Loading...
10/31/1994 AGENDA DATE L/) _ :jl- 9':1 l d( 10, ..-........-................. . ...-..--............. ...... '" ....';\~r .;\., , CITY COMMISSION MEETING 10 - 3/ - qy '" " ". . t " . . . ,_ I " ',: .' .',' ~ . ". :' I r,: . " l' r " ,'. ".', ; I' ..,' ',!' . ' . " :..'.. to.' 0 .; I,."{J' J .. ..". . t ~ ~ , " 1 1'1 ., , .{ " :: , i ... .~ ~~ ., , :.. ACTION AGENDA - CLEARWATER CITY COMMISSION MEETING Monday, October 31, 1994 - Chambers following Pension Trustees Meeting which begins at 9:00 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, Approval of Minutes - Regular Meeting 10/17/94 1, Mayor, 2, William C. Baker, Assistant City Manager, 3. None. 4. Approved as corrected. NOTE: Closed Session 10:30 a,m, re City vs, Fisherman's Wharf of Clearwater, Inc. 5, PRESENTATIONS a) Beautification Committee - Annual Report b) Architect for Countryside Recreation Center a) b) Report received, Staff directed to revisit plans with architect and come back to the Commission, Status update received, Consensus to approve combination of ,) 5' wide trail in abandoned rail r-o-w & 10' sidewalk where r-o-w not available. c) Status of Pinellas Trail - Pinellas County c) 6. - Citizens to be heard re items not on the Agenda - None. CITY MANAG ER REPORTS CONSENT AGENDA (Items #7-11) - Approved as submitted less #9. 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. 7. Fire Protection Services Agreement with the Pinellas County Fire Protection Authority for the period 10/1 /94-9/30/97 (FD) 8, No item. 10/31/94 1 ~ ...... '. . ':. " . . ': . ~ , , . .' I., ( .., . '.' ~, . ' ~ ;' . . .' '. . '" " '., t' .'. . /" , ': i 1 1 :i ! ~ ~ .1 ~ I~ f 9, Change in city's procurement process for purchasing city vehicles and/or equipment: authorize Purchasing Officer to purchase equipment from various sources as long as the purchase price does not exceed the individual prices available on other governmental bids and does not exceed the total Commission approved budgeted amount for replacement of said equipment (GS) 10, Purchase of misc. brass water fittings from Southeastern Municipal Supply of Tampa, FL, for the period 1 2/5/94-1 2/4/95, at an est, $77,462,75 (PW) 11 , 1995 Underdrain Contract to Suncoast Excavating, Inc" Ozona, FL, for $798,299.40 (EN) /~ 9, Continued, OTHER ITEMS ON CITY MANAGER REPORT 12. Pinellas Planning Council - 1 appointment (ClK) 13, Library Board - 1 appointment (ClK) 14, Beautification Committee - 2 appointments (ClK) 15, Other Pending Matters a) Appoint High Speed Rail Task Force b) Causeway Commuter Classic - closure of S,R,60 12. Reappointed Commissioner Berfield, 13, Appointed Shirley Kennedy, 14. Appointed Katherine Merriam, continued other appointment, 15. a) Garvey: Roger Sweeney, to appoint another member; Fitzgerald: Alan Bomstein & Pete Woodham; Deegan: Tim Johnson & Chuck Pollick; Thomas: Curt Kiser & Dan Brockway; Berfield: to appoint two members, b) Approved, CITY ATTORNEY REPORTS 16, Other City Attorney Items a) rates for interim assistance 17, City Manager Verbal-Reports ----- 18, Commission Discussion Items '10/31/94 16, a) Approved $125/hour & $10,000 event maximum approved, 17, Approved 3 month extension on contract for Clearwater Assistant Fire Chief aiding Belleair Bluff's fire department. 18. None, 2 ;lj 19. Other Commission Action 19, Thomas read his letter to Elise Winters, Chair of the 008, questioning allegations of improprieties re the recent board election. Fitzgerald distributed a newspaper article re desalinization. DeeQan complimented the City Manager and staff re participation in recent Town Meeting. He recommended initiating a feedback form, DeeQan expressed concern re a possible delay in contracting the restaurant space in the Harborview Center, The proposals in response to the RFP will be presented at the first meeting in January 1995, RFP draft will go to the Commission prior to issuance. DeeQan referred to a letter from Atrium management requesting a meeting re their purchasing the remainder of the Park Street parking garage. The City Attorney has invited them to meet and discuss the issue. Thomas requested staff remain at the Town Meetings to answer citizen questions, Consensus to advise the public of staff participation prior to the Commissioners' Town meeting, Thomas expressed concern reg the use of the base at the proposed tower on the beach, Requests for proposals from the two RFQ responders will make it clear re this item as well as the height to be considered, Garvev referred to a letter from Mr. Alexander's attorney re extending the Pier Pavilion lease and the City Manager's notes re same. Consensus agreed with City Manager's recommendations of approval and denial. " 20. Adjournment 20. 12:14 p,m, 1 0/31/94 3 , , . ., " ' , " , . ' ' . ' ' , " , '.' ' I ',' 'I,' ~, '~ PINELLAS CO. R/W "" " . . ., , TEL:813-464-4363 Oct 19'94 16:04 No.023 P.Ol ...... .,.. ., .,' '.'.. ......A.. _. -;.-.:.:. ..~r~/#.:.+/D::::~:t;[ BOARD OF "COONTYCO~~ISSIONE'RS.',"'", . . . ."1,., '. '. . I". !.:. "',., ...0 . .' . PINEL~S. COUNT~~ FI;-OAftOA' ',' . I CClGaS8lONERS OEPARTMENT.OF PUBLIC WORKS . : 316 COVRT fJTAEET .' CLEARWATER, Fl.OFUOA 34-616, . , (813) 462-3251 ' ImUCET'lNDAU. - ~ BAR8AAA sPteeN TODO . w::e CWJRLIAN SAUJt:P~ ~Ei.AAtNeV aTEVE SGDC!!AT Occohc~ ~~, X~~4 ....-' ;y t~i .t _vtr/oj3 :Y 0 u ,S.c jo.3J.1tf Ms. Betty Deptula Ci t:y Manager C.i.ey or C.!~t'e~ .PO Box 4748 Clearwater, FL 34618-4748 ; Re: pinellas 'I'rail-s 'X'hroug'b. Downtol'tt'Zl Clearwater, Dear Mo. Dope'U1;l.~ leei,;;;' ~s ~urT~~ be pla.ced on the City Commissions Meeting Agenda ..xpr October 31, 1994 t:o present the latest approach of bow the Pinellas Tra.il ~l go t:b.rO~.M1...::c:rearwaeer. .If you wish to discuss' thp- Rbove, pJease do not hes.it:a.te to conta.ct me at: '()4-3 613. veX'}' truly yours, L~ ~~ .eh~ t.~:s K. Collins, PE Sl:mior Engineer uKclkj.u cc: Jobi1 L. Barringer, PE, De~ign Division Engineer tli,lliam Baker, PB, Director ot' Public Works, Cit;y of Clearwater Joe 'Kubicki, PE, King Engineeril1g- Associates, Inc. _h. .___. __ __~~_~ir?"7 2-:0 FaxIJl FWECONSV/~1I33 Po~t-It'" brand fM trr,11't3mittD.I memo 7671 II of pagllP'" I To -r;;.~ Fnlm ~ ~ Co. Co. I.lept, Phone , "PfneUas. County Is an Equal OppOflUnlly Employer'" . Member.Pinellau Parlner~hip 101 a Drug Free Workplaoo o printed or'! recycfed p4per I , AGENDA DATE ID-..3Ir 91 ITEM # 1 ..j,:J (f d : '.' '\, I. . .'1' . ' . " . . .: " ". '" ,'. ~ .. .... . I "" .' ',,' ",: ' . ':. ',. . : }" I c l . > . . ; . " I .' ,f' . . .' .' . , Clearwater City Commission Agenda Cover Memorandum '1 Item # Meeting Date: (0.31 . C( ~ SUBJECT: FIRE PROTECTION SERVICE AGREEMENT RENEWAL '. . .. 1: j RECOMMENDATION/MOTION: APPROVE A THREE-YEAR FIRE PROTECTION SERVICES CONTRACT FOR THE PERIOD 10/1/94 TO 9/30/97, BETWEEN THE PINELLAS COUNTY FIRE PROTECTION AUTHORITY AND THE CITY OF CLEARWATER. ~ and that the appropriate officials be authorized to execute same, '. , ~ J BACKGROUND: In 1973, legislation was adopted that created the pinellas County Fire Protection Authority. The Authority, which is the Board of County Commissioners, was given the responsibility to provide fire protection in the unincorporated areas of pinellas County. A contract initially was entered into between the City and the County in 1973 that is renewed on a three-year basis, which has proven to be beneficial to both entities. Fire Districts were established and compensation was provided to the local Fire Departments assigned the responsibility for that particular County Fire District. The Pinellas County Fire Authority is proposing a three-year contract with the communities providing fire protection. Financial considerations would still be based on the annual property valuation of unincorporated versus incorporated property within our designated fire district. , 'i ..~ :j The Clearwater Fire Department County Fire District budget for FY 94/95 is $8,203,600, of which approximately 14.54% of the property valuation of the Fire District is in the unincorporated area. Therefore, 14.54% of the Fire District budget is to be paid by the Fire Protection Authority. .1 ,; ( t-. ~i ':i Reviewed by: Legal Budget Purchasing Risk Mgmt. CIS ACM Other Pit} t N/A N/A N/A N/A N/A N/A Originating Dcpt: FIRE Costs: $ N/A Total Commission Action: o Approved o Approved w/conditions o Denied o Continued to: User Dcpt: $ N/A Current Fiscal Yr, N/A Funding Source: o Capital Imp. o Operat i ng o Other Attachments: FIRE PROTECT/ON SERVICES AGREEMENT , S-<<J:ij/c~ ~. City Manager J Advertised: Date: N/A Paper: N/A ~ Not Required Affected Parties o Not if i ed ~ Not Requi red Appropriation Code: ..... ,.w Printed on recycled paper , ':':""'.'", '. :::.,.. :"',,~.;::'..:" .' .>.,',.'.,.:.,,'.',: .:..:>...~.>..,....:............,... ..........:..... .,:,: .- ..'.. >. :'..<. .<::'.';:~.. ';,I:i;, I .\ ~ ; i ,\ ~ FIRE PROTECTION SERVICES AGREEMENT AGREEMENT made and entered into this day of October, 1994, by and between the pinellas County Fire Protection Authority, a municipal service taxing unit ("Authority"), the governing body of which is the Board of County Commissioners, and the City of Clearwater, a Florida municipal corporation ("City"). " " l~ .;/ ,. 1 '9 i ~ 1 R E C I TAL S: 1 . The Authority was created for the purpose of establishing and implementing a permanent plan of fire protection for the unincorporated areas of Pinellas County. 2. Pursuant to the authority granted to it by Chapter.73-600, Laws of Florida, as amended (Codified at Part I, Article II, Pinellas County Code) and its home rule power under the Pinellas County Charter (collect i vely, "Act"), Authori ty has divided the County into fire districts, each of which districts became operative upon approval by the electors of such districts at a properly held referendum, 3 . The Clearwater Fire Control District was created by a resolution of the Board of County Commissioners ("Board" ) of Pinellas County on July 23, 1974, pursuant to approval of a majority of the electors in a special election on December 4, 1973. , . ~.~ Fire Protection Services Agreement City of Clearwater/ Page 2 4. Pursuant to the Act, Authority is empowered to direct the appropriate fire department to provide fire protection to the l. .! 1 ~ ~ :j ;t rl unincorporated area within a fire district and to compensate the fire department for such service, .~ :i 5 " " .7J 5. Authority desires that City provide fire protection services to Clearwater Fire Control District. NOW THEREFORE, for and in consideration of the mutual covenants, terms and conditions herein set forth to be kept and performed by the parties hereto, it is agreed as follows: SECTION 1. DEFINITIONS. Unless the context otherwise requires, ;1 ." j ., ~ 1 f i . capitalized terms used herein shall have the following meanings ascribed to them, "Act" means the Pinellas County Home Rule Charter approved by the voters on October 7, 1980 and Chapter 73-600, Laws of Florida, codified at Part I, Chapter 12, Article II, Compiled Laws and Ordinances of Pinellas County. "Board" means the pinellas County Board of County Commissioners, "Closest Uni t Response II means the dispatch of the closest available fire engine (s) needed at an emergency regardless of :~~ ; > I J .; .~ ! .c Fire Protection Services Agreement City of Clearwater! Page 3 jurisdiction of the emergency or the responding unit(s). J : { ~ ~ .1:.', ., ~ .~ ~ "County" means Pinellas County, Florida. "District II means the Clearwater Fire Control District, as described in a Resolution adopted by the Board on July 23, 2974. ~ !"f .~ ~ " J, 1,;: "Fire Protection Services" means services including but not ,. ~ !~~ t y l oJ 1- " ., ~ 1 a limited to: fire suppression activities, hazardous materials responses, fire inspection and surveys of properties I fire and arson investigations, and public education. ;.~ , ; "Fiscal Year" means the period of time commencing October 2, ~ . ~ '1 " ,. and continuing through September 30. "Mutual Aid" means aid provided pursuant to the Mutual Aid Agreement. "Mutual Aid Agreement 11 means the Automatic Aid/Closest Unit Response Agreement dated October 16, 1990, by and among pinellas County and the various municipal fire departments and fire districts. "Response Time" means the period of time commencing when City fire units are notified of an emergency and ending when the first engine arrives on the scene of the incident, "Run Cards" means the predetermined systematic response of fire engines based on data in the County's dispatch computer system. ., "., ,'1' ;l 5 1 j j ~~ Fire Protection Services Agreement City of Clearwater! Page 4 i ! .f "Standard Practices" means the 600 Series Standard Operating Procedures adopted by the Pinellas County Fire Chiefs Association, and as may be amended, and State of Florida and Federal Occupational Safety Health Acts, as they affect Fire Protection .", , i~ d ."; Services provided hereunder, ~~ ~ ,~t ~ t i ~ . & I SECTION 2. OBLIGATIONS OF CITY. City shall: ~ t e 't ( a) Provide Fire Protection Services to the residents of the District in accordance wi th the terms and conditions of this agreement and with all applicable state and local laws, ordinances and Standard Practices; (b) Provide Mutual Aid in accordance with the Mutual Aid Agreement; i (c) Participate in the Closest Unit Response program. City I will respond with the closest available fire-fighting engine to any fire service or department related incident within City's or other Pinellas County area; (d) Reach an incident scene with the appropriate fire-fighting engine within five (5) minutes at least seventy-five (75%) of the time; :' :: ,'..' i':',:', ..... .' .:. ,'. ': .., '.'