Loading...
08/16/1993t?,.?:t.r., .Pt'?''???''`?: .? v in'r;'`.d P{a i` e, 1, ;,d ?3 ? r.F `., ? •..,er?? ?. l3?"1 rll? , 'r. i .. .i • ? .. i r. ,?' .. 1 ..1 i! 'S 'I ,?+' ,j •r .), i. '#'?p??s?,l...r. .)_ ,:. 6,?, ?f%, ? •+??.. ,. ?rp'. ti". ?t .. ... .. .,:,?•. ...., . ,:',:. ._, ., ir'?i?.,. ' :'s'`;'l±?!ri:?C C, a !'' s' .> .' ? }? ? ,1 a •• r 1,. r ? ' , ' ? ? ?• ? ? ? r F ?:':r 1-., ° ? .. .'_. }' Z' r= ?:l+i. ?'iri 1 n .?`?1 fr.•?,: ?1•, sSs S } ,' Sal it .?,.`jl I 4 r i t? , • r t r s ' ACTION AGENDA - CLEARWATER CITY COMMISSION MEETING ; August 16, 1993 - 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 ame 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. 1. Service Awards 1. 5 awards presented. 2. Approval of Minutes 2, None. 3, Rowe & Associates re: City Hall project 3. Concept B-1 approved, with major renovations of City Hall, upgrading to institutional quality and a.400 car• parking garage. • CITY MANAGER REPORTS 4. Computerization Long Range Plan - 4. Continued to $120193. Discussion Only (AS) 5. Utility Billing Policies for backbilling and one 5: Policies adopted. time high bills (AS) 6. Declare personal property surplus and 6. Approved:' authorize disposal thru Tampa Machinery Auction, Tampa, FL (AS) 7. Joint Project Agreement with Pinellas 7. Approved. County to install natural gas mains during improvements to Alderman Road, est. labor cost of $30,000 (GAS) 8. Purchase of 21 handicapped-accessible & Approved. , outdoor water fountains to Architectural Product Sales,'Inc., Palm Beach Gardens, FL, for $15,364.65 (GS) 9. Contract forroutine service/repair of 9. Approved. automatic transmissions for large truck vehicles to Suncoast Industries, Inc. dlblal Aamco Transmission, Clearwater, FL, for the period 1011193-9130194, at an est. 560,981 (GS) 10. Contract for routine service/repair of 10. Approved. t automatic transmissions for sedan and small truck vehicles to Mr. Transmission, Clearwater, FL, for the period 10/1/93- 9130194, at an-est. $20,853,50 (GS) 8116/93 1 r: 1 1. Extension of contract for purchase of 11. Approved. equipment repair and maintenance parts with Anderson Auto Parts Company, Inc., Clearwater, FL, for the period 10/1193- 9/30/94, at an est. $800,000 (GS) 12. Purchase of 4 - 1994 Peterbilt Model. 320 12. Approved. rear-loading solid waste vehicles from Palm Peterbilt-GMC Trucks, Ft. Lauderdale, FL, for $364,539.36; financing to be provided under city's master lease-purchase agimt w/AT&T Credit Corp. (GS) 13. Board of Trustees of Clearwater Police 13. Approved. Supplementary Pension Plan -'reappoint i William Horton (PD) 14. Purchase of Dance Band Services of Paul 14. Approved. Spagnuolo Trio for the period 1011193- . 9130194, for 522,880 (PR) 15., No item. 15. No item. 16. Purchase of Aluminum Sulfate from General 16. Approved. Chemical, Parsippany, NJ, for the period 1011193-2/28!94, at an est. $70,452 (PW) 17. Contract for private street sweeping 17. Approved. services to C.P.Ward, Inc., Largo, FL, for the period 1 011 /93-913019 6 subject to annual fund availability for $347,220 (PW) 18. Building consolidation report (sent to 18. Building Division to remain with City, all commissioners 7/30)(CM) permitting to be consolidated, all cost to be shown in one program and telephone permitting to be implemented. 19. Direction request re: Downtown 19. Direction provided. Development Plan (PLD) 20.. Conveyance of surplus lots, Plaza Park 20. Approved. Sub., Blk G,.Lots. 1 & 10, for inf ill housing construction to CNHS (PLD) 21. Receipt/Referral - Land Development Code 21. Received & Referred. Amendment re Nursing Homes in Multiple Family Zoning Districts (LDCA 93-09) (PLD) 22. Receipt/Referral - Land Development Code 22. Received & Referred. Amendment re Nonconforming Density and Intensity on Barrier Islands (LDCA 93-14) (PLD) 23. PSTA _ 1 appointment (CLK) 23. Appointed Commissioner Thomas. 24. Parks & Recreation Board - 1 appointment 24. Appointed Donald Harris. (CLK) 25.. MPO request - Res. #93-51 - approving a 25. Continued to 8119193., new interlocal agreement governing the MPO; reappointing Commissioner Thomas as a voting member (CLK) 8116193 2 ii ! Z 26. (Cont. from 812193) Community Relations 26. Appointed Richard Leandri. Board - 1 appointment (CLK) -ITY ATTORNE REPORTS 27. Other City Attorney Items 27. None. City Manager Ver a Reports 28. Police Transportation of Prisoners 28. No change in procedure. 29. Direction re: Sign Ordinance recommended 29. Continued to 8/19193. by Businesses Involved in Government, Inc. 30. Tropic Hills f=ence 30. No replacement fence is to be constructed. 31. Environmental Advisory Committee 31. Continued to 8119193. recommendation re: Bayside Arbors 32. Clearwater Housing Authority re: SHIP 32, Continued to 8119193. Commission Discussion Items 33. Commission Rules '33. Continued to 8119193. 34. Beautification Committee recommendation 34. Continued to 8119193. re': parking of front fawns 35. Police Department - location of main 35. Continued to 8119193. station; type of computer equipment 36. Minutes Production (Court Reporter) 36. Continued to 8/19/93. 37. Other Commission coon 37. omas expresse concern the press receives information prior to his receiving same. This will be discussed with Commission rules. He requested support to remove a clause added by Roger Sweeney to contract for Beach Trolley that would' allow PSTA to cancel same at any time without cause. Commission requested to see draft contract. Garvey reviewed Resolutions adopted by FLC. She questioned what date to schedule a joint meeting with the Planning & Zoning Board. Date to be set Thursday night. She a expressed concern regarding a letter from Commissioner Thomas requesting tolls remain on the new Clearwater Pass Bridge for 5 years. The City Manager indicated this was written by him and sent by Commissioner Thomas in an effort,to find out if this could be done. Garvey and Fitzgerald, felt the Commission should have discussed first. 8116193 3 , v' rt F'?i;a.?c'7F•';,.t?s. ? r•, ',l.:"i?; •h:' >. .J=. r' r i ? ` x ? • • ;'I ,.'?': r., i ?, ., 4'r`i ?^ ?1: rp '•.?? ? o '. i'(•:::??{•'.? ;'l,.s?,.;: ????.IjA ?!i?? ? ' ' ` ? " _ r .A ?. i i rJ!, 60 r . s -, r .a .,`:?;p ;.. •1 `' J ., ,. .. • , a ? ?` ??f : s .. ? . a ''f, e } . A .• !. ? ? ?. ? ? ( t , ? , ? r" ?°Js••'?l ,? r ? , t?':` ',S-' r y A ` ? ? /1• + - ` .. a ? ? t? 'Fr. ? ' T . :. .. + # ,.f t:' r -t JiL. ?r•.i, ,. .. r ., ?J .. Y !, ,7"et.? f5 r , " ]yam ?k" ?-?? ttrt J r i ' X i ? ? ? ' "•1" `.}. !- ,'7'?:' r?3`?"' b! ?" ? •? ? , , t••a 1' 7 1 t' Fr ,!b 'E `all ?..(? ; ?. , ? ' -•' • ', s ? ,{,• " fs , ?4 5 ?.J s ' ti r.f ,? !°I ?iy, • ?L. r.t '/,•,?Til ' , •• s ry ?f?, .r: . '! `t :l of t M1 '.1: r i l '1 y 'i " -t'. • j?,Pp f r ' ' `? ? + ? I _ .. ,_Y. ,f . ?r..?i , 'r? , • • : 5 r . , e. ? ? :i . t• d' "3 A', ,TIR+fa? 4. J ? .. _. ,,s.. .. I ?,Y . -i.? ? ? t. t'f >':' .?' h : °' I-: , I V • ; ? liY - .. ).. ? r 7., . ?.. y r I r F ?. ,.? , ,'Ig ` ?. q .. J 3,?.: ? } r t39 r i. .. , ? ' t t l 1' , .I , + J 1 A 'f . ? ? ? '0 ?;1 .1. ` - ! , ° s • '1 r I j ; rf S j t .. , ,' r . E ? r , '.7 f . ?r 1'.e. ` The City Manager requested and it was k approved that-the 8/20/93 Budget Meeting ' . be held in Commission Chambers rather r .than the East Library. r Adjournment 8, 6;4 p.m. . ? , 1 t , r ? ' , - ' I , ?r r a ' 4 1 ? + ? I ? " ? r . ` - ' ?1 ? p • . , . . r ? J ? ? ? "A .f? ; .. ? ? ? ? ? ? ?, t i i ` ,? ?1;• ' ? , ? ? .A.1 ; rr . r - Ir., ' f / • r J 1 . . `8i1,6193 - 4 , - --= -_---- _.,? - - - -_- - - --- - ?_-_... _._ ?+ r` ?'' , ..,. , », ... .. ?'°! .: t .. .rrS:'ar.a,.:?cf..,.r?::.1..,.,r. •...7'r>r ,IV .'JI i'Si1y' 'j5. ',I'ii•' A,. :.R. '[r 'ki •7-[t ..t' _ Al .4 r. .7 ?,. '!.r"?Jc .y- -d .k ?, y'.r°4"! 4° •?,, := F ? i ? ? f?rl-. ',E .. '?t ?>f•s ,Irby ?. if4 ,Fl J.. _ ., i . t.' r ... , . ? } i • 7 ? • ? ? ? ?k rar r. ,a r>f .y. t 1 a 1: i j.:`!? ii ? ? _•j-s. ' , , t t r r ? - °i' 7' R;?f: p? 4 1" l'• 1L.eit _ ? ?e .'4,' R } ??.1?. ?°, . ,?. !' e Y?,• 1 f '?. { ?g_ p , '•??. r..i ?C z'?s% . ys (-'l-U?. -. ' r..'•' u.' ?. ??; it ?r o'7".? ?-?. ?.r^:' ..:? r +? • . 1 •'1-' , r 'ref' f, 1 r ..IJ' }r?C?,?.l.yt'.'i'"J'f 1 7' l'i"-Y; a• •7•!'.: ? e . . . s N{! 4 . .s?':•.•„'.. .,?.« r. •t1 •r j^r, .. .•i.• ,..r.? af<: r . . ?°l •. s - i::: ? . ,.. i'a-rr Y. ', s *L' •r. w..l. is ?lt?•x, ? .L • ? ? r r. ? i ? ? r [. '; ? ? ? , M's. f. ?i?• 1•!. !3; r r ,. ' ? 1 _ t r r ? ? ? d I ' ,< e.t a r lq . Jy? d??•???'k`-? ? ? .? ? .. ,. , k ? ? .. ' :?? ., it - -• ? •. ? ,! ? ? ';: :?1: rrr .. -r ? °L, •t' .rL'??s'r>. "'' •.£:1, ..5. .Ifr ?! ?'+` :r. 7•?J S r: .•'.a:+ .. - i + ......,.. ........,.?..?-...«_...??ru. ? .. - ..°?? 1. ... ... . .. ..... ?L :r : ?: •{. ?: ;-r•c sr?,=rRd.'. a`7t y: i '?""?r`rlrV} e k CLEARWATER CI TY COMMISSION Item # g? A d Meeting Date: 8/16 8/19/93 gen a Cover Memorandum Subject: SERVICE AWARDS Recommendation/Motion: The following employees be presented with service awards for their length of service in the employment of the City of Clearwater. ? and that the appropriate officials be authorized to execute same. BACKGROUND: • 5 Year s Mark J.' Senn Police was: Ross H. Smith, Jr. Police Eric A. Fetrow Fire Christina J. Keenan Police Dennis W. Thurston Public Works Irene M. Gaccek Fire George R. Yankay Public Works Patricia L. Rice Library s• 15 Year James E. Hagedorn Fire William E. Sheppard Fire Van A. Horton Fire Robert G. Jones Fire Mark D. Love Fire John H. Donaldson Fire } Paul D. McCann F i re Gary E. MiIarck Marine John R. Lee Fire Vernon W. Packer Planning & Development 20 Years; John R. Chester Fire , Garry L. Wigington Fire Robert L. Housholder Fire William O. McClure III Fire Virgil L. Rush Fire Thomas P. Coleman Fire Richard P. Evans Fire Glenn R. Perry Parks & Recreation Melvin H. Acton Fi re Bruce W. Bechtel General Services Dale' A. Hoffman Fire 25 _-_Y_cri rs: Arthur T. Lovell Parks & Recreation Reviewed by: Originating Dept: Costs: Commission Action: Human Resources Total Legal ? Approved Budget ? Approved w/conditions Purchasing User Dept.: Current FY ? Denied Risk Mgmt. ? Continued to: ' CI5 Funding Source: ACM Advertised: ? Capt. Imp, Other Date: ? Operating Paper: ? Other Attachment's- 0 Not required Submitted by: Affected parties Appropriation .Code: ? Notified ? Not roquirod ? None City Manager 't •'??11111 TO: Mayor Rita Garvey ' .-FROM: ' Betty J. Blunt, Confidential Clerk Receptionist COPIES: City Commissioners, 'Michaei. Wright, Cyndie. Goudeau SUBJECT:' Presentations at the August 16, 1993 City Commission Meeting DATE: August 13, 1993 . The following presentations will be made at the August 16, 1993 City Commission meeting,. :. .. SERVICE PINS 15 years - William Sheppard, Fire Department (letter of appreciation and plaque) Richard Evans Fire Department (letter of appreciation and wateli) , Melvin Acton, Fire Department (letter of appreciation and watch) Will iam'McClure, III; Fire Department (letter of,appreciation and watch) Glenn Perry, Parks and Recreation (letter of appreciation and watch) ' .. r ifF ,'i i• of ?:`'?• ` f w Item M Clearwater City Commission Meeting Date: . ` Agenda Cover Memorandum G 16 tm .5 SUBJECT: UTILITY BILLING POLICIES FOR BACKBZLLING AND ONE TIME HIGH BILLS RECOMMENDATION/MOTION: ADOPT THE POLICY FOR BACKBZLLING UTILITY SERVICES AND THE POLICY FOR COLLECTING ONE TIME HIGH BILLS ® and that the appropriate officials be authorized to execute same. BACKGROUND: Last January a work team was established and customer service issues. This team was set up to the most controversial to customers, discuss policy q recommendations to the City Commission, and to enable and City Commissioners to have a common understanding reasons for them. The first two policies discussed were how to deal the policy for backbilling for services provided. the proposed policies during work sessions. These brought forward for formal approval. The policies being recommended are as follows: One Time High Bills to review utility billing review policies that are ptions, bring policy City staff, management of our policies and the with one time high bills and The City Commission affirmed two policies are now being Utility customers are responsible for paying for 'all services delivered. If a problem is found in the customer's plumbing system that reasonably indicates the water did not flow into the sewer system, a credit for the sewage charge for the portion over the annual average usage can be given. A payment arrangement can be arranged to spread the high bill over an agreed upon time period to lessen the financial impact.of the high bill. Customers may appeal high bills to the City Manager. Backbillinq Customers will be backbilled for services delivered in all cases except those in which a reasonable person would not know that the service was being delivered. Reviewed by: Originating Dept: Costs: Coennission Action: Legal N/A__ _ DOAS `) ! Total 13 Approved Budget N/A Purcha Purchasing NSA 13 Approved w/conditions Risk Mgmt. N/A User Dept: Current Fiscal Yr. 13 U eni cd cis N/A ? Continued to: ACM Funding Source: other ? Capital imp. Advertised: ting p ec © O c Date: o th r Hcmo o?Utility Billing Paper: Polices © d i re Not Requ Submitt by: Affected Parties ? Notified Appropriation Coda: ? None ? ' Not Required City H no er V .•.l't r i r F , .4 [' r a ; I l; ,. r f ,v r ?. r t ,Fk +} '/'; r r , '.r , r r J ' r r a r ... , et ., r;., Ij .'j?. ' r ,^ ar i 3 a r, '; 'r ri a:I i ' . . rY,t• ,`F ,, f 5 r •'. y7a?a.:?. ; ?.II" I ? .. • E i . ...i: .r t•,t . ', r°.1•,,: Jr ? -.r • i l d •.1 i . :'{ ' `. ice. 't r a = •! I 'r s.?:li. F., "'.2 The City •will backbill .forservices. provided for the period billed in-error not':,. ;`to exceed one year except in cases of unauthorized or fraudulent-use. ',In those cases'the customer will be backbilled for the entire period. In crediting an account, except for stormwater,,?.the City will credit for'the period of the,'overbilling up to,three years or.for as long as reasonably verifiable records are available. Stormwater will-be limited to twelve months ''due.to?the administrative costs in computing past.charges. ;'Customers may,appeal to the City Manager-who,may reduce the period of r backbilling or waive'same. ?'!.a r .I i ,.rv 1 - f , e. ? F' 1 .'r' r,I • 'f.,`E`?' Sri ,,7 r M1?t CITY bF CLEARWATE1Z j Inter-departrnerrtal Cor•r•espondence'Sheet r TO: Michael Wright, City Manager MOM: Jeffrey Harpcr, Director of Administrative Services COME S: Betty Deptula, Assistant City Manager SUBJECT: Utility Billing Policics - Backbilling 5 DATE: April 29, 1993 Last January we established a work team to review utility billing policies and customer service issues. This team wfis set up to accomplish (lie following: Review the policies that are the most controversial to customers. Discuss policy options. Bring the team's recommendations to the City Manager and the City Commission for affirmation or further direction. Enable City staff, management and City Commissioners to have a.common understanding of our policies and the reasons for thern. At the February I, 1993 worksession, (lie Commission reaffirmed our policy on one time high bills. This policy is that the customer is responsible for paying for all water that flows through the meter. If a problem is found in the customer's plumbing system that reasonably indicates the _ water did not flow into (lie sewer system, a credit for the sewage charge for the portion over the annual average usage can be given. A payment arrangement can be set up to spread the Mill bill over an agreed upon time period to lessen the financial impact of the high bill. Customers may appeal high bills to the City Manager. The policy team has rnet to address our policy on backbilling to offer our recommendations for approval or modification. ;.r BACKBILLING The Utility Customer Service Division collecled $ 55,378,628 during fiscal year 1991192. We sent out sorne 494,409 bills. We bill for multiple services per bill. List fiscal year we backbilled customers for a total of $ 181,583. This represents .33% (three tentlis of one percent) of the total collected. The table below gives a breakdown of backbillings by service for fiscal year 1991192 and the first six months,of fiscal year 1992193. e? prtnted•on Recycled Paper f .11 . ' J r r Utility Billing Policies I3ilckbilling April 29, 1993 Page 2 BACKBILLING 1991 - 1993 Service Amount N Aittnunt H Total N % 1991192 1932193'. Backhilled sewer 49,866.33 395 40,538.61 85 90,404.94 480 3475 Slarmwnler 58,609.42 132 12,747.05 50 71,356.47 182 :?79'0 solid Wnsie 27,755.14 100 22,484,04 97 50,239.18 197 1990 Cans 24,868,58 21 1,234.70 11 26,103.29 32 1095 Water Domestic 3,035.68 37 2,532.20 22 5,567.88 59 295 Water Lawn 2,544,31 9 2,474.03' E 6 5,018.34 15 245 Tax & Mise 14,90_ _3,75 91 561.71 11 15,465. 102 6% TOW 181,583.21 82,572.34 264,155.55' 10095 Tolnl Revenue Collected 55,378,628.00 30,081,842.00 Totnt Number or 494,409 252,168 Bills *199i/93 I st G Months This table points out that the metered services gas, water lawn and water domestic involve the fewest amounts of backbilling. These services have fewer opportunities for error. Sewer is metered off (lie water meter. Many accounts have City sewer and County, water and vice versa, and some have water and no sewer. It is not so easy to spot errors for sewer changes because there are so many variations. If sewer had not been entered properly when the account was set up, the absence of a sewer charge would not be an obvious error to the Customer Service Representative. Stormwater is a new utility that began February 1991. The information on which charges is based was developed by a eonsultant. The charge is based on impervious area, Impervious area means that part of any parcel of land that has been modified inr a manner which results in the reduction of the land's natural ability to absorb and hold rainfall, including but not limited to any area which has been paved, graveled or covered with a sirueture. This is figured in "equivalent residential units" (ERU's). The numerical value of one rRU is 1,830 square feet of impervious area. This area is complicated to compute and subject to change based on building changes. Many customers have challenged the amount they have been charged based on the original calculations. 'The table indicates that the number ' of backbillings in this area as decreasing as the initial problems-have been solved. Print ed•'gn Recycled Poper t t n f ' ? t i? Utility Billing Policies ? Page 3 Backbilling April 29, 1993 Backbi111ing occurs in solid waste because of the many variations in service provided that present more opportunities for errors to occur: Every account does not have a solid waste charge. Several accounts may have a sharcd dumpster. A condominium may have 250 residences each with a utility account but only one witli a solid waste account. The frequency of pickup can vary. The cost per dumpster size varies. Basically all these variables increase the probability of errors. We have been converting to a new computer billing system since February of 1991. To do this conversion, all of the information in the old billing system was converted to the new system in an "as is" state. We have been auditing this old information and have discovered errors of various sorts that were made in years past. Several of these had to do with discovering that customers have had (lie use of larger meters than they were being billed for. With our tiered rate structure, meter sire can have a significant impact on bills. We have backbilled several customers who are in this situation and some of them have appealed their bills. CURREN'T' POLICY Our policy at present is as follows: We backbitl for all services provided. We will not backbilI customers for more than twelve months, except in cases of unauthorized or fraudulent use. We.allow the customer to set up a payment arrangement to pay for the unbilled services over the same time period during which the under charge occurred. The customer may appeal the bill to the City Manager. In the event of overbilling, we refund the overcharge to the customer for [lie period during which the overcharge occurred based on available records with the exception of stormwaler where refunds are limited to twelve: montlis per Section 32.215 of the City Code of Ordinances. The ordinance for the stormwater utility is the only One that addresses a time frame for backbiIIing and it provides for the one year, period. Section 32.066 stales that "where the customer has not been billed for services rendered, the city shall have the right to back-bill for any such services." We have contacted some neighboring governments to see what their backbiIIing policies are. Pinellas County baekbills or credits accounts for no more than three years. In Dunedin, backbiIling is a management decision but is usually for no more than a one year period: In St. Petersburg, backbiIIing is a management decision but is limited to commercial accounts. Private gas and electric companies are covered by the Public Service Commission (PSC). The PSC regulations establish a backbilling policy similar to ours. 0 Printed n pRecycled Pnper Utility Billing Policies Page 4, Dackbilling April 29, 1993 Customers never like to receive backbills. However, services delivered that are not billed for impact the costs'of the system and if lhcy arc not charged to the customer, they must be spread to all customers. It is the recommendation of staff that customers be backbillcd in all cases ' except those in which a reasonable person would not know that the service was being delivered. For example, most p9ople do not know wliat sire meter they have, if a meter was installed years. ago and is found to be larger than that billed, we do not feel it is 'reasonable to bill the customer at the higher rate. PROPOSED POLICY It is our recommendation that; L, Wcbackbill far services provided for the period billed in error not.to exceed one year except in cases of unaulhorizcd or fraudulcnt use. In'these cases, we will backbil) for the entire period. 2. In crediting an account except for stormwater, we propose to credit for the period of the overbilling up to three years or for as long as reasonably verifiable records,are available. (Our coinputcr•system maintains records for three years but sometimes customers have •t their own records covering a longer period.) Stormwater will be limited to twelve months clue to the administrative costs in computing past charges. 3. Customers may appeal to tlic City Manager who may reduce the period of backbilling or waive same. We feel that this policy will protect the City and give City management the flexibility to make reasonable accommoclations. Print`HH n Recycled Pnper ): _ t' ?frL , .e.. ?.. - ? ..y.. j ,r iY-. ?. ? rt• 1!r ?± S f'. 't..'D"y'Y' Y . t, .i, l' , ' , r,R y 'rJ 1 ,i x s ? f r 1 j? • ? ?4 - • ? ? ! ;ss ?r ? ,v ? 1 ? 1.; t 1 . , .dam ? f,F•`, a '{ t •. .. ? r ' ? f . ,'• ' .J , - • ? ? ?., ,, ,. •.; of - ? '? .- ? . J t ' t r • ' t ? .. 1 . , ` , ' ? 1' ' _ ` i i t 'EN' A?? . DATE - ITEM 1 ' t s f ? jey? V Vim" ? ,• Y 1 I ' J. ? .'t ` F ? . ' .I 'F f . .. .r ; ,1 . . ?_. ? ? r ? ? . . ?. ?? ? e f'. .'• ?? , ? ?? r 3• ? .•,li } E ;: ft ? le t ??' ? '. 14'3 'Y n ;3". •,? l ; , r M Clearwater City Commission Agenda Cover Memorandum Item I Fleeting Date: AUG 16 1993 SUBJECT: Declaration of Surplus Personal Property and Disposal Authorization RECOMMENDATION/MOTION: Declare the attached list of personal property surplus to needs of the City of Clearwater and authorize disposal through Tampa Machinery Auction, Tampa, Florida, in accordance with Sec. 2.622,.Surplus Sales over $5000.00 Code of Ordinances ® and that the appropriate officials be authorized to execute same. BACKGROUND: All departments turn in surplus property, except vehicles and equipment, to Central Stores for distribution or disposal. Vehicles and equipment are stored in open field storage next to the Fleet Maintenance facility. Items have been collected since June 1993. All serviceable items have been redistributed to other departments. Vehicles and equipment selected for disposal, have been inspected and approved by the Director of General Services. All other items were inspected and disposal recommended by the Purchasing Manager, Proceeds from the sale of items will be returned to the fund that originally purchased the property. Tampa Machinery specializes in the sale of surplus vehicles and equipment for government entities. They have been in business since 1971. Auctions are heavily advertised, open to the public and generally register 2000 - 4000 buyers for each auction, Tampa Machinery Auction provides emissions inspection, title transfer, and transportation of property. The commission rate is 10% of the selling price. The city will receive a printout showing asset numbers, selling price, commission and net return. Payment will be made on Thursday following the auction, Tampa Machinery Auction is the current auctioneering service contracted by the Pinellas County Purchasing Cooperative. Reviewed by: Originating Dept: Costs: f 0.00 Commission Action: Legal N/A Administrative Servi s Total C1 Approved Budget h i ! 13 Approved w/conditions as Purc ng Risk Mgmt. User Dept: Current Fiscal r. © Denied cis N A © Continued to: ACM Other Gen. Svice t ' funding Source: 0 Capital Imp. Advertised: ? Operating Attachments: Date: ? Other Surplus Equipment/Vehicle Paper: Listing 0 Not Re uired A q y: Su Affected Parties % D Notified , Appropriation Code: 0 none ® Not Required yni Ci i PrIn e d on recycled paper r .7: a•?)`•c- : r .'>°._ .,r ? ..1, ? ?:l.°. ' I . i . 3 rs r r, ? r•yl?ls,Ir ?t l ' i. 'i l fI I ' 7?;: yh' r5-? •-i 1;t r I : .r! - ? .. ? .. ? rF? t,r ? ,'?. - ' -i 1 - `r: !1`?y?;.,rry.4:... t .,. .. :. ? ,? - ??". •? ?? .. •. ?.. .. ? .? C,'? t,l?,/", ,°rr '! .. .,..?.., :t,i?a? SURPLUS VEHICLES.'AND EQUIPMENT: VEHICLES'-' , 1.: 1975 CHEVROLET C--30 AMBULANCE' #1240.29;•' CCZ335A144839 ;! s MILEAGE - 64,670 2.19 75 CHEVROLET C-30 AMBULANCE, #1240.59,• 'CCZ335A1456B5' " . s . MILEAGE -- 124,175 ril E.;v. is s - " '• - J r ,' ' ,'? i ?'"r ' ? ? ? r ' ; ? ` ,? ? r - • •! I i ? ? ` ? 1 • 7 " • - f r r ? ! 1 ' } ' l ` t Item 0 ?Clearwater City Commission Macting Date: E` Agenda Cover Memorandum AUG 16 1993 r7, SUBJECT: JOINT PROJECT AGREEMENT WITH PINELLAS COUNTY TO INSTALL NATURAL GAS MAINS DURING THE IMPROVEMENTS TO ALDERMAN ROAD RECOMMENDATION/MOTION: Approve a Joint Project Agreement with Pinellas County to install natural gas mains during the improvements to Alderman Road at an estimated labor cost of $30,000' C and that the appropriate officials be authorized to execute same. BACKGROUND: Pinellas County is in the process of widening Alderman Road in Palm Harbor from Alternate U.S. Highway 19 to U.S. Highway 19. This project consists of three (3) phases. The first two (2) phases from Alternate U.S. Highway 19 to Rolling Woods Drive and from Belcher Road to U.S. Highway 19 are complete. This contract is for the third phase of construction from Rolling Woods Drive to Belcher Road. This project involves installing 2,615 feet of four (4) inch polyethylene gas main, 85 feet of six (6) inch epoxy steel pipe and three (3) polyethylene valves along Alderman Road. The installation of the gas main along Alderman Road will provide a vital link between the east/west gas network system in the North County area. Installing the gas main while Pinellas County is constructing Alderman Road will save Clearwater. Gas System future restoration expenses. It would be very costly and difficult to install the gas mains after the county's project is completed due to the placement of drainage and utility facilities, driveways and sidewalks. The Joint Project Agreement provides for labor only at an estimated cost to the Clearwater Gas System of $30,000. The materials for this project will be provided by the Clearwater Gas System from existing inventory. These materials will be issued from the appropriate Reviewed by: Originating Dept: \ Costs: S 30,000 Estimated Commission Action: Legal Budget Clearwater Gas Systc?n?NJ Total 11 Approved Punch N R VJ S 30 000 Estimated 13 Approved w/conditions Risk N/A User Dept: , Current Fiscal Yr. E3 Denied Cl5 N/A AGM N/A Clearwater Gas System Funding Source: 13 Continued to: Other ® Capital Imp. Advertised: [3 operating Attachments: Date: E3 other Joint Project Agreement Paper: ® N R i d ? ot equ re 13 Sub wtitt by- Affected Parties None 1 I ? Notified Appropriation Code: ` 315-46334-563800-532-000 city Mana r ® Not Required %I Prin?d on recycled paper 9•^va:. •???(.•=7. ?•. 5?.,1 .I r+/ :y. ' ..r '3r?" 1.. rf= .? .3' l4 Eod .1.}:' ?l :q,?i - r. [ :', .°j. '?• F:.?.l t?.t?;,+J.^? f, Il rr. + F. It; .{.. •p?• .., f. ,, ,. ,?. :. ?{ ?'. Y^2?"' ? ' ,6.. '?'•? ._f, ) E ')? r .k• f i .. , .. ? 1. !, C r J .. t,. •?A'sIt , !f'r= b TR}.??: `•?? ? r 'S r -7., r fi+ '{? ! ?'> s•, _fr r.{ ?,', ? `'f , a: . . L?e. t. •:i ?/ r ? • jr, 'l I?V , 1 !' 1. l i7°. f, `?•'1.' ? r - ?f', t k. .ri i ' 4 ; ' , ; } , s r ? r r' t, r ?? ",t, Y / t 1 - • ! ' , ,.i r .J:1'' ., 5,. il;" . 'i .?? ? 5, ? . '??I 1? ..g _ j• ' I, '-1'? ,Ir.. ?J .:. "ell - • r I /. •,K^ .?F. )' S 7. - ,.• •F. rr..tS , ?T:?41E ,t it'L ?z. da3 `Y! '?' '?+ V l /??. ??'` •.4'es.k r?lx .<' ,:l:; f:•. •. ?t? yr'.??.`?:F . r S: f• ??`? ? ?i' k' .r? .?. •}'„t:%?i }y? ..j..? r)^ I , . L: 'd:. .r" r•'? `?i''?? tf ??s' :{' ' ? ' ? 1 . . . . 'V ,., ...... .. • , . r r .? ." .k , „ , . f . ` ? . .. .. .