Loading...
08/18/2008 WORK SESSION AGENDA Council Chambers - City Hall 8/18/2008 - 1:30 PM 1. Presentations 1.1 Service Awards Attachments 1.2 Certificates to be presented to the Leadership Development Training Program graduates. Attachments 1.3 Leadership ICMA Performance - Rashad Young, City Manager, Dayton, Ohio and Shelli Siemer, Assistant City Manager, Allen, Texas Attachments 2. Financial Services 2.1 Authorize the transfer of $364,299 from the Special Programs Fund - Project 99877 (Building Code Enforcement Surplus) to the General Fund to cover deficits in revenues over expenses for FY07 and to make a correction to the amount calculated in FY06. (consent) Attachments 2.2 Declare salvaged materials from the East and Marshall Street WPC facilities surplus to the needs of the City and ratify and confirm the sale. (consent) Attachments 2.3 Presentation and discussion on the Downtown Boat Slips Marketing and Boat Slip Lottery Process (WSO) Attachments 3. Gas System 3.1 Declare as surplus Pasco County real property identified as Parcel 32-25-16-0040-00000-0040 and authorize advertising said property for bid pursuant to Invitation For Bid 34-08 in the minimum amount of $650,000 net, less costs of recording corrective instruments, if any, adopt Resolution 08-18 and authorize appropriate officials to execute same. B Attnchmentc 3.2 Approve a Utility Work By Highway Contractor Agreement (Lump Sum) with the State of Florida's Department of Transportation to install natural gas mains during improvement project, FPN: 256881-1- 56-07/Pinellas County, SR55 (US 19) from North of Whitney to South of Seville, at an estimated cost of $70,576.00, adopt Resolution 08-19 and authorize the appropriate officials to execute same. B Attachments 3.3 Approve a Utility Work By Highway Contractor Agreement with the State of Florida's Department of Transportation to install natural gas mains during improvement project, FPN: 256881-2-56-07/Pinellas County, SR55 (US 19) from South of Seville to North of SR 60, at an estimated cost of $39,427.00 and adopt Resolution 08-21. B Attachments 4. Marine and Aviation 4.1 Approve an increase to the Marine Operations budget in the amount of $850,000 to cover the increased cost of fuel for resale. (consent) Attachments 4.2 Authorize Supplemental Agreement 3 to an existing JPA with the FDOT for modifications to the Fixed Base Operation (FBO) Building at Clearwater Airpark including renovation for the sewer system and ground water cleanup, increasing funding by $175,000 ($99,598 from DOT and $75,402 from City), authorize the appropriate officials to execute same and adopt Resolution 08-20. Attachments 5. Parks and Recreation 5.1 Approve Florida Recreation Development Assistance Program (FRDAP) project grant agreement for Morningside Improvements, in the amount of $135,611, between the State of Florida Department of Environmental Protection and the City of Clearwater and authorize the appropriate officials to execute same. (consent) Attachments 5.2 Ratify and confirm staff submission of grant request to Florida Department of Elder Affairs 2008-2009 Senior Center Fixed Capital Outlay Grant (SCO) for the Senior Center at the Long Center in the amount of $727,500. (consent) Attachments 5.3 Approve the First Amendment to Agreement between the City of Clearwater and The Upper Pinellas Association for Retarded Citizens, Inc., for the use of certain portions of The Long Center and authorize the appropriate officials to execute same. (consent) Attachments 6. Police 6.1 Approve an Interlocal Agreement between the CRA and the City of Clearwater to provide CRA funding in the amount of $134,023.46 to underwrite the cost of two additional Community Policing officers and related equipment by the Clearwater Police Department in the East Gateway CRA District, pursuant to the recently adopted East Gateway District Five-Year Action Plan and authorize the appropriate officials to execute same. (consent) Attachments 6.2 Approve renewing a contract with the Pinellas County Sheriff's Office, Largo, Florida, for latent fingerprint, crime scene processing, evidence and property storage and Pinellas Juvenile Assessment Center services, during the one year contract period commencing October 1, 2008, through September 30, 2009, at a cost of $647,362.00 and authorize the appropriate officials to execute same. (consent) Attachments 7. Engineering 7.1 Approve the a Cooperative Funding Agreement in the amount of $412,875 with the Southwest Florida Water Management District (SWFWMD) and Pinellas County to share the cost of implementation of the Magnolia Avenue and Sandra Drive Improvement Area and authorize the appropriate officials to execute same. (consent) Attachments 7.2 Approve a contract for $902,074.25 to Keystone Excavators, of Oldsmar, Fl, for the construction of Alligator Creek Channel G (Fairwood Forest) Project, (03-0023-EN) which is the lowest responsible bid in accordance with plans and specifications and authorize the appropriate officials to execute same. (consent) 2 Attachments 7.3 Approve a Construction Contract in the amount of $630,165.25 for Pump Station 19 Replacement (06- 0010-UT), to Clark Hunt Construction, Inc. of Clearwater, FL, which is the lowest responsible bid received in accordance with the plans and specifications and authorize the appropriate officials to execute same. (consent) Attachments 7.4 Award a contract for the Skycrest Neighborhood Traffic Calming project (03-0097-EN) to Scraper Fi Services, LLC, of Palmetto, Florida, in the amount of $2,373,742.24, which is the lowest responsible bid received in accordance with plans and specifications, and authorize the appropriate officials to execute the same. (consent) Attachments 7.5 Approve a work order to Malcolm Pirnie, City of Clearwater Engineer of Record (EOR), to provide engineering design and permitting services for the Spring Branch Conveyance Enhancements Project for the lump sum of $202,052.30 and authorize the appropriate officials to execute same. (consent) Attachments 7.6 Approve the amendment to Department of Environmental Protection agreement WAP050 to extend the expiration date from June 30, 2008 to April 30, 2010. (consent) Attachments 7.7 Approve entering a Project Partnership Agreement (PPA) with the Department of the Army to design and construct the Stevenson Creek Estuary Aquatic Ecosystem Restoration with the City funding $2,324,340 of the $6,640,970 total project cost and authorize the appropriate officials to execute same. (consent) Attachments 8. Planning 8.1 Approve the Annexation, Initial Land Use Plan Designation of Residential Urban (RU) and Initial Zoning Atlas Designation of Medium Density Residential (MDR) District for 1729 Overbrook Avenue (Lot 7, Nichols Subdivision, according to the map or plat thereof as recorded in Plat Book 30, Page 9, Public Records of Pinellas County, Florida); and Pass Ordinances 7985-08, 7986-08 and 7987-08 on first reading. (ANX2008-04010) AttnchmPntc 8.2 Approve the Annexation, Initial Land Use Plan Designation of Residential Low (RL) and Initial Zoning Atlas Designation of Low Medium Density Residential (LMDR) District for 1837 Carlton Drive (Lot Two (2), Block C, Carlton Terrace, according to the Map or Plat thereof as recorded in Plat Book 41, Page 16, Public Records of Pinellas County, Florida); and Pass Ordinances 7988-08, 7989-08 and 7990-08 on first reading. (ANX2008-05012) Attachments 8.3 Approve amendment to the Community Development Code to permit sandwich board signs in certain areas, provide a fee for such signage, and to add a definition for traditional urban corridor, and Pass Ordinance 7949-08 on first reading. B Attachments 9. City Manager 9.1 Receive and consider report of Chase Realty, Inc., with Wm. Mark Searcy as Agent, of the results of the firm/agents efforts to identify and propose suitable parcels, including letters of intent to sell said suitable parcels, for City purchase and development of a 300 space parking garage on south Clearwater Beach. Attachments 10. Legal 10.1 Adopt Ordinance No. 7964-08 on second reading, changing the parameters and procedures for settling minor claims. B Attachments 10.2 Adopt Ordinance No. 7965-08 on second reading, amending Section 2.641 - 2.647, Code of Ordinances, relating to the Self Insurance Program, making procedural changes and name changes. Attachments 10.3 Adopt Ordinance No. 7983-08 on second reading, increasing certain fees for the use of recreation facilities by nonresidents and modifying the formulas for charging nonresident recreation fees. Attachments 11. City Manager Verbal Reports 11.1 Report on Steinmart Meeting Attachments 12. Council Discussion Items 12.1 County Inclusionary Zoning Ordinance Attachments 13. Other Council Action 13.1 Other Council Action Attachments 14. Adjourn 15. Presentation(s) for Council Meeting 15.1 2008 Legislative Session Report - Rep. Peter Nehr Attachments 15.2 Home of the Quarter, Neighborhood of the Quarter and Business of the Quarter Attachments 15.3 Veterans' Day Celebration Update - Bob Swick Attachments 15.4 Clearwater Housing Authority Presentation Attachments 15.5 Nagano Exchange Program - Margo Walbolt, Cultural Affairs Manager Attachments Meeting Date:8/18/2008 Y 1 ,",_1 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Service Awards SUMMARY: 5 Years of Service: David Blow Solid Waste Willie Watts, Jr. Public Utilities Joel Conklin Gas Freda Dixon Parks & Recreation 10 Years of Service: Darci Willis Jade Weppler Scott Yates Mir ana Zdjelar Thomas Wilcox 15 Years of Service: Ronald Flanery Richard Hughes, Jr. Nanci Cantrell Mark Jansen 20 Years of Service: Patricia Rice Mark Sena Christina Keenan 30 Years of Service: Vernon Packer Public Utilities Gas Information Technology Finance Solid Waste Police Fire Library Solid Waste / Bldg. & Maint. Library Police Police Development Services Review Approval: 1) Clerk Cover Memo Item # 1 Meeting Date:8/18/2008 Y 1 ,",_1 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Certificates to be presented to the Leadership Development Training Program graduates. SUMMARY: Karen Cunkle - Audit Joyce Hunt- Finance Matt McCombs - Fleet Bill Peterson - Risk Karen Vaughan - ORLS Review Approval: 1) Clerk Cover Memo Item # 2 Meeting Date:8/18/2008 Y 1 ,",_1 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Leadership ICMA Performance - Rashad Young, City Manager, Dayton, Ohio and Shelli Siemer, Assistant City Manager, Allen, Texas SUMMARY: Review Approval: 1) Clerk Cover Memo Item # 3 L Q? L 1 4 1111 I ? ? ? ???Llul ?G3 1f ?lli il? 111 ? ? 11 ?•? I'?I 1 I'll ¦ ? {: ...,.? 1? ,??e?l X11 0 ? 1' ? +? ??}i dp??i I11 ¦ NI11 ? Fa? t ?i??IBtl ? ? 1 1 11 11 n 11 ¦ lay CITY OF CLEARWATER - PERFORMANCE MEASUREMENT PROJECT Table of Contents Executive Summary page 2 Background and Project Scope page 2 Project Organization page 3 Methodology & Process page 3 Summary of Observations & Recommendations page 4 Site Visit page 6 Data Analysis page 8 Organizational Observations page 8 Observation #1 Performance Measures page 9 Observation #2 Budget Process page 9 Observation #3 Strategic Planning page 9 Observation #4 Linking Performance Measurement to Strategic Planning page 10 Recommendations page 11 Recommendation #1 Formalize Performance Measurement Program page 11 Recommendation #2 Benchmarking and Comparative Analysis page 15 Recommendation #3 Survey Citizens/Customers page 15 Recommendation #4 Linking Performance to the Strategy page 15 Conclusions page 18 Appendix A page 20 Appendix B page 22 Appendix C page 24 Appendix D page 25 Appendix E page 26 Appendix F page 28 Appendix G page 29 Appendix H page 30 Appendix I page 31 Appendix J page 32 Appendix K page 33 June 2008 Page 1 CITY OF CLEARWATER - PERFORMANCE MEASUREMENT PROJECT EXECUTIVE SUMMARY - BACKGROUND AND PROJECT SCOPE - As the third-largest city in the Tampa Bay metropolitan area, Clearwater has a population of 110,000 residents and has experienced significant changes in the community over the past ten years. The most significant impact has been the recent implementation of the state mandated property tax reform affecting all Florida cities. This resulted in the consolidation of internal service operations, a workforce reduction of 70 employees and reductions in city services. In anticipation of the second round of property tax reductions, the City of Clearwater recognized the need to review its performance measurement program for relevance and effectiveness. Clearwater submitted a Request for Assistance to the Leadership ICMA Consulting & Peer Assistance Program to consider working with Clearwater on this important project. As a result of Clearwater's request and recognition of the impact of the state mandated property tax reductions affecting Florida cities, a Leadership ICMA (L-ICMA) Project Team submitted a proposal to the City of Clearwater. The Project Team immediately began working with Clearwater staff to explore a way to better prioritize service delivery, maximize efficiencies and assess program effectiveness. The City of Clearwater desires to have a comprehensive performance management process and system that could become institutionalized throughout the organization. The Project Team proposed the following approach to this project: • Analyze current performance measures and workload indicators for the General Fund departments of Police, Fire, Library and Parks & Recreation • Develop key indicators by department to incorporate into the budget process to establish base performance and guide resource allocation • Formalize a process in which performance data can be integrated into budget and evaluation process for city administration and key staff The Project Team completed a four phase work plan, which resulted in a recommended performance management system for the four General Fund departments of Police, Fire, Library and Parks & Recreation to assist the City in making financial and resource decisions to serve as a model for implementation throughout the organization. June 2008 Page 2 CITY OF CLEARWATER - PERFORMANCE MEASUREMENT PROJECT PROJECT ORGANIZATION - Project Schedule - The Project Team began working with Clearwater in March 2008, and is on schedule to complete this project within four months. The goal is to provide Clearwater with recommendations which will result in a performance management system for the four departments under review and will assist the City to make financial and resource decisions to serve as a model for implementation throughout the organization. Project Team - The Project Team consisted of six members from diverse organizations and communities from across the United States. Further, the Project Team members themselves are from diverse backgrounds and have different levels of experiences and levels in management structure. The members of the Project Team included: Ramiro Inguanzo David Junger Travis Rothweiler Shelli Siemer Chief of Staff /Human Resources Dir. City of Miami Beach, Florida Assistant City Manager/Public Works Dir. City of Decatur, Georgia City Administrator Assistant City Manager City of Jerome, Idaho City of Allen, Texas City of Cedar Hill, Texas City of Dayton, Ohio Melissa Stephens Assistant to the City Manager Rashad Young City Manager Ramiro Inguanzo served as the Project Manager and was the primary point of contact with the City of Clearwater's point of contact - Public Communications Director Doug Matthews. The Project Team worked collectively to compile and analyze data, conduct departmental reviews, draft the observations and recommendations and present report. METHODOLOGY & PROCESS - The project was organized into four phases with the work plan consisting of the following: • Phase 1: Background and Data Collection • Phase 2: Analysis and Development • Phase 3. DRAFT Review • Phase 4: Observations and Recommendations June 2008 Page 3 CITY OF CLEARWATER - PERFORMANCE MEASUREMENT PROJECT SUMMARY OF OBSERVATIONS & RECOMMENDATIONS - The City of Clearwater conducts some of the three key components that contribute to a successful Performance Measurement Program - while there is no formal strategic plan there is a Strategic Vision, annual budgeting and measuring data. The City's Strategic Vision and Annual Budget are impressive documents that clearly explain the City's vision and fiscal plan. The City's performance measurements are weak because there is not a strong linkage or integration between the strategic vision or budgeting. The report includes a summary of the Project Team's Organizational Observations and Recommendations, with the detailed Performance Measurements provided in Appendix B - E. Summary of Observations:: • Performance Measures - The City of Clearwater's implementation of performance measurements appear to fall short of communicating the status of the thirteen strategic priority areas or the department's core service areas. • Budget Process - The performance measures included in the budget document do not clearly relate to the strategic elements or the departments' core service delivery accomplishments. • Strategic Planning - The City of Clearwater has an impressive Strategic Vision, but it is not clear the City Council is involved in an annual Strategic Planning meeting. • Linking Performance Measures to Strategic Planning - Clearwater's Strategic Vision and Performance Measures processes are not fully integrated, giving the impression they are independent processes brought together in the budget document. Summary of Recommendations: • Performance Measures - The Project Team recommended specific performance measures for the four general fund departments of Parks and Recreation, Fire, Police, and Library. • Benchmarking and Comparative Analysis - Using data collected and compiled through the Florida Benchmarking Consortium, Clearwater can assess performance against a peer set of cities in a consistent and formalized manner and track that performance over time. • Survey Citizens/Customers The City of Clearwater already conducts citizens/customer surveys and should continue to do so on both a citywide basis and a specific program basis. June 2008 Page 4 CITY OF CLEARWATER - PERFORMANCE MEASUREMENT PROJECT • Linking Performance to Strategy - Departments should include performance measures that measure how effective they are providing core service delivery as well as those that tie into a strategic plan that supports the overall City Vision. The City of Clearwater is not far from achieving an excellent performance measurement program. With more emphasis and a heightened level of importance placed on measuring the right data, performance measurements will become a powerful tool to base resource allocation decisions to ensure the organization is moving toward achieving its strategic objectives. The results of a strong Performance Measurement Program will promote greater accountability and transparency with citizens. June 2008 Page 5 CITY OF CLEARWATER - PERFORMANCE MEASUREMENT PROJECT SITE VISIT - The Project Team conducted an initial site visit to the City of Clearwater on March 6 and 7, 2008. Members of the Project Team on the site visit included Ramiro Inguanzo, David Junger, Travis Rothweiler, Melissa Stephens, and Rashad Young. The site visit included an initial meeting and discussion with City Manager Bill Horne who provided an overview of how the City's priorities and focus have evolved over time. There has been a tremendous focus on economic development and redevelopment that began in 1998. As a result, the beach area and downtown have been transformed and have become stronger community anchors. The Project Team also participated in meetings with Jill Silverboard, Assistant City Manager; Tina Wilson, Budget Director; Doug Mathews, Public Communications Director; Barbara Pickell, Finance Director; Robin Gomez, City Auditor; as well as staff from the Police, Fire, Parks and Recreation Departments and the Library System. The site visits were informing and were invaluable in helping frame the issues that the City of Clearwater is facing. The site visit also served to clarify and affirm what City leadership expects from this project. Some of the key points and expectations described to the Project Team included the following: • City leaders anticipate and expect some institutional resistance to this shift in focus to performance management. • Performance measures should drill down to those things that are most important from a program and/or service delivery perspective. • There are tremendous financial pressures the City is facing with a potential $7M general fund reduction. • In considering the sustainability of the performance management effort, the City Manager has assembled a team to champion this effort. They will be responsible for guiding and managing the process. The meetings held with the senior staff of the four departments under review (Fire, Police, Parks and Recreation, and Library) provided an overall understanding of the organization, service delivery responsibilities, and priorities of these general fund agencies. Clearwater Fire Department The Fire Department is divided into three divisions: Operations, Fire Prevention Services, and Support Services. There are 212 fire fighting, emergency medical services, management staff and support staff full-time positions allocated to the Department that serves a fire district with a total area of forty-two and a half square miles. The Department has eight fire stations strategically located June 2008 r Page 6 - - CITY OF CLEARWATER - PERFORMANCE MEASUREMENT PROJECT throughout the community to provide non-emergency and emergency response services. There are two double companies and six rescue units that are included in the front line service system. The Department responds to an average of 100 fires per year. The Department completed a Master Plan in 2004 and is currently updating the plan. Clearwater Library System The Clearwater Library System provides an extensive variety of services, collections and programs to meet the needs of Clearwater residents and businesses. Presently, a total of 88.4 full-time equivalent positions provide support to over 65,000 active cardholders with circulation of 1.1 million items annually. Additionally, the Clearwater Librarians provide reference and research help to the general public, answering over 400,000 reference questions each year. The City of Clearwater Library has a collection of over 500,000 items with a comprehensive website. The website provides access to many library services including adult and children's programs. In addition to print books and periodicals, the Clearwater libraries have a wide array of other media including music CDs, computer software, movies on video tape, and DVD, as well as facilities to access the Internet. The Clearwater Library system also provides other services, such as community meeting rooms, storytelling for infants, toddlers, and children. The Library system provides after-school programs in person and on-line programs for homework help, language learning and other community service programs are common offerings. Clearwater Parks and Recreation Department The Parks and Recreation Department consists of 250 full-time and part-time employees, 150 professional contract employees, 136 umpires, referees and officials, 105 event support staff and 1,230 volunteers representing a budget of $21.9 million. The Department is divided into Administration, Recreation Programming and Parks and Beautification. The Department has business plans for each of the recreation centers and specialty facilities and also has a master plan for each of the following: bicycle paths, aging-well programs, recreation, and cultural programs. In order to solicit feedback from their customers, the Department conducts secret shopper programs, surveys, and focus groups. June 2008 Page 7 CITY OF CLEARWATER - PERFORMANCE MEASUREMENT PROJECT Clearwater Police Department The Clearwater Police department consists of 28 programs organized into 5 divisions. The operation currently consists of 406.6 full-time equivalent (FTE) positions supporting numerous divisions and serving many community-policing programs. The General Fund supports 393.9 FTEs and grants or other funding support 11.7 positions. The Clearwater Police Department has developed and implemented the high standards and professionalism needed to reach accredited status and was initially accredited by the Commission for Florida Law Enforcement Accreditation in May 1998. The Clearwater Police Department has continued to maintain or exceed these standards and was reaccredited in 2001, 2004 and 2007. This status helps achieve a high quality service and citizen satisfaction by providing a safe and secure city. DATA ANALYSIS In addition to the interviews conducted during the site visit, the Project Team reviewed current performance measurement processes employed by the four departments under review and determined whether these systems were consistent with the City Council's Vision Elements and Priorities shown in Appendix A. The team researched other organizations with similar demographics, fiscal resources and those that are viewed as leaders in their respective disciplines. The Project Team also reviewed many data sources which the City of Clearwater either made available upon request or was available via the City website. Such documents include but are not limited to the City of Clearwater budget, organizational chart, Library Strategic Plan, Library Work Plan, customer satisfaction survey, crime statistics, police and library citizen survey. ORGANIZATIONAL OBSERVATIONS Our analysis of the various data, research of best practice examples, and field interviews have resulted in a number of organizational observations and conclusions. These observations form the basis of the recommendations offered in the subsequent section of this report. An important aspect to a successful Performance Measurement program is for an organization to have a clear and distinctive link to the budgeting and strategic planning processes. Although each process has its own specific purpose, the three should be interdependent. If the organization does not use them as building blocks there will be a clear disconnect. June 2008 Page 8 CITY OF CLEARWATER - PERFORMANCE MEASUREMENT PROJECT As stated in the 2006 Clearwater, Florida "City Vision & Performance Measures" document, performance measures help translate the city's mission and vision into tangible objectives. The core purpose of measuring performance is to determine if all desired outcomes are being achieved. The measures also provide insight into the effectiveness and efficiency of departments and programs. It is clear that the City values the importance of a Performance Measurement program and Clearwater has all three processes in place - strategic visioning, annual budgeting, and measuring performance data, but there is not a strong linkage or integration between the three. Observation #1- Performance Measures If used properly, performance measurement data can be a dynamic tool to assist an organization in continuous improvement by reviewing resource allocation to ensure the organization is moving toward achieving its strategic objectives. Many organizations implement a formal performance measurement program to promote greater accountability and transparency with its citizens. The City of Clearwater's implementation of performance measurements appear to fall short of both communicating the full scope of the thirteen strategic priority areas and do not clearly tie back to each of the departments where the work is originated. Observation #2 - Budget Process The City of Clearwater develops an Annual Operating Budget for each fiscal year starting on October 1st to September 30t". This process follows a very traditional path where the City Manager provides guidance on how the economic conditions will translate into budget assumptions and his expectations to department directors on how to develop their individual department budgets. The budget document dedicates an entire section titled "City Vision and Performance Measures" to highlight each accomplishment under the six strategic elements and the Key Performance Measures related to the thirteen priority initiatives. However, the actual measurements do not give the full picture of either accomplishments relative to the strategic elements or the departments' core service delivery accomplishments and the relationship between the two. Observation #3 - Strategic Planniin In 2005, the City of Clearwater developed a 20-year strategic vision, developed by the City Council with input from the community. The Strategic Vision, along with the listing of annual accomplishments is an impressive document. It is not clear to the Project Team if the City of Clearwater engages the City Council in an annual strategic planning meeting to determine whether the City is on target or whether the Vision document needs some refinements. June 2008 Page 9 CITY OF CLEARWATER - PERFORMANCE MEASUREMENT PROJECT simply need to tie their data to the strategic objectives and report it. Good performance measures do not require a department to collect and measure new data. There is an impressive list of specific project accomplishments in the City Vision & Performance Measures report. One of the 2008 projects was identified as "Relocate the Beach Branch Library to the Beach Recreation Center to maintain a library presence within walk-able distance of most residents of the Clearwater Beach community." On a basic level, the strategic goal will be achieved once the relocation has been completed and the performance indicator is whether the project was on time and on budget. Taking the performance indication a step further includes an analysis of whether the Library is achieving the intended goals of creating "community." This would require the department to track the number of library patrons from the immediate beach residential community vs. other areas of Clearwater and their customer satisfaction levels. The integration typically takes on a cascading approach where the Strategic Vision provides the broad, policy related goals is should then lead to the development of a strategic plan with performance measures that report back whether or not the objectives are being accomplished to support the goals. The first is typically a very high level, vision related document, while the second much more specific detailed data. RECOMMENDATIONS RECOMMENDATION #1-- Formalize the Performance Measurement Program The principal deliverable of this project was to develop performance measures for the four general fund departments of Parks and Recreation, Fire, Police, and Library. The recommended measures for each department are given in Appendix B - E. The measures developed are a mix between efficiency measures, workload indicators, and outcome measures. This mix will allow the City of Clearwater to assess performance for its departments that are consistent with the strategic priorities endorsed by City Council as well as help focus the organization on productivity and overall cost of service. 1.1. Assign Performance Coordinators Prior to identifying a performance measurement team with departmental coordinators, clear expectations should be established by the City Manager on the importance of each department fully engaging in the performance measurement program. Each department should fix the accountability for performance management to a specific position within the department. This work could be assigned to an existing staff member and made an additional responsibility. The position responsible for coordinating performance data must have access to all areas and information repositories within the department so that the incumbent can easily and routinely access June 2008 Page II CITY OF CLEARWATER - PERFORMANCE MEASUREMENT PROJECT or require the submission of information from the various divisions within the department. 1.2. Determine data availability The measures selected and recommended for each department are a result of the Project Team's analysis of current organizational functions and responsibilities as well as the research results of what other cities measure that provides similar services. The measures also represent the Project Team's understanding of departmental priorities and the broad strategic objectives that the City of Clearwater has identified. The City will need to determine what data readily exists and what data can be manipulated to support the ability to report on the measures that have been recommended. In some cases, technology may need to be enhanced or manual processes will have to be evaluated in order to produce the data necessary to inform the measures that have been suggested. The performance management system, to be meaningful and useful, must be easy to use which means the data must be readily accessible and easy to report. 1.3 Use standard formats and templates to report performance data The performance measures recommended for each department are presented in a consistent format. The template developed and used for reporting on each measure is flexible enough to allow for quarterly assessments as well as an annual tabulation. Each measure may not require a quarterly reporting figure but may only require a final or annual tabulation. The template also provides for an overall target to be identified prior to the start of the year under review as to establish a firm target or goal for the department to achieve relative to the measure identified. Finally, each set of performance measures tie back to a "Performance Priority" which establishes the goal for which the measures support. The "Performance Priority" relates to a strategic priority as established and adopted by the City Council in its vision document. This regular scheduled, standard reporting process will allow for the data to become an integral part of the budget and strategic planning processes. eaiwater is a Wonderf6i Place to lay It offers a variety o`f Cultural and Recreational Offerings, ' P'? rmance Pr?ori,ty:,;_ !,offer diverse recreational programs that are cost effective Performance Measure: 16_ Nuo*er of children registered in summer.programs . 17- Nu!nl er. of students parlicipatiriq, in cultural arts programs 18. Percent of participants in recreation programming that rate the programs as good or ,gxcpJlent', , . June 2008 Page 12 CITY OF CLEARWATER - PERFORMANCE MEASUREMENT PROJECT 1.4 Fire Department Measures There are eighteen recommended measures for the Fire Department that spans three performance priorities. Those performance priorities focus on the areas of fire emergency services, prevention and inspection, and fiscal administration and maintenance. The Fire Department indicated that they had a very rigorous performance measurement system in place some years ago but now the system is more situational. They currently track information related to total fire loss, fire fatalities, and head counts (# of fire fighters available for work). The Department also indicated that they pay particular attention to call volume and training hours provided to sworn members by shift by station. The recommended measures reflect the operational priorities articulated by the Fire Command staff and support the strategic elements and priorities contained in the City's vision document. To support the work that the operations division is responsible for measures have been developed that focus on what can be considered as traditional measures of calls for service, civilian injuries and deaths, and property loss. Clearwater Fire Department also has a contractual agreement with Pinellas County to provide fire and EMS response. As we have recommended measures that track response time we also have included a measure to specifically track the response time to calls from Pinellas County as there is a specific criterion listed in the contract between the City and the County. We also have recommended a measure that focuses on continuing education hours taken by sworn personnel to reflect the chief's priority of keeping the staff up to date on training. As the priorities for fire prevention include supporting a customer focused and responsive permitting system, we have recommended measures that track the turnaround time for plan review. Finally, because of the need to reduce overtime costs and manage the overall cost of service we have recommended measures that address the cost per call for EMS service as well as those that track overtime expenditures and units in service. 1.5 Library Department Measures In view of the budgetary constraints facing the City of Clearwater, the public libraries are closely monitoring their operational efficiency and library managers are seeking better methods in allocating limited resources among the library branches. The Clearwater Public Library System recognized early the importance of having a new strategic plan which addresses the potential need for budget reductions. In addition to having a strategic plan to insure that the library will continue to strengthen in priority areas, it is equally critical to have performance measures which provide feedback from library customers on the effectiveness of the Clearwater Library's programming efforts, to help guide future programming and resources. June 2008 Page 13 CITY OF CLEARWATER - PERFORMANCE MEASUREMENT PROJECT A traditional measure for libraries for many years was size. How many books were held, how many people were served, and how much money was spent were all ways to determine if a library was successful. While the Project Team has recommended some of those traditional measures, there is a focus on looking at how well libraries serve their users and how well libraries manage their resources. It is also important to note that there are no appendices providing benchmark data for the library system as there are for the other departments under review. That comparative data was not available to the Project Team as the Florida Benchmark Consortium does not collect library information. 1.6 Parks and Recreation Department Measures There are thirteen recommended measures for the Parks and Recreation Department. The measures support the two main performance priorities of providing active and passive green space and diverse recreational programs to the citizens of Clearwater. The Parks and Recreation Department had at one time a robust data collection system that they used to develop and track performance measures. The key indicators they typically tracked included number of programs and program participants, and revenues. They also instituted a secret shopper program and conducted general surveys of users to solicit feedback. The recommended measures emphasize the utilization and quality of programs offered through the recreation division and the efficiency related to the maintenance of parks. To be meaningful and useful, the department will have to continue and perhaps enhance the use of surveys to gauge the perception of users as it relates to the quality of the programs provided. These survey instruments are a very important way to assess the quality of program delivery. Coupled with the measures that track volume of participants, the department can begin to form perspective as to the value of programs offered relative to cost. 1.7 Police Department Measures There are twenty recommended measures for the Police Department that span four performance priorities. The performance priorities for the police department focus on perceptions of safety amongst residents, visitors, and businesses of Clearwater; crime occurrences; and enforcement workload. The Clearwater Police Department is one of many stakeholders that share responsibility for the public's safety and security. Measuring whether community members feel safe can be accomplished in many ways. One method that has produced valuable feedback is through the use of community surveys. In order for survey data to be an effective measure, time must be taken to ensure that all sections of the community are offered the opportunity to provide feedback. The police department's resource allocation must recognize the importance of measuring June 2008 Page 14 CITY OF CLEARWATER - PERFORMANCE MEASUREMENT PROJECT the community perception of crime and safety and then take steps to address those concerns. An effective tool, which can assist in maintaining a finger on the pulse of the community are through the use of community advisory boards. These boards can play an important role in acting as liaisons between the police department and the neighborhoods they served. These same boards can also provide valuable feedback on real versus perceived crime trends. RECOMMENDATION #2 - Benchmarkin and Com arative Anal sis Appendix F - H provide benchmarks for selected measures against a peer set of cities. Clearwater, as a part of a comprehensive performance measurement system, should regularly and routinely assess its performance in workload and efficiency measures against its peer group. We have recommended six cities in Florida based on geographical proximity or population size as the comparative peer set. They include Tampa, St. Petersburg, Gainesville, Cape Coral, Coral Springs, and Lakeland. Using data collected and compiled through the Florida Benchmarking Consortium, Clearwater can assess performance against a peer set of cities in a consistent and formalized manner and track that performance over time. The selection of specific targets for a comparative purpose is left to City leadership to determine based on actual performance of the departments relative to the measures selected. City administration should select targets that reasonably stretch the departments' current performance using the comparative graphs in Appendix F - H as a basis for determination. RECOMMENDATION #3 - Survev Citizens/Customers An important component to truly measuring an organization's performance is by knowing and understanding what the customers think about services. Clearwater already conducts citizens surveys, with the most recent comprehensive customer satisfaction survey completed in 2006. In addition to an overall citizen survey, many of the departments conduct targeted surveys to obtain specific program related feedback. In fact, the Parks & Recreation Department even takes it a step further with their Secret Shopper program to truly evaluate customer service. These targeted surveys shouldn't be limited to program specific feedback. The Police Department could also survey their service levels by targeting their advisory committee members for feedback. Regardless of the method, surveying customers should be used for each department as a critical component to the performance measurement program. RECOMMENDATION #4 - Linking Performance to the Strate As a result of the City Council's overall vision and priorities as identified, each department should provide detail on how to further those priorities and to determine whether or not their core operations have a role in achieving that objective. In an ideal situation, each department develops individual strategic plans that reflects the June 2008 Page 15 CITY OF CLEARWATER - PERFORMANCE MEASUREMENT PROJECT City's overall vision and while incorporating and communicating specific core operational goals and objectives. The City Council's annual strategic vision. reflects broad, long-range goals. This should be further refined into a city wide strategic plan. Then, department specific strategic plans should reflect specific objectives and tasks related to their core service delivery goals. These, in turn, cascade into performance measures that will be more specific to the department to assist in determining whether or not the outcomes are meeting the intended goal. Departments should include performance measures that measure how effective they are providing core service delivery as well as those that tie into the overall Strategic Vision and strategic plan. Although it is not difficult in concept, it may be more difficult to implement when working with each department, especially if there is a perception that only negative consequences come out of reporting performance data. 4.1 Establish Organizational Ground Rules Organizational ground rules would serve to squash misperceptions about the use of the performance measurement system as potentially one to punish but rather reaffirm the organization's commitment to high performance and creating a culture of continuous improvement. We recommend the following ground rules: Performance Measurement data will not be used against people, but rather to make policy/budget decisions • Strive to learn and continuously improve or "raise the bar" • Use data to justify budget requests and demonstrate accountability In order to practice the ground rules, it is important for the senior managers to develop a culture where performance results should be an attitude that is rewarded for measuring the right data and making a conscious effort to improve rather than implementing negative consequences for not meeting performance targets. The expectation of senior staff should be to actively support and participate in the development of the performance measurement concept in order to achieve continuous improvement. 4.2 Integration As important as the measures are and the benchmarking of performance, the linkage between vision, strategy, and measures is even more critical. To achieve this integration, we recommend a task force be developed to work towards the full integration of the Strategic Vision, yet to be defined strategic plan, the Performance Measures and the Annual Operating Budget. The task force should challenge the June 2008 Page 16 CITY OF CLEARWATER - PERFORMANCE MEASUREMENT PROJECT departments with identifying the right measures and projects with the related strategic priority. This task force should be coordinated in conjunction with the Performance Measurement Program team with the same central point of contact, either a staff member from the City Manager's Office or from the budget office, to ensure the program is on track. 4.3 Budget Process In addition, the Strategic Vision and plan/Performance Measurement development and reporting should be incorporated into the annual budget calendar and include regular quarterly status reports. The quarterly staff reports serve to encourage the use of the performance data to make management decisions or make mid course corrections in operations if necessary. The integration of the performance measurement system into the budget process should be institutionalized by creating a central point in the organization to collect, help assess, and report on the measurement system. The Budget Department should serve in this role. Performance Measures can sometimes be hard to identify, and exploring options for Departments to consider as their benchmarks can be hard tasked and sometimes arduous. This central control not only serves as the driver of the performance measurement initiative, but also as the support system to back departments as they struggle to identify their goals through the performance measurement system. The Budget process is also an opportunity to come together as a staff team, and develop goals for the next year. Each department should be responsible for their measures and their successes, but the central control can help to ensure consistency in how things are measured and what is a valid performance measure. The education portion of this process may be long, but eventually with some consistency in staff, the departments will develop and begin to maintain accurate performance measurement data. Then, at this point, the central control can begin to simply serve more as a resource for when departments are in need. In the end, City departments and employees are in one way or another, working to benefit the community. If this end goal is in mind, performance measures will become successful and eventually, everyone will see the benefits from measuring department status and performance. Once these things are established, the performance measurement document will serve as a communication piece for the community, City Council and Staff to have a firm understanding of what the mission, vision and goals for the City are. June 2008 Page 17 CITY OF CLEARWATER - PERFORMANCE MEASUREMENT PROJECT CONCLUSION Like all local governments, the City of Clearwater's primary duties and services revolve around its customers. Throughout the community, the City has developed a reputation for providing effective, responsive, quality municipal services to residents, businesses and visitors it serves. The City of Clearwater has a track record of providing services above and beyond its customers' expectations and finds effective solutions to problems that are brought to their attention. Implementing a comprehensive performance measurement system will allow the City of Clearwater to determine the appropriate levels of service designed to maintain its customer's level of satisfaction and improve upon the services delivery techniques. A comprehensive performance measurement system will allow the City of Clearwater to track how efficiently and effectively it delivers services to its citizens. In order for performance to improve, it must be measured. Measuring performance allows an organization to find innovative strategies designed to enhance programs to meet customer's expectations. Additionally, measuring performance allows an organization to determine if changes in practice and policies are necessary. In summary, Clearwater's performance measurement system should: • Provide insights into the customer's expectations • Determine the quality and quantity of the service provided • Set performance standards, establish benchmarks and develop appropriate measurement tools • Evaluate outcomes, recognize accomplishments and celebrate successes, and develop strategies to elevate levels in areas that fall short of expectations. Communicate with customers regarding satisfaction ratings and changes to programs and projects to meet the ever-changing demands for better services Developing a performance management program is simply to take an inventory of current services and opinions of those receiving city services. Once collected and gathered, the performance results are analyzed, specific target levels are identified and benchmarks are developed. Lastly, internal policies are enacted and structures are put in place to continually track performance and to receive customer feedback. In addition, customers are provided feedback regarding changes to services based on their comments and suggestions. Implementing a performance measurement system starts at the top of Clearwater's organization. The leadership must start by defining the purpose for developing a performance measurement program, as well as the desired level of outcomes. Simply June 2008 Page 18 CITY OF CLEARWATER - PERFORMANCE MEASUREMENT PROJECT - why are we doing it and how will we use it? A clear statement of purpose will allow the right system to be design and implemented uniformly across the organization. The results of the performance measurement system will yield information that can be directly applied to service delivery methods and performance benchmarking. Once an organization understands its current customer satisfaction status, Clearwater will be able to determine the target levels and performance measures needed to meet the expectations of its customers. Appendix I-J offer a draft schedule for implementing this new performance management framework. It establishes a schedule and timetable for developing the strategic plan and the associated departmental workplans, the adoption of performance measures, and updating the plan in concert with the City's budget cycle. This implementation schedule contemplates a twenty four month cycle to allow the city the time to organize, commit resources, and institutionalize the process. Establishing an organization-wide strategic plan, along with the documentation of the goals, objectives, and action plans will propel the City of Clearwater toward its vision. As the city's leadership works toward achieving measurable progress against stated goals and objectives, ongoing assessment and communication will be critical to ensuring collective buy-in. In the end, the people who live, work, and care for the city know best and their dedication to ongoing improvement will override barriers to change that may present themselves along the way. June 2008 Page 19 Appendix A Vision and Mission Statement Vision Statement "Sparkling Clearwater is a uniquely beautiful and vibrant waterfront community that is socially and economically diverse, that reinvests in itself and is a wonderful place to live, learn, work and play." Mission Statement "The Mission of the City of Clearwater is to provide cost effective municipal services and infrastructure necessary for a high quality of life for all our citizens." As part of the Council's visioning exercise, thirteen priority initiatives were developed in support of the adopted vision statement. Each of these was carefully defined to best address the issues seen as critical to promoting the specific initiative. Since it is difficult to build a focus around thirteen related, but distinct priorities, a framework was created to reference the priorities back to the City's official vision statement. The Council adopted these elements on February 2, 2006. City Council Elements & Priorities Clearwater is a Wonderful Place to Live It has: • A Safe, Clean, Green Environment • Safe, Comfortable, Walkable Neighborhoods • Well Maintained Housing Stock in all Markets Clearwater is a Wonderful Place to Learn It provides its citizens with: • High Quality Education Clearwater is a Wonderful Place to Work It seeks: • Economic Vitality and Reinvestment • Diverse, High-Paying Jobs Clearwater is a Wonderful Place to Play It offers: A Variety of Cultural and Recreational Offerings Page 20 Mission and Vision Statement Cont. Clearwater Provides the Infrastructure to Support all of its Attributes To ensure that the City remains a great place to live, learn, work and play, Clearwater invests in: • Well Maintained Infrastructure • Efficient, Responsive City Services • Efficient Transportation Systems • Communication Clearwater included Special Places that belong to Everyone in the Community Two Places in Clearwater are especially important to all its Citizens: • A Quality Beach Environment • A Vibrant Downtown that's Mindful of its Heritage Page 21 N 5..1 C? Q? a? U c? as w x F ? O 1' Q 0 I ? O ? U7r x.. r ' t a t , ? QQ) Q) a1 4"? C? L cc ° Q) 1 U ? ct Q) O .? c' U") C cd o 5 .? U L ce) n N o cn ^, , r? ??i U) co c N +. 'Mr c 4 t?.? . O 0) N r (A fA C C co E u) j, rt r O j { CIO in CD O N - 7+ cr O W : C " (n O E ? (D Q O _ C O c O q ) u i C O N En ca n? O CL O O C) _ O C rn '' (C O N to CC N 0 r E o +, 4 0 O c) C nO• N O Q O U N O M U M o U -C -Fa U * Q * C:L U) (D N -p cd O y ^ 0 C.) :3 .yi O N Q) N y _ a) N O O o ZS N C -O u) *_ C k wC_e C_ O C_a O ' /V? VJ wCe • V Cv ( V • O N (C L O M 4m?'F S. Cl) C C U rL- V * '? to A• U) .0 q) V ? _cu c W _ '?` _ ? N N .) Q +-: O Lij f ;; Q N d ? O C H O C F W O C O y U O O N O U O -0 LU c? r r N co ? u-) co I,- co W ' T N N N N OA cd P* Q) 0 ME Ir m O O 5?I LL bl' 0 CL'i .may r?tl3? a;. Cv , 70 0 ai L7 Cl) ,. U3 0 cu 'a ?L 0 2 a -1 i5 C. N 0 U U I ? U i a) N t5 U (D D C N N N c0 U) co 0 o I" ? "'?. U) CU . ?' C q) cl) U > V N cu ' N ??ii lY )? M ? 0 U a.+ U Q) C 5 U _ a L7 E ? ? C . - C C 0 0 c d c •- O 0 a) CL U r_ \Y cu W 2 C to L a) W E .-" a1 m u) p p N p E 0 P peg. ` U O O O O U) 0 0 U p O n1; r N C7 ?t r N M N bA ca U a? a? a? U cd a F--I b O U Q? P4 a.,m SJ , rte' ? V Q ? ? era .? ? 4 Q) f ?I CIO a 1 vi N L ? L 4 ?R as O O C N V R3 as C.) 0 J 4 O C.) 0X1 (M V N C LD +_ 0) O a U 'i Q r Z' 1 ?t J L L a Q J N cd cC as ?. ..•.. O cr L N r 1 o O CL N I? a? p O o v as co -4 (D ? o (D a v w N N N 4 C 7ti O o J +L E N cA O Q 0 Y O> O C ,.. U A " O U O as V W Z as o in L s y .Q O i U r a U a) (D (D N q; CL f e, o O N N J C? cLd cLd T) a) ? ? C6 U k A N ? . ? . C 4l G O O as (D to U) co cn 0 was ? } C . ?.i •N > C ? 0 C as C ••_, as C as C U as x C as as LC O cC E L' ` •U 0- •U x U •U L •U C m ? O U - as F O O - N L - E M as a as O C. C as N Q- p as O Cl c N Q? as N 0) N L 7 c ... O N -0 40) R O O . t o O o o o O O O V O. Q LC (-D C? O N N o Q U) o a 0 o N o o N as o co ? O L E f ` '' N c7 T N co It LO CD h c7b ''? T T T 7t N GD bA M PW Q x A? W r/] C? U W U c? ?r a? a 0 C? U N ?I n? U b Q? U U r, ?.. o --, , M ` ..a X, d U ? . 3) cz `U co ? . a 1 ca 4 V Q L 1 ?W U) 22 k .: N c5 cd ca > C * U to y O 75 cd 2 o) O O • cu M E Cd N O r.. Q C?_ • (? 1.u * 0 O N p cu E E 5 L Q • O E C (C 0 O L CL i Q >, n ,? .y O7 cu (d p CL -0 CO J c C N L E E O (D a N ° r_ co co 0- 8 E m E 5 C. CL E a) 0 C c ° Q s. O 0- O N O C N a m • 0 c? Au+? ? O U) ? c0 'nO` rNn to +we n0 ca O. 1 V YA`I_ E 5 :te (D -? (D W ( a Z L •? C U3 ? / I il): L •7 cz C ca U) In m • / te a O •(n w + w C,3 Q ca Q •(? ? U rN+ y G L CL U m x C C3? m O a) 2 a x a) E U3 C CD r e •y o M n^`` W r- ?+.. N ?- L 0 CL t N U) U) w r- C $ Q Q Cc rZ Q cC U w -- U + -' O U (C N w o O • ? CZ. Q a CO - f? - Q) O C v.. w N . 0 O N Q U Q O O O Q_ O a O *k o o O O N -.,o \ a) - r r N m ";r 4f1 - CO * N co -t 0 cQ r- tn r? cn cd a W FU cei U c? a r? 0- 4 'd N a? O wU` W 04 "l l ? ??,rClu r Al J ?. O o V ? O Cl) n Q) . Q) Q) q L Go a Q? E w, o ? c ? Rs ? flu C) cn W tu Q) L` CD a) CD 3 U . V = k" CL 0) CD r_ c O " I CIO cd ca co ctfa a - / ?'? O qI to .? ? c c CL r s E o c Q Q C TTµ 4'J MM W 1171] U- *U) c i 0 _t C c - c N m fA " G U 0 U) 0 0 (D -0 0 (D q ? -6 C a) ? i a L a CL Q Q O a SV/ N (C cu E a) N O a p o U) n to CIO -_ a ° _ w. ttl a? 0 a N c ( o T 0 Q a N a 0 0 Q N o 0 lLY wv \U L CL U Q) O ^ a) C U E • (D ,,. a) N Co Q> `a } L L ^?` a) WC G `v 't7 U) •L U ? 0) U U U o AU 1 _ L Q ol CL -6 . co X ? , nw X 7 Q O C U p LLC O ?- ? cm to .a E Q Q ?y ? O V ? O a.5 T l',' ?', N co Nt LO cD rl_ a0 O T T T N T co T N bU c0 a N U C O U a? c? 0 0. In' m Ikil ???I? ;;:r144FP w. J it??dSFUFI??iv ' 1L , Y ^?I?i?; s IL' I,I1 r q99+ ' = s O ,i,1M1 ? O c d1l °'I? M a. 'O O E CO U S CD a? ) ,?S c 0 k .O O .d O co O O cn o a C) m €`. O 0 O o A Q ' o ,ll 'Ao I i C 0) ? O co I Y, d FQ c ? O : t? O' L N a q A ?. i ? O U QJ O i { , r co O 5 0 V CZ C O O r_ O l ' O O '~ co v5 + U cC O E E Cl) N cn rte.. O U 0 co C cn to cu (n O co r. N r c o m R N N y N U 25 ID Vic,?iw, U U N D: O m > N O ? U) U - C ry t CV T N co T N r- N cC cw N N Gq cd w k C/] U MM? 7?1 r'1 Q) i-? w N N r Q C 't¢ LL d O o ^c ?? a Q i J .1. d m J16 rn N W bA eC a? CIO U] i-r C? U Q U 4.J G] A 0 C? U V C/] ?I ^C? A U a o O m d d ? `m c ` m U U r.. o ? N I w Im ? U rn Lf) c n wf a rn m LO ?j E a aN U U Q M b0 cd 914 FBI ?I yV] CC U 4a N n? h?l U U ^O I'1 d C. ° CL ? m N C D "fa H U m U J a o ?A ri I'A ?S ? o A ? o G ,p G ?y ia :> ha ? s 4 ?vy 4 G' J J W 13 o o N d G e m m G1 U -e F U a U U m a? nA cd a ?C Q.? a? 0 i a? Q cd a U y Ct r? v J (1) a a? U C/] a? CC A- 04 W C V Z 0 CL C m C m I D ° C V A a3 c? !Q > -- V c CL IA c, s ° u tic 4.0 tko - 0 :t al 3: to c C 0 L C 2 a L a c i d ao ' u U L (U c m , v1 M 4-0 L 4, D a m 0 o ++ u 45 u c 4A c m U m n vs a D r? cn a? °A M. ti ill N a? Q a? i-1 7 CI] C? N U p O W N 'd N U v] U rH C? c 1:1 0 z 0 ca ,. .. m CL .?.. _._. --- ?..... _...__._ - .-..__. t m c ? ° ' u N a L ' o m w _ sa c 7 • m H AW a u L L a c m m L z .V O = 3 y a z m E c o E- a 0 &n 7 ?? C O 11) u ° a?+ N a y y O u L L Y ++ 1J e. a c L = L O 41 O m ° +" 3 m ? CC N y d y d G W ? ? CL N N d W Y F+ u L N N ?v a w u m m ° a E a, - c a N= E c .Q y E p w chi + m ° 41 E L y m ai `o c n E a E a v i m a a a a m Q LL. ' . a O 4? 0. 44 0 C. Q. Z W 46.1 p ° w fa a ° L ° ° E w C O 00 4 .6.0 w ? 0 ~ d7 W ° p L O L d' N u d7 + y M 3 L I. L , on N m ?"" ? " ?"' [G o l . Y Y t ? i N c? C ° ?A M o y ? c u c ? M M N c 9LO U a? U O bA U O Cd i-r bq U U b U U cn U CL {/7 OA a T d rl -? ? A N ro _._._. _...:. ... .......... _. _-._..._._ to U. C C ' a m u C p `a m w c im, `0 M E ? L y -0 5 v m .3 aA 4-1 tko t ' 3 a L CU mro L 0 C m L o CL S. w Y E 4.0 m CL w 0 c u 3 CL 0 ? L fir` 4• ? co 0 a (U o 'a w ~ m m ii u o co C .E •? a -0 0 p rro C t! u o 1- o a w N Q V it 'u 1 o a o o C = _V m LPL M } ° M U. ro Z C w • m CA w o CL - -60 ° ' n a w m Q. C cu X '= in = c w c E ro ca 'a4 i+ L v, u C A u C . ? c w to *F m u 'do 4.+ L v, Meeting Date:8/18/2008 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Authorize the transfer of $364,299 from the Special Programs Fund - Project 99877 (Building Code Enforcement Surplus) to the General Fund to cover deficits in revenues over expenses for FY07 and to make a correction to the amount calculated in FY06. (consent) SUMMARY: Senate Bill 442 states that local governments may provide a schedule of reasonable fees for enforcing Florida Building Codes. It further states that the total estimated annual revenue derived from the fees, fines and investment earnings related to the fees, may not exceed the total estimated annual costs of allowable activities and that any unexpended balances shall be carried forward to future years for allowable activities or shall be refunded at the discretion of the local government. Fiscal year 2006 was the first year of implementation of Senate Bill 442. The City did a calculation and determined, at the time, that there was $482,818 of excess fees collected over the actual expenditures. In FY06, costs related to building code enforcement were accounted for in the same cost center with costs not directly related to building code enforcement. Starting in FY07, the costs were isolated into a separate cost center to provide for better accounting of these costs. In reviewing the expenses for FY07, we reviewed the methodology for FY06 and it was determined that an additional $101,757 in expenses should have been properly allocated to SB 442 (making the excess fees collected in FY06 to be $381,061). We are requesting this adjustment as part of this agenda item. In Fiscal year 2007, the revenues collected were $2,793,113 compared to expenses of $3,055,655, a deficit of $262,542. The following shows the calculation of the requested transfer. Fund 181 Balance after transfer for FY06 $482,818 Adjustment requested FY06 Adjustments ($101,757) FY07 Deficit ($262,542) Total ($364,299) Fund 181 Balance after Transfer for FY07 $118,519 This balance can be used to fund the costs of enforcing the building code in future years when expenses exceed revenues. In any year that revenues exceed costs, the excess revenues will be transferred to this project for use in future years. The amount of fees collected is dependent on a number of variables and will vary from year to year, largely as a result of the volume of development activity taking place. Carrying any unused balance over from years with high levels of activity will help the city maintain its level of service without subsidizing the program from the General Fund in less active years. Below shows the total revenues and expenses related to SB442 and the related surplus/(deficit). Year Revenues Expenses (Deficit)/Surplus 2006 $3,257,677 $2,876,616 $381,061 2007 $2,793,113 $3,054,916 ($262,542) Balance $118,519 By keeping the funds in a Special Programs Fund, the city is better able to account for any surplus and use the money to enforce Florida building codes in future years. It will also continue to provide an effective tool for evaluation and adjustment of permit fees over time. The last permit rate increase was 2003. The Council approved an expiration fee in 2005. The fee did not go into effect until FY06 and is part of our 322111-revenue code. This calculation will be done annually and the needed transfers, either from the General Fund to the Special Programs qqwdwrose versa will be brought forward for Council action. Item # 4 Review Approval: 1) Office of Management and Budget 2) Legal 3) Clerk 4) Assistant City Manager 5) Clerk 6) City Manager 7) Clerk Cover Memo Item # 4 Bill 442 1430 FY07 Expenditures FY6 Expenditures Salaries 1,289,890 1,258,223 Benefits 429,613 361,577 Total Personal Services 1,719,503 1,619,800 FY07 Expenditures FY6 Expenditures 530100 Professional Services 530300 Other Contractual Serv 210,133 179,653 530400 Lot Mowing 542500 Postage 138 AttachrApp. 543000 Document Recording 210 Page 1 of 2 543900 Other Refunds 78,792 544100 Equipt Rental 7,267 546100 Ofc Equip Svc & Repair 1,078 546200 Other Equip Svc & Repair 547100 Uniforms-Employee 4,202 2,881 547200 Travel Expense-Emp 7,510 12,139 547300 Mileage Reimbursement 412 547400 Meals-Employee 281 548000 Other Services Or Charges 14,588 13,045 550100 Office Supplies 5,780 9,127 550400 Operating Supplies & Matls 15,511 13,102 552000 $1000-5000 Computer Softwar 552500 $1000-5000 Mach & Equip 3,300 557100 Memberships/Subs/Lic Emp 4,731 4,887 557200 Officl Recognition-Emp 580 557300 Training & Ref Employee 17,346 14,497 Total Other Operating 371,859 249,727 540100 Garage Services 64,879 60,053 540200 Doc Repro & Print Shop Svc 6,645 4,163 540300 Telephone Service Variable 7,032 6,414 540400 Messenger Service 1,137 775 540500 Radio Svc-Fixed 6,840 540600 Telephone Svc Fixed 8,325 7,938 540700 Postal Service 12,605 12,426 540800 Bldg Svcs-Fixed 33,792 33,887 540900 Risk Mgmt Service 6,800 5,769 541000 Info Technology Charge 147,649 139,149 541500 Garage Variable 4,666 2,834 541600 Bldg & Maint-Variable - 2,427 542000 Employee Benefits-Fixed 4,800 3,169 Total Internal Services 305,171 279,004 564000 >$5,000 Machinery & Equip 565800 Cost Matl & Services Capital Items 591600 Debt Service Transfer-L/P 10,582 3,681 Total Debt Service 10,582 3,681 Planning & Development Total 2,407,114 2,152,212 1432 Code Enforcement FY07 Expenditures FY6 Expenditures Total Personal Services 106,704 106,944 Total Other Operating 4,372 8,131 Total Internal Services 17,271 17,967 Code Enforcement Total 128,347 133,042 1445 Neighborhood Services FY07 Expenditures FY6 Expenditures Total Personal Services 22,753 21,350 Total Other Operating 2,575 5,416 Total Internal Services 3,649 2,279 Neighborhood Services Total 28,977 29,045 Q`)11 (`ih, riAnnonnr'c nffinn CVn7 Cvr?nnrl i4rnc CVR Cvr?nnrl i4rnc mber 1 Bill 442 Total Personal Services 134,444 91,488 Planning Total 134,444 91,488 1313 Engineering FY07 Expenditures FY6 Expenditures Total Personal Services 285,820 319,176 Engineering Total 285,820 319,176 MSB & Garage Depreciation 31,231 24,821 MSB Garage Maintenance 2,624 2,624 Tidemark - 2,138 Indirect Svc Chg 17,442 Page 2 of 2 Total Expenses 3,055,655 2,876,614 Revenue #322108 for FY07 2,690,911 3,189,777 Revenue #322111 for FY07 61,426 47,400 Interest Revenue 40,776 20,500 Difference 262,542 (381,061% Prior Year excess revenue (381,061) Current Year Overage/(shortage) 262,542 Net PY/CY (118,519) Amount for Reporting purposes (118,519) mber 1 Meeting Date:8/18/2008 Y 1 ,",_1 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Declare salvaged materials from the East and Marshall Street WPC facilities surplus to the needs of the City and ratify and confirm the sale. (consent) SUMMARY: Seven stainless steel grit units were removed during construction at the East and Marshall Street Advanced Water Pollution Control Facilities as part of the Headworks Construction Project. Salvage rights were negotiated during the contract startup process. The contract, as approved by City Council did not address the sale of salvage. Salvage rights were negotiated with the Contractor during the construction startup process. The construction contractor utilized a crane during the project and was willing to load salvage materials onto City trucks at no additional cost to the City. Public Utilities was unable to unload or to reload the trucks at their yards without renting a crane or cutting the grit units into smaller pieces to allow time for declaration of Surplus and for sale. Public Utilities obtained 4 quotes from local salvage firms; then sold and delivered the materials to the highest bidder. Weight tickets confirmed 22,080 pounds @ $0.75/lb. Net $16,560. Materials were sold to Onesteel Recycling, Clearwater, Florida. Type: Other Current Year Budget?: No Budget Adjustment: No Budget Adjustment Comments: Current Year Cost: Revenue Not to Exceed: For Fiscal Year: to Annual Operating Cost: Total Cost: Appropriation Code Amount Appropriation Comment 0421-00000-364413-000- $16,560 Revenue 000-0000 Bid Required?: No Bid Number: Other Bid / Contract: Bid Exceptions: Other Review Approval: 1) Office of Management and Budget 2) Legal 3) Clerk 4) Assistant City Manager 5) Clerk 6) City Manager 7) Clerk Cover Memo Item # 5 Meeting Date:8/18/2008 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Presentation and discussion on the Downtown Boat Slips Marketing and Boat Slip Lottery Process (WSO) SUMMARY: The Downtown Boat Slips project was approved at referendum on March 13, 2007. Since that time, staff has been working diligently on the preliminary design, permitting and financing of the project. The Council awarded a Design Build Contract for the Downtown Boat Slips project to Misener Marine Construction, Inc on April 17, 2008. At this time, it is estimated that the Boat Slips will be open for operation on July 1, 2009. This presentation outlines the City's plans for marketing and conducting the lottery for the Boat Slips. Major items included in this presentation: City staff will be involved in 3 events to market the Boat Slips • August 9, 2008 - National Marina Day - Clearwater Beach Marina • September 5 - 7, 2008 - Tampa Boat Show • December 4-7, 2008 - St. Petersburg Boat Show and Strictly Sail There are currently more than 500 individuals on the interest list. Staff will be mailing applications to those on the list as well as any other interested party. Public Communications will be involved in advertising both the recreational and overnight slips. I have included a copy of a brochure produced for this purpose. The Marina has obtained a new website address (not yet operational) www.MyClearwaterMalina.com Staff is currently working with our software vendor to permit on-line reservations. Current Timeline: August - December, 2008: Events/Advertising/Application to "interest list" January 30, 2009: Cutoff for lottery registration February, 2009: Staff complete verification of resident vs. non-resident March 14, 2009: Lottery at Harborview Center July 1, 2009: Estimated opening of Boat Slips The referendum for the boat slips required that residents of Clearwater be given first priority for the Boat Slips. An applicant will be considered a resident if they are domiciled within the Clearwater city limits and can provide evidence of this domicile. Evidence would include either his/her homestead exemption for property within the City limits, or if a tenant, a copy of his/her current lease agreement for property within the City limits. Cover Memo Two separate lists will be compiled from the applications received. One will be for those applicants who are domicile ftti* 9 Oe Clearwater city limits (resident list) and one for those not domiciled within the Clearwater city limits (non-resident list). The resident list will get first priority for the slips. If there are still slips available after exhausting the resident lists, we will then proceed to the non- resident list. Internal Audit will be involved in producing the random order priority for each list. An applicant or their named representative must be present at the lottery to get a slip. A $500 deposit must accompany each application for a slip. Deposit will be forfeited in not present at the lottery or if they decline an appropriate slip. Deposit will be applied to the first and last months rent with the remaining balance due at the lottery. If applicant is not selected for a slip - applicant will have the option of a full refund of the $500 or a refund of $400 with the remaining $100 as a fee to stay on the wait list (wait list will be in the random generated order). Staff is currently working on the procedures and application form to use for the lottery. A draft is attached to this agenda item. Review Approval: 1) Office of Management and Budget 2) Legal 3) Clerk 4) Assistant City Manager 5) Clerk 6) City Manager 7) Clerk Cover Memo Item # 6 r- 414i !H`i yl. . i 1? y A AIM h L r Ih Ir. 5 ?tl? f l Ii i11113V EII .i X111 :. 1? II e h' 4?,„Il'rr I II 2 11 ?? Ir LI? aP a ell .FY 6R C, ?y 1 ?? D 5 a r1J y ? °l kya ?1, ? ? C3 I I-,. (1 6 ` j k' y 1 , k1: ?5 y kl (D It r 1?1 I 1 III Attachment number 2 Dock Your Boat in • F Pull your boat into one of the new Downtown Clearwater Boat Slips and enjoy these great amenities: • Access to the newly renovated Cleveland Street • Parking District that includes shops, restaurants and • 129 to 140 recreational boat slips entertainment • Over 1,700 feet of overnight "side-tie" mooring • Floating concrete dock for visitors • 24-Hour Security • Over 800 feet of free "side-tie" mooring for • Restrooms and showers daytime visits and special events • Laundry facilities • Convenient access to Gulf of Mexico and • Electricity and cable hook-ups Clearwater Beach • Pump-out service - ? 