.'/' ,: .. . , .,. ::' t.;" " Fire Protection Services Agreement City of Clearwater/ Page 5 (e) Staff the first responding fire-fighting engine with a minimum of three (3 ) fully trained and state certified ; I I \ I , ~ " .~ ,~ 'i! ;>; i' ;.} ,~ f1 ~, 'i- .~ firefighters; (f) Submi t to the Authori ty as part of the budget process described in Section 4 hereof, costs incurred by the City in implementing any Standard Practices and Procedures; ,. , ., }: t~ ~ iJ , ,. ( g) Provide command officers, In addition to the staff ~.. " ,.; & " ;~ ? ;, referred to in subsection (e) above, to respond to appropriate incidents within the District; J ;j f (h) Insure that Run Cards are developed and implemented to secure Closest Uni t Response and to provide proper command and control of all fire department responses; and (i) Provide to the Authority the name of the City's bookkeeper or financial manager. SECTION 3, PERFORMANCE OF SERVICES. In the event that Authority finds any deficiency in meeting the level of services described herein which affects or may affect the performance of services hereunder, Authority shall notify City of such deficiency or deficiencies and shall give City thirty (30) days from receipt of such notice within which to cure such . . '.' ~ '" ',..: '. ~ . .. :. ". .':l . ' ... '.. ~ . ~ . ',' ." I. .' . ," f'" .,.' ': ". ';.. " 1, , ',' .. ' .' '" ',' , '. . "r 4' . . ,,' "...., . ' ' . Fire Protection Services Agreement ; City of Clearwater/ Page 6 'j ~ { deficiency to the satisfaction of Authority. Authority may, in its Ii \ \, sole discretion, extend the cure period. In the event of such ;i. extension, City and Authority shall prepare an agreement outlining a planned program for curing the deficiency. ~} ~ 1::/ t:. ~ : SECTION 4. :.~ '; t COMPENSATION. .' ~ (a) Submission and Approval of Budget, Each year, City shall , " !.; H submit to Authority a budget for providing the services hereunder. ) ..~ t Such budget shall set forth, in accordance with the Budget ;/ ~ ! Preparation Instructions provided annually, the cost of providing ~~ ~ ~ the services described in Section 2 hereof. ~~ 2~ j " a f J .; The Authority shall review the budget and may make such recommendations for changes as ; it deems necessary or appropriate, " Upon reVlew and approval of the budget by Authority, in accordance with Chapter 73-600, Laws of Florida, and other applicable law, Authority shall, beginning on , October l of a given Fiscal Year, make monthly payments to the City in the amount of one-twelfth (1/12) of the approved budget, less the capital reserves being held by the authority for certain future projects. The amount to be paid during the term of this contract shall be determined by Authority In accordance with the. requirements of the Act and any other applicable law. \ ., j .j '1 ., ! ;~ Fire Protection Services Agreement City of Clearwater/ Page 9 '(; .A < . ~ .. < (~ ~ " '1 ~J ii ~ SECTION 6. FIRE REPORTS. City shall complete an incident report, in the County 9-1-1 .!. ~ H t.j ~~ 11 Ji ,~ ;.~ ,~'f ;,1 ;.:; :y; ::'t ~j; if ,: j ;~ 'Z 1 ~ computer, for each fire incident in the District to which City's units responded. The incident report shall meet the Florida Fire Incident Reporting System requirements, City shall train its employees to correctly complete the forms in accordance with the instructions provided by the State of Florida and Pinellas County. Upon request from City, Authority shall furnish City with fire incident data which City has put into the County 9-1-1 computer pursuant to this Section, SECTION 7. MUTUAL OBLIGATIONS TO PARTIES. Authority and City agree that each will defend, indemnify and save the other harmless due to the negligent acts of its own employees, officers, or agents, including volunteers, or due to any negligent operation of equipment, Authority and City shall only be obligated to indemnify and hold harmless the other under this Agreement to the extent that each may be held liable under the Waiver of Immunity Provisions In Chapter 768.28 of the Florida Statutes, as the same may be amended from time to time, This section shall not be construed as waiving any defense or limitation . ~.~ .' " .,~..~. . _~, ,_':.' '".'.' . I, '''';', .' ,..', ." '" " I,,' ""t, '. ,. ,,',':, ~"., .' ,," . ~) Fire Protection Services Agreement City of Clearwater! Page 10 which either party may have against any claim or cause of action by any person not a party to this Agreement, SECTION 8. OBLIGATIONS NOT FOR THIRD PARTY BENEFIT OR TO BE ASSIGNED, J \~ \ ~. 1 This Agreement is not intended, nor shall it be construed to " ":i i ~ ~ inure to the benefit of any third person or entity not a party " , .. i. 1 ;I , { !) i Z ~ i ~~ ? ,) ~~ ~ hereto, ~nd no right, duty or obligation of Corporation under this Agreement shall be assigned to any person, private association or corporation, not-for-profit corporation, or public body without the prior written consent of the Authority. SECTION 9. TERM OF AGREEMENT, The Agreement shall take effect upon execution by the City and Authority and shall continue through September 30, .1997 unless terminated or renewed in accordance with this Agreement, SECTION 10. TERMINATION AND DISPOSITION OF ASSETS. (a) Termination By Authority, Authority may terminate this Agreement by serving upon City a ninety (90) days written notice of Authority's intention to terminate this Agreement. (b) Termination By City. City may terminate the Agreement by Fire Protection Services Agreement City of Clearwater/ Page 11 giving to Authority ninety (90) days written notice of its intention to terminate. (c) Disposition of Assets, (i) Properties Held in Trust. The parties agree that all it vehicles, equipment, and property, real or personal, tangible or ~i ~} ~1 ~; intangible, are held by City in trust for the benefit of the '-1 ,', taxpayers of the District and that Authority has all rights and ~:~ 'I powers of enforcement with respect to such trust, (ii) Assets Paid For By Authority. Upon termination of this Agreement, City shall return to Authority, for the use and benefit of the taxpayers, all assets purchased solely with funds provided to City under this or any prlor agreement with the Authority, Authority will assume any obligation on such assets which was incurred in accordance with the terms of this Agreement. (iii) Assets Paid For By City. Any assets which were J purchased solely with funds other than those provided by Authority to Ci ty under this or any preceding contract, shall remain the property of City. (iv) Assets Paid For By Both City and Authority. In case i~ ! 3 of any asset purchased wi th funds of both the ci ty and the Authority, City and Authority shall determine the fair market value Fire Protection Services Agreement City of Clearwater! Page 12 of such asset and then shall prorate such fair market value according to the respective interest of each the Ci ty and the Authority. In the event City desires to retain said asset, City shall pay to Authority an amount equal to Authority's interest in ~ :~ ., .. J .'i ;; ~ ;r ~ J ,I said asse t . In the event that Authority desires to retain said asset, Authority shall pay to City an amount equal to City's interest in said asset, If neither the City nor the Authority desires to retain said asset, then the asset will be sold at public , ,. sale to the highest bidder and the net proceeds distributed according to the respective interest of each of the City and the Authority. (v) Intangible Assets. Upon termination of this Agreement, City shall also return to Authority all unexpended monies received, including monies in reserve or in any bank account, but not earned as compensation for services provided. The return of any assets and funds shall be executed!and completed upon the effective date of termination as specified in the termination notice. In connection with the return of assets and funds, City shall submit to Authority a list of all capital assets of the City along with a list of all accounts held in the City's name which are held in conjunction with this agreement. City is . .'... ... .. I . ". .. ...... .'. . .'.... .'. .' '. I . ',..... ; .:.' . '., . .... - .. ...." <f' t A ~ Fire Protection Services Agreement City of Clearwater/ Page 13 responsible for all prorated debts incurred in the performance of * ~ ~ .':<1 ,~ f! , ii the obligations of this contract. SECTION 11. CITY IS INDEPENDENT CONTRACTOR, During the term of this Agreement, and during the performance of any obligations hereunder, City shall be deemed to be an independent contractor in all respects and shall not be the agent, servant, officer, or employee of Authority, SECTION' 12. MODIFICATION. No modification or change in this Agreement shall be valid or binding upon the parties unless in writing and executed by the party or parties intended to be bound by it. SECTION'13. NOTICES AND ADDRESS OF RECORD, A. All notices required or made pursuant to this Agreement by City to the Authority shall be in writing and delivered by hand or by United States Postal Service Department, first class mail, postage pre-paid, return receipt requested, addressed to the I ~ following: . .... I.... " '.' " ".. f.. . ~ 't' " " .', . " t " " ..', . .' .... .' " , .: , ,! :,' J . .' ~ . I',' ,". ". ;' . . (j Fire Protection Services Agreement City of Clearwater! Page 14 Pinellas County Fire Protection Authority 12490 Ulmerton Road Largo, FL 34644 B, All notices required or made pursuant to this Agreement by Authority to City shall be in writing and delivered by hand or by United States Postal Service Department, first class mail, postage pre-paid, return receipt requested, addressed to the following: ,.' Fire Chief City of Clearwater 610 Franklin Street Clearwater, FL 34616 SECTION 14. NO WAIVER, The failure of the Authority to enforce at any time or for any period of time anyone or more of the provisions of the Agreement shall not be construed to be and shall not be a waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. SECTION 15. SEVERABILITY. Should any provision of the Agreement be determined by a Court to be unenforceable, such a determination shall not affect the validity or enforceability of any other section or part thereof. SECTION 16. GOVERNING LAW. This Agreement shall be interpreted under and its performance Fire Protection Services Agreement City of Clearwater/ Page 15 governed by the laws of the State of Florida. SECTION 17. SECTION HEADINGS. The headings and titles of each section of this Agreement are for convenience only and do not effect the substance or enforceability of any duties or obligations of either party hereto as described herein, IN WITNESS WHEREOF the parties hereto, by and through their authorized officers, have caused this Agreement to be executed on I this, the day of October, 1994. Fire Protection Services Agreement City of Clearwater/ Page 16 ;i ~ ~ " ATTEST: KARLEEN F. DeBLAKER, CLERK PINELLAS COUNTY FIRE PROTECTION AUTHORITY BY: BY: Chairman (SEAL) APPROVED AS TO FORM: BY: County Attorney Pinellas County Board of County Commissioners ATTEST: (SEAL) BY: Mayor, City-of Clearwater APPROVED AS TO FORM agtpcl.mjy BY: City Attorney, City of Clearwater Clearwater City Commission Agenda Cover Memorandum Item # 9 M~eting Dale: /O.Jj.qtj SUBJECT: ~~; ,. ~ , ~ .?- ), ~, ;}! ti ~~: ij fJ i.1 ~ ",';} I' il ~ ~ ':t; Procurement Process for Vehicles and/or Equipment ~ RECOMMENDATION/MOTION: Approve a change in the City's procurement process for purchasing city vehicles and/or equipment: authorize the Purchasing Officer to purchase equipment from various sources as long as the purchase price does not exceed the individual prices available on other governmental bids and does not exceed the total city commission approved budgeted amount for the replacement of said equipment, IS! and that the appropriate officials be authorized to execute same, BACKGROUND: In order to purchase equipment in a timely and cost-effective manner and in response to questions asked by the city commission at an earlier meeting (May 5, 1994), staff has prepared the attached report. Staff will be available to answer additional questions concerning the proposed procurement process. 