05/01/2013
City Council Agenda
Location: Council Chambers - City Hall
Date: 5/1/2013- 6:00 PM
Welcome. We are glad to have you join us. If you wish to speak, please wait to be recognized, then state your
name and address. Persons speaking before the City Council shall be limited to three (3) minutes unless
otherwise noted under Public Hearings. For other than Citizens to be heard regarding items not on the Agenda, a
spokesperson for a group may speak for three (3) minutes plus an additional minute for each person in the
audience that waives their right to speak, up to a maximum of ten (10) minutes. Prior to the item being
presented, please obtain the needed form to designate a spokesperson from the City Clerk (right-hand side of
dais). Up to thirty minutes of public comment will be allowed for an agenda item. No person shall speak more
than once on the same subject unless granted permission by the City Council. The City of Clearwater strongly
supports and fully complies with the Americans with Disabilities Act (ADA). Please advise us at least 48 hours
prior to the meeting if you require special accommodations at 727-562-4090. Assisted Listening Devices are
available. Kindly refrain from using beepers, cellular telephones and other distracting devices during the
meeting.
1. Call to Order
2. Invocation
3. Pledge of Allegiance
4. Presentations
4.1 Drinking Water Week Proclamation - May 5 -11, 2013 - Glenn Daniel, Water, Reclaimed and Wastewater
Collection Manager
Attachments
4.2 EMS Week Proclamation - Assistant Chief Connors
Attachments
4.3 Swim Across America Proclamation - Trent Fraebel, Event Coordinator for Swim Across America
Attachments
4.4 Tourism Week Proclamation - Geri Lopez, Dir. Economic Development and Housing
Attachments
4.5 Update of the Pinellas Planning Council Countywide Plan - Michael Crawford, Interim Executive
Director, Pinellas Planning Council
Attachments
4.6 Clearwater Groundwater Replenishment Project Update Presentation - Nan Bennett - Public Utilities Asst
Director
Attachments
5. Approval of Minutes
5.1 Approve the minutes of the April 18, 2013 City Council Meeting as submitted in written summation by
the City Clerk.
Attachments
6. Citizens to be Heard re Items Not on the Agenda
Public Hearings - Not before 6:00 PM
7. Second Readings - Public Hearing
7.1 Adopt Ordinance 8389-13 on second reading, annexing certain real property whose post office address is
1825 Carlton Drive, into the corporate limits of the city and redefining the boundary lines of the city to
include said addition.
Attachments
7.2 Adopt Ordinance 8390-13 on second reading, amending the future land use plan element of the
Comprehensive Plan of the city to designate the land use for certain real property whose post office
address is 1825 Carlton Drive, upon annexation into the City of Clearwater, as Residential Low (RL).
Attachments
7.3 Adopt Ordinance 8391-13 on second reading, amending the Zoning Atlas of the city by zoning certain
real property whose post office address is 1825 Carlton Drive, upon annexation into the City of
Clearwater, as Low Medium Density Residential
Attachments
7.4 Adopt Ordinance 8392-13 on second reading, annexing certain real property whose post office addresses
are 1861 and 1880 Diane Drive, 1806 Marilyn Drive, 2720 and 2724 Morningside Drive, 1848 and 1851
Skyland Drive, 2724 and 2728 Woodring Drive, 1716 and 1733 Grove Drive, 1765 Lucas Drive, and
1744 Evans Drive, together with all right of way of Woodring Drive abutting Lot 15, Block F through Lot
1, Block J, and all right of way of Skyland Drive abutting Lot 1, Block I, and Lot 9, Block H, and all right
ofway of Marilyn Drive abutting Lot 8, Block H in Carlton Terrace First Addition subdivision; all right of
way of Grove Drive abutting Lot 5, Block 4, in Virginia Grove Terrace First Addition subdivision, all
right of way of Lucas Drive and Terrace Drive abutting Lot 16, Block 5 in Virginia Grove Terrace Third
Addition subdivision, into the corporate limits of the city and redefining the boundary lines of the city to
include said addition.
Attachments
7.5 Adopt Ordinance 8393-13 on second reading, amending the future land use plan element of the
Comprehensive Plan of the city to designate the land use for certain real property whose post office
addresses are 1861 and 1880 Diane Drive, 1806 Marilyn Drive, 2720 and 2724 Morningside Drive, 1848
and 1851 Skyland Drive, 2724 and 2728 Woodring Drive, 1716 and 1733 Grove Drive, 1765 Lucas
Drive, and 1744 Evans Drive, together with all right of way of Woodring Drive abutting Lot 15, Block F
through Lot 1, Block J, and all right of way of Skyland Drive abutting Lot 1, Block I, and Lot 9, Block H,
and all right ofway of Marilyn Drive abutting Lot 8, Block H in Carlton Terrace First Addition
subdivision; all right of way of Grove Drive abutting Lot 5, Block 4, in Virginia Grove Terrace First
Addition subdivision, all right of way of Lucas Drive and Terrace Drive abutting Lot 16, Block 5 in
Virginia Grove Terrace Third Addition subdivision, upon annexation into the City of Clearwater, as
Residential Low (RL), Preservation (P), and Drainage Feature Overlay.
Attachments
7.6 Adopt Ordinance 8394-13 on second reading, amending the Zoning Atlas of the city by zoning certain
real property whose post office addresses are 1861 and 1880 Diane Drive, 1806 Marilyn Drive, 2720 and
2724 Morningside Drive, 1848 and 1851 Skyland Drive, 2724 and 2728 Woodring Drive, 1716 and 1733
Grove Drive, 1765 Lucas Drive, and 1744 Evans Drive, together with all right of way of Woodring Drive
abutting Lot 15, Block F through Lot 1, Block J, and all right of way of Skyland Drive abutting Lot 1,
Block I, and Lot 9, Block H, and all right ofway of Marilyn Drive abutting Lot 8, Block H in Carlton
Terrace First Addition subdivision; all right of way of Grove Drive abutting Lot 5, Block 4, in Virginia
Grove Terrace First Addition subdivision, all right of way of Lucas Drive and Terrace Drive abutting Lot
16, Block 5 in Virginia Grove Terrace Third Addition subdivision, upon annexation into the City of
Clearwater, as Low Medium Density Residential (LMDR) and Preservation (P).