- .. .. _ . T l r ? • f .. ,. ? ... , . rn'? ri.? inverit',ory'code and charged-to the.'Capital Improvement Project`; Additional Service Lines. . The estimated cost ;of these .materials is $9, 185.68 'and has,-been:,. ` previously approved. r ' As, of. July 22, 1993,' the 'avai . lable balance in the Capital improvement. Project'_' Additional Service Lines code -is $305 '48 which is 'sufficient to provide' ' ' 817 . '.'fundsfor,this project: . , . . F •, t. )t l iF?f' ' , ' 't f' r: '` S : j?l •R't +5 ?7' f' ? • 't'::•' , . . t . } t t .5 , y i . j s all • . r I JOINT PROJECT AGREEMENT FOR UTILITY INSTALLATION BY ROADWAY CONTRACTOR PROJECT NAME: ALDERMAN ROAD PHASE III PROJECT LIMITS: FROM: ROLLING WOODS TO: BELCHER ROAD PROJECT PID No.: 921527 CONTRACT 2563-B -? This AGREEMENT, made and entered into on the day of , 1993, by and'between PINELLAS COUNTY,'a political subdivision of the State of Florida,' hereinafter called COUNTY, and The City of Clearwater, a Municipality of-the State of Florida, hereinafter called The City. WITNESSETH: 'r WHEREAS, the COUNTY intends to construct improvements to ALDERMAN ROAD hereinafter referred to as the PROJECT, which shall call,for the adjustment, relocation, and/or installation, of the'CITY'S utility facilities along, over and/or under the PROJECT, and, WHEREAS, the above described utility activities are to hereinafter be designated as "utility work" and, ! PWETWM: 13 Page 1 of 6 05-28-92 ., 1 i >. ' E.I. ,1 1 l ?,,L 1.1 . .1•,rrY i ? WHEREAS, the COUNTY' S plans for the PROJECT have been reviewed by the CITY and the CITY has had an opportunity for input into' said plans, and, WHEREAS, the COUNTY and the CITY has determined that it would be.to the best interest of the general public and to the economic advantage of both` parties to enter into this JOINT PROJECT AGREEMENT for the "utility work" and, WHEREAS, the CITY has expressed its desire to assume all' reasonable and 'necessary costs to be incurred for this "utility work" and has requested the COUNTY to include in said PROJECT certain plans and 'specifications to meet the CITY's needs, and, NOW, THEREFORE, the premises considered, and in consideration of the sum of one Dollar ($1.00) each to the other in hand paid, R the receipt whereof is hereby acknowledged, and in further consideration of the mutual covenants hereinafter contained, it is agreed by the parties as follows: 1. The CIT'Y's "utility work" within the limits of the PROJECT, is more specifically described as: installing 41, natural gas main along Alderman Road. 2. The City will prepare, at its expense, the design of. plans and specifications for all the CITY's necessary "utility work" described above and will furnish-to the COUNTY not latex than Sept. 30„ , 1993 , complete and reproducible plans an standard size sheet (29" x 36"), together with a complete set of specifications covering all construction requirements for the "utility work". These plans and specifications shall be complete in every detail and will .include a "Summary of Quantities" sheets and/or "Bill of Materials" identifying 'the items of work, with a "final" estimate of cost, required to accomplish the "utility work" said estimate to the satisfactory to the COUNTY. 3. It will by the responsibility of tho CITY to coordinate the development of the "utility work" plans with the COUNTY's plans for the PROJECT. The COUNTY, upon request by the CITY, will furnish all available ,roadway information required by the CITY for the coordination and development of the "utility work" plans, and the COUNTY shall cooperate,fully with the CITY to this end. PWETWM: 13 Page 2 of 6 05--28-92 E a.' . The CITY shall obtain all necessary permits for construction of the utility work, including the Pinellas County's "Right-of Way Utilization Permit", and provide a copy of the same to the COUNTY so as not to affect the construction of the PROJECT. 5. The COUNTY does not warrant the accuracy of the COUNTY's survey information. The CITY will be responsible for reviewing the COUNTY's survey information and will responsible for any changes to the CITY' a plans suada rnacacsarx !?r dxrorE, .?,?cl omissions la t:I?ti COUNTY's survey information. 6. All survey for construction of the "utility work" will be furnished by the COUNTY under the direction of the COUNTY's ENGINEER. 7. The, coordination of the CITY's "utility work" with that of the roadway contractor and other utilities and/or their contractors will be the responsibility of the COUNTY. The CITY shall cooperate fully in. this matter to ensure that any delays in the construction of any phase of the PROJECT, occurring as the result of unforeseen i circumstances involving the CITY'S "utility work", shall be remedied immediately with the full force'and power available to the CITY. 8. All of the work, pursuant to this JOINT PROJECT, is to be'done`in substantial accordance with the plans and specifications of the CITY (if any) which plans and specifications are, by reference hereto, made a part hereof. All information required for field changes, change orders or supplemental Agreements pertaining to the CITY's "utility work" shall be promptly furnished to the COUNTY.' 9. The CITY will provide the necessary construction and engineering inspection of the CITY's utility work to determine if construction is generally'in compliance with the plans and specifications. The CITY'S inspector shall immediately notify the COUNTY, inspector of any objection to the "utility.work". 10. The COUNTY shall be responsible for,the bidding and award of the Construction Contract and shall include the "utility work" as a' separate option item in its bidding document. After the COUNTY receives, opens, and evaluates the bids, the Director of Public Works shall notify the CITY, in writing, of the COUNTY'S intent to award the contract to the low. bidder. This notification shall include the amount for the "utility work" option." The CITY shall have five (5) days from receipt of the COUNTY's notification to request, in writing, that the COUNTY delete this option, and to notify the COUNTY of the CITY's intent to perform the "utility work" with the CITY'S own forces or its own contractor. In'order not to delay the construction of this project, the CITY must show that it is ready and able to perform all "utility work" prior to requesting that'the COUNTY delete the "utility work" option from the contract award. The CITY does not have the right to delay or affect, -in any way the award of the contract. In the event the CITY, in performing the "utility work", causes a delay to the COUNTY's construction of this project, the CITY agrees to pay all claims and cost incurred due to the delay. in the event the COUNTY, for any reason, decides either not to } proceed with the PROJECT or halts construction of the'PROJECT, the COUNTY will not be responsible for any "utility work" not completed.. PWETWM: 13 Page 3 of G 05-28-92 l1 ' t' I .I• o ' F ¦. . 11. The CITY shall participate in the design, utility coordination, pre- construction and other meetings as ,necessary for PROJECT coordination. 12. All adjustment, relocations, repairs, maintenance, and incidentals required to be performed to the CITY's existing utilities within this PROJECT, not included in the "utility work" will be the sole responsibility of the CITY. All such work is to be coordinated with the construction of this PROJECT and in a manner that will not cause delay to the COUNTY's PROJECT contractor. 13. The CITY's comments and suggestions are invited and will be considered by the COUNTY; however, all services and work under the construction contract shall be performed to the satisfaction of the COUNTY'S Director of Public Works, and he shall decide all questions, difficulties and disputes of whatever nature which may arise under or by reason of such contract for "utility work"; the prosecution and fulfillment of the services thereunder,. and the character, quality, amount and value thereof; and his decision upon all claims, question and disputes thereunder shall be final and conclusive upon the parties hereto. 14. . The CITY hereby certifies that funding'for.the preliminary estimated "utility work" cost of $___30,_000._00__ , , including 5% ' for construction/ contract administration has been appropriated and is available for payment (attached to this agreement as Exhibit "A". In the event the actual cost exceeds the final estimate of costs, the CITY shall reimburse the COUNTY for such actual cost. 15.. Upon completion of the entire PROJECT, which will be determined jointly by the COUNTY and the CITY, the CITY shall own, .control, maintain and be responsible for all CITY utility facilities involved according to the terms of -the Pinellas County Right-of Way Utilization Permit attached as Exhibit B. The CITY further agrees that it will maintain and keep in repair, or cause to be maintained and kept in repair, all of such constructed facilities or utilities. 16. The CITY shall defend, save and hold harmless the COUNTY from any and all, legal actions, claims or demands by any person or legal entity against the COUNTY arising out of the participation in this agreement by the CITY, including delay claims arising from the CITY's performance of its own "utility work", or use by the City of the. completed "utility work", subject to the defenses and limitations available to the CITY pursuant to Section 768.28, Florida Statutes, as the same may be amended from time to time. The CITY and the COUNTY agree the COUNTY will pay Ten and 00/100 Dollars ($10.00) to the CITY as separate consideration for this indemnification and any other indemnification of the COUNTY by the CITY provided within this Agreement, the. sufficiency of such separate consideration being acknowledged by the CITY by the CITY's acceptance and execution of the Agreement. 17. Upon receipt of invoices prepared in accordance with the provisions of this agreement, the CITY agrees to reimburse the COUNTY in the amount of such actual cost. The COUNTY will invoice the CITY monthly for all costs incurred under this Agreement as certified by the COUNTY'S inspector, and the CITY agrees to pay the COUNTY within.thirty (30) days. 18. Upon completion,of the entire PROJECT, the COUNTY shall within one hundred eighty (180) days, furnish the CITY with two (2) copies of its final and complete billing of all cost incurred in connection PWETWM: 13 Page 4 of 6 05--28-92 ,;It • ' '' • ! r ' ' I - r. S. . !• t 1 1 ' .., !. 1 s Q , e . r I , !• , ' R)5.!n1t.0.1'1..., a.' ` E' r, . •, ' .. .. a • I .r. .. . f.. .'. with 'the work ' performed hereunder, such statement to follow As closely as°possible the order of the items;,contained in the job estimate and include,all monthly payments to the contractor. The final billing shall show the description and site of the project, the date on which the last work was performed or the last item of • billed expense•was incurred, and the location,where tha records and accounts bill can be audited. Adequate reference shall be made 'in 'COUNTY's records, accounts or 'other relevant the-billing to the , doc+tmpntR. All. cost rQrrrtts, and arroi+nrs steal]. be qubjpci to audit by a representative of the CITY. 19. Upon completion of the entire PROJECT, the COUNTY shall, within'one hundred eighty (180) days, furnish the CITY with one (1) set of"as built" ("record"), standard size sheet 124" x 3611) "utility work. plans. I 20 Upon completion of the entire PROJECT,.the COUNTY shall insure that any warranty,,. including materials,, equipment, workmanship and closeout documents, by the contractor constructing and/or installing facilities'in accordance with this Agreement,,is passed on to,the CITY under the'same terms and conditions as that warranty applies.to facilities constructed or installed on behalf of the COUNTY.' IN WIT'NESS WHEREOF, the parties hereto have caused these presents to be executed by their duly authorized officers and their officials's f seals hereto affixed the day and year first above written. r , • k•I PWETWM: '13 Page 5 of 6 05-28-92 R EYt,. CIE t, 1'?T: ;a r ' ' • ` ' ' ' f ' .. . ' . , ' ' , ! , ` J ' ' P I r. N , ! to . JOINT PROJECT'AGREEMFNT' J f, FOR UTILITY INSTALLATION BY ROADWAY CONTRACTOR , ATTEST: PINELLAS COUNTY, FLORIDA, by 'and Karleen F. DeBlaker, Clerk through its Board of County commissioners BY: BY:. Deputy Clerk (Seal) ' Countersigned: BY: ?. By: (Seal) APPROVED AS TO FORM ATTEST:- BY: Office of •' County. Attorney ; „ Countersigned: CITY OF CLIEARWATER, FLORIDA Rita Garvey Michael J. Wright Mayor-Commissioner City Manager Approved as to form and correctness: Attest: City` M.A Galbraith, 'Jr. Cynthia E. Goudeau, City Clerk City Attorney PWETWM: 13 Page 6 'cf , 6 F ; . 05-2'8-92 I + • x ' 1. J • I ?' f . a il ,e ? • rE. , ?, J.4., k'' ,° t 'C ftA'6 '7 1(tq 3' A< ; n? C-1 T Y 0-F C L F A R W A T E R m POST OFFICE BOX 4748 CLEAAWATER. FLORIDA 34818.4748 Mice of Finance Director 462.8930 July 9, 1993 Mr.'Robert C. Janowski, Utility coordinator Pinellas County Department of Public Works 440-Court Street _ Clearwater, Florida 34516 Dear Mr.'Janowski: " This letter,is being written at the request of the Gas. Superintendent in connection with.the proposed Alderman Road project. Please be advised that adequate funds are available in the current budget to cover the proposed cost of $30.,000.00. ' Upon. City Commission" approval of the proposed contract, these funds will be encumbered and will be used only to, reimburse the County in.accordance with the contract. Reimbursement will be made promptly fallowing receipt of a'County invoice approved-by the.Gas Superintendent. If you require further, clarification, please contact me. Sincerely, Danl 1 J. De'gnan, CPA Finance Director cc: Chuck Warrington, Managing Gas Director, Terry°Neenan, Gas Superintendent Jeff Harper, Director of Administrative Services. Tina Wilson, Budget Director Barbara Weston, Cash and Investments Manager . i • Sheet Z of RIGHT OF WAY Pinellas County UTILIZATION PERMIT Department of Public Works "GENERAL UTILITIES LICENSE" PERMIT NO. THE COUNTY OF PINELLAS, a political subdivision of the State of Florida, hereinafter called the Permitter, hereby grants to Clearsrator Gasn1esys_Cemof 400 N. Myrtle Ave Clearwater F1. 34615 hereinafter called the Permitter., a Permit to construct, operate, zt1 y a e ip maintain, renew and/or remove as shown on attached sketch along, across, beneath, or over right of way and/or property of•Permitter at the following location: County Road No. Name: Section Township South, Range ? East; situated at: Florida, subject to the following ' (Address or Street Intersec Lon provisions and•conditiom : 1. Construction, operation and maintenance of such utility shall not interfere with property and rights of prior ' occupant: 2. The construction, operation and maintenance of such utility shall not create obstruction or conditions which are or may become dangerous to the traveling public. '3.• All, work must be done in keeping with standards of the Florida Department of Transportation Manual of Uniform Minimum Standards For Design, Construction and Maintenance For Streets and Highways, Roadway and Traffic Design Standards, Florida Department of Transportation Standard Specifications For Road and Bridge Construction, AASHTO and by the County Director or his agent. 4. All materials and equipment shall be subject to inspection by an Engineer'of the County or his agent. S. The Permittee shall and does hereby agree to indemnify, pay the cost of defense, and save harmless the Permitter front and against payment of all claims, suits, actions, costs, attorneys' fees, expenses, damages, judgments, or decrees by reason of any person, or persons or property being damaged or injured by the Permittee, his employees, agents or -sub-contractors or in any -way attributable to the performance, prosecution, construction, operation, or maintenance of work herein permitted by Permitter and'resulti.ng front negligent acts or omissions of said Permittee in connection with the work herein permitted. 6. The Permitter shall repair any damage or injury to the road or highway or other County property by reason of the exercise of any of the privileges granted in this Permit, and shall repair the same promptly, within seven (7) days of opening, restoring it to a condition at least equal to that which existed innsediately prior to the infliction of such. damage or, injury. (Note: All portions of the right of way other than paved areas disturbed by the construction of this utility.w ill be compacted, grassed and mulched or sodded as required.) 7. All overhead •instaljations shall conform to clearance standards of the State Utilities Acconrnodation Guide and all underground crossing installations shall be laid at a minimum depth of 30" below pavement, or at such greater depth as Permitter may require. .8. In the event of widening, repair or reconstruction of said road, the Per•mittee shall move or r"tove said utility installation at no cost to the Permitter. 9. This permit creates a permissive use only and the placing of facilities upon County property pursuant hereto shall not operate to create or to vest any property rights in said Permittee and is granted in perpetuity subject to termination by the Permitter upon the giving of 30-days notice in writing to the Permittee. i 10. The Permittee shall furnish the Permitter with a survey showing the exact locations of all facilities to be ' installed pursuant to this permit, said survey to be sufficiently detailed to allow location of said E installation by reference thereto. The attached sketch, covering details of this installation, shall be a part of this permit. -------------------CCNTINUED ON OTHER SIDE OF APPLICATION -- ----- •-- --`"-- 11, Section corner monuments subject to displacement shall first be referenced and later react by a Florida Registered Land Surveyor. 12, All activities in accordance with this permit will require conformance to the "Manual on Traffic Control and Safe Practices-.for Street and highway Construction, Maintenance and Utility Operations' (CHAPTER 316 FLORIDA STATUTES) ..13.. The Permittee's attention is directed to the provisions of the Thench Saf ety Act (Florida -'Statutes, Section 553,60 et. seq.) and the Occupational Safety and Health Administration Excavation Safety Standards (29 C.F,R' Section 1926,650, Subpart P) which shall apply to construction, operation, and maintenance pursuant to this permit, 14. Compaction within right of way to meet Pinellas County Minimum Standards, '15. Highway Division is to be notified a minimum of 48 hours prior to beginning work at 532-8900, otherwise the Permit will be voided. 16. The Permittee shall conntence construction within 50 days from the date of this permit and it shall be completed within days. . Permittee or Agent: Phone: 462-6630 Date: TO BE FILLED OUT BY PINELLAS COUMY ENGINEERING DEPARTMENT: Sod required yes or no Seed 6 Mulch yes or no Pavement to be restored by use of concrete slab as per attached sketch: yes or no Open cut yes or no Jack and Bore yes or no PINELLAS COUNTY, FLORIDA, Acting by Authority of the Board of County Conniissioners Date: SEE ATTACHED LETTER FOR ADDITIONAL Pub c works Engineer, ngineering Services CONDITIONS TO THIS UTILITY PERMIT. THE UTILITY NOTIFICATION CENTER,-!'CALL CANDY", (800-2$2--8881) MUST BE NOTIFIED 48 HOURS IN ADVANCE OF cONST. DIRECTIONS FOR FILL ING'IN PERMIT SHEETS 1. Description and nature of the proposed installation shall 'be outlined in the three- blank lines on application. 2. The bottont of Application Sheet 1 shall be signed by applicant or his agent. 3. On the attached plan, the following data shall be supplied: a. The plan sketch shall 'show the 'right of way lines. and the widths of right of way. The offset distance from the centerline of the proposed installation shall be shown and the scope of the: proposed project, with all the distances and sizes-clearly indicated. b. Typical cross section shall be furnished showing width of pavement, width of right of way on each side, offset distance from centerline to proposed installation and any pertinent data to sidewalks, curbs and gutters, etc. C. Indicate,type of installation on both typical cross section and plan view. d. All pertinent drainage information and calculations or justification for size of pipe and/or grading. 4. All improvements within County maintained right of way- shall conform to Florida department of Transportation requirements and/or Pinellas County Subdivision requiremnts. S. All applications for Water and Sewer lines must be separate applications and counter-signed by the utility involved prior to submittal preferably, 6. This form is to be node out in QUADRUPLICATE with four (4),drawings; one fully executed copy will be returned to you after approval. 7. There is a variable processingg fee which must be received prior to the issuance of the permit. Please make check payable to Board of County Commissioners. ' r ' r .`r?. t• .. r f i DATE : SHEET : OF ?. UTILITY CONSTRUCTION NOTES ,1.'- r COMPACTION FOR PIPE BACKFILL SHALL COMPLY WITH AASHTO T--99 (1007.), 2. ALL PROPOSED WORK WILL COMPLY WITH F.D.O.T. INDEX NO. 700. ' 3. ALL RIGHT-OF--WAY INSTALLATIONS WILL COMPLY WITH THE STATE OF FLORIDA UTILITIES ACCOMMODATIONS GUIDE. -.4. ALL PROPOSED WORK SHALL COMPLY WITH PINELLAS COUNTY SUBDIVISION REGULATIONS AND' MINIMUM TESTING FREQUENCY REQUIREMENTS. 5. SIGNS,AND BARRICADES . SHALL BE PLACED ACCORDING TO F.D.O.T. MANUAL OF SAFE PRACTICES; REFERENCE F.D.O.T. INDEXES 600 THRU 650 AND 17349 PER ROADWAY AND TRAFFIC DESIGN STANDARDS LATEST EDITION OR D.C. INDEXES 100 THRU 116. ' 6.. SIDEWALKS WILL BE'RECONSTRUCTED WITHIN, THREE (3) DAYS AFTER REMOVAL AND SAFE PEDESTRIAN TRAFFIC WILL BE MAINTAINED AT ALL TIMES. IF EXISTING SIDEWALK IS REMOVED, IT WILL BE REMOVED TO THE NEAREST EXPANSION JOINT, 7. INSTALLATIONS INVOLVING CONCRETE AND ASPHALT DRIVEWAYS, IN GOOD CONDITION, SHALL BE ACCOMPLISHED BY JACK AND BORE OR PUSHING. JETTING WILL NOT BE ALLOWED. 8. DISTURBED AREA WITHIN THE RIGHT-OF-WAY SHALL BE COMPACTED TO 100: OF MAXIMUM DENSITY AND SODDED. DENSITY REPORTS WILL BE PROVIDED TO PINELLAS COUNTY HIGHWAY DIVISION. 9. ROADWAY PAVEMENT WILL NOT BE OPEN CUT OR DISTURBED. INSTALLATIONS SHALL BE ACCOMPLISHED BY JACK AND BORE AUGER METHOD ONLY. ALL SHELL ROAD CUTS SHALL BE REPAIRED WITH 8" D.O.T. TYPE CERTIFIED SHELL 11. DO NOT DISTURB THE CURB OR PAVEMENT. 12. ALL EXISTING DRAINAGE TO BE MAINTAINED AND RESTORED TO DESIGN FLOW.LINES. ; 13. MAINTAIN AT LEAST TWELVE (12) INCHES CLEARANCE FROM EXISTING UTILITIES AS REQUIRED BY CODE OF FEDERAL REGULATIONS 49 - TRANSPORTATION OF, NATURAL GAS BY PIPELINE PART 192. , 14. ROADSIDE UNDERDRAIN . IS NOT TO BE DISTURBED 44 15. ALL DITCHES AND SIDE SLOPES THAT ARE DISTURBED ARE TO BE RESHAPED TO ORIGINAL DESIGN AND RESODDED, :rµ ??F i;•.h?41 !1 . . item # Clearwater City Commission Meeting Date: Agenda Covet' Memorandum AUG 16 1993 SUBJECT: Purchase of 21 Handicapped-Accessible outdoor Water Fountains O O : Award a contract to Architectural Product Sales, Inc.,, Palm Beach Gardens, FL, for the purchase of 21 handicapped-accessible outdoor water fountains, at a total cost of $15,364.65 ($731.65/each), which is the most responsive bid submitted in accordance with ADA specifications, 0 and that the appropriate officials be authorized to execute some. BACKGROUND: In order to be in full compliance with the American's with Disabilities Act (ADA) , the City of Clearwater is required to have 50% of its outdoor drinking fountains located on,City property accessible to handicapped persons. The handicapped- accessible outdoor drinking fountains will be installed at the following locations: 1 at Shuffleboard Club, 1 at Lawn Bowling Club, 2 at Jack Russell Stadium, 2 at Carpenter Field, 4 at Eddie C. Moore Complex, 1 at Del Oro Park, 2 at Ed Wright Park, 1 at Bayfront Tennis Courts, 1 at Moccasin Lake Park, 2 at Crest Lake Park, 1 at Station Square Park, 2 at Ross Norton Park, and 1 at Woodgate Park. The material cost is estimated at $25 per fountain, and labor cost is estimated at $125 per fountain. Bids were solicited for the purchase of 21 handicapped-accessible outdoor water fountains according to ADA specifications. Eight firms did not submit bids for the following reasons: 2 do not offer the product, 1 unable to bid due to insufficient time to respond, 1 unable to meet specifications, 1 was not a supplier, 1 was not interested in bidding, 1 could not locate bid package, and 1 Purchasing was unable to contact. The low bidder, Hughes Supply, Inc., Clearwater, Florida, did not meet the ADA regulations/ specifications requiring a knee clearance height of 2711 and a knee depth of 17". Hughes Supply bid fountains with a knee clearance height of 2611 and a knee depth of 15". Funding for this project is budgeted in the Capital Improvement Code: 315-1- 94702-550800-519-000, ADA Transition-Plan, which has an available balance of $557,670.00, as of July 7, 1993. Fiscal year 1992/93 budgetary impact will be $15,364.65. Reviewed by: originating Dept: Costs: S 15,364.65 Camission Action: Legat - N/A Ger 9t S rvires A Total p Approved Budget Purchasing L kf6 !`!,Y// Z 4 ; , $ --- O Approved w/conditions Risk Mgmt. - A _ User Dept: Current Fiscat Yr. 17 Denied CIS N/A various i] Continued to: ACM Funding Source: other 0 Capital Imp. Advertised: Operating Attachments: Date: 5/7/93 & 5/14/93 13 Other Bid Tabutation/Bid Summary Paper: PC Review & Tampa Trib. Not Required y t Af fected Parties © None n j 0 Notified Appropriation Code: 315-91`702-550800-519-000 Mr Not Required Printed on recycted paper JF .. ? ? ' .. , , 'y.`'. ? f s' - a a. ? ? ? ? ' .p ? - r ? . 'J ? -.r x , ". rr' I "1 I 'r r , F , • . . , . r 14 `" Cl. .q W 0 I ( er ? { [ ? P? r ' ? . . pr ? p 4 { a ? 1 N [4 iV 1 F sl ? ?? '~' 1 . r o J .a a s U yW H W ? i i ` " '4? f? v S ? [a , F A W P I ; P 4 i . / LM E. as P4 r? tn 1 m P r .I CCMgq P4 ,I . a , - f?i 4 . r s? , ? y ' ' ' i ' ? C] C7 p w tr7 ? ? N ? I [ . 77 q F7 EEE'??? ' 7 ? W o H Fi r O ? M ppyy O O ' e rd ? y; . /? 1 ?1 f.l • f . . . ? ? . !. ,. ? • , I + f .I . ? ?j_b •' ' r ? ?i - rf. ., , :0.i 'J,r• .`EY.. J>{..,akY„,:: `, [,?7Fr , • Y i ? ,i i ?'J ;{? • fir. ' , or. , id ` vet ." { • • I f ?i .' , 't e fw+yjJ .OUTDOOR DRINKING FOUNTAINS BID 101-93 RESPONSES: .Arch. Product Sales TOTAL: $15,364.65 'Palm Beach Gardens, Florida' Hughes Supply, Inc. TOTAL: $14,269.50 Clearwater, Florida ' Hunter--Knepshield Co. TOTAL: $18',942.00 Crestwood, Kentucky ; Pro--Flo Products' TOTAL: $16,532.50 r Cedar Grove, New Jersey " NO BID "RESPONSES:. Sportmaster• Unable to meet Pittsburgh, Pennsylvania specifications Miracle Recreation Equipment Do not offer Maitland, Florida NO RESPONSE: Aqua Coolers of Tampa Bay Insufficient time to. St. Petersburg, Florida respond 1 Carr Inc. Plumbing Not a supplier Safety Harbor, Florida ; Bradley Corp. Do not offer Menomonee Falls, Wisconsin ' 'Aquamatic Water Products Not interested' Oldsmar, Florida Dominica Recreation Products Could not locate bid Longwood,.Florida The`Water Company Unable to'contact Palm Harbor, Florida . ' ` " `. . ', • % 1; '- , refl., t '' J, '' • F ff tt t t , G•R'1ii , .. •I - l.r .` .. .. 1, ' .. F f ' .1' i r i fig. SM t I 1 . BID RESPONSE FORM (101--93) item` Unit Total .r No. Quantity ;Commodity Description Price Price 1'. 21 Concrete Outdoor Type Drinking Fountains For Handicap Accessibility With Internal Drain $ $ With External Drain $ $ MUST MEET ADA REQUIREMENTS a) Units should be manufactured of strong reinforced concrete with exposed 'aggregate finish. b)., Stainless Steel Bowl" c) Chrome Plated Over Solid Brass Plumbing d) Lever Control or Push Button that meets American with Disabilities Act (ADA) requirements. Note: Delivery to: General Services Dept. 1900 Grand Avenue ; Clearwater, FL 34625 Please Call 24. hours before delivery -(B-13/-462--6610)- Shipments received-between: 7:00 A.M. & 3:00 P.M. f Monday thru Friday F.O.B. CLEARWATER, FL 1 Delivery Date: after receipt of order. Payment terms: ' Contact Steven Kelly, at 813/462--6610'with questions regarding,this bid. . . .. 'ti. X71.' 'iL .i.'eS-L".•. .i y(.S' ' jY fil , :?...?.?Y._d? o-____4 . ??-A....: , _ .:....:...? .1 .? ?.? ._, ? . • _.., .?... ?. i ,I Y?r..w?»a,w. r-n w•.Sf, w ._ ._f.. ++.-" .? _. ..« ....... _., .. .... ...._ .-.._ «,....... .. ?-•_r•...... ._ , r--' '- •..?J+...w...rr+ f a?: - X14 II (?????f/'/? JJ?"JJ///?? ? ?f/???/.? . ? •' i•l•! ,-.....•,.__.._......._/Pfi ` .I.w..?!.T'? .......-_....f ,f_..V ....-:..?!V.!`\J?..-,«.,-?V .?1.-?!__,.=._...._--_ _ ?' ?._........ r-........ti.,..... ? J ' . Yr;.6?? 1//. , ..,..T,.-.`,.. "' '• _""_-_ ' ?'7C> (Gi??fYC. t- W WT ?.I?yr .? _ fit ? :? `?, •'? t .iy}yr,.r.. ,s .._,._ .«,.. -.{.y..»e a ._ _... .. ...,... «..... ..... ... _..., .. ... .r _. ... .,... ,. .. _. ..-.... .. __.-., y, .. ,.«......... ,., _. _r.-. ,.+.... _n__.r-rn-. r.m....?,._w-..r ,. MY 7 IE.i ', . I: , r s • ... ., f .l. 1r' r.•T :Y.e ? •?{ .... •.rex?nnnts rMl? v` :;r J .= E .?;;' '?. r %?.:, I,f V -'?dii') ;' i ,1; r Clearwater City Commission Agenda Cover Memorandum Item # Meeting Data: AUG 1 9 1993 SUBJECT: Transmission Service and Repair for Large Truck Vehicles RECOMMENDATION/MOTION: Award a 12-month contract, 10/1/93 -- 9/30/94, to Suncoast Industries, Inc., d/b/a Aamco Transmission, Clearwater, FL, for the routine service and repair of automatic transmissions for large truck vehicles, at an estimated cost not to exceed $60,981.00, which is the only bid submitted in accordance with specifications,' ® and that the appropriate officials be authorized to execute some. BACKGROUND: Bids were solicited and received for the routine service and repair of automatic transmissions for sedans, small and large truck vehicles. The routine service includes the replacement 'of transmission fluid and filter and any needed adjustments that may be necessary to the vehicle's transmission. contracting these services ensures that the service will be performed on schedule and purchased at a competitive price. Only one vendor, Suncoast Industries, Inc., d/b/a Aamco Transmission, responded to the bid solicitation. Fifteen firms did not submit bids for the following reasons: 11 do not offer service, 2 schedules will not permit, 1 returned bid late, and 1 did not want the business. Since Mr. Transmission submitted the lowest bid but only bid sedan and small truck transmission service and repair, it is recommended that Bid No. 96-93 be split between Mr. Transmission for sedan and small truck vehicles and Suncoast Industries, Inc., d/b/a Aamco Transmissions for large truck vehicles. The bids received were analyzed and estimates were calculated for the number of routine service and transmission repairs for large trucks in a 12-month period; it is estimated that this service shall not exceed $60,981.00. Fiscal year impact for 1993/94 is estimated at $60,981. Sufficient funding has been included in the City Manager's recommended budget to fund this contract. Reviewed by: Originating Dept: Costs: S 60,981.00 N A C ai S rv'sces Total Budget Y P h i ' S -0- urc as ng ?. Risk Mgmt. NIA User Dept: Current Fiscal Yr. Cis N/A ACM - various Funding Source: Other ? Capital Imp. Advertised: 0 Operating Date: 4/23/93 & 4/30/93 0 Other ! Paper: P.C. Review & Tampa ib F Tr une ? Not Required Submitted Affected Parties Appropriation Code: D Notified 566-06610-530300-590-000 City ana$ r 0 Not Required 0 Printed on recycled paper Commission Action: ? Approved ? Approved w/conditions ? Denied ? Continued to: Attachments: Bid Tabuiation/Sid Summary 13 None . CITT D1 CL3A%vATEI• TRAMtnISSION 5P]IYICII . ' •• 326 14-13 DP1Mm 03136112 ' 11a TAB . 