'I l'J f, 'il ~ 'I, ~ .. } "" .a ~ f, " .; I ~ ~ ~ { Reviewed by: Legal Budget Purchasing Risk Mgmt. CIS ACM Other N/A ~ !tA 'DfL Costs: $ -o~ Total comnission Action: o Approved o Approved w/ cond it ions o Deni ed o Continued to: User Dcpt: $ -0- Current Fiscal Yr, various Funding Source: o Cap; tal Imp, o Opel-ating o Other Attachments: Proposed Procurement Process Report -_.~ '"." 1.~1 ......', '\, Advertised: Date: Paper: 181 Not Requi red Affected Parties o Notified 181 Not Requi red Appropriation Code: N/A o None Subnitted by: Cit .~o ~~ Printed on recycled paper .. . - , '....:'..: ..::,.........:.' -:.'. .."...,,'. :..#.::..:.::..........,::. :<':.',:.', .... '. >',': .......~.,:,.. :.....';. .'.:~.. CITY OF CLEARWATER Interoffice Correspondence Sheet jl Ii , TO: FROM: Elizabeth M. Deptula, City Manager .14jdJ William 0, Baird, General Services Director COPIES: George McKibben, Purchasing Manager SUBJECT: ProposedProcnrement Process I'm' Vehicles und/or Equiplnellt DATE: October 6, 1994 Intl'oduction Purchasing and General Services' staff are recommending that the City Commission amend the City's purchasing procedures to allow the procurement of vehicles and/or equipment in a timely and cost-effective manner. Staff recommends that the City Commission authorize the Purchasing Manager to procure vehicles and/or equipment from various sources as long as the purchase price does not exceed the individual price available from other governmental bids and the total replacement cost does not exceed the City Commission's total approved budgeted amount for the purchase and/or replacement of said equipment. I. Recomnlended PI'ocedurc :; 1 ~ ~ ~ U 'I " :ii a ~ ,,~ Replacing vehicles and/or equipment in a timely manner has become difficult and in some cases impossible under current City Commission/City Manager guidelines. Current purchasing procedures have several stipulations: there must be more than one bid, State contract pricing cannot be accepted without an accompanying bid, and the agenda process requires approximately 24 days lead time, In the past two years, staff has missed many State contract pricing and/or the manufacturers' build dates because of these guidelines. Historically, the published State contract date is in mid-January, and many of the manufacturers' and State contract cut-off dates are within a matter of days (or weeks) after the State contract's published date, The City is then faced with higher prices than the budgeted replacement costs or the inability to locate the requested vehicle or equipment. By extending the life of the older vehicles/equipment that were scheduled for replacement, General Services then encounters increased maintenance and operating costs, ~ ~ # .~ ~ ,j .2 ~ ., 4 ~ '1 I : 1 , ~ :',' ...' ..' . I . . ",..., f ," , .' , ' . ',.' ..., ,',',",~ .' . ". ' " ~ ".. . S j , , 'J . . ~ ,''1' .' .:,'. ," ~'#".. . ..... ,~; '. ~ . " .,,, ; ., ., .. ". f: \ ~.j '.' " e. :- ~~ '/ ~ :'~ ) '.~ ~, ~' i \ .. ~ . j ~ Staff proposes and recommends the following procedure: General Services submits a complete list of recommended replacement and new vehicle/equipment requirements to the City Manager for inclusion in the recommended budget. The City Commission reviews the recommended listing of equipment and either approves/disapproves as appropriate, The approval of the list and budget should provide staff the authority to purchase the vehicles ancl/or equipment without additional approval action subject to the guidelines listed below, a, Equipment purchases would not exceed the total City Commission approved budget amount and individual units would not exceed prices available on another governmental bid (e,g" State, GSA, etc,). b. Local vendor bidding should be accomplished when possible, c, Other governmental contracts will be considered as an option, d, Equipment not covered under other governmental contracts may be procured from the vendor offering the lowest, most responsive price, however, the City Manager 111\lst approve these purchases on an individual basis. e. If 11nal price exceeds that of another governmental bid, City Commission approval will be required, f, The Purchasing Manager in some instances can secure the best prices by using Letters of Intent. These Letters of Intent can be used to noti fy vendors of projected purchases pending final approval of the City Commission's budget. Purchasing officials can use these Letters to notify vendors of their preliminary estimates on the number of equipment units that will be needed, The Letter of Intent can be written by the Purchasing Manager as a non-binding obligation pending final approval of the City's budget. A procurement report will be forwarded to the City Manager for each purchase, Bid and other governmental prices will be identified along with a copy of the purchase order identifying the vendor receiving the contract. Vehicle/equipnlcnt purchases will not exceed the total City COlnnlission approved budget alllOunt and individual units will not exceed State contract prices. Also, Purchasing personnel would have time to obtain any special manufacturers incentive pricing which may be less than State contract pricing, II. Pl'oblcIllS with the l'UITt'llt Procurement Process State conlracl prici ng ror veh iclcs and/or equipment generally becomes official in mid- Novl~mber or each Yl'ar. Due to bid protests and resolutions of specification problems, 2 ",' ....:... ~"t.,.',J .,/......,."..l 'f' _:',/'. : .' '# ;.. ,,:, .., . ': . ,'".. :.' ...,;:...~. .:' ,." ',. . .-: . I 'iI::" '. the official publication of the State contract pricing is delayed until mid-January, Once State contract pricing is published, many vendors choose not to bid against the State contract price, Each piece of equipment listed on the State contract pricing includes dates of availability (see Attachment A). When Purchasing has to re-bid a vehicle or piece of equipment in order to obtain morc than one bid, State contract prices may have expired, The time window when Purchasing receives State contract pricing information and the State contract availability expiration datc is shorter than the time frame necessary for City staff to prepare and process an agenda item for City Commission approval in somc instances, . .,\ Circumstances that require delayed or re-bidding situations present another problem-- manufacturers' build (cut-off) elates for particular types of equipment expire. These cut-off dates are for specialized vehicles (e.g., Police vehicles, etc.) or for cerl<'1in engine sizes of which the manufacturers can sell a limited number due to CAFE rules (federal restrictions on manufacturing certain types of engines due to fuel consumption). This situation had an impact on the City's ability to purchase trllcks and vans this year, :/; III. Illustration The current purchasing process used in re-bielding an item has caused a tremendolls amount of hours to be expended, and in many cases, the process has to be replicated because staff was unsuccessful in getting satisfactory bids or meeting manufacturer cut- off dates. As of this elate, staff has not been able to purchase 8 vehicles on the City's 1993/94 replacement list. , , ~~ " A, Increase in Purchase Price--two 4 x 2 utility-type vehicles from January 1993 until the vehicles were purchased in May 5, 1994: ;t J ~~i , >, ;! ~ ~ ~ fi ;~ J ~ ;'; In February 1993, General Services submitted an agenda item for the March 10, 1993, City Commission meeting to purchase two 4 x 2 utility-type vehicles, The agenda item was submitted based upon State contract price only, The cost for these vehicles was $13,671 each or a total of $27,342. The agenda item for these vehicles was rejected until staff could obtain more than one bid, \:. 'r: t ~! On May 20, 1993, Purchasing received 5 bid responses, and the low bid for the vehicles was now $18,474.58 each or a total price of $36,949,16 because State contract pricing on these vehicles was no longer available, General Services did not recommend awarding this bid because the price exceeded the vehicle's replacement budget. Bids were again solicited on September 2, 1993, and Purchasing received two bids from Chevrolet dealerships (Ford vendors could not participate because of 3 '#"~ ....,1 ~'..,'. : '':' ,'. .' '.' ",'. .,:1 t. .' '.. :,'.. ....... f' ';..: . "" " ~~'" '. . ..... ...' ., . 'I' their manufacturer cut-off clate), The Chevrolet bids could not be considered because an agenda item could not be processed prior to Chevrolet's September 26, 1993, cut-ofr date, :; ., 'J , ii Bids were again solicited on December 13, 1993, and no bids were received. Staff believes that this was due to the availability of State contract pricing in January 1994 and most dealers not wanting to compete with State contract pncmg, , 'V c' .... In January 1994 (mid to latter part of the month), State contract prices were made available, The Jeep product was not available after February 15, 1994; it was impossible to process an agenda item within this time frame or to secure additional bids from the various vendors. ')~: ., t~. ;~ ~.; it Bids were again solicited and received on March 16, 1994, G!\1C/Chevrolet dealers did not bid because the model year change was in process, One birl was received from a Ford dealer at $19,944 per vehicle or for a total of $39,888. .' :~ The difference between the purchase price ($39,888) and the original State contract price ($27,342) is $12,546. .\ " ~. l ;1, ~ " :. c<; R , j~~ 'r. ~'. J' .,' i-~ ~ ''i: .J ~; "0;: To further illustrate the increase in costs from January to May 1994, the difference between the State contract price in January (that the 4 x 2 utility vehicles could have been obtained for) and the awarded price in May was $3,211.48 per unit; as another example--the State contract pricing for two additional 4 x 4 utility-type vehicles \vas $18,043; the actual awarded purchase price was $21,749; this is a difference of $3,706 each, By complying with current PUI'chasing and agenda procedures, the actual purchase price increased $13,834.96 dm'ing this S-mollth period. .,' " B, Maintenance Costs--it is not possible to itemize the total maintenance cost incurred for these four vehicles eluring the replacement process--January 1993 through May 1994, Some of the maintenance costs include: ~ " ~ ~.: ,. ""r l~ I'J '. ~~ one truck blew an engine in late 1992 and the operator had to use a hold- over Fleet Maintenance vehicle; ~~ 'l; r~ ;". '.\' i ." , ,~ , .' ~ , another truck had nominal lIsage this year--2,200 miles due to a bad engine and transmission; the maintenance costs for parts and labor for the 2,200 mi1es--$852; the using department borrowed different vehicles in order to get their work done; ,'; ., \. i 4 i \ \ ~ I '1 J a Jeep that was not replaced in 1993 is still operational but involved the following maintenance costs: $3,417--parts and labor cost for 1993; $3,609--parts and labor for 1994; ~ ! a substitute vehicle (Dodge sedan) was used in place of the fourth utility vehicle and driven only 4,000 miles this year; the maintenance cost for labor and parts amounted to $1,399; the lower mileage is attributed to the fact that the sedan could not be used in off-road situations as the 4 x 4 utility vehicle. IV. Summary The Purchasing Manager and the General Services Director recommend a purchasing process that will allow the City to procure replacement/additional vehicles and/or equipment in the most cost-effective and time-efficient manner. Attachment B is a memorandum from George McKibben for which Option I is recommended, The proposed changes were reviewed by Purchasing Manager George McKibben, Internal Audit Director Dan Katsiyiannis, and Assistant City Attorney Miles Lance. Mr. Lance recommended that Purchasing personnel use extreme care not to violate Code Sections 2,541-2.564, The Purchasing Manager stated that he would use extreme care to comply with all Purchasing code sections, WOB:pat Attachments 5 ....... ': .~.;' ' , . . ,'. . ~. .,......-. ~'.'. .. . ".' ., I":'. .'~,?,.., 'I: '1" .. .,' \,. f r J. \>'. :'.,.' ". ,: >. ;. ~ " }; ,~ '~ :~ < :J h " ~.~ :~ ., ~; \i Definitions State Contract Pdce--the State of Florida secures binding price quotations from manufacturers. The State contract is basically the combined purchasing power of the State, all county agencies, all constitutional offices (Sheriffs, Tax Collectors, etc,), and all municipal governmental agencies. Th~se agencies regularly use the State contract for their purchasing--items range from office supplies to vehicles to gun ammunition to thousands of other commonly-used products. .' ., ii' :'~ !~ J :f: i: :.~ .~; Vehicles under State contract pricing have an order availability date for which the price is honored. All dealers, including local vendors, have the opportunity to bid for State contract. The City staff saves time because the specifications have been delineated by the State (see Attachment B). ,~ ' ., GSA Contract Price--General Services Administration, a federal agency, combines requirements of all agencies of the federal government for bidding power. Available vehicles and equipment reflect pricing for all federal government agencies. ~' :; , i , .