
Respe tful~
~~`~
ark E. Berggreu
Sloe A~ancrger
l.;'vc>>~~Icrdes Farm Is'quil~me~rt f_'ou~pal~y
1~~n7 i'ier•cc~, !'L
2
JOHN UEEF~E
JUSTIFICATION FOR
SOLE SOURCE PROCUREMENT
Based upon the Purchasing Manual, the proposed procurement described below is being procured
pursuant to the guidelines on Sole Source Procurement. A good faith review of available sources has
been made and there is only one source for the required supply, services or construction item.
We propose to procure the following:
repairs or replacement parts that maybe necessary to keep our Menzi Muck machines !n goon
;ing order.
As sole source procurement from (Name of Company): Menzi, USA
Contact Name: paui Meadows Phone: X863-603-7979
The basis for this sole source determination and the reason no other vendor is suitable is:
Menzi, USA is the sole provider of any and all Menzi Muck equipment parts as well as providing
specially trained mechanics for this equipment in the State of Florida.
DepartmentlDivision ~uSl_\G WO2.Kra ! ~oA~ ~ ~~'t'~~~
Requested sy not Na e)
Authorized Signature
~/~/~~
Date ~
Note: 1. Enter description of goods or services to be procured.
2. Enter name of sole source contracting.
3. Enter the determination and basis for sole source procurement.
4. Attach sole source letter from vendor and department,
5. Attach proposal from vendor with pricing.
Approved ~
Management & Budget Director
~~ .
County Administrator
Disapproved ~
c3 O
Date
~/,~-J~ a
Date
G:FORMSILSOLE SOURCE11lN7
09=Oy-i4;i9:51 ;MenZi USA Sales, Inc. 17724828987
.
--f~T.T-T'~Y-~+TfCw--...~;.+~~-V±.+'+•,T.11-/.•7.1 R"PP ,~ ~T^f.7'r~
f.. ~ ~ ~/
.. ~ ~ . ~~'11~1i~~~'~`T~ ~ . ~~a~~c~}'~'
September 4, 2010
St. T.ucie County
2100 Virginia Avenue
Ft. Pierce, FI. 34982-Sb52
;863 683 6232 # 2/ 2
IASO Fairbanks Shat
[.akelsnd, NI.33RO3
Te1:863•b03-7979
P,-x; A63•G03.7987
~ ~ .~. .
,Reference: "Sole Source t)istributot•"
r• .i
(' 1' 1 .~ 1
I ' ~`~, '.
' `~ ~~ ,,'~'•: ' 'This;:ltt~~ W conftim that M~•nzi USA Saks, lne, ie the "Sole Source" diatributur fur
~~~:•_:
x;:;~;.~e , '~.: r . u1::~'>~4~i'1~~c~ Excavators, parts and s~xviee and in the Uititcd States. Thu~cc arc tto other
. ` <'.:
'~ '., ~ ~ : d~elasii,~ps m riorida.
,,. •';~ • • ~' •.'~ ~ ~~; :'~S2iouid you have any questions phase call t -800-247-371;9.
S4ncerely,
.:
'aul (i.
Prebide
~,.n!'; ti !~: t is i.:?'•;Y.4 ~ f~~~i..: 311' i:f~`:~,(•:;~.; v
~~: if„!.Y a.Yi ,; : ~,.~}' Y;"~C'L •,q/te r;`' r:
14.1..: r a. ... ,'V~r .. ."/ir ..~......'i... . .'t: ~.~rl `':.:.; ~~ ..
4
JUSTiFlCATION FOR
SOLE SOURCE PROCUREiNENT
Based upon the Purchasing Manual, the proposed procurement described below is being procured
pursuant to the guidelines on Sale Source Procurement. A good faith review of available sources- has
been made and there is only one source for the required supply, services or construction item.
NVe propose to procure the following:
lacenient or upgrade parts as needed for our existing systems.
As sole source procurement from (Name of Company): Econolite Control Products, Inc.
Contact Name; Chris Carline Phone: 904-448-5619
The basis for this sole source determination and the reason no other vendor is suitable is:
Econolite is the sole provider and manufacturer of any and all "Econolite" products in the State of
Florida. The Saint Lucie County signal system is functioning on all Econolite products. In order to
upgrade or replace any of this equipment it must be Econolite.
DepartmendDivision Pu~L.tC 1~~~~'Iz~.I~ ~ ~tt~~
Requested By Print N e)
Authorized Signature
9~~~d
Date
Note: 1. Enter description of goods or services to be procured.
2. Enter name of sole source contracting.
3. Enter the determination and basis for sole source procurement.
4. Attach sole source letter from vendor and department.
5. Attach proposal from vendor with pricing.
Approved r'
Manag ent ~ Budget Director
~~
County Administrator
G:t=0RMS11SOLE SOURCE111NT
Disapproved r
~~/~/ o
Date
~~iS`..,~ia
Date
5
=~E~®NOLMTE
.~.,.. .....,M ..._.,...».... .. _............. ., ...,,~.. , t'~~il ~l',aiv~~'Vt~:,~i~,N~'~f!;n t;rp't1~1 (.;:1iliFia.111~;~
._
To: St Lucie County Purchasing
Gene Snedeker
From: Chris Carline
Econolite Control Products, Inc.
Date: 09/09/10
Re: Sole Source
To whom it may concern,
This letter is to verify that Econolite Control Products, Inc. Located at PD Box 550897
Jacksonville, Florida 32255 is the sole provider and manufacturer of any and all, "Econalite"
products In the state of Florida. This would include cabinets (T51 and TS2), Controllers,
Suitcase Testers, ARIES'" and icons ""software, Autoscope '"'video detection, Econolite
Signals, BIU`s, load Switches, Power Supplies and any other products with the
Econolite'"' name. This also includes any products or licensing that would be associated with
Econolite proprietary products. Example: ARIES'"' software upgrades can only be purchased
through Econolite as the software is registered, trademarked and distributed only by Econolite.
Econolite is the manufacturer and sole distributor of Autoscope'" products in the United
States. If you have any questions concerning this matter, please feel free to contact me at
(904) 448-5619.
We appreciate the opportunity far your business!
VALID UNTIL FURTHER NOTICE
Thank You,
Chris Carline
Econolite Control Products, Inc.
South East District Manager
P.O. Box 550897 ~ Jacksonville, FL 32255
.Cell: (904) 318-7153 PH: {904) 448-5619 • FAX: (904) 212-1320 • v,,ww.econoiite.com
• ccarf ine@econolite.com
6
JUSTIFICATION FOR
SOLE- SOURCE PROCUREMENT
Based upon the Purchasing Manual, the proposed procurement described below is being procured
pursuant to the guidelines on Sole Source Procurement. A good faith review of available sources has
been made and there is only one source for the required supply, services or construction item.
We propose to procure the following::
Replacement parts andlor repairs as needed on our John Deere "heavy" equipment to keep them in
good working order.
As sole source procurement from (Name of Company): Nortrax Equipment Co.
Contact Name: Kevin. Enke Phone: 813-967-0436
The basis for this sole source determination and the reason no other vendor is suitable is:
Nortrax Equipment Co. is the sole provider of John Deere "heavy" equipment parts and service in South
Florida.
DepartmenUDivision ~i~BI.~G t~~-,5 ~~PL~ ~ Utz-IL~C~~
Requested By Print Na e)
Authorized Signature
~1
Date
Note: 1. Enter description of goods or services to be procured.
2. [nter name. of sole source contracting.
3. Enter the determination and basis (or sole source procurement.
4. Attach sole source letter from vendor and department.
5. Attach proposal from vendor with pricing.
Approved (~
~_'~~
Managem nt 8~ Budget Director
~~
County Administrator
Disapproved
('
l3 to
Date
Da e
G:FORMS1lSOLE SOURCE111N7
Sep. 4. 2010 i0:3~AM
~T~~4aC
September 9, 2010
Debbie Scribner
St. Lucie County Road & Bridge
307101eaadcr Ave.
Ft. Pierce, FL 34982
No.09$$ P. 2
Dear Debbie,
The purpose of this letter is to state that Nortrax Equiprr~ent Co. is tlAe John.
Deere Construction and Forestry Equipment Dealer for Central and South Florida.
We are the sole source for Jobu Deere Heavy Equipment Parts and Service in St.
Lucie County.
Sincerely,
eve Colangelo
General 1Vlaaager
NortraY, West Palm Beach
Nortrax Equipment Co. SE i.LC
3933 Marlin Luther King Jr. Blvd„ West Palm Beach, FL 33404
phone (56~) 846-6818 X-201 fax {561y 848.7098
JUSTIFICATION FOR
SOLE SOURCE PROCUREMENT
Based upon the Purchasing Manual, the proposed procurement described below is being procured
pursuant to the guidelines on Sole Source Procurement. A good faith review of available sources has
been made and there is only one source for the required supply, services or construction item.
We propose to procure the following:
aceme.ni parts and/or repairs as needed on our "Gradall" equipment to keep them in gooa
ing order.
As sole source procurement from (Name of Company}: Great Southern Equipment Co.
Contact Name: Ferry Bishop. Phone: 954-327-8808
The basis for this sole source determination and the reason no other vendor is suitable is:
Great Southern Equipment Co. is the sole provider of "Gradall" equipment parts and service in 5outn
Florida.
DepartmentlDivision .~ue~~..~G. {,,s /~OAL7 ~ {~..~-1 DC~
-s-.~ v
Requested By int Na ne)
Authorized Signature
/.~
Date
Note: 1. Enter description of goods or services to be procured.
2. Enter name of sole source contracting.
3. Enter the determination and basis for sole source procurement.
d. Attach sole source letter from vendor and department.
5. Attach proposal from vendor with pricing. __`
Approved r
Manage ent & Budget Director
County Administrator
G:FORMSgSOLE SOURCEt\INT
Disapproved ~
Date
9/~~-1~~
-----~-
Date
4
_ _ _ ;=GS Equlpmeni, Inc
~~ . _ =4501 08ke8 Road•Onvie FI 3331A
.~,c:.... ... ~, _~i'H (954) 327.8808•Fax (954) 327-8646
~, ~_
St. Lucia County
Attention: Debbie Schriber
Re. Oradall Flydrautic Excavator Sole Source
Debbie, as per St. Lucie Counties request the purpose of this letter is to inform you that GS
Equipment is the sotr source (3radall Bxcavator da~ler for sates, pans, and service in your
geographical azEa. The Davie branch of GS Equipment represents t3rad~11 Excavators In the
counties of Monroe, Miami-Dade, Broward, Palm Beach, Martin, SsiAt Lucio, Indian River, and
Okeechobee. We iux the Bole source for parts and labor in the territory mentioned above.
Thank you for inquiring about the Cmdall Excavator product iinc of equipment
If I errs ba of futtlter assistance please do sot hesitate to ca11.
Bast regards
Terry Bishop
l00/l00'd 8088L2£056(XH~) auam~lno3 S9 50=£1 (f1Hl)O102-60-d35
10
JUSTIFICATI~7N FOR
SOLE SOURCE PROCUREMENT
Based upon the Purchasing Manual, the proposed procurement described below is being procured
pursuant to the guidelines on Sole Source Procurement. A good faith review of available sources has
been made and there is only one source for the required supply, services or construction item.
We propose to procure the following:
Icement parts and/or repairs as needed on our John Deere "Itght" equlprnent to keep them in
working order.
As sole source procurement from (Name of Company): Everglades Farm Equipment Co., Inc.
Contact Name; Mark Bergren Phone: 772-461-5568
The basis for this sale source determination and the reason no other vendor is suitable is:
Everglades Farm Equipment Co., Inc. is the sole provider of John Deere "tight" equipment parts and
service in our local area.
Department/Division _~'1~181..\C. ~,5/~~,D ~ '~`j2,~D~~
Requested By Na e)
Authorized Signature
9/~,~U
Data
~, Note: 1, Enter description of goods or services to be procured.
2. Enter name of sole source contracting.
3. Enter the determination and basis for sole source procurement.
4. Attach sole source letter from vendor and department.
5, Attach proposal from vendor wish pricing.
Approved (~
Manage ent & Budget Director
_~~ ~ ~~
County Administrator
G:FORMSI\SOLE SOURCEUINT
Disapproved
~~~~1~~
Date
_~~~~
Date
ll
EV@RGLADES FARM EQUIPMENT CO.
6150 Oiengo Ayenue
Ft. Pierce. FL 34947
Phone: 772-461.5568
Fax: 772-466-0735
September 7, 2010
Saint Lucie County
Attn: Burt Saleeby
2300 Virginia Avenue
Fort Pierce, FL 34982
Burt,
This letter is to reference your request for a sole distributor status with Saint Lucie County for
John Deere Equipment.
Everglades Farm Equipment has the exclusive territory as a franchise of John Deere for Saint
Lucie County. We sell John Deere Lawn and Grounds equipment, John Deere Agricultural
equipment (which includes tractors and large mowers), and light construction equipment which
John Deere calls Worksite products.
We sell parts for all equipment we self and also provide service for this equipment. We are the
closest. multi-contracted John Deere dealer to serve all .of your equipment needs.
We are also the closest dealer for Alamo, Rhino, and Bush Hog. All of which the city has
purchased from us in the past.
We provide parts delivery and infield service calls for the equipment we sell.
If you have any further questions please call me at 772201-7173.
Respe tfi111
~~~~
~~~
Mark B. Berggren
SY1e Manager
11~c~rglades I~ar•»r Egrrij~nren! Cnurpnny
I~or•! fierce, I~l
,JOHN DEERE
-,
JUSTIFICATION FOR.
SOLE SOURCE PROCUREMENT
Based upon the Purchasing Manual, the proposed procurement described below is being procured
pursuant to the guidelines on Sole Source Procurement. A good faith review of available sources has
been made and there is only one source for the required supply, services or construction item.
We propose to procure the following:
and service.
As sole source procurement from (Name of Company): Kefiy'Tractor
Contact Name: Ron Roberts Phone: 462-1631
The basis for this sole source determination and the reason no other vendor is suitable is:
Kelly Tractor is the only authorized dealer in this region for Caterpillar equipment. This sole source will
be used by Solid Waste and Road & Bridge.
Department/DiviSlon SOLID WASTE & ROAD & BRIDGE
Ron Roberts
Requested By (Print Name) •~"
Aut I Signature
Date
Note:. 1. Enter description of goods or services to be procured.
2. Enter name of sole source contracting.
3. Enter the determination and basis for sole source procurement.
4. Attach sole source letter from vendor and department.
5. Attach proposal from vendor with pricing.
Approved r
~~
Manageme & Budget Director
~~
County Administrator
G:FORMSpSOIE SOURCEUINT
Disapproved r;
~~/3~> O
Date
Date
i
i
' .*
Kelly risctor Co. Ssrvlnp the tnda5fry Slrtce 1933 Www.k9llyfrtttor.com
September 9, 20 LO
St Lade Counfyr Board Of Co~awmissiouers
2300 VhgiulaAvr
cost Pierce FL 34982-5652
KeUy'~ox ~ ~ ~~~ ~~~, tkalar i'or Caterpiil>W mac>wlnos, paw, end sezviu for 3t. Lucta
County.
A,s ao A>QIwr(zed CatetpiUAr diabt-tutor, Ke1ty T}xctor mauunrains nn io~ventory of repleeemeat parts rmd a
~"of filCtory-4ainea t~ntefNUS Oo provldo support aid aorvicas w wets of Csterpitlar products.
Although. oa ouasioa„ az2~r porir Repliers eatempt to rspr+esent themselves >m genufno Gtito ~71ar
arrppLters, Please know that gettniGp Catotpiilat pam yre sold exciusivoty t]>a+pugh autho~irrd ~Carctpt~
dealers and distributors,
If you hati"o arty quastion>t or ooncwns, pletae feel fteo to contact me.
SnucercJy,
Gary Conklin '
Servjco Manager
Kelly Titauor Co.
WestPakp BeacL, FL
561-683-1231 ext 130
~r ~ • ~ • r 8AR EI8 R w>a~R ~'
it1t~ O A is B N ~ '~' M4tl8EY ~c+ustau SULL4tti1<.
M/uN O+rrL K~4HinONO1
susrNrat•awn ~trtoigi~•Aoia, slo~r,ch ao~ a~r~ '~70q '" a+~'n nvaeo~a orr„sitcMaa~b~
,~.t: ~«~ia:{~,~ owr.. It ~'' .,{ ~ ~~; sJto sneer • sear a ~~~ v, ~.
. {30y ~'~a SA ' 7 r. 4. C -' ~xrp {,sR 1' ~~ PI R s. ~l N~ 1J~ E ODIOIUd DrM
. ~rNtt~ir~~ ~p•~• ~ ' t f~. Il. a' ~sso. o ~ r~ ..
.~
~~~~~'
GOUNTy;; :;:'~>
JUSTIFICATION FOR
SOLE SOURCE PROCUREMENT
Based upon the Purchasing Manual, the proposed procurement described below is being procured
pursuant to the guidelines on Sole Source Procurement. A.good faith review of available sources has
been made and.there is only one source for the. required supply, services or construction item.
We propose to procure the following:
irts and service.
