Loading...
10/03/1994 t,,'. ,-t.'; ! I I " !i :t i , '., t ~..." ~\ ~ it- f a i AGENDA ",1 DATE +(63~ J " ---......--.......... ...... . ~ 1 CITY COMMISSION MEETING 10 .3 ,q i " {~~;~. " ; , . '(~~; ~J ~r; ~1 L' ~:! ;2 "'.: 7i 1 ~ ACTION AGENDA - CLEARWATER CITY COMMISSION MEETING Monday, October 3, 1994 - Chambers following CRA which begins at 9:00 A.M. but no later than 10 A.M. Welcome. We are glad to have you join us. If you wish to speak please wait to be recognized, then state your name and address. Persons speaking before the City Commission shall be limited to 3 minutes. No person shall speak more than once on the same subject unless granted permission by the City Commission. ANY PERSON WITH A DISABILITY REQUIRING REASONABLE ACCOMMODATION IN ORDER TO PARTICIPATE IN THIS MEETING, SHOULD CALL 813/462-6684. 1. Pledge of Allegiance 2. Invocation 3. Service Awards 4. Interim City Attorney Report Convene as Pension Trustees 5. Approval of Minutes - Regular Meeting 9/12/94 & 3 Special Meetings of 9/15/94 1 . Mayor. 2. William C. Baker, Assistant City Manager. 3. Employee of the Month - 9/94 - Zane Cecil, Parks & Recreation Department. 4. Alan Zimmet reported the Municipal Services Complex bond validation has been continued to 10/6/94 at noon. He reported the second hearing re the Ice House to be rescheduled. He reported he has been asked by the Human Resources Director & the new City Attorney to evaluate the Assistant City Attorneys. Commission agreed. Convene as Trustees 10:10 a.m. Reconvene as Commission 10: 11 a.m. 5. Approved 9/12/94 as corrected, 9/15/94 meetings as submitted. 6. PRESENTATIONS a) Parks & Recreation Board - Annual Report Report received. a) 7. - Citizens to be heard re items not on the Agenda - None. CITY MANAGER REPORTS CONSENT AGENDA (Items #8-20) - Approved as submitted less #s 8, 9 & 11. The following items require no formal public hearing and are subject to being approved in a single motion. However, any City Commissioner or the City Manager may remove an item from the Consent Agenda to allow discussion and voting on the item individually. 10/3/94 1 8. Line of Credit lease/purchase financing 8. Approved. agreement for 1994-95 with Barnett Bank of Pinellas County to provide $ 5 ,800,000 to cover planned equipment acquisitions; i authorize all uncompleted acquisitions , previously approved for financing under l 1 current agreement with Security Capital ~ !, Corp. to be financed under this new " ~ agreement; provide that all other terms and i '. ~ conditions of the original approval remain 'l: I unchanged (AS) ~l! ',. '. 9. Continued participation with Florida 9. Approved. .* ;~ :f Municipal Natural Gas Association it; ~, (FMNGA) in joint representation of issues n i~ thru use of FMNGA's counsel, Miller, Balis ~ '1 & O'Neil (MBO); to employ MBO directly to ~ represent the City on issues before the Federal Energy Regulatory Commission for an est. annual total budget amount of $ 50,000 for both types of representation for FY 94/95 (GAS) 10. C.O. to JPA with FOOT to relocate natural gas mains during the widening of East Bay Drive, from Belcher Road to US19N, increasing the amount by $41,463. 12 for a newest. total of $1 22,463.12 (GAS) 11. Retain law firm of Moore, Williams, Bryant, 11 . Approved. Peebles & Gautier, P.A., Tallahassee, FL, to represent Clearwater Gas System in a territorial dispute with Peoples' Gas filed with the Florida Public Service Commission for an est. $50,000 (GAS) 12. Purchase of 8 1994 Chevrolet 1/2-ton pickup trucks from Kaiser Buick, Pontiac, GMC Truck of Deland, FL, for $87,064; financing to be provided under city's proposed master lease/purchase agreement with Barnett Bank of Pinellas County (GS) 13. Contract to renovate 2nd & 3rd floors of the Clearwater Main Library to Designwise Building Contractors, Inc., Clearwater, FL, for $26,980 (LIB) 14. Waiver Agreement to Ch. 33, Art. V, to Charles Alexiou and Ypapanti Alexiou (MR) 15. Continuation of Clearwater Pass Bridge Monitoring Program with Kisinger, Campo and Associates for the period 10/3/94- 9/30/95, for $88,500 (PW) 10/3/94 2 16. Extension of contract for purchase of bioassay testing with Marinco Bioassay Laboratory, Sarasota, FL, for the period 11/1/94-10/31/95, for $18,600 (PW) 17. Contract for mowing Clearwater Airpark to Landscape Management of Tampa, FL, for the period 10/3/94-9/30/95, for a cost of approx. $17,000 (SW) 18. Contract for 35MM micrographic services to Micro Image, Inc., Tampa, FL, for the period 10/4/94-10/3/99, at an est. $10,000 for 94/95 budget year (CLK) 19. No item. 20. Contract for dry cleaning, laundry, & alteration services for the Police & Fire Departments to North Hercules Cleaners, Clearwater, FL, for the period 10/1 5/94- 10/14/95, at an est. $16,500 (PO) OTHER ITEMS ON CITY MANAGER REPORT 21. Marine Advisory Board - 1 appointment (eLK) 22. Municipal Code Enforcement Board - 3 appointments (eLK) 23. Environmental Advisory Board - appointments 21. Appointed Ernie Cline. 22. Reappointed Peg Rogers, Louise Riley & Stephen Swanberg. 23. For 1 year term - Brian Morris & Diane Ingram; 2 year term - George Davis & John Jenkins; 3 year term - Mike Foley, Early Sorenson & Allan Stowell; & 4 year term - Anne Garris, Lisa Lanza and Jill Melkonian. 24. a) No action. 24. Other Pending Matters a) Chamber of Commerce Property b) Process for appointment of Hearing Officers under Civil Service Ordinance b) Staff directed to pursue changes to use list of local attorneys. CITY ATTORNEY REPORTS 25. Other City Attorney Items 25. None. 26. City Manager Verbal Reports 26. City Manager offered sympathy to the families of Pete Kanaris & Cynthia Propheter. 1 0/3/94 3 r " " .' , ' . . .' ',' .,'., <r' ',' f',. '.' /.. , . ~ .". .'. " \. .' . . ' ~ ~ City Manager stated the Economic Development, Human Resources, Gas, Parks & Recreation, and Public Works Departments would be at the 10/94 Town Meeting at Martin Luther King Recreation Center; questioned if the Commission wished others to be there. The Police Department was requested. City Manager requested the location of departments in the new Municipal Services Building be a staff decision - Consensus o.k. Request for information re names & location of departments remaining in City Hall. City Manager presented a request received 9/30 from Scientologists to close Ft. Harrison Avenue on 10/8. Request denied. i ~ ~ 1 '! 27. Commission Discussion Items a) Training Program discussed in Alan Ferri's memo of 9/5/94 (Deegan) b) Advisory Board Annual Report Format 27. a) Discussed. Clarification re references to new HUD regulations requested. c) Harborview Center Costs b) Approved. Reports from BAA/BF & CSB requested. c) Actual costs for Phases 1 & 1 A and estimates for Phase 2 provided. 28. Other Commission Action 28. Berfield questioned if the letter from One- Hour Photo was being taken care of. Staff responded it was. She questioned if an item re managerial services for the Conference Center will be coming forward. It was indicated it is. Berfield gave the City Manager a complete set of Jolley Trolley tokens. Fitzqerald questioned if staff was looking into the Pinellas County Legislative Delegation request. Ms. Rice indicated yes. Fitzqerald referenced a memo which indicates some cruise lines are collecting sales tax. Ms. Rice indicated a letter re Empress Cruise Lines has been sent to the Department of Revenue. She also indicated the Equity Study Commission is reviewing the Iice~se fee. Deeqan requested the Clearwater Aquatic Team's request be placed on the 10/6/94 agenda. 1 0/3/94 4 " . .~ 29. Adjournment He questioned how to respond re the Film Commission's proposed interlocal agreement. Feedback is to be given to Ms. Rice. 29. 1 :17 p.m. Convene in closed bargaining session I I I i 10/3/94 5 i i l AGENDA DATE /O-$-CJ<t iTEM # 4 I IJ/O C;S 11...........--.. _............ .. . SEP 27 '94 02:48PM f\e:= 4 CITY OF CLEARWATER P.O. BOX 4748 CLEARWATER, FLORIDA 34618-4748 P. 1 " City Commission :MEMORANDUM . -~1:J- ~ . '. c> I . . DATB: September 26) 1994 'i' . .,....... Wtr\I r'o, Oat, SEP 211994 Clly lIw.-. u' TO: Alan Zimmet, Interim City Attorney FROM: Prod A. Thomas, Commissioner SUBJECT: Review of Assistant City Attorney "',~ COPIES: City Manager, Mayor, Commissioners -----------..-----------_..--------_.__...~~---------_...---~---------_..--------------~.---------------..~-.~-_._- I have heard that you plan to do the reviews of the Assistant City Attomeys. Before you offJciat1y begin this process, let it become part of the Commission Meeting discussion. "./' Even though you have been working with them for a very shott period of time, I question the validity of you doing a review of the existing Assistant City Attorneys. I also question the fact that we would have to pay you a lot of money to do it. I bfilleve that the Assistant City Attorneys would be better served by you voicing your opinion privately to the new City Attorney and let the new City Attomey conduct her own reviews six months from now. I want to make sure it is on the Agenda. FAT/sr "'. ',. :;~ ' , , ',.. ','. ", ..' ", ' "\' ...,' ", ,', '. . ,:'.:,' ,:, ,'-:-, ;",',', . I ' ". '. ... '., 1 . ,...." - '. "" .', '." '.. ' . , . '- . ~. '. . . . ", " ' '. ' .". . . . . ' . , ," " "..,', '. I , ", ^ ,.' ,'.. ", " " :' " f""" , . \ Clearwater City Commission Agenda Cover Memorandum I tern # Meeting Date: cz' 10.311. SUBJECT: LINE OF CREDIT LEASE PURCHASE FINANCING AGREEMENT FOR 1994-1995 'J.' " li 1~ RECOMMENDATION/MOTION: .. -'J .~~~ '., Accept the proposal of Barnett Bank of pinellas County to provide a $5,800,000 line of credit to cover all planned lease purchase equipment acquisitions for fiscal 1995, and authorize all uncompleted equipment acquisitions previously approved for financing under the current agreement with Security Capital Corporation to be financed under this new agreement, provide that all other terms and conditions of the original approval remain unchanged ~~ ''''' ::, ~ ~~ .:~~ ~ ", ~ ~. i '; .{ ~ and that the appropriate officials be authorized to execute same. !i BACKGROUND: Each year, the city solicits proposals for lease purchase (installment sale) financing for our upcoming fiscal year. The bidders bjd a percentage of the weekly average index for the five year Treasury Notes as published by the Federal Reserve Board. Last year's contract was awarded to security Capital Corporation with a bid of 97.9875% of the five year Treasury rate. A complete summary of bids received is as follows: Lender Bid Rate Barnett Bank of Pinellas County Koch Financial Corporation GE Capital Public Finance First Public Finance Corp. AT&T Capital Corporation Summit Capital Asset Funding, Inc. 85.0500% 85.3750% 86.2629% 90.4800% 93.3500% 93.5000% It should be noted that both GE Capital Public Finance and Summit Capital Asset Funding, Ine have submitted alternative bids. The GE Capital Public Finance alternative bid uses a formula made up of four components to determine the interest rate. The Summit capital Asset Funding alternative bid is an "Escrow Funding" bid and would commit the City to borrow the entire $5,800,000. Staff Reviewed by: Legal Budget Purchasing Ri sk Mgmt. CIS ACM Other N/A Origin9fing Dcpt: / - DOAS/ Finance ~ Costs: $ N/A Total Comnission Action: o Approved o Approved w/conditions o Deni ed o Continued to: ~ $ N/A Current Fiscal Yr. r') Advertised: Dote: Poper: o Not Requi red Affected Part i es o Notified o Not Requi red Funding Source: o Capital Imp. o Operating o Other Subni ttcd by: cl M.F Appropriation Code: Attachments: Barnett Bank proposal Purchasing responding vendor list Agreement o None - 2 - has reviewed both of the alternative bids and found that it is not in the city's best interest to consider either alternative. In general, the proposals received were considerably better this year than last, reflecting, we believe, both a more favorable regulatory environment and stiff competition among the lenders. The most recent five year Treasury average weekly rate was 6.96%, which would result in a current borrowing rate of 5.91948% (85.05% times 6.96%). Approval of this proposal does not represent a commitment to borrow. Decisions to lease purchase specific items of equipment must be approved by the City commission throughout the year on an individual basis. .. . . . . . \ Barnett Bank of Pinellas County Hand Delivered to 711 Maple Street Post Office Box 12288 Sl. Petersburg. Florida 33733-2288 August 9, 1994 . .. Mr. George B. McKibben Purchasing Manager City of Clearwater Post Office Box 4748 Clearwater, Florida 34618-4748 I ' Re: Request For Proposal No. 181-94 Lease Purchase Financing Dear ~1r. McKibben: . City of Clearwater In response to the above referenced Request For Proposal (RFP), we are pleased to submit the follow lng proposal: Lessee: Lessor: Barnelt Bank of Pi~ellas County Equipment: As set forth in the RFP Equipment Cost: Not to exceed $5,800,000.00 Minimum Contract Amount: $20,000 Term: Five (5) years from Commencement of each Contract Com mencement: Various dates between October 1, 1994 and September 30, 1995 Payments: 20 substantially equal quarterly installments due on March 31, lone 30, September 30, and December 31 of each year regardless of the Commencement date of each Contract. Rate: Fixed for each ContraGt based upon a rate equal to 85.05 % of the then current weekly average rate for five (5) year Treasury constant maturities as released each week by the Federal Reserve Board. Title: Title to the Equipment shall remain in Lessee upon payment of all amounts due under the Contract. ~ssor agrees to use ,the City of Clearwater Contract For Installment Sale and Purchase . , ' ~ubmitted by the Lessee in its Request for Proposal as the basis for documenting the transaction proposed herein. However, use of such Contract is expressly subject to modifications to the ctocument as well as inclusion of additional documents necessary for qualified coun~el to render an opinion that all provisions of the Contract are enforceable and that interest unde,r the Contract i~ exempt from federal income taxation. If interest under the Contract is ever subject to federal income:tax, during the period of taxability, the rate under each Contract will be 113.9% of the . 5 year-"rea.sury constant maturity in effect for each funding under the Contract. Funding of the . transaction proposed herein is expressly subject to the execution and delivery of final transaction documentation acceptable to Lessor. '.f\.Jlnual Reporting Requirements: (A) City to furnish CPA audit annually to Lessor within thirty (30) days of receipt from independent auditor. I (B) City to furnish annual budget to Lessor by September 1 of each year. " (C) Fiscal Manager to certify to Lessor by September 1 of each year that debt service for the subject credit facility is included in annual budget. This proposal will expire on November 12, 1994 unless previously accepted by Lessee. Closing must take place concurrently with the first funding under the Contract. No funding may occur after September 30, 1995. Thank you for the opportunity to proviae this financing proposal. . We appreciate the depository relationship we have with the City of Clearwater and look forward to expanding our relationship. Please call me at 539-9061 with any questions. Sincerely, Ek~ Frank A. Parrella Vice President/Team Leader Corporate Banking 813-539-9061 FAP!smb Accepted by: Date: Title: attachments: Florida Statutes Statement Drug Free Statcme;nt /t;'.t ( ;.: L .1 : " ,.' , ~", ",,;' , ~ ,.. l II' "".I . .. ':J~ ~O :', I ' ,)' . ~ ~ ,l fl. 41 '; <<",,: '" , , f~! . , . .. : . . ,'" . ..' . . ~ .' . . . ~ ' ~ ~ .' . . ~~ '. , ')." <.\ CITY OF CLEARWATER, FLORIDA RFP 181-94 OPENED AUGUST 12, 1994 LEASE PURCHASE FINANCING SUN BANK 200 S. ORANGE AVENUE ORLANDO, FLORIDA KOCH F INANC IAL D. MCDERMOTT 3530 ASHFORD DUNWOODY ROAD SUITE 152 ATLANTA, GEORGIA FIRST PUBLIC FINANCE CORP. 5800 E. SHELLY DRIVE TULSA, OKLAHOMA BARNETT BANK FRANK A. PARRELLA P.O. BOX 12288 ST. PETERSBURG, FL GE CAPITAL PUBLIC FINANCE 8400 NORMANDALE LAKE BLVD. SUITE '470 MINNEAPOLIS, MINNESOTA AT&T CREDIT CORP. 137 COOPERS POND DRIVE LAWRENCEVILLE, GEORGIA SUMMARY OF RFP 181-94 BIDS SOLICITED: 41 BIDS RECEIVED: ~- 6 NO RESPONSE:, NO BID RESPONSE: 30 5 SUMMARY OF NO BID RESPONSES DO NOT OFFFER 1 (!) ? CITY DOES NOT QUALIFY FOR TAX FRE , UNABLE TO MEET SPECIFICATIONS 2 t I UNSECURED NATURE OF CREDIT' 1 : 1,' t' ~~~. ~ .. . ". '. ~". . ."" '.' . . . .'. ' , . , \', ..: 1994-95 (' Combined List PNC Leasing Corp, Ke~tucky Attn: Ann Larabee . / 201 South Orange Ave,. Suite 7S Orlando. Fl. 32801 MLC Group, Inc. , 11150 Sunset Hills #24Q ~ Res ton, VA, 22090 \:" Advanta Public Finance P.O. Box 1228 Voorhees, NJ 08043-1228 Mr. Ken Sutherland Leasing Of Eicer . / LTI Muncipal Leasing ad. P.O. Box 3503 West Palm Beach, Fl 33402 / Caryle Capital Markets Inc. ~ 14755 Preston Road, Suite 42q/ Dallas, TX 75240 "" '1" .' Ms. Patricia Taylor ' Vice f>resid~nt, Corpora]; Banking Florida National Bank .".. P.O.. Box 30230 100 South Ashley Drive ' Tampa, FL 33630 Bay Resources 5429 Beaumont Center #800 Tampa, FL 33634 t Darrell G~. Jarman Senior Accoun t Execu ti ve E.F. Hutton Governmental Leasing Corp.; 106 West 11th Street, Suite 1530 ' Kansas City, Missouri 64105 ! J' Wade Miller Associates" Inc. 1911 North Ft.. Myer Drive Arlington, Va 22209 I ,/ J I' ,. . -.. ":.-" ,.... - --- ... .-... ~. ..". ~6m~~ M. Graham Citizens & Southern Capital,Corp 1715 N. Westshore Blvd. Suite 190, ' ". Tampa, FL 33607 .. ...~.__......, " ~ tJ / +J . ~1) l :(,J'- 11 \ ~: 0.> y; ,)) .J/ Qt.-v Delta Business Systems J' 5440 Beaumon t Cen ter #400. Tampa, FL 33634 ' '-")9l~-9S LEASE PURCHASE RFP LISTlr') General Funding Financial Corp. 7700 North Kendall Drive Suite 401 Miami, Florida 33156 I // Vincent Paletta, Manager Multilease Program BSG & Associates, Inc. P. O. Box 1856 120 East State Street, Suite 101 Oldsmar, Florida 34677~0033 : Mr. Stephen Tanner Area: Manager AT&T Credit Corporation 137 Coopers Pond Drive Lawrenceville, Georgia Alicea Fletcher Senior Vice President First Continental Leasing 2301 Cedar Springs' Road Dallas, Texas 75201 Corp. : J 30244 'C, " Mr. Gregory W. Bauer Vice President Irving Trust Company One 'Wall Street New York, New York 10015 I j Mr. James M. Anderson First Vice President Prudential.Bache Capital Funding 370 Seventeenth'Street, 39th Floor Denver, Colorado 80202~5639 I, I G. Kurtis, Ulrich. / Ulrich Financial C'orp. . 100 Second. Avenue S. 'Suite 200 St. Petersburg, Florida 33701 .1 I I : ; Mr. ~obert Burwell, President AmSouth Bank 400 01eveland Street Clearwa'ter, F1C?rida 34616 Mr. W. Bruce Page Senior Vice President Sun Bank of Tampa Bay 825 Broadway Dunedin, Flortda 34698 i J Sandy Jordan Maryland National Leasing Corp. Nottingham Centre 502 Washington Avenue Towson, Maryland 21204 ,.1 fJ ~~ ~ .'- .. 1994-95 ( ') Karen S. Marsal Senior Vice' President Meridian Loan Servicing, 5100 N. Federal Highway, Fort Lauderdale, Florida Sherry Kelly NCNB National B<lnk P. O. Box 1469 Tampa, Florida 33601 roc. Sui te 20V 33308 'Liberty National Bank Attention: Erad Meyers 5550 N. ~eo Street - Suite 300 vi' Tampa, Florlda 33609 J~n Hedquist, III yMS Financial Marketing Services V~~79 Cross'ing Park, Suite 4 Norcross~ Georgia 30071 ..., " ~ Koch Financial Attn: Paul T. p'. O. Box 2256 Wichi ta, Ka"T.lsas Corp. Haerle Security Capital Corporation Attn: Denn~s M. McDermott 3530 Ashford Dun-..1oody Rd.., Suit'e 15.2. At1an ta, .Georgia 30319 / 67 20 1 Carlyle Capital Markets, Attn: Barry L. Friedman 14755 Preston Road, Suite Dallas, Texas 75240 i ) Inc .. 42L First Public Finance Corp; Attn: Cathy Flemming 5800 E. Skelly Drive, Suite 1200 :rulsa; at< 74135'-6416, NationsBank Commercial Banking Attn: Edmund O'Carroll , . , 33451 U.S,. Hwy 19, Northj' Palm Harbor, Fl,. 34684 LaSalle National Bank Attn: Peggy L. Fisher 410 17th Street, Suite 2080 Denver, Colorado 80202 .' ,. I.; ", ',f . " ' 1. .' < , , \ . ( '-~..) 1994-95 n Anita Philip Molino Vice President & Manager Bear Stearns Municipal Leasing ~ One Federal Street ~ Boscon, Massachusetts 02110-2082 Mr. Mark Galliunn Vice President Corporate Banking Department Chase Bank of Florida P. O. Box 12408 St. Petersburg, Florida 33733 Mr. Robert Kinney Executive Vice President Barnett Bank of Pinellas 600 Cleveland Street Clearwater, Florida 34616 Ms. Susan Swidler Account Representative Municipal Leasing Services, 134 Beach Street Boston, Massachusetts 02111 / Inc .' / .-., .' Mr. P~ Scott Nagelson Assistant Vice President First Union Leasing Group Firs~ Union Plaza-CO~P-9 Charlotte" N.C. 28288 I / Suite 830.' j Cynthia L. Douglas Assistant Vice President Sun Leasing P. O. Box 3010 135, West. Central Blvd., Orlando, Florida' ~2802 "i . . - . ...~... ~ ...~ .,--_.__._~'--_.:'_... .. . Ms~ Laurel Lester Mark Vice President First Municipal Leasing 857 Grant Street Denver" Colorado 80203 corporatt \ Inc. .. Mr. Ray F. Smith Citicorp Industrial Credit, 450 Mamaroneck Avenue. Barrison, New Y~rk 10528 l'lS. Mary Burke Marketing Administrator Federal Leasing, Inc. 2070 Chain Bridge Road, Suite 490 Vienna, VA 22180 GE Capital Fleet Services ATTN: Craig r. Medvec Three: Gelco D1:,i..ve Eden Prairie, Minnesota 55344 , ~:' iJ i' .\ , , - '~, !.-, , , .' ".:,..':..:~~-~~~,':.:"..,..."."'.:',.,'..:.'..',..''."'.,,. ,,',' SEP ~9 '94 12: 48PI1 11ACFARLANE AUSLEY LAW FIRI1 P .18/29 CITY OF C~EARWATER CONTRACT FOR INSTALLMENT SAJ:,E AND PURCHASE (THIRD PARTY FINANCING AGEN'1') This Contract is made and entered into by and between the City of Clearwater, Post Office Box 4748, Clearwater, Florida 34616, hereinafter referred to as Buyer, and hereinafter referred to as Seller, this day of 199__, as Contract # of the Line of Credit Agreement approved (the IILine of Credit Agreement") . on WITNESSETH, that whereas the Buyer wishes to pl.trchase the equipment described below, and has entered into an agreement with . , hereinafter referred to as Vendor, who offers fo~ sale such equipment, and whereas Seller wishes to provide financing for such equipment purchase, NOW THEREFORE, for and in recognition of the good and valuable considerations to be exchanged between the parties as hereinafter provided, Seller agrees to purchase, or to cause to be purchased, said equipment from Vendor and simultaneously sell the same equipment to the Buyer in accordance with the following terms and conditions. Buyer is an Entity of State Government or an Enti ty of Local Government which is a Political Subdivision of the State. EQUIPMENT: Each unit of the Equipment contemplated to be sold and purchased under this Contract shall be separately identified and each shall be referred to as a Commercial Unit. The phrase II Commercial Unit II shall be defined as provided in Section 672.105(6), Florida Statutes. This Contract including all attachments hereto and the Line of Credit Agreement constitute the sole Contract between Seller and Buyer for the sale and purchase of the Equipment described below. All purchase orders relating to the subj ect Commercial Unit (s) of Equipment issued by Buyer shall supplement this contract to the extent that the terms of such purchase order are not inconsistent with the terms of this Contract: DESCRIPTION ,OF EOUIPMENT NUMBER OF COMMERC~AL UNITS Q.NIT PRICE , . .:".," , '" ',' .: :.: ',": ' ',': ',' .' .' '.." .,' ...' .': '"..'.,:.', ,.'.'." '.',', " ...'.. ':'.. .' .:,.>" :", '. " ,', SEP 19 '94 12:48PM MACFARLANE AUSLEY LAW FIRM P.19/29 Further descriptions of the Equipment are provided in the original vendor invoices which are aubmitted to the Seller together with this Contract. PRICE The total price of the Equipment described above shall be stated below, and shall include cost of delivery F. O. B. Buyer's designat- ed place of installation and shall include cost of installation unless otherwise provided for on line 4 below I and Seller's warranty. 1. Price $ 2. Less Credits a. Equity Credit $ N/A b. Trade-in Allowance (Equipment ) $ N/A 3 . Cash Sale Price [Line 1 less Line 2 (a + b) J $ 4. Equipment Placement Charges and Appropriate Rigging Charges Total Cash Sale Price (Line 3 + Line 4) $ N/A $ $ N/A $ M/A $ N/A $ N/A s. 6. Cash Down Payment (Optional) a. Down Payment (Optional) b. Bquipment Placement Charges (Same as Line 4) c. Total Cash Down Payment Cash Price (Principal) Balance (Line 5 less 6c) Tax Exempt Interest Rate (APR) % $ $ 7. 8. 9. Time Balance (Line 7 + 8) 10. Time Sale Price (Line 9 + Ge) $ $ NOTE. There ahall be no additional charges due Seller from Buyer for taxes I insurance premiums, official fees, delivery costs, or any other charges except as specifically provided in this Contract. Interest is computed on a basis of 360 days per year. -2- - ;:-,,' ..,. ,',:' ~" , ',-,: '... ~',' .' "', .:' ':. ",' ,'. '. ,',',.' :' :' '.) ,", ;', ,'~' :,:- '. " ::. :,' :'.. '.::'" , ,. . . .' . SEP 19 '94 12:49PM MACFARLANE AUSLEY LAW FIRM P.20/29 PAYMENT Buyer promises to pay the total cash down payment in full, if applicable, within thirty (30) days of delivery and installation in good working order in accordance with then current installation and start up specifications applicable to each Commercial unit purchased hereunder. The total balance due for purchase of each Commercial Unit of the Equipment shall be paid in accordance with Exhibit A (Payment Schedule) which is incorporated herein for all purposes. Notwithstanding any claim or dispute which may hereafter arise between Buyer and Seller, Buyer will make all payments as required under this Contract when due unless there is a breach of the whole contract. COVENANT TO BUDGET AND APPROPRIATE The Buyer covenants and agrees to appropriate in its annual budget from non ad valorem funds lawfully available in each fiscal year, amounts necessary to pay all sums coming due on this Contract in that fiscal year. Such covenant and agreement on the part of the Buyer to budget and appropriate such amounts of legally available non ad valorem funds shall be cumulative to the extent not paid, and shall continue until such legally available non ad valorem funds in amounts sufficient to make all such required payments shall have been budgeted, appropriated, and actually paid. Notwithstanding the foregoing covenant of the Buyer I the Buyer does not covenant to maintain any services or programs, now provided or maintained by the Buyer, which generate non ad valorem funds. Such covenant to budget and appropriate does not create any lien upon or pledge of such non ad valorem funds, nor does it preclude the Buyer from pledging in the future its non ad valorem funds, nor does it require the Buyer to levy and collect any particular non ad valorem funds. Such covenant to budget and appropriate non ad valorem funds is subj ect in all respects to the payment of obligations secured by a pledge of such non ad valorem funds heretofore or hereinafter entered into (including the payment of debt service on bonds and other debt instruments). However, the covenant to budget and apPl&opriate in its general annual budget for the purposes and in the manner stated herein shall have the effect of making available for the payment of deficiencies, as applicable, in the manner described herein non ad valorem funds and placing Cn the Buyer a positive duty to appropriate and budget, by amendment if necessary, amounts sufficient to meet its obligations hereunderj subjectr however, in all respects to the restrictions of Section 166.241, Florida statutes, which provides that the go~erning body of the City make appropriations for each fiscal year which, in any one year, shall not exceed the amount to be received from taxation and other revenue sources, and subject, further, to the payment of services and programs which are essential public purposes affecting -3 - , , . " . :'.,..' ',' .".,.,'. ,',' .', ," ":,'. ,;, ',' '.", ~..", : ',. ,',.'",' . :,'.. ',....'.:' ;,"': ," '..'., :.'.. ":,''' '.... ,"', , SEP 19 '94 12:49PM MRCFARLANE AUSLEY LAW FIRM P.21/29 the health, welfare, and safety of the inhabitants of the Buyer, or which are legally required by applicable law. This Contract shall not be or constitute an indebtedness, liabili- ty, general or moral obligation or a pledge of the faith, credit, and taxing power of the Buyer, the State of Florida or any political subdivision thereof, but shall be a special obligation of the Buyer payable solely from legally available non ad valorem funds. No Seller of the Contract shall ever have the right to compel the exercise of any ad valorem taxing power to pay the Contract or be entitled to payment of the Contract from any moneys of the Buyer, of the State of Florida or any political subdivision thereof. EVENTS OF,TAXABILITY "Determination of Taxability" shall mean the circumstance of interest paid or payable on this Contract becoming includable for federal income tax purposes in the gross income of the Seller as a consequence of an act, omission, or event whatsoever and regardless of whether the same was within or beyond the control of the Buyer. A Determination of Taxability will be deemed to have occurred upon (i) the receipt by the Buyer or Seller of an original or a copy of an Internal Revenue Service Technical Advice Memorandum or Statutory Notic;:e of Deficiency which holds that any interest payable on this Contract is includable in the gross income of the Seller for federal income tax purposes; (ii) the issuance of any public or private ruling of the Internal Revenue Service that any interest payable on this Contract is includable in the gross income of the Seller for federal income tax purposes; or (iii) receipt by the Buyer or Seller of an opinion of counsel that any interest on this Contract has become includable in the gross income of the Seller for federal income tax purposes. For all purposes of this definition, the effective date of a Determination of Taxability will be the date as of which the interest on this Contract is deemed includable in the gross income of the Seller for federal income tax purposes. If the interest on this Contract becomes or is includable in the gross income of the registered owner for federal income tax purposes as a result of a Determination of Taxability, the interest rate on this Contract prior to the effective date of the Determina- tion of Taxability shall be equal to the Tax Exempt Interest Rate identified herein; and thereafter, for as long as interest on this Contract is includable in the gross income of the Seller, the interest rate on this Contract shall be adjusted to .8l% over the current weekly average rate for five year constant U. S. Treasury securities as published on the preceding Monday the date of this Contract in Federal Reserve Statistical Release H.15 (the "Taxable Rate"). If the effective date of the Determination of Taxability has passed at the time a Determination of Taxability is determined -4- SEP 19 '94 01:19PM MACFARLANE AUSLEY LAW FIRM P.2/9 .\ 1 \. ! ~ ~ .' ~ f.\ " ~:t :\ to have occurred, then this Contract shall bear interest at t.he Taxable Rate retroactive to che effective date of the Determination of Taxability. 