~ Manufacturers' Build (Cut-off) Dates--various manufacturers produce particular types of vehicles for only specified periods of time during the year. The manufacturers build (cut-off) dates do not correlate with State contract dates, governmental budgeting fiscal year dates, etc. For example, Ford Motor Company generally produces Police vehicles twice a year--in the Spring and then late in the Summer. Certain types of products are only manufactured in certain quantities and sold during particular times of the year. An example of this would be the trucks that were ordered this year and were not available after April--these vehicles may still be purchased at local dealers but not at a discounted cost. Dealer Incentive Vehicles--local dealers can compete with State contract pricing by participating in certain types of manufacturer incentive programs--special incentive arrangements between the manufacturer and the dealers would allow them to be more competitive should local dealers choose to participate, " 1 Letters of Intent--these letters are customarily used to notify dealers of projected purchases pending final approval of the governmental body's budget. Purchasing agencies use these letters to ensure that dealers have allocated supplies to meet their needs. CAFE Rules--federal mileage standards for manufacturer's entire production. 6 ATTACHMENT nAil PRODUCTION CUT-OFF DATE/SAMPLE OF STATE CONTRACT , . nqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqq I (-- Prev More --) Command> Next Page=NEXT Prev Page=PREV Backup=PF3 070-L\l\1l-210 (36A-Lj) "'lAKE JEEP CHEROKEE Lj-DR 4X4 CONTRACTOR DISCOUNT* l"IODELH PRICE District CARUSO CHRYSLER PLY $16,925.00(A) $50,00 XJJL74 District CARUSO CHRYSLER PLY $16,890,00(8) $15,00 XJJL74 District CARUSO CHRYSLER PLY $16,910.00(C) $35.00 XJJL74 $55.00 VEHICLE IS 02/15/9il, Command> Next Page=NEXT Prey Page=PREV Backup=PF3 *Discount per unit for vehicle picked up by ordering agency at contractor's place of business. Approximate delivery time required after receipt of order: 90-120 DAYS qqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqq (-- Prey More --) Command) !,-Iex t Page=NEXT Prey Page=PREV Backup=PF3 f"1 A K E J E E P C HER 0 K E E 4 - 0 R Ll X 4 070 - 4 4 4 - 2 1 1 - 0 p t ion, Uti 1 i t. Y ',/ ell i c 1 e lEe 0 no III Y. '\ Door. l\ x q , '; .. . '.:..:. :" "':"".";. ~~....:..... ': '."",,'-:"..<,..':", ..... ~~.:.:.........,:,::.. :".:",' :.."..':, ..,.,:,':, ".' '. .',>.' ':"', .'. .'+ ...i;" ., ,,..........' ~ .:~ f-I } PURSUIT VEHICLE, LARGE, 4-DR SEDAN (RWD) CHE',)I::':OLET CAP~: I CE, FO~:D CF:Ol'JH V I CTDI::': I f'\ OR APPROVED EQUIVALENT NOTE: This detailed specification is not complete unless it is used in conjunction with Specification Number GRLV-l, GENERAL REQUIREMENTS ALL LIGHT VEHICLES, dated 8/26/93. I r-.HENDED lylEI-'1 I CLE USE THIS IS STRICTLY A PURSUIT VEHICLE AND SHOULD BE USED ONLY BY LAW ENFORCEt"IENT POS 1 T IONS FOF, TH I f5 F'UF,F'OSE. STD TOWING CAPACITY: :2000 L.88. 10. ENGINE: A. Gasoline engine, VB, mlnimum 4.3L (265 erO) and 200 Net HP. The q q q q q q q q CJ cl q q q q Cl C:lf q q cl q q q Cl q q C-1 cl Cl q Cl C.l q cD Cl Col q cl c::J C} q qqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqq q More --I VTX Comland> Next Page=NEXT Prey Page=PREV BacKup=PF3 Alt-l FOR HELPJ ANSI 3 FOX 3 9600 H81 3 LOG CLOSED 3 PRINT ON 3 O"-LI"E following engines, or approved Equivalents are acceptable: Ford: 4.,~L (281 CIO), 210 tlet HPqEFI) Gl'l: 4.3L (265 CIOI, 200 tlet HPqEFI) .Estimated net HP rating B. Engine oil cooler. Factory installed. C. Minimum 130 aQP alternator. D. Minimum 770 CCA @ 0 degrees F. heavy-duty battery. E. Silicone radiator and heater hoses, including water pu~p-by-pass hose. 20. TRANSMISSION: Auto~dtic overdrive transmission with low gear bloc~out (if available) and transmission oil caoler. Cooler shall be factory installed. 30. AXLES: SEE SPECIFICATIOH GRlY-l, SECTION 30. 40. PERFORMANCE ITEMS: QqqQqqqQqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqq (-- Pre v More --) VTX Comma od) Page:PREV Backup=PF3 H. Voltmeter, oil pressure and coolant te~perature gauges. Factory installed. B. Power steering designed for pursuit workj power steering fluid cooler. Cooler shall ~e factory installed. tlext Page=NEXT Prey . '.."~ '.:'.:. .< ':...:.:..' :. ..,~,"....:;.:.,'.:.' "..:,.... ~..,...:.,'....:.....i;,... ...;'. ,'::, .. '<~. :". ..... :.......' ..:.. ..'.'.. "...,'.':. . '.:.",.:.:'>. '....>....::: , .' !. , ", :.,.f.: ,> . I . . " . ' "'" ~. ~I .. , .. . : ,': > ' '.: . .. l '. . ' :- . ..... f\" . ~ . . " '. . , . ( ...;. D. Dome 1 ight lnd trlJn~ t ~ght. ?lJr:.ull ~u:~en~lun :.'/Sl2JI (spnngs, :.lruls, isnd :.tablluer oars: and all other ~Jnutacturer's itandard police paclage eq~ipilient that ~ay not be so specified herein. Certified speedometer. 5EE SPECIFICATION PV-l. ~ - . F. 50. COMFORT ITEMS: A. Air conditioning, factorj lnslalled. B. Heavy-duty, buckel seals ~ith cloth IJpholstery. Ho dark interiors. C. Hap light, header ~ounted, n. Rain shields on ill four doors, Auto Ventshide Co 1-800-241-7219 E. Tilt steering wheel. F. Disconnect dome light switch on drivers door. May be performed by dealer or ~anufacturer. G. D~cklid release, re~ote, qqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqq (-- Prev Hore --I VB Couand) Next Page=HEXT Prev Page=PREV Backup=PF3 60. SAFETY ITEMS: ~ .~ ! 70. ~ ~ , ~; r 'i A. Inter~ittent electric Hindshield wipers; windshield washer(sl. B. Outside mirrors, LH and RH, re~ote control; inside rearview mirror. C. Dual system power brakes; heavy-duty front disc brakes, and heavy- duty rear drum or disc brakes, Fade resistant linings designed for pursuit work, SEE SPECIFICATION PV-l for brake test. TIRES & WHEELS: Five (5) P225/70HR1S or larger radial SSW tires, heavy-duty mini~um 6.S' ri~s. Tires to be police special, high per10rmance type. Goodyear Eagle GT Speed Sy~bol H or approved equivalent. Full size spare required. State tires and wheels bid. MANUFACTURER GOODYEAR SIZE P-225/70HR15 80. CHASSIS, FRAME, CAB: . A. Mini~us 114.0' wheelbase. B. Heavy-duty rubber floor ~ats, front and rear. C. Front license plate bracket. qqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqq (-- Prev Hore --) VTX Couand> Next Page=NEXT Prev Page=PREV Backup=PF3 90, COHD IT I OtiS: A. If the certi1ied speedo~eter is not correct, any expense incurred to correct it shall be borne by the successful bidder or the lIlanu1acturer. B. Factory authorized service and parts must be a,ailable state-wide, including most small municipalities. C. Manufacturer's Extended Vehicle Warranty (beyond Manufacturer's Standard Vehicle Warranty). Warranty shall be for a period of & years or 100,000 ~iles whichever occurs first. SEE SPECIFICATION EVW 6/100. D. The vehicle shall be compatible and free of any type of interference for any com~unication or electronic equipment installed by the Stale or political subdivisions. Any expense incurred to correct a co~patibility or interf~rence problem 5hall be borne by the successful bidder or the ~anufacturer. Bidders ~ust provide the 101lowing infor~ation about the vehicle bid, ~hether or not it is a representative ~odel listed in the heading of the specification. BIDS /lOT PROVIDItlG TIllS ItlFORI1ATIOtl WILL BE REJECTED. n~~'r~~"~~~-'~~'~"1"~~"~~n~~~~~~~~n"~n~~~~""~".'~~~~"nn""~~~~nnn~n~~~n'~~'n~~~~n , 'it X C';~llClnd> Page=PREV aackup=?F3 List all ~anuiacturer's ordering code~ requlreo to est=bl~:h ~ Slate oi 'Florida Contract "Base" Vehicle. Next P~ge=~EXT Frev ~ FRED DAVIS CHEVROLET ~ :l 1BL19 AU3 .( , t ~ J BLAB R914 l ~. ~ I 199 6/100,000 WARRANTY 1 l ~ HXO RAIN VENTS J ;~ f,. 'j'. .. 9C1 DISCONNECT DOME LIGHT iJ ~ '{ ~ AS7 FE9 ~ ~ ,I: DG7 DC4 i 'f! ;~ f~ bA3 ~~ I . qqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqq <-- Prey More --) VTX COlUand> Next Page=NEXT Prey Page=PREV BacKup=PF3 070-100-400 (2111 MAKE CHEVROLET CAPRICE CONTRACTOR DISCOUHH HODEU PRICE i1 Western District FRED DAVIS CHEVY 0 1 B1l9 H3,94LOOIAI Northern District FRED DAVIS CHEVY 0 lBU9 $13,B79.00(81 Central District FRED DAVIS CHEVY 0 1 B1l9 $13,B99.00(CI Southern District FRED DAVIS CHEVY 0 IBL19 H3,924,OOIDI THE PRODUCTION CUTOFF DATE FOR THIS VEHICLE IS 03/04/94, ANY PURCHASE AFTER THIS DATE IS ON A WIll TRY BASIS. (REV 2 FEB 941 , ! .Oiscount per unil for vehicle picked up by ordering agency at contractor's place of business, qqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqq (-- Prey Hare --) .. VTX Couand) Approximate delivery time required after receipt of order: 60-90 DAYS Next Page=NEXT Prey Page=PREV Bac~up=PF3 , f:. , ~ l ", "" : .'.., . . '. ~ t ,", ,,~,'.,... \ . ',;. . ", . f . '.,," , " ,'" :,' : ,. . r ... , " ' , .. , . ~. ~ '. .' ~ . '. ':'" qqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqQqqqq (-- Prey Hare --I 'JTX Couand> "ext Page="EXT Prey Page=PREV Backup=PF3 MAKE CHEVROLET C~PRICE OPTION: 070-100-401 - Option, Pursuit Vehicle, Spec, 2A OPTlmts: ., .~ ~ 'I ~ , (1 ) 1001. Gasoline engine, VB, minimum 5.7L (3:,0) and 260 Net BP. The Following engine, or approved equivalent, is acceptable: GH: S,7L (350 CIO), 260 /let HPt(EFI) 1- ~ \ :1 ~; i! *Estimated net HP rating ORDER CODE LIlIooa PRICE $389.00 (2) 1004. Manual or electric solenoid aStep - up' throttle, To be dash ,nounted. Must be adjustable and increase engine speed approximately 500 RPH above Harm idle. HSU $75.00 qqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqq <-- Prey More --> Page=PREV Backup=PF3 ORDER CODE ESU PRICE YTX CO{D{land} H 80 , 00 Next Page=NEXT Prey (3 ) 1005. Engine alari syste~ (light and audible alarm) activated by low engine pressure and high engine coolant te~perature, Stewart - Warner Part H. 336TJ or approved equivalent. State Manufacturer and model no bid. '1 .. . ORDER CODE S. W. 336, T J PRICE S75.00 (41 1006. Radio noise suppressor package. Bid any factory available electric noise suppressor paclage which will minimize noise in two way police radios. ORDER CODE STD PRICE N/C (5) 2001. Low gear block out deletion on automatic lranslission, ORDER CODE LGBD PRICE NlC (6) 2004, BO trailer tOHing equip~ent for towing trailers up to 5000 Ibs. fully loaded. To include heavy-duty Class III hitch qqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqq (-- Prey More --I VB COQliand> Page=PREV Backup=PF3 recelVer, (Drawtite, Reese, Valley or approved equivalent) installed, with adapter, pin, clip and 2" diameter ball. Next Page=HEXT Prey ORDER CODE DTE PRICE $190,00 (/lOTE TO USER: THE BO CLASS III III TCH HAS H DEAD ~E I GHT CAPACITY OF 5000 LBS. BORIZONTAL PULL AND 500 LBS. VERTICAL TONGUE WEIGHT. HOWEVER, A WEIGBT-DISTRIBUTIN6 HITCH IS REQUIRED TO TOW ABOVE 2000 LBS. WITH 200 LBS. TONGUE WEIGHT) ..", ~, '#l...., : ,i ,: " : '.._.,' ~ 1. i " '..,' .' .'.. ", . 1 l' . ~ . . l, . , " .' . , r' '. ' .. '. ... ' : . , . ; ~.< . . .' ,', ~. _.. .,... ..::.1 :......1 4; ".J _ ..' '1 ........ I -: II .. .. J.. _' ....... . .. . _ . ORDER CODE GiN P~ICE 101). ,)0 IB) 4001. Air ddjustable rear shocr. absorbers, factory installed If avail~ble. Shocks to be Gabriel, Monroe, "APA or approved equivalent. No loose or hanging hoses, State Janufacturer and ~odel nUwber bid. ! t, l I , ,I j 1 'i \, ~ MAllUF AC TURER i101IROE MODEL 110. SU651 qQQqqQqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqq ':-.. Prev More --) ~age=PREV Backup=PF3 ORDER CODE AIR SHOCKS PHICE IJT X COM and ) Sll0.00 Next Page=NEXT Prev 191 4002. Additional dOile light, header illounted between sunvlsors, Peterson Model PM 390 or approved equivalent, Must include an in-line fuse or circuit brea~er. ORDER CODE DOL PRICE 520.00 ~ (10) 5005. All vinyl upholstery on seats. Factory installed. " ~ 6 ~ ORDER CODE V.S, PRICE II/C . ~ III ) 5011. Power Hindows and door locks, Factory installed. ORDER CODE AAl PRICE 5270.00 (12) 5013. Delete rain shields fro~ all four doors. ORDER CODE DRS PRICEICredit) ($20,00) (13) 5014. Full carpeting in lieu of HD rubber floor covering specified qqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqq" (-- Prev More --) VlX CGiUand) Next Page=NEXT Prey Page=PREV Backup=PF3 In section 80. B. ORDER CODE F,C. PRICE (S8.00) (14) 5015. All vinyl upholstery on rear seat, only. Factory installed. tr ORDER CODE VRS PRICE /lIe (15) 5016 POHer driver's seat, 6-way. ORDER CODE 1161 PRICE $305,00 (16) 6001. Anti-lock braking system. Factory installed. ORDER CODE STD PRICE NIC (17) 7001. White sidewall tires, P225/70HR15 or larger radials, in lieu ot black sidewall tires specified in section 70. Tires to be police special, high performance type. ORDER CODE OOR PRICE ~110.00 qqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqq <-- Prev More --) '/TX eouand> Next Page=NEXT Prey Page=PREV Backup=PF3 (18) 3001. Special state color only, factory painted. Jade Green Netallic IDuPont Centari Y.9027A). SEE SPECiFICATION GRLV-l, . ,. ORDER LuDE liAS fRICE tliC (19) 8002. THO tone color, special state colors only, iactary palnted. WoodslIloke Gray Enaillel (DuPont Centari r,9029A) dnd Blad {DuPont Centari 99A)j Creme (DuPont Centari (K9034A) and Black{DuPont Centari 99A). SEE SPECIFICATION GRLV-I, NOTE 1, 1 t ~i .