'ate Clearwater Item # 6 Attachment number 3 Page 1 of 6 Do n o S i t Procedures 7ry 1. Purpose: To establish a process for the lottery drawing for downtown boat slips. Wet slips are at a premium in this area with approximately 119 slips available and over 500 persons expressing an interest in reserving a space. The slips will be delegated by a lottery drawing in March 2009. The following guidelines have been established to administer the lottery and establish a waiting list for the remaining interested boaters wishing to obtain a slip in the downtown area. These guidelines are necessary to provide objective equality and fairness to the lottery procedures. The registration form and fee to enter the lottery will provide sufficient information from the applicant to be entered into the lottery for a downtown boat slip and establish an order for the boaters wishing to remain on a wait list. 2. Procedure: a. Registration Process: i. A registration form will be mailed to all persons who entered complete information on the City of Clearwater's website expressing an interest in the downtown boat slips. ii. A registration form will be mailed out and must be completed and returned to the City of Clearwater with an interest free registration fee of $500.00 for those wishing to be entered into the lottery drawing. iii. All information on the form must be completed. iv. This registration form must be postmarked no later than January 31, 2009 to be entered into the lottery. v. The registration form will be reviewed by city staff to ensure all necessary information has been entered. vi. If the form is not complete, city staff will make an attempt to contact the registrant to complete the form. vii. A check for the $500.00 must be attached for entry into the drawing. viii. There is no limit to the number of entries for the lottery drawing, however, a registration form and $500.00 fee must be completed for each entry. ix. Registrants will be notified of location, date, and time of lottery at least two weeks prior to lottery drawing. x. If the registrant decides to take their name off the lottery drawing list, the fee will be refunded. This will apply until final notice of the drawing has been made or two weeks prior to the lottery drawing. A. This registration form and fee is non-transferable. The person applying for the slip will not be allowed to transfer the registration for the lottery to anyone else. b. Lottery Process: i. Registrant or designated agent (representative) MUST be present for lottery drawing. ii. The registrant must be 18 years of age or older. iii. The registration list will be divided into two lists: a. Residents of Clearwater (domiciled in Clearwater) 1. Either of the following two criteria will be used to determine if a Lottery applicant is a legal resident (domiciliary) of Clearwater: S:Downtown Boatslips: Slip Rental Wait List new boat slips a1bevsedit Item #f Attachment number 3 Page 2 of 6 i. Th d h? the plic n has claimed his/her se d x p' ii. he applican ;is a tenant, ave him er present a copy of their most recent lease agreement. b. Non-residents of Clearwater The lists will then be alphabetized and assigned a registration number. The city internal auditor will be providing the random number generation to be used at the time of the lottery. This random sequence will be applied to the qualified registrants as the actual drawing sequence. First number drawn gets to make the first choice of slips, second drawn, second choice of slips, and so on down the list until all slips are filled or all registrants have been drawn. c. Assignment of slips: i. The registrant will be able to pick a slip according to the size dimensions indicated on the registration form. ii. The registrant will not be allowed to choose from slip sizes not indicated on the registration form. iii. The boat must fit within the slip dimensions. The length of the boat overall will include the bow pulpit to the end of the swim platform if applicable. The beam of the boat will be measured from the widest point of the boat. The draft of the vessel is measured from the waterline to the deepest point of the vessel below the surface. iv. If the registrant refuses a slip size that has been indicated on the registration form, the fee will be forfeited and is non-refundable. v. You or your representative must be present to be eligible for a slip. If you are not present at the lottery drawing the $500.00 fee is forfeited and non- refundable. vi. The registration fee of $500.00 will be applied towards the first month's rent. The remaining portion of the first and last months rent will be due upon selection of a slip. vii. If all slips have been selected or there is not a slip available that you have indicated on the registration form, you will have two options: c. a full refund of your $500.00 d. or the opportunity to be put on a wait list for a $100.00 non- refundable fee and receive a $400.00 refund. viii. The wait list will be established by the order of the lottery drawing. The drawing will pull ALL registrants numbers and that will be the order of the wait list for the downtown boat slips. ix. A vessel must be placed in the slip within 60-days of assignment (after construction completion) with a one time 60-day extension available with a written request. x. The vessel in the slip must be owned/registered to the registered applicant. A. The slip reverts to the city upon sale of the vessel and all other terms of the city dock permit apply. S:Downtown Boatslips: Slip Rental Wait List new boat slips albevsedit Item # f Attachment number 3 Page 3 of 6 xii. All rules a d pol ci t t pplh cur wai I st will be in place for the downtown I it 11 t. o t se rules a e enclosed. b' w ALL REGISTRATIONS WILL BE MAILED TO THE CITY OF CLEARWATER MARINE & AVIATION DEPARTMENT. IT IS THE RESPONSIBILITY OF THE REGISTRANT TO MAINTAIN CORRECT CONTACT INFORMATION WITH THE MARINA OFFICE. Marine & Aviation Department 25 Causeway Blvd. Clearwater, FL 33767 Phone: 727-462-6954 Fax: 727-462-6957 The attached registration form must be completed and returned to the Marina Office prior to January 31, 2009. Waiver: I certify that I have read the rules and procedures outlined above regarding the boat slip lottery. I understand that I or my named representative must be present to obtain a boat slip if drawn, and that the $500.00 fee is forfeited if I or my representative are not present or I decline a slip with the appropriate dimensions for the boat indicated on the application form. Name: Signature Date: Name: Printed S:Downtown Boatslips: Slip Rental Wait List new boat slips albevsedit Item #,f Attachment number 3 Page 4 of 6 E RSummary of Slip Sizes Available Slip Size Length x width Total 55x20 4 55x19.5 1 50x22.6 2 50x20.6 1 50x19.1 2 50x19.5 7 50x19 14 50x18.5 8 50x18 24 45x17.8 16 40x17 21 40x16.6 2 39x17 2 30x12 15 Slip rent will be calculated by the length of the slip. Length of slip Rent 30 ft $465.00 40 ft $620.00 45 ft $697.00 50 ft $775.00 55 ft $852.50 S:Downtown Boatslips: Slip Rental Wait List new boat slips albevsedit Item #46 Attachment number 3 Page 5 of 6 FAgra I b? D'M?isi n cati Tn North Basin S th Basin Dimensions Dimensions Dimensions Slip# L'xW'xD' Slip# L'xW'xD' Slip# L'xW'xD' NA1 50 X 20.6 X ? SA44 50 X 19.1 X ? SB89 40 X 17 X ? NA2 50 X 18 X ? SA45 50 X 19.1 X ? SB90 40 X 17 X ? NA3 50X18X? SA46 50X18.5X? SB91 40X17X? NA4 50X18X? SA47 50X18.5X? SB92 40X17X? NA5 50X18X? SA48 50X18.5X? SB93 40X17X? NA6 50X18X? SA49 50X18.5X? SB94 40X17X? NA7 50X18X? SA50 50X18.5X? SB95 40X17X? NA8 50X18X? SA51 50X18.5X? SB96 40X17X? NA9 50X18X? SA52 50X18.5X? SB97 40X17X? NA10 50X18 X? SA53 50X18.5 X? SB98 40X16.6 X? NA11 50X18 X? SA54 50X19.5 X? SB99 40X16.6 X? NA12 50X18 X? SA55 50X19.5 X? SC100 45X17 X? NA13 50X18 X? SA56 50X19.5 X? SC101 45X17 X? NA14 50X18 X? SA57 50X19.5 X? SC102 45X17 X? NA15 50X18 X? SA58 50X19.5 X? SC103 45X17 X? NA16 50X18 X? SA59 50X19.5 X? SC104 45X17 X? NA17 50 X 18 X ? SA60 50 X 19.5 X ? SC105 45 X 17 X ? NA18 50X18 X? SA61 55X20 X? SC106 45X17X? NA19 50 X 18 X ? SA62 55 X 20 X ? SC107 45 X 17 X ? NA20 50 X 18 X ? SA63 55 X 20 X ? SC108 45 X 17 X ? NA21 50X18 X? SA64 55X20 X? SC109 45X17X? NA22 50X18 X? SA65 55X19.5 X? SC110 45X17 X? NA23 50X18 X? SB66 50X19 X? SC111 45X17X? NA24 50X18 X? SB67 50X19 X? SC112 45X17X? NA25 50X18 X? SB68 50X19 X? SC113 45X17X? SB69 50X19 X? SC114 45X17.8 X? - T' - SB70 50X19 X? SC115 45X17.8 X? NON R 40X17 SB71 50X19 X? SC116 30X12 X? NIR27 A 40 X 17 SB72 50 X 19 X ? SC117 30 X 12 X ? NIR22 N 40X17 SB73 50X19 X? SC118 30X12 X? NIR29 S 40X17 SB74 50X19 X? SC119 30X12 X? NIR30 1 40 X 17 SB75 50 X 19 X ? SC120 30 X 12 X ? NIR31 E 40X17 SB76 50X19 X? SC121 30X12 X? NIR32 N 40 X 17 SB77 50 X 19 X ? SC122 30 X 12 X ? NIR33 T 40 X 17 SB78 50 X 19 X ? SC123 30 X 12 X ? NBU 45X17 SB79 50X19 X? SC124 30X12 X? h I R 3 5 S 45 X 17 SB80 50 X 22.6 X ? SC125 30 X 12 X ? NON L 45j X 17 SB81 50 X 22.6 X ? SC126 30 X 12 X ? NIR37 1 45 X 17 SB82 40 X 17 X ? SC127 30 X 12 X ? NIR32 P 45 X 17 SB83 40 X 17 X ? SC128 30 X 12 X ? - S - SB84 40 X 17 X ? SC129 30 X 12 X ? NM39 40X17X? SB85 40X17X? SC130 30X12X? NM40 40X17X? SB86 40X17X? SC131 39X17X? NM41 40X17X? SB87 40X17X? SC132 39X17X? NM42 40X17X? SB88 40X17X? NM43 40X17X? S:Downtown Boatslips: Slip Rental Wait List new boat slips albevsedit Item #& Attachment number 3 Page 6 of 6 Clearwat6r-Wunidpal'Marina S-ri"ait Lift Application (ALL information MUST BE COMPLETED) Name: Age: Birthdate: Last First MI (Month/Day/Year) City: Phone: Email: Mobile: State: Zip Code: City of Clearwater Resident: Yes No A Clearwater Resident is defined as one who resides within the city limits and claims a homestead exemption in the City of Clearwater, or resides within the city limits as a tenant of rental property and can provide proof of such rental. Proof of either are considered indicative of legal residence and such proof must be provided. Attach either a copy of your homestead exemption or a utility bill in your name for your residence. Agent or Representative Contact Information: Name: Age: Birthdate: Last First MI (Month/Day/Year) City: State: Zip Code: Phone: Mobile: Email: Boat Info: Type of Boat: Power Sail Boat Size: Length Beam Draft Of available slip dimensions, what is your primary preference: Of available slip dimensions, what is your secondary preference: What is the maximum size of slip you will take: What is the minimum size slip you will take: I certify that I have read the rules and procedures regarding the boat slip lottery, understand that I or my representative listed above must be present to obtain a boat slipif drawn, and that the $500 fee is forfeited if I am not present or decline a boat slip if drawn. SIGNATURE: Date: YOU or YOUR DESIGNATED REPRESENTATIVE MUST BE PRESENT TO ACCEPT SLIP Submit application and check for $500.00 per applicant to: City of Clearwater Marine & Aviation Dept Call 727-462-6954 if you have any questions. 25 Causeway Blvd. Clearwater, FL 33767 S:Downtown Boatslips: Slip Rental Wait List new boat slips albevsedit Item #?i Meeting Date:8/18/2008 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Declare as surplus Pasco County real property identified as Parcel 32-25-16-0040-00000-0040 and authorize advertising said property for bid pursuant to Invitation For Bid 34-08 in the minimum amount of $650,000 net, less costs of recording corrective instruments, if any, adopt Resolution 08-18 and authorize appropriate officials to execute same. SUMMARY: The Clearwater Gas System ("CGS") purchased the subject property addressed at 7240 U. S. Highway 19, New Port Richey, Florida on September 22, 1995, for $275,000 to establish a Service Center (the "Center") in western Pasco County. CGS closed the Center on May 29, 2008 to reduce duplication of personnel and save approximately $208,000 in annual expenses, as the CGS service area has shifted easterly with more of its growth occurring in the Land O' Lakes area of central Pasco. The Center was purchased with proceeds from sale of Gas System Revenue Bonds Series 1996A. The Bond Covenant requires the City obtain an opinion from a Consulting Engineer that disposal of certain CGS property is in the best interest of the CGS prior to declaring the property surplus and offering it for sale. In a Certificate dated July 16, 2008, Black & Veatch Corporation, the CGS Consulting Engineer, certified the disposal of the subject property is in the beneficial interest of CGS and within the terms of the Bond Covenant. The Bond Covenant further requires the City Manager or other duly authorized officer in charge make a written finding that such property comprising a part of the CGS is no longer necessary, useful, or profitable in the operation thereof. Chuck Warrington, Managing Director of CGS made such written determination on July 17, 2007, in form approved by the City Manager. In further compliance with Section 5.01(d)(5) of the City Charter two current appraisals were obtained to value CGS's fee interest in the property. An appraisal performed by Colliers Arnold Valuation Services dated June 5, 2008 valued the property at $650,000. A second appraisal performed by James M. Millspaugh, MAI, on June 26, 2008 valued the property at $435,000. The Colliers Arnold appraisal is deemed to be more representative of the current market based on use of more current sales data. Invitation For Bid 34-08 has been prepared establishing the minimum bid amount of $650,000 net, less costs of recording corrective instruments, if any as determined above. Pending receipt of the most responsive bid complying with requirements of the declaration of surplus, and upon development and closing of a Sale and Purchase Agreement acceptable to Council, all sale proceeds of the subject CGS property will be deposited into a debt service account used only for the purpose of retiring the Series 1996A Bonds that funded the original purchase. Review 1) Public Works Administration 2) Financial Services 3) Legal 4) Clerk 5) Assistant City Manager ED 6) Clerk 7) City Approval: Manager 8) Clerk Cover Memo Item # 7 Attachment number 1 Page 1 of 2 RESOLUTION 08 -18 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA ("CITY"), FINDING THAT PASCO COUNTY REAL PROPERTY, TAX I.D. NO 32-25-16-0040-00000-0040, COMPRISING A PART OF THE CLEARWATER GAS SYSTEM ("SYSTEM"), IS NO LONGER NECESSARY, USEFUL AND PROFITABLE IN THE CLEARWATER GAS SYSTEM OPERATION, FINDING THAT IT IS IN THE BEST INTERESTS OF THE SYSTEM THAT SUCH PROPERTY BE DISPOSED OF, DECLARE SAID PROPERTY AS SURPLUS FOR THE PURPOSE OF ADVERTISING FOR BID IN THE MINIMUM AMOUNT OF $650,000 NET, LESS COSTS OF RECORDING CORRECTIVE INSTRUMENTS, IF ANY PER BID NUMBER 34-08; PROVIDING AN EFFECTIVE DATE. WHEREAS, the City Manager has made a written determination that the herein described real property, comprising a part of the System, is no longer necessary, useful or profitable in the operation thereof; and, WHEREAS, Black & Veatch Corporation, Consulting Engineer for the System has made a finding that it is in the best interests of the System that such property be disposed of; and, WHEREAS, the System has obtained through Colliers Arnold Valuation Services, Inc. a current fair market valuation of the City's fee simple interest in said property of $650,000 as of June 5, 2008; and, WHEREAS, Section 5.01(d)(5) of the City Charter requires that said property be declared surplus and no longer needed for municipal use, and that upon being declared surplus said real property shall be sold to the party submitting the highest competitive bid above the appraised value whose bid meets the terms set by Council; and, WHEREAS, Invitation For Bid No. 34-08 has been prepared to Advertise For Bid on said property in the minimum amount of $650,000 net, less costs of recording corrective instruments, if any; and, WHEREAS, the findings of the City Manger and the Consulting Engineer and the valuation determination by Colliers Arnold Valuation Services, Inc. with respect to said property, all having been duly considered; Item # 7 Attachment number 1 Page 2 of 2 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. That Council does hereby approve and concur in the findings of its City Manager that the subject property is no longer necessary, useful or profitable in the operation of the System. Section 2. That Council does hereby approve and concur in the findings of Black & Veatch Corporation, Consulting Engineer, that it is in the best interest of the System that such property be disposed of. Section 3. That Council does hereby declare the subject property as surplus and no longer needed for municipal use, and hereby authorizes it be advertised for bid in accordance with Invitation For Bid 34-08 in accordance with provisions of Section 5.01(d)(5) of the City Charter. Section 6. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this day of , 2008. Frank V. Hibbard, Mayor Approved as to form: Laura Lipowski, Asst. City Attorney Attest: Cynthia E. Goudeau, City Clerk 2 Item # 7 M dauneiu IIUHIG Page 1 & 1 ® l& I ? n l?r .? _ F do :I111Y IQAM NO CI n 44 a, : 11:1. o m 1"t=l?rr,_ ins- 1'In;?l;1r City II ? r L 400 O n& i' CleaiI vLjIcIr ; l,)ricia 3375- Re: Cerlificllle of (lie Consulting 1 rl? Ill I Dew NO W11rr111gwn: 11 A_ rdance vvhh ai Q 11 1 C uil -'ll[lHad ''N, I R?1 x.11 Cry'' Jje o the ,I; ill " PVI ?I?I jn 1,1 I lll n' I I IIl. City pf C 1;.1n" Lk I h1 On W ?_ il° I ;r:L III 11:11.` j INJI ,j A I,h,CI ` In' I ? [o ? IT`, 1 iC'?11.111.?1 In i+, v, L :]I[ I[,IIll, III lll.' ;lIlI11l d[ n[ I1'?' r _d )I jl,ld[ „';ll 1 JIN-` 1` In IP 1?' l IIIII:Ll' -.1 ?d L]1 1 'lIV_ 1hc E'111 1` 111,1 I?I111- di- (i'. 1l e1 ,j,C1ny I ?11,,,' l I?i?'?'[1 lPI nj? ? ;NI I a I?Iph ..1l 1`1 ????o ? HI R K Wo, 1 I u Pon in ,III e?-?l p ? I 1id 'i i_l % lJ-, 1 ??1-£1 Lll'll :., .111 _? J.'. 1l'Il` C1'?Il`•. 1.1 ; i11._ E'll' I11 r 5, 111` [ Is I;1'i ON l'•, G n1111: _i LI. Thp 11y+ Jli j`':CiM111_A NO K 1[Il Kw 711 i-S ' dw l€n i l prr l _Yqo 11u I < <A is a "5111 cr }?_ `:;; If1C .'l nlf;ll 1h, wn Th'' C;u-slEllnn J `E i1n }7lia, J1,IJ?n7 1'. ;J l1 Ii'iJNnII r.11 I-'. 1.11E ':5171.1 J1 OI`,`- 1 t lrr,°1)3r1_y n ??r?-E nl tsp" l;Ie?n? 11i IC'r1 Pied, o hehlf o It j; i, Vv L,[li IL C'P.I1iZ ' aIwn as C(}ll`;1 11111 , FI1;lttl P! h, I_hV l&' A lKIt c1n,1; , l7 :'1111 ?I. jeel pirperty is in t111 1, It 110 h1l irll; r.?a ''I 'the ypi-l, 1W 1 `rllfl o is braes on 1771`[krn 111. 11 pr:iN 00 IT The (It4 and , ells wd 11dwWr in W7,j),nd,I i 1)&l ?I M117.17 the ternis of the 4.3oNd ( I ? l_nn,)Ill„ 'he`re tr-,I. y771rs FATCH Ci,.),°H i"l 1E )N w"4 T1t1, loll . ?. ;11 ? '111d., Item # 7 I 1 I ! ld, c 11 ,1,1111 11401 Lam.a?a'.A%(111,W, [ V l-hlrl1 RII . 1L'' i,1 1 USA 1'c : b 1 i. ?113, "?i„I le,_.i v,,..;,....m - em l?d.T, -1 IV! ,(_j To. William B. Horne II, City •I? ri-gur -ffi w Chuck ` .'. i r i <gton, Managing Director July 17, nag 3 Surplus Pasco Fr , r Tt" •: U iter , to sell it.: i;r l i•. f loo t 7302 C. l li_ ti ,, y 1ri, I' Puff l\''ir;l r Clearwater Gas, . its Fusco Service Cen' crn ii.k ,,, _'11i ii order to save .;,:-;1roxirmately $21"1<1,,10i" arinu i 1,ve a I; i ffect ?r. i?r ,l>iiir ?s ?ilie Cleai -- i _m. We r Imi;- tl J, (I ..?-louse iz s agar om l :. .., ow utrliz€ng m which -ally. T,i I ersonn ira Pinellas w. c tf ;'I 'rrom th ,i .'l . ,icehouse a- , can also p materials for th. ;e living in Masco. Cper ar_;, i,i,i] not be impaired while con ii r ing to perform at; iit lesser cost. The e( nomic! vigilant on g iew of casts were the key factors in the decision making pr c. closincl th( i Service r Closing the Service Center reduced :iijplication of pr. ii )i i nd costs. . € ° ; i i c_sn { IBy, t ur i vic i a area has shifted more to the ? . i U1 ri i ? of our grr : I occurring in cerrtral isco (thz-, L 6' L. Ices area), which is yet another' considt i,fir. ,i fui closing thi pit: In i,.Ali ?UQe City Charter, I,ii-,n l ,,ijuirements, and bond tax lawn w; have deterraii :d that th. l_rnperty r,' 'ric, r rr??r nncessary, r.i f:d, nr profit,,3'J k on the -p' -- ? cf t. .. C Y ?i .pack ,r r?,f?; ,rationr ni- Engine _? ? ??rjr° farm, 'fr d di :iil.,li .., :?roperty is in he interest of r.hu - ,>ystem. 7,vo real h, "ain n ;,i i?,ardance with City _m_ one ,olliers Arr_,'d Vl-iliwi?inii Inc. i i,' 'l,0,00 and a se^mll r J. it ern Jam, ?? Ii`-; ;Il, I`,I '0I ri fi?•:. IT i iu,?li ?? +f ) h d both amf Li I i,. ,L i'.'rr 1",_1 to i-: . I'I,;; jji rr. - 'i of tlae market and are t min g a Council _ ion to go to bi ! i:,i the pa.,o; arty ba: Iona minimum $650,000 sales price. Proceeds from the sale of this property II bed into a debt service. count used, only for the purpose of retiring the bonds, whi& F -_ origin,l purchase. This i ?c{r:ir,; neat in order for the City to keep its tax-exempt status of the li ig bond issue. Recommende& l F 1n;, j i i Die r for & x ,,utive Officer SW/rb pl, rnve& ti.+i a ?E , II i r Item # 7 Attachment number 4 Page 1 of 12 Clearwater SUBJECT: PROPERTY: ISSUE DATE: MAIL BID TO: DELIVER BID TO: BID MUST BE RECEIVED NOT LATER THAN: INVITATION FOR BID 34-08 SALE OF SURPLUS PROPERTY 1.005-ACRE COMMERCIAL PARCEL & 3432 S. F. OFFICE/ WAREHOUSE AUGUST 25, 2008 CITY OF CLEARWATER PURCHASING DIVISION P. O. BOX 4748 CLEARWATER, FL. 33758-4748 CITY OF CLEARWATER PURCHASING DIVISION 100 SOUTH MYRTLE AVENUE CLEARWATER, FL. 33756 THURSDAY SEPTEMBER 18, 2008 - 10:00 A.M. THURSDAY BID OPENING: NOTE: SEPTEMBER 18, 2008 - 11:00 A.M. BID MAY NOT BE WITHDRAWN WITHIN 60 DAYS AFTER SUCH TIME AND DATE. Item #17 Attachment number 4 Page 2 of 12 CLEARWATER GAS SYSTEM SERVICE CENTER 7240 US HIGHWAY 19 NEW PORT RICHEY, FLORIDA DATE OF PHOTOGRAPHS: JUNE 26, 2008 P+ ? tlb t? t A7 FRONT VIEW FROM US HIGHWAY 19 r > y "?,?.? ?a? 5, F M y SIDE/BACK VIEW FROM COURT DRIVE Item #2T Attachment number 4 Page 3 of 12 CLEARWATER GAS SYSTEM SERVICE CENTER 7240 US HIGHWAY 19 NEW PORT RICHEY, FLORIDA DATE OF PHOTOGRAPHS: JUNE 26, 2008 I a US HIGHWAY 19 STREET SCENE LOOKING NORTH. SUBJECT ON RIGHT COURT DRIVE STREET SCENE LOOKING NORTH. SUBJECT ON LEFT Item #3T Attachment number 4 Page 4 of 12 INVITATION FOR BID 34-08: INFORMATION PACKAGE THE INFORMATION CONTAINED HEREIN IS PROVIDED TO PROSPECTIVE BIDDERS OF SURPLUS REAL PROPERTY OFFERED FOR SALE BY THE CITY OF CLEARWATER, FLORIDA (HEREIN, "CITY'), LEGALLY DESCRIBED AS: JASMIN COURT, Plat Book 6, Page 51, Lots 4, 5, 6 & also a portion of Lots 7, 12, 13, 14, 15, 16 and 17, Block C, being further described as follows: Commence at the NE corner of said Lot 4 for a POINT OF BEGINNING; thence along the West R/W line of Court Drive S00°39'W, 212.25 feet; thence S88°20'48"W, 106.02 feet; thence S02°31'28"W, 42.00 feet; thence N88°41'28"W, 80.00 feet to the East R/W line of SR No. 44 (US Hwy 19); thence along said East R/W line N00°20'W, 256.66 feet; thence N89°3222"E, 107.89 feet to the East boundary line of Lot 17; thence along the East boundary line S00°07'45"E, 2.37 feet to the NW corner of said Lot 4; thence N89°47'40"E, 80.00 feet to the POINT OF BEGINNING. (Per O.R. Book 3478, Page 1702, Public Records of Pasco County, Florida) SITE ANALYSIS PLOT SIZE: 1.005 Acres, (MOL) IMPROVEMENTS: PROPERTY IS IMPROVED WITH A 3,452 SQUARE FOOT STEEL FRAME OFFICE/WAREHOUSE BUILT IN 1974; DEMISED INTO 17720 S. F. OF UNFINISHED SHOP SPACE, 1,232 S. F. AS SHOWROOM/OFFICE AND AN APPROXIMATE 500 S.F. MEZZANINE WITH LOW CEILING HEIGHT. TOPOGRAPHY: PROPERTY IS MOSTLY PAVED, LEVEL AND ABOVE ROAD GRADE ZONING: THE PARCEL IS LOCATED IN CITY OF NEW PORT RICHEY, FLORIDA, ZONING DISTRICT HC (HIGHWAY COMMERCIAL) WITH COMPATIBLE LAND USE DESIGNATION UTILITIES: ALL NECESSARY UTILITIES AND GOVERNMENT SERVICES ARE AVAILABLE TO SUPPORT THE EXISTING SITE AND SITE IMPROVEMENTS FLOOD MAP: PARCEL LOCATED IN FLOOD ZONE A-13, FLOOD HAZARD AREA, FLOOD MAP COMMUNITY PANEL NUMBER #1202320001 D, MAP REVISED 7/5/1983 MILLAGE DISTRICT, TAX AREA 60NP/ 21.1452 MILLS. UNDER PRIVATE MILLAGE RATE, TAXABLE OWNERSHIP 2008 GROSS TAXES WOULD BE 2008 GROSS TAXES: $8,594 ON ASSESSED VALUATION OF $381,082. Item #4T Attachment number 4 Page 5 of 12 MINIMUM BID AMOUNT: $650,000 - NET, LESS COSTS OF RECORDING CORRECTIVE INSTRUMENTS, IF ANY RIGHTS RESERVED: THE CITY OF CLEARWATER RESERVES THE RIGHT TO REJECT ALL BIDS. CONTRACT FORM: CONTRACT FOR SALE OF REAL PROPERTY BY THE CITY OF CLEARWATER, FLORIDA (SEE "***DRAFT ONLY***" ATTACHED) OTHER EXHIBITS PROPERTY PHOTOGRAPHS, BID RESPONSE FORM FOR FURTHER INFORMATION CONTACT: EARL BARRETT, REAL ESTATE SERVICES MGR. CLEARWATER MUNICIPAL SERVICES BUILDING 100 SOUTH MYRTLE AVENUE, SUITE 220 CLEARWATER, FLORIDA 33756 PHONE/FAX: (727) 562-4754 (727) 562-4755 *DISCLAIMER* ALL INFORMATION CONTAINED HEREIN HAS BEEN OBTAINED FROM SOURCES DEEMED RELIABLE. NONE OF THE INFORMATION, HOWEVER, IS WARRANTED BY THE CITY OF CLEARWATER, ITS EMPLOYEES, AGENTS, CONTRACTORS, OR ANYONE ACTING BY, FOR OR ON BEHALF OF THE CITY OF CLEARWATER. ANY BIDDER WHO SUBMITS A BID TO THE CITY OF CLEARWATER PURCHASING DEPARTMENT PURSUANT TO INFORMATION, TERMS, CONDITIONS AND RESERVATIONS CONTAINED HEREIN, SHALL BE DEEMED TO HAVE INDEPENDENTLY VERIFIED TO HIS OR HER SATISFACTION ALL INFORMATION UPON WHICH THE BIDDER IS RELYING IN MAKING SUCH SUBMITTAL. A BID SUBMITTAL IN NO WAY OBLIGATES THE CITY OF CLEARWATER TO ACCEPT SUCH BID, NOR DOES SUCH BID SUBMITTAL REPRESENT ANY OBLIGATION ON THE PART OF THE CITY TO ENTER INTO A PURCHASE & SALE CONTRACT WITH ANY BIDDER EXCEPT AS DETERMINED SOLELY BY THE CITY. ANY PURCHASE & SALE CONTRACT DEVELOPED BY MUTUAL AGREEMENT BETWEEN A SUCCESSFUL BIDDER AND THE CITY, THROUGH THE CITY'S EMPLOYEES, AGENTS, CONTRACTORS OR DESIGNEES, SHALL HAVE NO LEGAL VALIDITY UNTIL SUCH TIME AS IT HAS BEEN APPROVED AND ACCEPTED BY THE CLEARWATER CITY COMMISSION IN A REGULARLY SCHEDULED PUBLIC MEETING AND EXECUTED BY DULY AUTHORIZED CITY OFFICIALS. Item #57 Attachment number 4 Page 6 of 12 ***DRAFT ONLY*** CONTRACT FOR SALE OF REAL PROPERTY BY THE CITY OF CLEARWATER, FLORIDA PARTIES: The CITY OF CLEARWATER, FLORIDA, a Municipal Corporation of the State of Florida (herein "Seller' or "City"), P. O. Box 4748, Clearwater, Florida 33758-4748, ATTENTION: City Manager, Phone: (727) 562-4050, and (herein "Buyer"), of Florida , Phone: U (collectively "Parties"), hereby agree that the Seller shall sell and Buyer shall buy the following real property ("Real Property") and personal property ("Personalty") (collectively "Property") upon the following terms and conditions. THE "EFFECTIVE DATE" OF THIS CONTRACT IS THE DATE OF EXECUTION BY DULY AUTHORIZED CITY OFFICIALS. TIME IS OF THE ESSENCE IN THIS CONTRACT. Time periods of 5 days or less shall be computed without including Saturday, Sunday, or national legal holidays and any time period ending on a Saturday, Sunday or national legal holiday shall be extended until 5:00 P.M. of the next business day. 1. PROPERTY DESCRIPTION JASMIN COURT, Plat Book 6, Page 51, Lots 4, 5, 6 & also a portion of Lots 7, 12, 13, 14, 15, 16 and 17, Block C, being further described as follows: Commence at the NE corner of said Lot 4 for a POINT OF BEGINNING; thence along the West R/W line of Court Drive SO0°39W, 212.25 feet; thence S88°20'48"W, 106.02 feet; thence S02°31'28"W, 42.00 feet; thence N88°41'28"W, 80.00 feet to the East R/W line of SR No. 44 (US Hwy 19); thence along said East R/W line N00°20'W, 256.66 feet; thence N89°3222"E, 107.89 feet to the East boundary line of Lot 17; thence along the East boundary line S00°0745"E, 2.37 feet to the NW corner of said Lot 4; thence N89°47'40"E, 80.00 feet to the POINT OF BEGINNING. (Per O.R. Book 3478, Page 1702, Public Records of Pasco County, Florida STREET ADDRESS (City/State/Zip): 7240 US Highway 19, New Port Richey, Florida 34652 PERSONALTY: None to be conveyed 2. FULL PURCHASE PRICE .............................................................................$ 3. MANNER OF PAYMENT Total amount to be paid at closing in U.S. funds, cash, certified or cashier's check, subject to adjustments and prorations ....................................$ 4. TIME FOR ACCEPTANCE Following execution of this contract by Buyer, the price, terms and conditions as contained herein shall remain unchanged and be held unconditionally open for a period of 45 days following delivery in duplicate original to Earl Barrett, Real Estate Services Manager of the City of Clearwater for acceptance and approval, or rejection by action of the Clearwater City Council ("Council"). If this agreement is accepted and approved by the Council, it will be executed by duly authorized City officials and delivered to Buyer within 15 days thereafter. If the Council upon initial presentation rejects this contract, this contract shall be null and void in all respects and Buyer shall be so informed in writing within 5 days of such action. Item #67 Attachment number 4 Page 7 of 12 5. TITLE Seller shall convey marketable title to the Property by Special Warranty Deed, subject only to matters contained in Paragraph 6 and those otherwise accepted by Buyer. Otherwise title shall be free of liens, easements and encumbrances of record or known to Seller, but subject to property taxes for the year of closing, if any; covenants, restrictions and public utility easements of record; and no others; provided there exists at closing no violation of the foregoing and none of them prevents Buyer's intended use of the Property infill residential development. 6. TITLE EVIDENCE Buyer may, at Buyer expense and within 10 days prior to closing date obtain a title insurance commitment issued by a Florida licensed title insurer agreeing to liens, encumbrances, exceptions or qualifications set forth in this Contract, and those which shall be discharged by Seller at or before closing. Seller shall convey a marketable title subject only to liens, encumbrances, exceptions or qualifications set forth in this Contract. Marketable title shall be determined according to applicable Title Standards adopted by The Florida Bar and in accordance with law. Buyer shall have 5 days from receiving evidence of title to examine it. If title is found defective, Buyer shall, within 3 days thereafter, notify Seller in writing specifying defect(s). If the defect(s) render title unmarketable, Seller will have 120 days from receipt of notice within which to remove the defect(s), failing which Buyer shall have the option of either accepting the title as it then is or withdrawing from this Contract. Seller will, if title is found unmarketable, make diligent effort to correct defect(s) in title within the time provided therefore, including the bringing of necessary suits. 7. CERTAIN RIGHTS RESERVED As required by Section 270.11, Florida Statutes, the Seller reserves unto itself and its successors an undivided three-fourths (3/4) interest in, and title in and to an undivided three-fourths (3/4) interest in, all the phosphate, minerals, and metals that are or may be in, on or under the real property described herein, and an undivided one-half (1/2) interest in all the petroleum that is or may be in, on, or under said property with the privilege to mine and develop the same. If the real property being conveyed hereunder is less than 20 contiguous acres, is presently developed and/or there exists future development plans, and there is little likelihood of the presence of any of the minerals or petroleum contemplated by Section 270.11, Florida Statutes, in all such instances the City expressly releases the above described rights. Buyer petition for such release is evidenced by execution of this contract. 8. SURVEY Buyer, at Buyer's expense, within time allowed to deliver evidence of title and to examine same, may have Real Property surveyed and certified to the Buyer, Seller and closing agent by a registered Florida land surveyor. If survey shows any encroachment on Real Property, or that improvements located on Real Property encroach on setback lines, easements, lands of others, or violate any restrictions, contract covenants or applicable governmental regulation, the same shall constitute a title defect. NOTICE: Parcel is located within Special Flood Hazard Area "A-13", Community Flood Map Panel #1202320001D (07/05/1983) 9. CLOSING PLACE AND DATE Seller shall designate closing agent and this transaction shall be closed in the offices of the designated closing agent in Pinellas County, Florida, on or before 30 days following Effective Date, unless extended by other provisions of this contract. If either party is unable to comply with any provision of this contract within the time allowed, and be prepared to close as set forth above, after making all reasonable and diligent efforts to comply, then upon giving written notice to the other party, time of closing may be extended up to 45 days without effect upon any other term, covenant or condition contained in this contract. 10. CLOSING DOCUMENTS Seller shall furnish deed, bill of sale, mechanic's lien affidavit, assignments of leases, tenant and mortgage estoppel letters, and corrective instruments as applicable to this transaction. Buyer shall furnish closing statement. Item #77 Attachment number 4 Page 8 of 12 11. CLOSING EXPENSES Recordation of the deed and Documentary stamps on the deed, unless this transaction is exempt under Chapter 201.24, Florida Statutes, shall be paid by the Buyer. Seller shall pay the costs of recording any corrective instruments. 12. PRORATIONS; CREDITS If there should exist any taxes, assessments, rent and other revenue specific to the Property, all of such expenses and revenue shall be prorated through the day before closing. If the amount of taxes and assessments for the current year cannot be ascertained, rates for the previous year shall be used with due allowance being made for improvements and exemptions. Any deposits held by Seller in trust for third parties in occupancy of the Property shall be credited to Buyer at time of closing. Assessments for any improvements that are substantially complete at time of closing shall be paid in full by Seller. 13. PROPERTY CONDITION Seller shall deliver the Property to Buyer at time of closing in its present "as is" condition, ordinary wear and tear excepted, and shall maintain the landscaping and grounds in a comparable condition. Seller makes no warranties other than as disclosed herein and marketability of title. Buyer's covenant to purchase the Property "as is" is more specifically represented in either subparagraph a. or b. as marked [X]. a. [ ] As Is: Buyer has inspected the Property or waives any right to inspect and accepts the Property in its present "as is" condition. [X] As Is With Right of Inspection: Buyer may, at Buyer expense and within 28 days from Effective Date ("Inspection Period"), conduct inspections, tests, environmental and any other investigations of the Property Buyer deems necessary to determine suitability for Buyer's intended use. Seller shall grant reasonable access to the Property to Buyer, its agents, contractors and assigns for the purposes of conducting the inspections provided, however, that all such persons enter the Property and conduct the inspections and investigations at their own risk. Seller will, upon reasonable notice, provide utilities services as may be required for Buyer's inspections and investigations. Buyer shall not engage in any activity that could result in a mechanics lien being filed against the Property without Seller's prior written consent. Buyer may terminate this contract by written notice to Seller prior to expiration of the Inspection Period if the inspections and/or investigations reveal conditions that are reasonably unsatisfactory to Buyer, unless Seller elects to repair of otherwise remedy such conditions to Buyer satisfaction. If this transaction does not close, Buyer agrees, at Buyer expense, to repair all damages to the Property resulting from the inspections and investigations and return the Property to its present condition. 14. SELLER HELD HARMLESS Buyer agrees to indemnify and hold harmless the Seller without limitation from any losses, damages, costs, including attorney's fees, claims of injury to or death of any person(s), any damage to property of Buyer, or the Property, and from and against any and every liability to any person arising from Buyer conduct of inspections, investigations and any other work performed pursuant to Paragraphs 8 and 13 above. 15. RISK OF LOSS [WHEREAPPLICABLEI If the Property is damaged by fire or other casualty before closing and cost of restoration does not exceed 3% of the assessed valuation of the Property so damaged, cost of restoration shall be an obligation of the Seller and closing shall proceed pursuant to the terms of this contract with restoration costs escrowed at closing. If the cost of restoration exceeds 3% of the assessed valuation of the improvements so damaged, Buyer shall have the option of taking the Property "as is", together with either the 3% or any insurance proceeds payable by virtue of such loss or damage, or of canceling this contract. 16. PROCEEDS OF SALE; CLOSING PROCEDURE The deed shall be recorded upon clearance of funds. Proceeds of sale shall be held in escrow by Seller's attorney or by such other mutually acceptable escrow agent for a period of not longer than 5 days from and Item #87 Attachment number 4 Page 9 of 12 after closing, during which time evidence of title shall be continued at Buyer's expense to show title in Buyer, without any encumbrances or change which would render Seller's title unmarketable from the date of the last title evidence. If Seller's title is rendered unmarketable through no fault of the Buyer, Buyer shall, within the 5-day period, notify the Seller in writing of the defect and Seller shall have 30 days from the date of receipt of such notification to cure the defect. If Seller fails to timely cure the defect, all funds paid by or on behalf of the Buyer shall, upon written demand made by Buyer and within 5 days after demand, be returned to Buyer and simultaneously with such repayment, Buyer shall return Personalty and vacate Real Property and reconvey it to Seller by special warranty deed. If Buyer fails to make timely demand for refund, Buyer shall take title "as is", waiving all rights against Seller as to any intervening defect except as may be available to Buyer by virtue of warranties contained in the deed. The escrow and closing procedure required by this provision may be waived if title agent insures adverse matters pursuant to Section 627.7841, F.S. (1987), as amended. 17. DEFAULT If Buyer fails to perform this contract within the time specified (including payment of all deposit(s)), the deposit(s) paid by Buyer may be retained by or for the account of Seller as agreed upon liquidated damages, consideration for the execution of this contract and in full settlement of any claims; whereupon, Buyer and Seller shall be relieved of all obligations under this contract; or Seller, at Seller option, may proceed in equity to enforce Seller's rights under this contract. If, for any reason other than failure of Seller to make Seller's title marketable after diligent effort, Seller fails, neglects or refuses to perform this contract, the Buyer may seek specific performance or elect to receive the return of Buyer deposit(s) without thereby waiving any action for damages resulting from Seller's breach. 18. RADON GAS NOTIFICATION RADON GAS: Radon is a naturally occurring radioactive gas that, when it has accumulated in a building in sufficient quantities, may present health risks to persons who are exposed to it over time. Levels of radon that exceed federal and state guidelines have been found in buildings in Florida. Additional information regarding radon and radon testing may be obtained from your county public health unit. 19. CONTRACT NOT RECORDABLE; PERSONS BOUND Neither this contract nor any notice of it shall be recorded in any public records. This contract shall bind and inure to the benefit of the parties and their successors in interest. Whenever the context permits, singular shall include plural and one gender shall include all. 20. NOTICE All notices provided for herein shall be deemed to have been duly given if and when deposited in the United States Mail, properly stamped and addressed to the respective party to be notified, including the parties to this contact, the parties attorneys, escrow agent, inspectors, contractors and all others who will in any way act at the behest of the parties to satisfy all terms and conditions of this contract. 21. ASSIGNABILITY: PERSONS BOUND This contract is [ ] assignable [ ] not assignable. The terms "Buyer", "Seller", and "Broker' (if any) may be singular or plural. This Contract is binding upon Buyer, Seller, and their heirs, personal representatives, successors and assigns (if assignment is permitted). 22. ATTORNEY FEES: COSTS In any litigation arising out of this contract, the prevailing party shall be entitled to recover reasonable attorney's fees and costs. 23. NO BROKER Seller and Buyer represent and agree they have dealt with no Broker or finder in connection with the transactions contemplated hereby. Seller and Buyer further agree to indemnify the other from any damage, liability or expense either may suffer as a result of any claim of a Broker or finder with whom it is determined Item #97 Attachment number 4 Page 10 of 12 that the other party has dealt with in contravention of this agreement; except, however, that total City obligations under this provision shall be subject to the limits and restrictions of the Florida sovereign immunity statute, F.S. 768.28. 24. TYPEWRITTEN OR HANDWRITTEN PROVISIONS Typewritten or handwritten provisions shall control all printed provisions of contract in conflict with them. 25. EFFECT OF PARTIAL INVALIDITY The invalidity of any provision of this contract will not and shall not be deemed to affect the validity of any other provision. In the event that any provision of this contract is held to be invalid, the parties agree that the remaining provisions shall be deemed to be in full force and effect as if they had been executed by both parties subsequent to the expungement of the invalid provision. 26. GOVERNING LAW It is agreed by and between the parties hereto that this contract shall be governed by, construed, and enforced in accordance with the laws of the State of Florida. 27. COUNTERPARTS; FACSIMILE COPY This contract may be executed in two or more counterparts, each of which shall be deemed an original and all of which together shall constitute one instrument. A facsimile copy of this contract, including any addendum, attachments and any written modifications hereof, and any initials or signature thereon shall be deemed an original. 28. SPECIAL CLAUSES [ ] Not applicable, OR [ ] An Addendum containing special clauses that constitute agreements and covenants between the parties is attached to and an integral part of this contract and without further acknowledgment is confirmed and accepted by the parties. When any special clause in the Addendum is in conflict with any provision contained elsewhere in this contract, then the special clause shall govern. 29. MERGER BY DEED All covenants, warranties, and representations contained herein shall merge with the deed at time of closing. Upon delivery of deed by the City, and acceptance thereof by Buyer, the Buyer shall hold the City forever harmless thereafter. 30. ENTIRE AGREEMENT Upon execution by Seller and Buyer, this contract shall constitute the entire agreement between the parties, shall supersede any and all prior and contemporaneous written and oral promises, representations or condition in respect thereto. All prior negotiations, agreements, memoranda and writings shall be merged herein. Any changes to be made in this agreement shall only be valid when expressed in writing, acknowledged by the parties and incorporated herein or attached hereto. THIS IS INTENDED TO BE A LEGALLY BINDING CONTRACT. IF NOT FULLY UNDERSTOOD, SEEK THE ADVICE OF AN APPROPRIATE PROFESSIONAL FOR LEGAL, TAX, ENVIRONMENTAL AND OTHER SPECIALIZED ADVICE PRIOR TO SIGNING. BUYER: (Insert Name) Date: 12008. By: Print Name Title Item 407 Attachment number 4 Page 11 of 12 APPROVED AND ACCEPTED THIS day of 12008. Countersigned: CITY OF CLEARWATER, FLORIDA Frank V. Hibbard, Mayor Approved as to form: Laura Lipowski, Assistant City Attorney By: William B. Horne, II, City Manager ATTEST: Cynthia E. Goudeau, City Clerk Item 417 Attachment number 4 Page 12 of 12 BID RESPONSE FORM (34 - 08) ITEM NO. QUANTITY PROPERTY DESCRIPTION 1. ONE #32-25-16-0040-00000-0040 7240 US HIGHWAY 19 NEW PORT RICHEY, FLORIDA Lots 4-6 & part of Lots 7, 12-17; Block C, JASMIN COURT, per Plat Book 6, Page 51, Pasco County, Florida BID AMOUNT FOR QUESTIONS REGARDING THIS BID, CONTACT: EARL BARRETT - REAL ESTATE SERVICES MANAGER PHONE: (727) 562-4754 FAX: (727) 562-4755 F. O. B. CLEARWATER, FLORIDA BIDDER REPRESENTATION I represent that this bid is submitted in compliance with all terms, conditions, specifications and other bid criteria of the INVITATION FOR BID and that I am submitting this bid on my own behalf or am authorized by the prospective owners/principals to execute and submit this bid on behalf of the entities identified below: INDIVIDUAL OR BUSINESS NAME STREET ADDRESS CITY/STATE/ZIP PRINT/TYPE NAME OF AUTHORIZED REPRESENTATIVE (if applicable) DATE BID SUBMITTED FEDERAL IDENTIFICATION NO. (IF APPLICABLE) SIGNATURE OF AUTHORIZED REPRESENTATIVE (if applicable) TELEPHONE NUMBER SUBMITTAL INSTRUCTIONS 1. RETURN "BID RESPONSE FORM" ONLY. 2. ADDRESS TO PURCHASING DIVISION AS SHOWN ON BID COVER PAGE 3. IDENTIFY "RESPONSE: INVITATION FOR BID 34-08" ON ENVELOPE Item 427 Attachment number 5 Page 1 of 1 LOCATOR MAP CGS SERVICE CENTER - 7240 U. S. HWY. 19, NEW PORT RICHEY - f1al:_tt _Ir _ i' Ma,irl3 PaFnls Dr I'D b -: r crbar n Linilt Dr r.., C,l ai d 'rAve it k ?y? C# ?.u iii uFit, i,rst Ln , AYE: rilli!li+s; Ir _. 200 m 600 ft RY,,-- IS 1VyI:' f7 r?u L ? ? Yu D r r. i y??r.=iri R:C D-ii'm ual Kd c -? r F Y31_I. '. II Cu 1=rIl,nan A'd:_ P r>1ip Law ,.::i Ti,l r., Attachment number 6 Page 1 of 1 AERIAL LOCATOR MAP CGS SERVICE CENTER - 7240 U. S. HWY. 19, NEW PORT RICHEY L11?L C11L A UL LU NA VISTA DR "LU NA V I STA DR I ?s a _. r i r ? L TREVER CIR q? ?' ? ??rt l 5 a4fl`rLL_L' ? ,-- MADIA CT tI L' . ?- -, 7 ? ftllklgWAL. 1 ' Ll L IX Ll r r TREVER.C:IR JASMIN DR ' LIL14L1 n r ., ??1 t ?ltwtt wAw '04,, r ? I - . . a iii , 0 L1 r. 1 LL 1 . ? L i'a_ ; cl AVERY RD AVERY RD VERY RDl", Meeting Date:8/18/2008 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve a Utility Work By Highway Contractor Agreement (Lump Sum) with the State of Florida's Department of Transportation to install natural gas mains during improvement project, FPN: 256881-1-56-07/Pinellas County, SR55 (US 19) from North of Whitney to South of Seville, at an estimated cost of $70,576.00, adopt Resolution 08-19 and authorize the appropriate officials to execute same. SUMMARY: The Florida Department of Transportation (FDOT) has a project to widen/improve SR55 (US 19) from North of Whitney to South of Seville including roadway, sidewalk, other improvements, and utilities to include those existing Clearwater Gas facilities which conflict with the design. Under the Utility Work By Highway Contractor Agreement (UWHCA - Lump Sum), the State of Florida's Department of Transportation general contractor will perform the relocation of existing natural gas mains. Having the State of Florida's Department of Transportation general contractor install the natural gas mains allows for work to be done in a timely manner and releases Clearwater Gas System from penalty payments. Funding for this agreement is available in capital project 315-96377 - Pinellas New Mains and Service Lines. Type: Capital expenditure Current Year Budget?: Yes Budget Adjustment: None Budget Adjustment Comments: Current Year Cost: 70,576.00 Annual Operating Cost: 70,576.00 Not to Exceed: 70,576.00 Total Cost: 70,576.00 For Fiscal Year: 2007 to 2008 Appropriation Code Amount Appropriation Comment 315-96377 70,576.00 Pinellas New Mains & Service Lines Review Approval: 1) Office of Management and Budget 2) Legal 3) Clerk 4) Assistant City Manager ED 5) Clerk 6) City Manager 7) Clerk Cover Memo Item # 8 Attachment number 1 Page 1 of 1 RESOLUTION NO. 08-19 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA, APPROVING THE EXECUTION OF A UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT WITH THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION REGARDING RELOCATION OF NATURAL GAS MAINS FOR THE IMPROVEMENT PROJECT FOR STATE ROAD SR55 (US19) FROM NORTH OF WHITNEY TO SOUTH OF SEVILLE; PROVIDING AN EFFECTIVE DATE. WHEREAS, the State of Florida Department of Transportation (FDOT) has a project to widen/improve State Road 55 (US 19) from North of Whitney to South of Seville including roadway, sidewalk, other improvements and utilities to include those existing Clearwater Gas System facilities which conflict with the design; and WHEREAS, under the Utility Work By Highway Contractor Agreement, the FDOT's general contractor will perform the relocation of existing natural gas mains; and WHEREAS, having FDOT's general contractor relocate the natural gas mains allows for the work to be done in a timely manner and releases Clearwater Gas System from penalty payments; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The City Council hereby accepts and approves the Utility Work By Highway Contractor Agreement between the City and the State of Florida Department of Transportation, identified as Utility Work By Highway Contractor Agreement, Financial Project ID 256881-1-56-07, a copy of which is attached as Exhibit A. Section 2. The City Council hereby authorizes the Mayor and City Manager to sign the Utility Work By Highway Contractor Agreement described in this resolution and associated documents. Section 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this day of Approved as to form: Laura Lipowski Assistant City Attorney , 2008. Frank Hibbard Mayor Attest: Cynthia E. Goudeau City Clerk Resolution No. 0 6tSj # 8 Attachment number 2 Page 1 of 5 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No. 710-010-57 UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT UTILITIES (LUMP SUM) 10/04 Financial Project ID: 256881-1-56-07 Federal Project ID: N/A County: Pinellas State Road No.: 55 District Document No: Utility Agency/Owner (UAO): Clearwater Gas Systems, Inc. THIS AGREEMENT, entered into this day of year of , by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, hereinafter referred to as the "FDOT," and Clearwater Gas Systems, Inc., hereinafter referred to as the "UAO"; WITNESSETH: WHEREAS, the UAO owns certain utility facilities which are located on the public road or publicly owned rail corridor identified below, hereinafter referred to as the "Facilities" (said term shall be deemed to include utility facilities as the same may be relocated, adjusted, or placed out of service); and WHEREAS, the FDOT, is currently engaging in a project which involves constructing, reconstructing, or otherwise changing a public road and other improvements located on a public road or publicly owned rail corridor identified as US 19 from N. of Whitney Road to S. of Seville, State Road No. 55, hereinafter referred to as the "Project"; and WHEREAS, the Project requires minor modifications to the Facilities orthe FDOT's design more particularly described in Exhibit A attached hereto and by this reference made a part hereof, hereinafter referred to as "Utility Work," and full plans and technical specifications for the Utility Work are not required; and WHEREAS, the FDOT will perform the Utility Work as part of the Project; and WHEREAS, the UAO, pursuant to the terms and conditions hereof, will bear certain costs associated with the Utility Work; and WHEREAS, the FDOT and the UAO desire to enter into an agreement which establishes the terms and conditions applicable to the Utility Work; NOW, THEREFORE, in consideration of the premises and the mutual covenants contained herein, the FDOT and the UAO hereby agree as follows: Performance of Utility Work a. The FDOT will include the Utility Work in its plans and specifications for the Project and will include the Utility Work as part of the FDOT's construction of the Project. The preparation of the plans and specifications and the construction of the Project will be performed in such manner as the FDOT, in its discretion, deemed appropriate. b. All location, protection, relocation, adjustment, or removal of the UAO's Facilities which is not listed in Exhibit A shall be performed pursuant to a separate agreement. Cost of Utility Work a. The UAO will, at least fourteen (14) calendar days prior to the date on which the FDOT advertises the Project for bids, pay the FDOT the amount of $ 70,576 for the cost of the Utility Work. Said amount will be deposited into the State Transportation Trust Fund. b. The FDOT and the UAO acknowledge and agree that the amount stated above includes an additional ten percent (10%) to cover the UAO's obligation for the cost of the Utility Work as set forth in Section 337.403(1)(b), Florida Statutes. Page 1 of 6 Item # 8 Attachment number 2 Page 2 of 5 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No. 710-010-57 UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT UTILITIES (LUMP SUM) 10/04 C. Except for costs associated with any changes or additions to the Utility Work, the FDOT and the UAO agree that the deposit shall be an asset of the FDOT and that it constitutes a full and final lump sum payment for the cost of the Utility Work, without any requirement for a subsequent accounting for the use of the deposit. Pursuant to Section 337.403(1)(b), Florida Statutes, no changes or additions to the Utility Work will be made during the construction of the Project unless the UAO has made an additional deposit to cover the cost of the changes or additions. To the extent that the amount stated in Subparagraph 2.a. above exceeds the amount of the FDOT contractor's bid that applies to the Utility Work, such excess may be applied to cover the cost of the changes or additions. All changes or additions shall be subject to the limitations on supplemental agreements and change orders contained in Section 337.11(8), Florida Statutes. 3. Default a. In the event that the UAO breaches any provision of this Agreement, then in addition to any other remedies which are otherwise provided for in this Agreement, the FDOT may exercise one or more of the following options, provided that at no time shall the FDOT be entitled to receive double recovery of damages: (1) Terminate this Agreement if the breach is material and has not been cured within 60 days from written notice thereof from the FDOT. (2) Pursue a claim for damages suffered by the FDOT. (3) Suspend the issuance of further permits to the UAO for the placement of Facilities on FDOT property if the breach is material and has not been cured within 60 days from written notice thereof from FDOT until such time as the breach is cured. (4) Pursue any other remedies legally available. (5) Perform any work with its own forces or through contractors and seek repayment for the cost thereof under Section 337.403(3), Florida Statutes. b. In the event that the FDOT breaches any provision of this Agreement, then in addition to any other remedies which are otherwise provided for in the Agreement, the UAO may exercise one or more of the following options: (1) Terminate this Agreement if the breach is material and has not been cured within 60 days from written notice thereof from the UAO. (2) Pursue any other remedies legally available. C. Termination of this Agreement shall not relieve either party from any obligations it has pursuant to other agreements between the parties and from any statutory obligations that either party may have with regard to the subject matter hereof. 4. Indemnification FOR GOVERNMENT-OWNED UTILITIES: To the extent provided by law, the UAO shall indemnify, defend, and hold harmless the FDOT and all of its officers, agents, and employees from any claim, loss, damage, cost, charge, or expense arising out of any acts, action, error, neglect, or omission by the UAO, its agents, employees, or contractors during the performance of the Agreement, whether direct or indirect, and whether to any person or property to which FDOT or said parties Page 2 of 6 Item # 8 Attachment number 2 Page 3 of 5 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No. 710-010-57 UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT UTILITIES (LUMP SUM) 10/04 may be subject, except that neither the UAO, its agents, employees, or contractors will be liable under this section for damages arising out of the injury or damage to persons or property directly caused by or resulting from the negligence of the FDOT or any of its officers, agents, or employees during the performance of this Agreement. When the FDOT receives a notice of claim for damages that may have been caused by the UAO in the performance of services required under this Agreement, the FDOT will immediately forward the claim to the UAO. The UAO and the FDOT will evaluate the claim and report their findings to each otherwithin fourteen (14) working days and will jointly discuss options in defending the claim. After reviewing the claim, the FDOT will determine whether to require the participation of the UAO in the defense of the claim or to require the UAO to defend the FDOT in such claim as described in this section. The FDOT's failure to notify the UAO of a claim shall not release the UAO from any of the requirements of this section. The FDOT and the UAO will pay their own costs for the evaluation, settlement negotiations, and trial, if any. However, if only one party participates in the defense of the claim at trial, that party is responsible for all costs. FOR NON-GOVERNMENT-OWNED UTILITIES: The UAO shall indemnify, defend, and hold harmless the FDOT and all of its officers, agents, and employees from any claim, loss, damage, cost, charge, or expense arising out of any acts, action, error, neglect, or omission by the UAO, its agents, employees, or contractors during the performance of the Agreement, whether direct or indirect, and whether to any person or property to which FDOT or said parties may be subject, except that neither the UAO, its agents, employees, or contractors will be liable under this section for damages arising out of the injury or damage to persons or property directly caused by or resulting from the negligence of the FDOT or any of its officers, agents, or employees during the performance of this Agreement. The UAO's obligation to indemnify, defend, and pay for the defense or at the FDOT's option, to participate and associate with the FDOT in the defense and trial of any damage claim or suit and any related settlement negotiations, shall arise within fourteen (14) days of receipt by the UAO of the FDOT's notice of claim for indemnification to the UAO. The notice of claim for indemnification shall be served by certified mail. The UAO's obligation to defend and indemnify within fourteen (14) days of such notice shall not be excused because of the UAO's inability to evaluate liability or because the UAO evaluates liability and determines the UAO is not liable or determines the FDOT is solely negligent. Only a final adjudication orjudgment finding the FDOT solely negligent shall excuse performance of this provision bythe UAO. The UAO shall pay all costs and fees related to this obligation and its enforcement by the FDOT. The FDOT's delay in notifying the UAO of a claim shall not release UAO of the above duty to defend. 5. Force Majeure Neither the UAO nor the FDOT shall be liable to the other for any failure to perform under this Agreement to the extent such performance is prevented by an act of God, war, riots, natural catastrophe, or other event beyond the control of the non-performing party and which could not have been avoided or overcome by the exercise of due diligence; provided that the party claiming the excuse from performance has (a) promptly notified the other party of the occurrence and its estimate duration, (b) promptly remedied or mitigated the effect of the occurrence to the extent possible, and (c) resumed performance as soon as possible. Miscellaneous a. To the Facilities shall at all times remain the property of and be properly protected and maintained by the UAO in accordance with the then current Utility Accommodation Manual and the current utility permit for the Facilities. b. Pursuant to Section 287.058, Florida Statutes, the FDOT may unilaterally cancel this Agreement for refusal by the UAO to allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119, Florida Statutes, and made or received by the UAO in conjunction with this Agreement. Page 3 of 6 Item # 8 Attachment number 2 Page 4 of 5 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No. 710-010-57 UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT UTILITIES (LUMP SUM) 10/04 C. This Agreement constitutes the complete and final expression of the parties with respect to the subject matter hereof and supersedes all prior agreements, understandings, or negotiations with respect thereto, except that the parties understand and agree that the FDOT has manuals and written policies and procedures which shall be applicable at the time of the Project and the relocation of the Facilities and except that the UAO and the FDOT may have entered into other agreements forwork not included in Exhibit A for Facilities located within the limits of the Project. Copies of FDOT manuals, policies, and procedures will be provided to the UAO upon request. This Agreement shall be governed by the laws of the State of Florida. Any provision hereof found to be unlawful or unenforceable shall be severable and shall not affect the validity of the remaining portions hereof. e. Time is of essence in the performance of all obligations under this Agreement. All notices required pursuant to the terms hereof may be sent by first class United States Mail, facsimile transmission, hand delivery, or express mail and shall be deemed to have been received by the end of five business days from the proper sending thereof unless proof of prior actual receipt is provided. The UAO shall have a continuing obligation to notify each District of the FDOT of the appropriate persons for notices to be sent pursuant to this Agreement. Unless otherwise notified in writing, notices shall be sent to the following addresses: If to the UAO: Mr. Bruce Griffin Clearwater Gas System, Inc. 400 Myrtle Avenue Clearwater, FI 33755 727-562-4900 If to the FDOT: Ms. Sally Prescott ( District Utility Administrator) Florida Department of Transmission VII 11201 N. McKinley Drive, 7-820 Tampa, FI 33612-6456 813-975-6151 Certification This document is a printout of an FDOT form maintained in an electronic format and all revisions thereto by the UAO in the form of additions, deletions, or substitutions are reflected only in an Appendix entitled Changes to Form Document and no change is made in the text of the document itself. Hand notations on affected portions of this document may referto changes reflected in the above-named Appendix but are for reference purposes only and do not change the terms of the document. By signing this document, the UAO hereby represents that no change has been made to the text of this document except through the terms of the appendix entitled Changes to Form Document." You MUST signify by selecting or checking which of the following applies ® No changes have been made to this Form Document and no Appendix entitled "Changes to Form Document" is attached. ? No changes have been made to this Form Document, but changes are included on the attached Appendix entitled "Changes to Form Document." Page 4 of 6 Item # 8 Attachment number 2 Page 5 of 5 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No. 710-010-57 UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT UTILITIES (LUMP SUM) 10/04 IN WITNESS WHEREOF, the parties hereto have executed this Agreement effective the day and year first written. UTILITY: Clearwater Gas Systems, Inc. BY: (Signature) DATE: (Typed Name: ) (Typed Title: ) Recommend Approval by the District Utility Office BY: (Signature) DATE: FDOT Legal review BY: (Signature) DATE: District Counsel STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BY: (Signature) DATE: (Typed Name: Scott Collister) (Typed Title: Director of Transportation) FEDERAL HIGHWAY ADMINISTRATION (if applicable) BY: (Typed Name: ) (Typed Title: ) DATE: Page 6 of 6 Item # 8 Attachment number 3 Page 1 of 1 APPENDIX State of Florida Department of Transportation UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT (Lump Sum) CHANGES TO FORMS DOCUMENT FPID: 256881-1-56-07 Page 6 of 6, following "IN WITNESS WHEREOF... year first within." Add the following signature blocks following the "Utility... (Typed Title)" blank: Countersigned: Frank Hibbard Mayor City of Clearwater, Florida By: William B. Horne, II City Manager Approved as to form: Laura Lipowski Assistant City Attorney Attest: Cynthia E. Goudeau City Clerk Item # 8 Attachment number 4 Page 1 of 1 Engineer's Cost Estimate Lump Sum SR 55 (US 19) Whitney to Seville, Pinellas County FPID: 256881-1-52-01 UAO: Clearwater Gas System, inc. Removal of Out of Service Facilities by FDOT Contractor Pa Item [3ascri Lion Unit Quantity Unit Cost Total ' 1050-16-002 Pipe (removal, 2"- 4.9" diam) LF 2325 17 $39,525 1050-15-002 Pipe (adjust, 2" 4.9" diam) LF 1079 20 $21,580 Subtotal $61,105 CFA/(-El (5%) $3,055 Subtotal $64,160 Conti enc (10%) $6,416 GRAND TOTAL $70,576 " Estimates based on Phase Ill plans Dated 612108. Estimates are subject to change. KkUserslHowen1256881-1 US 19 Whitney to SeviltelEngineer's Cost Estimate Fbr CWG 256881-1_revA.As it 101}81 Meeting Date:8/18/2008 Y 1 ,",_1 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve a Utility Work By Highway Contractor Agreement with the State of Florida's Department of Transportation to install natural gas mains during improvement project, FPN: 256881-2-56-07/Pinellas County, SR55 (US 19) from South of Seville to North of SR 60, at an estimated cost of $39,427.00 and adopt Resolution 08-21. SUMMARY: The Florida Department of Transportation (FDOT) has a project to widen/improve SR55 (US 19) from South of Seville to North of SR 60 including roadway, sidewalk, other improvements, and utilities to include those existing Clearwater Gas facilities which conflict with the design. Under the Utility Work By Highway Contractor Agreement (UWHCA), the State of Florida's Department of Transportation general contractor will perform the relocation of existing natural gas mains. Having the State of Florida's Department of Transportation general contractor install the natural gas mains allows for work to be done in a timely manner and releases Clearwater Gas System from penalty payments. Funding for this agreement is available in capital project 315-96377- Pinellas New Mains and Service Lines. Type: Capital expenditure Current Year Budget?: Yes Budget Adjustment: None Budget Adjustment Comments: Current Year Cost: 39,427.00 Annual Operating Cost: 39,427.00 Not to Exceed: 39,427.00 Total Cost: 39,427.00 For Fiscal Year: 2007 to 2008 Appropriation Code Amount Appropriation Comment 315-96377 39,427.00 Pinellas New Mains & Service Lines Review Approval: 1) Office of Management and Budget 2) Legal 3) Clerk 4) Assistant City Manager ED 5) Clerk 6) City Manager 7) Clerk Cover Memo Item # 9 Attachment number 1 Page 1 of 1 RESOLUTION NO. 08-21 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA, APPROVING THE EXECUTION OF A UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT WITH THE STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION REGARDING RELOCATION OF NATURAL GAS MAINS FOR THE IMPROVEMENT PROJECT FOR STATE ROAD SR55 (US19) FROM SOUTH OF SEVILLE to NORTH OF SR 60; PROVIDING AN EFFECTIVE DATE. WHEREAS, the State of Florida Department of Transportation (FDOT) has a project to widen/improve State Road 55 (US 19) from South of Seville to North of SR 60 including roadway, sidewalk, other improvements and utilities to include those existing Clearwater Gas System facilities which conflict with the design; and WHEREAS, under the Utility Work By Highway Contractor Agreement, the FDOT's general contractor will perform the relocation of existing natural gas mains; and WHEREAS, having FDOT's general contractor relocate the natural gas mains allows for the work to be done in a timely manner and releases Clearwater Gas System from penalty payments; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The City Council hereby accepts and approves the Utility Work By Highway Contractor Agreement between the City and the State of Florida Department of Transportation, identified as Utility Work By Highway Contractor Agreement, Financial Project ID 256881-2-56-07, a copy of which is attached as Exhibit A. Section 2. The City Council hereby authorizes the Mayor and City Manager to sign the Utility Work By Highway Contractor Agreement described in this resolution and associated documents. Section 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this day of Approved as to form: Laura Lipowski Assistant City Attorney , 2008. Frank Hibbard Mayor Attest: Cynthia E. Goudeau City Clerk Resolution No. 0 AT # 9 Attachment number 2 Page 1 of 5 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No. 710-010-57 UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT UTILITIES (LUMP SUM) 10/04 Financial Project ID: 256881-2-56-07 Federal Project ID: N/A County: Pinellas State Road No.: 55 District Document No: Utility Agency/Owner (UAO): Clearwater Gas Systems, Inc. THIS AGREEMENT, entered into this day of year of , by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, hereinafter referred to as the "FDOT," and Clearwater Gas Systems, Inc., hereinafter referred to as the "UAO"; WITNESSETH: WHEREAS, the UAO owns certain utility facilities which are located on the public road or publicly owned rail corridor identified below, hereinafter referred to as the "Facilities" (said term shall be deemed to include utility facilities as the same may be relocated, adjusted, or placed out of service); and WHEREAS, the FDOT, is currently engaging in a project which involves constructing, reconstructing, or otherwise changing a public road and other improvements located on a public road or publicly owned rail corridor identified as US 19 from S. Seville to N of SR 60, State Road No. 55, hereinafter referred to as the "Project"; and WHEREAS, the Project requires minor modifications to the Facilities orthe FDOT's design more particularly described in Exhibit A attached hereto and by this reference made a part hereof, hereinafter referred to as "Utility Work," and full plans and technical specifications for the Utility Work are not required; and WHEREAS, the FDOT will perform the Utility Work as part of the Project; and WHEREAS, the UAO, pursuant to the terms and conditions hereof, will bear certain costs associated with the Utility Work; and WHEREAS, the FDOT and the UAO desire to enter into an agreement which establishes the terms and conditions applicable to the Utility Work; NOW, THEREFORE, in consideration of the premises and the mutual covenants contained herein, the FDOT and the UAO hereby agree as follows: Performance of Utility Work a. The FDOT will include the Utility Work in its plans and specifications for the Project and will include the Utility Work as part of the FDOT's construction of the Project. The preparation of the plans and specifications and the construction of the Project will be performed in such manner as the FDOT, in its discretion, deemed appropriate. b. All location, protection, relocation, adjustment, or removal of the UAO's Facilities which is not listed in Exhibit A shall be performed pursuant to a separate agreement. Cost of Utility Work a. The UAO will, at least fourteen (14) calendar days prior to the date on which the FDOT advertises the Project for bids, pay the FDOT the amount of $ 39,427 for the cost of the Utility Work. Said amount will be deposited into the State Transportation Trust Fund. b. The FDOT and the UAO acknowledge and agree that the amount stated above includes an additional ten percent (10%) to cover the UAO's obligation for the cost of the Utility Work as set forth in Section 337.403(1)(b), Florida Statutes. Page 1 of 6 Item # 9 Attachment number 2 Page 2 of 5 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No. 710-010-57 UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT UTILITIES (LUMP SUM) 10/04 C. Except for costs associated with any changes or additions to the Utility Work, the FDOT and the UAO agree that the deposit shall be an asset of the FDOT and that it constitutes a full and final lump sum payment for the cost of the Utility Work, without any requirement for a subsequent accounting for the use of the deposit. Pursuant to Section 337.403(1)(b), Florida Statutes, no changes or additions to the Utility Work will be made during the construction of the Project unless the UAO has made an additional deposit to cover the cost of the changes or additions. To the extent that the amount stated in Subparagraph 2.a. above exceeds the amount of the FDOT contractor's bid that applies to the Utility Work, such excess may be applied to cover the cost of the changes or additions. All changes or additions shall be subject to the limitations on supplemental agreements and change orders contained in Section 337.11(8), Florida Statutes. Default a. In the event that the UAO breaches any provision of this Agreement, then in addition to any other remedies which are otherwise provided for in this Agreement, the FDOT may exercise one or more of the following options, provided that at no time shall the FDOT be entitled to receive double recovery of damages: (1) Terminate this Agreement if the breach is material and has not been cured within 60 days from written notice thereof from the FDOT. (2) Pursue a claim for damages suffered by the FDOT. (3) Suspend the issuance of further permits to the UAO for the placement of Facilities on FDOT property if the breach is material and has not been cured within 60 days from written notice thereof from FDOT until such time as the breach is cured. (4) Pursue any other remedies legally available. (5) Perform any work with its own forces or through contractors and seek repayment for the cost thereof under Section 337.403(3), Florida Statutes. b. In the event that the FDOT breaches any provision of this Agreement, then in addition to any other remedies which are otherwise provided for in the Agreement, the UAO may exercise one or more of the following options: (1) Terminate this Agreement if the breach is material and has not been cured within 60 days from written notice thereof from the UAO. (2) Pursue any other remedies legally available. C. Termination of this Agreement shall not relieve either party from any obligations it has pursuant to other agreements between the parties and from any statutory obligations that either party may have with regard to the subject matter hereof. 4. Indemnification FOR GOVERNMENT-OWNED UTILITIES: To the extent provided by law, the UAO shall indemnify, defend, and hold harmless the FDOT and all of its officers, agents, and employees from any claim, loss, damage, cost, charge, or expense arising out of any acts, action, error, neglect, or omission by the UAO, its agents, employees, or contractors during the performance of the Agreement, whether direct or indirect, and whether to any person or property to which FDOT or said parties may be subject, except that neither the UAO, its agents, employees, or contractors will be liable under this Page 2 of 6 Item # 9 Attachment number 2 Page 3 of 5 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No. 710-010-57 UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT UTILITIES (LUMP SUM) 10/04 section for damages arising out of the injury or damage to persons or property directly caused by or resulting from the negligence of the FDOT or any of its officers, agents, or employees during the performance of this Agreement. When the FDOT receives a notice of claim for damages that may have been caused by the UAO in the performance of services required under this Agreement, the FDOT will immediately forward the claim to the UAO. The UAO and the FDOT will evaluate the claim and report their findings to each otherwithin fourteen (14) working days and will jointly discuss options in defending the claim. After reviewing the claim, the FDOT will determine whether to require the participation of the UAO in the defense of the claim or to require the UAO to defend the FDOT in such claim as described in this section. The FDOT's failure to notify the UAO of a claim shall not release the UAO from any of the requirements of this section. The FDOT and the UAO will pay their own costs for the evaluation, settlement negotiations, and trial, if any. However, if only one party participates in the defense of the claim at trial, that party is responsible for all costs. FOR NON-GOVERNMENT-OWNED UTILITIES: The UAO shall indemnify, defend, and hold harmless the FDOT and all of its officers, agents, and employees from any claim, loss, damage, cost, charge, or expense arising out of any acts, action, error, neglect, or omission by the UAO, its agents, employees, or contractors during the performance of the Agreement, whether direct or indirect, and whether to any person or property to which FDOT or said parties may be subject, except that neither the UAO, its agents, employees, or contractors will be liable under this section for damages arising out of the injury or damage to persons or property directly caused by or resulting from the negligence of the FDOT or any of its officers, agents, or employees during the performance of this Agreement. The UAO's obligation to indemnify, defend, and pay for the defense or at the FDOT's option, to participate and associate with the FDOT in the defense and trial of any damage claim or suit and any related settlement negotiations, shall arise within fourteen (14) days of receipt by the UAO of the FDOT's notice of claim for indemnification to the UAO. The notice of claim for indemnification shall be served by certified mail. The UAO's obligation to defend and indemnify within fourteen (14) days of such notice shall not be excused because of the UAO's inability to evaluate liability or because the UAO evaluates liability and determines the UAO is not liable or determines the FDOT is solely negligent. Only a final adjudication orjudgment finding the FDOT solely negligent shall excuse performance of this provision bythe UAO. The UAO shall pay all costs and fees related to this obligation and its enforcement by the FDOT. The FDOT's delay in notifying the UAO of a claim shall not release UAO of the above duty to defend. 