Attachments
City Manager Reports
8. Consent Agenda
8.1 Authorize the release of Request for Proposals (RFP) 19-13 for Tourism Marketing Services for the City
of Clearwater beginning in Fiscal Year 13-14. (consent)
Attachments
8.2 Declare list of vehicles and equipment surplus to the needs of the City; authorize disposal through sale to
the highest bidder at the Tampa Machinery Auction, Tampa, Florida; and authorize the appropriate
officials to execute same. (consent)
Attachments
8.3 Approve a parking agreement between the City of Clearwater and Palm Harbor Special Fire Control and
Rescue District for parking vehicles at 250 West Lake Road, Palm Harbor, and authorize the appropriate
officials to execute same. (consent)
Attachments
8.4 Approve the First Amendment to License Agreement between the City of Clearwater and Pinellas County
for period of August 1, 2013 through July 31, 2018, and authorize the appropriate officials to execute
same. (consent)
Attachments
8.5 Approve the Amendment to the Administrative Services Agreement between the City of Clearwater and
International City Management Association Retirement Corporation (ICMA-RC) for the City 401a Money
Purchase Pension Plan and the 457k Deferred Compensation Plan, to be effective upon approval of the
Amendment and for the remainder of the current Agreement between the City and ICMA and authorize
the appropriate officials to execute same. (consent)
Attachments
8.6 Award a contract (purchase order) to Bibliotheca, LLC for $582,548.82 in accordance with Sec. 2.564(1)
(d), Code of Ordinances - Other Governmental bids, for hardware and software to implement an RFID
system to improve security and efficiency in library operations and authorize the appropriate officials to
execute same. (consent)
Attachments
8.7 Approve Supplemental Work Order 1 with URS Corporation Southern consultants, for plans to install a
precision approach path indicator (PAPI) at Clearwater Airpark under Project 12-0006-AP, runway
extension, for the sum of $14,172.40 and authorize the appropriate officials to execute same. (consent)
Attachments
8.8 Continue to May 16, 2013: Award a contract (purchase order) to Landscape Structures Inc. of Delano,
MN for the construction and installation of a one of a kind Sand Castle Playground and Welcome sign at
Pier 60 Park for $438,881 and approve the transfer of $100,000 from unappropriated retained earnings to
CIP 315-93624 Pier 60 Park Repair and Improvement at mid-year, to construct a military flag plaza to be
located in Pier 60 Park. (consent)
Attachments
8.9 Approve a Contract (Blanket Purchase Order) to Wingfoot Commercial Tire of Clearwater, FL for an
amount not to exceed $400,000.00 for the purchase of Goodyear tires for City motorized equipment
during the period May 1, 2013 through April 30, 2014, in accordance with Sec. 2.56(1)(d), Code of
Ordinances - other governmental bid, and authorize the appropriate officials to execute same. (consent)
Attachments
8.10 Approve the final plat for 2881 Gulf to Bay Boulevard, which is located on the South side of Gulf to Bay
Boulevard, approximately ½ mile west of McMullen Booth Road. (consent)
Attachments
8.11 Award a contract to TLC Diversified, Incorporated of Palmetto, Florida, for Lift Stations 33 and 42
Rehabilitation in the amount of $989,560.00, which is the lowest responsible bid received in accordance
with plans and specifications, and authorize the appropriate officials to execute same. (consent)
Attachments
8.12 Approve a supplemental Engineer of Record (EOR) work order to Reiss Engineering, Inc. in the amount
of $2,331,318.00 for the Construction Engineering and Inspection (CEI) associated with the four Water
Treatment Plant 2 Projects (Contracts 1, 2, 3 and 4) associated with the new brackish reverse osmosis
water treatment plant at Water Treatment Plant 2; and authorize the appropriate officials to execute the
same. (consent)
Attachments
8.13 Award a contract to Applied Drilling Engineering, Inc. of Tampa, Florida, for the construction of the
Clearwater Concentrate Injection Deep Well Project – Phase 2 in the amount of $857,763.50, which is the
lowest responsible bid in accordance with plans and specifications; approve a work order for $168,320.00
to Leggette, Brashears and Graham (EOR) of Tampa, Florida, for project related post-design engineering
services, and authorize the appropriate officials to execute same. (consent)
Attachments
8.14 Reappoint Candace Gardner to the Parks and Recreation Board with term to expire May 31, 2017.
(consent)
Attachments
8.15 Reappoint David L. Jaye and Ryley Jeanne Marchion to the Brownfields Advisory Board with terms to
expire May 31, 2017. (consent)
Attachments
8.16 Authorize settlement of Seabloom v. USAA Casualty Insurance Company and City of Clearwater, Case
12-005789-CI-21, for payment by City of $50,000.00 in exchange for a full release from plaintiff and
dismissal of action with prejudice. (consent)
Attachments
9. Other Items on City Manager Reports
9.1 Award a contract to Poole and Kent Contractors of Miami, Florida, for construction of Water Treatment
Plant 2 – Contract 4: Reverse Osmosis Plant Site Expansion Project in the amount of $20,787,325.00,
which is the lowest responsible bid in accordance with plans and specifications; and authorize the
appropriate officials to execute same.
Attachments
9.2 Approve a work order with Harvard Jolly, an Architect of Record with the City of Clearwater, to prepare
design plans for one of the following choices; 1.) remodel and expand the Countryside Branch Library in
its current location, or; 2.) construct a new Countryside Branch Library at the Countryside Community
Park next to the existing Countryside Recreation Center.
Attachments
9.3 Provide City Council Input from the Business Task Force regarding a revised Development Agreement
review process.