< ~ , ., ~ ...:; ~ .~ ~ ( 20 ) 8003. ii ~ ~. (WOodsffioke Gray/Blue) ORDER CODE AAT PRICE 5130.00 (Cr2me/Black) ORDER CODE HAT PRICE ~130.00 Special colors other than ~anufacturer's and those listed 1n option 8001. ~ ORDER CODE HAS PRICE H/C ~ ~ .~~ f qqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqq ;:1. (-- Pre" l10re -~) 'J.~ ';' o Page=PREV BacKup=PF3 ,',; 6002. ';. ., .f.' 'f (21) 8004. VTX COIUI1\and} Special tHo-tone colors other than those listed in option Next Page=NEXT Prev ORDER CODE AliT PRICE $130.00 ( 22 ) 8006. Vinyl insert body side Dolding. Factory installed. '. ORDER CODE STD PRICE N/C 'I ~ (23) 8007, Safety bUllper guards, front only. .Sentina 12- ftodel (Phone 1-800-426-2627) or approved equivalent. ORDER CODE SBG PRICE $75.00 (24) 8010. E~terior decor paciage, state exa~t components bid. I .1 ! COI1PONEtlTS BID PINSTRIPE DOOR EDGE GUARDS ORDER CODE EDP PRICE 553,00 qqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqq 1. (-- Prey More --I \ j ~ ~ Page=PREV Backup=PF3 (25) 8011. Vehicles keyed alike. fleet to have identical key(sl, VB Couand) All vehicles within a designated Next Page=NEXT Prev ORDER CODE 6E2 PRICE $20.00 .~ (26) 9901. Spotlight installed, approxilllately 6" in dialleter, l10unted ~ ~ on LH side. Must include an in-line fuse or circuit breaker. ~ !;l ORDER CODE DS-7X8 PRICE 590.00 , (27) 9902, VAS CAR installation. SEE SPECIFICATION PV-I. 4 :i ORDER CODE VAS PRICE 565,00 (28) 9903. Dealer installation of decals (decals to be provided by pur~hasing agency). ORDER CODE OED PRICE IlIC (29) 9906, Interior emergency ~arning lights. Installation instructions to be provided by the Florida Highway Patrol. SEE ..'1 .:1 .--~rcl ..ur~ -- 'J r ( (0iUisOdi ~ext fage~"E]T Pr2V Page=PRtV Bisc~up=rF3 3PECIFICATION PV-l. ORDER CODE IEC PRICE ~215.0l) (30) 9913. Vehicle anti-theft syste~. Tremco Police Anti Theft Systems, TreR Products Company (617) 275-7692 or approved equivalent, State Danufacturer and ~odel no, bid. MA~UFACTURER TREMCO MODEL tW. 303 ORDER CODE ATS PRICE $68,1)1) (31) 9915. Rustproofing in compliance with specification SDRP-3 and ARPH-l. l ! \l ;~ i i~ .~ GRDER CODE RUST PRICE $ 50,00 .it. ,of. I, ~ if ~ (32) 9918. Roof mounted visual warning bar system PVWL-3 (FHP). Installation instructions to be provided by the Florida Highway Patrol. SEE SPECIFICATION PVWL-3 IFHP). . qqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqq (-- Prey Hare --) Page=PREV Backup=PF3 ORDER CODE PVWL-3 PRICE VTX Couand) 51 ,1)60 .00 Next Page=NEIT Prev (33) 9920. Delete Manufacturers Exlended Vehicle Warranty shown in section 90.C. ORDER CODE DEW PRICE( Credi t} $1,460,00 (34) 9921. Alternating la~p flashers. SEE SPECIFICATION PV-l. .~ ,; ~t :i e ,., j 1, ,; ORDER CODE AlF PRICE no,oo (35) 9922. Florida Highway Patrol(HARKEDI Pursuit Package. Includes these contract options: 1006, radio noise suppression package; 6001, anti-lOCK brake system; 8002, two-tone colors-Creme and Blac~; 8007, safety bu~per guards; 9901, spotlight; 9902, VASCAR; 9903, decals installedj 9906, interior e~ergency warning lights; 9913-antilhefl syste!; 9921- alternating l~mp flashers. ORDER CODE FHP HARKED PRICE $673.00 qqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqq (-- Prev More --) ;~ VB COilllland) Next Page=NEIT Prey Page=PREV Backup=PF3 (36) 9923. Florida Highway Patrol (UNMARKED) Pursuil Package. Includes these contract options: 1006,radio noise suppression package; 5014, carpetingjb001, anti-lock brake system; 9913, anti-theft systemj 9912, alternating lamp flashers. 'I ~ ORDER CODE FHP UNMARKED PRICE $90,00 (37) 9924. Game and Fresh Water Fish Comlission Pursuit Package. Includes these contract options: 1006, radio noise suppression package; 3002, limited slip rear axle; 8001, special statE! color - Jade Green Metallic; 9901, spotlight. ORDER CODE FGC PRICE l170.00 . !. .'. . ,.' t"", .', " ", "(" ': '..' "'. '. . I .. ' '." . -' " :.,' . . , .' . , , " " .. ',' ... ... ..~ 'i:t CQntriCt options: 1006, radlO nOlse suppreSSlon pactage; 2(,01, low gear bloc~(jut deletIOn; 3')02 limited sllp redr axl~; 4001, ilr shoc~s; 5015, 1lnyl uphoist~ry on rear seat; 9901, spotllght. j ; ~ qqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqQqQqqqqqqqqqqqqqQqqqqqqqqqqqqqqq 1 (-- Prev Hore --I ~ Page=PREV Bac~up=PF3 11 .01 'i ii ~ $. ~ '10 ORDER CODE DOT PRICE VB Couand) S280,OO Next Page=NEXT Prey (39) 9926. Florida Marine Patrol Pursuit Package. Includes these contract options; 1006, radio noise suppression package; 2004, HD trailer tow equipment; 3002, li~ited slip; 4001, air shOCKS; 5015, vinyl upholstery on rear seat; 6001, anti-lod brake system; 8002, lwo-tone color - Woods.noke Gray, blad; 9901, spotlight; 9915, rust proofingj 9928, roof ilounted 'Iisual warning Syst211l. \ " :i r. ~ ,;: 'j; .,1 ~3 -1' ~ ORDER CODE FMP PRICE $1,168.00 (40) 9927. Roof Blounted '1isualwarning system PYWL-4(FHP). Installatlon instructions to be provided by the Florida Highway Patrol. SEE SPEC PVWL-4 iFHP\, ORDER CODE PVWL-4 PRICE H,220.00 \. " (41) 9928. Roof illounted visual warning systelll PVWL-5(FHP\. installation instructions to be provided by the Florida Marine Patrol, SEE SPEC PVWL-5(FNP) qqqqqqqqqqqqqqqqqqqqqqQqqqqqqqqqqqqqqqqqqqqqqqqqqqQqqqqqqqqqqqqqQqqqqqqqqqqqqqqq (-- Prey Hore --) VB Couand) Next Page=NEXT Prev Page=PREV Backup=PF3 ORDER CODE PVWL-5 PRICE $518.00 ;4 .,,;: ~ .'t ~ l 'it l~ o:.j' ;a ~ ~ .. " :1i qqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqqq (-- Prey Backup=PF3 . VTX CO~land) Next Page=NEXT Prev There is no next page. VTX Co~~and) Next Page=NEXT Prey Page=PREV ~o Help Available. VTX ComQand> Next Page=NEXT Prey Page=PREV Backup=PF3 b Page=PREV Backup=PF3 PRICE SHEETS 1 INDEX BY COMMODITY NUMBER 2 070-100-205, INVESTIGATlIJE, HID-SIZE, 2 DR. "\ 1!';'I'l-I')).~-:,'\ ~IIO'~"lT I ~PI~'=' ''In "pr I [Ir) ATTACHMENT "BII f~ECElVEIJ AUG 4 iJ~d .! ;~ ~ ,. ~ '~ ;~ Cl ,. .r. -~, e C I T Y 0 F C LEA R W ATE R Interdepartmental Correspondence Sheet FROM: Betty Deptula, City Manager ~ \ \1'. George MCKibbem~JPurchasing Manager Jeffrey Harperl Director of Administrative Services TO: COPIES: SUBJECT: Replacement Vehicle/Equipment Procurement DATE: August 3, 1994 Replacing vehicles and equipment in a timely manner has become difficult and in some cases impossible under current City Commission/City Manager guidelines, As Purchasing Manager I recommend adoption of one of the following options: OPTION I, General Services will submi t a complete list of recommended replacement and new vehicle/equipment requirements to the City Manager for inclusion in the final recommended budget, The City Commission should review the recommended list in the budget review processl and approve/disapprove as appropriate. Mid-year requirements will be identified and approved concurrently with the quarterly budget amendments, Approval of the list and budget should provide authority to purchase the vehicles without additional approval actionl subject to the guidelines below: Recommended Guidelines - Price should not exceed the price available on another governmental bid (Statel GSA1 etc.). - Local vendor bidding should be accomplished when possible. Other governmental contracts will be considered as an option. - Vehicles not covered under other governmental contracts may be ,procured from the vendor offering the lowest, most responsive price I however I the City Manager must approve the purchase. - If final price exceeds that of another governmental bidl City Commission approval will be required. A memorandum report will be forwarded to the City Manager for each procurement (purchase order) . Bid and other governmental prices will be identified along with a copy of the purchase order identifying the vendor receiving the purchase order contract, . .,."'. : ",'YO, '..:......:.... .' '::": .....,. ....,.,.... .,':.<. ..' ....'......... ..,' .~....',..:... . .. "~': J ::.".. .:. ." . , '. ~ i .; J ~ ,1 :i ~. .. ~.f, ~ ~ t if ~ '\; ~ OPTION I I , Same as Opt ion I above except approval of the budget and replacement/new requirements list by the City Commission will authorize the City Manager to approve purchase without further action of the Commission. OPTION III, The City Commission will approve procurement in the budget process and authorize purchase without bidding when another governmental contract is utilized, Further Commission approval is not required. OPTION IV, Same as Option I I I above, however, approval of the City Manager is required, OPTION V, Same as Option III above, however, approval of the City Commission is required, ~r" .... . . .' AGENDA DATE-il) - ~31 911 ITEM # -f ~d/0 . : :". .....;.:.:,:t./~..:'.'....., .:'.~ f': )',..1, ; ..~.t:...' ..~','< .~:..~f"""4"""""':. 'l"":. .'".., .1"I'.~.I...;" ~:"' "If' "\ ""~~..'. w., ~/:".'" . ,':.....f.:,~'....'.,. .:"~ :": Clearwater City Commission Agenda Cover Memorandum 10 Item # Meeting Date: ____ 16.31-11- SUBJECT: Annual contract for purchase of brass water fittings, RECOMMENDA TION/MOTION: Award a one-year contract for the period from 12/5/94 to 12/4/95 for the purchase of miscellaneous brass water fittings at a total estimated cost of $77,462,75 from Southeastern Municipal Supply of Tampa, Florida, which is the lowest, most responsive and responsible bid submitted in accordance with the specifications, ~ and that the appropriate officials be authorized to execute same. BACKGROUND: The subject contract will replace an existing contract for similar material that expires on 12/3/94, The brass water fittings will be used throughout the water distribution system during expansion, maintenance and water main replacement projects, These items are installed as part of the water service line from the water main to the meter, Because the material is used with regularity, an annual contract is recommended to efficiently secure these items, The total amount of the contract is estimated at $77,462.75, of vvhich approximately $65,000 will be spent in FY 94/95, The recommended vendor submitted the lowest bid for this material. The cost of brass fittings purchased under this contract has been estimated based on maximum quantities anticipated to be purchased during the contract period, The fittings will be purchased, as needed, using a Water Distribution Stock Code. As they are removed from the warehouse, the brass fittings will be charged to the appropriate C.I.P, budget code. The available balances, as of October 6, 1994, of $750,747 in project System R & R - Capitalized; $1,555,363 in project Line Relocation - Capital; $221,913 in project Meter/Backflow Prevo Dev. Changeout Program; $340,224 in project System Expansion; $1,876,91 3 in project Main Construction - Bond; $52,631 in project System R & R - Maintenance; and $838,657 in project Line ,. ,. Reviewed by: Legal Budget Purchasing Risk Mgmt, CIS ACM Other N/A ~ -1Y.}. /~.N/-A t~(\- N/A Originating De~t: Public ~orks/Water f) f7iV " Costs: $ 77.462,75 (est,) Total User Dept: $ 65.000(est,) Current Fiscal Yr. Commission Action: o Approved o Approved w/conditions o Denied o Continued to: ".', ,. /. ~'. 1- Advertised: Date: 9/16/94, Pinellas Co. Review; 9/23/9/., Paper: Tampa Tribune o Not Rcqui red Affected Parties' o Notificd ~ Not Requi red Funding Source: o Capi to lImp, o Operating ~ Other Water Distribution Stock Attachments: Sunmary for Bid 225-94; Bid Tabulation for Bid 225- 94, Submitted by: Cit .na~ Appropriation Code: 421-00000-141110-000-000 o None . .' .... -..; ...~~. :;:..:".~':..".' .:;...~.... ::.. :.'" '. :...:: :'.:< ...,.....: . -:..>' .:..... ,:.< :. ':., -::. .~.::..:...,':. ,.f.. : ':.;.' >>; .,>:. :'..<;: .:;', .. ' ,". :......<. '.: :... . .'. .,'. ' ... .'.."," -. .: ..... . . ., . .. . , . . I.l ....:.. . .'. " . - 2 - Relocation - Maintenance are sufficient to provide funding for this contract. These are the only account codes in which these fittings will be charged. Funding subsequent to 9/30/95 will be included in the Water Division's FY 95/96 operating budget request. I I i ~ SUMMARY FOR BID 225-94 BIDS SOLICITED BIDS RECEIVED NO RESPONSE . . ' . 13 7 2 1 ..... .. "NO BID" RESPONSE SUMMARY OF NO BID DO NOT OFFER PRODUCT . . . . .. 1 .' i ~ ... .. ~ lit ~ .. ... '" .. .. o ... .. l:l ~ ~ ~ := lit ~ ~ ~ a 2 il ,. d ; ~ ~ :: :l .. ,. H e e ~ ~ ~ ~I : ~ ~ ~ ~ ::J ,., ~ ~ ~ ~..I ~ ~ p II) ~ ... Q II)~ 0( :i tJl 8 t: ~ '" r:: .. ~ ~ t:l ~ ~ .. ~..I ~ ~ ~ '" ~ ~ ~ tJl ~ co g [ III .J ,., ~ ~ ei 'Z B 9 :i ~ t ~ ~I <( ~ e .. '" 0. S ~ ... ~"l ~ ~ " ~ ~I ~ ~ ; ~ ~ ; ~ ; ; ~ ~ ; ~ ; ~ ~ ~ ~ ; ~ ~ ; ~ ~ ~ ~ ~ ~ ~ VI ... " en .... " .... .. ~ ~ ~ ~ ~ ~ ~ ~ ~ = ~ ~ ~ : ~ ~ ~ = ~ : ~ ~ ~ ~ ~ : ~ : ~ ~ ~ : ~ ~ : ~ ~ ~ ~ ~ ~ ~ :!: ~ " '" ... '" '" ... ... '" ... N '" .. ... ... '" ... '" '" ... .... '" " " m '" '" '" ... '" ... '" on ... ., ... " '" ... ... .,. ... ... II' ... '" ... rf '" ... ~ p. g l2 ... w " '" ... I ~ ~ ~I ~ ~ is <( .. ~o.