5. Force Majeure Neither the UAO nor the FDOT shall be liable to the other for any failure to perform under this Agreement to the extent such performance is prevented by an act of God, war, riots, natural catastrophe, or other event beyond the control of the non-performing party and which could not have been avoided or overcome by the exercise of due diligence; provided that the party claiming the excuse from performance has (a) promptly notified the other party of the occurrence and its estimate duration, (b) promptly remedied or mitigated the effect of the occurrence to the extent possible, and (c) resumed performance as soon as possible. Miscellaneous a. To the Facilities shall at all times remain the property of and be properly protected and maintained by the UAO in accordance with the then current Utility Accommodation Manual and the current utility permit for the Facilities. b. Pursuant to Section 287.058, Florida Statutes, the FDOT may unilaterally cancel this Agreement for refusal by the UAO to allow public access to all documents, papers, letters, or other material subject to the provisions of Chapter 119, Florida Statutes, and made or received by the UAO in conjunction with this Agreement. Page 3 of 6 Item # 9 Attachment number 2 Page 4 of 5 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No. 710-010-57 UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT UTILITIES (LUMP SUM) 10/04 C. This Agreement constitutes the complete and final expression of the parties with respect to the subject matter hereof and supersedes all prior agreements, understandings, or negotiations with respect thereto, except that the parties understand and agree that the FDOT has manuals and written policies and procedures which shall be applicable at the time of the Project and the relocation of the Facilities and except that the UAO and the FDOT may have entered into other agreements forwork not included in Exhibit A for Facilities located within the limits of the Project. Copies of FDOT manuals, policies, and procedures will be provided to the UAO upon request. This Agreement shall be governed by the laws of the State of Florida. Any provision hereof found to be unlawful or unenforceable shall be severable and shall not affect the validity of the remaining portions hereof. e. Time is of essence in the performance of all obligations under this Agreement. All notices required pursuant to the terms hereof may be sent by first class United States Mail, facsimile transmission, hand delivery, or express mail and shall be deemed to have been received by the end of five business days from the proper sending thereof unless proof of prior actual receipt is provided. The UAO shall have a continuing obligation to notify each District of the FDOT of the appropriate persons for notices to be sent pursuant to this Agreement. Unless otherwise notified in writing, notices shall be sent to the following addresses: If to the UAO: Mr. Bruce Griffin Clearwater Gas System, Inc. 400 Myrtle Avenue Clearwater, FI 33755 727-562-4900 If to the FDOT: Ms. Sally Prescott ( District Utility Administrator) Florida Department of Transmission VII 11201 N. McKinley Drive, 7-820 Tampa, FI 33612-6456 813-975-6151 Certification This document is a printout of an FDOT form maintained in an electronic format and all revisions thereto by the UAO in the form of additions, deletions, or substitutions are reflected only in an Appendix entitled Changes to Form Document and no change is made in the text of the document itself. Hand notations on affected portions of this document may referto changes reflected in the above-named Appendix but are for reference purposes only and do not change the terms of the document. By signing this document, the UAO hereby represents that no change has been made to the text of this document except through the terms of the appendix entitled Changes to Form Document." You MUST signify by selecting or checking which of the following applies ® No changes have been made to this Form Document and no Appendix entitled "Changes to Form Document" is attached. ? No changes have been made to this Form Document, but changes are included on the attached Appendix entitled "Changes to Form Document." Page 4 of 6 Item # 9 Attachment number 2 Page 5 of 5 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form No. 710-010-57 UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT UTILITIES (LUMP SUM) 10/04 IN WITNESS WHEREOF, the parties hereto have executed this Agreement effective the day and year first written. UTILITY: Clearwater Gas Systems, Inc. BY: (Signature) DATE: (Typed Name: ) (Typed Title: ) Recommend Approval by the District Utility Office BY: (Signature) DATE: FDOT Legal review BY: (Signature) DATE: District Counsel STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BY: (Signature) DATE: (Typed Name: Scott Collister) (Typed Title: Director of Transportation) FEDERAL HIGHWAY ADMINISTRATION (if applicable) BY: (Typed Name: ) (Typed Title: ) DATE: Page 6 of 6 Item # 9 Attachment number 3 Page 1 of 1 APPENDIX State of Florida Department of Transportation UTILITY WORK BY HIGHWAY CONTRACTOR AGREEMENT CHANGES TO FORMS DOCUMENT FP1D: 256881-2-56-07 1. Page 6 of 6, following "IN WITNESS WHEREOF... year first within." Add the following signature blocks following the "Utility... (Typed Title)" blank: Countersigned: Frank Hibbard Mayor City of Clearwater, Florida By: William B. Horne, II City Manager Approved as to form: Laura Lipowski Assistant City Attorney Attest: Cynthia E. Goudeau City Clerk Item # 9 Attachment number 4 Page 1 of 1 Engineer's Cost Estimate Lump Sum SR 55 (US 19) Seville to SR 60, Pinellas County FPID3 256881-2-52-01 UAO: Clearwater Gas System, Inc. Removal of Out of Service Facilities by FOOT Contractor Pa Item Description unit Ouan ' Unit Cost Total 1050-16-002 Pipe (removal, 2"- 4.9" diam) LF 1548 17 $26,316 1050-15-002 Pipe adjust, 2" - 4.9" diam) LF 391 20 $7,820 Subtotal $34,136 CENCEI (5°d0 ) $1,707 Subtotal $35,843 Conti enc (10%) $3,584 GRAND TOTAL $39,427 " Estimates based on Phase III plans 711412008. Estimates may be subject to change. H:WserskMowen125 6 8 81-2 Seviiie to SR 601Engineers Cost Estimate For CWGI256881.2_rev4.x1s Ite7rg1#108 Meeting Date:8/18/2008 Y 1 ,",_1 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve an increase to the Marine Operations budget in the amount of $850,000 to cover the increased cost of fuel for resale. (consent) SUMMARY: An increase to code 531000 in the Marina budget fund by $850,000 is needed to cover anticipated cost to purchase fuel for resale for the remainder of the fiscal year. This will be offset by a budgeted increase in revenues of $900,000 in the Marina operating budget code 347574. Cost of fuel rose during the first two quarters at a rate that exceeded estimates established for the budget. Type: Operating Expenditure Current Year Budget?: Yes Budget Adjustment: Yes Budget Adjustment Comments: Increase code 531000 by $850,00 to offset increased cost of fuel and increase revenue in operating budget code 347574 by $900,000. Current Year Cost: 850,000 Annual Operating Cost: Not to Exceed: 850,000 Total Cost: 850,000 For Fiscal Year: 2007 to 2008 Appropriation Code Amount Appropriation Comment 531000 850,000 347574 900,000 Review 1) Clerk 2) Office of Management and Budget 3) Clerk 4) City Manager 5) Clerk 6) City Manager 7) Clerk 8) City Approval: Manager 9) Clerk Cover Memo Item # 10 Meeting Date:8/18/2008 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Authorize Supplemental Agreement 3 to an existing JPA with the FDOT for modifications to the Fixed Base Operation (FBO) Building at Clearwater Airpark including renovation for the sewer system and ground water cleanup, increasing funding by $175,000 ($99,598 from DOT and $75,402 from City), authorize the appropriate officials to execute same and adopt Resolution 08-20. SUMMARY: The Florida Department of Transportation (FDOT) has agreed to increase reimbursable funding for modifications to the Fixed Base Operation Building at Clearwater Airpark, 1000 North Hercules Avenue, including renovating the sewer system and the remediation of contaminated groundwater. The FDOT will contribute $99,598 (approximately 57%) of the increase and the City will provide the remaining $75,402 (approximately 43%). A 3rd Quarter amendment will increase the project budget in 315-94846, FBO Building Improvements by $99,598 to recognize the FDOT funding. The City's portion of $75,402 will be provided by a third quarter amendment transferring $75,402 in General Fund revenue from project 315-94803, Environmental Assessment and Cleanup to project 315-94846, FBO Building Improvements CIP. This will supplement current funds in this grant to complete a ground water cleanup project at Clearwater Airpark. Type: Other Current Year Budget?: Yes Budget Adjustment Comments: Budget Adjustment: Yes FDOT contributing $99,598 (57%), City providing $75,402 (43%) from Environmental Assessement Cleanup Fund - Code 94893 Current Year Cost: 75,402 Not to Exceed: 75,402 For Fiscal Year: 07 to 08 Appropriation Code Amount 94893 75,402 Annual Operating Cost: Total Cost: Appropriation Comment 75,402 Review 1) Office of Management and Budget 2) Marine and Aviation 3) Office of Management and Approval: Budget 4) Legal 5) Clerk 6) Assistant City Manager ED 7) Clerk 8) City Manager 9) Clerk Cover Memo Item # 11 Attachment number 1 Page 1 of 1 RESOLUTION NO. 08-20 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA AUTHORIZING A SUPPLEMENTAL AGREEMENT #3 TO THE JOINT PARTICIPATION AGREEMENT BETWEEN THE CITY OF CLEARWATER AND THE STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION, FOR MODIFICATIONS TO THE FBO BUILDING AT CLEARWATER AIRPARK INCREASING DEPARTMENT AND AGENCY FUNDING BY $175,000.00 TO INCLUDE RENOVATING THE SEWER SYSTEM AND GROUNDWATER CLEANUP; PROVIDING AN EFFECTIVE DATE. WHEREAS, the Florida Department of Transportation (FDOT) has agreed to provide funding towards modifications to the FBO building to include renovating the sewer system and groundwater cleanup at Clearwater Airpark under Joint Participation Agreement FM No. 41243119401, Contract No. ANW13, a copy of which is attached hereto as Exhibit "A": now therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA; Section 1. The City Council hereby accepts and approves Supplement #3 to Joint Participation Agreement between the City and the State of Florida Department of Transportation, FM No. 41243119401, Contract No. ANW13 to modify the FBO building to include renovating the sewer system and groundwater cleanup at the Clearwater Airpark. Section 2. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this day of 2008 Frank V. Hibbard Mayor Approved as to form: Camilo Soto Assistant City Attorney Attest: Cynthia E. Goudeau City Clerk Resolution No 08-20 Item # 11 Attachment number 2 Page 1 of 1 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION SUPPLEMENTAL JOINT PARTICIPATION AGREEMENT Number 03 day of April Financial Project No.: Fund: 010 FLAIR Approp.: 088719 41243119401 Function: 637 FLAIR Obj.: 75004 Item-segment-p ase-sequence FederalNo.: NSA Org. Code: 55072020728 Contract No.: ANW13 DUNS No.: Vendor No.: F596000289002 Catalog of Federal Domestic Assistance Number: NSA Catalog of State Financial Assistance Number: 55004 THIS AGREEMENT, made and entered into this day of by and between the STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION, an agency of the State of Florida, hereinafter referred to as the Department, and City of Clearwater P.O. Box 4748, Clearwater, FL 34618-4748 hereinafter referred to as Agency. WITNESSETH: WHEREAS, the Department and the Agency heretofore on the 18th entered into a Joint Participation Agreement; and 725-030-07 PUBLIC TRANSPORTATION 04107 Page 1 of 4 12005 WHEREAS, the Agency desires to accomplish certain project items as outlined in the Attachment "A" appended hereto; and WHEREAS, the Department desires to participate in all eligible items for this project as outlined in Attachment "A" for a total Department Share of $502,398.00 NOW, THEREFORE THIS INDENTURE WITNESSETH: that for and in consideration of the mutual benefits to flow from each to the other, the parties hereto agree that the above described Joint Participation Agreement is to be amended and supplemented as follows: 1.00 Project Description: The project description is amended to provide for the Department's participation in modifications to the Fixed Base Operations building including renovating sewer system and ground water clean-up. Item # 11 Attachment number 2 Page 1 of 1 725-030-07 PUBLIC TRANSPORTATION 04/07 Page 2 of 4 2.00 Project Cost: Paragraph 3.00 of said Agreement is increased by $175,000.00 bringing the revised total cost of the project to $ 678,500.00 Paragraph 4.00 of said Agreement is increased by $99,598.00 bringing the Department's revised total cost of the project to $ 502,398.00 3.00 Amended Exhibits: Exhibit(s) B 4.00 Contract Time: Paragraph 18.00 of said Agreement June of said Agreement is amended by Attachment "A". 30th 2012 Item # 11 Attachment number 2 Page 1 of 1 725-030-07 PUBLIC TRANSPORTATION 04/07 Page 3 of 4 Financial Project No. 41243119401 Contract No. ANW13 Agreement Date Except as hereby modified, amended or changed, all other terms of said Agreement dated April 18th 2005 and any subsequent supplements shall remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed, the day and year first above written. AGENCY City of Clearwater AGENCY NAME SIGNATORY (PRINTED OR TYPED) SIGNATURE TITLE FDOT See attached Encumbrance Form for date of Funding Approval by Comptroller X& 7k)u t LEGAL ? EVIEW `J DEPARTMENT OF TRANSPORTATION Scott W. Collister, P.E.; CPCM DEPARTMENT OF TRANSPORTATION Director of Transportation Development TITLE Item # 11 Attachment number 2 Page 1 of 1 725-030-07 PUBLIC TRANSPORTATION 04/07 Page 4 of 4 Financial Project No. 41243119401 Contract No. ANW13 Agreement Date ATTACHMENT "A" SUPPLEMENTAL JOINT PARTICIPATION AGREEMENT This Attachment forms an integral part of that certain Supplemental Joint Participation Agreement between the State of Florida, Department of Transportation and City of Clearwater P.O. Box 4748, Clearwater, FL 34618-4748 dated DESCRIPTION OF SUPPLEMENT (Include justification for cost change): to provide for the Department's participation in modifications to the Fixed Base Operations building including renovating sewer system and ground water clean-up. 1. Project Cost: As Approved As Amended Net $503,500.00 $678,500.00 $175,000.00 Total Project Cost $503,500.00 $678,500.00 $175,000.00 1. Fund As Approved As Amended Net Department: $402,800.00 $502,398.00 $99,598.00 Agency: $100,700.00 $176,102.00 $75,402.00 $0.00 $0.00 $0.00 Total Project Cost $503,500.00 $678,500.00 $175,000.00 Comments: Item # 11 Attachment number 2 Page 1 of 1 725-030-07 PUBLIC TRANSPORTATION 04/07 Additional Page III. MULTI-YEAR OR PREQUALIFIED PROJECT FUNDING If a project is a multi-year or prequalified project subject to paragraphs 4.10 and 17.20 of this agreement, funds are programmed in the Department's Work program in the following fiscal year(s): FY N/A $0.00 FY $0.00 FY $0.00 FY $0.00 FY $0.00 FY $0.00 FY $0.00 FY $0.00 FY $0.00 FY $0.00 FY $0.00 FY $0.00 FY $0.00 FY $0.00 FY $0.00 FY $0.00 FY $0.00 FY $0.00 FY $0.00 FY $0.00 Project years may be advanced or deferred subject to Legislative appropriation or availabity of funds. Item # 11 Meeting Date:8/18/2008 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve Florida Recreation Development Assistance Program (FRDAP) project grant agreement for Morningside Improvements, in the amount of $135,611, between the State of Florida Department of Environmental Protection and the City of Clearwater and authorize the appropriate officials to execute same. (consent) SUMMARY: The City has been awarded a grant in the amount of $135,611 to provide renovation enhancements to outdoor recreation elements at Morningside Recreation Center including the playground, picnic facilities and pool. The existing playground needs to be replaced and the pool is in need of resurfacing. Both of these items are included in our Capital Improvement project to be done this year. The cost of the these maintenance projects have increased so that the grant is needed in order to complete them now and in the long run save City funds. The City 50% match of $135,611 for this project will come from $120,348 in CIP "Swimming Pool Repair & Replacement Project (315-93271) and $15,300 from CIP 315-03230 Playground Equipment Replacement. The park improvements (playground, picnic facilities and pool) were part of the City's capital improvement replacement program and will require no new resources to maintain. Type: Capital expenditure Current Year Budget?: No Budget Adjustment: Budget Adjustment Comments: Create new CIP Current Year Cost: $315,611 Annual Operating Cost: Not to Exceed: $315,611 Total Cost: For Fiscal Year: 2007 to 2008 Appropriation Code Amount Appropriation Comment 315-93271 $120,348 existing CIP 315-93230 $15,300 existing CIP 315-93271 $135,611 grant funds Yes Review 1) Office of Management and Budget 2) Parks and Recreation 3) Office of Management and Budget 4) Parks and Approval: Recreation 5) Office of Management and Budget 6) Parks and Recreation 7) Office of Management and Budget 8) Legal 9) Clerk 10) Assistant City Manager 11) Clerk 12) City Manager 13) Clerk Cover Memo Item # 12 DEP Agreement No. A9098 CSFA Number: 37.017 CSFA Title: FRDAP FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION FLORIDA RECREATION DEVELOPMENT ASSISTANCE PROGRAM (FRDAP) PROJECT AGREEMENT (SFY 2008-09) - Development This PROJECT AGREEMENT is made and entered into this day of DONOTDA- L.008. by and between the STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION, hereinafter called the DEPARTMENT, and the CITY OF CLEARWATER, hereinafter called the GRANTEE, a local government, in furtherance of an approved public outdoor recreation project.. In consideration of the mutual covenants contained herein and pursuant to section 375.075, Florida Statutes, and chapter 620-5, Part V, Florida Administrative Code, the parties hereto agree as follows: 1. This PROJECT AGREEMENT shall be performed in accordance with section 375.075, Florida Statutes; and chapter 620-5, Part V, Florida Administrative Code, effective August 15, 2004, hereinafter called the RULE. The GRANTEE shall comply with all provisions of the RULE, which is incorporated into this PROJECT AGREEMENT as if fully set forth herein. It is the intent of the DEPARTMENT and the GRANTEE that none of the provisions of section 163.01, Florida Statutes, shall apply to this PROJECT AGREEMENT. 2. The DEPARTMENT has found that public outdoor recreation is the primary purpose of the project known as Morningside Park (Florida Recreation Development Assistance Program (FRDAP), FRDAP Project Number A09098), hereinafter called the PROJECT, and enters into this PRO-ECT AGREEMENT with the GRANTEE for the development of that real property, the legal description of which shall be submitted to the DEPARTMENT as described in the Florida Recreation Development Assistance Program Development Commencement Documentation Checklist, DEP Form FPS-A034. 3. All forms referenced in this PROJECT AGREEMENT may be found at deo state.] I.us/narks/oirs. Further, the GRANTEE will also receive all DEP Agreement No. A9098, Page 1 of 10 DEP 55-231 (06/08) Item # applicable forms for administration of project with GRANTEE'S copy of the fully executed PROJECT AGREEMENT. 4. The GRANTEE shall' construct, or cause to be constructed, certain public outdoor recreation facilities and improvements consisting of the following PROJECT ELEMENTS: Renovate pool, playground, picnic facilities and other related support facilities, as identified in the GRANTEE'S approved Grant Application. These PROJECT ELEMENTS may be modified by the DEPARTMENT if the GRANTEE shows good cause and the DEPARTMENT approves the modification. PROJECT planning expenses cannot exceed 15% of the PROJECT cost to be eligible for reimbursement. . 5. The DEPARTMENT shall, pay, on a reimbursement basis, to the GRANTEE, funds not to exceed $135,611.00, which will pay the DEPARTMENTS share of the cost of the PROJECT.. DEPARTMENT funding is based upon the following: DEPARTMENT Amount: %135.611.00 _ 5 00 Lo GRANTEE Match: $135.611.00 _ 500= % _ Type of Match: Cash/In-Kind Services and/or Land Value If the total cost of the PROJECT exceeds the grant amount and the required match, the GRANTEE must pay the excess cost.. 6. The PROJECT reimbursement request shall include all documentation required by the DEPARTMENT for a proper pre-audit and post-audit review. Within sixty (60) days after receipt of the final request, the DEPARTMENTS Grant Manager shall review the completion documentation and payment request from the GRANTEE for the PROJECT. If the documentation is sufficient and meets the requirements of the Florida Recreation Development Assistance Program Completion Documentation Form, DEP Checklist, FPS-A036, referenced in s. 62D-5.058(Z)(g) of the RULE, the DEPARTMENT will approve the request for payment.. 7. In addition to the invoicing requirements contained in the paragraph above, the DEPARTMENT will periodically request proof of a transaction (such as invoice or payroll register) to evaluate the appropriateness of costs to the PROJECT AGREEMENT pursuant to State guidelines (including cost allocation guidelines). When requested, this information must be provided within thirty (30) calendar days of the date of such request.. The GRANTEE may also be required to submit a cost allocation plan to the DEPARTMENT in support of its multipliers (overhead, indirect, general administrative costs, and fringe benefits). State guidelines for allowable costs can be found in the Department of Financial Services' Reference Guide for State Expenditures at http:// .fldfs.co /aa it/reference°Io Faui e. which GRANTEE shall follow. DEP Agreement No. A9098, Page 2 of 10 DEP 55-231 (06/08) Item # 8. The GRANTEE agrees to comply with the Division of Recreation and Parks' Financial Reporting Procedures, formerly known as the Grant and Contract Accountability Procedure, hereinafter called the PROCEDURE, incorporated into this PROJECT AGREEMENT by reference as if fully set forth herein. A copy of this PROCEDURE has been provided with this PROJECT AGREEMENT and may also be found at -11www, eo.state .fl.us/ors/oirs. All purchases of goods and services for accomplishment of the PROJECT shall be secured in accordance with the GRANTEE'S procurement procedures. Expenses representing the PROJECT costs, including the required matching contribution, shall be reported to the DEPARTMENT and summarized on certification forms provided in the PROCEDURE. The DEPARTMENT and GRANTEE agree to use the PROCEDURE guidelines for accounting for FRDAP funds disbursed for the PROJECT. The parties further agree that the principles for determining the eligible costs, supporting documentation and minimum reporting requirements of the PROCEDURE shall be used. 9. Allowable indirect costs as defined in the PROCEDURE shall not exceed 15% of the GRANTEE'S eligible wages and salaries, unless approved in advance as described herein. Indirect costs that exceed 15% must be approved in advance in writing by the DEPARTMENT to be considered eligible PROJECT expenses. 10. It is understood by the GRANTEE that the amount of this PROJECT AGREEMENT may be reduced should the Governor's Office declare a revenue shortfall and assess a mandatory reserve. Should a shortfall be declared, the amount of this PROJECT AGREEMENT may be reduced by the amount deemed appropriate by the DEPARTMENT. . 11. The State of Florida's performance and obligation to pay under this PROJECT AGREEMENT is contingent upon an annual appropriation by the Legislature. The GRANTEE understands that this PROJECT AGREEMENT is not a commitment of future appropriations. 12. All monies expended by the GRANTEE for the purpose contained herein shall be subject to pre-audit review and approval by the State of Florida Chief Financial Officer in accordance with section 17.03(2), Florida Statutes. 13. PROJECT funds may be reimbursed for eligible Preagreement Expenses (as defined in s. 62D-5.054(34) of the RULE) incurred by GRANTEE prior to execution of this PROJECT AGREEMENT in accordance with s. 62D-5.055(9) of the RULE. The DEPARTMENT and the GRANTEE fully understand and agree that there shall be no reimbursement of PROJECT funds by the DEPARTMENT for any expenditure made prior to the execution of this PROJECT AGREEMENT with the exception of those expenditures which meet the requirements of the foregoing sections of the RULE. DEP Agreement No. A9098, Page 3 of 10 DEP 55-231 (06/08) Item # 14. Prior to commencement of PROJECT development, the GRANTEE shall) submit the documentation required by the Florida Recreation Development Assistance Program, Commencement Documentation Checklist, DEP Form FPS-A034, referenced in s. 62D-5.058(7)(c) of the RULE, to the DEPARTMENT.. Upon determining that the documentation complies with the RULE, the DEPARTMENT willl give written notice to GRANTEE to commence the development. . 15. The GRANTEE shall) obtain all required local, state and federal permits and approvals prior to completion of the PROJECT construction and shall) certify that it has done so to the DEPARTMENT by completing the Project Completion Certification, FPS-A037, referenced in s. 62D-5.058(7)(d) of the RULE. 16. This PROJECT AGREEMENT shall become effective upon execution by both parties and the GRANTEE shall complete construction of all PROJECT ELEMENTS on or before April 30. 2011 (hereinafter referred to as the PROJECT completion date). Within 30 days from this date, all payment requests and completion documentation willll be due to the DEPARTMENT. 17. Project completion means the PROJECT public. PROJECT must be designated reimbursement.. See Rule 62D-5.054(41). amount wil'II be held until Completion approved by the Department is open and available for use by the complete prior to release of final Ten (10) percent of the total grant Documents have been received and 18. The GRANTEE shall maintain books, records and documents directly pertinent to performance under this PROJECT AGREEMENT in accordance with generally accepted accounting principles consistently applied, including the PROCEDURE. The DEPARTMENT, the State, or their authorized representatives shall) have access to such records for audit purposes during the term of this PROJECT AGREEMENT and for five years following PROJECT AGREEMENT completion or resolution of any dispute arising under this PROJECT AGREEMENT.. In the event any work is subcontracted, the GRANTEE shall similarly require each subcontractor to maintain and allow access to such records for audit purposes. 19. A. In addition to the requirements of the preceding paragraph, the GRANTEE shall comply with the applicable provisions contained in Attachment 1 Special Audit Requirements, attached hereto and made a part hereof. Exhibit 1 to Attachment 1summarizes the funding sources supporting the PROJECT AGREEMENT for purposes of assisting the GRANTEE in complying with the requirements of Attachment 1 A revised copy of Exhibit 1 must be provided to the GRANTEE for each amendment which authorizes a funding increase or decrease. If the GRANTEE fails to receive a revised copy of Exhibit 1, the GRANTEE shall notify the DEPARTMENTS Grant Manager to request a copy of the updated information. DDEP Agreement No. A9098, Page 4 of 10 DEP 55-231 (06/08) Item # B. The GRANTEE is hereby advised that the Federal and/or Florida Single Audit Act Requirements may further apply to lower tier transactions that may be a result of this PROJECT AGREEMENT. The GRANTEE shall consider the type of financial assistance (federal and/or state) identified in Attachment 1, Exhibit 1 when making its determination. For federal financial assistance, the GRANTEE shall utilize the guidance provided under OMB Circular A-133, Subpart B, Section .210 for determining whether the relationship represents that of a subrecipient or vendor. For state financial assistance, the GRANTEE shall utilize the form entitled "Checklist for Nonstate Organizations Recipient/_Subrecipient vs. Vendor Determination" (form number DFS-A2-NS) that can be found under the "Links/Forms" section appearing at the following website: Ifs. com/fs The GRANTEE should confer with its chief financial officer, audit director or contact the DEPARTMENT for assistance with questions pertaining to the applicability of these requirements. 20. Following receipt of an audit report identifying any reimbursement due the DEPARTMENT for the GRANTEE'S noncompliance with this PROJECT AGREEMENT, the GRANTEE will be allowed a maximum of thirty (30) days to submit additional pertinent documentation to offset the amount identified as being due to the DEPARTMENT. The DEPARTMENT, following a review of the documentation submitted by the GRANTEE, will inform the GRANTEE of the final reimbursement due the DEPARTMENT. 21. The Grantee, as an independent contractor and not an agent, representative, or employee of the Department agrees to carry adequate liability and other appropriate forms of insurance. The Department shall have no liability except as specifically provided in this Agreement. . 22. To the extent required by law, the GRANTEE will be self-insured against, or will secure and maintain during the life of this PROJECT AGREEMENT, Workers' Compensation Insurance for all of its employees connected with the work of this Project and, in case any work is subcontracted, the GRANTEE shall require the subcontractor to provide Workers' Compensation Insurance for all of the subcontractor's employees unless such employees are covered by the protection afforded by the GRANTEE. Such self-insurance program or insurance coverage shall comply fully with the Florida Workers' Compensation law. In case any class of employees engaged in hazardous work under this PROJECT AGREEMENT is not protected under Workers' Compensation statutes, the GRANTEE shall provide, and cause each subcontractor to provide, adequate insurance satisfactory to the DEPARTMENT, for the protection of its employees not otherwise protected. DEP Agreement No. A9098; Page 5 of 10 DEP 55-231 (06/08) Item # 23. The GRANTEE covenants that it presently has no interest and shall not acquire any interest which would conflict in any manner or degree with the performance of services required. 24. The purchase of non-expendable equipment is not authorized under the terms of this PROJECT AGREEMENT. 25. For the purpose of this PROJECT AGREEMENT, the DEPARTMENTS Grant Manager shall be responsible for ensuring performance of its terms and conditions and shall approve all reimbursement requests prior to payment.. The GRANTEE'S Grant Manager, identified in paragraph 26, or successor, shall act on behalf of the GRANTEE relative to the provisions of this PROJECT AGREEMENT. The GRANTEE, shall submit to the DEPARTMENT signed Project Status Reports, every January 5th, May 5th, and September 5th of each year summarizing the work accomplished, problems encountered, percentage of completion, and other information which may be requested by the DEPARTMENT. Photographs to reflect the construction work accomplished shall be submitted when the DEPARTMENT requests them. 26. Any and all notices required by this PROJECT AGREEMENT shall be deemed sufficient if delivered or sent by certified mail to the parties at the following addresses: GRANTEE'S Grant Manager Ms. Felicia Leonard Administrative Support Manager 100 South Myrtle Avenue Clearwater, FL 33756 DEPARTMENT'S Grant Manaaer A. Diane Langston Florida Department of Environmental Protection 3900 Commonwealth Blvd., MS585 Tallahassee, Florida 32399-3000 27. The GRANTEE must erect a permanent information sign on the PROJECT site which credits PROJECT funding or a portion thereof, to the Florida Department of Environmental Protection and the Florida Recreation Development Assistance Program. The sign must be made of appropriate materials, which will be durable for a minimum of twenty-five (25) years after the PROJECT is complete. The sign must be installed on the PROJECT site and approved by the DEPARTMENT before the final reimbursement request is processed. 28. The DEPARTMENT has the right to inspect the PROJECT and any and all records related thereto at any reasonable time. 29. This PROJECT AGREEMENT may be unilaterally canceled by the DEPARTMENT for refusal by the GRANTEE to allow public access to all documents, papers, letters, or other material made or received by the GRANTEE DEP Agreement No. A9098, Page 6 of 10 DEP 55-231 (06/08) Item # in conjunction with this PROJECT AGREEMENT unless the records are exempt from Section 24(a) of Article I of the State Constitution and Section 119.07, Florida Statutes. 30. A. The DEPARTMENT may terminate this PROJECT AGREEMENT at any time in the event of the failure of the GRANTEE to fulfill any of its obligations under this PROJECT AGREEMENT.. Prior to termination, the DEPARTMENT shall provide thirty (30) calendar days written notice of its intent to terminate and shall provide the GRANTEE an opportunity to consult with the DEPARTMENT regarding the reason(s) for termination. B. The DEPARTMENT may terminate this PROJECT AGREEMENT after three years if the Governor does not approve certification forward of the PROJECT funds. 31. Prior to the closing of the PROJECT, the DEPARTMENT shall have the right to a refund, either in whole or in part, of the FRDAP funds provided to the GRANTEE for noncompliance with the material terms of this PROJECT AGREEMENT. The GRANTEE, upon such written notification from the DEPARTMENT, shall refund, and shall forthwith pay to the DEPARTMENT, the amount of money demanded by the DEPARTMENT. Interest on any refund shall begin the date that the GRANTEE was informed that a refund was required and continues to accrue until the date the refund and interest are paid to the DEPARTMENT. 32. The GRANTEE shall comply with all federal, state and local regulations, rules and ordinances in developing this PROJECT. The GRANTEE acknowledges that this requirement includes compliance with all federal, state and local health and safety rules and regulations including all applicable building codes. The GRANTEE further agrees to include the requirements of this paragraph in all subcontracts made to perform this PROJECT AGREEMENT. 33. The GRANTEE may subcontract work under this PROJECT AGREEMENT without the prior written consent of the DEPARTMENT'S Grant Manager. The GRANTEE agrees to be responsible for the fulfillment of all work elements included in any subcontract.. It is understood and agreed by the GRANTEE that the DEPARTMENT shall not be liable to any subcontractor for any expenses or liabilities incurred under the subcontract and that the GRANTEE shall be solely liable to the subcontractor for all expenses and liabilities incurred under the subcontract._. 34. Land owned by the GRANTEE, which is developed or acquired with FRDAP funds, shall be dedicated in perpetuity as an outdoor recreation site by the GRANTEE for the use and benefit of the public as stated in section 62D-5.059(1) of the RULE.. Land under control other than by ownership of the GRANTEE, such as by lease, shall be dedicated as an outdoor recreation area for the use and benefit of the public for a minimum period of twenty-five (25) years from the DEP Agreement No. A9098, Page 7 of 10 DEP 55-231 (06/08) Item # completion date set forth in the PROJECT completion certificate. All dedications must be recorded in the county property records by the owner, or by the GRANTEE if the owner has given GRANTEE authority to do so. Such PROJECT shall be open at reasonable times and shall be managed in a safe and attractive manner appropriate for public use. 35. Failure to comply with the provisions of the RULE or the terms and conditions of this PROJECT AGREEMENT will result in termination of the PROJECT AGREEMENT by the DEPARTMENT. The DEPARTMENT shall give the GRANTEE in violation of the RULE or this PROJECT AGREEMENT a notice in writing under Paragraph 26 of the particular violations stating a reasonable time to comply. Failure to comply within the time period stated in the written notice shall result in termination of the PROJECT AGREEMENT and shall result in the imposition of the terms in Paragraph 31. 36. In the event of conflict in the provisions of the RULE, the PROJECT AGREEMENT and the Project Application, the provisions of the RULE shall' control over this PROJECT AGREEMENT and this PROJECT AGREEMENT shall control over the Project Application documents. 37. If the DEPARTMENT determines that site control is not sufficient under the RULE, or has been compromised, the DEPARTMENT shall give the GRANTEE a notice in writing and a reasonable time to comply. If the deficiency is not corrected within the time specified in the notice, the DEPARTMENT shall terminate this PROJECT AGREEMENT and shall impose the terms of Paragraph 31. 38. Pursuant to section 216.347, Florida Statutes, the GRANTEE is prohibited from spending FRDAP grant funds for the purpose of lobbying the legislature, the judicial branch, or a state agency. 39. A. No person on the grounds of race, creed, color, national origin, age, sex, marital status or disability, shall, be excluded from participation in; be denied the proceeds or benefits of; or be otherwise subjected to discrimination in performance of this PROJECT AGREEMENT. B. An entity or affiliate who has been placed on the discriminatory ' vendor list may not submit a bid on a contract to provide goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. The Florida Department of Management Services is responsible for maintaining the discriminatory vendor list which may be found at DEP Agreement No. A9098, Page 8 of 10 DEP 55-231 (06/08) Item # httr)://dms.mvflorida.com/business operations/state purchasing/vendor i nformation/convicted suspended discriminatory com lar? ints /discriminatory Questions regarding the discriminatory vendor list may be directed to the Florida Department of Management Services, Office of Supplier Diversity at (850) 487-0915. 40. Each party hereto agrees that it shall be solely responsible for the wrongful acts of its employees and agents. However, nothing contained herein shall constitute a waiver by either party of its sovereign immunity or the provisions of section 768.28, Florida Statutes. 41. The PROJECT AGREEMENT has been delivered in the State of Florida and shall be construed in accordance with the laws of Florida. Wherever possible, each provision of this PROJECT AGREEMENT shall be interpreted in such manner as to be effective and valid under applicable Florida law, but if any provision of this PROJECT AGREEMENT shall be prohibited or invalid under applicable Florida law, such provision shall be ineffective to the extent of such prohibition or invalidity, without invalidating the remainder of such provision or the remaining provisions of this PROJECT AGREEMENT. Any action hereon or in connection herewith shall be brought in Leon County, Florida unless prohibited by applicable law. 42. No delay or failure to exercise any right, power or remedy accruing to either party upon breach or default by either party under this PROJECT AGREEMENT shall impair any such right, power or remedy of either party; nor shall such delay or failure be construed as a waiver of any such breach or default, or any similar breach or default thereafter. 43. This PROJECT AGREEMENT is not intended nor shall it be construed as granting any rights, privileges or interest to any third party without mutual written agreement of the parties hereto. 44. This PROJECT AGREEMENT is an exclusive contract and may not be assigned in whole or in part without the prior written approval of the DEPARTMENT. . 45. This PROJECT AGREEMENT represents the entire agreement of the parties. Any alterations, variations, changes, modifications or waivers of provisions of this PROJECT AGREEMENT shall only be valid when they have been reduced to writing, in the form of an Amendment duly executed by each of the parties hereto, and attached to the original of this PROJECT AGREEMENT. DEP Agreement No. A9098, Page 9 of 10 DEP 55-231 (06/08) Item # IN WITNESS WHEREOF, the parties hereto have caused these presents to be duly executed on the day and year last written above. STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION By: _ _0_ _0_T_S_I_G_ Division Director (or Designee) Division of Recreation and Parks Date O NOT DAIL Address: Office of Information and Recreation Services Division of Recreation and Parks 3900 Commonwealth Boulevard Mail Station 585 Tallahassee, Florida 32399-3000 CITY OF CLEARWATER By: Printed Name: Title: Date Address: 100 South Myrtle Avenue Clearwater, FL 33756 Grantee Attorney UE1rk"ra n Approved as to Form and Legality: This form has been pre-approved as to form and legality by Suzanne Brantley, Assistant General Counsel, on June 12, 2008 for use for one year. List of attachments/exhibits included as part of this Agreement: Specify Letter/ Type Number Description (include number of pages) Attachment 1 Special Audit Requirements (5 Pages) DEP Agreement No. A9098, Page 10 of 10 DEP 55-231 (06/08) Item # Countersigned: Frank V. Hibbard Mayor Approved as to form: Laura Lipowski Assistant City Attorney CITY OF CLEARWATER, FLORIDA By: Attest: William B. Horne, II City Manager Cynthia E. Goudeau City Clerk Item # ATTACHMENT 1 SPECIAL AUDIT REQUIREMENTS The admiWstration of resources awarded by the Deparlsnent of Environmental Protection (which may be referred to as the "Department", "DEP", "EDEP" or "Grantor", or other name in the contractlagreement) to the recipient (which may be referred to as the "Contractor", Grantee" or other name in the contract/agreement) may be subject to audits and/or monitoring by the Department of Environmental Protection, as described in this attachment. . MONITORING In addition to reviews of audits conducted in accordance with OMB Circular A-133 and Section 215.97, F.S., as revised (see "AUDITS" below), monitoring procedures may include, but not be limited to, on-site visits by Department staff, limited scope audits as defined by OMB Circular A-133, as revised, and/or other procedures. By entering into this Agreement, the recipient agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Department of Environmental Protection. In the event the Department of Environmental Protection deteimmes that a limited scope audit of the recipient is appropriate, the recipient agrees to comply with any additional instructions provided by the Department to the recipient regarding such audit.. The recipient further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Chief FiPancial Offlcer or Auditor General.. AUDITS PART I: FEDERALLY FUNDED This part is applicable if the recipient is a State or local government or a non-profit organization as defined in OMB Circular A-133, as revised. L In the event that the recipient expends $500,000 or more in Federal awards in its fiscal year, the recipient must have a single or program-specific- audit conducted in accordance with the provisions of OMB Circular A-133, as revised. EXHIBIT 1 to this Agreement indicates Federal funds awarded through the Department of Environmental Protection by this Agreement.. In determining the Federal awards expended in its fiscal year, the recipient shall consider all sources of Federal awards, including Federal resources received from the Department of Environmental Protection. The determination of amounts of Federal awards expended should be in accordance with the guidelines established by OMB Circular A-133, as revised. An audit of the recipient conducted by the Auditor General in accordance with the provisions ofOMB Circular A-133, as revised, will meet the requirements of this part. 2. In connection with the audit requirements addressed in Part I, paragraph 1, the recipient shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C ofOMB Circular A-133, as revised. 3. If the recipient expends less than $500,000 in Federal awards in its fiscal year, an audit conducted in accordance with the provisions ofOMB Circular A-133, as revised, is not required. In the event that the recipient expends less than $500,000 in Federal awards in its fiscal year and elects to have an audit conducted in accordance with the provisions ofOMB Circular A-133, as revised, the cost of the audit must be paid from non-Federal resources (i.e., the cost of such an audit must be paid from recipient resources obtained from other than Federal entities ). 4. The recipient may access information regarding the Catalog of Federal Domestic Assistance (CFDA) via the internet at httn://12.46.245.173/cfda/cfda.html.... DE? 55-215 (02107) DEP Agreement No. A9098, Attachment 1, Page 1 of 5 Item # PART II: STATE FUNDED This part is applicable if the recipient is a nonstate entity as defined by Section 215.97(2)(m), Florida Statutes. 1. In the event that the recipient expends a total amount of state financial assistance equal to or in excess of $500,000 in any fiscal year of such recipient, the recipient must have a State single or project-specific audit for such fiscal year in accordance with Section 215.97, Florida Statutes; applicable rules of the Department of Financial Services; and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General._ EXHIBIT I to this Agreement indicates state financial assistance awarded through the Department of Environmental Protection by this Agreement.. In detemlining the state financial assistance expended in its fiscal year, the recipient shall consider all sources of state financial assistance, including state financial assistance received from the Department of Environmental Protection, other state agencies, and other nonstate entities. State financial assistance does not include Federal direct or pass-through awards and resources received by a nons tate entity for Federal program matching requirements. 2. In connection with the audit requirements addressed in Part II, paragraph I, the recipient shall. ensure that the audit complies with the requirements of Section 215.97(7), Florida Statutes. This includes submission of a financial reporting package as defined by Section 215.97(2), Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General._. 3. If the recipient expends less than $500,000 in state financial assistance in its fiscal year, an audit conducted in accordance with the provisions of Section 21597, Florida Statutes, is not required. In the event that the recipient expends less than $500,000 in state financial assistance in its fiscal year, and elects to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the non-state entity's resources (i.e., the cost of such an audit must be paid from the recipient's resources obtained from other than State entities). 4. For information regarding the Florida Catalog of State Financial Assistance (CSFA), a recipient should access the Florida Single Audit Act website located at htt?s:'-alsps.fldfs.coni4- ,aa for assistance. In addition to the above websites, the follo,%dng websites may be accessed for information: Legislature's Website at htt? b date [I uc4Wekome index efm State of Florida's website at hftrr ` vvvw mv?f lori l7 eon Department of Financial Services' Website at htt;; ` vvvw f I rlfc comand the Auditor General's Website at hlt?;_ state fl ins,midg" PART III: OTHER AUDIT REQUIREMENTS (NOTE: This part would be used to speed any additional audit requirements imposed by the State awarding entity' that are solely a matter of that State awarding entity's policy (i.e., the audit is not required by Federal or State laws and is not in conflict with other Federal or State audit requirements). Pursuant to Section 215.97(8), Florida Statutes, State agencies may conduct or arrange for audits of State financial assistance that are in addition to audits conducted in accordance with Section 215.97, Florida Statutes. In such an event, the State awarding agency must arrange for funding the full cost of'sueh additional audits.) PART IV: REPORT SUBMISSION 1. Copies of reporting packages for audits conducted in accordance with OMB Circular A-133, as revised, and required by PART I of this Attachment shall be submitted, when required by Section .320 (d), OMB Circular A-133, as revised, by or on behalf of the recipient dir lv to each of the following: DEP 55-215 (02,07) DEP Agreement No. A9098, Attachment 1, Page 2 of 5 Item # A . The Department of Environmental Protection at the following address: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 B. The Federal Audit Clearinghouse designated in OMB', Circular A-133, as revised (the number of copies required by Sections .320 (d)(t) and (2), OMB Circular A-133, as revised, should be submitted to the Federal Audit Clearinghouse), at the followiing addiiess: Federal Audit Clearinghouse Bureau of the Census 1201 East 10th Street Jeffersonville, IN 47132 C. Other Federal agencies and pass-through entities in accordance with Sections .320 (e) and (I), OMB Circular A-133; as revised. 2. Pursuant to Section .320(1), OMB Circular A-133, as revised, the recipient shall submit a copy of the reporting package described in Section .320(c), OMB Circular A-133, as revised, and any management letters issued by the auditor, to the Department of Environmental Protection at the following address: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 3. Copies of financial reporting packages required by PART II of this Attachment shall be submitted by or on behalf of the recipient directly to each of the following: A. The Department of Environmental Protection at the following address: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 B. The Auditor General's Office at the following address: State of Florida Auditor General Room 401, Claude Pepper Building 111 West Madison Street Tallahassee, Florida 32399-1450 DEP 55-2 J 5 (02 07) DEP Agreement No. A9098, Attachment 1, Page 3 of 5 Item # REMAINDER OF PAGE INTENTIONALLY LEFT BLANK 4. Copies of reports or management letters required by PART III of this Attachment shall be submitted by or on behalf of the recipient directly to the Department of Environmental Protection at the following address: Audit Director Florida Department of Envirionmental Protection Office of the Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 5. Any reports, management letters, or other information required to be submitted to the Department of Environmental Protection pursuant to this Agreement shall be submitted tawly in accordance with OMB Circular A-133, Florida Statutes; or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, as applicable. 6. Recipients, when submitting financial reporting packages to the Department of Environmental Protection for audits done in accordance with OMB Circular A-133, or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, should indicate the date that the reporting package was delivered to the recipient in correspondence accompanying the reporting package. PART V: RECORD RETENTION The recipient shall retain sufficient records demonstrating its compliance with the terms of this Agreement for a period of 5 years from the date the audit report is issued, and shall allow the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General access to such records upon request.. The recipient shall ensure that audit working papers are made available to the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General upon request for a period of 3 years from the date the audit report is issued, unless extended in writing by the Department of Environmental Protection. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DEP 55-215 (020) DEP Agreement No. A9098, Attachment 1, Page 4 of 5 Item # I /?I 1rr?`` 1?1 0 Li O b w O ? Q O U O U ?-I ° f"-r O G y Uz . Q" 7 z o N 0 N ? 4 N O i z ?i O a c w 7-r 4? o ? ?U yri O .O w O N x b?A .? N O [? ?I w O O U ,s O Q w U N . Q" N x U•? b? 0 -Ct N as N ° 0 N 7-r ° b-0 f4 0 U v? w N Q? N 0 U N U O N ? O bA Q' p ? Q ?-I O U y G ?i 00 N ? w N . Q" N ? p bD N O cz Q?' O w ° 0 x t o u 0 a4 z Q U ? v U ? N Q"' U O 7Ur Q N ,y w ° o U '" O U U a ¢ 4 ?w e> O O U -Cq 7-r ,rti y by (? ? .ter O Q-I V] U U ? -a G U .? O ? U U y U 4p M o ? o ? u U?1 N yr M W C a c a d L a s c` a a c c Z a o £ ° a V, L Q C Meeting Date:8/18/2008 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Ratify and confirm staff submission of grant request to Florida Department of Elder Affairs 2008-2009 Senior Center Fixed Capital Outlay Grant (SCO) for the Senior Center at the Long Center in the amount of $727,500. (consent) SUMMARY: The State of Florida appropriated $10 million non-recurring tobacco funds for senior center fixed capital outlays in the 2008/2009 appropriations, which are available through a grant opportunity. The Parks and Recreation Department is negotiating an amendment to the agreement with UPARC to release 8,500 sq. ft. of space to the City at the Long Center to operate the City's first multi-purpose senior center. The City will renovate, equip and furnish this space through the SCO grant as a multi-service senior center. The senior center will expand programs and services for Clearwater's large and growing senior community. The Office on Aging will partner with organizations and businesses to provide these programs. The proposed project will cost $970,000 of which 75% or $727,500 will be provided by the grant and 25% or $242,500 as a match. Staff is proposing that the City's match come from CIP 315-94524, Long Center Major Infrastructure Improvements. There is a balance of funds in this code that can be allocated to this project, since the funds are designated for major building improvements to the Long Center facility. Total operating cost impact will be approximately $102,000 per year requiring an additional 1.5 FTE's. An endowment fund is being developed to address the senior center's operating costs. The environment to secure this endowment is favorable as staff is working with Senior Citizens Services, Inc. to secure an endowment. If the endowment is not fully realized prior to the completion of the senior center renovations, then the Parks and Recreation Department will reallocate personnel and resources from existing facilities, which may include the Office on Aging Manager assuming some operational responsibilities at the Center. Review Approval: 1) Office of Management and Budget 2) Legal 3) Clerk 4) Assistant City Manager 5) Clerk 6) City Manager 7) Clerk Cover Memo Item # 13 Meeting Date:8/18/2008 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve the First Amendment to Agreement between the City of Clearwater and The Upper Pinellas Association for Retarded Citizens, Inc., for the use of certain portions of The Long Center and authorize the appropriate officials to execute same. (consent) SUMMARY: The Council approved an agreement between The Upper Pinellas Association for Retarded Citizens, Inc. (UPARC) and the City for the management and maintenance of the Long Center on October 7, 2004. The agreement was a five-year Partnership and Operational Support Agreement, with automatic renewable successive five-year periods, for the use of certain portions of the Long Center to provide management, maintenance and programming for citizens with moderate to severe developmental disabilities. This Amendment provides for several changes to the current agreement. • Provides approximately 7,500 sq. ft. of workspace, including current cafeteria area and 2 classrooms to be operated by the City. This is delineated in revised Exhibit "B" of the document. • Reduces utility bill reimbursement by 10% from UPARC or approximately $1,200 per month due to reduced square footage. • City assumes responsibility for major capital items of HVAC and roof (as we do with other leased facilities). It is proposed to use the areas being assumed by the City for dedicated senior programming at the Long Center. Needed renovations to the facility include roofing and HVAC improvements estimated at approximately $1.2 miillion, and will need to be performed sometime in the next 5 to 10 years. Appropriate funding recommendations for this project will be forthcoming upon acceptance of the grant. Staff is currently working with Senior Citizens Service to secure ongoing operating dollars for the new program spaces. Construction contracts as well as programming alternatives will be brought back to City Council at a future date. This agreement will allow for UPARC to continue their many programs and activities that benefit the citizens with developmental disabilities. Funding for this amendment is available in the current and proposed Parks and Recreation operating budget. Type: Operating Expenditure Current Year Budget?: Yes Budget Adjustment Comments: Current Year Cost: $2,400 Not to Exceed: $2,400 For Fiscal Year: 2008 to 2009 Appropriation Code Amount Budget Adjustment: No Annual Operating Cost: $14,400 Total Cost: $16,800 Appropriation Comment 010-01816-542200-572-000 $16,800 Review 1) Office of Management and Budget 2) Parks and Recreation 3) Office of Management and Approval: Budget 4) Legal 5) Clerk 6) Assistant City Manager 7) Clerk 8) City Manager 9) Clerk Cover Memo Item # 14 Attachment number 1 Page 1 of 2 FIRST AMENDMENT TO AGREEMENT THIS Amendment to that certain Agreement ("Agreement") dated October 18, 2004, is hereby made and entered into on , 2008, between the CITY OF CLEARWATER, FLORIDA, a municipal corporation of the State of Florida, ("City") and THE UPPER PINELLAS ASSOCIATION FOR RETARDED CITIZENS, INC., a Florida non-profit corporation, ("Agency"). WHEREAS, City and Agency agree to amend the Agreement between the two parties to decrease the area to be occupied and used by Agency; and, WHEREAS, the Agency's responsibility for certain costs related to its use and occupation shall be correspondingly decreased on a pro-rata basis. NOW THEREFORE, the Agreement is hereby amended as follows: 1. The City and Agency agree that certain areas of the building will be returned to the City for the City's use in conjunction with the Center as reflected in Amended Exhibit "B", attached hereto and incorporated herein. Amended Exhibit "B" shall supersede Exhibit "B" in all respects and shall be binding on the parties. 2. Article II, Paragraph 5(a)(2) is amended to provide that the Agency pay 40% of the following enumerated costs and shall read: For the following items that are shared with the City, the Agency will be billed monthly to pay 40% of the bill, payable by the 20th of the month. • Water - domestic (excludes pool water) • Sewer • Storm Water • Gas (for hot water heater boiler) • Utility Tax • Fire Alarm Maintenance • Electricity (excludes the aquatic facility, athletic field lights, playground lights and concession area meters) 3. Article II, Paragraph 5(c) is amended to provide that Agency no longer be responsible for air conditioner and roof capital maintenance and shall read as follows: The Agency will provide replacement maintenance for all major capital components of the building including painting, plumbing and electrical for all areas described in Exhibit "B„ 4. Article III, Paragraph 2(f) is added to provide that the City shall be responsible for air conditioner and capital maintenance and shall read as follows: The City shall provide for replacement maintenance for all major capital components of the roof and HVAC system for all areas of the Center, including the area as described in Amended Exhibit "B". 1 Item # 14 Attachment number 1 Page 2 of 2 IN WITNESS WHEREOF, the parties have executed this Amendment the day and year first above written. Countersigned: CITY OF CLEARWATER, FLORIDA By: Frank V. Hibbard William B. Horne, II Mayor City Manager Approved as to form: Attest: Laura Lipowski Cynthia E. Goudeau Assistant City Attorney City Clerk THE UPPER PINELLAS ASSOCIATION FOR RETARDED CITIZENS, INC. By: Printed Name: Thomas J. Buckley, EdD Executive Director Upper Pinellas Association of Retarded Citizens 2 Item # 14 vi I j ? 00 O 0 0 ? C? ? r 00 ?? r O 7v O ? o Atlachment e 1 of 1 number 2 of ° ? ? ?? ?? ?v v 0z X y mr Z °n O °o Cl) m z? m? ;o Mm n m I ?? W n ?? ?? ?m ?? n Cl) "o \ ° ? ° ? co M n O O ° ? Z n I r o El 2- o r ° O ° O ? rn ° ° Attachment number 3 ? age 1 of 1 ° ? O ? Meeting Date:8/18/2008 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve an Interlocal Agreement between the CRA and the City of Clearwater to provide CRA funding in the amount of $134,023.46 to underwrite the cost of two additional Community Policing officers and related equipment by the Clearwater Police Department in the East Gateway CRA District, pursuant to the recently adopted East Gateway District Five-Year Action Plan and authorize the appropriate officials to execute same. (consent) SUMMARY: 1. On August 18, 2008, the CRA approved the Interlocal Agreement to provide Tax Increment Financing (TIF) funding to The City Of Clearwater in the amount of $134,023.86 to provide two (2) Community Police officers and related equipment to the CRA area of the East Gateway. 2. The term of this Interlocal Agreement will be October 1, 2008 through September 30, 2009. 3. The TIF funds paid to the City of Clearwater by the CRA will be done pursuant to Section 163.361(1), Florida Statutes, and will be used to provide a more visible community policing presence within the East Gateway neighborhood. Review Approval: 1) Legal 2) Clerk 3) Assistant City Manager 4) Clerk 5) City Manager 6) Clerk Cover Memo Item # 15 Attachment number 1 Page 1 of 6 INTERLOCAL AGREEMENT This Interlocal Agreement is made and entered into this day of , 20087 by and between the Community Redevelopment Agency of the City of Clearwater, Florida (CRA), a redevelopment agency established pursuant to law, and the City of Clearwater (CITY), a municipal corporation of the State of Florida. WHEREAS, this Agreement is made and entered between the parties pursuant to Section 163.01, Florida Statutes, the "Florida Interlocal Cooperation Act of 1969"; and WHEREAS, Section 163.361(1) of the Florida Statutes allows for the use of Tax Increment Funding (TIF) funds for community policing innovations in Community Redevelopment Areas; and WHEREAS, the CRA has established a Five Year Plan which contains an East Gateway Character District Strategy, which includes the element to "provide a more visible community policing presence within the East Gateway neighborhood"; and WHEREAS, the CRA has ascertained that the East Gateway area is in critical need of community policing presence in order to specifically reduce drug dealing, prostitution, and street crimes in the target area; and WHEREAS, the CRA desires, through the use of TIF funds, to enhance the community policing presence, specifically in the East Gateway area; and WHEREAS, the CRA and the CITY wish to enter into an Interlocal Agreement in order to provide for the CRA's financial contribution to provide additional community policing presence by the CITY in the East Gateway area above and beyond the current activity levels; and WHEREAS, the CRA and the CITY desire to enter into an Interlocal Agreement outlining the scope of services and responsibilities of the parties. NOW THEREFORE, in consideration of the covenants made by each party to the other and of the mutual advantages to be realized by the parties hereto, the CRA and the CITY agree as follows: Section 1. Term. The term of this Interlocal Agreement will be October 1, 2008 through September 30, 2009. Section 2. Intent. It is the intent of the parties that the TIF funds paid to the CITY by the CRA pursuant to Section 163.361 (1), Florida Statutes, be used Item # 15 Attachment number 1 Page 2 of 6 to provide a more visible community policing presence within the East Gateway neighborhood. Section 3. Responsibilities of the CRA 1. Function: a. Provide TIF funding in the total amount of $134,023.86 for the contract year, said funds to be utilized by the Clearwater Police Department (CPD) to provide the community policing presence, to be allocated in the following manner: b. $127,444.04 to pay for the salaries, benefits and equipment for two (2) police officers for the contract year. Exhibit "A," Position Enhancement Fact Sheet, attached hereto and incorporated by reference, contains detailed specifications on salary, benefits and equipment. C. $2,829.82 to purchase two (2) fully equipped police bicycles as a cost of $1,414.91 each. d. $3,750.00, the estimated fuel cost for the contract year for a police vehicle used by the two (2) police officers within the East Gateway Area. Section 4. Responsibilities of the CITY 1. Scope of Duties. The services that the CITY will provide will be carried out the CPD. These services are: A) Implementation of a Law Enforcement Strategy in the East Gateway area as follows: Goal: Reduce drug dealing, prostitution, and street crimes. 1. Objective 1: Remove identified dealers and career criminals from the area. Tasks: a) Identify the drug dealers in the area. b) Gather intelligence information utilizing undercover techniques and surveillance equipment. C) Develop confidential informants to assist in furthering criminal investigations of the "worst of the worst." Outcome Measures: a) Develop two (2) confidential informants in the target area. 2 Item # 15 Attachment number 1 Page 3 of 6 b) Increase by 25% the number of criminal charges filed against drug dealers in the target area. 2. Objective 2: Reduce incidence of prostitution and solicitations by "Johns" in the target area. Tasks: a) Conduct reverse prostitution "stings" utilizing police officers as decoys. b) Utilize directed patrol to discourage prostitutes and "Johns" from frequenting the area. C) Impound vehicles of "Johns) who are arrested for soliciting prostitutes or police decoys in the area. d) Coordinate with the City's Community Response Team to enhance code enforcement in the target area relative to hotels that are know to be utilized by prostitutes. Outcome measures: a) Conduct minimum of three (3) reverse sting operations annually. b) Conduct minimum of two (2) inspections annually in conjunction with Community Response Team of hotels used by prostitutes. 3. Objective 3: Reduce crimes committed by and against homeless individuals in the target area. Tasks: a) Utilize directed patrol in areas known to be frequented by homeless individuals. b) Enforce "Rules of Conduct" as set forth by the Clearwater Homeless Intervention Project (including prohibitions against panhandling, public drinking, public urination, loitering, etc.) Outcome Measures: a) Increase arrests and citations for violations of criminal law or ordinances by 25% over a five-year period. B) In order to carry out the Law Enforcement Strategy referenced above, the CDP will provide the following: 1. Two (2) fully equipped police officers to provide law enforcement services to the target area defined as the East Gateway for a minimum of eight (8) hours per day, five (5) days per week. 2. Specific duties, activities, and responsibilities: 3 Item # 15 Attachment number 1 Page 4 of 6 a) The officers will be assigned to a Community Policing Team with geographical responsibility for the East Gateway. b) The Team assignment will always ensure coverage by two (2) officers. C) Schedules of the officers will vary, but coverage will be predominately during evening hours. d) Officers will patrol by both vehicles and bicycles. e) A report of police activities and statistical information will be provided to the CRA on a scheduled basis. f) The officers selected will be experienced, current member of the CPD. 3. An existing, fully-equipped Crown Victoria Police Car. C) All CRA funds pursuant to this agreement will be kept in the CPD's departmental account and will be segregated for accounting purposes in the City records. D) No charges to the CRA account will be made for activities or hours worked by the two (2) officers outside the CRA area, or for equipment used outside the CRA area. D) Other administrative duties as mutually agreed. Section 5. Notice. Sixty (60) days notice by either party to the other pursuant to the Interlocal Agreement shall be given in writing and hand- delivered or mailed as follows: Chairperson, Board of Trustees Community Redevelopment Agency 112 South Osceola Avenue Clearwater, Florida 33756 City of Clearwater Attn: Rod Irwin, Asst City Mgr. for Econ. Development 112 South Osceola Avenue Clearwater, Florida 33756 Telephone: (727) 562-4040 Section 6. Entire Agreement. This document embodies the whole Agreement of the parties. There are no promises, terms, conditions or 4 Item # 15 Attachment number 1 Page 5 of 6 allegations other than those contained herein. This Agreement shall be binding on the parties, their successors, assigns and legal representatives. Section 7. Indemnification. The CRA and the CITY agree to be fully responsible for their own acts of negligence, or their respective agents' acts of negligence when acting within the scope of their employment, and agree to be liable for any damages resulting from said negligence only to the extent permitted by Section 768.28, Florida Statutes. Nothing herein is intended to nor shall it be construed as a waiver of any immunity from or limitation from liability that the CRA and the CITY are entitled to under the doctrine of sovereign immunity (Section 768.28, Florida Statutes). Nothing herein shall be construed as consent by the CRA or the CITY to be sued by third parties in any manner arising out of this Agreement. Section 8. Maintenance of Effort. The expenditures authorized by this Agreement are solely and exclusively to increase community policing activity and resources. The City agrees that no diminishment of existing police efforts in the East Gateway will occur as a result of this agreement. Section 8. Filing Effective Date. As required by Section 163.01(11), Florida Statutes, the Interlocal Agreement shall be filed with the Clerk of the Circuit Court of Pinellas County after execution by the parties, and shall take effect upon the date of filing. IN WITNESS WHEREOF, the parties hereto, or their law representatives, have executed this agreement as the date first above written. COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF CLEARWATER, FLORIDA By: Frank Hibbard, Chairperson ATTEST: By: Cynthia E. Goudeau, City Clerk 5 Item # 15 Attachment number 1 Page 6 of 6 Countersigned: Frank V. Hibbard Mayor Approved as to form: Pamela K. Akin City Attorney CITY OF CLEARWATER, FLORIDA By: William B. Horne II City Manager Attest: Cynthia E. Goudeau City Clerk 6 Item # 15 Meeting Date:8/18/2008 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve renewing a contract with the Pinellas County Sheriff's Office, Largo, Florida, for latent fingerprint, crime scene processing, evidence and property storage and Pinellas Juvenile Assessment Center services, during the one year contract period commencing October 1, 2008, through September 30, 2009, at a cost of $647,362.00 and authorize the appropriate officials to execute same. (consent) SUMMARY: The Pinellas County Sheriff's Office (PCSO) and the Clearwater Police Department (CPD) began annual contractual agreement for services in January 1994. The agreements covered\ latent fingerprint examination, property/evidence storage, and crime scene processing services. The total cost of the proposed FY 2008/2009 agreement is $647,362.00. The contractual price reflects an increase of approximately 14% for currently provided services and an additional $57,362 for PJAC security. CPD has never been charged for this service. The proposed contractual agreement reflects the following breakout of costs: Fingerprint Services - $95,620.00; Forensic Science Services (Crime Scene Processing) - $352,000.00 (2,200 calls @ $160.00 per call), requests for services in excess of 2,200 calls will be invoiced monthly at a rate of $160.00 per call. In addition, any funds from unused calls for service from FY 2008/2009 shall be applied toward the following year's contractual agreement; Evidence and Property Service and Storage - $142,380.00. This cost is inclusive of personnel and storage costs, and is an increase of $79,878 over FY 2007/2008 charges for the same category. The Sheriffs previous charges have not covered his cost for providing these services. In order to bring the fees up to a level to cover his costs, the rates will be increased over the next two years. This year's increase represents the main reason for the 14% overall increase in the cost for this contract. Additionally, for the first time PCSO is charging all Pinellas County law enforcement agencies their respective share of the cost of providing security for the Pinellas Juvenile Assessment Center (PJAC). Clearwater's share is $57,362.00 based on the number of juvenile bookings made by CPD into PJAC the previous year, totaling 667, reflecting a cost of $86.00 per booking. Billing for requests for service in excess of the 667 bookings during the term of this contract shall be invoiced at the rate of $86.00 per booking. Any excess funds from unused bookings will carry over to the following year. Funding for this contractual agreement is proposed in the Police Department's F/Y 2008/2009 operating budget. Type: Operating Expenditure Current Year Budget?: None Budget Adjustment Comments: Current Year Cost: Not to Exceed: -0- For Fiscal Year: 2008 to 2009 Appropriation Code Amount 010-01121-530300-521-000 $647,362.00 Budget Adjustment: None Annual Operating Cost: Total Cost: $647,362.00 Appropriation Comment Cover Memo Item # 16 Review Approval: 1) Clerk Attachment number 1 Page 1 of 9 AGREEMENT COMES NOW, the CITY OF CLEARWATER, FLORIDA, a municipal corporation (hereinafter "CITY"), JIM COATS, as Sheriff of Pinellas County, Florida, (hereinafter "SHERIFF") and PINELLAS COUNTY, a political subdivision of the State of Florida, (hereinafter "BOARD") and agree as follows: WHEREAS, the CITY desires to contract with the SHERIFF for assistance in examining latent fingerprints derived from crime scenes within the CITY and from suspects and victims of crimes occurring within the municipal limits of the CITY, and; WHEREAS, the CITY desires to contract with the SHERIFF for crime scene services and evidence and property storage for the CITY OF CLEARWATER Police Department, and; WHEREAS, the SHERIFF has available personnel to perform such services for the CITY; WHEREAS, the CITY desires to contract with the SHERIFF for the provision of security at the Juvenile Assessment Center; and WHEREAS, both the CITY and the SHERIFF believe the provision of such services as hereinafter described is in the best interest of the safety and welfare of the citizens of the CITY and of Pinellas County and that such will facilitate the investigation of criminal activity and the apprehension of persons engaging in such activity; NOW, THEREFORE, in consideration of the mutual covenants and promises set forth below, the parties hereto agree as follows: Item # 16 Attachment number 1 Page 2 of 9 1. LATENT PRINT SERVICES A. The SHERIFF shall provide to the CITY latent print examination and analysis services. B. Latent Print Examiners who perform these services shall be appropriately trained and qualified to examine latent fingerprints and to identify same. C. Said Examiners shall be members of the Pinellas County Sheriff's Office and shall be subject to the direction and all rules and regulations of the SHERIFF. D. Said Examiners shall be on duty to perform fingerprint examinations for the CITY eight (8) hours per day, five (5) days per week and shall as a part of their duties: 1. Examine fingerprints provided by the CITY to eliminate fingerprints of persons who have a legitimate reason to have their fingerprints in a premise or on an object. 2. Evaluate the quality of latent fingerprints provided by the CITY. 3. Compare the latent fingerprints of suspects provided by the CITY. 4. Appropriately document those latent fingerprints provided by the CITY which cannot be positively identified. 5. Prepare and provide to the CITY reports on all latent fingerprint identifications performed. 6. Attend depositions, hearings and trials and render expert testimony in the area of fingerprint identification. E. In those instances where the CITY submits a complex or lengthy latent identifieation request, the SHERIFF shall devote the necessary available personnel to perform the work. F. The CITY shall provide one individual, to be designated by the CITY, who shall act as a liaison with the Examiners provided for herein. Said liaison shall: 2 Item # 16 Attachment number 1 Page 3 of 9 1. Be a member of the CITY Police Department. 2. Be responsible for the timely and appropriate delivery of latent fingerprints and certain items of evidence to the SHERIFF. 3. Be responsible for the proper execution and delivery to the SHERIFF of correctly executed latent fingerprint request forms. 4. Be responsible for the return to the CITY of completed latent fingerprint request forms showing the results of such examination or comparison. 5. Serve as the SHERIFF's contact with the CITY in all day to day matters relating to the examination of latent fingerprints pursuant to this Agreement. G. ' The CITY shall pay to- the BOARD the sum of NINETY-FIVE THOUSAND SIX HUNDRED AND TWENTY DOLLARS ($95,620.00) for the latent fingerprint services to be rendered pursuant to this Agreement. 2. FORENSIC SCIENCE SERVICES A. The SHERIFF will provide to the CITY, upon request by the CITY, Forensic Science Services to document, process and collect evidence at crime scenes within the CITY. Said services shall include the photographing or otherwise documenting said crime scene as such may be appropriate, within the scope and capabilities of the SHERIFF. Any processing or testing outside SHERIFF's capabilities shall be at the expense of the CITY but will be facilitated by SHERIFF. B. The SHERIFF shall provide to the CITY Police Department copies of all crime scene reports generated by SHERIFF's personnel pursuant to this Agreement. 3 Item # 16 Attachment number 1 Page 4 of 9 C. The CITY shall pay to the BOARD the sum of ONE HUNDRED SIXTY DOLLARS ($160.00) for each crime scene processed by the SHERIFF and shall guarantee a minimum of 2,200 calls for service during the period of this Agreement. For all requests for service in excess of 2,200 calls for service during the period of this Agreement, the CITY shall pay to the BOARD the sum of ONE HUNDRED SIXTY DOLLARS ($160.00) for each crime scene processed pursuant to this Agreement. D. The CITY shall pay to the BOARD the sum of THREE HUNDRED FIFTY-TWO THOUSAND DOLLARS ($352,000.00) for the 2,200 calls for service for the period of this Agreement. E. Billing for requests for service in excess of 2,200 calls during the period of this Agreement shall be invoiced monthly at the rate of ONE HUNDRED SIXTY DOLLARS ($160.00) per call. F. Any funds from unused calls for service from FY 2008/2009 shall be applied towards next year's Agreement. G. The parties agree that the term "call for services" as used herein shall be defined as an incident, event or offense that requires a report or offense number made, recorded or taken by a member of the CITY Police Department for documentation purposes and which requires some reportable action by a SHERIFF's Forensic Science Specialist. All services rendered under the same case number shall be deemed one call for service. Such offense numbers shall be used to calculate calls for service with each offense number which results in a request for services being deemed a call for services. 