3UNCOA9T 1061JITIIEI MR. TRAMLIUILIDN QUIgt TRANSIIt6310M ' AAHCO TRAIIS1713StONI , . _CLLAR14ATi f•._9L4Rf4A A v SI.TA%yA14R. '9LORloA - UNIT TOTAL UM1T TOTAL LIMIT TWAIL ' ' ' 6? ST114 4Rxct1Y71DN Qusvrin Ina iA1C[ nm zm j,am nm it 112AME A1111ISAI?LTIIULTI - Iti2ty t 7 73%0 _IS , . ' - RtH0Y112I5U11.DI1N6fA1L . 21 NS.Od 13,]73.00 213.00 7,313.00 310,00 11110.00 • RF2gV[1ptl14M0tI1M3TA1L 23 673.00 11,]15.00 49!.0.0 8.1,313.00 310,p0 9.2!0,00 - ' ' - FRLYRMf1YI IIAINI'EMANCI 23 21.00 $00.00 29.13 144.13 21,13 123.13 , 2 G.M. 100%4 ' ', - 1,1201SIHNUILDIINSTAM 40 173.00 If,Roo,00 293.00 11,100.60 370.60 14.100.00 . - NRt0YR11ZCFWIC[fIM/TALL 40 493.00 17,100.00 493.00 19,100.00 210.00 14,466.DO • - 1RdtNTIVI HAINTIMAMCE 40 2400 416.00 11.93 1,115.00 • 24.13 118.00 ' 3 D.M. 33D WANG " ' - It1lDTR1RI1U11A11N47ALL t7 293.00 1,373.00 173.00 4,315.00 203.00 3,123,00 r ' ' - i211DYIJEZtlgMCE11N4TAIA. 33 213.60 7,!15.40 213.00 6,173.00 207,00 !.123.00 ' - PREYINTITR HAIMPANC1 1s 11.30 r 427.30 10.13 ' 494.73 24,93 423.73 4 C.M. 400 TuN46 ' ' ' - R010YL70.[4U1[AIINSTALL 25 213,00 51123.00 173.00 4.313.00 203.00 3, 1".Do ROWSIRICIUMCIl1NSTALL 23 341.00 1,133.00 273,00 4,513.00 203.00 3,123.00 • 7RKVL"IYE MAINTENANCE 21 17.30 437.30 11.93 498.73 24.13 473.13 , s 9D%6 RAW ' ' + R010YtIltilmollM3TALL 30 471.00 1.f00,00 • ' ]71.00 6,300.0a 310.00 1,400.00 • r - 0twYNIUCI1AM4111NITALL 20 MIA ••+ 193.00 13,900.00 370,00 7,400.00 ' " - FRnINTIVE HAIXTINANCI ,20 24.30 490.00 11.93 319.00 14.93 419.00 6 Polo AIDS ' ROWSINEIULIDIINSTALL 20 413.00 1,900.00 293.06 3.100.00 370,00 7,460,00 • REMYLIt1CILANOLIINLTA2L t0 M/A ••+ 395.00 11,900.00 370.00 7,400.00 . • PRETIRTITI HAINIENANC3 10 24.30 490,00 33.00 100.00 24.13 411.00 ' • 7 FORD C3 ' ' - RDWORIIUILDIINITALL 30 343.00 10.330.00 113.00 3,230.00 303.00 6.I5O.DO ' r 000111MICHAMGEIINSTAIL 30 343.00 10,130,00 273.00 4.250.00 103.00 6,130.00 ' PREvEMfIY[ ILAINTINAMCE 30 t1,30 313.00 19.73 S1t.30 24.13 746,30 ' 3 FORD C3 , ' ' - ROgYiIRIRUIIDIINIULL 30 343.00 10.330.00 113.00 '3.230.60 203.00 6,150.00 - I2M6YFJI1C11A1lGtJSN1TALF !0 343.00 10050.00 173.00 3,236.00 203,00 6,150.00 ' ' ' - PIEYINTIYI HAtMTENAMCI 30 17,30 325.00 11.93 , 311.30 24.15 744.30 9 FORD C1 ' • RCff67R7RT1U11A11SN2TALL• 23 243.0a 1,623.00 173.DO 4.373.00 103.00 3,123.00 ' - 11IM9111CILANCEIIMSTALL 23 343.00 4.623,00 213.00 7,173,00 203.00 5,113.00 ' • - PREYemn nA7MTFRAMCE 23 17.30 411.50 19.93 411.73 24.95 623.73 ' to TORD I40D - ItIMUINEIVILOIUSTALL 40 493.00 19,100.00 • 693.00 '27,400,00 310.00 tZ.800.00 . RE1pYFltxtlw+6L1IM3TAIL 46 NIA ••• 993.00 59.500.00 510.04 22,600.04 ' • PREYENTIYL HAIN2INANCI 40 24.30 910,00 33.00 1.400.00 21.13 11111.00 ' ` 11 1010 ADD - It210YIIRESULLDIINSTALL 40 443.00 t9,10040 121.04 9,040.00 370.40 14, 190.D4 • RtMYRInCILANCt11M2TALL 40 .473.00 11.400.00 423.00 11,000.00 370,60 14,400.00 , • FRtYtNT1Yt MAIMTENAMCI 40 24.10 150,60 11.91 - 791.00 24.15 118.00 .. 12 CIMISLU TDRQUR YLTTI 4 ' r . IIDQVNIRTIUILIDIIN17A1L 40 315.00 11.100.00 113100 7,000.00 201.00 4,206.00 , IrmlElExatAMOLI1MSTALL 40 295.00 11.100,00 315.00 11,000.00 103.00 1,200.00 , ' • . FRtvwtYt M lml(AMCI 40 11.54 100.00 21.95 794.00 34.1! 991.00 12 m"Sult TMQUE PLTTF 3 ' • NEHOYElSIlUI1LIINiTALL 30 293.00 1.150.00 313.00 5.710,00 , 207.00 6.130.00 ' ?0.016TEFEICILANCE11MS1A1L '3D 295.00 1,370.00 273.00 1,210.00 203.00 6.130.00 ' • fAEV9RTIYI t%IMfINANCI 30 1100 313.00 19.95 516.30 24.13 141.30 ' F,dtCt T%OCES_- 1ri31l.. 14 lau 20 • ' 14 AILISUlt A1343 , ' - 1ZHOVEIR98UILDIINITALL 15 113.00 12.410,00 + MIA MIA - IPHOME3CILAMCUU&TALL 't4 111.00 12.510.00 NIA WA ' - PREYENTIYI HAIRTIMAMCL 16 13.00 1,3]0.00 •• MIA MIA 15 ALLISON 220 ' + RIH6YRF%ItUl1D13M2TR1L 3 1.190.00 3.470,00 + MIA MIA ' ' - NItgYFIExCIIANCIITNSTALL 3 t,190.00 3,410,00 • MIA NIA - PMIYENfIYF MAtHIUAMCS 3 113.00 '343.00 •• NIA MIA K ALLISOO TL-{U - RIDIOTSIAISUILDIINSTALL 1 1,690.00 1,1?0.00 • NIA RIA - RIHOYFIP?LTLAMGIlSMf7AL4 1 MIA ••• MIA MIA - PtIVINTITt MAINTINANtt 1 115.00 113,00 +• NJA NIA • 11 ALLISON NY-631 •' ' - Rblovslasult.Dl1NSTALL 21 1.690.00 62.310.00 • MIA ,• NIA • • 117MV1191CUMC111NSTALL 33. 1,110.00 41.310.00 • NIA MIA , . PRIUMTIVI ILLIN7IMAMCS 33 113.00 31793.00 •• MIA ' ' • MIA 14 ALLISON NT•14oRR , ' - AmytiRt1UILDITNSTALL 3 2,100,00 13,300.00 ? MIA NIA •, - IVMS/ FXCIL49 11111TALL 3 Pik milk VIA ' - tR"WtV[ RAINTENINCE S 150.00 75640 +• NIA MIA ` 11 ALLISON LIT-130 L - RtnOYFlIt1UILDIINSTALL A 2.300.00 13.000.00 0 MIA Pik ' RTfgVLt12CNAMCt11NS7A1L S MIA +•• MIA MIA ' - fAEVLNflVl ILIINTINANCE 6 142.00 911.00 of MIA MIA ' 10 ALLISON MT•I34 ' RI110YRIRIIU31D11NSTALL 3 1000,00 71,300.00 4 NIA VIA ' . 11HDY21L1tlLlNCF11MITAlI. 3 NIA. •4• MIA MIA '• ' PREVINTIVI MAIMTAPANCR 3 162.64 413 09 •• x MIA MIR • "?' .r , , ,, . . L•, t a ' ?i l % ,Ak,tIG 1.? 'i I it yy J i . C I T Y 0-F' .C:L E A.R'W A,T E-R' Interdepartment Correspondence•Sheet t' To: , George McKibben, Purchasing Manager FROM: John.W.'Stafford, Asst. General Services Director/Flee COPIES: William O.,Baird; General. Services Director SUBJECT: Bid X96-93 - Transmission Service REU DATE: July 16, 1993 [ After review of bids submitted, Fleet Maintenance ,.. recommends that,the bid package be split with the . automotive, light trucks going to low bid: Mr. Transmission, 19100 U:S.'19 N.,. Clearwater, FL 34624. The Allison transmission service going to the only bid response: Suncbast Industries.Inc., dba Aamco Transmiidsions,.201 S. Greenwood Ave., Clearwater, .FL 34616. See attached sheets for analysis. " •3 Bid96-93.wp3 f ' € _ , 1 ! r 1 .. , f. r , we .. _w++r, . 1 . . .. .... . .. .' .., i fSrJ•.r,•. .i ` v .r •if ,?• i. ., ai as•?A rI ' I , r, id dC•^„',f k', . - + .. .... " rr .. .. .. f ,.A , .. ... .. .. ? . '.. ....'r ' i,.,: 4 r ., `. 1 Attachment PROJECTED COST ANALYSIS FOR SERVICE f Trans. # of Tyne Services Suncoast Mr. Trans Quick Trans., GM-2'00R4 '25 $ 600.00 $ 748.75. $ ' 623.75 , GM 70OR4 40 998.00 1"198.00. 1 998.00 GM 350 Turbo r 25 437.50 498:75 623.75 GM 400 Turbo 25 437.50 498.75 623.75 Ford A4LD 20 490.00 399.00 `•499.00 -Ford AODE 20 490.00 700.00 499.00' .: Ford C-3, 30 '525.00 598.50 748.50 , Ford .C 30 525.00 598:50 ;748.50 Ford C-6 25 '•.437,50 498:75 623.75 Ford E40D 40 980.00 11400.00 11198.00 ` Ford AOD 40 980.00 •798.00 998.00• Cry T.F.6 40 700.00 798.00 998.00 Cry T.F.8 30 S25.OO 598.50 748.50 Total 390, $8,125.50 '$90333.50 $9,930.50 41, <r: kt .4',} t'Y 1 .1 v `f } ol ?r . f r t a Attachment'#2 PROJECTED COST ANALYSIS FOR REBUILDS Trans. # of Type" Rebuilds Suncoast. Mr. Trans ,.' Quick Trans. GM 200R4 3 $ 1,485.00 $ 885-.00 $ 11110.00 GM 700R4 5 2,475.00 1,475.00 1,850.00 GM 350 Turbo 5 1,475.00 875.00 1,025.00 GM 400.Turbo 3 1,035.00 525.00 615.00 Ford A4LD 8 3., 960.00 2; 600.00 2,960.00 Ford-AODE 3 1,485.00 885.00 1,x10.00 Ford C-3 5 1,725.00. 875_.00 11025.00 Ford C-5 2 690.00 .350.00 410.00 "Ford C-6 5 1,725.00 875.00 1,025.00 Ford E40D -0- -0- -0-, -0- Ford AOD 5 2,475.00 11,125.00 1,850.00 Cry TF6 3 .. 885.00 525.00 615,00 Cry TF8 3 885.00 525.00 615.00• 50 $20,300.00 $11,520.00. $14,210.00 +Service 8,1 25.50 9,333.50 T 9,930_._5.0 Grand Total = $28;425..50 $20,853'.50' $24,140.50 The'Total Low Bid is Mr. Transmission $201853.50. t I w fk 1?.. j• W.,E'.: ``Fj „ ' ' •? r i ri .`t` ,/a ,t ,r' i',i}I • Yi?. `r: ° . ., '3i it - ,b -t• r ' p l.. FYrs r . Ir .I f. ' , ; , r , 1 ,hrL w".'4 a.r .s"3 a'ti: .. t .:1 s x .- •'.. r „ . r h .• ,. .s(. .r ` . ., 3..5 , y- ?.- r _ta ,"t' • ',Yt. -l[y. Attachment #3 PROJECTED COST ANALYSIS. , FOR , 'ALLISON SERVICE AND REBUILD, 'Trans. of- # ,of Tyne Ser<vices -Comet Rebuilds Cost ' .';AT 545 118 $1, 530. a0. 4 $ 21860.00': AT 650 3 345.00 1 1,890.00.• MT'643 115:00 1;890.00 MT. 653 33 3,795.00 15 28,350:00,. HT 740RS 5,1 750.00 2 5,000.00 HT . 750 `6 978.00 2 5,000.00 HT 754 6 978.00 3 7,500.Q_0. sr ;' Total 72, $8,491.00 28 $52,490,00 Suncoast was the only vendor. for this section of service and rebuilds. it is 'estimated' that this section will total $60;98..00 34'_ ?.r?,...,.._...w ?. ;?», •,,*{.; .+ ,ao. s•'?.:rl'l':w.r.. •,.I.;.,;.'IiGt•'???:..I,z.r..}} <: ry ? ''E Y ,;<?'.t S"' " i l Y { N •ri F •'' ij "•L?? Kt; f z ; ; ` , 1. ? F E +{4 jf,yi . i ?. i ?? 4 y ?Se•<1fP t , ' ' i a { k jt'.l s .. n e r.5 ?,, ,?-1 f r ' f JY { 1. , 1' .7 'Al , 1?1?5 1 7'•? y'r1. l?sr•? l t 1 r?"' I M1 . t ?:: .,? .r.e .,e >,'f t ??y%:K. •f' +?'-f rl,. .?. •7.°: '.? ''T .F.)` .lid ?;i -'l; J:f', .'1 ?J: 7 ?'' 1' ' '• : , .r _ .cr1.^ ,:r`s_: dt E. 1-? ??' j.!: i51k f ? .5. ? .'?'.1,: 5?. t'.f.' .E .(. •_ fr.,..? ?i.. - .kP •. Si? }' ''.r' r 1''?'?i., :I. ''{ } •:=f. vp iY(.?'r"': " 1 ` ? rF - ar .!. , ,?? } ?! ;i :Jr "' ., '. ?. .. r 37= i I'•• t1,, ' t r 1 '' Yl f r r r / ?? 1 .J l.•. .? 'F' r;E ' ` ' ?;' a.{ n R ' , ' `?,'1'r`3 .• '.?.? ''?. '?` , `'. ,, ? rs .'r I a „ 4 ,. ,.l,a• '; r. r 'r','rr ,.y r? ?``??`? ?.5` .` . " ? V '? ? ? i ,' •r ? ' ,?`' • ' ` '" ' + l Tlw?fyA ; '.1 ? . ,; ., r .. r. ,r. - .l t ,? Y _ ?r ;, _ `r 'y , . .`t ?' ,'; ,^, i : ' ' -' . .. . f e :•r ' r? d r , ' ' ' ? ? r? ,. !E' `'t. . is ? _ • . e. ; . : .' 3 ; a'; ; 'r ? r •, • , ,. , . . 4: . ?. , ? r r . s ,( ' f _ r f , Y, 1 i ' , ??i i ,'a?>C" ,.? (i" •. Y.'?')' ?<• ,53, F: 5 .•7, rA,.¢ ?1.. ,'ai rY Y 'f'.. , • ` , ? ? • ' ' p . J. r' `! Y t lY3ii!?f, .i. r.?l E . r f ' fir.. ` ' `t.. t y ` ^ , ' ? . ? . .. ' - ' ? ^ _1??'±.f: E"` i: "}.J ' . ? . r,: Lr ?• ,l.r`.?`r.', ;a. F' ?fj.?.z,,:'` ,> • (.' . .a -. .. r, r'.. '? s:- r.: r.Y;-, r ? ?t._?`.a ?r. r•,. •pr:y, :?- f J 9 I; 't ; I r Y, q. ,!d .,?.:. ,>a,..°,.z : ? 5.??•'. - .. -.i • `'• ? 1 c. . ? (: .r :lt?''. .'n r ,., •!r ' .. „ rl!'?',n?!' ".,'; w7++,a.>t.:.l• . pp ? fir,"J °' ;? •' ,. •1: i J ` ` , . ? ..... _ . f { : SUMMARY FOR IFB NO.. 96-93' BIDS 'SOLICITED BIDS RECEIVED .' . .. 3 . :: ., -NO 'RESPONSE ... ., . , • 1.A. , s4,--' _• -j ? • ? r . ' r 11 E NO BID-`RESPONSE 3 ;;. ' SUMMhRY OF NO BID r 2 '. DO NOT OFFER PRODUCT ?. UNABLE TO HANDLE. VOLUME _ , . . . ' ' tr..te: 4' .c• t ,le . t 'i• ?r. ?,•..: r' ?l.? . rt y' +s: ?+ •S t S?`. . r I a TRANSMISSION SERVICE -- BID 96--93 RESPONSES: Suncoast Industries TOTAL: See Attached ARMCO Transmissions Bid Tabulation Clearwater, Florida Mr. Transmission TOTAL: See Attached Clearwater, Florida Bid Tabulation Quick Transmission TOTAL: See Attached Clearwater, Florida Bid Tabulation NO BID RESPONSES: Quality Tire Center Do not offer service (Goodyear) Clearwater, Florida Compu--Tune Do not offer service Largo, Florida Brooklyn Automotive Schedule will not permit Clearwater, Florida NO RESPONSE: Cottman Transmissions Returned bid late Largo, Florida Dunedin Transmission Do not offer complete Dunedin, Florida service Larry's Auto Service Do not offer service Clearwater, Florida Budget Transmission Do not offer service Clearwater, Florida Advanced Engine & Transmission Did not want the business Largo, Florida Firestone Do not offer service Dunedin, Florida Dave McInnis Garage Do not offer service Largo, Florida ` t Florida Automatic Transmission Do not offer service St. Petersburg, F1.0rida Walker-Ford only do transmisison Clearwater, Florida service on Fords Ken Marks Schedule will not permit Clearwater, Florida r ` " I ? ' t r T=ee Service Cost G.M. 200R4 Remove/Rebuild/Install $ - -- Remove/Exchange/Install $ Preventive Maintenance $ G.M. 700R4 Remove/Rebuild/Install $ -Remove/Exchange/Install $ Preventive Maintenance $ G.M. 350 Turbo Remove/Rebuild/Instal.. $ Remove/Exchange/Install $ Preventive Maintenance $ G.M. 400 Turbo Remove/Rebuild/install $ Remove/Exchange/Install $ Preventive Maintenance $ Ford A4LD Remove/Rebuild/Install $ Remove/Exchange/Install $ Preventive Maintenance $ Ford AODE Remove/Rebuild/Install $ Remove/Exchange/Install $ Preventive Maintenance $ Ford C3 Remove/Rebuild/Install $ Remove/Exchange/Install $ Preventive Maintenance $ Ford 'C5 Remove/Rebuild/Install $ Remove/Exchange/install $ ' Preventive Maintenance-, $ Ford C6 Remove/Rebuild/Install $ Remove/Exchange/Install $ Preventive Maintenance $ Ford E40D Remove/Rebuild/Install $ Remove/Exchange/install $ Preventive Maintenance $ Ford AOD Remove/Rebuild/Install $ Remove/Exchange/Install $ Preventive Maintenance $ Chrysler Torque Flite 6 Remove/Rebuild/lnstall $ Remove/Exchange/Install $ Preventive Maintenance $ + -4- . r E1r'F ' t rr f Chrysler Torque Flite 8 " , Remove/Rebuild/Install $ Remove/Exchange/Install $ Preventive•Maintenance $ Allison AT545 Remove/Rebuild/install $I ; Remove/Exchange/Install $ Preventive Maintenance $ ". Allison 550 Remove/Rebuild/Install $ Remove/Exchange/Install $ Preventive Maintenance., $ ..Allison MT-643 Remove/Rebuild/Install $ Remove/Exchange/Install $ Preventive Maintenance $' Allison' MT-553. Remove/Rebuild/Install $ Remove/Exchange/Install $ Preventive Maintenance $ .t Allison HT-740RS Remove/Rebuild/Install $ Remove/Exchange/Install $" Preventive Maintenance $ Allison HT-750 Remove/Rebuild/Install $ Remove/Exchange/Install $ Preventive Maintenance $ Allison HT-754 Remove/Rebuild/Install $. Remove/Exchange/Install $ Preventive Maintenance $ 7 SPECIFICATIONS'FOR TRANSMISSION REPAIR/REPLACEMENT SERVICE ` f" It is the intent of the City-of Clearwater to. award an annual contract, for transmission repair/replacement and'mai,ntenance services. The "City desires a single 'vendor for all services, however, reserves-the right to split the final award. Vendors responding to this invitation for bid must check all items 'as appropriate. Also, please provide all'additional information as requested. All vendors must" comply, with all Federal, State and'local laws and regulations, including those of"the Environmental Protection Agency (E:P.A.), I The,City of Clearwater owns and operates the following types. of transmissions: Estimated .Type, Quantity G.M. 200R4 25 G. M., 700R4 40 .? G.M. 350 Turbo 25, 'G.M.'400 Turbo" 25 ' Ford A4LD Ford AODE 20 Ford C3 30 , Ford C5 30 Ford C6 25 Ford E4OD 40. Ford AOD 40, Chrysler Torque Flite 6- 40 Chrysler Torque Flite 8 30 Allison AT545 18 -Allison 650 3 Allison MT-643 1 Allison MT-65333 Allison HT-740RS 5 Allison ,HT-750 6. Allison HT-754 5 Total 461 Please check the appropriate response: Same/next day service will be provided? (Yes /No,) City will be given,' priority service? (Yes/No)' Removed/defective parts returned? (Yes/,No) Warranty service available: Vendor (Yes/No) Factory (Yes/No) Extended (Yes/No) t II,'F r 'r rf • Able to complete service in break-down condition. (Loaded,"dirty, etc.) (Yes/No) Pick up/delivery service available? Small Vehicles; i.e..sedans, light trucks, etc. (Yes/No)" Large Vehicles; F-600, sanitation trucks, etc. (Yes/No) Cost notification provided before work is accomplished? (Yes/No) ,.Years of continuous operation by current owner: Mechanics have Class B License? (Yes/No)" If "No" ,,please explain qualifications: Weekend, holiday and off hour capable: (Yes/No) Premium Rate/Hour: $ and/or Premium Rate/Job: $ Number'of shops/locations in Clearwater: Number of shops/locations in Pinellas County: How are fleet accounts handled?- ` , Repair facility inspection contact person information:, Name: Address: Phone Number: Hours Available: Basic warranty.period/coverage: (Please provide copy, if available) Extended warranty availability: (Please provide copy, if available) y -7 •r ' r, ' • • J s 1 ' ' • 1 ' • ? i e`i `!?i ` J 1 . r i > I i • , , • Y / ? x \ r 1 p r r P 1 r r , ' , ! { I ' } - ( - f - ! ?, ; ?? ' t 1 i ', ' r ' ' r ' I ' q.}.Y,YC.rr ?'T'::x. w ,. .e .- .. ? , r, r .. • 1 I > Please provide: ! ! A list of ASE Certified mechanics,.including individual specific'qualifications and years of experience. I '.' Listing of shop' equipment. Statement or ability to work? on various types ' of ' vehicles. Financial statement for most current year. Bid.response form (Pages 4 & 5, this.bid document) Availability of exchange units: , Pricing structure Base price/service price/exchange price/labor. rates/etc. PLEASE DIRECT ALL-QUESTIONS TO JOHN STAFFORD, ASSISTANT DIRECTOR.OF.GENERAL:SERVICES/FLEET OR DON LONG, ASSISTANT' FLEET ADMINISTRATOR AT 813/462--6833. V ; a •. I r ., • r ' r 3?y ' 31 I , } ' r .9 ?y 4 ' 5???,,^r'j ;' 1 1 ! L ' .' it € 4 'All 17 t I r , • ,J,?f ?li5`' ?rf„?¢.. , '?.,, r.t ? 1 # f 'r .?? ??, 'rR, rR r ' 'F,r ' • 'r r ,! 1 ' i, . , , f .7?,8°°`"fi-b+. 'f ?"Jsf;.r... a P:.e ..av. ..,. _. ... .. ? ,. r r., ., .. " . r ,... > ,- r , ..i,r.r'.t:i °.. `-x. ..it•, , i?..fc - -... ?N.. ?. ,-rr : ••e ; - ' E,N- A • r e ? - ? '! _ ' r f R ., ? Y I. , t , r ? ° R f , f:{ii' ? I'i'i ? ,• , . ? . , r - r? •'?~ IDATE ITEM4 r f .ref;1 a , V 4 ? ?' ''e •x 1 let r ' ? ' ., a •5 ?y??r •t ., •. F 'I?k T N ? M14 4E Clearwater City Commission Agenda Cover Memorandum Item # Meeting Date: O AUG 16 1993 SUBJECT: . Transmission-Service and Repair for Sedan and Small Truck Vehicles RECOMMENDATION/MOTION: Award a 12-month contract, 10/1/93 - 9/30/94, to Mr. Transmission, Clearwater, FL, for the routine service and repair of automatic transmissions for sedan and small truck vehicles, at an estimated cost not to exceed $20,853.50, which is the lowest, most responsive and responsible bid submitted in accordance with, specifications, ® and that the appropriate officials be authorized to execute some. BACKGROUND: Bids were solicited and received for the routine service and repair of automatic transmissions for sedans, small and large truck vehicles. The routine service includes the replacement of transmission fluid and filter and any needed adjustments that may be necessary to the vehicle's transmission. contracting these services ensures that the service will be performed on schedule and purchased at a competitive price. Three vendors responded to the bid solicitation. Thirteen firms did not submit bids for the following reasons: 9 do not offer service, 2 schedules will not permit, 1 returned bid late, and 1 did not want the business. Since Mr. Transmission submitted the lowest bid but only bid sedan and small truck transmission service and repair, it is recommended that Bid No. 96-93 be, split between Mr. Transmission and Suncoast Industries, Inc., d/b/a Aamco Transmissions. The bids received were analyzed and estimates were calculated for the number of routine service and transmission repairs for sedans and small trucks in a 12-month period; it is estimated that this service shall not exceed $20,853.50. Fiscal year impact for 1993/94 is estimated at $20,853.50. Sufficient funding has been included in the City Manager's recommended budget to fund this contract. i Reviewed by: Originating Dept: Costs: S_20,853.50 Commission Action: Legot. NIA Gdneral. Servic Total © Approved Budget ? A v d w/ diti Purchasin S ppro e con ons g Risk Mgmt. _JA User Dept: Current nt Fiscol Yr. 13 Denied cis N/A various Continued to: ACM Funding Source: Other 0 capital Imp. Advertised: 19 Operating Attachments: Date: 4/23/93 & 4/30/93 13 Other Bid Tabulation/Bid Summary Paper: P.C. Review & Tampa (!? Tribune El Not Required [3 None Submitted bry• Affected Parties Appropriation Code: 13 Notified 566-06610.530300.590-000 city Manop Not Required Printed on recycled paper • tin 09 tt"WATtx 1Tc RI1111T81 ftA71C1 . •' I 110 76 .71 , 9taIED 03/76193 111 in MCDAIT 10DUITAtr1 l01. TRAINSHIt110M quid TMANINIISION . ? MJKO TIAMIHIISIDIN ' 1 _Ct.tARNI? ;_FLO7itfA „ ?4TANUATt R._rtDRIPA_ _CLlARyATt 71,?IDA10A ' UNIT TOTAL WIT TOTAL UNIT TOTAL ' ?4S itaN DtltAl/T1d1 9UAM71tt IRlcl Ixsc= "C IRtCI nm nut 1 ftLAltf 6ND tMALt TRULY - ITT3ts 1 TABU 11 1 D.tt.2DOR4 ' ' RMT111111JUD12MITAIL 35 493.00 11011.00 491.99 7,213.00 310.00 9.230.00. . Rt3to:aluglANC1lIMSIALL 35 493.00 11,213.00 493.00 12,311.00 310.00 9,239.09 . . tRSYMNFITI HAIPTE"ANCI 23 24.00 600.00 21.93 741,75 24.91 423.71 2 C.H. TOM , - N111T1RIAEfU1tD11NSTALL 40 415.00 t9,800.00 393.00 11,100.00 310.00 14,100,00 - RI310TEIRU11ANCRIINSTALL 40 415.00 19,100.00 A13.Do 11,[00.00 310.00 141100.CD - FASTIMTITE HAIMTINAMCS 40 34.00 910.00 29.93 1.191.00 11.95 111.00 , ' 3 O.H. 330 TUNIC . L ' - 11110Y11R IU11.011"STALL 23 293.00 , I.M.Do 113.09 4.315.60 203.00 3,121.00 ' •• - REHOYIfE3gOtMCE1INSTALL 23 295.00 1,373.00 313.60 6.413.00 202.00 5,125.00 - MV90tITS MAINTMWCE 23 11.50 431.10 11.15 411.15 24.91 421.13 •' 4 C.N. ADO TMO , ' - Rt]oMiltIIUIipiINSTALL 23 343.D0, 1,613.00 125.00 40311.00 203,00 3,113.90 - , • - RMTKInCILAK91INITALI, 23 343.00 6.421.00 111.00 6.113.09 201.00 5.123.00 , - ?RITINTIV9 HAIMTINIJICS 72 11.30 431.30 19.13 49411 24.13 633.13 ' 3 TORO A410 . ' • - RUDYSIRESUI1Dll?STALL )10 473.90 1,749.00 • 32S.00 $.500.04 376.09 7,400 A0 • - ItWVIIEICt1ANCEI INSTALL 10 NIA •?• 713.00 13,700.00 310,00 7,499.09 - PUTINTIVE HA10TIMANCI 20 1430 410.09 19.95 191.00 2493 499.00 " 6 YOKO A90L . 4470TLIRIBUIIDIIMSTALL 20 493.00 9,900.00 395.90 3.100.00 310.94 1,400.DO ' - NLHDT9I"C1tAPC911MfTALL 20 MIA ••• $93.90 11,1oO.0o 310.00 7,400.00 ' - 1-AIYr"ITI IIAIIITIMAMCI 20 24.30 410.00 31.00 100.00 24.13 491.00 ' T FORD C] ' ' . UMOTVIANUILD11MITALL 30 343.00 10,330.00 115.00 1,230.00 203.00 6,130.00 ' - NI71DTlfucumCI1INSTALL 30 343.00 10,330.00 $13.09 8,130.09 203.00 6,130.00 ' F UNTITE HAIMTINANCI $0 17,30 321:00 19.73 118.30 24.91 748.30 . 1 YOR0 C1 ' ItHDIV RESU11D11NITALL 30 343.00 10,310.00 111.00 •3,239.00 203,00 6,110.00 ' - N23R)T1lL3Ct1AlICll1MSTALL 29 345.90 10,130.00 273.00 10230.00 203.00 6,130.00 FRITIRTI7S HAIMTLMANCE 30 11.30 111.00 19.91 ' 311.30 34.93 741.50 . 1 TOAD C6 ' - R6f U01fU11DIINITALL 23 363.00 0,623.00 $73.00 4,373.00 203,00 3.343.00 • IQt?1L1[NgtANGLIIMSTAU 23 Its." 1,135.09 371.00 71373.00 205.00 3,123.00 ' ?AITINT1Tl HA1N 1MANCl 23 11.10 417.50 11.93 496.73 24.93 623.15 ' 10 ?DID 1400 ' - - ILHOTIIR1lU1lD1114LTALL 40 493.00 17,100.00 • $93.00 21,100.00 310.00 22,100.09 - 1L110YE113g1ANWINITAtL 40 PIA ••• 113.00 31,100.00 370.00 22.100.00 '- MUNTIYI HAIMTLMANCE 40 24.30 110.00 33.00 1.400.00 21.91 5.111.00 , 11 FORD ADD . REMYLIREfU11D11NSTALL 40 413.00 11,900.00 325.00 9,000.04 310.00 14,109.00 - IrI1CYLl"LlIANClfiNITA1.L 40 A93.00 19.400.00 423.00 11.000.00 310.00 14.11D0.00 ' - FRtVlnlVt HAIMtLMAHCE 40 24.30 110.00 11.17 714.00 24.11 191.00 •' 12 CMIri LrA T9RQUT rull 6 . • . RDWRIAt1YltDl INSTALL 40 293.00 31,600.00 113.00 T.000.00 203.110 6,109.04 - ILIUTU ESCPANCIIINITALL 40 195.00 11,100.00 213,00 11,000.00 203.D0 8,200.00 ' . WTIMTItE RAIMTLMAPCI 40 11.30 700.00 19.13 714.00 24.1$ 911.00 ' 13 ' CNTIILLI TORQVI rLtTl 4 ' - NLTgYlfRL1UIlDIIMSTAU 30 213.00 8,130.00 113.00 11730.00 203.00 6.110.00 - RLHOYEIISCi1ANCt11NITALL 30 293.00 6.130.00 213.00 6.330.00 701.00 6.339.00 - t9tNEXT1Tl VAIMO MIL 39 17.50 323.00 17.13 511.10 24.13 741.50 ' IAICI TNUC1!_-_ITI7t9 1? TTUIV_30 ' - 14 AU.110N AT341 , - REHOWIEIUILDIINITALI. I1 115.00 11,110.00 • MIA NIA , ' - NLMO 1j"C31ANCIIIMSTAU 11 115.00 12.110.09 NIA MIA . FIEYL11IIT2 HAIRTEMANCE Is 13.00 11519.00 •• NIA MIA ' ' 13 ALLTIOM 630 - 1EWTLIRF UCL0130STALL 3 1.810.00 1,610.00 • MIA MIA - RtllO'1l1EIglAM0LI1N8YALL 3 1.899.04 3,679.00 • 141h MIA . FREYENTIYL MAIMMMANCI 3 113.00 343.09 •• NIA MIA , r 16 ALLISON ITT-643 - Run9LIRLIVILDIINITALL 1 1.999.90 1,190.00 + MIA MIA 3 - 1LM01'11E301ANCLf1NITALL I NIA •?• MIA MIA - IIET?AItTE MATMrtPANCE 1 111.00 115.00 •• NIA MIA It ALLISON MT-953 ' - RI710Tx1MUI1DIINSTALL 33 1499.90 42.310.00 • MIA NIA . • . Ivoyall morgl1NITAu 73 3,890.00 42,310.00 • MIA MIA , - FIL7rNrtTE 11AINTIVANCS 31 115.00 3,193.00 •• MIA MIA ' 14 AILIION I7T-14911 • W0111r.6VI1D1IMTIALL 1 21300.90 It.100.00 • MIA MIA ' • NPR7TR1L3CIGMCEIIN/TALL 5 MIA ••• MIA MIA ` - fallUTITL MAINTIMAMCE I 130.00 130.00 •• MIA NIA ' ' 11 ALLISDN ITT-130 ' - 1110DUIRMI1DIINSTAL i 2,500,00 13.000.00 • MIA MIA t $00191ERCILANC2IIMITAIL 6 MIA •aa• MIA NIA . 1I111N71T1 MAIRTZROCI 6 163.00 918.00 •0 MIA , MIA 30 ALLISON IFT434 . XDMIFIRLIUIIDIINSTALL 3 2,100.00 12,300.00 • MIA MIA .J ' ' - %ZHOICIttatkKU101TALL $ MIA ••• MIA MIA , .' . rNITINTIV9 Ht11NIINANCL 3 163.00' 1113,09 •• MIA MIA ' z ;111 k: , ` i ' f • e ` ' ' y ` ` ` t i . . .• - , , r r r e r i . ' Y3.J~ t+. , .r ? / ,r , • f ' r lt > • • ` ;. - ' C I T Y O F Cr L'E'A R W`A T E'R Interdepartment Correspondence Sheet,' TO: George McKibben,.Purchasing Manager FROM: John W.'Stafford, Asst. General Services Director/Fle 00 11 COPIES: William O. ,Baird;' General Services. Director - SUBJECT: ?; Bid 196-93 - Transmission Service { i1' kLi 5'S{ r(.;+,;• • y , J IiJ J DATE: July 16,'1993 T After review,of bids submitted, Fleet maintenance recommends-that the bid package be split with the automotive, light trucks going to low bid: Mr., Transmission,, 19100 U.S. 19 N., Clearwater, T'L .34624. The Allison transmission service going to the only bid response: Suncoast Industries Inc., dba,Aamco Transmissions, 201 S: Greenwood Ave. ,'Clearwater, FL 34616. See attached,sheets for analysis: Bid96-93.wp3 ?. ' • .: f•:: I ?,t y ?f yt :..Tj ' ' ?• -fir 1 . .1 . , ' . ' . " ' Attachment #1. PROJECTED COST. ANALYSIS ' FOR SERVICE Trans. # of i Tyre Services Suncoast Mr. Trans Quick Trans... .,"GM GM' 20OR4 , 25 $ 600.00• $ 748.175 $ 623.75 'GM 70OR4 40' .998.00 1,198.00 998.00 GM 350 Turbo 25 437.50 498.75 623.75, GM 400 Turbo 25 437.50 498:75' 623.75 " Ford A4LD 20 490.00'- 399.00 '499:00 Ford AODE 20 490.00 700.00 ,499.00' " Ford C-3 . '30 , ,,525.00 598.5.0 7,48.50 Ford c=5 30 525.00 598.50 748.50 Ford'C-6, 25 437.50 498.75 623.75 Ford E40D ..40 980.00 1,400-00 '11198.00 Ford'AOD 40 980.00 798.00 998.00 Cry T.F.6 40 700.00 798.00 ,998.00 Cry T.,F.8 30 525.00 598.`50 748.50 Total 390 $8,125.50 $91'333.50 '. $9,930.50 1 S , I . - 's h .f r r ' n?"t•? d,t'. ... fie !'y'. • , , .f,'mod. .. , . _ , 1 . ^ }. f! 1 :I . {•}}'i' i r r . f o I i s ga. ; ° I - •' ' , ? ' i R s ° 1. •' • i. i r•. ? P t a kA' • , !? . .. ' ,'. , . 1 i , ! ? . " ,f t ; , . r ' ;I !: j I - Attachment #2 PROJECTED COST ANA LYSIS FOR' REBUILDS F Trans. of , ,„Type Rebuilds xlncoast, NK., Trans Quick Trans. GM 20OR4- 3 $'11485.00 $ 885.00 $ 11110.00, GM 700R4-' 5 21475.00 1.1475.00 1, 850.00' GM 350 Turbo 5 1,475.00 875.00 1,025.00 GM 400'Turbo. 3 '1,'03,5. 00 525.00 615.00 ; Ford•A4LD' 8 30'960.00 2,600.00 2,960.00 Ford AODE 3, 1,485.00 885.00 1.,110.00 Ford G-3 5 1, 725.00. 875.00 1f025.00 Ford C-5 2 690.00. 350.00 410:00 Ford, C--6 ' 5 11725.00 875.00 1,025.00 Ford E40D -0- .-0- -0-- -0- '-''Ford AOD 5 2,475.00 1,125.00 11850.00 Cry TF6 3 885.00• 525.00 615.00 Cry TF8 " 3 885.00 525.00 615.00 50 $20,300.00 ,$11,520.00 $14,210.00 +Service 8,125.50' 9.333.50 ,9.930.50 Grand Total. _ $281425.50 $201853.50 ..'$24,140.50' The.Total. Low Bid is Mr. Transm ission $20,853.50. tt. f.. F Y.f,;;bi'k-:"a•• ? ;'. I r .. t. '1 •.r 1-. '1: !r7 ?,r l•s. •`•4l. e ', e`.r. r ., f ' ?, ! ! , : ,., i! •s it y +; r 1. ???ha`P ;.•'J7.,. '•.7:• .,r,r ,,. }. .. '..,.f.! . r t •_ !•-, .. '. .,_. .. I ' ., .''E". ., .t .'`1 rsAttachment,#3 PROJECTED' COST ANALYSIS ` FOR r ' ALLISON SERVICE AND REBUILD Traits. , # of # of Tvue Services' Cost Rebuilds Cost AT 545 18 $1,530.00 4 $ 2,860.00 3 345.00 1 11890'0'00 MT 643 1, 115 .`O0 1 ' IF 890.00 MT 653 " 33 31795.00 15 28, 350.00 • HT'740RS 5'., 750.00 2 51000.00 HT,756 6 978.00 2 5,000.00 ;_HT _754 6 978.00 3 7',500.00 ' Total 72 $8,491.00 28 $52,490.00 Suncoast was the only vendor .for this section of-service and rebuilds. xt''i, estimated that this"sec'tion will total $60';981.00 it i4t ` Y.. I p 10 . ?a. ?.' 'j.,` y, r:. : , .l:.r {..; ..3'1•{J7?':. ?,.._ 7j .f, x :. ?;: } .:J X17-! ?r ',1 ii.'r: '1r /:,s '.?.. 3': •!.?d."'..: r`- r l't '%s :?f;f 'lti ?.t?• ti t ! xs rL i ' ?jfl . , t . . > r • , ' • t<?=C7 .!` 1 • 1, _ r ? ' r? I ' ? ' .. r ? r • r • . I ' ' '' J " ^ ? I k?? r ,1 r.f, ? ' ;`i?' j?', .i' ., r . r .r a t g •I : F r '1 '?' • - ?' ' ? ? J',i'1'r: '.'dY ? 1 <' i '. j 3• n .. r x F' ' .. _ yf , ?,?i .?4w sw ark,?x 4.'°. 't'. '1 ',r: - r •t'r -,..4? r ., rt." .,. "'t°?. :.., 'F. i... .t.?4'x .. ... rC• '. t-,?x .•t,? 5 .ter ... - ... ...rA-•i".C ! a,, J' '..'/'.' r .? •; .J:h"a. •7` ?Y`_? ? ? Y . : - ? 'F , ? ? C . ? f r ' ? ? 3 ! 7 la , r •. ' r 1 f r P e SUMMARY FOR IFB'NO. 96--93 .. ..,. J ' ? . f! k` .'! X1:7.' BIDS SOLICITED '. .' . 1 6 . . BIDS RECEIVED u:.t• . '? N0 RESPONSE . 1Q' , .; ; .. r . . :. "NO• BID" RESPONSE 3 ` ,i l, ? • ? ?• ? ? ' V I[ ?j " r d r. ` ? 'y • _ i ' • r .. r + „I ? (? ??t SUMMARY OF NO BID k • DO , NOT OFFER P RODUCT .? ... 2 1 } ?' Sri; . UNABLE TO'r HANDLE VOLUME I ? r ' ? .. a r. r• i. E .. s ' Ell, ' r ;' o 1 ' •k , r I • ' , r ' ^_? ; / ., ? . Y ' ! - .i'' ' ? -' ! 'f .± ' • ` - _ I A - • .. • .. t. a ',,.» ' I .. f i' r: '?-57;1:. 11 ?.:;T1?