-I ~ ~ ~ : g ... ~ ~ ~ ~l ~ III H ~ i t ~o.l ,. 5 '" .. !'l ~ :i f:J1 ~ s ~ i ... ~ <( ; ~ ~ ~I Vl '" ~ il ~ "'I ~ ! ,.: 0 \4 (P\ '" H .... .. :: ... .. z ~ ~ e ~ ~ 01 j. , ~ ~ ; ~ ~ ; ~ ; 3 ; ~ ; 3 ; ; ~ ; ~ ; ~ ~ ; ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ : ~ ~ ~ ~ ~ : ~ ~ ~ ~ ~ ~ ~ ~ ,.: " ... .,.: In .,. '" ., 1"4 .. rf ., :: ,., ... o ... ~ I:: ~ ~ ~ = :: a f i' ~ ~ ... " .. tI\ . " r- .. r4 N .. t"4 _ r-f N ." : ~ 000 0 0 0 000 Q 0 000 ~ ~ 0 0 0 0 0 0 0 0 ~ 0 000 ~ ~ ~ g ~ ~ ~ ~ ~ ~ ~ ~ g g g ~ N ~ 0 ~ ~ ~ ~ ~ 0 ~ _ N . ~ ; ; ; 3 ; ~ ~ ~ ; ; ~ ~ ~ c g m o o o III ~ ~ c>: w ~ o " i III .. 0 -< ... .. Q ~ o !;j .. ... z w i ~ C 8 m lit ~ g t:l 01;;0 ,., ~ " o ... ~ ~ '" III ~ ~ ; ~ ~ lZ II ;:; g III !:l ~ l:l ~ :I o ... '" '" ';' ti ~ o N 2':. i ~ o ~ ~ g c S III o 0 <> 0 ~.~ o ... ., '" ....; r.. .. ,..; ... .... ..; ,.: ,..... ~ ~ .. ~ .. ~ ~ ~ t~ ~ ~ ~ g ~ g ~ g ~ ~ ~ g g ~ ~ g ~ ~ ~ ~ ~ g ~ ~ ~ ~ g ~ ~ ~ ... ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ... ... ... ~ :!: ., :; ~ .. ... .. ~ tJl p. ~ ~ ~ ; ~ ~ ; ~ ; ; 3 ~ 3 ~ ; ~ ~ ; ~ ~ ~ ; ~ ~ ~ ~ ; ; ~ ~ ",. r--" ~ ~ ~ N ~ 0 ~ 0 ~ . ~ 0 M m ~ ~ 0 ~ ~ ~ ~ ~ ~ N ~ M ~ ~ 0 ~ Q ~ ~ ~ a ~ ~ ~ 0 0 ~ ~ ~ N m ~ ..... tn 1lJ U1 a) In 0 ,., ,... ..... ,..: ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ... .. ~ ~ ;~ ~ rf .. r. ., :: ~ ~ ~ ~ ; ~ ; ~ ~ ; ~ ~ ~ 3 ; ~ ~ ~ : ; ; ~ ~ ~ ~ ; ~ ~ ; ~ .. .. ~ ~ ~ m ~ ~ M ~ ~ ~ M ~ ~ ~ M 0 ~ N ~ ~ ~ . ~ ~ ~ ~ ~ ., ID ~ 0 ,... ., ,..4 U\ d Vl '"" 0 .... U'1 ., \n ,... tJt l;I'l ~ (D \0 N ro 14 0 r<'\ 'D r~ '0 ("\ ,.: ;:: ~ : ~ ; ~ = ~ : ~ ~ ~ rf ,,; .,. .. .., ., ... .. ~ ~~ : ~ ; i ~ ~ ; ~ ; ~ ~ ; ~ ~ ~ ~ ; ; ~ ~ ~ ; ~ ~ ~ ; ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ... ~ ~ ~ : ~ : ~ ~ ~ : ~ ~ ~ ~ ... '" -. ~ :: ... .. Of' ~ ~ ~ ; ~ * ; ~ ~ ; ~ ~ ~ ; ; ; ; : ; ~ * ~ ~ ~ ~ ~ ; ~ ~ ~I ;: .. ~ ~ g ~ ~ ~ ~ ~ ~ ~ g ~ ~ ~ : : ~ g ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ... ... ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ :!: ~ .,: .. .. ... ~ ... ... ~ ~ .. '" tJ o ~ ~ 0 0 U\ ~ ~ ~ 0 0 ~ ~ 0 0 0 u 0 0 0 000 0 0 0 0 000 N N ~ ~ N N N ~ : ~ M ~ ~ ~ () : ~ ~ II' ~ ~ ~ ~ C) ~ ~ ~ _n ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ 9 ~ ~ u 2 ~ u u g ~ U U ~ 1"'\ ., I I \0 . t I ,., . M .. ., ... 'D .... ,., .. '" ,... .. ...- \Q r-. ... g g ~ ~ g g 0 Q g g g g ,., ~ ~ ~ M ., ~ ~ 7 ~ ~ ~ ~ 1 ~ ~ 7 2 E ~ E ~ ~ ~ ~ : c ~ e ~ ~ ~ i ~ ~ ~ ~ ~ a 5 5 G d ~ ~ i ~ ~ 6 ~ ~ ~ = : ~ ~ ~ egg ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ o 0 0 0 0 0 0 0 0 0 ~ ~ N N MM. . ~ ~ . ~ ~ . . ~ ~ or ~ ~ ~ ~ ~ ; ~ 0 ; ~ ~ ~ ; ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ : ~ ~ ~ ~ '" o t ~ r; 111 1.1 Cl ,. ,., .J .:> ~ 2 ~ :? R ~ . ~ ~ ~ .... ~ :r..~l:i~,lt~R ~ ~ ~ ~ : i g ~ : ~ ~ ~ 2 S ~ ~ Q ~ ~ B N ;:; .... .-4 ,.t ;;; .. :; ~ e '7. 2: 2 c.) ?: 5 !j ~ >- ~ li ~ R ~ N .. R ::: ... '" .... "'... 0. ~ '" ~ U 0. ~ ~ ~ ~ p. ~ E ~ g a ~ ~ ' :; ~ ~ 8 ~ 6 ~ ~ ~ fl ~ B s ~ ~ ~ s ~ M ~4 ~ .... .. N N" 0. '" ~ ~ G ~ a ~ B ~ . r3 .. ~ N :::;- .. ;::; ~ ~ ~ . ~ ~ ~ - ~ ~ ~ : : ~ ~ = ~ ~ ~ ~ ~ r: ~ ~ ~ ~ ~ ~ ~ I ~ Item # CLEARWATER CITY COMMISSION Agenda Cover Memorandum I. Meeting Date . 'f ~i )(j.31.Q'-j .' .' \ .I 1 SUBJECT: 1995 UNDERDRAIN CONTRACT (94-22) RECOMMENDATION/MOTION: Award a contract for 1995 Underdrain Contract (94-22) to SUNCOAST EXCAVATING, INC. of OZONA, FLORIDA for the sum of $798,299.40 which is the lowest responsible bid received in accordance with the plans and specifications, " \ ~J DU and that the appropriate officials be authorized to execute same. \1 . :s ~ ;, .. , ~ ~: BACKGROUND: This capital improvement project will construct new and replace deteriorated underdrain systems along city roadways. Underdrain systems are drainage pipes which are placed below roadways to control the elevation of groundwater tables, and thus prevent groundwater from infiltrating and eroding roadway base. Protection of roadway base extends the life of the roadway pavement systems and lowers the life cycle cost of road maintenance. The work proposed for the replacement of deteriorated underdrains is on 30 streets as described on the attached list. ~ 1 1 This project may start construction as early as November, 1994 and is scheduled to be completed within 300 calendar days. The available balance in street Maintenance and Resurfacing capital improvement project is sufficient to fund this contract. ~, ! Reviewed by: Legal N/A Budget C:-J purChaSing~ Risk Mgmt.-fJflL- ::: JciY I I I I I I I I I I I I Public Works Department I I Advertised: I IDate: 08/29/94 & 09/08/94 I !Paper:St. Petersburg Times, Not requi red Originating Dept. ~costs: $798.299,40 Engineering Departm~ I (Current FY) User Dept. Funding Source: Commission Action Capt. Imp, x Approved Approved w/conditions _____ Denied Operating Cont1d to Other Appropriation Code(s) Attachments: Other N/A I Submitted by: I a $}U- ! City!fana~ I I /'\ 315-92256-563700-541-00Q List of Streets to be done. Affected part ies notified Bid Tabulation & Summary. Not required X 95undor,ogn ~.. .: . ~..:< :.'; '.' ..",.'.:' \,"., .'. :.:.. ...~':" '".... .. : . :..' '. ..:;': ...... .',' '.'.........., ,,", '.. ',,1. " '. :". ".., '. " ' , . I ,. ~ ~, ,,' I' ~. . ' "r . .' . . '. . .." . , . .' , ~ I ".:" , ..',' . . , t t h .. :l " I; 1: " f, '~ " ~ .~ ~ ~ ~ ~ STREET ALBRIGHT DRIVE ASHECROFT CT ATTACHE CT BAYVIEW AVENUE BENTLEY STREET BROWNING ST CORONET LN DEERFIELD LANE EVERGREEN AVENUE FOREST HILL GREENLEA DRIVE HAWTHORNE DRIVE HERCULES AVE HILLCREST AVE HYDE PARK KEENE ROAD MASTERS DR OVERLEA ST PINEVIEW AVE PRESTIGE DR PRINCE PHILLIP ROSE ROAD SAN MATEO SAN REMO AVE SAN REMO AVENUE SANDY RIDGE DR SANDY LANE SEVER DRIVE SPRING LANE STETSON DRIVE ~ ~ ::~~~ . ~ '1 1995 UNDERDRAIN CONTRACT FROM ALBRIGHT DRIVE LANDMARK DR EMBASSY DR DREW STREET MURRAY AVENUE FOREST HILL HERCULES AVE LANDMARK DRUID ROAD BARRY ST MURRAY AVENUE WILLOW TREE TRAIL DIPLOMAT DR BARRY ST MASTERS DR PRINCE PHILLIP HYDE PARK KINGS HIGHWAY BARRY ST ABBEY LAKE DR MURRAY AVENUE ARLIE AVENUE BAY SHORE BLVD BARRY ST JEFFORDS LANDMARK DR SOMERSWORTH HERCULES BARBARA AVE ALBRIGHT DRIVE TO SIDE VANDERBUILT CUL-DE-SAC WEST CHESAPEAKE KEENE ROAD HILLCREST EAST 300' ATWOOD DRIVE LYNN LAKE BROWNING ST KEENE ROAD EAST CORONET LN BROWNING ST MONTROSE GREENLEA DRIVE INVERRARY CARLOS ST BROWNING ST GLESHER RD KEENE ROAD SOUTH MAXIMO AVE BROWNING ST JASMINE WAY LANDMARK DR LANDMARK DR WELLINGTON FLORA AVE VANDERBUILT SOUTH SOUTH NORTH WEST SOUTH EAST SOUTH WEST EAST EAST NORTH SOUTH WEST EAST EAST WEST WEST NORTH EAST N&S SOUTH WEST NORTH EAST EAST WEST WEST NORTH NORTH SOUTH . , ....'). .." '. " ',,' " ; " . . ' .... . . .'., .. """ ~ " ~ ~n t l'.~ ~ .i,f ~ \; f I ~ , $ ~ .; BIDS SOLICITED - 47 1995 UNDERDRAIN CON'l'RAC'l' (94-22) ". !V! '<'J, {lll iill,".''- i Celli COI,Lr (';ol(}, 111(,. :300(, 'lel!:11 {\Vf.:I,U(.! No,- tll St. F',.! t nr ~ tllll" >], I'i__ .'; ~~..,' i .l 1'1, l;c'r,(~, 11.(;, :'1..(,',' r I. E, (ll: 11 riven'.!,? ',,'J."" Cew;\I, r L, .':::;'i'(I'1 L.i rH.1y L:'..:H"(.-?n 1~:()ll~.1l '"1,,1\:'(.1 .)fa 1..1~'). 4'j'fl3 ':.,',~t" !':'Lr..!,~(, I-Ior tr. St:, r'~~I:o::r;;I)l\r'J, [.1.. '.;:.\?l:l 1.~'4 J ;ltJi.!:; 1 i ....lI.':.j(.r 1.1.1.. t 1 (0"'1 Lei. U "-:':\) J J ::,tt I ")\'pntl{~, I\Jc'jt~ t.h L~\r'Jil, 1.lil' ide' '.!."i..'1.3 C':1sh CCillstruc:f:i on ,. Clrrorh=,ny 2fJ:': (iLlo:.! i "'oJ t: 1:111 \ill '/j" \',C:III,e, lit;.' (),.., .;] i i\ :</) J ,:'j~' CiIVC, I.k.v'pJopOI(;.nt, Inc., .I~,:\U(' HloJ l~:l..,'Ul {'\'h:.'IlUL' t Ii ,,,IIi I FI ()r i cJ" :3."5 J',"j' COilE! COllsl:r'u(: Lot s. Inc. I', Cl. 1.:(,:: ::~:~Gb'C,' T <:Imp =.', Fl. ::~,,:Y)~:':~. ::'~C~t/'i !.ii\ , I "l,~, 1 Con" \: , r' . tJ. I.:o:::'::'lt)(l~..r:: .i f."lIlo1 c' Tc-r., iIC';~, ~" l),;~"/,, lne, I: I. T56tri' Di;\ni!:;. lllclust,-.j (,,~ CDrpm'...'.:1 01, F', [). Bo:: :FI[302:1 Cl,-.) o:-.nrJ t1, FL ::.::'u~'Jr;\.. f30::'1 qc.,,-.l:in I:., Et,>, Cc:..n~.itr.. Co" fne, r-', D, Du:: 1 ~j09(1l] ""1 t,...,IJC'Jnt.o:! ~;pr.i IlUS, FL, :~2','1~:; -' Gar ne'l COif'lJo'.l,n if!:; I llle, 1331 1\/1'1 Vi v i on i::O~id 1<,:H15<.1;:' Cit/, 1'lis~'.u',.\I'.i 1"I.tlll t; i IlJo:?r.l [;\J\) t IH:r 11 Cor' p 1.1/'. <:d: ion 510 Pla=a Dr" Suite 2745 Col j I;:>q(;! /",',1'. J;:, Geor-g i.:\ ::~O~:\/I"i' Gt'.,,:at I'IDnumE'nt CQf..::;t,r'llcl'.ioll Co, 4520 ltJ, L.i no:?LJal.l';'lh l=iv~:nLle -rii,mpa, FL. ::'15l.21l l'J.L. Hc:.iley i\nd CCHlip..,ny F'. (). Bo:: '~I (16'~16 Nashville, TN 3720~ /-1:'1,11 Coni:ractin(] Cor'.p, F', [J, Elo:: 56(121 G Charlotte, NC ~8256 'rilE: 1.1:.\r.da(.,.,....~, Comp<,ny 1".0. Du:: :291)81,' T~mpa, Florida 33687 1-lubb.ar..:J Constructi on CC'fltp~~i"")' F'.D, Bolt 5.:.1,'21,' Cir').;Indo, FL, 32:3~5'l---'j"21 't .r iI~5i tl.lf or II' GouttH?i:'.St, lne, r', :]. [10:: iI16':.:.') .J c,\C I: sc)nv i 11 E", F=L. ~3:~2()~3 T.L, J~mes ~ Comp~ny, Inc. At t n: :'11-. . ,J e:,hn I:::er to. i 9 ""n F'. O. Bo:: ::;(,l1 ~:i New Dr') (::HlS , LA 'j.'(>1 '11-,.0115 }:", ;}.fiiiill rl'j~' ~l r~:o":Jd ,/1-;"'::1.: 5, 1 nc . F', (), E:o:{ :51 ()3'?6 T ,',;lljJ <'. F lor j ;j a TJ680 "..;~:~:..~';'.,,~)f\...~;t~,: 't \;~:.:::-.:.I(.:;:oar'n\1y .D~!V'. CO. I -A,-: '1.'0621 l'li~r'tin Luth>:~r' T<.Imp~, FL. ::'::,[;,1(1 >. -'j , Inc, IU. ng [:1 vel, 1<\"'Y5ton;-~ I:.:,cavator.:,;, Inc:, 1 ~:;(1 [lur.t.; ,:\III:: ROi;.d 01d,:"I\:C\"., Flor.idC'i :'5'l()7,' E, I.::; ,'"TI i n.t; L n n t:. I'. [. (; t i Ii tJ Co I' P . F'. O. I:.r,\:: ~.j(i(;-tl i.,..i.ll ,\I'. r.:OI,~:.Lr.lIct(" :: ,~~ Fn'J' ...:(11// l'.lll) () i' l: h r'l ;C\c (~ (,. ,\ iI, C, ~'.\' ill E!, F I .-J ,. j d <'I::' 2ll (I b T i"ll,P "', FL, :33..':... ';~ ~:;- !:;()'l't3 , . Lanzo Constt..ucl:iol1 Ca., Ine, 1900 NW 44th Street Pompano 8aach, FL, 33064 Lester's Canst, Co. ,Jn~. 15122 Nava Street Hudson, Florida 34667 -' -..I "I,Ic.1:.:;en / Bi.\rT Cor.por.at ion 1117 N.W, 55th Street Ft. LRudQrdale, FL. 33309 ''.-J -' MTM Contractors, Inc, F'. O. 130:< 40693 St. Petersburg, FL, 33743 Mid-Sta~e Paving CompRny, Inc. 308 BolendRr Road Auburndale, FL, 33823 .,.) ...) David Nelson Construction Co. 3483 Alternate 19 Palm Harbor, FL, 34683 Nichter Construction Co., Inc. P, 0, [40:: 20i'O,' Tampa, FLA, 33622 ...) Overstreet PaVing Company 1390 Donegan Road Largo, FL, 34641 Patterson ~ Wilder Constr. Co. p, O. Bo:< 86 Pelham, Alabama 35124 J oJ Prairie Construction Co" lnc, P.O. 13m: 129 Polk City, FL, 33868-0129 Prince Contracting Co. ,Inc. 5411 Willis Road Palmetto, FL, 34221 ...... -' R.E. Purcell Construction Co,Inc. P.O. Bm: 837 Odessa, FL. 33556 Rockdale F'ipellne, Inc, p, O. 13m: 1157 Conyers, Georgia 30207 .J .~ Rocket Indus., Inc, 15465 Pine Ridge Road Fort Myers, FL. 33908 Rowland, Incorporated 6855 102nd Avenue, No, Pinellas Park, FL, 34666 " ';.J ,..:.., Ruby - Collins, Inc. 4806 Wright Drive Smyrna, GA 30082 S & E Contractors, Inc, 14561 - 58th Street North Clearwater, FL. 34620-2895 '-/ --.-I Scarborough Constructors, Inc, P.O. 13m: ,'078 Wesley Chapel, FL. 33543 Sieg & Ambachtsheer, Inc. F' . 0. 8m: 609 Orange City, FL. 32763 '-./ .! . .....- ',. Statel y Contr-.a.=tor's, Ine, :'.707 '~Oth St, ct, , East, Sui t.e C 'i\i.;-..:Br;adenton ,. FL. 32408 ~il>:::,;,:;.!.~;.t./~'t.:;:t.....I..~'''' .:-..i.."t..,.', it'4' .. ",..,.\,;<,,;t,&.~ .-,ji..,~.....~._"J .........'~-l. .f " "'i.'ZT. "T.:--<'7:~' . ";'('-' '''~'.'V. (I. ., Stevens & Layton, Inc, 11260 State Road 80 Fort My~rs, Florida 33905 .-.;1 ...,. . I ,./ > . ..4 ~ I '...... Whitewater Canst., Inc. P.O. 80:< 13495 Tampa, Florida 33681-3495 Westra Construction Corporation r:'.O, Bn:: 11'19 Palmetto, Fl. 34220-1149 ...; ..... . .'. ! .1 ,', 'r;~I~:' .). -...:, '~'. :..... ,~ : . ~ ,. i I , " ':: } . .. .... . '. ., , , . . t;.. .' , ,. ,. ,"/ ,..; : .F ',' ~...."i ,:.. . I .( , n .~ ~ ~ it :i " ,. .d I- U ~ a: I- 2: o U N 2: N <i ffil .:~f~ . ~ ; ~. 'l',i ;;'W ,~ w i"..') )'.~'~.. Ii: :::l ~ LO Cl) Cl) ... a: o u. (J) 9 OJ u. o z o i= ~ :::l OJ ;:: W I- ~ o C) z z W D- o .9 OJ o::t Cl) Cl) ... (.) 8 8 ~ ~ ~ 0 ~ :i! ~ 8 ~ "'! ~ .0 ..; M M ... - ., - 0 & '" a - - M '" N ~z . cri CIlI=~ - '" <( e( - r- 0><( <to O<(Z zuo ::))(N CIlwO > ~ ~ 8 8 ~ ~ 8 0 ~ 8 0 UJ . C! C! Oe( co M lli ul III M ci LO III N CD >-n.. - N - <D - III ., 0 UJ~ - CD zc( .,' 0 a:~ - CD c( 0 . o. ~uit - <to (.) ~ 0 8 0 ~ LO 0 0 0 0 0 z q C! N q "'! 0 0 LO -~ ,.. co cO co 0 N IX) - d ~. LO .u.. - - M M 'f III _ - a: a; ul Ow 0 ~I- - N oc( m e(;: '" w~~ ollO~ IIlOU 0 III W III - M N III - m N to q ~ ~ ~ M "': lIJ - "! r- ~ O'l N ...... to N ..j - of ..j '" ul vi~ - N M - III -t <It "'. N eeu. - r- W 0 . III 2~a: -. oe(c( I->~ - 1Ile(1Il <to >uo W)(-' :.:wO a: ~ 8 0 0 ~ CJ) 0 III ~ 0 <It a: 0 ~ lIJ ~ lIJ M q "1 U III .0 , - r- oo N r- N LO 0 m - - - ., 0 r- CJ l~ '": 2 - OJ i=~ -t Uu.. OJ \Il c( . <to ~a:< ::= I- n. ;;5~ :.: U 1- ~ 0 0 0 0 0 1Il 0 0 0 0 a u.. 0 1Il C! q C! N C! q 0 q lIJ ti~ lli .0 Ul CJ) III N ...... N 0 a 1Il - - - LO 0 ,... 