4 Item # 16 Attachment number 1 Page 5 of 9 3. EVIDENCE AND PROPERTY SERVICE AND STO A. During the term of this Agreement, the SHERIFF agrees to provide to the CITY storage, release and disposition of all seized evidence, found property and property being held for safekeeping as defined by Florida Statutes and the City of Clearwater Code of Ordinances within the SHERIFF's Evidence and Property Storage Facility, except for non- evidentiary bicycles and breath, blood or urine samples obtained from persons suspected of operating vehicles or vessels while under the influence of alcohol or drugs, which samples shall be maintained by the Pinellas County Medical Examiner's Office. B. ' The SHERIFF shall also transport drug items to and from the County lab as determined by the CITY Police Department. The SHERIFF shall be responsible for transporting all items of property or evidence as aforesaid from the CITY Police Department and transporting same to secure storage facilities maintained by the SHERIFF. However, where such items of property or evidence are large, voluminous, heavy or otherwise not compatible with transport by ordinary courier, it shall be the responsibility of the CITY Police Department to transport such items to the SHERIFF's Evidence and Property Storage Facility. C. The SHERIFF shall store and maintain chain of custody of all evidence and other property in accordance with current general orders and SOPs. D. All evidence and other property seized, found or held for safekeeping by -the SHERIFF for the CITY. Police Department shall be disposed of in accordance with Florida law or as otherwise ordered by a court of law. Nothing herein shall prevent the CITY from retaining any of its evidence or other property as part of the CITY's inventory of property or donated by the CITY to a qualified non-profit organization in accordance with Florida law. 5 Item # 16 Attachment number 1 Page 6 of 9 E. The CITY shall pay to the BOARD the sum of ONE HUNDRED FORTY- TWO THOUSAND THREE HUNDRED EIGHTY DOLLARS ($142,380.00) for the property and evidence service and storage. This cost is inclusive of personnel and storage costs. 4. PINELLAS JUVENILE ASSESSMENT CENTER (PJAC) A. The SHERIFF and the CITY agree that PJAC is a collaborative effort among the various Pinellas County entities for the centralized and efficient processing of juveniles taken into custody by law enforcement officers countywide. The Pinellas County Sheriffs Office has voluntarily been providing PJAC security services at its own expense for many years without seeking contribution from other Pinellas County law enforcement agencies. The parties agree that fiscal constraints prohibit the continuation of this practice on the part of the SHERIFF. B. The SHERIFF and the CITY further agree that for the term of this Agreement that the CITY shall pay for its share of the cost of security based upon the number of juveniles the CITY's Police Department books at PJAC. The CITY will pay for a minimum of 667 juveniles for the term of this Agreement, at a cost of FIFTY-SEVEN THOUSAND THREE HUNDRED SIXTY-TWO DOLLARS ($57,362.00) reflecting a cost of EIGHTY-SIX DOLLARS ($86.00) per booking. C. Billing for requests for service in excess of the 667 bookings during the term of this Agreement shall be invoiced at the rate of EIGHTY-SIX DOLLARS ($86.00) per booking. D. Any funds not expended in FY 2008-2009 because the number of juveniles booked is less than the anticipated 667 shall be applied towards next year's Agreement. 6 Item # 16 Attachment number 1 Page 7 of 9 5. TOTAL COMPENSATION The CITY agrees to pay to the BOARD, on October 1, 2008, the sum of SIX HUNDRED FORTY-SEVEN THOUSAND THREE HUNDRED SIXTY-TWO DOLLARS ($647,362.00) which reflects the minimum sum due for all services to be rendered during the term of this Agreement. 6. CONTACT PERSONS The SHERIFF agrees to use best efforts and necessary resources available to the SHERIFF to carry out the terms and conditions of this Agreement. Both parties agree that they will cooperate and work together to carry out the terms and conditions of the Agreement. To that end, the parties agree that the following individuals shall be the contact persons for the CITY and SHERIFF respectively. FOR THE CITY Sid Klein, Chief of Police 644 Pierce Street Clearwater, FL 33756 (727) 562-4242 FOR THE SHERIFF Major Dan Simovich P. O. Drawer 2500 Largo, FL 33779-2500 (727) 582-6410 7. BUDGET The BOARD hereby joins in the execution of this Agreement and said BOARD agrees to amend the Pinellas County Sheriff's Office budget to provide these funds necessary to accomplish the purposes of this Agreement and agrees to cooperate in every way reasonably possible to insure that the purposes stated herein are fulfilled. 7 Item # 16 Attachment number 1 Page 8 of 9 8. CANCELLATION Either party may cancel this Agreement without penalty upon providing notice of such cancellation in writing thirty (30) days in advance of the date of cancellation. Upon such cancellation, the SHERIFF shall retain such sums from the payment set forth above as reflect actual calls for service or property storage at the rate provided herein and shall refund the remainder to the CITY. If the SHERIFF receives reimbursement from the BOARD for any of the services that the SHERIFF will be providing to the CITY pursuant to this Agreement, the SHERIFF shall refund the prorated amount of any unused services to the BOARD. 9. COMPLETE AGREEMENT This Agreement constitutes the full and complete understanding of the parties. 10. MODIFICATION This Agreement may be modified or amended only by a document in writing signed by all the parties hereto. 11. ASSIGNMENT Neither party shall assign any obligations or responsibilities under this Agreement to any third party. 12. INDEMNIFICATION Each party shall be liable for the negligent acts or omissions of its own employees "in the performance of this Agreement. Nothing contained herein shall be construed to limit or modify the provisions of Florida Statute 768.28. Nothing herein shall abrogate or expand the sovereign immunity enjoyed by the CITY and the SHERIFF pursuant to the provisions of 8 Item # 16 Attachment number 1 Page 9 of 9 Chapter 768, Florida Statutes, nor shall any third party receive any benefit whatsoever from the indemnification provided herein. 13. TERM OF AGREEMENT This Agreement shall be for a period of one (1) year commencing October 1, 2008, and concluding September 30, 2009. IN WITNESS WHEREOF the parties to this Agreement have caused the same to be signed by their duly authorized representatives this day of 2008. Countersigned: CITY OF CLEARWATER, FLORIDA Mayor-Commissioner Approved as to form: -.)A wA Assistan ity Attorney Approved as to form: Deputy General Counsel ATTEST: KEN BURKE, Clerk -Deputy- Clerk APPROVED AS TO FORM: County Attorney City Manager Attest: City Clerk SHERIFF OF PINELLAS COUNTY, FLORIDA Jim Coats, Sheriff PINELLAS COUNTY, FLORIDA, By and through its Board of County Commissioners Chairperson 9 Item # 16 Meeting Date:8/18/2008 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve the a Cooperative Funding Agreement in the amount of $412,875 with the Southwest Florida Water Management District (SWFWMD) and Pinellas County to share the cost of implementation of the Magnolia Avenue and Sandra Drive Improvement Area and authorize the appropriate officials to execute same. (consent) SUMMARY: Pinellas County approached the City and requested that we partner with them and the Southwest Florida Water Management District (SWFWMD) on this erosion control project. One side of the Creek is in the City and the other is in the County and the side banks are vertical with potential for private property damage if not corrected. The project will consist of reinforcing approximately 2000 feet of channel with gabions and grading the creek bank above the gabions at a gradual slope to blend with surrounding topography. The total project cost is anticipated to be $1,651,500. The County will take the lead on this project handling the design, construction management and fund $412,875. The City will assist with the project and fund $412,875. The SWFWMD will fund $825,750 of the project. Council action at this time is necessary to secure District funds for construction. A separate agreement will be presented to Council before awarding the construction contract. Sufficient budget and revenue is available in Capital Improvement Program (CIP) project 0315-96164, Allen's Creek Improvements Project to fund the City's share of costs. Type: Capital expenditure Current Year Budget?: Yes Budget Adjustment: None Budget Adjustment Comments: Current Year Cost: $412,875.00 Annual Operating Cost: 0.00 Not to Exceed: $412,875.00 Total Cost: $412,875.00 For Fiscal Year: 2007 to 2008 Appropriation Code Amount Appropriation Comment 0315-96164-563700-539- 000-0000 Review Approval: 1) Office of Management and Budget 2) Legal 3) Clerk 4) Assistant City Manager 5) Clerk 6) City Manager 7) Clerk Cover Memo Item # 17 Attachment number 1 Page 1 of 10 AGREEMENT NO. 07000000057 COOPERATIVE FUNDING AGREEMENT AMONG THE SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT AND PINELLAS COUNTY AND THE CITY OF CLEARWATER FOR IMPLEMENTATION OF BMPS IN ALLENS CREEK WATERSHED, MAGNOLIA AVENUE AND SANDRA DRIVE IMPROVEMENT AREA (1-703) THIS COOPERATIVE FUNDING AGREEMENT is made and entered into by and between the SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT, a public corporation of the State of Florida, whose address is 2379 Broad Street, Brooksville, Florida 34604-6899, for itself and on behalf of the Pinellas-Anclote River Basin Board, hereinafter collectively referred to as the "DISTRICT," and PINELLAS COUNTY, a political subdivision of the State of Florida, whose address is 315 Court Street, Clearwater, Florida 33756, hereinafter referred to as the "COUNTY," and the CITY OF CLEARWATER, a municipal corporation of the State of Florida, whose address is 112 South Osceola Avenue, Post Office Box 4748, Clearwater Florida, 33758-4748, hereinafter referred to as the "CITY." WITNESSETH: WHEREAS, the COUNTY and CITY proposed a project to the DISTRICT for funding consideration under the DISTRICT'S cooperative funding program; and WHEREAS, the project consists of implementation of Best Management Practices (BMPs) in Allens Creek Watershed, Magnolia Avenue and Sandra Drive Improvement Area hereinafter referred to as the "PROJECT". and WHEREAS, the DISTRICT considers the PROJECT worthwhile and desires to assist the COUNTY and CITY in funding the PROJECT. NOW THEREFORE, the DISTRICT, COUNTY, and CITY, in consideration of the mutual terms, covenants and conditions set forth herein, agree as follows: PROJECT MANAGER AND NOTICES. Each party hereby designates the employee set forth below as its respective Project Manager. Project Managers will assist with PROJECT coordination and will be each party's prime contact person. Notices and reports will be sent to the attention of each party's Project Manager by U.S. mail, postage paid, to the parties' addresses as set forth in the introductory paragraph of this Agreement. Project Manager for the DISTRICT: Richard Mayer, P.E. Project Manager for the COUNTY: Michael Maroney, P.E. Project Manager for the CITY: Elliot Shoberg, P.E. Page 1 of 7 Item # 17 Attachment number 1 Page 2 of 10 Any changes to the above representatives or addresses must be provided to the other party in writing. 1.1 The DISTRICT'S Project Manager is hereby authorized to approve requests to extend a PROJECT task deadline set forth in this Agreement. Such approval must be in writing, explain the reason for the extension and be signed by the Project Manager and his or her Department Director, or Deputy Executive Director if the Department Director is the Project Manager. The DISTRICT'S Project Manager is not authorized to approve any time extension which will result in an increased cost to the DISTRICT or which will exceed the expiration date set forth in Paragraph 4, Contract Period. 1.2 The DISTRICT'S Project Manager is authorized to adjust a line item amount of the Project Budget contained in the Proposed Project Plan set forth in Exhibit "B" or, if applicable, the refined budget as set forth in Paragraph 3.1 below. The adjustment must be in writing, explain the reason for the adjustment, and be signed by the Project Manager, his or her Department Director and Deputy Executive Director. The DISTRICT'S Project Manager is not authorized to make changes to the Scope of Work and is not authorized to approve any increase in the not-to-exceed amount set forth in the funding section of this Agreement. 2. SCOPE OF WORK. Upon receipt of written notice to proceed from the DISTRICT, the COUNTY agrees to perform the services necessary to complete the PROJECT in accordance with the Special Project Terms and Conditions set forth in Exhibit "A" and the Proposed Project Plan set forth in Exhibit "B." Any changes to this Scope of Work and associated costs, except as provided herein, must be mutually agreed to in a formal written amendment approved by the DISTRICT. COUNTY, and CITY prior to being performed by the COUNTY, subject to the provisions of Paragraph 3, Funding. The COUNTY will be solely responsible for managing the PROJECT, including the hiring and supervising of any contractors it engages in order to complete the PROJECT. 3. FUNDING. The parties anticipate that the total cost of the PROJECT will be One Million Six Hundred Fifty-One Thousand Five Hundred Dollars ($1,651,500). The DISTRICT agrees to fund PROJECT costs up to Eight Hundred Twenty-Five Thousand Seven Hundred Fifty Thousand Dollars ($825,750) and will have no obligation to pay any costs beyond this maximum amount. The COUNTY agrees to fund PROJECT costs up to Four Hundred Twelve Thousand Eight Hundred Seventy-Five Dollars ($412,875). The CITY agrees to fund PROJECT costs up to Four Hundred Twelve Thousand Eight Hundred Seventy-Five Dollars ($412,875). The COUNTY will be the lead party to this Agreement and will pay PROJECT costs prior to requesting reimbursement from the DISTRICT and the CITY. If it becomes evident that the total PROJECT cost will exceed $1,651,500, then the COUNTY, CITY and DISTRICT, by mutual written agreement, may provide additional funding or reduce the PROJECT scope. 3.1 The DISTRICT and the CITY will reimburse the COUNTY for their share of the PROJECT costs in accordance with the Project Budget contained in the Proposed Project Plan set forth in Exhibit "B," subject to Paragraph 3.5 below, The COUNTY may contract with a contractor(s) in accordance with the Special Project Terms and Conditions set forth in Exhibit "A." Upon written DISTRICT approval, the budget Page 2 of 7 Item # 17 Attachment number 1 Page 3 of 10 amounts for the work set forth in such contract(s) will refine the amounts set forth in the Project Budget and be incorporated herein by reference. The DISTRICT will reimburse the COUNTY for 50 percent of all allowable costs in each DISTRICT approved invoice received from the COUNTY up to the maximum DISTRICT contribution, as set forth above, of Eight Hundred Twenty-Five Thousand Seven Hundred Fifty Thousand Dollars ($825,750). The CITY will reimburse the COUNTY for 25 percent of all allowable costs in each CITY approved invoice received from the COUNTY. Payment will be made to the COUNTY in accordance with the Local Government Prompt Payment Act, Part VII of Chapter 218, Florida Statutes (F.S.), upon receipt of an invoice, with the appropriate support documentation, which will be submitted to the DISTRICT monthly at the following address: For the DISTRICT: Accounts Payable Section Southwest Florida Water Management District Post Office Box 1166 Brooksville, Florida 34605-1166 For the CITY: City of Clearwater Attn: Marty Pages, Administrative Analyst Public Works Administration 100 South Myrtle Avenue #220 Clearwater, Florida 33756 3.2 The Project Budget includes any travel expenses which may be authorized under this Agreement and reimbursement will be paid in accordance with Section 112.061, F.S., and District Procedure 13-5, attached hereto as Exhibit "C," as both may be amended from time to time. 3.3 The COUNTY will not use any DISTRICT funds for any purposes not specifically identified in the above Scope of Work. 3.4 Each COUNTY invoice must include the following certification, and the COUNTY hereby delegates authority by virtue of this Agreement to its Project Manager to affirm said certification: "I hereby certify that the costs requested for reimbursement and the COUNTY'S matching funds, as represented in this invoice, are directly related to the performance under the Implementation of BMPs in Allens Creek Watershed, Magnolia Avenue, and Sandra Drive Improvement Area (L703) agreement between the Southwest Florida Water Management District, Pinellas County, and the City of Clearwater (Agreement No. 07000000057), are allowable, allocable, properly documented, and are in accordance with the approved project budget." 3.5 The DISTRICT'S performance and payment pursuant to this Agreement are contingent upon the DISTRICT'S Governing Board appropriating funds for the PROJECT. Page 3 of 7 Item # 17 Attachment number 1 Page 4 of 10 4. CONTRACT PERIOD. This Agreement will be effective upon execution by all parties and will remain in effect through December 31, 2010, unless terminated, pursuant to Paragraph 9 below, or amended in writing by the parties. 5. PROJECT RECORDS AND DOCUMENTS. Each party, upon request, will permit the other party to examine or audit all PROJECT related records and documents during or following completion of the PROJECT. Each party will maintain all such records and documents for at least three (3) years following completion of the PROJECT, All records and documents generated or received by any party in relation to the PROJECT are subject to the Public Records Act, Chapter 119, F.S. 6. OWNERSHIP OF DOCUMENTS AND OTHER MATERIALS. All documents, including reports, drawings, estimates, programs, manuals, specifications, and all goods or products, including intellectual property and rights thereto, purchased under this Agreement with DISTRICT funds or developed in connection with this Agreement will be and will remain the property of the DISTRICT, CITY, and COUNTY, jointly. 7. REPORTS. The COUNTY will provide the DISTRICT and CITY with copies of any and all reports, models, studies, maps or other documents resulting from the PROJECT. 8. LIABILITY. Each party hereto agrees to indemnify and hold the other harmless, to the extent allowed under Section 768.28, F.S., from all claims, loss, damage and expense, including attorney fees and costs and attorney fees and costs on appeal, arising from the negligent acts or omissions of the indemnifying party's officers, employees, contractors and agents related to its performance under this Agreement. This provision does not constitute a waiver of any party's sovereign immunity under Section 768.28, F.S. or extend any party's liability beyond the limits established in Section 768.28, F.S. 9. DEFAULT. Any party may terminate this Agreement upon the other party's failure to comply with any term or condition of this Agreement, as long as the terminating party is not in default of any term or condition of this Agreement. To initiate termination, the terminating party must provide the defaulting party with a written "Notice of Termination" stating its intent to terminate and describing all terms and conditions with which the defaulting party has failed to comply. If the defaulting party has not remedied its default within thirty (30) days after receiving the Notice of Termination, this Agreement will automatically terminate. 10. RELEASE OF INFORMATION. The parties agree not to initiate any oral or written media interviews or issue press releases on or about the PROJECT without providing advance notices or copies to the other party. This provision will not be construed as preventing the parties from complying with the public records disclosure laws set forth in Chapter 119, F.S. 11. DISTRICT RECOGNITION. The COUNTY will recognize DISTRICT, Basin Board, and CITY funding in any reports, models, studies, maps or other documents resulting from this Agreement, and the form of said recognition will be subject to DISTRICT and CITY approval. If construction is involved, the COUNTY will provide signage at the PROJECT site that recognizes funding for this PROJECT provided by the DISTRICT, Basin Board(s), and CITY. All signage must meet with DISTRICT and CITY written approval as to form, content and location, and must be in accordance with local sign ordinances. Page 4 of 7 Item # 17 Attachment number 1 Page 5 of 10 12. PERMITS AND REAL PROPERTY RIGHTS. The COUNTY must obtain all permits, local government approvals and all real property rights necessary to complete the PROJECT prior to commencing any construction involved in the PROJECT. The DISTRICT and CITY will have no obligation to reimburse the COUNTY for any costs under this Agreement until the COUNTY has obtained such permits and rights and construction has commenced. 13. LAW COMPLIANCE. Each party will comply with all applicable federal, state and local laws, rules, regulations and guidelines, related to performance under this Agreement. 14. COMPLIANCE WITH DISTRICT RULES & REGULATIONS. If the PROJECT involves design services, the COUNTY'S professional designers and the DISTRICT and CITY regulation and projects staff will meet regularly during the PROJECT design to discuss ways of ensuring that the final design for the proposed PROJECT technically complies with all applicable DISTRICT and CITY rules and regulations. 15. DIVERSITY IN CONTRACTING AND SUB-CONTRACTING. The DISTRICT is committed to supplier diversity in the performance of all contracts associated with DISTRICT cooperative funding projects. The DISTRICT requires the COUNTY to make good faith efforts to encourage the participation of minority- and woman-owned and small business enterprises, both as prime contractors and sub-contractors, in the performance of this Agreement, in accordance with applicable laws. 15.1 If requested, the DISTRICT will assist the COUNTY by sharing information to help the cooperator in ensuring that minority- and woman-owned and small business are afforded an opportunity to participate in the performance of this Agreement. 15.2 The COUNTY agrees to provide to the DISTRICT, upon final completion of the PROJECT, a report indicating all contractors and sub-contractors who performed work in association with the PROJECT, the amount spent with each contractor or sub-contractor, and whether each contractor or sub-contractor was a minority- or woman-owned and small business enterprise. If no minority- or woman-owned business enterprises were used in the performance of this Agreement, then the report shall so indicate. 16. ASSIGNMENT, No party may assign any of its rights under this Agreement, including any operation or maintenance duties related to the PROJECT, voluntarily or involuntarily, whether by merger, consolidation, dissolution, operation of law, or any other manner without the prior written consent of the other party. In the event of any purported assignment of rights in violation of this section, the parties agree that this Agreement shall terminate and is void. 17. SUBCONTRACTORS. Nothing in this Agreement will be construed to create, or be implied to create, any relationship between the DISTRICT or the CITY and any subcontractor of the COUNTY. 18. THIRD PARTY BENEFICIARIES. Nothing in this Agreement will be construed to benefit any person of entity not a party to this Agreement. Page 5 of 7 Item # 17 Attachment number 1 Page 6 of 10 19. LOBBYING PROHIBITION. Pursuant to Section 216.347, F.S., the COUNTY is hereby prohibited from using funds provided by this Agreement for the purpose of lobbying the Legislature, the judicial branch or a state agency. 20. PUBLIC ENTITY CRIMES. Pursuant to Subsections 287.133(2) and (3), F.S., a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, F.S., for Category Two, for a period of 36 months following the date of being placed on the convicted vendor list. COUNTY agrees to include this provision in all subcontracts issued as a result of this Agreement. 21. DISCRIMINATION. Pursuant to Subsection 287.134(2)(a), F.S., an entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity. COUNTY agrees to include this provision in all subcontracts issued as a result of this Agreement. 22. ENTIRE AGREEMENT. This Agreement and the attached exhibits listed below constitute the entire agreement between the parties and, unless otherwise provided herein, may be amended only in writing, signed by all parties to this Agreement. 23. DOCUMENTS. The following documents are attached and made a part of this Agreement. In the event of a conflict of contract terminology, priority will first be given to the language in the body of this Agreement, then to Exhibit "A," then to Exhibit "C," then to Exhibit "D," and then to Exhibit "B." Exhibit "A" Special Project Terms and Conditions . Exhibit "B" Proposed Project Plan Exhibit "C" District Travel Procedure 13-5 The remainder of this page intentionally left blank. Page 6 of 7 Item # 17 Attachment number 1 Page 7 of 10 IN WITNESS WHEREOF, the parties hereto, or their lawful representatives, have executed this Agreement on the day and year set forth next to their signatures below. SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT By: David L. Moore, Executive Director Date PINELLAS COUNTY By- , Chairman Date Board of County Commissioners CITY OF CLEARWATER By: Frank Hibbard, Mayor By: Date William B. Horne II, City Manager Date COOPERATIVE FUNOING AGREEMENT BETWEEN THE SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT AND PINELLAS COUNTY AND THE CITY OF CLEARWATER FOR IMPLEMENTATION OF BMPS IN THE Al, LENS CREEK WATERSHED, MAGNOLIA AVENUEAND SANDRA DRIVE IMPROVEMENT AREA (L7D3) DISTRICT APPROVAL INITIALS DATE LEGAL A , wl „ r RISK MGMT N'^ CONTRACTS RM DEPT DIR GOB L; ;INGBOARD Page 7 of 7 Item # 17 Attachment number 1 Page 8 of 10 AGREEMENT NO. 07000000057 EXHIBIT "A" SPECIAL PROJECT TERMS AND CONDITIONS 1. CONTRACTING WITH CONTRACTOR. The COUNTY may engage the services of a contractor(s), hereinafter referred to as the "CONTRACTOR," to construct the PROJECT in accordance with the Proposed Project Plan attached as Exhibit "B." The COUNTY will be responsible for administering the contract with CONTRACTOR and will give notice to proceed to the CONTRACTOR no later than October 31, 2008. 2. APPROVAL OF CONSTRUCTION BID DOCUMENTS. The COUNTY must obtain the DISTRICT'S and the CITY'S written approval of all construction bid documents prior to being advertised or otherwise solicited. The DISTRICT and the CITY will not unreasonably withhold its approval. The DISTRICT'S and CITY'S approval of the construction bid documents does not constitute a representation or warranty that the DISTRICT or CITY has verified the architectural, engineering, mechanical, electrical, or other components of the construction documents, or that such documents are in compliance with DISTRICT and CITY rules and regulations or any other applicable rules, regulations, or laws. The DISTRICT'S and CITY'S approval will not constitute a waiver of the COUNTY'S obligation to assure that the design professional performs according to the standards of his or her profession. The COUNTY will require the design professional to warrant that the construction documents are adequate for bidding and construction of the PROJECT. 3. DISTRICT REVIEW OF COUNTY'S SELECTION OF CONTRACTOR. The COUNTY will provide the DISTRICT and the CITY with a tabulation of CONTRACTOR bids and a recommendation to award. The COUNTY must obtain the DISTRICT'S and the CITY'S approval of the selected CONTRACTOR prior to proceeding with construction of the PROJECT and the DISTRICT and the CITY will not unreasonably withhold its approval. 4. APPROVAL OF CONTRACT. The COUNTY must obtain the DISTRICT'S and CITY'S prior written approval of all contracts entered into with its CONTRACTORS as referenced above in item number one of this exhibit. The DISTRICT and CITY will not unreasonably withhold its approval. 5. COMPLETION DATES. The COUNTY will commence construction on the PROJECT by November 30, 2008, and will complete the PROJECT by October 31, 2010. However, in the event of any national, state or local emergency which significantly affects the COUNTY'S ability to perform, such as hurricanes, tornados, floods, acts of God, acts of war, or other such catastrophes, or other man-made emergencies beyond the control of the COUNTY such as labor strikes or riots, then the COUNTY'S obligation to complete said work within aforementioned time frames will be suspended for the period of time the condition continues to exist. This will be the COUNTY'S sole remedy for the delays set forth in this paragraph. Page 1 of 1 Item # 17 Attachment number 1 Page 9 of 10 AGREEMENT NO. 07000000057 EXHIBIT "B" PROPOSED PROJECT PLAN Project Description The PROJECT consists of channel improvements to Allens Creek between Magnolia Avenue and Sandra Drive. It includes two concrete check dams, and approximately 2,000 feet of bank stabilization by installing rubble riprap underlain by geotextile on both banks of the creek. Refer to Attachment 1 for the PROJECT location. Scope of Work Key tasks to be performed by the COUNTY: 1. Attend one meeting with the DISTRICT and the CITY prior to beginning the PROJECT to discuss the approach, schedule and budget; 2. Provide the DISTRICT and the CITY with the Design Report, ERP application, and construction documents for review, and approval; 3. Bid, select and hire a CONTRACTOR to complete the construction in accordance with the DISTRICT and CITY approved construction documents; 4. Provide construction engineering and inspection services during construction; 5. Monitor all phases of construction by means of survey, observations and materials testing to give reasonable assurance that the construction work will be performed in accordance with the approved construction documents set forth in the DISTRICT and CITY approved contract between the COUNTY and its CONTRACTOR; 6. Provide the DISTRICT and the CITY with one copy of a summary of the construction quality assurance data, construction record drawings and permit related submittals; and 7. Be responsible for any post-PROJECT reporting that may be required by the permitting agencies. Page 1 of 2 Item # 17 Attachment number 1 Page 10 of 10 Project Budget DESCRIPTION COUNTY CITY DISTRICT TOTAL Construction $412,875 $412,875 $825,750 $1,651,500 Total: $412,875 $412,875 $825,750 $1,651,500 Project Schedule DESCRIPTION COMPLETION DATES Meeting and Pre-construction documentation August 31, 2008 Construction October 31, 2010 DISTRICT and CITY Review of as-built drawings and duality assurance test results December 1, 2010 Page 2 of 2 Item # 17 Attachment number 2 v7 ` p > w U Z ; ROGERS a a a w > ] Q ST Q T mer x PINE ST U-1 U) Q 0 Q p J (If p m ST p 0 p Q Y p m _ J > O U LL 0 w Ly- Q m Q Z a_ Q U DRUID RD Q p c ? Q ; w Q Q m? Q OON ST z CROYDON Of ? DR 2 p p z p KENMOORE DR Q co w R o > w w w MAGNOLIA z U) o 11 O? W MAGNOLIA Of ?e ED J O Q Q p 3: Of O RIPON DR W w Y O ED 2 RIPON DR z OAK LAKE DR U JEFFORDS JEFFORDS ST 0 KENDALL DR U) U) REBECCA ?a DR REBECCA 0 U of 0 MEADOW LA p Z 00 SANDRA DR SANDRA J BEVERLY 0 CIR- N S ER DR O LEES CT __ -...- . _...-_.__- BRENTWOOD O _______________________-- 0_ (if DR ' ........ _...._...-.._._._._._._._.._._.. co ?o RD oF]on? o! ' p Y Q O Allen Creek CR-488 IoRlo? w Q CORONET I DIPLOMAT ?LL Clearwater N LIMITS OF WORK Aliens Creek W E Prepared by: Engineering Department Geographic Technology Division S 100S . Myrtle Ave, Clearwater, FL 33756 em # 17 Ph: (727)56 , Fax: 26-4755 Map Gen By: SF Reviewed By: AM Date: 8/1/2008 Grid #: 308A S-T-R: 24-29s-15e Scale: 1"=600' www.MyCMyCl learwaterer.co com 11 /21 /2007 -- 10:45:40 AM Meeting Date:8/18/2008 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve a contract for $902,074.25 to Keystone Excavators, of Oldsmar, Fl, for the construction of Alligator Creek Channel G (Fairwood Forest) Project, (03-0023-EN) which is the lowest responsible bid in accordance with plans and specifications and authorize the appropriate officials to execute same. (consent) SUMMARY: The Alligator Creek Channel G (Fairwood Forest) Drainage Improvement Project includes construction of gabion embankments and re establishment of previously eroded soils along 1,500 linear feet of channel. Channel G is a tributary to Alligator Creek and is located east of U.S. 19 and north of Drew Street. Channel G flows north, behind the Fairwood Forest Community, into Cliff Stephens Park. There has been severe erosion along Channel G, which has caused the banks to become very steep and unstable. There are 23 properties located along the east side of the channel and two businesses' on the west side that will benefit from this project. Construction will start in September 2008 and be completed within 180 days. Resolution 07-29 was passed on November 1, 2007, establishing the City's intent to reimburse certain Stormwater project costs incurred with future tax-exempt financing. The projects identified with 2009 revenue bonds as a funding source were included in the project list associated with Resolution 07-29 Third quarter amendments will establish Capital Improvement Projects 0380-96167, Alligator Creek Channel G Drainage Improvememnts with a transfer of budget only of 2009 Stormwater Bond Revenue Proceeds from 0380-96154, Alligator Creek Drainage Improvements in the amount of $541,037.12 and 0315-96167, Alligator Creek Channel G Drainage Improvememnts with a transfer of $451,037.12 of budget only in SWFWMD grant funding, approved by Council 9/18/03 for Alligator Creek Drainage Improvements, from 0315-96154, Alligator Creek Drainage Improvements, to fund the contract as well as any unanticpated costs and miscellaneous items related to the project. Type: Capital expenditure Current Year Budget?: No Budget Adjustment: Yes Budget Adjustment Comments: See Summary Current Year Cost: $902,074.25 Annual Operating Cost: Not to Exceed: $902,074.25 Total Cost: $902,074.25 For Fiscal Year: 2007 to 2008 Appropriation Code Amount Appropriation Comment 0380-96167-563700-539- $451,037.13 000-0000 0315-96167-563700-539- $451,037.12 000-0000 Cover Memo Item # 18 Bid Required?: Yes Bid Number: Other Bid / Contract: Bid Exceptions: None Review 1) Financial Services 2) Office of Management and Budget 3) Legal 4) Engineering 5) Financial Services 6) Office of Approval: Management and Budget 7) Legal 8) Engineering 9) Financial Services 10) Office of Management and Budget 11) Legal 12) Clerk 13) Assistant City Manager 14) Clerk 15) City Manager 16) Clerk Cover Memo Item # 18 Attachment number 1 P2gc 1 of 1 W GRAPE ujL 0 EDENWOOD w w Q Q > CANDLEWOOD ST Q HOMEWOC 0 0 w O DOVEWOOD ST 0 Q /( U LL 0 Qu APPLEWOOD z 0 L w CA --------------------- 0 P ------------ FAIRWOOD C-3? BRIGADOON -------------- - ----- - --- ------- Channel F /7 DREW DRI - - ----- - --- - ----- - --- - - --- - ----- - --- - ----- - --- ------ --------------------------- - ----- - --- - - --- - ----- - --- - ----- - --- - - -- ----- - --- - - -- --- -- -- - - - - - - - -- - - - Clearwater N ? Limits of work Alligator Creek Channel G W E Prepared by: Engineering Department Geographic Technology Division s 100S . Myrtle Ave, Clearwater, FL 33756 Ph: (727)562-4750, Fax: (727)526-4755 www. MyC learwater. com Map Gen By: SF Reviewed By: AM Date: 8/1/2008 Grid #: 282A e S-T-R: 08-29s-16e m # 18 Scale: 1"=600' Attachment number 2 Page 1 of 1 Scope of Work The Work included in this contract includes construction of gabion embankments and re- establishment of previously eroded soils, including clearing and grubbing, general demolition, erosion and sediment control, bypass pumping and maintenance of existing stormwater flows. Gabion baskets are fabricated from corrosion resistant steel wire mesh assembled into rectangular cells of varying size. Gabions are assembled on the job site, set into place and filled with stone to form a monolithic, flexible structure which provides low cost, long-term erosion control and soil stabilization. The high permeability of gabion systems eliminates buildup of hydrostatic pressure which will displace and crack concrete structures. Because of their flexibility, gabion structures can yield to earth movement and retain their full efficiency while remaining structurally sound. They are quite unlike rigid or semi- rigid structures, which may suffer complete failure when even slight changes occur in their foundation. Highly permeable, the gabion structures act as self draining units which "bleed" off ground waters, relieving hydrostatic heads. Interstitial spaces between the stones dissipate the energy from flood, current, and wave action; so, the entire structure is, therefore, a self-draining unit needed no additional drainage. Gabion efficiency, rather than decreasing with age, actually increases. During early periods of use, silt and vegetation will collect within the rock filling for form a naturally permanent structure, enhancing the environment. In addition, gabions are virtually maintenance free. Item # 18 a LL= ? oN Fez' - we?? 3', z 0 G LL' 0 a ??rc _ ooN? ?egd - d',. a - ? .u?' ..w 3° °ffi 'd OR W ° z d ',... ........ o 'z 6 ??LLa w zv,w ' ? W O ''.. F d w j Z > Q N } '' r O O > 1 Z H f p ? O K w N W K ? Nzz Q w 3 o LL '', ro o LL J ", aUQ...w ''' n r w Z . r - Z 2 z u, U - w ~ a a3 w U Q a s 3 ° KO a , ? ''..,,. r ? w a W c? z a cwi F, a Z '' o p ' ?ao - I v x w W o 0 o w w d W W C) N O N O Z O O Q Q Q W p W Z N C N U' Q LL W F W W W Wp W U Z Z W W W W WO W Z W F U' F Q'. W C W ~ m? Q W Q w m ULL ?jLL m? U Q O O LL ~) Z .? Z 2 O Q? W V~ w F F ) " Z Z LL F Q a W "' Z Z U U U W Q W "I W W Q ¢5 O w w Z ~ Q'I O m _ , ?? ? O W WZ O... , W Z Z v?iZ U? Q O O LL LL LL W W W N Z W U W OF W z? Q N . Z Q F. Z W W M Y O O QQ Y p U U U Y Y W Y W Z Q ZQ Z Z Z U N'', m z W fn. ~ W LL O ~ '., D QON'...(7U)2 Q Q j",. Q ¢5 ~ W Q O Qm ..,. Q Q W F U Iw IwIw m".. W W =Z '..O W dZ Z"'.. O o O' m w' ~ ?' MO z z z Q g O (n O ?', w z = O D'., z z MQ U F- Q O O z O Q,. O Q co F'. Q w a 0 a Z a 0 N Z ' a z U H a w U) a° g u U w O 2 U 2 wU C n F W m 2 N z Q QU LLLL w ?z ?U ' U o U o.. U p 00 Q Q .. a O= 3: U) . v i ?2 W' w w a m0 o Q U , U ( U U .. U rn r? M<v ?n , ao n Attachment number 3 Page 1 of 1 Item # 18 Meeting Date:8/18/2008 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve a Construction Contract in the amount of $630,165.25 for Pump Station 19 Replacement (06-0010-UT), to Clark Hunt Construction, Inc. of Clearwater, FL, which is the lowest responsible bid received in accordance with the plans and specifications and authorize the appropriate officials to execute same. (consent) SUMMARY: SUMMARY: Based on engineering analysis and evaluations of the City's sanitary sewer system, it was determined that Pump Station 19 warrants a high priority upgrade as part of the overall rehabilitation of the City's sanitary sewer collection system. This construction contract includes the reconstruction of Pump Station 19 replacing the existing structures and equipment which have deteriorated due to age and wear. Ten competitive bids were received of which four were very close to each other as the lowest. The existing Pump Station 19 is located under the west bound lane of Jeffords Street at San Remo Avenue. Pump Station 19 will be reconstructed, moving the wet well out of the roadway and into the median of Jeffords Street. The project also includes new pumps, piping, electrical and telemetry. As part of this contract the existing station, located under the travel lanes, will be properly abandoned and the roadway restored. Tampa Bay Engineering, Inc. will provide limited post engineering design services during construction as part of their previously Council approved design services contract. Work will commence upon award and execution of the contract and will be completed within 180 days. Resolution 07-28 was passed on November 1, 2007, supplementing Resolution 06-53 establishing the City's intent to reimburse certain Water & Sewer Utility project costs incurred with future tax-exempt financing. The projects identified with 2009 revenue bonds as a funding source were included in the project list associated with Resolution 07-28. Sufficient budget for interim financing or funding with 2009 Water and Sewer Revenue Bond proceeds when issued in project 0376-96686 Pump Station Rehabilitation in the amount of $400,000.00 and budget and revenue is available in project 0315-96686, Pump Station Rehabilitation for the balance of $230,165.25 to fund this contract. Type: Capital expenditure Current Year Budget?: Yes Budget Adjustment: None Cover Memo Budget Adjustment Comments: Current Year Cost: $630,165.25 Not to Exceed: $630,165.25 Annual Operating Cost: Total Cost: $630,165.25 Item # 19 For Fiscal Year: 2007 to 2008 Appropriation Code Amount Appropriation Comment 0376-96686-563800-535- $400,000.00 000-0000 0315-96686-563800-535- $230,165.25 000-0000 Bid Required?: Yes Bid Number: Other Bid / Contract: Bid Exceptions: None Review 1) Financial Services 2) Office of Management and Budget 3) Engineering 4) Financial Services 5) Office of Management and Approval: Budget 6) Engineering 7) Financial Services 8) Office of Management and Budget 9) Legal 10) Clerk 11) Assistant City Manager 12) Clerk 13) City Manager 14) Clerk Cover Memo Item # 19 Attachment number 1 P2gc 1 of 1 RD z w w o! C? W w L--"> SAN JUAN CT OIL O COURT ST SR-651 GULF-TO-BAY BLVD SR-E w w Q Q ROGERS ST w to w w > o! Uj r- Q C? Q I-- I w TURNER U J O (V J F-1 w Q ? 0 z w w of of ? C7 w w w W 2 U LOTUS PATH 2 PINE W (If ST E=? U w Q w Q J E WAY Ja mine H7 ; w ~ MAGNOLIA O 0 W Z Q U W W j = _ J LOTUS PATH > z Y O = z U) O = a JEFFORDS w ST BARRY w ST BARRY Q W J J_ TUSCOLA ST _ ~ w > } MILTON Q ST L Z of d w z O m O BROWNING LL nrl m CR-488 r ------------- - ?T ---------- O \ 2 ? w Y U O ST , LAKEVI EW Uj 0 NORMANDY PARK DR -------------------------------------- -------------------------------- Q Emily ST 0 ? w O Z > w Z W Y O U U W ? ? JASMINE WAY I00 MAGNOLIA DR LOTUS PATH Y w O BUDLEIGH ST Y Q w J JEFFORDS ST BARRY RD TUSCOLA RD ILLINOIS RD PROJECT SITE OTTAWA RD VALENCIA ST RD I BALM( ?LL Clearwater N PUMP STATION 19 w E Prepared by: Engineering Department Geographic Technology Division S 100S . Myrtle Ave, Clearwater, FL 33756 em # 19 Ph: (727)56 , Fax: 26-4755 Map Gen By: SF Reviewed By: TR Date: 8/1/2008 Grid #: 297A S-T-R: 14-29s-15e Scale: 1"=600' www.MyCMyCl learwaterer.co com viaN vu?ui? icii?. Iv.?v 11 /21 /2007 .. 10:45:40 AM oz o' G- Uiz z W. 3z of a rc ''. .. '.. U, V '.. _ z _. _. o 5.o rya zz I Rr 5: oD a orc ? a m z ° a z o a ° ° F ?o o U W O K w 00 U z'w a w z a z z ¢ z a o J N a w m ? a o0 - a . ? o m a.w y s a s a a a a a w w a u u u ' o .. ? ? z z w w w a s A o a a H N t o a 6 U G c W c `"-' Y+ U N k O z n A A A fk n :'? :'? G '? U Attachment number 2 Page 1 of 1 Item # 19 Meeting Date:8/18/2008 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Award a contract for the Skycrest Neighborhood Traffic Calming project (03-0097-EN) to Semper Fi Services, LLC, of Palmetto, Florida, in the amount of $2,373,742.24, which is the lowest responsible bid received in accordance with plans and specifications, and authorize the appropriate officials to execute the same. (consent) SUMMARY: This project involves construction of traffic calming features in the Skycrest community envisioned by community residents at the Skycrest Traffic Calming Charrette and supported by a petition signed by owners of approximately 65% of the parcels in the project area. The engineering plans were reviewed for faithfulness to their charrette vision by residents belonging to the Skycrest Traffic Calming Tech Team at the 30, 60, 90 and 100% milestones. The Skycrest Neighbors, Inc., organization has long strongly supported the project. The Tech Team and Skycrest Neighbors have kept the Skycrest community informed about the project through personal contact, community meetings and the Skycrest Neighbors website. Traffic calming features include construction of a landscaped median on Cleveland St, numerous medians with tree wells and five mini- roundabouts, as well as four modern roundabouts at the intersections of Cleveland St with Lake Drive, Saturn Avenue, Corona Avenue and Aurora Avenue. The Project also includes minor changes on S. Glenwood Avenue to reconfigure parking for the Crest Lake Dog Park. Work will commence upon award and execution of the contract and will be completed within 365 calendar days, sufficient time to allow for the work to not disrupt traffic flow at Skycrest Elementary School. Ongoing maintenance of the landscaping elements of the project will be provided by Parks & Recreation Department. The landscaping was designed, with Parks Department input, for low maintenance. Street signage and pavement markings will be maintained by Traffic Operations. Sufficient budget and revenue are available in Capital Improvement Program (CIP) projects 0315-92259, Traffic Calming, in the amount of $2,357,707.28, and 0315-93286, Parking Lot/Bike Path Resurfacing, in the amount of $16,034.96. A copy of the contract is available for review in the Office of Official Records and Legislative Services. Type: Capital expenditure Current Year Budget?: Yes Budget Adjustment: None Budget Adjustment Comments: Current Year Cost: $2,373,742.24 Annual Operating Cost: Not to Exceed: $2,373,742.24 Total Cost: $2,373,742.24 For Fiscal Year: 2007 to 2008 Cover Memo Appropriation Code Amount Appropriation Comment Item # 20 0315-92259-563700-541- $2,357,707.28 000-0000 0315-93286-563500-572- $16,034.96 000-0000 Bid Required?: Yes Bid Number: Other Bid / Contract: Bid Exceptions: None Review 1) Financial Services 2) Office of Management and Budget 3) Engineering 4) Financial Services 5) Office of Management and Approval: Budget 6) Legal 7) Clerk 8) Assistant City Manager 9) Clerk 10) City Manager 11) Clerk Cover Memo Item # 20 Attachment number 1 Page 1 of 6 O O O O O O O O O O O O O O O O O O O O O 0 O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CO O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O N M r 0 O ; O O N 0 0 0 0 O O O O V 0 0 O CO O 0 M 0 0 0 O O O CO Ln 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~ O O O O O O O M 0) Ln O M r CO N O O CO o N o r co m o O o O O M Ln o Ln o M o Ln r o V co co N o N M M CO V co N M o CO co Ln Ln M r r CO m r V O r Ln N Ln r CO Ln N Ln O co O V O O O o O o O CO O Ln r M Ln r Ln m Ln r O m Ln N O Ln O r Z. z 3: O) CO M V M V O) O) 0 O) M O) O) O) 0 N CO O N CO V N r V CO Ln O) CO CO N N N U) M 7 O CO M Ln N Ln CO co N M V N V N N V O LL Q ? Y V1 ? co U LLM'+ N Q W o 0 0 o o o o o o o o o o o o o o o o o o o Ln o o o o o o Ln o o o o o o o o o o o o o o o o o o o o o o o o O O O O 0 0 0 0 0 0 o o o o o o o o o o o o o r m O O O O O O co O o o o o o o o o o o o o o o o o o o o o o o o N Lfl J V LO V M o o o o O O) 0 O o V N O r V CO o o CO CO O 0 0 0 0 0 " O W a O O O O O O r N 0 LO N N N r N N V V V V Ln CO CO 0 N 0 N 0 LO 0 co LO O LO N r M r r 0 LO 0 M _ N a F O W M M V V M CO N M Z Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea 69 ffl Ea Ea Ea Ea Ea Ea ffl ffl ffl ffl ffl ffl ffl ffl ffl Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea ffl ffl ffl ffl ffl ffl ffl ffl ffl Ea Ea Ea Ea Z Q J o O o O 0 O 0 O o O Ln N o O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 N 0 O 0 o 0 o 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O W } Q O O O O N CO M 0 O 0 O V 0 0 0 0 O O O O M N N CO 0 0 0 O O M O O O O O O O O O O O O O O O O O O O O O O fl Q d O O O O O O N 0) LO M CO O) N _ O O co CO N O CO cO r O) O O O CO CO V c0 O CO O 0) CO o V CO M V N N r o m o r 0) 0) r Ln N N LO O O r r CO LO M - O Ln V CO CO V CO O W O W O O O O O O O LO O O O O O CO O O O N O Ln O CO LO M O Ln O O p 0 O ~ LO O O Ln m r CO V r N M N 0 CO M 02 W 0) CO cO N O r r V O Lc) N cO N V CO O Ln r CO cO r V CO O F W 7 M Ln O r CO V V Ln O V M N N Ln M M 0 7 j w O M V ~ F Q D Z LL K 0 Q V F w ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl O a Q Z Z CO o 0 0 o o LO o o o o o o o o o o o o o o o o o 0 o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o Z N W a V O O O O O N O O O O O O O O O O O O O O O N O Ln o O O O O V O o o o o o o o o o o o o o o o o o o o o o o o J F 2 O O O O O O N V r o o O r o O co o CO o O O O o r o O O M O M V M r o o o r o O O M V O r LO Ln LO Ln LO Ln O CO O 0) O O O Ln O o O o O o O o O o O o O o O o O o O o O o O Ln O o O O W O O O LO V LO N M LO o o o o LO O V O N o M o o O J J z M d F M ? O O) V LO r CO V N V U a LL M Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea Ea LL M O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O LO O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O F Q O O O O o o o O o o o o o o o o o O O O Ln o O O O o o o o O Ln o O O O Lo , O O O O O O O O O O O O O O O O O 0 J F V Ln O O O O O V o 0) N r r 0) o N o O 0) M O o O o r 0) o co O O O o r r o N o o o N CO r O CO o M o LO m O r M p M r O o V O M CO co CO M V CO O O (,2 ;T M N M O CO CO co o O o O o O o LO o O o N o N o M o M LO M O LO N O LO O M O O Z U M Z O LO O N r N M M O O N CO M N CO M O CO CO o m N o o c0 N Ln o o m V V N CO N r O Ln r V V Ln N N r Ln = N O K M O CO CO r M M M CO CO N Ln Ln O) V N CO O V Ln N N V N F U O N N Y Q m J J K Q F O w Z } Q Efl Efl Efl Efl EH EH EH EH EH u H u H u H u H EH u H u H u H EH u H u H EH u H uH ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl EH u W 2 l l l l l l l l l l Z U J U F U) Q 0 = U) } W rn Ln o O 0 o 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 0 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o w U) O Q J U 0 O O O O Ln Ln O O Ln O O Ln O O O Ln O O O Ln Ln O O O Ln Ln Ln Ln CM O Ln Ln O O Ln Ln Ln Ln O O O O O O O O O O O O O O O U Z O N d V Ln O O O O V N N N r O Ln O - O Ln O N O O O N N M CO N V N N N N Ln M M V V V V V Ln r M o Ln o O o Ln o Ln o O o N o co o M o M Lo M Ln Ln Ln r O Ln O - } 0 M w F O LD o c \J V M V V M N V N N Ln Y W N Z N 0 EH EH EH EH EH EH EH EH EH EH EH EH EH EH EH EH EH EH EH EH EH EH EH ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl EH EH EH EH EH EH EH El ffl ffl ffl ffl ffl ffl ffl EH EH Z O O o o o o o o o o o o o co 0 0 0 0 0 0 ( O O O O V O o o o O O O O O O O O O O O O O O O O O O O O O O O O Z CO O 0 0 0 0 0 0 0 0 0 0 O N O o N O o 0) 0) N O O 0) M co co O O O O O O O O O O O O O O O O O O O O O O O O O w m V O o c0 N O O o r o co N O o 0) O V V M o V O Ln CO O co O N O O O O O O O O N LO O Ln o o o o o o o o o o d M N o co 0) o o O 0) N O 0) 0) N O N o o N o CO r 0) co co N N 0) CO co O V co co O O O o N O O N o o o O o o O O F CO Ln N O r CO O r co M co V co V 0) r V N CO N o o O CO co O co O M r N O co N N co O M r Ln CO Ln N N N O co r Ln Ln Q N 7 O) r o m co r N O o V O CO M r M o M o M N M V N 0) V o Ln r V O o r N r M N co M N V CO Ln M r O) Ln r N r m W M O N F M W J Q LL ? U) N F F ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl ffl N O O o o o o o o o o co O LO N O O O co O o CO O O O LO I? N N N O O O O O O O O O O O O O O O O O O O O O O O O LL M U CO O 0 0 0 0 0 0 0 0 0 0 0) r CO O o 0) O CO 0) V V N 0) CO CO CO M O o 0 o o 0 o 0 0 0 o 0 0 o o o o o o o 0 0 o 0 M V CO N N CO N O Ln O O M 0 0 0 Ln O M CO M V V (O Ln (O (O (O O o N Ln O O O O Ln O Ln Ln o o o o o o o o o o d d c0 Ln N o o CO N o o o o r 0) co co co co M O N Ln Ln Ln V o CO o LD co O N N O V o o W c C _ N a 02 r CO M m M M M M LO N N ? z w ? N Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es Es ~ U) U) U) r LL LL r LL a r a a >- a a a r >- r z LL LL LL LL LL LL LL LL LL LL a LL LL LL LL LL L L L Q a a a a a Q < < Q < j J J J u) J (n u) J W (n W W (n W W W (n (n O 0 Cn Cn Cn U) J J J J J (n W J J J J J J J J J w W W W W W W W W W W W W W ! ! M O CO O) O) Ln N M 0 O) 00 V N CO O CO O CO 00 0 00 N 0 M M O V 00 CO O 00 V 00 N N Ln O Ln N O) N CO CO M } F CO O) c0 O M Ln LO r V M CO N rn LO M c0 V LO M 0 M 0 N 0 M CO N M O N CO c0 0 0 CO 0 c0 r CO M O V V N M M O O CO o N N M r N CO O ? b G y y C Ltl N 'C G W P? U In F G o 9 E O T ?y Q? O Ltl O ro > C O Z U 9 o C a) O E m .N W 0 O > O > O C X O (6 F E [V O CO O 0 9 O T Ltl ro (U O C (6 C (U V CO (6 (U (U U a (U E M V N Q L 9 (U N to 9 O 0p G a?i >O " >O ?. (6 E M O N O () > Y Y Y SZ -O O Q (u a s T (D > > to W E ? ?r" p T ro O O > O (6 9 U E Q (6 (6 (6 O E t? T d' U C O (U Q (U Q ~ N N m N - w O > N C (O/1 ` Q O p G ro ?. ro >' ?. C U C ? ? ? N F (U to (6 v p > ' N (6 (6 O- C ' to 07 U - = L Q 9 a to a to s to (U L L > T F F (6 a F E L L U (U a O c O a °''? -? O O 76 L U O d (u O L (u m (u (u (u (u O U O U (u (u (U a a - (U (U ) m Ln C >j L N U p y y oq oq (U () N O- R N > x O O- to 9 L N N N N L L N N F O U O ' U U ' a O a O a O a O O C C E :a C V - (O (u (u a ;-. V p ttl ro E O m (6 fl- w , d d d LL a F F F f/1 U f/1 ' x o f/1 o O itl d a G G G 'ro ro Z? N E - ~ U 3: O m C C C C 9 (6 (6 C C a E - - - - - - O O O ? -O O ? - O Q W E ? -O E N l F. F U V] d U U U C? C? (6 d (n H (n (U N _ LL _ N O O O O O O O O O O Cn Cn O O O O O Cn Q - CO N N Ln Ln CO V O M (O M Cn LL LL (U d' (6 CO N d' Q N d' LL N M V Ln (O r CO O) O N M V Ln CO r CO O) O N M V Ln CO r CO O) O N M V Ln CO r CO O) O N M V Ln CO r CO O) O N M V N N N N N N N N N N M M M M M M M M M M V V V V V V V V V V Ln Ln Ln Ln Ln Attachment number 1 Page 2 of 6 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 V) N O O O O O O O O O V O O) O M O O O O O CO O O O O O V O 0 O 0 O 0 O I? O O O O O O O N O V O V O Ln O N O 0 Ln r O r O O O O O O N O O 0 CO 0 O 0 CO 0 0 N 0 O 0 N 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O M W Ln O O N CO O O O Ln O O W V O O O O CO CO 0 0) I? M M M CO N M N V O I CO CO I 0 0 0 0 0 0 0 0 W O O 0 O O N Z F Z I? O O Ln O O V M O) M CO I? N r V Ln o O r N co m co CO Ln N Ln o m V o V co V o r M co M o CO O Ln N CO Ln I? V V M M M ? ;:: Ln m I - r n Ln - r O M CO CO O V O Ln CO O O M M O) M M I 0) V I M N r CO Ln Ln M CO I? O CO N N I? N o m M V M Q 00 J O K LL O F N Z W 69 69 EH EH EH EH 69 <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a N U u) DK 0 0 0 0 0 0 0 N W y Q C W U o o O o 0 O 0 O 0 I? o 0 co o 0 0 r o 0 CO o 0 O o 0 CO o 0 O o 0 O o 0 co o 0 o o 0 O o 0 O o 0 I? o Ln M o o O o o N o Ln V o o V Ln Ln o o O) o o V Ln I? Ln r o o O o o r v O o o Ln o 0 N o 0 O o 0 o 0 Lc) o 0 r o 0 ? o 0 M o 0 Lc) o 0 CO o 0 O o 0 O o 0 O o 0 O o 0 O o 0 O o 0 O o 0 O o 0 O o 0 O o 0 O o 0 O o 0 O o 0 O U ! U K Ln ? O O O O O CO N O Ln CO Ln CO O Ln N r N N N CO V T M M M V o 0 0 o M o CO 0 - o m o I 0 M 0 0 m CO I O m O N o N O r O m 4 O M N _ M M M M M O m J o LD m 0 j Q U Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl <a <s <s <s <s <s <s <s <s <s <s Efl Efl Efl Efl Efl Efl Efl Efl Efl <a <s <s <s <s <s <s <s <s <s <s Efl Efl Efl Efl Efl Efl Efl Efl Efl Q O O O O O O O Ln o O Ln o O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O U) O O O O CO O Ln N O Ln N O O O O O O O O O O O O O O O O O O O O O O CO O O O O O O O O O O O O O O O O O O O O Z U Ln M O O O O O O N M O) O V I? CO o O o V M O M V O) N O) O O I? M O O O O N O O M o 0 o M co 0 r V V W M O O M M CO O O O O M Ln O CO V O 0 O 0 co 0 M 0 O V O 0 co 0 o 0 O 0 O 0 O 0 N 0 O M Ln 0 O 0 V 0 N 0 M 0 O 0 o 0 o LLB Z F N O O o o M O O) M I? CO I? O o O CO N N CO O N Ln CO M CO V Ln O CO O CO CO V I? N N O O O M O M N N O) M Ln M O z V O O V M I? O o V V N O W N W CO _ Ln M CO CO I? N O) W N r Lc) N N N Lc) W Lc) N O O CO I? M M N CF) = F lfl W w :3 V M CO V N Ln M I? M Ln V N Ln N O ? U . § O O 7Z M O r i N Q ? Q J Z 13 LL 0 Q fA N d O O O O O O O Ln O O Ln 0 0 0 0 0 0 0 0 0 Ln O Ln O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O J Z O O W O O O O CO O o r o o N O O O O O O O O O r o N O O O O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Q D Q U LD O O O M - 0 CO N Ln O M c0 0 0 M Ln O O o o r o m O) O O O M O co o O O O co Ln o o o o o o ? O O O Ln O O O U O F M N O O O O CO CO I? I? r Lc) N CO I? M V N N N N Ln CO N N V Ln CO O) O CO CO O O o O N O O CO co O O CO M O N V N N CO V O ? O Ln O U N Y F ,;T o M V Ln Ln V CO c _ V LL O Z LL M 7 Q } 69 69 69 69 69 69 69 69 69 69 69 69 <a <a <a <a <a <a 69 69 69 69 69 69 69 69 69 69 69 <a <a <a <a <a <a <a <a <a 69 69 69 69 69 69 69 69 69 69 69 <a <a <a <a <a J O O O 0 o o o O O O O O O O O O O O O O O O o 0 0 Ln O O O O O O O O O O O O O O O O O O O O 0 O 0 O I? 0 CO 0 0 0 0 0 0 I? O V O CO O O o CO I? N o N o o V 0 Ln 0 O 0 O 0 O 0 O CO 0 O CO I? O V 0 0 0 0 0 0 0 0 0 0 0 Ln O O O K O O O CO N N o co N M o co m O co N N O O) O) V o V I? O) M co o co o O O o V CO V N O o O O CO Ln M O o o N O ? o O } Q O O O O O O V o I? m M CO M O V V V o M r o m N O) o N co O) o I? o N N co o o m co V o Ln o V o CO O) Ln N m O o Ln CO r CO M O CO N CO O N Ln M O CO _ _ N m 0) N - - V o M o o I r E _ o m o I V O O V I? O M O M CO V M N M O) M CO Lo M O Z M O O M - o N V O - O N O) O N O O) O co o r N M O o N O o N co O m ,;T L? ';T o m M O o Ln N N CO V M V CO N N Ln M V N M N o Of U) O w m Q Q LLI (7 M LLB O 0 eq eq eq eq eq eq eq eq eq eq eq eq eq 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 Z J LL Q V O O O O O O O CO Ln o V O O O N O O o o o o o o O co o o o o o V o o O m O O Ln Ln O o I? Ln o r O V o I? o o o o o o CO O o O o O o O co O CO Lc) V Lc) I Lc) N Lc) Ln o o o o o o o o o o o o o o o o o o o o o o Lc) N O O O O O O Z V O O O O o m o m I? CO o O O O Ln V Ln Ln o I? T o O Ln CO CO M O O CO O M ? W O) M 0 ? 0 0 0 O W Ln r O O O CO O I? 0 W Lu ?} K O O O N M I? r o N O N M N M? N O) n L N N N N M O V (M O ?2 OM OM V M N O U O LL, d Y F O Lc) o Ln V Ln C7 Ln 7 c o co [l' W K N U I N 69 69 Efl Efl Efl 69 69 69 69 69 69 69 69 69 69 69 Efl Efl Efl Efl Efl Efl Efl Efl Efl 69 69 69 69 69 69 69 69 69 69 69 Efl Efl Efl Efl Efl Efl Efl Efl Efl 69 69 69 69 69 69 69 69 69 Z O Ln O O O o o O O o o O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O I? O O O N O O O N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O d o V o o V Co m o o m o o V o o co m o o o co V o o V V o Co o o o Co co o o Co Ln o o o o o o o o o o o o o Co o o o K O r o O O) M V o o o N o co V O co I? T O o o o V N O N co o o o V I? V co o M V V N CO 0 0 0 0 0 0 CO O Ln Ln M O O o z O F Z O O CO O Ln O) o o - o co o M o V CO I? co V N V ? O) M N o V co V o O o m O) V o M V O I? V co r N 0) O V M Ln - M o V - - V O o Ln V O O O O N V O V r Ln - T M N - O M F = Ln O N N N N I O) O) N Ln N CO N M Ln CO M - N ? N Ln N N U m O M Q F Z LL O U F <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a N N Z F o Ln o o o o o o o o o o o o o o o o o o o o o o o o o o o Ln o o o o o o o o o o o o o o o o o o o o o o o o z D V o I? o o o N o o o N o o o o o o o o o o o o o o o o o o o N o o o o o o o o o o o o o o o o o o o o o o o o a fA o O V I? O O Ln m o o O N O Ln co o CO O O CO O) ; O O o M o V o N CO N N N N O N O O CO CO M O M V M N M Ln V O CO O V O M O 0 O 0 O 0 O 0 O Ln O O O V O O O Ln O Ln CO O 0 O 0 O 0 F W IL O O M CO N N ? LD M O O M O Ln ? V M V O Q J F (D (D O (D LD LD N V Ln V V N M Z N N a) :3 Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl E. Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl E. <a <s <s <s <s <s <s <s <s <s <s <s <s <s O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O N V M O O N O O V O o o I? O O O V co V O O V O O) 0 0 0 0 CO O O O O O O O O O O O O O O O O O O O O ll'l O V O co o m I? O O o o O N o co o N O M CO o o co m CO V O co o CO I O co CO CO O O co o O O O N O M M CO m ,;T O CO O Ln N CO o CO m V o M o V N CO O CO co V co N o V CO co CO V CO O V M M O) M N CO o V O) O) I? o Ln I? o N CO N CO CO O) CO co V CO M co M M M Ln CO V CO Ln N r I? O M CO co O o N M V Ln CO r M N O co CO m N Ln 0) M I? N O V V M N O CO CO I? N N F Z M O) O) M N M CO M I? N M W N M O M W N O W Lc) r M O M Lc) N V V V V V c) M M M N CO CO V N CO O Ln Ln N V O V N M ~ M O K LL Q F K N W Z F Q Q Vj Efl 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 Efl Efl Efl Efl Efl Efl Efl 7 0 O O O O O o 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 = ? J W O O O M V (O I? O O V O O M 0 0 0 I? O) O I? V CO CO O Ln N N M I? M 0 0 0 (O (O O O O O O O O O O O O O O O O O O O O Y Q V O V O W N N V W O M N m V O N I? N O M M V Ln V V V I? V O I? O r W Ln (O (O 0) O Ln V W W (O O N O co M E co co o W < W O Ln N co (O co V Ln M M o O N o V N V I? co co (O N co co co co N o - o m I? T O v co M co m cR. I O V r ? V M N N M O J J O d co M N N M # M F N O co U Z 7 Attachment number 1 Page 3 of 6 0 0 0 0 0 0 0 0 O 0 0 0 O O O O O O O O O O O O O O O O O O 0 O O 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o o o o co o 0 0 0 0 0 0 0 0 O 0 0 N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 r O O O O O O O O O O O O O O O O O O O O O Co V O O O LO O O O O CO O O O O Co ? N N N O M O o O O O N O O O O O o O O M V M O O o O O O V O N o N 0 0 0 0 0 0 0 0 V o w F O O LD V N Co N o O Co O O (D N o M N M M M M co o) co O LO O O LO M LO M V r 0 r O O Co Ln O O O M (D M 0 co O r Ln N O O Ln r CO co N co O M V M r N V o) co r M O LO M M O O Ln r V V V M O O V r 0 N 0 M 0 N LO _ o o) ,;T V 0 0 0 0 0 0 0 0 Co V V O , tl/ Z M Z LO M M N M co m r V Co LO m N Co M N M N co m N O N O co co Co N O r Co O) O) LO V O M LO V O LO Co r a i F N M O N N LL Q ? Y V1 ? 0 a. umm co o Q W o 0 0 0 0 0 0 0 o 0 o 0 o LO 0 O o O o O Lo N Lo , o o o N o ? o O o O o O o O o O o O o O o O o O o O o O o O o O o O o O o o o O o N o ? o o o 0 o 0 o 0 o 0 o 0 o 0 o 0 o o o 0 o 0 o 0 o 0 o 0 o 0 o 0 o N o O o O o O o O p U N ll'l J O OLO N Co 0 O Co N V LO N V N V N O O LO O) Co (p V O O 00 O LO LO CO V 00 0 0 0 V LO NO O O 00 LO O O O f0 W (L Ln V Co O M r LO L() N LO r Co CO ?_ r O O F N a F N M O V LD O z 69 69 69 69 69 69 69 69 Efl Efl Efl Efl Efl Efl 69 69 69 69 69 69 69 69 69 69 69 Efl Efl Efl Efl Efl Efl Efl Efl Efl 69 69 69 69 69 69 69 69 69 69 69 Efl Efl Efl Efl Efl Efl Efl Efl Efl 69 7 Q 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 LO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z J 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 Ln O O O O O O O O O O O N O O O O O O O O O O O O O O O O O O O V O O O O _ T o W } Q 0 0 0 0 0 0 0 N O co V N N o T V N O N 0 0 0 0 0 co 0 0 0 O O r d Co 0 co V O O co d O O V O V O 0 co d O Co o O O o ,;T m c6 fl_ Q d O O O O O o co T co V O N O M Co V M M LO Co O O o N ,;T V CO M Co M g M o V CO co O o CO V O M Co M N M O T o V r O o O o r ,;T co r co W o o V o LO o N O V O N M Co o N O O O Co N o O o N V O T o LO ,;T V O O O o CO co O o O O O O O O m M m co M N p 0 O O z V N N M N N V M O - Co Ln - - N N V M O N M N M LO M M o N co M N N O ? LO Co N N N O LO co CO CO f, o F W N o M O 7 w 7 O N N O F F M Q D Z LL w K Q () F 0 Efl Efl Efl Efl Efl Efl Efl Efl Efl H H H fl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl d1 (L Q Z Z m o o o o o o o o o o O o 0 0 0 0 0 0 0 o o o o o o o o o o o o o o o o o o o 0 o o o o o o o 0 o o o o o o o 0 C 9 z O U) Q J F 2 W V 0 O 0 0 O 0 0 O 0 0 O Co 0 O Co 0 O O LO r O m O M 0 M 0 0 N 0 M 0 0 M o O O N O O LO o N 0 O o 0 O V 0 o N 0 o Co 0 O N 0 Co 0 o N 0 o N 0 o O 0 O o 0 o N N ,;T O Co O r O o O co O co O o V O co O Co O o O O O O O O O O co O Co O co O O O o LO O r O o 0 O O 0 ? O O r O o LO O O O O O O J W J a 0 0 LO N N N N O M M_ O V O LO O O O Q z Q F N N N M LO N N N N O ? U M U v LL M Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl LL 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O m o Co m o Lq F 0 0 0 0 0 0 0 co o CO V N N Co V Co O o Co O O O O O Co O O O O O o O O o 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 N O O O O m Co w 0 O oo J F O O O O O o O co Co m O Co O V O M O O Ln ?_ Co O O Co N V T CO M CO () , m LO o LO O V CO V O M O co O co N V O M o r o co O M O co CO m O co CO o CO LO Co M m O N V O V CO N O O N _ O O O co O o M LO O V Co O V V O V O O o LO o O O O O O O O Co co CO O o LL7 O Z U M K M Z 0 M N N V M Co N N N V V V O V M N M N V O M N O V N (D - ; Ln V Ln W V V LO N O LO Co o) O) f0 = N D ? M ll'l M U N LL M M M O Y J Q 2 J K Q F 0 W Z } W Q M Efl Efl Efl Efl Efl Efl Efl Efl EH EH EH Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl EH Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl EH EH Efl Efl Efl Efl Efl Efl EH EH cq M z > U J U F N Q D = N w o o o o o o o o o o o o o 0 o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o 0 o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o 0 o 0 o 0 o 0 o o o 0 o 0 o 0 o o o o o o o o o W U) O Q J U 0 0 0 0 0 0 0 N N M N M M N LO LO N O O LO O O N O O O O LO LO O O L0 0 0 0 0 0 0 L0 0 0 0 0 0 0 0 0 0 CO O O O w Z O N d 0 o 0 o 0 o 0 N O o O r V N N O co O co O O N O V co co N r o LO N O O Ln O N 0 o CO o O O co O O O O U } Y o W M w N F N S co LO LO N O N Z 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69, u Hl 69 69 69 69 69 69 69, z 0 0 0 0 0 0 0 co o O V r W o o N o N O o N W O O V 0 0 0 0 0 N O CO N N o CO O O O O O V O M O N o o O N O O CO O o M w Z 0 0 0 0 0 0 0 o CO N r o co r m r o m o co o N o o co o co r W V ? m m o o ,;T o o ,;T O O r o r m M O M o ,;T r o N O N W d O O O o O o O o O O m N T N m V m CO M o) co o o o O o V m O) o LO m LO co O) M M M M M r m Ln o M m r O M Ln LO CO o Ln co W Ln m CO co CO o N o O) m LO CD ';T V o r m m r g o o r ,;T ? o V CO r N r Co m O o O ,;T o O o o ,;T co V o O O r r p r, O O F O m N o o V M V M N O M N N N M V O O CO O O O LO V CO N r O) O V N o) _ M V M LO O CO V M CO M CO CO N r r ? O M M r. 0 N Z 7 LO - M O N N M M CO m N N N M O N M V LO N O o N m O O LO o N O Mm V N r, M m F M 0 N N W J Q LL w F O N ? Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl d1 W 0 O 0 O 0 O 0 O 0 O 0 O 0 N O) N M o o O) r N M O) N M O) o o Co O O Co O o o o o o Co O O Co V o Co O O V O O O o) o o O) o O o o N o V m o O CO O o o o) N LO O CO V V LO N V V V V O O o CO o CO CO CO O O w J Q V O 0 0LO 0LO 0O 0O mN CO N N c M O N N N O N ;:: c ,c2 LO r N LO c OV c VM VCO m N CO ON N 0O W O ?O L W c V 0 r c V N CO r c co LO W c 0 LO O OCO V W CO co m r LOLO CO LnO OO O N 0 Co Co r Co V o O d w a Ln M N_ N N V N N N M co LO V LO N_ O d F N M LO N O O Z W ? M N Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl ~ a a a W W a a W W W W W W W W W W a W a a rn rn rn W ) u) a W a a a a a a < a < a < a < a a a a r a a W W a a ?n M ti ? j W W W J J W W J J J J J J J J (n (n W In W W Q Q Q In T ? Q W J W W W W W W W ! ! ! W W W (? W W In J W W J J .i, N CO CO O V O CO V V Co CO CO Co O) M O r W CO CO M N M N LO N r O W r CO M Co O CO V LO V CO O M O V O) O) N O O QI } V LO M CO Co LO LO V N Co V N LO N M CO O) r W O M CO N V N N N O LO V O V LO O V F 0 M M O O I? V v ? LO o v LO N LO CO N I? N LO LO O M O 3 N L S S yaj L U U ° U C a Q 0 Q O ° C) z - - _ N _ CO _. W Z 0 z C O U ? a) a) Co V O - _ N O a) L .O Q O E O o a) a) a) O p Y O C o a) 0 T S C ) Z 3 o a) a) L>> L L>> L L>> L a) a) _ a) O C C O T d C J C 2 8 E E a O w a) °- O O LL _ D E L L V V V Y } Q Y Y O u) 2 a) J ? -OO (X6 Q Q = ' a a o ? E ?' a) d '-' S (J Z 'h (A Y L H Q Q U U U U U Q f/) C Y C o C C C o a) a) C a) _ LD ? J O L j .? ?o C) Z ? V T - a) - Y Y f/1 a) f/1 a) f/1 a) f/1 a) f/1 a) .• C C a a) ) d d N - y6 _ a) O ?i p ) a) p a) p _ a) >i O M N O J O W F 9 E Q Y In - In - Q o Q o Q o Q o Q o C 0 N E 'C a) E a) C W a) d a 0 - 3 Y 9 a3 a) a) S Y U > C L a) Q ? A D o t/) C a) CO `O E E E E E E a) o a) d 0 o > L L ) O o N O N a 0 o 9 E O O O F, C o C ) fl- O O U M Z m a) o 0 ? E W C a) O > CO CO L H L H L H L H L H a a U o o .c a a) E O E O C a) O o o U X o - C o U -O _ C U y6 o (n o (n _ = a) -O C ' L a) 9 U Z LL LL } U U F m Q a) a ' Z > ? ? V d 0 a) m - N a) W o a) a a) ? m - a) - a) a) a) O o - o o ? O C a) - u, T .` E O Q Z U ?i F. > N o o o C W .U o m O N U z C . U .C a U 'U d U i (6 . L 0 C U > > F W o ? in in in in in in in in o o a) a a a in o m Q 9 E m m E . C .U C .U .? 0 9 .? m in -°-) Q o N ' ' U_ , . . H O X a) d' 9 a) a) a) X W C a) W L a) 2 W m ~ ? O E 0 o Q d' () ) d' ( > t/) a Y - Q (6 _ U a) C a) 0 O a) O a) N ?` J Q Q F F Z F ,F/ W a) a) N J= 'K ? W (6 (6 (6 (6 (6 a L C O O O ET C L E 0 Y 5 a ( 6 a . E O O U a a U 0 N .? N .? a a a a -O C H Q o ?i o C? u) u) u) 0 E > 0 W '? a) L C L Q -O 9 E E U . ) a a) o > T .0 ~ J U F W W > > Q Q Q (6 (D O O O E w E w 0 - N a) X O j o 0 o Q L (6 E 5 3: N O (6 .O ~ o 0 O F Q ? co CO CO CO ? ? tn tn tn to tn tn tn tn a » > O _ tn tn _ tn a tn a o Q Q O O (7 W J Z a a a C3 d' d' (n H IJ ? J t V/ O N M V LO CO r co O) O LO LO CO LO r LO W LO D) LO O CO CO N CO M Co V CO LO CO CO CO r CO W CO D) CO O r r N r M r V r LO r CO r r r W r D) r O o W N W M W V W LO W CO W r W W W D) W O D) D) N O) M D) V D) o O) o O) r O) o O) D) O) 0 0 0 0 0 0 0 0 0 0 QI Attachment number 1 Page 4 of 6 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 V) N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ,;T O LO O N O CO O N O 0 O cO O O O CO O ? O r O M O O O M O O O O O O 0 N O O O O O O O O O N O CO O 0 O ';T O CO O CO O ';T O O O 0 O ';T O 0 O 0 O 0 O ';T O 0 O ';T O O O 0 O ';T O O O 0 O ';T O 0 o 0 o 0 o 0 o CO co O on W M W 0 0 0 N cO O r Ln O) r m O co V N V r V o o O) co o co m O co o o r o r o O co O co p N O O O N O N O V V O) Ln o o O O O O r r, N Z F Z V M O) o - r N V r N W ? N co V V co N N cO O V N r O V V V O) r O Ln M V M V r V O) r N O O W N N N cO V M N O cO O O Lo O O W V o V r M o O_ o O Ln O cO O r O o r O O O) M f0 (O M M o) N Ln O) N co O c \J V M Q oo J O K LL ON w Z W EH EH EH EH EH EH EH EH EH <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a » N O F D K 0 0 0 0 0 0 Ln O O O LC) 0 0 LC) LC) N W y O 0 W 0 o 0 o 0 o 0 o 0 o Ln o O N V O Ln o N ? O o N o Ln N o o Ln N o o Ln M o M o o O o r o 0 o 0 o 0 o Ln N o O o O o 0 o 0 o cO o V ? M o W o V o W o W o O o W o W o O o O o O o W o W o W o V o 0 o cO o 0 o 0 ? 0 0 0 0 0 0 0 0 0 U O K O r Ln O) Ln Ln V V O r V W N N O Ln cO Ln p Co W O O O O V V V N cO Ln T O V O O O O U F N N V N Co N N O U m J ? m p j } 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 Q 0 o o o o o o o o o o L 0 L oo co 0 U) 0 . 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O Ln O O O O O O N o O o O o O o O o O o O o O o O o O o O o O V o O o O N o O o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 o Ln o 0 o 0 o 0 o 0 o 0 o 0 o 0 o 0 W M r Z U o o o o V O O rn 0 V V ? m o oo V M O ? O ? O oo O ? O O O L? b o oo V b ? b b b b 0 0 N 0 0 0 ? V b on b b b b m o a; LY Z F O cO W O N O o O O o CO m LO Ln V LO O O N cO M cO V V V M Co CO o LO V r V V O N O V cO V N Co V ';T O o LO o r o N N Ln N LO O CO o r o r o M o M ,;T O) O V ? N o V o LO o O Ln o M m LO ,;T V W N O O V N M o LO o O O O O O O O o r r o N R O Z M _ V N N V M M N N N N V N N cO M M N V cO Cl) N o m N Ln ? V ? O O V ? F ll'l 0 :3 M N LO o co N LP ? ,;T N N w O U 7 f 0 O N N O M Z ? U N Q O ? Q J z Q Z 0 LL O G') GO GO GO GO GO GO GO GO G') G') 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 » 7 Q N N d 0 0 0 0 0 0 0 0 O L O O O O O O O O O O O O L O L O O O O O O O O O O O O O O O O O O O O O J Z O M W O o o o o o 0 Ln Ln o O o O o Ln o Ln o O o Ln o O o Ln o O N O O O O O O O O O O O N N o N O O O O Ln 0 0 0 0 0 0 0 Ln 0 0 0 0 0 0 0 0 Q 0 Q U O o O ? M O O) M M V N M M M o o M O ? O Co o O) o o O o o r Co o O O) O O r O O O O) O) O r O o O) O O O U O F O C ? W O N r Co O - - (D O V Co N r Ln r N Ln N O N V O) O cO O r O Ln cO N O cO N M o (O o O o O U N Y F ? v (0 ? N o LL O Z u- 7 J O o o o o o o o o O O Co L O N O O O O O O O O O O O O O O O O O O O 0 0 L 0 o N ? O o 0 o 0 o 0 o 0 o 0 o 0 o 0 o cO O ? W r M M O O O M ? 0 0 0 0 0 Ln O O O O W m O) O V m O) O m M o O o O V o 0 o 0 o 0 o cO o O N o O r o O o O o O V o 0 o 0 o 0 o 0 o cO O r. LLn d O o ,;T o o ,;T o r m W V V O r m m ,;T N O o o NT N Ln O o Co ';T N o W r m E V o o o ,;T O) Ln o N O o o O o o O O O O o o O } < O W W O N W r W M T N M V V o M m N r o M N N O) N N M O) r r O V V M O O) o) N o) W - V o W o Ln o V O N N Ln r W ? V o) o O o V O) N o o) O cO V M r N M O) r O _ V O o cO V V W M M cO o Ln N Ln N r o W o O O O O O O O Ln O o W g 00 0 Z cO M O N N M M r V N o V - N M O N M - m Ln N O o N O O) O M M M O co M _ O cO Ln V N M M M Ln N N Of U O W N N m Q Q M (7 ? Z Q V O W 0 O 0 O 0 O 0 O 0 O o O 0 o M o M o M N M o N o M N M o M O N O LO O r O r O r O O O O O O O O O LO O O O O O O O O O M o M O M o O o M o N o V o LO o cO o M o O o O o o o N Ln O V o LO o r o r o O o O o r o N o O o O o O U Z U O O O Co N O Co N N M O N N O N O M O) N O) cO O 0 O cO co o O W V o r V Co r Co Co o o Co Co O Co m o r o O O o o o W Lu 7 >- O Co O M O ? M? V V O N 0 M N ON M M M LC) V LO 0 0 W O O Of U IL O IL w I F M M LO M o } Y 0 W K K F Z Z o o o o o o o o o O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O n M 0 O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O N Co O L1 o o o o o o o N O Co V N N co V Co Co V m o O O O O Co o O O O o Co o o Co Co o O Co o O o ,;T o ,;T O o N o o N O O O O o ,;T M K o o o o V O N Co M o o o o V Co V m m o o o O Co N o V o o o o O Co o o oo oo co N o o o V N O N Co o o o o o o o o V co r Z O F Z N r o_ O) O ? V M M V O) ?_ O A N V V M M N cO cO M N O r M M O) O) ? V M V cO V O r ? O O r O ? V ? W N W V M cO LO r W M O O V M Ln Ln ? N V CO Ln Ln O M O CO O O O cO Co W O) ll'l oo F N N N cO Ln N V N N M r Ln O) N O O N N M Q F Z LL O U F 0 <a <a <a <a <a <a <a <a <a - <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a <a » N N Z F Z o o o o o o o o 0 0 0 0 0 o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o o 0 o o o o o o K ZO W o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a U U o O o Lc) o O o N o M o O co m ri ri m ri ? mi 2 0 V 0 00 Ln O 0 N 0 cO 0 N o 0 N 0 O 0 O 0 o 00 V CO ? v 00 ? 0 cO 00 CO O O O LO O CO CO CO m 0 LO 0 Ui N o O o o o o o o F W - I O - V N N N N M V LO V N O) T O O Q J F (h LO o Z a) a 69 69 69 69 69 69 69 69 69 69? . 69 69 69 69 69 69 69 69 69 69 69? . 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 o o o o o o o o o O V O O co O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O M M o o o o o o o o o N N N O Co V O Co O O O O O O O O O O O O O O O V O O O O O O O O O O O O O O O O O V O O O O M N Ln ll'l o ,;T Co co ? O N O o Co N N o Co ';T Co m m O O o o OD V co Co O N o W Co N N V O O Co co o co o O M O o ,;T ? O Co O O O O N V w f0 Lfl r O) r Co N V M LO O) N M Co V M O) M N O O M o N v Ln o O) ,;T r r V L N o o r m r p o O o O o V o r V O co r Ln CO M O) M O O M M V o M o N V V o M ? cO m W o V o N O W CO Ln V N o (D (D O) W M V O O) CO cO N O O V V V r w r N r, Z M M ? O N N M M O O M - N M O) - cO M N V r LO M cO N M ? LO cO M o o O) O) V O r W w Ly > cO LO V M N M r N Ln W M 0 N V N w W N LL Q F K N W F Q Q Z En 7 0 o o o o o o o o o o o o o o o o o o o o o o o o o o o o o O o o o o o o o o o o o o o o o o o o o o o o o = O < W O o o o o o o o o N y N N O O) W Ln W O O O O O O O O O O O O O O . co O O O O O O O O O O O O O O O O O r M O o o Y J Q V o o ,;T O r y Co m M M . O N M O N O N M O N o o r r N V N o o m o N Co o O) r O) o W O O O O) O M N O O W CO m Co N ? Ln (O O) Ln Ln O ? N N (O N N N Ln N N CO Ln M N O N V (O M Ln N Ln V O N N o - M O) N O J J U F ? - M v ch ? U Z N 7 Attachment number 1 Page 5 of 6 0 0 0 0 0 0 0 0 0 0 0 0 0 w 0 0 0 0 0 0 0 0 0 0 0 CO O0 CR 0 0 0 0 0 0 I 0 0 0 CO CO W P, ~ N r r CO O V 0 CO W 0 r CO r N 0 N O) CO M M O) N M M M z M O) O F O n LL Q ? Y V1 ? O D aa CO ULMr+N Q W o o o o Ln o Ln o o o O N C, u U LO N O LO O V O O r V O LO M O 0 0 O 0 L g J ^? O Z R LO O N LO O z N F ~ Z 69 69 69 69 69 69 69 69 69 69 7 Q 0 0 0 0 0 0 0 0 0 0 0 0 0 W Z J 0 0 0 0 0 0 0 0 0 0 0 V tt W } Q O LO O O V O O O LO O V CO O M P.- Q d z M O N CO O r M V ;:: 0 N 0 r 0 LO 0 0 V T M 00 O a) p 0 O Z N N V M N LL F OMO 7 V O M = 7 V O N V ~ F M Q D Z LL w K Q V F O Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl d1 M a Q Z Z m LL, 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z N Q U Ln ? O M r M O J LL, ? I O - O W J d LO J Z Q U a LL M 69 69 69 69 69 69 69 69 69 69 LL 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O LO LQ F V 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 'tt J LO F O M r M O O V LO co M 0 M 0 N 0 M 0 o 0 N 0 CO co O) w O f0 O O Z K M z N V M CO O N M = N D U O n M m a J Y J Q F O w Z } w Q 2 cq EH EH 69 69 69 69 69 69 69 69 69 » » Z U J U F U) Q 0 M v) >- w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 w U) O Q J U O o O O O O o O O O 0 N M V N N LO M O LO N U } Z 13 N M w ? d ~ Y N W N j Z 7 69 69 69 69 69 69 69 69 69 69 Z 0 0 0 0 0 0 0 0 0 V V N O " Z ? O O O O O) LO O O V V N r W N w IL O N O 0 O N LO O V M N O LO 0 CO LO V CO r r r 0 't 0 N V O F N V CO r W N M LO V O f? D N Z LO M V f0 M m M :3 M F M N W J Q LL ? F O N ? Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl Efl d1 fH V 0 O 0 O 0 N 0 O LO Ln LO N O 0 O 0 CO 0 V ,;T LL W W W O M LO M a w d a ? z w 69 69 69 69 69 69 69 69 69 69 r r r z L ? ? a a a z j In In (n 0 (n J (n W W W J w K O LO O CO O LO 0 - } 0) O) N r O M LO LO d F N N w 0 Y K n 0 o z Q LL Z w LL -j F U) M w w U U F E w LL N O 0 m o 9 ~ a Y } Q F m N N U w LL m N .- N N Y Q m w Q Z ) C j ( ~ O a LL, Q E N M fn o m a) O d J Z F , O ~ ? (D a ( D ' E 0 ? O Z O J 0 o6 (D Q a ? .O N C) C in Q U) 0 N ? ? t7 N M ';T 0 (O r co 0) O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 E 0 O Item # 20 Attachment number 1 Page 6 of 6 0 0 0 0 0 0 0 0 0 0 0 0 0 O V) N W O o V O o O O o O O o N O N L O O O O O O O O W O O O O O O ? O ? O CO r-: r, f0 Ln w M N r - r O p O L() N CO V O Z _ F Z N CO V f0 N ? 7 rl_ O N V M M Q W J O K LL W N N o W y w W o 6 o 6 o 6 o 6 o 6 o 6 o ,4 o 6 o 6 o 6 O Q U o N r o V N O O O O CO ? ?QO N JJ K a o o N (7 m J ? Z m p j Q t7 } 61) 61) 61) 61) 60 a o o o o o o o o o o o N N O U) o 0 o 0 o 0 o 0 o 0 o 0 o 0 V N o L() N o N ? Z U O o O O O O o o O co O m M N LY d' Z F Co V r m O m Co m o N V o r Cl) m Cl) N f0 Ln rn M = O z Cl) N V V LO N N V rn C F W ll'l 7 N N 00 ? 0 ? U :3 O n j" 0 Z M O N Q Q J z Q Z O LL O 69 69 69 69 69 69 ' » <n Q N N d J Z O O W 0 0 0 0 0 0 L() V N L() - 0 U N m o m O CO U O F W m (D U N Y a F LL O Z LL (h 7 Q } EH EH EH EH EH EH EH EH EH EH J O o 0 L m ? O (? L() r o O o O o Ln o Ln o o o O o O o O N A q M R O 0 K m O Ln ? N O O L(7 0 0 O O } M N M m m Ln ? V m V L() ? m r r m V 0 m CO O V V r A N CA O O Q j m N V V r rn U ? W N m Q Q M (7 ? LLB O 0 Z LL J Q U L() L() O O LO O O L() N L() N O O o O o O o Z U ? r 7 o , m o o n W Lu j >- K N O m T m v C0 CO Of d d W IL 00 ui? U) C ~ U) CO U) 69 69 69 Z O O o O o O o O o O o O o O o O O O O O O O V V g LQ N LD IL O o O O ? O r N o O O O M Z K F LO m r L() o ?_ O ? r ? o Ln O N O O ? r V r` N oo t` O Z V L() V fp M oo U :3 m O N M Q F Z LL O U F ? <a <a <a <a <a <a <a <a <a <a <a <a » » Lou) Z F O O O O O O m o o o Z O a U o o o o o , o o M o o Q N L!7 O o ;T N O CO o F W d N Q J F Z rn a) 69 69 o o o o o o o o o o o o o oo O O O o o o o o o o o m oo M ll'l O O O CO Co O O Co o m m o w Ln f0 L, O Co LO V o O m co N o o o o m m m o o V 'T o) o c oo Lfl N , F Z Ln N N m O N = N ? F M O N LLU W K LL Q F K N W F Q z '0 o o o o o o o o o o = O J W U o o o o O N O O O O W Y o v o o ? co N Co mm d m m J ? U F U Z 7 Item # 20 Meeting Date:8/18/2008 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve a work order to Malcolm Pirnie, City of Clearwater Engineer of Record (EOR), to provide engineering design and permitting services for the Spring Branch Conveyance Enhancements Project for the lump sum of $202,052.30 and authorize the appropriate officials to execute same. (consent) SUMMARY: The existing channel in this area has very high, steep and unstable side banks that are exhibiting extensive erosion. This project will re-slope the channel banks to a 4:1 (horizontal to vertical) side slope. The project will also include the construction of a wet detention pond on 3.46 acres of City owned property. The pond will provide a significant opportunity for wetland habitat creation and water quality treatment for the Spring Branch stormwater runoff before it discharges to the Stevenson Creek Estuary. The design for this project will be cooperatively funded by Southwest Florida Water Management District (SWFWMD) and the City on 50150 split. The construction of this project will be cooperatively funded bySWFWMD at an approximate 50150 split. Resolution 07-29 was passed on November 1, 2007, establishing the City's intent to reimburse certain Stormwater project costs incurred with future tax-exempt financing. The projects identified with 2009 revenue bonds as a funding source were included in the project list associated with Resolution 07-29 Third quarter amendments will establish Capital Improvement Projects, 0380-96166, Spring Branch Enhance Project, with a transfer of budget only of 2009 Stormwater Bond Revenue Proceeds from 0380-96144, Stevenson Creek Implementation Projects, in the amount of $1,000,000 and 0315-96166, Spring Branch Enhancement Project with a transfer of $1,000,000 only of budget only in SWFWMD grant funding from 0315-96144, Stevenson Creek Implementation Projects to fund the project and this work order. Type: Capital expenditure Current Year Budget?: Yes Budget Adjustment: Yes Budget Adjustment Comments: Current Year Cost: $202,052.30 Annual Operating Cost: 0 Not to Exceed: $202,052.30 Total Cost: $202,052.30 For Fiscal Year: 2007 to 2008 Appropriation Code Amount Appropriation Comment 0315-96166-561200-539- 202,052.30 000-0000 Review Approval: 1) Office of Management and Budget 2) Legal 3) Clerk 4) Assistant City Manager 5) Clerk 6) City Manager 7) Clerk Cover Memo Item # 21 Attachment number 1 Page 1 of 14 Name Title "Initials" Date Reviewed Gary A. Johnson Public Services GAJ 06/30/08 Director Nan Bennett Asst. Director of JCB 09JUN08 Public Utilities Scott Rice Asst. Director of Env./Stormwater DSR 619108 Elliot Shoberg Stormwater ES 6/10/08 Manager Larry Dowd Parks & Recreation BFIM / LV 6/20/08 Glen L. Bahnick, Jr. Asst. Director of GL 6/18/08 Eng./Production Paul Bertels Traffic Operations PEB 6/6/08 Manager Robert Fahey Utilities SF 6/27/08 Engineering Manager Tom Mahony Geographic TL 6/19/08 Technology Manager Stephanie Senior Accountant SSS 6/20/08 Sansom Phuong Vo Project Manager PTV 6/26/08 Item # 21 Attachment number 1 Page 2 of 14 CITY OF CLEARWATER ENGINEERING DEPARTMENT CONSULTANT WORK ORDER INITIATION FORM Date: July 14, 2008 Proj ect Number: City Project Number: 02-0032-EN 1. PROJECT TITLE: Spring Branch Conveyance Enhancements 2. SCOPE OF SERVICES: Background The City wishes to construct drainage improvements necessary to implement portions of Project 1A and Project 1C of the "Spring Branch Watershed Conveyance Enhancements" as described in Section 3. 1.1 of the Stevenson's Creek Watershed Management Plan - Draft Final Report (prepared by Parsons Engineering Science, Inc., dated June 2001). These enhancements have been identified to address flood protection level of service goals in the area of Byram Drive and Flora Drive, between Kings Highway and Highland Avenue. The project's work area is generally bounded by Sunset Point Road on the south, Kings Highway on the east, Pinellas County's mitigation area (and City Limits) on the west and Woodlawn Trace on the north. Proiect 1A.1 Project IA.I enhancements include the widening of the Spring Branch channel beginning at Kings Highway (starting at west side of box culvert) and extending downstream approximately 700 linear feet, ending near the northwest corner of the Sunset Baptist Church parcel (Lot 20). The existing channel in this area has very high, steep and unstable side banks that are exhibiting extensive erosion. This project will re-slope the channel banks to a 4:1 (horizontal to vertical) side slope. The channel's bottom width (approximately 20') and flow-line elevations will remain basically the same as existing with the exception that low, sloping walls constructed of gabion baskets filled with stone will be added on each side to reduce erosion at the lower portion of the banks. A gabion mat will be required across the channel bottom to protect against scour and provide a foundation for the low gabion walls. These enhancements will provide more stable side banks and additional cross-sectional channel area for conveyance of stormwater flows. The report also recommends the planting of trees and native vegetation within the channel's side slopes. Since trees and other plantings can disrupt stormwater flow and create maintenance issues, sodding is proposed Item # 21 Attachment number 1 Page 3 of 14 for the side slopes. Additional stabilization methods will be incorporated if conditions warrant at no additional fee. Therefore, no effort is included in this scope for the selection and design of plantings along the channel. It should be noted that per the Stevenson's Creek Watershed Management Plan, a part of Project IA.I proposes the removal of a private driveway crossing (and 92" x 152" CMP) of the Spring Branch channel within unincorporated Pinellas County. This restrictive driveway is approximately 900' downstream of the proposed channel enhancements outlined above, near Sunset Point Road. City staff has relayed that this part of the Project IA. I recommendations will not be performed at this time and is not to be included in this proposed work. Likewise, the upstream Project 1A.2 recommendations that propose swale and storm pipe improvements east of Highland Avenue, are not a part of this proposal. Since the construction of Project IA.l will increase discharge rates to downstream areas, mitigation will be required to offset potential downstream flooding impacts. This will be provided by Project 1C as described below. Proiect 1C The City has chosen to construct a variation of Project 1C as described in the Stevenson's Creek Watershed Management Plan to mitigate the potential downstream flooding impacts that will be created by the construction of Project IA. I (described above). The report recommends that a flood detention basin be constructed on a 4-acre parcel adjacent to Sunset Point Baptist Church (west side) and also on an 8 to10-acre parcel located on the south side of Sunset Point Road, belonging to Pinellas County Schools. Also, proposed by the report, is the installation of two weirs along Spring Branch. The first, a diversion weir would be constructed within the channel on the downstream side of Project IA.l to divert a portion of the channel flow into the proposed detention basin. The second, a discharge control weir would also be constructed within the channel, just upstream of Betty Lane. The City has acquired 3.46-acres of the 4-acre parcel of land on the west side of Sunset Point Baptist Church, however the Pinellas County School property on the south side of Sunset Point Road is not available. Therefore, the proposed flood detention basin will need to be confined to the 3.46-acre City-owned parcel. Also, the installation of the discharge control weir at Betty Lane will not be included in this project as it is outside the Clearwater City Limits. As proposed, a diversion weir will be constructed in the channel near the northwest corner of the 3.46-acre parcel. The flood detention basin will also be designed to include a littoral shelf and wetland plantings as required to provide water quality treatment to meet SWFWMM requirements. This proposed flood detention basin will not be combined Item # 21 Attachment number 1 Page 4 of 14 with, or connected to the existing Pinellas County mitigation area which abuts the 3.46-acre parcel along its west side. The channel enhancements and flood detention basin will need to be designed as to not increase downstream flow and to not increase upstream tailwater elevations above existing conditions. It should be noted that the flood protection level of service (FPLOS) achieved in the report will not necessarily be achievable by this project as only a portion of the proposed recommendations will actually be constructed. Malcolm Pirnie Inc. ("Malcolm Pirnie") and our team of subconsultants will provide the following as part of this project: 1. Project Management: Malcolm Pirnie will provide the following services in the overall management of the project: a. Project Management: Malcolm Pirnie will oversee and manage the overall design of the project, providing QA/QC, and assuring compliance with the consulting services fee and schedule included herein. b. Monthly invoicing: Malcolm Pirnie will prepare monthly invoices, including invoices from subconsultants, and submit these to the City for payment. It is intended that all invoicing will be made on a lump sum basis. c. Subconsultant Management: Malcolm Pirnie will subcontract for and coordinate the services of specialty design and other subconsultant teams necessary in the completion of this project: These include: i. Steven Jones: For the completion of the stormwater modeling, Spring Branch Channel and flood detention basin design and permitting for Projects IA.I and 1C, respectively. ii. Scheda Environmental: To provide environmental permitting assistance, complete the wetland delineation along Spring Branch Channel and design the plantings required under Project 1 C. iii. Professional Service Industries, Inc. (PSI) Geotech: To collect the necessary soils information for the work of the project. iv. Zarra Boyd, Inc. Survey: Malcolm Pirnie will subcontract and coordinate the services of a professional surveying firm to complete the wetlands and as-built surveys for the project. v. Non-specified firm for Subsurface Utility Excavation: To provide necessary exploration for the location and identification of underground utilities in the area of the work. 2. Data Collection/ Review: Malcolm Pirnie will secure and review City of Clearwater atlas sheets, aerial photos and available as-built information, where applicable. Topographic aerial photos (with contours) from the Southwest Florida Water Management District will be obtained and reviewed. Malcolm Pirnie will also obtain base maps and available as-built information from Progress Energy (transmission and distribution), Telephone Company, Gas and Cable TV delineating their respective facilities. i. Malcolm Pirnie will develop and prepare a drainage map/exhibit of the existing drainage system and the proposed improvements to be used in pre-application meetings with the regulatory agencies. Item # 21 Attachment number 1 Page 5 of 14 ii. The City of Clearwater will provide Malcolm Pirnie with a full topographic survey of the project area in digital format (AutoCad). Malcolm Pirnie will work with the City's survey department to develop a survey scope and identify all topographic information required before survey work proceeds. This survey is critical and the schedule shown at the back of this Work Order includes the preparation of a 30% design submittal the calendar time for which will not begin until Malcolm Pirnie is in receipt of this survey from the City. iii. Malcolm Pirnie will identify easement requirements needed to accommodate the drainage improvements and coordinate this information with the City. The acquisition of all easements (temporary and permanent) will be the responsibility of the City. 3. Sub-Consultant Design Oversight (Geotechnical, Environmental & Wetland Survey) Geotechnical : Malcolm Pirnie will contract with a local certified geotechnical engineering firm for the performance of subsurface investigations and analysis. The soils investigation and analysis shall consist of soil borings in the channel, channel side banks and proposed pond area. A soil classification will be performed for each boring. Additional laboratory work may include a grain-size analysis, natural moisture content, organic content and soil bearing value. The groundwater at the time of the boring will be recorded. The estimated seasonal high groundwater table will be also provided for each boring location. Design recommendations will be provided regarding construction techniques and dewatering requirements. An evaluation of slope stability along the channel will be provided. Soil borings to be provided as follows: 1. Three (3) SPT borings on alternating sides of the 700' channel to 30' deep. 2. One (1) SPT boring at NE end of project near Kings Highway to 40' deep. 3. One (1) SPT boring at near proposed weir at 50' deep. 4. Two (2) SPT borings in proposed pond area. The results of the field exploration and laboratory tests will be used in the engineering analysis and in the formulation of the recommendations. These results and recommendations shall be presented in a written report prepared by a professional engineer. One (1) copy of this report will be provided to the City of Clearwater. Utility Location: If needed, Malcolm Pirnie will contract with a local subsurface utility engineering firm to perform utility locations by vacuum excavation method. City will provide Item # 21 Attachment number 1 Page 6 of 14 survey to tie-in vacuum locates if necessary. Copies of field data logs will be provided to City Environmental Assessment: Malcolm Pirnie will contract with a local environmental consulting firm for the performance of an assessment of the wetland area along the existing Spring Branch channel. The environmental firm will provide coordination, document existing conditions and inventory vegetative cover in order to prepare a pre- application package. Pre-application meetings will be scheduled and attended with the Southwest Florida Water Management District (SWFWMD) and the USACOE (if required). The environmental consulting firm will also provide the preparation of planting plans for the stormwater detention pond. The wetland jurisdictional line will be delineated and flagged in accordance with SWFWMD guidelines. The environmental firm will then contact SWFWMD to review the delineated jurisdictional wetland limits in the field and will attend these field reviews. Final coordination and review of the established surveyed wetland line will performed. The Specific Purpose Wetland Survey will be submitted to SWFWMD for approval and acceptance. Recommendations will be provided regarding environmental considerations for permitting of the proposed project. The environmental firm will provide assistance to Malcolm Pirnie as required throughout the permitting process. Limited site inspection services will be performed for the purpose of interpreting environmental permit requirements and compliance during construction. Wetland Survey: Malcolm Pirnie will contract with a local professional land survey firm for the preparation of a Specific Purpose Wetland Survey suitable for submission to the SWFWMD. The surveyor will locate and map the wetland jurisdictional line as flagged in the field by Malcolm Pirnie's environmental sub-consultant and as approved by a SWFWMD representative. The surveyor will utilize applicable information contained in the City of Clearwater's topographic survey as a basis and will provide the wetland survey in a digital format (AutoCad). A legal description and a bearing / distance table of the wetland area will be delineated on the survey map. 4. Base Sheet Preparation: Malcolm Pirnie will prepare base sheets to be utilized for the proposed channel and pond construction. These will include plan & profile and cross-section sheets. The documents will be prepared at a V= 20' scale and will be provided to the City of Clearwater in a digital format using AutoCAD. These base sheets will serve as the basis for the development of the plan and profile sheets. 5. Preliminary (30%) Stormwater System Design: Malcolm Pirnie will prepare Preliminary (30%) design documents for City review. The intent of these plans shall be to present the survey and existing channel configuration. These plans will represent the basis for which hydraulic modeling will be performed. This submittal Item # 21 Attachment number 1 Page 7 of 14 will include twelve (12) blackline plan sets. Utilizing the City's AdICPR "existing conditions" hydraulic model and the Stevenson's Creek Watershed Management Plan as a basis, Malcolm Pirnie will conduct a hydraulic analysis to evaluate the report's proposed recommended improvements for the channel and detention pond. It is assumed that the City's existing hydraulic basin model is complete for use "as-is" and that no "truthing" or revisions to the "existing conditions" will be required. A letter-format preliminary design report will be prepared to outline the results of the hydraulic analysis, the proposed system design and an opinion of probable cost for the proposed improvements. Review commentary received from the City of Clearwater will be incorporated into the subsequent submittals. Updated drainage maps will be produced to include any modifications and updated basins. Malcolm Pirnie will schedule a field meeting with the City's Construction Services Department, Survey Department and Engineering's Project Manager. The 30% Design Plan submittal will include the following information, as applicable: • Cover Sheet, Legend & Abbreviations, Key Sheet, Plan Sheets • Items requiring demolition (if known at this time) • Right-of-way lines, Drainage Easements and the open channel section within the easement • Property lines, Easements of Record, Subdivision Name, Lot and Block Numbers and Parcel ID numbers, Plat Book & Page, Subdivision; • Existing roadway or travel ways (where applicable) labeled as to existing curb and surface type including profile of existing centerline; • Existing drainage system including channel alignment, inlets, junction boxes and storm piping; • Existing potable water mains and sizes, hydrants, valves and meters; • Existing sanitary sewer manholes and gravity lines including service laterals, lift stations and force mains, reclaimed water mains; • Existing gas mains and sizes, valves and services (where known); • Existing electrical power distribution and transmission systems, both underground and aerial (only poles will be shown for aerial lines); • Existing telephone company lines, both underground and aerial (only poles will be shown for aerial lines); • Existing Cable TV lines, both underground and aerial (only poles will be shown for aerial lines); • Existing trees, shrubs, landscaping within the survey limits; • Existing improvements belonging to private property owners and located within the survey limits such as fences, sprinkler systems, planters, mail boxes, business signs, structures, slabs, etc.; • Existing driveways including their location, width, type of material and spot elevations; • Existing elevation cross-sections (at a spacing interval of 25-feet) along survey alignment; Item # 21 Attachment number 1 Page 8 of 14 • Existing elevations at the edge of pavement, top of curb, top bank, toe of slope and centerline of channel. 6. Intermediate (60%) Design: Based upon the base sheet information, results of the hydraulic analysis and 30% review commentary from the City, Malcolm Pirnie will prepare 60% design documents. This plan submittal representing the 60% level of completion will be submitted to the City staff for review and comment. The submittal will include twelve (12) blackline plan sets. The documents will be prepared at a V= 20' scale and will be provided to the City of Clearwater in a digital format using AutoCAD. The 60% submittal will also include four (4) copies of the draft technical specifications and an opinion of probable cost for the proposed improvements. The design plans shall be compiled using the City of Clearwater's CAD standards (See Attachment "B"). The 60% Design Plan submittal will include the following information, as applicable: • General construction notes related to best management practices, utilities and other conditions relevant to the project. • Typical channel cross-section and detailed cross-sections along channel taken at appropriate intervals. • Preliminary plan of detention pond with plantings. • Utility adjustment plan (if required). • Erosion control and tree protection details. • Estimate of probable construction cost and duration based on 60% - level submittal. • Identification of potential temporary construction easements, if required. • Review City's standard technical specifications and modify / supplement based on 60%-level submittal. Final (90% & 100%) Design: Utilizing 60% review commentary, Malcolm Pirnie will prepare final design documents that shall include the final construction plans, detailed quantity estimates, detailed cost estimates and technical specifications. Malcolm Pirnie will submit subsequent plan sets at the 90% and the Final (100%) levels of completion. The submittals will include twelve (12) blackline plan sets. The 90% and 100% submittals will also include four (4) copies of the technical specifications and an opinion of probable cost for the proposed improvements, detailed construction quantities. Review commentary received from the City of Clearwater will be incorporated into all submittals. A preliminary list of final design sheets is as follows: • Cover Sheet • Drainage Map (including existing and proposed drainage features) • General Notes and Legend Sheet • Plan and Profile Sheets • Cross Section Sheets • Detention Pond Plans Item # 21 Attachment number 1 Page 9 of 14 Utility relocation / adjustments (as necessary) • Drainage Detail Sheets Construction Detail Sheets The 90% and 100% design documents shall also include the following components, as applicable: 1. Design of drainage system improvements, including proposed channel sections, pond, plantings, weirs, drainage structures & pipes, and potential conflicts with existing utilities; 2. Structural plans, details and calculations, including design and details of shallow foundations, retaining walls, structural reinforcing, tiebacks and stability analysis for slopes and retaining walls; 3. Detailed construction quantities; 4. Engineer's opinion of probable construction cost and duration; 5. A drainage map, at a scale of 1"=100' or other appropriate scale; 6. Right-of-way or easement requirements will be delineated; 7. Conflicts resolutions for existing and/or proposed utilities; 8. Match lines and sheet number references at all continuation points; 9. Restoration details & notes 10. Conflict structures, identified and called out. 11. Baselines and benchmarks; 12. Construction detail sheets with construction notes; 13. Cover sheet and General Notes & Legend sheet; 14. Standard and non-standard structures identified and detailed; 15. Title block information; 16. Erosion control plan with notes; 17. Trees to be removed; Malcolm Pirnie shall also include the following for the Final (100%) submittal: 1. Review commentary received from the City of Clearwater, the Southwest Florida Water Management District. 2. Malcolm Pirnie shall incorporate the City's "front-end" documents. A proposal page of pay items shall be prepared. 3. Copies of all required permits and a copy of the project's geotechnical report. 4. The preparation of the technical specifications does not include their reproduction for bidding and construction purposes. 5. Work prepared and/or submitted shall be reviewed and checked by a civil engineer registered in Florida as the Engineer of Record. The Engineer of Record shall sign, seal and date the design calculations, technical specifications and contract drawings as required by Florida law. 6. The design tasks performed by Malcolm Pirnie during the final design phase shall include design of necessary conflict resolutions between the proposed drainage system and all existing utilities. Identification of temporary construction easements, if required. 7. The drawing scales shall be as follows: Item # 21 Attachment number 1 Page 10 of 14 • Plan and Profile Sheets • Drainage Map • Detention Basin Plan 1 inch = 20 feet (horizontal) 1 inch = 2 feet (vertical) 1 inch = 100 feet 1 inch= 20 feet 7. Meetings: Malcolm Pirnie will attend the following meetings during this project: 1. One (1) kickoff meeting at the City's Engineering office 2. Four (4) meetings with City staff to discuss the commentary received for each of the submittals (30%, 60%, 90% and 100%) 3. One (1) Public Information meeting. 8. Permitting: Malcolm Pirnie will aquire all permits for the project. These permits include, but are not limited to the following: SWFWMD ERP, USACOE and NPDES. Regulatory review commentary received from each agency will be addressed and all permit conditions will be incorporated into the Final plans. Permit application and review fees have been included in this Scope for all required permits. 9. Post-Design Services: Malcolm Pirnie will assist the City in performing the following tasks: 1. Attend one (1) pre-bid meeting. 2. Answer technical questions during the bid period and shall prepare and submit a log of any comments and questions received from bidders 3. Assist the CITY in preparing addenda, if necessary, for distribution by the City. 4. Attend one (1) Pre-Construction Meeting 5. Review shop drawings submitted by the selected contractor to ensure compliance with the Engineer's design. 6. Address re-submittals 7. Periodic site visits, 28 hours total included (no construction inspection services are included) 8. Address questions during the Construction phase 9. Assist in the preparation of the Final Punch list 10. Provide certified as-builts to permitting agencies 3. PROJECT GOALS: Project Deliverables: The deliverables to be submitted to the City of Clearwater for the Design portion of the Work consist of the following: One (1) copy of each set of minutes of meetings with City staff, utility companies and regulatory agencies, as necessary; Item # 21 Attachment number 1 Page 11 of 14 4. 5. One (1) copy of each of the transmittal letters to and response letters from the private utility companies; One (1) copy of a letter-format preliminary design report; • Twelve (12) sets of blackline plans at the 30%, 60%, 90% and 100% submittal; • Four (4) copies of the technical specifications at the 60%, 90% and 100% submittal; One (1) copy of the Engineer's opinion of probable cost and detailed construction quantities at the 60%, 90% and 100% submittal; • Two (2) signed and sealed sets of blackline plans at the 100% submittal; One (1) copy of the Permit package for SWFWMD and USACOE (if applicable); One (1) certified copy of the Geotechnical Report and of the environmental investigation report; • All CADD files and technical specs in electronic format per attachment "B"; • One (1) set of signed & sealed plans and specifications along with a CD of all files for submittal to plan room for bidding; BUDGET: Attachment A depicts the total cost per task and/or phase for these engineering services. This price includes all labor and expenses anticipated by Malcolm Pirnie for the completion of these tasks, on a lump sum basis, for a fee of $202,052.30. Permit application and review fees have been included in this lump sum. SCHEDULE: The project design schedule shall require 8.5 months (255 calendar days) of design and permitting time. This schedule is outlined below by each submittal phase and does not include City review time. 30% construction plans 75 calendar days 60% construction plans and permit applications 45 calendar days 90% construction plans 45 calendar days 100% construction plans 45 calendar days Final construction documents 45 calendar days after the receipt of permits 6. STAFF ASSIGNMENT Consultant (Malcolm Pirnie): Carlton S. Serrette, P.E. Sam Hobi, P.E. Subconsultants: Thomas Murphy, P.E. Steven Jones Proj ect Manager Project Engineer (Structural) Proj ect Engineer Asst. Project Manager/ Designer Item # 21 Attachment number 1 Page 12 of 14 7. CORRESPONDENCE/REPORTING PROCEDURES: ENGINEER's project correspondence shall be directed to Carlton Serrette, P.E. All City project correspondence shall be directed to Phuong Vo with copies to others as may be appropriate. 8. INVOICING/FUNDING PROCEDURES: Invoices shall be submitted monthly to the City of Clearwater, Attention: Veronica Josef, Sr. Staff Assistant, Engineering, P. O. Box 4748, Clearwater, Florida 33758-4748, for work performed. Invoices will be prepared monthly according to Billing Method B, Lump Sum and be billed as a percent complete of each task. Contingency services will be billed as incurred only after written authorization provided by the City to proceed with those services. City Invoicing Code: 0315-96144-561200-539-000-0000 9. ENGINEER CERTIFICATION: Malcolm Pirnie will certify as a licensed Professional Engineer, registered in accordance with Florida Statute 471 (481), that the above project's construction plans meet or exceed all applicable design criteria specified by City municipal ordinance, State, and Federal established standards. We understand that it is our responsibility as the project's Professional Engineer to perform a quality assurance review of these submitted plans to ensure that such plans are free from errors and/or omissions. This certification shall apply equally to any further revision and/or submittal of plans, computations, or other project documents, which we may subsequently tender. PREPARED BY: Edward R. Balchon, P.E. Vice President Malcolm Pirnie, Inc APPROVED BY: Michael D. Quillen, P.E. City Engineer City of Clearwater Date Date Item # 21 Attachment number 1 Page 13 of 14 ATTACHMENT A CITY OF CLEARWATER Spring Branch Conveyance Enhancements PROJECT BUDGET Malcolm Pirnie, Inc. Task Description Subconsultant Services Labor Total 1.0 Pre-Design 1.1 Project Management $8,799 1.2 Data Collection / Review Existing Information $1,340 1.3 Initial Field Reconnaissance $1,066 1.4 Coordination with Utility Owners / Utility Markups $595 1.5 Prepare Preliminary Drainage Map / Exhibit $950 1.6 Schedule & Attend SWFWMD Field Visit $787 1.7 SWFWMD Pre-Application Meeting $787 $14,324.00 2.0 Design / Sub-consultants 2.1 Environmental Services assessment, delineation, mitigation) $18,350 2.2 Geotechnical Services $7,043 2.3 Survey Services (Wetland Survey & As-Built Surveys) $8,400 2.4 Utility Locations by Vacuum Excavation $2,500 2.5 Coordination w/ Sub-consultants $6,032 2.6 Drainage Basin Evaluation, Stormwater Modeling & Design $12,852 2.7 Basesheet Preparation $4,433 2.8 Structural Design (Weirs, Gabions, Sheet Piling) $19,036 $78,646.00 3.0 Final Design Plans and Specifications 3.1 30% Design / Prep. / Submittal $21,500 3.2 60% Design / Prep. / Submittal $15,400 3.3 90% Design / Prep. / Submittal $13,500 3.4 100% & Final Design / Prep. / Submittal $5,799 $56,199.00 4.0 Permitting Services 4.1 SWFWMD (E.R.P.) permitting effort $4,800 4.2 USACOE permitting effort $2,540 4.3 NPDES (N.O.I.) permitting effort $514 4.4 SWFWMD Permit Review Fee $2,500 4.5 SWFWMD Formal Wetland Determination Fee $750 4.6 NPDES (N.O.I.) Permit Fee $400 $11,504.00 5.0 Construction Phase Services 5.1 Bid Prep, Addenda, Pre-bid & Pre-con Conference, RFI's $6,281 5.2 Shop Drawing Review & Address re-submittals $5,646 5.3 Periodic Site Visits / Final Punch list $7,429 5.4 As-Built Survey Certifications $764 $20,120.00 Subtotal, Labor and Subcontractors $180,793.00 Insert 319 Grant Specification Document in spec (if req'd.) $345 Other Direct Costs (prints, photocopies, postage, etc) $3,200 Item # 21 Attachment number 1 Page 14 of 14 Task Allowance Grand Total Clearwater b %- M PUBLIC WORKS ADMINISTRATION WORK ORDER INITIATION FORM Attachment "B" CITY DELIVERABLES $17,714.30 FORMAT The design or survey plans shall be compiled utilizing one of the following two methods. 1. City of Clearwater CAD standards. 2. Pinellas County CAD standards 3. Datum: Horizontal and Vertical datum shall be referenced to North American Vertical Datum of 1988 (vertical) and North American Datum of 1983/90 (horizontal). The unit of measurement shall be the United States Foot. Any deviation from this datum will not be accepted unless reviewed by City of Clearwater Engineering/Geographic Technology Division. An AutoCAD LandDesktop 3.0 or later drawing file with all dependent files shall be submitted. NOTE: If approved deviation from Clearwater or Pinellas County CAD standards are used the consultant shall include all necessary information to aid in manipulating the drawings including either PCP, CTB file or pen schedule for plotting. The drawing file shall include only authorized fonts, shapes, line types or other attributes contained in the standard AutoDesk, Inc. release. All block references and references contained within the drawing file shall be included. Please address any questions regarding format to Mr. Tom Mahony, at (727)562-4762 or email address tom.mahony((c ,,myclearwater.com All electronic files must be delivered upon completion of project or with 100% plan submittal to City of Clearwater. Item # 21 Attachment number 2 Q 11 J PALM ST F1 W Q ARBELIA BERMUDA ST = Channel Improvement Approx. 700 L.F. J Uo z?J WOODLAWN a- SEDEEVA CIR N ? D J QO Q CIR S BERTLAND STATE ALOHA U') O M D U Uj co W U SHERIDAN w z z 2 O m DO W U U 75 CR-576 w C7 Z nrl 0- U) ~ Ll H Ll w z DR 1?\ I d TER ST nrl 0 0 VISTA WAY 0 w Q Z F1 Detention Basin Approx. 3.5 Acres U Q ? CAROLYN C7 O 0 m m J W Of Z Of ST w 0 of a z IU ? =U¢ 0 N Ridgelan Cir Q S W Ridgelan Q Cir RD w z W Q E2 U) Talisker to M ry U DR B??PM RD Of O lr_ m O LL Highland z Q U Cir Y m z Q WILSO N RD -1j: SUNSET SPRING LA Q THAMES LA 0 DO -j LL n o JOEL LA U '-FBENTLEY OTTEN HEAVEN SANDY LA SENT LA w 0 0 MARY L RD F SANDY ROSEM ?LL Clearwater Prepared by: Engineering Department Geographic Technology Division Spring Branch Conveyance Enhancement N W- E S 100S . Myrtle Ave, Clearwater, FL 33756 Ph: (727)56 , Fax: 26-4755 www.MyCMyCl learwaterer.co com Map Gen By: SF Reviewed By: PV Date: 7/29/2008 Grid #: 251 B e S-T-R: 03-29s-15e m # 21 Scale: 1"=600' BY R9\ ERIN ST GREENL z O CAROLYN U) w SANDY- Meeting Date:8/18/2008 Y 1 ,",_1 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve the amendment to Department of Environmental Protection agreement WAP050 to extend the expiration date from June 30, 2008 to April 30, 2010. (consent) SUMMARY: Two grants totaling 2.5 million dollars to be utilized on Stevenson Creek projects were aquired by the City in 2001. The Glen Oaks Project along with some property purchases have utilized $2,049,803 of the grant dollars. The extension will enable the City to utilize the remaining $450,197 towards the construction of the Lake Bellevue Project. Review Approval: 1) Office of Management and Budget 2) Legal 3) Clerk 4) Assistant City Manager 5) Clerk 6) City Manager 7) Clerk Cover Memo Item # 22 Attachment number 1 Page 1 of 1 u u ?¢ Qow z w GRAND CENTRAL ? _ U ST B PINELLAS a- s F- Of ? P?NE? a- 2 TUSKAWILLA ST Tuskawilla E Lu C7 z 0 w Qye? C LAKEVIEW q /???? o? ` \ H ?o W D ST g E ST ?w a McLENNAN ST (P w ? G m BLVD. w J WAY Q Q AVE WOODLAWN ST PROJECT SITE ? Q Q C7 z Y w SOUTH z J O z C7 Q z_ Q o = KING JLEY F-7Lu1I QUEEN Harvey Harris Williamson Y 00 C u a Q Vernon 14 E City of Clearwater Engineering Department l te Cearwar S Lake Bellevue Stormwater Improvements Drawn By S. K. Reviewed By: E.S. Scale: N.T.S. Grid # 306A S - T- R 2-29S-15e Date: 04/17/07 Item # 22 Attachment number 2 Page 1 of 8 DEP AGREEMENT NO. WAP050 AMENDMENT NO. 3 THIS AGREEMENT as entered into on the 6th day of August, 2001, and amended on the 271h day of August, 2003 and the 7`t' of August, 2006, between the FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (hereinafter referred to as the "Department") and the CITY OF CLEARWATER (hereinafter referred to as the "Grantee" or "Recipient") is hereby amended. WHEREAS, ongoing difficulties with the Engineer of Record on the Lake Bellevue Project hindered the completion of the project; and, WHEREAS, due to the final plans not being sufficient for construction and the budget exceeding expectations, the Grantee has requested a no cost time extension for the completion of the project; and, WHEREAS, the Department has agreed to extend the completion date of the Agreement from June 30, 2008 to April 30, 2010; and, WHEREAS, the Grantee understands that the certification forward of the State Fiscal Years 2001/2002 and 2002/2003 funds supporting this Agreement beyond June 30 of each year is subject to the approval of the Governors office. WHEREAS, other changes to the Agreement are necessary. NOW, THEREFORE, the parties hereto agree as follows: -- Paragraph 2 is hereby revised to change the end date of the Agreement from June 30, 2008 to April 30, 2010. -- Paragraph 3 is hereby revised to change the Department of Financial Services' Reference Guide for State Expenditures website to ht :llwww.fldfs.com/aadir/refercnc0`/`5F vide. -- Paragraph 4 is hereby revised to add the following: The Grantee understands that the funds supporting this Agreement are subject to certification forward approval by the Governor's Office on June 3e each year beginning June 30, 2003. The Grantee understands and agrees that if the Governor's Office does not approve the Department's request to certify the funds forward, the Grantee will not be eligible for reimbursement after the reversion of said funds. Paragraph I IB is hereby revised to change the last sentence to read as follows: A list of minority owned firms that could be offered subcontracting opportunities may be obtained by contacting the Office of Supplier Diversity at (850) 4870915. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DEP Agreement No. WAP050, Amendment No. 3, Page I of 3 Item # 22 Attachment number Page 2 of 8 -- Attachment A-1, Revised Project Work Plan, Budget Explanation and Project Timeline is hereby deleted in its entirety and replaced with the following: BudEet Explanation and Project Timeline: Project Component Timeline State Funds Matching Total Cost Funds Wolfe Property Purchase Completed $175,000.00 $175,000.00 $350,000.00 Spring Branch, Glen Oaks Completed $325,000.00 $325,000.00 $650,000.00 Palmetto sump project design and land purchase Glen Oaks Construction Nov 2008 - $1,549,80173 $1,549,802.73 $3,499,605.46 Apr 2010 Lake Bellevue Improvements Nov 2008 - $450,197.27 $450,197.27 $940,394.54 Apr 2010 Total Cost $2,500,000.00 $2,500,000.00 $5,000,000.00 -- Attachment C-2, Second Revised Special Audit Requirements is hereby deleted in its entirety and replaced with Attachment C-3, Third Revised Special Audit Requirements, attached hereto and made a part of the Agreement. All references in the Agreement to Attachment C-2 shall hereinafter refer to Attachment C-3, Third Revised Special Audit Requirements. In all other respects, the Agreement of which this is an Amendment, and attachments relative thereto, shall remain in full force and effect. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DEP Agreement No. WAP050, Amendment No. 3, Page 2 of 3 Item # 22 Attachment number 2 Page 3 of 8 IN WITNESS WHEREOF, the parties have caused this Amendment to be duly executed the day and year last written below. CITY OF CLEARWATER By: 'Title: Date: FLORIDA DEPARTMENT OF ENVIRONMENTAA, PR( EC1'ION J By:_ _ t Date: it Manager DE'-' ttdrn nrstrrtor Approved as to form and legality: DEP (Attorney List of attachments/exhibits Included as part of this Ayne.T) rtient: Specify Type _._Lettcr"%`um!?c _ Descr tr on (include nurriber ol'PaQes) Attachment C-3 Tli:ircl Re', Special Audit Requirements (5 pages) W ? DEP Agreement No. WAP050, Amendment No. 3, Page 3 of 3 Item # 22 Attachment number 2 Page 4 of 8 ATTACHMENT C-3 THIRD REVISED SPECIAL AUDIT REQUIREMENTS The administration of resources awarded by the Dc ,_irmtcnt of Environmental Protection (which may he referred to as the "Department", "DEP". "FRCP" or "Gronior", or other name in the contradlagreement) to the recipient (which may be referred to as the "Contractor", Grantee" or other name in the contract/agreemen.t) may be subject to audits and/or monitoring by the Department of Environmental Protection, as described in this attachment. MONITORING In addition to reviews of audits conducted in accordance with OMB Circular A-133 and Section 21. 5.97, F.S., as revised (see "AUDITS" below), monitoring In ocedures may include, but not be limited to, on-site visits by Department staff, limited scope audits as defined by OMB Circular A-133, as revised, and/or other procedures. By entering into this Agreement, the recipient agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Department of Environmental Protection. In the event the Department of l;nvironm,ental Protection determines that a lirruted scope audit of the recipient is appropriate, the recipient agrees to comply with any additional instructions provided by the Department to the recipient regarding such audit. The recipient further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Chief Financial Officer or Auditor General. AUDITS PART 1. FEDERALLY FUNDED This part is applicable if the recipient is a State or local government or a non-profit organization as defined in OMB Circular A-133, as revised. In the event that the recipient expends $500.000 or more in Federal awards in its fiscal year, the recipient mist have a single or program-specific audit conducted in accordance with the provisions of OMB Circul A-133, as revised. EXHIBIT 1 to this Agreement indicates Federal funds awarded through the r. r of Environmental Protection by this Agreement. In determining the Federal awards expended in its fi: year, the recipient shall consider all sources of Federal awards, including Federal resources received fr)m file Department of Environmental Protection. The determination of amounts of Federal awards exper i.d should be in accordance with the guidelines established by OMB Circular A-133, as revised. An audit of the recipient conducted by the Auditor General in accordance with the provisions of OMB Circular A-133, as revised, will meet the requirements of this part. In connection with the audit requirements 21_f1k C> in Part 1, paragraph 11 the recipient slial° F?sliil' '_itr requirements relative to auditee responsibililiz: as provided in Subpart C of OMB Circular A-133, as revised. If the recipient expends less than $500,000 in Federal awards in its fiscal year, an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, is not required. In the event that the rec.tpic:it expends less than $500,000 in Federal awards in its fiscal year and elects to lvr c ;lit audit condo, red in accordance with the provisions of OMB Circular A-133, as revised, the cost of the audit must be paid from non-Federal resources ().e., tie cost of such an audit must be paid from i (cii):?-iit resources obtained from other than federal entities). The recipient may access information regarding the Catalog of Federal Domestic Assistance: (CFDA) via the internet at littp://12.46.245.173/ef(la/efda.html. [)F1.' 5?-21? t1i)_'1'07) DFP Agreement No. WAP050, Attachment C-3, Page I of 5 Item # 22 Attachment number 2 Page 5 of 8 PART II: STATE FUNDED This part is applicable if the recipient is a nonstate entity as defined by Section 215.97(2)(m), Florida Statutes. In the event that the recipient expends a total amount of state financial assistance equal to or in excess of $500,000 m any fiscal year of such recipient, the recipient must have a State single or prciject-specific audit for such fiscal year to accordance with Section 215.97, Florida Statutes; applicable rules of the Department of Financial Services; and Chapters 10.550 (local governmental en(ities) or 10.650 (nonprofit and (or-profit organizations), Rules of the Auditor General. EXHIBIT 1 to this Agreement indicates state financial assistance awarded through the Department of Enviromnental Protection by this Agreement. In determining the state financial assistance expended in its fiscal year, the recipient shall consider all sources of state financial assistance, including state financial assistance received from the Department of Environmental Protection, other state agencies, and other nonstate entities. State financial assistance does not include Federal direct or pass-flu ough awards and resources received by a nonstate entity for Federal program matclung requirements. In connection with the audit requirements addressed in Part IT, paragraph 1; the recipient shall ensure that (lie audit complies with the requirements of Section 215.97(7), Florida Statutes. This includes submission of a financial reporting package as defined by Section 215.97(2), Florida Statutes, and Chapters 10.550 (local goverrullental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. If the reciptent expends less than 5500;000 in state financial assistance in its fiscal year, an audit conducted in accordance with the provisions of Section 215.97; Florida Statutes, is not required. In the event that the recipient expends less than $500,000 in state financial assistance in its fiscal year, and elects to have an audit conducted in accordance with the provisions of Section 2 15 97, Florida Statutes, the cost of the audit must be paid from the note-state entity's resources (i.c., the cost of such an audit must be paid from the recipient's resources obtained from other than State entities). For information regarding the Florida Catalog of State Financial Assistance (CSFA), a recipient should access the Florida Single Audit Act website located at Limp ' €inDS f7ejfs one/f'saa for assistance. In addition to the above websites, the following %vebsites may be accessed for information: Legislature's Website at Imp: ?'`www.' st?iie fi?us/bVclcc?i°ne`index.c.frrState of Florida's website at http://www.n?tlorida.com/, Department of FinAnk_1,i' Services' Website at h"..;l/www_ridfs.conr/ and the Auditor General's Website at ltttp:i/www.statt fl ? ,jai "" n PART III: OTHER AUDIT REQUIREMENTS (NOTE: This part would be used to specify any additional audit requirements imposed by the State awarding entity that are solely a matter of that State awarding entity's policy (r e., the audit is not required by Federal or State laws and is not in conflict with other Federal or State audit requireirients). Pursuant to Section 215.97(8), Florida Statutes, Stale agencies may conduct or arrange for oudits of Stale financial assistance that are in addition 10 audits conducted in accordance with Section 21597, Florida Statutes. In such an event, the Stale awarding agency niusl arrange for funding thefdl cost of such additional audits ) PART IV: REPORT SUBMISSION Copies of reporting packages for idits conducted to accordance with OMB Circular A-133, as revised, and required by PART i of this Ati l rrirnt shall be subnutled, when required by Section .320 (d), OMB Circular A-133, as revised, by or on behalf of the recipient direct to each of the following: DL-P 55-215 (02/07) _ DEP Agreement No. WAP050. Attachment C-3, Page 2 of 5 Item # 22 Attachment number 2 Page 6 of 8 A. The Department of L-nvirorunental Protection at the following address: Audit Director Florida Department of Cnvironmental Protection Office of the Inspector General, MS 40 3900 Coinunonwealth Boulevard Vallabassee, Florida 32399-3000 B. The Federal Audit Clearinghouse designated in OM8 Circular A-133, as revised (the number of copies required by Sections .320 (d)(1) and (2), OMB Circular A-133, as revised, should be submitted to the Federal Audit Clearinghouse), at the following address: Federal Audit Clearinghouse Bureau of the Census 1201 East 10th Street Jeffersonville, fN 47132 C. Other Federal agencies and pass-tivough entities in accordance with Sections .320 (e) and (f) OMB Circular A-133, as revised. Pursuant to Section .320(f), OMB Circular A-133, as revised, the recipient shall submit a copy of the reporting package described in Section .320(c), OMB Circular A-133, as revised, and any management letters issued by the auditor, to the Department of Environmental Protection at the following address: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 3900 Comtonwealth Boulevard Tallahassee, Florida 32399-3000 Copies of financial reporting packages required by PART It of this Attachment shall he submitted by or on behalf of the recipient directly to each of the following: A. The Department of Environmental Protection at the following address: Audit Director Florida Department of Environmental Protection Office of the Inspector General., MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 B. The Auditor General's Office at the following address: State of Florida Auditor General Room 401, Claude Pepper Building 1 1 1 West Madison Street Tallahassee, Florida 32399-1450 REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DCP 55-215 (02207) - DEP Agreement No. WAY050, Attachment C-3, Page 3 of 5 Item # 22 Attachment number 2 Page 7 of 8 4. Copies of reports or management letters required by PART III of this Attachment shall be submitted by or on behalf of the recipient directly to the Department of Environmental Protection at the following address: Audit Director Flonda Department of Environmental Protection Office of the Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Any repots, management letters, or other information required to be subii7itted to the Department of Environmental Protection pursuant to this Agreement shall be submitted timely in accordance with OMB Circular A-133, Florida Statutes, or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, as applicable. 6. Recipients, when submitting financial reporting packages to the Department of Environmental Protection for audits done in accordance with OMB Circutar A-133, or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General; should indicate the date that the reporting package was delivered to the recipient in correspondence accompanying the reporting package. PART V: RECORD RETENTION The recipient shall retain sufficient records demo izstrating its compliance with the terms of this Agreement for a period of 5 years from the date the audit report is issued, and shall allow the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General access to such records upon request. The recipient shall ensure that audit working papers are made available to the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General upon request for a period of 3 years from the (late the audit report is issued, unless extended in writing by the Department of Environmental Protection. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Dkl' 55-215 (02/07) - DEP Agreement No. WAP050, Attachment C-3, Page 4 of 5 Item # 22 Attachment number 2 Page 8 of 8 Y U Z O a O LL, Ll O C? C/1 O U LL.1 x C7 E x O z a a H z LQ a U Z` O N cl L Q Q LL., o ? ? R G R nU C E d C?l !; 7 r'- i O yl Q o LL, U C O U Q O I Q C P ?s c rx, Oi C GS ? J Q ' OP J r _ = I E 0 U r a ?? CL n. CV L o L ? o 4 < v o L C to LL ( N ICd O H c: S s ,U- , '? U o ' LT. C L) 0 s C 0 U c c a A .Q U U ? c GFl 7 U Qi "O i L 7 w a' O 7 c 0 R vi ° Q LA L 4 tv` G O O O ^i C O O N ¢ O O G -n o 0 0 U O C 11 CA v7 O L O U J N ? o U cr o 0 n ? U o 0 U r w :y M ? O O O O O y ?"` N N C ? U O v i O L O N { O A, T U r O C. w ?w =? ? '-, X71 CU a -Z v A ti N ? N L? :, y Q Q nxQ nom' (Q^ j ? V V" ,? :G L O O 'J 'J• 0 0 0 O N U ti T ca cA c3 ,? o ?? Q U - U U y m _2 C ? J p N a? O L U nzi O C. ?- R U 4 R U 'o d -° J o !J ? N v v " ? U _ C ? U < O Q U o ^T "U U C R u V ,J U a ?o _T 53 Ti U R r^ u L ? r J J , a? 7 3 ni .o J O V1 on M U v Cz d O D 0. Q z r -' d ?L vi h ? oA Item # 22 Meeting Date:8/18/2008 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve entering a Project Partnership Agreement (PPA) with the Department of the Army to design and construct the Stevenson Creek Estuary Aquatic Ecosystem Restoration with the City funding $2,324,340 of the $6,640,970 total project cost and authorize the appropriate officials to execute same. (consent) SUMMARY: The location of this project is the estuarine area of Stevenson Creek between Ft. Harrison and Douglas Avenues. Between Ft. Harrison and the Pinellas Trail sediment will be removed to a depth of approximately 4.5 feet at the center of the creek and taper up to the existing mangrove shelf; from Pinellas Trail to Douglas Avenue the sediment will be removed to a depth of approximateey 3 feet and taper up. Two mangrove shelves totaling 3.2 acres will also be created and planted with Red Mangroves and/or Black Mangroves. The environmental benefits consist of restoring approximately 27.92 acres of the estuary. Dredging will remove a concentrated deposit of sediments. Restorative waterway benefits will be realized in terms of increased velocity and circulation. Such actions will improve fish and wildlife values, in addition to, providing improvements in water quality, recreational public interest values, and general navigation. Resolution 07-29 was passed on November 1, 2007, establishing the City's intent to reimburse certain Stormwater project costs incurred with future tax-exempt financing. The projects identified with 2009 revenue bonds as a funding source were included in the project list associated with Resolution 07-29 Sufficient budget for interim financing or funding with 2009 Stormwater Bond Revenue Bond Proceeds when issued is available in Stormwater Bond Construction Fund project 0380-96129, Stevensons Creek Estuary Restoration. Type: Capital expenditure Current Year Budget?: Yes Budget Adjustment Comments: Current Year Cost: $2,324,340.00 Not to Exceed: $2,324,340.00 For Fiscal Year: 2007 to 2008 Budget Adjustment: None Annual Operating Cost: Total Cost: $2,324,340.00 Appropriation Code 0380-96129-563700-539- 000-0000 Amount Appropriation Comment $2,324,340.00 Cover Memo Review Approval: 1) Office of Management and Budget 2) Legal 3) Clerk 4) Assistant City Manager 5) Clerk 6) City Manager 7) Clerk Item # 23 Attachment number 1 Page 1 of 31 PROJECT PARTNERSHIP AGREEMENT BETWEEN THE DEPARTMENT OF THE ARMY AND CITY OF CLEARWATER, FLORIDA FOR DESIGN AND CONSTRUCTION OF THE STEVENSON CREEK ESTUARY AQUATIC ECOSYSTEM RESTORATION PROJECT THIS AGREEMENT is entered into this day of by and between the Department of the Army (hereinafter the "Government"), represented by the U.S. Army Engineer, Jacksonville and the City of Clearwater, Florida (hereinafter the "Non-Federal Sponsor"), represented by its Mayor. WITNESSETH, THAT: WHEREAS, design and construction of the Stevenson Creek Estuary Aquatic Ecosystem Restoration Project for aquatic ecosystem restoration (hereinafter the "Project", as defined in Article I.A. of this Agreement) at Clearwater, Florida was approved by Commander, South Atlantic Division on September 30, 2004 pursuant to the authority contained in Section 206 of the Water Resources Development Act of 1996, Public Law 104-303, as amended (33 U.S.C. 2330; hereinafter "Section 206"); WHEREAS, Section 206 provides that $25,000,000 in Federal funds are authorized to be appropriated for each fiscal year to carry out projects pursuant to Section 206 and no more than $5,000,000 in Federal funds may be allotted for a project at any single locality; WHEREAS, the Government and the Non-Federal Sponsor desire to enter into a Project Partnership Agreement (hereinafter the "Agreement") for design and construction of the Project; WHEREAS, Section 206 of the Water Resources Development Act of 1996, Public Law 104-303, as amended (33 U.S.C. 2330) specifies the cost-sharing requirements applicable to the Project; WHEREAS, Section 221 of the Flood Control Act of 1970, Public Law 91-611, as amended (42 U.S.C. 1962d-5b), and Section 1030) of the Water Resources Development Act of 1986, Public Law 99-662, as amended (33 U.S.C. 22130)), provide, inter alia, that the Secretary of the Army shall not commence construction of any water resources project, or separable element thereof, until each non-Federal interest has entered into a written agreement to furnish its required cooperation for the project or separable element; Item # 23 Attachment number 1 Page 2 of 31 WHEREAS, the Government and Non-Federal Sponsor have the full authority and capability to perform as hereinafter set forth and intend to cooperate in cost-sharing and financing of the Project in accordance with the terms of this Agreement; and WHEREAS, the Government and the Non-Federal Sponsor, in connection with this Agreement, desire to foster a partnering strategy and a working relationship between the Government and the Non-Federal Sponsor through a mutually developed formal strategy of commitment and communication embodied herein, which creates an environment where trust and teamwork prevent disputes, foster a cooperative bond between the Government and the Non-Federal Sponsor, and facilitate the successful implementation of the Project. NOW, THEREFORE, the Government and the Non-Federal Sponsor agree as follows: ARTICLE I - DEFINITIONS A. The term "Project" shall mean the restoration Stevenson Creek through the removal of muck and sand materials and the creation of mangrove areas to enhance and expand existing mangrove communities as generally described in the Stevenson Creek Aquatic Ecosystem Restoration, City of Clearwater, Pinellas County, Florida, Section 206 Ecosystem Restoration Report, dated February, 2003 and approved by Commander, South Atlantic Division on September 30, 2004. B. The term "total project costs" shall mean the sum of all costs incurred by the Non-Federal Sponsor and the Government in accordance with the terms of this Agreement directly related to design and construction of the Project and the pre Agreement planning and design costs incurred by the Government. Subject to the provisions of this Agreement, the term shall include, but is not necessarily limited to: the Government's preAgreement planning and design costs and the Government's design costs incurred after the effective date of this Agreement; the costs of the Non Federal Sponsor's Design Coordination Team Activities, the Government's costs of preparation of environmental compliance documentation in accordance with Article II.A.2. of this Agreement; the Government's engineering and design costs during construction; the Non-Federal Sponsor's and the Government's costs of investigations to identify the existence and extent of hazardous substances in accordance with Article XIV.A. of this Agreement; the Government's costs of historic preservation activities in accordance with Article XVII.A. and Article XVII.B.1. of this Agreement; the Government's actual construction costs; the Government's supervision and administration costs; the Non-Federal Sponsor's and the Government's costs of participation in the Project Coordination Team in accordance with Article V of this Agreement; the Government's costs of contract dispute settlements or awards; the value of lands, easements, rights-of-way, relocations, and improvements required on lands, easements, and rights-of-way to enable the disposal of dredged or excavated material for which the Government affords credit in accordance with Article IV of this Agreement; and the Non-Federal Sponsor's and the Government's costs of audit in accordance with 2 Item # 23 Attachment number 1 Page 3 of 31 Article X.B. and Article X.C. of this Agreement. The term does not include any costs for operation, maintenance, repair, rehabilitation, or replacement of the Project; any costs of betterments under Article II.H.2. of this Agreement; any costs of dispute resolution under Article VII of this Agreement; the Government's costs for data recovery activities associated with historic preservation in accordance with Article XVII.B.2. and Article XVII.B.3. of this Agreement; or the Non-Federal Sponsor's costs of negotiating this Agreement. C. The term "period of design and construction" shall mean the time from the effective date of this Agreement to the date that construction of the Project is complete, as determined by the Government, or the date that this Agreement is terminated in accordance with Article XIII or Article XIV.C. of this Agreement, whichever is earlier. D. The term "financial obligations for design and construction" shall mean the financial obligations of the Government that result or would result in costs that are or would be included in total project costs except for obligations pertaining to the provision of lands, easements, and rights-of-way, the performance of relocations, and the construction of improvements required on lands, easements, and rights-of-way to enable the disposal of dredged or excavated material. E. The term "non Federal proportionate share" shall mean the ratio of the Non- Federal Sponsor's total contribution of funds required by Article II.B.2. and Article II.C.2. of this Agreement to financial obligations for design and construction, as projected by the Government. F. The term "highway" shall mean any highway, roadway, street, or way, including any bridge thereof, that is owned by a public entity. G. The term "relocation" shall mean providing a functionally equivalent facility to the owner of a utility, cemetery, highway, railroad, or public facility when such action is authorized in accordance with applicable legal principles of just compensation. Providing a functionally equivalent facility may take the form of alteration, lowering, raising, or replacement and attendant demolition of the affected facility or part thereof. H. The term ` functional portion of the Project" shall mean a portion of the Project for which construction has been completed and that can function independently, as determined by the U.S. Army Engineer, Jacksonville District (hereinafter the "District Engineer") in writing, although the remainder of the Project is not complete. 1. The term "betterment" shall mean a difference in the design or construction of an element of the Project that results from the application of standards that the Government determines exceed those that the Government would otherwise apply to the design or construction of that element. The term does not include any design or construction for features not included in the Project as defined in paragraph A. of this Article. 3 Item # 23 Attachment number 1 Page 4 of 31 J. The term "Federal program funds" shall mean funds provided by a Federal agency, other than the Department of the Army, plus any non-Federal contribution required as a matching share therefor. K. The term "Section 206 Project Limit" shall mean the $5,000,000 statutory limitation on the Government's financial participation in the planning, design, and construction of the Project as specified in Section 206 of the Water Resources Development Act of 1996, Public Law 104-303, as amended (33 U.S.C. 2330). L. The term "Section 206Annual Program Limit" shall mean the statutory limitation on the Government's annual appropriations for planning, design, and construction of all projects implemented pursuant to Section 206 of the Water Resources Development Act of 1996, Public Law 104-303, as amended (33 U.S.C. 2330). As of the effective date of this Agreement, such limitation is $25,000,000. M. The term "fiscal year" shall mean one year beginning on October 1 and ending on September 30. N. The term 'fiscal year of the Non-Federal Sponsor" shall mean one year beginning on and ending on 0. The term "pre Agreement planning and design costs" shall mean all costs that were incurred by the Government prior to the effective date of this Agreement for planning and design of the Project. P. The term "Design Coordination Team Activities" shall mean the oversight of matters related to design of the Project including: engineering and design, including scheduling of reports and work products; development of plans and specifications; real property and relocation requirements of the Project; contract awards and modifications; contract costs; the Government's cost projections; anticipated requirements and needed capabilities for performance of operation and maintenance of the Project; and other matters related to design of the Project. Q. The term "costs of the Non Federal Sponsor's Design Coordination Team Activities" shall mean the costs that are incurred by the Non-Federal Sponsor for Design Coordination Team Activities on or after October 1, 1996 and before the effective date of this Agreement, as determined by the Government and subject to an audit for reasonableness, allowability, and allocability in accordance with Article X.C. of this Agreement. 4 Item # 23 Attachment number 1 Page 5 of 31 ARTICLE H - OBLIGATIONS OF THE GOVERNMENT AND THE NON-FEDERAL SPONSOR A. The Government, subject to receiving funds appropriated by the Congress of the United States (hereinafter the "Congress") and using those funds and funds provided by the Non-Federal Sponsor, expeditiously shall design and construct the Project, applying those procedures usually applied to Federal projects, in accordance with Federal laws, regulations, and policies. 1. The Government shall not issue the solicitation for the first contract for design of the Project or commence design of the Project using the Government's own forces until the Non-Federal Sponsor has confirmed in writing its willingness to proceed with the Project. 2. The Government shall develop and coordinate as required, an Environmental Assessment and Finding of No Significant Impact or an Environmental Impact Statement and Record of Decision, as necessary, to inform the public regarding the environmental impacts of the Project in accordance with the National Environmental Policy Act of 1969 (42 U.S.C. 4321-4347; hereinafter "NEPA"). However, the Government shall not issue the solicitation for the first construction contract for the Project or commence construction of the Project using the Government's own forces until all applicable environmental laws and regulations have been complied with, including, but not limited to NEPA and Section 401 of the Federal Water Pollution Control Act (33 U.S.C. 1341). 3. The Government shall afford the Non-Federal Sponsor the opportunity to review and comment on the solicitations for all contracts, including relevant plans and specifications, prior to the Government's issuance of such solicitations. To the extent possible, the Government shall afford the Non-Federal Sponsor the opportunity to review and comment on all proposed contract modifications, including change orders. In any instance where providing the Non-Federal Sponsor with notification of a contract modification is not possible prior to execution of the contract modification, the Government shall provide such notification in writing at the earliest date possible. To the extent possible, the Government also shall afford the Non-Federal Sponsor the opportunity to review and comment on all contract claims prior to resolution thereof. The Government shall consider in good faith the comments of the Non-Federal Sponsor, but the contents of solicitations, award of contracts or commencement of design or construction using the Government's own forces, execution of contract modifications, resolution of contract claims, and performance of all work on the Project shall be exclusively within the control of the Government. 4. At the time the District Engineer furnishes the contractor with the Government's Written Notice of Acceptance of Completed Work for each contract awarded by the Government for the Project, the District Engineer shall furnish a copy thereof to the Non-Federal Sponsor. Item # 23 Attachment number 1 Page 6 of 31 B. The Non-Federal Sponsor shall contribute 35 percent of total project costs in accordance with the provisions of this paragraph. 1. In accordance with Article III of this Agreement, the Non-Federal Sponsor shall provide all lands, easements, and rights-of-way, including those required for relocations, the borrowing of material, and the disposal of dredged or excavated material, shall perform or ensure performance of all relocations, and shall construct improvements required on lands, easements, and rights-of-way to enable the disposal of dredged or excavated material that the Government determines to be required or to be necessary for construction, operation, and maintenance of the Project. 2. The Non-Federal Sponsor shall provide funds in accordance with Article VI.B. of this Agreement in the amount necessary to meet the Non-Federal Sponsor's required share of 3 5 percent of total project costs if the Government projects at any time that the collective value of the following contributions will be less than such required share: (a) the costs of the Non Federal Sponsor's Design Coordination Team Activities; (b) the value of the Non-Federal Sponsor's contributions under paragraph B.1. of this Article as determined in accordance with Article IV of this Agreement; and (c) the value of the Non- Federal Sponsor's contributions under Article V, Article X, and Article XIV.A. of this Agreement. 3. The Government, subject to the availability of funds and as limited by the Section 206 Project Limit and the Section 206 Annual Program Limit, shall refund or reimburse to the Non-Federal Sponsor any contributions in excess of 35 percent of total project costs if the Government determines at any time that the collective value of the following contributions has exceeded 35 percent of total project costs: (a) the value of the Non-Federal Sponsor's contributions under paragraph B.1. of this Article as determined in accordance with Article IV of this Agreement; (b) the costs of the Non-Federal Sponsor's Design Coordination Team Activities, (c) the value of the Non-Federal Sponsor's contributions under paragraph B.2. of this Article; and (d) the value of the Non- Federal Sponsor's contributions under Article V, Article X, and Article XIV.A. of this Agreement. After such a determination, the Government, in its sole discretion, may acquire any remaining lands, easements, and rights-of-way required for the Project, perform any remaining relocations necessary for the Project, or construct any remaining improvements required on lands, easements, and rights-of-way to enable the disposal of dredged or excavated material required for the Project on behalf of the Non-Federal Sponsor. Notwithstanding the acquisition of lands, easements, and rights-of-way, performance of relocations, or construction of improvements required on lands, easements, and rights-of- way to enable the disposal of dredged or excavated material by the Government under this paragraph, the Non-Federal Sponsor shall be responsible, as between the Government and the Non-Federal Sponsor, for any costs of cleanup and response in accordance with Article XIV.C. of this Agreement. 6 Item # 23 Attachment number 1 Page 7 of 31 C. Notwithstanding any other provision of this Agreement, Federal financial participation in the Project is limited by the following provisions of this paragraph. 1. In the event the Government projects that the amount of Federal funds the Government will make available to the Project through the then-current fiscal year, or the amount of Federal funds the Government will make available for the Project through the upcoming fiscal year, is not sufficient to meet the Federal share of total project costs and the Federal share of costs for data recovery activities associated with historic preservation in accordance with Article XVII.B.2. and Article XVH.B.3. of this Agreement that the Government projects to be incurred through the then-current or upcoming fiscal year, as applicable, the Government shall notify the Non-Federal Sponsor in writing of such insufficiency of funds and of the date the Government projects that the Federal funds that will have been made available to the Project will be exhausted. Upon the exhaustion of Federal funds made available by the Government to the Project, future performance under this Agreement shall be suspended and the parties shall proceed in accordance with Article XIH.B. of this Agreement. 2. In accordance with Section 206 of the Water Resources Development Act of 1996, Public Law 104-303, as amended (33 U.S.C. 2330), the Government's total financial obligations for planning, design, and construction of the Project (except for costs incurred on behalf of the Non-Federal Sponsor in accordance with paragraph H. of this Article) shall not exceed the Section 206 Project Limit. Notwithstanding any other provision of this Agreement, the Non-Federal Sponsor shall be responsible for all costs in excess of this limit and shall pay any such costs in accordance with Article VI.B. of this Agreement. 3. If the Government determines that the total amount of Federal funds provided by Congress for all projects implemented pursuant to Section 206 has reached the Section 206 Annual Program Limit, and the Government projects that the Federal funds the Government will make available to the Project within the Section 206 Annual Program Limit will not be sufficient to meet the Federal share of total project costs and the Federal share of costs for data recovery activities associated with historic preservation in accordance with Article XVII.B.2. and Article XVH.B.3. of this Agreement, the Government shall notify the Non-Federal Sponsor in writing of such insufficiency of funds and of the date the Government projects that the Federal funds that will have been made available to the Project will be exhausted. Upon the exhaustion of Federal funds made available by the Government to the Project within the Section 206 Annual Program Limit, future performance under this Agreement shall be suspended and the parties shall proceed in accordance with Article XIH.B. of this Agreement. 4. As of the effective date of this Agreement, $4,316,631 of Federal funds is currently projected to be available for the Project. The Government makes no commitment to request Congress to provide additional Federal funds for the Project. Further, the Government's financial participation in the Project is limited to the Federal funds that the Government makes available to the Project. 