'I""; ~i ~; ~ " %1 ~ ~ l < ~ " ,~ To the extent an adjustment to the Interest Rate on this Contract is not made within two (2) months of the event giving rise to the adjustment, the additional .interest due as a result of such adj ustment shall be paid with interest thereon. compounded quarterly at the rate which is equal to the Interest Rate on this Contract. All unpaid amounts determined to be owing as a result of such calcu~ation shall be due and payable within sixty (60) days after delivery of notice of tne amount of such adjustment, and shall be paid to the Seller of record during the period to which the adjustment relates. This obligation shall survive the payment and cancellation of this Contract. ; l < , Notwithstanding any of the foregoing, it is the intention of the Seller and the Buyer that the interest rate on the Contract never exceed the maximum rate permitted by law (the "Maximum Ratell). In the event any of the adjustments provided for in this Contract or as a result of this Contract bearing interest at the Default Rate would produce an inter~st rate on this Contract in excess of the Maximum Rate, the Seller shall not be entitled to receive interest in excess of the Maximum ~ate (herein, such amount is referred to as IlExcess Interestll). A.t any time thereafter, if this Contract shall bear interest at an interest rate, which is less than the Maximum Rate, the Buyer shal~ also pay to the Seller the unpaid Excess Interest until the earlier of (i) the maturity date, (ii) the date all of the Excess Interest has been paid, or (iii) any date the combinatiol! of the interest rate on this Contract, plus the Excess Interest, would exceed the Maximum Eate, t ~ }, i TITLE Title and ownership of each Commercial Unit of the Equipment and any and all replacements, substitutions and repairs thereto, shall pass to Buyer upon acceptance of the Equipment in satisfactory working condition. By executing this AgJ:eement, Buyer hereby acknowledges such acceptance. The Equipment shall remain personal property and shall not become real property. Buyer will not suffer or permit any lien or encumbrance of any kind against the Equip- ment. As title holder and owner of each Commercial Unit of the Equipment acquired hereunder, Buyer shall pay when due al'lY and all taxes, assessments, franchise fees, levies, or other governmental charges lawfully levied against any such Commercial Unit of the Equipment or its use. Buyer shall timely contest the levy of any tax, -5- 1 . I. * . '.' .... , \' , . '''. , . .' ':, .' " " ,.' , . .' . . / . I "..". . .. ' . SEP 19 '94 01:20PM MACFARLANE AUSLEY LAW FIRM P.3/9 < ~ 3 ~ "' ( ~ ~ .~ f~ :~ ~: ), 1 assessment, franchise fee, levy or other governmental charge deemed by Buyer to be unlawfully levied. It is hereby acknowledged between the parties hereto that Buyer considers itself a nontaxable ent:i.ty and not usually and customarily subj act to the imposition of any tax, assessment, franchise fee, levy, or other governmental charge levied for Buyer's ownership or use of any Commercial Unit of the Equipment. WARRANTIES Seller hereby assigns to Buyer all rights and benefits that Seller may now or hereafter have under any warranty, guaranty or indemnity with respect to the Equipment against the Vendor or manufacturer of the Equipment. Buyer's sole remedy for the breach of such warranty, indemnification or representation shall be against the Vendor of the Equipment, and not against the Seller, and any such breach shall have no effect whatsoever on the rights and obliga- tions of Buyer or Seller with respect to this Agreement. Buyer expressly acknowledges that Seller makes, and has made, no representations or warranties whatsoever as to the existence or availability of any such warranties of the Vendor or manufacturer of the Equipment. INSURANCE $ If Buyer is covered under a program of self-insurance, Buyer hereby certifies the existence of a continuing self-insurance program insuring the full insurable value of each Commercial Un:i.t of the Equipment against loss from those fire and other hazards which are cus tomarily insured by extended coverage pursuant to Section 284.0~, Florida Statutes, during the term of this Contract. In such event Buyer shall provide a m:Lnimum of (~O) days written notice to Seller of any change or cancellation of said self- insurance program. In the event said self-insurance program is unavailable or terminated, Buyer agrees to procure and maintain with a carrier authorized to do business in Florida and acceptable to Seller, which acceptance shall not be unreasonably withheld, fire I theft, and extended coverage insurance on the Equipment, insuring the full insurable value against risk of loss or damage, and providing for a minimum of ten (10) days written notice of change or cancellation to Seller. Buyer shall provide Seller with copies of certificates of the insurance carrier or carriers evidencing such insurance coverage. This Contract does not provide for or require insurance coverage for bodily injury and property damage to others. Buyer shall bear the entire risk of loss, theft, destruction or damage to the Equipment from any cause whatsoever or requisition of the Equipment by any governmental entity, or the taking of the Equipment by eminent domain Or otherwise (collective- ly, Loss) I Buyer ahall advise Seller in writing within cen (10) -6- ,1 1f ~ ~ M f ! .. j , ~ , ,. SEP 19 '94 01:03PM MACFARLANE AUSLEY LAW FIRM P.24/29 days of any such Loss. Except as provided below, no such Loss shall relieve Buyer of the obligation to make payments hereunder. In the event of any such Loss, Seller at its own option may: (a) if the Loss has not materially impaired the Equipment (in Seller's reasonable judgment), require Buyer, upon Seller's demand, to place the Equipment in good condition and repair reasonably satisfactory to Seller; or (b) if the Loss has materially impaired the Equipment (in Seller's reasonable judgment), require Buyer, upon Sel~er's demand, to pay Seller the following amounts on the date payment is due: (i) all amounts that are then owed to Sellar by Buyer under the Payment Schedule, including the payment due on such date, and (ii) an amount equal to the principal balance set forth in the Payment Schedule for such date. In the event that Buyer is obligated to make such payment with respect to less than all of the Equipment, Seller will advise Buyer of the principal balance to be paid by Buyer with respect to such Equipment that has suffered the Loss, which amount Buyer shall promptly pay Seller, and Seller shall revise the Payment Schedule accordingly. Buyer will take actions reasonably necessary to attempt to secure subsequent appropriations to pay said remaining unpaid balance, less unearned interest. Seller will make the proceeds of any property insurance (to the extent received by Seller) maintained by Buyer under this Contract available to Buyer for the purposes of this Section if no default has occurred and is continuing. DEFAULT Time is of the essence hereof and if Buyer shall fail to pay when due any installment, or otherwise fail to observe, keep, or perform any provision of this Contract required to be observed, kept, or performed, then Buyer shall be deemed to be in default with respect to the purchase of each Commercial Unit of Equipment directly affected by such failure and unless Buyer causes such default to be cured within thirty (30) days after receipt of written notice thereof from Seller, at the expiration of such notice period the balance of all installment payments due or which will become due hereunder with respect to the purchase of each such Commercial Unit of Equipment, less unearned interest, shall immediately become due and payable. If any of the foregoing occurs, Seller shall have all the rights and remedies of default available under Florida Law, except that Seller shall not be entitled to recover any indirect or consequential damages or loss resulting from Buyer failing to pay an installment to become due with respect to any commercial Unit of Equipment so affected after such default has occurred. If Seller shall fail to transfer to Buyer good and marketable title, free of liens or encumbrances of any kind whatsoever, for any Commercial Uni t of the Equipment purchased under this Contract, or if Seller shall repudiate performance under this contract, or if Seller shall otherwise fail to observe, keep, or perform any -7- . . .. . .' "'-., '.' ,":,',',.'.':, .: ': ,..'..,' ..,'"',,, ",.:.,,', ,," ',',': ",:: : '..., , '.': ...::.',.:. '<, I' ,,' ", ' -. ',', . . . . SEP 19 194 01:04PM MACFARLANE AUSLEY LAW FIRM P.25/29 provi.sion of this Contract required to be observed, kept, or performed, thenl unless the default substantially imp.:lirs the value of the whole contractl Seller shall be in default with respect only to such Commercial Unit (s) which are di:rectly affected by the default or failure of Seller and unless Seller causes such default to be cured within thirty (30) days after receipt of written notice thereof from Buyer, upon default. by Seller 1 Buyer shall be possessed of al~ the rights and remedies of a Buyer in due course under the provisions of the Florida Uniform Commercial Code. The foregoing rights and remedies of Buyer may be exercised without impairing Buyer's interest in and title to any Commercial Unit of the Equipment acquired under this Contract and without limitation to or wavier of any rights or remedies available to Buyer by law. USE AND LOCA~ION OF EQUIPMENT Each Commercial Unit of the Equipment shall be kept at its :installat.ion address and shall not be moved withol.1t Buyer providing prior written notice thereof to Seller. Buyer shall not use or dea2 with any Commercial Unit of the Equipment in any manner which is inconsistent with the terms of this Contract, any policy of insurance referred t.o herein, or any applicable laws, codes} ordinances and regulations. Buyer shall not allow any Commercial Unit of Equipment to be misused, abused, O~ wasted, or allowed to deteriorate, except for ordinary wear and tear resulting from its intended use. Seller shall have the right to inspect any Commer- cial Unit of the Equipment at: any reasonable time, wherever located. PREPAYMENT At any time during the term of this Contract I Buyer shall be enti.tled to prepay the principal balance in whole or in part without penalty of any kind. However, an administrative fee of fifty dollars ($50) may be charged Euye~ by Seller on any such prepayment within twelve (~2) months from the effective date hereof. ASSIGNMENT Buyer shall give Seller not fewer than thirty (30) da.ys prior wriGten notice of any proposed resale, lease, or assignment of any Commercial Unit of the Equipment acquired during the term of this contract or any assignment hereof. Such notice shall idencify each Commercial Unit of the Equipment to be resold( leased, or assigned, and tne date upon which such sale, lease, or assignment is to be effective. If any Commercial Unit of the Equipment is to be resold, leased, or assigned, Buyer, at: Seller',s option, will pay to Seller within thirty (30) days from the effective date thereof, the -6" . . .' '. ,;,"" '....'::.',',:,,"':':'.,~ '.,..:,... .,":,..~~...',,'~'."~:" :.,,'.'.:, SEP 19 '94 01:05PM MACFARLANE AUSLEY LAW FIRM P.26/29 total unpaid balance of installments due or which will become due hereunder, with respect to each such Commercial Unit of Equipment less any interest then unearned. Seller may assign any part or all of its interest:s under this Contract upon prior written notice to Buyer. In the event of an assignment, Buyer shall thereafter perform all of the promises provided in this Contract to be performed by Buyer to such assignee or transferee. However, no such assignment or transfer shall impair Seller's obligation to provide Buyer with the performance provided in this Contract and, in the event of any such assignment or transfer Buyer's rights to assert any claim or defenses it may have under this Contract shall not be impaired as against Seller, its assignee, or transferee. NOTICES It is agreed that thirty (30) calendar days shall constitute reasonable notice for the exercise of any right held by either party to this Contract. All notices or other communications required or permitted to be given pU~suant to this Contract and by law shall be in writing and shall be valid and sufficient if delivered by hand or dispatched through the U.S. Postal Service by Registered or Certified first-class mail, Return Receipt Requested, postage prepaid to the address(es) set forth first herein, or such other addresses as either party shall notify the other in writing. No additional notice need be given to the installation address (es) . Notices dispatched through the U. S. Postal Service by Registered or Certified first-class mail, Return Receipt Requested, shall be given upon the date received by addressee, as indicated in the executed Return Receipt. In the event any notice, which has been dispatched in accordance with this paragraph, is refused acceptance of delivery by the party to whom addressed, notice shall be deemed to have been given as of the date of the first attempt by the U.S. Postal Service to deliver same. Si:t!l~ERAL No delay or omiss ion to exercise any right, power or remedy accruing to Se~ler or Buyer upon breach or default by either party under this Contract shall impair any such right, power, or remedy of Seller or Buyer i nor shall any such delay or omission be construed as a waiver of any such breach or default, or any similar breach or default thereafter occurring; nor shall any waiver of a single breach of default be deemed a waiver of any such subsequent breach or default. All waivers must be in writing. -9- . - , '.. ' ." . " . " .., :. " . ' .' " . ' ' '<, : " ' ' ':'. ':.:, ':" ' ".' '.. " ' ,'.",.' ...: . ,,' , ", "., ", r ' :" . . " SEP 19 '94 01:05PM 11ACFARLANE AUSLEY LAW FIRM P.27/29 This Contract shall be deemed to have been executed and entered into within the State of Florida and any dispute arising hereunder shall he governed by the laws of Florida. If anyone or more of the covenants, agreements or provisions of this Contract should be held contrary to any express provision of law or contrary to the policy of express law, though not expressly prohibited, or against public policy, or shall for any reason whatsoever be held invalid, then such covenants, agreements or provisions shall be null and void and shall be deemed separate from the remaining covenants, agreements or provisions of this Contract and shall in no way affect the val idi ty of any of the other provisions of this Contract. This Contraot is issued pursuant to the Line of Credit Agreement and is subject to the provisions of the Line of Credit Agreement. This Contract shall not be construed against a party because that party wrote it. The Section headings used herein are for convenience only and shall have no significance in the interpretation of this Contract. If delivery of the Equipment is not made at the time of the execution of this Contract, Seller may insert the serial number and other marks used by Seller to identify the Equipment on this Contract. ESSENTIAL USE Buyer represents that: (a) the use of the Equipment is essential to its proper, efficient and economic functioning or to the services that it provides to its citizens; (b) Buyer has an immediate need for the Equipment and expects to make immediate use of substantially all the Equipment, which need is not temporary or expected to diminish in the foreseeable future; and (0) the Equipment shall be used by the Buyer only for the purpose of performing one or mOre of its governmental or proprietary functions consistent with the permissible scope of its authority. FORM a038G Buyer shall complete and file on a timely basis, Internal Revenue Service Form 8038G in the manner ,set forth in Section l49 (e) of the Internal Revenue Code of 1986, as amended. Buyer will take and will cause its officers, employees and agents, to take all actions legally within its power necessary to ensure that the Interest Portion of the Rental Payments does not become subject to federal income taxation under the Internal R.evenue Code of 1986 and treasury regulations promulgated thereunder. Buyer represents, warrants and covenants that it shall not do, cause to be done or fail to do any act if such act or failure to act will cause this Contract or any t:r..'ansaction hereunder to be an arbitrage bond -10- . -. . . ," .'" I . : " " ::' "." "",,' ~ ' :. ,'," ",:, ;., ,'., . , ' , " ~,: ' , ',' ,', . , " , .,", , :, , .', ' , '- " , '::,,' , SEP 19 '94 01 : 06PI1 11ACFARLANE AUSLEY LAW FIRI1 P.28/29 within the meaning of Section 148 of the Internal Revenue Code of 1986, as amended, or a private activity bond within the meaning of Section l41 of the Internal Revenue Code of 1986 as amended. SELLER O~ ASSIGNEE LIAELE FOR O~ ACTS The Buyer expressly recognizes that Seller or its Assignee shall not be held liable to Buyer except for the acta or omissions of their respective officers, employees, or agents, and shall not be otherwise liable to Buyer for damages sustained by Buyer as a result of Euyer's use or possession of the Equipment, DISCLAIMER OF WARRANTIES BY SE~LER Seller is not a manufacturer of the Equipment or a Dealer in similar equipment, does not inspect the Equipment prior to delivery to Buyer and has not made and does not make any representation, warranty, or covenant, expressed or implied, with respect to the Equipment. The vendor shall remain directly liable to Buyer under its warranty. Buyer shall look directly to Vendor in the event of any claim for breach of such warranty. ENTIRE: CONTRACT This Contract for Installment Sale and Purchase and the Line of Credit Agreement constitutes one contract between Buyer and Sel1e~ with xeference to the purchase of each Commercial Unit of the Equipment described above, which contract supersedes any and all prior written or oral agreements except the Line of Credit Agreement w This Contract consists of nine numbered pages and E~hibit A, Payment Schedule. This Contract shall not be modified except in writing signed by both parties. RO~ICE TO SELLER Euyer hereby represents that it is a governmental entity, that it has the capacity and authority to enter into this Contract, subject to the availability of lawfully appropriated funds, and that the person executing on behalf of Buyer has authority to do so. It is not the BUyer's intent to become a re-seller or re-marketer of equipment purchas~d pursuant to this Contract. NOTICE TO BUYER 1. Do not sign the Contract before you read it or if it contains any blank spaces. -ll- ":',...... ,....'."..",,'. .,'" :.:'.,. ~~ ~.:,.' ',' ...':,:; SEP 19 194 01:07PM MACFARLANE AUSLEY LAW FIRM 1 P.29/29 2. You are entitled to an exact copy of the Contract you sign. 3. Under the law you have the right to payoff in advance the full amount due and under certain circumstances avoid the payment of additional interest. BUYER ACKNOWLEDGES RECEIPT OF A TRUE COpy HEREOF AND THE AGREEMENT HEREIN REFERRED TO. IN WITNESS WHEREOF, the Parties hereto have caused this Agreement to be executed by their respective representatives hereunto dUly authorized, all as of the day and year first above written. BUYER: CITY OF CLEARWATER ATTEST: By: Its: SELLER: BARNETT BANK OF PINELLAS COUNTY By: Its: dj~\6QC\Qloax.3 -12- SEP 12'94 89: 87 t1ACFARLAl'IE AUSLEY P.2/5 f<~= :?' , / --! - MACFARLANE AUSLEY FERGUSON & McMULT..lnN ^'rTOP'tNCYS ANO COUN5E:LORS AT LAW III '......OISON l!>T"";I;T. ;l....,TC t:lOO P.O. sox 1~~II:CI";S"~OIl TAM""', 'I..OflIC.... )360.1< 1I!":'l ~'/::S'''''QQ ~NC ll.),~l !73006''''''' ~.!}r :..oVor,... c;~LHOUN STFWF;E"l'" P.G. "0)(. ~UI (.:.!If'J' :t;:~a\ -r'A...I.Joo..........$.5L&., FLQSlI.:J"" ~,,~r;.1 (<::f.:J..) ~~""'S)ll~ (TAX lJiK)") 2.=:~.'S60 "'00 CI.EVEUoNO &,.IlICCT 1 .. Q, DO>< 14169 'ZIP 34$'''' I C..EARWAYO::." "I.Ql'llg... ~"GIlI I (.elI"I..~I..;.6\'5 I'"IV< /6'.lII....<:.d.."g September 8, ~994 IN REI"I.V ""E:I"e:~ TO; Tallahassee Ron Wendel, Esquire Tew, Zinober, Barnes, Zimmet & Unice Prestige Profe~sional Park 2655 McCormick Drive Clearwater# Florida 34618-5124 Re: $5,800,000 City of Clearwater EqUipment Line of Credit Series 1994 Dear Ron: , 1]~ rJr In the recommendation/motion section of the information provided to me by Marjorie Simmons, I recommend the following: "Approve the proposal of Barnett Bank to provide a $5 t 800,000 line of credit substantially in the form attached as Exhibit Ai approve the purchase of the equipment described in Exhibit B to be financed with the proceeds of draws on the line of credit; approve the issuance of a series of contracts for installment sale and purchase in the form provided in the Line of Credit Agreement for such financing; authorize all uncompleted equipment acquieitions previously approved for financing under the current agreement with Security Capital Corporation to be financed under this new agreement; and direct ~he and of the City to execute the Line of Credit Agreement and related docu- ments on behalf of the City." Sincerely, < Ii ~ i. 4 // Dav~'~ull /cv :djh:ltr:cl.ar.90a III C I T Y o F O''^ (;>etct., v'-f' 'l. C LEA R W ATE R, , POST OFFIC'c BOX 4748 C LEA R W ATE R. F LOR IDA 34 6 1 8. 4 74 8 SUBJECT: Request for Proposal ~81-94 Lease Purchase Financing ISSUE DATE: July 11, 1994 PREBID CONFERENCE: None MAIL BIDS TO: City of Clearwater Purchasing Division P. O. Box 4748 Clearwater, FL 346~8-4748 DELIVER BIDS TO: City of Clearwater Purchasing Division 711 Maple Street Clearwater, FL 346~5 BIDS MUST BE RECEIVED NOT LATER THAN: August 12, 1994 - 4:00 PM Bids may not be withdrawn within 90 days after such Ld2e. ~ George E. McKibben Purchasing Manager o "Equal Employment and Affirmative Action Employer" BID RESPONSE FORM (IFB No. 181-94) Page 2 qf 22 Our staff has reviewed the specifications, terms and general conditions of this Invitation to Bid and have decided to NO BID for the following reasons (e. g. restrictive specifications (please identify by reference), unable to perform due to present workload, unable to obtain pricing information or guarantee delivery, cannot be competitive, do not furnish these commodities/services, etc.). ----~------~------------------------------------------------------- ----~------~------------------------------------------------------- --------------------------------------------------~---------------- ---~------~---------------------------~---------------------------- --------------------------------------------------~---------------- ----------~---------------------------------------~------------~~-- ____~______~_________t_______________~_____________~__-------------- ----~--------------------~----------------------------------------- -- --.....--------------------...-.---------- -------------..-.---------------- -------------------------~-------------~------~-------------------- -------------~----------------------------------~---------------~-- ----~-----------------------------------------------------------~-- ----~------~---------------------------~------~-----------------~-- Please remove us from your active bidder list (yes/no) NAME OF BUSINESS ENTITY: REPRESENTATIVE'S NAME/SIGNATURE: PHONE NUMBER: TODAY'S DATE: NOTE: Failure to submit a bid or to return this NO BID response may result in your automatic removal from the city's list of qualified and interested bidders. RFP 181-94 Page 3 of 22 CITY OF CLEARWATER LINE OF CREDIT FOR LEASE PURCHASING FINANCING AGREEMENT FISCAL YEAR 1994-95 PROPOSAL SPECIFICATIONS The City of Clearwater is soliciting proposals from responsible financing sources to provide a $5,800,000 line of credit for all City lease purchase (installment sale) financing for our fiscal year October 1, 1994 through September 30, 1995. Respondents shall agree to provide a line of credit for equipment acquisition financing at an interest rate which is a predetermined percentage of the most current weekly average rate for five year constant Treasury maturities, as published every Monday in Federal Reserve Statistical Release H. 15. Terms of the agreement will be as follows: 1) Each equipment purchase will be treated as a separate 5 year lease purchase (installment sale) contract. All payments will be due quarterly on March 31, June 30, September 30, and December 31 (hereinafter called "payment dates "), regardless of the date payment is actually made to the vendor. The interest rate on each contract will be determined by multiplying the predetermined percentage as bid by the Lender times the weekly average rate for five year Treasury constant maturities, as published every Monday in Federal Reserve Statistical Release H. 15 (hereinafter called the "index"). The rate thus determined will remain fixed throughout the payback period. Payments will be structured so that twenty (20) equal quarterly payments will be made, beginning on the first payment date following payment by the Lender. Payment schedules and individual contracts will be prepared by the City, using the most current index then available. Since the Lender will generally have one additional week to review the payment sched~le and execute the contract, in most cases the index used will be the average rate for the week two weeks prior to contract execution. A sample of Federal Reserve Release H.15 and a sample City payment schedule showing equal quarterly payments is attached. << ~ '. 11 ? :~ ~ ,~ ~ ~' ;? l.~ :Y ,1 t "' t " :; i 2) Individual contracts will not be made in amounts less than $20,000 and each will be subject to the attached standardized contract document, which is the State of Florida Department of General Services Contract for Installment Sale and Purchase (as revised November 15, 1986), which has been modified slightly to clarify the position of the seller relative to that of the vendor. A!~~!"nate contracts,provided by the Lender will not be accepted due to the prohibitive costs of reviewing each one. "' \ . .1'~ ~ ,,~\ - , \ FEDERAL RESERVE statistical release These dala me released each Monday. The availahililY of tho releasl1 is announced on (202) 452.3206. H.15 (519) SELECTED INTEREST RATES Yields in percent per annum For immediate release June 20, 1994 , Week Ending 1994 1994 1994 1994 1994 1994 Instruments Jun Jun Jun Jun Jun Jun Jun May 13 14 15 16 17 17 10 Federal funds (effeClivf'!) 1;> 3 4,24 4.23 4,30 4.26 4.t7 4,21 4.13 4.01 Commercinl paper:) 45 t.manth 432 4.33 4.34 4.35 4,34 4,34 4.32 4.28 3.month 4,52 454 4,53 4.53 4.52 4,53 4,52 4.57 6.month 4,80 480 4,79 4,78 4,77 4,79 482 4.92 Finnnce p:lper plnced directly 346 t.month 4,22 4.24 4.23 4,24 4,24 4,23 4.23 4,19 3,month 4.39 4.42 4.42 4.40 4,40 4,41 4.40 4,44 6.manth 447 449 4,48 4,47 4.48 4.48 4,48 4,45 Bnnkers <'lcceptnnces (top mted) 34 7 3,month 440 4.40 4.40 4,38 4.39 4,39 4,38 4.45 6.month 468 4.65 4.65 4,64 4,65 4.65 4,64 4.77 CDs (secondary r11mket) :1 0 1.month 4,26 427 4,25 4,27 4.26 4,26 4.26 4.23 3.month 4,46 447 4.43 4,46 4.46 4.46 4.43 4.51 6,rnonth 4,77 4,78 4,75 4,77 4,75 4,76 4,75 4.90 Eurodollar deposit~ (London) :I!l 1.month 4 19 4,25 4,19 4.19 4.19 4,20 4.25 4.18 3.month 4,44 4,50 4.44 4.44 4.44 4.45 4.44 4.51 6.month 475 ' 481 4.75 4.75 4,75 4.76 4.75 4.88 Bank prime lonn :1 3 10 7.25 725 7,25 7,25 7,25 7,25 7.25 6,99 Discount window borrowing :1 1 1 3,50 3,50 3,50 3,50 3,50 3.50 3,50 3.24 U.S. government securities Treasury bills Auction average 34 12 3.month 4.16 4.16 4.15 4.19 6-month 4,55 4.55 4.53 4.64 1 .ye<lr 4.77 Auction Clvernge (investment) 13 3.montn 4.26 4.26 4.25 4.30 6-month 4,72 4.72 4.70 4.81 1 .year 5.2B Secondary market3 4 3,monlh 4,12 4,11 4,13 4.11 4,12 4.12 4.11 4.14 6,month 4,55 4,48 4.49 4',47 4,49 4.50 4.51 4.60 l-year 4,94 4.86 4,90 4.87 4,91 4,90 4,89 5.03 Treasury constant mnturities 14 1.yoar 5.22 5,14 5,19 5,15 5.20 5.18 5,16 5.31 2-year 5,91 5.81 5.88 5.83 5,88 5.86 5,80 5.97 3.year 6.25 6.15 6.23 6.19 6,24 6.21 6,13 6.34 5.year 6,66 6,58 6,67 6,65 6.71 6,65 6,54 6.78 7.year 6,87 6,79 6,88 6,86 6,93 6.87 6.76 7,01 to.yem 7,07 7,00 7,10 7,07 7,14 7.08 6.97 7.18 20-year 7.47 7,41 7,53 7,49 7,58 7,50 7.:~9 7.54 30-year 7.36 7,31 7.41 7,38 7.4!.o "'.38 7.27 7.41 Composite Over 10 years (long. term ) 15 7,40 7,34 7.43 7.41 7.49 7,41 7,30 7.47 Corporate bonds Moody's seasoned Aaa 7,95 7,86 7.93 7,93 8,01 7.94 7.B5 7.99 Baa 8.63 8,56 8.62 8,63 8,72 8.63 8,51 B.62 A-utility 16 8,32 8.32 8,21 B.37 State & local bonds 17 6.04 6,04 5.96 6.19 Conventional mortgages 18 8,33 8,33 8.25 8.60 See overleaf for footnotes RFP 181-94 Page 4 of 22 '\" ,< ..~ u . ,1 ~ i. '1 :~ ~~ 3) The attached schedule represents the city's current planned equipment acquisitions subject to lease purchase financing. Lender will agree to provide financing for all items on ,the attached list as well as for reasonable, additions of similar type equipment, up to a maximum of $5,800,000 during the fiscal year. The ceiling may be increased only by mutual consent of the Lender and the City. The city does not warrant that all items on the list will be purchased, nor that all purchased items from the list will be financed under the Line of Credi t Agreement. Decisions on individual items will be made based on current interest rates as well as other economic and fiscal factors. ~ Ii 'x ~ 'I:!, .~: ~I: '. ~ t~ ,,~ ~ /! :{ fJ 5Il ). ~i '~ ,( .~ .~ ~ I 4) ,Lender shall provide the City with quarterly billing statements which detail all individual contract payment amounts. The city shall issue one check to the Lender to cover payment on all contracts billed. , ~ ~1 5) Bid proposals must contain the percentage of the weekly average rate for five year Treasury constant maturities to be used in accordance with item #1 above, and may contain any other information which you feel is relevant to our consideration of your proposal. If you do not wish to bid on this proposal but would like to remain on the city~s list for future financing requests, please so indicate by letter response. Non respondents will be dropped from our mailing list. . ~ I~ 1 " ~ , '.; ',' ;A '! .~ { Requests for clarification or additional information should be submitted in writing to: George McKibben Purchasing Manager or Facsimile at 813/462-6865 P.O. Box 4748 Clearwater, Florida 34618-4748 Responses will be in writing and copied to all bidders as addenda to this RFP. RFP IH~-94 Page 6 of 22 FOOTNOTES 1 The dClily effective fp,dp,r.ll funds r<:ItP. is Cl weighted Clverage of rates on trades through N ,y, brokers. 2. Weekly figures ille ilVP.I;)!10S ql 7 C;JlrHllhr dtlYs ending on Wednesday of the clIrrent week; monthly figures include each cal~ndi1r d<lv In thp monti, 3. AnnlJalizp.d using a 360.(jay yeil! or hc1r1k 1I1tl?rr>c,1 4. Quoted on a discount b'-lsis 5. An average of offering rales on commercl()1 pClperrlClced by severillleading dealers for firms whose bond rating is AA or the equivalent 6. An average of offering rates on p<1per directly placed by finance companies. 7. Representative closing yields for acceplances of the highest rated money center banks. 8. An average of dealer offering rates on nCltionally traded certificates of deposit. 9. Bid rates for Eurodollar deposits at 11 ,un, London time. 10. One of several base rates used by banks to price short-term business loans. 11. Rate for the Federal Reserve BClnk of New York, 12. Auction date for daily data; weekly and monthly averages computed on an issue-date basis. 13. Auction dates for daily. weekly and monthly averages. 14. Yields on actively traded issues adjusted to constant maturities. Source: U.S. Treasury. 15. Unweighted average of rates on all outstanding bonds neither due nor callable in less than 10 years. 16. Estimate of the yield on a recently offered, A-rated utility bond with a maturity of 30 years and call protection of 5 years; Friday quotations. 17. Bond Buyer Index, general obligation. 20 years to maturity. mixed quality; Thursday quotations. 18. Contract interest rates on commitments for fixed-rate first mortgages. Source: FHLMC, Note: Weekly and monthly figures are averages of business days unless otherwise noted. DESCRIPTION OF THE TREASURY CONSTANT MATURITY SERIES Yields on Treasury securities at "constant maturity" are interpolated by the U.S. Treasury from the daily yield curve. This curve. which relates the yield on a security to its time to maturity. is based on the closing market bid yields on actively traded Treasury securities in the over-the.counter market. These market yields are calculated from composites of quota- tions reported by five leading U.S. Government securities dealers to the Federal Reserve Bank of New York. The constant maturity yield values are read from the yield curve at fixed maturities, currently 1, 2, 3, 5, 7,10, 20, and 30 years. This method provides a yield for a 1 O-year maturity, for example. even if no outstanding security has exactly 10 years remain- ing to maturity. In estimating the 20-year constant maturity. the Treasury incorporates the prevailing market yield on an outstanding Treasury bond with approximately 20 years remaining to maturity. < } i ! <. i RFP 181-94 Page 7 of 22 CITY OF CLEARWATER - SECURITY CAPITAL CORPORATION Installment Sale and Purchase Amortization Schedule Exhibit A Master Agreement Dated September 14, 1993 Schedule Number: 8 Equipment Description: Mini Vans Charge Debt Service to: 566-06612 Total Purchase Price: $28,650.00 Contract Date: 6/29/94 First Payment Date: 6/30/94 # Days to First Payment: Index Rate in Percent: Contract Rate Percent: 1 6.54 6.4084 Pmt Date Total Pmt Interest Principal princ Bal ----.....