3:c( ~ LO. -II.. - r- o III M OJ Z:3 '" :)..J ::w o~ cell.. ~ ID 0 0 oJ 0 LO 0 1Il 8 0 a u. ~ 0 C! ~ 0 "! C! ~ q ~ .CJ In cD M III N - LO - g a ~ ~ - - ~ zUO: "'. <2::) -m N - U 'VI N iCwo: OJ wl;jw '" ~a;t;j <Un.. ..J 2 . ....01- <(UVI g u: u: u: >: >: I~ u: U, z Ul .J ~ ~ .J 0 ~ VI VI tIl VI I- 0 0 0 8. 0 ell 0 a 0 - 0 a) 0 a 1Il 0 III 0 ~ to Ul N - 0. N (I) ro ..; N oJ' en M ., UJ -' '0 f- >c( c( "'0: ~. I- 0 0 UJ UJ 0 W ILl SCJ l- I- :E l- n.. n.. Om ILl w w a.. n.. c(::) ce w CJ en U fI: it: 0( c( OVl I- c( ex: a: ICO 2_ VI Z UJ : .. \ ~l ~ "<;UJ w ow I c( 0 " !, CON VI UW :.<: rc ::i 0 :: ;: 0- c( . , c( -' 0' i'ii a;::! Zm c( u. Z z ...m m o. ;: 0 zc( 0 Z'" ILl W Z ;;( ;( > ILl VJ < 0 ex: 0: -l- e( o . oc 9 cr r: <(VI 0 tIl~ ::) Z 0 0 ct:o 0: ..J<( 0 VI 0 0 11. ee 0: iC UJ UJ Oz ~ ~:J: w w U i= U 0 0 ffic( U tu 1- w <( n. w III Z 2 o - 0 0: en 0: a: U ..J W :;) ::l .....J a; ;(c( U ~ c( ..J 0 "'..J W u.. c(_ 0 U ::l- n. . Z u.. ~ cr. I-VI > > \:)0 Will 0 0 ::) VI- e.. Cl.. ::J ct:.:. U U ZZ Zw ILI- VI -I:] . . i=ti . . . to CJ) '" >1- '" ro ., 1- z"(jj !1c( a::Z n: ..J .... t- .... I- ::l 1- c( 01- U U ><11. U o!:! u u u :r: i=U ::) ::l ~:i ::) f- W ::l w :J II.. c(UJ a: 0: > 0 0: ..JU 0: U a: Vl 0:' I-cr.: I-a; OU /- <e( I- e( I- <(~ c(O ~~ Vl Ul VI :I:..J Vl ..J ~ :::<( n.n: z.... :!o z 1I..n. Z 0. 0 _. 11. wll.. o _J 0-1 "J 0 0 Vlw 0 W U ILJ a;u. uU:: uU:: a: c( U C(a; U re U Il..CC 0.0 :: ci J wo - N M .t iii 'D ..: oi m t:z - - - - - 0 r-- vi . U 11l 0. en '0 e lU-o II) .- em lU 0 a:: .... o.g ;:):0 Ole ,.... e 0 5: o;;t :.;:0. >- u III .- Q) a: '0 D-ex: Cl) < ~ II) II) III ~ :g ~ 0 c: ~ 0 0 .... .... 0. '0 U u ;:) ~ lU III II) U') ... Cl) .... .~ ex: 0 III e c "C 0 0 0 co ii3 uu z J ... M a: w OJ o I- U o u. o ~ w w 3: Iii ~ o o a: oCt 3: oCt 'l:t Cl) Cl) ... , . ~;(I " '; " >- ~ o (J) a: ;:) :J: I- 1 .' , ~ ~ 1 ~ t . SEE AGENDA DRAWINGS Jt- 11 '. f ~ J 0 . 3 ( .q Lj J .j I . ~ . ~.r .......' Clearwater City Commission Agenda Cover Memorandum Item # Meeting Date: J O.3/,'jL/ l~ SUBJECT: Appointment to the Pinellas Planning Council (PPC) RECOMMENDATION/MOTION: Reappoint Commissioner Berfield to the PPC for a 2 year term expiring 12/31/96 [] and that the appropriate officials be authorized to execute same. BACKGROUND: Commissioner Berfield's term on the PPC expires 12/31/94. She is willing to be reappointed if the Commission so desires. The new term will be for two years, 1995 and 1996, Reviewed by: Legal Budget Purchasing Risk Mgmt. CIS ACM Other Total Commission Action: o Approved o Approved w/conditions o Deni ed o Continued to: N/A N/A N/A N/A N~ 1.f2-. N/A Originating Dept: ~ Ci ty Clerk W Costs: $ N/A User Dept: $ N/A Current Fiscal Yr. Advertised: Date: Paper: ~ Not Requi red Affected Parties o Notified ~ Not Requi red Funding Source: o Capi tal Imp. o Operating o Other Attachments: 9/8/94 letter from PPC Submitted by: /fftI City anager o None Appropriation Code: .:' " '.... '. ',. ...:. '.,: "". ::::' '.' '.,' '. .... , .... . ..:,' ,:. ,', '.', .: ,.. . .:, .., ...' ,. . ,.. . ,'.. '. :,.':. v/ I ~/J 5'..(L\T --ro,'M"/,,./J ~ F'/r- /V~ {.v"'/! ScAedcA- F"/ d,.s, a.~.$s/;"'" ~d .d~r;~rI~tWf- tA.ro' September 8 1994 bcCZ-- , , ~/:S City ~,a.",~~:~ COUNCIL MEMBERS RECEIVED ~FP 1 3 1994 Commissioner Sue A. Berfield, Chm. Councilmember Connie Kone, Vice Chm. Commissioner Blaine leCouris, Sec. Mayor George M. Jirotka, Treas. Commissioner Jean Halvorsen Mayor Holland Mangum Commissioner Tom Osborne Vice Mayor Daniel Pohto Couneilmember Mike Rockwell Commissioner Steve Seibert Commissioner Violet Stewart School Board Member Andrea Thacker Couneilmember Chuck Williams : . Ms. Betty Deptula, City Manager City of Clearwater P.O. Sox 4748 Clearwater, FL 34618-4748 i- ,. DDt& SEP 1~1 3 1994 CIIV CU:rli\ David P. Healey, AICP Executive Director RE: Appointment Of City Representative To Pinellas Planning Council Dear Ms, Deptula: This is to remind you that all current appointments to the Planning Council expire on December 31, 1994. Our Special Act calls for all subsequent appointments to be made biennially on or before January 1 of the year following the expiration of the term. The appointment will be effective for the two year period, 1995 through 1996, Current members are eligible for reappointment and you may wish to coordinate this action with your current representative, Comnlissioner Sue Berfield who currently serves as Council Chairman. It would be very helpful to our process if you could schedule this item for action by your Commission and advise us of same prior to November 3D, 1994. Thank you for your assistance. Sincerely, ~ David p, Healey Executive Director cc: Commissioner Sue Barfield, PPC Representative C:DPH\Apptlel fd 14 SO, FT, HARRISON AVE., SUITE 3010 · CLEARWATER, FLORIDA 34616 TELEPHONE (813) 464-3855 FAX (813) 464~3827 () / . ., '. .. , . ~'~ : .,:., ':", ..".. ~.',..., :~ ,. ~ ~~ I.." APPOINTMENT WORKSHEET Agenda /I 13 FOR COMMISSION MEETING October 31, 1994 APPOINTMENTS i ! ., 't. .1~' ~~ ;\ ~ ~ '~ ~ ~ t, ~~~ '1' ~ " :, :.; '~ " '~ YJ '" ...~ ~ .;ij BOARD: Library 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: 11 CHAIRPERSON: Tony Bacon MEETING DATES: 3rd Fri., 9:00 a,m. PLACE: Library Conference Room APPTS, NEEDED: 1 DA TE APPTS TO BE MADE: 10/31/94 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 .~ .~ j '! 1. David Berry 1 988 3475 Northridge Dr" 34621 786-8231 (term expires 11/30/94) NA NA/ending 2nd term person appointed will begin Dec, 1 st, have term to 11/30/98 THE FOllOWING NAMES ARE BEING SUBMITTED FOR CONSIDERATION TO Fill THE ABOVE VACANCIES: Name-Address Comments-Related Experience,Etc. 1, Harvey Alexander 675 Gulfview Blvd,#306,34630 Retired engineer 2. Gerald Collins 19029 US19N, Apt 702, 34624 Retired Teacher 3, Shirley Kennedy 908 Wellington Dr., 34624 Former Librarian 4, Christine Morris 1044 N. Madison Ave., 34615 Retired Librarian for City of Clearwater .\ ,s ~ , . 5. David Waddell 500 N, Osceola Ave.,#709,34615 Retired from Morton Plant, carpentry/machinest , , . ." '. . , ' . U., . ..' . w# ,.': .. ." '. . .' ~' I .. ~ : i'" . , ,... , ". ' APPOINTMENT WORKSHEET I October 31, 1994 APPOINTMENTS Agenda #_ FOR COMMISSION MEETING BOARD: Beautification Committee TERM: 4 years APPOINTED BY: City Commission FINANCIAL DISCLOSURE: Not Required RESIDENCY REQUIREMENT: City of Clearwater SPECIAL QUALIFICATIONS: None MEMBERS: 9 CHAIRPERSON: William Baldwin MEETING DATES:1 st Wed., 9:00 a.m, PLACE: Annex APPTS. NEEDED: 2 DATE APPTS TO BE MADE: 10/31/94 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 Appointmenl Attendance Interest in Record reappointment 1 , Vacant Seat - (Jean Rivers removed 8/94) 2, Vacant Seat - (Ted Serrill resigned 10/94) THE FOllOWING NAMES ARE BEING SUBMITTED FOR CONSIDERATION TO FilL THE ABOVE VACANCIES: Name-Address Comments-Related Experience,Etc, 1, Katherine Merriam 217 Palm Island SW, 34630 446-1 942 Past member Library Board '~ I ' 1 , .~ .\ i \ll TO: Cyndie Goudeau, City Clerk C IT Y 0 F C LEA R W ATE R I S;. b_ Interd~pllrt1l1~ntal Corr~spondence Sheet 1()'3I-q~ COPIES: Betty Deptula, City Manager Pat Voorhees, Accounting Clerk II FROM: Ream Wilson, Director of Parks and Recrea ~ j ~ f I i 1 SUBJECT: Causeway Commuter Classic (Closure of Road) DATE: October 24, 1994 i Attached is a letter we recently received regarding the "Causeway Commuter Classic" Bike Ride which is to be conducted on the Courtney Campbell Causeway on Sunday, November 20, 1994. Since the Causeway is a state road, the sponsors of the event will need a permit from the Department of Transportation. In order to request said permit, the sponsor needs city of Clearwater approval of the Clearwater portion of the Courtney Campbell Causeway (state Road 60) being closed for the event. This approval must be accomplished by way of a city commission Resolution. This being the case, I would appreciate your submitting this request to the city Commission at your earliest convenience. We will then provide the information to the sponsor who in turn would request a permit from the Department of Transportation. Your assistance is appreciated and I'm available in the event you have any questions. RW/mep Attachment ." . J . . . . . "<, I, ',. I .' I" .'.".# c. . '\) . '. ' , ' . '. .' ,:. .,..' " . . \ " . I " '~ 1 Corporate Oaks 5445 West Cypress Street Suite 101 Tampa, Florida 33607 (813) 289-5488 FAX (813) 289-6727 /5 b n-:;;w. ..,'. ,. "i';r. .,-, . .', '. .' h .~ ~~!a'!IJ .~\,.' ,." i #. r - ~ ~: October 14, 1994 OCT I;. '01 ]", , .., i " 'i ~; 1 ~(;: :1 'I \l ~:t 'tt ./ .~ :.~ ~l ,\i :1 ~t j ., .1 ,; 1'1 ~ .' ~ 'j ~l .': ", ~ '. Mr. Terry Schmidt City of Clearwater Parks and Recreation 1 0 S. Missouri Clearwater, Florida 34616 !!_J.:~!::~:. ",;" ; .. "1,,"i ,':4/- . . . , . . r.. . '-.. I', t ~ ~ Re: Causeway Commuter Classic Dear Mr. Schmidt: Attached are two sets of the maintenance of traffic plan for our event, the Causeway Commuter Classic. As previously discussed, the event is scheduled for Sunday, November 20, 1994 from 7:30 am to 1 :00 pm. We will be closing the two north lanes of the Courtney Campbell Causeway as well as the two west lanes (southbound) of the Bayside Bridge. This process will begin around 5:00 am and will plan to have the Bayside Bridge reopened by 10:30 am and the Courtney Campbell Causeway by 11 :30 am. I will coordinate with Bob's Barricades for the cones, sign age and barricade place on the bridges as well as the police for traffic control (Pinellas County Sheriff, Clearwater & Tampa Police). " ~\ i I: f t " The Alliance is currently in the process of acquiring the general liability policy necessary for the event and the City of Clearwater will be named as additional insured on the policy. '- ", We will need your approval of the plans and permission from the City of Clearwater before the Alliance can submit for permit from the Florida Department of Transportation. Please notify my office if yo 1.1 should have any problems or questions regarding the plans. " /./ , I ......... I have also included some brochures on the Causeway Commuter Classic for your information. The West shore Alliance would like to thank you for allowing us to utilize the Courtney Campbell Causeway and Bayside" Bridge for an extended bike ride. ----7 ,,--'" Since~ely,. \ _ .. . .1--, . \ )_--- .'... <.f. /. ,:;/ ~,t ....t,?....... ~ Borime L. Itier Director of Transportation , 'j; ,. ~: ,. \ attachments BOARD OF DIRECTORS f>M Auto Club South Austin Companies Carlton, Fields, Ward, Emmanuel, Smith [, Cutler, P.A. Centre Club Chase Bankcard Chase Home Mortgage CB Commercial Colonial Penn Concorde Companies Crltlkon Cushman [, Wakelleld Equity Office Proper1ics Faison Grosvenor Intcmalional Grubb 8. Ellis HlIIsborough Community College HlIlsborough County Aviation Authority International Dental Plans International Shrine Headquarters Jim Walter Corp. John3Oll & Higgins MetUre - Ins. Div. MetUfe RtE Dlv. Michael Baker Jr., Inc. Office Depot Opus SouthINormandale PropertJes Oxford Proportles Paragon Group Price Waterhouse R.,dinnt 011 SallleMne Scarborough Constructors SunBank Tampa Electric Company Towermarc USM Realty Walter Industries Williams, Reed, Weinstein. Schlflno & Mangione, P.A The Wilson Company Ex-OfficIo Kenneth E. Graves. ESQ of Carlton, Ficln5, Ward, Emmanuel, Smith & Culler, PA Harold Haddock Ron Rotella, Executive Director , i 1: ~ ~ Ih~ IO'3(.cr~ M E M 0 RAN DUM FROM: RE: DATE: The Honorable M~or and Members of the City Commission Pamela K. Akin, ~~y Attorney TO: Attorney's Fees October 26, 1994 As I discussed with you at the Commission meeting of Thursday, October 20, in order meet the legal needs of the City, it is necessary for me to hire short- term interim legal assistance. This assistance will be an amount not to exceed $10,000 at a rate not to exceed $125 per hour. I will report on a monthly basis to the Commission the legal services being used pursuant to this arrangement. Any legal services in an amount to exceed $10,000 will continue to be approved in advance by the Commission as in the past. If the Commission approves this proposal thereby setting the rate of compensation for the outside counsel, I will proceed. A:jmp ./'le = /7# City of Belleair Bluffs 115 FLORENCE DRIVE BELLEAIR BLUFFS, FLORIDA 34640 TEL. (81 3) 584.2151 FAX; (813) 584.6175 MA YO A; JOHN E. DILLER CITY CLERK/TREASURER BARBARA L. HENDRICKSON. CMC CITY ATTORNEY: JOHN G. HUBBARD COMMISSIONERS: DAVID COYNER ROBERT N. McDoWELL J. LARRY McELVEEN DAN MOSCONE September 16, 1994 RE(~ETVED Sr:p , 9 ~994 . . City ~onoger Ms, Elizabeth Deptula City l\1anager City of Clearwater 112 S. Osceola Avenue P.O. Box 4748 Clearwater, FL 34618-4748 RE: lnterlocal Agreement for Fire Chief Services Dear Betty: I I The City of Bclleair Bluffs is sincerely grateful for the assistance given to our city by permitting us to contract for Joe Pidala as Interim Fire Chief. He has truly been an asset to our city and the BeIleair Bluffs Fire Department. Since we contracted for ChiefPidala in June, Belleair Bluffs and the Town of Belle air have taken great steps in the merger of our respective fire departments. Developing a more efficient fire service in the Town of Belle air will also be of benefit to the City of Clearwater under the Mutual Aid Agreement. The planned merger of the fire departments is to be effective on October 1, 1994 and on a trial basis until May of 1995. The City of Belle air BlufJs considers this period crucial to the success of this program and would deem it important to retain the services of Chief Pidala to represent the City of Belle air Bluffs in the merger. Our original request for an Interim Fire Chiefwas for a period ending on November 16, 1994, however, because of these developments with the Town of Belle air, I feel that it would be in the best interest of the City of Belle air Bluffs and Clearwater to retain the services of ChiefPidala an additional six (6) months to May 16, 1995. , 't 'X .