•` ?i'G? ?:ai=i•:*+?c, 1 :'it. `?.r'x .fit{ !, r I , f I TRANSMISSION SERVICE 'BID 96--93 RESPONSES: r Suncoast Industries- TOTAL: See Attached AAMCO Transmissions Bid Tabulation Clearwater, Florida Mr: Transmission TOTAL: See Attached Clearwater, Florida Bid Tabulation Quick Transmission TOTAL: See Attached Clearwater, Florida Bid Tabulation NO BID RESPONSES:, Quality Tire Center Do not offer'service ' (Goodyear) Clearwater, Florida Compu--Tune Do not offer service Largo,'Florida Brooklyn Automotive Schedule will not permit Clearwater, Florida NO RESPONSE: Cottman Transmissions Returned bid late Largo, Florida - Dunedin'Transmission Do not offer complete Dunedin, Florida service Larry's Auto Service Do not offer service Clearwater, Florida Budget Transmission Do not offer service Clearwater, Florida Advanced Engine & Transmission Did not want the business Largo, Florida Firestone Do not offer service Dunedin,, Florida Dave McInnis Garage Do not offer service' Largo, Florida Florida Automatic Transmission Do not offer service St. Petersburg, Florida Walker Ford 'Only do'transmisison Clearwater, Florida service on Fords Ken Marks Schedule will not permit Clearwitpr, Florida' r 3' r .f 8r > Fir s - .' (r : f : e ' c .r r e E 4 oil I .flrr `F ' 1! ' • V ' r? 5y{ 1. t r Type service Cost G.M. 200R4 Remove/Rebuild/Instal.l $ Remove/Exchange/Install $ Preventive Maintenance $ G.M. 700R4 Remove/Rebuild/Install $ Remove/Exchange/Install $ Preventive Maintenance $ G.M. 350 Turbo Remove/Rebuild/Install. $ Remove/Exchange/Install $ Preventive Maintenance, $' ;G'.M. ,400 Turbo Remove/Rebuild/Install $ Remove/Exchange/Install $ Preventive Maintenance $ Ford A4LD Remove/Rebuild/Install $ Remove/Exchange/Install, $ Preventive Maintenance $ Ford AODE Remove/Rebuild/Install $ Remove/Exchange/install $ Preventive Maintenance $ Ford C3 Remove/Rebuild/Install $ Remove/Exchange/Install $ Preventive 'Maintenance $ Ford C5 Remove/Rebuild/Install $ Remove/Exchange/Install $. Preventive Maintenance $ Ford ,C6 Remove/Rebuild/Install' $ Remove/Exchange/Install $ Preventive Maintenance $ Ford E40D Remove/Rebuild/Install $ Remove/Exchange/Install $ Preventive Maintenance $ ' Ford AOD Remove/Rebuild/Install $ Remove/Exchange/Install. $ Preventive Maintenance $ Chry sler,Torque Flite 6 Remove/Rebuild/Install $ ' Remove/Exchange/Install $ -Preventive Maintenance $ •r ,!y f Chrysler Torque' Flite 8 Remove/Rebuild/Install' $ Remove/Exchange/Install $ Preventive Maintenance $ ". Allison AT545 Remove/Rebuild/Install $ Remove/Exchange/Install $ ! Preventive Maintenance $' Allison 650 Remove/Rebuild/Install, $ Remove/Exchange/Install $ Preventive Maintenance $ Allison MT-643' Remove/Rebuild/Install $ = Remove/Exchange/Install $ j1 Preventive Maintenance $ Allison MT-653 Remove/Rebuild/Instal'l $ , Remove/Exchange/Install $ Preventive Maintenance $ Allison HT-740RS Remove/Rebuild/install $ Remove/Exchange/Install $ Preventive Maintenance $ Allison HT-750 Remove/Rebuild/Install $ Remove/Exchange/Install $ Preventive Maintenance $ Allison HT-354 Remove/Rebuild/Install $ Remove/Exchange/Install $ Preventive Maintenance $ fo . 3'k r f ' ' , t r ' • 3 • ' ' r r s r t • r • r' • SPECIFICATIONS FOR TRANSMISSION REPAIR/REPLACEMENT SERVICE it is the intent of the City of Clearwater to award an annual contract-for transmission repair/replacement and maintenance services. 'The City desires a single vendor for all services, however, reserves the right to split the final award. Vendors responding to this invitation for bid must check all items as appropriate.,Also, please provide all additional information as requested. All vendors must comply with all Federal, State and local laws and'regulations,'including those of•the,Environmental Protection Agency (E.P.A.). The City of Clearwater owns'and operates the following types of.transmissions: Estimated Type Quantity G.M. 20OR4 25, G.M.'70OR4 40 G.M. 350 Turbo. ' 25 G.M. 400 Turbo 25 Ford A4LD 20 Ford AODE 20 Ford CI 30 Ford C5 30 Ford C6 25 Ford E40D 40 Ford'. ADD 40 Chrysler Torque Flite 6 •40 Chrysler Torque Flite B 30. Allison AT545 18 Allison 650 3 Allison MT-643 1 Allison MT-653 33 Allison HT-740RS 5 Allison HT-750 6 Allison HT-754 5 Total 461 Please check the appropriate response: Same/next day service will be provided? (Yes/No) City will be given priority service? (Yes/No) t Removed/ defective parts returned?, (Yes/No) Warranty service elvailable: Vendor (Yes/No) Factory (Yes/No).' Extended (Yes/No'), slr .fig. Able'to complete service in break--down condition. (Loaded, dirty, etc.) (Yes/No) Pick up/delivery service available? Small vehicles; i.e. sedans, light trucks, etc. (Yes/No), Large Vehicles; F-600, sanitation trucks, etc. (Yes/No) Cost notification provided before work is accomplished? (Yes/No) Years of continuous operation by current owner: Mechanics have Class B License? (Yes/No) If "No", please explain qualifications: Weekend, holiday and off hour capable: (Yes/No)''' Premium Rate/Hour: $ and/or Premium Rate/Job: $ Number of shops/locations in Clearwater: Number of shops/locations in Pinellas County: How are fleet accounts handled? Repair facility inspection contact person information: Name: Address: Phone Number; Hours Available: Basic warranty' period/coverage: (Please provide copy, if available) Extended warranty availability: (Please provide"copy, if available) -7- ,,,r r a 1rNy'?..7 r:. a hY•;^? "r fir. - d , l t. , I. .... r'r' Please,provide:' A- list of ASE Certified mechanibs, including individual, specific qualifications 'and years' of experience. Listing of shop equipment. ; Statement or ability to.work ,on various types of vehicles., ' Financial statement for most current year. Bid,'response,form (Pages 4-' & 5 , this bid document), Availability of•exchange units. Pricing structure: Base price/service.-price/exchange price/labor ?. rates/etc.- -PLEASE DIRECT ALL QUESTIONS TO JOHN STAFFORD, ASSISTANT' 'DIRECTOR-OF GENERAL SERVICES/FLEET OR DON LONG, ASSISTANT FLEET ADMINISTRATOR AT 913/462-6633. ?}'?.y;x'?'` .ps.r °.I •< ?:; rt',fit ''k.,j] .5'''6 `f'i,'sfri ilf:y F,'[!, r'b ••<?'?? r ?., ? w - Clearwater City Commission Agenda Cover Memorandum Item # Meeting Dote: AUG 16 1993 SUBJECT: Contractor-Operated Parts Store Contract `RECOMMENDATION/MOTION: Extend the existing contract for an additional year (October 1, 1993, through September 30, 1994) to Anderson Auto Parts Company, Inc., Clearwater, FL, for the purchase of equipment repair and maintenance parts at an estimated cost of $800,000.00, ® and that the appropriate officials be authorized to execute some. BACKGROUND: In 1990, bids were solicited for an on-site contractor-operated vehicle parts store supplying vehicle parts at the Fleet Maintenance Division, 1900 Grand Avenue.- Anderson Auto Parts Company, Inc., Clearwater,, Florida, submitted the lowest, most responsive and responsible bid in accordance with the specifications. On September 20, 1990, the City Commission awarded a three--year contract to this vendor for the purchase of equipment repair and maintenance parts at an estimated cost of $800,000.00 per year. The use of a third-party parts supplier has allowed Fleet Maintenance's operation to run more efficiently. When the City had its own parts function, approximately $130,000.00 was invested in parts inventory which is unnecessary with the privatized operation. Anderson Auto Parts, Inc. has provided excellent service and response to Fleet Maintenance's diverse equipment requirements. The contract allows for a one--year extension at the same terms and conditions as the original contract upon the mutual consent of the City and Anderson Auto Parts, Inc. Staff recommends that this contract be renewed for an additional 12-month period. Fiscal year impact for 1993/94 will be approximately $800,000.00. Sufficient funding has been included in the city Manager's recommended budget to fund this contract. Reviewed by., Originating Dept:. Costs: S 800.000.00 Ccamission Action: Legal N/A_ 0 Servi es Yoto! ? . Approved ' Budget Purchasing ? Approved u/conditions /A Risk Mgmt. Current Fiscal Yr. ? Denied N cis User Dept- ? Continued to: ACM --- funding Source: other ? Capitol Imp. ® Operating Advertised: ? other Attachments: Date: Letter from Anderson Auto Paper: Parts dated July 7, 1993 ® Not Required Sull t by: Affected Parties ? Notified Appropriation Code: 566-6610-550640-590-000 and ? Hone ® Not Required 566-6620.550640-590-000 City liana 40V Printed on recycted paper C Over 4S Year: of ANDERSON AUTO PARTS CO., INC. QualFly.Auloma!!ve Parr and Service 404 SOUTH GREENWOOD AVENUE CLEARWATER, FLORIDA 33516 . f , PHONE (813) 441-2665 JAPA-.- A A P . HOME STORE: July 7, 1993 ANDERSON, S.C. , SOU'T'H CAROLINA ABBEVILLE ANDERSON William 0. Baird BELTON General Services Director CLEMSON City of Clearwater •EASLEY 'p. 0. BOX" 4748 GREENVILLE (POINTSETT HWY.1 Clearwater, FL, 34618-4748 GREENVILLE I WASHINGTON ) HONEA PATH ' Reference: Renewal of Contracted Operated Parts Store : LIBERTY Contract-Anderson Auto Parts Company, Inc. PELZER SENECA WALHALLA WESTIMINISTER Baird: Dear Mr. , . GEORGIA . ATHENS This letter will serve as Anderson's Auto Parts COmpancy, (EPPS BRIDGE) Inc. agreement to renew the above referenced contract ATHENS between Anderson and- the City of Clearwater" for an (W. BROAD) additional 12 months (October'l, 1993 through September 30, ELBERTON HARTWELL 1994). at the same rates,' terms and conditinos as' the . ."MADISON Original contract. ROYSTON FLORIDA If-further information is required, please feel free to BRADENTON contact the undersigned at 81:3-441-2665,, CLEARWATER (GREENWOOD) CLEARWATER (BELCHER RD.) Thank you. DUNEDIN LARGO SARASOTA Very truly yours, (17th ST.), SARASOTA , (UPPER BEECHWOOD) / to VENICE James A. Wilson Managerr, e r, . ` r 1+, ` • 1 '"r,"?y 'j T•'FS ?5.1, i? 3 ? 1 ?N7i :9r ?" ''{S S: p1i ' ? f x! 111 ' •• , - ? ? ? • • • , b.U• . . Ivy C • BID RESPONSE FORM (135-90) Item Unit `Total No. Quantity Commodity Description Price Price ' Motor Vehicle Parts (See Attachment for completing response farm) CONTRACT WILL BE FOR THREE-YEARS COMMENCING ON ; OCTOBER, 1990, AFTER APPROVAL BY-THE CITY COMMISSION. F.0'. B. .CLEARWATER, FL Delivery: after receipt of order. Payment terms: Contact John Stafford, 813/462--6833, with questions . regarding this bid. BIDDER REPRESENTATION I represent that this,bid is submitted in compliance'with all terms, conditions and, specifications of -the Invitation for . -Bid and that I am authorized by the owners/principals to 'execute and'submit this bid on behalf of the business identified ,below, , .BUSINESS NAME: FIDn STREET ADDRESS: t. CITY, STATE, ZIP CODE: PRINT/TYPE NAME,OF'AUTHORIZED REP: TITLE/POSITION OF AUTHORIZED REP: SIGNATURE OF AUTHORIZED REP: DATE SUBMITTED: TELEPHONE: r r • . ., qtr,. .' :.... ... .. . BID RESPONSE.FORM (IFB NO. ) CONTRACTOR-?OPERATED PARTS STORE. a.... Average discount for Price Listed Parts: b. Percentage (%) markup for Non-Price Listed Parts: c: Overtime rate applicable to Part III', paragraph 30: , d..: Discount far prompt payment of'monthly invoice (shall 's,".apply to Ibtal ,invoice amount):. -e. Attachment 1 to Bid Response Form Enclosed: f. Sample`of Proposed Inventory System enclosed: (Part III, para. 32) g. :,.Procedure to be used for NPL review enclosed: ;Y:,,}- Part I, para 18) Estimated time store will be totally operational. (Th i s will be a factor) . T • tie"~ ' ]' ' BIDDER REPRESENTATION I represent that this bid is submitted in compliance with all terms, conditions and spec- ifications of the invitation to bid and that I am authorized by the•'owners/principals to ,-execute and submit this bid on•behalf of the business identified below. BUSINESS DAME: F.I.D. n STREET ADDRESS:. STATE, ZIP CODE: _ -- ?RINTEDjTYPE0 NAME OF AUTHORIZED REPRESENTATIVE: --? TITLE/POSITION'OF AUTHORIZED REPRESENTATIVE: SIGNATURE OF AUTHORIZED REPRESENTATIVE: ]ATE SUBMITTED: TELEPHONE. NO. INSTRUCTIONS FOR COMPLETING ATTACHMENT 1 TO BID RESPONSE FORM (A) Source_ Enter name of your primary and at least one alternate source of supply for e ach item group to be?furnished under this contract. (B.)°Source, Class: Enter A = Original Part Manufacturer (OPM), B - original Equipment Manufacturer (OEM),: s C- Captive (OEM) control part distribution whether he manufactured part or not), 0 = Distributor, J ='Jobber, ? . DE 'Dealer, SD = Stocking Dealer, NSO = Non-Stocking Dealer, W = Wholesaler, R = Rebuilder, U = Used Parts Dealer; ' (C) ftem Group: Enter carburetors, alternators, water pumps, brake parts etc..' List-each item group on separate line, even if purchased from same. t source, unless you are bidding the same pricing arrangement (discount or service charge) for several item groups: In that case, you may group items-on same. 1ine(s). " (D) Part Class: C = Parts common to, and/or interchangeable in/with,'more than one make/model of equipment. Parts are made by more than one ' manufacturer 'under one or- more brand names and are available in normal` after-market distribution from more than one source. ,_..... OEM = only source of supply for parts because OEM controls distribution whether part was actually manufaetured`by him or not. OPM = only source of supply for part because OPM controls , distribution. (E)-Item Cond: N•= New, R Rebuilt, U - Used. (F) Price List/ _ Enter source rice list no. p price column applicable and effective p Non Price List: date for each.item group(s) 'identified in column C. If no price- list, enter "NPL". (G) Discount/Service For price listed items enter percent (%) discount or net as Charoe applicable. For NFL items enter percent (%) service charge (percentage must be the same for all NPL items,to'be furnished under the contract, SEE NOTE BELOW). -(N) For Purchasing Division Use Only: 'dote Aoolicable to fG Above: The NPL percentage shall also apply•to any items where the City specifies the source(s) from which the Contractor must order, e.g. items such as storage batterie s, filters, anti-freeze, spark plugs, oils, etc. which may be available at more f avorable prices under other government agency contracts. :.ontractor will rev iew other government agency contracts with Purchasing to determine ghich source(s) are most cost effective. •b ' flA f'' ? ' Page 2. Bid No. 135-90' CONTRACTOR OPERATED PARTS STORE PART _I - GENERAL INFORMATION _TERMS AND CONDITIONS. 1. Pu_rpose.__The bidder, hereinafter to be referred to as the contractor, shall' provide all required replacement and repair parts for Ci_tY of Clearwater owned equipment and vehicles under the terms, conditions, and specifications contained herein. All parts will be supplied at the lowest bid prices including all contractor related costs and profit. There will be'no additional cost to the City other than space and those costs such as utilities as defined in these specifications. 2. , Waiver. The City! of Clearwater reserves the right to waive any informality or minor variance in any bid, and to reject any or all bids. The City further reserves the right to enter into any contract as a result of this - invitation-to-bid. Interpretation of Specifications. Any request for interpretation of any term, 1 "-condition, or specification contained herein must be made at least ten (10) days .prior to bid opening to allow sufficient.time to-notify other prospective bidders of any changes and/or clarifications.. Should the bidder find any discrepancy in or.omission from these specifications, or should their intent or meaning'appear unclear or ambiguous, or should any other question arise relative to these ; documents, the bidder must notify the Purchasing Officer first verbally and-then •in'writing at least ten (10) days prior to the bid opening date. The bidder making such request will be solely responsible for its timely receipt.by'the City. Replies to such notices may be made in the form of 'addenda to these documents. t 4. Contract Period. The contract period shall be for three (3) years commencing on October 1, 1990,.after the approval by the City Commission. The contract may be extended for one (1) year periods by consent of both parties after the first contract. 5.. Scope of the Contract. This is a requirements contract for those items that may E be required for the timely continuous upkeep, maintenance, and repair of City .owned equipment. The City will not be responsible for any parts or supplies maintained by the Contractor covering any City equipment that may be disposed of during the term(s) of this contract. If delivery of any quantity of an item covered by the contract is required by reason of urgency prior to the earliest date that delivery may be specified under this contract and if the contractor will not accept?an order providing-for the accelerated delivery; the City may purchase this requirement from another source. 5.. Contract Chanoes._ Contract changes shall-be accomplished by amendments to this 'contract. Administrative procedures not affecting contract terms and conditions may be established as mutually agreed on by appropriate City representatives and' the contractor.- i MEMO f ?. Ll t?. 0 ? .?! ' f Page 3. . Bid No. 135-90 CONTRACTOR OPERATED PARTS STORE (CON'T,) 7. Assignment' of Contract. Neither this contract, nor any portion thereof, shall be assigned except by formal approval of the City Commission. No such approval will be construed as making the City a party of or to such assignment,-or subjecting the City to liability of any kind to any assignee'. No subcontract shall, under any circumstances, relieve the contractor, of his liability and obligation under this contract, and despite any such assignment the City shall deal through the contractor. 8.... Arbitration Board. If there is any dispute that cannot be resolved by agreement, then an Arbitration Board will be formed consisting- 'of one member selected by the contractor, one member selected by the City, and the third member selected by the first two members. Both parties-must abide by the decision of the Arbitration Board. The party, against whom any decision'is made, will bear any costs including any payments to the arbitrators. 9. Insurance Hold Harmless. The contractor shall not commence work under this contract until he has obtained, all insurance under this section: a., Worker's Compensation. The contractor shall provide and maintain during the life of this,contract, at his own expense, Worker's Compensation Insurance as required by law. b. Comprehensive General Liability. The contractor shall provide and i maintain during the life of this contract, at his own expense, ; Comprehensive General Liability insurance including protection'for liability arising out of premises, operations, independent contractors, and contractual. The policy shall be extended to provide for personal' injury liability, and broad form property damage liability: 'The- contractual coverage must specify that it covers the hold harmless agreement which is part of this contract. The limits of liability shall be as follows: $100,000 per person $300,000 per accident for bodily injury. - c. Comprehensive Automobile Liability: The contractor shall provide and maintain during the life of the contract, at his own expense, comprehensive automobile liability insurance,-for any vehicles used to manage and maintain the stores operation, including protection for 'liability arising out of owned, non-owned and hired vehicles. The policy shall be extended to provide contractual coverage for the hold harmless agreement which is part of the contract. The limits of liability shall be 'as follows: t (1) Bodily In Liability - $100,000 each person, and $300,000 each occurrence. (2) Property Damage Liability - $25,000 each occurrence. F' / f, f 1 '• ? ' 1'... .... .._.J fir- ... Page 4. Bid No. 135-90 CONTRACTOR OPERATED PARTS STORE (CON'T) d. Hold Harmless Agreement. The contractor agrees to indemnify and hold harmless the City of Clearwater, its agents and employees, from and against all loss or expense (including court costs and attorney's fees) by reason of liability imposed by law upon the City of Clearwater for damages because of bodily•injury, including death at any time resulting therefrom, sustained by any person or persons or on account of damage to property, including 'loss of use thereof, caused by or contributed to, by either direct or indirect action, of the contractor, its agents or employees. e.` Certificate of Insurance. The contractor shall furnish the City's Purchasing Officer prior to the start of any operations under this contract, satisfactory proof of insurance coverage with an insurance company satisfactory and acceptable to the City. To be acceptable to the City,.,each insurance certificate must contain a clause substantially as • 'fol lows: . "Should any of the above described policies be cancelled or undergo material change•,before the expiration date, the issuing insurance company Will mail within thirty (30) days written notice to-the City of Clearwater. The interests of the City shall be included under such policies (except Worker's Compensation) as an additional insured ' for all, losses arising out of this agreement.' 10: Quali•fication`s?of Bidder. The City may make such investigations as it deems, necessary to determine the ability of the bidder to perform the terms, conditions, and specifications contained in this "Request for Bid."' Data required to be included in your bid is outlined elsewhere in these documents. The City reserves the right to reject any bid if, in the opinion of the City, the evidence' submitted by, or investigation of, such bidder fails 'to satisfy the C.ity that such bidder is properly qualified to carry out the obligations of the contract. 11. On Site Inspection.. The City retains the right to perform an "on site" inspection of the bidder'.s facilities that will be used and in support of this contract. This may include a review of inventory, or stock item list which can be reproduced and made available to the Fleet Administrator, on request, within five (5) working days. 12. Access To Parts Store. The contractor will have sole access to the parts store and city employees will not be allowed entrance except as stated in r11 above (on site inspection) and #10 under Part III - Specification (access to Fleet Maintenance Stores) The contractor will be responsible for the security of the parts store and will have access to the facility as required to assure, contract performance. The City retains the right to usage and entrance, in the' case of a disaster, if so required until the contractor .arrives .on site. 3.-tistino of Citv Owned Eauioment. To obtain a listing of presently-owned City equipment (by department) contact the Fleet Administrator. The City reserves the right to add to or delete from this listing during the life of this contract, 4? ? .Page 5. Bid No. 135-94 CONTRACTOR OPERATED PARTS STORE,(CON'T) 14. Award. The C, iLY of Clearwater reserves the right to award a contract or to reject any or all bids. Prior to the award of a contract', the City may require the bidder,to submit information and data in addition to that required by these documents. In determining the lowest responsive and responsible bidder, in addition to price, the City shall consider, but not be limited to, the following: a. The ability, capacity, and skill of the bidder to perform the contract or provide the service: b. Whether the bidder can perform the contract or provide the service promptly, or within the time specified, without delay or interference; c. The character, integrity, reputation, judgement, experience, and efficiency of the bidder; . ,;. d. The quality of performance of previous "like" contracts or services "governmental or commercial"; e. The previous and existing compliance by the bidder with laws and ordinances relating to any,contract or service; f. The'sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service; g. The quality, availability, and adaptability of the supplies, equipment, or contractual services required; h. The number and scope of conditions attached to the bids; i.. The method in which COD's are to be handled. The City reserves the right to form a Bid Evaluation Review Committee which will review all proposals and recommend to the City Manager 'and the City Commission, the bidder who can best serve the interests of the City of Clearwater. 15. Contract Renewal Extension: This contract may be renewed for successive twelve .(}.Z) month periods, after the initial three (3) year contract period specified in para. 4,-by mutual agreement, giving written notice of renewal within'30 days prior to the current expiration'date of this contract, provided.that the preliminary notice of the intent, to renew was given at least sixty (60) days before this contract is to exp1re'(such a preliminary notice will not be deemed to commit to renewal). If this option for renewal is exercised, the contract as renewed shall be deemed to include this option provision. :6. Validation,of Contractual Actions. The contractor agrees 'that the City shall, until the expiration of three years after final payment under this contract, have the right to examine on a scheduled or random basis contractor records, books, documents, and other evidence and practices in order to substantiate the validity of all transactions involving both NPL acid price list items. Such examination will be performed by representatives of the Purchasing Officer. Page 6. Bid No. 135--90 CONTRACTOR OPERATED PARTS STORE (C0N1T) 17. State and Federal Taxes. State sales tax exemption number 04-00023-02-62 and ' federal excise tax`exemption number 59-78-0105 apply to all transactions covered by this contract. 18. Price List Coverage. It is the. City's objective that part's requirements be covered by price'lists to the maximum practical. extent. Recurring orders from a "NPL" source will be caused for considering incorporation of additional price lists. The contractor shall propose additional price list coverage for the purpose of reducing NPL transactions. With the approval of the Purchasing Officer and/or'.the Fleet Administrator, the contractor may substitute a price list with the same discount as the category i,n which the substitution is made if such action is in'' the ''interest of the City. If-it is determined at any time during the life of this contract that additional price list coverage is required, the contractor wil] be-no6fie'd, -in-writing, by the Purchasing Officer or Fleet Admihistator. of the additional coverage required. If the additional required price lists are not ' furnished within,15 calendar day, the City will have the option to secure such i price lists;-incorporate them in the contract, and require the contractor to use, them. Bidder shall demonstrate the procedure he will use for the periodic reviews ! to determine if an NPL item should be price listed. This procedure will be „• reviewed with the Fleet Administrator for acceptance. E 19:•Obtaining _Non Priced Listed NPL Parts. a. -The contractor shall procure all NPL parts from the manufacturer, or from the highest level in the manufacturer's distribution system to which he has E access and which will provide the lowest price that is obtainable by the contractor in the normal course of business, When determined necessary by the Purchasing Officer or Fleet Administrator the contractor will be required to provide evidence that the supplier of NPL parts is in fact an authorized member of the manufacturer's distribution system. The contractor's proposed source of supply must be'approved by the Purchasing Officer prior to obtaining parts when the estimated price of any one item exceeds $500.00 or a group of items to a single source 'is estimated to exceed $1,500.00.. Further, the City reserves the right to-purchase NPL items exceeding the above amounts from sources other than-this contract. b. Sales 'or transfers of parts between a parent company and/or subsidiaries or affiliates in which the contractor (or principals of his company) has a financial interest, which increases the price to the City beyond the price, which the contractor would normally expect to pay if the•ifem were purchased at the best price obtainable elsewhere in the market place, is prohibited. c. Contractor must assign an alpha code to each source of supply for NPL parts and enter that code on his invoice. This code will be made available to the Fleet Administrator and updated as required. d. N:P.L.-crossover information to price. list, if applicable.` F' i t s irx1,' Y ?t,?t ' ,' J , r r J.• )•'!' : !,. /., 'I ! -?.iy. 'r •i, ,?+I '-'f?jlS e'PI !, , ' 1 ' ° l '. ,., I • 1 ! ' • ` . n 1St r • ,x1,17. w5r• 9 . d . , • ( . , t . . ' , .. > , f . } •,i 1 .{ I - r ' • .1 t' Page .7. 135-90 Bid.No.' CONTRACTOR OPERATED PARTS STORE (CON'T) 20.'Parts rder Limitation. The City will not place or will.the contractor,accept, t orders under this contract for a single.item, the unit cost'of'which 'exceeds $500.00 'or a. quantity of any single item purchased as one line item, thei-cost of, which exceeds $7,500.00 without prior approval of the Purchasing Officer-or his designated representative. The Fleet Administrator or h.is assistant is the des-. ignated representative for this purpose. The City,reserves the.right to-purchase 3i material exceeding these dollar' values from sources other than`this'contract. This provision applies to both priced listed and non-price listed items. 21: Cantinaency Clause, It is'e'xpressly understood by. all parties that this contract ' Js contingent upon and subject to the adoption of a budget each fiscal. year by the ' City. Commission of the City of Clearwater providing for the''expend itures herein '' agreed' upon; and that should.the'-Ci,ty Commission "of the City of Clearwater'-'fail to " Include provision for the expenditures herein agreed.upon, in any successive fiscal year, the, prov.islioriS bf this contract are thereby superseded, ,,,:.y., .{ r&» .? ,f•.., .:.>, .,? ?°r,?tt .3+.?i ?.il.+... :i r" 9?1' , ii...r r.. a?Sxwr.!?i?'$:, ?..;m..'.??yr .. ?? ;`Jtzlj:'. •.r . "t r, ?.' - ..i;,)<E'i'=,1`°.ti:'.i•?S?',4?Yr:?r`.:7?t?'?`., 7• S 'iG`??. 's ?? .t?lY.? ? y r: S" ; • {?' A {tAl'FI i li_f't t ? aiY` 1y1 ', tt •:r F:. }..Fi'S??'f. f. t9 Fie !i. ?ra e''1 `., J15? :ya 'y? Page ,8 ' Bid No. 135-90 CONTRACTOR OPERATED PARTS STORE (CONET) PART 11 - DEFINITIONS 1. Automobiles and Trucks. Defined as commercially designed passenger automobiles, buses and trucks having both commercial and'City required application. 2. Special Purpose Vehicles. Defined as all vehicles-used by the City other than, automobiles, trucks, and buses. as defined above. ; ` 3... Parts. Defined as those items required to render a vehicle complete and ' operational for its intended purposes.' This includes, but not necessarily limited ;to, repair parts, components,,assemblies'•and sub-assemblies, accessory items, overhaul and repair kits,,etc., new and rebuilt. 4.' Fast Moving Parts. Those parts for which the inventory turnover rate is sufficient to:warrant continuous "on the shelf" availability. Parts having an .average turnover•rate•of three or more issues by part per month during the previous 'three-month period shall;be considered fast moving parts for the next three month period. ' 5. Slow Movina Parts. Parts not meeting the criteria of 14, fast moving parts and being required fewer than three issues dur.ing•the preceding ,3 month period will be classified as slow moving parts. b:. Exchange Parts. These vehicle parts are to be sold at the exchange price without core,charge to City, except when no core is available or when core is non- repairable. 7. OEM Parts., A .part which may only be obtained from•the vehicle and equipment manufacturers. 8. EDP Eaui ment Deadlined for Parts Equipment rendered inoperative due to, lack of parts or accessories. 