As sole source procurement from (Name of Company): Flagier Equipment
Contact Name: Ron Roberts ' Phone: .462-1631
The basis for this sole source determination and the reason no other vendor is suitable is:
Flagler Equipment is the only authorized dealer in this region for Volvo and Samsung equipment. This
sole .source will be used by Solid Waste and Road & Bridge.
DepartmenflDivislon SOLID WASTE & ROAD & BRIDGE
Ron Roberts
Requested. By {Print N e)
A orized Signature Date
Note: 1. Enter description of goods or services to he procured.
2. Enter name of sole source contracting.
3. Enter the determtnation and basis for sole source procurement.
A. Attach sole source letter from vendor and department.
5. Attach proposal from vendor with pricing.
Approved
Managem t & Budget Director
~--.
County Administrator
~-, Disapproved ~
~~'~~l D
Date
ql~S ~/~
Date
G:FORMSIISOLE SOURC[1UNT
45830318 07;48:21 a.m. 09-)0-2010 1/)
CDNSTRUCTIt)N EgtJll'IdENT
September 09, 2010
St. Lucie County Board of Co)cnty Commissioners
Attn: Jim Murphy
2300 Virginia Ave.
Ft. Pierce, FL 34982
ItE: Volvo Construction )Equipment
To Whom It May Co)~cern:
4700 M.ilienia Bivd.
Suite 500
Orlando, FL 32839.6019
Tel (407) 659-8700 fax (407) 659.8720
Please be advised the Ftagter Construction Equipment, LLC is the authorized Volvo Construction
)equipment distributor for the State of Florida. As lice authorized distributor Flagter CE is the sole
source supplier of genuine Volvo parts for construction and paving equipment including wheel
loaders, excavators, graders, pavers, rollers acrd articulated trucks. Parts are sold !o St. Lucie
County Solid Waste. FOII our branch in Davie, Florida. Moat parts orders are filled from our
stock. Delivery of coon-stock, non-emergency parts is nocrnally made within 72 hours. Emergency
pares nom3ally can be delivered overniglri for an overnight delivery charge of five (5%} percent of
the purchase price of the part.
Also, Ftagler CE is tl)e sole source for trained end certiSed Volvo Construction Equipment
technicians. Our current regular time tabor rate is $ 90.00 per hour; travel tune is $ 90.00 per hour;
mileage charge $ 2,75 per mile. The overtime charge is S 135.00 pea hour.
For additional informatiar on Ftagler CE and Volvo CE, please visit our website at
. ~ or give me a cell at the above telephone number.
Sincerely,
-- ~-:
Howard L. McNeal
. •Vice~PrdsideittlGustocrter fit ~ pet
cc: M. Deuyour-Davie 13ranch
JUSTtF1CAT10N FOR
SOLE SOURCE PROCURENtENT
Based upon the Purchasing Manual, the proposed procurement described below is being procured
pursuant to the guidelines on Sole Source Procurement. A good faith review of available sources has
been made and there is only one source for the required supply, services or construction item.
We propose to procure the following:
its and service.
As sole source procurement from (Name of Company): Trekker Tractor, LLC
I
Contact Name: Ron Roberts ~; Phone: 462-1.631,
The basis for this sole source determination and the reason no other vendor is suitable is: I
i
Trekker Tractor is the only authorized dealer in this region for Case equipment. This sole source will be
used by Solid Waste and Rvad & Bridge.
i
DepartmentlDlViSiOn SOLID WASTE & ROAD & BRIDGE '
Ron Roberts i
Requested t3y {Print Name)
i
Authorized Signature Date i
Note: 1. Enter description of goods or services to be procured.
2, Enter name of sole source contracting.
3. Enter the determination and basis for sole source procurement,
4. Attach sole source letter from vendor and department.
5. Attach proposal from vendor with pricing.
Approved
Manageme & Budget Director
County Administrator
G:FORMSIISOLE 50URCEHINT
Disapproved
~ / ~ /~
Date
~/ ~,~
Date
GROUP.
HeJdi Hansen
Market Network Manager
September 9, 2010
St. Lucie County 8OGG
Attention: Finance Department
2300 Virginia Avenue
Fort Pierce, FL 34982
To Whom !t May Concern,
~~~>
~0~~
This is to inform you that Trekker Tracfor, LLC is the sole source of Case construction
equipment and is the only authorized dealer for OEM parts and service on Case
construction equipment in the Foci Pierce. Florida market.
r
Sincerely,
~~ ~¢~~~
Heidi Hansen
Cass Congluollon Equlpmanl Inc.
821 Slata SUeet Radne, W15J404, U.SA.
Plpne (282} 07&8021 Faz (282) 618-0878
Iwldl.hancen~GM.COm
wv+w.auce.cam
1R
MANUFACTURER'S
CERTIFICATION
PURSUIT, ADMINIBTRATY'V'E NON PUItBUIT, UTII,[TX VL~IICLES,
'I`RUCKB dt VANB, do OTHKR Y+'LEET RaUIPMENT
BID NO. 09.17-0808
'this fs to certify that Trekker ZraCtox, LLC
Vendor/Respondent Name)
fs authorized to represent CIJH America, LLC - Case Construction
(Manufacturer's Name)
In the State of Florida.
DY=
Manufacturer: CM}i America LLC -Case Construction
Addre&s: ti21 State Street
Ctty, State, Zip: Racine i WI 53402 ____
O[Ilee Phone: 262-636-6021
Mob11e Phone:
R.m~; heidi . hansen®cnh. com
Sf~nature:
TtUe: Network Market Manager ___~_ _....,_
M.fEABS 11i01'Es This certification form must be executed by an authorized employee of the
manufacturer ONL.X. Deaierw/Reptrsentativea are not authorized to execute thfa certiflcntion
form on behalf of the manufacturer, 1`!to manufacturer must execute this ccrtificatton form
even If they arc offering their own products. Failure to submit this certification form with your
response as required Shall result in the dlaquaLfication of the response.
BID 08-17-0808 553
~~~.
19
September 9, 2010
Mr. Ron Roberts
St. Lucie County Solid Waste
6120 Glades Cut off Road
tort pierce, FL 34981
Ucar Ron:
This letter is to conf rm that Lubo USA, LLC. is the cxclusivc North American distributor and
representative for sales, service and parts for Lubo Screening & Recycling Systems.
Sincerely,
Erik H. Eenkcma van Dijk
Executive Vice president
Exclusive US
and Coaadian
dislribubr of
LU80 and Tiiech
rerycling
equipment
Main Office:
Lubo USA, LLC • 78 Halloween Blvd., Stamford, CT 06902 • Tel: {203)967-1140 • Fax: (203) 9b7-1199
info®lubousa,com • vvwwlubousa.com
Stamford, CT • Chicago, [L • Torrance, CA • Houston, TX • Toronro, Onrorio
20
JUSTIFICATION FOR
SOLE SOURCE PROCUREMENT
Based upon the Purchasing Manual, the proposed procurement described. below is being procured
pursuant #o the guidelines on Sole Source Procurement. A good faith review of available sources has
been made and there is only one source for the required supply, services or construction item.
We propose to procure the following:
rts and service.
As sole source procurement from (Name of Company): LUBO, USA
Contact Name: Ron Roberts ~ Phone: 462-1631
The basis for this sole source determination and the reason no other vendor is suitable is:
LOBO, USA is the only authorized dealer far the construction and demolition recycling equipment.
DepartmentlDivision sot.,iA WASTE
Ran Roberts
Requested By rin ame)
Aut on d Signature
Date
Note: 1. Enter descr(ption of goods or services to be procured.
2. Enter name of sole source contracting.
3. Enter tfie determination and basis for sole source procurement.
4. Attach sole source letter from vendor and department.
5. Attach proposal from vendor with pricing. -
Approved (,
Manage ent & Budget Director
County Administrator
G:FORMSIISOLE SOURCEI\INT
Disapproved ~
~~
Oate
~/ ~ ~/~
Date
21
51~RRA INTERNATIONAL MACHINERY l~lC
BAL[I~ i LOGGERS 1620 LAST DRUNUAGE IANE {9330'1)
~'ORiABLf: OR STATIONARY P.0 RQX t3~0 DkKENSFIEIO
SHLAR i UALEI~ 1 LOGG[RS CALlFORNiA • '33367
FMCPRFSSE SAI.ERS 8 tvIRF`s 6f1-377-70%3 • fAX fifit-32'l~fl759
SERVICE ~k NARTS USA 800-343•ti50:i
Seplcmlxr 9, 20l U
tit. Lucie County SWA
230(1 Virginia Avc Amiex
Fori Piecce, C"I, 34982
Attn: Mr, f8mC5 A. Murphy
Reference: Sierra Internatia~ul Machinery LI,C-Soie Source
llear Mr. Mlurphy,
"Phis correspondence is to confirm that Sierra Jn(eruationat Machinery LI,C is ihc:
aulhoriud supplier in North America for Macpresse Isumpa baling machines, pacts supply and
service. Sieri~ provides ell services necessary for operators to purchase, operate, maintain and
service Macpresse baling end conveying equipment.
Airy yucstions regarding sales, parts or service may be directed to the undersigned or to
Sierra's Mncpressc sales offic:c; at (817) 337-7I 1 },
Sincerely,
~,> ~ `'
~~~ vu~u f _.~ .............,
..__ - __ ~
Steve Simmons
C;cneral Service Manager
(80U) 325-9124 >rxt 204
..........,,.,-. .................._....,.._.,.,..,..,___..,.,~...._...,.., ww~+.slerraiiStlz+a,m , .,...__._._ ,. ,.,..,........._..._......,........,...._............
~q~ ~ „+ ~
~~ ,' Y'Y h ~`~ U.
S T~~r ~ C
r
>;.
22
JUSTIFICATION FOR
SOLE SOURCE PROCUREMENT
Based upon the Purchasing Manual, the proposed procurement described below is being procured
pursuani to the guidelines on' Sole Source Procurement. A good faith review of available sources has
been made and there is only one source for the required supply, services or construction item.
We propose to procure the following:
parts and service.
As sole source procurement from (Name of Compahy}: Sierra International Machinery
Contact Name: Ron Roberts Phone: 462-1631
The basis for this sole source determination and the reason no other vendor is suitable is:
Sierra International Machinery is the only authorized dealer for the baling conveyors and equipment.
DepartmentlDivision SOLID WASTE
Ron Roberts
Requested By {Prins Name)
~~... --
Auth zed Signature
Date
Note: 1. Enter description of goods or services to be procured.
2, Enter name of sole source contracting.
3. Enter the determination and basis for sole source procurement.
4. Attach sole source letter from vendor and department.
b. Attach proposal from vendor with pricing.
Approved ~
Managern nt & Budget Director
---"'-Y
County Administrator
G:FORMSt1501E SOURCEl11NT
Disapproved ~
/~ Date
~/ i~-~id
Date
23
MANUF'ACTURER'S
CERTIFICATION
PURSUIT. ADMINI$TRATYV$ NON-PURSUIT. U'.t'ILITY VIrHICLG9,
TRUCKS & VANE. do OTHER Y+'LEET B~UII'MENT
HID NO. 09.17-0808
Thfa is to certify that Trekker Zraetox, LLC
(Vendor/Respondent Name)
to authorized to represent CNH America LT,C -Cafe Construction
(Manufaeturcr's Name)
fn the State of Florida.
RY~
Manufacturer: CI3H America LLC -Case Construction
Address: 621 State Street
Cliy, State, Zip: _ Racine, WI 53402 _____
OtJ1ee Phone: 262-636,6021 Moblte Phone:
E-matt: _ heidi . hensen~cnh. com
Signature:
'fftie; Network Market Manaq~r ____ W
M-EABB 1iT07'Es This eetliftcatlon form must be executed by an authorized employee of the
manufaeturer ONLY. Dealers/Reprcaentatlvea am not suthor)zed to execute thts ccrtitfcation
forut on behalf of the manufacturer. 1'Ito manufacturer must execute this certiftcadon form
tven tf they arc otfertng their own products. Failure to submit this cerWicatlon form with your
response as rcqutred shall result >n the dlaquatttlcatfon of the rcepozse.
BID 09-17-4908 ,t 553
24
JUSTIFICATION FOR
SOLE SOURCE PROCUREMENT
.Based upon the Purchasing Manual, the proposed procurement described below is being procured
pursuant to the guidelines on Sole Source Procurement. A good faith review of available sources has
been made and there is only one source for the required supply, services or construction item.
We propose to procure the following:
its and service.
As sole source procurement from (Name of Compahy): Sierra International Machinery T
Contact Name: Ron Roberts Phone: 462-1631 .
The basis for this sole source determination and the reason no other vendor is suitable is:
International Machinery is the only authorized dealer for the baling conveyors and equipment.
Department/Division SOLID WASTE
Ron Roberts
Requested By (Print Name) -''~
Au~ized Signature Date
Note: 1. Enter description of goods or services to be procured. V
2. Enter name of sole source contracting.
3. Enter the determination and basis for sole source procurement.
4. Attach sole source letter from vendor and department.
5. Aitach proposal from vendor with pricing.
Approved {~
Managem nt & Budget Director
~~
County Administrator
G:FORMS1150LE SOURCEI~INT
Disapproved ~
~~ ~ ~ ~/~
Date
~r,~-~,~
Date
25
ITEM NO. VI-D1
DATE: 9128110
AGENDA REQUEST REGULAR ( )
PUBLIC HEARING ( )
LEG. ( )
QUASI-JD ( )
CONSENT
(X)
TO: BOARD OF COUNTY COMMISSIONERS PRESENTED BY:
Ron Roberts
SUBMITTED BY: Solid Waste Assistant Solid aste Director
SUBJECT: CDM Work Authorization No. 2 for Permit Compliance in Years 2010-2015
BACKGROUND: See attached memorandum.
FUNDS AVAILABLE: 401-3410-531000-300 Professional Services
Fiscal Year 2010-11
PREVIOUS ACTION: April 11, 2010 -Board approved master contract with CDM for engineering
services
January 1, 2004 -Board approved 2005-2010 agreement for annual permit
compliance for $251,550
RECOMMENDATION: Board approval of Camp Dresser 8 McKee (CDM) Work Authorization No. 2 for
engineering services to assist Solid Waste with permit compliance for years 2010
through 2015. Scope of services includes annual water quality monitoring,
analysis, annual aerial survey, financial responsibility update, biennial water quality
report, Title V reporting, and continuing consulting services for a total annual cost
of $244,220.
COMMISSION ACTION:
CONCURRENCE:
(~ APPROVED ( ) DENIED
( ) OTHER ~ '--~ ~
~~ Faye W. Outlaw, MPA
Approved 5-0 County Administrator
CoordinationlSignatures
County Attorney (X) ~~ OMB Director (X) ~ /;~
~, Budget Analyst ~.;1--
D rna el S. McIntyre Marie Go , i
TawonnaJohnson
Purchasing (X) I`" 1.~ Public Works (X) ' ~ .
Director
Melissa Simberlund n West
Solid Waste
MEMORANDUM
TO: Board of County Commissioners
FROM: Ron Roberts, Assistant Solid Waste Director
DATE: September 28, 2010
SUBJECT: CDM Work Authorization No. 2 for Permit Compliance for Years 2010-2015
ITEM NO. VI-D1
Backs round:
In April of 2010, the Board approved a 5-year master agreement with CDM for consulting and
professional engineering services. to order to remain compliant with several operating permits, certain
actions and conditions must be met. These include, but are not limited to, the following:
• Annual aerial survey
• Financial assurance
• Water quality monitoring and analysis
• Biennial water quality report
The term of this Work Authorization is October 1, 2010 -September 20, 2015.
Recommendation:
Board approval of CDM Work Authorization No. 2 for engineering services to assist Solid Waste with
permit compliance for years 2010 through 2015. Scope of services includes annual water quality
monitoring, analysis, annual aerial survey, financial responsibility update, biennial water quality report,
Title V reporting, and continuing consulting services for a total annual cost of $244,220.
RR:dls
Attachment A -CDM Work Authorization No. 2
~~ , ,
,
Attachment A
WORK AUTHORIZATION NO. 2
CONTRACT C10-02-066
FOR CONTINUING CONSULTING/PROFESSIONAL ENGINEERING SERVICES
THIS WORK AUTHORIZATION is made as of the day of ,
2010, by and between the ST. LUCIE COUNTY, a political subdivision of the State
of Florida, hereinafter referred to as the "County" and CAMP, DRESSER & MCKEE,
INC., hereinafter referred to as the "Engineer".
WITNESSETH:
WHEREAS, on February 9, 2010, the COUNTY entered into a Consulting
Agreement (Contract No. C10-02-066) hereinafter refer-ed to as "Contract" with the
ENGINEER to provide continuing professional consulting engineering services; and,
WHEREAS, pursuant to the Contract, the ENGINEER is to provide the
professional services as outlined in this individual work authorization; and,
NOW, THEREFORE, in consideration of their mutual promises made herein,
and for other good and valuable consideration, receipt of which is hereby
acknowledged by each party, the parties who are legally bound, hereby agree as
follows:
1. PROJECT'
The COUNTY has determined that it would like to complete a project
described below:
BAILING AND RECYCLING FACILITY
YEAR ONE THROUGH FNE ANNUAL PERMIT COMPLIANCE
(hereinafter referred to as "the Project".)