Attachments
Miscellaneous Reports and Items
10. City Manager Verbal Reports
10.1 City Manager Verbal Reports
Attachments
11. Closing Comments by Mayor
12. Adjourn
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Drinking Water Week Proclamation - May 5 -11, 2013 - Glenn Daniel, Water, Reclaimed and Wastewater Collection Manager
SUMMARY:
Review Approval:
Cover Memo
Item # 1
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
EMS Week Proclamation - Assistant Chief Connors
SUMMARY:
Review Approval:
Cover Memo
Item # 2
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Swim Across America Proclamation - Trent Fraebel, Event Coordinator for Swim Across America
SUMMARY:
Review Approval:
Cover Memo
Item # 3
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Tourism Week Proclamation - Geri Lopez, Dir. Economic Development and Housing
SUMMARY:
Review Approval:
Cover Memo
Item # 4
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Update of the Pinellas Planning Council Countywide Plan - Michael Crawford, Interim Executive Director, Pinellas Planning
Council
SUMMARY:
Review Approval:
Cover Memo
Item # 5
CountywideCountywidePlan UpdatePlan UpdateCity of ClearwaterCity of ClearwaterMay 1, 2013May 1, 2013Attachment number 1 \nPage 1 of 20
Item # 5
What is the Countywide Plan?What is the Countywide Plan?••Countywide Future Countywide Future Land UseLand Use••TransportationTransportation••Intergovernmental Intergovernmental ••Intergovernmental Intergovernmental CoordinationCoordinationAttachment number 1 \nPage 2 of 20
Item # 5
Our partners…Our partners…Our PlanAttachment number 1 \nPage 4 of 20
Item # 5
What will the new plan look like?What will the new plan look like?Vision MapVision Map
CategoriesCategoriesVision MapVision Map
CategoriesCategoriesAttachment number 1 \nPage 5 of 20
Item # 5
What will the new plan look like?What will the new plan look like?Associated PlanningAssociated PlanningTiered Review ProcessTiered Review Process
Associated PlanningAssociated PlanningTiered Review ProcessTiered Review ProcessAttachment number 1 \nPage 6 of 20
Item # 5
Current Countywide Current Countywide Plan Map CategoriesPlan Map CategoriesAttachment number 1 \nPage 7 of 20
Item # 5
The difference between this…The difference between this…CurrentCurrentCountywide Plan Map CategoriesCountywide Plan Map CategoriesAttachment number 1 \nPage 8 of 20
Item # 5
…and this…and thisPotentialPotentialCountywide Plan Map CategoriesCountywide Plan Map CategoriesOverlaysAttachment number 1 \nPage 9 of 20
Item # 5
Proposed Countywide Proposed Countywide Plan Map CategoriesPlan Map Categories••Fewer Fewer categories/greater categories/greater mix of usesmix of uses••Flexibility/discretionFlexibility/discretion••Flexibility/discretionFlexibility/discretion••Fewer Fewer Map Map amendmentsamendments••Focus on links (LU/T)Focus on links (LU/T)Attachment number 1 \nPage 10 of 20
Item # 5
Pinellas by DesignPinellas by DesignCenters, Corridors, and Districts ConceptCenters, Corridors, and Districts ConceptAttachment number 1 \nPage 11 of 20
Item # 5
Future CentersFuture CentersLight Rail Transit Light Rail Transit Station Areas Station Areas Future CorridorsFuture CorridorsPSTA Enhanced Bus PSTA Enhanced Bus Target Employment OverlaysFutureCentersVision MapVision MapPSTA Enhanced Bus PSTA Enhanced Bus Network ConceptNetwork ConceptTarget EmploymentTarget EmploymentPoints of Employment Points of Employment ActivityActivityFutureCorridorsAttachment number 1 \nPage 12 of 20
Item # 5
Streamlined Planning ProcessStreamlined Planning Processfor Special Areasfor Special AreasAttachment number 1 \nPage 13 of 20
Item # 5
Streamlined Planning ProcessStreamlined Planning Processfor Special Areasfor Special AreasAttachment number 1 \nPage 14 of 20
Item # 5
Special AreaSpecial AreaPlansPlans••Water, Sewer, Water, Sewer, StormwaterStormwater••Residential Residential DensityDensityAssociated Associated PlanningPlanning15DensityDensity••NonNon--Res. Res. IntensityIntensity••UsesUses
Recognition of Certain Local Plans at Recognition of Certain Local Plans at OneOne--Time AdoptionTime Adoption••Plans approved by local Plans approved by local governmentsgovernments••Delineate specific Delineate specific boundariesboundariesboundariesboundaries••Address land use, Address land use, densities/intensities, densities/intensities, redevelopment redevelopment strategies, and mobilitystrategies, and mobilityAttachment number 1 \nPage 16 of 20
Item # 5
The Tiered Map Amendment ProcessThe Tiered Map Amendment ProcessLevel I Level I –– Official AcceptanceOfficial Acceptance17Level II Level II –– Limited ReviewLimited ReviewLevel III Level III –– Full ReviewFull ReviewAttachment number 1 \nPage 17 of 20
Item # 5
Adopting an Activity Center or CorridorAdopting an Activity Center or CorridorVision Map Vision Map -- NewNewVision MapVision MapLocal FLUP MapLocal FLUP Map18Level IILevel IIFewest Fewest AssociatedAssociatedRequirementsRequirementsLevel IIILevel IIIHighest Level Highest Level of of JustificationJustificationLevel ILevel IAdministrativeAdministrativeAttachment number 1 \nPage 18 of 20
Item # 5
AdoptionAdoption ScheduleSchedulePHASE I -CompletedPHASE II –75%PHASE III -Oct 2013Attachment number 1 \nPage 19 of 20
Item # 5
CountywideCountywidePlan UpdatePlan UpdateCity of ClearwaterCity of ClearwaterMay 1, 2013May 1, 2013Attachment number 1 \nPage 20 of 20
Item # 5
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Clearwater Groundwater Replenishment Project Update Presentation - Nan Bennett - Public Utilities Asst Director
SUMMARY:
Review Approval:1) Clerk
Cover Memo
Item # 6
Clearwater’s
Groundwater Replenishment
Project Update
Janice “Nan” Bennett, P.E.
Public Utilities Assistant Director
Attachment number 1 \nPage 1 of 18
Item # 6
To provide high-quality water,
wastewater & reclaimed services
while protecting the public health and
natural environment of our community
through cost-effective management,
operating, and maintenance of our
infrastructure sustaining these
essential services.
Public Utilities Mission
Attachment number 1 \nPage 2 of 18
Item # 6
Community Water Cycle
Attachment number 1 \nPage 3 of 18
Item # 6
Integrated Water Management
Strategy
A holistic approach that brings together
all facets of the water cycle —
water supply and treatment
sewage collection and treatment
purification
Reuse and disposal
Attachment number 1 \nPage 4 of 18
Item # 6
Integrated Water Management
Tactics
1. Conserve limited water supplies
2. Preserve drinking water sources
3. Protect coastal environment
4. Produce more water locally
5. Manage the rising cost of water
Attachment number 1 \nPage 5 of 18
Item # 6
One Water
Attachment number 1 \nPage 6 of 18
Item # 6
To construct a water purification
plant at the existing Northeast
Water Reclamation Facility to
supply 3 MGD of highly treated
water to recharge lower Zone A of
the Floridan Aquifer.
Project Statement
Attachment number 1 \nPage 7 of 18
Item # 6
Ultra-
Filtration
Reverse
Osmosis
Purification Process
Block Diagram
Reclaimed
Water
To Post
Treatment
Attachment number 1 \nPage 8 of 18
Item # 6
Membrane
Contactors
Chemical
Addition
Post Purification Treatment
Water Purification
Process
To Recharge
Wells
Attachment number 1 \nPage 9 of 18
Item # 6
Water Quality Comparison
Parameter Purified
Water
Native
Grndwtr
Total Dissolved Solids, mg/L 27 620
Calcium, mg/L 1.1 80
Magnesium, mg/L 0.2 17
Sodium, mg/L 6.5 170
Iron, mg Fe++/L <.01 .05
Arsenic, µg/L <1.0 <1.0
Alkalinity, mg CaCO3/L 10.5 160
Chloride, mg/L 6.1 330
Sulfate, mg/L 0.8 16
pH 5.5 7.5
Dissolved Oxygen, mg/L >6.0 0.3
ORP, mv +-307
Attachment number 1 \nPage 10 of 18
Item # 6
Conceptual Recharge System Design
City Controlled
Property
Proposed
Recharge Well
Water Purification
Plant
Northeast
Water
Reclamation
Facility
Attachment number 1 \nPage 11 of 18
Item # 6
Recharge Well Operation
Intermediate CU
Semi-CU
Upper Zone A
Surficial Aquifer
Zone B
Recharge Well
Floridan AquiferSemi-CU
Lower Zone A
Attachment number 1 \nPage 12 of 18
Item # 6
Model Particle Tracks
Attachment number 1 \nPage 13 of 18
Item # 6
Feasibility Study
Bench, Pilot & Field
Investigation
Future Field
Investigation
Full Scale Design, Permit
& Construct
Proceed
Proceed
?