9; Rebuilt Parts. Parts that since last subjected to use have been dismantled and reconstructed as necessary, all internal and external parts cleaned and made free from rust and corrosion; all impaired defective or substantially,worn parts restored to a sound condition or replaced with new, rebuilt or unimpaired used parts; and such other operations performed as are necessary to put the product in sound working condition. • f ;?? .E. , 1 t'X Page 9. Bid No. 135`90 CONTRACTOR, OPERATED PARTS STORE (CON'T) PART III _ SPECIFICATIONS 1. Ouality of'Parts to be' Furnished. Parts furnished to the City shall meet or exceed the quality of the part furnished on the original piece of equipment (OEM). However, if the original manufacturer has updated the quality of the parts for current production, parts supplied under, this contract shall equal or-exceed the updated quality. Failure to provide items'of such quality will be cause for re- jection and/or return of said item. The burden of proof and cost of analysis will be that of the bidder. There will be no reboxing of parts. Rebuilt/remanufactured parts shall have been dismantled and,reconstructed as nec- essary; all internal and external parts cleaned and made free from rust and corro- sion, all impaired, defective-or substantially worn parts restored to a sound con- dition or replaced with new, rebuilt, or unimpaired used part's; all missing parts replaced with new, rebuilt, or..unimpaired used; and such other operations performed as are necessary to,put the product in sound working condition. Rebuilt or used parts must conform to the manufacturer's reconditioning tolerances. 2. Warranty." The contractor agrees to convey to the City the same warranty against defective parts he receives from his supplier. When a standard warranty covers most items, the standard warranty'may be reprinted; however, when items have an extended warranty the-applicable warranty will be entered on appropriate City. forms/records. When 'items received from'the contractor are unserviceable or substandard they will be returned to the contractor for full credit or for ex- change for, aserviceable standard item. 3. Items Excluded From This Contract. a. Lubricants., Lubricants delivered into City-owned tanks/drums are excluded -from this contract.' The contractor shall order all other lubricants from the source specified by the City and shall mai.ntain an adequate stock on hand for issue as required. The NPL service charge applies to all lubricants ordered and issued by the contractor. b. Tires-. Tires (including recapped tires) of all types and sizes are excluded from the contract. c. Parts' purchased under separate repair and maintenance contracts. d. Parts Covered by Vehicle Manufacturer's Warranty._ These parts will not be the responsibility of the contractor. ' e.. Units purchased from City source, vendors. 4. Hours of Operation. The contractor will operate the Parts Store-during the normal hours of operation observed by Vehicle Maintenance (Monday through-Friday, 5:30 A.M. thru'4:30 P.M.). Due to unforeseen circumstances, these hours may be extended. If possible, at least two (2) hours notice will be given the contractor prior to the extended hours of operation. In the event of an emergency, the facility and the Parts Store will be opened. The contractor will be required to operate the Parts. Store on all City holidays that the Fleet Maintenance facility is open. rM1 .j see ..• -1 i'¦ r r . Page 10. Sid No. 135-90 CONTRACTOR OPERATED PARTS STORE (CONI T) 5. Receipt and Storage, The contractor will be responsible for all incoming shipments of material to be delivered to.-his store. The City assumes no respon- sibility for the deliver, receipt, transportation, material handling,'or storage ; of contractor materials. The contractor 'retains ownership and responsibility of all supplies until sold and receipted for,by an authorized City representative. ; Occa-sional.City'assistance may be given to the contractor for unloading. pallets ... and,bulk items if required. Stock must be handled in a timely manner. ; 6. Personnel. 'The contractor will insure that sufficient personnel are available at all times during store hours; to provide uninterrupted service to Fleet Mainten-' ante personnel. Minimum personnel required to adequately staff the store are (1), store manager/counter personnel, kI) counter personnel ,'(1) inventory control/ data entry and (1) parts chaser during days 6:30 A.M. - 4:00 P.M. The counter personnel are to service Fleet Maintenance first, answer telephones and perform outside sales (City Divisions) second,-Backup personnel"must be available to . cover vacation, sick leaves and unusually heavy workloads., Full, complement *of personnel must be on hand at all times. -7. Contractor Chanaeover. The City reserves the right to conduct site visits in all contractor operated facilities in conjunction with the solicitation of offers for, a the follow-on contract. in the-event the follow-on contract. is awarded to other i than the incumbent, the incumbent contractor will cobperate to the extent-"required to permit an orderly change-over to the successor contractor. The change-over to ;take puce the last weekend in September. 8. Contract Proaress. The appropriate representatives of the contractor and the City : will meet periodically to review the contract performance. The City will.appraise ' the contractor of how the City views the contractor's performance and the contractor will appraise the City of problems. Appropriate action shall be taken to, resolve outstanding problems. A record of the meetings will be maintained by a selected participant at the meeting. Copies of the minutes will be made available to both parties'. 9. Payments.. Payments will be made monthly. Invoices will cite the Work Order Hum- ber and other appropriate documentation as mutually agreed on between the Finance Director, Fleet Administrator and,the contractor., Invoices will be submitted to the Fleet Administrator with a copy to the Finance Department (see sample invoice attachment): 10. Access to Fleet Stores. The appropriate City Purchasing and Auditing represent- tives will have access to the store to perform surveillance irispections, periodically check stock, inspect-the facilities and perform the necessary liaison between the contractor and the City. 11. Authorized Issues b the Contractor. A list of City personnel,-including their sample signatures and initials, authorized to request and receive parts shall be furnished to the contractor by.the Fleet Administrator. The contractor shall verify the authorization prior to issuing any part from the store and refer any individual without authority to the Fleet Administrator. The list must be kept updated by the Fleet Administrator. COOPPAST • Page 11. Bid-No. 135-90 CONTRACTOR OPERATED PARTS STORE (COH'T) 12, Part Research and Identification. City personnel will be required to furnish the contractor the year, make, model, and manufacturer's serial number on all equipment when request ing parts. Part numbers, if requested, are to assist the contractor in item identification but shall not relieve the contractor from the requirement of furnishing the part(s) requested. The contractor will furnish and maintain 'in the store a nationall recognized interchange manual or comparable publication(s) (microfiche, etc: for automobiles and trucks for the duration of the contract. The contractor will also have current applicable parts books. The contractor shall research all OEM and OPM parts to determine if they are available as common parts before ordering them as OEM or OPM. Every effort will be made to "break sole source" situations created when a part loses its identity after being incorporated into the end item by the OEM. '13. Stock Level and Consumption Data. The. contractor will be required to .estab Iish stock levels based on the vehicle fleet and equipment owned and maintained'by the City. The contractor will be required to add or 'delete items in stock depending on consumption data which must be maintained by the contractor and approved by the Fleet Administrator. The contractor may be required to enter and keep updated daily their parts inventory on the City computer. a. Fast Movino Parts. The contractor must stock all fast moving 'parts in the store for immediate use. A maximum ten percent (10:) out of stock condition is acceptable. Fast moving parts not in stock will be made available for issue by the close of business the next work day or within 4 hours if parts are available • within a 25 mile local trade area. Vendor will supply a FMP inventory every 3 months and a verification of inventory for approval and/or additions or • modification. b. Parts Reauired for. Repair Comoietion. Slow moving parts required to complete repair will be* furnished within twelve work hours after being requested if available within a 25 mile local trade area. Parts not available within this time will be furnished as follows: 1. EDP (Ecuioment Deadl_i_ned for Parts) Parts. Parts required to remove vehicles from EPD status will be furnished at the earliest possible time. Contractor actions 'to expedite delivery will include•search of alternate sources of supply, consideration of interchangeable items, and insuring that the.EDP status is transmitted to the stores suppliers and through his distribution system as applicable. If available locally, part must be procured from that source to remove equipment from EDP list. , When authorized by the Fleet Administrator the contractor may be reimbursed far premium costs for handlino, communication and transoortation required to obtain priority items - such costs will be added to the issue price of the item (s) but such additional costs will be identified on the issue and billing documents. Evidence, such'as copies of telegraph or telephone company • statement or. invoices or other evidence as required, wfli be attached to invoices to document premium service charges if requested by the Fleet Administrator. Such premium service charges will not be paid-for parts obtained within the local trade area. This, however, does not preclude premium charge payment resulting from delivery from sources outside the local trade area to vendors in the loccal'trade area. ¦ . Page 12. Bid No. 135-90 CONTRACTOR OPERATED PARTS STORE (CON-T) ' (2) Back-Ordered Parts. Parts which are not covered by A or B above and cannot be delivered immediately off-the shelf are considered back. ordered, and the contractor must furnish an availability date and price to the Fleet Administrator who will determine if the proposed delivery 'date and cost are acceptable. The contractor will main' tain a record of all back ordered items and will-include at least the following information: Vehicle number; part number (if known); part nomenclature; date ordered; cost or estimated cost; estimated delivery date. A twice weekly follow-up will be utilized and any- tems back-ordered for two weeks will be reported to the Fleet Administrator and documented follow-up will be supplied at that time. '14. Parts Requisition Forms. a. The Fleet Maintenance Department will supply to the contractor, individually numbered parts requisition forms for use in requisitioning, recording, issuing and accounting for parts, b. Contractors employees will recheck for accuracy and notify proper supervisor of any discrepancies. Contractors employees will complete all daily billing and computer entries by the close of each work day. No item will be billed or entered into the City computer until it is available for delivery and/or use. , 15, Credits.' In the event either warranted parts, or incorrect parts, are supplied and charged, but later returned for credit, the contractor will process the credit in accordance.'with procedures established by, the Purchasing Officer. 16. Non-Price Listed Parts. (NPL) are those parts which are not included in-any published price list incorporated in the contract. It is the intent of-this contract that the contractor will, supply these parts to the City at the net invoice price after trade discount, less that portion of prompt payment discount offered to the store contractor by the supplier, exclusive of any markup, profit, overhead administrative.expense not provided for in the contract. The service charge is intended as the sole compensation for these parts. Reimbursement to the contractor for his invoice price, 'Plus any applicable service charge provided by this contract, together with reimbursement of any.other allowable charges, will constitute full payment for NPL parts. 11. Corrections and Adjustments. After distribution of invoice documents, prices, exten- sions, additions and/or deletions-may be corrected and adjusted on the issue document providing such corrections and/or adjustments are initialed by both the contractor and the authorized Fleet Maintenance representative. 18. Location of Store. The contractor operated parts store will be located in Fleet Maintenance, 1900 Grand Avenue, Clearwater, Florida. However, the City reserves the right to change 'locations if operational requirements dictate. Should relocation be required, the contractor shall relocate his personnel and inventory, plus any equipment furnished to him by .the City for store operation at his own expense.,. Con- tractor shall continue to provide uninterrupted service as required by this contract, relocation notwithstanding. i ' F. f; rte- ?'?? ?? ? • ,i • 1. .M Page 13.. r Bid No. 135-90 CONTRACTOR OPERATED PARTS STORE (CON'T).', 19•. City _Furnished _Facilities, Equipment and Utilities. The items and/or services listed below will be furnished to the contractor for use in the operation of,the•Contractor,- operated Parts Store. Any other equipment, supplies, sErflces, etc. required, will'be the responsibility of the contractor. City furnished items are as* follows a. facilities (building space). b. Counter space for parts manuals, price lists, etc. c. Utilities (electrical) and toilet facilities. d. Available phone line (cost of installation and monthly charges of phone(s) , will be that of the contractor). ,. e. Parking area for employees and'.pickup/delivery vehicles(s)., PARTS ROOM 23' Wide X"33' 3" Deep = 765.90 Sq.'Ft. ; 8'7" Wide X 1,1' Deep office area included in above. SHELVING' UNITS 1 Each - 4 Section unit 36" Wide X 12" Deep X 87"'High with 32 shelves I Each - 4 Section unit 36"'Wide X 12" Deep.X 87" High with 43 shelves 1 Each - 4 Section unit 36" Wide X 12" Deep X 87" High with 42 shelves 1 Each - 4 Section unit 36"' Wide X 12" Deep X 87" High with 27, shelves`. l Each -.4 Section unit 36" Wide X 18" Deep X 87" High with 28 shelves l Each - 4 Section unit 36".Wide X 18"'Deep X 87" High with 28 shelves '. ; 1-..Each - 1 Section. unit. 36" Wide X 12" Deep X 87" High with ,6 shelve s' ' '1 Each - Built-in hose and fittinb bench 143" Wide X 30" Deep X 34" High divided into 5 sections with 15 stationary shelves. r 1 Each - Built-in "L" shaped parts counter 96" Wide X 30" Deep'X 39" High with 68" Wide X 30" Deep X 39" High "L" leg with12 shelves. 1 Each - Built-in "L" shaped office counter 105" Wide X 30" Deep with 63" r Wide X 30" Deep„"L" leg mounted 30",High. -STORAGE/ENTRY„ ; 1 Each - Wire enclosed storage/entry area 16' Wide X 5' Deep X 8' High with a 72" Wide X 8'1" High sliding door , 80 sq. ft. ! ` i FURNITURE 1 Each - 4 Drawer filing cabinet - gray. 1 Each - 2 Drawer' filing cabinet - gray P,.. . . i . yt f • 'yam •4.r.? f k+I r . Page 14. BID NO. 135-90 CONTRACT OPERATED PARTS STORE (CON'T) "20. Housekeeping. The' contractor. will perform normal housekeeping functions within the facilities provided by the City. The contractor will comply with all applicable City and State safety regulations. I 21. City Liability'. The City shall not be liable for any loss or damage to the contractor's property, including stock or for expense incidental to such loss or damage.- 22, Security Reouirements. The contractor and his employees will comply with all,the City's security regulations and practices. `23. Fire Prevention and Protection. The contractor and his employees will comply with all City and State fire regulations. City Fire Departmental personnel may make periodic routine 'inspections for regulation and fire safety standards. 24.1 Contractor's Final Inventory. The City reserves the right, but is not hereby ,obligated, to purchase from the contractor any or all materials remaining in the stores stock upon expiration or termination of this contract. If such a purchase is made, the prices will be based'on the last contract price in effect on the date of, expiration-or termination, I 25. Warranty of Supplies. Notwithstanding-inspecrtion and acceptance by the City,'supplies furnished under this contract or any provision of this contract concerning the conclusiveness thereof, the contractor warrants that for thirty (30) days', or the length of time of any warranty given by the manufacturer or rebuilder/remanufacturer, whichever is greater, after acceptance: a. All supplies 'furnished under this contract will be free'from defects in material or workmanship and-will conform with the specifications and all other requirements of this contract, and b. The preservation, packaging, packing, and the preparation for, the method of, shipment of such supplies will conform with the require- ments of this contract. 26. Pricing of Price Listed Parts. ` For purpose.of this contract, the "Suggested List ' Price.'.Jess the applicable discount, will be considered as the item price.. 27. Price Lists (See'Attachment 2) ; a. A copy of each price list made a part of this, contract will be main- tained up-to-date and will be filed in the parts store for ready. reference. Changes, modifications, revisions or amendments which merely update the original price list and which retain the original basic or control number are considered part of the contract. for pricing purposes. Replacement Price Lists, must be submitted to the Purchasing Officer, who will incorporate the price lists in the City's files. alb.. I. '°rr• S;'t''rl ht 1 i t •' •! ?II? Page 15: r Bid No. 135.90 CONTRACTOR OPERATED PARTS STORE (COW-T) B. Al,l superceded or revised pages, sections, parts, etc,, of price. list will be submitted to the Purchasing Officer for his/her disposition through-out the period of this contract, including any extensions, resulting from the exercise options, if any. 28. Overtime. Overtime hours shall be billed at the rate-of S.' per hour. If-the City requires emergency service,after the store has been closed far the day,' 'and before the next scheduled opening which requires the contractor to call out an employee(s); the contractor shall ,be paid for. the number of hours actually. worked, with a minimum of 2 hours, at the overtime rate. Estimated annual number of overtime hours will be 300. 29Brand'Name/Remanufacturer/Rebuild Specification. The City reserves the right to. specify, based on its own past experience, that the, ,contractor' purchase certain brad name parts a6d/6r use certain parts rebuilders/remanufacturers which have proven to be ,superior'in terms of quality, service life, warranty, etc. The Fleet Administrator shall specify the, -above.in writing to the contractor with a copy to the Purchasing Officer. Immediately upon receipt, the contractor shall propose appropriate pricing to,the Purchasing Officer for review and incorporation into the contract. 30: Contractor Furnished Vehicle. 'The contractor must furnish a truck for chasing parts. This truck is ,for, use by parts chaser only,'•not by,others for lunch rums or personal use during work hours, '(7 AM - 4 PM). The contractor must have back-up available if primary vehicle fails or is otherwise tied up. ' 31. Contractor Fnventor System. A sample of contractor's inventory system to be used on contract will be supp I i ed 'wi th bid response. 32. 'Use of Cit -Owned Facility., The parts room will be used as a primary parts storage for items to, be sold to the City of Clearwater only, not as a warehouse for property to other contractor locations. COOPPARS. • rl ! r ' Clearwater City Commission - ?` Agenda Cover Memorandum RTEil I ;t SUBJECT:. Purchase of 4 Rear-Loading Solid Waste Vehicles Item 0 Meeting Data: AUG 16 1993 RECOMMENDATION/MOTION: Award a contract to Palm Peterbilt-GMC Trucks, Ft. Lauderdale, FL, for the purchase of four 1994 Peterbilt Model 320 rear-loading solid waste vehicles, at a total cost of $364,539.36 ($91,134.84/each), which is the lowest, most responsive and responsible' bid submitted in accordance with specifications; financing to be provided under the City's master lease-purchase agreement with AT&T Credit Corporation, ® and that the appropriate officials be authorized to execute same. BACKGROUND: Vehicle Nos. 2080.88 (1979 Mack), 2080.153 (1984 Crane carrier), 2080.154 (1984 Crane carrier), and 2080.155 (1984 Crane carrier) are scheduled for replacement and were approved by the City commission during its 1992/93 budget hearings. Bids were solicited for 4 rear-loading solid waste vehicles. Four companies submitted bids for this purchase. Fifteen firms did not submit bids for the following reasons: 6 do not offer the product, 3 were unable to meet specifica- tions, 2 were bidding with a second distributor, 2 schedules would not permit bidding at this time, and 2 were no longer in business. Staff recommends the low bidder, Palm Peterbilt-GMC Trucks, Ft. Lauderdale, FL, be awarded the contract for Bid No. 98-93. Funding for this purchase is budgeted in project Motorized Equipment---Lease Purchase, 315-94221-564100.590--000, which has an available balance of $1,428,320 as of July 7, 1993. This lease-purchase will be financed under the City's master lease-purchase agreement with AT&T Credit Corporation. Fiscal year 1993/94 budgetary impact will be approximately $83,172 (principal: $65,638; interest: $17,534). Reviewed by: Originating Dept: Costs: S 364.539.36 commission Action: Legal A. G Set ices Total 13 Approved Purchasing r $ .. L3 Approved u/conditions Risk Hgmt. User Dept: Current Fiscal Yr. ? Denied cis NIA ACH Public Works/Util./Solid caste funding Source: ? Continued to: Other ? N Capital imp. Advertised: ? Operating Attachments: Date: 5/7/93 $ 4/30/93 0 other Bid Tabutation/Bid Summary Paper: P.C. Review B Tampa Tribune SUbmitted by: Q? ? Not Required Affected Parties ? Notified Appropriation Code: 315-94221-564100.590-000 13 None city Man rf 00 Not Required rim Printed on recycled paper R?$t'' ?t?k?^ .'f? 1, - ? ! ', ?Y•; .• J.. .. `. .,. .? .. :a,:'.'f.? ?' •',???t. ,' . 1. .` ^ ` ' raYJ t ? '' ,,. ., ''.r1 ,!•? ? 'r1?3 t j. ? ? .. } • ;P, .3 ,??i?:??i'.f,?rf".•.nl_ ,r „t r. .'? •.e_!., ?, r ,: 1' viz... go co ', spy} yWa?? it V ^ , . , ' + le r J 91 .? cj? I, ° ?°. Ot v in m N 'V N .-! ?x? o. U3 an? •??ii?s ???Yi ?t • ` ? '7 •1 ? ,. ,•t .5 ?d ?i{{1"i?41` ,1.? "e r's. ?:.n '1• ?ti t: i' ? ' :} ... f_r.R t.t Sal.:. :. .. Yf,'r'?'}. ?Y.?•1yT ?Ji. ;'c??(f, 4• ?-r }• T., d ff -.d?-e??rT ??:r',r.,^„ 1.? a ',?1, :,??,'r,`• ?rk?if 1?'Rt," 1tri .. e,::y?9`?•r ' r REAR'LOAD REFUSE COLLECTION' VEHICLES - BID 96--93' RESPONSES: 'Crane Carrier Corp. TOTAL: $409,636.00 Tulsa,.Oklahoma ; Metro--Tech Equipment Co-. TOTAL: $371,412.00 Sarasota, Florida Palm Peterbilt Trucks TOTAL:' $364,539.36'' Ft. Lauderdale, Florida ALTERNATE BID TOTAL: $381,104:00 Municipal Sales/Lease Tampa, Florida . NO BID RESPONSES: Prestige Fordr Schedule will not permit Eustis, Florida Cherokee Mfg. Co. Do not offer Sweetwater, Tennessee Hardee Mfg.' Co. Inc. Do not offer Plant City, Florida IMCO Do not offer Rupert, Idaho Trucks & Parts of Tampa Unable to meet - Tampa, Florida specifications` Ray.,Pace's Waste Equipment Do not offer Jacksonville, Florida Solid'Waste & Recovery Systems Bidding with local diet. Jacksonville, Florida Container Systems & Equipment Co. Unable to meet Daytona Beach, Florida specifications Jim Hardee Equipment Co. Inc. Unable to meet ' Tampa; Florida specifications •' NO RESPONSE: MTA Equipment Corp. No longer in business Amelia Island, Florida , Florida Hydraulic Machinery Inc.. Do not offer Tampa, Florida 4.?_ 1. ' , •i,: J '?}?r`.-.F` ???' lrfl ?'- ` -?,. +'f? .P r•1 .41e'i ? :}' f ` : t : S S'I . .?Y'? ' f? ? Ti i? .1. :1. '.l :.Z.•. . J .4?: .-i 'C 1,S n.S...,,/. ,q,f' 'I. ,'].-i .., je.'r ? !•j./.A:}.,. ?' Jt?'t .?'% ?. ?) ' .i'M•+' T. y rY ???? 'r ` 1' `..? t r , r e a . , . . : ? ? ? ! . ` ? • tow .. F r ? s .: ? E E +r !'" r ? i }. - ' x i • C,;xS!.°? ; < ?.' .' l' ? ? il: ? <! ? r r f. - ' ,.. , : ?y' r . r' rf ? . y , • , ' r - ?rid. •. } t, _ , . .. , y. .+ r 'E r k.#'r - '4 ? ? ' f Iw /'' tr.• 1( ,. „ ? ' to lr%?+ir "rr•? ., r i r' - ? 5 s ,: .'€ , ? ?,? ?, ; ? ? ? ? " ;' M?3?,. ?? . , •?? 1? - 4'/? r' iF .l. • . -? •1u 1•f, .F':yf,r :I ?e ?€ ?? d 'i *'f:1F'S'i31M}e{:i'?4,?. r,r r t ? .ly., yr.. :i. .. ..4Z .°f:= .. .. .. ?? : r '1 :•Y`• .1 : .. ? .a. .. ' ?1II ij„'. i ,'f... "`b.F'e :.1s'.111.r*sieiWa Dempster, 'inc. Bidding with. Palm Toccoa,. Georgia Peterbilt Trucks''' s , Fontaine Truck Equipment, ' No longer. in business . - ' ClearwaterFlorida telephone disconnected' 1 Karl' Flammer Ford` offer Do ,not. I;:"• . - :; Tarpon; Springs, Florida . ; Transtat Equipment Inc. schedule will not permit's -; Florida Orlando r; , , . r?y Y v. r. r t^ .. 1 ?, rirr mot s . - ... , • 1 . • 1 ,. . f " • ' ?i ? ' i 1 r ' " ' r < r r F e . ir . ? E ? •r 1 • ' -t _ I y E F r Y . f' i, S ? r - f d' . 4 r ? x f? .t-', i?. :t• a ;i` ?:?' .'}:' ;1,. '? al j ?d-S'q S7r FF }I Y'il.lh?^.••'s'It,t •f ?' E u ? ?SS.u4 :=Y?iy?k i ¦, :1 _, E. , a, { CITY OF CLEARWATER , (? . , b specifications Gam $ ??(? ?-f 3 It is- the intent of these specifications to describe a rear loading, twenty-Five cubic yard,refuse collection body which, when mounted on a stand-up operation-type truck chassis and cab, will be complete and ready for use in regular refuse (trash and garbage) collection service for the City of Clearwater. The following specifications are set up as minimum requirements. for these trucks. THESE SPECIFICATIONS MUST BE CONSIDERED AS MINIMUMREOVIREMENTS_, If it is necessary to bid alternate equipment or take exceptions to the specifications as set forth, this MUST be so stated in your bid reply. Any. deviation from the specifications must be clearly indicated as such. Please complete blanks as required. The.. above must be adhered to in order for your bid to be considered.' -k CAB AND CHASSIS City of 'Clearwater Specifications Bidder_!s RgRl.y_ :Make & ? Model: Specify. " Chassis: G.V.W.: 56,000 lbs. W.B. & f C.A.: To conform to body. Frame: Minimum section modulus of 22'cu.in. per frame rail. Minimum R.B.M. of 2,200,000 per rail inch lbs. From forward of ft. spring hanger of ft. axle rearward to the end of frame. All structural suspension, bolts, washers and nuts (all steel, self- locking) shall be SAE grade 8. Effective CT - min. 146" Bumper: 1/4" steel, full width bolted directly to front cross members. Must have a minimum of 22" ground clearance.' Face 1211 width of cab. Ft. of frame mounted loops shall be of sufficient size to dead lift 25,000 lbs., and tow vehicle. Axles and Springs: Front Axle: Rockwell. 20,000 lbs., t FL 941. i Springs: 22,000 lbs., Pinned.Ft., shackled in rear w/bronze bushings. 1.75" bore front shocks. Tandem Rear Axles: 40,000 lbs., total, Rockwell RT40-145. Governed at 55 mph,- with engine RPM. 1 is r e , 5 } Rear Loa ding, 25 C,. Yd. Refuse Collection Body City of Clearwater Specifications Bidder's Reply- Suspension— Hendrickson - RS4001 40,000 lbs. 'Rear Mud Flaps. Brakes: Rockwell 'IQ" series onl . Auto-slack adjusters (Rockwell) only. t' Rear brakes to be equipped with piggyback parking brake chambers. All Stemco axle seals. Bendix AD-4 or equal air dryer. Drive Line: "U" joints 1710. Splines - glide coat. At least one center bearing. Unsupported shaft not to exceed 60". Tires: Front - 16.5 x 6, G-180 13/86 x _ R20 ,(2) tubeless. Rear - 16.5 x 7, 11H 22.5 PR16 (8) tubeless. Wheels: Budd-type to be compatible w/tires equipped with large lug nuts. Fuel Tank: 60 gallon mounted on opposite side of batteries with locking caps. Fuel lines steel braided from tank to engine. No copper lines. Transmis sion: Allison MT-653 DR. Torque converter lock-up. External oil cooler. 15 GPM, 40 Micron, full flow spin- on. Filter, mounted in the "From Cooler" line. Engine: Cat. 3116, 250 hp Gov. @2,400 rpm. No Calif. emission system. Engine Accessor ies: Filters: Spin-on fuel separator. Spin-on oil/water filters. Lubrifiner 750. Water filter. Fuel filter system w/primer. Donaldson, paper-type air filter. Cooling system: system shall have the coolant deaeration capacity as per engine manufacturer's requirement. All coolant and heater hoses shall be silicon, with silicon-style stainless worm-type clamps. Bolted top and bottom tanks, radiator. .2 1 Rear Loading, 25 C?.`Yd. Refuse Collection Body City of Clearwater Specifications Bidder's Reply. Radiator sight gauge with lower drain valve. Coolant summer-winter permanent-type antifreeze at -200F. with Nalcool. Full fan shroud. Space shall be provided for a front- mounted pump to be driven off of crankshaft. Crankshaft will be equipped with a flange adapter. Pump shall be located behind front grill and bumper. Power Steering: Integral 592-S Sheppard or equal. 18,000 lb, rated dual belt-driven Vichers hydraulic pump or equal. Fluid filter. -'Glide cote splines on steering shaft. 16 Qt. minimum oil reservoir for steering. ' Steering fluid cooler. Turning radius of 30' for cul-de- sacs.` Left-hand drive only. Aix System: 14.5 cu.ft. minimum. Dual'air tanks. Automatic drain valves. Electrical: 80 amp alternator, neg. ground. 'Dual belt drive 2.5:1 ratio. Starter, neg. ground, full path and full return copper design. Size of cable shall be 000. Engine, alarm and shut-down Kysor. For: 1. Low radiator coolant level. 2. High coolant temperature. 3. Low oil pressure. 4. High transmission temperature. Batteries: 3 batteries, 1875 CCA minimum Delco #1110 or equal. Location - accessible for mainten- ance and replacement. Located as close to the starter as practical and covered w/lock.' Wiring must be color coded. Laminated 8" x 10" (min.) electrical schematic shall be protected and attached,to each unit in cab. All circuits to be protected by circuit breakers. 3 il.. _. 