Page 1 of 3
2. SERVICES:
The COUNTY has determined that it would like to utilize the services of the
ENGINEER in the completion of the Project, to provide professional engineering
services for the Project under the pricing, terms and conditions of the continuing
Contract (C10-02-066). The services to be provided by ENGINEER on the Project
shall be for those services as outlined in the Scope of Services and Schedule
attached hereto as ATTACHMENT "A"; and as outlined in the Budget described in
ATTACHMENT "B", which are attached hereto and made a part of this work
authorization and incorporated herein.
3. COMPENSATION:
The cost to perform all services as described in the attached Scope Of
Services shall not exceed the total amount of One million one hundred thirty-two
thousand one hundred fifty and 00/100 ($1,132,150.00) Dollars as further detailed in
ATTACHMENT "B-2".
4. CONTRACT DOCUMENT:
Except as amended herein, all of the original terms and conditions in the
Continuing Contract shall remain in full force and effect.
5. TIME OF COMPLETION:
a. It is hereby understood and mutually agreed by and between parties
hereto that the time of completion is an essential condition of this Contract, time
being of the essence.
b. ENGINEER shall commence work upon receipt of written Notice to
Proceed, and shall complete all work as further described in ATTACHMENT "A".
c. The period herein above specified for project completion may be
extended by such time as shall be approved by the County Administrator or his
designee, or the Contract may be cancelled by the County Administrator with the
County invoking all rights and remedies thereof.
d. Where any deductions from or forfeitures of payment in connection with
the work of this Contract are duly and properly imposed against the ENGINEER, in
accordance with the terms of the Contract, State Laws, governing ordinances or
regulations, the total amount thereof may be withheld from any monies due or to
become due the ENGINEER under the Contract; and when deducted, shall be
deemed and taken as payment in such amount.
IN WITNESS WHEREOF, the parties hereto have executed this Work
Authorization in multiple copies, each of which shall be considered an original on
the following dates.
Page 2 of 3
ATTEST:
CLERK
BOARD OF COUNTY COMMISSIONERS
ST. LUCIE COUNTY, FLORIDA
BY:
CHAIRMAN
APPROVED AS TO FORM AND
CORRECTNESS:
COUNTY ATTORNEY
WITNESSES: CAMP, DRESSER 8~ McKEE, INC.
BY:
Print Name:
Title:
Page 3 of 3
~•~
1701 Highway A-1 •A, Suite 301
Vero Beach, Florida 32963
tel: 772 231-4301
(ax: 712 231-4332
September 10, 2010
Mr. Ron Roberts
Solid Waste Manager
St. Lucie County
6120 Glades Cutoff Road
Fort Pierce, Florida 34982
Subject: St. Lucie County Baling and Recycling Facility
Year Chle Through Five Annual Permit Compliance
Dear Mr. Roberts:
Camp Dresser & McKee Inc. (CDM) is pleased to submit this proposal for professional
engineering services to assist St. Lucie County (SLC) with permit compliance for years 2011
through 2015. The scope of services in this proposal is on a fiscal year basis (October 1
through September 30) and includes the following:
^ Part A: Annual Water Quality Monitoring, Analysis, and Reporting for both the Glades
Road Landfill and Fairwinds Golf Course
^ Part B: Annual Aerial Survey and Financial Responsibility Update
^ Part C: Biennial Water Quality Report for the Baling and Recycling Facility
^ Part D: Title V Reporting
^ Part E: Continuing Consulting Services
SLC will issue individual purchase orders each year as shown in Attachment B-2.
CDM appreciates this opporhinity to continue to help SLC with its solid waste management
program. If you have any questions, please don't hesitate to contact us.
Sincerely, Approved by:
`-'~ l/ ,
`/
Kevin N. Vann, P.E. Eric J. rotke, P.E., BCEE
Project Manager Principal
Camp Dresser & McKee Inc. Camp Dresser & McKee Inc.
File: 0000-EJGMK-MG.SLC
p2sae.aoc
consulting ~ engineering • construction • operations
ATTACHMENT A
ST. LUCIE COUNTY
SOLID WASTE DIVISION
SCOPE OF SERVICES
The scope of services for this project consists of five parts as follows:
Part A Annual Water Quality Monitoring, Analysis, and Reporting for both the Baling and
Recycling Facility and Fairwinds Golf Course Landfill
Part B: Annual Landfill Aerial Survey, Capacity Calculations, and Financial Responsibility
Update
Part C: Biennial Water Quality Report for the Baling and Recycling Facility
Part D: Title V Reporting
Part E: Contintung Consulting Services
PART A: ANNUAL WATER QUALITY MONITORING, ANALYSIS AND
REPORTING
To comply with Chapter 62-701.510(9) of the Florida Administrative Code (F.A.C) and specific
conditions set forth in the Florida Department of Environmental Protection (FDEP) permits, the
Solid Waste Division of St. Lucie County (SLC) will submit water quality reports to FDEP.
Camp Dresser & McKee Inc. (CDM) has developed the proposed Scope of Services to assist the
Solid Waste Division in preparing these reports.
TASK 1.0 BALING AND RECYCLING FACILITY MONITORING AND REPORTING
The SLC Baling and Recycling Facility is subject to the monitoring and reporting requirements
under FDEP Operations Permit (Permit No. 0126814-012-SC). The following requurements are
identified in this permit:
A. Groundwater Monitoring and Reporting -all groundwater monitoring wells must be
sampled on asemi-annual basis during the months of January and July as specified in
Specific Condition No. 9. Analytical results and summary reports for groundwater must be
submitted to FDEP semi-annually and no later than 60 days from completion of laboratory
analyses, as required by Chapter 62-701.510(9}(a), F.A.C. The following information must be
recorded and submitted as part of the semi-annual reports:
a. Sampling and analytical methods;
b. Method detection limits;
c. Applicable water quality standards;
d. Storet code numbers;
A-1 pzs+e an aaoc.
e. Top of Casing (TOC) elevations;
f. Water level measurements and groundwater elevations (measured within 1/100th of a
foot) prior to sampling;
g. Identification and type (background or compliance) of all sampling points;
h. Facility name and identification number, sample collection dates, and analysis dates;
i. Quality assurance and control notations;
An updated groundwater contour map with contours no greater than 1-foot intervals;
and,
k. Summary of any water quality standards or criteria exceedances including elevations
above background levels.
B. Leachate Monitoring and Reporting - leachate samples mast be collected from wet wells
annually, as specified in Specific Condition No. 18, and results must be submitted
concurrently with the groundwater monitoring reports,
C, Stormwater Monitoring and Reporting -surface water sampling locations, C96-North and
C96-South must be sampled semi-annually (January, July), as specified in Specific Condition
No. 19, and results must be submitted concturently with the groundwater monitoring
reports.
This Scope of Services includes the preparation of the reports as described above using data
provided by the laboratory contracted by SLC for sample collection and analysis. If an
exceedance of regulatory levels occurs, as identified in the conditions set forth in Permit No.
0126814-012-SC, then additional sampling and analysis will be required and the additional
reporting will be performed but biAed tinder a different task. Any additional work required
will be billed tinder Part E: Consulting Services related to the Solid Waste System as and when
requested by SLC. Collection and analyses of samples are not included.
TASK 2.0 FAIRWINDS GOLF COURSE MONITORING AND REPORTING
The Fairwinds Golf Course (abandoned North Airport Landfill) is subject to monitoring and
reporting regturements under Chapter 62-701.510(9)(a), F.A.C. and FDEP Permit No. 0065429-
SF-003. CDM will prepare the October and April semi-annual reports for this closed landfill.
The technical reports shall contain those items listed above tinder Groundwater Monitoring and
Reporting Requirements.
This Scope of Services includes the preparation of the reports as described above using data
provided by the laboratory contracted by SLC for sample collection and analysis. If an
exceedance of regulatory levels occurs, as identified in the conditions set forth in Permit No.
0065429-SF-003, then additional sampling and analysis will be required and the additional
reporting will be performed but billed tinder a different task. Any additional work regtured
A-2 ~I2948 at Adocx
will be billed under Part E: Consulting Services related to the Solid Waste System as and when
requested by SLC. Collection and analyses of samples are not included.
PART B: BALING AND RECYCLING FACILITY ANNUAL AERIAL SURVEY AND
FINANCIAL RESPONSIBILITY UPDATE
TASK 1A BALING AND RECYCLING FACILITY ANNUAL AERIAL SURVEY
FDEP requires annual estimates of the remaining life and capacity in cubic yards of the landfill
as ftu'ther detailed in Section b2-701.500, F.A.C. To meet this requirement, CDM will have an
aerial topographic survey performed on the active Class I and construction and demolition
(C&D) debris landfills of the Baling and Recycling Facility. CDM will prepare and submit to
FDEP the topographic contour survey and calculated volumes of Class I and C&D debris fill
since the previous survey. CDM will review the volumetric modeling and provide an estimated
waste density based on the results of the survey and volumetric modeling.
(November)
TASK 2.0 ESTIMATE ESCROW DEPOSIT REQUIREMENTS
CDM will prepare documentation that demonstrates proof of financial assurance for the cost of
closing and providing long-term care for the Class I landfill, the C&D debris landfill, and the
C&D debris processing facility. This documentation will be submitted for review by SLC. Two
copies of the final document will be provided to SLC. CDM will meet with SLC to discuss issues
and to provide needed coordination. CDM will also respond to FDEP correspondence regarding
financial assurance.
CDM will estimate the annual escrow deposit requirements separately for closure and long-
term care based on the FDEP approved closure and long-term care cost estimates.
(August)
TASK 3.0 PREPARE LETTER REPORT
CDM will present the results of the preceding tasks in a letter report setting forth all
asstunptions, calculations, and findings.
(October}
PART C: BIENNIAL WATER QUALITY REPORT FOR THE BALING AND
BICYCLING FACILITY
CDM will prepare and submit a technical report in accordance with Specific Condition 13 and
Chapter 62-701.510(9)(a), F.A.C. for the Baling and Recycling Facility based on laboratory data
received from SLC. The report is required every 2.5 years during the active life of the facility.
The report will include:
A-3 pssa8 Ni Adxx
1. Tabular displays of any data which shows that a monitoring parameter has been
detected, and graphical displays of any leachate key indicator parameters detected (such
as pH, specific conductance, Total Dissolved Solids (TDS), TOC, sulfate, chloride,
sodium and iron), including hydrograph for all monitor wells;
2. Trend analyses of any monitoring parameters consistently detected;
3. Comparisons among shallow, middle, and deep zone wells;
4. Comparisons between background water quality and the water quality in detection and
compliance wells;
5. Correlations between related parameters such as total dissolved solids and specific
conductance;
b. Discussion of erratic and/or poorly correlated data;
7. An interpretation of the grottnd water contour maps, including an evaluation of grotutd
water flow rates; and
8. An evaluation of the adequacy of the water quality monitoring frequency and sampling
locations based upon site conditions.
Note that this task only occurs in years one and four of the proposal.
(Fiscal Years 2011 and 2014)
PART D: TITLE V REPORTING
Title V Air Operation Permit No. 1110081-OOb-AV contains monitoring and reporting
requirements related to the landfill gas collection and control system at the SLC Baling and
Recycling Facility.
CDM will assist SLC, as described below, in fulfilling all air permit requirements and conditions
within the required regulatory timeframes.
TASK 1.0 STATEMENT OF COMPLIANCE
CDM will prepare and submit the annual statement of compliance for Baling and Recycling
Facility. This doctunent must be submitted to FDEP within 60 days after the end of the calendar
year, as required by Chapter b2-213.440 (3)(a)(2), F.A.C.
(March 1)
A-4 ~ze4e ai adocz
TASK 2.0 ELECTRONIC ANNUAL OPERATING REPORT
CDM will prepare and submit the Electronic Annual Operating Report for Baling and Recycling
Facility. This report must be submitted to FDEP or before April lg~ of each calendar year using
the EAOR system for air pollutant emitting facility, as required by Chapter 62-210.370(3), F.A.C.
(April lgt)
TASK 3.0 SEMI-ANNUAL OPERATING REPORTS
CDM will prepare and submit the semi-annual operating reports for Baling and Recycling
Facility as required by the New Source Performance Standards (NSPS), 40 CFR 60 Subpart
WWW. This report must be submitted to FDEP on asemi-annual basis (during the months of
March and September) and must include all information listed in 40 CFR 60.757(f) (1) through
(fl (6)•
(March 1 and September 1)
TASK 4.0 ANNUAL EMISSIONS FEE
CDM will submit the annual emissions fee to FDEP between January 15 and March 1 of each
year using completed FDEP Form 62-213.900 (1). SLC is responsible for providing CDM with
the required fee.
(March 1)
PART E: CONTINUING CONSULTING SERVICES RELATED TO THE SOLID
WASTE SYSTEM AS AND WHEN REQUESTED BY THE COUNTY
The purpose of this task is for continuing as needed services. The budget of this part of the
work is $100,000. Listed below are some examples of the issues and assignments performed by
CDM under the previous authorization and that may be required to be performed during years
1 through 5:
^ National Pollutant Discharge Elimination System (NPDES) permits
^ Notice of Termination and Representation associated with US Environmental Protection
Agency (EPA) issues
^ Coordinating the water quality monitoring program with laboratory services
^ Response to FDEP routine requirements
^ Leachate management issues
^ Additional leachate sampling and analysis
^ Additional surface water sampling
^ Video inspection of gas system risers
^ Startup, Shutdown and Malfunction Plan revisions
^ Flare compliance testing
^ Review of Okeechobee Landfill permit compliance issues
^ Emergency Leachate Surface Water Discharge Permit
A-5 ~izeaa a~ aaa:
^ Hurricane Damage Assessment
^ Additional sampling, analysis and evaluation of additional wells (including the NE corner
assessment wells, C&D facility and Cell IIIA) and re-sampled to assess and analyze
grotutdwater contamination
^ Miscellaneous permitting and permit compliance activities
SCHEDULE
PART A
Work will be completed within 6(} days following any sampling event.
PARTS B AND C
Work will be completed 10 days prior to its due date to FDEP to allow SLC review and
comment.
Final submittals will incorporate SLC comments and meet required schedule deadlines.
PART D
Statement of Compliance
Electronic Annual Operating Report
Semi-annual Operating Report
Annual Emissions Fee
March 1
Apri11
March 1 /September 1
Between January 15 and March 1
PART E
As needed.
A-6 p2848 An Ad«x
~W
O
U
wQ
l.7
w
4
~..7
Q
v~
Q
W
V
a
O
V
w
Q~
a
O
~QQ
A~
w
~ S ~ ~ A N N 000 ~ O N N
'- O a0
r
01
s
'O Q ~ 0 N CO N Cp ~ N ~ ~ ~ N N QNi
a
r
O'
7
~
N
n
O
O
O
O
N
O
O
O
O
O
~
N
C
yO
N
~
N
000
0
0
0
0
~
~
~
COO
N
r
N
d
O
a
'~ ~ ° ~i
r v o o v ^ 0 0 0 0 0 ~
~
.S
a
c
o
C~
'~'
~
N
^
N
O
N
c0
~j
~t
N
7
N
N
N
a
~ ~'
a~
C o
N
O v
N w
r w
r
0 N
~ v
N
N
~ co
''
N ~
N ~
r
~
'C
a
f0 N CO N ~f N CO •7 r r N r 1l') N
~ d
~
~
~
O ~
d N
Q
~ ~ C
H
C
~
C_
~
~
C
O
~ C f0
'~
~ C
j
~
¢
o
c _
~
F ~ ~ em u. a~ o %
~
c at
g
d
d v
~ U
o
p c
t d
~i
~
• N « d 7
O O
~ ~ ~ ~ c a o ~ c m ~ '~
y v
N (
W
~
O
d ~
«
~ ~o
fn
V ~ ~
W
~ ~ •~ 3 ¢ a o ~
~ ~
~
D
L
7 C
W
J
'C
~
~
W
fn 44
¢
C
O I
O H Q
0 0 0 W "' 0 0 0 0 ~••
r N C ~ r N C
7 Q ~ ~ ~ lV M <
~ m ~ .1V
[~ ,f
~C .
[~
(~/ ~ V 0 fY~J
es Y
~ Y
~ Y
~ m
~ !6
1- F- y ~ W
H W
F- l0
F- N ~ r F
- N
a a a N
a
I~
~+
V
a
O
~Q
G-~
U
w
U
W
E"'~
Q
Q
V
U
~-t
Q
9W
H
a
a
Q
8 S ° Q S ~
ao f0 r O tf)
~ U7 ~ (h
ad Cll O rr
y N s fH fA fA
}
O S u°~ ~ O ((O~
00 (O (O r O N
C M
~ I~
~ 01
H ~
~ O
~ ~
~ ~
C
7
~ o
Q GO tp O ~A
~
P ~ M ~
fA M
fH N
EA p
O ~
N
~ m 0
Y r~ ~
h
eo
t
a ~ ~ ~ ~ ~ ~
N N ~
~ ~
fH N
V p
S ~
~N i 69 ~
7' •...
O
O
op
c0 O
f~
.