YES
Terminate
Project
NO
YES
Attachment number 1 \nPage 14 of 18
Item # 6
Design Exp. Well
Build Recharge System
Final Analysis,
Modeling & Report
Design/Permit
Pilot
Construct Pilot
Treatment System Monitoring & Testing
Construct Exp. Well
Core Samples
Pilot & Demonstration Phase
Public Outreach Strategy
Operate Pilot
Treatment System
?
?
?
?
Project Review, Refine Tasks, Update Public Outreach
Attachment number 1 \nPage 15 of 18
Item # 6
Case for Groundwater
Replenishment with Purified Water
safe, crystal clear, odorless
extends existing supplies
cost effective
extend timeframe for developing
more costly supplies
Attachment number 1 \nPage 16 of 18
Item # 6
Project Team
-Public Utility Owner
-Cooperative Funding Partner
-Engineering Consultant
-Hydrogeology ConsultantLeggette, Brashears
& Graham, Inc.
Attachment number 1 \nPage 17 of 18
Item # 6
Clearwater’s
Groundwater Replenishment
Project Update
Janice “Nan” Bennett, P.E.
Public Utilities Assistant Director
Attachment number 1 \nPage 18 of 18
Item # 6
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Approve the minutes of the April 18, 2013 City Council Meeting as submitted in written summation by the City Clerk.
SUMMARY:
Review Approval:
Cover Memo
Item # 7
Council 2013-04-18 1
CITY COUNCIL MEEETING MINUTES
CITY OF CLEARWATER
April 18, 2013
Present: Mayor George N. Cretekos, Vice Mayor Paul Gibson, Councilmember
Doreen Hock-DiPolito, Councilmember Bill Jonson, and Councilmember
Jay E. Polglaze.
Also Present: William B. Horne II - City Manager, Jill S. Silverboard - Assistant City
Manager, Rod Irwin - Assistant City Manager, Pamela K. Akin - City
Clerk, Rosemarie Call - City Clerk, and Nicole Sprague - Official
Records and Legislative Services Coordinator.
To provide continuity for research, items are listed in agenda order although not
necessarily discussed in that order.
Unapproved
1.
Call to Order - Mayor George N. Cretekos
The meeting was called to order at 6:00 p.m. at City Hall.
2.
Invocation - Fr. Bob Swick/Police Chaplain from Ukrainian Orthodox
Catholic Church
3.
Pledge of Allegiance - Councilmember Bill Jonson
4. Presentations - Given.
4.1
Service Awards
The April 2013 Employee of the Month was presented to Parking Enforcement Officer
Norton McGiffin IV.
4.2
Child Abuse Prevention Month Proclamation, April 2013 - Mike Carroll,
SunCoast Regional Director of the Department of Children and Families.
4.3
Clearwater Fire and Rescue Local 1158 Appreciation Month Proclamation, April
2013 - Lt. Patrick Conrey with Clearwater Fire and Rescue
4.4 National Crime Victims Week Proclamation, April 21-23, 2013 - Yolanda Cowart,
Founder of the Springtime Club DraftAttachment number 1 \nPage 1 of 16
Item # 7
Council 2013-04-18 2
4.5
Arbor Day Proclamation, April 27, 2013 - Chuck Porthouse, Parks and Rec.
4.6
Pinellas County Economic Development Presentation - Mike Meidel, Dir. Pinellas
County Economic Development
Mr. Meidel provided an overview on current state of local economy and reviewed the
economic trends in Pinellas County.
5. Approval of Minutes
5.1
Approve the minutes of the April 4, 2013 City Council Meeting as submitted in
written summation by the City Clerk.
Councilmember Bill Jonson moved to approve the minutes of the April 4, 2013 City
Council Meeting as submitted in written summation by the City Clerk. The motion was
duly seconded and carried unanimously.
6.
Citizens to be Heard re Items Not on the Agenda
Anne Garris, Donna Eliason, Julie Chandler, Linda Owens, Helena Hughberger,
and Dwight Gilbert supported additional funding in next year’s budget to extend
operations year round at the Clearwater Beach Recreation Center/Pool/Library.
Public Hearings - Not before 6:00 PM
7. Administrative Public Hearings
7.1
Approve the annexation, initial Future Land Use Map designations of Residential
Low (RL), Preservation (P) and Drainage Feature Overlay and initial Zoning
Atlas designations of Low Medium Density Residential (LMDR) and Preservation
(P) districts for 1861 and 1880 Diane Drive; 1744 Evans Drive; 1716 and 1733
Grove Drive; 1765 Lucas Drive; 1806 Marilyn Drive; 1848 and 1851 Skyland
Drive; 2720 and 2724 Morningside Drive; and 2724 and 2728 Woodring Drive
(all parcels are located in Section 05, Township 29 South, Range 16 East); and
pass Ordinances 8392-13, 8393-13 and 8394-13 on first reading. (ATA2013-
01001)
The City of Clearwater Planning and Development Department identified an area
within the Clearwater Planning Area with a large concentration of properties with
Agreements to Annex (ATAs) that are eligible for annexation. These properties DraftAttachment number 1 \nPage 2 of 16
Item # 7
Council 2013-04-18 3
are located east of U.S. Highway 19, north of State Road 590 and south of Sunset
Point Road. Subdivisions in this area include Virginia Grove Terrace and Carlton
Terrace. The Department identified a total of 189 properties in this area that could
be annexed through a phased approach over the next several years, and to date
146 properties have been annexed.
This application, which has been identified as Phase E of the overall annexation
project, includes 13 of the 189 properties. Current or previous owners of these
properties entered into ATAs between 1983 and 2011 to obtain sanitary sewer
service. The Planning and Development Department is initiating this project to
bring the properties into the City’s jurisdiction in compliance with the terms and
conditions set forth in the agreements. The Phase E properties are occupied by
13 detached dwellings on 2.57 acres of land.