1M e s , i Rear Load ing, 25`G..:Yd. Refuse Collection Body r City of C learwater Specifications Bidder's Re 1 Circuit breakers to be centrally located.and readily.accessible. Back-up alarm 100 dB, Grote Model ,73040. Electrica l & Lights': A ".Berg"--type junction box to be f provided, with stud connections. Box shall be mounted on outside frame rail near transmission clear of obstructions. Box is for use by body manufacture, to prevent the need to splice wires. The box will accommodate: 1. Marker lights.' 2. Tail lights. 3. Turn lights. 4. stop lights. 5. Back-up, lights. 6. Back-up alarm electronic. A master disconnect switch at batteries. Engine Service: Accessibility to the engine from either side must not be obstructed { by exhaust or intake system. ; Mechanic must be able to work on the engine from either side without climbing on or over a fender. Driver must be able'to check fluid levels without tilting cab. Cab: All steel galvanized cab, fiber glass or aluminum, including doors. Doors to fold out of way without having to readjust mirrors. Entry height on both sides max. 1811 from the ground to floor,-no steps. All tinted flat safety glass. High visibility window incorporating broad windshields, large door windows and lower door viewing parts.. Doors shall open to a full 900 and have positive door locks and stops. Roll-down side windows on both doors. Steering & Controls: Left-hand steering. controls shall be a ,chassis manufacturer-installed assembly. Standard diameter size steering wheel. Steering column for stand-up and/or sit down operation., 4 r: r Rear Loading, 25 Cu.Yd. Refuse Collection Body City of Clear ater_Specifications pidder's Reidy Cab Accessories: Two air windshield wiper motors and windshield washers. Right and left sun visors. All ICC cab marker lights. Mirrors - West Coast retractable with convex lower sections. Dual air horns with dual electric back-up horns. Driver seat air ride. Grab handles on both doors. High output, high capacity heater and defroster. Factory-installed air conditioning. Factory-installed'AM radio. 2-man passenger seat with seat belts, heavy--duty vinyl. Instruments &Gauges: Easily viewed from operator's seat, warning buzzer for: 1. Transmission high temperature. 2. Low air pressure. 3. Engine low oil pressure. 4.. Engine high water temperature. Gauges:• oil pressure., Water temperature. Fuel. Volt or amp meter. .Electronic tachometer. Dual system/air pressure. Hourmeter. Electronic, speedometer/odometer. Air restriction gauge or indicator. Hubodometer on left rear wheel,' (front tandem). Documents:30 day temp. tags. Certificate of origin Invoice 2 copies Operator's manuals 2 copies shop service manuals 2 copies engine service and repair manuals 2 copies parts books 2 sets electrical and hydraulic prints All manuals for both body and cab & chassis. Painting: See Body Section for painting info. 5 , M. 4 Rear Loading, 25 C?..MYd. Refuse Collection Body City of , Clearwater Specifications Bidder's . Rej2ly Video on operators and mechanic- training, if available Documents must be delivered with units. The City of Clearwater will withhold $5,000.00 until delivery of all f. documents and manuals. Newest information on unit to be submitted with bid. Training: The dealer and/or factory shall provide a mechanic training instructor fora training session at the,City Garage.. This training shall orient City mechanics on what to expect and how to handle new equipment and mechanical procedures regarding the new unit. Bidder will explain how and where training will be handled. Training will be a minimum of '3 full days. Bidder.will also explain warranty options. Conditioning: a. In addition to equipment specified, vehicle shall be equipped with all standard. equipment as specified by manufacturer for this model, and shall comply with all E. P . A. emission standards and motor vehicle safety standards as established • by U.S. Department of Transportation regarding manufacture of motor vehicles. Bidder will also explain warranty options. b. The successful bidder shall be responsible for delivering I equipment that is properly serviced, clean and inf first-class operating condition. Predelivery service shall include the following: 1. Complete lubrication 2. Check all fluid levels to assure proper fill 3.. Adjustment of engine to'proper operating condition, 4. Inflate tires to proper pressure 5. Check to assure proper operation of all accessories, gauges, lights and mechanical features 6. Cleaning of vehicle, if necessary, and removal 'of all unnecessary tags, stickers, papers, etc. 7. Front end alignment and wheel balanced c. Warranty statement included in bid package. d: one complete set of filters for both cab and chassis and body to be delivered with each unit. r Rear Loading, 25 Cu'.Yd. Refuse Collection Body, C t of Clearwater Specifications Bidder's Renly BODY: It is the intent of these specifications to describe the minimum requirements for a refuse collection body of the rear loading design'. The capacity of the refuse body shall be 25 cubic yards, exclusive of tailgate. The refuse body described shall meet the minimum specifications, that follow. All bidders shall attach a statement that the unit offered meets these specifications exactly, or list any exceptions fully and accurately. Features which are regularly furnished,as standard with this unit shall be furnished by the successful bidder. The body shall' conform in strength; quality of material and workmanship to that provided by the best manufacturing and engineering practices of the industry. The bidder shall represent by his bid that all equipment bid is new and unused. It is required that the unit, as specified herein, shall be completely assembled and ready for operation. (X) if specification is met. If exception is taken bidder must explain (use separate page if necessary). Specifications Bidder's Reply GENERAL : 4 . ; Refuse body to be a minimum 25 rM A capacity exclusive of the hopper. Packer body capable of packing up to 1,000 lbs. per yard based on average dry household refuse. Packer body must meet all applic- able standards. Make & Model (Specify). BODY CONSTRUCTION: The roof and side sheets to be a minimum 11 gauge steel and formed• by three separate sections to allow maximum strength at the point of highest stress. First section at the rearmost portion of unit made of minimum 80,000.psi yield strength, steel. At the middle section, material is a minimum 50,000 psi yield strength steel. At the front end of the body, material is-minimum 36,000 psi yield strength'steel. 7 i, t , ! _ to r • . f • Rear Loading, 25 C,..:Yd. Refuse Collection Body- City of Clearwater Specifications Biddegfs Reply The floor trough is to be a minimum 5/16" 50,000 psi yield strength steel. The floor outward from the center trough shall have a thickness of 11 gauge material"and be.made out of minimum 80,000 psi yield strength steel. The floor channels to 11 gauge thick and made from minimum,36,000 psi yield strength steel. The three rearmost roof channels to be 3/16" thick, and made out of 80,000 psi minimum yield strength steel, the remaining roof and side channels to be 11 gauge thick and made out of 50,000 psi minimum yield strength steel with-continuous weld construction. side channels must, interconnect with the roof channels to form a wraparound channel design in order to provide strong reinforcing members that will withstand the packing forces necessary to attain maximum loads. Body to be adequately braced at all points to withstand repeated maximum packing pressures without distor- tion. BODY DIMENSIONS: Inside height from floor to corner of roof'sheet no less than > 82-•9/16". Inside height from bottom of-trough to center of roof sheet no less 'than 90-7/811* Outside height of body not to exceed 9711 (not including mounting sill). Inside.width no less than 89-3/411. Outside width no more than 96". HOPPER: Inside hopper width minimum of 8011.' Hopper opening minimum of 8011 x 56". Hopper capacity-minimum of 2.7 cu. yds. Hopper 'steel lower sides are to be 1/411 - minimum 50,000 psi yield strength steel. 8 . t i Rear Loading, 25 C?Yd. Refuse?Collection Body city of Clearwater specifications i? dder's Reply The floor of the hopper.to be a minimum of 1/4" thick and the steel used will be made of 100,000 psi yield strength steel. The hopper sill to be a boxed section of 6" x,511 x 5/16" with, an 8o" length. The total cycle time to be maximum 34 to 36 seconds. PACKING MECHANISM: Packer plate face to be 1/411 - minimum 80,000 psi yield strength steel. Carrier plate face to be 3/16" -- minimum 50,000 psi yield strength steel. Packer plate cylinders6'1 double acting. Carrier plate cylinders 61, double acting. Packer plate cylinders and carrier i' plate cylinders must be inter- changeable. The packing plate is to compact f material into the body against the ejector panel for a tighter, denser load. Carrier plate rollers are to be a minimum 5" diameter. Carrier plate must retain the com- pacted material in the body and .provide protection for the cyl- inders. When packer plate reaches the rear- most position, the packer plate must stop approximately 16" above the loading.sill to avoid a pinching action and to assure operator safety. The packing control handle must then- be- reactivated to complete the cycle. The packer plate control handle must be a single lever; this lever mechanism from any position in the cycle.' TAILGATE: Tailgate to be top--hinged to the body at roof line utilizing cast steel- hinges. It is to be raised for load ejection by two 411 cylinders, mounted on the outside of the tailgate. Cylinders shall contain a restricting mechanism to prevent rapid descent 9 it Rear Loading, 25 C-.Yd. Refuse Collection Bod7 City of Clearwater Specifications' Bidder's Reply of tailgate in'event of hydraulic failure. Tailgate held in the closed position by two one-piece drop forged.scre.w clamps, one on each side of the tail- gate and to incorporate a 7/811 rein- forcement strap. Clamps are to be equipped with a fast spinhandle - 111-8 thread. An extruded rubber gasket is to be affixed to the tailgate to provide a watertight seal between the body and the tailgate, 3111 up each side. Riding steps are to be provided on each side of the tailgate, and grab handles will be located in a convenient place for rider safety. The steps must be made out of the grip--strut open'grate material which will comply with ANSI Standards. The tailgate shall be equipped with a tailgate ajar switch with a light fixed into the cab. The purpose of this light•is to indicate to the driver that the tailgate is not com- pletely closed or is partially open. The tailgate ajar swatch with light must comply with the ANSI Standard. EJECTION SYSTEM: Unloading by full ejection method. Dumping or raising of bodies is not acceptable. The ejection cylinder shall be a double-acting single stage hydraulic cylinder, coupled to a push-out bar and operated in conjunction with a single stage hydraulic clamping cylinder. Ejector panel to be minimum 11 gauge 50,000 psi yield strength steel on the top two-thirds and 3/16" thick, minimum 50,000 psi yield strength' steel on the bottom one-third to assure that the heavy-duty panel can . withstand the packer plate pressures and the ejection of highly compacted refuse load. The eje'ctor'panel is to travel the full length of the body and be equal in the'area to the cross section area of the body. " 10 I m f I¦ , V 1 Rear' Loading, 25 C.,..?Yd. Refuse Collection Body City of Clearwater Specifications Bidderfs_ Reply Ejector panel must be designed to act as a bulkhead against which refuse is compressed by the packer plate. Ejector panel shall travel on six 16" ultra high molecular weight polyethylene shoes and four 8" phenolic guide shoes at.f loor and trough level. These guide shoes must be replaceable without removing ejection panel from body. The ejector panel in its rearmost. position must not be damaged if tail- gate is closed by driver at landfill site. HYDRAULIC.SYSTEM: Hydraulic pump is to be a bi-direc- tional spur--gear-type with wear compensating side plates using hydraulic pressure to keep them properly tensioned and positioned to maintain a consistent fluid flow rate. ?. Capacity of,pump must not be less i than 42 gallons per minute at 1200•rpm. A factory-sealed relief valve set at a maximum of 1650 psi. f There shall be an-in-line, 141 micron (100 mesh) suction strainer with by- pass. A 20 micro in-tank return line filter with a visual indicator when the falter is in by-pass mode is to be supplied. Hydraulic oil tank is to be located on the curb side and mounted on the body floor. Hydraulic oil tank is to have a• combination filler/breather cap with 10 micron air filtration. Hydraulic oil tank shall have a capacity of not less than 66. ,gallons, The hydraulic system shall contain the following cylinders: 2 packing plate and 2 carrier plate cylinders - 6" double-acting with a stroke of.30-5/16". These four cylinders must be interchangeable. Ejection.cylinder - 6" double-acting with a stroke of-38-5/811. p e i r r .. . t Rear Loading, 25 Cu.Yd. Refuse Collection Body City of Clearwater Specifications Bidder's Reply 2,tailgate lift cylinders - 4" with a stroke of 38-5/811. Clamp cylinder 6" single-acting with spring return. All cylinders to operate without direct contact with solid waste. Hydraulic hoses are to be SAE ; approved construction and to'have burst pressure four times working pressure. Hydraulic-system pressures not to exceed 1650 psi. A manually operated valve assembly is to be provided with sufficient capacity to operate all hydraulic' components. For ease of service the valve assembly is to be located'so that at no time or load condition will it'be necessary to remove the load in`order to obtain access to the valve assembly. All cylinder rods must be chrome plated. Power take off, front mounted pump, commercial shearing, P75C678BEOR22-11, or.equal . ; Air operated controls. { ' i CONTROLS: The control for packer operation is to be located curbside at the rear and be manually operated. An automatic throttle advance must be provided. The single lever control must have, the capability of stopping, starting, and reversing the packing mechanism. To avoid possible damage from brush or other large objects, these control rods must be •located outside the hopper. A push-button switch that activates a buzzer in the cab is to be provided on both sides of the tailgate to signal driver. Tailgate life and ejector controls complete with engine speed-up switch are to be located street side at the front of the body. PTO•controls are to be cab mounted. 12 I I Rear Loading; 25 C::?: Yd. Refuse collection Bodk City of Clearwater Specifications 'd a 's Re 1 LIGHTING: Body lighting must comply with FMVSS,4108 regulations. For maximum visibility,,a light bar above the hopper must•also be provided con- sisting of four lee red stop, tail and turn lights, two 2-3/4" x 2" utility lights (on a separate switch), one 3-light I.D. cluster and one license plate bracket and light. Wiring is 'to be located on the' left side of the body. PAINTING: Unit will be shot blasted before primer is applied. All burrs and rough spots are to be -grounded off. 'Rough surface of body to be coated with a phosphorous-based steam. cleaning solution. A coat,of non-heavy metal primer is to be'applied and must be rust inhibiting. A second coat of zinc chromate primer to be applied. Color: Top: Tan - Code 64. Bottom: Brown - Code 82. These are 1981 Chevrolet truck colors. All paints to be provided with a baked-on finish at a minimum of 200°F. Paint type to-be polyurethane. MOUNTING: Mounting is to be done at factory of 'body manufacturer. Factory mounting is to be of T-Bar solid suspension design and to incorporate lateral- restraint front mounts. Award of bid may=be dependent upon a demo. This demo will be decided by bidder, Sanitation and Fleet Maintenance. If demo is not-in Clearwater, bidder will pay all expenses. Time is of the essence and will be a factor,in the award of bid. 560000&C,wp3 -j 13 ,, • .. ,? i ti'' ; 4: 1:, r. to f,% CITY OF,CLEARWATER ESTIMATED 5 YEAR-LEASE P URCHASE AMORTIZATION SCHEDULE Equipment Description: (4) solid Waste.Vehicles Total Purchase,Price: $364,540 Ju' First Payment Date: ; Five Year Treasury Rate: . 5:18 Contract Rate: 5.1541% Pmt Date Total Pmt Principal- Interest, Prin --- - --------- --------- ------ 1. 20,793 16,096 41697 .348,444' 2 20,793 16,303 4,490 332;141 3 20,793 161513 4,280 315,628 4' 20,793 16,726 41067 298,902 5 201,793 '16,941 30,851 281,961 F: 6. 20, 793 171160 31-633 2641801', 7, 20,793 17,381 3,412 247,420. .`8 20;793 171-605 .3,'188 . 229, 815 9 .20,793 17,832 2,961 211,983, 10 20,793, 181061 2,731 193,922 11 ' 20,793 18,294 21499 ,1751,628. 12-- 20,793 18,530 2,263 157,098 . 13 20f793 . 18,,769 2', 024 '138,•329 ? .14 20,793 19,010, 1,782, 1191-319 . 15, 20,793 ' 19; 255 .1, 537. 100,.063 16 20,793 191504 1,289 80,560•• .17,. 20,793, 19,755 11038 60,805 , •18 20,793 20,009 783 40,796 19,. 201793 '20,267 526 201528 20 20,793 20,528 265 0 Total 415,858 364,540 51,318 'PRELIMINARY ESTIMATE • r. .? , r' a' f• CITY OF CLEARWATER ESTIMATED '5•YE.AR LEASE RURCHASE AMORTIZATION SCH EDULE, ?. Equipment Description: (4) Solid Waste Vehicles Total Purchase Price: $364,540 July 9,'1993 First Payment Date: " Five Year Treasury Rate: 5.18% Contract Rate: 5.1541$ Pmt Date .Total Pmt -------- -------- - Principal Interest- --------- - -------- Pricc Bad 1 20,793 161096 4,697 "348,444 k 2 20,793 16,30 - 3 41490 332,141. ?. 3 20,793 16,513 4,280, 315,628 4 20,793 16,726 41067 298,902., 5 20,793 16,941 31851' .281,961 6 20,793 17,160 3,633 264,801 7 `20,793 17,381 3,412 247,420 8. 20, 793 17,605 3,188 2290815 9 20,793 17,832 2,961 2110983- .: 10 20,793 18,061 21731 193,922` 11 20,793 18.1294 2f499 175,628 12 20,793. 18,530 2,263 157,098' 13 20,793 -, 18,'769 21024 138,329 14 20,793 19,010 11,782 119,319 15 20,793 ".19,255 1,537' 100,063 16 20,793, 19,504 1,289 80,560 17 201793 19,755 1,038 60,805-, `'18 20,793 20,009 783 40,796 19 201793, 20,267r 526 20,528 20, 20,793 20,528 265 0 Total '415,858 364,540 511'318 PRELIMINARY ESTIMATE. ; jai. f'., y . p. •, •Y I •" ,f `.?.. ?'??.•?` 1. '+ } ' 1 i 'f? ' y ', r 1 SAM?? cam, E x`04 t . Item ff Clearwater City Commission Meeting Date: Agenda Cover Memorandum; i 1993 w SUBJECT: ' Board of Trustees of the Clearwater Police: Supplementary Pension Plan RECOMMENDATION/MOTION: ` Re-appoint William Horton to the Board of Trusiecs, Clearwater Polite Supplementary Pension Plan. ? and that the appropriate offici6ts be authorized to enecutt. same. BACKGROUND: !n keeping with the provisions of Florida StaiutL l$S.pS, which states in part..."The fifth member shall be chosen by 'a utajul•ity 0l' the previous 10LIl' nle.inbe'rs, and such person's name'shall be submitted to the legislative body of the municipality. UI>on receipt of the fifth person's name, the legislative body of the municipality shall, as a ministerial duty, appoint such person to the board of trtistees as its fiftli member..." On February 21, 1991, . Williain Horton (2460 Moore Haven Dr,, Clearwater) was appointed by the City Commission to serve oil the Board of"Trustees of the Police SUpplenientary Pension for a period of two years. At a meeting of the Board of '1'rustee;s o!' the Clearwater Police Supplementitry Pension. 1~lind held on March 22, 1993, the Board unaniinously agreed to recommend that William Horton be reappointed to serve another two (2) year terin as truster'. Mr. Horton has stated that lie will accept 're-appointinent. Reviewed by: ariginatieiy Dept: Costs: Commission Action: Legal Bud t ?Pol' V Total ? Approved ge n a. h i P ? Approved w/conditions urc as ng Risk Mgmt. Current Fiscal Yr. ? Denied CIS' Dyer ".pt: ? Continued to: -ACM Funding Source: Other ? Capital insp. Advertised: ? operating Attachments: i onto: ? other le Paper: , = N t R i d o equ re , S fitted by: ?l v1V Affected Parties ? Notified Apprupriation Code: ®. None City Manager" ? Not Required fr«tt Printed on recycled paper f :.M . 1 CLEARWATER CITY COMMISSION Agenda Cover Memorandum ' item # Meeting Dole: 8/16193 SUBJECT: DANCE BAND SERVICES RECOMMENDATION MOTION: AWARD CONTRACT TO PURCHASE DANCE BAND SERVICES OF PAUL SPAGNUOLO TRIO DURING THE PERIOD 10/01/93 TO 9/30/94 FOR A TOTAL PRICE OF $22,880 AS AUTHORIZED IN CODE OF ORDINANCES UNDER ART. 11, SEC. 42.23 (5), IMPRACTICAL TO BID --X- and that the appropriate officials be authorized to execute some. BACKGROUND: The Parks and Recreation Department sponsors two ballroom dances each week at the City Hall Annex and music is provided by a live band. Unlike many other outside specialists, the band receives a flat fee per engagement rather than a percentage. Therefore, since a flat fee is guaranteed, separate contracts have always been used. Staff°has negotiated a standard form, Musician's Association contract with the "Paul Spagnuolo Trio" to provide dance band services'for a flat fee of $220 per performance (Monday and Thursday nights), or $440 per week for 52 weeks. Last year's flat fee was $210 per performance. The Parks and Recreation contractual account (010-000000-202720) is utilized for dance revenues and expenses. Band payments are covered by revenue collected from the dances. Gross dance revenue was $50,824 over the past 12 months. Bidding is impractical as the program requires certain kinds of music and the current band is popular with the dancers. Reviewed by: Originating Dept.: . Legal N/A Parke & Recreat on Budget User Dept.: Purchasing Risk Mgmt. N A Parks & Recre t cis N A ACM Advertised: Other N/A p ate: j1 Paper. Submitt d by:/ x Not required Affected pantos 2S Notified City Me or _ Not required Costs: 22 8g0 eta Current Funding Source: _ Capt. Imp. Operating _ Other Appropriation Coda: 010-000000-202720 Commission Action: _ Approved _ Approved wlconditione Denied Continued to Attachments: Contract: None t . AMERICAN FEDERATION OF MUSICIANS OF THE UNITED STATES AND CANADA "'+* (HEREIN CALLED "FEDERATION"I i -•'® Greater St. Petersburg Musicians Local No. 427 A. F, of Me Whenever The Term "The Local Union" Is Used in This Contract, It Shall Mean The Local Union Of The Federation With Jurisdie-' tion Over The Territory In Which The Engagement Covered By This Contract Is To Be Performed. THIS CONTRACT for the personal services of musicians on the engagement described below is made this day of JIIL- ._i . 199-3-, hetween the undersigned purchaser of music (herein called "Purchaser") and the undersigned musician or musicians. 1. Name and Address of Place of Engagement: CITY Ai VEX CLEARWAT-ER Name of Band or Croup: PALL, SPAGWOLO TRIO Number of Musicians: _ 3 2. Date(s), Starting and Finishing Time of Engagement: OCTOBER I 1993 + TO, OCTOBER Y .199)_L 'TA C1= MONDAY _,&_ _THH RSDA¦r 8 : 15 TO 10:10 P1.1 3. Type of Engagement (specify whether dance, stage show, banquet, etc.) : DANCE 4. Compensation Agreed Upon; S 22Q, 00 PIER JOB (Amount and Terms) S: Purchaser Will Make Payments As Follows: MONTHLY UPON COI•IrLETTON OF PT±'Rr'OistA?,?QF (Specify when payments are to be made) 6. No performance on the engagement shall be recorded. reproduced or transmitted from the place of performance, in any manner or by any means whatsoever, in the absence of a specific written agreement with the Federation relating to and permitting such reenrding. reproduction or transmission. This prohihitinn shall not he subject to the arbitration provisions set forth in 7 below and the Federation may enfnrce this prohibition in any court of competent jurisdiction. 7. Breach of Contract - Arbitration of Claims: (a) it is expressly understnrid by the Purchaser and the musician (s) who are parties to this contract that neither the Federation nor the Loral Unittn are partie-t to this contract in anv calincity except as expressiv provided in S above and, therefore, that neither the Federation nor the Local Union shall he liable for the performance or breach of any prnvisinn hereof. (h) -This c"ntrnet, and the terms and conditions contained herein, may lie enforced by the Purchaser and by each musician who is a party to this enntr:tet or whr,se name appcnt•s tin the contract or tehn has, in fact, performed the engagement contracted fer (herein callers "participating intwician (s) ") , anti by the agent or agent I:;) of each participating musician. Including the.Local Union. (c) All claims and disputes which mny ariso h,-twa-ii the Purchaser nod the participnting musician(s) regarding the application or interpretati"n of anN- of the terms ter conditi"nq rtf this contract, including anv disputes between the parties as to their respec- tive obliurations and reslrnnsihilities hureunder, skull he referred exclusively to hindin); arbitration, if a claim nr dispute involves partiripatini; musician l ,I who are all nlenlhet•K n( the Lstcrtl II nion, then such claim or dispute -hail he referred to the Executive Board of the Lucui Union, All other claims or dispute%'arisint: under this contract hetween the Purchaser and participating musician(s) shall he referred to the Intornationui Fmeeutive Board (herein called "IEB") of the Federation far arbitration and determination in New York. New Ynrk. The iER shall decide any questinn of whether it or the Local Union Executive Board has Jurisdiction trver a particular claim or dispute. (Continued on reverse aide) IN WITNESS WHEREOF, the parties hereto have hereunto set their names and seals on the day and year first above written. 3? PAUL SPiG:it;OLO Print Purchn.qer'r Full and r'orrect Name I'rl ' ame o/?flg Inry Ntu>•tcian Ilnme Local Colon No. I It Purchaser la r'orporntlon. Fnli and 0-rrret Coirporatr Namr) X. a Slsnaturr nt Purchaser rnr Acrnr thrreno tore of KIr ry Musirlan ?q 5 (;¦r 5 n ?tm Street Addre.n Ntuaiclan'r list a Ad reen City Stat+ 7111 rode rIty Stale Lip Code e+,M Trlephnne Ttlephnnr ?' _ _?3 c:, 2 O7 tlookinw Artent T?arrrrrrnent Nis Addrr-a ,rr T e ? rOMM C-1 5-Ta i r rte. M This contract, and all arbitration proceedings conducted hereunder, shall be governed by and enforced under the laws of th, State of New York. notwithstanding the forum or Jorisdirtion in which an action concerning this contract may he brouitht. Al arbitration proceedings ennducted hereunder by the IF;B shall he conducted according to the Rules of Practice and Procedure of th, IEB which may from time tit time be in effect. All arbitration proceedings conducted by the Local Union shall he conducted accord .ing to Rules adopted by the Local Union. A copy of the MB Rules of Practice and Procedure may be obtained from the Secretar!: Treasurer of the Federation is New York City. New York, A copy of the Rules of the Local Union may be obtained from th- Secretary of the Local Union. All rulings and awards made by the IEB in arbitration hereunder shall be final and binding upor the Purchaser and participating musician Is). (e) Except awards of the TEB made on appeal as provided In (f) below, a Purchaser or participating musician, or the agent + any participating musician, may bring an action w confirm or to reduce to Judgment an arbitration award of they IEB nnly i; the courts of the State of New York; and the Purchaser and participating musician(s) agree to submit to the jurisdiction of t!:• appropriate courts of the State of New fork for that purpose. Should a court of competent jurisdiction In New York confirm is- enter judgment upon an award of the IEB, the Purchaser and participating musician(s) expressly agree that the prevailin: party in the arbitration award shall be additionally entitled to judgment for reasonable attorneys' fees incurred In enforctns the award in the amount of ten percent (lor; J. of the award plus court costs therefor. A Judgment confirming an IEB arbitratto- award, for attorneys' fees, and for costs may he enforced In the courts of any jurisdiction in which a party to this contract eithr- resides or maintains an office or place of business. (f) All rulings and awards made by the Local Union in arbitration hereunder may be appealed to the IEB by any party who wit a participant therein. Appeals from such proceedings shall be perfected in the manner rnvided in the Rules of Practice an, Procedure of the IEB. All rulings and awards made by thin Lucal Union in arbitration w?ich are not appealed to the IEB sha: be final and binding upon the Purchaser and participating musician(s). Any party to an arbitration proceeding' before the Loca Union or to an arbitration appeal to the IEB may bring an -action to confirm or enforce a find determination and award of th? Local Union or, If appealed, of the,[EB in the courts of the Jurisdiction In which the office of the Local Union is located; and th" Purchaser and participating musician(s) agree to submit to the Jurisdiction of such court or'courts for that purpose. Should . court of competent jurisdiction of the jurisdiction In which the office of the Local Union is located confirm or enter Judgmen upon an award, oY the Local Union, or.uf the [EB made on appeal, the Purchaser and participating musician (a) expressly agre•- that the prevailing party In the arbitration award ,shall be additionally entitled to. judgment for reasonable atturneys' fee. Incurred in enforcing the award in the amount of ken percent 110; ) of the award plus court costs therefor. (g) Notices, materials, papers or process which may be required to notify a Purchaser or participating musician(s) of tf f pendency of a claim or dispute or to initiate a court action to.confirm, enter judgment upon, or enforce an arhitration away, rendered by the IEB or the Local Union Executive Board, shali be served on the Purchaser and'nr participating musician(s) h- certified mail, return receipt requested; without necessity of personal service or other form of notice. All other notices, materials or process which may be required to conduct arbitration proceedings under this contract may be served by regular firr ? papers mail. Names W All Musicians leers( llntea Na. U.S. Saclsl swwrltr NxnMr¦ etr.ct M PAUL SPAGN(TOLO 1x.27 5-s L. 01_. 