-
O O
N
N
4~4
~
~ NN
f!9 p
O ~
{
N
~ N
} y
O
F
E
m
z
~
m
~ d
~
a
a
7 3
'o
d
~
T_
c
~ ~
c
1I1 O
m O
~ Q ~
•~ ~
~
C ~ NNy
p C
LL G U
o ~
~ ~
~
Z
~ c
~
(7 ~ a c c
U
•c N ~
3 a 3 ¢ ~
a
>
> ~
~ > .
`-
a` a` m ~ c°~
Q m C) o ui
~
d r C 'C C
0. 4. d 0.
.1
j~
J
ATTACHMENT C
PART A
BUDGET
PROJECT: ANNUAL WATER QUALITY MONITORING, ANALYSIS AND
REPORTING
PROJECT
DESCRIPTION: As Outlined in the Scope of Services, Attachment A
REFERENCE: Agreement between St. Lucie County Board of Cotutty Commissioners and
Camp Dresser & McKee Inc.
BUDGET: Labor Category Hours
Officer 8
Principal/Associate 24
Senior Professional 72
Professional II 156
Professional I 88
Staff Support 72
Admin Support ?4
TOTAL HOURS `~4
TOTAL LABOR COST $50,334
OTHER DIRECT COSTS $3,500
GRAND TOTAL $53,834
USE A LUMP SUM $53,800
C_1 ~29aa an c.doc
ATTACHMENT C
PART B
BUDGET
PROJECT: BALING AND RECYCLING FACILTTY ANNUAL AERIAL SURVEY AND
FINANCIAL RESPONSIBILITY UPDATE
PROJECT
DESCRIPTION: As Outlined in the Scope of Services, Attachment A
REFERENCE: Agreement between St. Lucie County Board of County Commissioners and
Camp Dresser & McKee Inc.
BUDGET: Labor Categ_orx Hours
Officer 8
Principal/Associate 42
Senior Professional 8
Professional II 4
Professional I 0
Staff Support 0
Admin Support 18
TOTAL HOURS 80
TOTAL LABOR COST $12,217
OTHER DIRECT COSTS $2,900
OUTSIDE PROFESSIONAL $22,500
GRAND TOTAL $37,617
USE A LUMP SUM $37,600
C-2 pzs.e a. c.da
ATTACHMENT C
PART C
BUDGET
PROJECT: BIENNIAL WATER QUALITY REPORT FOR THE BALING AND
RECYCLING FACILITY
PROJECT
DESCRIPTION: As Outlined in the Scope of Services, Attachment A
REFERENCE: Agreement between St. Lucie County Board of County Commissioners and
Camp Dresser & McKee Inc.
BUDGET: Labor Cat~o~y Hours
Officer 4
Principal/Associate 24
Senior Professional 36
Professional II 70
Professional I 60
Staff Support 20
Admin Support 24
TOTAL HOURS 238
TOTAL LABOR COST $27,655
OTHER DIRECT COSTS $2,000
GRAND TOTAL $29,655
USE A LUMP SUM $29,650
C-3 pzsae ~, c.ax
ATTACHMENT C
PART D
BUDGET
PROJECT: TITLE V REPORTING
PROJECT
DESCRIPTION: As Outlined in the Scope of Services, Attachment A
REFERENCE: Agreement between St. Lucie CoLUity Board of County Commissioners and
Camp Dresser & McKee Inc.
BUDGET; Labor CategorX Hours
Officer 5
Principal/Associate 24
Senior Professional 12
Professional II 0
Professional I 114
Staff Support 0
Admin Support 26
TOTAL HOURS 181
TOTAL LABOR COST $20,172
OTHER DIRECT COSTS $3,000
GRAND TOTAL $23,172
USE A LUMP SUM $23,170
G4 p2saa an c.doc
ITEM NO. VI-D2
DATE: 9128/10
AGENDA REQUEST
REGULAR
PUBLIC HEARING ( )
LEG. ( )
QUASI-JD
CONSENT (X)
TO: BOARD OF COUNTY COMMISSIONERS PRESENTED BY:
Ron Roberts
SUBMITTED BY: Solid Waste Assistant Soli aste Director
SUBJECT: CDM Work Authorization No. 3 for Landfill Gas Management
BACKGROUND: See attached memorandum.
FUNDS AVAILABLE: 401-3410-531000-300 Professional Services
Fiscal Year 2010-11
PREVIOUS ACTION: See attached memorandum.
RECOMMENDATION: Board approval of CDM Work Authorization No. 3 for engineering services related
to landfill gas management program for a total of $541,780 and authorization for
the Chairman to execute documents as prepared by the County Attorney.
COMMISSION ACTION: CONCURRENCE:
(~ APPROVED ( ) DENIED
( ) OTHER
Approved 5-0
Faye W. Outlaw, MPA
County Administrator
CoordinationlSignatu res
County Attorney (X) ~~' OMB Director
t' Budget Analyst
Daniel S. McIntyre
Purchasing (X) ~,~
Melissa Simberlund
Public Works
Director
(X) ,(~
arid. ouin
Tawonna Johnson
~X) ~.
Do West
Solid Waste
MEMORANDUM
TO: Board of County Commissioners
FROM: Ron Roberts, Assistant Solid Waste Director
DATE: September 28, 2010
SUBJECT: CDM Work Authorization No. 3 for Landfill Gas Management
ITEM NO. VI-D2
Background:
CDM will provide professional services related to the management and gas system compliance
monitoring for the existing landfill gas collection system, operation of the gas compression system,
greenhouse gas monitoring and reporting and design of the Phase IIIB landfill gas collection system.
These annual services are a requirement of our permit.
Previous Action:
October 1, 2008 -Board approved CDM Work Authorization for fiscal year 2009-2010.
Recommendation:
Board approval of CDM Work Authorization No. 3 for engineering services related to landfill gas
management program for a total of $541,780 and authorization for the Chairman to execute documents
as prepared by the County Attorney.
RR:dls
Attachment A -CDM Work Authorization No. 3
Attachment A
WORK AUTHORIZATION NO. 3
CONTRACT C10-02-066
FOR CONTINUING CONSULTING/pROFESSIONAL ENGINEERING SERVICES
THIS WORK AUTHORIZATION is made as of the day of __ ,
2010, by and between the ST. LUCIE COUNTY, a political subdivision of the State
of Florida, hereinafter referred to as the "County" and CAMP, DRESSER & MCKEE,
INC., hereinafter referred to as the "Engineer".
WITNESSETH:
WHEREAS, on February 9, 2010, the COUNTY entered into a Consulting
Agreement (Contract No. C10-02-066) hereinafter refer-ed to as "Contract" with the
ENGINEER to provide continuing professional consulting engineering services; and,
WHEREAS, pursuant to the Contract, the ENGINEER is to provide the
professional services as outlined in this individual work authorization; and,
NOW, THEREFORE, in consideration of their mutual promises made herein,
and for other good and valuable consideration, receipt of which is hereby
acknowledged by each party, the parties who are legally bound, hereby agree as
follows:
1. PROJECT'
The COUNTY has determined that it would like to complete a project
described below:
BAILING AND RECYCLING FACILITY
LANDFILL GAS MANAGEMENT PROGRAM
(hereinafter referred to as "the Project".)
Page 1 of 3
2. SERVICES:
The COUNTY has determined that it would like to utilize the services of the
ENGINEER in the completion of the Project, to provide professional engineering
services for the Project under the pricing, terms and conditions of the continuing
Contract (C10-02-066). The services to be provided by ENGINEER on the Project
shall be for those services as outlined in the Scope of Services and Schedule
attached hereto as ATTACHMENT "A"; and as outlined in the Budget described in
ATTACHMENT "B", which are attached hereto and made a part of this work
authorization and incorporated herein.
3. COMPENSATION:
The cost to perform all services as described in the attached Scope Of
Services shall not exceed the total amount of Five hundred forty-one thousand
seven hundred eighty and 00/100 ($541,780.00) Dollars as further detailed in
ATTACHMENT "C-2".
4. CONTRACT DOCUMENT:
Except as amended herein, all of the original terms and conditions in the
Continuing Contract shall remain in full force and effect.
5. TIME OF COMPLETION:
a. It is hereby understood and mutually agreed by and between parties
hereto that the time of completion is an essential condition of this Contract, t ime
being of the essence.
b. ENGINEER shall commence work upon receipt of written Notice to
Proceed, and shall complete all work as further described in ATTACHMENT "A".
c. The period herein above specified for project completion may be
extended by such time as shall be approved by the County Administrator or his
designee, or the Contract may be cancelled by the County Administrator with the
County invoking all rights and remedies thereof.
d. Where any deductions from or forfeitures of payment in connection with
the work of this Contract are duly and properly imposed against the ENGINEER, in
accordance with the terms of the Contract, State Laws, governing ordinances or
regulations, the total amount thereof may be withheld from any monies due or to
become due the ENGINEER under the Contract; and when deducted, shall be
deemed and taken as payment in such amount.
IN WITNESS WHEREOF, the parties hereto have executed this Work
Authorization in multiple copies, each of which shall be considered an original on
the following dates.
Page 2 of 3
ATTEST:
CLERK
COUNTY ATTORNEY
WITNESSES: CAMP, DRESSER 8~ McKEE, INC.
BOARD OF COUNTY COMMISSIONERS
ST. LUCIE COUNTY, FLORIDA
BY:
CHAIRMAN
APPROVED AS TO FORM AND
CORRECTNESS:
BY:
Print Name:
Title:
Page 3 of 3
,,
1701 Highway A~1-A, Suite 301
Vero Beach, Florida 32963
tel: 772 231.4301
lax: 772 231 4332
September 13, 2010
HAND DELIVERED
Mr. Ron Roberts
Solid Waste Manager
St. Lucie County
6120 Glades Cut-Off Road
Fort Pierce, Florida 34981
Subject: St. Lucie County Baling and Recycling Facility
Landfill Gas Management Program
Dear Mr. Roberts:
Camp Dresser & McKee Inc. (CDM) is pleased to submit this proposal for professional
engineering services to assist St. Lucie County with the overall landfill gas system
management at the above referenced site. The scope of services includes management and gas
system compliance monitoring for the existing landfill gas collection system, operation of the
landfill gas compression system, greetnhouse gas monitoring and reporting, and design of the
Phase IIIB landfill gas collection system.
CDM appreciates this opporhtnity to continue to help St. Lucie County with its landfill gas
management program. If you have any questions, please do not hesitate to contact tts.
Sincerely,
Kevin N. Vann, P.E.
Project Manager
Catnp Dresser & McKee Inc.
File: 0000-EJGNB-MG.SLC
Approved by:
Eric J. rotke, P.E., BCEE
Principal Engineer
Camp Dresser & McKee Inc.
pzsst.aoc
conzulting • engineering • construction • operations
ATTACHMENT A
SCOPE OF SERVICES
ST. LUCIE COUNTY BALING AND RECYCLING FACILITY
LANDFILL GAS MANAGEMENT PROGRAM
The purpose of this program is to provide overall landfill gas system management for the St.
Lucie Cotmty (SLC) Baling and Recycling Facility located on Glades Cut-Off Road. In general,
Camp Dresser & McKee Inc. {CDM) will provide professional services related to the
management and gas system compliance monitoring and reporting for the existing landfill gas
collection system, operation of the landfill gas compression system, greenhouse gas monitoring
and reporting, and design of the Phase IIIB landfill gas collection system.
TASK 1-LANDFILL GAS SYSTEM OPERATION AND MAINTENANCE
CDM will provide services related to operation and maintenance and Title V compliance for the
active landfill gas collection system as further described below.
Subtask 1.1 Gas System Operation and Maintenance
CDM will provide on-site technicians to perform corrective actions and routine gas system
operation and maintenance. Under this task, CDM will also undertake routine corrective actions
required to repair damages to the gas collection system wells. Corrective actions will be
developed based on the information collected during periodic field inspections conducted by
both CDM and SLC personnel. This Scope of Services does not include work associated with
ptunping leachate from the landfill gas collection wells and/or collection system.
Sribtask 1.2 Title V Compliance
An essential aspect of the landfill gas management program is strict adherence to all regulatory
monitoring, reporting, and certification requirements. Under this task, CDM will provide
services related Title V compliance for the landfill gas collection system. CDM will perform the
appropriate Title V compliance monitoring, testing, record keeping, and reporting. CDM's
Scope of Services for this subtask is further defined below:
Subtnsk 1.2.1 Quarterl}~ Methane Sur ace Sweeps
Perform methane surface emissions monitoring as required by the New Source
Performance Standards (NSPS) (40 Code of Federal Regulations ((CFR) 60
Subpart WWW). If any exceedances of the 500 parts per million (ppm) threshold
are detected during quarterly monitoring, CDM will make system adjustment in
an effort to resolve title sihtation. Should physical site repairs {sod replacement,
erosion repair, etc.) be necessary, SLC will take corrective action to stop gas
emissions from that area. CDM will provide SLC recommendations on how to
proceed with the corrective action. Upon completion of the corrective action,
CDM will retest the area as required by the permit and/or regulations.
A-1 ii2es~ .aoc
Subtask 1.2.2 Gas Stistem Inspections/Balancing/Adjustments
Inspect, balance, and adjust the gas collection system on a monthly basis, noting
and recording operating parameters as required in NSPS 40 CFR 60.756 (a) as
well as any damage, wear, or other system distress which would require
corrective action.
Subtask 1.2.3 Gas Stistem Routine Gas Welt Maintenance
Make routine repairs to the gas wells only. (As Needed) An estimated cost of
materials and supplies is provided in Attachment C. CDM will not ttse this
allowance without written authorization from SLC. Work associated with
adjusting the 6-inch and 12-inch landfill gas collection wellheads is included in
this estimate. Should unforeseen circttrnstances require substantial repairs
beyond our estimate, an amendment will be submitted.
Subtask 1.2.4 Flare Downtime Resolution
CDM landfill gas technicians will visually observe operation of the flare at times
when they are on-site and the flare is operating, or should be operating. SLC will
be responsible for visually observing the operation of the flare at times daring
landfill operation hours when CDM technicians are not on-site. A designated
SLC person(s) will report flare outages to CDM.
CDM will then diagnose flare problems, repair minor problems, and/or resolve
other problems with the flare through the use of CDM technicians and/or
mechanical contractors. (As Needed) Aii estimated cost of materials and supplies
is provided in Attachment C. Should unforeseen circumstances require
substantial repairs beyond our estimate, an amendment will be submitted.
Subtask T.2.5 Non-Routine Maintenance
Non-routine maintenance work such as repair or maintenance work noted
during the routine visits will be performed with SLC's prior approval. CDM will
work with assistance from SLC staff to accomplish these repairs through the ttse
of CDM technicians and/or mechanical contractors. An estimated cost of
materials and supplies is provided in Attachment C. Should unforeseen
circumstances require substantial repairs beyond our estimate, an amendment
will be submitted.
TASK 2 - LANDFILL GAS COMPRESSION SYSTEM OPERATION AND MONITORING
CDM will provide services related to operations and monitoring for the landfill gas
compression system and its components on SLC property as further described below.
Subtask 2.2 La~edfill Gas Compression System Operations and Monitoring
CDM will provide an on-site technician(s) to perform routine landfill gas compression system
operation, monitoring, and routine maintenance. This work will be performed by the landfill
gas technician(s) during their periods onsite as part of the ongoing landfill gas system operation
and maintenance.
A-2 y295t.noc
Subtask 2.1.1 Landfill Gas Compression stem Inspections and Monitoring
CDM will monitor the gas compression system on a daily basis, or as technicians
are available at the site, coincident with the ongoing landfill gas system
operation and maintenance. Monitoring will include observation of the overall
system operation, operating parameters, data and other visual conditions.
CDM will inspect and adjust the gas compression system on a monthly basis,
noting and recording operating parameters as well as any damage, wear or other
system distress which would require corrective action. CDM will provide a
monthly inspection report to SLC.
Subtask 2.1.2 Landfill Gas Co»ipression S~~stem Routine Maintenance
CDM will perform routine maintenance to the gas compression system in
accordance with the 2006 CPL Systems, Inc. Cpperation and Maintenance Manual.
(As Needed) Cost of materials and supplies will be covered by SLC and are not
included in this proposal. CDM will provide a monthly report of the
maintenance that was performed.
Subtask 2.1.3 Land~ill Gas Compression Siistem Downtime Resolution
CDM landfill gas technicians will visually observe operation of the system at
times when they are onsite during the ongoing landfill gas system operation and
maintenance project. Automated reporting systems (autodialer/SCADA) will
also alert CDM to outages. CDM will initiate a response to alerts within 1 hour.
Any repairs will be performed between the hours of lam and 6 pm, Monday thru
Friday.
CDM will diagnose system problems, fix minor problems, and/or interface with
the component manufacturer's repair specialist to repair or resolve problems
with the system. (As Needed) Cost of materials and supplies will be covered by
SLC and are not included in this proposal.
Subtask 2.1.4 Non-Routine Maintenance
It is noted that CDM is taking over operations of the landfill gas compression
system in an "as-is" condition. CDM assumes that the landfill gas compression
system is in good working order. CDM will identify non-routine maintenance
work such as repair or maintenance work during the routine visits. The need for
non-routine maintenance work repairs will be transmitted to SLC's
representative, along with suggested corrective action and, as available at the
time, estimated cost of repair. CDM and SLC personnel will agree on a course of
action. CDM will perform the suggested corrective action outside the scope of
this proposal to resolve the problem. The cost of labor, materials and supplies for
non-routine maintenance work such as repair or maintenance work are not
included in this proposal.