It is proposed that approximately 1.64 acres of right-of-way throughout this area
on Woodring Drive, Grove Drive, Lucas Drive, Marilyn Drive, Skyland Drive, and
Terrace Drive right-of-way not currently within the city limits also be annexed
(please refer to the attached annexation map for the specific locations). It is
proposed that the 13 properties be assigned a future land use map designation of
Residential Low (RL). A major drainage ditch traverses one of these properties
(1744 Evans Drive) for which the Preservation (P) and Drainage Feature Overlay
designations are proposed consistent with the ditch boundaries. It is proposed
that all parcels be assigned the zoning designation of Low Medium Density
Residential (LMDR) District. In addition, it is proposed the property with the
drainage ditch also be assigned the Preservation (P) zoning category.
The Planning and Development Department has determined that the proposed
annexation is consistent with the provisions of Community Development Code
Section 4-604.E as follows:
• The properties currently receive sanitary sewer service from the City and
water service from Pinellas County. Collection of solid waste will be
provided by the City. The properties are located within Police District III and
service will be administered through the district headquarters located at
2851 N. McMullen Booth Road. Fire and emergency medical services will
be provided to these properties by Station 48 located at 1700 Belcher
Road. The City has adequate capacity to serve the properties with solid
waste, police, fire and EMS service. Water service will continue to be
provided by Pinellas County. The proposed annexations will not have an
adverse effect on public facility levels of service; and
DraftAttachment number 1 \nPage 3 of 16
Item # 7
Council 2013-04-18 4
• The proposed annexation is consistent with and promotes the following
objectives and policy of the Clearwater Comprehensive Plan:
Policy A.7.1.3: Invoke agreements to annex where properties located within
enclaves meet the contiguity requirements of Florida Statutes Chapter 171.
Objective A.6.4: Due to the built-out character of the City of Clearwater,
compact urban development within the urban service area shall be
promoted through application of the Clearwater Community Development
Code.
Objective A.7.2: Diversify and expand the City’s tax base through the
annexation of a variety of land uses located within the Clearwater Planning
Area.
• The proposed Residential Low (RL), Preservation (P) and Drainage
Feature Overlay Future Land Use Map categories are consistent with the
current Countywide Plan designation of the properties. The Residential
Low (RL) designation primarily permits residential uses at a density of 5.0
units per acre. The Preservation (P) and Drainage Feature Overlay
categories proposed to be applied to one property (1744 Evans Drive)
recognize the watershed and drainage feature on the property. The
proposed zoning districts to be assigned to the properties are the Low
Medium Density Residential (LMDR) District and Preservation (P) District.
The uses of the subject properties are consistent with the uses allowed in
the Low Medium Density Residential (LMDR) District. All of the properties
meet the minimum dimensional requirements of the Low Medium Density
Residential (LMDR) District; therefore, the proposed annexation is
consistent with the Countywide Plan, Clearwater Comprehensive Plan, and
Clearwater Community Development Code; and
• The properties proposed for annexation are contiguous to existing City
boundaries along at least one property boundary; therefore, the
annexations are consistent with Florida Statutes Chapter 171.044.
Councilmember Jay Polglaze moved Approve the annexation, initial Future Land Use
Map designations of Residential Low (RL), Preservation (P) and Drainage Feature
Overlay and initial Zoning Atlas designations of Low Medium Density Residential
(LMDR) and Preservation (P) districts for 1861 and 1880 Diane Drive; 1744 Evans
Drive; 1716 and 1733 Grove Drive; 1765 Lucas Drive; 1806 Marilyn Drive; 1848 and
1851 Skyland Drive; 2720 and 2724 Morningside Drive; and 2724 and 2728 Woodring
Drive (all parcels are located in Section 05, Township 29 South, Range 16 East). The
motion was duly seconded and carried unanimously. DraftAttachment number 1 \nPage 4 of 16
Item # 7
Council 2013-04-18 5
Ordinance 8392-13 was presented and read by title only. Vice Mayor Paul Gibson
moved to pass Ordinance 8392-13 on first reading. The motion was duly seconded and
upon roll call, the vote was:
"Ayes": Mayor George N. Cretekos, Vice Mayor Paul Gibson, Councilmember
Doreen Hock-DiPolito, Councilmember Bill Jonson, and Councilmember
Jay E. Polglaze.
"Nays": None.
Ordinance 8393-13 was presented and read by title only. Councilmember Bill Jonson
moved to pass Ordinance 8393-13 on first reading. The motion was duly seconded and
upon roll call, the vote was:
"Ayes": Mayor George N. Cretekos, Vice Mayor Paul Gibson, Councilmember
Doreen Hock-DiPolito, Councilmember Bill Jonson, and Councilmember
Jay E. Polglaze.
"Nays": None.
Ordinance 8394-13 was presented and read by title only. Councilmember Doreen
Hock-DiPolito moved to pass Ordinance 8394-13 on first reading. The motion was duly
seconded and upon roll call, the vote was:
"Ayes": Mayor George N. Cretekos, Vice Mayor Paul Gibson, Councilmember
Doreen Hock-DiPolito, Councilmember Bill Jonson, and Councilmember
Jay E. Polglaze.
"Nays": None.
In response to a question, the City Attorney said the zoning ordinance may not be heard
until after the land use ordinance, which must be heard after the annexation ordinance.
7.2
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 1825 Carlton Drive (Lot 4, Block C, Carlton Terrace in
Section 5, Township 29 South, Range 16 East); and pass Ordinances 8389-13,
8390-13 and 8391-13 on first reading. (ANX2013-01002) DraftAttachment number 1 \nPage 5 of 16
Item # 7
Council 2013-04-18 6
This voluntary annexation petition involves a 0.176-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 233 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 located within an enclave and is
contiguous to existing City boundaries to the west. 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 and Development Department determined that the proposed
annexation is consistent with the provisions of Community Development Code
Section 4-604.E as follows:
The property currently receives water service from the City. The closest sanitary
sewer line is located in the adjacent Carlton Drive right-of-way. The applicant has
paid the City's sewer impact and assessment fees and is aware of the additional
costs to extend City sewer service to this property. 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 district headquarters located at 2851
N. 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 proposed annexation will not have an adverse effect on
public facilities and their levels of service; and
The proposed annexation is consistent with and promotes the following objective
of the Clearwater Comprehensive Plan:
Objective A.6.4 Due to the built-out character of the City of Clearwater, compact
urban development within the urban service area shall be promoted through
application of the Clearwater Community Development Code.
Objective A.7.2 Diversify and expand the City’s tax base through the annexation
of a variety of land uses located within the Clearwater Planning Area.
Policy A.7.2.3 Continue to process voluntary annexations for single-family
residential properties upon request.