6, 85a x TONY ROCc?A 27 - 2622, :.1 RON PASCAZI 427 , .. tt/ ADDITIONAL IIAtt IS N1101D, ADO l11ARAIt SMttritM 1 SUBJECT: Purchase of liquid Alum (Aluminum Sulfate) for the Water Pollution Control Division. RECOMMENDATION/MOTION: Award a contract for the purchase of Aluminum Sulfate from 10/01/93 to 2/28194 from General Chemical, Parsippany, N.J., for the Water Pollution Control Division at an estimated cost of $70,452.00, under Pinellas County Co-op Contract in accordance with Sec. 2.564 (1) (d) Code of Ordinances (Other Governmental Bid 885-99-93), ® and that the appropriate officials be authorized to execute some. BACKGROUND: The Water Pollution Control Division (WPC) is mandated by the United States Environmental Protection Agency (USEPA) and the Florida Department of Environmental Protection (FDEP), to remove phosphorus from its treated wastewater at the Marshall Street Advanced Wastewater Treatment Plant. The USEPA and FDEP plant operating permits require the effluent concentrations of phosphorus not exceed a limit of one part per million. Liquid Alum is used to reduce the phosphorus concentration to a point at or below this limit. Alum. is one of the most widely used, cost effective, and safest chemicals used to remove phosphorus. General Chemical currently supplies the City with Alum at a low bid contract price of $119.75 per ton. A subsequently-bid Pinellas County Co-op contract price of $117.42 per ton is now available. February 28, 1994 is the ending date of the Pinellas County Co-op contract and can not be extended beyond that date. The State Co-op contract was reviewed but does not include water treatment chemicals. Funding of $1,039,500 for Operating Supplies (Alum and other) has been recommended in the City Manager's Fiscal Year 1993194 budget, which is sufficient to provide funds for this contract. Item 0 • Clearwater City Commission Meeting Date: _ W4 9 Agenda Cover Memorandum AM 16 1993 Reviewed by: Originating Dept: Costs: S est 70.452 Coimission Action: Legal N A Public Works/WPC Total ? Approved Budget h i ? Approved w/conditions Purc as ng $ 0 Risk Mgmt. N(A User Dept: Current Fiscal Yr. © Denied Cis N(A ? Continued to: ACM _ N/A Funding Source: Other N/A ? Capitot imp. Advertised: ® Operating Attachments: Date: 13 Other Pinellas County Co-op Bid Paper: Summary ® Not Required submitted y: Affected Pnrties Appropriation Code: 13 0 Notlfied 421-01350-550400-535 None City Man g r. 13 Not Required F. t , CITY OF ST. PE WBUM I1YITATIO2 TO HID/REMST fM MITIDI• LID: 3713, 585-99.43 Water Treating Cbesicals IDravo Live Co"y ICiearvater CberticaMooe•s Chesic•als Inc 16earral Cbesical CorI I Loogvin Division I Carp IPO Box Sin Sts F IF O'Bot 393 I . IF O Sox 37 11575 SQashiae Dr I3mbonville FL, IPirsippany U i ISaginav LL 1Clearvater FL I I I 1 31137 1 34625 1 32ZE6.) ' 17954 I ILarrr D fielle Ileith 1 Yalder IAian R Tanderhoei IKeaneth TI Donohue 1'' TEZES; 21 ,- 11 darx Let 31 1 Let 31 days I 1e•t 31 days I Let 31 days I Let 34 days ' I -- ---------------------------------- I--------------- . --I.............. ...--...I----------------------- I- - -------------I '- IT1`3 '; I S I I I 1110. DE S31PTIOK GULI I UIIT ' Q7' PRIG I U1IT EIT PRICE I MIT EIT PRICE I UYIT E1T PRICE I ---------------------------------------- I-------------------- I------------------- 1---------------------- I--------- =----------I. 11+ Altninos self ate, liquid 1, M 1 1,1E 1 1. Ib I, 6.19 1 117.429 152,, 646. N 1 SULFUR DIOXIDE I I I I 1 11 Salfur diaiide, 99.961 liquid, 214 1I Of 1, 1.89 1 499: ON 144,864.111 1 1-TV cyliodcr t I I. I' "'ATMCEOUS F.L%T13 1 I I I I U Vlatosaceaus earth, 59-LB bags 28, 64 3 1 1.1lE 1 8. d4 1 1194 I 5.91 I LIEN SMI A53 E E 1 I i 13 Light eoda ash, 581, 58-Lit/EiG 22,5N I '1, B6 E E. E8 I 8-M I b. 46 I II ! I i .I IiTD3tATM LIKE ! 1 I 1 1 I ?.I l I ! 14 87drated live, delivered 26-TI 11 98E 1 113.300'113.338. 59 1 B. b8 I 1.5E 1 1.16 1 truckloads ,1618 TI lin on Fr " I 1 I I CYOURIC ICID 1 I 1 1 1 1 I ` I 1 . E 15 CTanurie acid, gmular, lee-LB 1, 289 1 0. t16 1 1. M I 1.01 1 8. N I &Ulm I I 1 QUICKLIIE I I i ! I 16 Ouickliae 3, 847 1 .75. L58 291, 7% 95 ! 9.54 t 1.18 I 1.16 I • I E I 1 1' 17 Sodiin hypochlorite, 1181. solution, 58,154 1 IA 1 1.488 28, 377.211 l f,11 I ` 0,16 ! 15 GA drur I I I ! •1 11 I I I 18 Sodius hrpochlorite, 11 eodius 6ES 1 5.06 1 E. M 1 1, E6 1 Q,EEr'I ' i hydroxide, 131 hypochlorous'acid, I I 1 I 1 r - 55 6A dru¦ I' I I I I f t ! 1 I ,f 19 Sodiav hydroxide, ligaid, 3m. 309 I 1.09 1 B, li 1 144.109 43, 219. M I 1,1E I U/load 1 I I ? -MA) I 1 ' I I , 1280.0 8??? 1 •. ':.I'. sky rod ?.t1 ++r'r qtr - '+ t ' ,7 ? 41i +air My CLEARWATER CITY COMMISSION Agenda Cover Memorandum Item,* irl . Meeting Date AW 16 1993 SUBJECT: Contract Sweeping of Beach Commercial Streets, Downtown Commercial Streets, and Beach and Downtown Parking Lots. RECOMMENDATIONIMOTION: Award a contract for private street sweeping services from October 1, 1993 to September 30, 1996 subject to annual fund availability, to C. P. Ward, Inc. of Largo, Florida for a total cost of $347,220 which is the lowest, responsible bid submitted In accordance with the specifications, ® and that the appropriate officials be authorized to execute same. BACKGROUND: The award of this contract will extend for three years, the current program of joint City-Private provision of sweeping services. The current three year sweeping contract with C. P. Ward is in the amount of $373,200 and will end September 30, 1993. The sweeping program has proven very satisfactory since its inception eight years ago. The contractor will sweep the Downtown commercial streets and parking lots twice each week; and the Beach commercial streets and parking lots (including Memorial Causeway) three times each week. The City will continue, to sweep the mainland thoroughfares each week, and beach and mainland residential streets at a frequency varying with resource availability. The performance of the C. P. Ward sweeping company has been judged very satisfactory for the following reasons: 1. We have received no more than a half dozen. complaints concerning his activities in the three-year time frame involved. The complaints received were mainly citizens who didn't want any sweeping to take place at all. Some of the sweeping is done in the late night hours and company personnel are conscientious enough to keep the noise level to a minimum, 2. Each sweeping shift operator is required to complete the sweeping report shown in the attached contract as Exhibit B. We know where each shift's activities took place and have routinely monitored the pavement cleanliness following the shift sweeping. From time to time we purposefully put out a colored sand, unknown to the operator, and have monitored the pavement cleanliness in that manner. 3. We are, ourselves, well-versed as to the level of performance achievable by modern street sweeping equipment and can easily recognize a pavement surface which has recently been swept. 4. Since we are the haulers of the swept material, we observe the amount of material dumped from each sweeper hopper at the storage site. The FY 1993194 Public Works/Infrastructure (Stormwater Utility) and Transportation operating budget requests include sufficient funds'to cover the $115,740 for the first year of the contract. The Infrastructure's Public Service Division request includes $48,225 and the Transportation's Parking System request includes $67,515 for this contract. Funds for the remaining years, FY94-95 and FY95-96, will be reflected in the budget request for those years. Reviewed by: Legal NIA Budget .? Purchasing f Risk 11gmt. RIA cis A ACM N/A Other city M Originating Dept: P.N./Infra,-Pub. Service -r• P.11./Infra.-Pub. Service t Date: 6/18/93-6/11/93 Paper: Pinellas- co.-Review/Tampa Tribune Not required Affected parties notified x Not required Costs: $347,220 (Current FY) Commission Action Approved Funding Source: Approved I u/conditions Capt. Imp. Denied Operating X Cont'd to Other Appropriation Code(s) Attachments: Did Summary 419-02090-530300.539.000 Contract 435.01333.530300.545.000 swoop-ps.agn Y?.. iy"sif:, - .r+': . +. ? • r ? , ? ? .. ? ' c 1 , ...r.. ... r'r . r: ,'j?.':' `,?'. r . 't ?. "'r? ? ? '?'??r rl$«?a?Y.}';?.??F?i r , r r' ?art !'.? ?' .''F.•1>` ' ;. ,. .' ' ' ,' .. 1 .??i ,P ? f .. .?k:•rk ?`{Ai`-`?'f?:^'.+is? .`t'om' ?i" "'r•? ', -' 7. .. A?. 'i?^. .. ?'} ? ??r •rr ?.. '?:r? .,?:.??'?'?'r, < ',+'. .. ,.. ..:? ? r??': ?F'? ' 4 ?i W II II ' , . , to a U o p O II w H w a n a 1 0 'r, ' O. O A4 C p cn It en H R? p It H Ch rl t>, II H to II N 1II V en EI u 1 kl r , • o n n ; O it o I r a` r.. , w iIt (! Cl) O H Pa - rl - n CV1 n it ?1 p HW C9 G n . to it ` Q w p II ' = y ? ? U o I? o II ' p I Cb ?] H P+ O !I,, O 111 1 cry t - II o I a ; ' Ln rr o? n cn .7 1- ? .7 rl ri ri Eo- R ?1 {7? r W W W !-i i V3 I]y w W p? q •• !y W H W to W Z W H "' to ? H W' POi H ''C'1 W z V z H qq 10-I'w z W ?i zz vwi a A Mw. wA, Na0OPw4' Okw+W p wvs w raga 'P4 ?0uWIn w0 was ww w p wE=+wUw 2- y H (j O Cn Cn N Fj O O, O. w C H A - M O O sx In p3' P4 H i waC aRa4xZ w . to S E> p? EZ+ O .r M Ho ?U {n (n ! 1 . , r .I`f . A I S. ` 1 .• •'. + e `. .y' .. i' `?,. "?(?:? "?i''r`,'?.11°?? •'i:J??-r'a r?'I????.g`, ?+':Ty t e'F ;: N ? fix'. { is ? •, a `.;.: ?`rftt"{ STREET SWEEPING SERVICE -- BID 127-93 RESPONSES: a AAA Street Sweeping TOTAL: $540,000.00 Sarasota, Florida C.P. Ward, Inc. TOTAL: $347,220.00 ?Largo,'Florida Sweeping Corp. of America TOTAL: $369,900.00 Nashville, Tennessee NO BID RESPONSES; Parking Area Maintenance Schedule will not permit Tampa, Florida BFI Services'Group Insufficient time to Safety Harbor, Florida respond Caladesi Construction Company Do not offer service ' Largo, Florida Pro Equip Inc. Do not offer service Clearwater, Florida Csotello Industries, Inc. Do not offer service Newington, Connecticut Systems, Services & Equipment Do not offer service Brandon,,Florida American Sweeping: Out of business Clearwater, Florida NO RESPONSE: Kearney Development Co, Inc._ Do not offer service Tampa, Florida , B R's Striping & Sealcoat Inc. Do not offer service Clearwater, Florida Acme-Sweeping & Stripe Inc. Insufficient time to Seminole, Florida respond Greenturf,Services Do not offer service Tampa, Florida r7 SPECIFICATIONS FOR STREET SWEEPING CONTRACT C CITY OF CLEARWATER M SCOPE: The City of Clearwater proposes to privately contract a portion of its street and parking lot sweeping activities for a period of three years'beginning October 1, 1993 and ending September 30, 1996. That portion of the sweeping activities which is to be assigned to the contractor is as follows: Downtown Commercial: Those.streets within the area bounded on the north:by Drew Street (including Drew Street), on the south by Chestnut Street including Chestnut Street) on the " west by,Pierce Extension (including Pierce Extension , and on the east by Missouri Avenue (including Missouri Avenue), consisting of a total of approximately 25 curb miles. Beach Commercial: Those streets-within the.area bounded on the north by Somerset Street (including Somerset Street), on the south by Clearwater Pass (including Clearwater Pass), on the east by Bay Esplanade and Hamden Drive (including Bay Esplanade and Hamden Drive), and on the west by the Gulf of.Mexico, also including also all curbed portions of Memorial Causeway, and consisting of a total of approximately 18 curb miles. Parking Lots: At various places in or near beach and.downtown commercial areas, and as shown on accompanying'map Exhibit A. SWEEPING FREQUENCY: The beach commercial and beach parking lots are to be swept three times a week, on Thursday, Saturday and Monday. When a federal holiday occurs on a Monday, the beach commercial and beach parking lots will be swept on Monday, Saturday and Sunday of that week. The downtown commercial and downtown parking lots are to be swept twice a week on Tuesday and Friday. If a federal holiday occurs on a Monday, then the normal Monday sweeping must occur either late Monday night or early Tuesday morning. Any changes in this schedule must be approved by the Public ,Works Director or his designee. -1- t', SWEEPING HOURS: Night Sweeping hours shall be 11:30 p.m. - 8:30 a.m. Day Sweeping hours shall be 8:30 a.m. - 5:00 p.m. Sweeping may not take place at any other time. SWEEPING EQUIPMENT: Sweepers must be municipal use size, vacuum or mechanical, type with capacity to transport swept debris to the assigned dump sites, and must be equipped with a water spray system for dust control. All a uipment operating pursuant to this contract must be in good operating condition at all times. CITY APPROVAL OF EOUIPMENT: The Director of Public Works or his designee shall have approval over all equipment used on City streets or public property. Contractor specifically agrees by these specifications and the subsequent execution of contract,'to remove and replace any equipment judged by the Director or his designee to be poorly operating, excessively noisy or dusty, or in any other meaningful way disturbing the public welfare or incapable of producing a satisfactory sweep. RECORDS BY i CONTRACTOR: Contractor agrees to provide City with a written record, the design of which will be provided by the city, of basic pertinent'information relating to the activities of each sweeping shift. Report form is represented by Exhibit B. DUMP SITE BASE BID: The city-owned annex property off Missouri Avenue in central Clearwater will be the only dump site. The City will haul debris to landfill. ALTERNATE BID: An alternate bid is required for the City's consideration where-in the specification for dump site is for the contractor to become the owner of all collected material and to make his own private arrangements for dumping, storeing, hauling and disposal, WATER USE: Water will be provided by the City only at the hydrant on Madison Avenue south of Cleveland Street in downtown Clearwater, and at the Beach Fire Station on Mandalay Avenue at Clearwater Beach. PERFORMANCE: The contractor is to completely remove from the street or lot surface all'sand, paper, glass, litter, and debris, to the degree and extent associated with current standards of sweeping excellence. The contractor shall, within 24 hours of receiving notice, resweep any street or lot judged unacceptable by the Public Works Director or his designee, at no additional,cost to the city. SUPERVISION: The contractor shall have a supervisor available at all times who can be contacted by the City and who shall keep the City informed as to the contractor's activities. ., ., .11 . I I I INSURANCE: The contractor shall possess and maintain all applicable licenses and insurance required by law and shall possess and maintal n a minimum of $500,000.00 liability coverage. Contractor's employees are to be under appropriate workmen's compensation. PREPARATION OF BID: Contractors are-to visit the streets and parking lots named in these specifications-and to take note of'any varying degrees of difficulty associated with the work. Contractor is to verify to his own satisfaction the mileage figures appearing in these specifications. The number given in these specifications are for scope purposes only and are estimations: The proposal form calls,for a lump-sum bid and does not recognize any unit cost which could be multiplied 'times any other measured quality. The streets and lots as described either by name or boundary are to be satisfactorily , swept for the-lump-sum price quoted, whatever their length, width, or degree of difficulty might be. METHOD OF PAYMENT: The Contractor shall be paid one-thirty-sixth of the total lump-sum bid at the end of each month, STARTING DATE: The starting date shall begin on October 1, 1993 and run for three years. EXTENSION OF CONTRACT: The contractor agrees by these specifications and subsequent execution of contract, to an extension option on the part of the City, for a month-by month extension not exceeding six additional months, and cancellable on 30 days notice,, for the monthly fee established by the original bid. CANCELLATION FOR NON-PERFORMANCE: The Contract shall at any time be cancellable by the city upon 30 days written notice to the contractor for continued or gross failure by the contractor to perform satisfactory sweeping services specified within the contract specifications. CANCELLATION FOR NON-FUNDING: Except as a result of non-performance on the part-of the, Contractor as previously provided for in the specifications, the City of Clearwater may not, for any reasons of con- venience or otherwise, cancel this. contract atoany time during.the three year period, excepting, however, at the end of each one year period the Commission may at its sole discretion cancel this contract by failing at annual budget, approval to include funds for its continuance in the up- coming year involved. -3- r. ' i I _ M s ?f 1 F EXHIBIT A (1) EXHIBIT A (2) C 1 ft _ [!1J " LJL4 In z L?..?J Lam, 0 JONES S ST c? Ej lo E:. DRS ST S.R. 590 y.. 6E I 4 dGRf}VE yW HZ;NDRlCKS 14 4LAURA ¢ C? Q tAuL--A LJ ST 1:1 ? Elm S.R. 60 CLEVELAND 0 Li 1 S w PARK ST Q6? PIERCE ST PfERCE S7 FRANKLIN ST v ? ? CL COURT ST ? ? L s?J I a z COURT 4 sT IrARKI.EY CHESTNUT S7 25 ' ST ? ROGtRS ? ???? ?n n 1 ? CITY PARKING LOTS 1. LIBRARY CLEVELAND ST 2. LIBRARY 5. LIBRARY 6. PIERCE ST, F.H. 12 7. FIRE DEPT. 028 8. POLICE DEPT. ' 10. CITY HALL 11. BAYFRONT' 12. CITY HALL ANNEX 13. ''CITY HALL ANNEX 14. EBAYFRONT 15. CITY HALL 26, UTILITIES DEPT. 27, CITY HALL ANNEX-- DUMP SITE 28. . FIRE HYDRANT STREET SWEEPING PROGRAM CITY OF CLEARWATER, FLORIDA LOCATION MAP PUHLIG WORKS DEPARTMENT ww A' RMS' oowm R a,w,m.+ ean,+er.•a ' Z o n``' xa?1 91worm ?t POW wq ? rb d503d ENGINEERING. DIVISION I"=800' wrruu./2q/ss srs-AEPf.owa ?''D "°I o a :'- : . . EXHIBIT A (3) v C STREET SWEEPING PROGRAM CITY OF CLEARWATIR, FLORIDA LOCATION MAP 4 r Z PU3C.IC WORKS DEPARTMENT Rms "'°m" - ' SCAU Nie.sm w PXK MG a Ma 85076 ' " N = !rr?,??,;;< DIVISION ENGINEERING =1000 I "Rm*v"5/26av3 STSV?CEP2,DWC' NO''2 or a Y ?- ' t S i14 s . t ' s CITY PARKING' LOTS 29. FIRE HYDRANT 30. MARINA 31. PIER 60 32 GULFVIEW BLVD. 33. BEACH CIVIC CENTER 34. MANDALAY SOUTH 35: 'MANDALAY NORTH 36. ROCKAWAY PIER, 37. AVALON 38. BAY ESPLANADE 39. TOLL 'BRIDGE APPROACH je. CONTRACT-SWEEPING REPORT `. BEACH COMMERC IAL DRIVER . MILEAGE . DATE HOURS END CUBIC YDS BEG DLY STREETS PARKING LOTS AMBLER AVALON/KENDALL 37 ) ( AVALON BAY ESPLANADE 38 - BAY ESPLANADE BEACH CIVIC CENTER (33) BAYMONT GULFVIEW )L : BAYWAY MANDALAY N/S PAPAYA' (35) CAMBRIA MANDALAY. S/S PAPAYA 34 CAUSEWAY BOULEVARD. MARINA (30) = CLEARWATER PASS AVE PIER 60 (31) CORONADO ROCKAWAY (36) EAST SHORE _ TOLL BRIDGE APPROACH (39) FIFTH STREET FIRST STREET FOUNTAIN DR GLENDALE r . GULFVIEW, BLVD HAMDEN HEILWOOD ;., IDLEWILD ' JUANITA WAY KENDALL a MANDALAY MARIANNE i MEMORIAL CAUSEWAY PAPAYA PARK WAY POINSETTIA ' ROCKAWAY r. ROYAL WAY ; SAN MARCO SOMERSET 77TH I RD . ST CARS BLOCKING'SWEEPING ` . LOCATION TAG NUMBER r MISCELLANEOUS -? EXHIBIT $ 1 r l €? .?. ••• SYkri? ''1'+ .4?x .?,.! r ,rJ ` •??.k .fit _ .!•eY qt? CONTRACT SWEEPING REPORT DOWNTOWN COMMERCIAL DRIVER MILEAGE DATE HOURS END CUBIC YDS BEG DLY STREETS PARKING LOTS BOOTH CHESTNUT ST (24) BROWNELL CITY MALL (10) BROWN'S CT COACHMAN 5) CHESTNUT COURT'ST (25) CLEVELAND COURT/FT HARRISON (17) . ' COURT COURT/FT HARRISON.(20) DREW ST COURT & GARDEN (16) • SWING COURT HOUSE L. LOT 13 FT HARRISON AVE COURT HOUSE'S LOT (12) ` FRANKLIN COURT W/OSCEOLA (20)- GARDEN AVE COURT & OSCEOLA. 19) 1 GOULD " DREW ST'EXT (14) GREENWOOD AVE DREW/FT HARRISON (7) GROVE KRAVAS'(18) ` HENDRICKS MAAS BROTHERS (2) LAURA MIDTOWN (8) r MADISON OAK COURT/CHESTNUT (22) MARKLEY, OLD AUDITORIUM (15)- MISSOURI OSCEOLA-'LIBRARY (1 ?. << MYRTLE PARK ST (28) NE CLEVELAND PIERCE ST (6) ; OAK AVE PIERCE- BLVD S CL(11) OSCEOLA ?. UTILITIES BLDG (26) j , • PARK CITY HALL ANNEX PIERCE BLVD PIERCE ST . PROSPECT WASHINGTON WATERSON '. CARS BLOCKING SWEEPING t LOCATION TAG NUMBER ,. MISCELLANEOUS,- , ` e EXHIBIT.B (continued) . , ,w L ,f i•,'i•• 1 ?. i ? . X11 . ? ? . - ?'• .Fri;?'}???. ?.i : ,. •Ht. .. , ? .. .. , .. ?, if , t ,: r.:. Additional Information 'visas provided with this item .. ?, SEE ?- Official Records Reports'/ Studies 19 , i l,'rj. ?. ? •'1 it t 1 ?! fA. atom ??EI f:f/J ? :ld>q?.n ?fy! Clearwater City Commission Agenda Cover Memorandum Item # Meating Date; 1 ?• AUG 16'1993 SUBJECT: Discussion of Downtown Development Plan. RECOMMENDATIONNOTION: Provide direction to City staff concerning the Downtown Development Plan. ? and that the appropriate officials be authorized to execute same. BACKGROUND: The City Commission last considered the Downtown Development Plan in February of this year. Since that time, the Commission has made a number of decisions regarding the future redevelopment of Downtown Clearwater which will require some reworking of the Plan. Also, since the Plan was last considered, other review agencies have had a chance to provide the City with both formal and preliminary review comments. Consequently, the staff felt it appropriate to bring the Downtown Development Plan back to the Commission for both consideration as to the direction the Commission would like us to take with the Plan, as well as to update the Commission on the procedures that will need to be followed to finalize the intergovernmental review of the Plan. The Downtown Development Plan contains several recommendations which may no longer be considered valid. Examples are provided in the following paragraphs. On page 18 under the discussion of the Design Issues for the Bayfront District, the Plan notes that the Maas Brothers building should be removed as soon as possible to improve the aesthetics of the Cleveland Street entryway into the Downtown. Along the same lines, removal of the surface parking at the Maas Brothers and Coachman Park sites is recommended. In this same.section, there is discussion about closure and vacation of Drew Street to allow Coachman Park to be linked with Clearwater Harbor. Reviewed by: originatins Dept: Costs: t N/A Commission Action: Legat PLANNING & DEVELOPMENT Total D Approved . Budget NIA k'm P 0 NIA Purchasing - E Approved w/conditions - Risk Mgmt. NIA I User Dept: Current Fiscal Yr. 0 Denied cis N A D Continued to; ACM Funding Source: other N/A _ 13 Capital Imp. Advertised: 0 operating Attachments: Date: is Other Paper: 0 N d R i ot equ re 5ubm by; tt ?. Affected Parties ® None ? C1 Notified Appropriation Coda: got Required city Mo a er r o?rrss `i? Printed on recycled paper C.C. Work Session Downtown Plan r Page 2 On page 21 of the Plan, under Design Issues for the Core District, the Plan discusses removal of surface parking in this district. This may conflict with the Commission's decision to provide parking on Cleveland Street. On page 23 of the Plan, under the Functions section for the Eastern Corridor District, there is discussion about the East End Project involving retail and/or residential development on the current City Hall Annex site. Obviously, substantial changes to the Plan need to occur in order to reflect more recent Commission decisions concerning Downtown redevelopment. The staff is requesting direction from the Commission concerning whether the Plan should immediately be revised to reflect these obvious, but incremental, changes or if the Commission wishes to rethink the Plan in its entirety. The Commission may also want to consider input on the. Plan from the Community Redevelopment Agency Executive Director. Concerning the approval process for the Plan, we have received formal approval of the associated Comprehensive Plan, Land Use Plan amendments relative to the "expansion areas" on the periphery of the actual Downtown from the Tampa Bay Regional Planning Council. We are anticipating similar approval from the Department of Community Affairs. We will also need to obtain approval from the Pinellas Planning Council and the Countywide Planning Authority (Board of County Commissioners) for these periphery areas. Based on our conversations with Pinellas County Planning and Legal staff it appears to be advantageous for the City to separate the "expansion areas" from the Community Redevelopment Agency portions of the Plan. This revision will minimize confusion and allow the two component parts to the overall Downtown Development effort to be considered on separate tracks. Staff has also had an opportunity to work on the "Performance Zoning" District which will be applied to the expansion areas. Commission may recall having directed staff to pursue a new zoning district for the expansion areas to promote higher intensity residential uses along with "high tech" manufacturing uses. The Commission should expect us, to bring forward this item in the near future for first reading. (Previous direction of the Commission has allowed us to consider the new zoning district as having been received and referred.) A proposed schedule for review and approval of the Downtown Plan itself, the associated Land Development Code amendments, and the expansion area Land Use Plan amendments is provided below. This schedule assumes that only incremental changes need to be made to the Plan: Major Plan changes will result in lengthening the time period involved in City and County Commission reviews and approval of the Downtown Development Plan itself. 1? 1 7 I 'Y ' l r r 1 C.C. Work Session Downtown Plan Page 3 PROCESSING SCHEDULE' REVIEWING BODY/ACTION APPROXIMATE DATE TAMPA BAY REGIONAL PLANNING REVIEWED - FOUND IN COMPLIANCE WITH ' COUNCIUCOMPREHENSIVE PLAN REGIONAL PLAN COMPLIANCE REVIEW FLORIDA DEPARTMENT OF COMMUNITY ' EARLY AUGUST, 1993 AFFAIRS/COMPREHENSIVE PLAN COMPLIANCE REVIEW CLEARWATER CITY COMMISSION/2ND SEPTEMBER, 1993 ' . READING & FINAL PLAN ADOPTION PINELLAS COUNTY OCTOBER, 1993 COMMISSION/APPROVAL OF CRA PLAN PINELLAS PLANNING COUNCIL/APPROVAL OCTOBER, 1993 OF LAND USE PLAN AMENDMENTS COUNTYWIDE PLANNING AUTHORITY NOVEMBERMECEMBER, 1993 (PINELLAS COUNTY COMMISSIONVAPPROVAL OF LAND USE PLAN AMENDMENTS OTNPLN.CC 4i r SA. Clearwater City Commission Agenda Cover Memorandum Item fl Meeting Date: 0106 AUG 16 1993 SUBJECT: Conveyance of surplus lots for infill housing construction, RECOMMENDATION/MOTION: Authorize conveyance at the appraised value of Lots 1 and 10, Block G, Plaza Park Subdivision to the Clearwater Neighborhood Housing Service to facilitate construction of Infill housing units and find that this conveyance serves a valid public purpose ® and that the appropriate officials be authorized to execute some. BACKGROUND: On November, 1, 1990, five City-owned lots on Plaza Street adjacent to the old City motor pool were designated as surplus property. An appraisal was obtained, and staff proposed the inclusion of these lots.as sites in the Infill Housing Development Program (Lots 1, 5, 7, 8, and 10). Subsequently in July, 1991, three of these lots (Lots 5, 7, and 8) were transferred to Clearwater Housing Authority which then donated the lots to Habitat for Humanity; the transaction was handled in this manner because the City Charter does not permit the donation of land to a non-governmental entity. A fourth lot (Lot 1) was transferred In May, 1993, for the infill program. Lot 1 was transferred on May 13, 1993, for the sum of $5,500.00 (the appraised value) to Clearwater Neighborhood Housing Service for, use in the Infill Housing Program without additional Commission consideration. We are requesting formal conveyance authorization from the City Commission for Lot 1 at appraised value for use in the Infill housing program (see copy of deed attached). Further, Clearwater Neighborhood Housing Service has a potential buyer for an infili housing unit at the Lot 10 location and is awaiting transfer of the deed to effect the transaction. The same payment amount of $5,500.00 (the appraised value) is proposed for the transfer of lot 10. We are requesting the City Commission's authorization of this conveyance also. Reviewed by: qy" Originating Dept: Costs: $ MIA Commission Action: Legal 4 - PLANNING & DEVELOPMENT Total ? Approved Budget N/A :3rn C tD? © Purchasing N/A - o? $ Approved w/conditions Risk Mgmt. N/A User Dept: Current Fiscal Yr. ? Denied cis N/A ? Continued to: ACM Finding Source: Other N/A ? Capital imp. Advertised: ? operating Attachments: Date: ? other Deed for Lot 1 f L7 Paper: Deed for Lot 10 } ® Not Required submit by: Affected Parties 0 None V _ 11 Notified Appropriation Code: X ® Not Required * Urinted on recycled paper THiS DEED Made the day d June, 1993, by ' THE CITY OF CLEARWATER, FLORIDA, a municipal corporation, whose post office address is P. O. Box 4748, Clearwater, Florida 33518, . hereinafter called the grantor, to CLEARWATER NEIGHBORHOOD HOUSING SERVICES, INC., a Florida not-for- profit corporation, whose post office address is 1002 Greenwood Avenue North, Clearwater, Florida 34615 hereinafter called the grantee, (wircmcr used herein the lern s 'grantor` and "grantcc: include all the parties to thin tuatrument and ltre lYeira, tesat representatlves and asslyna of individuals, and the aucccaaors and assigns of corroralion) WI'TNESSE'TH: That the •grantor, for and in consideration of the sum of $10.00 and other valuable considerations, receipt whereof is hereby acknowledged, by these presents does grant, bargain, sell, alien, remise; release, convey and confirm unto the grantee, all that'certain land,situate in Pinellas County, Florida, vir., Lot 10, Block G, a corrected plat of the Clearwater Improvement' Co. Plaza Park Addition Clearwater, Florida, according to the snap f or plat thereof as recorded in I4-5; Page 53, of (lie public records of Hillsborough County, Florida, of which Pinellas County was formerly a part. TOGETHER with all the tenements, hereditaments and appurtenance's thereto belonging or in anywise appertaining. TO IIAVE AND TO.TIOLD, the same in fee simple forever,', ' IN WITNESS WHEREOF, the grantor has caused these presents to be executed in its name, and its corporate seal to -be hereunto affixed, by its. Proper officers thereunto duly authorized, the day and year first above written. Countersigned:, CITY OF CLEARWATER, FLORIDA By: Rita Garvey, Mayor-Commissioner Michael J. Wright, City,Manager ' Attest: , 'Cynthia E. Goudeau, City Clerk Witnesses: This instrument was prepared by Milei A. Lance Assistant City Attorney P. O. Box 4748 . Clearwater; Florida 34618 Print name ' Print name STATE OF FLORIDA COUNTY OF PINELLAS ) BEFORE ME personally appeared Rita Garvey, the Mayor-Commissioner of the above-named city, who acknowledged that she executed the fo regoing instrument. She is personally known to me and did not take an oath. WITNESS my hand and official seal this day of , 1993, Print/Type Name: 1 , Notary Public • '. ' ' ' ' ' r •1. . .. e .:i. ... 