A-3 II2951.doc
It is assumed that full access to the programmable logic controller (PLC) and programming of
the compression system controls will be granted to CDM. SLC will provide a copy of the
commented PLC code for the current installation, information on the software version that was
used to develop the PLC code, information on the software version (including any patches or
updates) that was used to develop the human machine interface (HMI) (Wonderware), copies of
all HMI screens and a copy of the database for the current installation, and clarification of any
problems that have been encountered with the system (specifically with instrumentation and
PLC/HMI). Should unforeseen circumstances require a substantial evaluation/investigation, an
amendment will be submitted.
Subtask 2.2 Initial Inspection
CDM and SLC representatives will jointly perform a compression system inspection, including
the compression system, controls, control shed and custody transfer station just prior to
initiation of this Scope of Services. The inspection shall include frill photographic
documentation and notation of existing conditions. CDM will compile the results of this
inspection in a report that will be reviewed and accepted by both SLC and CDM as a fair
representation of existing conditions and stahis of the system and its components. If internal
inspections are not feasible at that time, they will be made as soon as possible after the initiation
of this Scope of Services.
TASK 3 -GREENHOUSE GAS MONITORING AND REPORTING
The mandatory greenhouse gas (GHG) reporting rule 40 CFR Part 98 was finalized by the
Environmental Protection Agency (EPA) and published in the Federal Register on October 30,
2009. This rule requires large emitters ofheat-trapping emissions to begin collecting GHG data
under a new reporting system. This rule applies to all facilities which generate 25,000 metric
tons or more of CO2 equivalent (CO2e) per year, including landfills and waste-to-energy
facilities. The rule requires that monitoring plans be developed and implemented by January 1,
2010. Reporting is required annually.
CDM proposes to monitor the SLC Baling and Recycling Facility for the calendar year 2011 and
prepare the report for submission to EPA in 2012. To assist SLC in complying with the new
regulations, CDM proposes the following Scope of Services.
Subtask 3.1 Greenhouse Gas Monitoring For Calendar Year 2011
Subtask 3.1.1 Weekli~ Monitoring
It is assumed that the landfill gas flare will not have continuous emissions
monitoring for methane. Therefore, CDM will calibrate portable equipment as
required, perform and record measurements on:
^ The landfill gas flare at the SLC Baling and Recycling Facility. These
measurements will include:
- Methane Content (§98.343(b)(2)(ii))
- Volumetric gas flow (§98.343(b)(2)(i))
- Temperature, if volumetric flow is not corrected fox temperahire
(§98.343(b) (2}{iii))
A-4 ~izss~.aoc
- Pressure, if voltunetric flow is not corrected for pressure
(§98.343(b)(2)(iii)}
- Moisture Content, if voltunetric flow is measured on a dry basis
(§98.343 (b} (2) (iii) )
- Methane Monitoring (§98.344 (b))
Sticbfask 3.1.2 Annual LFG Sampling and Anali sL
- Three grab samples of landfill gas must be taken at least annually to
determine the non-methane organic carbon correction factor (§98.344
(b)(6)(ii)). This will apply to the SLC Baling and Recycling Facility landfill
gas collection system.
Deliverables: CDM will submit weekly {or, if desired, monthly) updates for the monitoring
data collected. CDM will also retain the data on the backed up E-Room which
CDM maintains for SLC Baling and Recycling Facility landfill gas data. Or,
alternately, CDM can keep onsite in a secure location the results as measured and
updated weekly. CDM will also collect the annual landfill gas samples, have
them analyzed, and submit the laboratory reports to SLC as well as save them in
the E-Room.
Stibtask 3.2 Preparation of GHG Data for Submission to EPA
CDM will compile the landfill GHG and QA data collected during calendar year 2011 and
perform GHG calculations for submission to the EPA. Depending on how the EPA requires the
data to be reported, CDM will either directly report to EPA, or provide the report data to SLC to
be submitted to the EPA.
Items to be reported include:
^ General data per §98,3 (c}
^ Emissions of CO2, CH4, and N2O from each stationary combustion unit (including flares)
following the requirements of Subpart C. (§98.342(c))
^ Landfill specific data per §98.346
^ Annual Methane Generation:
- Must report the modeled CH4 generation rate- (§98.364(8)) and all the supporting
parameter values used in modeling
- Waste disposal quantity for each year of landfilling and description of how it was
estimated. §98.364(b)
- Waste composition data, if available, and how these data were estimated. §98.364(c)
- Degradable organic carbon (DOC) value and decay rate (k) value for each waste
category identified. §98.364(d)
A-5 iizssi.d«
Fraction of CH4 in landfill gas and an indication of whether the fraction of CH4 was
determined based on measured values or the default value. §98.364 (e)
^ Annual Methane Emissions:
- The surface area of the landfill containing waste (in square meters), the cover types
applicable to the landfill, the surface area and oxidation fraction for each cover type
used to calculate the average oxidation fraction, and the average oxidation fraction used
in the calculations. §98.364 (f)
- Landfills without LFG collection systems §98.346(h):
o The methane generation must be adjusted for cover soil oxidation, and reported as
emissions in metric tons CH4
- Landfills with LFG collection systems §98.346(1):
o Total volumetric flow of landfill gas collected for destruction (cubic feet at 520°R or
60°F and 1 atm)
o CH4 concentration of landfill gas collected for destruction (percent by volume).
o Monthly average temperature for each month at which flow is measured for landfill
gas collected for destruction, or statement that temperahtre is incorporated into
internal calculations run by the monitoring equipment
o Monthly average pressure for each month at which flow is measured for landfill gas
collected for destruction, or statement that temperahre is incorporated into intemal
calculations run by the monitoring equipment
o An indication of whether destruction occurs at the landfill facility or off-site. If
destnuction occurs at the landfill facility, also report an indication of whether a back-
up destruction device is present at the landfill, the annual operating hours for the
primary destruction device, the annual operating hours for the backup destruction
device (if present), and the destruction efficiency used (percent)
o Annual quantity of recovered CH4 (metric tons CH4)
o A description of the gas collection system (manufacture, capacity, number of wells,
etc.), the surface area (square meters) and estimated waste depth (meters) for each
area specified in Table HH-3 of this subpart, the estimated gas collection system
efficiency for landfills with this gas collection system, and the annual operating
hours of the gas collection system.
o Methane generation calculated based on waste in place data, corrected for oxidation,
reported in metric tons CH4
o Methane generation calculated based on measured LFG recovered and gas collection
efficiency (estimated or default), corrected for oxidation, reported in metric tons CH4
o Methane emissions calculated based on LFG collection system information and
methane generation based on waste in place data, reported in metric tons CHa
o Methane emissions calculated based on LFG collection system information and
methane generation based on gas collection efficiency, reported in metric tons CH4
A-6 j12951.doc
^ General Stationary Fuel Combustion Sources (Subpart C)
- Carbon dioxide, CHa, and nitrogen oxides (Nox) emissions calculated based on
monitoring equipment and/or fuel use
- Fraction of biogenic emissions based on percentage of LFG used as fuel
Deliverables: CDM will submit to SLC/EPA a compilation of the SLC Baling and Recycling
Facility GHG and QA data collected during calendar year 2011 for submission to
the EPA.
TASK 4 -PHASE IIIB HORIZONTAL GAS COLLECTION SYSTEM DESIGN
CDM will design a horizontal landfill gas collection system for the recently activated Phase IIIB
cell. The design will include two tiers of horizontal landfill gas collection pipes. CDM will
determine the location of existing gas headers, wells, and valves to determine the best points of
connection for a system extension into Phase IIIB. CDM will evaluate the necessity and timing
for the installation of the first phase of the Phase IIIB gas collection system as hirther described
below.
A detail design will be prepared showing the horizontal landfill gas coAection piping network,
as well as tie in points to the existing landfill gas extraction system. It is anticipated that the
landfill gas collection system will consist of perforated horizontal landfill gas collection piping,
connected to the existing landfill gas collection system through a network of header and lateral
HDPE pipes, which will be installed within the waste mass. The design of the new system will
match, as closely as possible, the features of the existing systems, incorporating the latest
advances in component design and operation.
As part of the design, CDM will produce a set of specifications which will describe the system
components, level of quality, installation methods, and details to convey the basis of the design.
The specifications will include the following sections:
^ Perforated HDPE landfill gas pipe
^ Landfill gas header piping and testing
^ Valves and appurtenances
CDM will also produce drawings and details which will show the location of system
components, interconnects, and phasing for the system, as well as details of various system
components. Drawings will include:
^ Location plan
^ Landfill Gas Expansion Plan at Elevation 50 Feet NGVD
^ Landfill Gas Expansion Plan at Elevation 105 Feet NGVD
^ Details
The total system design will be used for submittal to the FDEP for the purpose of permitting the
system. The design will include a phased approach to constructing the system as filling
A-7 j12951.doc
progresses. The design package will be included in the Phase II and IIIA closure permit
application to FDEP.
CDM will identify immediate improvements necessary to facilitate optimum extraction of gas
from the Phase IIIB area. Installation of those improvements will be by amendment to this
authorization or through the bidding process.
SCHEDULE
Task Estimated Schedule
Task 1-Gas System Operation, Maintenance, Ongoing for 1 year,
and Title V Compliance October 2010 through September 2011
Task 2 - Landfill Gas Compression Skid Operation November 1, 2010 through
and Maintenance September 30, 2011
Task 3 - Greenhouse Gas Monitoring and Reporting Ongoing for 1 year,
Submitted to EPA March 31, 2012
Task 4 - Phase IIIB Horizontal LFG Design September 30, 2010
A-8 iizssi.doc
d
x
O
A
u`a
a
U
w
r
(~
oa
O
U
V
a
F+
a
C~7
cn
ATTACHMENT C
BUDGET
ST, LUCIE COUNTY BALING AND RECYCLING FACILITY
LANDFILL GAS MANAGEMENT PROGRAM
PROJECT Task 1-Landfill Gas System Operation and Maintenance
DESCRIPTION: As Outlined in the Scope of Services, Attachment A
REFERENCE: Agreement between St. Lucie Cotu-ty Board of County Commissioners and
Camp Dresser & McKee Inc.
Labor CategorX Hours
Officer 110
Principal/Associate 355
Senior Professional 185
Professional II 270
Professional I 255
Senior Support 675
Staff Support 1,200
Admire Support 120
TOTAL HOURS 3,170
TOTAL LABOR COST $340,007
OTHER DIRECT COSTS 5 000
GRAND TOTAL $385,007
USE (LUMP SUM) 85•Opp
C-2 p2951.a«
ATTACHMENT C
BUDGET
ST. LUCIE COUNTY BALING AND RECYCLING FACILITY
LANDFILL GAS MANAGEMENT PROGRAM
PROJECT Task 2 -Landfill Gas Compression System Operation and Monitoring
DESCRIPTION: As Outlined in the Scope of Services, Attachment A
REFERENCE: Agreement between St. Lucie County Board of County Commissioners and
Camp Dresser & McKee Inc.
Labor CateQOry Hotus
Officer 18
Principal/Associate 26
Senior Professional 55
Professional II 60
Professional I 55
Senior Support 140
Staff Support 380
Admire Support 36
TOTAL HOURS 770
TOTAL LABOR COST $74,503
OTHER DIRECT COSTS 4 500
GRAND TOTAL $79,003
USE (LUMP SUM) ~79,000
C-3 pzes,.doc
ATTACHMENT C
BUDGET
ST. LUCIE COUNTY BALING AND RECYCLING FACILITY
LANDFILL GAS MANAGEMENT PROGRAM
PROJECT Task 3 -Greenhouse Gas Monitoring and Reporting
DESCRIPTION: As Outlined in the Scope of Services, Attachment A
REFERENCE: Agreement between St, Lucie Cotmty Board of Cotutty Commissioners and
Camp Dresser & McKee Inc.
Labor CategorX Hours
Officer 6
Principal/Associate 16
Senior Professional 20
Professional II 40
Professional I 40
Staff Support 84
Admin Support 16
TOTAL HOURS 222
TOTAL LABOR COST $23,085
OTHER DIRECT COSTS $1,400
OUTSIDE PROFESSIONAL SERVICES (LABORATORY) 1500
GRAND TOTAL . $25,985
USE (LUMP SUM} $25.980
C-4 pzssi.aoc
ATTACHMENT C
BUDGET
ST. LUCIE COUNTY BALING AND RECYCLING FACILITY
LANDFILL GAS MANAGEMENT PROGRAM
PROJECT Task 4 -Phase IIIB Horizontal Gas Collection System Design
DESCRIPTION: As Outlined in the Scope of Services, Attachment A
REFERENCE: Agreement between St. Lucie County Board of County Commissioners and
Camp Dresser & McKee Inc.
Labor Category Hours
Officer 8
Principal/Associate 70
Senior Professional 70
Professional II 42
Professional II 75
Senior Support 18
Staff Support 110
Admire Support 28
TOTAL HOURS 421
TOTAL LABOR COST $48,809
OTHER DIRECT COSTS 3 000
GRAND TOTAL $51,809
USE (LUMP SUM) $5~(8 ..
C-5 pzssti.do~
-~'. 1- 1 1' 1 ~' 1' T
AGENDA REQUEST
ITEM NO. VI-D3
DATE: 9128110
REGULAR ( )
PUBLIC HEARING ( )
LEG. ( )
QUASI-JD ( )
CONSENT (X)
TO:
SUBMITTED BY:
SUBJECT:
BACKGROUND:
FUNDS AVAILABLE:
BOARD OF COUNTY COMMISSIONERS
Solid Waste
Bid Waiver for Hauling Fill Material
See attached memorandum.
401-3410-534000-300 Contracted Services
Fiscal Year 2010-11
PRESENTED BY
Ron Roberts
Assistant Solid Waste Director
PREVIOUS ACTION: NIA
RECOMMENDATION: Staff recommends that the Board, waive the bid requirement pursuant to Section
8.1, a.1 or a.8 of the Purchasing Policy Manual and determine that waiving the bid
requirement is in the best interest of the County, and award a contract to Waste
Pro based on a low quote of $2.38 per cubic yard. Staff further recommends that
the Board authorize the Chairman to sign a contract with Waste Pro as approved
by the County Attorney.
COMMISSION ACTION:
{~ APPROVED ( ) DENIED
( ) OTHER
Approved 5.0
CONCURRENCE:
~~ -
Faye W. Outlaw, MPA
County Administrator
CoordinationlSianatures
County Attorney (X) ~ OMB Director (X)
Budget Analyst `-~-~=
Daniel S. McIntyre Marie Gouin--
Tawonna Johnson
Purchasing (X) ~g~F Public Works (X )
Director
Melissa Simberlund Don West
Solid Waste
MEMORANDUM
TO: Board of County Commissioners
FROM: Ron Roberts, Assistant Solid Waste Director
DATE: September 28, 2010
SUBJECT: Bid Waiver for Hauling Fill Materia-
ITEM NO. VI-D3
Background:
The Solid Waste Department has been in discussions with representatives of Lennar, Inc. regarding the
availability of an estimated 500,000 cubic yards of fill material at a Lennar development site in St. Lucie
County. Lennar has agreed to a11ow the County to remove the fill material at no charge provided that
the County immediately remove the fill from the site. The only stipulation is that the County pay for the
loading and trucking of the material offsite and agree to indemnify Lennar against any damage to the
site.
Acquisition of this fill material will result in a substantial savings to the County. The County recently
awarded a bid for delivery and purchase of fill material. The low bid was $5.29 per cubic yard. Using
this low bid, the County would incur a cost of $2,645,000. In view of the time constraints involved, staff
obtained three quotes to remove the fill from the Lennar site as follows:
Waste Pro of St. Lucie County - $2.38 per cubic yard.
Sheltra & Sons of Martin County - $2.55 per cubic yard
Austin Tupler Trucking, Inc. of Palm Beach County - $3.00 per cubic yard
Using the low quote of $2.38, the cost to remove the donated fill would be $1,190,000.00 resulting in a
savings of $1,455,000.
Recommendation:
Staff recommends that the Board, waive the bid requirement pursuant to Section 8.1, a.1 or a.8 of the
Purchasing Policy Manual and determine that waiving the bid requirement is in the best interest of the
County, and award a contract to Waste Pro based on a low quote of $2.38 per cubic yard. Staff further
recommends that the Board authorize the Chairman to sign a contract with Waste Pro as approved by
the County Attorney.
RR dls
Attachment A- Quotes for trucking of fill material
Attachment B -Contract
Attachment A
Ron Roberts
From: Russel Mackie [rmackie@wasteprousa.com]
Sent: Thursday, September 16, 2010 10:17 AM
To: Ron Roberts
Subject: Fwd: Fill hauling quote
Russell Mackie
Regional Vice President
Waste Pro of Florida
Sent from my iPhone
Begin forwarded message:
From: Russel Mackie <rmackie~wasteprousa.com>
Date: September 15, 2010 10:35:30 AM EDT
To: "robertsr(~?stlucieco.~ov" <robertsr(a~stlucieco.gov>
Subject: Fill hauling quote
Ron,
Please accept this email as Waste Pro's official quotation for hauling
clean fill from less than an 8 mile radius from the st Lucie county
landfill. All fill will be loaded, and delivered to the st Lucie
county landfill for a rate of $2.38 a cubic yard. This price is
guarnteed for up to 500,000 cubic yards of fill delivered. Waste Pro
can be ready to commence within 48 hours of notice of award and will
commit the necessary resources to satisfy the county's timetable for
recieving fill. If you need any additional information or points of
our proposal clarified please contact me directly.