7 Item # 23 Attachment number 1 Page 8 of 31 D. When the District Engineer determines that the entire Project, or a functional portion of the Project, is complete, the District Engineer shall so notify the Non-Federal Sponsor in writing and furnish the Non-Federal Sponsor with a final Operation, Maintenance, Repair, Rehabilitation, and Replacement Manual (hereinafter the "OMRR&R Manual") or, if the final OMRR&R Manual is not available, an interim OMRR&R Manual for the entire Project or such completed portion. Upon such notification, the Government also shall furnish to the Non-Federal Sponsor a copy of all final as-built drawings for the portion of the Project for which the Government awarded a construction contract, or the Government constructed using its own forces, if such drawings are available. Not later than 6 months after such notification by the Government that the entire Project is complete, the Government shall furnish the Non- Federal Sponsor with all final as-built drawings for the portion of the Project for which the Government awarded a construction contract, or the Government constructed using its own forces, and also shall furnish the Non-Federal Sponsor with the final OMRR&R Manual for the entire Project. In the event all final as-built drawings for the portion of the Project for which the Government awarded a construction contract, or the Government constructed using its own forces, or the final OMRR&R Manual for the entire Project cannot be completed within the 6 month period, the Government shall provide written notice to the Non-Federal Sponsor, and the Government and the Non- Federal Sponsor shall negotiate an acceptable completion date for furnishing such documents. Further, after completion of all contracts for the Project, copies of all of the Government's and Non-Federal Sponsor's Written Notices of Acceptance of Completed Work for all contracts for the Project that have not been provided to the other party previously shall be provided to the Non-Federal Sponsor and/or the Government, as appropriate. E. Upon notification from the District Engineer in accordance with paragraph D. of this Article, the Non-Federal Sponsor shall operate, maintain, repair, rehabilitate, and replace the entire Project, or the functional portion of the Project as the case may be, in accordance with Article VIII of this Agreement. F. Upon conclusion of the period of design and construction, the Government shall conduct an accounting, in accordance with Article VI.C. of this Agreement, and furnish the results to the Non-Federal Sponsor. G. The Non-Federal Sponsor shall not use Federal program funds to meet any of its obligations for the Project under this Agreement unless the Federal agency providing the Federal portion of such funds verifies in writing that expenditure of such funds for such purpose is expressly authorized by Federal law. H. The Non-Federal Sponsor may request the Government to perform or provide, on behalf of the Non-Federal Sponsor, one or more of the services (hereinafter the "additional work") described in this paragraph. Such requests shall be in writing and shall describe the additional work requested to be performed or provided. If in its sole discretion the Government elects to perform or provide the requested additional work or any portion thereof, it shall so notify the Non-Federal Sponsor in a writing that sets forth 8 Item # 23 Attachment number 1 Page 9 of 31 any applicable terms and conditions, which must be consistent with this Agreement. In the event of conflict between such a writing and this Agreement, this Agreement shall control. The Non-Federal Sponsor shall be solely responsible for all costs of the additional work performed or provided by the Government under this paragraph and shall pay all such costs in accordance with Article VI.D. of this Agreement. 1. Acquisition of lands, easements, and rights-of-way; performance of relocations; or construction of improvements required on lands, easements, and rights-of- way to enable the disposal of dredged or excavated material for the Project. Notwithstanding acquisition of lands, easements, and rights-of-way, performance of relocations, or construction of improvements by the Government, the Non-Federal Sponsor shall be responsible, as between the Government and the Non-Federal Sponsor, for any costs of cleanup and response in accordance with Article XIV.C. of this Agreement. 2. Inclusion of betterments in the design or construction of the Project. In the event the Government elects to include any such betterments, the Government shall allocate the costs of the Project features that include betterments between total project costs and the costs of the betterments. 1. The Non-Federal Sponsor shall prevent obstructions or encroachments on the Project (including prescribing and enforcing regulations to prevent such obstructions or encroachments) such as any new developments on Project lands, easements, and rights-of- way or the addition of facilities which might reduce the outputs produced by the Project, hinder operation and maintenance of the Project, or interfere with the Project's proper function. J. The Non-Federal Sponsor shall not use the Project, or the lands, easements, and rights-of-way required pursuant to Article III of this Agreement, as a wetlands bank or mitigation credit for any other project. ARTICLE III - LANDS, EASEMENTS, RIGHTS-OF-WAY, RELOCATIONS, DISPOSAL AREA IMPROVEMENTS, AND COMPLIANCE WITH PUBLIC LAW 91-646, AS AMENDED A. The Government, after consultation with the Non-Federal Sponsor, shall determine the lands, easements, and rights-of-way required for construction, operation, and maintenance of the Project, including those required for relocations, the borrowing of material, and the disposal of dredged or excavated material. The Government in a timely manner shall provide the Non-Federal Sponsor with general written descriptions, including maps as appropriate, of the lands, easements, and rights-of-way that the Government determines the Non-Federal Sponsor must provide, in detail sufficient to enable the Non- Federal Sponsor to fulfill its obligations under this paragraph, and shall provide the Non- Federal Sponsor with a written notice to proceed with acquisition of such lands, easements, and rights-of-way. Prior to the issuance of the solicitation for each Government contract 9 Item # 23 Attachment number 1 Page 10 of 31 for construction of the Project, or prior to the Government initiating construction of a portion of the Project using the Government's own forces, the Non-Federal Sponsor shall acquire all lands, easements, and rights-of-way the Government determines the Non- Federal Sponsor must provide for that work and shall provide the Government with authorization for entry thereto. Furthermore, prior to the end of the period of design and construction, the Non-Federal Sponsor shall acquire all lands, easements, and rights-of-way required for construction, operation, and maintenance of the Project, as set forth in such descriptions, and shall provide the Government with authorization for entry thereto. The Non-Federal Sponsor shall ensure that lands, easements, and rights-of-way that the Government determines to be required for the Project and that were provided by the Non- Federal Sponsor are retained in public ownership for uses compatible with the authorized purposes of the Project. B. The Government, after consultation with the Non-Federal Sponsor, shall determine the relocations necessary for construction, operation, and maintenance of the Project, including those necessary to enable the borrowing of material or the disposal of dredged or excavated material. The Government in a timely manner shall provide the Non- Federal Sponsor with general written descriptions, including maps as appropriate, of such relocations in detail sufficient to enable the Non-Federal Sponsor to fulfill its obligations under this paragraph, and shall provide the Non-Federal Sponsor with a written notice to proceed with such relocations. Prior to the issuance of the solicitation for each Government contract for construction of the Project, or prior to the Government initiating construction of a portion of the Project using the Government's own forces, the Non-Federal Sponsor shall prepare or ensure the preparation of plans and specifications for, and perform or ensure the performance of, all relocations the Government determines to be necessary for that work. Furthermore, pri or to the end of the period of design and construction, the Non- Federal Sponsor shall perform or ensure performance of all relocations as set forth in such descriptions. C. The Government, after consultation with the Non-Federal Sponsor, shall determine the improvements required on lands, easements, and rights-of-way to enable the disposal of dredged or excavated material associated with construction, operation, and maintenance of the Project. Such improvements may include, but are not necessarily limited to, retaining dikes, wasteweirs, bulkheads, embankments, monitoring features, stilling basins, and de-watering pumps and pipes. The Government in a timely manner shall provide the Non-Federal Sponsor with general written descriptions, including maps as appropriate, of such improvements in detail sufficient to enable the Non-Federal Sponsor to fulfill its obligations under this paragraph, and shall provide the Non-Federal Sponsor with a written notice to proceed with construction of such improvements. Prior to the issuance of the solicitation for each Government contract for construction of the Project, or prior to the Government initiating construction of a portion of the Project using the Government's own forces, the Non-Federal Sponsor shall prepare plans and specifications for all improvements the Government determines to be required for the disposal of dredged or excavated material under that contract, submit such plans and specifications to the Government for approval, and provide such improvements in accordance with the approved plans and specifications. Furthermore, pri or to the end of the period of design and 10 Item # 23 Attachment number 1 Page 11 of 31 construction, the Non-Federal Sponsor shall provide all improvements set forth in such descriptions. D. The Non-Federal Sponsor shall comply with the applicable provisions of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, Public Law 91-646, as amended (42 U.S.C. 4601-4655), and the Uniform Regulations contained in 49 C.F.R. Part 24, in acquiring lands, easements, and rights-of-way required for construction, operation, and maintenance of the Project, including those required for relocations, the borrowing of material, or the disposal of dredged or excavated material, and shall inform all affected persons of applicable benefits, policies, and procedures in connection with said Act. ARTICLE IV - CREDIT FOR VALUE OF LANDS, EASEMENTS, RIGHTS-OF-WAY, RELOCATIONS, AND DISPOSAL AREA IMPROVEMENTS A. The Government shall include in total project costs and afford credit toward the Non-Federal Sponsor's share of total project costs for the value of the lands, easements, and rights-of-way that the Non-Federal Sponsor must provide pursuant to Article M.A. of this Agreement; for the value of the relocations that the Non-Federal Sponsor must perform or for which it must ensure performance pursuant to Article M.B. of this Agreement; and for the value of the improvements required on lands, easements, and rights-of-way to enable the disposal of dredged or excavated material that the Non-Federal Sponsor must provide pursuant to Article M.C. of this Agreement. However, no amount shall be included in total project costs, no credit shall be afforded, and no reimbursement shall be provided for the value of any lands, easements, rights-of-way, relocations, or improvements required on lands, easements, and rights-of-way to enable the disposal of dredged or excavated material that have been provided previously as an item of cooperation for another Federal project. In addition, no amount shall be included in total project costs, no credit shall be afforded, and no reimbursement shall be provided for the value of lands, easements, rights-of-way, relocations, or improvements required on lands, easements, and rights-of-way to enable the disposal of dredged or excavated material that were acquired or performed using Federal program funds unless the Federal agency providing the Federal portion of such funds verifies in writing that affording credit for the value of such items is expressly authorized by Federal law. B. The Non-Federal Sponsor in a timely manner shall provide the Government with such documents as are sufficient to enable the Government to determine the value of any contribution provided pursuant to Article IRA., Article M.B., or Article M.C. of this Agreement. Upon receipt of such documents, the Government in a timely manner shall determine the value of such contributions for the purpose of including such value in total project costs and for determining the amount of credit to be afforded or reimbursement to be provided in accordance with the provisions of this Agreement. C. For the purposes of determining the value to be included in total project costs and the amount of credit to be afforded reimbursement to be provided in accordance with this Agreement and except as otherwise provided in paragraph G. of this Article, the value 11 Item # 23 Attachment number 1 Page 12 of 31 of lands, easements, and rights-of-way, including those required for relocations, the borrowing of material, and the disposal of dredged or excavated material, shall be the fair market value of the real property interests, plus certain incidental costs of acquiring those interests, as determined in accordance with the provisions of this paragraph. 1. Date of Valuation. The fair market value of lands, easements, or rights- of-way owned by the Non-Federal Sponsor on the effective date of this Agreement shall be the fair market value of such real property interests as of the date the Non-Federal Sponsor provides the Government with authorization for entry thereto. The fair market value of lands, easements, or rights-of-way acquired by the Non-Federal Sponsor after the effective date of this Agreement shall be the fair market value of such real property interests at the time the interests are acquired. 2. General Valuation Procedure. Except as provided in paragraph C.3. or paragraph C.5. of this Article, the fair market value of lands, easements, or rights-of-way shall be determined in accordance with the provisions of this paragraph. a. The Non-Federal Sponsor shall obtain, for each real property interest, an appraisal that is prepared by a qualified appraiser who is acceptable to the Non- Federal Sponsor and the Government. The Non-Federal Sponsor shall provide the Government with the appraisal no later than 6 months after the Non-Federal Sponsor provides the Government with an authorization for entry for such real property interest. The appraisal must be prepared in accordance with the applicable rules of just compensation, as specified by the Government. The fair market value shall be the amount set forth in the Non-Federal Sponsor's appraisal, if such appraisal is approved by the Government. In the event the Government does not approve the Non-Federal Sponsor's appraisal, the Non-Federal Sponsor may obtain a second appraisal, and the fair market value shall be the amount set forth in the Non-Federal Sponsor's second appraisal, if such appraisal is approved by the Government. In the event the Government does not approve the Non-Federal Sponsor's second appraisal, the Non-Federal Sponsor chooses not to obtain a second appraisal, or the Non-Federal Sponsor does not provide the first appraisal as required in this paragraph, the Government shall obtain an appraisal, and the fair market value shall be the amount set forth in the Government's appraisal, if such appraisal is approved by the Non-Federal Sponsor. In the event the Non-Federal Sponsor does not approve the Government's appraisal, the Government, after consultation with the Non- Federal Sponsor, shall consider the Government's and the Non-Federal Sponsor's appraisals and determine an amount based thereon, which shall be deemed to be the fair market value. b. Where the amount paid or proposed to be paid by the Non-Federal Sponsor for the real property interest exceeds the amount determined pursuant to paragraph C.2.a. of this Article, the Government, at the request of the Non-Federal Sponsor, shall consider all factors relevant to determining fair market value and, in its sole discretion, after consultation with the Non-Federal Sponsor, may approve in writing an amount greater than the amount determined pursuant to paragraph C.2.a. of this Article, but not to exceed the amount actually paid or proposed to be paid. If the Government approves such an amount, the fair market value shall be the lesser of the approved amount or the amount paid by the 12 Item # 23 Attachment number 1 Page 13 of 31 Non-Federal Sponsor, but no less than the amount determined pursuant to paragraph C.2.a. of this Article. 3. Eminent Domain Valuation Procedure. For lands, easements, or rights- of-way acquired by eminent domain proceedings instituted after the effective date of this Agreement, the Non-Federal Sponsor, prior to instituting such proceedings, shall submit to the Government notification in writing of its intent to institute such proceedings and an appraisal of the specific real property interests to be acquired in such proceedings. The Government shall have 60 calendar days after receipt of such a notice and appraisal within which to review the appraisal, if not previously approved by the Government in writing. a. If the Government previously has approved the appraisal in writing, or if the Government provides written approval of, or takes no action on, the appraisal within such 60 day period, the Non-Federal Sponsor shall use the amount set forth in such appraisal as the estimate of just compensation for the purpose of instituting the eminent domain proceeding. b. If the Government provides written disapproval of the appraisal, including the reasons for disapproval, within such 60 day period, the Government and the Non-Federal Sponsor shall consult in good faith to promptly resolve the issues or areas of disagreement that are identified in the Government's written disapproval. If, after such good faith consultation, the Government and the Non-Federal Sponsor agree as to an appropriate amount, then the Non-Federal Sponsor shall use that amount as the estimate of just compensation for the purpose of instituting the eminent domain proceeding. If, after such good faith consultation, the Government and the Non-Federal Sponsor cannot agree as to an appropriate amount, then the Non-Federal Sponsor may use the amount set forth in its appraisal as the estimate of just compensation for the purpose of instituting the eminent domain proceeding. c. For lands, easements, or rights-of-way acquired by eminent domain proceedings instituted in accordance with paragraph C.3. of this Article, fair market value shall be either the amount of the court award for the real property interests taken, to the extent the Government determined such interests are required for construction, operation, and maintenance of the Project, or the amount of any stipulated settlement or portion thereof that the Government approves in writing. 4. Incidental Costs. For lands, easements, or rights-of-way acquired by the Non-Federal Sponsor within a five year period preceding the effective date of this Agreement, or at any time after the effective date of this Agreement, the value of the interest shall include the documented incidental costs of acquiring the interest, as determined by the Government, subject to an audit in accordance with Article X.C. of this Agreement to determine reasonableness, allocability, and allowability of such costs. In the event the Government modifies its determination made pursuant to Article III.A. of this Agreement, the Government shall afford credit for the documented incidental costs associated with preparing to acquire the lands, easements, or rights-of-way identified in the original determination, subject to an audit in accordance with Article X.C. of this 13 Item # 23 Attachment number 1 Page 14 of 31 Agreement to determine reasonableness, allocability, and allowability of such costs. Such incidental costs shall include, but not necessarily be limited to, closing and title costs, appraisal costs, survey costs, attorney's fees, plat maps, mapping costs, actual amounts expended for payment of any relocation assistance benefits provided in accordance with Article III.D. of this Agreement, and other payments by the Non-Federal Sponsor for items that are generally recognized as compensable, and required to be paid, by applicable state law due to the acquisition of a real property interest in accordance with Article III of this Agreement. The value of the interests provided by the Non-Federal Sponsor in accordance with Article III.A. of this Agreement also shall include the documented costs of obtaining appraisals pursuant to paragraph C.2. of this Article, as determined by the Government, and subject to an audit in accordance with Article X. C. of this Agreement to determine reasonableness, allocability, and allowability of such costs. 5. Waiver of Appraisal. Except as required by paragraph C.3. of this Article, the Government may waive the requirement for an appraisal pursuant to this paragraph if it determines that an appraisal is unnecessary because the valuation is uncomplicated and that the estimated fair market value of the real property interest is $10,000 or less based upon a review of available data. In such event, the Government and the Non-Federal Sponsor must agree in writing to the value of such real property interest in an amount not in excess of $10,000. D. After consultation with the Non-Federal Sponsor, the Government shall determine the value of relocations in accordance with the provisions of this paragraph. 1. For a relocation other than a highway, the value shall be only that portion of relocation costs that the Government determines is necessary to provide a functionally equivalent facility, reduced by depreciation, as applicable, and by the salvage value of any removed items. 2. For a relocation of a highway, the value shall be only that portion of relocation costs that would be necessary to accomplish the relocation in accordance with the design standard that the State of Florida would apply under similar conditions of geography and traffic load, reduced by the salvage value of any removed items. 3. Relocation costs shall include, but not necessarily be limited to, actual costs of performing the relocation, planning, engineering and design costs; supervision and administration costs; and documented incidental costs associated with performance of the relocation, as determined by the Government. Relocation costs shall not include any costs due to betterments, as determined by the Government, nor any additional cost of using new material when suitable used material is available. Relocation costs shall be subject to an audit in accordance with Article X.C. of this Agreement to determine reasonableness, allocability, and allowability of such costs. E. The value of the improvements required on lands, easements, and rights-of-way to enable the disposal of dredged or excavated material shall be the costs of the 14 Item # 23 Attachment number 1 Page 15 of 31 improvements, as determined by the Government, subject to an audit in accordance with Article X.C. of this Agreement to determine reasonableness, allocability, and allowability of such costs. Such costs shall include, but not necessarily be limited to, actual costs of providing the improvements; planning, engineering and design costs; supervision and administration costs; and documented incidental costs associated with providing the improvements, but shall not include any costs due to betterments, as determined by the Government. F. Any credit afforded or reimbursement provided under the terms of this Agreement for the value of relocations, or improvements required on lands, easements, and rights-of-way to enable the disposal of dredged or excavated material, performed within the Project boundaries is subject to satisfactory compliance with applicable Federal labor laws covering non-Federal construction, including, but not limited to, 40 U.S.C. 3141- 3148 and 40 U.S.C. 3701-3708 (revising, codifying and enacting without substantive change the provisions of the Davis-Bacon Act (formerly 40 U.S.C. 276a et seq.), the Contract Work Hours and Safety Standards Act (formerly 40 U. S.C. 327 et seq.) and the Copeland Anti-Kickback Act (formerly 40 U. S.C. 276c)). Notwithstanding any other provision of this Agreement, credit or reimbursement may be withheld, in whole or in part, as a result of the Non-Federal Sponsor's failure to comply with its obligations under these laws. G. Where the Government, on behalf of the Non-Federal Sponsor pursuant to Article II.H.1. of this Agreement, acquires lands, easements, or rights-of-way, performs relocations, or constructs improvements required on lands, easements, or rights-of-way to enable the disposal of dredged or excavated material, the value to be included in total project costs and the amount of credit to be afforded or the amount of reimbursement provided in accordance with this Agreement shall be the costs of such work performed or provided by the Government that are paid by the Non-Federal Sponsor in accordance with Article VI.D. of this Agreement. In addition, the value to be included in total project costs and the amount of such credit to be afforded or the amount of reimbursement provided in accordance with this Agreement shall include the documented costs incurred by the Non-Federal Sponsor in accordance with the terms and conditions agreed upon in writing pursuant to Article II.H.1. of this Agreement subject to an audit in accordance with Article X.C. of this Agreement to determine reasonableness, allocability, and allowability of such costs. ARTICLE V - PROJECT COORDINATION TEAM A. To provide for consistent and effective communication, the Non-Federal Sponsor and the Government, not later than 30 calendar days after the effective date of this Agreement, shall appoint named senior representatives to a Project Coordination Team. Thereafter, the Project Coordination Team shall meet regularly until the end of the period of design and construction. The Government's Project Manager and a counterpart named by the Non-Federal Sponsor shall co-chair the Project Coordination Team. 15 Item # 23 Attachment number 1 Page 16 of 31 B. The Government's Proj ect Manager and the Non-Federal Sponsor's counterpart shall keep the Project Coordination Team informed of the progress of design and construction and of significant pending issues and actions, and shall seek the views of the Project Coordination Team on matters that the Project Coordination Team generally oversees. C. Until the end of the period of design and construction, the Proj ect Coordination Team shall generally oversee the Project, including matters related to: design; completion of all necessary environmental coordination and documentation; plans and specifications; scheduling; real property and relocation requirements; real property acquisition; contract awards and modifications; contract costs; the application of and compliance with 40 U.S.C. 3141-3148 and 40 U.S.C. 3701-3708 (revising, codifying and enacting without substantive change the provisions of the Davis-Bacon Act (formerly 40 U. S.C. 276a et seq.), the Contract Work Hours and Safety Standards Act (formerly 40 U. S.C. 327 et seq.) and the Copeland Anti-Kickback Act (formerly 40 U. S.C. 276c)) for relocations and improvements required on lands, easements, and rights-of-way to enable the disposal of dredged or excavated material; the investigations to identify the existence and extent of hazardous substances in accordance with Article XIV.A. of this Agreement; historic preservation activities in accordance with Article XVII of this Agreement; the Government's cost projections; final inspection of the entire Project or functional portions of the Project; preparation of the proposed OMRR&R Manual; anticipated requirements and needed capabilities for performance of operation, maintenance, repair, rehabilitation, and replacement of the Project including issuance of permits; and other matters related to the Project. This oversight of the Project shall be consistent with a project management plan developed by the Government after consultation with the Non-Federal Sponsor. D. The Project Coordination Team may make recommendations to the District Engineer on matters related to the Project that the Project Coordination Team generally oversees, including suggestions to avoid potential sources of dispute. The Government in good faith shall consider the recommendations of the Project Coordination Team. The Government, having the legal authority and responsibility for design and construction of the Project, has the discretion to accept or reject, in whole or in part, the Project Coordination Team's recommendations. E. The Non-Federal Sponsor's costs of participation in the Project Coordination Team shall be included in total project costs and shared in accordance with the provisions of this Agreement, subject to an audit in accordance with Article X.C. of this Agreement to determine reasonableness, allocability, and allowability of such costs. The Government's costs of participation in the Project Coordination Team shall be included in total project costs and shared in accordance with the provisions of this Agreement. 16 Item # 23 Attachment number 1 Page 17 of 31 ARTICLE VI - METHOD OF PAYMENT A. In accordance with the provisions of this paragraph, the Government shall maintain current records and provide to the Non-Federal Sponsor current projections of costs, financial obligations, contributions provided by the parties, the value included in total project costs for lands, easements, rights-of-way, relocations, and improvements required on lands, easements, and rights-of-way to enable the disposal of dredged or excavated material determined in accordance with Article IV of this Agreement. 1. As of the effective date of this Agreement, total project costs are projected to be $6,640,970; the Non-Federal Sponsor's contribution of funds required by Article II.B.2. of this Agreement is projected to be $2,324,340; the Non-Federal Sponsor's contribution of funds required by Article II.C.2. of this Agreement is projected to be $ 0; the non-Federal proportionate share is projected to be 35 percent; the Non- Federal Sponsor's contribution of funds required by Article XVII.13.3. of this Agreement is projected to be $ 0; the value included in total project costs for lands, easements, rights-of-way, relocations, and improvements required on lands, easements, and rights-of-way to enable the disposal of dredged or excavated material determined in accordance with Article IV of this Agreement is projected to be $366,000; and the Government's total financial obligations for the additional work to be incurred and the Non-Federal Sponsor's contribution of funds for such costs required by Article H.H. of this Agreement are projected to be $0. These amounts and percentage are estimates subject to adjustment by the Government, after consultation with the Non-Federal Sponsor, and are not to be construed as the total financial responsibilities of the Government and the Non-Federal Sponsor. 2. By June 1 and by each quarterly anniversary thereof until the conclusion of the period of design and construction and resolution of all relevant claims and appeals and eminent domain proceedings, the Government shall provide the Non- Federal Sponsor with a report setting forth all contributions provided to date and the current projections of the following: total project costs; the Non-Federal Sponsor's total contribution of funds required by Article II.B.2. of this Agreement; the Non-Federal Sponsor's contribution of funds required by Article II.C.2. of this Agreement; the non- Federal proportionate share; the Non-Federal Sponsor's total contribution of funds required by Article XVII.13.3. of this Agreement; the total contribution of funds required from the Non-Federal Sponsor for the upcoming contract and upcoming fiscal year; the value included in total project costs for lands, easements, rights-of-way, relocations, and improvements required on lands, easements, and rights-of-way to enable the disposal of dredged or excavated material determined in accordance with Article IV of this Agreement; and the Government's total financial obligations for additional work incurred and the Non-Federal Sponsor's contribution of funds for such costs required by Article II.H. of this Agreement. 17 Item # 23 Attachment number 1 Page 18 of 31 B. The Non-Federal Sponsor shall provide the contributions of funds required by Article II.B.2., Article H.C.2., and Article XVII.B.3. of this Agreement in accordance with the provisions of this paragraph. 1. Not less than 60 calendar days prior to the scheduled date for issuance of the solicitation for the first contract for construction of the Project or commencement of construction of the Project using the Government's own forces, the Government shall notify the Non-Federal Sponsor in writing of such scheduled date and the funds the Government determines to be required from the Non-Federal Sponsor to meet its projected share under Article H.B.2., Article H.C.2., and Article XVH.B.3. of this Agreement. Not later than such scheduled date, the Non-Federal Sponsor shall provide the Government with the full amount of such required funds by delivering a check payable to "FAO, USAED, Jacksonville" to the District Engineer, or verifying to the satisfaction of the Government that the Non-Federal Sponsor has deposited such required funds in an escrow or other account acceptable to the Government, with interest accruing to the Non-Federal Sponsor, or by presenting the Government with an irrevocable letter of credit acceptable to the Government for such required funds, or by providing an Electronic Funds Transfer of such required funds in accordance with procedures established by the Government. 2. The Government shall draw from the funds provided by the Non- Federal Sponsor such sums as the Government deems necessary to cover: the non- Federal proportionate share of financial obligations for design and construction incurred prior to the commencement of the period of design and construction; (b) the non Federal proportionate share of financial obligations for design and construction as financial obligations for design and construction are incurred; and (c) the Non-Federal Sponsor's share of financial obligations for data recovery activities associated with historic preservation pursuant to Article XVH.B.3. of this Agreement as those financial obligations are incurred. If at any time the Government determines that additional funds will be needed from the Non-Federal Sponsor to cover the Non-Federal Sponsor's share of such financial obligations, the Government shall notify the Non-Federal Sponsor in writing of the additional funds required and provide an explanation of why additional funds are required. Within 30 calendar days from receipt of such notice, the Non-Federal Sponsor shall provide the Government with the full amount of such additional required funds through any of the payment mechanisms specified in paragraph B.1. of this Article. C. Upon conclusion of the period of design and construction and resolution of all relevant claims and appeals, the Government shall conduct a final accounting and furnish the Non-Federal Sponsor with written notice of the results of such final accounting. If outstanding relevant claims and appeals prevent a final accounting from being conducted in a timely manner, the Government shall conduct an interim accounting and furnish the Non-Federal Sponsor with written notice of the results of such interim accounting. Once all outstanding relevant claims and appeals are resolved, the Government shall amend the interim accounting to complete the final accounting and furnish the Non-Federal Sponsor with written notice of the results of such final accounting. The interim or final accounting, as applicable, shall determine total project costs and the costs of any data 18 Item # 23 Attachment number 1 Page 19 of 31 recovery activities associated with historic preservation. In addition, for each set of costs, the interim or final accounting, as applicable, shall determine each party's required share thereof, and each party's total contributions thereto as of the date of such accounting. D. The Non-Federal Sponsor shall provide the contribution of funds required by Article II.H. of this Agreement for additional work in accordance with the provisions of this paragraph. 1. Not less than 60 calendar days prior to the scheduled date for the first financial obligation for additional work, the Government shall notify the Non-Federal Sponsor in writing of such scheduled date and of the full amount of funds the Government determines to be required from the Non-Federal Sponsor to cover the costs of the additional work. No later than 30 calendar days prior to the Government incurring any financial obligation for additional work, the Non-Federal Sponsor shall provide the Government with the full amount of the funds required to cover the costs of such additional work through any of the payment mechanisms specified in paragraph B.1. of this Article. 2. The Government shall draw from the funds provided by the Non- Federal Sponsor such sums as the Government deems necessary to cover the Government's financial obligations for such additional work as they are incurred. If at any time the Government determines that the Non-Federal Sponsor must provide additional funds to pay for such additional work, the Government shall notify the Non- Federal Sponsor in writing of the additional funds required and provide an explanation of why additional funds are required. Within 30 calendar days from receipt of such notice, the Non-Federal Sponsor shall provide the Government with the full amount of such additional required funds through any of the payment mechanisms specified in paragraph B.1. of this Article. 3. At the time the Government conducts the interim or final accounting, as applicable, the Government shall conduct an accounting of the Government's financial obligations incurred for additional work and furnish the Non-Federal Sponsor with written notice of the results of such accounting. If outstanding relevant claims and appeals or eminent domain proceedings prevent a final accounting of such financial obligations for additional work from being conducted in a timely manner, the Government shall conduct an interim accounting of such financial obligations for additional work and furnish the Non-Federal Sponsor with written notice of the results of such interim accounting. Once all outstanding relevant claims and appeals and eminent domain proceedings are resolved, the Government shall amend the interim accounting of such financial obligations for additional work to complete the final accounting of such financial obligations for additional work and furnish the Non-Federal Sponsor with written notice of the results of such final accounting. Such interim or final accounting, as applicable, shall determine the Government's total financial obligations for additional work and the Non-Federal Sponsor's contribution of funds provided thereto as of the date of such accounting. 19 Item # 23 Attachment number 1 Page 20 of 31 a. Should the interim or final accounting, as applicable, show that the Government's total financial obligations for additional work exceed the total contribution of funds provided by the Non-Federal Sponsor for such additional work, the Non-Federal Sponsor, no later than 90 calendar days after receipt of written notice from the Government, shall make a payment to the Government in an amount equal to the difference by delivering a check payable to "FAO, USAED, Jacksonville" to the District Engineer or by providing an Electronic Funds Transfer in accordance with procedures established by the Government. b. Should the interim or final accounting, as applicable, show that the total contribution of funds provided by the Non-Federal Sponsor for additional work exceeds the Government's total financial obligations for such additional work, the Government, subject to the availability of funds, shall refund the excess amount to the Non-Federal Sponsor within 90 calendar days of the date of completion of such accounting. In the event the Non-Federal Sponsor is due a refund and funds are not available to refund the excess amount to the Non-Federal Sponsor, the Government shall seek such appropriations as are necessary to make the refund. ARTICLE VII - DISPUTE RESOLUTION As a condition precedent to a party bringing any suit for breach of this Agreement, that party must first notify the other party in writing of the nature of the purported breach and seek in good faith to resolve the dispute through negotiation. If the parties cannot resolve the dispute through negotiation, they may agree to a mutually acceptable method of non-binding alternative dispute resolution with a qualified third party acceptable to both parties. Each party shall pay an equal share of any costs for the services provided by such a third party as such costs are incurred. The existence of a dispute shall not excuse the parties from performance pursuant to this Agreement. ARTICLE VIII - OPERATION, MAINTENANCE, REPAIR, REHABILITATION, AND REPLACEMENT (OMRR&R) A. Upon receipt of the notification from the District Engineer in accordance with Article II.D. of this Agreement and for so long as the Project remains authorized, the Non- Federal Sponsor, pursuant to Article II.E. of this Agreement, shall operate, maintain, repair, rehabilitate, and replace the entire Project or functional portion of the Project, at no cost to the Government. The Non-Federal Sponsor shall conduct its operation, maintenance, repair, rehabilitation, and replacement responsibilities in a manner compatible with the Project's authorized purposes and in accordance with applicable Federal and State laws as provided in Article XI of this Agreement and specific directions prescribed by the Government in the interim or final OMRR&R Manual and any subsequent amendments thereto. 20 Item # 23 Attachment number 1 Page 21 of 31 B. The Non-Federal Sponsor hereby gives the Government a right to enter, at reasonable times and in a reasonable manner, upon property that the Non-Federal Sponsor now or hereafter owns or controls for access to the Project for the purpose of inspection and, if necessary, for the purpose of completing, operating, maintaining, repairing, rehabilitating, or replacing the Project. If an inspection shows that the Non-Federal Sponsor for any reason is failing to perform its obligations under this Agreement, the Government shall send a written notice describing the non-performance to the Non-Federal Sponsor. If, after 30 calendar days from receipt of such written notice by the Government, the Non-Federal Sponsor continues to fail to perform, then the Government shall have the right to enter, at reasonable times and in a reasonable manner, upon property that the Non-Federal Sponsor now or hereafter owns or controls for the purpose of completing, operating, maintaining, repairing, rehabilitating, or replacing the Project. No completion, operation, maintenance, repair, rehabilitation, or replacement by the Government shall relieve the Non-Federal Sponsor of responsibility to meet the Non-Federal Sponsor's obligations as set forth in this Agreement, or to preclude the Government from pursuing any other remedy at law or equity to ensure faithful performance pursuant to this Agreement. ARTICLE IX - HOLD AND SAVE Subject to the provisions of Article XIX of this Agreement, the Non-Federal Sponsor shall hold and save the Government free from all damages arising from design, construction, operation, maintenance, repair, rehabilitation, and replacement of the Project and any betterments, except for damages due to the fault or negligence of the Government or its contractors. ARTICLE X - MAINTENANCE OF RECORDS AND AUDIT A. Not later than 60 calendar days after the effective date of this Agreement, the Government and the Non-Federal Sponsor shall develop procedures for keeping books, records, documents, or other evidence pertaining to costs and expenses incurred pursuant to this Agreement. These procedures shall incorporate, and apply as appropriate, the standards for financial management systems set forth in the Uniform Administrative Requirements for Grants and Cooperative Agreements to State and Local Governments at 32 C.F.R. Section 33.20. The Government and the Non-Federal Sponsor shall maintain such books, records, documents, or other evidence in accordance with these procedures and for a minimum of three years after completion of the accounting for which such books, records, documents, or other evidence were required. To the extent permitted under applicable Federal laws and regulations, the Government and the Non-Federal Sponsor shall each allow the other to inspect such books, records, documents, or other evidence. B. In accordance with 32 C.F.R. Section 33.26, the Non-Federal Sponsor is responsible for complying with the Single Audit Act Amendments of 1996 (31 U.S.C. 7501- 7507), as implemented by Office of Management and Budget (OMB) Circular No. A-133 and Department of Defense Directive 7600.10. Upon request of the Non-Federal Sponsor 21 Item # 23 Attachment number 1 Page 22 of 31 and to the extent permitted under applicable Federal laws and regulations, the Government shall provide to the Non-Federal Sponsor and independent auditors any information necessary to enable an audit of the Non-Federal Sponsor's activities under this Agreement. The costs of any non-Federal audits performed in accordance with this paragraph shall be allocated in accordance with the provisions of ONIB Circulars A-87 and A-133, and such costs as are allocated to the Project shall be included in total project costs and shared in accordance with the provisions of this Agreement. C. In accordance with 31 U.S.C. 7503, the Government may conduct audits in addition to any audit that the Non-Federal Sponsor is required to conduct under the Single Audit Act Amendments of 1996. Any such Government audits shall be conducted in accordance with Government Auditing Standards and the cost principles in ONIB Circular No. A-87 and other applicable cost principles and regulations. The costs of Government audits performed in accordance with this paragraph shall be included in total project costs and shared in accordance with the provisions of this Agreement. ARTICLE XI - FEDERAL AND STATE LAWS In the exercise of their respective rights and obligations under this Agreement, the Non-Federal Sponsor and the Government shall comply with all applicable Federal and State laws and regulations, including, but not limited to: Section 601 of the Civil Rights Act of 1964, Public Law 88-352 (42 U.S.C. 2000d) and Department of Defense Directive 5500.11 issued pursuant thereto; Army Regulation 600-7, entitled "Nondiscrimination on the Basis of Handicap in Programs and Activities Assisted or Conducted by the Department of the Army"; and all applicable Federal labor standards requirements including, but not limited to, 40 U.S.C. 3141-3148 and 40 U.S.C. 3701-3708 (revising, codifying and enacting without substantive change the provisions of the Davis-Bacon Act (formerly 40 U.S.C. 276a etseq.), the Contract Work Hours and Safety Standards Act (formerly 40 U.S.C. 327 etseq.) and the Copeland Anti-Kickback Act (formerly 40 U.S.C. 276c)). ARTICLE XII - RELATIONSHIP OF PARTIES A. In the exercise of their respective rights and obligations under this Agreement, the Government and the Non-Federal Sponsor each act in an independent capacity, and neither is to be considered the officer, agent, or employee of the other. B. In the exercise of its rights and obligations under this Agreement, neither party shall provide, without the consent of the other party, any contractor with a release that waives or purports to waive any rights the other party may have to seek relief or redress against that contractor either pursuant to any cause of action that the other party may have or for violation of any law. 22 Item # 23 Attachment number 1 Page 23 of 31 ARTICLE XIII - TERMINATION OR SUSPENSION A. If at any time the Non-Federal Sponsor fails to fulfill its obligations under this Agreement, the Assistant Secretary of the Army (Civil Works) shall terminate this Agreement or suspend future performance under this Agreement unless he determines that continuation of work on the Project is in the interest of the United States or is necessary in order to satisfy agreements with any other non-Federal interests in connection with the Project. B. In the event future performance under this Agreement is suspended pursuant to Article H.C. of this Agreement, such suspension shall remain in effect until such time that the Government notifies the Non-Federal Sponsor in writing that sufficient Federal funds are available to meet the Federal share of total project costs and the Federal share of costs for data recovery activities associated with historic preservation in accordance with Article XVII.B.2. and Article XVH.B.3. of this Agreement the Government projects to be incurred through the then-current or upcoming fiscal year, or the Government or the Non-Federal Sponsor elects to terminate this Agreement. C. In the event that the Government and the Non-Federal Sponsor determine to suspend future performance under this Agreement in accordance with Article XIV.C. of this Agreement, such suspension shall remain in effect until the Government and the Non-Federal Sponsor agree to proceed or to terminate this Agreement. In the event that the Government suspends future performance under this Agreement in accordance with Article XIV.C. of this Agreement due to failure to reach agreement with the Non-Federal Sponsor on whether to proceed or to terminate this Agreement, or the failure of the Non- Federal Sponsor to provide funds to pay for cleanup and response costs or to otherwise discharge the Non-Federal Sponsor's responsibilities under Article XIV.C. of this Agreement, such suspension shall remain in effect until: 1) the Government and Non- Federal Sponsor reach agreement on how to proceed or to terminate this Agreement; 2) the Non-Federal Sponsor provides funds necessary to pay for cleanup and response costs and otherwise discharges its responsibilities under Article XIV.C. of this Agreement; 3) the Government continues work on the Project; or 4) the Government terminates this Agreement in accordance with the provisions of Article XIV.C. of this Agreement. D. If after completion of the design portion of the Project the parties mutually agree in writing not to proceed with construction of the Project, the parties shall conclude their activities relating to the Project and conduct an accounting in accordance with Article VI.C. of this Agreement. E. In the event that this Agreement is terminated pursuant to this Article or Article XIV.C. of this Agreement, both parties shall conclude their activities relating to the Project and conduct an accounting in accordance with Article VI.C. of this Agreement. To provide for this eventuality, the Government may reserve a percentage of total Federal funds made available for the Project and an equal percentage of the total funds contributed by the Non-Federal Sponsor in accordance with Article II.B.2., Article H.C.2., and Article 23 Item # 23 Attachment number 1 Page 24 of 31 XVII.B.3. of this Agreement as a contingency to pay costs of termination, including any costs of resolution of contract claims and contract modifications. F. Any termination of this Agreement or suspension of future performance under this Agreement in accordance with this Article or Article II.C. or Article XIV.C. of this Agreement shall not relieve the parties of liability for any obligation previously incurred. Any delinquent payment owed by the Non-Federal Sponsor shall be charged interest at a rate, to be determined by the Secretary of the Treasury, equal to 150 per centum of the average bond equivalent rate of the 13 week Treasury bills auctioned immediately prior to the date on which such payment became delinquent, or auctioned immediately prior to the beginning of each additional 3 month period if the period of delinquency exceeds 3 months. ARTICLE XIV - HAZARDOUS SUBSTANCES A. After execution of this Agreement and upon direction by the District Engineer, the Non-Federal Sponsor shall perform, or ensure performance of, any investigations for hazardous substances that the Government or the Non-Federal Sponsor determines to be necessary to identify the existence and extent of any hazardous substances regulated under the Comprehensive Environmental Response, Compensation, and Liability Act (42 U.S.C. 9601-9675; hereinafter "CERCLA"), that may exist in, on, or under lands, easements, and rights-of-way that the Government determines, pursuant to Article III of this Agreement, to be required for construction, operation, and maintenance of the Project. However, for lands, easements, and rights-of-way that the Government determines to be subject to the navigation servitude, only the Government shall perform such investigations unless the District Engineer provides the Non-Federal Sponsor with prior specific written direction, in which case the Non-Federal Sponsor shall perform such investigations in accordance with such written direction. 1. All actual costs incurred by the Non-Federal Sponsor for such investigations for hazardous substances shall be included in total project costs and shared in accordance with the provisions of this Agreement, subject to an audit in accordance with Article X.C. of this Agreement to determine reasonableness, allocability, and allowability of such costs. 2. All actual costs incurred by the Government for such investigations for hazardous substances shall be included in total project costs and shared in accordance with the provisions of this Agreement. B. In the event it is discovered through any investigation for hazardous substances or other means that hazardous substances regulated under CERCLA exist in, on, or under any lands, easements, or rights-of-way that the Government determines, pursuant to Article III of this Agreement, to be required for construction, operation, and maintenance of the Project, the Non-Federal Sponsor and the Government, in addition to providing any other notice required by applicable law, shall provide prompt written notice to each other, and the 24 Item # 23 Attachment number 1 Page 25 of 31 Non-Federal Sponsor shall not proceed with the acquisition of the real property interests until the parties agree that the Non-Federal Sponsor should proceed. C. The Government and the Non-Federal Sponsor shall determine whether to initiate construction of the Project, or, if already in construction, whether to continue with construction of the Project, suspend future performance under this Agreement, or terminate this Agreement for the convenience of the Government, in any case where hazardous substances regulated under CERCLA are found to exist in, on, or under any lands, easements, or rights-of-way that the Government determines, pursuant to Article III of this Agreement, to be required for construction, operation, and maintenance of the Project. Should the Government and the Non-Federal Sponsor determine to initiate or continue with construction of the Project after considering any liability that may arise under CERCLA, the Non-Federal Sponsor shall be responsible, as between the Government and the Non-Federal Sponsor, for the costs of cleanup and response, including the costs of any studies and investigations necessary to determine an appropriate response to the contamination. Such costs shall not be considered a part of total project costs. In the event the Non-Federal Sponsor does not reach agreement with the Government on whether to proceed or to terminate this Agreement under this paragraph, or fails to provide any funds necessary to pay for cleanup and response costs or to otherwise discharge the Non-Federal Sponsor's responsibilities under this paragraph upon direction by the Government, the Government, in its sole discretion, may either terminate this Agreement for the convenience of the Government, suspend future performance under this Agreement, or continue work on the Project. D. The Non-Federal Sponsor and the Government shall consult with each other in accordance with Article V of this Agreement in an effort to ensure that responsible parties bear any necessary cleanup and response costs as defined in CERCLA. Any decision made pursuant to paragraph C. of this Article shall not relieve any third party from any liability that may arise under CERCLA. E. As between the Government and the Non-Federal Sponsor, the Non-Federal Sponsor shall be considered the operator of the Project for purposes of CERCLA liability. To the maximum extent practicable, the Non-Federal Sponsor shall operate, maintain, repair, rehabilitate, and replace the Project in a manner that will not cause liability to arise under CERCLA. ARTICLE XV - NOTICES A. Any notice, request, demand, or other communication required or permitted to be given under this Agreement shall be deemed to have been duly given if in writing and delivered personally or sent by telegram or mailed by first-class, registered, or certified mail, as follows: 25 Item # 23 Attachment number 1 Page 26 of 31 If to the Non-Federal Sponsor: Mayor City of Clearwater 112 South Osceola Avenue Clearwater, Florida 33756 If to the Government: District Engineer Jacksonville District U.S. Army Corps of Engineers P.O. Box 4970 Jacksonville, Florida 32232 B. A party may change the address to which such communications are to be directed by giving written notice to the other parry in the manner provided in this Article. C. Any notice, request, demand, or other communication made pursuant to this Article shall be deemed to have been received by the addressee at the earlier of such time as it is actually received or seven calendar days after it is mailed. ARTICLE XVI - CONFIDENTIALITY To the extent permitted by the laws governing each party, the parties agree to maintain the confidentiality of exchanged information when requested to do so by the providing parry. ARTICLE XVII - HISTORIC PRESERVATION A. The Government, as it determines necessary for the Project, shall perform any identification, survey, or evaluation of historic properties. Any costs incurred by the Government for such work shall be included in total project costs and shared in accordance with the provisions of this Agreement. B. The Government, as it determines necessary for the Project, shall perform or ensure the performance of any mitigation activities or actions for historic properties or that are otherwise associated with historic preservation including data recovery activities. 1. Any costs incurred by the Government for such mitigation activities, except for data recovery activities associated with historic preservation, shall be included in total project costs and shared in accordance with the provisions of this Agreement. 26 Item # 23 Attachment number 1 Page 27 of 31 2. As specified in Section 7(a) of Public Law 86-523, as amended by Public Law 93-291 (16 U.S.C. 469c(a)), the costs of data recovery activities associated with historic preservation shall be borne entirely by the Government and shall not be included in total project costs, up to the statutory limit of one percent of the Section 206 Project Limit. 3. The Government shall not incur costs for data recovery activities associated with historic preservation that exceed the statutory one percent limit specified in paragraph B.2. of this Article unless and until the Assistant Secretary of the Army (Civil Works) has waived that limit and the Secretary of the Interior has concurred in the waiver in accordance with Section 208(3) of Public Law 96-515, as amended (16 U.S.C. 469c- 2(3)). Any costs of data recovery activities associated with historic preservation that exceed the one percent limit shall not be included in total project costs but shall be shared between the Non-Federal Sponsor and the Government consistent with the cost sharing requirements for aquatic ecosystem restoration, as follows: 35 percent will be borne by the Non-Federal Sponsor and 65 percent will be borne by the Government. C. If, during its performance of relocations or construction of improvements required on lands, easements, and rights-of-way to enable the disposal of dredged or excavated material in accordance with Article III of this Agreement, the Non-Federal Sponsor discovers historic properties or other cultural resources that have not been evaluated by the Government pursuant to this Article, the Non-Federal Sponsor shall provide prompt written notice to the Government of such discovery. The Non-Federal Sponsor shall not proceed with performance of the relocation or construction of the improvement that is related to such discovery until the Government provides written notice to the Non-Federal Sponsor that it should proceed with such work. ARTICLE XVIII - THIRD PARTY RIGHTS, BENEFITS, OR LIABILITIES Nothing in this Agreement is intended, nor may be construed, to create any rights, confer any benefits, or relieve any liability, of any kind whatsoever in any third person not party to this Agreement. ARTICLE XIX - OBLIGATIONS OF FUTURE APPROPRIATIONS A. Nothing herein shall constitute, nor be deemed to constitute, an obligation of future appropriations by the City Council of the City of Clearwater, Florida, where creating such an obligation would be inconsistent with Chapter 166 of the Statutes of Florida. B. The Non-Federal Sponsor intends to fulfill its obligations under this Agreement. The Non-Federal Sponsor shall include in its budget request or otherwise propose appropriations of funds in amounts sufficient to fulfill these obligations for that 27 Item # 23 Attachment number 1 Page 28 of 31 year, and shall use all reasonable and lawful means to secure those appropriations. The Non-Federal Sponsor reasonably believes that funds in amounts sufficient to fulfill these obligations lawfully can and will be appropriated and made available for this purpose. In the event funds are not appropriated in amounts sufficient to fulfill these obligations, the Non-Federal Sponsor shall use its best efforts to satisfy any requirements for payments or contributions of funds under this Agreement from any other source of funds legally available for this purpose. Further, if the Non-Federal Sponsor is unable to fulfill these obligations, the Government may exercise any legal rights it has to protect the Government's interests related to this Agreement. IN WITNESS WHEREOF, the parties hereto have executed this Agreement, which shall become effective upon the date it is signed by the District Engineer. DEPARTMENT OF THE ARMY BY: Paul L. Grosskruger Colonel, US Army District Engineer CITY OF CLEARWATER, FLORIDA BY: Frank Hibbard Mayor DATE: DATE: 28 Item # 23 Attachment number 1 Page 29 of 31 CERTIFICATE OF AUTHORITY I, Pamela K. Akin, do hereby certify that I am the principal legal officer of the City of Clearwater, Florida, that the City of Clearwater, Florida is a legally constituted public body with full authority and legal capability to perform the terms of the Agreement between the Department of the Army and the City of Clearwater, Florida in connection with the Stevenson Creek Estuary Aquatic Ecosystem Restoration Project, and to pay damages, if necessary, in the event of the failure to perform in accordance with the terms of this Agreement, as required by Section 221 of the Flood Control Act of 1970, Public Law 91-611, as amended (42 U.S.C. 1962d-5b), and that the persons who have executed this Agreement on behalf of the City of Clearwater, Florida have acted within their statutory authority. IN WITNESS WHEREOF, I have made and executed this certification this day of 20 Pamela K. Akin City Attorney City of Clearwater, Florida 29 Item # 23 Attachment number 1 Page 30 of 31 CERTIFICATION REGARDING LOBBYING The undersigned certifies, to the best of his or her knowledge and belief that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Frank Hibbard Mayor City of Clearwater, Florida DATE: 30 Item # 23 Attachment number 1 Page 31 of 31 CERTIFICATE OF LEGAL REVIEW The Project Partnership Agreement for the Stevenson Creek Estuary Aquatic Ecosystem Restoration Project has been fully reviewed by the Office of Counsel, USAED, Jacksonville, and is legally sufficient. District Counsel 31 Item # 23 Attachment number 2 Restoration Project z O U) J_> SEDEEVA SUNNYDALE DR SUNSET z Q F- w z w POINT DR W CALUMET Q VENETIAN z U) NOKOMIS J p LEBEAU Q w ? IROQUOIS U O Z) PRINCESS LL OSAGE PLEASANT D _ MOHAWK U Q 2 BURST CT D Q J i 4 w 'FA/RMONT Q FAIRMOW a O 0 MINNE 5 5J BECKETT ST w MARSHALL ST IVA ST SEDEEVA SEDEEVA CIR S U') ALOHA M w w U) i> > U SHERIDAN ? ,Q Q F O rPOINT RD CR-576 Y O w z O H m (7 ~ LU z > z 2 O D U) CIR w Q O (7 z Q z w 2 U Of 0 ST? ti ?0 ST O? Q-p ?eR 00 > J Q Q Z J ? U) Q CAROLYN C7 O 0 z T Q ? O v gyp= BECKETT Q MARSHALL ? O GRANT Q ST ST CLAII OZ \\%, Clearwater Stevenson Creek Est ar A atic N y qu u ? Prepared by: Engineering Department Geographic Technology Division Ecosystem Restoration Project W E S 100S . Myrtle Ave, Clearwater, FL 33756 Ph: (727)56, Fax: 26-4755 .MyC[ learwaterer.co com www. MyC Map Gen By: SF Reviewed By: ES Date: 7/29/2008 Grid #: 260A e S-T-R: 03-29s-15e m # 23 Scale: 1"=600' VISTA WAY Q P /I w Q s? S0 z O O z Meeting Date:8/18/2008 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve the Annexation, Initial Land Use Plan Designation of Residential Urban (RU) and Initial Zoning Atlas Designation of Medium Density Residential (MDR) District for 1729 Overbrook Avenue (Lot 7, Nichols Subdivision, according to the map or plat thereof as recorded in Plat Book 30, Page 9, Public Records of Pinellas County, Florida); and Pass Ordinances 7985-08, 7986-08 and 7987-08 on first reading. (ANX2008-04010) SUMMARY: This voluntary annexation petition involves a 0.132-acre property consisting of one parcel of land occupied by an attached dwelling (duplex). It is located on the northwest corner of the intersection of Overbrook Avenue and Finland Drive. The applicant is requesting this annexation in order to receive solid waste service from the City. The property is contiguous to existing City boundaries to the south and west. It is proposed that the property be assigned a Future Land Use Plan designation of Residential Urban (RU) and a zoning category of Medium Density Residential (MDR). The Planning Department determined that the proposed annexation is consistent with the provisions of Community Development Code Section 4-604.E: The closest sanitary sewer line is located in the Jade Avenue right-of-way. Due to the distance to this line, sewer service is not readily available to the applicant's property. This area has been identified for future sewer expansion but timing will depend upon funding availability. Collection of solid waste will be provided by the City of Clearwater. The property is located within Police District II and service will be administered through Police Headquarters located at 645 Pierce Street. Fire and emergency medical services will be provided to this property by Station 51 located at 1721 Overbrook Avenue, immediately south of the property proposed for annexation. The City has adequate capacity to serve this property with water, solid waste, police, fire and EMS service. The property is served by City water. The proposed annexation will not have an adverse effect on public facilities and their levels of service; • The proposed annexation is consistent with and promotes the following objective of the Clearwater Comprehensive Plan: Objective 2.4: Compact urban development within the urban service area shall be promoted through application of the Clearwater Community Development Code; The proposed RU Future Land Use Plan category is consistent with the current Countywide Plan designation of this property. This designation permits residential uses at a density of 7.5 units per acre. The proposed zoning district to be assigned to the property is the MDR District. The use of the subject property is consistent with the uses allowed in the District and the property, but does not meet the District's minimum dimensional requirements and will be nonconforming as to density. The applicant has been notified and understands the nonconforming status. Aside from dimensional requirement issues, the proposed annexation is consistent with the Countywide Plan, City's Comprehensive Plan and Community Development Code; and • The property proposed for annexation is contiguous to existing City boundaries to the south and west; therefore the annexation is consistent with Florida Statutes Chapter 171.044. Review Approval: 1) Legal 2) Clerk 3) Assistant City Manager 4) Clerk 5) City Manager 6) Clerk Cover Memo Item # 24 Attachment number 1 Page 1 of 7 Location Map Owner Barnell Evans Case: ANX2008-04010 Site: 1729 Overbrook Avenue Property Size (Acre): 0.132 Size R-O-W (Acres): Land Use Zoning PIN: 03-29-15-60048-000-0070 From : RU (County) R-4 (County) To: RU (City) MDR (City) Atlas Page: 260B S:APlanning Department\C D B\Annexations\ANX - 2008\ANX2008-04010 - 1729 Overbrook Avenue - Evans\Maps\LOCATION MAP.aoc Item # 24 Attachment number 1 Page 2 of 7 c 11 7 , ,,.? p N % 1?* , c?.Ar t 4P . yt + Al i 4 5 " v¢r ?i? ?? M 7rp - ? 6 tdrC'Y 4 a? C Ilk ,.?.,Y? IF 'k;' 4 '- t Aerial Map Owner Barnell Evans Case: ANX2008-04010 Site: 1729 Overbrook Avenue Property Size (Acre): 0.132 Size R-O-W (Acres): Land Use Zoning PIN: 03-29-15-60048-000-0070 From : RU (County) R-4 (County) To: RU (City) MDR (City) Atlas Page: 260B S:APlanning DepartmentT D B\Annexations\ANX - 2008\ANX2008-04010 - 1729 Overbrook Avenue - Evans\Maps\AERIALft&1 # 24 Attachment number 1 Page 3 of 7 17 47/01 12.5 Acct 1,.. ::'1T9' Z f':' F4...:... :.. 421013178 CL 6 1750 14 so 1751 is r :: ::... .. . ... . ?:..::. 1748 1749 '.' 4..?... q 0 o 1745 13 16 n?o:..•::. 173¢ so ? $,: .... &,.17T: .:..... . :.:: .... .:. 2 1744 1747 1745 17 ` . :h- M..N^a .73' ' 1 8 1741 18 - W 1IN _' o v Q 173719 .. 71 s ; 173320 1731 14 21 8 101?1 10 ' - /SWAMP - 12 - 4305 ^'? - ? - - - - - 4 2 Ac 13 . - - - 14 15 30 s = o 11 10 9 8 7 3 'M 2 '.: s Proposed Annexation Map Owner Barnell Evans Case: ANX2008-04010 Site: 1729 Overbrook Avenue Property Size (Acre): 0.132 Size R-O-W (Acres): Land Use Zoning PIN: 03-29-15-60048-000-0070 From : RU (County) R-4 (County) To: RU (City) MDR (City) Atlas Page: 260B S:APlanning DepartmentT D B\Annexations\ANX - 2008\ANX2008-04010 - 1729 Overbrook Avenue - Evans\Maps\PROPOSED ANNEXATION.doc Item # 24 Attachment number 1 Page 4 of 7 1788 . '179 12.5 Ac(c) ' 17 ,77J::? .ad:r.'...... .. -1.789 ?'.. . ... .: •''97$8 Q) RU 421011780 a ,769 ...>.... 1:-:.'3::: :•.- .. o ,759 14 o 751 15 ... ::: .::: ........ =?6 ^A A 4. .7777 1745 1748 3 1749 16 so .:.1774 12 1744 1747 1745 _ ? 17 • °' ' 17P8 ,741 10 r Q 173719 1 14 Q 73 1733 20 5 / 1731 1729 21 ..-...•.. .:::.. :.. 472 / 6 .. 9 CG 14 / , y 10 / ?-(\D r -WA T p 1-1 - 12 13 4.2 Ac 14 A ? I NOW 11 10 9 8 r&': i:: :: 3 2 s Future Land Use Map Owner Barnell Evans Case: ANX2008-04010 Property Size (Acre c 0.132 Site: 1729 Overbrook Avenue Size R-o-w(Aeres,: Land Use Zoning PIN: 03-29-15-60048-000-0070 From : RU (County) R-4 (County) To: RU (City) MDR (City) Atlas Page: 260B S:APlanning DepartmentT D B\Annexations\ANX - 2008\ANX2008-04010 - 1729 Overbrook Avenue - Evans\Maps\FUTURE LAND USE.doc Item # 24 Attachment number 1 Page 5 of 7 1788 1784 12.5 Ac(c) 777: K?s _ W MDR 17 ::-1.7.89.:; '-: :.'1:275'::.':: .:.._ g:::''::':':,'.. :: '.'.Y.87 :.:..:.':.:,•... : .',, _.?...?37afi Q 421019780 1760 A?o 1 14 1750 60 15 15 : A : ` '. '' '' .'' . 1745 1748 13 . . d. ".... :1774 1744 12 - . : d 3 9.79:' :.:. of 4 ...._.. .' _ ::. 10 c) Q :_ 4'' ' ' ' / q 1 14 L Q 1733 20 : , , r?: / 5 1731 / / i / ..... .. ...... 1729 21 98542$ 10 11 _ - /SWPMP 12 / 13 14 15 IN%q7P= 11 Zoning Map 8 Owner Barnell Evans Case: ANX2008-04010 Site: 1729 Overbrook Avenue Property Size (Acre c 0.132 Size R-o-w(Aeres,: Land Use Zoning PIN: 03-29-15-60048-000-0070 From : RU (County) R-4 (County) To: RU (City) MDR (City) Atlas Page: 260B S:APlanning DepartmentT D B\Annexations\ANX - 2008\ANX2008-04010 - 1729 Overbrook Avenue - Evans\Maps\ZONINdtem # 24 Attachment number 1 Page 6 of 7 788 - 'vL':.'.: :0':::::'-:::: ::.'.::: :'::.':: '.: 784 - 12.5 Ac(c K?s 17 779':'::.'','.:. .'.'.:iri::' .:...., W: :.Y775:.''::: .:.:_". ? z& Multi-Family Residential Q) 42101978 a 760 ^16 t ..: U ;n :: ]?t 42107 1750 14 60 1751 is 1745 1748 13 1749 16 so 1744 2 1747 1745 17 8 43 W 1741 to - ' ?.? • K 9 5:973 ' 01 3 10 1737,, 4 y / .r. W 735 v..'49 1731 9::' : , _;;: 21 ' aeant W andS) . ' ' . / . ..., ...23.. 101?1 10 /SWAMP 4305 Vr.9` .'.'a 12 13 4.2 Ac __----- -- - Fire Station _ 4 15 30 P, NNII' m -,a ?R 14 map" 7 :YA3 2 ......:.. .': s : Existing Surrounding Uses Map Owner Barnell Evans Case: ANX2008-04010 Site: 1729 Overbrook Avenue Property Size (Acre c 0.132 Size R-o-w(Aeres,: Land Use Zoning PIN: 03-29-15-60048-000-0070 From : RU (County) R-4 (County) To: RU (City) MDR (City) Atlas Page: 260B S:APlanning DepartmentT D B\Annexations\ANX - 2008\ANX2008-04010 - 1729 Overbrook Avenue - Evans\Maps\EXISTING LAND USE.doc Item # 24 f R' ?y yr, ,,,,, ? ... ??`7; - r?. f ??•'?`. :'? 1 View looking northeast at the property i ' t k 1 t ?4 Ir ? View looking north on Pineland Drive T. attachment number Wage 7 of 7 E t 7 . i 1 rjA'U F 4, „ ? ?,%" View looking west at the property View looking northwesterly onto Overbrook Avenue ANX2008-04010 Barnell and Louise Evans 1729 Overbrook Avenue Item # 24 Attachment number 2 Page 1 of 1 ORDINANCE NO. 7985-08 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTY LOCATED AT THE NORTHWEST CORNER OF THE INTERSECTION OF OVERBROOK AVENUE AND PINELAND DRIVE, CONSISTING OF LOT 7, NICHOLS SUBDIVISION, WHOSE POST OFFICE ADDRESS IS 1729 OVERBROOK AVENUE, INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner of the real property described herein and depicted on the map attached hereto as Exhibit A has petitioned the City of Clearwater to annex the property into the City pursuant to Section 171.044, Florida Statutes, and the City has complied with all applicable requirements of Florida law in connection with this ordinance; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following-described property is hereby annexed into the City of Clearwater and the boundary lines of the City are redefined accordingly: Lot 7, Nichols Subdivision, according to the map or plat thereof as recorded in Plat Book 30, Page 9, Public Records of Pinellas County, Florida (ANX2008-04010) Section 2. The provisions of this ordinance are found and determined to be consistent with the City of Clearwater Comprehensive Plan. The City Council hereby accepts the dedication of all easements, parks, rights-of-way and other dedications to the public, which have heretofore been made by plat, deed or user within the annexed property. The City Engineer, the City Clerk and the Planning Director are directed to include and show the property described herein upon the official maps and records of the City. Section 3. This ordinance shall take effect immediately upon adoption. The City Clerk shall file certified copies of this ordinance, including the map attached hereto, with the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida, within 7 days after adoption, and shall file a certified copy with the Florida Department of State within 30 days after adoption. PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Frank V. Hibbard Mayor Approved as to form: Leslie K. Dougall-Sides Assistant City Attorney Attest: Cynthia E. Goudeau City Clerk Item # 24 Ordinance No. 7985-08 Attachment number 3 Page 1 of 1 ORDINANCE NO. 7986-08 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE PLAN ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO DESIGNATE THE LAND USE FOR CERTAIN REAL PROPERTY AT THE NORTHWEST CORNER OF THE INTERSECTION OF OVERBROOK AVENUE AND PINELAND DRIVE, CONSISTING OF LOT 7, NICHOLS SUBDIVISION, WHOSE POST OFFICE ADDRESS IS 1729 OVERBROOK AVENUE, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL URBAN (RU); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the future land use plan element of the comprehensive plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's comprehensive plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The future land use plan element of the comprehensive plan of the City of Clearwater is amended by designating the land use category for the hereinafter described property, upon annexation into the City of Clearwater, as follows: Property Land Use Category Lot 7, Nichols Subdivision, according to the Residential Urban (RU) map or plat thereof as recorded in Plat Book 30, Page 9, Public Records of Pinellas County, Florida (ANX2008-04010) Section 2. The City Council does hereby certify that this ordinance is consistent with the City's comprehensive plan. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 7985-08. PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Frank V. Hibbard Mayor Approved as to form: Attest: Leslie K. Dougall-Sides Cynthia E. Goudeau Assistant City Attorney City Clerk Item # 24 Ordinance No. 7986-08 Attachment number 4 Page 1 of 1 ORDINANCE NO. 7987-08 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN REAL PROPERTY LOCATED AT THE NORTHWEST CORNER OF THE INTERSECTION OF OVERBROOK AVENUE AND PINELAND DRIVE, CONSISTING OF LOT 7, NICHOLS SUBDIVISION, WHOSE POST OFFICE ADDRESS IS 1729 OVERBROOK AVENUE, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS MEDIUM DENSITY RESIDENTIAL (MDR); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning district classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's comprehensive plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property located in Pinellas County, Florida, is hereby zoned as indicated upon annexation into the City of Clearwater, and the zoning atlas of the City is amended, as follows: Property Zoning District Lot 7, Nichols Subdivision, according to the Medium Density map or plat thereof as recorded in Plat Book 30, Residential Page 9, Public Records of Pinellas County, (MDR) Florida (ANX2008-04010) Section 2. The City Engineer is directed to revise the zoning atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 7985-08. PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Approved as to form: Leslie K. Dougall-Sides Assistant City Attorney Frank V. Hibbard Mayor Attest: Cynthia E. Goudeau City Clerk Item # 24 Ordinance No. 7987-08 Meeting Date:8/18/2008 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve the Annexation, Initial Land Use Plan Designation of Residential Low (RL) and Initial Zoning Atlas Designation of Low Medium Density Residential (LMDR) District for 1837 Carlton Drive (Lot Two (2), Block C, Carlton Terrace, according to the Map or Plat thereof as recorded in Plat Book 41, Page 16, Public Records of Pinellas County, Florida); and Pass Ordinances 7988-08, 7989-08 and 7990-08 on first reading. (ANX2008-05012) SUMMARY: This voluntary annexation petition involves a 0.178-acre property consisting of one parcel of land occupied by a single-family dwelling. It is located on the east side of Carlton Drive, approximately 80 feet south of Woodring Drive. The applicant is requesting this annexation in order to receive sanitary sewer and solid waste service from the City. The property is in an enclave and is contiguous to existing City boundaries to the west. This petition will reduce this enclave. It is proposed that the property be assigned a Future Land Use Plan designation of Residential Low (RL) and a zoning category of Low Medium Density Residential (LMDR). The Planning Department determined that the proposed annexation is consistent with the provisions of Community Development Code Section 4-604.E: The closest sanitary sewer line is located in the Carlton Drive right-of-way in front of the property, and the applicant has paid the City's required sewer impact and assessment fee. Collection of solid waste will be provided by the City of Clearwater. The property is located within Police District III and service will be administered through the Police Department substation located at 2851 North McMullen Booth Road. Fire and emergency medical services will be provided to this property by Station 48 located at 1700 N. Belcher Road. The City has adequate capacity to serve this property with sanitary sewer, solid waste, police, fire and EMS service. The property is served by County water. The proposed annexation will not have an adverse effect on public facilities and their levels of service; • The proposed annexation is consistent with and promotes the following objective of the Clearwater Comprehensive Plan: Objective 2.4: Compact urban development within the urban service area shall be promoted through application of the Clearwater Community Development Code; • The proposed RL Future Land Use Plan category is consistent with the current Countywide Plan designation of this property. This designation primarily permits residential uses at a density of five dwelling units per acre. The proposed zoning district to be assigned to the property is the LMDR District. The use of the subject property is consistent with the uses allowed in the District and the property exceeds the District's minimum dimensional requirements. The proposed annexation is therefore consistent with the Countywide Plan, City's Comprehensive Plan and Community Development Code; and • The property proposed for annexation is contiguous to existing City boundaries to the west; therefore the annexation is consistent with Florida Statutes Chapter 171.044. Review Approval: 1) Legal 2) Clerk 3) Assistant City Manager 4) Clerk 5) City Manager 6) Clerk Cover Memo Item # 25 Attachment number 1 Page 1 of 7 Location Map Owner Tam Sze Case: ANX2008-05012 Site: 1837 Carlton Drive Property 0.178 Size Acres : Land Use Zoning PIN: 05-29-16-13536-003-0020 From : RL (County) R-3 (County) To: RL (City) LMDR (City) Atlas Page: 264A S:APlanning Department\C D B\Annexations\ANX - 2008\ANX2008-05012 - 1837 Carlton Drive - SzeAMaps\Location Mapltem # 25 Attachment number 1 Page 2 of 7 TIT, l y? S i7 y V' w- 01 T -Ilk- I-- ?? A s' yt l k t ? i Y "PI 114 1 > 4 rn ?f 7, ` .WS A? . A» P a '?F fS, i1 ?? a Aerial Photograph Owner Tam Sze Case: ANX2008-05012 Site: 1837 Carlton Drive Property 0.178 Size Acres : Land Use Zoning PIN: 05-29-16-13536-003-0020 From : RL (County) R-3 (County) To: RL (City) LMDR (City) Atlas Page: 264A S:APlanning Department\C D B\Annexations\ANX - 2008\ANX2008-05012 - 1837 Carlton Drive - SzeAMaps\Aerial Photographtel # 25 Attachment number 1 Page 3 of 7 ;::i Li 1 23917 1 1 239 a I ;:::y:.::I:':....... .,........ ..:..... ..1... . SOUTH DR y F3837-01 1.05 Acp SEE PLAT FOR DIMENSIONS - 238 .. ? .. ... ... ., Fes) y ,'1 184 ,:t N .. .. to ":.h...:., . 2 83 . .00 .:?.....:..:..?. ..-....:::?:..?......?.. ? 183 IS 6 - 6 2'' t5 :'2:'i': ".t5.:{'-..,':' .'f'::" ' t5n-:(:?? . ".:.:: ,. ".. 183 40 237 ............. _-S 82 4 ......... . Q ::::-::.1818 ' ' ' ' : ?. .::.? ' :':.:.. . ' ..:?-....:..: a:; '' ::::. .. ....... . : 7 7 .::.:::. : . . . ::.. ...:.:::. ........." :::.: 1812 . ? . .'. ?.., .. .-.:.; .: ..:. 981 ::1io . aaac:: . ?Ja ;;.1800 '':';::" .'. 77 236 $$:? a :: 1..:...':: agp.. :. : moo. . ... .... .... .. .. ]G'.-: M p )4: '. S 16 :17:::'.:' x...:20:=: 17 :'.1; 4 5 6 Proposed Annexation Map Owner Tam Sze Case: ANX2008-05012 Site: 1837 Carlton Drive Property Size Acres : 0.178 Land Use Zoning From : RL (County) R-3 (County) PIN: 05-29-16-13536-003-0020 To: RL (City) LMDR (City) Atlas Page: 264A S:APlanning Department\C D B\Annexations\ANX - 2008\ANX2008-05012 - 1837 Carlton Drive - SzeAMaps\Proposed Annexation Map.doc Item # 25 Attachment number 1 Page 4 of 7 239 11,117, 238 M p y 237 1 236 I 23917 RIOIR }'. SOUTH DR L 32101 2 .......... ...... . 1.05 Ac p SEE PLAT FOR DIMENSIONS :::: ::: .'::':: ::.::chi::. : ::'.:::::`? ::.._.?:: .?'. ..:::::."N'?:' .:.:.?::.:+° t'i.. _?::::: ?: :.r.r .pQ•. '. - •.• ?'.'"'2!7.•'•:•': '° .?. a •:?.',1$:':: cp c? fD f . 84 777777- 1842 s ':o: 8. 1836 e EC? . B - - 1830 :?" - . - .. ?o- 't4 :. V:..: .. 7 .7 Y .82 ?f24 ' . 18 2?'? .? :.6 4-' ............ 16![ST.:.:.-'' SA-!:::... :.!'..t 2b:-:.'. .!'.'2t:.:.i': : ... ... ... . - :.ice'.`.`\1.: .. ... ... ... 17 Tl'.' ... ... +:'.'i: ... ... 5 6 7 ... Furture Land Use Map Owner Tam Sze Case: ANX2008-05012 Site: 1837 Carlton Drive Property Size Acres : 0.178 Land Use Zoning From : RL (County) R-3 (County) PIN: 05-29-16-13536-003-0020 To: RL (City) LMDR (City) Atlas Page: 264A S:APlanning Department\C D B\Annexations\ANX - 2008\ANX2008-05012 - 1837 Carlton Drive - SzeAMaps\Future Land Use Af # 25 Attachment number 1 Page 5 of 7 mo 239 y C 238 237 p y 236 23917 8 SOU 23837 " 1.05 Ac c {.y :'.:'.'.'.'.:'': 1863. .•_ SEE PLAT FOR DIMENSIONS - - 84 1842 s :•. ' : .':o: :'::: •:....? :? " ty . ..' .. .....:.... .. :. 6 ..: }'83 :':: :' :' ' ' ' •.• . '{ ... : : 7 . _. .: : X83& . 7837 :'.'.83B ' ? t3 e.EC? - - 1830 :?" - - ... . ::g.. ::. .. . •.:5:?:''. .' ?:52.'.?'::?.:: '?.':? :.1818, ;-?;:: :-,:?. 00 16 ?[ST.:.:.-'' 2b':-:.'. .?'.'2t:.:.i' :: - - ''' ''' I L 17 x 4 5 L Zoning Map Owner Tam Sze Case: ANX2008-05012 Site: 1837 Carlton Drive Property Size Acres : 0.178 Land Use Zoning From : RL (County) R-3 (County) PIN: 05-29-16-13536-003-0020 To: RL (City) LMDR (City) Atlas Page: 264A S:APlanning Department\C D B\Annexations\ANX - 2008\ANX2008-05012 - 1837 Carlton Drive - SzeAMaps\Zoning Map.d tem # 25 Attachment number 1 Page 6 of 7 23917 U-Haul 4..; 239 SOUTH - ' t8V 238 lytj ?? ? :186 sE r s .::?i:.;?:.:.:.?.:pp:4: - ::???:?:?::. ?.?:::?':?.:? ::` '=20:•?•:??? ?g.". •:? . . : : . . . . ... :.. ":. 238 . . . . . . . :.? .:....: ..:.....:.. W0ODRi1.VG: 'R- ::.:: y . . 84 1 xy.° 183?T{.;'-.: :` ......,:..1 . ..:..?: ? ' :' ?$7?: ' Sin _; .? R M. . . ::? ?? . : : e EC : . . p? p . ........" ....... - - 183 ::15;:.;.: % ...........: -4. Afit 237 46 3.1$ 4 •82 x:52:':.?.: :???:? .'1'8?' ?.?.???:? .:181,8, :::?.. ?.: .'.'. .:..:.:..:..::".e 'n.::??.?::::??:??:; a ?: ?1$a ::...:??.:??...: ?:??:?:?:?? ?:.?.?":.::.?..:. ?.??::::.?.?.:-: .'?.::?::?.?? ::::.?.?.:.::. ?. :.?.??::.::.... ::.?..::. 931 ? ?.?..?.? .?. . . a ..1806 . 8Q . . .. .. 236 : ':: :: ,. .....:.. ..::..:..:. .....::' . .... :.:.: :: '::'.:..." : . . .. . ..::.::..?.?.?:..:.. ..?.::..:.::..?. .?.?.::::".:: :':::::::..?.?.? :..: .?:..????:::"'?' .. :. ::.?..:.:. IV -. .IV tV 16 17 4 5 6 Existing Surrounding Uses Map Owner Tam Sze Case: ANX2008-05012 Site: 1837 Carlton Drive Property Size Acres : 0.178 Land Use Zoning From : RL (County) R-3 (County) PIN: 05-29-16-13536-003-0020 To: RL (City) LMDR (City) Atlas Page: 264A S:APlanning Department\C D B\Annexations\ANX - 2008\ANX2008-05012 - 1837 Carlton Drive - SzeAMaps\Existing Surroundin Uses Map.doc Item # 25 7? ? y View looking southeast at property I J View looking north on Carlton Drive View looking south on Carlton Drive ANX2008-05012 Tam Sze 1837 Carlton Drive Attachment number 1 )r7 f I 4? ,:.+ S i Item # 25 Attachment number 2 Page 1 of 1 ORDINANCE NO. 7988-08 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, ANNEXING CERTAIN REAL PROPERTY LOCATED ON THE EAST SIDE OF CARLTON DRIVE APPROXIMATELY 80 FEET SOUTH OF WOODRING DRIVE, CONSISTING OF LOT TWO, BLOCK C, CARLTON TERRACE, WHOSE POST OFFICE ADDRESS IS 1837 CARLTON DRIVE, INTO THE CORPORATE LIMITS OF THE CITY, AND REDEFINING THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID ADDITION; PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner of the real property described herein and depicted on the map attached hereto as Exhibit A has petitioned the City of Clearwater to annex the property into the City pursuant to Section 171.044, Florida Statutes, and the City has complied with all applicable requirements of Florida law in connection with this ordinance; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following-described property is hereby annexed into the City of Clearwater and the boundary lines of the City are redefined accordingly: Lot Two, Block C, Carlton Terrace, according to map or plat thereof as recorded in Plat Book 41, Page 16, Public Records of Pinellas County, Florida (ANX2008- 05012) Section 2. The provisions of this ordinance are found and determined to be consistent with the City of Clearwater Comprehensive Plan. The City Council hereby accepts the dedication of all easements, parks, rights-of-way and other dedications to the public, which have heretofore been made by plat, deed or user within the annexed property. The City Engineer, the City Clerk and the Planning Director are directed to include and show the property described herein upon the official maps and records of the City. Section 3. This ordinance shall take effect immediately upon adoption. The City Clerk shall file certified copies of this ordinance, including the map attached hereto, with the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida, within 7 days after adoption, and shall file a certified copy with the Florida Department of State within 30 days after adoption. PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Frank V. Hibbard Mayor Approved as to form: Leslie K. Dougall-Sides Assistant City Attorney Attest: Cynthia E. Goudeau City Clerk Item # 25 Ordinance No. 7988-08 Attachment number 3 Page 1 of 1 ORDINANCE NO. 7989-08 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE FUTURE LAND USE PLAN ELEMENT OF THE COMPREHENSIVE PLAN OF THE CITY, TO DESIGNATE THE LAND USE FOR CERTAIN REAL PROPERTY ON THE EAST SIDE OF CARLTON DRIVE APPROXIMATELY 80 FEET SOUTH OF WOODRING DRIVE, CONSISTING OF LOT TWO, BLOCK C, CARLTON TERRACE, WHOSE POST OFFICE ADDRESS IS 1837 CARLTON DRIVE, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS RESIDENTIAL LOW (RL); PROVIDING AN EFFECTIVE DATE. WHEREAS, the amendment to the future land use plan element of the comprehensive plan of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's comprehensive plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The future land use plan element of the comprehensive plan of the City of Clearwater is amended by designating the land use category for the hereinafter described property, upon annexation into the City of Clearwater, as follows: Property Land Use Category Lot Two, Block C, Carlton Terrace, according Residential Low (RL) to map or plat thereof as recorded in Plat Book 41, Page 16, Public Records of Pinellas County, Florida (ANX2008-05012) Section 2. The City Council does hereby certify that this ordinance is consistent with the City's comprehensive plan. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 7989-08. PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Frank V. Hibbard Mayor Approved as to form: Attest: Leslie K. Dougall-Sides Cynthia E. Goudeau Assistant City Attorney City Clerk Item # 25 Ordinance No. 7989-08 Attachment number 4 Page 1 of 1 ORDINANCE NO. 7990-08 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY BY ZONING CERTAIN REAL PROPERTY LOCATED ON THE EAST SIDE OF CARLTON DRIVE APPROXIMATELY 80 FEET SOUTH OF WOODRING DRIVE, CONSISTING OF LOT TWO, BLOCK C, CARLTON TERRACE, WHOSE POST OFFICE ADDRESS IS 1837 CARLTON DRIVE, UPON ANNEXATION INTO THE CITY OF CLEARWATER, AS LOW MEDIUM DENSITY RESIDENTIAL (LMDR); PROVIDING AN EFFECTIVE DATE. WHEREAS, the assignment of a zoning district classification as set forth in this ordinance is found to be reasonable, proper and appropriate, and is consistent with the City's comprehensive plan; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following described property located in Pinellas County, Florida, is hereby zoned as indicated upon annexation into the City of Clearwater, and the zoning atlas of the City is amended, as follows: Property Zoning District Lot Two, Block C, Carlton Terrace, according Low Medium Density to map or plat thereof as recorded in Plat Book 41, Residential Page 16, Public Records of Pinellas County, Florida (LMDR) (ANX2008-05012) Section 2. The City Engineer is directed to revise the zoning atlas of the City in accordance with the foregoing amendment. Section 3. This ordinance shall take effect immediately upon adoption, contingent upon and subject to the adoption of Ordinance No. 7988-08. PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Approved as to form: Leslie K. Dougall-Sides Assistant City Attorney Frank V. Hibbard Mayor Attest: Cynthia E. Goudeau City Clerk Item # 25 Ordinance No. 7990-08 Meeting Date:8/18/2008 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Approve amendment to the Community Development Code to permit sandwich board signs in certain areas, provide a fee for such signage, and to add a definition for traditional urban corridor, and Pass Ordinance 7949-08 on first reading. SUMMARY: The Planning Department is recommending an amendment to the Community Development Code (CDC) to address code compliance issues with sandwich board signs in the Downtown (D) District. At the prior direction of City Council, staff has drafted this ordinance to allow sandwich board signs to be present on a temporary basis (not to exceed one-year) in order to promote economic development in this developing area. The proposed amendment will establish sandwich board signs as a permitted sign requiring development review and put in place criteria, including requirements on the location and design of the signs. Among these criteria are the following: Sandwich board signs may be displayed on the sidewalk only during hours of operation of the business and within the linear frontage of the specific business location being advertised. Under no circumstance shall the sandwich board sign be stored exterior to the business location; The size of any sandwich board sign shall not exceed 42 inches in height, 20 inches in width; No sandwich board sign shall be placed so as to block any public way, or within the visibility triangle of intersections or driveways. Placement may not reduce sidewalk width to less than four feet clear area. Placement may not impede ingress or egress from a business entrance nor block access or visibility of a fire hydrant; The sandwich board sign shall be of a non-illuminated, freestanding, two-sided design comprised of metal, wood or synthetic materials such as chalkboard. The sign shall not be made from plastic or use plastic lettering, and shall not include a whiteboard; The sandwich board sign shall be professionally designed and may use shapes and forms indicative of the type of business and the services being advertised; however such signs may not include sponsorships or advertisements for products; Design must be reviewed and approved before placement. Placement prior to approval will not necessitate approval of the application as submitted; and The sandwich board sign may not be attached to any structure or pole, and may not include any moving parts or attachments, including but not limited to: balloons, pennants and streamers. However, attachable items such as a removable chalkboard, that is intended to be an integral part of the sign and is not precluded by any other of these criteria, may be permitted. The ordinance will also add a definition for the term "traditional urban corridor," which is used in the sandwich board sign criteria, and establish a fee for the sandwich board sign permit. The Community Development Board (CDB) will review the proposed text amendment at its pubic hearing of August 19, 2008. The recommendation of the CDB as well as any comments of the Board will be presented to the Council at the meeting. Review Approval: 1) Legal 2) Clerk 3) Assistant City Manager 4) Clerk 5) City Manager 6) Clerk Cover Memo Item # 26 Attachment number 1 Page 1 of 4 ORDINANCE NO. 7997-08 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, MAKING AMENDMENTS TO THE COMMUNITY DEVELOPMENT CODE TO ADOPT CRITERIA BY WHICH SANDWICH BOARD SIGNS MAY BE PERMITTED IN CERTAIN AREAS, PROVIDE A FEE FOR SUCH SIGNAGE, AND TO MAKE OTHER MINOR EDITORIAL CHANGES BY AMENDING SECTION 3-1803.1, TO PROVIDE AN ADDITIONAL EXCEPTION TO THE "PROHIBITED SIGNS" LIST FOR SUCH SIGNS; AMENDING SECTION 3-1806.13, TO ADD A NEW SUBSECTION 7, SANDWICH BOARD SIGNS, TO PROVIDE FOR PLACEMENT OF SANDWICH BOARD SIGNS IN CERTAIN AREAS; AMENDING SECTION 8-102, DEFINITIONS, BY ADDING A DEFINITION FOR TRADITIONAL URBAN CORRIDOR; AMENDING APPENDIX A, SCHEDULE OF FEES, RATES, AND CHARGES, TO PROVIDE A FEE FOR SANDWICH BOARD SIGNS; CERTIFYING CONSISTENCY WITH THE CITY'S COMPREHENSIVE PLAN AND PROPER ADVERTISEMENT; PROVIDING FOR SEVERABILITY; AND PROVIDING AN EFFECTIVE DATE AND FOR EXPIRATION AND REPEAL ONE YEAR FROM DATE OF ADOPTION. WHEREAS, sandwich board signs have been determined on a trial basis and in limited circumstances to be desirable to permit in the City of Clearwater pursuant to Community Development Code Section 3-1806.B.7; and WHEREAS, the City adopted Community Development Code Section 3-1806.13.7 in order to allow limited placement of sandwich board signs for properties abutting public rights-of- way, and providing certain criteria; and WHEREAS, the Cleveland Street Streetscape Project is now complete, and it has been determined that on a trial basis and in limited circumstances it is desirable to allow the signs to continue to be present on a temporary basis not to exceed one additional year, in order to promote economic development and business activities in this developing area; and and WHEREAS, said one year shall commence upon the date of adoption of this ordinance; WHEREAS, the Community Development Board, pursuant to its responsibilities as the Local Planning Agency, has reviewed this amendment, conducted a public hearing, considered all public testimony and has determined that this amendment is consistent with the City of Clearwater's Comprehensive Plan; and WHEREAS, the City Council has fully considered the recommendations of the Community Development Board and testimony submitted at its public hearing; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. That Article 3, "Development Standards", Division 18, "Signs", Section 3- 1803, "Prohibited Signs", is hereby amended as follows: -1- Ordinance Nd.tM7*26 Attachment number 1 Page 2 of 4 Section 3-1803. Prohibited signs. The following types of signs are prohibited: ********** 1. Sandwich board signs, except as provided in Section 3-1805.Y and 3-1806.13.7. Section 2. That Article 3, "Development Standards", Division 18, "Signs", Section 3- 1806.13.7, is hereby established to read as follows: Section 3-1806. Permitted signs requiring development review. ********** B. Non-residential. ********** 7. Sandwich board signs. No more than one sandwich board or "A" frame type signs may be placed adjacent to or upon public rights-of-way in front of a business location downtown or along traditional urban corridors in accordance with the following criteria: a. Sandwich board signs may be displayed on the sidewalk only during hours of operation of the business and within the linear frontage of the specific business location being advertised. Under no circumstance shall the sandwich board sign be stored exterior to the business location; b. The size of any sandwich board sign shall not exceed 42 inches in height, 20 inches in width; C. No sandwich board sign shall be placed so as to block any public way, or within the visibility triangle of intersections or driveways. Placement may not reduce sidewalk width to less than four feet clear area. Placement may not impede ingress or egress from a business entrance nor block access or visibility of a fire hydrant; d. The sandwich board sign shall be of a non-illuminated, freestanding, two-sided design comprised of metal, wood or synthetic materials such as chalkboard. The sign shall not be made from plastic or use plastic lettering, and shall not include a whiteboard; e. The sandwich board sign shall be professionally designed and may use shapes and forms indicative of the type of business and the services being advertised; however such signs may not include sponsorships or advertisements for products; f. Design must be reviewed and approved before placement. Placement prior to approval will not necessitate approval of the application as submitted; g. The sandwich board sign may not be attached to any structure or pole, and may not include any moving parts or attachments, including but not limited to: -2- Ordinance Nd.tM7*26 Attachment number 1 Page 3 of 4 balloons, pennants and streamers. However, attachable items such as a removable chalkboard, that is intended to be an integral part of the sign and is not precluded by any other of these criteria, may be permitted; h. The applicant for a sandwich board sign shall indemnify the City from liability from matters arising from use of said sign and further shall obtain and provide the City evidence of minimum general liability insurance in the amount of $1,000,000 in a form acceptable to the Citv: i. A nonrenewable permit shall be required and be issued for one calendar year or any portion thereof, but in no event shall the period of permit effectiveness extend beyond the expiration date of Ordinance no. 7997-08; and Sians failina to meet these criteria are subiect to immediate removal from public street, road, highway, right-of-way, or other public property. Sandwich board signs permitted as provided for in this subsection and located upon public right- of-wav may be moved or removed by the Citv for municipal purposes as may be necessary from time to time Section 3. That Article 8, "Definitions and Rules of Construction", Section 8-102, "Definitions", of the Community Development Code, be, and the same is hereby amended to read as follows: ********** Traditional Urban Corridor means a plot or parcel of land used for non-residential or commercial purposes, where owing to traditional urban development patterns, structure location or placement is immediately adjacent to a public or private right-of-way. Additionally, such locations are where such urban development patterns preclude placement of permanent freestanding signs ********** Section 4. That Appendix A, "Schedule of Fees, Rates, and Charges", of the Community Development Code, be, and the same is hereby amended to read as follows: ********** XVI. SIGNS: ********** (2) Sandwich board signs (1 year or portion thereof) .................................................. $25.00 Section 5. Amendments to the Community Development Code of the City of Clearwater (as originally adopted by Ordinance No. 6348-99 and subsequently amended) are hereby adopted to read as set forth in this Ordinance. Section 6. The City of Clearwater does hereby certify that the amendments contained herein, as well as the provisions of this Ordinance, are consistent with and in conformance with the City's Comprehensive Plan. -3- Ordinance Nd.tM7*26 Attachment number 1 Page 4 of 4 Section 7. Should any part or provision of this Ordinance be declared by a court of competent jurisdiction to be invalid, the same shall not affect the validity of the Ordinance as a whole, or any part thereof other than the part declared to be invalid. Section 8. Notice of the proposed enactment of this Ordinance has been properly advertised in a newspaper of general circulation in accordance with applicable law. Section 9. This ordinance shall take effect immediately upon adoption, and shall expire and be repealed and be of no further force and effect one year from date of adoption. PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Approved as to form: Leslie Dougall-Sides Assistant City Attorney Frank V. Hibbard Mayor Attest: Cynthia E. Goudeau City Clerk -4- Ordinance Nd.tM7*26 Meeting Date:8/18/2008 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Receive and consider report of Chase Realty, Inc., with Wm. Mark Searcy as Agent, of the results of the firm/agents efforts to identify and propose suitable parcels, including letters of intent to sell said suitable parcels, for City purchase and development of a 300 space parking garage on south Clearwater Beach. SUMMARY: At its March 6, 2008 meeting Council directed the City Attorney to prepare a Request for Proposals from licensed real estate brokerage firms and agents for the purpose of selecting a firm and agent to attempt to assemble land suitable for development of a 300 space public parking garage on South Clearwater Beach. RFP/RFQ 18-08 was issued on March 24, 2008 in response to that direction. Among other matters, the RFP/RFQ required that respondents consider and address the following tasks, provide their qualifications to undertake the requirements, and submit a time and fee proposal to accomplish same: a. Identify optimum locations and parcels required for the proposed project b. Confirm ownership and title status of the various properties c. Conduct discussions and negotiations with the respective owners d. Secure Letters of Intent to Sell, including specific terms and conditions of sale e. Deliver executed Purchase and Sale Contracts to the City for Council action f. Assist City with all pre-closing requirements of each Contract g. Oversee vacation of all properties prior to closing. h. In the event the proposed assemblage is unsuccessful, prepare a market study detailing conditions contributing to the lack of success in assembling the lands The RFQ/RFP generated eight responses by the April 23, 2008 deadline, one of which was not responsive to advertised requirements. The seven responsive proposals were received and reviewed by a 5-member Staff Evaluation Committee. Chase Real Estate, Inc.,with Wm. Mark Searcy as Agent, was ranked highest by the Committee. The City Council, at it's May 15, 2008 meeting authorized staff to negotiate a contract with Chase Realty/Mark Searcy to complete the aforementioned engagement. The Agent was to complete work and report to the City Council at it's June 19th meeting all proposed parcels, with contracts no later than July 1st. At the June 19th Council meeting at the recommendation of staff and with the concurrence of the Agent, the City Council extended the date for presentation of proposed parcels to it's Work session on July 14th due to the need to conclude further negotiation on several potential parcels. The Agent has completed the work under the proposal phase of the contract and is prepared to report togaLy& }ncil the results of his engagement. Item # 27 At the July 17, 2008 meeting, Council gave further direction to Mr. Searcy and extended his contract to August 21, 2008. Review Approval: 1) Clerk Cover Memo Item # 27 Attachment number 1 Page 1 of 61 { 1` ? ?? 65i I1 _ f l L@i @Y s?? ? elI MUM r kt; t f L:4 P. I• Item # 27 Attachment number 1 Page 2 of 61 • • CCf '1da ?ld 'I h G.n .. a v a i91t ? I f, Item # 27 Attachment number 1 Page 3 of 61 r? ?J TO Tl' OF T 3 I WM. 1 L fi l Item # 27 Attachment number 1 Page 4 of 61 0 INDEX City of Clearwater RFP .................................................... Section A Chase Real Estate RFP Response ................................ Section B Beach By Design Off Street Parking Section ................. Section C Letter of Intent ................................................................... Section D Press Releases ................................................................ Section E Comparable Properties .................................................... Section F Properties Within the Directive ........................................ Section G * Aerial Plat Map * Assemblage # 1 * Assemblage # 2 * Assemblage # 3 * Assemblage # 4 * Assemblage # 5 * Assemblage # 6 * Assemblage # 7 Properties Outside of the Directive ................................. Section H * Aerial Plat Map * Assemblage # 8 * Assemblage # 9 * Assemblage # 10 * Assemblage # 11 • Item # 27 Attachment number 1 Page 5 of 61 • ° Clearwater REQUEST FOR QUALIFICATIONS / REQUEST FOR PROPOSALS # 18-08 REAL ESTATE BROKERAGE SERVICES FOR LAND ASSEMBLY The City of Clearwater requests that Commercial Real Estate Brokerage firms licensed by the State of Florida submit proposals for consideration in selection of a firm and agent suitably qualified to represent the City in negotiations to assemble approximately one contiguous acre of land on south Clearwater Beach for construction of a 300 space public parking garage. All submittals shall be addressed as specified below and received no later than the submittal due date, at which time all submittals will be opened and read as a matter of public record. All submittals received after the closing date and time will be returned unopened. The City of Clearwater reserves the right to reject any and all submittals. Submittal Due Date: April 23, 2008, at 4:00 p.m. Submittals shall be delivered to: • Physical Address: Purchasing Manager City of Clearwater Third Floor, Municipal Services Building 100 South Myrtle Avenue Clearwater, Florida 33756 -or mailed to: P. O. Box 4748 Clearwater, Florida 33758-4748 The RFP documents will be available on March 24, 2008. City offices are open Monday through Friday, 8:00 a.m. to 5:00 p.m., excluding holidays. This RFP will be posted on the City's website at www.myclearwater.com. Any questions regarding the RFP shall be directed in writing to: Mr. George Mckibben, Purchasing Manager Finance Department City of Clearwater P. O. Box 4748 Clearwater, Florida 33758-4748 Telephone: (727) 562-4634 Email: george.mckibbena-myclearwater.com is Notice: RFQ/RFP for Real Estate Brokerage Services It&m # 27 Attachment number 1 Page 6 of 61 City of Clearwater, Florida • REQUEST FOR QUALIFICATIONS / REQUEST FOR PROPOSALS # 18-08 REAL ESTATE BROKERAGE SERVICES FOR LAND ASSEMBLY 1.0 Overview - 1.1 Purpose The City of Clearwater has issued this Request for Qualifications / Proposals (RFQ/RFP) for Real Estate Brokerage Services required for assembly of approximately one acre of privately owned lands on South Clearwater Beach optimally located and physically suitable for construction of a 300 space public parking garage. The City prefers the selected Agent to act as single agent for the City provided in F.S. 475.278(3), but will consider alternatives. 1.2 HISTORY AND VISION: "Clearwater Beach: Strategies for Revitalization" During 1997 and 1998 beach residents and business owners worked diligently to assist the City administration and City Council develop and plan the future for Clearwater Beach. The Plan was entitled "Clearwater Beach: Strategies for Revitalization". The Plan recognized the twin imperatives to balance the needs of the beach's 8,000 families with the hundreds of thousands of tourists and visitors who are attracted to its world-class shoreline, all the while protecting the • natural environment as the built environment rebuilds for the future. 1.3 BEACH BY DESIGN Beach by Design is a preliminary design for revitalization of Clearwater Beach by implementing the Strategies for Revitalization. Implementation is based on pursuing the following strategies: 1?1 • Creation of an attractive and efficient "arrival and distribution" system at the intersection of State Road 60 and North Mandalay Avenue and Coronado Avenue • Transformation of North Mandalay into an attractive, pedestrian-friendly street which provides a high quality address for retail and restaurant uses • Renovation of South Gulfview Blvd. to the west to create a unique two-way local street as part of a destination quality beachfront place • Improving traffic circulation to the south of State Road 60 • Improving sidewalks and creating an entire beachfront system • Constructing new parking facilities south of Pier 60 park to support beach visitors, and new parking north of Pier 60 park to support the North Mandalay Avenue retail/restaurant corridor • Promoting a small number of catalytic redevelopment projects; and Adoption of design guidelines which are necessary to achieve the objectives of Beach by Design. Notice: RFQ/RFP for Real Estate Brokerage Services -2- Item # 27 Attachment number 1 Page 7 of 61 • 1.4 SHAPING THE DESIGN Over the past five years more than 60 redevelopment projects have been submitted to recast the future of Clearwater Beach. Submitted development proposals project the addition of over 1500 condominium units, more than 1200 overnight accommodations, and in excess of 90,000 square feet of new commercial space. More than 90 percent of the submittals have been approved for construction. Nearly half are under construction or fully complete. 1.5 TRANSPORTATION AND PARKING Beach by Design anticipates the demands that extensive beach redevelopment places upon efficient beach traffic distribution, and ample, convenient parking. Significant North Beach transportation improvements include narrowing Mandalay Avenue from four lanes to two with parallel parking and expansion of one or both of the streets east of Mandalay. Bold, beautiful $30 Million dollar "Beach Walk" evolved as the comprehensive transportation project for South Beach. i. locals can socialize, dine, play games, or simply enjoy the spectacular white sand, sun and surf. 1.6 BEACH WALK... a winding beachside promenade with landscaping, artistic touches and clear views to Clearwater's winning beaches and the waters beyond, a place where bicyclists, rollerbladers and pedestrians all have safe and convenient access to where visitors and Beach Walk will be open and operational by Labor Day 2008, attracting thousands of visitors from around the country, around the world. It has already played a vital role in attracting new resort hotels and speeding the conversion of many older overnight accommodations to new condominiums. Beach Walk will bring visitors closer to the beach and provide an environment that will draw new retail, entertainment and restaurant businesses for residents, out-of-town visitors and day-trippers. All will require accessible, convenient parking. 1.7 PARKING Creation and development of the beautiful Beach Walk will not only increase demand for parking facilities, but will incorporate nearly 800 public and private previously available parking spaces into its creation. The City and the new Hyatt resort hotel ownership have reached agreement that will provide for 400 public parking spaces within the Hyatt's garage when that is completed. The City also seeks to immediately assemble approximately one centrally located acre in South Beach for construction of an additional 300-space garage. ltAm # 27 Notice. RFQ/RFP for Real Estate Brokerage Services _ 3- Attachment number 1 Page 8 of 61 2.0 Scope of Services The City of Clearwater seeks a firm and agent with extensive documented experience in assemblage of land for commercial development, as well as demonstrable business relationships with current property owners in the immediate South Beach area of Clearwater Beach. 2.1 The required assemblage shall be appropriately configured to provide approximately one rectangular acre for construction of a 300 space parking garage. The assembled parcel shall front a minimum of two connector streets and be centrally located adjacent on the east to Beach Walk. Specific tasks to include: • Identify optimum locations and number of parcels required for the proposed project. • Confirmation of ownership and title status of properties within the proposed assemblage. • Initiation of discussions and negotiations with the respective property owners. • Securing Letters of Intent to Sell from the owners, including specific terms and contingent • conditions of sale. • Development of Contracts To Purchase with all property owners within the proposed assemblage area. • Delivery of executed Contracts To Purchase to designated City department to agenda for Council consideration and action. • Following approval of contracts, assist City in assuring compliance with all pre-closing requirements. • Oversee vacation of all properties prior to closings. • Assist City as requested with closing approved transactions. • Compiling complete electronic and hard copy work files for each transaction, and delivering to the City within 30 days following closing of each transaction. • In the event acquisition of a suitable site by the City is not achieved, preparation of a written market study detailing the conditions contributing to the inability to acquire an appropriate site. 3.0 Submittal Requirements:>QualifGations / Proposals The State licensed Real Estate Brokerage Firm and agent interested in responding to this RFQ/RFP must provide information on the firm and agent's qualifications and experience, identification and qualifications of the proposed project team, identification and qualifications of the project manager's experience, verifiable similar projects and references within the environs of Clearwater Beach during the past 5 years, a summary description of the firm and agent's Notice: RFQ/RFP for Real Estate Brokerage Services _ 4 _ # 27 Attachment number 1 Page 9 of 61 • approach and time frame to successfully completing the project, and the firm and agent's fee proposal to undertake and complete the proposed project. 3.1 LETTER OF INTEREST AND EXECUTIVE SUMMARY Attach a letter of interest that explains your firm and agent's interest in working on this project. Include an "Executive Summary" which explains your firm and agent's qualifications and experience as they directly pertain to the Scope of Services. Include the names and titles of persons who will be authorized to make representations for the firm. 3.2 FIRM OVERVIEW Provide the following information regarding your firm. If the use of subconsultants is proposed, similar information should be provided for each subconsultant. • Brief history of the firm, including the year it was established. • Names and curriculum vitae of the firm's principal(s). Indicate the amount of involvement the principal(s) will have under this assignment. • Name and qualifications of agent who would conduct the work described. 3.3 RELEVANT EXPERIENCE AND PAST PERFORMANCE • • Similar Assignments: Provide a detailed description of comparable projects (similar in scope of services to those requested herein) which the firm and agent has either ongoing or completed within the past five years. Please specify whether each project is completed or is ongoing. The description for each project should identify: (i) the client, (ii) description of the overall project, (iii) duration of project, (iv) contact person and phone number for reference, and (v) the results/deliverables of the project. Past Performance: Describe the firm and agent's past performance and the primary markets served. 3.4 REFERENCES Provide the name, address, telephone and email address for at least three (3) references that would be capable of explaining and confirming your firm and agent's capacity to successfully complete the scope of work outlined herein. References should be from the past five (5) years. 3.5 APPROACH TO SERVICES Provide a narrative statement demonstrating a thorough understanding of the overall intent of this RFQ/RFP, as well as methods used to complete assigned tasks. Identify any proposed project issues or significant concerns you believe may be appropriate for careful consideration. 27 Wqw# Notice: RFQ/RFP for Real Estate Brokerage Services _ - Attachment number 1 Page 10 of 61 • 3.6 FEE FOR SERVICES Provide a required time frame and fee proposal for your firm and agent's services, either: (i) lump sum fee, (ii) commission schedule, or (iii) other (specify). 4.0 Submission Iriformatlon 4.1 Number of copies and Proposal Delivery Information One (1) original and five (5) copies of the proposal submittal signed by the firm representative and the agent shall be delivered on or by 4:00 PM on April 23, 2008 to: Physical Address: Mr. George McKibben Purchasing Manger City of Clearwater 100 S. Myrtle Avenue Clearwater, Florida 33756 -or- P. O. Box 4748 Clearwater, Florida 33758-4748 • All submittals shall be addressed as specified above. The front of the envelopes shall be marked "Request for Qualifications & Proposals: Real Estate Brokerage Services for Land Assembly": All submittals received after the closing date and time will be returned unopened. 4.2 QUESTION AND ANSWER PERIOD All questions regarding this RFQ/RFP must be submitted in writing and directed to the Purchasing Manager no later than seven (7) days prior to the submittal deadline. All questions and answers will be posted on the City's website at www.myclearwater.com. Questions may be 1) sent via email to george.mckibben(aD-myclearwater.com, 2) faxed to (727) 562-4635, or 3) mailed or hand delivered to the address above. 5.0 Evaluation I Selection Process 5.1 EVALUATION 1 SELECTION The Evaluation/Selection Committee will first evaluate and rank responsive proposal on the criteria listed below. The maximum score per proposal is 100 points. Each Evaluation Committee member shall award up to 100 points per proposal. The final score will be an average (mean) of the scores awarded by all Evaluation Committee members. A Proposer may receive the maximum points or a portion of this score depending on the merit of its proposal as judged by the Evaluation/Selection Committee. Notice: RFQ/RFP for Real Estate Brokerage Services 11(bT # 27 Attachment number 1 Page 11 of 61 The factors outlined below will be applied to all eligible proposals. Additional evidence of unique skills or relevant experience will also be considered. All references will be subject to appropriate `- evaluation. Criteria Points • Understanding of Issues/Approach to resolution 30 • Qualifications and directly related experience of 30 firm and agent • References / client satisfaction 20 Fee proposal 20 Upon completion of the evaluation, rating and ranking, the Committee may choose to conduct oral presentations(s) with the Proposer(s) which the Evaluation/Selection Committee deems to warrant further consideration based on the best rated proposal providing the highest quality of service to the City. Upon completion of the oral presentation (s), the Committee will re-evaluate, re-rate and re-rank the Proposers remaining in consideration based upon the written documents submitted and any clarifications offered during the oral presentation. 5.2 RFQ/RFP TIMETABLE RFQ/RFP Available to the Public • Deadline for Receipt of Questions • Submittal Deadline • Evaluation of Proposals Interviews of Short List Firm and agents • Firm and agent Selection - Council 5.3 ADDITIONAL INFORMATION March 24, 2008 April 16, 2008 April 23, 2008 April 24 - April 25, 2008 April 28 - April 30, 2008 May 15, 2008 • The City will not be liable for any cost incurred in the preparation of the RFQ/RFP submittal. • The submission of qualifications shall be prima facie evidence that the Proposer has full knowledge of the scope, nature, quantity and quality of work to be performed; the detailed requirements of the specifications; and the conditions under which the work is to be performed. Notice: RFQ/RFP for Real Estate Brokerage Services Itd7m # 27 Attachment number 1 Page 12 of 61 • All Proposers shall furnish the City such additional information as the City may reasonably require. • The City reserves the right to conduct personal interviews of any or all Proposers prior to selection. The City will not be liable for any costs incurred by the Proposer in connection with such interviews. • The City reserves the right to conduct pre-contract negotiations. 6.0 • The City reserves the right to reject all qualifications and to seek new qualifications when such a procedure is reasonably in the best interests of the City. • The City reserves the right to waive any of the conditions or criteria set forth in this RFQ/RFP. Insurance 6.1 LIABILITY INSURANCE The applicant shall furnish, pay for, and maintain during the life of the contract with the City the • following liability coverage: • Comprehensive General Liability Insurance on an "occurrence" basis in an amount not less than $500,000 combined single-limit Bodily Injury Liability and Property Damage Liability. • Business Automobile Liability Insurance in the amount of at least $500,000, providing Bodily Injury Liability and Property Damage Liability, • * Workers' Compensation Insurance applicable to its employees for statutory coverage limits, and Employers' Liability which meets all applicable state and federal laws; and • Professional Liability/Malpractice/Errors or Omissions insurance, as appropriate for the type of business engaged in by the ProposerNendor, shall be purchased and maintained by the selected Vendor with minimum limits of $500,000 per occurrence. *NOTE: Not required for verifiable Independent Contractors contracted with applicant. 6.2 ADDITIONAL INSURED The City is to be specifically included as an additional insured on all liability coverage described in Section 6.1 -U&=# 27 Notice: RFQ/RFP for Real Estate Brokerage Services - 8- Attachment number 1 Page 13 of 61 6.2 NOTICE OF CANCELLATION OR RESTRICTION All policies of insurance must be endorsed to provide the City with thirty (30) days notice of cancellation or restriction. 6.3 CERTIFICATES OF INSURANCE/CERTIFIED COPIES OF POLICIES The applicant shall provide the City with a certificate or certificates of insurance showing the existence of the coverage required by this RFQ/RFP. The applicant will maintain this coverage with a current certificate or certificates of insurance throughout the term stated in the proposal. When specifically requested by the City in writing, the applicant will provide the City with certified copies of all policies of insurance as required above. New certificates and new certified copies of policies (if certifies copies of policies are requested) shall be provided to the City whenever any policy is renewed, revised, or obtained from other insurers. The certificates and/or certified policies shall be sent or delivered to the City's Project Manager and addressed to: City of Clearwater P. O. Box 4748 Clearwater, Fl. 33758-4748 6.4 HOLD HARMLESS PROVISIONS The applicant shall defend, indemnify, save and hold the City harmless from any and all claims, suits, judgments and liability for death, personal injury, bodily injury, or property damage arising directly or indirectly from the performance by the applicant, its employees, independent contractors, subcontractors, or assigns, including legal fees, court costs, or other legal expenses. Applicant acknowledges that it is solely responsible for complying with the term of this RFQ/RFP. In addition, the applicant shall, at its expense, secure and provide to the City, prior to beginning performance under this RFQ/RFP, insurance coverage as required herein. Any party providing services or products to the City will be expected to enter into a written agreement, contract or purchase order with the City that incorporates, either in writing or by reference, all of the pertinent provisions relating to insurance. Any party providing insurance services or products to the City will be expected to comply with requirements as contained herein. A failure to do so may, at the sole option of the City, disqualify any bidder or Proposer of services and/or products to the City. 7.0 GENERAL TEI?IUIS?AND?CONDITIOI?S ? ''' y %.-,? The City, in its sole and absolute discretion, with or without cause, and without liability of any kind to any Proposer/Consultant/Vendor, reserves the right to: • Accept or reject any and/or all proposals, either in whole or in part, waive any informality, variance or irregularity, whether technical or substantial in nature, of any proposals. Notice: RFQ/RFP for Real Estate Brokerage Services It6rn # 27 Attachment number 1 Page 14 of 61 Cancel this RFQ/RFP at any time and/or take any action in the best interest of the City. The City decision in all matters shall be final. Retain all proposals for official record purposes, including a copy of the selected Respondent proposal and supporting documentation, and/or use them in whatever manner is deemed appropriate. Elect not to accept any request by any ProposerNendor to correct errors or omissions in any information, calculations or competitive price(s) submitted once a proposal is received. Investigate the financial capability, integrity, experience and quality of performance of each ProposerNendor, including all Principals. Request an oral presentation from any Proposer. The City reserves the right to request any additional information from any ProposerNendor. All Proposers responding to this RFQ/RFP do so at their sole expense and risk. The City assumes no financial or other obligations of the Proposers. The City will not be liable to any broker, consultant or other entity acting on of behalf of any Proposer for any fee or • payment relating directly or indirectly to the Proposer or their proposal. All proposals, correspondence and records make thereof, are public record and handled in compliance with applicable state and local laws. By offering a submission to this RFQ/RFP, the Proposer certifies the responder has not divulged, discussed or compared his/her competitive proposal with other respondents and has not colluded with any respondent or parties to this competitive proposal whatsoever. All information furnished in this RFQ/RFP solicitation was gathered from sources deemed reliable. No representation or warranty is made as to the accuracy or completeness of the information contained in this document. Prospective Proposers should independently very all information. Notice: RFQ/RFP for Real Estate Brokerage Services Ife'A# 27 Attachment number 1 Page 15 of 61 • Request for Qualifications & Proposals: Real Estate Brokerage Services for Land Assembly RFP Response 0 Chase Real Estate Inc. April 23, 2008 r1 U Wm. Mark Searcy Chase Real Estate, Inc. Commercial Division 660 Mandalay Ave Clearwater, Florida 33767 727.447.8800 PH 727.447.8814 FX Mark 1 realtor@hotmail.com http://www ChaseFlorida.com Item # 27 Attachment number 1 Page 16 of 61 I.and :V,srmhk s TABLE OF CONTENTS 1. Letter of Interest and Executive Summary 2. Firm Overview 3. Relevant Experience and Past Performance 4. References a. Firm References b. Agent References 5. Approach to Services 6. Fee For Services • a Item # 27 Attachment number 1 Page 17 of 61 Rr,t? I ?r.,r, f,n?l,:•::;•.;;• `?,:r?n•:•. I; •rl..u;?i i>.,?n-+hl? • LETTER OF INTEREST AND EXECUTIVE SUMMARY There are a number of reasons why Chase Real Estate as a firm and as sales agents has an interest in assembling the proposed parking garage for the City of Clearwater. First and foremost a new parking garage will enhance the overall beach area for both residences, business owners and visitors to Clearwater Beach. This will increase local revenue to businesses along with increasing property values. At Chase Real Estate, we believe that with our reputation and combined experience in residential and commercial real estate, gives us the unique qualifications to represent the City of Clearwater and its associates with our proposal. Walter Wm. Chase, i sed Real Estate Agent/Owner Matthew Bailey, Licensed Real Esta ro er ?L Wm. Mark Searcy, Licensed Real Estate Agent • FIRM OVERVIEW Chase Real Estate is a privately-held residential and commercial real estate firm that has redefined the investment process. Through our unique approach to investment real estate, Chase Real Estate has confirmed its position as the leader in real estate. With our keen ability to identify valued opportunities for our clients, along with our signature system, we have achieved record breaking sales in all aspects of residential and commercial real estate. Chase Real Estate's founder Walt Chase has a family history on Clearwater Beach dating back to 1972 where his uncle Walter Leahy started Leahy Realty with the purchase of 660 Mandalay Ave. Walter Leahy had a long real estate career on Clearwater Beach until the 1990s. Walter Chase started his real estate career on the Southside of Chicago in 1967. Walter Chase and his son Christian established "The Chase Team" in the late 1980s and worked under RE/MAX for the next 20 years. Chase Real Estate started in 2004 when it opened its doors in Chicago. Walter Chase and Matthew Bailey opened the Florida branch along with the Commercial office in 2006 on Clearwater Beach at 660 Mandalay Ave, where our office is today. Matthew Bailey, licensed since 1998, is the broker of Chase Real Estate. Matt has been a resident of Clearwater Beach and stills owns property there. Matt started his career with REMAX. He has achieved every sales award REMAX offers along with the Top S Team Item # 27 Attachment number 1 Page 18 of 61 1 ki i„,, for I mid 1 .? Cmhk 1"ILte of Award from 2000-2005 and the Chairman's Club Award which is the highest sales award • REMAX bestows on its associates. Wm. Mark Searcy, who was licensed in 2004, joined Chase Real Estate in 2006. He handles Chase Commercial, the commercial division of Chase Real Estate, which specializes in assembling sites for developers on Clearwater Beach. Agent Searcy with his local contacts and knowledge of development has made him a major asset to Chase Commercial and Chase Real Estate. Agent Searcy is local to the area having lived off and on Clearwater Beach since 1986. RELEVANT EXPERIENCE AND PAST PERFORMANCE BILL KIMPTON SITE 1) Crescent Heights Inc employed the services of Wm Mark Searcy (formerly an agent of RE/MAX ACTION FIRST) to assemble any sites to be suitable for a high rise condo project on Clearwater Beach. 2) It was asked of the agent to find sites that were NOT currently listed for sale and to assemble land large enough to accommodate a project of 100 or more units. 3) The project took over six months to secure. COMPLETED 4) Sonny Kahn CEO and Shay Myron VP of Crescent Heights. smayron@crescentheights.com 5) Two suitable sites were identified after an extensive search of Clearwater Beach. Agent Searcy met with numerous land owners South of Pier 60. One such site belonged to Bill Kimpton and agent Searcy put the principles together to negotiate a deal. Searcy helped as a Transaction Broker to negotiate between Bill Kimpton and Crescent Heights for the assembled sites on 2nd Street. During the due diligence period Crescent Heights attempted to gain more density and when Bill Kimpton could not provide them the deal did not go through. Soon thereafter Mr. Kimpton sold the assembled project to NJR who is now building the Hyatt Aqualea project. Agent Searcy then met and identified the 100 Coronado Site formally the Days Inn Hotel owned by Tony Markopolous. After negotiating as a Transaction Broker and an extensive Due Diligence period Crescent Heights offered Tony Markopolous a sum of $35 million USD for land without a Development Order. Mr. Markopolous soon thereafter gained the Development Order from the City and sold the site to Dr Patel for $40 million USD. The sites were successfully identified, do to parties brought together and negotiated. The transactions were not completed because of the failure of the buyer to increase his offer to the accepted winning bid price. 9. LUCCA INCORPORATED SITE Item # 27 Attachment number 1 Page 19 of 61 Rcol I .iat. 11r,41,•io,-C ",t:r\ we. f.N Land A:'.(: nbl\ I' a., • 1) Lucca Inc was approached by agent Searcy who had identified a package of motels that were for sale. 2) Six motels that encompassed almost two square blocks of land between Coronado Drive and Hamden Drive were identified. (1- Tropicana Motel 347-353 Coronado Drive/350 Hamden Drive, 2- Key Lime Motel 405 Coronado Drive, 3- Albatross Motel 346 Hamden Drive, 4- Tri-plex 345 Coronado Drive, 5- Baylawn Motel 406 Hamden Drive 6- Backstreet Cafe 401 Coronado Drive) 3) Six months from identification to closings. COMPLETED 4) Stan Latek 727-415-4699. (Primary Partner) 5) The six motel owners grouped together and refused to sell unless they sold as a package. Agent Searcy acting as a Transaction Broker proposed a plan that allowed the group to sell at a fair price and both parties were pleased with the results and efforts of sales Agent Searcy. Two more motels were added to the package at a later date (The Falcon Motel, 415 Coronado Drive and The Gulf Beach Motel, 419 Coronado Drive) All eight parcels closed. INCIDENTIALLY THE MIDDLE OF THIS ASSEMBLED PROJECT IS THE SITE THAT THE CITY OF CLEARWATER HAS ATTEMPTED TO PURCHASE FOR A PARKING GARAGE. The City and Lucca Inc have been . unable to come to an agreement on the purchase of this site, MARBELLA PROJECT 1) Lucca Inc asked agent Searcy to informally assemble the site above by adding the Howard Johnson Hotel (325 S Gulfview Drive), The Falcon Motel (415 Coronado Drive) and The Gulf Beach Motel (419 Coronado Drive) sites. 2) The assembled 3.6 acre site was procured for $24 million USD. Agent Searcy confidentially proposed the project to several qualified buyers. 3) One year. COMPLETED 4) Stan Latek 727-415-4699. 5) Three qualified offers were brought to the seller via agent Searcy between $40 million USD and $47 million USD. Lucca Inc refused the offers expecting to sell for $50 million USD or more. CITY OF CLEARWATER PROPOSED PARKING SITE 1) The Golden Villa Motel, 228 Hamden Drive, The Rivieria Motel, 221 Coronado Drive • and The Echo Sails Motel, 216 Hamden Drive (see attachment of block) has been assembled and is being marketed to prospective purchasers (on going). Item # 27 Attachment number 1 Page 20 of 61 Real I';Iatc Rrokci:it?c lwr%irc,, hw Land 1.•:cn+b'. I: f I' kk-,pout,;:. April 1(10,ti 2) An assembled parcel of land encompassing a perfect "square" of 1.1 acres across the 0- street from the Hyatt Aqualea site and BEACHWALK. 3) Ken and Linda Christman 727-442-9404 (owners of the Golden Villa) 4) Assembled site is being advertised by agent Searcy and several developers are in the due diligence period of what these sites can produce without being under contract. The owners prefer to sell as a package to the City of Clearwater for the parking garage site as requested by this RFP. REFERENCES FIRM REFERENCES James Mudd 319-268-0693, CEO of MUDD Advertising, which has offices located in Chicago, Illinois and Cedar Rapids, Iowa. James Mudd has purchased properties on Clearwater Beach in the Sandpearl Residences, Mandalay Beach Club and 400 Beach Drive in St. Petersburg through Chase Real Estate. He is an ongoing active real estate owner and investor. Chase Real Estate also manages the rentals of his properties. • Sandy Martelli •727-442-8819, General Manager at the Mandalay Beach Club. Don Mestas 727-442-2999, treasurer of Belle Harbor condominium complex and current resident of Belle Harbor. AGENT REFERENCES Ken and Linda Christman 727-442-9404, Ken and Linda are the owners of the Golden Villa Motel at 228 Hamden Drive Clearwater Beach, FL 33767 (current listing) Thomas and Maggie Karasch t.karasch@web.de 0049-9526-981479 (Germany) Thomas and Maggie were the owners of the Albatross Motel on Hamden Drive. I sold their motel in a package of six motels. I then represented them in the search and purchase of an automotive site and business in Spring Hill, FL. You may contact them via email since they currently reside in Germany. They will be in Florida from May 9th to May 22nd and are willing to meet with you concerning this reference. Paul Hobschied 727-894-1817. After the sale of their motel Paul Hobscheid and Earle Roberson hired Viewpoint Realty to secure a desired site for a 10310 exchange transaction. With no site procured and time running out (10 days left in the 1031 exchange to identify a site) I found them a suitable site and they Item # 27 Attachment number 1 Page 21 of 61 Rc:11 I.•I;ttr I;Io l.rr,1_ti' `.?r\ i-:', (Or I.,141%1 A, nlh ? ICI I' I?i?Ih?tt?C: :?hl'll .'1111;•, • purchased the Legal Building in St Petersburg, Fl. I then sold that site to a qualified buyer after the death of Earle Roberson. APPROACH TO SERVICES With all the changes that have happened to our little island, growth has been the most constant one. "Constant change is here to stay". We have gone from a sleepy and quiet beach town that once only came alive during a short 'season' to a year round mecca for people around the world in search of one of the prettiest beaches in the world. With the advent of Beach By Design many spurts of development have changed the face of our island; some of it nice (all JMC projects) to bad (all of Brightwater and the loss of over 1200 motel rooms). Our beach town is about to go through another unprescented time of growth. The new Memorial Causeway allows traffic to get to the island faster. Coronado Drive has been widened allowing for a faster ingress/egress from South to North Beach. Beachwalk is now open and tourists are coming to enjoy all it has to offer. But many people are afraid to come to our beach and are staying away in the process. Traffic is a nightmare and due to a lack of parking is the reason why. If we do not secure a site and build a large parking structure our beach's parking and traffic issue will only go from bad to disastrous. A site needs to be procured (by Beach By Design standards) immediately. It must be affordable, • and aesthetically pleasing. It must be built within a short distance from the BEACHWALK so that people can get onto the beach and into the garage ASAP. That being said the City is also giving an incentive to developers to build more hotels. Land is becoming more scarce and expensive. Finding a suitable site, negotiating and closing on these sites and doing so in a short amount of time is paramount as the window of opportunity is getting smaller. I have found sites that are affordable, strategic and aesthetic. I have a strong relationship with many of the land owners and have a reputation of being very honest, fair, communicative, hard working and results oriented. I also have a history of being able to provide Transaction Broker services to the benefit of both parties. I do understand that an exhaustive new search must be done to make sure no site is overlooked. I also understand the restrictions of the Development Order. of some of the developments and Beach By Design and know how to work within these guidelines in getting this task accomplished. I will get this done! Failure is not an option! I have seen a city on the verge of suffocation due to a lack of parking and traffic problems. I have also seen what a garage of this type can do to help alleviate the problems of a beach town. It is the most important challenge of our time and I stand excited and ready to achieve this task! FEE FOR SERVICE Chase Real Estate-Commercial Division will procure a desirable site for the City of Item # 27 Attachment number 1 Page 22 of 61 Real 1 Illfi firokcm,,!r. `.-r%ikv-; 1'or kind ?:.>Clll??i\ f..IL'l' 111 .. Clearwater to be used as a parking garage. This process should take no more than two months to procure and less than four months to close on. (depending on the timeframe of the City). Chase anticipates a 3% commission to be paid by the sellers of the sites procured and closed on. Should the City decide not to purchase any of the sites procured by Chase Real estate a nominal fee of $5000 should be paid for their time and for a market study that details the conditions contributing to the inability to acquire an appropriate site. Chase Real Estate will transition to be a Transaction Broker on all sites currently listed by any realtor employed by Chase Real Estate. Otherwise Chase Real Estate will be a Single Agent for the City of Clearwater in procuring the sites for this project. E 0 Item # 27 LJ I WAY NORTH 04 A/ottoswie (?7 3 sr AMT A WAY ST Y 71 ROCKAWAY ft% Sr 4aa...^ ?•" MXLE 04 ST 3423 23 of 61 Houtiy Rates Lot Flours of After ; No. Location Mon-Fri Sat-Sun Pnforcement Hours Seasonal MARINA 30 ' marina ? $0.75 $1.00 ACTIVMES No 25 Causeway Blvd. ? ONLY Charge s3am-??„? 31 Pier 60 160 S. Cxulfvllee>av Blvd. $1.50 $2,00 lam-tarn Closed 32S 332 S. Guffview Blvd. ` $1.50 $2.019 7am-lam Closed ! r 212 Hamden Dr. $1.00 $1.25 Gam-11pm Closed 1 423 Mandalay Ave. $0.75,/ $2..08{ Gam" No $2.00 $1.'S Charge 35 457 Mandalay Ave. $1.00 I $1.25 Sam-6pm No lrha e 36 4 Rockaway St. $1100 $1.25 Gam-lam Closed t 2j Avalon - Kendall 6 Avalon St. $1.00 $1.25 sam-lopm NO Charge { Family Aquatic Center &am-6prn ! 3S & Recreation Center $1.88 j $1.25 1 (Mon-Sat) 12:30pm-6pm No Charge 51 Bay Esplanade I E (Sun) 3J McKay Field $1.08 $1.25 Sam-lOpm No 685 Mandalay Ave. Charges " 43 3x9011 East Share Dr. $1.00 4 $4.25 Sam-6psTa Car e ll 62N 188 Coronado Or $B,/:lay (Cash Only) Sam-Sunset Closed 621 158-170 Coronado Sir. $1.88 $1.25 6am=11pm Closed ; 63 400 E. Shore Dr. $1.00 $1.25 Sam-fipm Chaorge Beach Streets 4 (286 spaces) $1.00 $1.25 Varies Varies Spaces * Seasonal Rate - March through April eve spnt_ ryday *- Permit Parking Only 4 ; Note* Does not include Handicap Spaces Rates & # of Spaces Subject to Change JIf?RBQ / R a spcel. LEGEND: - Parking Lot Road Closed 3 '1 City Park Public Beach .= 2du 4J 30' V y?sac.es M °AF<+NA AG1 4V'9 r-CS +_ Eoanpesr cry Causeway Parking {L _J 311 ONLY faarn - 6pfv ; (ACCESS FROM MEMORIAL CSWY. EAST BOUND ONLY) Im 3t iAd7 p p e s C - C CL115 EA R W A T ER F L Q 4§ 1 C} A? i BEACH WAS LN *www.myaearwatercvm t V s a Parking System Hotline Spaces (727) 562-4892 ?. eL'r'y General Parking Information m TER (727) 562-4704 BAYS" Y/ s ? yIla arwater To Parking Lot #40 - SAND KEY (1060 GULF BLVD.) U b { . All times ark to Sun-Down ( en. Sun-U O ate is opera) ENGINEERING DEPARTMENT IV g . p p p fl l) - 25 Se 00 1 52 1 114 ?/ pdatsd: 4/21/2DO8 our our ( asona spaces; $ $ . 1 7 , 1 Item # 27 • L , . _ vafi M y e { ? ? 4J F 4 N . i, p ? 11 ? G's f yy}C t$ Y qo _ ? y ;g : 1 . ? $ N 5 i. 01 1 N it N 0 ?L?yr ?a F W tY. w W Q y +' c? V biy i'? 0 •= pp ? G4 „c ?- °J ? o.c ?, a sae r-O.+U O 6?i , 4i a? ?,a 0 4> to 0 *2 w .0 0 0 c? 3 O ? 'L9 «t dl C1, v N O p G 'in 4-4 7E v > Ow O y O' O m .? CJ U 4.* W" 00 ?' ? y bA GLi ? •b 4-4 ? ?" Rt u O j a a. J] a.. U 0. A 0 vOi Q a 40r N '+ a 0 4. on ? ?-' ? ? •in ? ? ? O Ali ? 4w ? Ep 0 0. 040, +hl v? a. •??a c CMG m to 0 3 cu w - cc OR 0 > ?+-? i a a o i? is C7 'C a. ?C3 p O Q. W 00 a 5 s. z, . -- -S 0 rA con 0 O 2 4 N O ' bo 010 a wa .4 3 x O a : y o W 10. m Un TA Q. N 0 CL. U? Z ..O N • • d0 ? 0. w T .i.+ 03 > 46. 0 ccioca3ooo 41 a 'C v a ° u a? mac. ay A. ' 'p 4? 0U? .Q N t O N o 404 0 U •b0 b0 .G U p "O bA 'C3 p a > ?" U V + S. eel y , U s", ?. v O auto ai 0. ?-0°o ° U ca. ,. ?. a acvbz a z.o 3. 03 M O y? G ++ a1 N 4» M p OJ + -a y .O O r U s. o M .p .C •, ... yUj U rn U o U c4? y' o U JU c? vo, a? 4y o U y o eo Co 0 00 03 o -13 U 0 7E 2! IM 0 ~ bD as --p '9 O o w p 4) 4- JU in 4? od (L) 'o J9 4) -0 0 16. 04. -o 0,0 4? C43 bo -9 &n ° ° o ' 'o y cC CL' to ecs G4 cs to '' o 0 a o o ed a a. ?. p 0-5 o 8) u r. ca U U b0 y' tv C.) O C ? O Q" O y 03 8. - O H "0 "0 t0 O Q, 0.0 l ? O . o y,+ a a -a 0.4 vi U C o O p U i+ ++ '? N O 4r 0 o? ? 0 S= U ! o N U ?' !?. U U y O. ty A?? O N c. «f v O o o CY tap 0 I v° u b0 U U C o 4t (U 0 ° o . UU M bo ?i a) F* C s, U C b 'd U ?+ sue. co -10 b0 U ' O y Cd Qn' ? cil CA. 4) rd b0 00 O ?> m? rs °?'a3??id U 4) bb 0 ? CL a v as o o. ?s .0 ? Q ? .°c as 0 tn > y a? c? ° as > 3 o o. m 0 1. E O o U Z. to V Q b0 U al 0. o - ry a ?, bA O R ° t° a ? btl ^a u " ? .. 0 E ? E G.U p °oo 0 3 u N3.o0 a 0 a?i o a> U ?,?.? 3-? ? In Q.?cO0> (Z? .5C O o x c3 o cd C t~ N ?, y U ? b0 b0 4-+ ti E cn ZZ 0 O.C. ti N it N M d • 5-2 Cd 0 0 .0 41 30 v°a .? boo 3 ? " r° Al U cv a`?'i .c a as °° . u a°i ?,.a:A one ?,t3•° o' ?. o 00 -0. R -8 t 4-1 aka o ?, F. a? ° -°c o 0 o M ?3 ° + u c.. eu m o ono On ° 3 o Cj .gip a o A '° = Ird as s. p rJ ,? m at N c. 0 7 5 ° 4 4) -o cd r- r. $ ta?t??'i o 40 o 4 an .o .G O cCt 0 as U p p O 'a 24 CL V) ba G p -p > by txi to ° as a? ° _` s. ° ° k 3 > U N U7 o 3 to U.?L "3.5 > f 5 3 >, 3 ?+ az U crj y .0 is tn y > `? bn N O a' V C7 co °w.-r°n0 O."cLELcro, s at a? id ° V S 0 o 313 co Un OM -0,2 Cd >, g ca U to L eo a 0 o•0 ? 3 o G .. u o > L » «. - , ?: 0 0 o > 0 ° eAa + H b ii b 4> a Q. R ° > = U w G o _ ? ? U O ? ? V? N "Cf ? ? 'C7 G Q N LdTr « 3 N U !? 2 41 rpi. ? U ? sue. =0 + CI. Col. Q cc ?n G 0 4.. ? ITI C) -0 0 o cod 00.0 +3 4Z (D - C O o t ?" cd _ cst 3 A w °,a U,, ?c dbn•- = 3 ;.mow 0- 0 -0 SIR y? F > C Z: ?p cos ca 4Z C Q p" U O .0 p 4- s: G G G CO) 2 0 44 4., 0 o a m N N N U-1 a.r ar, o > 0Eo. E o o -a H o U o f a W ?° a a Rt R C/1 U ti N it N tir • • • d s 0 a°. o o d? D ? W v O 0. w a 0 CU 0 r. rh > +' w S rz a as cs v .°_? C o p Z 0 0 s> " Q U .0 N ? f]. U O 0. v v v ca ao ? U o > on ++ C y e? O C ti 0 U O v ' v U C .? O G- a .. ni Q ^vv a .0 ,. 0 ? 416., w ai on o o o r o b t c •'o ' > co at ai °' as ai c o o i v o, avi o c 4.3 o a?i aoi v 00 ? c ? cn v d1 a4t @ v ? 0 2 o .4) - ' C4 o n a S ` o > V v w•+ v +-* = •0 W) 4 auk o 0 0 00>? v 0, ¢ Cr 6? a ,.. td O I N 'C3 ? m 4-4 0 at 7;j v O - o • "C3 s.. `'? O U ? U v ttY , v 0 > v > `? U U ' o - 0 . a 2 L CIS >,. ._ ? ? 3 x ? . ?C Aa .N i "o v o ?+ o at- o.° F). low En CL N ^?? g M v k o0 U U ... 04 v s?t = v 03 g. o.o o' o ? y O .O ? ai SO O p 0 0 >> > Y 4;3 U .>. Cd U a O '3 U O b4 O \G1 O Cie O Q a.? 0 :t4 v v ..o •? o ? ts, ?" X '? ? 4... l?j ? 'C?3 ? .? tOiy U 0 0? '? O?? td U N cm A? C' 'U O C fJ. a O C. k Wa v .y.. w . 0 o k U X a3 0 .?.? cat v ..fl v a Irl- i? er u 0 • 0 C) 0 .S i 2 ?-,. = Q yj N om" i•""d .Sr-. •w•1 id O 43 ' > >a ?, m F.. o. p Qom" O p r+ m bA O CO - CL 1:6 4) 0 C CA p > Qp - C N O O ++ -v sciy a? .r c?0 o 3.0ooo en•? o `? au i ap+ Z t" y s, +Q o V a? t*a O cam. C ett a p N y" !]. > •v td ??. z+ N 03 c.) a p O O O a3 O cn O N tt3 V i.+ ... a? . U a Oct o• c a°i O .C se ?. O o 44 ? ?a ?i c?0 ?0yQ- 'ors >1 E G a? v 'D 0'06.0 y `v ? .ti ° -a ai o 'o o o u a 0u?v4°.coz> °?a, eta 0 "oo co 4-2 a4 O rn 6 4•+ v, -C bA 4 + a? 0 y ? > N C EA 0-0 's CO' ' ? 0 ° y 3? o bn> 0 .0 .??.? ° a O O cs at cu ?s o bfj 0 v ?p 3 +?+ o ^: etS 0 0 Z ic{ O_ x C* 0 030 .ate i ti N it N Attachment number 1 Page 29 of 61 C] May 16, 2008 Dear Land Owner, The Commercial Division of Chase Real Estate, located at 602 Mandalay Avenue on North Clearwater Beach, has been selected by the City of Clearwater to assemble property sites to be purchased by them to be used to build a 300 space public parking garage on Clearwater Beach. This exciting new endeavor will benefit both business and residential populations respectively and will help to alleviate the ongoing challenge of traffic congestion on the beach. As a Clearwater Beach land owner you are being offered a unique opportunity to help your community by selling your property location to the City of Clearwater at a realistic price. Since the primary target location for purchase is in your area, it is imperative that I hear from you ASAP regarding your level of interest so that I may present your property to the City Council for consideration. Please be advised that this opportunity will expire no later than Friday, 0 June 20, 2008. I look forward to hearing back from you at your earliest convenience so that together we may discuss the specifics of your properly in greater detail. Sincerely yours, ®? L Wm. Mark Searc , Realtor Chase Real Estate Commercial Division Office: 727-447-3223 Cell: 727-409-5813 --------- - -------- - -- - ----- - -- - ------ - ----- - ----- - --- - ---- - -------- - -------- - ------- Please indicate by checking below if you have an interest in selling your property to the City of Clearwater. Thanks! YES NO Address of Property: Signature: Date: • 6601 MANDALAY AVENUE ' CLEARWATER BEACH, FL 33767 OFFICE 727 447-8800 • 727 447-8814 FAx WWW.CHASEFLORIDA.COM ST. PETERSBURG - FL AND CHICAGO. IL Item # 27 Attachment number 1 Page 30 of 61 XIS@'._ Y , x:1 { .I F`.,-.01 e City might want your land By Mike_Donila, Times Staff Witer Published Thursday, May 15, 2008 9:21 PM if you own commercial property along Clearwater Beach, expect Mark Searcy at your door. The Chase Real Estate agent and the firm were tapped by Clearwater officials Thursday to help assemble enough property to build the long-discussed parking garage the beach desperately needs. *:: "I just bought a brand new pair of tennis shoes and I'm going to visi# paery aWner and ask them: 'How are you doing, would you like to sell your land to the city, and how much7 " said 15 rcy, 47. The City Council unanimously agreed to let Chase Real Estate, a beach firm, act as its broker in finding at least an acre of south beach property to build a 300-space garage. The firm was selected from six contenders that sought the contract the council issued in Mara.. City Attorney Pam Akin said staffers recommended Chase because they "were most interested in people with beach experience ... but all the applicants were very qualifed." Council member Paul Gibson, a beach real estate agent, said the company was well-qualified and he had faith it could get the job done. In the meantime, the city, which has held some off-and-on talks with other landowners, will end discussions and let Chase do all the work. The firm has one month to assemble the land, negotiate a price with the owners and bring an offer to the city. If successful, Chase will get a 3 percent commission from the sellers. If the deal falls through, then the city will pay Chase $5,000 for its "time and for a market study that details the conditions contributing to the inability to acquire an appropriate site," according to the response the company submitted to the city. if the firm fails, the city will consider using its own property to build a garage, a move that would most likely lead to a garage being built on the existing south beach parking lot near where the old Adam's Mark hotel once stood. But Searcy says he's planning to succeed. 