1I.' , 1, a{, ' "? .1•t :.F'i ?v'. ,.,1 fit. J?. '^-t'l i,:ff;"" ;rs ? t '?, f ? :1 ' ? • ?) .. ,• '. r' .A• .?? .,,:.. l:'' ,L, '' :: .r-rlr. •?.?'..4 ;)ir :ry.?`?,?.,.?. I,?ji, +'?'? r - ' - ,} r ,! ! f .. '' a ? e .. r ? .• / o f 3 3 f' r ' > ?'f "°. !':r ii ?' er _( J S ,r ? ,,- "?i?l???c;i ?.'''t''i.:r'?.. ,•ti.., ., .. s ^r , i.a? ., ..£ ., ? .',i r, . .. ,'.t.. ti? , ... .. , l r r ` ., .. ..'r.',. ,'f::?"a'.f.; 1='.::C,?-YI STATE OF FLORIDA .,.r COUNTY OF PINELLAS ) BEFORE ME personally appeared Michael J. Wright, the City Manager of the above-named 1.. . ' city, who acknowledged that lie executed the foregoing instrument.. 'He is personally known to me and did not take an oath. WITNESS my ]land and official seal this day of 1993. Print/Type Name: p, Notary, Public ; . Approved as to form and correctness: F ! r 1 Al •M: A. Galbraith, Jr. a •il City Attorney :C'? 1. s £ E? r . ? '• 1 `. ? `??, rte .1 - • e.. ? + ? - ? - ? j 'ry .. .r a ., ., ? ? r ? ... ? ? , A 4 ? ? .' ? ? • ? ??s #:ts?' li "r' ?j::,. ``;':e y'>'? -i'•' .t.?'.'}; 5'a.`' s?, ?'iz^a r'sK r, .. .a a ,''C: 'ti j?3 .s. Y `A•t?r'k.`.., r'}. Mir a ,???? X15 •A?e t .}, 1t µ"., r°- - iS1 t. r'v f Ei.•?Alr?°,'x1,1: '?',??? ? • f y r f ' I I ' r INST It 93-140621, PINELLAS COUNTY FLA•. ? •? MAY 17, 1993 3:09PM OFF.REC.BK 8274 PG 1301 S ?• 4 w ' ,, ? , ,.' ..,??.•-?a.-;F f1a? t?rrtt??rlrry p 3 ' f all l?71!p:uI !~ fill a??tl;a!.? I.•':: it, T111S DEED Made the ?... day of May, 1993, by '4101`1 C THE CITSI, Op CLEARWATE-R, FLORIDA, a municipal corporation, whose post office address is P. O, Box 4748, Clearwater, Florida 33518, 5 Hereinafter called the grantor,' to s ;_ _? • CLEARWATER NEIGHBORHOOD HOUSING SERVICES, INC., a Florida not- for-profit corporation,. whose post office address is 1002 Greenwood Avenue North, Clearwater Florida 34615 hereinafter called the grantee: (Wherever used herein the teens hgrantot' and 1 ?? -- 'granite: Include all the Parties to t1+ls Instrument and the heirs, legal representatives and assigns of Individuals, and Iha successors mild ?c?(gfas of concoralEon) X17 y(rITNESSETI"i: That the grantorr, for and in consideration of the sum of $10.00 and other valuable considerations, receipt whereof is hereby acknowledged, by these presents does grant, bargain, sell, alien, remise, release, convey and confirm unto the grantee, all that. % Cer#atli laud situate in Pinellas County, Florida, viz: Lot 1, Block.G, a corrected plat of the Clearwater Improvement Co. Plaza Park Addition Clearwater, Florida, according to the ` map or plat thereof as recorded in I-I-5, Page 53, of.the public W records of Hillsborough County, Florida, of which• Pinellas County was formerly a part. a ii ?? y 1 f .n formerly described as: 5 ?? t 1?? Lill 1, less N. 45 feet,. Block G, Plaza Park Corrected Plat y c ? r 4. ? r • . according to the snap or plat thereof, as recorded in Plat Book 5, Page 53, public records of Hillsborough County of which Pinellas Coulity was formerly a pars, in Florida and N. 45 feet, Lot 1, Block G. TOGETHER with all the tenements, heredilaments and appurtenances thereto belonging or in anywise appertaining. f TO HAVE AN]) TO i•IOLD, the same in fee'simple forever.' KARLEEN l::' DEBLAKER, CLERK F , , r RECOR[) VERIFIED BY:. p.. Y??. 1. 1. ., •f. f'. }?t??',I It . °{• .., .. .• ?s • •R , r _ _eINBLLAS COUNTY FLA. Oi??,; .REC. BK 0274 PG 1302 IN WITNESS WI•IERCOF, tho'grantor has. caused these presents to be executed in Its name, and its corporate seal to be hereunto affixed, by its proper officers'thereunto duly authorized, the clay and year first above written. Count rsigned CITY OF CLEARWAT R, FLORIDA By: ita Garvey, Mayor-Coi issioner Michael J. Wri ,ht, ity Manager, Attest: r. V. r ;,1? `* tan. ,a ?r• i ' Cynt 0 a E. Goudeaki,' aty Clak , Witnesses: This instrument was prepar&?y adii:•? Miles A. Lance Assistant City, Attorney Z . P. O. Box 4748 Clearwater, Florida 34618 Print naine STATE OF FLORIDA ) COUNTY OF PINELLAS ) BEFORE ME personally appeared Rita Garvey, the Mayor- Commissioner of ilia above- named city, who acknowledged that she executed the foregoing instrument. She is personally known to me and slid not take an oath. WITNESS, my hand and official seal this / day of May, 1993. r Print/ rne?r ?t IhAL Nolar - ..?? XAFIVI bQM[iROWSKI cnMMisslora NuMnsn c025212 $` OF FtOkp my COMMISSION EMP, ......r. "JAN, 23 1997 • r r .. ! . . ! r,. ! fir, ?•f , k' ySJ, r? Y??6?^3 Y?I' rr,• e,la j ?'? `741': f / 11: .l??ifs, ,?-, '{' ..r}• ?r. .. J, ? .. i . '• J f. yr J .< •. i7 •?'y ?: ,•[f'e v rJ- • ', ' ', } R • , '. '' ,•? ' 7 ? ? ? 1 ' . ? , s ? ' r t ` •Jr t `. Iv? f'yJ :r\.'•F f ? • ` .i , .r (r ,` - • I,II p ! I .r ?. ..l !. i - ' r T • ! Y. f. f ! r ! t t 1. '1' .), S, {)1F. .it 'F `41 a ?!,r ,.1 ° F , 'F f • .I .!? ? ? t• ? F I .' w*, ..!/',Fl. '9' ? r. rPt• a < ': j'. .Y it i, r/ f... - •va r e. .. : ? .. '.t: o ? .w}: ?7)NELLAS COUNTY FLA. orF' 11EC. B1:. 8274 PG 1303 STATE OF FLORIDA } COUNTY OF PINELLAS BEFORE ME personally`'appearcd `Michael j'. Wright, the City Manager of the above- k named city, who acknowledged that he executed the foregoing instrument. He is personally known tome and did,not take an oath: ?F WI?7'_/?1}]7?'ESS n1 hand and official seal this 3 day `of May, 1993. , ../?? fh&ALW rint/ 1' a:KAREN d:liAnflOW3Kl' ' Notar coMM+ .. d CC2S2124 My COMMISSiQH EXP. `? , OF Fro JAN. 23 1907 , Approved as to form and correctness: 'M. A. Galbraith; Jr. f City Attorney ` 1X009' 762- TINE -D3 i Cif GwG;''Li.l'?1' 00C STAMP C01-LECT -00.213 ?L7fiR REVENUE L C, i E C. AMT. TENEV IV f?? •I 1?L.r• 1 f" 't. ??i! «w .. NPI, 4 Clearwater City Commission `off Agenda Cover Memorandum Item ii Meeting Date: a, ALIG 16 1993 SUBJECT: Land Development Code Amendment - Nursing Homes in Multiple Family Zoning Districts. (LDCA 93-09) RECOMMENDATION/MOTION: Receive proposed Land Development Code amendment and refer it to the City Clerk for advertising for public hearings. ? and that the appropriate officials be authorized to execute some. BACKGROUND: In working with the Pinellas Planning Council Consistency Program, staff found that many communities permit nursing homes in their medium and high density land use plan categories. Given the potential' Impacts of such uses, they seem to be quite compatible with these zoning districts. Consequently, staff would recommend that they be included as a conditional use in the RM-16, RM-20, RM-24, and RM-28 zoning districts. Nursing homes are limited to the equivalent of 15 dwelling units per acre (30 beds per acre at 2 beds per dwelling unit). The following table indicates the allowed residential density in each of the zoning districts recommended for this additional conditional use. Please note that the maximum residential density equals or exceeds the maximum residential equivalent density allowed for the nursing home use. ZONING DISTRICT ALLOWED DENSITY RM-16 15.0 DWELLING UNITS PER ACRE RM-20 18.5 DWELLING UNITS PER ACRE RM-24 22.5 DWELLING UNITS PER ACRE RM-28 26.0 DWELLING UNITS PER ACRE Reviewed by: 4- originating Dept: ?\ costs: S N/A Currmission Action: Legal PLANNING 8 DEV Total E3 Approved Budget N/A Purchasing N/A 11? S ? Approved w/conditions Risk Mgmt. N/A User Dept: Current Fiscal Yr. CI ponied cis N/A ? Continued to: AC14 J?s+tl? Funding Source: Other N? ? capital imp. Advertised: ? operating Attachments: Date: ? other DRAFT ORDINANCE Paper: ® N R i d ot equ re SLAW tted qty: es Affected 13 None 13 Notified Appropriation Code: ® Not Required City anp r 000 Prin ed on recycled paper 4.., •f,J .r .. .. _ 1. - F' . lei' f`r'r ') •r " ORDINANCE_NQ. AN ORDINANCE OF THE' CITY OF CLEARWATER, FLORIDA, RELATING TO THE LANb DEVELOPMENT CODE; AMENDING SECTIONS 40.164, 40.184, 40.204, 40:224, CODE -OF A ORDINANCES, TO PROVIDE FOR NURSING-HOMES AS CONDITIONAL USE IN THE MULTIPLE-FAMILY RESIDENTIAL 16," 20, 24, AND 28 ZONING DISTRICTS; AMENDING SECTION., 41,053 TO PROVIDE SUPPLEMENTARY CONDITIONAL USE ' STANDARDS FOR SUCH USES; PROVIDING AN EFFECTIVE DATE. BE IT ORDAINED BY THE'CITY COMMISSION OF THE,CITY OF - CLEARWATER, FLORIDA: Section_1_. Section 40.164, Code of Ordinances; is amended to read: ; ,?.. ' Sec. 40.164. Conditional uses. Within multiple-family residential 16 districts, the following uses may be'permitted as conditional uses: (1) Level II group care; 12) Congregate care; ' - (3) Noncommercial parking; (4) Residential shelters; ' Nursing_homes,_ Section 2. Section 40.184, Code of Ordinances. is amended to read: Sec, 40.184, Conditional uses. ' Within multiple-family residential 20 districts, the following uses may be permitted,as, conditional uses: (1) Level 11 group care; (2) Congregate care; (3) ' Noncommercial parking; , (4) , Residential shelters; ) Nursing homes. ' 1 >J!r ?.9, I. .t ? ? . Section 3. Section 40.204, Code of Ordinances, is amended to read; ' Sec. 40.204; Conditional uses. i ., Within multiple-family residential 24 districts, the following uses maybe permitted as, conditional uses: :,. :.. (1) Level it group care; i (2) Congregate care; (3) Noncommercial parking;, (4) 'Residential shelters; U Nursing homes. Section 4, Section 40.224, Code of Ordinances, is amended to read: Sec. 40.224. Conditional uses. . Within mulitple-family residential 28 districts, the following' uses may be permitted as. conditional uses; ' (1) Level II group care; 3 (2) Congregate care; (3) Noncommercial parking; (4) Residential shelters; Nursing_ homes. . Section 5. Section 41.053,- Code of Ordinances, is amended to read: See. '41.053. Supplementary standards by category of use; The standards in this section which apply to the identified category of use shall supplement ' the general standards of use identified in section 41,052'. - No conditional use, shall: be ' authorized unless determined, to meet all of the standards applicable thereto. Flt~A1 ? `• '%.?• 1 rr l?d.?' `1' -reef: '' ?? s.: ??,•7 V j "t , 1 1 ` .' . ' (21) Nursing homes may be permitted within the multiple-family 16, 20. 24. and 28' residepjigl°districts.' and the limited office, general office and the public/semipublic districts upon determination that: (a) The use shall be appropriately located in an area not concentrated with similar ' . facilities. (b) The'use shall be separated.from high activity or noise 'generating areas. . (c) The use shall. comply with all of the general standards contained in section . 41.052. . ' - M k it iF M M • . .. ? Section 6. The provisions of this ordinance have been found to be consistent with the City of Clearwater Comprehensive Plan. Section Z. This ordinance shall take effect immediately upon adoption. 'PASSED .ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED z Rita Garvey Mayor-Commissibner Attest: Cynthia E. Goudeau City Clerk Approved as to form and correctness: M, `A. Galbraith, Jr. City Attorney 3 L j»?•: ,?, '.1 x•7,3: 4'rt: h'?1TE •o Clearwater City Commission Agenda Cover Memorandum Item # Mooting Date: AUG 16 1993 SUBJECT: Land Development Code amendment relating to nonconforming density and Intensity on barrier islands. (LDCA 93-14) RECOMM ENDATION/M OTI ON: Receive draft ordinance and refer to City Cleric for advertisement for public hearing. 0 and that the appropriate officials be authorized to execute same. BACKGROUND: The City Commission, responding to the Clearwater Beach Blue Ribbon Task Force report, requested staff to Investigate ways in which density or use intensity Incentives could be provided to promote redevelopment in conformity with City code requirements. Staff initially proposed a comprehensive plan amendment allowing density increases on the barrier island if there was complete compliance with flood hazard prevention regulations, and contingent upon safe hurricane evacuation times being maintained and concurrency regulations being met. The State Department of Community Affairs rejected this amendment, but did advise staff that local governments were free to deal with issues involving existing densities and intensities of use. That is, the State allows us to maintain existing densities but we cannot increase them. Following this suggestion, staff has prepared the attached draft ordinance. This ordinance, if adopted, would allow property owners who are voluntarily repairing or reconstructing their buildings to retain existing nonconforming densities or intensities of use so long as they meet all other City development requirements (such as setbacks, open space, landscaping, flood hazard prevention, and building code requirements). Staff feels the adoption of this ordinance would provide a limited incentive for bringing properties into compliance with City development regulations (other than density or intensity of use requirements). There will be no conflicts with Countywide Plan (Pinellas Planning Council) use intensity rules since local governments are allowed to address nonconformities completely at their own discretion. Revicued by: Originating Dept: Costs : S N/A Commission Action: LegaL PLANNING & DEVET M N ? Total © Approved Budget N!A ~ © Approved W/canditions hasin P N/A $ g urc ^ i d 13 D Risk Mgmt. N/A User Dept: Current Fiscal Yr. en e cis N/A ? Continued to: ACH Kck Funding Source: Other N 0 CopitaL Imp. Advertised: ? Operating Attachments: Date: ? other DRAFT ORDINANCE _ =r;, Paper. ® N R d i equ re ot Submit by: Affected Parties Appropriation Code: ? None / d Notified ® Not Required City M gar 0 Printed on recycled paper I f 3 ORDINANCE NO. AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, RELATING TO THE LAND DEVELOPMENT CODE; AMENDING SECTION 42.21, CODE OF ORDINANCES, TO REVISE THE ,REQUIREMENTS FOR NONCONFORMING USES ON BARRIER ISLANDS TO ENCOURAGE COMPLIANCE WITH DEVELOPMENT AND BUILDING REGULATIONS, INCLUDING FLOOD DAMAGE PREVENTION REGULATIONS; PROVIDING AN' EFFECTIVE DATE, BE IT ORDAINED BY THE CITY COMMISSION OF THE CITY OF CLEARWATER, FLORIDA: Section 1. Section 42.21, Code of Ordinances, is amended to read: Sec. 42.21. Nonconformities. (7) Nonconforming densities or intensities of use in structures located on a barrier island; Notwithstanding any other provision of this section, any structure located on a barrier,island vAthin4he eeEei-ttttone which is nonconforming due to density or intensity of use, but which was in compliance'with all applicable land development regulations at the time of its construction, and which is damaged or destroyed by a storm, flood, fire or other catastrophic event, or rn osed form 'or repair or reconsstrucdonnot related to a_storm,_good, lire or other catastrophic event shall he subject to the following:, (a) If the structure is damaged such that the cost of repair or reconstruction to its pre-damaged condition is less than 50 percent of the market value of the structure before the damage occurred, the structure may be repaired or reconstructed in compliance with subsection (3) of this section, and shall not be subject to the requirements of chapter 51 relating to flood damage prevention, (b) If the structure is damaged such that the cost of reconstruction to its predamaged condition equals or exceeds 50 percent of the market value of the structure before the damage occurred, the structure may be reconstructed in compliance with subsection (5) of this section. The project shall be subject to all applicable development regulations, and building code requirements, including but not limited to the requirements of chapter 51, relating to flood damage prevention, with the exception of density or intensity of use requirements. r If the structure is nrooosed for recair or reconstruction not relater) to damage by a storm, flnnel fire or Ether catastrophic-event and-the-cost-of repair or. recons r c ion equals or exceeds 50 percent of the market value of the stt•Licture ,iefore the-repair or_ree-onstru ion.the project shat b, Stltject to tell applictible deyLlonment regulation tnrl_huilcling?ri?_r luirenients. including but n(I i n' ec to the recinirements of chapter 51. relating to flood dsun tgg o event_io , with the • )'o of c lc' X car iLt it of--L sn_re lilrements: orovidecl._ltctwev or_, that the densitYn flc}ctr Atrett_shall ltot ex4cecl the density ar tl 111mr ?ireil thtct existed p i1a-_sttcl r nar a1 .. rl;t!(1nS?rtl411?1??, ( 3 . ,5 r . . r.xie. t ,.fw•.I ;'.i 'f r, rlr , f' r , it, ??"?t t'P; R':'•i ?•' ''+°'Pd ? Yti t` f'1 ?':'r Kr. .e ti., .) la:' 2;+ - . 'r' '- ,° - ... ' •I.r. i•?. ? .I '3. J°. i' - -k'Jw I I . ' { Any owner who proposes repair or reconstruction pursuant to.this subsection shall demonstrate' p' '. ' that the structure was in comptiance with all applicable regulations at the time of construction. Section 2. The provisions of this ordinance' have been found to 'be consistent with the City of Clearwater Comprehensive Plan. a i n This ordinance shalt take effect immediately upon adoption. 'PASSED ON FIRST READING PASSED ON SECOND AND ' FINAL READING AND ADOPTED ' I ` . Rita Garvey `Mayor=Commissioner' Attest:, -Cynthia E. Goudeau ' City, Clerk Approved as to form and>correctness: r M. A.. Galbraith', Jr. ' 'City Attorney r plnlnmebar.urd 'firyt ?,j?`?.'.' •. Yy .5`y ]:','I',4?k: VIER' -4-'r?,• ,S rf ,.. ,!'??'?j-S ?r? f .? f . 1 f ,, 1 ,,/ t • s Item f1 Clearwater City Commission Meeting Date:' Agenda Cover Memorandum SUBJECT: City representation on the Pinellas Suncoast Transit Authority (PSTA) Board' of Directors RECOMMENDATION/MOTION: ..Appoint a city representative £or,the term 9/28/93 to 9/30/96 ? and that the appropriate officials be authorized to execute some. BACKGROUND: "Commissioner Thomas is the current-appointee serving' the unexpired term of Mayor Garvey to 9/28/93. ; • Reviewed by: Originating'Dept: I Casts : S N/A Commission Action: ,Legal N/A City Clerk 'Total ? Approved 'Budget Purchasing N/A N/A S N/A ? Approved w/eanditions, Risk Mgmt,/. N/A User Dept: Current' Fi scal Yr. 13 Denied cis N/A ? Continued to: ACM NIA Fundi ng Source: Other, N/A ? Cnpital Imp. Advertised: ? Operating Attachments: Date: ? other 7/15/93 setter from Sweeney Paper, ® Not Required ` 5 ttedby • I •'?--. Affected Parties Appropriation Code: ? None, 13 Notified City Manager ® Not ke'quired `a JUL 19 J X993. UL 19 1993 1PlneHa¦ saunaowwt Trwns1t Authority CITY ri rr? 1) City Manaiger , 14840 49th Street North Clearwater, FL 34622-2883 Tel + Faxephone 1813 6530-9921 35.5580 July 15, 1993 ?. 'Mr. Michael Wright, City Manager City .of Clearwater P.O. Box 4748 Clearwater, FL' 34618--4748 Dear Mr. Wright: The term of,one of the two City of Clearwater appointments to the PSTA Board of. Directors. expires within the -next few months acid we are requesting that'an appointment be made for a three-year term from September,28, 1993 to September 30, 1996. Commissioner Fred Thomas is the current appointee serving the unexpired term of Mayor Garvey that expires,'September 28, 1993. There,is no statutory barrier for a reappointment to the Board if, the City should so desire. Thank you for your attention to'this appointment request. Sincerely, PT.NELLAS SITNCOAST TRANSIT. AOTHORTTu Tz? Roger Sweeney Executive Director 4 RS:mn cc: Gene Downs, PSTA Chairperson ' Commissioner Fred Thomas ' r r?6.rr.;i,i APPOINTMENT WORKSHEET FOR COMMISSIOWMEETING Aug. 16_ V 993993 APPOINTMENTS Agenda # BOARD: Parks and Recreation Board MEMBERS:. 9 TERM: 3 years CHAIRPERSON(S): Suzanne Claessens APPOINTED BY: City,Commission MEETING'DATES: 4th-Monday,.7:30 p.m. RESIDENCY REQUIREMENT: City of Clearwater APPTS. NEEDED: 1 FINANCIAL DISCLOSURE: Not.Required DATE APPTS. TO BE MADE: 8116/93 t • 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. Date of Original Attendance Willingness . Name-Address-Phone Appointment Record To Serve 1, Vacant seat - Suzanne Claessens resigned THE FOLLOWING NAMES ARE BEING SUBMITTED FOR CONSIDERATION TO FILL THE ABOVE VACANCIES: Name-Address Submitted By Comments=Related Experience,'Etc. 1. Stephen Thomas Afosa self Commercial Real Estate 2771"S6nd Hollow Ct., 34621 2. Bernard Ferrell self Pharmacist 2717 Foxfire.Ctr, 34621 3. Donald Harris (Age 17) self Highschool student, umpire little league 1538 Levern St., 34615 4. William Kirbas self Financial Planner 34' Bohenia Circle N, 34630 5. James Madden self Retired, City of Los Angeles employee 51 Island Way, 34630 ' fi. Bernard Panush self Past member-LIB 19029 US19N, #1-18, 34624 s ,•1 F1i 1 I ITEM X26 -8/16/93 At the'.8/2/93 meeting the appointment for the'At--Large category' to the community Relations Board was,continued to 8/16/93. Maria Neher's term'expire's 8/31/93 and next,'to her name was noted that she was "At-Large, County". The word, "Countyl' was provided to let the Commission know that at , any given time, this board may have up to two members, that are County,(north of Ulmerton) and that IF any volunteers were on the consideration list with.a County address, they could be considered. The At-Large category is, not a "county" category, it is a category, where a specific professional area is' not required such. as the other categories on this board. /x The following names are on the'volunteer list: 1. 'Sheila Cole Retired Director Weight Loss Co. 200 Dolphin Pt., 34630 Pres.,Island Estates Civic Assoc. H:441-1319 (At-Large) 2. Bernard Ferrell Pharmacist 2717 Foxfire Ct., 34621 H:796-4146 0:886-0705 (At-Large) .3. Florence Hosch Past Member Clwr Health 1840 Venetian Point Dr., 34615 Facilities Authority 1 H: 446-2139 (At--Large) 4.'Nicholas Kudlicka Self-employed = Potter 200 Starcrest #153, 34625 H: 441-8062 (At-Large) 5. Richard Leandri Self-employed - Real Estate 1798 Longbow Lane, 34624' H:53174753 0:446-1718 (Real Estate) 6. Bernard Panush Past member Library Board 19029 US19N, #1-18, 34624 H:536-7432 (At-Large) 7.- Naomi Williams Administrator St. Petersburg , 1300 Ridge Ave., 34615 Junior College H:461-5827 0:791-2470 (At-Large) ' r rr, , f `f ,k 1 " AUG 1 6 1593 8 0 V\ V V CITY 08LEARWATER, lnterdepartment Correspondence Sheet RECEIVED J U L 2 8 .1993 ` TO: Michael Wright, City Manager • City Manager • FROM: Sid Klein, Chief of Police COPIES: File SUBJECT: Police Transportation of Prisoners - Reply DATE: July 15, 1993 I have requested my staff to study the most effective way to capture the information which was requested concerning the attached inquiry. of Commissioner Thomas, regarding a study on the time it currently takes for officers to transport prisoners to the county jail once they are arrested. Without inventing and implementing another report or piece of paper for the officers to fill out to track their time while transporting prisoners, we can capture the information requested most effectively within the current CADS program. In order to accomplish this task however, I have been advised by my mainframe computer specialists that it will take approximately three to four days of programming time to make the necessary changes to the system. Given the direction of the commission in that any study over the S hour study completion deadline must have their approval, I would request that you submit this item back to the commission for their approval prior to my proceeding with implementation. {T, i a r lei JUt_-07-1993 09:36 FROM Ct_W. CITY MANAGER TO POLICE OFFICE P.Oa C Y T X O RC L. A.,R 'w A T R ' POST OFFICE SOX '4749 ! S4 CLEAAWA7En FLORIDA 34618.4748' i ?TM City Comm &s#cin MEN40RANDUM DATE: June '14, 1993 f TO: Michael Wright, City h4anager FROM: Fred A. Thomas, Commissioner SUBJECT: Police Transportation of Alleged Crimin Is COPIES: Commissioners/Mayor - __ _? .... --------....-..------------------------------ ------------------------------ -........................... Has a study ever been conducted between all of the municipalities in Pinellas County and the Pinellas County Jail System, for "Paddy Wagon" transportation of arrested alleged lawbreakers from each municipality's police station to the Pinellas County Jail?* It appears to me to be a tremendous waste of sophisticated manpower, and a waste of costly human resources to have our police officers transporting these alleged lawbreakers as part of their- on-line. duty to the' Pinellas County Jail. It would appear to the to be far more cost effective to develop a "Paddy Wagon" system for all municipalities in conjunction with the Pinellas County Jail System to collect these prisoners on' a timely basis, several times during a 24-hour period for "Paddy, Wagon" transport to the County Jail. This Commissioner does not know what the tremendous cost has been to this City„for our officers to manually transport every prisoner to the Pinellas County Jail. This Commissioner believes that we spend a fortune of our taxpayers' money for the current system involved. Please advise whether a study has ever occurred on this subject and if not, would you bring it, up as a Wort: Session item. At that time we can create consensus from the Board to determine whether or not such a study should be recommended by our Board to the County Commission and to all of the other municipalities within the County to reduce each municipality's cast for pnsoncr transportation. FA'T'/sr - .. J 1111f;' `J. "Eg4oI Employment end AIIirma11ve Ac'1ion Errlplover" i JUL-07-1993. 09-35 FROM- CLL. CITY MANAGER T(3 POLICE pPP [CE P.02 CITY OF CL.EARW ATER interdepartment Correspondence Sheet TO: Michael Wright, City Manager FRONL Sid Klein, Chief of Police COPIES: File SUBJECT: Police Transportatipn of Prisoners - Response to Commissioner Thomas DATE: .Hine 17, 1493 In response to Commissioner Thomas' attached memo of June 14, 1993 concerning the feasibility'of having the Pinellas County Jail' System provide pick-up and transportation for arrested persons from each municipality's sfations, I personally have no knowledge of any study of this kind being done for Pinellas County. In addition, I have checked with the Pinellas Sheriffs Office and the Pinellas County Police Standards Council (which is comprised of Police Chiefs from throughout Pinellas County) and can find no evidence of this subject ever being seriously discussed. To the eicternal observer this may appear to be a very efficient way of handling prisoners. Officers from each jurisdiction could bring their prisoners to their own stations and then the Pinellas County Jail Paddy Wagon would periodically come by and pick up all prisoners awaiting transportation to the county jail. This would save officers about 45 minutes to 90 minutes transport time, - depending on the time of day and day of the week they transport their prisoners. However, there are a number of hidden factors involved in this system which skew the costs so far in the opposite direction of savings, to' invalidate the entire proposal.. First, the police department's current detention facilities would not allow us to hold prisoners beyond just the current 15 to 30 minute period without significant renovations to existing facilities -in -order to 4 comply with State Department of Corre=ctions Requirements for detention facilities. They would in effect have to be a mini jail facility, not just a holding pen. , Next, in order to get the officer back out onto the street, we would have to staff the facility with both male and female corrections officers, who would have to be trained in accordance with state guidelines on corrections officers. The facility would have to be manned 7 days per weep, 24 hours per day, which would require the hiring of at least 6 male and 6 female f corrections officers. The Sheriff's Office: would have to add considerable staff and equipment to enable them to cover the entire county on a 24 hour a day basis. This would probably require at least three to four transport vans running most times of the day, with the vans experiencing a lot of "down" time due to the sporadic, incidents of arrests throughout the county. t s.. ' t J R `* r f A .. ?t '[1 ?'•' , J ,?r. .7 .. f i f#kis 5;, 41. '• ,[t < - r •. s' - • y ? ' ',Ir .'f, )- ?'i ;li'=r•r ?? A , ., - 'r' J •., ? .!? , k..:i r, .. ?F S . , S"l . , i ;, r. , •. ?4. ? `r -• ? l. ,fi . T•, q.?V 5 ? •(.S• { J ,J- r r } rj I ' ' , r? . • , r' ' ? - ,? a? r''? ' ? ? . l,' 1.7` r, S ? i J : . .. ? ? .. ' ? ? " ? , .f '{ J r r. ° . x ? ' , ; ' . i. ; s, i. ? .. r , "r?l#p'. ?. r•.' t ? '. ?? ?J P { S r ..1.`11• . ? •i. ! ,•r". r?' 1: , )..r°•r; `ar'1 .'.i1 Ycr?{lt. r'.r• j- ?f ?'.?, r h? , .. .. ,. . t. ,. , JUL-07-1993 Q9: 36. FROM CLW.-CITY MANRGER .TO POLICE OFFICE P,03', In, closing, while the Commissioner's intentions are well directed, in terms of savings as it, 'relates.to officer's time, 1 feel the costs to the city far out weigh the savings. In addition, ' k current policy to officers mgkitig arrests' is that unless there'is•gtxxl reason I corule into our ,. , the police stittion, such'as for the administration of a breath test on DUI cases, the officer is to take the arrestee directly to the County{ Jail, and thereafter, complete his paperwork on the road as time permits.' If you or Commissioner Thomas would like to discuss this further, please. do riot hesitate to, contact me. ' WRM/wrm Attachment ;, r , : •, J r ' ..r • '_;?.?.. ,.. ' 3•x. pr, :: r' ' . = 'S 4 - , Y ; Y?.?."'r'y-tt-1'. .?.' ,'_'-a"rf• ',;. f , {, , o f a ' 1 ' 6 • ' k( ! ? e5 y t l- e I > JUL-f37-1993 a9?35 FROM CLW. CITY MANAGER City Commission CM' OF CLEARWATER P.O. BOX 474$ CLEARWATER, FLORIDA 34618•-4748 MEMORANDUAl- TO: Michael Wright, City' Manager FROM: Fred A. Thomas, Commissioner DATE: July 6, 1993 COPTFS: ' Mayor, Commission SUAJECT:, Police Transportation gisoners ----------------------------- ---------- ------- Attached for your consideration, are questions and answers concerning the referenced topic. It appears that we do not have any hard data, just an educated guess concerning officers' time in transporting alleged lawbreakers to the Pinellas County Jail. Therefore, it would be prudtnt to institute 'a system'of gathering data over the next 12 months so that in our discussions concerning . a new, police facility, we* have accurate data to incorporate into the planning stage. It is important to incorporate. within the .facility, a holding cell that complies with the State Department of Corrections' requirements. FATIsi rC . C /4 V ` R rSD ...?? ? ?o? .moo "P???•? r? : ? ? : ? ? ? . ? ? ' ?(?,;Y..??? i f ri'. l?Fl f ''?k% • ' , . ' ' . 1 'El ..IS F?'4 J ..i? • 3 M