Russell Mackie
Regional Vice President
Waste Pro of Florida
Sent from my iPhone
5EP-1d-2010(TUE) 13:57 Sheltra & Son Constuction (FAX)772 597 Q213 P. 001/001
Sheltra & Son Construction Inc.
P. 0. Bvx 338 772.597-3180
Indiantawn, Fivrida 34966 Fax 772-597-4213
SEPTEMBER 14 2010
ATTN: Ran
F$X 772-462-6987
REs.ST. LUCIE COUNTY LANDFILL
Please accept this as our proposal for the following:
Loading b Hauling ONLY fill material withiA a 5 mile
radius of the St. Lucie County Landfill, approximately
120,000 cy to 500,000.00 cy.
Price 62.55 per cubic yard.
If you should have any questions, please don't hesitate to
contact us.
Sincsrely,
Ricky Sheltra
2
From. ERNESTO M CEBALLOS To: JUSTIN Dale: 9!15!2010 Time: 11.y5:18 AM
M I A M I B O Y N T O N B E A C H
(305) 999-4198 (407) 732-3b02
H O M E S T E A D B O C A B A T O N
(305) 374-0261 1407) 243-0133
AUSTIN TUPLER TRUCKING INC.
6570 S.W. 47TH COURT
DAME, FLORIDA 33319
PHONE (954} 583-0801
EAX (954) 583-0844
ESTIMATE SUBMITTED TO: JUSTIN DATE: 9/15/10
CONTRACTOR: CITY OF PORT ST. LUCIE PROJECT NAME: RECYCLING FACILIT
PHONE: 772-871-5223 EAX:772-871-7337 PROJECT #:
PROJECT ADDRESS: 6120 GLADES CUT OFF
ET PIERCE
PRICES OF TRUCKING
These estimates are based on payment being made on a monthly basis
with no retainage. These estimates are subject to change if FAX is
not returned within five (5j, working days of the date listed above.
TAXES ARE NOT INCLUDED IN THESE PRICES. These prices do not include
supplying a performance or payment bond. Prices are good until
expiration dates stated below unless otherwise specified.
COMPANY SERVICE/MATERIAL EXP-DATE RATE
Tupler FILL 12/31/10 3.00 YARD
QUOTE #:198483-001
BY SIGNING DELIVERY TICKETS, CUSTOMER IS FULLY LIABLE FOR ALL TRUCKING
AND MATERIALS AND NO CREDIT OR DISCOUNTS WILL BE GIVEN AFTER TICKETS
ARE SIGNED. PRICES ARE SUBJECT TO CHANGE IF THE QUARRY WE ARE TRUCKING
FROM CANNOT FULFILL ITS OBLIGATIONS. PRICES AND DELIVERY CANNOT BE
GUARANTEED IN THE EVENT OF WORK STRIKES BY UNIONS OR OTHERS.
ACCEPTED BY:
Company name
PLEASE CALL ME IF YOU
HAVE ANY QUESTIONS
Name i e
NOTE: 2 $ Fuel surcharge for every
FROM ERNIE CEBALLOS
15 C increase over 3.00
Pape 2 of 2
NOTE: PRICE IS BASED ON A FIVE MILE HAUL (ONE WAY) AS PER
CUSTOMER. PRICE INCLUDES THE LOADING OF THE MATERIAL. PRICE IS
BASED ON HAULING APPROX. HALF A MILLION YARDS. PRICE IS BASED ON
SETTING UP THE JOB TO HAUL AT LEAST 1500 YARDS PER DAY.
3
ATTACHMENT B
CONTRACT
THIS CONTRACT, made this day of 2010, between ST.
LUCIE COUNTY, a political subdivision of the State of Florida, hereinafter called the
"COUNTY", and WASTE PRO OF FLORIDA, INC., their successors, executors,
administrators, and assigns hereinafter called the "CONTRACTOR".
WITNESSETH:
1. PURPOSE
That Contractor agrees with County, for the consideration herein mentioned, at
his, its or their own proper cost and expense to do all the Work and furnish all the
materials, equipment, supplies, and labor necessary to carry out this Contract in the
manner and to the full extent as set forth in the Contract Documents, and to the
satisfaction of the duly authorized representatives of St. Lucie County, who shall have at
all times full opportunity to inspect the materials to be furnished and the Work to be done
under this Contract.
2. GENERAL DESCRIPTION OF WORK
It is agreed that the Work to be done under this Contract is recovery of fill material from
Copper Creek, including but not limited to: preparation of the area for truck traffic; load
trucks from the stock piles according to County instructions; deliver the material to the
Baling and Recycling Facility (the "Facility") to location instructed by County; and repair
any damage done to site location by truck traffic or loading equipment.
3. PROJECT MANAGER
The Project Manager for the County is Ron Roberts at (772) 462-1631. The
Project Manager for the Contractor is Russell Mackie at (772) 595-9390.
The parties shall direct all matters arising in connection with the performance of
this Contract, other than invoices and notices, to the attention of the Project Managers for
attempted resolution or action. Except as otherwise provided for in this Contract, the
Project Managers shall be responsible for overall resolution or action. The Project
Managers shall be responsible for overall coordination and oversight relating to the
performance of this Contract. The Project Manager, however, has no authority to
approve or execute Change Order Work.
4. CONTRACT DOCUMENTS
The Contract Documents which comprise the Contract between the County and
the Contractor are attached hereto and made part hereof and consist of the following:
"lV
A. This Contract, consisting of pages 01 through 13 inclusive.
B. Any Modifications, including change orders, duly delivered after execution
of this Contract.
Except for duly authorized and executed Modifications including but not limited to
change orders and contract amendments, any conflict between the terms and conditions
of this Contract and the terms and conditions of any of the other contract documents shall
be interpreted in favor of this Contract.
5. PERFORMANCE GUARANTY
That Contractor guarantees to repair, replace or otherwise make good to the
satisfaction of the County any defect in workmanship or material appearing in the Work;
and further guarantees the successful performance of the Work for the service intended.
Neither inspection- nor payment, including final payment, by the County shall relieve the
Contractor or its Surety from his or its obligations to do and complete the Work in
accordance with this Contract. If the County deems it inexpedient to require the
Contractor to correct deficient or defective Work, an equitable deduction from the contract
price shall be made therefore or in the alternative, if the expense incurred by the County
to correct deficient or defective Work exceeds the unpaid balance on this Contract, the
Contractor shall pay the difference to the County. The liability of the Contractor and its
surety or sureties for such payment is joint and several.
6. TIME OF PERFORMANCEIDELAYS AND EXTENSIONS OF TIME
The Contractor shall begin work within 72 hours after notification by the County,
but no later than October 5, 2010. Commencement of the Work by the Contractor shall be
deemed a waiver of this notice. The Work shall be conducted in such a manner and with
sufficient labor, materials, tools, and equipment necessary to complete the Work by April
15, 2011. In the event the construction schedule as set forth in the Contract documents
is changed, the Contractor shall notify the County, in writing, of the change in schedule.
Such schedule change shall not, however, extend the time for completion unless
approved by the County in writing.
In the sole opinion of the County, should the organization of the Contractor, or its
management, or the manner of carrying on the Work be manifestly incompetent, or
inadequate to do the Work specified within the stated time, then the County shall have the
right to take charge of the Work and finish it and provide the labor, materials and
equipment necessary to complete the Work as planned within the required time and to
charge the cost of all such Work against the Contractor and his, or its Surety shall be held
responsible therefore. The Contractor fully understands and agrees that the County
shall not pay for any obligation incurred or expenditure made by the Contractor prior to the
effective date of the notice to proceed described above, unless the County authorizes
such payment in writing.
v 2..
As the Contractor's sole and exclusive remedy for delay, the County may grant an
extension of the contract time, when a critical item of Work is delayed by any factors
contemplated or not contemplated at the time of the bid. Such extension of time may be
allowed for delays occurring during the contract time period or authorized extension of the
contract time. All claims for extension of time shall be made in writing to the County.
Claims for delay due to inclement weather (i.e., beyond the 10 year mean average) shall
be made by the 10th day of the month following the month of the delay. All other claims
shall be made no more than twenty (20) days after the commencement of the delay.
Claims made beyond these time limits shall be null and void. Requests for extension of
time shall be fully documented and shall include copies of daily logs, letters, shipping
orders, delivery tickets, and other supporting information. In case of a continuing cause
of delay only one (1) claim is necessary. Normal working weeks are based on a five (5)
day week. All authorized extensions of time shall only be done by Change Order.
7. CONTRACT PAYMENT
The County shall pay the Contractor for the performance of this Contract and completion
of the project in accordance with the Contract Documents, subject to adjustment by
change order, the total amount in current funds being: $2.38 per cubic yard delivered to
the County. All deliveries must be confirmed, for billing purposes, with a load ticket
provided by County to the hauler. Hours of deliveries will be completed during normal
operating hours of the Facility.
8 PAYMENT SCHEDULE
The County shall make payments on account of the Contract as follows:
Once each month progress payments shall be made during the process of
construction in amounts not to exceed ninety percent (90%) of the amount due on the
Contract on the basis of Work completed as certified by the Contractor and approved by
the County's Project Manager. Contractor shall submit a payment application to the
County's Project Manager by the 25th day of each month. The application shall be for the
dollar amount of the Work complete on the last day preceding the submission of the
application. Payment to the Contractor shall be made within 20 business days of the
County's receipt of the application or if appropriate, within 20 business days of the
approval of the application by the County's consulting engineer or architect and the
application is received by the County. The County may reject the application in writing
which shall specify the deficiency and the action necessary to correct the deficiency.
Payment shall be due 20 days after the County's receipt of a corrected application, or if
different, within such other period of time as defined by F.S. §218.735, as amended. All
applications for payment submitted by the Contractor shall reference the County's
Contract number.
., 3V
The County shall pay the Contractor through payments issued by the County
Finance Department in accordance with the Florida Prompt Payment Act of the Florida
Statutes, Chapter 218.70, upon receipt of the certified invoice from the County Project
Manager. The parties agree, however, that any payments withheld as liquidated
damages or for any other reason allowed by this Contract, shall not be governed by the
Florida Prompt Payment Act.
9. SUBCONTRACTORS
In the event Contractor requires the services of any contractor or professional
associate in connection with the Work to be performed under this Contract, the Contractor
shall secure the written approval of the County Project Manager before engaging such
contractor or professional associate.
10. AUDIT
The Contractor agrees that the County or any of its duly authorized
representatives shall, until the expiration of three years after expenditure of funds under
this Contract, have access to and the right to examine any directly pertinent books,
documents, papers, and records of the Contractor involving transactions related to this
Contract. The Contractor agrees that payment(s) made under this Contract 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 Contract. The Contractor shall
refund by check payable to the County the amount of such reduction of payments. All
required records shall be maintained until an audit is completed and alt questions arising
therefrom are resolved, or three years after completion of the project and issuance of the
final certificate, whichever is sooner.
11. PUBLIC RECORDS
The Contractor 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 Contractor in conjunction with this Contract.
12. GUARANTEE
The Contractor guarantees to repair, replace or otherwise make good to the
satisfaction of the County any defects in workmanship or material appearing in the work
within one year after the day of the certificate for final performance of the work for the
service intended. This warranty term includes all work and materials supplied by
subcontractors. Contractor further guarantees the successful performance of the work
for the service intended. Neither inspection nor payment, including final payment by the
County shall relieve the Contractor from his or its obligations to do and complete the work
"4`"
in accordance with this contract. If the County deems it inexpedient to require the
Contractor to correct deficient or defective materials or labor, an equitable deduction from
the contract price shall be made therefore or in the alternative, the County may sue for
damages. This guarantee is in addition to any other warranty available to the County for
the Work including but not limited to manufacturers warranties.
13. CONTRACTOR RESPONSIBILITY
The Contractor is an independent contractor and is not an employee or agent of
the County. Nothing in this Contract shall be interpreted to establish any relationship
other than that of an independent contractor, between the County and the Contractor, its
employees, agents, subcontractors, or assigns, during or after the performance of this
Contract. The Contractor shall take the whole responsibility for the means, methods,
techniques, sequences, and production of the Work.
The Contractor shall bear all losses resulting to him, or its, on account of the
amount or character of the Work, or because of the nature of the ground beneath, in or on
which the Work is done is different from what was assumed or expected, or because of
bad weather, or because of errors or omissions in his or its bid on the Contract price, or
except as otherwise provided in the Contract Documents because of any other causes
whatsoever. Execution of this Contract by the Contractor is a representation that the
Contractor has visited the site, has conducted a sufficient investigation of the surface and
sub-surface conditions in order to submit its bid, has become familiar with the local
conditions under which the Work is to be performed, and correlated personal
observations with the requirements of the Contract Documents.
The Contractor shall protect the entire Work, all materials under the Contract and
the County's property (including machinery and equipment) in, or on, or adjacent to the
site of the Work until final completion and Work, from the action of the elements, acts of
other contractors, or except as otherwise provided in the Contract Documents, and from
any other causes whatsoever; should any damage occur by reason of any of the
foregoing, the Contractor shall repair at his, or its, own expenses to the satisfaction of
the County or its Project Manager. Neither the County nor its officers, employees or
agents assume any responsibility for collection of indemnities or damages from any
person or persons causing injury to the Work of the Contractor.
At his, or its expense, the Contractor shall take all necessary precautions
(including without limitation) the furnishing of guards, fences, warnings signs, walks,
flags, cables and lights for the safety of and the prevention of injury, loss and damage to
persons and property (including without limitation) in the term persons, members of the
public, the County and its employees and agents, the Project Manager and his
employees, Contractor's employees, his or its subcontractors and their respective
employees, other contractors, their subcontractors and respective employees, on, about
or adjacent to the premises where said Work is being performed, and shall comply with all
applicable provisions of safety laws, rules, ordinances, regulations and orders of duly
"5v
constituted public authorities and building codes.
The Contractor 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 and of their respective employees or agents, and injury to or death of the
Contractor, his or its employees, subcontractors or their respective employees or agents,
including legal fees, court costs or other legal expenses, arising out of or in connection
with the performance of this Contract.
14. INDEMNITY
Contractor agrees to pay on behalf of, protect, defend, reimburse, indemnify and
hold the County, its agents, employees, elected officers and representatives and each of
them, (hereinafter collectively and for the purposes of this paragraph, referred to as
"County"), free and harmless at all times from and against any and all claims, liability,
expenses, losses, costs, fines and damages, including attorney's fees, and causes of
action of every kind and character against County by reason of any damage to property or
the environment, or bodily injury (including death) incurred or sustained by any party
hereto, or of any party acquiring any interest hereunder, any agent or employee of any
party hereto or of any party acquiring an interest hereunder, and any third or other party
whomsoever, or any governmental agency, arising out of or in incident to or in connection
with Contractor's performance under this Contract, the condition of the premises,
Contractor's acts, or omissions or operations hereunder, or the performance,
non-performance or purported performance of the Contractor of any breach of the terms
of this Contract to the extent caused by the negligence, recklessness, or intentional
wrongful misconduct of the Contractor and persons employed or utilized by the
Contractor.
Contractor specifically agrees to pay on behalf of, protect, defend, reimburse,
indemnify and hold the County, its agents, employees, elected officers and
representatives and each of them harmless from all claims arising out of the County's
Indemnification Agreement with MS Rialto Copper Creek FL, LLC.
Contractor further agrees to pay on behalf of and hold harmless and indemnify
County for any fines, citations, court judgments, insurance claims, restoration costs or
other liability resulting from its activities on the project, whether or not Contractor was
negligent or even knowledgeable of any events precipitating a claim or arising as a result
of any situation involving Contractor's activities to the extent caused by the negligence,
recklessness, or intentional wrongful misconduct of the Contractor and persons
employed or utilized by the Contractor.
Said indemnification by Contractor shall be extended to include all deliverers,
suppliers, furnishers of material or anyone acting for, on behalf of, or at the request of
Contractor. Contractor recognizes the broad nature of this indemnification and hold
harmless clause and voluntarily makes this covenant. This indemnification and hold
`"6V
harmless survives acceptance of the Work. This clause of the Contract will extend
beyond the term of the Agreement for a period of ten (10) years after the date of the
acceptance of the Work by the County. This indemnification is limited to the amount of
insurance held by the Contractor, as required by this Agreement.
15. INSPECTION
The project will be inspected by the Project Manager and will be rejected if it is not
in conformity with the Contract provisions. Rejected Work will be immediately corrected
by the Contractor. When the Work is substantially completed, the Contractor shall notify
the County in writing that the Work shall be ready for final inspection on a definite date, at
least three (3) calendar days thereafter, which shall be stated in such notice.