'We're going to get 1 acre - no matter whether its from one owner or five owners" the real estate agent said. "But the owners have to be realistic about the price and the city has to realize that because they passed the density (ordinance that lets hotel developers build more units), the window of opportunity is small." In Its proposal, Chase of>:lclals say they have already found one spot three parcels that total 1.1 acres on Coronado Drive across the street from where the Hyatt Aqualea condo-hotel is rising. Searcy said he thought the property might sell for • http://www.tampabay.com/news/localgovemment/article5O8778.ece 5/16/2008 Item # 27 Attachment number 1 Page 31 of 61 $8-million to $10-million, but negotiations are still open. • The Chase proposal also pointed out that Searcy played a hand in assembling land for the $125-million Marbella condo project, located on parts of Coronado Drive and S Gulfview Boulevard, which has since been put on hold. The city at this point has $6-million set aside that it could use to buy property. And it has $12.5-million in planned revenues earmarked for a beach parking garage in last year's voter-approved Penny for Pinellas sales tax, which can be used to build capital projects or fund major infrastructure improvements. The garage could cost as much as $9-million. Chase officials will meet with city leaders Tuesday to determine just how much Clearwater is willing to spend. City leaders have spent 10 years talking about a parking garage. Discussions with developers failed, mostly because prices were too steep. City leaders say the rapidly dropping real estate market coupled with rising insurance costs could make property owners willing to sell. If so, theAe ready to deal. The city does not want to build on the waterfront, but rather a few blocks away. That's why building a garage on the city- owned property by the Adam's Mark, which is on the water, is considered a last resort. In May 2003, city leaders discussed building a 335-space garage on top of the 1.4-acre lot. But residents were horrified, saying it would close the window to one of the only places in south Clearwater Beach where motorists can catch a glimpse of the Gulf of Mexico from their qrs. 0 >>Fast facts What's next The city has asked Chase Real Estate to assemble about an acre of land so it can build a beach parking garage. The firm already has three pieces put together: the Golden Villa Motel, 228 Hamden Drive; the Riviera Motel, 221 Coronado Drive; and the Echo Sails Motel, 216 Hamden Drive. ® 2008 - All Rights Reserved - St. Petersburg Times 490 First Avenue South - St. Petersburg, FL 33701 -727-893-8111 Contact Us I Join Us I Advertise with CJs I Subscribe to the. Times Privacy Policy I Standard of Accuracy I Terms,. Conditions & Copyright • hq://www.tampabay.com/news/localgovemment/article508778.ece 5/16/2008 Item # 27 Attachment number 1 Page 32 of 61 Z,!Windows Liw-Hotmai. mark1realtor@hotmai1.com From : Clearwater Beach Chamber of Commerce <office@ beachchamber.com > Reply-To : office@beachchamber.com Sent : Wednesday, May 28, 2008 1:13 PM To : wmsearcy@chasefiorida.com Subject : You'll want to read this! Printed: Monday, June 9, 2008 9:03 PM CLEARWATER CHAMBER F OMMERCE BEACH C ?`- r -? WWW.BEACHCHAMBER.COM Weekly Update 0 Bringing a World of Business to Your Door May 28, 2008 a Good morning Mark Have you gotten your table of friends and colleagues together for the June 12th Awards Visit Our Weekly Banquet? Please R5VP to the offlCe ASAP! Your payment Is your reservation and yes, you can pay online! "Our Chamber Rocks" r Update Sponsor You'll want to be at this event to hear our "BREAKING NEWS"I _ ?j IMINW/ ).?IN A0..! _Jirol?J CALEDESI is #1 Beach in America! ristine St. Pete/ Clearwater 'Getaway' Tops 2008 List Hawaii, ' ' p 727-210-1464 Florida favoritel alifornia outranked by Secret W Ik Coastal expert Dr. Stephen Leatherman, a.k.a. "Dr. Beach," has named . Island State Park America's Top Beach for 2008. atadesi C Sales & Rentals Labeling it his "favorite getaway beach," Leatherman lauded the pristine barrier island's "powder white" sand and "warm, crystal-clear" water in bestowing it the number one spot, nudging it into first place from the #2 ranking it received in both 2006 and 2007. See LINK to Dr. Beach elsewhere on this page. Debra Gregory, GRI Can A Beach Parking Garage Happen? . Broker/Owner The City of Clearwater has selected CBCC member Chase Real Estate, as their broker of International Property Specialist choice to assemble land for a public parking garage on Clearwater Beach. This offers commercial landowners the opportunity to sell their property to the City of 727"365.6752 Clearwater for this much needed parking project. The parking garage is necessary to help alleviate the lack of parking and the traffic congestion. http://by 125fd.bay 125.hotmail.msn.com/cgi-bin/getmsg?curmbox=00000000%2d0000... 6/9/2008 Item # 27 MWN t1ounuil - If you are a commercial landowner or a Real Estate agent with a current commercial listing on the island, please contact Mark Searcy at 727.409.5813 (email at wmsearcy@chaseflorida.com) or Walt Chase 727-447-3223,(email to wchase@msn.com) This window of opportunity, to make the parking garage a reality, will close within the next 30 days. Tam a Ba Hosts The Bowl in '09 SUPiR OOW? Take advantage of the opportunity to advertise for this event. The * Super Bowl is expected to expand the regional economy by an estimated $350 million through tourism that will create jobs; effectively market our destination; encourage community involvement; contribute to local business development and add to TAMPA eAV 02.01.09 the overall quality of life of our residents Take advantage of advertising for an unbelievable $200! The sooner you sign on, the more bang you'll get for your advertising buck! The ads will run thru Super Sunday. A Banner on our website homepage will take visitors to your ad that will appear on our Upcoming Events Page. Call for more info and get in on this great deal to promote your SUPER BOWL SPECIALS! Hurricane Alert! 19) Sign up for the award-winning E-Lert electronic newsletter. The E-Lert: Hurricane and Safety News provides the most current Pinellas-specific information about hurricanes, severe weather and other disasters. The monthly electronic newsletter also gives instant updates from the county's Emergency Operations Center in the event a hurricane threatens the Tampa Bay area. Click here to team more and subscribe. A New Restaurant or Twol From our friends at Britts on Clearwater Beach comes a new restaurant! Fishtail Willy's Ocean Grill is located at 2543 Countryside Blvd, Clearwater, in the back of the Countryside Centre. Doors open every day for lunch at 11:00am with the kitchen closing at 10:00pm. The Mermaid Lounge remains open late night every day with select menu items available. Fish Tail Witty's Ocean Grill is not a chain restaurant, but a Clearwater Original. Stop by and wish Lior'Mazel Tov' and tell him you heard about it here! Also watch for a long time beach favorite to expand its presence to Beach Walkl Pink Power Walk! Get some PINK POWER Et help fight Cancer and Violence! We hope you are planning to support our "Pink Lady", Betty Furniss in her PINK POWER fundraiser Saturday, May 311 All proceeds from this event will benefit the Mary Kay Ash Charitable Foundation dedicated to finding a cure for cancers affecting women and putting an end to domestic violence. A really great day - short walk, silent auction, raffles, 50/50 drawing, a nice goody bag filled with great stuff and the pink bike winner will be announced! Don't miss the fun and do bring a friend along! Even if you can't attend the event, you can make a donation (check to the MKACF) or you could buy a chance or two to win the PINK BIKE! Stop into Tommy Duffs on Island Estates to see the bike. And if you or a friend are a cancer survivor or are undergoing treatment, you are invited to autograph it! Ask for the special paint pen. Contact Betty to register,for more information call 447.4646 or email her at betWurniss@marykay.com Save the Dates! M_" 31st - 2nd Annual Mary Kay Pink Power Walk JUNE 3rd - MM BOD Meeting at Frenchy's Rockaway Grill 12th - Annual Awards Banquet at Shephards Wave Tiki Bar and Nightclub. • I 2 TICKETS to Each of FIRST 4 CALLERS Attachment number 1 Page 33 of 61 Mark Thirey Realtor/Associate 727-517-5300 Anna Aliaga, GRI Broker/Associate 727-455-6600 Your life is waiting, make the move! Chamber Website Click on the Link of the Weeki Dr. Beach! Thotxaht for the Week Mark Twain said: If you don't read the newspaper, you are uninformed. If you do read the newspaper, you are misinformed. Florida Orchestra Free Tickets! Beethoven & Brahms Thu.May.29, 8:00 REH Sat.May.31, 8:00 MAH Call Us! Contact Us: 727.447.7600 Q "?,. Pay Online Read our June monthly newsletter, Beach Update, online! Click Here http://by l25fd.bay l25.hotmail.msn.com/cgi-bin/getmsg?curmbox=00000000°/o2d0000... 6/9/2008 Item # 27 Attachment number 1 Page 34 of 61 Windows Live Hotma:: markIrealtor@hotmail.com From ; Clearwater Beach Chamber of Commerce <office@beachchamber.com> Reply-To : office@beachchamber.com Sent : Wednesday, June 4, 2008 1:05 PM To : wmsearcy@chaseflorida.com Subject : Are You Going To Read This? Printed: Monday, June 9, 2008 8:56 PM I'm I J CLEARWATER COMMERCE BEACH CHAF WWW.BEA(H(HAMBER.COM 9 Weekly Update Bringing a World of Business to Your Door June 4, 2008 Catedesi Island the ##1 beach in America! Good morning Mark Visit Our Weekly This is the final week to make reservations for the June 12th Awards Banquet? Please . Update Sponsor RSVP to the office ASAP! Your payment is your reservation and yes, you can pay online! Don't miss out on this great evening at Shephard's Beach Resort. Pre-Dinner cocktails ( ft hors doeuvre party begin at 6:00 p.m. Musical entertainment will be provided by Musical Images. "Our Chamber Rocks" You'll want to be at this event to hear our "BREAKING NEWS-I Hint: it's the only one In 727-210-1464 the world! Can A Beach Parking Garage Happen? . Sales & Rentals EQUALLY IMPORTANT IS "WHERE"? The first place we need parking is in the Beach Walk area on south Clearwater Beachl The 2nd consideration should be that it is constructed to allow for future spaces to be added. The 3rd consideration is to design it to be both esthetically pleasing and so that ingress Debra Gregory, GRI Broker/Owner and egress will alleviate, not add to traffic congestion. No small task, but there's only one chance to get it right. Commercial landowners have the opportunity to sell their property to the City of International Property Specialist Clearwater for this much needed parking project. If you are a commercial landowner or a Real Estate agent with a current commercial listing on the island, please contact Mark 727.365.6752 Searcy at 727.409-5813 (email at wmsearcy@chaseflorida.com) or Watt Chase 727.447.3223, http://by l25fd.bay l 25.hotmail.msn.com/cgi-bin/getmsg?curmbox=00000000°/o2d0000... 6/9/2008 Item # 27 • 1V1011 11vullcul - Windows Live, Hotmai mark 1 realtor@hotmail -com From : Clearwater Beach Chamber of Commerce <office@beachchamber.com> Reply-To : office@beachchamber.com Sent : Wednesday, May 21, 2008 1:05 PM To : wmsearcy@chaseflotida.com Subject : Your May 21st Weekly Update Attachment number 1 Page 35 of 61 Printed: Monday, June 9, 2008 8:57 PM L? CLEARWATER CHAMBER OF oMcE SEA W c W WW MACHCHAMBER,COM NA, NA) It( y Good morning Mark Have you gotten your table of friends and colleagues together for the June 12th Awards Visit Our Weekly Banquet? Please RSVP to the ohiCe ASAP! Your payment is your reservation and yes, you ' Update Sponsor can pay online! 'Our Chamber Rocks ?... Can A Beach Parking Garage Happen? i ::...6..sr...?.,.?r, The City of Clearwater has selected CBCC member Chase Real Estate, as their broker of choice to assemble land for a public parking garage on Clearwater Beach. 727-210-9464 This offers commercial landowners the opportunity to sell their property to the City of Clearwater for this much needed parking project. The parking garage is necessary to help gales & Rentals alleviate the lack of parking and the traffic congestion. If you are a commercial landowner or a Real Estate agent with a current commercial listing on the island, please contact Mark Searcy at 727.409.5813 (email at wmsearcy@chaseflorida.com) or Walt Chase 727.447.3223,(email to Debra Gregory, GRI regory, wchase@msn.com) This window of opportunity, to make the parking garage a reality, will close within the next Broker/Owner 30 days. International Property Specialist am pa Bay Hosts The Bowl in '09 727-365.6752 _,uPdR 8pwl Take advantage of the opportunity to advertise for this event. The * Super Bowl is expelled to expand the regional economy by an http://by l25fd.bay l 25.hotmail.msn.comlcgi-binlgetmsg?curmbox--00000000%2d0000... 6/9/2008 Item # 27 Attachment number 1 Page 36 of 61 COMPARABLE PROPERTIES DATE OF SALE ADDRESS $ SQ FT 1) 01-12-2006 411 S Gulfview Drive $2,000,000 7,697 (Average $260 per sq ft) 2) 12-22-2006 333 Hamden Drive $3,000,000 16,953 (Average $177 per sq ft) 3) 09-26-2005 326 Coronado Drive $10,320,000 53,897 (Average $197 per sq ft) 4) 09-20-2005 415 Coronado Drive $2,370,000 14,205 (Average $167 per sq ft) 5) 08-09-2005 345 Hamden Drive $3,450,000 9,240 (Average $373 per sq ft) 6) 08-04-2005 350 Hamden Drive $3,400,000 24,754 (Average $127 per sq ft) 7) 08-01-2005 326 Hamden Drive $3,900,000 21,531 (Average $181 per sq ft) 8) 07-29-2005 229 Coronado Drive $4,150,000 19,800 (Average $210 per sq ft) 9) 06-29-2005 101 Coronado Drive $4,083,000 10,284 (Average $397 per sq ft) 10) 05-26-2005 346 Hamden Drive $1,800,000 13,320 (Average $135 per sq ft 11) 03-07-2005 41 Devon Drive $2,400,000 16,500 (Average $145 per sq ft) 12) 01-18-2005 316 Hamden Drive $2,200,000 11,987 (Average $183 per sq ft) 13) 01-18-2005 315 Coronado Drive $2,200,000 6638 (Average $331 per sq ft) 0 Item # 27 +1)I I Attachment number 1 `_\ ?rljtrY Page 37 of 61 1 '?y''? t 1 ,u ? ( ? I I O i 3 ?bovr LOT 4 - i I 2 ? E f+ I.i Ij ?o y 6 '--1 1 n - ( ZI' '?{-A 1 h y U5 r7 _ ' 5 s?N9 - is tae ss Lwz.y?wai i.r? 551 l 10 's' l 1oa o3 ?? I 1 e 12 7 - 1"0 4 I I l I I J l ?_^`-' "Ol I 12 1/2 -- L 13 7 n 14 1 ? t 15 d 106 i ir•, ,? '? I +? 1s ' 17 - '- - _ A ?. 52380 ti 18 ? 04 -its ?11F 85 06446' '? 20 u -? 8591 " ?- c, rta c7 3. 4 u 4A 36398` - _ ws o 11490 1 r` 21 - C) m I ??`n} 15 y ' , I 22 - - TI G ?2 ?4 16j? 117 23 P (9\ il) ?lvq I ' + ? l ? 5 °JO ?•Y 24 '? - - - -? t 74 c 25 t? C 4 1 f t r.? 120 1 / a I 4 26 14 7A 1'.... II_ 26112 }i 1 F g ! . N ;:.-t0A 27 - a? 2 06445 04932 65980° 17640 t w 1,1 s7 23 _- ; ?288438 r•. Y-1 L _ - 111 ?' ----- n 29 III j u ^_ '? 4 I. sl 3 n to 30 r, +dll t+, • err .67 ? 32 33 r? 1 5 5 I - i.LnI 7?'?..',i .. 17640 - yl 34 04950 Attachment number 1 Page 39 of 61 • ASSEMBLAGE #1 1) City lot (corner of Devon Drive and Hamden Drive) irregular lot size 16,430 sq ft (.3664 acres) 2) "Echo Sails" 216 Hamden Drive 135 x 115 = 15,525 sq ft (.3564 acres) 3) "Golden Villa" 225 Coronado Drive irregular lot size 16,500 sq ft (.38 acres) 4) "Riviera" 221 Coronado Drive 185 x 105 = 19425 sq ft (.4516 acres) TOTAL OF "SQUARE" WITH CITY PIECE = 67,880 sq ft (1.56 acres) COST = $9.7 million 0 9 Item # 27 ? ?tla ?u? nl nuuiln:r I 7 e ea 1 of 61 44 93 59 ,I "I j i 00 191 X 192 1 i? 3/03 - L. SE JS 7 29 15 PARC L •,?, sue. 5g J R ? k VVW// 3co I' I, 1 s if 60 48 9 I50 51 g4 97, Ile ?-? 08 r / rSV y I, 99 53 f f ? y C X54 x`55 ok r h_.J ? k SEE'Pt ENS?ONS 2 56 03 '--r g2 57 ?; n? f,• 1010- 2,?9 51 5 6p 50 f 1 70 LO CD C\j 0( NOW 58 : I, ukl, f . 6 , 59 1 06 w 2 1 r , , , Item #27 3, 1A. 17 108 Attachment number 1 Page 41 of 61 1* ASSEMBLAGE #2 1) "Golden Villa" 225 Coronado Drive irregular lot size 16,500 sq ft (.38 acres) 2) "Sunrise" 229 Coronado Drive 90 x 220 = 19,800 sq ft (.46 acres) TOTAL OF "SQUARE" = 36,300 sq ft (.84 acres) COST = $7 million C 0 Item # 27 x...71 vv 59 IARC 2 59 .t FIRST ?o lw?. ST Q y , , PF 57 236 ?.. 0 u. Iota 1 {?09 F 05 ?? n 309 T, 3 .4 V 0 ASSEMBLAGE #3 C 0 1) 301 Coronado Drive irregular lot size .3131 acres) 2) 309 Coronado Drive irregular lot size( .5896 acres) TOTAL OF "SQUARE" = 39,600 sq ft, (.901 acres) COST= $9.5 million Attachment number 1 Page 43 of 61 Item # 27 Y ? y i ?y?LL w, - J ?o ;r 230•,.x,,, ko 2 z x C A ?I l- 3 R 30 0 , -1 A, _ 4L- C 0 305, - 2 r x 309 61 62 j ls? O A 63 k t' 4w r?.?3 b? ' ' ?+L Y , i i b M1 4 , 7 60 4 ,30r d t r 70 5 33 w ?? 56 MI, Jr' ? +? k4 V My i 7 ,: 18 C?l Attachment number 1 Page 45 of 61 ASSEMBLAGE #4 1) 316 Hamden Drive (portion) irregular lot size approx (.2752 acres) 2) 326 Hamden Drive (portion) irregular lot size approx (.4943 acres) 3) 321 Coronado Drive 60 X 110 = 6,600 sq ft (.1515 acres) 4) 315 Coronado Drive irregular lot size (.1524 acres) 5) 317 Coronado Drive 60 x 110 = 6,600 sq ft (.1515 acres) TOTAL OF "SQUARE" = 39,600 sq ft (.901 acres) COST = $8.56 million • Item # 27 x i , 4 Y M ??. ? •'!?U sir., ?.:??? 70 301 30 N' 1 Ij 0? ?0 X60 t 0 r .?,±J Y 05 07 N I£ X09 _ '? d4+ 308 61? h. C. q3 r 4 2,7 1 7 r J Eye , ? +, ?' # ? R J 1? R . : ux ,= M ??? 11 18 7 1 r 3 ?' x! " `f 9-_ } [ - Attachment number 1 Page 47 of 61 0 ASSEMBLAGE #5 1) "New Yorker" 332 Hamden Drive 87 X 110 = 9,570 sq ft (.2191 acres) 2) "Tropical Sky Ranch" 333 Coronado Drive 63 X 110 = 6,930 sq ft (.1592 acres) 3) 331 Coronado Drive 61 X 110 = 6,710 sq ft (.1540 acres) 4) 327 Coronado Drive 60 X 110 = 6,600 sq ft (.1515 acres) 5) 330 Hamden Drive 97 X 110 = 10,670 sq ft (. 2449 acres) TOTAL OF "SQUARE" = 40,480 sq ft (.9293 acres) COST = $9.16 million • • Item # 27 '50 i 57 .m 10,9 9 175 50 LL 2 r ?? •u „ 70 O I N 58 ; -- --•? _.;ar; 1 ?_.., ; F'a` , j IT, 60 59 l r 106 UJ i 1.- . 1110 -• ?? 05, 2 F ..?,. p., J#O o _I u `, ihu 108 61 109 a.a 4 ?? - p /62 ' I . ?. 5 -- w -? +6 ?-- ?. _ ?co 3A 65 113 60 4:? 55910 114 8 70 115 5, ?.?•y" 10 7 6 X56 ?. X16 .x,17 1 ? "?? X11 7 I I,, ? . , ?_ _p N '18 12 SEE Soa-?,9 t ?a 932 Attachment number 1 Page 49 of 61 0 ASSEMBLAGE # 6 1) "Gem Tower Motel" 341 Coronado Drive 70 X 220 = 15,400 sq ft (.3535 acres) 2) "Tropicana Motel" 347, 353 Coronado Drive/350 Hamden Drive Irregular lot size = 20,524 sq ft (.4712 acres) 3) "Tri-Plex" 345 Coronado Drive 60 X 110 = 6,600 sq ft (.1515 acres) 4) "Albatross Motel" 346 Hamden Drive irregular lot size = 13,321 sq ft (.3058 acres) TOTAL OF "SQUARE BLOCK".= 55,845 sq ft (1.282 acres) TOTAL COST = $8.5 million 0 0 Item # 27 *1 ??f i I L;1 121 .. I q. r 73 3 k 't TV, t: 77 t i v Xt 70 14 III PP' Attachment number 1 Page 51 of 61 0 ASSEMBLAGE # 7 1) "Tropicana Motel" 347, 353 Coronado Drive/350 Hamden Drive Irregular lot size = 20,524 sq ft (.4712 acres) 2) "Tri-Plex" 345 Coronado Drive 60 X 110 = 6,600 sq ft (.1515 acres) 3) "Albatross Motel" 346 Hamden Drive irregular lot size = 13,321 sq ft (.3058 acres) TOTAL OF "SQUARE" = 40,445 sq ft (.9285 acres) TOTAL COST = $4.5 million 0 0 Item # 27 ,,0 -G` 'A I R7 x 4 -'` ?y r S ? ui 1" ' wil mill ? ". ? g5{}(yJ n? I 6o i.. ? Y[f 1 Y 5 ? 70 3,3 F' ?a 1 f. i A ti ? r ?r SW ,L T8 Attachment numhrr ,.8 O zrt ? .'( Page) of 61 12 15 W1>,tt,7? 1 ,r ,r r 1 } >- -?` 2 , .. -+. ? tantvae?aruar curer .Nttr iVrr?rs, ?tv t . - ?. -- - - 3 3 1r ( /19 3g 4 ?y "Ali 10 r r - - 1 37 13 M /I T 1) A pt i :x 114 ? 7 , pp lei 8t 8 rt 8 , , r ?.: 8 ??-------- N 9 _ 34u, -- 33 ,;yro 10 ? ?. ;,- 10 32 1, 11 1 31 12 3 V 13 20 14 r , 60 1/(t I as1N NRN.? 4t1-L ??tt i3 vQk?J y s , y t r?rr?? X7114, ryu ltl. - ( , 1 {?, f 30 "? dtlox? 2-7' , r:r hd 5 7 t ?. Attachment number 1 Page 54 of 61 0 ASSEMBLAGE # 8 1) "Barefoot Bay Resort 401 East Shore Drive Irregular lot size = 14,100 sq ft (. 3237 acres) 2) "Beverly Dollar Lot" 403 East Shore Drive 65 X 180 = 11,700 sq ft (.2685 acres) 3) "Rogers Lot #1" 405 East Shore Drive 65 X 152 = 9,880 sq ft (.2268 acres) 4) "Rogers Lot #2" 409 East Shore Drive 60 X 163 = 9,780 sq ft (.2245 acres) 5) "City Lot" 18 x 200 = 3,600 sq ft (.0826 acres) is TOTAL OF "SQUARE" = 49,060 sq ft (1.126 acres) TOTAL COST = $11.2 million Item # 27 Attachment number 1 Page 56 of 61 0 ASSEMBLAGE # 9 1) "Olympia Motel" 423 East Shore Drive 100 X 121 = 12,100 sq ft (.2777 acres) 2) "Anna Motel" 425 East Shore Drive 50 X 137 = 6,850 sq ft (.1573 acres) 3) "Anna Motel" 441 East Shore Drive 49 X 140 = 6,860 sq ft (.1575 acres) 4) "Papaya Street" Approximately 60 X 140 = 8,400 sq ft (.1928 acres) TOTAL OF "RECTANGLE" = 34,210 sq ft (.7850 acres) TOTAL COST = $5 million is U Item # 27 Attachment number 1 Page 58 of 61 0 ASSEMBLAGE # 10 1) "City Lot" Approximately 70 X 115 = 8,050 sq ft (.1848 acres) 2) "Cote) Inc" (City Lot) 150 X 115 = 17,250 sq ft (.3960 acres) 3) "Tsafatinos Lot" 406 East Shore Drive 50 X 115 = 5,750 sq ft (.1320 acres) 4) "Traveler Motel" 408 East Shore Drive 100 X 115 = 11,500 sq ft (.2640 acres) TOTAL OF "RECTANGLE" = 42,550 sq ft (.9768 acres) TOTAL COST = $6 million (plus 3,600 sq ft of retail space) 0 0 Item # 27 Attachment number 1 Page 60 of 61 0 ASSEMBLAGE # 11 1) "Gruver's Gas Station" 415 South Fort Harrison Street 90 X 184 = 16,560 sq ft (.3802 acres) 2) "Harrison's Grille" 401 South Fort Harrison Street 60 X 190 = 11,400 sq ft (.2617 acres) 3) "Markley Street" Approximately 60 X 190 = 11,400 sq ft (.2617 acres) 4) "City Lot" (North of Harrison's Grille) Approximately 60 x 190 = 11,400 sq ft (.2617 acres) TOTAL OF "LOT" = 50,760 sq ft (1.165 acres) TOTAL COST = $6 million is 0 Item # 27 224 M T 41 43 a., y 44 Page 61 of 6 -41 10 96 ?. , . 100 --?'- -- -- -?- ??-- ?? 11 ? 12 ? 131 14 100 d, 848 . nee ,u ??nrnK ,a X46 33 , 81 4. ?+ sta., 4 I2 ? v - 19 - 81l 201 r r - Itbi ,.'keM? ?F. Y 9 1 0 r 502 +r ??? ra '.y , n '.51? 1 00 27 15 15 6 - 70? 40 k -- 5 r • . Item, 7 ('<. 'roan i s` i Jul 08 08 02:19p Linda Christman Rod Irwin Assistant City Manager City Of Clearwater July 8th, 2008 RE: Final Presentation Parking Garage Assemblage Rod. 727-445-9589 Attach eri2number2 Page ?of 1 Enclosed is a copy of my final presentation to City Council and updated price sheets of assemblages. Please review them and let me know if you want to make any changes. I will continue to work to get the prices reduced up until next Monday's Work Session. Hope your vacation was relaxing and memorable! _r Mark Searcy CHASE REAL ESTATE Commercial Division 660 MANDALAY AVENUE ? CLEARWATER BEACH, FL 33767 OFFICE 727 447-8800 - 727 447.8814 FAX WWW.CHA5EFLORIDA.COM t COMPARABLE PROPERTIES 2005 Attachment number 2 Page 1 of 1 DATE OF SALE ADDRESS $ SQ FT 1) 09-26-2005 326 Coronado Drive $10,320,000 53,897 (Average $197 per sq ft) 2) 09-20-2005 415 Coronado Drive $2,370,000 14,205 (Average $167 per sq ft) 3) 08-09-2005 345 Hamden Drive $3,450,000 9,240 (Average $373 per sq ft) 4) 08-04-2005 350 Hamden Drive $3,400,000 24,754 (Average $127 per sq ft) 5) 08-01-2005 326 Hamden Drive $3,900,000 21,531 (Average $181 per sq ft) 6) 07-29-2005 229 Coronado Drive $4,150,000 19,800 (Average $210 per sq ft) 7) 06-29-2005 101 Coronado Drive $4,083,000 10,284 (Average $397 per sq ft) 8) 05-26-2005 346 Hamden Drive $1,800,000 13,320 (Average $135 per sq ft 9) 03-07-2005 41 Devon Drive $2,400,000 16,500 (Average $145 per sq ft) 10) 01-18-2005 316 Hamden Drive $2,200,000 11,987 (Average $183 per sq ft) 11) 01-18-2005 315 Coronado Drive $2,200,000 6,638 (Average $331 per sq ft) 2005 TOTAL: $40,273,000 divided by 204,156 sq ft = $197 per sq ft Approximately $8.6 million per acre Item # 27 Attachment number 2 Page 1 of 1 COMPARABLE PROPERTIES (CONTINUED) 2006 DATE OF SALE ADDRESS $ SQ FT 1) 01-12-2006 411 S Gulfview Blvd $2,000,000 7,697 (Average $260 per sq ft) 2) 12-22-2006 333 Hamden Drive $3,000,000 16,953 (Average $177 per sq ft) 2006 TOTAL: $5,000,000 divided by 24,650 sq ft = $203 per sq ft Approximately $8.8 million per acre 2007 1) 12-00-2007 430 S Gulfview Blvd $17,500,000 80,070,000 (Average $219 per sq ft) PLEASE NOTE: PROPERTY ORIGINALLY SOLD IN 2003 FOR $20,138,200 AND AGAIN IN 2005 FOR $31,500,000 2007 TOTAL: $17,500,000 divided by 80,070,000 sq ft = $219 per sq ft Approximately $9.5 million per acre (Page 2) Item # 27 Attachment number 2 Page 1 of 1 ASSEMBLAGE "SUPER BLOCK" 1) City lot (corner of Devon Drive and Hamden Drive) irregular lot size 16,430 sq ft (.3664 acres) 2) "Echo Sails" 216 Hamden Drive 135 x 115 = 15,525 sq ft (.3564 acres) 3) "Golden Villa" 225 Coronado Drive irregular lot size 16,500 sq ft (.38 acres) 4) "Riviera" 221 Coronado Drive 185 x 105 = 19,425 sq ft (.4516 acres) 5) "Sunrise" 229 Coronado Drive 90 x 220 = 19,800 sq ft (.46 acres) 6) 35 Devon Drive (Decade Properties) 100 x 110 = 11,000 sq ft (.2525 acres) 7) "Anchor Mart" 207 Coronado Drive 50.25 x 110 = 5,525 sq ft (.1263 sq ft) TOTAL OF "SUPER BLOCK" WITH CITY PIECE = 104,205 sq ft (2.392 acres) COST = $16 million with concession for parking for 35 Devon Drive site. REVISED COST = $13.4 MILLION WITH CONCESSION FOR PARKING FOR 35 DEVON DRIVE SITE. Item # 27 Attachment number 2 Page 1 of 1 ASSEMBLAGE #1-A 1) City lot (corner of Devon Drive and Hamden Drive) irregular lot size 16,430 sq ft (.3664 acres) 2) "Echo Sails" 216 Hamden Drive 135 x 115 = 15,525 sq ft (.3564 acres) 3) "Golden Villa" 225 Coronado Drive irregular lot size 16,500 sq ft (.38 acres) 4) "Riviera" 221 Coronado Drive 185 x 105 = 19,425 sq ft (.4516 acres) 5) 35 Devon Drive (Decade Properties) 100 x 110 = 11,000 sq ft (.2525 acres) TOTAL OF "SQUARE" = 78,880 sq ft (1.81 acres) COST = $8.9 million with concession for parking for 35 Devon Drive site Item # 27 a Attachment number 2 Page 1 of 1 ASSEMBLAGE #1-B 1) City lot (corner of Devon Drive and Hamden Drive) irregular lot size 16,430 sq ft (.3664 acres) 2) "Echo Sails" 216 Hamden Drive 135 x 115 = 15,525 sq ft (.3564 acres) 3) "Riviera" 221 Coronado Drive 185 x 105 = 19,425 sq ft (.4516 acres) 4) 35 Devon Drive (Decade Properties) 100 x 110 = 11,000 sq ft (.2525 acres) TOTAL OF "SQUARE" = 62,380 sq ft (1.43 acres) COST = $6.1 million with concession for parking for 35 Devon Drive site Item # 27 Attachment number 2 Page 1 of 1 44 ?O 193 ,147 ) #? y 3 3 2/0 3 ?dd? } 't .t i--' y 3 3 60 j ilq ( 150 151 4 5 p ? o 97 4 5 98 1,15 53 ,f 9 q J100 54ff>, -T-'A , - &-: -1 ?,TONS T-F (?r 2f 56 at J Z 3 50 1 +.?....o 53 57 Iz t? ' ,? 9 ? ? g"a yr• t,..' e 50 ' s i )j r 58 1 59 106 LU x a Item # 27 3IA ___? 108 Attachment number 2 Page 1 of 1 ASSEMBLAGE #2 1) "Golden Villa" 225 Coronado Drive irregular lot size 16,500 sq ft (.38 acres) 2) "Sunrise" 229 Coronado Drive 90 x 220 = 19,800 sq ft (.46 acres) TOTAL OF "SQUARE" = 36,300 sq ft (.84 acres) COST = $7 million REVISED COST = $6.3 million Item # 27 Attachment number 2 Page 1 of 1 ASSEMBLAGE #3 1) 301 Coronado Drive irregular lot size (.3131 acres) 2) 309 Coronado Drive irregular lot size( .5896 acres) TOTAL OF "SQUARE" = 391600 sq ft (.901 acres) COST= $9.5 million REVISED COST = $7.99 million Item # 27 Attachment number 2 Page 1 of 1 ASSEMBLAGE #4 1) 316 Hamden Drive (portion) irregular lot size approx (.2752 acres) 2) 326 Hamden Drive (portion) irregular lot size approx (.4943 acres) 3) 321 Coronado Drive 60 X 110 = 6,600 sq ft (.1515 acres) 4) 315 Coronado Drive irregular lot size (.1524 acres) 5) 317 Coronado Drive 60 x 110 = 6,600 sq ft (.1515 acres) TOTAL OF "SQUARE" = 39,600 sq ft (.901 acres) COST = $8.56 million REVISED COST = $7.38 million Item # 27 Attachment number 2 Page 1 of 1 ASSEMBLAGE #5 1) "New Yorker" 332 Hamden Drive 87 X 110 = 9,570 sq ft (.2191 acres) 2) "Tropical Sky Ranch" 333 Coronado Drive 63 X 110 = 6,930 sq ft (.1592 acres) 3) 331 Coronado Drive 61 X 110 = 6,710 sq ft (.1540 acres) 4) 327 Coronado Drive 60 X 110 = 6,600 sq ft (.1515 acres) 5) 330 Hamden Drive 97 X 110 = 10,670 sq ft (. 2449 acres) TOTAL OF "SQUARE" = 40,480 sq ft (.9293 acres) COST = $9.16 million REVISED COST = $8.88 million Item # 27 &// ?/o k Over the last three months, I have brought the City Council eighteen different assembled parcels to be considered for the much needed Clearwater Beach parking garage. Based on your final search criteria, have narrowed this list to three. On behalf of Chase Real Estate, I would like to thank you for the opportunity to bring you the aforementioned assemblages which have the following collective benefits: * All sites are an ideal distance from the Roundabout allowing for proper ingress/egress and preventing congestion at Pier 60. * The proximity of the sites to Beach Walk feeds people directly into beach businesses and the beach. * Each footprint is large enough to build 4-5 floors and allows for future expandability. Since the sites are all within a corridor which permits 100-150 foot buildings, the vista will not be blocked. * The sites range in price from $4.6 - $5.7 million which makes the overall cost approximately 60% of the market value based on comparable properties and a considerable value for the city. My revised list includes the following specific three assemblages: 1) ORIGINAL ASSEMBLAGE # 7 (AKA Lucca Assemblage") .92 acre site North of 5th Street between Coronado Drive and Hamden Drive. The entire 3.6 acres is currently in full foreclosure and this parcel will not become available for at least two to six months if at all. 2) ORIGINAL ASSEMBLAGE #5 REVISED .9 acre (38,374 Sq. ft.) site North of Brightwater Drive between Coronado Drive and Hamden Drive. This assemblage is $5 million and is available for immediate purchase. 3) ASSEMBLAGE # 18 1.01 acre (43,998 Sq. ft.) site is the ORIGINAL ASSEMBLAGE #5 REVISED" with additional footage to the North making it a 1 acre site. This extra footage will allow the garage to be built in four floors rather than five floors. It is conceivable that the cost of construction for a gargage with one less floor may offset the additional purchase price of the land. This assembage is $5.7 million and is available for immediate purchase. ORIGINAL ASSEMBLAGE #5 (REVISED) 1) 321 Coronado Drive 60 x 110 = 6,600 sq ft (.1515 acres) 2) Portion of 330 Hamden Drive 168 x 110 = 18,464 sq ft (.424 acres) 3) 331 Coronado Drive 61 X 110 = 6,710 sq ft (.1540 acres) 4) 327 Coronado Drive 60 X 110 = 6,600 sq ft (.1515 acres) TOTAL OF "SQUARE" = 38,374 sq ft (.9 acres) REVISED COST = $5 million ---------- -- 70 - - - -- r^ p "?o o 58 10 ?.?? so 'oh 35 59 I'll z 1 06 70 w ;. 6 0 -- ` -- 0 - ' 3 1 A 13.F i 61 108 .? ?- - _ 109 4l . G? t; i , 110 r A i A I 63 111 ",.A co 326 6 64 ", (0 3 113 a65 LO 60 _ 7 11 r. 4 4A 8 65910 4 . 70 1 Ov S 9 115 j 10 ,6 57 5 I 6 67 116 ? 68 117 Al", 'Ye 6 4; ?. 118 70 119 74 SEE S08= 9-1 % ?q 011 , 2 o cR. ARC Lam" -- 20 13 . 9 3 ? 4 . so ?_ 0 Clearwater Proposed Beach Garage Locations (Assemblage Outlines Provided by Chase Realty) N U W E Prepared by: Engineering Department } S ' ssemblage #5 Approximately 38374 sq ft or 0.88 acres Geographic Technology Division - S 100 S. Myrtle Ave, Clearwater, FL 35766 Ph: (727)6624750, Fax: (727)5264766 Map Gen By: JHH Reviewed By: TM Date: 8/14/2008 Grid #: 276A S-T-R: 8-29s-1 So Scale: 1"=100' www.MyClearwater.eom Map Document: (V:\GOEngineering\Location Maps\opt1_Prop Beach Garage.mxd) ASSEMBLAGE #18 WS REVISED 2) 1) 321 Coronado Drive 60 x 110 = 6,600 sq ft (.1515 acres) 2) 330 Hamden Drive 154 x 110 = 16,940 sq ft (.389 acres) 3) 331 Coronado Drive 61 X 110 = 6,710 sq ft (.1540 acres) 4) 327 Coronado Drive 60 X 110 = 6,600 sq ft (.1515 acres) 5) Portion of 317 Coronado Drive 25 X 110 = 2,750 sq ft (.063 acres) 6) Portion of 326 Coronado Drive 40 X 110 = 4,400 sq ft (.10 acres) TOTAL OF "SQUARE" = 43,998 sq ft (1.01 acres) REVISED COST = $5.7 million 0 Proposed Beach Garage Locations N Clearwater (Assemblage Outlines Provided by Chase Realty) 0 11 w E Prepared by: Department Engineering Assemblage #5 Ri Approximately 43998 sq ft or 1.01 acres Geographic a¢hnology Division Technology - -- S 100 3. Myrtle Ave, Clearwater, FL 33766 -- - -- --- --- - - - Ph: (727)6624760, Fax: (727)6264766 www.MyCleanvatec¢om Map Gen By: JHH Reviewed By: TM Date: 8114/2008 Grid #: 276A S-T-R: $-29s-15e Scale: 1"=100' Map Document: (V:\GOEngineering\l.ooffiion Maps\opt1_Prop Beach Garage.mxd) Meeting Date:8/18/2008 Y 1 ,",_1 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Adopt Ordinance No. 7964-08 on second reading, changing the parameters and procedures for settling minor claims. SUMMARY: Review Approval: 1) Clerk Cover Memo Item # 28 Attachment number 1 Page 1 of 2 ORDINANCE NO. 7964-08 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, RELATING TO THE PROCEDURES TO SETTLE CLAIMS THROUGH THE CITY'S SELF- INSURANCE PROGRAM; CHANGES THE PARAMETERS AND PROCEDURES FOR SETTLING MINOR CLAIMS; PROVIDES THAT STAFF CONTINUE SETTLEMENT AUTHORITY TO $25,000 AND COUNCIL MUST CONTINUE TO APPROVE SETTLEMENTS FOR WHICH THE CITY MUST PAY MORE THAN $25,000. WHEREAS, the settlement procedures as set forth in this ordinance are made clearer and less cumbersome and increasing authority of smaller claims to allow for inflation, while maintaining the same level of Council approval for more significant claims. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. Section 2.527, Settlement of Claims, be amended to read: Sec. 2.527. Settlement of claims. (1) Claim s b ?m an-nagger is the pit The Git ai settle aRd Telease y n y. y , - gn be half of the pity, aRy nlaim er laWS iit in fa\/gr gf the pity wherein the amgi i i n+ alleged to be di 1e try the nit y dg es ng+ eVneed $10, nnn nn nr d ed, hnwev?the omni in+ allege d +n he d, io +n the pity eXG $2,00 si inh 0.00, the nit y RgaRager shall first G ether pit emplG m ees as the pit ARS' "t With the pity attemey and doom appropriate anager ma hefgr y y y e making aR settlement Af si inh y nlaim y (2) Gl aims ag -- a inst the pit it TThe e p m anag er is of itherizedettl e n n b - eha lf a ??rrrr? t?? of the pit aR y y. a v nlaim against the pit Tr arrag c vr ccrr ra wherein the amgi int to he paid in a crTTr y y settlement dg y es net evneed $10 000 's fe inn''ding nests and a++r-rne 00 es; i , y . , pr ded, w ?m an a the Git ev? he amgi int to g eF shall first pens' -it w he paid in set+lern e.ptexr--eeds $2 nn ith the nit end si en atterne rA-the F G n nn it g rt a y emple ees as g the pit manager ma y y v e deem apprepriate hefnre making arn y i y settlement gf y y si inh nlaim The City Manager or his/her designee is authorized to settle and release, on behalf of the City, any claim or lawsuit both for and against the City, up to and including $25,000; provided, however, that any settlement that exceeds $7,500 shall be reviewed by the City Attorney and/or designee - 1 - Ordinance 7961t" # 28 Attachment number 1 Page 2 of 2 and any claim that exceeds $15,000 shall require unanimous written concurrence of the City Manager, City Attorney and Risk Manager or their designees. {3}_aDelegation of settlement authority. The city manager may delegate the authorization to settle claims pursuant to subsection (1) of this section to other city employees as the city manager may deem appropriate. The -^ atleYVMy may delegate +e on assistant pity o++erney the f1 inn+ien of nensi 1l+ing ?nii+h the pity regardiRg he settlement of nlaims pi irsi font to this (4) Maxima im s et+lemen+ ai i+herit T it manager ?eiith he e n the i inanimei is y c ? ccrcrrr y a Trarrcrg , ' ?e ir ?TCCi+teCr'n nAr_, wrrenne of the nit y atter r-vAvrrvur vv S risk man ne y, c the nit y - -n-rcn ag rager anr! the ?c seniine agent is awtherized to settle payment of anY nlaim against the pit nn hehalf of the pity y wherein the amei ant and awtheriZe +e he pair! in se++lement rlnes not e..need $25 nn n nn innL irling nnsts a 'G fees Rd a++erne y (5) City nrmmissien Council approval of settlements. Any proposed settlement of any claim resulting in non-reimbursed expenditure of City funds fer er against the ni+„ that exceeds $25,000, the a„thnri+yi granter! pi irsi ian+ +e +hi A_F4 er in +ien ? R45 shall first be approved by the city nemmissien council before the settlement can become final and binding upon the city. Section 2. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Approved as to form: Frank V. Hibbard Mayor Attest: Paul Richard Hull Cynthia E. Goudeau Assistant City Attorney City Clerk -2- Ordinance 7961t" # 28 Meeting Date:8/18/2008 Y 1 ,",_1 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Adopt Ordinance No. 7965-08 on second reading, amending Section 2.641 - 2.647, Code of Ordinances, relating to the Self Insurance Program, making procedural changes and name changes. SUMMARY: Review Approval: 1) Clerk Cover Memo Item # 29 Attachment number 1 Page 1 of 3 ORDINANCE NO. 7965-08 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING SECTION 2.641-2.647: SELF- INSURANCE PROGRAM, RELATING TO PROCEDURAL CHANGES AND NAME CHANGES; PROVIDING AN EFFECTIVE DATE: WHEREAS, the self-insurance program ordinance has become outdated and there have been procedural and name changes that should be reflected in the ordinance; now therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. Sections 2-641 to 2.647 are amended to read: Sec. 2.641. Purpose. It is declared to be the policy of the city that the city shall, wholly or in part, carry its own insurance risks in order to effect savings on premiums heretofore paid to insurance companies. Sec. 2.642. Reserve fund-Established. A fund to be known as the fund of the city is hereby established. The city manager is directed to request authority from the city ^^mmissi.,n council for the transfer of money to such fund from time to time, as needed. Sec. 2.643. Same-Disposition; withdrawals {?} The central insurance Yesic ve fund shall be accounted for depesited in S^m° hnnli in +ho aRd shall be kept entirely separate and distinct from all other funds belonging to the city. The city manager or the agent his/her designee and the servicing agent, if one is used, shall have authority fe Make ho a. i+h^ri?o? in ,,ri+inn to pay expenses related to claims both for and against the City from the central insurance fund. Surplus moneys in the central insurance Fesep,'e fund may be invested in accordance with the City's investment Op Ijcy United States nn"ornmon+ hnnrlc nr in hnnrlc of the ^ity, hi It All ci i^h be-RdS, iallkept ppara+° fr^m all ethe.r s A-WRed by the ^ity aRd shall be dic+inn+h, earmarked as h°Innninn +n the insi irAn^o roson,o fi ind - 1 - Ordinance 7965 # 29 Attachment number 1 Page 2 of 3 (2) The ser"ine anent is ai i+hnriZed! +n es+ahlish a honk +ri is+ annni in+ +n renei"e payment of nlaims Sec. 2.644. Servicing agent; claims management. The city manager, at his/her discretion, may sha 4 obtain the services of a person or agency to function as servicing agent for the city in its self-insurance program or use in- house adjusters to administer the self-insurance program. The servicing agent and/or in-house adjusters shall be responsible for a program of claims management, including the administration of such a program. and a prnnrom of Incc nre"entinn Sec. 2.645. Payment of claims. As part of the claims management program, the servicing agent and/or in-house adjusters shall have authority to settle and pay claims not to exceed the sum set forth as a limitation of settlement authorization in Section 2.527. in the anni ial sep,ine agFeeRent°°t en the nit" aRd the ser"ine aageRt. Sec. 2.646. Report of losses. Whenever a claim loss occurs, it shall be the duty of the head of the department in which the claim loss occurs to report the loss to Risk Management. the sep,i,.e anent in WFitiRg. Such report shall give may include full details concerning the loss, including any reports, pictures, statements or other data and- Shall innlude as well as an estimate of the value of such claim loss. Ea^h repnr+ of ^laim Inns droll he kept nn file ?j? vr a p FeriGd? of ene "cezar aft aizer it has hee ancte d!nn and! ma" thercrceaftec r he nreneo77oer! hall fed a ?-rn--??ccrn r-crr ?-r?rcr in onnnrdlonne n,i+h the snhedli ile fnr handllinn pi ihlin rennrdlc Sec. 2.647. Authority of city manager to reduce or cancel insurance. The city manager or his/her designee is authorized, hegi"'RORg YVith the first fisnal year f?nlln,n Inc+i+i i+inn of the celf_ilps iranne program by the ni+„ to reduce the amount of fire, windstorm, liability, workerLss' compensation, and other insurance carried by the city, and to continue to make such reductions as the central insurance Yea-fund is increased. The city manager is authorized to use his/her discretion in making such reductions, and may reduce the amounts of some types of insurance carried by the city or may cancel some types altogether, as he/she thinks best. ; pFev;QedweveF, the the insi iranne resep,e fi ind! _AMG ants to $50000.00 nr MGFe , Section 2. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING PASSED ON SECOND AND 2 Ordinance R-#E29 Attachment number 1 Page 3 of 3 FINAL READING AND ADOPTED Approved as to form: Paul Richard Hull Assistant City Attorney Frank V. Hibbard Mayor 3 Attest: Cynthia E. Goudeau City Clerk Ordinance R-#E29 Meeting Date:8/18/2008 Y 1 ,",_1 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Adopt Ordinance No. 7983-08 on second reading, increasing certain fees for the use of recreation facilities by nonresidents and modifying the formulas for charging nonresident recreation fees. SUMMARY: Review Approval: 1) Clerk Cover Memo Item # 30 Attachment number 1 Page 1 of 3 ORDINANCE NO. 7983-08 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, RELATING TO THE SCHEDULE OF FEES, RATES AND CHARGES, AMENDING APPENDIX A, ARTICLE XI, PARKS, BEACHES, RECREATION, TO INCREASE CERTAIN FEES FOR USE OF FACILITIES BY NONRESIDENTS AND TO MODIFY THE FORMULAS FOR CHARGING NONRESIDENT FEES; PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Clearwater provides recreation facilities and programs for the residents and taxpayers of the City; and WHEREAS, the City Council has determined that users of City recreational facilities and programs who are not City taxpayers should pay a reasonable sum for the use of such facilities and programs; and WHEREAS, to be consistent and fair in the establishment of non-City taxpayer fees, standard formulas were adopted and approved; and, WHEREAS, the standard formulas need to be adjusted to more accurately account for the increased cost of recreation services offered to non-residents, now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA; Section 1. Appendix A, Schedule of Fees, Rates and Charges, is hereby amended to read: ARTICLE XI, PARKS, BEACHES, RECREATION: Use of facilities by nonresidents (ch. 22): (1) Effective June 1, 2005, nonresidents who wish to rent or use city recreation facilities or programs may do so by paying a nonresident fee based on the following formulas which shall be administered by the parks and recreation director: (a) Nonresidents. Department O&M Budget + indirect overhead - budgeted revenue = Net budget divided by population = subtotal Subtotal + Capital Improvement Program recovery component + Card processing fee x surcharge factor = Individual non-resident yearly fee Ordinance NREMtR30 Attachment number 1 Page 2 of 3 (b) Annual nonresident family fees. Individual nonresident yearly fees x 2.5 = Annual nonresident family fees. (c) Options in lieu of nonresident card purchase. 1. Pay non-card holder rates for tennis, swimming, classes, and/or admissions. (These fees will vary depending upon activity, however in no case will they be less than or equal to card holder rates.) In nn_cnn norinn nrnnmc ?w ih??ead?h' eyided by RGR? omnleyee • " 1 - Dortininontc of Mini th coocnnol ronrootinnol nrnnromc ITn?rli?iirli iol nnnrocidPPt yearly fee 4 4094 Dortininontc at IaWRbewls, shuffr?ohnorr! hnrseshnov Gluba aRd three ac n rari 'Adiyid- ioI nonresident yearly fee x 40% d) Surcharge factor: Surcharae factor is established and adiusted by the citv manaaer or his or her designee in order to address the economic climate. A current fee schedule includina the surcharae factor shall be set out in narks and recreation departmental policies (2) The criteria which establish the class of city residents for the purpose of the fees above are: (a) Permanent residence within the incorporated boundaries of the city; (b) Ownership of real property within the incorporated boundaries of the city, as evidenced by the official tax rolls maintained by the county; (c) Tourists and guests temporarily residing at properties three months or less, within the incorporated boundaries of the city as evidenced by a motel key or another resident member; or (d) Persons who are employees of the city, their spouses and children who live at home. (3) Nonresidents who wish to rent a city recreation facility must possess a nonresident card or pay a ten percent surcharge for the rental. (4) In programs where rentals are charged, or where enforcement is impractical, or a majority of the facilities used by a program are provided in a municipality other than Clearwater, the nonresident fee is not required. Section 2. This ordinance shall take effect on October 1, 2008. Ordinance NREM31tR30 Attachment number 1 Page 3 of 3 PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED Approved as to form: Laura Lipowski Assistant City Attorney Frank V. Hibbard Mayor Attest: Cynthia E. Goudeau City Clerk Ordinance NREM31t830 Meeting Date:8/18/2008 Y 1 ,",_1 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Report on Steinmart Meeting SUMMARY: Review Approval: 1) Clerk Cover Memo Item # 31 Attachment number 1 I Pa# 1 y " S 1200 RIVERPLACE BOULEVARD • JACKSONVILLE, FL 32207-1809 • (9C4) 346-1500 August 12, 2008 Via Electronic Mail and USPS Mr. Rod Irwin Assistant City Manager Clearwater City Hall 3rd Floor 112 S. Osceola Avenue Clearwater, FL 33756 Re: Stein Mart Clearwater, Florida Dear Mr. Irwin: Thank you for inviting us to discuss Stein Mart's future with the City of Clearwater. As Hunt Hawkins, Scott Breedlove and I observed, the city has accomplished a great deal as part of the downtown business district redevelopment. In reading about the city's future initiatives, we were very impressed with the plans for the Beach Walk Project and the Downtown Boat Slips and see both as ways to further enhance your city's appeal. We have appreciated our long-tern relationship with the City of Clearwater but as discussed, we will not be able to offer a long term solution to the city given the immediate problem that we have with eroding sales. The diversion of downtown traffic coupled with the downtown redevelopment has had a disastrous effect on our sales. Macroeconomic issues aside, we attribute the bulk of our sales losses to these two issues. As mentioned, last year Stein Mart lost $77,000 and project this year's loss to be an additional $190,000 bringing our projected 2008 loss to just under $270,000. Stein Mart would be willing to extend 1 year past our current expiration date of September 30, 2009 if the city would be willing to completely abate our $150,000 rent for two (2) years and to contribute an additional $120,000 per year or $10,000 per month through September 30, 2010 to cover our losses. As you know, this will just get us back to a cash neutral position. Assuming, that the city approves our proposal, we would ask that our arrangement go into effect starting September 30, 2008. Item # 31 Attachment number 1 Page 2 of 2 August 12, 2008 Page 2 Rod, given the cost to raze the building and to buy out the deli's lease, our solution may be the most affordable short term solution. If the city's efforts to attract new businesses downtown have a positive effect on our sales, we may be interested in extending our stay. This scenario could be a win for both the City of Clearwater and Stein Mart. Sincerely, v' Kirk V. Light Vice President - Real Estate KL/kd Cc: Kevin Dunbar, Clearwater Parks and Recreation Hunt Hawkins Scott Breedlove File Item # 31 Meeting Date:8/18/2008 Y 1 ,",_1 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: County Inclusionary Zoning Ordinance SUMMARY: Review Approval: 1) Clerk Cover Memo Item # 32 Attachment number 1 Page 1 of 11 DRAFT 7/22/08 ORDINANCE NO. AN ORDINANCE OF THE COUNTY OF PINELLAS ESTABLISHING A COUNTYWIDE INCLUSIONARY HOUSING PROGRAM; PROVIDING DEFINITIONS; DESCRIBING THE INTENT AND PURPOSE OF THE ORDINANCE; PROVIDING APPLICABILITY; PROVIDING ALTERNATIVE METHODS OF MEETING PROGRAM REQUIREMENTS; PROVIDING FOR DEVELOPMENT INCENTIVES; PROVIDING FOR ADMINISTRATION; PROVIDING FOR SEVERABILITY; PROVIDING FOR INCLUSION IN THE PINELLAS COUNTY CODE; PROVIDING FOR OTHER MODIFICATIONS THAT MAY ARISE FROM REVIEW OF THE ORDINANCE AT THE PUBLIC HEARINGS AND WITH RESPONSIBLE AUTHORITIES; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Board of County Commissioners of Pinellas County is empowered under Chapter 125, Florida Statutes, to enact ordinances for the benefit of the safety, health and welfare of the people of the County; and WHEREAS, the health, safety, and welfare of the present and future residents of Pinellas County depend on the availability of a range of housing choices affordable to persons and families of all income levels in all areas of Pinellas County; and WHEREAS, increases in population coupled with the scarcity of developable raw land have contributed to housing issues, including the need for affordable housing; and WHEREAS, current development patterns have resulted in a persistent shortage of affordable housing for moderate and low income residents; and WHEREAS, the high cost of available housing and the short supply of affordable housing means that many employees and residents of Pinellas County in the moderate, low income, and very low income range cannot afford to live in Pinellas County and others can only afford to live in limited areas concentrated according to price and income level; and WHEREAS, the uneven distribution of affordably priced housing results in additional stratification of housing according to price and income level; and WHEREAS, it is in the best interests of the public health, safety, and welfare of the present and future residents of Pinellas County to reduce such economic stratification by adopting land use regulations that encourage development and integration of new housing for households of various income levels; and WHEREAS, given the need for and the shortage of affordable housing, it is reasonable and necessary to require new housing development projects of twenty units or greater in size to include affordable housing units; and WHEREAS, given the loss of affordable rental units including mobile homes, and an increase in the price of both rental and ownership housing, the Board authorized a housing nexus study to determine the nexus, if any, between new development and its impact on the need for affordable housing; and Item # 32 Attachment number 1 Page 2 of 11 DRAFT WHEREAS, the housing nexus study recommends, inter alia, inclusionary housing requirements as a mechanism in addressing the need for affordable housing created by the development of new market rate housing; and WHEREAS, the Board has recognized that a mix of regulatory requirements, including land use mechanisms such as inclusionary housing requirements and development incentives provide an equitable method of increasing and encouraging affordable housing development; and WHEREAS, in accordance with Florida Statutes §125.01055, notwithstanding any other provision of law, a county may adopt and maintain in effect any law, ordinance, rule or other measure that is adopted for the purpose of increasing the supply of affordable housing using land use mechanisms such as inclusionary housing ordinances; and WHEREAS, the Board has the legislative authority and discretion to determine applicability of the requirements of this ordinance and has determined applicability as set forth herein. NOW, THEREFORE, BE IT ORDAINED BY THE BOARD OF COUNTY COMMISSIONERS OF PINELLAS COUNTY, in a meeting duly assembled this day of , 2008, that: SECTION 1. Definitions. The following words, terms, and phrases, when used in this Ordinance shall have the meaning ascribed to them in this section, except where the context clearly indicates a different meaning: (1) "adjusted for household size" means adjusted in a manner based upon a formula established by the United States Department of Housing and Urban Development or other such method approved by the Board. (2) "affordable housing plan" means a plan submitted by an applicant as part of a site development application (e.g. site plan, special exception, planned unit development, etc.) stating and fully describing the method by which the affordable housing requirements of the inclusionary housing program will be met. (3) "affordable housing price" means a sales price at which income eligible households can qualify for the purchase of affordable units. Qualification shall be based on standard mortgage underwriting and lending guidelines. (4) "affordable units" are housing units sold or rented to income eligible persons or households. (5) "agreement" or "affordable housing agreement" means the agreement between a developer and the local jurisdiction setting forth the manner in which inclusionary housing program requirements will be met. (6) "amenities" means those interior features which are not essential to the health and safety of the resident, but provide visual or aesthetic appeal, or are provided as conveniences rather than as necessities. Amenities shall in no way include items required by building codes or other local ordinances that are necessary to ensure the safety of the building and its residents. Item #Z2 Attachment number 1 Page 3 of 11 DRAFT (7) "annual gross income" means annual income as defined in 24 Code of Federal Regulations. part 5; annual income as reported under the census long form for the recent available decennial census; or adjusted gross income as defined for purposes of reporting under Internal Revenue Service Form 1040 for individual federal annual income tax purposes; or annual income as defined by the Department of the Treasury for Mortgage Revenue Bond programs; or other such methods approved by the Board. Annual gross income shall be calculated by annualizing verified sources of income to be received by all members of the household during the twelve (12) months following the effective date of the determination. (8) "applicant" or "developer" means any person, firm, partnership, association, joint venture, corporation, or any entity or combination of entities which seeks local government issued permits and approvals for a residential housing development. (9) "Board" means the Board of County Commissioners of Pinellas County, Florida. (10) "development agreement" means an agreement entered into between the local government and a developer pursuant to Sections 163.3220-163.3243 Florida Statutes. (11) "District I" means the area of Pinellas County North of Ulmerton Road. (12) "District II" means the area of Pinellas County South of Ulmerton Road and West of 49th Street. (13) District III" means the area of Pinellas County South of Ulmerton Road and East of 49th Street. (14) "HUD" means the United States Department of Housing and Urban Development. (15) "inclusionary housing unit" means an affordable housing unit constructed as a component of a residential housing development or alternatively provided as specified in an affordable housing agreement and meeting the requirements of the inclusionary housing program. (16) "income eligible person" or `income eligible household" means one or more natural persons or a household that has a total annual gross household income that does not exceed applicable affordable housing income limits based on a percentage of the median annual income, adjusted for family size. (17) "local jurisdiction" means the county or a municipal government within the geographical boundaries of Pinellas County responsible for land use regulation and building code enforcement. (18) "market rate units" means all units in a residential housing development that are not subject to affordable housing unit requirements as defined herein. (19) "median annual income" or "area median income" means the median gross annual income adjusted for household size for (a) the Tampa/St. Petersburg metropolitan statistical area, as published annually by HUD, or Pinellas County, whichever amount is Item 032 Attachment number 1 Page 4 of 11 DRAFT greatest; or (b) the area within a three mile radius from the center of the development if located in an employment center. (20) "off-site" means outside of the boundaries of a residential housing development. (21) "percent" means a one-hundredth part. (22) "Pinellas housing trust fund" means a trust fund established by Pinellas County Ordinance 06-28 to support the development and preservation of affordable housing. (23) "program" means the Pinellas Inclusionary Housing Program as set forth herein. (24) "program administrator" means the official, department director, employee or agent responsible for general inclusionary housing program monitoring and oversight as designated by the Board. (25) "redevelopment" means development activity when it occurs on a parcel of land that currently contains a legally permitted or legally nonconforming building, or that contained such a structure on or after September 14, 1982. Redevelopment shall include the reconstruction, conversion, structural alteration, relocation or enlargement of an existing building and/or accessory uses, and may include rebuilding on vacant property where structures have been demolished. (26) "residential housing development" or "development" means a housing or mixed-used development that includes residential housing, at one location or site, including all dwelling units for which permits have been applied for or approved. SECTION 2. Pinellas Inclusionary Housing Program. The Pinellas Inclusionary Housing Program is created for the purpose of enhancing the public welfare and to assure that the need for affordable housing resulting from new housing development and redevelopment is ameliorated by production of residential units affordable to low and moderate income households. Implementation of the program is in accordance with Florida Statutes §125.01055. Local jurisdictions shall adopt procedures necessary to implement the Program within one year following adoption of this Ordinance. SECTION 3. Applicability. The provisions of this Ordinance shall apply to all residential housing developments, including redevelopment projects, of twenty (20) or more dwelling units in size to be constructed in Pinellas County. Developments shall not be segmented or phased in a manner to avoid compliance with these provisions. Additionally, and for the purposes of this section, two or more developments shall be aggregated and considered as one development subject to the requirements herein if they are no more than 1/4 mile apart and any two of the following criteria are met: (1) The proposed developments are being developed by an applicant or entity that share or include common owners, common principals, common partners, common officers and common members or are mutually controlled by a common applicant(s), including Item #232 Attachment number 1 Page 5 of 11 DRAFT separate corporations, companies, all partnerships, and joint ventures, or any other legal entity. Common ownership and/or interest will be presumed where an immediate family member of an applicant(s) owns 10 percent or more of the stock or interest in another development falling within the purview of this section. (2) The developments will undergo development and/or improvements within the same five year period. (3) A master plan exists submitted to a governmental body addressing two or more of the developments. SECTION 4. Requirements. (1) A portion of an applicable residential housing development's units shall be inclusionary housing units developed for, offered to, and leased, rented or sold to income eligible households as follows: a. Rental housing developments shall meet one of the following affordability requirement options or an equivalent combination: A minimum of five percent (5%) of the total number of units shall be affordable to persons or households that have a total annual gross income that does not exceed sixty percent (60%) of the median annual income adjusted for family size. 2. A minimum of ten percent (10%) of the total number of units shall be affordable to persons or households that have a total annual gross income that does not exceed eighty percent (80%) of the median annual income adjusted for family size. 3. A minimum of twenty percent (20%) of the total number of units shall be affordable to persons or households that have a total annual gross income that does not exceed one hundred twenty percent (120%) of the median annual income adjusted for family size. b. Homeowner housing developments shall meet one of the following affordability requirement options or an equivalent combination: A minimum of five percent (5%) of the total number of units shall be affordable to persons or households that have a total annual gross income that does not exceed eighty percent (80%) of the median annual income adjusted for family size. 2. A minimum of ten percent (10%) of the total number of units shall be affordable to persons or households that have a total annual gross income that does not exceed one hundred twenty percent (120%) of the median annual income adjusted for family size. 3. A minimum of twenty percent (20%) of the total number of units shall be affordable to persons or households that have a total annual gross Item #,%2 Attachment number 1 Page 6 of 11 DRAFT income that does not exceed one hundred fifty percent (150%) of the median annual income adjusted for family size. (2) Where the application of this formula results in a fraction, that fraction shall be rounded up. (3) All inclusionary housing units shall remain affordable for the applicable period of affordability defined below: a. Affordable rental units shall remain affordable for a period of no less than thirty (30) years and enforced by a land use restriction that shall be recorded in the public records of Pinellas County prior to the issuance of a Certificate of Occupancy. b. Affordable for-sale units shall remain affordable for a period of not less than twenty (20) years and subject to resale restriction procedures defined below. (4) Owners of rental inclusionary housing units or their agent shall certify the annual gross income of tenants prior to initial occupancy and on an annual basis thereafter during the period of affordability. (5) All inclusionary housing units shall be produced before or concurrently with the market rate units in the residential housing development. In phased projects, required affordable housing units shall be constructed first, or provided proportionately within each phase of the development. (6) All inclusionary housing units shall be integrated throughout the residential housing development and must be comparable to the market rate units in number of bedrooms, exterior appearance and overall quality of construction. An applicant may request a reduction in square footage and/or amenities of the inclusionary housing units, when compared to the market rate units in the development, in an affordable housing plan. (7) Residential housing developments which have a zoning or land use designation that allows both single-family and multi-family developments may satisfy the affordable housing unit requirement in both or either the single-family or multi-family portion of the development. SECTION 5. Affordability and resale of for-sale units. (1) Affordability. The owner of a homeowner housing development subject to an affordable housing agreement shall sell the inclusionary housing units only to income-eligible persons or households. (2) Affordability Period. All inclusionary homeowner units shall remain affordable for a period of no less than twenty (20) years commencing on the date of sale. If a unit is sold during the affordability period, the minimum twenty (20) year affordability period shall restart at the time of resale. The initial sale and any subsequent sale to an income eligible purchaser shall be subject to the recordation of documents to enforce the affordability period and resale, requirements described in this section. Legal documents may include an interest-bearing note, a mortgage, and a regulatory agreement or other affordability covenant. To the extent possible, affordability and resale requirements shall be Item #E82 Attachment number 1 Page 7 of 11 DRAFT designed to be compatible with conventional mortgage financing programs, including secondary market requirements. (3) Resale Procedure. During the affordability period, resale of inclusionary homeowner units shall be limited to buyers that meet income eligibility requirements applicable at the time of initial sale. If the initial owner or any subsequent owner of a for-sale inclusionary unit intends to sell the unit at a time that the unit is subject to affordability restrictions, the owner shall notify the program administrator in writing of the intent to sell, prior to taking steps to market the unit. (4) Resale Price. The resale price of a homeownership inclusionary unit shall not exceed a maximum price equal to the original purchase price, plus 3.0% of the purchase price compounded annually, plus the value of eligible improvements, minus the value of any deferred maintenance. SECTION 6. Applicant Incentives. Developments that meet the affordable housing requirements of the program by on-site construction of inclusionary units shall be entitled to a density bonus of up to fifty percent (50%) of what is permitted on the Future Land Use Map or Zoning Atlas, whichever is more restrictive subject to local land development regulations and consistent with local comprehensive plan provisions. A density bonus must be reviewed by the jurisdiction's local planning agency and approved by the governing body of the local government where the development is located. The number of inclusionary units required shall be calculated on the total number of units in the development, including density bonus units, and based on the affordability percentage formula selected per Section 4 above. (Example 1: a 20 unit ownership development plus a 50% density bonus equals 30 units, applying the 10% affordability requirement results in an inclusionary unit requirement of 3 units affordable to income eligible buyers below 120% of median income; Example 2: a 20 unit rental development plus a 50% density bonus equals 30 units, applying the 5% affordability requirement results in an inclusionary unit requirement of 2 units affordable to income eligible buyers below 60% of median income). Additional incentives provided for and defined by the applicable local jurisdiction's land development code, affordable housing plan, or comprehensive plan may apply. Additional incentive examples include: waivers and/or modifications of setbacks, parking and amenity requirements, and eligible development fee reductions. An applicant may apply or seek from a local jurisdiction any other benefits or other incentives which would assist in making the construction of the inclusionary housing units more feasible and economically justifiable for the applicant. SECTION 7. Applicant Alternatives. The intent of the program is that affordable units be included on-site as an integrated part of a housing development. However, alternative methods of meeting program requirements may be Item #732 Attachment number 1 Page 8 of 11 DRAFT proposed by an applicant in an affordable housing plan subject to approval by the local jurisdiction. The density bonus incentive provided in Section 6 above is not applicable to alternative methods of providing affordable units described below. (1) An alternative affordable housing plan must meet plan submittal requirements and criteria as established in Program rules. An alternative affordable housing plan must establish the restraints or hardships caused by building the inclusionary units on-site and provide an alternative method of affordable housing provision that meets or exceeds the requirements of this Ordinance. (2) Alternative methods of providing affordable units shall be documented in an affordable housing agreement executed prior to the issuance of site plan approval. Alternative methods of providing affordable units may include one or more of the following in order of priority: a. Off-site development of affordable housing units. An equal or greater number of required affordable housing units constructed on another site owned or controlled by an applicant located in Pinellas County and within the district of the subject development. However, Applicant can seek a waiver of the same district requirement herein from the local jurisdiction if Applicant can establish a viable alternative site outside that district. The affordable housing units must be constructed before or simultaneously with development of the on-site market rate units. b. Land in lieu. Land in lieu of construction may be accepted provided the site is readily developable, sufficient in size, environmentally sound, located in Pinellas County and within the same district as the subject development, and suitably zoned, to accommodate an equal or greater number of affordable housing units required. However, Applicant can seek a waiver of the same district requirement herein from the local jurisdiction if Applicant can establish a viable alternative site outside that district. Fee in lieu. Payment of a fee in lieu of construction may be made to the local jurisdiction. In lieu fees collected shall be deposited either into the Pinellas housing trust fund or into a separate special revenue fund established by the local jurisdiction and used exclusively for affordable housing projects and programs. In lieu fees deposited in a housing trust fund shall be expended within five years of deposit. The fee in lieu of construction for each required inclusionary housing unit shall be based on an analysis of legally justified linkage fees for residential developments. The total payment amount shall be calculated based on an inclusionary unit requirement equal to 10% of the total units. Payment of the fee shall be made in full prior to the issuance of certificates of occupancy. d. Equal or greater contribution. An applicant proposed contribution of equal or greater value to the alternative requirements set forth above and found to further the goals of this Ordinance. Item #ffi2 Attachment number 1 Page 9 of 11 DRAFT SECTION 8. Waiver. The governing body of the local jurisdiction may grant a waiver or partial waiver of inclusionary housing requirements if it finds an applicant has provided economic information and other evidence necessary to demonstrate that: (1) The new residential development does not increase the need for affordable housing. In instances of redevelopment, applicant shall have the burden of establishing that the proposed development is not creating a higher demand of goods and services than already exists regardless of whether the development results in the same number of units or households previously existing at the site of the proposed redevelopment; or (2) Incentives provided for in Section 6 are not feasible for on-site development without the waiver or partial waiver; and (3) No alternative method listed in Section 7 (2) (a) - (d) can be met. SECTION 9. Exemptions. The following developments shall be exempt from this Ordinance: (1) Developments of less than twenty (20) residential units; (2) Nursing homes, assisted care living facilities, group homes, and retirement homes; (3) Hotels and motels; (4) School dormitories; and (5) Structures constructed prior to the adoption of this Ordinance that have been destroyed by fire, flood, earthquake or other act of nature, provided the reconstructed site does not increase the number of residential units. SECTION 10. Enforcement and Monitoring. (1) The local jurisdiction responsible for site plan approval is designated as the enforcing authority and may suspend or revoke any building permit or approval upon finding a violation of any provision of this Ordinance. The provisions of this Ordinance shall apply to all agents, successors and assigns of an applicant. No building permit or certificate of occupancy shall be issued, nor any development approval granted, if the requirements of this Ordinance are not met. Prior to final site plan, plat, or building permit approval for the first residential unit on the property subject to the requirements of this Ordinance, an affordable housing agreement shall be entered into by the local jurisdiction and the residential housing development owner. The agreement shall set forth the method and terms by which a residential housing development owner shall comply with the development, sale, and rental requirements of this Ordinance. The agreement shall further state the methodology for determining a unit's initial and ongoing rent or sales and resale price(s), any resale restrictions, occupancy requirements, development incentives, and other matters related to the development and retention of the affordable housing units. Item #%2 Attachment number 1 Page 10 of 11 DRAFT (2) The program administrator is designated as the monitoring authority and shall be responsible for certifying the eligibility of buyers and tenants. In the event it is determined that inclusionary housing units required by this ordinance have been sold or rented to a buyer or renter not meeting eligible household requirements, the monitoring authority may take appropriate legal action to recover damages in an amount equal to payment of in lieu fees at either the time of construction or at the time of the ineligibility determination, whichever is greater. The fee collected by the program administrator shall be deposited in the housing trust fund. Legal and administrative costs recovered by the program administrator are not subject to housing trust fund deposit requirements. (3) The monitoring authority shall have the right to inspect, at any time during normal business hours, the books and records of the rental housing development owner as they pertain to the income qualifications of tenants of the affordable housing units. (4) The County shall be entitled to reimbursement of its costs, including reasonable attorneys' fees, of enforcing the provisions of this article. By submitting an application for a development approval requesting incentives, developers agree to pay such cost and consent to the County's placement of a lien on the subject property in connection with such costs. SECTION 11. Areas Embraced and Authority This ordinance shall be effective in the incorporated, as well as the unincorporated, areas of the County; however, any incorporated area may elect to opt out of this ordinance by adopting an ordinance in conflict herewith. SECTION 12. Severability. If any section, subsection, sentence, clause, phrase or provision of this Ordinance is for any reason held invalid or unconstitutional by any court of competent jurisdiction, such holding shall not be construed to render the remaining provisions of this Ordinance invalid or unconstitutional. SECTION 13. Modifications. Modifications that may arise from review of the Ordinance at the public hearings and with responsible authorities. SECTION 14. Codification. The provisions of this Ordinance shall be included and incorporated in the Pinellas County Code, as an addition or amendment thereto, and shall be appropriately numbered to conform to the uniform numbering system of the Pinellas County Code. SECTION 15. Filing of Ordinance; Effective Date. Pursuant to Section 125.66, Florida Statutes, the Clerk of the Board shall file a certified copy of this Ordinance with the Department of State within ten (10) days after enactment by the Board. This Ordinance shall become effective twelve months following the date of filing of the Ordinance with the Department of State. Item 4082 Attachment number 1 Page 11 of 11 DRAFT L•\PLANNING\Inclusionary Housin,-\Ordinance\DRAFT Inclusionary Housing Ordinance July_3_2008.doc Item 4132 Meeting Date:8/18/2008 Y 1 ,",_1 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Other Council Action SUMMARY: Review Approval: 1) Clerk Cover Memo Item # 33 Meeting Date:8/18/2008 Y 1 ,",_1 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: 2008 Legislative Session Report - Rep. Peter Nehr SUMMARY: Review Approval: 1) Clerk Cover Memo Item # 34 Meeting Date:8/18/2008 Y 1 ,",_1 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Home of the Quarter, Neighborhood of the Quarter and Business of the Quarter SUMMARY: Review Approval: 1) Clerk Cover Memo Item # 35 Meeting Date:8/18/2008 Y 1 ,",_1 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Veterans' Day Celebration Update - Bob Swick SUMMARY: Review Approval: 1) Clerk Cover Memo Item # 36 Meeting Date:8/18/2008 Y 1 ,",_1 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Clearwater Housing Authority Presentation SUMMARY: Review Approval: 1) Clerk Cover Memo Item # 37 Meeting Date:8/18/2008 Y 1 ,",_1 4`k ' g Work Session Council Chambers - City Hall SUBJECT / RECOMMENDATION: Nagano Exchange Program - Margo Walbolt, Cultural Affairs Manager SUMMARY: Review Approval: 1) Clerk Cover Memo Item # 38