--- --------- -------- --------- --------- 6/30/94 1 , 6'59 . 3 1 5.10 1,654.21 26,995.79 9/30/94 1,659.31 432.50 1,226.81 25,768.98 12/31/94 1,659.31 412.84 1,246.47 24,522.51 3/31/95 1,659.31 392.88 1,266.43 23,256.08 6/30/95 1,659.31 372.59 1,286.72 21,969.36 9/30/95 1,659.31 351.97 1,307.34 20,662.02 12/31/95 1,659.31 331.03 1,328.28 19,333.74 3/31/96 1,659.31- 309.75 1,349.56 17,984.18 6/30/96 1,659.31 '288.12 1,371.19 16,612.99 9/30/,96 1,659.31 266.16 1,393.15 15,219.84 12/31/96 1,659.31 243.84 1,415.47 13,804.37 3/31/97 1,659.31 221.16 1,438.15 12,366.22 6/30/97 1,659.31 198.12 1,461.19 10,905.03 9/30/97 1,659.31 174.71 1,484.60 9,420.43 , 12/31/97 1,659.31 150.92 1,508.39 7 " 912 . 04 3/31/98 1,659.31 126.76 1,532.55 6,379.49 6/30/98 1,659.31 102.21 1,557.10 4,822.39 9/30/98 1,659.31 77.26 1,582.05 3,240.34 12/31/98 1,659.31 51.91 1,607.40 1,632.94 3/31/99 1,659.31 26.16 1,633.15 (0.21) Adjustment 0.21 (-0 . 2 1 ) 0.00 ---------- --------- ---------- ---------- Totals , 33,186.20 4,536.20 28,650.00 ---------- --------- ---------- ---------- --------- ---------- Totals by Fiscal Year Fiscal 93-94 3,318.62 437.60 2,881.02 Fiscal 94-95 6,637.24 1,530.28 5,106.96 Fiscal 95-96 6,637.24 1,195.06 5,442.18 Fiscal 96-97 6,637.24 '837.83 5,799.41 Fiscal 97-98 6,637.24 ,~57.15 6,180.09 Fiscal 98-99 3,318.62 78.28 3,240.34 ---------- ---------- .---------- 33,186.20 4,536.20 28,650.00 ---------- --------- ---------- ---------- --------- ---------- " & .' '., ," . ~ ~'. . .' . . .' <', , . ~'~ : ..' . .,,' . .',. I . ,,' .. . . I "': ' RFP 181-94 Page B of 22 CITY OF CLEARWATER PLANNED EQUIPMENT PURCHASES SUBJECT TO LEASE PURCHASE FINANCING PRIOR YEAR BUDGETED/CARRIED FORWARD , l 1 ; .\ i ~ t, 1. t~ .~ .f 'i ,; De-partment ~ .'1 t\ S t Police Department ., 11 i Police Department Fire Department Information Svcs. Information svcs. util.Cust.Support Garage Garage Garage Garage Garage Garage Garage Garage Garage Gas c , ~ Equi-pl1lent Number of units Total Cost Dispatch System Computer Equipment 1 Laptop Computers 100 Squad Truck 1 Tape Drive 1 Computer Upgrade 1 Meter Reading Sys 1 Jeeps 2 3/4 Ton Van 2 Aerial Bucket-55 Ft. 1 Street Sweeper 1 Solid Waste Front Ldrs 2 Solid ~aste Side Ldrs 2 Bucket Truck 1 Road Grader 1 1 Ton Truck W/B 1 Hydraulic Pump 1 $ 2,000,000 300,000 250,000 30,000 28,050 50,000 29,000 28,500 120,000 100,000 280,000 200,000 75,000 85,000 55,000 48,590 $3,679,140 . . . ~',:' I . . , '. '. , ' ( , .' ' " ",' \. ,., " ' ,'. ',' ~ " . -. .. :1 ,/ ,. ;) ~: ',' ,. CITY OF CLEARWATER PLANNED EQUIPMENT PURCHASES SUBJECT TO LEASE PURCHASE FINANCING BUDGETED FISCAL YEAR 1994-95 5 YEAR LEASE PURCHASE Department Community Response Economic Develop. Engineering Library Occupational Lic. Parks & Rec. Finance Finance Graphics Recycling Recycling Water Poll Cont. Garage Garage Garage Garage Garage Garage Garage Garage Garage Garage Garage Garage Garage Garage Garage Garage '.~ ';( .. ~ . -, , 1 ~ " 1 ";', '~i~ ~~ ~ '~~ .~ ~t .oi.. ., ,~ 4 ~'~ ~ ;) " .~ ~ Equipment Computer Upgrade Computer Upgrade Computer Upgrade Computer Upgrade Computer Upgrade Computer Upgrade Financial Sys Upgrade Payroll/Hum Res Sys Communication System Front Loader Truck Tpw Vehicle w/trailer Generator Police Patrol Sedans Police Patrol Mustangs Sedans Station Wagons Police Jeeps - 4 x 4 1/4 Ton Pickup Trucks 3/4 Ton Truck w/UB 1 Ton UB Truck w/lift 1 Ton Cent. Lift Truck Vans Walk-In Vans Solid Waste Side Ldrs Solid Waste Front Ldrs Beach Rake Trash Truck Street Sweeper Number of units . ' RFP 181-94 Page 9 of 22 Total Cost 1 1 1 1 1 1 1 1 1 1 1 1 9 5 4 2 4 8 11 2 1 3 2 2 2 2 1 1 19,290 49,480 26,400 20,280 30,000 29,090 26,000 ~22,000 26,620 ~37,640 50,060 38,000 ~30,500 77,500 54,000 27,000 74,000 ~OO,OOO 176,000 38,500 52,000 46,500 55,000 220,000 260,000 80,000 45,000 110,000 -----------... $211201B60 ,f. ;~ > ~; '.' , i ~' ,~. .';'. ~; .~: l~ jot .(l .," .; ., t., 'i.i -~ > ~ .? i.~ ,\ ~4 t ~~. :., f~ -;;. 'it !,~ lJ 4 .' ;.~ ,; ~ .( ij ~ ~ " .i~ ~ '''; '{ ~ i1-f:.' i ~ !i ~ ~ rJ .. ,. t :,,\ ?~< '" ,'. fi !: ,~.. r1 ;~ .>? ,",' ';1 (- ~ :~ J it t ~ RFP 181-94 Page 10 of 22 CITY OF CLEARWATER CONTRACT FOR INSTALLMENT SALE AND PURCHASE (THIRD PARTY FINANCING AGENT) This Contract is made and entered into by and between the city of Clearwater, P.O. Box 4748, Clearwater, Florida 34618, hereinafter referred to as Buyer, and hereinafter referred to as Seller, this as Contract # of the Line of Credit day of 19 Agreement approved on WITNESSETH, that whereas the Buyer wishes to purchase the equipment described below, and has entered into an agreement with , hereinafter referred to as Vendor, who offers for sale such equipment, and whereas Seller wishes to provide financing for such equipment purchase, NOW THEREFORE, for and in recognition of the good and valuable considerations to be exchanged between the ,parties as hereinafter provided, Seller agrees to purchase, or to cause to be purchased, said equipment from Vendor and simul tan.eously sell the same equipment to the Buyer in accord with the following terms and conditions. Buyer is an Entity of State Government or an Entity of Local Government which is a Political Subdivision of the State. EQUIPMENT: Each unit of the Equipment contemplated to be sold and purchased under this Contract shall be separately identified and each shall be referred to as a Commercial unit. The phrase "Commercial unit" shall be defined as provided in Section 672.105(6) I Florida Statutes. This Contract including all attachments hereto constitutes the sole Contract between Seller and Buyer for the sale and purchase of the Equipment d~scribed below. All purchase orders relating to the subject Commercial Unites) of Equipment issued by Buyer shall supplement this Contract to the extent that the terms of such purchase order are not inconsistent with the terms of this Contract: DESCRIPTION OF EQUIPMENT NUMBER OF COMMERCIAL UNITS UNIT PRICE Further descriptions of the equipment are provided in the original vendor invoices which are submitted to the Seller together with this Contract. PRICE RFP 181-94 Page 11 of 22 The total price of the Equipment described above shall be stated below, and shall include cost of delivery F.O.B. Buyer's designated place of installation and shall include cost of installation unless otherwise provided for on line 4 below, and Seller's warranty. .~ ,~ ~~, f~ .- ,?- -;:: y;; ~ 'If ~. <'1 1) 2) 3 ) 4) 5) 6) I; :t ~ ~ 7) 8) Price Less Credits a) Equity Credit b) Trade-In Allowance (Equipment ) Cash Sale Price [Line 1 less Line 2 (a + b)] Equipment Placement Charges and Appropriate Rigging Charges Total Cash Sale Price (Line 3 + Line 4) Cash Down Payment (Optional) a) Down Payment (Optional) b) Equipment Placement Charges (Same as Line 4) c) Total Cash Down Payment Cash Price (Principal) Balance (Line 5 less 6c) Interest (APR) ~ o 9) Time Balance (Line 7 + 8) 10) Time Sale Price (Line 9 + 6c) NOTE: There shall be no additional charges due I . Seller from Buyer for taxes, ~nsurance premiums, official fees, delivery costs, or any other charges except as specifically provided in this Contract. Interest is computed on a basis of 360 days per year. PAYMENT $ $ $ $ N/A N/A $ $ $ $ $ $ $ $ $ $ NfA N/A N/A N/A N/A Buyer promises to pay the total cash down payment in full, if applicable, within thirty (30) days of delivery and installation in good working order in accordance with then current installation and start up specifications applicable to each Commercial unit purchased hereunder. The total balance due for purchase of each Commercial Unit of the Equipment shall be paid in accordance with Exhibit A (Payment Schedule) which is incorporated herein for all purposes. Notwithstanding any claim or dispute which may hereafter arise between Buyer and Seller, Buyer will make all payments as required under this ,;. " ':'. .; " .' "' '.. 1. " " .. " i. t' ~ r ~ ;,~ ';: >7, ,', ~ f:." , ,~ ~ .; tl ," t ,.; t ! \~.~ j} i) ~ .t. ". :4 .! ~t 'I '1 {~ 'i RFP 181-94 Page 12 of 22 contract when due unless there is a breach of the vlhole contract. Buyer hereby covenants to take such actions as are necessary under the Laws of Florida to plan and budget for receipt of a sufficient appropriation of funds to discharge its obligations to make all payments required under this contract when due. TITLE Title and ownership of each Commercial unit of the Equipment and any and all replacements, substitutions and repairs thereto, shall pass to Buyer upon - acceptance of the equipment in satisfactory working condition. By executing this agreement, Buyer hereby acknowledges such acceptance. The Equipment shall remain personal property and shall not become real property. Buyer will not suffer or permit any lien or encumbrance of any kind against the Equipment. As title holder and owner of each Commercial unit of the Equipment acquired hereunder, Buyer shall pay when due any and all taxes, assessments, franchise fees, levies, or other governmental charges lawfully levied against any such Commercial unit of the Equipment or its use. Buyer shall timely contest the levy of any tax, assessment, franchise fee, levy or other governmental charge deemed by Buyer to be unlawfully levied. It is hereby acknowledged between the parties hereto that Buyer considers itself a nontaxable entity and not usually and customarily subject to the imposition of any tax, assessment, franchise fee, levy, or other governmental charge levied for Buyer's ownership or use of any Commercial Unit of the Equipment. WARRANTIES Seller hereby assigns to Buyer all rights and benefits that Seller may now or hereafter have under any warranty, guaranty or indemnity with respect to the equipment against the Vendor or manufacturer of the equipment. Buyer's sole remedy for the breach of such warranty, indemnification or representation shall be against the Vendor of the equipment, and not against the seller, and any such breach shall have no effect whatsoever on the rights and obligations of Buyer or Seller with respect to this agreement. Buyer expressly acknowledges that Seller makes, and has made, no representations or ,- warranties whatsoever as to the existence or availability of any such -warrarrt'i--~s-- wnat:~rd'eVer-'-as--t"O--.--the- ,.ex.is.tence"--"o:r=-,---.a-va,i-la-l:>i-l-ity---or-"'-any"'" 'such' : warranties of the Vendor or manufacturer of the equipment. INSURANCE If Buyer is covered under a program of self-insurance, Buyer hereby certifies the existence of a continuing self-insurance program insuring the full insurable value of each Commercial unit of the Equipment against loss from those fire and other hazards which are customarily insured by extended coverage pursuant to section 284.01, Florida Statutes, during the term of this Contract. In such event Buyer shall provide a minimum of ten (10) days written notice to Seller of any change or cancellation of said self-insurance program. In the event said self-insurance program is unavailable or terminated, Buyer agrees to procure and maintain with a carrier authorized to do business in Florida and acceptable to Seller, which acceptance shall not ',; ,,,,' ,', I ,I" . .' , . .. ~., I.' ~: ",.: ~' :; . ;', . > . " ': ' . ' '~ . " " ~ f: 'v ; ,~ ,\ ~., .. -~~ ~i "J. 1-: "if ~ +~ ~; " ,. l L , ~f :;.; " " ,1 :\ ~ ;1 .} 1 ,j \ . RFP 181-94 Page 13 of 22 be unreasonably withheld, fire, theft, and extended coverage insurance on the Equipment, insuring the full insurable value against risk of loss or damage, and providing for a minimum of ten (10) days written notice of change or cancellation to Seller. Buyer shall provide Seller with copies of certificates of the insurance carrier or carriers evidencing such insurance coverage. This Contract does not provide for or require insurance coverage for bodily injury and property damage to others. Buyer shall bear the entire risk of loss, theft, destruction or damage to the Equipment from any cause whatsoever or requisition of the Equipment by any governmental entity, or the .taking of the Equipment by eminent domain or otherwise (collectively, Loss). Buyer shall advise Seller in writing within ten (10) days of any such Loss. Except as provided below, no such Loss shall relieve Buyer of the obligation to make payments hereunder. In the event of any such Loss, Seller at its own option may: (a) if the Loss has not materially impaired the Equipment (in Seller's reasonable judgment), require Buyer, upon Seller's demand, to place the Equipment in good condition and repair reasonably satisfactory to Seller; or (b) if the Loss has materially impaired the Equipment (in Seller's reasonable judgment), require Buyer, upon Seller's demand, to pay Seller the following amounts on the date payment is due: (i) all amounts that are then owed to Seller by Buyer under the Payment Schedule, including the payment due on such date, and (ii) an amount equal to the principal balance set forth in the Payment Schedule for such date. In the event that Buyer is obligated to make such payment with respect to less than all of the Equipment, Seller will advise Buyer of the principal balance to be paid by Buyer with respect to such equipment that has suffered the Loss, which amount Buyer shall promptly pay Seller, and Seller shall revise the Payment Schedule accordingly. Buyer will take actions reasonably necessary to attempt to secure subsequent appropriations to pay said remaining unpaid balance, less unearned interest. Seller will make the proceeds of any property insurance maintained by Buyer under this Contract available to Buyer for the purposes of this Section if no default has occurred and is continuing. DEFAULT Time is of the essence hereof and if Buyer shall fail to pay when due any installment, or otherwise fail to observe, keep, or perform any provision of this Contract required to be observed, kept, or performed, then Buyer shall be deemed to be in default with respect to the purchase of each Commercial Unit of Equipment directly affected by such fqilure and unless Buyer causes such default to be cured wi thin thirty (30") days after receipt of written notice thereof from Seller, at the expiration of such notice period the balance of all installment payments due or which will become due hereunder with respect to the purchase of each such Commercial Unit of Equipment, less unearned interest, shall immediately become due and payable. If any of the foregoing occurs, Seller shall have all the rights and remedies of default available under Florida Law, except that Seller shall not be entitled to recover any indirect or consequential damages or loss resulting from Buyer failing to pay an installment to become due with respect to any Commercial Unit of Equipment so affected after such default has occurred. If seller shall fail to transfer to Buyer good and marketable title, free of liens or encumbrances of any kind whatsoever, for any Commerci.al Unit of t,he Equipment purchased under this Contract, or if Seller shall repudiate . . ~ I ,'. ~.'.' , , . . : . .: . ' ,'.' . .; . ". . I I.,',; . l' . : . I '" " 1 . , ' , " '., . " ' ",? "f " ;j" " 1;- J;, " ;..~ ,\ " ',' " '; l A il ;{ f~ ~~: i; " f:. ~ 1': I ~ ~ ~ i.! i i !~ It ':~ " -, " " ..~ ~ $,., :f.' ~~ (, :~ .~: it; ....: ~~ t " ~v j ~ ,; < ;l; ~ ,~ . ;- 'i J RFP 18'1-94 Page 14 of 22 performance under this contract, or if Seller shall otherwise fail to observe, keep, or perform any provision of this Contract required to be observed, kept, or performed, then, unless the default substantially impairs the value of the whole contract, Seller shall be in default with respect only to such Commercial unites) which are directly affected by the default or failure of Seller and unless Seller causes such default to be cured within thirty (30) days after receipt of written notice thereof from Buyer, upon default by Seller, Buyer shall be possessed of all the rights and remedies of a Buyer in due course under the provisions of the Florida Uniform Commercial Code. The foregoing rights and remedies of Buyer may be exercised without -impairing Buyer's interest in and title to any Commercial Unit of the Equipment acquired under this Contract and without limitation ,to or waiver of any rights or remedies available to Buyer by law. USE AND LOCATION OF EQUIPMENT Each Commercial Unit of the Equipment shall be kept at its installation address and shall not be moved without Buyer providing prior written notice thereof to Seller. Buyer shall not use or deal with any Commercial Unit of the Equipment in any manner which is inconsistent with the terms of this Contract, any policy 9f insurance referred to herein, or any applicable laws, codes, ordinances and regulations. Buyer shall not allow any Commercial Unit of Equipment to be misused, abused, or wasted, or allowed to deteriorate, except for ordinary wear and tear resulting from its intended use. Seller shall have the right to inspect any Commercial Unit of the Equipment at any reasonable time, wherever located. PREPAYMENT At any time during the term of this Contract, Buyer shall be entitled to pr~pay the principal balance in whole or in part without penalty of any kind. Ho~ever, an administrative fee of fifty dollars ($50) may be charged Buyer by Seller on any such prepayment within twelve (12) months from the effective date hereof. ASSIGNMENT Buyer shall give Seller not fewer than thirty (30) days prior written notice of any proposed resale, lease, or assignment qf any Commercial Unit of the Equipment acquired during the term of this Contract or any assignment hereof. Such notice shall identify each Commercial Unit of the Equipment to be resold, leased, or assigned, and the date upon which such sale, lease, or assignment is to be effective. If any Commercial Unit of the Equipment is to be resold, leased, or assigned, Buyer, at Seller's option, will pay to Seller within thirty (30) days from the effective date thereof, the total unpaid balance of installments due or which will become due hereunder, with respect to each such Commercial Unit of Equipment less any interest then unearned. Seller may assign any part or all of its interests under this Contract upon prior written notice to Buyer. In the event of an assignment, Buyer shall thereafter perform all the promises provided in this Contract to be performed by Buyer to such assignee or transferee. However, no such assignment or transfer shall impair Seller's obligation to provide Buyer with the performance provided in this Contract and, in the event of any such : ' , ' " " ' ' I, I,' ",' ',...',', . ' . , , ' " . '," . I i ". 's ~ :1 ... !~. * I~ " ,,. .~ i~ !.~, fI! ~i ~ ',', ". \.;, ;~ :~l ~ " Ii ..,. ~ RFP 181-94 Page 15 of 22 assignment or transfer Buyer's rights to assert any claim or defenses it may have under this Contract shall not be impaired as against Seller, its assignee, or transferee. NOTICES It is agreed that thirty (30) calendar days shall constitute reasonable notice for the exercise of any right held by either party to this Contract. All notices or other communications required or ,permitted to be given pursuant to this contract and by law shall be in w~iting and shall be valid and sufficient if delivered by hand or dispatched'through the U.S. Postal Service by Registered or certified first-cla~s mail, Return Receipt Requested, postage prepaid to the addressees) set!forth first herein, or such other addresses as either party shall notify .,the other in writing. No additional notice need be given to the installation address (es) . Notices dispatched through the U.S. Postal Service by Registered or certified first- class mail, Return Receipt Requested, shall be given upon the date received by addressee, as indicated in the executed Return Receipt. In the event any notice, which has been dispatched in accordance with this paragraph, is refused acceptance of delivery by the party to whom addressed, notice shall be deemed to have been given as of the date of the first attempt by the u.s. Postal Service to deliver same. GENERAL '\ ./ No delay or omission to exercise any right, power, or remedy accruing ~6 Seller or Buyer upon breach or default by either party under this i2tract shall impair any such right, power, or remedy of Seller or Buyer; n t"}shall any such delay or omission be construed as a waiver of any such b ~ach or defau1t, or any similar breach or default thereafter occurring; nor shall any waiver of a single breach of default be deemed a waiver of any such subsequent breach or default. All waivers must be in writing. ~ This Contract shall be deemed to have been executed and entered into within ~ the State of Florida and any dispute arising hereunder shall be governed by 11 the laws of Florida. Any provision of this Contract in violation of the laws of the State of Florida shall be ineffective to the extent of such violation, without invalidating the remaining provisions of this Contract. This Contract shall not be construed against a party because that party wrote it. The Section headings used herein are for convenience only and shall have no significance in the interpretation of this Contract. If de1ivery of the Equipment is not made at the time of the execution of this Contract, Seller may insert the serial number and other marks used by Seller to identify the Equipment on this Contract. : ..~: . ,~, .' ': . ' . :." " '...' .' " .': .,; '. I" . ~, . . . "', .'. t . '." , . " , .~;. i; '.~ V : ~{ '~~~ " ,':I ~.: :. }J :,' "1(. ~. ); ;:~ ~ ,} '1 '::; j' r: " ~ ~\ jj . r~ .~. f ~; ( ~. :.i' l~ J' ~. 1'.;' .t:: 'Z 't ~ t,~ " 'j' ,,' ..,j ~ CO, :t . ~~ ~ 't' ,.:~ J' ': .1': if !~. \[ ~~ ~ ': t~ f~ ~ ,( '1 :( Il\ :l ,'" , :. !. '\ o RFP 181-94 Page 16 of 22 FUNDING Buyer, as an entity of Government, is subject to the appropriation of funds by its City commission in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Contract for each and every fiscal year following the fiscal year in which this Contract is executed and entered into and for which this Contract shall remain in effect. Buyer shall, upon receipt of notice that sufficient funds are not available to continue its full and faithful performance under this Contract, provide prompt written notice to Seller of such event and effective thirty -(30) days after the giving of such notice, or upon the expiration of the period of time for which funds were appropriated, whichever occurs first, be thereafter released of all further obligations in any way related to such Equipment. In such event, Buyer may within sixty (60) days thereafter sell, lease, or otherwise dispose for fair consideration, which in no event shall be less than the balance of all installment payments due or which will become due hereunder, each Commercial unites) of the Equipment so affected and from the proceeds thereof pay to Seller all remaining sums due under the terms of this Contract, pursuant to Exhibit A, less any interest then unearned, or may (return to Seller each' Commercial Unites) of the Equipment so affected, as follows: (i) Buyer shall del i ver unencumbered title of the Equipment to Seller, and (ii) the Equipment returned to Seller shall be in good condition, reasonable wear and tear excepted. However, Buyer agrees (1) not to cancel the contract under this provision if any funds are appropriated to it for the acquisition (by purchase, lease, or otherwise) of other functionally \ equivalent equipment for the fiscal year of termination provided such action , is not contrary to any expressed legislative intent, and (2) to expressly \ include in its appropriation request each year of the Contract a request for \an appropriation to fund the Contract. Buyer and Seller understand and intend that the obligation of Buyer to make payments hereunder shall constitute a current expense payable solely from non-ad-valorem funds of the Buyer and shall not in any way be construed to be a debt of the Buyer in contravention of any applicable constitutional or statutory limitation or requirement concerning the creation of indebtedness by the Buyer, nor shall anything contained herein constitute a pledge of the ad-valorem tax revenues, funds or moneys of Buyer. Seller shall have no right to require or compel Buyer to levy ad-valorem taxes for the payments due hereunder. In the event Buyer returns any of the Equipment fo~ failure of appropriations, Seller shall retain all sums paid by Buyer under this Contract with respect to such Equipment and Buyer shall transfer to Seller good and marketable title, free of liens or encumbrances of any kind whatsoever, of the Equipment. However, if during such sixty (60) day period Buyer identifies another political subdivision of the state of Florida (as that term is defined in Section 103 of the Internal Revenue Code of 1986, as amended) that is willing to assume all of the obligations of the Buyer under the Contract (and Seller determines that such transfer would not affect the tax-exempt nature of the obligation created under the Contract and that such enti ty demonstrates acceptable creditworthiness) Buyer may transfer such duties and obligations to such entity, thereby terminating Buyer's liabilities for any duties or obligations to Seller under this Contract that are assumed by such entity. Seller shall be reimbursed by Buyer or such RFP 181-94 Page 17 of 22 other entity for any costs or expenses resulting from such transfer of duties and obligations. Thereafter, the successor agency shall be responsible for performing all the obligations of Buyer described in this Contract. ESSENTIAL USE - Buyer represents that: (a) the use of the Equipment is essential to its proper, eff icient and economic functioning or to the services that it provides to its citizens; (b) Buyer has an immediate need for and expects to make immediate use of substantially all the Equipment, which need is not temporary or expected to diminish in the foreseeable future; and (c) the equipment shall be used by the Buyer only for the purpose of performing one or more of its governmental or proprietary functions consistent with the permissible scope of its authority. FORM a038G Buyer shall complete and file on a timely basis, Internal Revenue Service ~ form 8038G in the manner set forth in section 149 (e) of the Internal Revenue Code of 1986, as amended. Buyer will take and will cause its officers, employees and agents, to take all actions legally within its power necessary to ensure that the Interest Portion of the Rental Payments does not become subject to federal income taxation under the Internal Revenue Code of 1986 and treasury regulations promulgated thereunder. Buyer represents, warrants and covenants that it shall not do, cause to be done or fail to do any act if such act or failure to act will cause this Contract or any transaction hereunder to be an arbitrage bond within the meaning of section 148 of the Internal Revenue Code of 1986, as amended, or a private activity bond within the meaning of section 141 of the Internal Revenue Code of 1986 as amended. ~ " & ,\ ~ . ; ,j, v. ,.. ~ t ~ ~ SELLER OR ASSIGNEE LIABLE FOR OWN ACTS The Buyer expressly recognizes that Seller or its Assignee shall not be held liable to Buyer except for the acts or omissions of their respective officers, employees, or agents, and shall not be otherwise liable to Buyer for damages sustained by Buyer as a result of Buyer's use or possession of the Equipment. DISCLAIMER OF WARRANTIES BY SELLER Seller is not a manufacturer of the Equipment or a Dealer in similar Equipment, does not inspect the Equipment prior to delivery to Buyer and has not made and does not make any representation, warranty, or covenant, expressed or implied , with respect to the Equipment. The Vendor shall remain directly liable to Buyer under its warranty. Buyer shall look directly to Vendor in the event of any claim for breach of such warranty. , v' . " . "'" '. . " ' .. . .' ' . . . . . ~ ~. . . . , . .' . . . . "~. t. . . ~ 1 ~ ~ ~ . ~: ~ ~ ~ ~ " ~ ~ ~ ~ ~ ~ ~ ~ ~ j ~ ~ n ~ j ~ ~ ~ . X ~ t ~ ~ ; ~ J ~ ~ ~ ~ ~ ~ 1 ~ ~ ~ ~ ~ . ~ 1 ~ I- ~ J. 1 ~ ~ ~ ~ i ~ ~ ~ ~ ~ ~ t ~ . ~ / ~ ~ ~ i ! ! RFP 1Bl-94 Page 18 of 22 ENTIRE CONTRACT This Contract for Installment Sale and Purchase constitutes one contract between Buyer and Seller with reference to the purchase of each Commercial unit of the Equipment described above, which contract supersedes any and all prior written or oral agreements. This Contract consists of nine numbered pages and Exhibit A, Payment Schedule. This Contract shall not be modified except in writing signed by both parties. NOTICE TO SELLER Buyer hereby represents that it is a governmental entity, that it has the capacity and authority to enter into this contract, subject to the availability of lawfully appropriated funds, and that the person executing on behalf of Buyer has authority to do so. It is not the Buyer's intent to become a reseller or re-marketer of equipment purchased pursuant to this Contract. NOTICE TO BUYER 1. Do not sign the contract before you read it or if it contains any blank spaces. 2. You are entitled to an exact copy of the contract you sign. 3. Under the law you hav~ the right to payoff in advance the full amount due and under certain circumstances avoid the payment of additional interest. BUYER ACKNOWLEDGES RECEIPT OF A TRUE COpy HEREOF AND THE AGREEMENT HEREIN REFERRED TO. IN WITNESS WHEREOF, the Parties hereto have caused this Agreement to be executed by their respective representatives hereunto duly authorized, all as of the day and year first above written. city of Clearwater Buyer ATTEST: By: Title: Finance Director ATTEST: Seller By: , ' ~ ': " ~ '. I.... ~ ': . '. . . . , . . . ' ' , . ' ~'. . .' . ' RFP 181-94 Page 19 of 22 RE: Contract for Installment Sale and Purchase dated as of by and between (Seller) and the City of Clearwater (Buyer). Gentlemen: t I have acted as counsel to Buyer with respect to the attached Contract for Installment Sale and Purchase and various related matters, and in this capacity have reviewed a duplicate original or certified copy of the Contract and the Exhibits attached thereto. Based upon the examination of these and such other documents as I deem relevant, it is my opinion that: 'j.\ j ~! ~{ t ~ "1 'S: ! W ';;'~ ..'/ l," ;~ j ~I 1. Buyer is a municipal corporation and political subdivision of the State of Florida (the State), duly organized, existing and operating under the constitution and laws of the State. 2. Buyer is authorized and has power under State law to enter into the Contract, and to carry out ita obligations thereunder and the transactions contemplated thereby. 3. The Contract has been duly authorized, approved, executed and delivered by and on behalf of Buyer, and is a valid and binding contract of Buyer enforceable in accordance with its terms, except to the extent limited by state and Federal laws affecting remedies and by bankruptcy, reorganization or other laws of general application relating to or affecting the enforcement of creditor's rights. 4. The authorization, approval and execution of the Contract and all other proceedings of Buyer relating to the transactions contemplated thereby have been performed in accordance with all open meeting, public bidding and all other laws, rules and regulations of the state. 5. The execution of the Contract and the appropriation of moneys to pay the Rental Payments coming due thereunder do not result in the violation of any constitutional, statutory or other limitation relating to the manner, form or amount of indebtedness which may be incurred by Buyer. 6. To the best of my knowledge, there is no litigation, action, suit or proceeding pending or before any court, administrative agency, arbitrator or governmental body, that challenges the organization or existence of Buyer, the authority of its officers; the proper authorization, approval and/or execution of the Contract, Exhibits thereto and other documents contemplated thereby; the appropriation of moneys to make Rental Payments under the Contract for Buyer's current fiscal year; or the ability of Buyer otherwise to perform its obligations under the Contract and the transactions contemplated thereby. 