16. INSURANCE
Commercial General Liabilitv:
The Contractor shall maintain and, prior to commencement of this contract, provide the
County with evidence of commercial general liability insurance to include: 1)
premises/operations, products/completed operations, (including XCU hazards) and
personal and advertising injury for limits of not less than $1,000,000 per occurrence; 2)
fire damage for limits of not less than $100,000 per occurrence; 3) medical payments for
limits not less than $5,000 per person and 4) a general, per contract/project, aggregate
limit of not less than $2,000,000. The County shall be an additional insured and shall
receive the same notification rights that are provided to the first named insured as
respects cancellation and nonrenewal. THIS ENDORSEMENT MUST BE INSERTED
ONTO THE CERTIFICATE OF INSURANCE.
Business Automobile Liabilitv:
The Contractor shall maintain and, prior to commencement of this contract, provide the
County with evidence of business automobile liability insurance to include: 1) coverage
for any automobile for limits of not less than $1,000,000 combined single limit (bodily
injury & property damage) per accident and 2) Personal Injury Protection (Florida
no-fault) with full statutory limits. The County shall be an additional insured and shall
receive the same notification rights that are provided to the first named insured as
respects cancellation and nonrenewal. THIS ENDORSEMENT MUST BE INSERTED
ONTO THE CERTIFICATE OF INSURANCE.
Workers Compensation and Employers Liabilitv:
The Contractor shall maintain and, prior to commence of this contract, provide the County
with evidence of workers' compensation insurance providing Florida statutory (Chapter
V7v
440, Florida Statutes) limits to cover all employees and include Employers Liability
coverage with limits of not less than $500,000 for accidents or disease. The County shall
be an additional insured and shall receive the same notification rights that are provided to
the first named insured as respects cancellation and nonrenewal. THIS
ENDORSEMENT MUST BE INSERTED ONTO THE CERTIFICATE OF INSURANCE.
17. DEFAULT; TERMINATION
A. FOR CAUSE
If the Contractor fails to fulfill its obligations under this Contract in a timely
and proper manner, the County shall have the right, but not the obligation, to terminate
this Contract by giving written notice of any deficiency and by allowing the party in default
seven (7) calendar days to correct the deficiency. If the Contractor fails to correct the
deficiency within the seven calendar day period, this Contract shall terminate at the
expiration of that time period.
With regard to the Contractor, the following items shall be considered a
default under this Contract:
(1) If the Contractor should be adjudged bankrupt, or if he, or it, should
make a general assignment for the benefit of his, or its, creditors, or if a receiver should be
appointed on account of his, or its, insolvency.
(2) If the Contractor should refuse or fail, except in cases for which an
extension of time is provided, to supply enough properly skilled workmen or proper
material to meet the project schedule or if the Contractor should fail to make prompt
payment for materials, or labor or other services entering into the Work.
(3) If the Contractor disregards laws, ordinances, or the instructions of
the Project Manager or otherwise be guilty of a substantial violation of the provisions of
the Contract.
(4) Fails to perform any of the terms of this Contract or performs work
which fails to conform to the requirements of this Contract.
In the event of termination, the County may take possession of the premises
and all materials, tools, and appliances, thereon and finish the Work by whatever method
it may deem expedient. In such cases, the Contractor shall only be entitled to receive
payment for Work satisfactorily completed prior to the termination date, subject to any
setoffs due the County in completing the Project and for reimbursement of damages
incurred. The County may take possession of and use any materials, plant, tools,
equipment, and property of any kind furnished by Contractor to complete the Work. If the
expense incurred by the County to finish the Work exceeds the unpaid balance on this
Contract, the Contractor shall pay the difference to the County. The expense incurred by
.. $..
the County as herein provided, and the damage incurred through the Contractor's default,
shall be certified by the Project Manager. The Contractor shall be responsible for both
liquidated damages attributable to delay and for excess completion costs. The liability of
the Contractor and its surety or sureties for such damages and costs is joint and several.
The obligations of the Contractor and his surety with respect to the warranty and
maintenance shall remain in full force and effect for the portion of the Work completed by
the Contractor and shall not expire until the expiration of the prescribed time period
measured from the final acceptance of the project in its entirety. These clauses shall
survive the termination of this Contract. If the County makes a determination pursuant to
this Contract to hold the Contractor in default and terminate the Contract for cause and it
is subsequently determined that any such determination was improper, unwarranted, or
wrongful, then any such termination shall be deemed for all purposes as a termination
without cause as described below. The Contractor agrees that it shall be entitled to no
damages, allowances or expenses of any kind other than as provided in this Agreement
in connection with such termination, and does expressly waive, in the event of
termination, any and all claims for consequential damages, loss of bonding capacity,
destruction of business, unabsorbed home office overhead, lost profit and the like.
B. WITHOUT CAUSE
The County may terminate the Contract without cause at any time upon
thirty (30) calendar days prior written notice to the Contractor. Upon such termination,
the Contractor waives any claims for damages from the termination without cause
including, without limitation, any and all consequential claims as set forth above, and as
the sole right and remedy of the Contractor, the County shall compensate the Contractor
for all authorized Work satisfactorily and responsibly completed through the termination
date. In the event of termination by the Contractor without cause, the following shall
apply: (1) all bonds shall remain fully in force to insure the County's ability to construct the
project for the Contract amount; (2) the County shall have the right to, at its option, solicit
bids for the completion of the unfinished portion of the Work, or to negotiate with the
number two bidder under the original bid; and (3) the Contractor and his surety shall be
jointly and severally responsible for all costs over the original Contract amount incurred by
the County in completion of the project, in addition to liquidated damages, construction
costs, such costs may include engineering, advertising, and administrative expenses
incurred with the solicitations of bids for the completion of the unfinished portion of the
Work. In the event of termination without cause by either party, the obligations of the
Contractor and his surety with respect to the warranty and maintenance shall remain in
full force and effect for the portion of the Work completed by the Contractor and shall not
expire until the expiration of the prescribed time period measured from the final
acceptance of the project in its entirety. These clauses shall survive the termination of this
Contract.
18. NON DISCRIMINATION
Contractor covenants and agrees that Contractor shall not discriminate against
~" 9"
any employee or applicant for employment to be employed in the performance of the
Contract 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 occupational qualification); or because of
marital status, race, color, religion, national origin or ancestry.
19. VERIFICATION OF EMPLOYMENT STATUS
The County will not intentionally award contracts to any contractor who knowingly
employs unauthorized alien workers, constituting a violation of the employment
provisions of the Immigration and Nationality Act ("INA"). The County shall consider the
employment by the Contractor of unauthorized aliens a violation of 8 U.S.C. Section
1324a(e) [Section 274A(e) of the INA]. The Contractor agrees that such violation by the
Contractor shall be grounds for the unilateral cancellation of this Contract by the County.
20. PRODUCTS OR MATERIALS WITH RECYCLED CONTENT
Contractor is required to procure products or materials with recycled content with
respect to Work performed or products supplied under the contract when those products
or materials are available at reasonable prices. A decision to not procure such items
must be based on a determination that such procurement:
a) Is not available within a reasonable period of time; or
b) Fails to meet the performance standards set forth in the applicable
specifications or fails to meet the reasonable performance standards of the agency.
Contractor shall provide the County with a written statement indicating what recycled
products were used or supplied. If a decision was made not to use recycled products,
Contractor shall provide County with a written statement indicating the basis for the
decision using the above criteria.
22. FLORIDA PRODUCED LUMBER
Where applicable Contractor agrees to comply with the provisions of Section
255.20, Florida Statutes, (2005) and as may be amended from time to time.
22. ASBESTOS-FREE MATERIALS
Contractor shall not use any asbestos or asbestos-based fiber materials in the
Work performed under this Contract.
23. ASSIGNMENT
The County reserves the right to freely assign this Contract. The Contractor,
however, shall not assign this Contract to any other persons or firm without first obtaining
"10'
County's written approval. In addition, the Contractor shall not have the right to assign
any or all of its rights and interests under this agreement to any subsidiary or parent
company, or any successor to its business through merger, consolidation, voluntary sale,
or transfer of substantially all of its assets without the express written consent of the
County. For purposes of this paragraph, a transfer of substantially all of its assets shall
be deemed to occur when the owner(s) of more than 50% of the proprietary interest in the
business entity transfer, other than between themselves, their immediate families or their
heirs, such proprietary interest to another person, firm, partnership, corporation or
business entity. Any attempt to effect an assignment without County's prior written
consent shall be deemed a default subject to the remedies provided herein.
24. NO
All notices, requests, consents, and other communications required or permitted
under this Contract shall be in writing and shall be (as elected by the person giving such
notice) hand delivered by messenger or courier service, telecommunicated, or mailed by
registered or certified mail (postage prepaid) return receipt requested, addressed to:
As To County:
With A Copy To:
St. Lucie County Administrator
Administration Annex
2300 Virginia Avenue
Ft. Pierce, FL 34982
As To Contractor:
Waste Pro of Florida, Inc.
4100 Selvitz Road
Fort Pierce, Florida 34981
St. Lucie County Attorney
Administration Annex
2300 Virginia Avenue
Ft. Pierce, FL 34982
or to such other address as any party may designate by notice complying with the terms
of this Section. Each such notice shall be deemed delivered (a) on the date delivered if
by personal delivery, (b) on the date upon which the return receipt is signed or delivery is
refused or the notice is designated by the postal authorities as not deliverable, as the
case may be, if mailed.
25. NON-WAIVER
The rights of the parties under this Contract shall be cumulative and the failure of
either party to exercise properly any rights given hereunder shall not operate to forfeit any
of the said rights.
26. CONFLICT OF INTEREST
The Contractor represents that it presently has no interest and shall acquire no
"llv
interest, either director indirect, which would conflict in any manner with the performance
of services required hereunder, as provided for in Section 112.311, Florida Statutes
(2003) and as may be amended from time to time. The Contractor further represents
that no person having any interest shall be employed for said performance.
The Contractor shall promptly notify the County in writing by certified mail of all
potential 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
Contractor's judgment 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 Contractor may undertake and request an opinion of the
County as to whether the association, interest or circumstance would, in the opinion of the
County, constitute a conflict of interest if entered into by the Contractor. The County
agrees to notify the Contractor of its opinion by certified mail within thirty (30) days of
receipt of notification by the Contractor. If, in the opinion of the County, the prospective
business association, interest or circumstance would not constitute a conflict of interest
by the Contractor, the County shall so state in the notification and the Contractor 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 County by the Contractor
under the terms of this Contract.
27. DISPUTE RESOLUTION
Any disputes relating to interpretation of the terms of this Contact or a question of
fact or arising under this Contract shall be resolved through good faith efforts upon the
part of the Contractor and the County or its Project Manager. At all times, the Contractor
shall carry on the work and maintain its progress schedule in accordance with the
requirements of the Contract and the determination of the County or its representatives,
pending a final resolution of the dispute, including, if necessary, any determination by a
Court of competent jurisdiction. Any dispute which is not resolved by mutual agreement
shall be decided by the County Administrator who shall reduce the decision to writing. The
decision of the County shall be final and conclusive unless determined by a court of
competent jurisdiction to be fraudulent, capricious, arbitrary, so grossly erroneous as to
necessarily imply bad faith, or not be supported by substantial evidence.
28. MEDIATION
Prior to initiating any litigation concerning this Contract, the parties agree to submit
the disputed issue or issues to a mediator for non-binding mediation. The parties shall
agree on a mediator chosen from a list of certified mediators available from the Clerk of
Court for St. Lucie County. The fee of the mediator shall be shared equally by the parties.
To the extent allowed by law, the mediation process shall be confidential and the results
of the mediation or any testimony or argument introduced at the mediation shall not be
admissible as evidence in any subsequent proceeding concerning the disputed issue.
v12V
29. INTERPRETATION; VENUE
This Contract 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 Contract may only be amended by written
document, properly authorized, executed and delivered by both parties hereto. This
Contract 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. In the
event it is necessary for either party to initiate legal action regarding this Contract, venue
shall be exclusively 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.
30. ANTITRUST ASSIGNMENT
The Contractor and the County and the State of Florida recognize that in actual
economic practice, overcharges resulting from antitrust violations are in fact usually
borne by the State of Florida and local governments. Therefore, the Contractor assigns
to the State of Florida and the County any and all claims for such overcharges as to
goods, materials or services purchased in connection with the Contract.
IN WITNESS WHEREOF, the parties hereto have accepted, made and executed
this Agreement in counterparts each of which shall be treated as an original upon the
terms and conditions above stated.
BOARD OF COUNTY COMMISSIONERS
ATTEST: ST. LUCIE COUNTY, FLORIDA
BY:
CHAIR
CLERK
COUNTY ATTORNEY
WITNESSES: WASTE PRO OF FLORIDA, INC.
BY:
Print Name:
Title:
s:\atty\agreemnt\waste pro copper creek.docx
APPROVED AS TO FORM AND
CORRECTNESS:
v13"
~!
ITEM NO. VI-E
DATE: 09/28/10
AGENDA REQUEST
PUBLIC HEARING ( )
LEG. ( )
QUASI-JD ( )
CONSENT (X 1
TO:
SUBMITTED BY:
SUBJECT:
BACKGROUND:
BOARD OF COUNTY COMMISSIONERS
Planning ~ Development Services/Tourism
REGULAR
PRESENTED BY:
Charlotte Lombar
Tourism Coordinator
2010/2011 Contracts for the Treasure Coast Sports Commission
See attached memorandum.
FUNDS AVAILABLE: 611-5210-582000-500
PREVIOUS ACTION: October 13, 2009 -Board approval of 2009 / 2010 Treasure Coast Sports
Commission contracts
RECOMMENDATION: Board approval of the 2010/2011 contracts for the Treasure Coast Sports
Commission for a total amount of $150,000 and authorization for the Chairman to
sign the contracts as prepared by the County Attorney.
COMMISSION ACTION:
(~ APPROVED ( )
( ) OTHER
CONCURRENCE:
DENIED
Approved 5-0
Faye W. Outlaw, MPA
County Administrator
Coordination/Signatures
A~~County Attorney ( ) / ,, / ~ OMB Director ( )
(.(~~ Budget Analyst
Dan McIntyre/K.
MacKenzie-Smith
Originating Dept. ( ) ~- ERD ( )
M. a rlee/
C.Lombard
/ ~~
M. Gouin/P. Marston
n/a
Planning & Development Services
MEMORANDUM
TO: Board of County Commissioners
THROUGH: Mark Satterlee, Planning 8 Development Services Director
FROM: Charlotte Lombard 1~
Tounsm
DATE: September 28, 2010
SUBJECT: 2010/2011 Contracts for the Treasure Coast Sports Commission
ITEM NO. VI-E
Background:
The Treasure Coast Sports Commission (TCSC) has been promoting tourism in the County by
attracting sporting events that provide measurable economic impact to the County and the Treasure
Coast since 1999. At the August 25, 2010 Tourist Development Council (TDC) meeting, the TDC
unanimously recommended the approval of $150,000 of grant funding to the TCSC for the 2010/2011
fiscal year. These funds are generated by the tourist development tax.
Total recommended funding to the TCSC for FY 2010/2011 is $150,000. Below is a breakdown of the
funding allocation:
$ 75,000 -Administrative costs
75 000 -Bids fees and sponsorships
$150,000 -Total
Recommendation
Board approval of the 2010/2011 contracts for the Treasure Coast Sports Commission for a total
amount of $150,000 and authorization for the Chairman to sign the contracts as prepared by the
County Attorney.
ST. LUCIE COUNTY
TOURIST DEVELOPMENT COUNCIL MEETING
Wednesday August 25, 2010 0 12:30 P.M.
MINUTES
Members present: Commissioner Chris Dzadovsky, Chairman
Christopher Egan, Vistana's Beach Club -Sheraton PGA
Marilyn Minix, Road Runner Travel Resort
Michelle Valvano, Perfect Drive Golf Villas
Pam Haney, Holiday Inn Express
Members absent: Councilwoman Linda Bartz, City of Port St Lucie
Commissioner Eddie Becht, City of Fort Pierce
Paul Taglieri, St. Lucie Mets
Jill Hanson, Residence Inn by Marriott
Staff present: Charlotte Lombard, Tourism Development Manager
Katherine Mackenzie Smith, Assistant County Attorney
Jennifer Garrity, Recording Secretary
Terri Ann Palumbo, Executive Assistant to Comm. Dzadovsky
Also present: Tom Colucci, Treasure Coast Sports Commission
Cathy Matos, Homewood Suites
Loretta Milian, St. Lucie County Chamber of Commerce
Erica Byfield, Comet Creative
Carla Scheifele,- Hilton Garden Inn
Harold Smyth, Economic Transformation Team of Fort Pierce
Raymond J. Nau, Melbourne Airport Authority
Bob Baldassari, PGA
Jo Seiler, Hampton Inn & Suites
AI Scholliamos, Castle Pines Golf Villas
Arlo Koletzky, St. Lucie County Chamber
Paul Schall, German Marketing Cooperative
Ed Griffith, Courtyard Marriott, Martin County HMA
1. CALL TO ORDER: Commissioner Dzadovsky called the meeting to order at 12:32
PM.
2. ROLL CALL: Jennifer Garrity called roll.
3. SELF INTRODUCTION OF GUESTS: Attending guests identified themselves.
Tourist Development Council Meeting 0 August 25, 2010
4. APPROVAL OF MINUTES
The minutes from July 14, 2010 were approved unanimously.