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 units per acre. The proposed zoning district to
be assigned to the property is the Low Medium Density Residential (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 DraftAttachment number 1 \nPage 6 of 16
Item # 7
Council 2013-04-18 7
requirements. The proposed annexation is therefore consistent with the
Countywide Plan and the 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.
Councilmember Jay Polglaze moved to 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 1825 Carlton Drive (Lot 4, Block C, Carlton
Terrace in Section 5, Township 29 South, Range 16 East). The motion was duly
seconded and carried unanimously.
Ordinance 8389-13 was presented and read by title only. Vice Mayor Paul Gibson
moved to pass Ordinance 8389-13 on first reading. The motion was duly seconded and
upon roll call, the vote was:
"Ayes": Mayor George N. Cretekos, Vice Mayor Paul Gibson, Councilmember
Doreen Hock-DiPolito, Councilmember Bill Jonson, and Councilmember
Jay E. Polglaze.
"Nays": None.
Ordinance 8390-13 was presented and read by title only. Councilmember Bill Jonson
moved to pass Ordinance 8390-13 on first reading. The motion was duly seconded and
upon roll call, the vote was:
"Ayes": Mayor George N. Cretekos, Vice Mayor Paul Gibson, Councilmember
Doreen Hock-DiPolito, Councilmember Bill Jonson, and Councilmember
Jay E. Polglaze.
"Nays": None.
Ordinance 8391-13 was presented and read by title only. Councilmember Doreen
Hock-DiPolito moved to pass Ordinance 8391-13 on first reading. The motion was duly
seconded and upon roll call, the vote was:
"Ayes": Mayor George N. Cretekos, Vice Mayor Paul Gibson, Councilmember
Doreen Hock-DiPolito, Councilmember Bill Jonson, and Councilmember
Jay E. Polglaze.
DraftAttachment number 1 \nPage 7 of 16
Item # 7
Council 2013-04-18 8
"Nays": None.
8. Second Readings - Public Hearing 8.1
Adopt Ordinance 8383-13 on second reading, vacating that certain 40-foot
platted right-of-way abutting and lying east of Lots 4, 5, 6, 14, 15, 16, 17 and 18,
dedicated and described in the Plat titled Elysium Phase 1 as recorded in Plat
Book 93, Pages 41-46, public records of Pinellas County, Florida, subject to
conditions.
Ordinance 8383-13 was presented and read by title only.
Real Estate Services Coordinator Chuck Lane said the developer and the neighborhood
have reached a compromise. The developer has revised the site plan, which no longer
calls for the use of Landmark Drive.
Councilmember Jay E. Polglaze moved to adopt Ordinance 8383-13 on second and
final reading. The motion was duly seconded and upon roll call, the vote was:
"Ayes": Mayor George N. Cretekos, Vice Mayor Paul Gibson, Councilmember
Doreen Hock-DiPolito, Councilmember Bill Jonson, and Councilmember
Jay E. Polglaze.
"Nays": None.
9.
Consent Agenda – Approved as submitted, less Items 9.4 and 9.5
9.1
Approve request from 1409 Alpine Road, LLC to sell 4 condominium units at
$117,000, write-off remainder of HOME loan balance estimated at $401,131.54,
and authorize the appropriate officials to execute same. (consent)
9.2
Approve renewal of the City’s Statutory Death Benefits Policy with The Hartford
Financial Services Group, providing accidental death and disability coverages for
all full-time Law Enforcement Officers, Firefighters, and applicable
Administrators, for the two-year period retroactive to October 1, 2012 and
continuing through September 30, 2014, at a cost of $21,818, pre-paid for the
two-year period. (consent)
9.3
Accept a Modification of Deed granted by U.S. Home Corporation, former
owners of real property currently owned by the City for use as the Countryside
Recreation Center. (consent)
9.4 Award a contract (purchase order) to Landscape Structures Inc. of Delano, MN
for the construction and installation of a one of a kind Sand Castle Playground DraftAttachment number 1 \nPage 8 of 16
Item # 7
Council 2013-04-18 9
and Welcome sign at Pier 60 Park for $438,881 and approve the transfer of
$100,000 from unappropriated retained earnings to CIP 315-93624 Pier 60 Park
Repair and Improvement at mid-year, to construct a military flag plaza to be
located in Pier 60 Park. (consent)
See below.
9.5 Approve co-sponsorship and waiver of requested City fees and service charges
for Fiscal Year 2013/14 special events, including five annual City events and
fourteen City co-sponsored events, at an estimated General Fund cost of
$382,685 ($24,300 cash contributions and $358,385 in-kind contributions) and
Enterprise Fund cost and fee waiver of $86,410, for the purposes of Fiscal Year
2013/14 departmental budget submittals. (consent)
See below.
9.6
Award a Contract (Purchase Order) for $253,497.00 to RingPower of Riverview,
FL for one Caterpillar M322 Hydraulic Excavator, Wheeled Type, in accordance
with Sec. 2.564(1)(d), Code of Ordinances - Other Governmental bid; authorize
lease purchase under the City's Master Lease Purchase Agreement and
authorize the appropriate officials to execute same. (consent)
9.7
Award a Contract (Purchase Order) for $303,520.10 to Rush Truck Center of
Tampa, FL for one Peterbilt Model 320 chassis with E-Z Pack CFL 35 Cubic
Yard Body, in accordance with Sec. 2.564(1)(d), Code of Ordinances - Other
governmental bid; authorize lease purchase under the City's Master Lease
Purchase Agreement and authorize the appropriate officials to execute same.
(consent)
9.8
Approve a $252,000.00 Blanket Purchase Order, from May 1, 2013 through April
30, 2014, to Water Specialists Technologies LLC, of Sanford, FL for the
purchase of copper precipitant TR-50, and authorize the appropriate officials to
execute same. (consent)
9.9
Approve a Blanket Purchase Order to T. Wayne Hill Trucking, Inc., of Bartow, FL
in the amount of $1,636,000.08 for biosolids services for a one-year period with
two optional annual extensions, and authorize the appropriate officials to execute
same. (consent)
9.10
Approve Change Order 2 to Layne Inliner, LLC in the amount of $420,000.00 for
sanitary sewer line cleaning and inspection at various locations throughout the
City of Clearwater for a new contract total of $1,620,000.00; and authorize the
appropriate officials to execute same. (consent)
DraftAttachment number 1 \nPage 9 of 16
Item # 7
Council 2013-04-18 10
9.11
Approve Parking Consultant of Record contracts with Kimley-Horn and
Associates; TimHaahs; and Walker Parking Consultants for a period of three
years, commencing April 22, 2013, and authorize the appropriate officials to
execute same. (consent)
9.12
Award a contract to Steves Excavating and Paving Inc. of Clearwater, Florida,
for Tropic Hills Stormwater Outfall Project Phase III (11-0040-EN), in the amount
of $1,449,371.28, which is the lowest responsible bid received in accordance
with the plans and specifications and authorize the appropriate officials to
execute same. (consent)
9.13
Appoint Carolyn Byrd and Karen Cunningham to the Public Art and Design
Board with terms to expire April 30, 2017 and appoint Neale A. Stralow to the
Public Art and Design Board to fill the remainder of an unexpired term to expire
February 28, 2014.