7. Approval for purchase and financing of the equipm~nt referenced in the Contract was duly and validly adopted by Buyer's governing body on , and such approval has not been amended or repealed and remains in full force and effect. 8. The Contract does not constitute, and is not expected to become, an arbitrage bond within the meaning of Section 148 of the Internal Revenue Code of 1986, as amended, or a private activity bond within the meaning of Section 141 of the Internal Revenue Code of 1986, as amended. By: M.A. Galbraith, Jr. City Attorney, City of Clearwater Date RFP 181-94 Page 20 of 22 S t_?!.nd_ar4-pu_r_c:JEu~j.J.1..9_B,~,qu i_~,eJT1e 11 t s,_f9~~_ ~~~eq'Jf:!..~tL[ or_RJ'QRosa l..e~ 1. In order to comply ",lith Floric1F.1 statutrs, all bidders will Q,e required to complete c\ Drug Free \vork'place form (F. S. #287.087) and Public Entity Cr:-imes form (F,S. #287.133). Copies of both documents ;'Ire attr:'lchec1 and must be returned with your Bid Response. 2. Righ t_T-9_PC9_te.E_t Any actual or prospecti.ve bidder who connection ....Jith the solicitation or i'I'vJard see}( resolution of his/her compli:'lints Purchasing Manager. 15 :>f by aggrieved in a contract may contacting the 3. CompJ'-Jan....c_~ with Recycled P'=!.tLe_L-Qrdina_Dce Per Ordinance #5059-90, the city shall req\.l1re all persons submitting responses to r.equests for pr.oposals or invitations to bid to agree to the following as a precondition to contract award: a) All report~'submitted to the city by a contractor in fulfillment of contl.C1ct obligations shall use r e eye 1 e c1 pap e r ".J h 0 nit i s a va i 1 a b lea tar e as 0 nab 1 e price and of satisfactory quality to meet contract:ual performance standards. For the purposes of th i. s pa ragraph, the pr ice of recycled paper shall be considered r'reasonable" if its cost is no more than ten percent higher than the lowest price offered for non-recycled paper. b) All reports submitted to the city by a contractor shall use.. both s'ides of paper sheets whenever practicable. c) Contractors sha 11 be responsible for maintaining records documenti.ng usage of recycled, paper for reports submitted to the City in fulfillment. of contractual obli at'ons. Contractors shall submit such recot",~ o 'the' 'ci ty ""ccording to procedures to be es tahfi'shed by the Pur has i ng Manager not later " ! than ,'etober 1, 1991. / .../ -"" ----~-' 4. No Correction~ Once a competitive proposal is submitted, the city shall not accept any request by any proposer to correct errors or omissions in any 6alculations or competitive price submitted. RFP 181-94 Page 21 of 22 5. FeJ;_~ 11 t tOl~J__u)Jcl_Dj_~p_QsJ~J_gJ____ r~r_QP_O_SJ1J_~ 'J'he city r"eserves tile r.ight to retain ell1 submitted competitive proposaJs for official recorrl purposes. Tile city a 1 so res e r ve s the r i 9 h t t 0 cl i s po S e 0 fan y 0 r a 11 cop i e S 0 f competitive proposals in whi1t0.ver manner j t deems C'1ppropriat~. . . . . J b '1 No COplf?S of cornpetltlVE': pl'oposals t..JJ,..1. "e returned to the proposer. 6. Legal Na.me Competitive proposals shall clearly indicate the legal name, address, and telephone number of the bidder (company, firm, partner.ship, individual). Competitive proposals shall be signed i.1bovf? the typed or printed nC'nne and title of the signer. The signer sh2d] have the Cluthority to bind the proposer to the submitted competitive proposal. 7. OpelJ.ne_~_~__Qf_E.rocLLLeJILeJ:L~e.!'-:"Q~ess written competitive proposClls, other sUbmissions, correspondence, ond oIl records made thereof, as well as negotiations conducted pL'rS\lClnt to thi !,~ RFP, shall be handled in co~pliance with Ch~pters 119 and 286 Florida statutes. The city gives no ;;J'SSllrance ~s to the confidentiality of any portion of any proposal once submitted. 8. No Coll~~~9~ By offeril1g C'\ submission to the RFP, the proposer certifies the pr.oposer ha5 not di vulged to, discussed or compared hiS/her competitive proposC11 with other proposers and has not colluded with any other proposers or parties to this competitive proposal whatsoever. 1\150, proposer certifies" and in the case of i1 joint competitive proposal each party thereto certifies as to its own organization, that in con nee t ion v.' i t 11 t 11 e co 111 pet .i t i ve p r q p 0 sa 1 : a. any prIces and/'Jr cost data submitted have been arrived at independently, without consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices Clndjor cost data. v}j,th any other proposer or with any competitor; b. any prIces undjor cost data quoted for this competitive proposal have not been knowingly disclosed by t,he competitive proposal and will not kno\.Jingly be disclosed by the proposer, directly or indirect-:.Jy to any other proposer or to any competitor, prior t.o the sc~edLllecl opening; . . RFP 181-94 Page 22 of 22" C. no ~ttempt has b8f?n mC\de or will be mode by the proposer to induce nllY other:- person or firm to StJ bmi t or.. no t t:a [;ll hmi t n camp€': tit i ve propos a 1 for the pUrpO[;0 of I-pstricting competition; , ~ d. the only person or. persons interested in this competitive propo5ill, principal, or princi.pals i~/are named ther.ein and thilt no person other than therein mentioned has any interest in this competitiv~ propos'll or in the Agreement to be entered into; Clnd b. The bid does not strictly r.equirements of ':he bid; or conform if, to the law or e. no person or Clgency hCl5 been emp:;'oyed or retained to solicit or. :-:p-C\lre. this Agreement upon an ngreement or \lIHt8t"stunding for a commission, p8rc~ntag8, broket-ilge, Qr contingent fee, excepting bona riclp employees or esti.lblished commercial Clgencies rnrtintClinecl by the purchaser for the purpose of c10inq b\lS.1.11l?SS. 9 . Jnformc;lJ~"i..t_y~~j. v~_V.B~j~_~_tor~__()J_B_.Lq~ The city m~y reject bids if: cl. The bidder. misstates or conceals any material fact i.' nth e b i c1; , 0 r .i. [ , , c. The bid is cond i l: iOI1;1.l., except tha t the bidder may qualify his bid for ;'\cceptClllce by the city on an 11(111 or none" bClsis I or C\ "low item" basis. An ";:"\11 or n0l18" bt=\s.is bid must inc.lude all items upon which bids r\t"e invited. 'I'he ci ty mr.1Y, howeve r, re j Gct d 11 bids whenever it is deemed in the best inter.est of the city to.do so, and may reject any part of a bid unless bid has been qualified as provided in lJ(c) above. The city may Cl1so waive any minor informalities or irregularities in any bid. 10. RFP Ex~~n~~s st~~~me~t All vendor costs associated with this RFP will be the responsibility of the vendot'. .' .. A DRUG-FREE WORKPLACE, IN ACCORDANCE WITH SECTION 287.087 Preference shall be given to businesses with dmg-free workplace programs. Whenever two or more bids which are equal with respect to price, quality and service are received by the City for the procurement of commodities or contractual services, a bid recei~ed from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids ytill be followed if none of the tied vendors have a drug-free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substanCe is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Infonn employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition ,of working on the commodities or contractual services that are under bid, the employee \0Jl abide by the terms of the statement and will notify the employer of any conviction of~ or plea of guilty or nolo contendere to. any violation of chapter 893 or of any controlled substance law of the United States or ,my state, for a viola~ion occurring in the workplace no later than five (5) days after such conviction. , 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community. by any employee who is so convicted. .. " f"'. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. ~~.,~ ~" !" ',.' f' - As the person authorized to sign the statement, I certify that this fmn does/does not (select only one) fully comply with the above requirements. Barnett Bank of Pinellas County a~ -Ar'?~ -.v- , Business's Name Vendor's Signature I. SWORN STATEMENT PURSUANT TO SECTION 287. 133 (3) (a),- FLORIDA STt\ TUfES, ON PUBLIC ENTITY CRIMES . , TmS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR ~R OFFICIAL AUTHORIZED TO ADMINJSTE~ OATHS. . - City of Clearwater (print name of public entity) Fran~ A. Parrella, Vice President [print individual's name and title 1 ~ar~ett Bank of Pinellas County [prin~ name of entity submitting sworn statement) 600 Cleveland Street C1earwater. Florida 34615 1. This sworn statement is submitted to I', by , 1.'1 ~ for l~l .' . . '" whose business address is h, :..\ '; '\ and (if applicable) its Federal Employer Identification Number (FEIN) is 59-0715528 (If the entity has no FEIN, include the Socjal Security Number of the individual signing this sworn statement: 2. . I \U1derstand that . "public entity crime. as defined in Paragraph 287. i33(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the tnnsaction of business with any 'public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or political subdivision of the United States and involving antitnlst, fraud. theft. bribery, collusion, racketeering, conspiracy, or material misrepresentation. 1 A predecessor or successor of a person convict<<l of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term .affiliate- includes those officers, directors, executives. partners, shareholders. employees. members, and agents who arc active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when Dot for fair JIUlI'ket value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into 11 joint venture with a person who bas been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 3. 1 understmd that .convicted- or .conviction- as defin\~ in Paragraph 287.133(l)(b). Florida Statutes. means a finding of guilt or a conviction of a public entity c.nme. with or without a adjudication of guilt. in any federal or state trial court of record relatine to ~ges brought by indictment or information after July I, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of euilty or nolo contendere. 4. I understand that an .affiliate- as defined in Paragraph 287.133(1)(.), Florida Statutes, means: J. <Ii Ii :1 5. I understand that a -person" AS defined in Paragraph 2S7.133(1)(e). Florida Statutes. means any natural person or entity organized under the '1~~ OrMY state or of the,p~~ States with the JeB~ power to enter into a binding contract and which ~ds ~r Ilpp~i'es to. bid'~n' contrac!S fC?<the provision of goods or acrvices let by. public entity or which othenvise transacts' or .p'pli~'~ ~t ~Ufiness with. public entity. The term -person - includes those officers, directors, executiveS; . partners, shaieholders, cmployocs, members, and agents who arc active in management of an entity" . ."",-,..-- ~--..- ., I . , j j " , . I " , ~ , .'. ," " .' " " I' . ' , . . ~ , ' .. AGENDA DATE /0- :3-9i iTEM # 9- -flJoCt 3 ..........--..-............ ... . -...--........_..-........~.-. . , . . . ~ . .' .'. ',.' . ." : . r ., . .'. . , " , ."",. , '. . . , " . . ' . . , '-'" '.",!.', ,'. Clearwater City Conunission Agenda Cover Memorandum q. Item # Meet i n9 Date: IO'3'Cj~ REPRESENT CLEARWATER GAS SUBJECT: SYSTEM RETAIN WASHINGTON, D.C. LEGAL COUNSEL TO RECOMMENDATION/MOTION: Approve Clearwater Gas System's continued participation with the Florida Municipal Natural Gas Association (FMNGA) in the joint municipal representation of regulatory and legal issues through the use of FMNGA's Washington, D.C. based counsel, Miller, Balis & o'Neil, P.C. (MBO) , and also retain MBD to represent the city on issues involving Clearwater Gas System before the Federal Energy Regulatory Commission for an estimated annual total budget amount of $50,000 for both types of representation for FY 94/95, ~ and that the appropriate officials be authorized to execute same. BACKGROUND: The FMNGA is an association of municipally-owned natural gas utilities, authorities and districts in Florida for the purpose of joint representation of municipal issues on industry, legislative, regulatory and pipeline issues. A primary activity of FMNGA is representing the municipals before the Federal Energy Regulatory Commission (FERC). The overall costs to the municipals are lower by sharing these expenses rather than each municipal representing themselves on Federal issues. FMNGA has retained the firm of Miller, Balis & o'Neil, P.C. (MBO) to serve as the group's legal counsel. MBO is well suited to represent FMNGA and us on regulatory issues at a Federal level as the firm specializes in natural gas pipeline issues and Federal regulatory and legislative representation and also serves as legal counsel to the American Public Gas Association (APGA) which eGS is also a member. To this end, Clearwater Gas System (CGS) pays an assessment to FMNGA on any given issue where we are a benefactor of the legal counsel, typically based on our number of meters as compared to the total number of meters for the FMNGA group which is represented on the issue. FMNGA is currently actively representing our interests in such issues as: o The Florida Gas Transmission (FGT) Curtailment filing where FGT has requested approval to curtail gas supply when emergency situations require them to lower supply gas pressures on their pipeline system, Reviewed by: Legal Budget Purchasing Risk Mgmt. CIS ACM Other Originating Ocpt: \, Clearwater Gas System A~J lP- Estimated $ 50,000 Current Fiscal Yr. ~ ~A. fA Estimated $ 50.000 Total commission Action: o Approved o Approved w/conditions o Deni ed o Continued to: Costs: User Dcpt: Funding Source: o Capi tal Imp_ tE1 Operating o Other Attachments: Miller, Balis & O'Neil Letter Subnitted by: Cit~~ Advertised: Date: i~~\Paper: N/A , .. ~ Not Requi red Affected Parties o Notified 181 Not Requ ired Appropriation Code: 423-02072-530100-532-000 423-02064-530100-532-000 o None r. ~. Printed on recycled paper . . " '. " ' ' . . ' ~ . , '. .' J ~ . . . '. . : " . .'. ",' :.r , r - 2 - o The Sunshine Pipeline Precedent Agreement where Clearwater, Okaloosa, Leesburg and Pensacola are negotiating transportation agreements with this proposed new supply pipeline, and o The upcoming FGT Rate Filing expected in December, 1994. Additionally, CGS needs Washington, D.C. based legal representation on issues which involve only our interests and not those of the FMNGA group as a whole. Examples of current issues of this nature are: o The Florida Gas Transmission (FGT) related legal counsel work related to our FGT Phase III capacity to serve Pasco county as well as the FERC filing for the Pasco gate station, and o The FERC related legal counsel work related to the territorial dispute filed by Peoples Gas System (PGS) where PGS has also initiated a FERC protest of our Pasco gate station filing. The CGS Managing Director and the Interim city Attorney recommend that we continue to jointly participate with FMNGA on common issues of federal regulatory and legislative representation and that the City retain the firm of Miller, Balis & O'Neil, P.C. directly to meet the Washington, D.C. based legal needs of the Clearwater Gas System and that an annual budget be established for this Washington, D.C. legal representation in the amount of $50,000 to cover both FMNGA assessments for legal services as well as direct legal expenses from MBO. The attached letters from MBO outline their billing rates for the FMNGA and extend these same rates to the Clearwater Gas System. Partner's work is billed at $160 - $190 per hour and associate attorneys at $90 - $150 per hour. Our primary attorneys are Bud Miller (partner) who bills us at $175 per hour and Royce Dickens (associate) who bills us at $115 per hour. They do not bill us for related paralegal and support staff. They will bill for travel and other out-of-pocket expenses (such as mailings, copies, etc.) at actual cost with no mark-up. We have estimated the total annual budget of $50,000 based on $25,000 for our prorated share of the FMNGA billings and $25,000 for direct billings from MBO. Either amount may vary; however, we are recommending a total budget for all Washington, D.C. based legal representation plus related legal expenses totalling an estimated amount of $50,000. The proposed Clearwater Gas System FY 94/95 budget has sufficient funds in the Gas Administration & Supply Division's operating budget to cover these legal expenses. i .... LAW OFFICES WILLIAM T. MILLER STANLEY W. BALIS ROBERT A. O'NEIL JAMES R. CHOUKAS-BRADLEY SUSAN N. KELLY JONATHAN S. LIEBOWITZ JOHN MICHAEL ADRAGNA JAMES H. BYRD THOMAS C. GORAK JOliN P. GREGG MILLER, BALIS & O'NEIL A PROFESSIONAL CORPORATION "LISA L. ARRASMITH KEIIO' K. CARTER ROYCE L. DICKENS SHEPARD H. ENGLANDER MARY A. "EKMAN "ELISABETH R. MYERS-KERBAL KATHRYN A. O'BRIEN PAMELA M. SII..8ERSTEIN ll,w NINI:"TEEJlrTH SfREET, N.W. SUITE 700 WASIIINGTON, D.C. 20036 (202) 296-2960 FAX (202) 296-0166 SEAN T. BEENY OF COUNSEL 'ADMI1TED IN O'l1l1lR TIIAN TIlE DISTRICT OF COLUMBIA August 25, 1994 Mr. J. Terry Neenan Gas Superintendent Clearwater Gas System 400 North Myrtle Avenue Clearwater, Florida 34615 Re. Miller. Balis & O'Neil. P.C.'s 1994 Fee Schedule Dear Terry: Enclosed is a copy of a letter we sent on October 29, 1993, to Harry Zehender, who at that time was President of the Florida Muncipal Natural Gas Assocation, regarding the firm's fee schedule for Calendar Year 1994. Since the Clearwater Gas System is a member of FMNGA, the fee schedule discussed in the 1993 letter is applicable to services rendered to Clearwater as a member of FMNGA, The fee schedule is also applicable to any other legal services Miller, Balis & O"Neil may render for Clearwater in Calendar Year 1994. I would be happy to furnish any other fee information you may require. Please let me know if I can be of further assistance in this regard, Sincerely, f3~ William T. Miller Enclosure M:\CLIENTS\03260\082SCLR.L:R R r- "" .- ~.. \...' I . ... L_ ..,. I I' ~. I .... ..- !....: u AUG 2 9 ~IQ0Lt v..' I C/eanvllter Gas System " . . ~'.._~~~~~~-:~~~~~-~~,-~: . :,: ".. , " , " " >-.. ",' :' '.', ' ',' , . :,' . :.".. ~,' . . '. .' . ~ " , " '. .' . . ..' "'.. .', . .": . , I ' .... " . ' . ~ . .' I r i ! 1 ,\ LA W OFFICES WILLIAM T. MILLER !ITANLEY W, BALIS ,(OBERT A. O'NEIL JAMES R. CHOUKA5-BIlADLEY SUSAN N, KELLY JONATHAN S. LIEBOWrrz JOfIN MICHAEL ADRAGNA lAMES H, BYRD TIIOMAS C. GORAK JOUN P. GREGG MILLER, BALIS & O'NEIL ^ PROFESSIONAL CORPORATION .USA l.. ARaASMrrH OOUGl..AS O. CAIllEY .BEA VEil KEHT Ie. CARTEIl ROYCE L. DICKENS .SHEPARD H. ENOLAHDEIl MARY A.. HEItMAN .KATHRYN A. O'BRIEN PAMELA toe. SILBERSTEIN 1101 FOURTEENTH !ITREET. N'w. SUITE 1400 W^SHINGTON. D,C, ~(0)5 12021 719-14SO FAX (202) 789-4049 ....ololrmo IN 0'TliU. 1ltAH llGlllU'nJC'T 0.. COlUWllA October 29, 1993 Harry Zehender, Chainnan Florida Municipal N alural Gas Association City of Sunrise 10770 West Oakland Park, Blvd. Sunrise, FL 33351 Re: Miller, Balis & O'Neil. P.C. 's 1994 Fee Schedule Dear Harry: The purpose of this letter is to let you know about the Miller, Balis & O'Neil, P.C. fee schedule which will be effective commencing January 1, 1994. In 1991, we established an hourly fee range for panners of $160-$190; the fee range for associates was set at $90-$150. We are doing our best to "hold the line" on legal fees by: (i) again not revising our fee ranges for 1994, and (ii) adjusting our actual hourly rates upwards by only the amounts required to offset general inflation and specific increases in our overhead, and to reflect advancement in seniority levels. Thus, in 1993, you were charged $175 for my time; in 1993, my hourly billing rate will be $180. Royce Dickens' time will be charged at $115 per hour. The goal of our firm is now, and has always been, to provide our clients with value for their money. We think "value" means the highest quality legal services at the lowest reasonable rate we can justify, given the very substantial overhead constraints that confront businesses operating in large metropolitan areas like Washington, D.C. We genuinely appreciate your . Harry Zehender, Chainnan October 29, 1993 Page 2 continued use of our finn. Please call us if you have any questions regarding this letter, or any other aspects of our representation of the Florida Municipal Natural Gas Association. Sincerely, (3~u,j)- William T. Miller WTM/dam cc: All FMNGA Members Clearwater City Commission Agenda Cover Memorandum Item # ( 0 ~cctln9 Octc: LD.3.q'f SUBJECT: CHANGE ORDER TO JOINT PROJECT AGREEMENT (JPA) WITH STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION TO RELOCATE NATURAL GAS MAINS DURING THE WIDENING PROJECT OF EAST BAY DRIVE FROM BELCHER ROAD TO U.S. HIGHWAY 19 NORTH \ i i ~1 :; ~~ J;I. I~ .;1, ~ .:~ 1. Nf ii , ~. RECOMMENDATION/MOTION: Approve the Change Order requested by the State to the subject JPA and increase the estimated cost of the relocation of natural gas mains from $81,000 to $122,463.12, ~ and that the appropriate officials be authorized to execute same. BACKGROUND: The State of Florida Department of Transportation has requested that the estimated cost of the relocation of natural gas mains during the widening project of East Bay Drive from Belcher Road to U.S. Highway 19 North be increased from $81,000 as estimated in Joint Project Agreement #15030-3524/6524 to $122,463.12. i 1 The State has numbered this Change Order as #3; however, they are including changes in the estimated construction costs given them by Clearwater Gas System before the final JPA was signed. Therefore, this is actually the first change order to the JPA approved by the City Commission on January 7, 1993. The Clearwater Gas System must estimate construction and/or relocation costs for natural gas mains when working with the State of Florida sometimes three or four years before the project actually begins construction. This project was originally designed and estimated in 1991, although the final JPA was not approved by the city Commission until 1993. Since that time, our prices have been updated to reflect the rising cost of construction. Had this project been estimated today, our estimated cost would be $138,000. The State of Florida holds on deposit the original estimated amount of $81,000. Clearwater Gas System now requests that the additional amount requested of $41,463.12 be approved by the Commission to cover the increased relocation Reviewed by: Legal Budget Purchasing Risk Mgmt. CIS ACM Other N/A full N/A lJA U$ Originating Dept: ~ Clearwater Gas System 1;1.-(; Costs: $ 41.463. 12 Total Commission Action: o Approved o Approved w/conditions o Deni ed o Continued to: $ 41,463.12 Current Fiscal Yr. User Dcpt: Clearwater Gas System Funding Source: ~ Capitol Imp. o Operat i ng o Other ^ ttachments: Utility Work Order Change '..... Adver t i SL'<J: Dote: Paper: I8l Not Requi red Affected Parties I8l Notified o Not Rcqui red Appropriation code: 315-96340-563300-532 315-96340-563800-532 o None /~') Cit .... ~~ Printed on recycled popel' . " ,:~:: - 2 - I J. costs. ~ ~ t '~ ~ S The Joint project Agreement provides for labor only at a new estimated cost to Clearwater Gas System of $122,463.12. The gas materials for this project will be provided by the Clearwater Gas System from existing inventory and will include 3,628 feet of 4" PE gas main, 604 feet of 6" steel casing pipe and various other gas fittings., These materials will be issued from the appropriate inventory codes and charged to the CIP code 315-96340-563300-532. The available balance in Capital Improvement Projects, 315-96340, Line Relocation - capital, is sufficient to provide funds for this project. , ,:1 .1 . ; I , , 1 ,,-j I I 7191 STATE OF FLORIDA DEPARfl\lENT OF TRANSPORTATION DIVISION OF PRF..coNSTRUcnON & DESIGN UTILITY WORK ORDER QIANGE NO. 03 WPI PROJECT NUl\ffiER S.R. COUNTY PAR. & R1W 1# FAP# 7116975 15030-3524/6524 686 PINELLAS N/A 1\1-1414(12) UTILITY AGENCY CITY OF CLEARWATER/GAS DIVISION A. 1. The agency is hereby aulhorized to observe the foUowing changes in the plans and/or specifications to the subject Utility Agreement, and to perform such work accordingly, further described as: The original Joint Project Agreement., Installation by Highway Contractor is estimated for S81,000,OO. This Work Order Change No.3 increases that amount to $ 122,463.12. This includes Mobilization, Maintenance of Traffic, 2% CEA , and 10% Contingency. 2. The item(s) of work covered by this Work Order Change is referenced 10 an Agreement Mav 5. 1993 of record dated and no Supplemental Agreement is required. B. I. The Utility Relocation Work is to confonn to that shown by the utility adjustment plans as: a._ b..2L AITACHED INCLUDED IN THE HIGHW A Y CONTRACT PLANS 2. Reimbursement for the cost of this Utility Work is to bl: in accord wilh the provisions set forth in Administrative Rule Chapter 14-46 as: a.-1L b. NONREIMBURSABLE - Section.Ol(4Xa) REIMBURSABLE - Section,OI(4Xb) (1) _ Force Account Method (2) _ Lump Sum l\l<:thod (3) _ Third Party Contract Method c ESTIMATED COST OF WORK DUE TO nllS aIANGE ITEM NO. rrEM UNIT FlUCE WORK ELIMINATED(-) ADDITIONAL WORK (+) QUANTITY AMOUNT QUANTITY AMOUNT Original Estimate -64,327.04 ! , II :;; ~ Mobilization -3,216.35 Maintenance of Tr:Ulic -1.608.18 CEA -1383.03 Contingency -10,465.40 Actual Bid 101,713.55 Mobilization 5,085.68 Maintenance of Traffic 2,542.84 CEA 2,186.84 Contingency 10,934.21 f Sub-Totals ..... ....................................... ........ ....... .................. ...... .......................$ 81.000.00 Net Cost of Construction changes, this order .................................................................$ +41.463.12 Cost of Cons11Uction changes, previously ordered .................................................................$ 81.000.00 Net Total Cost Construction changes to date ................................................................................................S +41,463.12 Contract Anlount .............. ........... ....... ......... .................. .............. .............. ..... ................... ..........................$ 81.000.00 Estintntcd Cost of Work Authorized to date ................................................................................................$ 122.463.12 Ex:umned as to prOVISIons 3I1d partJclpatmg Items of cost: S 122.463.12 S -O- S .0- District Utility Coordinator District Utility Engineer t1P- -. '~- Reconuncnded: Approved: City of Clearwater IGas Division .' '.':' ',', '... .' :.. '~,l . '~I ..'. . ,.,,". '", .",' .J. ':. '.. . ,.~. '.' ,,' '. ..... " ' ..t.... '". : . .... .....: ':.." Clearwater City Commission Agenda Cover Memorandum 1(. Item # Meet i ng Date: 10 '3~ 'lLI , SUBJECT: RETAIN TALLAHASSEE LEGAL COUNSEL TO REPRESENT CLEARWATER GAS SYSTEM .~~ , RECOMMENDATION/MOTION: Retain the law firm of Moore, Williams, Bryant, Peebles & Gautier, P.A. of Tallahassee, FL to represent Clearwater Gas System in a territorial dispute with Peoples Gas before the Florida Public Service commission for an estimated amount of $50,000, ,~;: ;:. :.~ I' ~ and that the appropriate offi ci als be authori zed to execute same. 1':0. ~ .\~, '\~ ',; ~~ BACKGROUND: Peoples Gas System (PGS) has filed a territorial dispute with the Florida Public Service commission (FPSC) to attempt to block Clearwater Gas System (CGS) from expanding natural gas service into Pasco County. The FPSC has the statutory authority in Florida to certify utility territories and resolve disputes of this nature. The City does not have the legal expertise in-house to represent Clearwater Gas System before the FPSC. Likewise, our Pasco legal counsel (Martin, Figurski & Harrill, P.A.) does not have the specialized expertise in handling legal disputes before the FPSC. 11 .~ .T( ~ , ~: ,:; , ~ " ~.; ;. ~ ,} ,i{ ~i The law firm of Moore, Williams, Bryant, Peebles & Gautier, P.A. (MWBPG) specializes in municipal law and has expertise in handling disputes of this nature before the FPSC. They are currently representing the Ft. pierce utilities Authority in a similar territorial dispute filed by city Gas, and they have represented the Florida League of cities before the FPSC. They are also counsel to the Florida Municipal Power Agency and the Florida Municipal Electric Association. This firm is well suited to represent Clearwater Gas System before the FPSC. " , .,;.j ;5 " ':,{ I) i~ ~~ :i 11" i ~ 11 ;~ ...;.', -; '" i. 11. '. :~ ~ t\. The attached letter outlines MWBPG's fee structure to accomplish this assignment. They will bill us $175 per hour for partners and $135 per hour for associate attorneys. They will not bill for the related paralegal and support staff. They will bill for travel and other out-of-pocket expenses (such as mailings, copies, etc.) at actual cost with no mark-up. Their estimate of the total costs to represent Clearwater Gas System in this territorial dispute is $50,000, assuming it follows the normal full regulatory process. If the dispute is settled early, the costs could be lower based on fewer legal hours applied. If the case were appealed or expanded beyond the normal scope of cases of this nature, the legal costs could be higher. The CGS Managing S i .' ~ , Reviewed by: legal Budget Purchasing Risk Mgmt. CIS ACM Other ~ _liLL-_ N/A Originating Dcpt: Clearwater Gas Systenl " \ Costs: Esti~ted $ 50.000 Total Commission Action: o Approved o Approved w/conditions o Denied o Continued to: Estimated $ 50,000 Current Fiscal Yr. User Dept: Subni tted by: fA' ~ ?!:(-. Ci~(]n;Z1' Advcr t j sed: Dnte: Paper: ~ Not Hcqui red Affected Parties o Not i f i cd 181 Not Required Funding Source: o Capital Imp. ~ Operating o Other Attachments: Letter from Moore. ~illiam, Bryant, Peebles & Gaut;er, P.A. Appropriat;on Code: 423-92072-530100-532 o None .~. ~~ Printed on recycled paper - 2 - Director and the Interim City Attorney recommend that the City retain the firm of Moore, Williams, Bryant, Peebles & Gautier, P.A. to represent CGS and the City in this territorial dispute and establish an estimated budget for this and any related legal work by MWBPG in the amount of $50,000. A first quarter amendment to transfer $50,000 from Gas Revenues to the Pasco Gas Expansion Code 423-92072-530100-532 will be submitted to fund this expenditure as this territorial dispute was not anticipated at the time of preparation of the FY 94/95 budget. ~ l.t ~~ ~1 r. o ~ :(' g ,1 X ~ '~ if <; ~ ') ;g '. ..