~ .. w , ~, ~ >, ~1 ;.' ~ ',/ ~. '\ it ~ "; Detty Deptula, Clcanvater City t\1anager September 16, 1994 Page 2 ~: 17 1 know that the request for this extension may create some problems and difficulties for the City of Clearwater, but it certainly will be of a great benefit to Belleair Bluffs. I wish to thank you in advance for your consideration of this request. It has been my pleasure as Mayor of Belle air Bluffs to work with the City of Clearwater who oyer the years has proven to be a real help to its neighboring cities. Thank you again for all your help and assistance. Sincerely, ......., , l ~~.~~ ,CZ::. ) olin E. Diller :/"" Mayor ) .' ~c...-c{{ L' JEDlbh clwngrc9.94 Cl '1' l' () F C: L, .E :\ It \,' .!\ ']' E 19 POSl ("lrfICE (30).'~ C L [ I, 11 W A 1 (. H, F LOR lOA 3 4 6 , 8 . 4 7 .~:: October 31, 1994 e'ly CommiSSIon Elise K, \Vintcrs Clearwater Downtown Development Bo~rd PO Box 4748 Clearwater, FL 34618 ,'1\ !\..I;.~' ro- . . : \.: '.' ~ . , .1':"\"'1' 'l..,.l'l!\\ \. \ ,'V: .I')l .11 r,."-(.'C r- Ii ,:.tl. l~e: DDB Elections Date .ot'[~? ~.. J994 CITV CLffit\ DC:1r :Ms. \Vinters: It has been brought to my attention th~t the rcccn t Downtown Devclopmen t board c!ectl.)n may have encountered seriolls impropriclit.:s. Allegations against you and ~1s. Judi Hackctt regarding the most recen DDB election wcre conveycd to me, I will st~te thc alleg.ations that have been made to me, and I would like your answers: A l1e~.ation i't'} - Lillian Trickel was appointed by YOt! as a member of the nominating committee. his, Trickel refused to accept the name of Joyce Baskin as a candidate for the recent election, 11s. Baskin I s name was submitted by another member of the committee. The slate of candidates was subsequently refused because lIonl)' one person was running for each seat". Therefore, the election was postponed until additional candidates were solicited. ,A,lleeation #2 - You and Judi Hackett personally solicited votes that would assure Joyce Baskin's defeat in the election. That it \vas your objective to "pack" th~ board with votes in a way that would assur .you~. C<li1didates be declared the winners, . . A 11 egation 113 - Judi Hackett is a paid employee of the DDB 2.$ their marketing specialist. It is a conflict of law, which you should know, to t.a.\:e a paid employee of an elected board al1d have them campaign to elect specific members of the board. I see some serious conflict of interest of 13\'/ and ethics in what has been alleged \vith regards to Joyce Baskin, I would like to have your written response to the above allegations. Is there any substance to these allegations? Sincerely, FI/cb cc: 11ayor and Commissioners Cit yl\1anag cr DDB l\1embers ~ .t.~ "Equal Employment and Allirmulivc AClion Employer" Water solution or e'nergy drain? . Converting seawater to drinking wa ter could take enough electricity to ligh t 25,000 homes. Some say the environmental benefits are \vell worth it. By DAVID OLINGER TIme. StaN Wrtter ; I '. ! i ~ ~ ~ I In the .coming dec.1de, water regulators aim to introduce desali- electricity to light every home in a nation to the Tampa Bay area on a small city, scale untried anyWhere else in the To the Southwest Florida Wa- United States. tel' Management District, known If they succeed, the daily pro- as Swiftmud, it is a question of duction of drinking watcr from the . balance, Is _ it bettcr to continue Gulf of Mexico could help revive. draining rural wetlands, to the det- lakes and wildlife areas drained by riment of wildlife and local resi- an urban system that demanded dents, or to develop an abundant too much groundwalcr.. '., . source of water that costs more These .environmental benefits . .money and consumes more ener- would be offset by considerable gy? ... . costs and the prospect of greater ..., Mark Farrell, Swiftmud's as- air pollution, . . . sistant executive director, thinks \ . (t\ large desalination plant can. that' on balance, desalination burn trainloads of coal. At the scale . makes sense for Tampa Bav res i- plannedfor.the Tampa'Bay region,' dents. That's because the region's . the' conversion of seawater to . only major 'river.and much of its drinking water would use. enough local aquifer already are being '::)~~/)'::" '};i::./' :, :,: ,;c 'J. I I ..' . " . . f' 1. ,- /S(l' ""'q" .'1 'Pl ...t'~'I-.tt..l:-..t1J":' "'pl~" ':(H',":li; ..' . 111'rtiJ~~;4~ J'~~~'I.I-I.l~tu~'1'll.fr"'~I':'1't'U';f;I'!Wf;:d .'. .,' :', ,;; '.: .... ;..,:...,... . .' ....1 .. .,..... " t...._.uH~ S~,. 1'11'lol j f:!:r! ~r~f.:t~:l...'.: ',:1 . ""'11,11', 'j I' ," ,I . " '. .....,..:.",.;.,1.;" :'.. '. ',1,,'...'" .I!' t:... ,..,.. ~", ""~I \ . t r'.. -,I' I. :" I I , . I" . . /1!1" ~.1 ". 'I'" "'.Ill"~ .: .,':". " . . ".., ,'..". 1"1 'il,;::!'I"" I t":!.~.l', \. : I' :' " I I; ': ;:;: . . .'.r .I.I~"'I' 1..I1I'H"""1I 1.1.11,,,"1' '....' . . . ".l',"/", "lll,I,'::',lll \. , II'! 'i'lll""'I!"'",- '; . I "',',1; ',Il' ';' I:, ' d,' ill'! 1/: ~ " ., I . ,1, ,r ';' ',I.,'!, ,I.I!:,' ,,' dl;; "!'i/i:I',"1 'I' .' ii!i..!f"iir.}:i';~':I:."" ',' '!';~~!!H~:t:;~~~" '. 'I. :'!!"';;: :..!.... ; .,;.;ir.:{' , .' , t . .~, . . . :," . i~"'","":!;"! -"'. , ..: ;~!. .;~ i: :;, ;/;H;~'(rl:r~:;'f;" :;. ," .: .1i H:!t!i;,., 'I !: i.~ " :', .'!rNl!.i1Ji~i~, I,.'.'; : . . ., 'f l~.' .,"" .,./. I J '.. ", . . , . ,t. .I.tq::t' ," .. . I...... . ....;"-..::4"..,f;,,.l~'.p ,~~ : ,: 'I I j' l' ~:'UiJ&.~ra:~Li i.; ,;.1.; : : ,; , ; ..' I ~iJj;;Ii:.::::.::,... ',,: ... ... ,-:--J~mt.~~n'~j.11~r!~! I! {'I !I', t.: t.:.' t" l1!mi:if~~Rfilk;,~~r~~.J ,.,." ,... ,..' .\. I _.."1~J"".r!f~.,, ".' , , .'":...n~'''I'I'.'..l''.I''.'''.,,, .'. . 1-"'i"'jS;~jJ.... tit'". t..... ... . :"!I~.'j..~ci;-ijbtlll,.' .' N~fjgljWr:'::;::';;i'j,:~-;' ... '~;.iRi:l;;!:,f..:, 1, ", /:~:;;i!~~;: 'i:':": 'I'.... t 'r,..,!1,,"'.I,.. 1,...1, . . . ! :.. : . ~ ' . . - if tapped to supply 2-million consum- ers.. I "If we had cheap groundwater and surface water which was plen- tiful, you would not give a high-energy proposal the time of day," he said. But Swiftm'ud merely rcgulales water u'se.. It doesn't deliver a . drop, 'And wllen the region's major supplier weighs the benefits: and draWbaC{S of .des:Jlination,... the \ scale tilt the. othei-':'\~'a}' ;':.:0: .:::;:-:. I ' Brucq Kennedy, acting genc.ral . 'j . .. n1anager r of the West Coast Re- I:' : gionallWater Supply Authority, says hc doesn't consider desalina- ' tion a "near-term". answer to re- . . . , .' II...... Please see WATER 58 .). '. .'~>:.:.:.~,;:':,~.~':.:;"':""" 'i,: '::':':':. . !:, .' . _ ~ ..~.,. ........:.." (:" ~.. ";".."'1..... ~._t . ~..l'; ) . . ,.;.::, ....: -. . .J.... I.' . 1 . , :"', .,...' . ':.";,l.":i,I'!;!:::':;,".:;::'ll,:,;j,. ,; , 'I" ;:,";' ~ '. .. .. " ,.. . q:i': ;1;;. : L'! . :.....:1':. .'::::1.;:: ..:.! rtiitii;( .. t," " . '. I ~. :.:!. 1 "', -----i I /L;2/ - - (4 Sodium hy<l,oxlde ' : 9~ .. . .~. - ,.~; 't,., . ..r : 9 ',. . . j- , .1 ~ ~ .< '!'. Souren: 1.land WOI"r A.socinlton. Nowsd4)' , ) ;~ '. ~i. ~ tl 20.million callons of wilter daily proce" uses much less ener~)', would require a constant flow of at ueG..use brackish w:llcr contains least 16 megawatts of electricity. much less salt than seawater. It is , For 50'million "allons, it would also a limited source, and it con- nional water probleins. b , b' need 40 megawatts. tains low levels of radioacti\"lty, "I think it's somethin" we've" h' h d tl I b Forty megawatts is a lot of w IC get concentrate in 1e ,y- got to look at. I just don't think electricity _ less than the capaci. product. we're there "et," he said. "U it, T US" h d J t\. of Florida Power Corp.'s largest wo. . CIties aye ocean e- wa!> so doable, you would see it plants, which generate hundreds of . salination plants - Key West and operating." '" , :~ '''' " 'megawatts, but enour.h to meet Santa Barbara, Calif, - but nei- . For economic reasons, West the average needs of about 25,000 tiler is in use. Key West pipes its Coast is relucta~t t? try t,app~ng 're,idential customers. In fossil fuel water from Dade Count)', and the ' the,Gu~ of 1I~CX1~0. Desahnatlon terms, it's enough to bum 11,000 Santa Barbara plant is on standby .~ ~asllr b~ ..Slimes more expen-" tons of coal per month. , . for droughts, Fa:rcll said. , Slve, prlllclp,allY becaus~ of t~e, . Farrell heads a national com. . In the Tampa Bay area, .....ater p?wer used, Kenncd?, saId..., mittee on des..lination at the utiJj. utilities will choose whether. SC<l- ~.:, ~ar:e]] says desalinated wat~r ,'. ty.sponsored ,Electric Power Re- water is a source worth exploiting. ~~r)y, ",:ould' ~ost 'Illore, but hIS search Institute. He 5.1YS he is for future urban needs, pnce e~timate IS mu~ lower, He .. certain that seawater' will look' 'They may be forced to'consid: .figures ,It could be,dellvered at $6 more attractive as other sources' 'er iliat choice as Swiftmud reduces... to '~8;per; tho~san~_,g~lons; com.':: get sC.'1rce, and he expects Califor- their pennits'to P\unp groundwa- p~;ed ~o, tOday f pnce ,~f $L tq, $?" nia to join Florida on the list of ter from emironmentally damaged .~ ;~In '1ts tentatlve'pl..ns for Tampa' ~ desalinated 'water drinkers. " areas. Other. options: ,conserva- ~ay's f~ture; ,S\Vi!~!,ud .!S d~pend-,,', . The tll1ltn!: will depend on tiO:1, the treatment of sewer,water Ing,. Qn . ~eS?hJ;la,tl.ol,1. ~.o.. ?rl!v.e.r.,a. .' "rainfall p:Jttems, growth patterns.: for. reuse and.. the ,collectIOn of..-; great deal of. water. at that pnce. and environmental issues," he more rainwater., 'd,. I,.." ,:'.," ; ,:;By' 2005, it' envisions' coastal,' s;lid. "California is ha\ing some " Some local government offj~:':':', plants in Pinellas or Pasco County very pressing water issues." cials have been pushing for anoth-":--' producing 20-~on to SO-milli?n ,:: Florida's energy ofiice vic.....s,. er a1temativ~:' pipelines to water :,' gallons of' dnnklllg water' dally 'des...lination as a sensible water sources outSide tile Tampa Bay . .from ..the:,Gulf..'of Mexico. The source for the future but, would ': arr.a. 5\\iftrnud opposes that alter-,,:: higher figu~~.~.!s~;~l~os~:,half;,as;"~prefer < tq: .see', iLdevcloped: with " native: ull~,~ll)oca.l. s?,~r<;~s, ar~ ~,i,,: much: water ~as{the entirc}W estl~."altemative fuels: :-,'-:\~ :".;.J".'.","' : ' , exhausted:..~~ ;:-,~"" - ~.. d ",: ;,:-:,;;,~,.:_.1J Coastsys,tem'cllrreri'UJ' delivers' to'--'. 'Michael Ash\vo'i-tli, 'itscoii~er-"" " 'If utilities'do 'turn to the Gulf of I. people in thos~ c'!unties. ":'; ,',:,:.;' ~ ;':' va'tion chief, said so!:n-po'wercd ' Ml~xico. the first gallon of desali~ i ~:~ Gallon for gaUon, that produe-' " desalination is a known technology, ,. nated water is' still years awa>' {ion would use 15 to 20 times 'as that will decrease the electricity .from your faucet.. Farrell estl" . much electricity as a conventional demands for coal and oil. . Ina tes 'the permitting and con-- pumping and treatment'system. ' , Worldwide more ilian 5-biliion' struction of a large des'.lination :~fSalt' is commcinly"separated . gallons of de~alinated water arc piant would takt. three to fou,r Ciom seawater by an energy-in ten- consumed daily, mostly in the Mid. years, , ' . " sive method called :reverse osmo- ': die East.' ., . Desalination, .even on a large '~i~:.:Electricity is used to generate. In the'Unitcd States;. hardl}' ',' ,scale, would,/Jotaffect constnlC', enoughwessure.to squeeze water' anyone drinks seawater." : lion plans at Florida Power Corp., molecules' thr?ugh 'i.~:: syn thetic': .'_.. Sanibellsland, Venice and se\..', spokesman Will Rodgers s...id.., . "'., niembranc/1e.wmg Ule,salt behind.. ~. cral other coastal' commullitie<. in "It wouldn't require us to build .. , ;kJVi~h i'odaY"s!tcchn'blog}':: :it. re:~;, Florida pump a'nd desalinate br~ck. a new pl.\nl. It ,would increase our" ,_, ~e.r~~,~ ~s.r!i~~.i;>:~:~}:~t.e~J deliv:C'nng ;~:. i~h ':":\ t~~: fr,~f!I_ ;tryc; gr,ound, 'This,: .load, ",. h,c 5.1id,{t, ~:~,'~:i';';!;{'~'\) :~~~: :;~~( ,::;, !:~~:~.:~f,;';~;;,},~~\::;';,~~/:";',:;:!",~-:, , "."'" ,..;~':<" ': ,. " - ""!:':'~"~';':\~;~::;<.~::;<':.;:~' :":t- Water from lB ~ ~i ~ ;1 .., '!.{ ~i " "'I , " '~ 1 :of. 1 -