9.14
Approve the 2013 Federal Legislative Package.
Councilmember Doreen Hock-DiPolito moved to approve the Consent Agenda, less
Items 9.4 and 9.5, and authorize the appropriate officials to execute same. The motion
was duly seconded and carried unanimously.
9.4
Award a contract (purchase order) to Landscape Structures Inc. of Delano, MN
for the construction and installation of a one of a kind Sand Castle Playground
and Welcome sign at Pier 60 Park for $438,881 and approve the transfer of
$100,000 from unappropriated retained earnings to CIP 315-93624 Pier 60 Park
Repair and Improvement at mid-year, to construct a military flag plaza to be
located in Pier 60 Park. (consent)
In Fiscal Year 2010/11, the City Council approved a new Capital Improvement
Project for $510,000 to fund repairs and improvements to Pier 60 Park. The
scope of the project included the repair of existing seating wall, site furniture,
ground renovation, walkways, irrigation repairs, special event layout
improvements in order to make the park consistent with the major improvement
made in the Beach Walk project as well as the addition of a new concept in play
structures that will become a focal spot on the beach.
The purchase of the sandcastle playground and entry sign will become that focal
point for all persons visiting Clearwater Beach and become a prime photo
opportunity for all visitors to the beach and Pier 60 Park.
In time staff believes it will be a prime quality tourist attraction and a destination
place for visitors and residents. The playground is unique in that the main DraftAttachment number 1 \nPage 10 of 16
Item # 7
Council 2013-04-18 11
structures are constructed from concrete and is designed to withstand the harsh
beach weather with little to no maintenance. It is colorful and full of unique play
areas that allow children to explore the wonders of a life-size sand castle,
including a main central tower and a portion of the sand castle being washed
away with the tide. Staff is recommending the purchase from Landscape
Structures Inc. as a sole source item as all playground manufactures design and
make equipment that while similar is unique to their product line and not
competitive. The City has traditionally purchased equipment from various
vendors in order to take advantage of special pricing and quality designs. If
approved, it will take approximately 4 months for construction and delivery with
installation scheduled for September of this year. Additional funding is being
requested in this project to construct a military flag plaza in Pier 60 Park at the
end of State Road 60 and the roundabout to honor all of the branches of the
military. While the plaza has not been fully designed, it will incorporate the same
type of coquina style material used for the doughboy statues at the beginning of
the Memorial Causeway Bridge. If approved, funds will be transferred at mid-
year from unappropriated retained earnings.
It was suggested that funding for the playground equipment be taken from the parking
fund instead of the general fund revenue. It was stated that parking fund dollars be
used for parking facilities or parking related facilities.
A concern was expressed that the businesses on Clearwater Beach may not support
the playground component.
Four individuals spoke in opposition. One individual expressed support for a smaller
version of the playground castle and two individuals requested the item be continued to
allow the community to review the project and provide feedback. One individual
questioned the project’s cost.
In response to questions, Parks and Recreation Director Kevin Dunbar said the existing
playground will not be removed. No green space will be removed to accommodate for
the proposed playground. The sand castle is designed for ages five through twelve.
Councilmember Doreen Hock-DiPolito moved to award a contract (purchase order) to
Landscape Structures Inc. of Delano, MN for the construction and installation of a one
of a kind Sand Castle Playground and Welcome sign at Pier 60 Park for $438,881 and
approve the transfer of $100,000 from unappropriated retained earnings to CIP 315-
93624 Pier 60 Park Repair and Improvement at mid-year, to construct a military flag
plaza to be located in Pier 60 Park. The motion was duly seconded.
Discussion ensued with concerns expressed regarding lack of public support.
DraftAttachment number 1 \nPage 11 of 16
Item # 7
Council 2013-04-18 12
Councilmember Bill Jonson moved to continue Item 9.4 to May 1, 2013. The motion
was duly seconded. Mayor George N. Cretekos, Vice Mayor Paul Gibson, and
Councilmembers Bill Jonson and Jay Polglaze voted “Aye”; Councilmember Doreen
Hock-DiPolito voted “Nay”.
Motion carried.
9.5
Approve co-sponsorship and waiver of requested City fees and service charges
for Fiscal Year 2013/14 special events, including five annual City events and
fourteen City co-sponsored events, at an estimated General Fund cost of
$382,685 ($24,300 cash contributions and $358,385 in-kind contributions) and
Enterprise Fund cost and fee waiver of $86,410, for the purposes of Fiscal Year
2013/14 departmental budget submittals. (consent)
According to City Council Policy 4M, Special Event Fees, there shall be an annual
review of City sponsored/co-sponsored events during the budget process. An
agenda item approving co-sponsorship and level of support for these events will
be brought before the City Council at the beginning of the budget process each
fiscal year. In the event additional money is requested beyond what is included
in the approved budget, City Council approval will be needed. Staff
recommended level of cash and in-kind contributions to be included in the various
departmental budgets for Fiscal Year 2013/14 for City sponsored and co-
sponsored special events, which includes 34 additional special events requiring
some type of in-kind support from the Parks and Recreation Special Events
Division during Fiscal Year 2013/14. It should be noted, that this represents an
increase of $18,520 in General Fund support from Fiscal Year 2012/13 and a total
decrease in Enterprise fund support of $17,780.
The increase in General Fund is due primarily to:
• Overall 3% increase in salaries
• Fire service increasing staffing levels to meet National Best Practice
Standards
• Police support of Tri Rock increase based upon operating the event for one
year
The decrease in enterprise funds is for adjustments made for the Tri Rock event
with reductions in lost parking revenue and a reduction of sanitation costs for Tri
Rock event. The overall Tri Rock level of support remains the same. Cash
Requests of $24,300 is the same as Fiscal Year 2012: Clearwater Veterans
Alliance ($5,000), Clearwater Jazz Holiday ($14,550), and the Martin Luther King,
Jr. Day March and Rally ($4,750). For Council's consideration, the following four
events are requesting City support and co-sponsorship for Fiscal Year 2013/14.
1. Light It Up Clearwater - The Clearwater Beach Chamber has requested DraftAttachment number 1 \nPage 12 of 16
Item # 7
Council 2013-04-18 13
$10,000 in cash support for fireworks to support events on Clearwater Beach.