~ i:Z ~ 1:: {' <. MOORE, WILLIAMS, BRYANT, PEEBLES & GAUTIER, P.A. ArrORNEYS AT LAW FREDEI~(CK M. BRYANT JAMES M. DONOHUE RUSSELL D. GAUTIER EDGAR M. MOORE E, MURRAY MOORE,JR. WILLIAM J. PEEBLES F, PALMER WILLIAMS L. LEE WILLIAMS, JR. WILLIAM B, WILLINGHAM W. T. MOORE, JR. (1896-1989) 306 East College Avenue (32301) Post Office Box 1169 Tulluhassee, Floridu 32302 september 1, 1994 Telephone (904) 222-5510 Facsimile (904) 561-6226 ~ ! Mr. Chuck Warrington Managing Director Clearwater Gas 400 North Myrtle Avenue Clearwater, Florida 34615 Re: Peoples Gas v. Clearwater Gas System Dear Mr. Warrington: Moore, Williams, Bryant, Peebles & Gautier, P.A. (the "firm") is pleased to submit a proposal for the provision of legal services in connection with a pending territory dispute between Peoples Gas Company and Clearwater Gas System. The firm has over twenty years of experience in advising clients in connection with utility territory disputes and in litigating such disputes before the Florida Public Service Commission and, as appropriate, Florida's court system. We are familiar with the pending territory dispute between Clearwater and Peoples Gas and believe that there is a reasonable likelihood that C~earwater will prevail if this matter proceeds through its full course of litigation. We believe that the city's legal fees in connection with pursuing this matter are not likely to exceed $50,000.00, although to some extent the City'S legal expenses will be dictated by the action of opposing counsel. If the firm represents Clearwater in connection with this matter, our fees will be based, on an hourly rate of $175.00 per hour for partners and $135.00 per hour for associates. Costs and expenses will be billed as incurred. No paralegal or support staff time will be billed. RECEIVED SEP 0 6 1994 Clearwater Gas System ,> -.,t . ,,,:'<31 Mr. Churck Warrington Page 2 September 1, 1994 We look forward to the opportunity to be of service to the Clearwater Gas System. william J. Peebles WJP:vm c:\clearwat\warring.ltr , ':' , ' . ,~,'" - '.' e ',' '/. " '..", /. '., ' " . : Clearwater City Commission Agenda Cover Memorandum Item # Meeting Date: I ~. I 0 .3 .1Lj SUBJECT: Purchase of a 1994 Chevrolet 1/2-~on Pickup Trucks RECOMMENDATION/MOTION: Award a contract to Kaiser BuiCk, Pontiac, GMC Truck of Deland, FL, for the purchase of 8 1994 Chevrolet 1/2-ton pickup trucks, at a cost of $87,064 ($10,883/each) I purchase is from South Florida Water Management state Contract No. 94-0023, in accordance with section 2.564(1) (d) of the Clear\'later Code of Ordinances; financing to be provided under the City's proposed master lease- purchase agreement with Barnett Bank of Pinellas County, pending City Commission approval on October 3, 1994; ~ and that the appropriate officials be authorized to execute same. BACKGROUND: The following 1/4-ton pickup trucks are scheduled for replacement during the 1994/95 fiscal year: Vehicle Nos. 1351.6 and 1671.69 (1985 Chevrolets); 2051.7 (1985 Dodge); 1346.104, 1681.332, 2080.180 and 2080.181 (1987 Fords) i and 6530.60 (1985 Dodge utility truck). General Services' Fleet Maintenance Division estimated a replacement cost of $12,500 per 1/4-ton pickup truck. These replacement purchases are included on the approved vehicle replacement list as published in the 1994/95 budget. The Purchasing Division has advised that due to the strong demand for light trucks in the regular commercial market, factory assistance for municipal fleet purchases is anticipated to decrease for the 1995 model year (e.g., General Motors and Ford's financial assistance for municipal fleet purchases will decrease from approximately $3000 to $1000-1300 per vehicle). Recently announced price increases for the 1995 model light trucks will add approximately $500 to $800 to the price of the 1/2-ton pickup. Total increase that includes both price increase and decrease in assistance money will be between $2200 and $2800. The price to purchase a 1/2-ton 1994 pickup will be less than the price of a 1995 1/4-ton pickup. An administrator of the State contract confirmed to the Purchasing Manager that Ford, General Motors, and other manufacturers will have significant price increases in the next model year. Reviewed by: Legal Budget Purchasing Risk Mgmt. CIS ACM Other ~ ~ ~~ Costs: $ 87,064 Total commission Action: o Approved o Approved w/conditions o Deni ed o Cont inued to: User O~t: $ 20,698 Current Fiscal Yr. various Funding Source: ~ Capi tal Imp. o Operating o Other Attachments: '- ' Adverti sed: Date: Paper: ~ Not Requi red Affect~ Parties o Notified ~ Not Requi red Appropriation Code: 315-94221-564100-590-000 ~ None -. I"r' Sul::Ini tt cd by: Ci;;n~ .~ ~_ Printed on recycled paper '. ,..:.>,',,'>:,.:!.'."...., ,,', ~:. ',..::.,,',,' '..'.,., '....','.;... .."..".', ."..,'.::,"':'.,':"",. '::"',e:' , "'^"~,.':,>' < ~ '. . ' '. , " ' # ,# I. t , . '. " . : , '. ,.' , ," t.. ,'. . , ' . . " , '" ~J.}i - 2 - \~ Kaiser Buick, Pontiac, GMC Truck of Deland, FL, contacted Purchasing that it has received a shipment of 1994 Chevrolet 1/2-ton pickup trucks. All vehicles are available on a first come, first serve basis at 1994 South Florida Water Management State Contract pricing. The 1/2-ton pickup trucks are available at $10,883 which is below the estimated replacement cost for 1/4-ton pickup trucks. Kaiser is not receiving any 1/4-ton trucks in this order. Staff recommends and the using departme~ts concur with replacing the 1/4-ton vehicles with 1/2-ton trucks at the 1994 state Contract Pricing available from Kaiser. Funding for this purchase is budgeted in proj ect Motorized Equipment--Lease Purchase, 315-94221-564100-590-000, which has available funds of $283,495.08 as of September 8, 1994. Fiscal year 1994/95 budgetary impact for the lease-purchase is approximately $20,698 (principal: $15,142; interest: $5,556). Clearwater City Commission Agenda Cover Memorandum Item # Meeting Date: 10-03-94 \3 . SUBJECT: Main Library second and third floor renovation RECOMMENDATION/MOTION: Award a contract to renovate the second and third floors of the Clearwater Main Library at a cost of $26,980 to Designwise Building Contractors, Inc. of Clearwater, being the lowest most responsive and responsible bid submitted in accordance with the specifications ~ and that the appropriate officials be authorized t~ execute same. BACKGROUND: A 1,380 square foot unfinished storage space on the third floor of the Main Library will be finished to provide library administrative offices and a conference room. The renovation includes the provision and installation of all partition walls, interior doors and windows, dropped ceiling, HVAC, electrical outlets and light fixtures, carpeting, and painting. This renovation will permit the adult services staff, which are currently scattered over two floors, to be consolidated into the current administrative offices on the second floor. Two walls, with a counter and electrical outlets, will be constructed in the 1960 addition on the second floor, to permit the relocation of the reference desk and Database Place. Load-bearing floor space currently used by the reference desk and Database Place will then be freed for shelving. Work will begin within ten days from approval of the project. The available balance in project Code 3516 (Main Library - Third Floor Renovations) will provide sufficient funding for this project. " ~ '\ , 'I' I " ~' 1 f Reviewed by: Legal Budget Purchasing Risk Mgmt_ CIS ACM Other Gen.Serv. ~. ~ ~ Originatl~ Dcpt: !11})rS Library Costs: S 26.980 Total Commission Action: o Approved o Approved w/condltions o Denied o Continued to: User Dcpt: $ 26,980 Current Fiscal Yr. Library Fl6lding Source: ~ Capital Imp. o Operating o Other Attachments: Bid spread sheet PI' Advertised: Date: 08/05/94 & 08/12/94 Paper: Pin.Co.Rev T.Trib. [J Not Required Affected Parties ~ Notified [J Not Requi red o None Slbni tted by: C' M~ Appropriation Code: 315-3516 ...... ~w Printed on recycled paper " ',...: ' ',.. ': /.' ' .' '".... ..', " :' " .;' ,".' :. ',' ,. , . . . . " . ' " " . ;", ' ' . ' . . , ? : '. '. t. -J " . ! . ~ ,J ," ': ' . ..' . ",,' I, '. < "':..' '. '. :" , ..,' '. 11 . I ,",. I. . .:. . -< \3 z 2i !1 0 0 a H H ~ ~I 0 a ~ 0: VI S a 0 ~ 0 co c.. ...., 00 0 . A l/) ID lD <l' ~ Z 0: M rl 8 0 ~ ~ ~ rLI ~ ~1 :Q s 0 2i 0 0 (:j 2i C> H ~ ~I 0 0 ~ ~I 0 ~ t) H . ~ H gJ 0: M .-l C/) a 0: C> 8 ~ S 0 M l'- ~ .-l 0 0 to ~ E-< lD a H E-< ~ c.. 0 f-< 0 ~ 1'1 l/) <l' l'- ~ U 10 0 ...... 8 l'l 1Il N rl rl r.J III P: Ul ~ f-< H ~ ~ I ~ 0 t:l ~ c.. H l/) Ul ~ [Il H 0 U ~ ~1 z ~1 :s 0 0 0 a 0 ~ ~I a 0 Ul H 2i ~ ~I 0 0 c.. Ul (:j 0 M VI gj H N ....., gJ 0 IX: 0 rl lD ~ ~ ~ 0 ..-i ....., 1'1 H t!) [... co .-l 8 0 E-< N N ~ rIl ~ 0 H , ~ 1Il l'- lY. Ul ~ I.Il t"'"l ~ OJ M r- u. Z ....., M gJ 0 s u z ~ tl1 H l/) E-< ~ Cl H IX: tl1 ~ E1 rLI n, ~ g ~ 0 Cl E-< :;; ~ Ul a ~ !1 ~ 0 0 u g ~I 0 0 H Z H VI H lY. 0 0 ~ 0 ~ 3 0 0 M E-< M lD 0 ~ c.. . E-< <l' co <l' ~ l'l rl Ci Cl ~ ! ~ ~ I ffi H ~ ffi Ul '" Ul \D 1Il rl N r-l .-i rl .. <l' hl ~ 0\ U 0\ <l' H rt 0\ ffi A. I Ul f-< U) . Z ('of A H ~ rt 0 Z 0 H Ul ~ ~ '" 6 H 0 ('of rIl "- H H (:j ~ 0 (-l H ~ ~ a 0 u. E-< .. I ~ ~ z 0 ~ ~ > III 0 ~ ~ H 0 .. c.. 0 Cl 5 z ~ '" Iii 0 n: z H H til 0 Cl VI P, E-< > l/) II: t1 ~ ~ 5 >< H 0 i ~ rLI lY. ~1 I E-l i n: ,.:I ~ lY. A 0 n: 0 r.... H til p.. ~ H a. 0 S U H VI Ul ~ ~ H H til Z ~ rs. ..... Z III h. H U 0 0 ~ U 0 0 r.. 0 gJ 0. Ul H ~ @. Ul Ul 0 I.... lL, ~ gJ H 0 ~ "" 0 Ul Ul 1Il Z [5 ~ 0\ U H 1:1 Cl I U) I hI is H H 0 0 8 z 0 r.. ('of a VI ro 1Il Z Z l/) H Z 0 0 ('of ~ gl ~ a a rl N tJ III III H ,.' . BID RESPONSE FORM (202-94) Item No. Quantity Commodity Description 1 . 1 Job Renovate the second and third floors of the Clearwater Main Library (Please See Attached Specifications) (') j h.(\ .,..,'~ c c /..., ',' ( f..\ \........11 !-J ~ - L \ .J *l3. )O.3.1~ A PRE-BID CONFERENCE IS REQUESTED AT THE FOLLOWING TIME AND PLACE: Clearwater Main Library 100 No. Osceola Avenue, 3rd Floor Conference Room Clearwater, FL August '17, 1994 - 10: 00 AM Second Floor Renovations $ $ Third Floor Renovations Total For Both Floors $ ". J 1- z (p I cr1fO, atL " - Contact James Wood, for questions regarding this biq at 813/462-6610. please return two (2) copies of Bid Response F.O.B. CLEARWATER ," L-..I) Lit 10 D.J~f . f d Start Date: "u' ~. \ a ter recelpt 0 or er. Payment terms: ~\3 JC"-L.f , h-4q Lc>-t<,-rJ!.d:L~ 1 4~'JJ u.~ ~ '~e~l-'d BIDDER REPRESENTATION I represent that this bid is submitted in compliance with all terms, conditions and specifications of the Invitation for Bid and that I am authorized by the owners/principals to execute and submit this bid on behalf of the business identified below. DESJGNHISE BUSINESS NAME: BUILDING CON'rRACTORS, INC. FID1f 592370439 STREET ADDRESS: 2116 SUNNYDALE BLVD CITY, STATE, ZIP CODE: CLEARWATER, FLORIDA 34625 PRINT/TYPE NAME OF AUTHORIZED REP: ICHARD TITLE/POSITION OF AUTHORIZED SIGNATURE OF AUTHORIZED REP: DATE SUBMITTED: AUGUST 31 TELEPHONE FAX NUMBER: (U13) 4'11-2030 -3- 442-4023 -, , , , ~",.."", ," :','... . .,'. .:--- ' -,',' ",' :', ..'.. '," ,~,_,' J:, ':'", :,:' " ",": ':',': :' ,', ", ,,', .' ,:' ",.', " ',:', \", :.. --..', ',,' ' . "', , . . ',' z <( .....I a.. a: o o .....I u.. o UJ Cf) o 0.. o a:: a.. ~ ... N a: UJ I- Z - a: ::J ~ 0 Z t:) :;) ~ a: o o .....I l.L.. o Z o () UJ (f) t- LU (f) o ...J t:) l- t:) W ...J LU / . <Xl I CD x ~ . CD I <Xl w t:) u. u. o .' . ~ 1 I/) W t:) u. u. o UJ > ~ a: l- I/) Z ~ o < I- W ..J I- :;:) o ..J -< t:) a: l- t:) UJ ..J W =Y: I I, { , ; , , ! l " OJ 1 ! ~i o~ ~ . 'enwf-(/) co ,) ~ena:za: co :j ::J<ooo , x 1 -'-'f-a:0 .~ ./ , -<"CI)u..a .~ co !l r t ~ ex: ~ 0 0 \' . -' 0 ;\ ~ 0 j ~ u.. Cl .. C1I " lD (!) 7; en '~ I . z ~ 0 C\I :: 0 - ~ l- e C/) :z: - :: >< . - W en .... . ..q t 0 I (') x co ..q '-..... . . co N CC . I() ID .... 0 (Ij a: . 1 z co en x 0 . 0 <0 Z <( 0 en ~ CO) --I x .....J Cl -' ::J F LL w . ..J a.. (.!J :z: (I) 0 r 0 z c:: u (l) a: - Cl \ CC I- ID 0 I- Z - CJ) u - x . - W l- I 0 0 <0 >< -' en CO) I- .....J w w - C\I X .... l.L w 1 >- \ CC Cl <( UJ / ''', a: Cf) OJ 0 co - a.. a: --I COo 0 xo z a: 0 ex: . co 0 - a.. <( 0 2 Cl - C\I (!) C\I en w Z a. I- -I- a._ (/) C/) 0:::J a: - 00 0 >< u..Z . 0 w 0 en co 0 l- . w() UJ CD r.n en I <0 en x (/) 1 :r;Z C\I . ~ u< Ii) >- lr co -------------------.-.-.-------..-- .--- . ._, --- ~--- .__.._--~ I, . ~ .. '. '. ""I ::Q: ~ I I D D D D :(d: ~ :g:: ~ D l- 0::J D 00 o~ G=i ~ :g: -'--1 ~ ~ U. ol- \ D o:LU D _...J Il- l-:J :g: >-0 :8= U) 0:0 '" w <(Z '1 a: ;) 0:<( I- U) !f!(!) x w - a: LL ;) ....lZ 0 l- I- 0 0 :t: X Z- ~ - _l- - LL <(I ..J l- . :t: en 2(!) ..J .... LL ~ W - ..J - ..J ....l w I- CD ;) :;) ..J 0 0 0 0 l- LL I W ..J V CD < .- :;) () . - :g: v r- a: I l- X C\l c., . .. w =G: C\l oq- ..J W l[ ~ 0 ~ ~ I ~ CITY OF CLEARWATER SPECIFICATIONS FOR THE RENOVATION OF THE SECOND FLOOR'S NORTHWEST STACK AREA AND THE THIRD FLOOR STORAGE AREA OF THE MAIN LIBRARY 100 N. OSCEOLA AVENUE 1.01 DESCRIPTION OF WORK: A. The specifications and drawings herein are intended to be used as a general guide for the contractor. It is the responsibility of the contractor, by conducting a job site inspection, to determine the extent of the work to be done and the working conditions. All work must be in compliance with all federal, state and local codes and regulations. Recommendations or changes to the specifications herein or the attached drawings should be discussed with the Building and Maintenance Superintendent before bids are submitted. A pre-bid conference and walk through will be scheduled. B. In general the work consists of the following: 1. Addition of partition walls and entrance doors on both floors. 2. Addition of closets and associated doors on the third floor. 3. Addition of a drop ceiling on the third floor. 4. Addition of an hvac system on the third floor. 5. Addition of aluminum and glass store front doors on the third floor. 6. Addition of fluorescent lighting fixtures on the third floor. 7. Installation of electrical outlets on both floors. 8. Installation of carpeting on the third floor. 9. Installation of interior windows in the new offices on the third floor. 10. Installation of a 36" wide counter on the second floor. 2.00 GENERAL NOTES: A. The renovations separately from Either or both rejected, at the on the second floor are to be bid the renovations on the third _ floor. the renovations may be accepted or option of the Library Department,. 1 B. All applicable permits are the responsibility of the contractor. City of Clearwater per.mit fees will be waived by the City. C. Work will be done during normal business hours on the third floor but after hours on the second floor. ~ D. All work must comply with all existing codes and regulations. E. Work is required to begin within 14 working days of being awarded the job and is to be completed within 4 weeks from the date the work is started. 2.01 PARTITION WALLS: A. New partition walls to be constructed of 2" x 4" studs and 5/8" wall board. B. New walls to be primed and painted using a water based latex primer and water based latex paint with a semi- gloss finish. Colors are to be chosen by the Library Director. C. New walls to contain 4" batt type insulation for sound reduction. 2.02 DOORS AND WINDOWS: A. With the exception of the store front doors, all doors are to be solid core wooden doors with a finish to match existing doors in the same area. Doors are to contain A.D.A. locksets. Doors to the conference room are to contain 20" X 20" windows. B. Store front doors are to be constructed of glass and aluminum. Contractor is to contact the Fire Marshall regarding any required fire ratings. C. Closet doors are to b~ of the type shown on the drawings and be commercial grade. D. Single pane windows shall be installed in two offices on the third floor. The windows are to be placed adjacent to the doors, as shown on the drawings. 2 2.03 DROP CEILING: A. The third floor is to have a fire rated t-bar style drop ceiling installed at a height of 8 feet. The grid should be white in color and accept 2 ft. x 4 ft ceiling tile. B. Ceiling tile should be USG 339 fire rated tiles. C. R-19 batt insulation shall be installed above the drop ceiling. 2.04 HVAC SYSTEM: A. The hvac system shall consist of a 5 ton packaged roof top unit, factory curb, associated duct work and grilles. Manufacturers data on the equipment chosen must be submitted with the bid package. j ~ ~ fj, ; B. Units are to be Trane or Carrier. Units must have a variable air volume louver for supplying outside air. Two copies of the equipment's operating instructions must be submitted upon completion of the installation. c. Trunk lines are to be constructed of fiberboard. Flex duct may be used for take-offs. A duct and grille layout with sizes and air volumes must be submitted for approval before installation is to begin. D. Supply grilles are to be of the 2411 x 24" layin type. All supply grilles are to have insulated backs. E.. Return grilles are to be the filter back type, hinged and contain filter frames. F. Thermostat to be commercial grade, electronic and programmable with a seven day time clock. G. All hvac work is to be done by a licensed air conditioning contractor. H. All power and control wiring is the responsibility of the contractor. I. All roof work is the responsibility of the contractor. J. A test and balance including air flows, pressures, amperage readings and temperatures must be submitted upon completion of the installation. The test and balance is to be done by a certified test and balance company. 3 . . ~ ,I' . . ':'" !" ." .' , "" ' . .' ~. "" ...'. ., . ' .) " . I'. ' .' . , . : ~ . . ,. \ . '. '.' . 2.05 LIGHTING FIXTURES: A. Lighting drawings. type and tubes. fixtures are to be Fixtures are to be must contain energy located as shown on the 2' X 4' four tube lay-in efficient ballast and B. Each office area is to be switched to control the lights in that office area only. C. The electrical chase on the third floor is to have two two tube fluorescent strip lights and be switched independently of the office lighting. D. The existing eight foot lighting fixtures in the third floor storage area will be removed and delivered to the Building and Maintenance Division. 2.06 ELECTRICAL OUTLETS: A. Outlets are to be installed in the locations marked on the drawings. B. The Library Director shall be contacted for placement of boxes for telephone jacks. 2.07 CARPETING: A. Commercial grade carpeting and pad are to be installed in the office areas constructed on the third floor. B. The Library Director shall choose the color. C. Carpet should be of the solution dyed nylon loop type and be a minimum of 26 oz. weight. 2.08 COUNTER: A. The counter on the second floor as shown on the drawing shall be made of 5/8" plywood and finished with a laminated plastic similar to Formica. Color and style will be chosen by the Library Director. B. Counter will be at a height so as to comply with Americans with Disabilities Regulations. C. Counter shall have finished access holes drilled on the rear edge to allow access to the electrical outlets below. 4 " ~ . . . . .' .. . '. , . . . " . ":':~' : ,f" 3.01 CITY CONTACTS: A. Job Site Access: Arlita Hallam, Library Director - 462-6800 ext. 226 B. Technical Questions: James Wood, Bldg. & Maint. Superintendent - 462-6610 B. Bid Information: George McKibben, Purchasing Manager - 462-6860 5 . " : ," " ,.." , :'..... ".. '. ,....., ..' ',,' " ' , , :, '.. " ,. ,..' , ,', :' " ,': '.. : <: " : , " " ' , , .. " ,', '..' ", . '," " ~' ", ,', . .' " " ' , , ' ' ' ' -. " , '" '. ,'" " ," ' ..' '.,' . , . " , 'f I, ~ ,', z 1 < ~ ~ < w ~ ~ w ~ < 0 0 ~ - ~ 0 ~ 0 < 0 ~ ~ ~ w ~ ~ > ~ - 0 w ~ ~ ~ Z ~ ~ ~ ~ ...... ~ ~ z 0 - 00 ~ ~ ...... 0 X < W ~ 0 0 -J ~ 0 Z 0 0 w w w u ~ ~ o , ' ' . . / // ~ 1 en a: W w () ... x - a: u. ::> W 0 U. ~ l.l I- 0 . a: Z w ::J W ~ ", 0 0 > ~ z () - C\I ::> ~ OJ w a: ... 0 I- w - en ..J ~ ... ::> Z . - 0 ll) ~ M 0 c( ~ :0 1:0 z <3:: -.J 0- cr: 0:0 o -.J L.L o LU C/) 0:0 0..' 01 0: 0.. 0::0 o o ....J L.L o z:O o () LU C/) ~ "', . >'\, (') .", ''., . ll) I to w () u. u. o I 'iil -I () I- () W ..J W / (/ I- W ..J I- ::J o . to I ll) >< ..J c( () a: I- () W ..J W =Y= C? C\l ~ 0 0 0 a: w 0 f/') <( z :::i: a: Z ;:l 0 <( ..J 0 f- -1. 0 CJ) 0.. t- o: a: a: 0 Q.. 0 0 Q.. ;:l 0 0 IF) ...J ...J 0 (0 u.. u.. 0 0, a.: z 0 - - I l- f- CJ) - >- X 0: W <( CC en - ......I Z - <( ~ " , . ' " . , ,'. . " '.," " , . . '. , ., '. . ' , , " . " . '. , .' '. ' . . ", " . ' . , , , . . 'cnwt-lI) co :::Ecna::za: co :;)<oog X ..J..JI-a: <ClrnLl.-O co ~ a: / ''\ ~ 0 0 I t Q (!) . "1 Z ! - en ?- m (fJ S: - 1 0 >< 0 LU z S: . "1 . 0> 0 .- (I) I x N ,... '" 1 . / 10 (/) cr: C\I a: z / / '" 0 Z 0 ~ F 0 ~ 1 0 <( 0 ..J 0 --I --l 0 co (9 l1.. 0- z (!) \ co - z , 0 0: I- cr: (j) C\I 0 - - - 0 >< 1 I 0 CD W I l- --l I l.L >- "- 0 ./ "'1 I a: W <( a: Cf) ~a: 0: 0 <00 0 OJ xO 0 - 0- 0 --I . Cl 0 <0 Z 0: C!J z - 0- / - <( ,/ I- :2 N CJ') (j') C\l UJ (/) - 0. 0: >< -t- O L1J 0.- :;) . 0 0:0 CJ') co 0 Oz too ID (/) u.o UJ CJ') X (/) UJO ct ~o ('l' 10 >- :cZ 1XI 0< . . " .' ~ ' I ~ . . ' .' . . ~ .' -' ' / ~~ / :g: ~, " D D J ',,- ,~ ~ :il D D ~ ~ Jd: ,-' D t- / ,/ 0::J D 00 I o~ ~ ....J-1 u.. II ot- D o:LU I! _-1 II ::ct- 'I I-:J II >-0 I '---I 0:0 ,// '-, ..--L! ~ :@: en ....., ~ UJ <CZ 0: 0:<( :g= ::;) l- t/) fee!) >< UJ - c: \J.. ....JZ ::> n n l- t- 0 ::I: X Z- I (!) - _t- Ll - u. <(:I '--, U ..J t- en :2e!) ..J :I: I- P \J.. Cl W - - ..J .....I ,/ UJ ..J I- j' co ::;) ::;) ..J 0 n 0 0 t- U. I LU ..J LJ ~ lD < .. ;;l U . - ~ t- o: I I- 11 >< N U =G: ,- w C'I -: ..J I [" ~ W I 0 ~ ~ ~~ I C I T Y o F CLEARWATER POST OFFICE BOX 4748 C LEA R W ATE R, F LOR IDA 3 4 6 1 8 . 4 7 4 8 August 23, 1994 Re: City of Clearwater Bid # 202-94 Amendment #1 Dear Vendor: Please find modified specifications as follows: - All present application plans must be signed by a qualified architect. - The second floor proposed floor plan north door entrance should be changed to open inward towards the electric closet wall. - The third floor conference room drop ceiling should be not extended below the existing windows (Conference Room Only) We look forward to your bid response on August 31, 1994 at 11:00 AM. and regret any inconvenience. Please acknowledge receipt of Amendment #1 on your final submission. Sincerely, .f~/2&~ GeorgE! McKibben Purchasing Manager o "EqUi11 Employment and Affirmative Al~llon Ernployor" " '.',' t . , ,..... , " .. ~ " , i . !, I , ,; AGENDA DATE iTEM # /~ J(/X ........-..--..-............. " . _...~_....... ...._~. ..-.....::;~.:.' . , : . I" ' , ,/ ' " . " "," " ,,' , . i Clearwater City Commission Agenda Cover Memorandum Item II Meeting Date: ~ ~ , .1 '( ,i '\ J' ~ ~~ ) 0-3'{ SUBJECT: Waiver Agreement - Alexiou ~i ':~ '~J 'j\ '" ~ RECOMMENDATION/MOTION: Approve Waiver Agreement to Chapter 33, Article V, Vehicle-Restricted Areas to Charles Alexiou and Ypapanti Alexiou ~ and that the appropriate officials be authorized to execute same. BACKGROUND: The city entered into a Waiver Agreement with Charles Alexiou and Ypapanti Alexiou, as owners, and West Coast Sailing center, Inc., as business operators, at 7 Rockaway Street on January 3, 1991. Charles Alexiou and Ypapanti Alexiou, through their attorney Mr. Kenneth A. Sunne, Esq., have changed the business operators from West Coast Sailing Center, Inc. to National Water Sports, Inc. It is not necessary to have the business operator as an applicant on the Waiver Agreement. This new Waiver Agreement is assigned to Charles Alexiou and Ypapanti Alexiou only, as property owners. They will notify the city in writing whenever the business operator is changed. ~ This Waiver Agreement will delete five (5) sailboards, two (2) manually propelled aqua cycles and one (1) "sunfish" type sailboat and add one (1) parasail, propeller driven, launching ramp from the Waiver Agreement issued in 1991. The operation of rental watercraft from this location has been satisfactory and insurance requirements, with the city as additional insured, have been maintained. All other conditions, limitations, restrictions and obligations of a Waiver Agreement remain in effect with this new Waiver Agreement. Staff recommends approval of the Waiver Agreement to Charles Alexiou and Ypapanti Alexiou. Reviewed by: Legal Budget Purchasing Risk Hgmt. CIS ACM Other ~. N/A !X: osts: $ N/A Total Commission Action: o Approved [] Approved w/conditions [] Deni ed [] Continued to: User Dcpt: $N/A Current Fiscal Yr. t~ari ne Funding Source: o Capi tal Imp, o Opl!rating o Other A ttschmcnts: 1. Letter from Mr. Kenneth A. Sunne, Esq. 2. ~aiver Agreement. [] None l f. ! N/A ., !! (t:?)) Advertised: Date: N/A Paper: N/A ~O Not Rcqui red Affected Parties o Notified t810 Not Rcqui red Appropriation Code: Subni tted by: C. ~a~ ..... ,. Printed on recycled paper .-li;? \ . . . . cfl'"' I"'~ .\' i' I I' ~_ \ I ~ SUNNE & LOCKE. P. A. MAR 0 21994 ATTORNEYS AT LAW 1151 N E. CLEVELAND STREET CLEARWATER, FLORIDA 34615 TELEPHONE 18131461.3100 FAX 441.9007 , ' .. I ' .,. '. ",'-, ',' ''''17, n!",1>fllltl' KENNETH A 5UNNE JOliN C LOC:KF.: fila rch 1, 199),J Bill Held, Harbor Master Clearwater Marina 25 Causeway Blvd. Clearwater, FL 34630 Re: Alexiou Property Rockaway Grill, Clearwater, FL Dear Mr. Held: I am the attorney in fact for Ypapanti and Charles Alexiou, owners of the property located at 7 Rockaway Street, Clearwater Beach, Florida. As such, by and through me, the owners have no objection to allowing National Water Sports to operate the para-sail from said property. In the event it is necessary to delete some of the other activities under the present waiver, in order to allow para-sail to operete, the owners have no objection to such eliminations. It is my understanding that the insurance covering these activities is in place and that we will be covered by said insurance. If I may be of any other assistance, please do not hesitate to contact me. Ve~y tj1rUIY y~ourl' , ~ - Y" It, r.~1fi(e...../ O.J!net ,. A ~nne. Esq. KAS/mb . , . ,', ' . .' , . . If;:,!" . , . .! '. ' ~ /' : "'., ::~;;, , ::,' ~ \ ~ ~ ~ ~ 1 WAIVER AGREEMENT TO CHAPTER 33. ARTICLE V. VEHICLE-RESTRICTED AREAS THIS WAIVER AGREEMENT, made and entered into this day of , 1994, by and between the CITY OF CLEARWATER, FLORIDA, a municipal corporation, hereinafter referred to as "City" and Charles Alexiou and Ypapanti Alexiou, a3 ovJner, ~nd Weat Coaot . ;J; . 6a~ l.ng Center, Inc. , as busineo:l operator, hcrein~ftcr collectively c~lled "Applic~nt", "Owners", a-:& 7 Rockaway Street, Clearwater, Florida 34630. Telephone (813) 791 6988, .. ~ WHEREAS, Chapter 33. Article V. Code of Ordinances of the I city of Clearwater currently restricts the operation of all vessels from certain specified waters on Clearwater Beach: and WHEREAS, said ordinances provide for a waiver from said restrictions under certain conditions; WITNESSETH That in consideration of the covenants contained herein, the City agrees to a limited waiver of the provisions of Ordinance No. 4960 90 Cha?ter 33. Article V. Code of Ordinances of the city of Clearwater (Ordinance No.4960-90), as hereinafter described and enumerated. As a condition of said limited waiver, the Applicant Owners agrees to faithfully observe, keep and perform the conditions hereinafter described. 1. Bu::;ine::;8 Operator Owners shall establish and maintain, at BusinC30 Oper~tor':J its expense, a marked corridor extending from . ~ ,'I ' , .' ,,:. , .... I' . " . " . " . , ... ' .. ., . . . I 'I' , .' . ," ...... ". . .. , '. ," , i ,/ ;~ ~ ~ ~i ;~ ~ ;J " ':J. " ~ ~ \ i . the shoreline westward of owner's property to a distance of 300 feet due west of the mean high water line. Said marked corridor shall be 25 feet in width on the east end, widening to 80 feet in width on the west end. It is agreed that no other portion of the restricted swimming area other than the marked corridor may be used for launching or retrieving watercraft under the control and ~ iZ '~ 'j',\ ~ operation of the buoincoo opcrator Owners. ,'% ~ ~ " " . ,~ i ~ The corridor shall be visibly marked with buoys conforming to the uniform state waterway marking systems and defining the marked corridor. '~ " 2. Within the marked corridor, the bU3inc33 opcrator Owners ~~ .~ il ~ ? !~ ; fl. t. "I may launch and retrieve watercraft of the types hereinafter described: Fivc (5) oailboardo. Five (5) 16-18 foot catamarans. Two (2) manually propclled aqua cycles. Four (4) personal watercraft (wave runners) . Onc (1) "ounfish" typc 3ailboat. One (1) parasail, propeller driven, launching craft. ') 3. Only one mechanically powered watercraft shall operate ~. ~ within the corridor at anyone time, except manually powered watercraft and chase or emergency boats. A drawing of the marked corridor is attached as Exhibit 1. 4. BuoincGo Operator Owners shall main.tain a safety watch in the water and warn all swimmers to stay out of the corridor until watercraft has cleared the area. BU3inecc Opcra~ Owners shall 2 5. The Businc8D Operator Owners shall warn watercraft 1 \ 'J \ :1 ~ insure that all operators within the marked corridor maintain watercraft at idle speed, or the minimum slow speed necessary to maintain control and safe steerage of the watercraft. operator to yield the right-of-way to any swimmer. 6. 'I'he BuoincoD Operato~ Owners shall insure that all watercraft meet federal and state safety equipment requirements. 7. l!1he BuoincsD Operat-er Owners shall provide operators renting watercraft a written form notifying the watercraft operators of special operating conditions set forth in section 114.765 33.119, Code of Clearwatcr Code of Ordinances of the City of Clearwater, and of the applicable fine for violating any of the conditions. Before permitting rental watercraft to be operated within the corridor, thc Busincc8 Opcra~ Owners shall have the operator sign the form, acknowledging that the operator has read and understands the form and will comply with the special operating conditions. 8. The Applicant Owners shall purchase and maintain liability damage insurance for bodily injury and property damage resulting from the operation of all watercraft, with coverage in the amount not less than $500,000.00, and with the City named as additionally insured, and the Applicant owners shall provide the ci ty clerlc city's Risk Manager with a copy of each insurance policy or policies and ~ endorsements and amendments thereto obtaining from an insurance company licensed to conduct business in the state of Florida. 3 " "J' r . .' /. , .' . ' .'.' .' 'r . I"', If . " " " '. " '. . .' , t ~ l i , , ~ " :, -I ~~ ;, ;\ ;! ., 'f; . ., '; ~ $ i' 9. The Busincoo Operator Owners agrees that watercraft shall be color coded or otherwise plainly marked sa as to permit the identification of the ownership of the watercraft from a distance ;i;, of 100 yards, and so as to distinguish the chase or emergency ~ l' >1 i ;. ~\ ~ watercraft from the other watercraft of the BuoineDD Operator Owners. The BuoincoG Operator Owners will shall also advise the Harbormaster, in writing, of the color or identification markers on their watercraft. 10. The Buoinc8o Operator Owners shall instruct customers to '1 i . 1\ stay clear of the pier 60 fishing pier by staying outside the buoys \ f i t marking the artificial reefs. Watercraft shall be restricted to the area from pier 60 northward. 11. The Applicant Owners shall not place any structure " 'l seaward of the coastal construction control line of the ~pplic~nt'o Owner's property without obtaining required state and city permits. 12. Thc Applic~nt Owners shall not place any watercraft on the publicly owned beach. Refueling of watercraft shall be done on private property only. 13. Owners and Business Opcr~tor H~rlc Robinson agree not to assign or otherwise transfer their rights under the Waiver until ,J the ncw Applicant such transferee or designee has submitted to the ~. City Manager a signed statement that EflC nc\t' Applicant such transferee or designee agrees to be bound by all of the conditions and requirements of this 6F€l-i-Ail-nee waiver and the above referenced ~ '{ , ; , ,; ~ \ ordinance. Reference in this waiver agreement to Owners shall be deemed to include and pertain to Owners I designated business 4 . , I " ~ ~ operator unless specified otherwise. 14. The provi:.:don:l of Eection 114. 78 (Revocation) rel~tinq to oix citationG i3Ducd within a fi8c~1 ye~r of the city ohall be applicable to the Applicant or thcir cmployccD only. ~ pro",:isions of section 114. 78 (1) (b) rel~ting to ninc cit~tiont3 issued within a fiocal yc~r of the city ohall be ~pplic~ble to customer::; of thc Applicant. The provisions of section 33.121 relating to revocation shall apply with full force and effect to this waiver. 15. Any and all persons violating the City's ordinance shall be subject to citations and if found guilty by a competent court of jurisdiction, shall be subject to the penalties provided in the ordinance or as imposed by court. 16. The Busine88 O\Jner Owners shall obtain all occupational licenses required by the code to conduct the activities proposed under the waiver. 17. All previous waivers and amendments thereto related to the above described property are hereby revoked and d~clared to be null and void. 5 IN WITNESS WHEREOF I the undersigned parties have executed this Agreement this day of , 1994, for the purposes stated herein. Countersigned: CITY OF CLEARWATER, FLORIDA Rita Garvey Mayor-Commissioner By: Elizabeth M. Deptula city Manager Approved as to form and legal sufficiency: Attest: Paul Richard Hull Assistant City Attorney Cynthia E. Goudeau City Clerk WITNESSES: By: Kenneth A. Sunne Power of Attorney for: Charles and Ypapanti Alexiou (Owners) 6 .1 'I i\,'~ i: '.'1 t( ... .. ~'i J.'f1~~ ,:.IH"\ Irr-<HI H U . .