5. FINANCIAL
a. Charlotte Lombard reported that the June 2010 numbers were $154,123.00,
which is up 4% from June 2009. Numbers are up 1 % year to date from this
time last year.
b. P & L report was passed out to the TDC members. Report attached.
6. 2011 BUDGET PRESENTATION
Charlotte gave a presentation on the 2011 TDC budget and travel schedule.
Discussion ensued. Michelle Valvano made a motion to approve the 2011
TDC budget and travel schedule. Marilyn Minix seconded. Unanimously
approved. Presentation attached.
7. ST.LUCIE COUNTY TOURIST DEVELOPMENT COUNCIL MISSION STATEMENT
Charlotte presented mission statements from other TDC's and CVB's in Florida.
Commissioner Dzadovsky recommended Charlotte come back to the next TDC
meeting with a draft of the TDC mission statement.
8. PUBLIC COMMENT
Katherine MacKenzie-Smith spoke about the online retail travel companies and
the settlement in the class action lawsuit.
Buzz Symth spoke about the SKA fishing tournament and concerns about being
prepared. AI Scholliamos mentioned that he had received a couple of phone
calls from the SKA participants and there was concern about the lack of
knowledge of the area. Tom Colucci reassured the TDC members and
attendees that the SKA tournament preparation is under control. Mr. Colucci
mentioned the SKA meeting that is taking place at his office August 31 at 10:00
am and invited anyone that would like to attend to learn more about the event
and sponsorship opportunities. Mr. Symth also spoke about the relationship
with the Bahamas and St. Lucie County.
Page 2 of 3
Tourist Development Council Meeting 0 August 25, 2010
Ray Nau from the Melbourne International Airport spoke about the new airlines
that are being stationed at the airport. He also spoke of the new 95 interstate
exit to the airport.
Bob Baldassari, PGA, spoke about the Patriot Golf Day September 4, 2010.
Erica Byfield mentioned the Homerun Music Festival being held September 25,
2010 at Digital Domain Park.
John Wilkes from the Sunrise Theatre mentioned the Sunrise Advantage Plan.
Chris Egan mentioned the Martin County Chamber Golf Tournament October
29, 2010.
9. ADJOURNMENT
The meeting adjourned at 2:08 P.M.
Page 3 of 3
FY 2010/2011
GRANT CONTRACT
(Bid Fees and Sponsorships)
THIS CONTRACT, made this day of 2010, between ST. LUCIE
COUNTY, n political subdivision of the State of Florida, hereinafter called the "County",and
TREASURE COAST SPORTS COMMISSION, INC. , n 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 ns follows:
1. The County shall disperse to the Recipient n grant in the total amount of
seventy-five thousand and 00/100 dollars ($75,000). The County shall reimburse the
Recipient's sports event bid fees in accordance with the following schedule:
October 15, 2010 $20,000
January 15, 2011 $40,000
April 15, 2011 $15,000
The Recipient shall submit a written report on each event funded by the grant to
Tourism Development Manager within thirty (30) days after the completion of the events
written report. The report on the event(s) funded by the grant shalt include, but not be
limited to, the number of attendees nt the event, a list of hotels and/or other
accommodations used by participants and attendees nt the event, the number of room nights
generated by the event and a copy of the brochure, flyer or poster used to market the event.
2. The Recipient shall expend grant monies towards bid fees and sponsorships of
events within St. Lucie County based on the number of attendees at the event, hotels and/or
other accommodations used by participants and attendees at the event, and room nights
generated.
3. The Recipient shall have internal fiscal controls adequate to safeguard the
grant funds.
4. If the grant cannot be used or a subsequent audit reveals the grant was not
used according to this Contract, any money not used shall be reimbursed to the County.
5. The Recipient shall provide an audit, by n certified or duly licensed public
accountant, of the expenditure of the grant. In the alternative and subject to the prior
S:\ATTY\AR2EEMNT\CONTRACT\tcsc-bidfees-spmsorsh'gs-Il.wpd -1-
written approval of the County Management and Budget Director, 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 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 Inws, rules and
regulations.
9. All publications issued by the Recipient shall include the following statement:
"Sponsored in part by the St. Lucie County Board of County Commissioners and the St. Lucie
County Tourist Development Council". In the alternative, Recipient shall use the Tourist
Development Council's logo, subject to prior approval of the St. Lucie County Tourism
Marketing and Public Relations Specialist.
10. Either party may terminate this Contract with or without cause upon thirty (30)
days 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 the termination notice.
11. Any notice shall be in writing and sent registered or certified moil, 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 a Copy to: St. Lucie County Attorney
Administration Annex
5:\ATTY\AQ2EEMNT\CONTRACT\tcsc-bidfeu-sponsorshps-11.wpd -2-
2300 Virginia Ave., 3rd Floor
Fort Pierce, FL 34982
To the Recipient: Treasure Coast Sports Commission, Inc.
Tradition Fietd Sports Complex
527 NW Peacock Boulevard
Port St. Lucie, Florida 34986
12. No amendment, modification or waiver of this Contract 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 Contract shall be binding upon and shall
insure to the benefit of the parties.
14. This Contract embodies the whole understanding of the parties. There are no
promises, terms, conditions or obligations other than those contained herein, and this
Contract shall supercede all previous communications, representations oragreements, either
verbal or written, between parties hereto.
15. All interpretations shall be governed by the laws of the State of Florida. In
the event it is necessary for either party to initiate legal action regarding this Contract,
venue shall be in the Nineteenth Judicial Circuit for St. Lucie County, Florida, for claims
under state Inw and the Southern District of Florida for any claims which are justiciable in
federal court.
IN WITNESS WHEREOF, the parties hove caused the execution by their duly
authorized officials ns of the day and year first written above.
ATTEST:
BOARD OF COUNTY COMMISSIONERS
ST. LUCIE COUNTY, FLORIDA
BY:
DEPUTY CLERK CHAIRMAN
DATE:
5:\ATiY\A6REEMNT\CONTRACT\test-bidfees-spmsorshps-ll.wpd -3-
APPROVED AS TO FORM AND
CORRECTNESS:
ATTEST:
SECRETARY
COUNTY ATTORNEY
TREASURE COAST SPORTS COMMISSION,
INC.
BY:
DATE:
PRESIDENT
5:\ATTY\AGREEMNIICONTRALTItcsc-bidfeu-sponsorships-11.wpd ~~-
FY 2010/2011
GRANT CONTRACT
(Administrative Costs)
THIS CONTRACT, made this day of , 2010, between ST.
LUCIE COUNTY, n 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 in the total amount of seventy-five
thousand and 00/100 dollars ($75,000.00) for administration costs. The County shall disperse the
grant funds in accordance with the following schedule:
October 15, 2010 $7,500.00
November 15, 2010 $7,500.00
December 15, 2010 $7,500.00
January 15, 2011 $7,500.00
February 15, 2011 $7,500.00
March 15, 2011 $7,500.00
April 15, 2011 $7,500.00
May 15, 2011 $7,500.00
June 15, ZO11 $7,500.00
July 15, 2011 $7,500.00
2. The Recipient shall use the grant monies for the operational expenses associated with
its efforts to attract, stimulate, and promote sporting events in St. Lucie County from the date first
above written through and including September 30, 2011. Operational expenses shall be limited to staff
salaries, office supplies, equipment, marketing, and advertising costs. The Recipient shall submit
quarterly written 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. The reports shall be delivered on or before February 1, 2011, May 1, 2011, August 1, ZO11, and
November 1, 2011.
3. The Recipient shall hove internal fiscal controls adequate to safeguard the grant funds.
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.
5. 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 Administrator and Budget Director, 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 Contract, to audit the use of the grant monies. Upon demand, the
5:\ATTY\AGREEMNT\CONTRACT\tcsc - Adminll.wpd
County shall hove access to and the right to examine nny 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 Board of County Commissioners and 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 Development Manager.
Z0. Either party may terminate this Contract with or without cause upon thirty (30) days
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.
Tradition Field
527 NW Peacock Boulevard
Port St. Lucie, Florida 34986
12. No amendment, modification or waiver of this Contract shall be valid or effective unless
in writing and signed by both parties and no waiver of any breach or condition of this Contract shall be
deemed to be n waiver of any other conditions or subsequent breach whether of like or different
nature. If the County currently provides or subsequently provides nny forms for contract modification,
Recipient agrees to use said forms.
S:\ATTY\AGREEMNT\CONTRACT\tcsc - Adminll.wpd 2
13. Except as otherwise provided, this Contract shall be binding upon and shall insure to the
benefit of the parties.
14. This Contract embodies the whole understanding of the parties. There are no promises,
terms, conditions, or obligations other than those contained herein, and this Contract shall supercede
all previous communications, representations or agreements, either verbal or written, between the
parties hereto.
IN WITNESS WHEREOF, the parties have cnused the execution by their duly authorized
officials as of the day and year first written above.
ATTEST:
DEPUTY CLERK
ATTEST:
SECRETARY
BOARD OF COUNTY COMMISSIONERS
ST. LUCIE COUNTY, FLORIDA
BY:
CHAIRMAN
DATE:
APPROVED AS TO FORM AND
CORRECTNESS:
BY:
COUNTY ATTORNEY
TREASURE COAST SPORTS
COMMISSION, INC.
BY:
PRESIDENT
DATE:
(SEAL)
5:\ATTY\AGREEMNT\CONTRACT\tcsc - Adminll.wpd 3
MOSQUITO
CONTROL
DISTRICT
MOSQUITO CONTROL DISTRICT
www.co.st-lucie.fl.us
www.stlucieco.org
l~lliaiiilUlil~lii~till~l[iil~li~3iillli~lllfili{itiilltiiiiiidll~~~li>iiilltlf~t~~~1~~~~tNlli{4i~i'~iilii(#Illlt~~iiiil~~ltttiillfl~l~if~l~iitlllhtlltill{lii3#liillltiNi~lililiiiltl~l
Chris Dzadovsky, Chairman District No. 1
Paula A. Lewis, Vice Chair District No. 3
Doug Coward District No. 2
Charles Grande District No. 4
Chris Craft District No. 5
iiiiiiltiiuiiliiilillilllilitl$~ii>i~i<~~Itilfi~afii~~~~il~i~i4t~~iit~il ilii~~~il~~i1 Gii~~i~~~l~~l iiil~~ii~~i~iiil~~)<l~i~[flftll fill ~~~~itl i-iitlit~~~i)ili{)l tlili~iiii~~l ii1j17iiiiii iil~ir
MINUTES
Approve the minutes from the September 14, 2010 meeting.
GENERAL PUBLIC COMMENT
III. CONSENT AGENDA
A. WARRANTS
Approve warrant list No. 51 and 52.
NOTICE: All Proceedings before this Board are electronically recorded. Any person who decides to appeal any action taken by the Board at these meetings will
need a record of the proceedings and for such purpose may need to ensure that a verbatim record of the proceedings is made. Upon the request of any party to
the proceedings, individuals testifying during a hearing will be sworn in. Any party to the proceedings will be granted the opportunity to cross~xamine 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 Director at (772) 462-1777 or TDD (772) 462-1428 at least forty-eight (48) hours prior to the meeting.
MOSQUITO CONTROL DISTRICT
ST. LUCIE COUNTY, FLORIDA
REGULAR MEETING
Date: September 14, 2010 Convened: 9:35 a.m.
Adjourned: 9:36 a.m.
Commissioners Present: Chairman, Chris Dzadovsky, Chris Craft, Paula A. Lewis, Doug Coward, Charles
Grande
Others Present: Faye Outlaw, County Administrator, Dan McIntyre, County Attorney, Joseph E. Smith, Clerk
of the Circuit Court, Mark Satterlee, Planning and Development Services Director, Jim David, Mosquito
Control Director, Millie Delgado-Feliciano, Deputy Clerk
MINUTES
Approve the minutes from the August 24, 2010 meeting.
It was moved by Com. Grande, seconded by Com. Coward to approve the minutes of the meeting held
August 24, 2010, and; upon roll call, motion carried unanimously.
II. GENERAL PUBLIC COMMENT
III. CONSENT AGENDA
It was moved by Com. Craft, seconded by Com. Coward, to approve the Consent Agenda, and; upon roll call, motion
carried unanimously.
A. WARRANTS
Approve warrant list No. 48, 49 and 50.
The Board approved Warrant List No. 48,49 and 50.
B. COUNTY ATTORNEY
Contract for Sale and Purchase -Heavy Machines Company Inc. a/k/a the Alghita Tract -
Parcel I.D. No. 1423-130-0021-000-5
The Board approved the Contract for Sale and Purchase, authorized the Chairman to sign
the Contract, approved Budget Amendment BA 10-035 and directed staff to record the
documents in the Public Records of St. Lucie County, Florida.
2. Florida Department of Agriculture and Consumer Services -Second Amendment of FY
2009-10 Contract
The Board approved the proposed Second Amendment to the FY 2009-10 Contract with
the Florida Department of Agriculture and Consumer Services, and authorized the
Chairman to sign the amendment.
There being no further business to be brought before the Board, the meeting was adjourned.
Chairman
Clerk of the Circuit Court
09/17/10 ST. LUCIE COUNTY - BOARD
FZABWARR WARRANT LIST #51- 11-SEP-2010 TO 17-SEP-2010
FUND SUMMARY- MOSQUITO
FUND TITLE EXPENSES
145 Mosquito Fund 254,718.81
GRAND TOTAL: 254,718.81
PAGE 1
PAYROLL
36,854.86
36,854.86
09/24/10 ST. LUCIE COUNTY - BOARD
FZABWARR WARRANT LIST #52- 18-SEP-2010 TO 24-SEP-2010
FUND SUMMARY- MOSQUITO
FUND TITLE EXPENSES
145 Mosquito Fund 77,247.28
GRAND TOTAL: 77,247.28
PAGE 1
PAYROLL
0.00
0.00
EROSION
DISTRICT
EROSION DISTRICT
www.co.st-lucie.fl.us
www.stlucieco.org
iiiiiiiiltiiiiiiiSl~liiiUiiiiuiiiiiiiiliiiiiii-itliifiiilliiiii~~~~liiiil~ll~±il~iitii~~>;~3iill[iii~1~[iiiiiiiiiiiiNiOll~ijfili~~I1~~i~i~lli~Eiiii~~liiif1i11t1iliifYiifiiitiiti[lidiul[iiiiiiiliii~
Chris Craft, Chairman District No. 5
Charles Grande, Vice Chairman District No. 4
Doug Coward District No. 2
Chris Dzadovsky District No. 1
Paula A. Lewis District No. 3
iiii i iii iif>il~tliiiiliiiillliliiit~tiiiiiti~liiiliiiilll~tUtiiiiii.iiiliiiiiiiiiiiii~i~iiiiiiikiiirl-liiilliillfiiiit[Illittltuilliil~~illiilliiLiii~i~llifiUlifiilltiiil lil lii{aiiiiiliiii iii i iiiiiiitiG~~
MINUTES
Approve the minutes from the September 14, 2010 meeting.
GENERAL PUBLIC COMMENT
III. CONSENT AGENDA
A. WARRANTS
Approve warrant list No. 51 and 52.
NOTICE: All Proceedings before this Board are electronically recorded. Any person who decides to appeal any action taken by the Board at these meetings will
need a record of the proceedings and for such purpose may need to ensure that a verbatim record of the proceedings is made. Upon the request of any party to
the proceedings, individuals testifying during a hearing will be sworn in. Any party to the proceedings will be granted the opportunity to cross-examine any
individual testifying during a hearing upon request. Anyone with a disability requiring accommodation to attend this meeting should contact the St. Lucie County
Community Services Director at (772) 462-1777 or TDD (772) 462-1428 at least forty-eight (48) hours prior to the meeting.
EROSION DISTRICT
ST. LUCIE COUNTY, FLORIDA
REGULAR MEETING
Date: September 14, 2010 Convened: 9:36 a.m.
Adjourned: 9:40 a.m.
Commissioners Present: Chairman, Chris Craft, Chris Dzadovsky, Paula A. Lewis, Doug Coward, Charles
Grande
Others Present: Faye Outlaw, County Administrator, Dan McIntyre, County Attorney, Joseph E. Smith, Clerk
of the Circuit Court, Millie Delgado-Feliciano, Deputy Clerk
MINUTES
Approve the minutes from the August 24, 2010 meeting.
It was moved by Com. Coward, seconded by Com. Grande, to approve the minutes of the meeting held
August 24, 2010, and; upon roll call, motion carried unanimously.
II. GENERAL PUBLIC COMMENT
III. CONSENT AGENDA
It was moved by Com. Coward, seconded by Com. Grande, to approve the Consent Agenda, and; upon roll
call, motion carried unanimously.
A. WARRANTS
Approve warrant list No. 48, 49
The Board approved Warrant List Nos. 48 and 49
There being no further business to be brought before the Board, the meeting was adjourned.
Chairman
Clerk of the Circuit Court
09/17/10 ST. LUCIE COUNTY - BOARD
FZABWARR WARRANT LIST #51- 11-SEP-2010 TO 17-SEP-2010
FUND SUMMARY- EROSION
FUND TITLE EXPENSES
184 Erosion Control Operating Fund 3,445.80
GRAND TOTAL: 3,445.80
PAGE 1
PAYROLL
4,403.86
4,403.86