<<.1.', .C~ ... " ~ m I . M..OO...~ .lO~G ... .... . .0"0 ~. ; ~ w" 58", N 'm o CD I o 0-- ON. ..)-;\0 L.,,-t ~r - n ~ ~1 b.. ~~ i J V) . k 1 ~- i w I w I a: I .r C/) I . . f: . .. . 2 !? -< Ie ... >- c} q c -< ~ ~ ~ 0( .. -t 8 I~ \. ~ _! : 'ti, r ~. ~ ~ (' t~ (' ! ~ t J],~.l.- .. " b (}~.,. ~ t ~ tit.. ~ ~ ~ ~ is ~li'" e- II u - Or) ;, trr .. ~ ~ - R" ':'.,' - ~ , 1..... .. ., ~ - ~ -= 00( .. \ .:......: , . ~ ~I ,'-;- "--- ~: g.,. .... - ~ : ' : . '. . ., ~~..:.::y...' ~, . B . ;\ '. . V'.' . . ;; . J:'t . .a" .. ' ... e; ~, ~ [~l: o!-,-J .: ... .. l. .. , .J '" III .. ).: - l, ~: ~ 0( a: .. )- .... " 0:: a d 0' ;1)- 2 ,~ ~ 3 N ~ - ... ... ~ ,- \" _ ~ a ., g 0( n d . .. ~Jl-""'~~' 5 ~~ \, - a.... "!. ~ ., ---~ Vt51 ['On ,) . ~~--f ~ J1. ___,~ '# T I> -< ___ LJ ;, i J~ . ". \.J .. .....b ~., V \ :z:~ .. II( IJri ",' o ,., 8 ............... _u N ~ ~ ~ @"e- , ~P"" ~ ,,' l/:} , .J n, 2 gm~ ~.. \J. - ,N .o~r~L "[J'/ ~4 It; .: :~I ^ t~HJ) '08'OS~: . 3.0 .90; '0'''.-' ~!lQ" ...;> 9:;)", I '~. ~'~ g' ~-. ,'/ / ~ ./. Q[ · ~ ^ I :: c..~ I", rOil... .S> /" ;/. /,'/0 " ... I v .. "0(' /....~ _ --'--. _-,--..L-.._~.- - . \~ ", , fri' . \} , '31l!<Xl \i'J"0J, "3N \., rYv~ .1S'i3M . ' , ' ; , , , " \ ., ~ 'P' . - --c ' r ! ~ ~B t -. ~ 1---- ~ " 0', I r , I . M~~d / , J' ~ . . '(Jalf8) ,'- J 00 ~'~:"'. ~ [J~ ,S'Z -7 n u \i , 0 r ~.,f-ICf tl1-"X;3 O~_. ,03 > t1 0" - /4.1';) - S~ c)t:i llS\),l -9 I> Q,._ o ~ . ~ ' ~.. : '. ." :' ".: "'. '...~ " " .'.. . '. " I. '. ,','" ',' " . , ~ I I,' . .,: '. . l" ~. ,.. CLEARWATER CITY COMMISSION Agenda Cover Memorandum I tern # Meeting Date 15. , 0 ,3 . cl tf SUBJECT: Monitoring Program for Clearwater Pass Bridge RECOMMENDATION/MOTION: Approve the continuation of the Clearwater Pass Bridge Monitoring Program with Kisinger, Campo and Associates for twelve ~onths from October 3, 1994 to September 30, 1995, at a cost of $88,500.00, ~ and that the appropriate officials be authorized to execute same. BACKGROUND: In June of 1987 when the Clearwater Pass Bridge abruptly settled a vertical distance of 10", Kisinger, Campo and Assoc. (KCA) were engaged to effect an immediate emergency repair, and closely monitor the bridge for additional problems while the City awaited the long-term effort whereby Federal Highway dollars administered through Florida Dept. of Transportation could be obtained for a new bridge. New bridge construction is underway and scheduled to be completed in early 1996. " In Nov. 1987, the city approved a multi-year agreement with KCA to design and implement a bridge monitoring program. This program was renewed for fiscal year 1993/94 in Oct. 1993 and KCA has performed well in the monitoring of the bridge. KCA also provides monitoring of the bridge on a biannual basis as a part of the FOOT statewide bridge monitoring program. There is a need to continue the monitoring program until the old bridge is removed from service by the FDOT contractor in late 1995. Therefore, Kisinger Campo and Assoc. was requested to submit a monitoring plan for fiscal year 94/95. This program will provide for periodic inspection and evaluation of bottom scour, pile embedment and the bridge structure; continued monthly review and recommendations regarding survey elevation data; and review of the corrosion control system in the form of sacrificial anodes which corrode to prot.ect the steel br idge members from corrosion. The cost of the monitoring program for fiscal year 1993/94 was $86,000.00. The 1994/95 program provides the same total costs for Survey Evaluations ($9,000), and Bridge Inspection Evaluation ($12,000) as the 93/94 program. A $20,000 reduction (from $35,000 to $15,000) in total Sacrificial Anode Evaluation services for the proposed program has been offset by an increase of $22,500 (from $30,000 to $52,500) in total Bay Bottom Monitoring and Evaluation services. The additional $22,500.00 in Bay Bottom Monitoring is a contingency to be used only if needed for three additional diving inspections. These contingency inspections are added due to the ongoing construction activity for the new Clearwater Pass Bridge which will create additional hydraulic turbulence and potential bottom erosion with the new bridge piers during construction operations and proposed channel dredging. The available balance in the Clearwater Pass Bridge Monitoring capital improvement project is sufficient to provide funds for this contract. Lega l ~' Costs: $88,500.00 (Current FY) $88,500.00 Commission Action Reviewed by: Budget 'C! Purchasing N/A User Dept. Funding Source: Approved Approved w/conditions _____ Denied Public Works/Engineering Capt. Imp. X Risk Mgmt. _tiLA._ Advertised: Operating Cont'd to DIS NLL-.__ D<lte: Other ACM LJcI} P<lper: Appropriation Code(s) Attachments: Other' N/A , ~;\ , I' (, Not required X 315-93479-561300-541-000 Letter and Monitoring Plan Submitted by: . ;;; /.f~ - Cl ~Clnflger Affected rXH't ies notified Not required x . ".,' . '. ".. '. '. ",.' '.' ........., . . . ".:, " ,.' . ....l.l ... .- / ~~,' / ". ,-KlSi~G~ir~()~ "~> :' and '~s~atesw .' '~"" City J\t:Hlager 't- lamlers · ~~e~i ~~ ",' ALt€N F. ~~RiG~~i P.L.S. ~,>f' ~.. " (19,tM~1081) /~~_ ... ~," '. \0 . ,~';' ~~,~ -' f?" ..~,<, .i ".YO ,.. '. "/ "'-.,:', , ,,' ',' .... "". , Mr. William Baker Director of Public Works City of Clearwater P.o. Box 4748 Clearwater, FL 34618 July 6, 1994 It 'Ii: C F rVT~~ D .1111 ~ 'i~ 19~1~ /' RE: continuation of Monitoring Plan for the Sand Key Bridge, Bridge No. 155508 for Fiscal Year 1994/95 (From October 1994 through September 1995) Dear Mr. Baker: Enclosed is the monitoring plan proposed for the Sand Key Bridge. This plan is for one (1) year beginning October 1994 and continuing through September 1995. We anticipate using the City's staff and equipment where possible to minimize the cost to the city. We do not anticipate any anode replacements for the upcoming year but we feel more interim bay bottom insp'ections may be needed due to the new bridge construction. So basically, we have moved anode dollars into bay bottom dollars with the overall total approximately the same as last year. We are looking forward to working with your staff on the continuation of this vital project. If you have any questions please call my office. . sincerely, t' (/ It <'co r. /~-- if I ~ 1/ I:" t l~ Ken Reinhold Director of Inspections KCR: la Enel. Home OmcelP.o. Box: 25261. 'Dunpa, Florida. 336220261 2203 N.IAlIs Arenue' Suite 410 · 'Ilun11lL, FloridJl33607 · 8131871.0931' FAX: 8131871-5135 535 A&8 SooU.YH IAlJIc · 'lWlahassoo, Florida 32303 · 904JS8f).8800 · FAX: 904/386.2298 , ,.: ',' ',,' "","",,' '.":",'" ': ',':',', ,:., '. "', ',': ':;.:,.' ,".: ".... '.' :,," : ,'",-.,,',:,', :', ":",, ':; ", ': ' - ',' " ",' " , ' '- , ' ' : "" , " '" I ' 'r: '~y' CITY OF CLEARWATER SAND KEY BRIDGE BRIDGE NO. 155508 MONITORING PROGRAM FROM OCTOBER 1994 THROUGH SEPTEMBER 1995 "\ , July 6, 1994 Sand Key Bridge Monitorinq Plan Table of Contents Pagels) Monitoring Plan Review 1 and 2 Cost Estimate Chart 3 ~ - July 6, 1994 SAND KEY BRIDGE MONITORING PLAN REVIEW The current monitoring program has worked well for its original intent of providing adequate warning of impending settlement and scour. This proposal is for the continuation of this plan from October 1994 through September 1995. The following is a brief outline of the continuation of the plan and the activities involved including the City's participation: (A) Bay Bottom Monitoring and Evaluation 1. KCA measure pin to bay bottom every 3 months beginning in October 1994 thru July 1995. 2. KeA evaluate data obtained with submittal of report to the City on findings. 3. This monitoring plan includes three (3) additional interim inspections if needed. These are included mainly from the effect of new bridge construction but can also be used if unusual weather conditions occur such as hurricanes, storms, or unusual tides. 4. Use of City's boat or barge may be necessary. (B) Bridge Inspection and Evaluation 1. KCA inspect all components in July 1995 (excluding mechanical and electrical components). This includes Observing the cap beams deflection at the crutch bents. 2. KCA evaluate all data obtained and submit a report to the City on findings. 3. Use of City's barge or boat, may be necessary. . : " , ~. I' , . /, \ . I .' , , . . ", - . l.'" " '. ,. ,,~.. " . sA. t July 6, 1994 SAND KEY BHIDGE MONITORING PLAN REVIEW (C) Sacrificial Anode Evaluation 1. KCA monitor anodes for deterioration in January 1995 and July 1995. This includes checking bolt connections. 2. KCA check steel pile thickness during anode evaluation. 3. Use of city's boat or barge may be necessary. (D) Survey Data Evaluation 1. city's survey personnel continue to take cap elevations and joint widths monthly. This includes survey data on center of crutch beams. Submit data to KCA. 2. KCA review survey data monthly and submit findings to the city. 3. KCA and City may request more frequent survey monitoring if conditions warrant it. 4. city will continue enforcing speed and weight restrictions on this structure. (E) Additional requests by 'the city not included above will be negotiated at the time of the request. -?- . , ,''''' , ., '. ': I ." \ . " '.", ~. . MONITORING PLAN FOR SAND KEY BRIDGE ~ July 6, 1994 Bay' Bottom Bridge Sacrificial Month and Monitoring & Inspection Anode Survey Year Evaluation Evaluation Evaluation Evaluation Oct. 1994 #1 $ 7,500.00 $ $ #1 $ 750.00 Nov. 1994 #2 750.00 Dec. 1994 *7,500.00 #3 750.00 Jan. 1995 #2 7,500.00 #1 7,500.00 #4 750.00 Feb. 1995 #5 750.00 March 1995 *7,500.00 #6 750.00 .' April 1995 #3 7,500.00 #7 750.00 May 1995 #8 750.00 June 1995 *7,500.00 #9 750.00 July 1995 #4 7,500.00 #1 12,000.00 #2 7,500.00 #10 750.00 August 1995 #ll 750.00 Sept. 1995 #l2 750.00 $ 52,500.00 $ 12,000.00 $ 15,000.00 $ 9,000.00 TOTAL $ 88,500.00 * Interim bay bottom monitoring if needed. These may occur at any time during the year. -1- . "". " '., ~" ":,' ':' :',- .... , .' \ ',', ,", "I, ,", ,'_,.", ,""",:., ..: ,,".,,~";' ',," .' ';',," CLEARWATER CITY COMMISSION Agenda Cover Memorandum l~. Meeting Date Item # J6. ,3 .<:::[ i SUBJECT: Bioassay tests for the Water Pollution control Division. RECOMMENDATION/MOTION: Extend the contract with Marinco Bioassay Laboratory, sarasota, Florida, for the purchase of bioassay testing from 11/01/94 to 10/31/95, at a cost of $18,600.00, which is the lowest most responsive bid submitted in accordance with specifications, au and that the appropriate officials be authorized to execute same. BACKGROUND: city Commission approved purchase contract to Marinco Bioassay Laboratory, of Sarasota, Florida on Nov. 31, 1993 in the amount of $18,600.00. The purpose of this contract extension is to retain the services of Marinco for bioassay testing for the City's three treatment facilities for the period of Nov.l, 1994 to Oct. 31, 1995 in the same amount. These tests are required by both the U.S. Environmental Protection Agency (EPA) and the Florida Department of Environmental Protection (DEP). Bioassay testing is where living fresh water organisms are placed in samples of the City's treated effluent and tested for survivability. The reason for the this regulatory agency requirement is to evaluate the potential toxicity of the treated effluent discharged from our facilities into the environment. The EPA and DEP each have a different species list which must be used in the bioassay testing process. The type of testing is provided by laboratories which specialize in aquaculture and biologic testing. The process is so sensitive that many laboratories have difficulty in maintaining species even before testing is accomplished. Due to the extensive capital plant and specialized staff required to operate a bioassay testing process, it is not economically feasible for the City's laboratory to provide this service. This request for a one year contract extension approval is the first of two such extensions allowed in the contract general specifications. Marinco Bioassay Laboratory has provided reliable laboratory analysis and has exceeded our expectations in management of multiple species survivability. A higher level of service is not needed. The City has meet regulatory requirements for bioassay testing to date. The 1994/95 Water Pollution Control Division - Laboratory Supplies and Chemicals operating Budget includes sufficient funds for this Contract. I I I Reviewed by: I Originating Dept. Costs: $18.600.00 COl1IIIi ss i on Act i on I I I I legal N/A I Publ i c \Jorks/\JPC f!/;. (Current FY) $18.600.00 Approved I I I Budget r:p: I User Dept. ( Funding Source: Approved I I I ( w/conditions I Purchasing I Capt. Imp. I 1\ I '- I Denied I R i sic Hgmt. N/A I Advert 1 sed: Operating X I I Cont1d to I DIS N/A I Date: Other I I !ACM~ I Paper: I I I Appropriation Code(s) Attachments: I Other ' I N/A <'~ I Not required X i" I 421-01352-551000-535-000 letter of Certification I submitted by: ' , I Affected parties I I I Ci~~ --. I not if i ed X I I I I I Not required I I 1_., I BIOHST.^GN . '. . I,} ,. . "', ' ' ' I .' I. ./.... . l , ~ .' , . . d f ' ':,:';,::,(i "~'; 4569 Samuel Street Sarasota, Florida 34233 \~ ~ J MARINCO BIOASSAY LABORATORY TEL: (813) 925-3594 FAX: (813) 922-3874 r August 25 I 1994 :; ! Ms. Doreen Spano City of Clearwater Water Pollution Control Division 1605 Harbor Drive Clearwater, FL 34615 Re: Contract Renewal for Bioassay Testing Dear Ms. Spano: Marinco Bioassay Laboratory, Inc (MBL) accepts renewal of the bioassay contract with the City of Clearwater for a one year period (November 1, 1994 through October 31, 1995). All current prices will remain in effect for the duration of this period. If you have any questions or require any more information please call me. de: u~ Jason Weeks MBL QA Officer ,. WPc DIVISION ClJR CKG ~ OJf< C.1 RP Cl AJ 0 P S ~~~ 0 eM 0 BS '-' mS 0 EP / 0 NE DATE RECEIVED :r/ z"/9 'f COPIES TO ... cf\,\ 0 .0\ Page IV-l Permit No. FL0021857 ~ )~_ Morsna \\ ~. A\tIT . f\..P JO, ~1.44 PART IV Whole Effluent Toxicity Testing Program As required by Part -I- of this permit, the permittee shall initiate the series of tests described below beginning ih January 1994, to evaluate whole effluent toxicity of the discharge from outfall 001. All test species, procedures and quality assurance criteria used shall be in accordance with Short-term Methods for Estimatinq the Chronic Toxicity of Effluents and Receiving Waters to Freshwater OrQanisms, 'EPA/600/4-89/001, and Methods for Measurinq the Acute Toxicity of Effluents to Freshwater and Marine Organisms, EPA/600/4-90/027, or the most current edition(s). The dilution/control water used will be a moderately hard water as described in EPA/600/4-90/027, Table 6 (or the most current edition). A standard reference toxicant quality assurance test shall be conducted concurrently with each species used in the toxicity tests and the results submitted with the discharge monitoring report (DMR). Alternatively, if monthly QA/QC reference toxicant tests are conducted, these results must be submitted with the DMR. 1. a. The permittee shall conduct a.daphnid (Ceriodaphnia dubia) Survival and Reproduction Test and a short-term Fathead Minnow (Pime?hales promelas) Larval Survival and Growth Test. These tests shall be conducted using a control (0% effluent) and one test concentration consisting of 98.0% effluent (equivalent to the Receiving Water Concentration (RWC) of the effluent in the receiving water at critical conditions). Unacceptable chronic toxicity will be demonstrated if either test results in a no observable effect concentration (NOEC) less than 98.0% effluent. All test results shall be statistically analyzed according to Appendix H, EPA/600/4-89/001, or the roost current edition. b. For each set of tests conducted, a minimum of three different 24 -hour composite sampJ.(~s of final effluent shall be collected and used per the sampling schedule of Section 8.1.4.2, EPA/600/4-89/001 (or the most current edition)_ All test solutions shall be renewed daily. ~f test results dQ not meet the acceptability criteria of either Section 12, paragraph 12.1G or Section 10, paragraph 11.11, '. . EPA/600/4-89/001 (or the most current edition), that test shall be repeated. A chronic test will be considered valid only if the acceptability criteria referenced above are metu c. If 100% mortality occurs in the RWC test ccncentration prior to the end of the test and control mortality is acceptable at that time, that test (including the control) shall be terminated with the conclusion that the sample demonstrates unacceptable chronic toxicity. Page IV-2 Permit No. FL0021857 MQi~\1a\\ ~. 2. The permittee shall also conduct a 48-hour acute static toxicity test on the daphnid (Ceriodaphnia dubia) and a 96-hour acute static-renewal toxicity test on the fathead minnow (Pimephales promelas) using a test concentration of 100% effluent. Unacceptable acute toxicity will be demonstrated if more than 50% lethality of either test species occurs in the 100% effluent sample prior to the end of the test. a. 3. b. For each set of tests conducted, a ~resh 24-hour composite sample of final effluent shall be used at Day 1 of both the daphnid and the fathead minnow tests and at Day 3 of the fathead minnow test. For the fathead minnow test, feeding and solution renewal shall be done at 48 hours with a portion of the original sample that has been kept refrigerated. If control mortality exceeds 10% for either species, the test for that species (including the control) shall be repeated. An acute test will be considered valid only if control mortality does not exceed 10% for either species. If 100% mortality occurs prior to the end of the test, and control mortality is less than 10% at that time, that test (including the control) shall be terminated with the conclusion that the sample demonstrates unacceptable acute toxicity. The toxicity tests specified above shall be conducted once every two months until 6 valid bimonthly tests hav~ been completed, and once every 6 months for the duration of the permit, unless notified otherwise by EPA. These tests ar~ referred to as "routine" tests. a. b. Results from "routine" tests shall be reported according to EPA/600!4-90/027, section 9, Report Preparation (or the most current edition), and shall be submitted as an attachment to the DMR. Such results are to be entered on the DMR in the following manner: 1. For the acute test results, if less than 50% survival of a test species occurs, '<100%' should be entered on the DMR'for that species. If 50% or greater survival occurs, '>100%' should be entered. 2. For the chronic test results, if the species is less than 98.0% effluent, entered on the DMR for that species. test species is greater than or equal effluent, '>98.Q%' should be entered. be a NOEC of a test '<98.0%' should If the NOEC of to 98.0% I ~ 4. a. ) , Page IV-3 Permit No. FL0021857 tJ\a.~nQ \\ "5t. If unacceptable chronic toxicity (a NOEC less than 98.0% effluent in either test) and/or unacceptable acute toxicity (greater than 50% lethality of either test species in 100% effluent) is found in a "routine" test, the permittee shall conduct two additional toxicity tests 'based on the type of unacceptable toxicity found (i.e., chronic and/or acute tests, as appropriate), on the specie(s) indicating unacceptable toxicity. For each additional test, the sample collection requirements and test acceptability 'criteria specified in Section l(b) and/or 2(b) above, as appropriate, must be met for the test to be considered valid. The first test shall begin within two weeks of the end of the "routine" test and the second test shall be conducted two weeks later. If either or both of these tests are invalid, additional test(s) are to be conducted every two weeks until two valid tests are completed (e.g., if the first test is valid and the second test is not, the permittee shall continue to conduct tests until one more test is valid). The additional tests will be used to determine if the toxic~ty found in the "routinell test is still present. 1. For "routine" tests with unacceptable chronic toxicity, the permittee shall conduct additional daphnid (Ceriodaphnia dubia) Survival and Reproduction and/or short-term, fathead minnow (Pimephales promelas) Survival and Growth multi-concentration tests, as appropriate. The tests will be conducted on a control, 100% effluent, and the following % effluent concentrations: 24.5%, 49.0%, 98.0%, and 99.0%. The sample collection requirements specified in section l(b) above, shall be met. 2. For "routine" tests with unacceptable acute toxicity, the permittee shall conduct additional 48-hour acute static toxicity tests using the daphnid (Cerioda?hnia dubia) and/or 96-hour acute static-renewal toxicity tests using the fathead minnow (Pimephales promelas) on 100% effluent, per EPA/600/4-90/027. Four separate grab samples shall be collected at evenly-spaced (6-~r) intervals over a 24-hour period and used in four separate tests. . b. Results from additional tests, required due to unacceptable acute and/or chronic toxicity in the "routine" test, shall be submitted in a single report prepared according to EPA!600!4-89/001, section 9, Report Preparation (or the.most current edition) and submitted within 45 days of completion of the second additional, valid test. 5. All test must be conducted on final effluent. , , ,', ", "', "~~~~~-' ", " , ',:;~,' ' ': ";,' " Page IV-l Permit No. FLOO~1865 EQ~-t O\--d Nort\"'let:1'5t COf"'\b\n~c:L PART IV Whole Effluent Toxicity Testing Program As required by Part -I- of this permit, the permittee shall initiate the series of tests described below beginning in January 1994, to evaluate whole effluent toxicity of the discharge from, outfall 001. All test species, procedures and quality assurance criteria used shall be In accordance with Methods for Measuring the Acute Toxicity of Effluents to Freshwater and Marine Organisms, EPA/600/4-90/027,'or the most current edition. The control water and effluent used will be adjusted to a salinity of 20 parts per thousand using artificial sea salts as described in EPA/600/4-90/027, Section 7 (or the most current edition). In addition, for the inland silverside test, feeding and solution renewal shall be don~ at 48 hours with a portion of the original sample that has been kept refrigerated. ' A standard reference toxicant quality assurance test shall be conducted concurrently with 'each species used in the toxicity tests and the results submitted with the discharge monitoring report (DMR). Alternatiyely, if monthly QA/QC reference toxicant tests are conducted, these results must be submitted with the DMR. 1. The permittee shall conduct 48-hour acute static toxicity tests using the mysid shrimp (Mysidopsis bahia) and 96-hour acute static-renewal toxicity tests using the inland silverside (Menidia beryllina). All tests will be conducted on four separate grab samples collected at evenly-spaced (6-hr) intervals over a 24-hour period and used in four separate tests in order to catch any peaks of toxicity and to account for daily variations in effluent quality. a. b. If control mortality exceeds 10% for either species in any test, the test{s) .for that species (including the control) shall be repeated. A test will be considered valid only if control mortality does not exceed 10% for either species. If, in any separate grab sample test, 100% mortality occurs prior to the end of the test, and control mortality is less than 10% at that time, that test (including the control) shall be te~winated with the conclusion that the sample demonstrates unacceptable acute toxicity. " , '.. ':' ,,' . ~' , .. ',', ,. :' , ,:", '.' .' , ,,'., ' , " ",", . : ... ' " ' ": ," , ' "J , ' , Page IV-2 Permit No. FL002l865 E..q 'b-t. ~rd Nort\1 ~'0t COMb\ne.cl 2. The toxicity tests specified above shall be conducted once every two months until 6 valid bimonthly tests have been completed, and once every 6 months t~ereafter for the duration of the permit, unless notified otherwise by EPA. These tests are referred to as "routine" tests. a. b. Results from "routinell tests shall be reported according to EPA/600/4-90/013, Section 12, Report Preparation (or the 'most current edition), and shall be submitted as an . 'attachment to the DMR. Such results are to be entered on the DMR in the following manner: if less than 50% survival of a test species occurs in any of the four separate grab sample tests, '<100%'.should be entered on the DMR for that species. If 50% or greater survival occurs in all four separate grab sample tests, '>lOD%' should be eptered. 3. a. If unacceptable acute toxicity (greater than 50% lethality of either test species in any of the four separate grab sample tests within the specified time) is found in a "routine'~ test, the permittee shall conduct three additional acute toxicity tests on the sPQcie(s) indicating unacceptable toxicity. For each additional test, the sample collection requirements and test acceptability criteria specified in Section 1 above must be met for the test to be considered valid. The first test shall begin within two weeks of the end of the "routinell tests, and shall be conducted weekly thereafter until three additional, valid tests are completed. The additional tests will be used to determine if the toxicity found in the "routine" test is still present. b. Results from additional tests, required due to unacceptable acute toxicity in'the "routine" tests, shall be submitted in a single report prepared according to EPA/600/4-90/027, Section 12,' Report Preparation (or the most current ' edition) and submitted within 45 days of completion of the third additional, valid test. 4~ All tests shall be conducted using a control (0% effluent) and one test concentration of 100% final effluent. , '. -: ," . " . , " ':.-' .',', ,'."" . , . ~ '" ';,' ;. . , :, .' " ' " , " ',' :. . >, ",' ,,: , , ,:"',,,' , ;, .i ,( 'I n .. '. ':L ~.~ ; '. :" . '1\ .' . . ,f, , , . .. ;. 1'Jt.',,'; )"'" /#::,"" "~~J't'. .~,.~.'...' ! III . . i ~-,' "..t I'. .. r', '. , ... .. t. I, ' " " ,. , . '" . ATTACHNENT III PERHITTEE: CITY OF CLEAR\'ll\TER GHS 1D NO.: 40521-10052 M1\.RSHl\.LL-.S~ET PER~'1IT NO. I D052-l86576 9. In order to prov ide the Depar tment ~'i thr ~,asonabi e ~s sura~ce that the discharge from the outfall does not vlolate thetoxic1ty ~equirements of section ~7-3.05.{l)(d), F.A.C., the permittee .shall perform the t:01:icity test as specified below und submit the results to the Department for review: . a. The permittee ~hall initiate the series of tests oescribedi below w!thin sixty (60) days of the effective ~ate of tbis perm t to evaluate wastewater toxic~ty. the permittee shall conduct 96 ,hour static renewal acute toxicity screening tests on the test !=;T1P~~ f('R. 'Ceriodaohn~a dubia anq Pimephales prom:.~as, once every , , two months (bi-manthly) on samples of 100% whole effluent. Sucl\ - static renewal tests will be conducted on four separate grab " samples of 100% whole effluent. such static renewal acute toxicity screening tests will be conpucted on four separate grab samples of 100% final effluent collected at evenly spaced (6-hour) intervals over a 24-hour period and used in four' separate acute toxicity screening tests in order to account: for daily variations -"in effluent qual~ty. ~ .Once the permittee has demonstrated to the satisfaction of the Departm~nt that there are no effluent toxicity peaks and no diurnal toxicity variations resulting in violations, the frequency 'of the above described requirement for bi-monthly testing may be changed to become once every 6 months thereafter for the duration of the permit, unless notified otherwise by the Department. b. If control mortality exceeds 10% of either species in any test, the testes) for the spe~ies (including the control) shall be repeated. A test,will be ,considered valid only if control mortality does not exceed 10% for either species. If, in any separate grab sample test, 100% mortality occurs priqr to the end of the test, and control mortality is less than 10% at that time, that: tesc (including the control) shall be terminated with the conclusion that the sample demonstrates unacceptable acute toxicity. ' c. If any such hi-monthly acute toxicity screening test indicates that 'unacceptable toxicity, (less than 80% survival of test 'organisms in 100% effluent). is found in any sample of effluent, additional (definitive-acute static renewal toxicity testing in'volving the, determination of 96-hour LeSO values with 95% confidence limits will be required. A minimum of three (3) such 96-hour additional tests are required to be conducted within 30 days from the date that any screening test indicates the presence of toxicity. Preferably, the first of these additional tests shall be ini tiated wi thin seven days 'of a' failed screening test. The second test shall be initiated at lea~t seven (7) days after completion of the first additional test. such tests shall be conducted using that test species which exhibited the most toxic response in the screening tests above, and shall be taken at the same time of day and day of the week during which the greates t toxicity was exhibited. - ..,... -.. ...- . . ' : .':.; . . ':.," .fIt ,'r , . . ' ',"'~! :7/ "I '.. :'.. ..... ",'_' . \ " > :::,'~: ',' ',: ,,' ',; :', ','~:,l:. :~~:: " . . .' .. .f:....' . . I'~" . .;.....~...I.. .... I. . "'. , 7 , . ' ~:; . .. ........ . : :.. . .~ ...;: .. 4~';"": . ;,. ,......'.I'~.'Z :,: /",,:' .. ;..: :~~ ';. :.... ~ '~ . "" r J ' .", , ," ,;~::~r, -i? .~~::.,',' " . .' '" .. ," ..... . " " 0' '; ,-;' ,.~.' :.. . . ....' :;~.:. . '. :..:}. ~'.~':.. '. r . . WI,~ .. . J ~ ~ 17>,. I... .t.. ," .' t ",0 ..,. . ._ '.. .,If" '. (. . . . ..!'J'~-t~' J .....~ ,,;. rrJ"~.' .,fI.,..,- 'el '"', \".: .' ~ r " .- '0' \ "'. i-, ',!..'"',.,,!' . . .f 'j' , ,. .. . . c( ,( t.', i'i' ..' I. . ','1'.\, .. . /;r. . rJ ';~:\ '. .,... . .1: 't'. " ~', I ; t .1.. .' .~. /::. .' , . I'" I,' . . . i' I. .... 1.. . ,',' . .: ., ,:.' .' , ~ I " ~ :} \0 'J .Ji ~:j J. :~ 'I , I 1,. ~ I , I PERHITTEEr CITY MARSHALL STREET OF CLEi\RWATER SPECIFIC CONDITIONS to ',', .,. ~.: .. . ' .... .. . . ~ r I. :t~"'ll,? , ", .. , .. " ,I . :. . , I,: , . , : " .. \. ., \ : ,,' . ... " '. . . , '. .... 'I ,. . " .1 '. .1 " .r' 0: -. ., ;.. , .. .' , . " . . .. .' ~J . .:,~~I.. '.., .," GHS ID PERMIT NO. t NO. ~ 40S2M0052 DOS ?,-186576 results of each concurrently toxicity test with monthly the r,epo~ts. and quality assurance criteria used with Methods for Measuring the Acute to Freshwater and Marine or anisms, If the test organisms' spec~fled In Sub-Part unavailable or unsuitable for Use in the toxicity tests, appropriate substitutes from the list of recommended test organisms in the above referenced bioassay manuals may be used. The Department test:. procedures, accordance of Effluents EPA-600 4-85-013. (a), are All shal1 be in Toxicit d. """,""::' ;:1-1': .. .. - -......~,.' ~ .. ''''.:--:-:''"'~.,.._.. ,J .~,..- ~~l-'.'.' ,.9. -,or'. ..' ~......~,.-:--~.-..,.. , t'.";' . t.~I.' :,"'" " " It"" t',- J'" ,J..~'"., 1/ 00, '0' ....... ,I . '. ,Ill 0, ::.'. ~.'," .:,~.....!.l:: ...;.,.r..:'.',.....:'Jr,;:t.~":~t :~'.~;\: ..'. ..:~,~: .:: ,t ~ ~'t\"'. .:\..,..,...fj~.::.~t1t.~i;..:\~1:)~:~\t'-~.. ~.:. ..~.~~:.: :.}.... ~.C.." .. .-. .."- I'. -01. ,t!il;....ef!."...!... ....'!;......,~.:..~~........ '....,. ...." .....l..... I. ..... .~. ,..~"~~~~~.... r.~~'1."..llo.:-\.-...~.~' ..........' 0', ...."..'. .,..t.......~ ~r. It ~..',. #I'~ ,'..,'\..,.,.,..",. ~".' " .... ....;,i .-. . \. ....~'....~., r'~... ....:~'~L(.~..!.,I"+.;..~.""".\:.\.... . :,.' .. .... .!\ , ". ''',,'' ...:; 3. ....~ t= ' .t. '..~ \', &.~\.l"'",,"'" "'~'~'~~":-t' .. .' ...;.- ....., . ,. I " ' :~ ", : " ..~ ~'.C( ~:':~ ': .~, .. (: II. .~,' :~ ",., ~..+t'l'. . .'! :".'~ ., ": ..... :' "'. ~ ~:'.. ~, ~." 'A~~~t~.~:,:~, I ! :'. ~:(~.t-\r-~::' ~~::~'~~:'~ . " . ~< ~ :.......-.. r"~ . ~" '. fee .' ...,!I...j..,......\' ..^'.......~.....a..J..." ~....; ''''.' ". ..... . . ....\~~J,,.:.:.. './~t': ~~.~.""...~~;\, ,\"". ,..~:~:'., ... . '., .~ ~,:\!~":::..tI. "~:'.. 1':'''-:-:1'.4~..~'" . ...'J!....:..... .~-.:". . .1,'. .. . .. ~\.."...., . :'1': ..'........ \.l r'. C"':' .. ,.,~ .' ',t . .. .. . ..... '':t I... '.. .' . . -;,: . ...I.' '..~ I ....... .~..... .'. ." '. .... '.' ',. . .' ~. . ." :I~... .... ~'. . ,.." ";' ,. c. '..' "'~.tI' ., ~.,:' .... ". '.' " ..' .' ." ,~., .~; .'. :!~ \...,.,.. '':l\ ~ ...~t~..... '.' .... ....# '..'" .':::-~ ;~~?r' :>::/~~;.(;~.:~I~)J~r',..,. ' " ;~: ".'J"'f<," ~ ~~" ... :.. . i!'i.::t,'. "~".. :.... "tl ',\~.'l~, : ~. .. .. :.,.. - . . .'. "t.,.';' .;':.....'1.... ..... I' .r." .' . ~i:' ... t...;..:~:::~ . :...-::\;~:,..~~:'.~:~.'r~.~'/.: ',-. .. ,.. :t. . ..... ~"""'-\""".r" , ,'.. '.. . : ~ r,I" . /.. ~;:!. ':";,. :~..,~!.i I:'. '.1 ~'. .. ...::; ...,.,.~ . ...:,...f..~......::.....:, .' ..... .:' :....~~ tl :i. ..~.~.: 1;' ~;:- .J': t . '.. ,_ .,..t...~~. \. ..,j,~...t.~.. :." .I_'~;. <1~'::' ,~.,::,.:.: ..~~... .' ~.. '~?J'.'. .: ",:' :....~ ...~..: '.M .. .:,. ~"':":"~'''' . "/:~f~. '~~'''I:~ ~'. ~;i'~.~~ ." I ~ ~:~ '. . .'., ~~' \ .,. ~ ..' .... ,t ,...... : 1.;' , .. ~:' .: . . . .:;:; :' :~~,:;.:. . . ~ >)i:.~.~(~.~':.,:::;'~~ ,:.,;' .~~~. . . . , . ' " .'" f. : " 4' .- . , . ~ .....; '. \,.: :' t . '. .. "'-' . . .::;~~:~~:, " ,..~~;.;~::~,' /~I~. ::' : .:l:: ..... . . ,4., " ,'. f. .... ".<' ..- z. ;j.. i '.t .' i" ." . ;,:. .. :: I .., ' .~. '.~. f.... .. '''" '...;.,. ':. J;' ~ -. " ..t. · ~. ;.' .'f' , - " '. ',~" '. " . '.. . : . ! :.. '. ;. ; ,I . " :. .: , , . .. : .. .' ." ~' , ~.' .', , i' ...... ';." ",. '-',: ....~[~< ..1. I, .. .,' I " " . : .' ': .. '. . ".' .,' ~ .' :." shall be discharge submitted to monitoring _or. r .- .. .~ " ~. .. of.; " , . '. ,'~.'~. .: , ....,. . .:- ./ " .':.' .' " ,,. . . " "'~ .. :'J' "}:~G . . ;. , ~ . '" " 'j . . ,'. . , . . " . . . " .... '.:, .'. /. :t '- ~ . . . " .. .'. '. . .' - ~ . .J t' ',' '0:',. t ". F ~..' " ". .. ~:' .' ."' : . .::':' . o. .~ .' ! .' ; :) , ' '. . . . . ; .... ," . 'I. I. ., " , . I. .' , ,. "'.'. . . ;..! " . , ..r..:. . c.:.;'} > h:~r': . I , . ; . ,; '" .' , /" .I'" /ATrACHNENT III ,..I . ' : n CITY OF CLEJ\RvlATER Gt'1S I D NO.: 405 2r,tQ0691 EJ\ST PERMIT UO.: D052-l98883 " .J " 9. . In 'order "to provide. the be'prirt"mene--'w'l t11 reasonabl1e aosurian1.cte that:. the discharge from the outf~ll doeD not vlolutc t lC tox c y requirements of section 17-3.0S.(1)(cJ), F.A.C., t:.l,le permittee 011811 perform the toxicity ~e9t as specified below and Elubmlt. the rcoulto to the 'Department for reviewl rERNIT'rEE: , ,j j I " I i ) i, \1 :. I , , " '. . " a. 'l'he permittee shall' initiate tlle aeries of tests described b a low \4 i t h i n ,n i x \: y (60) day G 0 f the e f fee t i v c d ate 0 f t his per m i t \:.0 'evaluate wa.stewater t:qxicity. 'l'he permittee shall conduct 96 hour atatic +enewal acute to~lcity sc~e~ning tests on the.te9~ specie.o, ~er lodaphnia dubla and Pimephules promelas, once every E,1'f'0 monElls '\o.1-m6trtlf'ryT....bn-.samples ot \l.UU't Whole e t tluent. Such static renewal' tests will be conducted on four separate grab snmples of.IOOI whole effluent. Such static renewal acute . toxicity screening'testq will be cond~cted on four, separate grab samples of 100% final effluent collected at evenly sp~ced (6-hour) intervals over a. 24-hour p~rioq an~ used in four sepa'rate ~cute toxicity screening tests in order to account for daily variations in effluent., quality. . ,'II" '1 .i , !.~ r.- r :' " .~ ~ ~ ~f I J ( t' 'I f ~ n ~, . Once the permittee has demonstrated to the sati s,faction of the Department that there are no effluent toxicity peakG and no diurnal toxicity variations resulting in violations, the frequency of ,the above described requirement for bi-mon'thly tCEJting may be , changed to become once every 6 months thereafter for the duration of the Eermi t, unless notified other\'l'ise by the Department,. \ i J ,! ~ 'b. If control mortality exceeds 101 of eithei species in any test, the test.(s) for the species (including the control) shall be repeated. A~test will be considered valid only if control mortality does' not exceed 10% for either species. If, in any separate grab samp~e test, 100% mo~tality occurs prio~ to the end of the test, and cQntrol mortality is less than lO~ at that time, t,hat test (including the control) shall be terminated \-lith the conclusion that the sample demonstrates unacceptable acute toxicity. Cu, If any, such bi-monthly acute toxi.city screenlng test.. indicates that unacceptable toxicity (less than 80% ourvival of test organisms in 100% effluent) is found in any sample of effluent, additional (definitive-acute static renewal toxicity testing inVOlving the 'determination of 96-hour LC50 values with 95% confidence li.mits will: be required. ,1\ minimum of three (3) such 96-hour additional tests are required to be conducted within 30 days from the date that any screenIng test indicates the presence of toxicity. Preferubly, the firsl:. o'E these "udditlontll tests shall be initiated within seven days of a failed screenJ.ng test. 'rhe second test shall be initiated at least seven (7) days after completion of the first. additional test. Such tests shall be "conducted using that: test species Hhich exhibited the most toxic response in the screening tests above, and shall be taken at the same tlme o( day uncI day of the week during which the greatest toxic1 ty WuS exhibi tea. 1 '. f f ~~ i \'i ~ !, ~ ,. .;(: f. " .~ ~ :> 1 ; '[ l -, .) , .... f. ;W'" '. roo. ,.. "I I .f ..", '. . . . ," , i:~ , .. ;. . . I.t. ..' , I i:;,: ::'" " , r, I.' " , '. : ,.' .. . ..:, ':'. . :1''" , ;1 I' ~: I. I '.' ';.~ l..' ,.. : '" J' ',' " ... . II:. . . t,. ,,' , , , .: l, . ." f . ; .' '" '..' . 0" .'. '.' ", '.. '\:. ". " . ,I...' . ,. , " I ' // /' . /.. /ATrACtINElIT III , .... IERHITTEE , . CITY EAST CLEJ\R\^lhTER G~1S 10 PER~1IT NO NO . . . OF . . . SPECIFIC CONDITIONS: The Department 405 2t'\006 91 D052-198883 results of each concurrently toxicity with monthly test shall be submitted to discharge'monitoring the reoorts. . ... d. shall be To)Cicit EPh-600 4~8~-013. (a), are ,eri teria used the Acute anisms, n sub-Par t tests and quality assurance with l-Iethods for Neusuring to Fre shwa ter and l-1ar i ne Or If the teat organisms specified unavail~ble oc unsuitable for use in the toxicity app~opriate substitutes from the list of recommended test in the above referenced bioassay manuals may be S. organ~slt\S Page 4 of ':'1. "t .'1"'_ .. ".-:,?-:,A',,~ ;i~': . :t;'~:'~:>l~ ", .:'YZ;;.:r:: 1I~ I.. ,.1 .:;; .-;.\ J?i,:: e,. , ~. '. t ".' .,L.' '''." :\. ... ,'" ' ~ ~. ./ ~ ..;' ...~:. ,;'~. " ':, ,.; ,. ,. ,,". :.rT,:4K \. . :. '. ,.,:' .'. . ," '. . ;.....~ '~' " . t":S' ~;;\ :'. , t " " " 1 ," ,', , , . 'i ~.~i: :~ ~ .:' '; ~'. ,T ~;'" t:'. :: :. ',~' :'1 .~- . . .0:". ".." ... .. . .~~!.. ~ !. .....;.-. . .... , , ..' ' ~;. .~ ~ . . ., i ~ ~ ; I ~ 'I ! . '":-:e '{_,. . ;.,. I' ,', . . .... ;, ):. . ';~. ~. .. , I' " .' ..;";,. .. :,.,~ procedures, accordance Effluents 1\11 test in of . - '.~~'~ \}7 ::~Z:ti --':.:." --~ " ':.i!:~;~J ~i,i(l.,:i,!.;,:,:: ":'; o. .~~(;. r : 1. : '..:. :)..:. " , J 't ~ '~:~:6:r(~;:; : '~ ~i,:', . .'; ,"" :1' }~~:'.:::: ,~ ~~;i);~:~1.' . :": '" .,1'1 "~ . "'1' ,'t. -..-... ......" ~: ;"::,~,'r: ;.:,'":::,i,,.~,,~::,;,:(~,~,~,;:: ~ ;:: , :: ;~: ; - ~ ~ ~,.:~,.',;',..:"r','1~' , I..,":':". "r" , ,.., '.", "-" , ','" H:':J:,~, :I~,~,. ~ ~,:,~' .~_~~_' ~,:" " ';:,, ~ :' i.1 ~ i' . ;-:.: . .::> " '. "f',;::::-';'j ," : .f ,:>, . ~i~:" .t ~.. .: ~~ .t' ...~' . \:- .l~~' .. t ~ :...' 0:'; ',,,' ,,' .:' -' .... ,;' i. "'O~. >:. . ".;! , ,J f# .~f. .'r,- -.... I ~. ,.\,. :;'..tiili?;rr'.j\! ~ ;;;'. '." 1'.'- ~-.., ':.1 ~," ~~; ~.,~tJ'" 'i',,<'!., ... .~ ~ ~ "~f ./; - :;~'~..l:. ~::'.' :::~~~~..., /!..~,,~ ., ..~~..:.;':l, ~"~.:/~:, '''r.i' 'r' - eo,:,~..; ~ ',,, ' , , . . ". _..' " .' . ...... r ;' .' ,.~ f . ro. o. :" /:' ....OC , "j', ' , ~.. . '1';i !o ." , .Il'. . '/ ' ~'O . " ," .' " . ' . l - ' :~ o .~ " .. OJ .,0. ':.. '. , '" .' I . I'. " "~ ": ~;" .'1; ::~. "~",' '. ,I. .... ,t {oo" .:- !' . :~ 'of .T. .; '. " i:(. . ~ " , ,'::~:.>::: ~ }!, ,\,~':~;~ o ,t ~.i.:..' '. , ,. , ~: ;,) I .. ,,:!.. . " ~:-:"'. . ~:t., 0.-". ; 0.'''. .; ;~'~: ~ .': i" ~:. . :...,' .,} , f -, ~ t '.. :, '1" . -~:.: <i . ,I', ,-.1i::" ~..I' ..1 . ,F ~.. ," ;: ~:4 ,,;. , ~ -'~ o ~.~, .: '-'1.\;. :.~ :~ . . ,..... .,"~. '" ,~ .:~: ,::~~: used. . :' ~ ..,'; o' ." . , " .. " .-:' ~:~ . .' . , : '" ':. : I ' i. J. " . , .. t' .' ~: , , ., . .... " : ~ " '.' , I , .. '. ., ": r . .j i ,I.: r :. '. , . ....~ ,~ . : . -J .:' '., ,. l' ", '. t' " ..." I 'I ," .,....=- .;..... " '. , ~ :.i' l' ,:" , ~ ,... '. ; ,._ " ,f . . ,:'~( ;.. f ,.,:t. .. ;: . ~" ~"., ., ,,' ~, , ,.: '; ,:', . .' '! ,}, " '- ... '. , - 'Ot ,~ : l.~: 0', ;. . , , , '. ..; L' , i :~ " .. ., . t,' ,- " ,'. ': '.1~ . " . 0 ~ ..0 .,....' ". \' ::'"" " " r .. ~"1o to':. , . {' :,::~~~ ~'., . , ..', . .': " . .. '! I , (t',. '--.. .{::, 'r' . f . .. I'. .. '.. ,. , .. // ~': .,':' . . " ",' . , ' " ! . ,;,' " ..... , , t, ~ .~, ..~. '" ,. , " o' ~.. ~ o .~...' . ~.. " I r; ", 't.' , t, .,. :.{ ~' ,: 't.' , ' ~..i. .: '" , . 'r , ",. " 'F ,:' .1 !:.. ' '. . ~ . .': . t. " . , ,., ~, . t.' f n_ I~" \', . " ,,'~ . ,~ ';:", ' .. . :",'; ~ ..... -. J: ". ,.1: . .'" , "'\ ,:: I .::: " i" . ..... r, ,i. !~H " ' i::'~ , :',' . ' 1,1 " ,,- .. , . ;.' :- ,;':' .. .';, " . .. I " 1 ..; " . .3 . _ t .. ;, .' :'.. '. " , . " . ,,'. . "I . . , '.:,:. .~.. '~I ..... \ ..- .. . ,'\ e.~' ~ 'J. . e , '.~;.' 'I. " . .. . .~ . . 1 ~ .~ --:. i' .1 " '. ' t 'I ..1 " ;;. , :; " f', , I, t.... .1 :j\~ . . ' t.. _:: oo. . ..... I .. .. : ~':~;'. " '~ ,,'~' ..', r. .. . f.." ',~ ~~': ;, -:-:~: :' ,o#J e., " ., I," . " , . ; , " " " . . '~., '1' . '. ' . t'" ., '. . . '. ""'. .' ", " .. ., . '... . .' . I. Clearwater City Commission Agenda Cover Memorandum Item # Meeting Date: ____ ) '] . fd.3.qLf SUBJECT: ANNUAL AIRPARK MOWING CONTRACT RECOMMENDATION/MOTION: Award a contract to Landscape Management of Tampa, Florida for mowing the Clearwater Airpark for one year from October 3, 1994 to September 30, 1995 for approximately 34 mowings at the rate of $500.00 per mowing and a total cost of approximately $17,000, I and that the appropriate officials be authorized to execute same. BACKGROUND: Landscape Management of Tampa Florida, being the lowest responsible bidder should be awarded the Clearwater Airpark mowing contract for FY 1994/95 at the rate of $500.00 per mowing. There are approximately 39 mowable acres at the airpark. This amounts to approximately $12.82 per acre. The previous annual contract was for $550 per cutting or approximately $14.10 per acre. Landscape Management is a comparatively large company that is currently maintaining Highland Lakes and the Kroger Center. Landscape Management has good references and the necessary pest control licenses to handle potential threats from insects such as mole cricket's, fire ants, etc., that could threaten the vegetation or pose a danger to humans. The 1994/95 Airpark Coordination Operating Budget includes sufficient funding for this contract through 9/30/95. Reviewed by~, Legal Budget Purchasing Risk Mgmt. CIS ACM Other ~ N/A ~~ N/A Originating D~t: Sol id Waste /1\ "If, yvr .. JJ. Costs: $17.000.00 Commission Action: o Approved o Approved w/conditions o Deni ed o Continued to: Total User Dept: Current Fiscal Yr. Airpark Flndi ng Source: o Capi tal Imp. ~ Operating o Other Attachments: Bid Tabulation Bid Specifications &baitted by: . .I{J;Pf C i Ma~'er Advertised: Date: ~ Paper: ~ Not Requi red Affected Parties o Notified l'BI Not Requi red o None Appropriation Code: 010-01325-530400'542-000 o Printed on recycled paper I u I ~ !;j i! I ~ "" 0\ 0\ ... .. Q) I ~ lQ a a ~ m ~ ; I ~ ~ a t: ~ ~ t1 ~ ~ ~ H ~ ~ ~ H :I: CJ) ~ CJ) ~ ~ Cl I rz:l ~ ~ CJ) l>J U H > ~ l>J CJ) I ~ Cl ~ ~ o ~ H 5; rz:l ~ r.. l>J Ao 6 ~ H CJ) I ~ H P: S f1< ~ ~I o o o o <l' o N o o o o \D o o o o o . r-- M o o o o Lfl o o o o Lfl . Lfl N o o o Lfl r-- o o o N M . M N o o o <Xl \D o o o M <l' o M o o Lfl In <Xl ~ <l' M Z rz:l Ao o qt 0\ 0\ M M o M Eo< ~ r-- Lfl 0 N M M "" 0\ I ... ... <'I ~ c:q ~ I t'l !J 0 1:: ~ U H ~ tj g ~ en en o 0 H H III III Ul UJ Z ,. 0 ril Ao Ul U) ~ gj Ao Ul 0 ~ :Ii I g ~ )'1 N Ul I'll Ul ~ PI rJl t1 S III i ra. o E-< H ~ l>J p.. E-< o Z H H H :J: ~ 5 Ul P: tJl ~ ! ~ ~I ~ g; ~ ~ f-l (J el) ~ [;g ~ o ~ b o o M dP Lfl U) ;;: o o N o M E-< ~ I ~ t:l H ~ ..:l f1< ..:l tlHI g E-o g; ~ p, ~ ~ ~I ~ t:l H P: S f1< ~ ~I ~ ~ ~ ~I ~ Q H P: S f1< ~ ~I P: tJl ~ ~ ..:l U ~ ~I ~ t:l H P: S f1< ~ ~I ~ g; lY. I ~ ~ ~I ~ gl ~ e1 ~ M Ul ~ o N Eo< ~ qt M ~ Q E-< ~ Ul .. ~ ~ FROM: CIV\. h.lA~ CITY OF CLEARWATER :ifl'? INTERDEPARTMENTAL CORRESPONDENCE SHEET ". qc L \O.J 1 'ICt.l'VtD , Cyndie Goudeau, City Clerk SEP \ G 1994 ~ Robert M. Brumback, Acting Director of Solid Wasle C'T~~'''~ ~ " 'I ~ U ~ ~ J TO: COPIES: James V. Maglio, Solid Waste Superintendent Paul H. Nystrom, Controller Gary A. Johnson, Project Coordinator SUBJECT: AIRPARK ANNUAL MOWING CONTRACT- AGENDA MEMORANDUM DATE: September 15, 1994 Per our telephone conversation, this memorandum is in response to your two questions: 1. Who has the current contract for the Airpark mowing? Answer: Greenturf Services of Tampa, Florida. 2. How does this rate compare with the contract that Community Response has for lot clearing? Answer: The proposed annual contract with Landscape Management of Tampa, Florida, is for $12.82 per acre. The current contract that Community Response has for lot clearing is a much different type of operation and the cost is $35.06 per acre. If you need any further information, please let me know. RMB:scm apkmemow.scm I. INTRODUCTION. I: r... . AIRPARK MOWING SPECIFICATIONS The Clearwater Executive Airpark is the local aerial point of entry for the Clearwater community. As such, that facility must present a neat, business park-like appearance which reflects the civic pride in and careful stewardship of municipal assets demanded by Clearwater's citizenry. Central to that appearance is the maintenance of the large areas of grass (sod) on the Airpark proper. Such close attention to the physical appearance of the Airpark is also necessary to the safety of Airpark ground operations. Unkempt, overgrown areas obscure potential hazards to pedestrians, motor vehicles and aircraft under power. A reliable, efficient grounds maintenance and mowing operator is thus a key factor in the operation of Clearwater Airpark. II. JOB REQUIREMENTS. A. Primary Scope of the Work. All sod areas on airport proper and the adjoining Rights-of Way are to be mowed. This includes the areas between the main runway and the taxiway; areas in and around sod parking areas for aircraft including areas under and around parked aircraft; the area between the Airpark parking lot and the ROW on Hercules; runway and taxiway shoulders; and the areas to the west of the runway now in sod. Areas requiring equipment not normally associated with "mowing" as a function such as that required for brush, tree, or other heavy vegetation removal and control shall not be subject to or a part of this contract. B. Alternate Scope of the Work. The City may, at its election, consider alternate contract bids providing for no mowing in areas under and around parked aircraft. Bidders are invited to submit bids on both the primary and alternate scope of the work. Mowings around aircraft is the only difference between the primary and alternate scope of the work. C. Minimum MowinJ]: FreQuencv. The Airpark is to receive a minimum of 34 mowings for the life of this contract with the number of mowings per month as shown below, subject to modification by the contract surveillance representative as required. Montb Number of Mowinf!s January February March April May June July August September October November December TOTAL 2 2 3 3 3 4 4 3 3 3 2 2 34 mowings . . .. . . , .' . , . ,-' '~ ' . . '. " ' , ~ r... Airpark Mowing Specifications Pal!e 2 of 2 D. Minimum Performamce Standards. 1. All grass areas within the Airpark fence are to be mowed and trimmed to present a clean, neat appearance free of litter, grass clippings, and other debris. 2. Areas near buildings, fences, hangars, hardstands, and other structures are to be edged or otherwise trimmed. Chemical herbicides such as Roundup may be used to control the growth of vegetation in areas where edging or trimmine is not possible or is otherwise impractical and where the use of the herbicide will not harm the composition, extent, or coverage of the turf. In cases where the City's authorized contract surveillance representative determines that damage to the turf is present or likely, the contractor will be asked to cease the use of herbicides and resume trimming/edging using mechanical means. 3. All clippings, trash, or other debris generated by the contractor's activities shall be removed by the contractor at his expense. 4. All work shall be carried out under the responsibility of and at the personal direction of an experienced supervisor. 5. The contractor shall carry out the work with such care and in such a way as to avoid damage to public and private property. E. Furnished Equipment and Supplies. The contractor shall warrant possession of sufficient equipment and trained personnel to perform the work satisfactorily. References from a minimum of two clients for whom the contractor is or has recently performed work of a similar scope and nature may be required upon request. 1. The contractor shall furnish all required equipment and personnel. 2. The contractor should be prepared to furnish all materials. The City may, at its election and in its own best interest, decide to furnish herbicide for this contract to allow application where needed by the contractor. III. CONTRACT MANAGEMENT. :li ;:~ t' ~ A. Contract Surveillance. The Clearwater Staff Airpark Coordinator shall function as the contract surveillance representative. As such, that person shall have the overall responsibility for the delivery of and proper payment for contracted services in the manner and amount specified herein. The contract surveillance representative shall also be responsible for the interpretation of the contract in the event of any dispute as to performance. The Airpark operator on-scene shall monitor the actual delivery of services under this contract, certify work accomplished as satisfactory, and advise the contract surveillance representative as to any problems or conditions requiring attention. ~i . ~ 1. Contractor personnel shall take direction only from their supervisor on the job. Problems in performance shall be referred to the contract surveilliance representative only, who in turn shall communicate with the contractor himself. Airpark personnel, patrons, pilots or other members of the general public shall not attempt to direct, advise, schedule, or otherwise communicate with the contractor's personnel in the performance of their duties. 2. The contractor maYJ at any time, communicate with the contract surveillance representative to discuss problems, concerns, and conditions not foreseen and provided for by the terms of this contract. . ". . - : ..' - ' , '. ". . .... .'. '. . ,; '. .... ." '. . . .' '.', '. . .... . .... ....' r t. r... ! '. " ~ 'i l 1 ~ ~ ~ ~ ~ ~ ~ ~ 1; " AIRPARK MOWING SPECIFICATIONS Paee 3 of 3 IV. BILLING AND DOCUMENTATION. ~ ~ A. Documentation. Job (service delivery) tickets shall be used to substantiate and record the delivery of service under the terms of this contract. Each time the airfield is mowed or otherwise receives maintenance attention, the contractor shall prepare a service delivery ticket containing or otherwise setting forth the following information: (1) Date of service delivery; (2) Nature of service performed; (3) Areas of Airpark receiving service; (4) Name of on-scene supervisor in charge; (5) Number and names of personnel performing work; (6) Type and number of pieces of equipment used; (7) Signature of supervisor certifying that the work was done; (8) Signature of authorized contract monitor (Airpark management. person) certifying work was done to required performance standard. ~ e ! B. Billin~s. Contractor shall submit invoices for work performed on a monthly basis by the rUth working day of the month following the period during which the work was performed. 1. Invoices shall have attached the service delivery Gob) tickets applicable to each mowing for the period covered by the invoice. Payment shall not be made for service for which there is no job ticket. 2. Partial payments may be made on invoices for those mowings for which job tickets are available. A pen and ink notation to this effect initialed by the contract surveillance representative on the invoice shall authorize such partial payment. V. INSURANCE AND PERMITS. A. Insurance. The contractor shall possess, show proof of, and keep current the necessary insurance coverages as required by the City of Clearwater. B. Permits and Licenses. Contractor shall procure and show proof that he has all necessary licenses and permits to accomplish work under the terms of this contract and shall keep same current. . '". ~ 4.' .'. " ,: ' 1 t I lJ '. ,',', ' " , ' 4 '- ',' ~" ~: ' 1'--' '. , . ,J Item # Clearwater City Commission Agenda Cover Memorandum /8. Meeting Date: 10/03/94 SUBJECT: 35MM MICROFILM SERVICES RECOMMENDATION/MOTION: Award a 5 year contract to Micro Image, Inc., Tampa, Florida, to provide 35MM micrographic services for the period 10/4/94 through 10/3/99 per Bid No. 216-94 at an estimated cost of $10,000.00 for 94/95 budget year being the lowest and most responsive bid submitted in accordance with the specifications, ~ and that the appropriate officials be authorized to execute same. ~ .~~ ',.~ ~; BACKGROUND: :~' y The contract of our present vendor, Micro Image, Inc. expired 9/30/94. They have performed this service for us since 1/4/91, availing themselves of the three annual renewals allowed under that bid. They provided high quality service in a highly satisfactory manner. ..'; ;i (; < " .~ >'\ "- o ,I '~ " Bids were received from 3 vendors. Bids were analyzed by taking actual volumes from previous billings and multiplying those figures by the bid figures for each item. Micro Image was the overall low bidder and we recommend award to them. , ;~ Subsequent annual renewals will be based on funds appropriated by the Commission in the annual budget. The bid provides an option to adjust contract prices annually in an amount not to exceed the Bureau of Labor Statistics Consumer Price Index total (C.P.I.) for the twelve lTIonths preceding the contract anniversary date. The estimated cost for the 94/95 Budget year is $7,000.00 less than what was budgeted in 93/94 due to the fact that the backlog has been reduced. Funding for this expenditure has been requested in the 94/95 Budget. Reviewed by: Legal Budget Purchasing Ri sk Mgmt. CIS ACM Other N/A ~ N/A N/A N/A Originating Dept: ~~ City Clerk ~) Costs: $ 10,000.00 Total Commission Action: o Approved o Approved wlcondi t ions o Denied o Continued to: User Dept: $ 10.000.00 Current Fiscal Yr. Various Funding SOUl'ce: o Capital Imp. ~ Operoti n9 o other Attachments: Bid Tabulation for Bid 216-94 ..-. i '" ,. ,:i Advertised: Date: 8/26/94 & 9/2/94 Paper: Tampa Tribune & Pin. Co. Review o Not Requi red Affected Parties o Not i f i ed ~ Not Requi red o None Submitted by: Citiat: Appropriation Code: 010.09700-530300-513-000 . , , " ':';,:",:, ,'" ,':,.. ,; ':'.' :, " :,"', .',' .,>, ' ':' :';," :::-", ,< ,', . <:' ,:,:'-.~"",,' .,> : ','" ..', ",: :',:'," . ." ,"" ,< <", .::, ,:" ,. .:', )q u z < H 0 ... 0: td S t:) ~ to. 0 tol ... 0 0 C":) 0 0 0 111 tol 0: < ~I 0 0 0 \II 0 0 t:) t, ... 0 0.. l- N or 0 N III r-4 e ~ ::l lJ ~ ... 0 0 S 0 0 VI 0 a> 0 bJ ,..., .... ... 0: ); I- 0 0 ~ ~ Z Z j 15 f3 t.. l:i g 0 0 :I: :x: .... t, E g; 0: 0: W. Itl bJ ..J m 0.. p. ... VI S t.. 0: Ul 0 0 0 0 III 0 0 0 ul ~I .,. .,. ro N .n U) III -r lJ l- I.. .., I'l '" N N 0 N I" ~ bJ .... ~ 0 ... 0.. 5 0: 0 0 ... 0 III 0 VI r-4 111 ,., :l: 0. .... C.I s: ~ l- I" Id ~ U) r-4 Z II) tl -.'( :1" ~ ~ ~ .-'l f3 ... ... .-'l tl t1. U) 0 0 0 ... 0: :x: II) lJ ::l 15 0 5 15 0 S rr: IT: U ... .( .( bJ C5 ~ .,; [,1 ... ); c.l tal a. W 0.. l:! ?2 w III 1Il 0 lI'l VI '" 0 bJ ~ ... ~I .,. w l- e N .,. <0 t:) bJ 0: I- .., ... l7\ N ... I" l7\ l~ VI :t: ... ... .... ~ >< 0 1; E 5 0 0 lD e 0 N .( ,., 5 r-4 0 r-4 U 0 0 I- ... U) :t 0 In ~ :r: z r-4 "- In ,., N 0 0 t z ... a oJ I-< .. ... !3 0, l-< VI ... 0, 0 0 0, o-t o,lf :x: 0: , .-'l 0 '" . :: g .-'l 0: U Pi ... 0 W bJ l"l 0 ... 0: 0.. 0: tl ... ~ ~ l- Id ~ W 0 ~ Cl. S I" :r. ... w PI .... .,; 0 U >< (5 5 e; u .... .... 0: ... ... oJ H lL. t.. t I- ... 0 n, lr, hI U ...1 ...... ~ t.. III ~ t? Z c.. bJ (/) f;j :.. Cd lIJ Cl ~ ... ::> l- I- t.. ~ 0 !a 0 6 ~ u: I\. 0 CoJ a ~ ~ H hI hI i.. Cd (5 I~ 0: .... U 0.. ll: ... '" :> w n. ... a: I., ld o-l .,; n. (5 111 U .... U) VI :: ClI :.: :> 0. .., ... I" 'IJ ... W Z W n, 0.. U .J ;:) ~ ~ t; .,; ...1 U 0 a: a 0 .( ... 0 g 0 0 W 0.. I-) U) ... hI :J VI 0: lJ) 0 ~ 0 .... x B n: I- ~ Cd .... tj ... r, .... ~ N 1-- hI I- ~ VI VI 0: III 0, ... ~ ~ u: 0 VI 0 0 . , \II III In .... 0 ~~ 8 ... 1-- III .... ... 0 0 ... '" ~ .... ,., ,., 0 lJ) 0 VI I- III III Z Z 0 ... l"l ~ l:l ~ ~ gl ... N I'l ... In \I' I" m tl ... PI PI ... ~, " " ", , '), ",' ,." > > , , . . ' '. .~ :j rr; :. ~ 1 l , 1 1 I I? ANALYSIS OF BIDS FOR 35MM MICROFILM SERVICES ! l ~ . ~ ,\ BID ITEM VOLUME SOUTHERN MICROFILE, MICRO USED TO MICROFILM INC. IMAGE, CALCULATE INC. 1 . 35MM Image 8901 3,070.85 3,097.55 1,780.20 2 . Jacket 1567 289.90 532.78 626.80 3 . Dup. Roll 18 305.46 269.64 270.00 4 . Dup. Fiche 3134 642.47 689.48 783.50 5 . Sorting 4 hrs. 21.00 34.00 6 . Indexing 649 113.51 55.17 64.90 7 . Doc. Prep. N/A 8 . Destruction N/A TOTAL $4,422.19 $4,665.62 $3,559.40 :t. ",~' : :,' ;,:;',:, ',':", ,":, .,"....~"., :',-,' .'.' :' " ',: . ':,: ,: '",'; .. " ~,', ',: ',','" ,"",' .. , ;': ,', ' ~ -1 ~ ~ ;: ?, ~ ! AGENDA DATE iTEM # :L.() -f- II &a ............--.. -.......... . .. . _...__._...._~.A..~..._......_.~.. ~.:'.." ': . ~ . j . . , . , ',', , ' . ., J , ' "J" , . .' " . .. .~ .1 .....:,'J.. 1... Clearwater City Commi~on Agenda Cover Memorandum 1 t_ i# ....t ine Dat.: ~o. ......~ (().J.1'-/ SUBJECT: DRY CLEANXNG / LAUNDRY / ALTERA~XON SERVICES RECOMMENDATION/MOTION: Award a contract to North Hercules Cleaners, clearwater, Florida, for dry cleaning, laundry, and alteration services for the period October 15, 1994 through October 14, 1995, for the Police and Fire Departments, at an estimated ~ost of $16,500.00, being the lowest most responsive and responsible bid submitted ~ and tnat the appropriate officials be authorized to execute S~_ BACKGROUND: The city provides dry cleaning, laundry, and alteration services for the uniforms of Police and Fire Department personnel who are in constant contact with the general public. The contractor provides twice weekly pick-up and delivery service to various city locations. This vendor was awarded the previous contract and has provided acceptable service for the last three years. Although there were some cases of damage to some delicate articles of clothing during the previous contract period, the vendor always responded in a timely and responsive manner by settling all claims. Pick up and delivery services have always been performed in a timely manner, and the vendor's representative has always been cooperative and courteous. ~ ~ The 1994/95 Police and Fire Departments proposed Operating Budgets include sufficient funding for this contract. ~ Reviewed by: Legal Budget Purchasing R i sic HglRt. CIS ~ ACM Other Fire Dept. ' N/A ~ ~t&: $ 16.500.00 Total ec..iasion Action: [J Approved o Approved w/ cond it i ons [J Denied [J Continued to: "" s _00 Current Fiscal Yr. Uaer Dept: POLICE/FIRE _, .y ;" ~ /,' ;.,-/ /' ',,-- FUldi I1G Source: o Capi tal I~. e Operating o Other Attacn.enta: SlbIi tted by: eit an~ Advertised: Date: 7/22/94 & 7/29/94 Paper: Pinellas County Review 0- & T~ Tribune o Not Required Affected Parties iii Notified o Not Requi red Appropr iat i on Code: 010-01145.547000-521-000 & the Fire Dept.'s various 470 codes Bid ~1e9.94 . Tabulation/Summary Sheet o None .... ...... pri nteel on recyc l eel paper - . . ~ .' '. " . ...'. .. . -.. .' I.... '. ~ '." .' , ...;' , . .'. I' t'. . .' ' . , . , . ~ .. # ' "" ~ I al H o ;l:l t1] en "tI o ffi t1] o ~~ j' ~ ~ , ~ ~i. r, ~ ,j z o ;0 tl1 en 'll o Z en tl1 U1 aJ H o en ;0 tl1 rJ H <: tl1 o w to ... o C/) C/) o I:" .... n .... >-i tr:I o to I ;l:l ...: o "'l al .... o 'll ::- ~ ~ >-i tl1 ~ en .... co \D I \D A :;: o ~ I:" ...: gj o-j .... o z [I:J o-j .... o I\J (J\ N N V1 .". ::- ~ t1] ;lJ ::- .., .... o z IV W 'tl ~ Q [I:J en I\J I\J N .... N ... o \0 ;J o c: en tl] ;0 ...... en :>l H " o-j t' ~ :i! ... Ol ... -J '$ :l' H Ul .-j aJ ~ >-! :xl g rn t1l :xl rn ~ ... '0 t1l ;;; ... U1 o IV U1 o ~ tl1 ;0 en t' tl1 tl1 <: t1l en ~ .., '" o n ;.c: tr:I >-i z z t1] [I:J ~ ~ 'a N o H n 'a ;.: "tI t1] tr:I .., ;Q :l>' en ;Q tl] o c: H " tl] o w U1 o U1 o o >' rn :xl tl] o c: H :xl tl] o w o o ~ ~ ~ ~ ~ ~ ~ ~ ~ tl] t1l tr:I tr:I t1] tl] t'l t1l tI1 ~ ~ ~ ~ ~ ~ ~ ~ ~ o-j >-! >-i o-j o-j o-j >-! >-! o-j H H H H H H H H H o 0 000 0 0 0 0 Z Z Z Z Z Z Z Z Z ... '" .... V1 .... A ... w ... IV ... ... o-j ;l:l g en [I:J ;0 ...... C/) ;.: H ;d o-j "'l ~ en en ;.: H ;d o-j en ~ H a tIl ;0 t1l >' @ ;Q en .... 111 o I\J t'J 111 o o I\J .... o 0 o 0 w o V1 o 0 o 0 0.0 I-' o \0 Q) -..l '" V1 .:. w Co, >' n :>l tl1 >-i C/) I-' \Xl U1 U1 U1 U1 o I\J I\J U1 (J\ -J U1 o I\J en :I: H ;Q o-j en ~ ;Q -< IV o o o .... .... o IV I\) o o o o o -J U1 I-' 111 o o o o o \D o I-' to o o o o .... .., ;d o c:: en Cr:I ;0 en o ;0 -< n t-< tr:I ~ .... V1 o o o .... V1 o IV N V1 o o o o .... 111 o to.) to.) 111 o o o o .... -..l 111 IV 0'\ IV 111 o o o I? .... >-i t1] 3: C t1] en !d .... ~ .... ~ en t1] ;d <: .... Q ~ I~ I~ 18 I~ 18 I~ H >-! tl] 3: >-! >< 'tl (11 o .., ~ :l' C" t1l rn >-! H ~ l'l o '~o n I:" ~ ::; tr:I :0 "'l S :0 H I=' >' e ! :0 .., ~ H ~ 'll ~ ~ o :0 .., S :0 H ~ III H t:I ~ ~ ... .... ~ Q .... ~ al o >< () t-< Cr:I ~ ;0 en z :x:: Cr:I ;lJ ~ Cr:I en c ;0 >< ~ en "tI ~ ~ () t-< ~ Cr:I ;0 en ..\; bl H ~ n ... ~ en 't7 o ;0 o-j n o ::; t/) "'l en !; [I:J Cl ~ en en ::- en o V1 o :t" en ;0 l'l o c: H ;0 tl] " G;G;~ ~ :xl tl] o c: H :xl l'l o z o Q ~ .... ... .:. W 111 111 .:. .:. ... .:. Cl 0 0 0 000 0 0 0 0 tr:I 0 0 0 000 0 0 0 0 ~ :I>' .... en o-j H I=' en 3: o n :>l en o ceo 0 ;Q ;tJ ;0 ;0 ;0 -< -< -< -< -< n n n n n I:" I:" I:" t' I:" tr:I t11 C'l tr:I tr:I ~ ~ ~ ~ ~ ::>- en ;0 C'l o c:: H " C'l o en o "'l o 0.... I\J... o-j 0 IV 0 111 000 0 z c n ~ .... I\) W IV Cl 111 111 0 111 C'l 000 0 .... '" W 111 111 0 -J 000 111 000 0 000 0 W 111 o z o n :I: ~ C) tr:I -.J lJl .... o o IV o o to o o -< ~ o-j n o <: C'l ;lJ en n >' ;lJ 8 ::- .., en cn cn c:: c:: .... .... .., .., cn cn IV !.oJ "tI "tI .... .... Cr:I t1] () n Cr:I t1] o-j H C'l en ~ '1J en c: H o-j en ~ H >-l .-j o .-j ~ ~ H >-! >-! o >oj ~ ~ H >-! .-j o ~ I-' ClII \0 I \0 ... o 'Il I=' ;0 >< n t' t1l ~ ;l:l Cr:I "tI :::- .... ;l:l en ;0 ;0 ;lJ tr:I tr:I C'l 000 c:: c:: c:: H H .... ;tJ ;0 :>:l tr:I tr:I C'l C a a I\J U1 o W A 111 0 o 0 ol> N o o .... .... -.J 111 o o z o 111 o o ~ C) t'l IV o o IV o o o ol> o o o o ?i; a ;0 n o <: C'l ;0 en o ;Q >< n I:" tr:I ::>- z lJl o .... o o lJl o o o o N 111 .... N 111 o a ;lJ >< n t-< tr:I ::- z c ceo 0 :0 :0 " ;Q ;Q >< >< >< >< >< () n n n n t-< t-< I:" I:" t' tr:I tr:I C'l tl] tr:I ~ ~ S; ~ ~ .... lJl o <oJ .... \n -..l 0 -J (.oJ o U1 0 ..n 0 <oJ W !.oJ ... W ... \n -..l 0 111 U1 o U1 0 0 0 J'I o .... \n N 111 o o N IV ... N ~ cc 0 '" .:>. \n .... 0 N U1 o ~ 0 U1 0 o U1 0 0 0 w w ... \n N o U1 o -.J \n .... N 111 ~ ~ i ~ a ~ ~ C/) ... I-' Q ~ I-' \0 \0 ... i ~ ...... ~ ~ ~ ~ z Cil ...... ~ ~ ... ~ C/) tIIJ ~ !J i:; :::- en :0 ::0 ;0 C'l Cr:I tr:I 0100 c:: c:: c: .... .... H ::0 ;lJ ;Q Cr:I rrJ tr:I a C 0 ;0 (1l o c: H ;0 (1l o ... U1 o !\J o o z o n ~ Cl t1] !\J '" U1 z o Q ~ IV Cl V1 t1] 0 N 111 o U1 o o A 0'\ V1 o .:) o 0 o o o o w o o to.) o o o o to.) .:) o "" o o "" o o o 0) o o o o o o A lJl o o o .... /I.l W /I.l .... \n Q) o -..l o \n lJl A \n o /I.l 0 o U1 0 .... -.J A W 111 CD -..l o -..l \n o l11 0 0<:)0 -.J 111 o o N "" W -.J 111 ... "" 111 o 0'1 111 ... 111 o o o w "" (J) -J VI , . ", ',' , : " ! " " --": ",' , . , " ," ' " , I'" " ' ',' I',',' , '. I ',. ':,' , FOR COMMISSION MEETING APPOINTMENT WORKSHEET October 3, 1994 APPOINTMENTS Agenda It ::<. ] BOARD: Marine Advisory Board TERM: 4 years (effective 11/18/93) APPOINTED BY: City Commission FINANCIAL DISCLOSURE: Not Required RESIDENCY REQUIREMENT:City of Clearwater SPECIAL QUALIFICATIONS: None MEMBERS: 7 CHAIRPERSON: Bill Stephan MEETING DATES: 2nd Tuesday, 8:00 a.m. PLACE: Marina APPTS. NEEDED: 1 DATE APPTS TO BE MADE: 10/3/94 THE FOLLOWING ADVISORY BOARD MEMBER(S) HAVE TERMS WHICH EXPIRE AND NOW REQUIRE EITHER REAPPOINTMENT FOR A NEW TERM OR REPLACEMENT BY A NEW APPOINTEE. Name-Address Date of Original Appointment Attendance Record Interest in reappointment 1. Richard Twining 441 Palm Island SE, 34630 (term ends 10/31/94) 1991 past 12 mtgs present all NO THE FOLLOWING NAMES ARE BEING SUBMITTED FOR CONSIDERATION TO FILL THE ABOVE VACANCIES: Name-Address Submitted Bv Comments-Related Experience, Etc. 1. Ernie Cline self 2074 Sunset Point Rd., 34625 Self-employed, building contractor 2. Daniel Kensak self 1861 Overbrook Ave., 34615 Self-employed, maintenance 3. Nicholas Matsis self/via Thomas 736 Island Way, #305, 34630 employed w/Kemper Securities, Inc. 4. Edward O'Brien, Jr. self 3376 Ferncliff Ln Self-employed, rehabilitation provider 5. David Smith self 1209 Alameda Ave., 34619 Pres/Owner FL Video Systems :.' ";, ~ ",\, '".. ," , ',' ,~: ,', ';~". .': ,.,.' ,'. .," ,~. J 1 " ,f.' . ",,'.' " .,,' . ", d:J FOR COMMISSION MEETING October 3. 1994 APPOINTMENTS Agenda # _ ~ APPOINTMENT WORKSHEET t .t '~ " Ii ~ BOARD: Municipal Code Enforcement Board MEMBERS: 7 TERM: 3 years CHAIR: Stephen Swanberg APPOINTED BY: City Commission MEETING DATES: 2nd & 4th FINANCIAL DISCLOSURE: Required Wednesdays, 3:00 p.m. RESIDENCY REQUIREMENT: City of Clearwater APPTS. NEEDED: 3 SPECIAL QUALIFICATIONS: "Whenever possible DATE APPTS. TO BE MADE: 10/3/94 this Board shall include an architect, engineer, businessman, general contractor, sub-contractor and a realtor." \ I . % ,; 1'> . ,~ ~~ .;\.: ;{ ;r~ <, ~ ?~ x '" fj " ~ ~ i 1 ,) C' i , ~ THE FOLLOWlf\lG ADVISORY BOARD MEMBER(S) HAVE TERMS WHICH EXPIRE AND NOW REQUIRE EITHER REAPPOINTMENT FOR A NEW TERM OR REPLACEMENT BY A NEW APPOINTEE. Name-Address Date of Original Appointment Attendance Record Interest in reappointment 1. Peg Rogers 1472 Rosetree Ct., 34624 Pharmacist & Storeowner 1 993 to finish term YES past 14 mtgs present 11 /absent 3 i\ !l 2. Louise Riley 1990 to finish term/own 1 st apptmt 1991 1620 Drew St., 34615 past 14 mtgs Businessperson present 13/absent 1 YES 3. Stephen Swanberg 31 21 Bordeaux Ln, 3461 9 Architect ~ 991 YES past 14 mtgs present 12/absent 2 all the above have a term ending 10/31/94 - NOTE: this board has 3 year terms THE FOLLOWING NAMES ARE BEING SUBMITTED FOR CONSIDERATION TO FILL THE ABOVE VACANCIES: Name-Address Comments-Related Experience. Etc. 1 . Ernie Cline 2074 Sunset Pt. Rd., 34625 Self-employed/building contractor 2. Helen Kerwin 1173A Granada St., 34615 Retired Dept.Mgr. - Singer Co. 3. James Madden 51 Island Way, 34630 Retired Deputy City Clerk ~; ~ l 4. William Plouffe 200 Skiff Pt., Apt 2, 34630 Past Economic Dev. Director Past General Manager/Treasurer 5. H. Virginia Robinson 1005 Amble Ln., 34615 Nurse, Red Cross Volunteer 6. William Weller 223 S.Venus Ave.,34615 Administration representative w /Morton Plant . " .~ ,,~,' " ." I' , ,'" , ,',' ..,' ',' , . ~ ,... :.~ .. .' ':.: . ' .. .'. 'W', " APPOINTMENT WORKSHEET ~3 Agenda #_ FOR COMMISSION MEETING October 3, 1994 APPOINTMENTS * REVISED BOARD: Environmental Advisorv Board TERM: 4 years (staggered at creation) APPOINTED BY: City Commission RESIDENCY REQUIREMENT: City of Clearwater FINANCIAL DISCLOSURE: Not Required STAFF LIAISON: P.W./Env./x6747 MEMBERS: 10 CHAIRPERSON: MEETING DATES: APPTS. NEEDED: 10 DATE APPTS. TO BE MADE: 10/3/94 THE FOllOWING ADVISORY BOARD MEMBER(S) HAVE TERMS WHICH EXPIRE AND NOW REQUIRE EITHER REAPPOINTMENT FOR A NEW TERM OR REPLACEMENT BY A NEW APPOINTEE. Name-Address Date of Original Appointment Attendance Interest in Record reappointment CREATION OF BOARD: 3 members to be appointed for a 4 year term 3 members to be appointed for a 3 year term 2 members to be appointed for a 2 year term 2 members to be appointed for a 1 year term THE FOllOWING NAMES ARE BEING SUBMITTED FOR CONSIDERATION TO FILL THE ABOVE VACANCIES: Name-Address Comments-Related Experience, Etc. 1. Bernard Ferrell Pharmacist 2717 Foxfire Ct., 34621 2. Joseph Gayda Retired financial officer 3186 Eagles landing Cir.,W.,34621 i i " 3. Jinene Harvey 341 McMullen Booth Rd S Bldg 13 Unit 145 34619 Medical Technologist 4. Diane Ingram 1016 Woodside Ave., 34616 T eac her's Assistant 5. Eileen Jacobs 2007 Ripon Dr. 34624 Teacher 6. John Jenkins 1146 Alma St., 34616 Retired Railroad porter 7. Marion Kulaas (Sonnie) 9 Turner St., Unit 1 3,34616 former Office Manager Continued EAB Volunteer List Continued 1)3 8. Bernard Panush 19029 US19N, #1-18,34624 Past member Library Board 9. Peter Reuter 1950 Sandra Dr., 34624 Past member of this board (Nunamaker) 10. Alan Smith 1944 Harding St., 34625 Retired City Employee 11. Early Sorenson 517 Bayview Ave.,34619 Civil Engineer * 12. Allan Stowell 2873 Thornton Rd., 34619 Property Manager members ending service as the EAC are: Anne Garris George D. Davis III Harold W. Hunt Mike Foley Jill Melkonian Lisa Lanza Ina Sharpe Brian Morris Jack Moss Whitney Gray All the above have expressed interest in appointment to the Environmental Advisory Board. Mr. Morris will be moving out of Clearwater in a year. Ms. Sharpe has stated that after December, her work schedule will be more flexible enabling her to attend meetings regularly if appointed. , .; '. J. ,',,". ' . t~' " . , . '...' f" " ' . ',.. ". ' ..' ,~., .,' '~.". .', , . ,. , .'...., , , , '. ~ 'I' CITY OF CLEARWATER Application for Advisory Boards (must be Clearwater resident) .~ RECEIVED S E P 2 9 1994 CITY CLERK DEPT. Name fi t.l It).) J"' II n'H:S S 70 to E t L '~ 'I {: , ( ,~ ':1 :\' 11 ;? "~; ;~:. Home Address: Office Address: :<873 T)-/O~)JToU RO'fJD (]1.ERf6WfrrER.. I Fl.. ZIP: 3J.f~9 , S,qmE" ZIP: ;i; ~.t 1~ Telephone ? 1 q- 3S"o-o .. Telephone ?9q-~~ .. How Long a resident of the City of Clearwater? _ ?Ito)O~7Y />?RIV;;G6~ Occupation Sczf I:?H7PJ.OYGJ) Employer SE(.~ GmPM YF.,P . Field of Education: Other Work Experience: al1t.')U'Q 7.;9 ~ ;r PA.NJI~~.P7'./ o-f (/II&GI JI#1 "U:ro~y) ~1';9~ .L/l10) t!"Tc... '&J.EC7~)M~ eOJ./7/tt9C.~/l- /~ Y5/14f W.;9'J"N'/H~~ ~ i& .Y. Co.'..I~ !?1!J2f{ ed~10 'I- \ CtN( 1:;/Vf...,{t7'I;))Ju~''7::t () /14-1!'KA/T ~LtJGy'1 ETC- <, ~, ':~ ~~ ii ,~? i~ ,il ~ If retired, former occupation Community Activites:-Z" fr'?PE 7R~E4"p :S7;.e~AAS .:zMTErl~ 1.4" L!/7'{ GVt::"~1VP75Vf . ~ t i; ./lA/vi> L ~ p~/,.JJL. .r..vl/O.L.I/EMC-1/7 /#"i)tEF" .PItOT;;cTJ(J),) /JNI/ tul97'E.YL /jElIJTEO JXrI/F~. Other Interests: B1?.IJ7//VG - f>7At/l(!OLt;G"'- Board Service (current and past) Board Preference: Nallle ENV/RONfYJEIJTIfL. /fDv/SoI2.Y J3011r2D I '~ 1 Date: .r;:J!!!~. 2 ~ /9tf( I , " ~~~ ~ Please see attached list for Boards that require Financial Disclosure. PLEASE RETURN THIS FORM TO: City Clerk's Department P.O, Box 4748 Clearwater, FL 34618 , , ".' , '. ' , , " , ' ,. ' ' , ,.' , I . :", 'ili , ' 1 0J2IG420~4:OO TO: QaIV.Y page 1 011 ./UL ::. ~ 3 TO: Mayor Rita Garvey FROM: Lisa Lanza DATE: October 1, 1994 Rita, tomorrow you will appoint members to the new Clearwater Environment Board. I hope that you will consider the applicant's academic credentials or volunteer activities in the area of environmental protection. I understand that George Davis was your appointee. As a member of the EAC I have been very unhappy with George's complete lack of scientific education or hands on volunteer activities in environmental issues. George's attendance record has been dismal. As chainnan, he has missed the last three EAC meetings. Tho fact that ho wac appointod chairman wac a complato f1uko. Mike Foloy and I mi!:cod tho 1993 election meeting because the meeting date was changed to accommodate Flag Day. "."""7 Our current chairman has insulted both Brian Morris~ and myself on more than one occasion. Recently, he accused me of violating the sunshine rule because Mike Quillen, Early Sorenson and I met for a fact finding session on incorporation of the SWIFTMUD xeriscape ordinance into the Clearwater landscape ordinance. This accusation was nothing more than harassment. The members of the EAC and Tom Miller were cognizant of my meeting with Mike and Early. No one questioned our right to meet on this "fact finding mission". Every one of the task force members, including George, has met 3S a single member of the EAC with staff or members of the community. I hope that tomorrow you will review the applications of ' those who wish to be como members of the Environmental Board. I hope that you will appoint someone who has either academic credentials or proven volunteer Vlork in the community in the area of environmental protection. o , " . . . , ' "'" " '" , , " ': ':, ,,', "" :",' '" " :. . :,' ,',' ". ' ". ' : ' ," , " ' " .~ tf 0-.. CITY OF CLEARVt'ATER I nt crd cpartnlcnta I Corrcspol1 dcnce (o,3,Qtj TO: Betty Deplyla, City Manager L/~~ Will iam C. Baker, Assistant City Manager FROl\1: COPIES: Mayor and City Commission Kathy S. Rice, Deputy City Manager Earl Barrett, Real Estate Services Manager SUBJECT: Chamber of Commerce Property DATE: August 2, 1994 In accordance with instructions received from the City Commission, we engaged Candler-Sawyer and Associates, lne of St. Petersburg to conduct a property appraisal of the Chamber of Commerce property. The result of the appraisal indicates the property to have a market value (subject to certain limiting conditioru;) of $445,000. The appraiser concludes that the land value is $200,000 and the building improvement is $245,000 for the total $445,000 figure. The limiting conditions, of course, is the reverter which says that should the Chamber ever stop using the property for Chamber purposes, the property revertl\ to the City of Clearwater. 'This appears to preclude the sale of the property by the Chamber to anyone other than the City of Clearwater. An earlier appraisal conducted by the Chamber concluded that the property was worth $385,000. TIlat appraisal had the land at $220,000 and the building at $165,00. In a conference today with Pete Woodham of the Chamber it was learned that none of the various alternative forms of this deal which have been offered as options for consideration are acceptable to the Chamber and that they seek only to sell the property for an amount near $385,000 or remain on the property. A logical approach in light of the reverter would be to consider the building as the Chamber's only equity in the property and to offer the Chamber some value for the building. \Vhil e this is a logical approach, it does not recognize the Chamber's option to make improvements to the building and to continue to occupy the property. If one bel ieves, as I do, that the current situation offers our best likelihood for regaining the property (and assuming that one desires to regain the 'property), then we must offer the Chamber an amount sufiicient to give up the property and not opt to improve and remain. It is still my recommendation that we offer the Chamber $250,000 and await their response. \VCB/kd o Printed on Recycled Paper . '. ' ; , " ,," ," ': ' : ,""'" ,," " :' ' :. , ,: ' , ,,' " " , ,',',:', : ':, " ',~, " ' ,.', ','. ',.:,",", . ,'" , ,',', ' ,":' '." SUMMARY OF IMPORTANT FACTS AND CONCLUSION? ~ C\ ProDer~y TYQ~: . Chamber of Commerce office building. Location: Southwest corner of North Osceola Ave. and Drew st. Owner of Hecord: Clearwater Chamber of Commerce. sit e In::..Q.Q. : 20,'000 sq. ft. - 2,293 sq. ft. - 22,293 sq. ft. - Owned in fee simple. Easement from City of Clearwater. Total. !mprovemeDt~/Area: 7,675 - Gross leasable area. 925 - Unfinished storage area. ~25 - Unusable (Ale chase, etc.). 8,725 - Total Zoning: Clearwater, DCeB), Urban Center, Bayfront District. Assessed Value: 1993, $445,000. Hiqhest and Best Use - As Vacan~: The appraiser has provided, based on preliminary analysis, an opinion of those uses which have a reasonable probapility of being the property's highest and best use. These potential uses xor highest and best use are considered to be: business, professional" or governmental offices. Highest and Best Use - As Improved: The Gubj ect improvements represent a reasonable use, rather than the highest and best use, of the property, as imp~~ved. Value Indications by: Cost Approach: $499,000 Market Approach: $447,000 Income Approach -Direct Capitalization: -Discounted Cash Flow:, $443;000 $435,000 Conclusion of Value: Land Improvements $200,000 245,000 Total $445,000 Estimated Marketinq Time: 12 months. Date of Value: June 10, 1994. Date of Last Inspection: June 10, 1994. 1 , , ',', ", . "':" "" " " ..' ,_ '.:; ",,:,:,":,,'"'' : ,." :,' " .': ' ,'., " :, ,'" ': ' : ,,' .' :", " , L, , " , '," ' " .. .- . .' . "" , - RECEnTED AUG 2 2 1994 City Manager -/?:J: ht~,J c-/ ~: .:z:: ~,.// A~ ~ /J:" Sut!- n /4.c..... C?Pc..It,.b~.3 r /1"1-7 ;c~ cf,~c.~~~~0YI. ~8ho CITY OF CLEAAWATER Interdepartmental Corresponde:n6e :SheJ~: \ c.3 ,4 ~ d 4 b 0 :.~.'" ..., ,c,'lnl ; tf. rAUB Miles Lance, .. 10 Betty Deptula, City Manager FROM: H. Michael Laursen, 1-1 u man Resources Director::!i. COPIES: Civil Service Board; Kathy Rice, Deputy City Mana Assistant City Allorney SUBJECf: Discuss i 011 of Processes for A ppoi n tment of Hearing Officers Under Ci vii Service Ordinance DATE: August 19, 1994 The Civil Service Board, at its meeting of August 9, 1994, discussed the current method for employee appeals under the ci vi I service grievance process. These are appeals by employees relating to discipline that has been imposed upon them by the City. Specifically, the Board expressed concern as to the length of time involved to complete the appeal process using State I-Iearing Officers. This is an issue that you, Kathy Rice, and 1 discussed several weeks ago. Timeliness in effecting discipline, as well as timeliness in an appeal process where discipline has been imposed, are important issues to both the City and employees. With the support of the City Manager's Office, we have continued to improve our timeliness in InItIating, reviewing, and imposing discipline. We have an established goal of reviewing departmental recommendations for disciplinary action and submitting these to the City Manager within a five-day period 80% of the time. This goal has been met the last two years, and we continue to make inroads in speeding up the timeliness of departmental submittals of proposed discipline. However, the employee appeal proce:,s of discipline has not been timely. One recent termination case which was appealed involved almost a year from the date of termination to the date of a final order in the case. This case was unique in that one component of the delay was due to the retirement of an assigned State Hearing Officer, requiring the case to be reassigned. This reassignment contributed significantly to the time. Another recent and typical case involved a three-day suspension which was effected on J unuary 26, 1994. This case was not heard by a Hearing Officer until June '17, 1994; the Hearing Officer submitted a Recommended Order on July 29, ] 994; and the Civil Service Board ruled on the case on August 9, 1994. The appeal process, under the Civil Service Rules, has time constraints on the initial steps which moves the process along. An employee has ten days to submit an appeal to the City Manager; the City Manager has ten days in which to respond~ and the employee then has ten days to reg ues t fu rther appeal. This fu rther appeal has involved the State Hearing Officer. At this point in the process, there are no ti me limits. When the State assigns a Hearing Officer, that Officer contacts the employee and the City representative to schedule a hearing. Since Hearing Officer's are continually i nvol ved in heari ngs of all types for many agencies, a con venient ti me must be arranged for the three parlics-em ployee, City, and Hearing Officer. It is ,. Betty Deptula, City Manager Page 2 August 19, 1994 ~q h during the period of time from an employee's request for a Hearing Officer until a final decision is nwde that the process becomes too lengthy. Because of the length of time involved in this process, the Civil Service Board is seeking to expedite the appeal process. The Board discussed Section 2.285 of Division 2 of the Code of Ordinances (Civil Service Administration) and proposes that consideration be given to utilizing the alternate process contained in the Code that allows the Board to appoint a Hearing Officer. As you know, the cited section provides as follows: "(1) there shall be a hearing officer appointed by the civil serVIce board from a list of not less than five names established by the city commission for such purpose. In establishing a list for the hearing officer position, the city commission shall utilize qualification standards similar to those used by the state division of administrative hearings. The city commission shall have th e authority where permitted by statute to contract with the state division of administrative hearings to provide a hearing officer. The city manager shall not participate in any manner in the establishment of the test for the position of hearing officer or in the selection of a hearing officer once the test has been created." The qualification req ui re men ts that the employee must be an experience as an attorney. for the state division of administrative hearings are attorney and have a specified number of years of Miles Lance, Assistant City Attorney, suggested to the Board that many local area attorneys might well be interested in serving as n Hearing Officer as a means of providing pro bono services that are expected in the legal profession. Such attorneys might submit their names to the City Commission which could be the basis of a list to be provided to the Civil Service Board. Such persons might well be able to quickly schedule a hearing for basic employee appeals of disciplinary action and, thus, speed up the process which would benefit both the employee and the City. The Board is interested in the view of the City ~1anager and the City Commission on utilizing such a process. .),-;-// WLldlf --V) ~ I' . '.' . f' , . ..' .. . , '. . '" . . . l' '. . ,"', j , AGENDA DATE I{)_ ~~ I 9~ iTEM # ~1 J1 '-/ (/ ?~5 .....'....,.--..-.......... .. . ---' '. " . " ~ J ; MEMORANDUM ~r;C\ FROM: Conmlissioner Deegan ~ l".:,:.~ lliiM- ..." p~ ~~~ .V. CUlVlMISSlIlt\\ PRES? Date 'SEP 0 9 1994 CITV CLt:h(\ /O'3.cry TO: Betty Deptula, City Manager , i' I l , COPIES: Mayor, COlnnlissioners SUBJECT: Training Progranl Discussed in Mr. Ferri's Menlo of September 5 DATE: September 9, 1994 ************************************************************ 1 1 , t ~ ;! \ f ~ l ~ ~~ :1 ~ l! g 1\ ~ '.; 'I' I appreciate that Mr. Ferri's merno was in response to one from Commissioner Thomas, but I would like to add my two cents at this time. The activities described by 1\11'. Ferri, both past and anticipated, would seem to involve at least 8 llours of staff tinIe. If this is under YO\lr direction, that's great. If it is in response to Commissioner Thomas' memo, that's not so great until we all have had a chance to discuss the topic. Regardless of either of the above, as I understand what Mr. Ferri has described, this would appear to me to be one of those things that sOInetimes gets carried quite far along without any opportunity for the Comnlission to discuss the same, due to the Sunshine Law, until we are just about presented with a fait accompli. "'ith respect to this particular project, there are SOIlle questions I would have, perhaps not quite aptly described as concerns )'ct, but wllich might beconle a concern, such as - is the City about to set up a corporation in competition with the private sector? Please agenda this HelD for discussion at the earliest possible time so that we can all have some input into the direction staff is going on this itenl. \ t. ~ ) AXD/cb .>" ......, //(,: \ ,') '''j l,_~~)~~// /) /~ I I / I.,'. \[ /)V ( /l) ',_,A/, .1__,C" \....,'-..,.",cJ Ci~L:J~;tD('JL (dc<-lu ~ [', ,/JLLO~UjZ i,Jtld.-J t;1(" ,-'J) , U (laiJ Thank you for your enlightenment. . _ ~UG 30 '94 03: 49PM City Commission , t ,.// r<. -e -::. ~ 17 (' P.l ,i' (//' CITY OF CLEARWATER C\.. . , : " \,'1/;/::/ P.O. BOX 4748 \' '7/ CLEARWATER. FLORIDA 34618-4748 / l\mMORANDUM TO: Betty Deptula, City Manager RECEIVED AUG j 0 1994 City Manager FROM: Fred A. Thomas, Commissioner DATE: August 30, 1994 SUBJECT: Training/Redevelopment COPIES: Mayor, Commissioners w______~______.--~------.------~--~------~.~------w---.------~.-~___p__________--_~_____~____~w___~_.___.______. We have many departments in the City, as well as available to us through the State and Federal Governments for training and redevelopment. They are widely disbursed. One of the programs that comes from none of those agencies I like very much. That is the private sector Habitat Program, where this non-profit organization builds homes on donated land, where the individual homeowner participates in building the home with other people. We have an opportunity in this City to create our own Habitat Program. We have been clearing a lot of decayed, abandoned, unlivable buildings from our landscape - Something which 1 aggressively pursued and am very proud to see the City accomplish. We are establishing a wide variety of vacant lots in our City where these properties used to stand. We have an In-Fill House Program, but all we accomplish there is getting one person into a home - we don't accomplish any training. One of the problems I see in the Greenwood area is the lack of hope, or the despair of people not being able to get ajob. We have many people that want jobs, worthwhile jobs, but there doesn't seem a way for these jobs to get to these individuals. Please develop, amongst your staff, a program that combines the best features of the "Habitat PJogram" t along with the Pine1las Vo-Tech Training Program, where we can take young poople, 21 years old to 30 years old, and teach them the vocational skills necessary to build a house. By combining the educational system of the County, along with the City Building Department, we can take City employees that head up each of the skills necessary for training in conjunction with the Pinel1as V 0- Tech Institute and put tOgether a group of young people and bave them trained to build one house. That house would then go up for sale in our "In-Fill Program". The profits from building that house and the In-Fill Program pay the salaries of those young people at the minimum wage level, and at the same time they are learning skills that are saleable in the public sector. I .. i:'I ..~ . & " AUG 30 '94 03:50PM P.2 Training/Redevelopment August 30, 1994 Page Two If we can train enough people to successfully build one house, they can build a second house and as they finish the second house, we can be training another crew to build a third house. This way, instead of just having the private sector build the In-Pill houses at a profit for the contractor, we combine our In-Fill Housing Progr,m dollars with the training program of our people that are without work. 'That way we kill two birds with one stone. We give hope to the people that need work and we give hope to the people that need houses, and we put the two groups of people together. IZ -e. -=- ~ 1 G\. ' I would 1ilc.e you to do some research on this idea to see what various agencies within the City, County, State and Federal Governments can be combined to accomplish this goal. Please agenda it when you feel you have some facts. Thank you, PAT/sr T - r 1. ~ ::: 6<1 C\ OF CLEARWATER Interdepartmental Correspondence TO: FROM: Alan J. Ferri, Director Economic Development SUBJECT: Memo from Commissioner Thomas Dated 8/30/94 ;' Hp'~.., ~ )'11", \ I~. .~ e.... . q."., LfJlV!lWIS8ifJl\J PRESS Date .SEF 0 6 m94 CITY CU=hi\ COPIES: K. Rice, Deputy City Manager D. Vincent, Director CHA DATE: September 5, 1994 My office and Ms. Vincent's are working on developing the training program Commissioner Thomas suggested.. Our intent is to create a not-for-profit construction corporation that will employ and train residents of the Housing Authority and targeted neighborhoods in the City. We anticipate this new corporation will contract for work through both the In-Fill housing program and development activities of the Housing Authority. Last week Ms. Vincent and I 'I16t with representatives from the State Department of Labor Employment Training Division and Pinellas Technical Education Center (PTEC). We discussed apprenticeship training available from PTEC and the State. The representatives expressed strong interest in our proposal. We will be holding additional meetings on this project in the future. I will keep you informed on our progress. \ \ I \ .., ',' ;, -/b ,'}t( ~--'.-.( e.,.,: ,.4..,.- . ..... /1..e. : ;;? rr ~ Ii I ;1 :! \ t 1 I ^ " r. )i '.i S; 'X; " 'i '.~ ~ :~i :i !; CITY OF CLEARWATER Interdepartmental Correspondence TO: Elizabeth M. Deptula, City Manager Kathy S. Rice, Deputy City Manager '\ ~."1.W~e8 1'0: ~ 0. (OVI\VIt88lnl\l PRES::: Alan J. Ferri, Economic Development Director \; Date &EP 2 8 1994 Commissioner Deegan '5 Memo dated September 9, 1994 CITY CU:l1t\ FROM: " [: ,~ '.~ .; SUBJECT: DA TE: September 28, 1994 ) .~ !! :! " , i '." ~ II . ..... 1] j. ,- Section 3 of the Housing and Urban Development Act of 1968 requires the City of Clearwater and the Clearwater Housing Authority (CHA) to insure "to the greatest extent feasible" that jobs and other economic opportunities generated by assistance from the U. S. Department of Housing and Urban Development (HUD) are directed to low and very low income persons. On June 30, 1994 HUD issued new regulations to carry out the guidelines of Section 3. The actions I reported in my response to Commissioner Thomas went back to June of this year when those new regulations were issued. I am exploring the possibility with the CHA to create ,a nonprofit corporation to provide job training, employment experience, and construction services. Many construction contractors used by the City and the CHA are small businesses working on small contracts. Very few of our construction contracts exceed $100,000. When they do hire local residents to work on their contracts, the employment terms are usually short. Few persons hired gain meaningful work experience or opportunity for career development. A construction services corporation could meet the labor needs for these small contractors and improve our ability to provide employment opportunities. <<.' f~ .~ ." ~: ~ 2 I g ~ 1 , , , 'i ~ '1 if v' '1 :l i ~ :; j; "j '; t! 1 j ~~ b. l().3J1L{ CITY OF CLEARWATER Interdepartmental Correspondence \ ~ " . TO: FROM: Elizabeth Deptula, City Manager Cynthia E. Goudeau, City Clerk'~ SUBJECT: Advisory Board Annual Report Format DATE: September 13, 1994 I 1 \ > Attached IS my recommended format for advisory board annual reports to the City Commission. This is meant to be a generic guideline to be used in preparing the presentations. If approved I will prepare a cover letter for your signature which will be sent to the Chairs as they are scheduled to give their reports. I will also make sure the department directors receive a copy of the format. If you want any changes or need additional information, please let me know. ~ d rr ,b. FORMAT FOR ADVISORY BOARD ANNUAL REPORTS (10 to 15 minute presentation) I. Introduction II. Board Overview a. Purpose 1. Code section or other Commission direction b. Number of members/qualifications c. Acknowledge current members d. Meeting times III. Review of Past Year's Activities a. Number of meetings b. Issues/cases handled 1. number 2. examples 3. any of particular interest? c. Recommendations/Actions 1. any items of special note? 2. recognition of special individual/board efforts? IV. Outlook for Coming Year a. Major issues to be considered b. Special projects to be undertaken V. Concerns/Suggestion for Commission consideration VI. Close SEP 23 '94 01:46PM P.i CITY OF CLEAR WATER::(f] c_ P. O. BOX 4748 CLEARWATERj FLORIDA 34618-4748 City Commission MEMOR~ Betty Deptula, City Manager .. 'j""F. ~, f'4 I!I: l~f)' ~ , ...(. , . COWJlVilSS'(Jr\I PRESP , Date ~8fP 2 3 1994 CITV GLt:tU\ TO: FROM: COPIES: DATE: Mayor and Commissioners Fred A. Thomasj Commissioner September 23, 1994 RE: Harborview Center Costs *****~**~***.**~*********************~**~*~****~********.****.~*~*.****. In my Commission MaU, I received a copy of a memorandum from Mr. Baker to Commissioner Fitzgerald dated, September 19, 1994. Please have the City Clerk place this memo, "Harborview Center Costs" on a Commission Agenda for discussion as soon as possible. FAT/rk Attachment ~ - I GyY~&17-~/ 91w J:wu ~~~ ~. J &1u?f);rJ1a. 1fYUJ:Av 'If 'l ~ t ~1 ~ I Harborview Center Project Budget September 5. 1991 Approved contract for the purchase of the Maas Brother Site from the eRA: ~.~rcl ~ 7C /o/3!f(( c:v 10-2-94 Infrastructure Ta."X $1,326,710 Interfund Loan 600.000 Cost of Land $1,926,710 Mid Year 1993-94 Infrastructure Tax representing funds returned from the Atrium Fund $ 1,776,400 Special Development Fund 723.600 Subtotal $2,500,000 Third Quarter 1993-94 Transfer of Funding from Downtown Community . Center project (315-93287) (~c-o.~eJ "1C..x) 680,000 CRA Funding for outside skin 150,000 Balance of Infrastnlcture tax representing the return of Atrium Fund revenues 535,120 Project Budget FY 1993-94 $ 3,865,120 1994-95 Approved Budget Infrastructure Tax Special Development Total Project Budget To Date $7~979~830 . '." - . " ..: ,"',:,":'.',:',', ',"'/':',,';,< :",:'.:,.' ", ".,,' "'" '., ,:', ';".-,""'"'''' .': -..: '~,"" .. .'. ~ ~. . "'.' ..... '.' .~ ' . . .,' .: .. . . . . . ';' . . '. . . , ." ":.' . I, , .' ,,': ". . . . . ' : . . . 8tc. 'cSt 61 / c... . /' o!3/ "1 y_ c::!) HARBORVIEW CENTER FINANCIAL OVERVIEW Description Architect Fees Contractor Fees Construction Costs Other Costs .~1 ~i Basic Phase 1 Approved on 04/07/94 (Attachment # 1) Change to Scope 1) Phase 1A Approved on 06/14/94 2) Full Coverage of Exterior (Attachments #2 and #3) Estimated Phase 2 Third Floor Completion First Floor Completion Elevator !Escalator/Entrance (Attachment #4) Estimated Parking Lot Improvements Purchase of Property ... .. ..... .... ., ". .... . . :::;:>$238:,000/' :::):" ::' " )> 'I " )' ~! "( " :I \1 i, '':: ,1 1 ." . . . . . . . .. . . .. . . . . ", . .... .;. '~ .~ .... ....... .. ....... . ........ .., ".. ..,.. ......, . ., ,... , .. i. 825'000:', " " " "400,009 :',:)'::< j 11 407,500 452,000 1 ~ ~ 2,000,000 2,000,000 1,000,000 $25,400 " .' /: :( :, " X .~ , TOTALS $757,588 $745,605 $8,225,000 :::::::::::':,[;':::!:~:~Qgi'~Q:::::::~l[:i::j:i:!:ill $1,925,400 Shading indicates funding that has already been approved by the City Commission. Attachment # 1 : Minutes from the City Commission meeting of April 7, 1994 approving Basic Phase 1 renovation costs for the Harborview Center. ~~... .~ ~ ti ';, ~4 ,r '~ ,J Attachment #2: Minutes from the City Commission meeting of June 14, 1994 approving Phase 1A costs ($825,000) and also approving full coverage of exterior costs ($150,000 from eRA + $150,000 for exterior skin + $100,000 for removal of green tile = $400,000). .~~ .?~ .~': '~{ ~.~ ~# ';"~ \~. ;~ :~ Attachment #3: Minutes from the City Commission meeting of July 18, 1994 approving the handicapped ramping, colonnade reconstruction, glass wall for trade show space and entrances to restaurant and atrium mall at a cost of $250,000 which was already included in the $825,000 construction costs approved June 14th. ~ "I ;..~ J~ A ;J r~ ;. ~ A ,~ ~ i ! Attachment #4: Minutes from the City Commission meeting of August 1, 1994 regarding the floor plan approval. ",:'" ,',:.,.' :'.',:~ ,'.. "'.',:;': ',' ':," ',.;,......,'.' :,.''''''',' ", ;-'.,",.: 0, .' ".' ".", '/:',,'. ::'.:"",'