(Increase $10,000 cash, 500 in attendance)
2. Christmas Boat Parade - This event has been held in Clearwater for many
years and continues to grow. In order to accommodate more people viewing the
event from Coachman Park, staff is requesting $825 in additional in kind support
for portalets, security, police and marketing. (Increase $825 operating budgets,
3,000 in attendance)
3. Clearwater Beach Restaurant Week - The Clearwater Beach Chamber of
Commerce is requesting $2550 in total in kind services including police security,
parking services, dumpsters, barricades and barricade trailer, in-kind marketing
support and tent inspection. Funds raised to benefit local non-profits like
Clearwater Marine Aquarium. (Increase $2,550 operating budgets, 3,000 in
attendance)
4. Run/Walk for Willa - This event is a fundraising event for the Willa Carson
Health and Wellness Center. Last year's event had less than 50 participants. In-
kind service of $3,100 representing police security, sound tech and equipment,
chairs, tables, staging and in-kind marketing support is being requested ($3,100
operating budgets, 350 anticipated attendance).
At the April 15 2013 work session, there was council consensus to not fund
requests for Light it Up Clearwater and Run/Walk for Willa. Staff was directed to
fund the Christmas Boat Parade and limit funding for the Clearwater Beach
Restaurant Week to parking waiver fees.
Two individuals spoke in support of the Run/Walk for Willa funding request.
Vice Mayor Paul Gibson moved to approve co-sponsorship and waiver of requested
City fees and service charges for Fiscal Year 2013/14 special events, including five
annual City events and fourteen City co-sponsored events, at an estimated General
Fund cost of $382,685 ($24,300 cash contributions and $358,385 in-kind contributions)
and Enterprise Fund cost and fee waiver of $86,410, for the purposes of Fiscal Year
2013/14 departmental budget submittals. The motion was duly seconded and carried
unanimously.
In response to a question, Parks and Recreation Director Kevin Dunbar said the
estimated cost to provide in-kind services for the Run/Walk for Willa event is $3,100.
Councilmember Jay Polglaze moved to reconsider Item 9.5. The motion was duly
seconded. Mayor George N. Cretekos and Councilmembers Bill Jonson and Jay DraftAttachment number 1 \nPage 13 of 16
Item # 7
Council 2013-04-18 14
Polglaze voted ”Aye”; Vice Mayor Paul Gibson and Councilmember Doreen Hock-
DiPolito voted “Nay”.
Motion carried.
A concern was expressed that the Run/Walk for Willa event is a worthy cause that has
not had the opportunity to stand on its own and needs city assistance.
Councilmember Jay Polglaze moved to add $3,100 for in-kind contributions for the
Run/Walk for Willa event. The motion failed for lack of second.
A concern was expressed regarding the amount requested for in-kind contributions and
impact it would have on other new run/walk events.
Vice Mayor Paul Gibson moved to approve co-sponsorship and waiver of requested
City fees and service charges for Fiscal Year 2013/14 special events, including five
annual City events and fourteen City co-sponsored events, at an estimated General
Fund cost of $382,685 ($24,300 cash contributions and $358,385 in-kind contributions)
and Enterprise Fund cost and fee waiver of $86,410, for the purposes of Fiscal Year
2013/14 departmental budget submittals. The motion was duly seconded. Mayor
George N. Cretekos, Vice Mayor Paul Gibson and Councilmembers Doreen Hock-
DiPolito and Bill Jonson voted “Aye”; Councilmember Jay Polglaze voted “Nay”.
Motion carried.
City Manager Reports
10. Other Items on City Manager Reports
10.1
Authorize the execution of Supplemental Joint Participation Agreement (JPA)
Number 1 between the City of Clearwater and the State of Florida Department of
Transportation (FDOT); approve transferring $6,215.16 from Airpark Retained
Earnings to cover the City 20% match for Airpark improvements, and adopt
Resolution 13-07.
On April 2, 2009, the City Council approved a contract with FDOT to provide
$166,799.00 in funding at 100% to install new security fencing, cameras, digital
recorders, card readers, and signage at the Clearwater Airpark.
There is $24,860.66 left in the agreement and FDOT has agreed to allow the
funds to be used for remaining Airpark improvements, if the City provides
$6,215.16 as a 20% match. This will bring the agreement total up to
$173,014.16.
FDOT will provide $24,860.66 (80%) reimbursable funding and the City will pay
$6,215.16 (20%) of project costs from Airpark retained earnings. DraftAttachment number 1 \nPage 14 of 16
Item # 7
Council 2013-04-18 15
Upon execution of the JPA, a mid-year amendment will transfer $6,215.16 of
Airpark Fund reserves to capital project 315-94858, Airpark Security
Improvements to fund the City’s share.
Councilmember Bill Jonson moved to authorize the execution of Supplemental Joint
Participation Agreement (JPA) Number 1 between the City of Clearwater and the State
of Florida Department of Transportation (FDOT); approve transferring $6,215.16 from
Airpark Retained Earnings to cover the City 20% match for Airpark improvements. The
motion was duly seconded and carried unanimously.
Resolution 13-07 was presented and read by title only. Councilmember Doreen Hock-
DiPolito moved to adopt Resolution 13-07. The motion was duly seconded and upon roll
call, the vote was:
"Ayes": Mayor George N. Cretekos, Vice Mayor Paul Gibson, Councilmember
Doreen Hock-DiPolito, Councilmember Bill Jonson, and Councilmember
Jay E. Polglaze.
"Nays": None.
Miscellaneous Reports and Items
11.
City Manager Verbal Reports
11.1 City Manager Verbal Reports
Assistant City Manager Jill Silverboard said in response to a concern raised at the April
4, 2013 council meeting, a code inspector visited the property and met with the
Countryside Mall representatives to discuss the concerns raised by Rustlewood
Condos. The construction trailers have been moved closer to the JCPenny site, excess
dumpsters have been removed, and a fenced was installed. Ms. Silverboard said the
Mall would be cited for any observed violations and that the two sections of fence
separating the medical offices from the condo property need to be replaced.
Update on Rustlewood Condos Concerns
12.
Closing Comments by Mayor
Mayor George N. Cretekos reviewed recent and upcoming events.
DraftAttachment number 1 \nPage 15 of 16
Item # 7
Council 2013-04-18 16
13.
Adjourn
The meeting was adjourned at 8:31 p.m.
Mayor
City of Clearwater
Attest
City Clerk DraftAttachment number 1 \nPage 16 of 16
Item # 7
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Adopt Ordinance 8389-13 on second reading, annexing certain real property whose post office address is 1825 Carlton Drive, into
the corporate limits of the city and redefining the boundary lines of the city to include said addition.
SUMMARY:
Review Approval:
Cover Memo
Item # 8
Ordinance No. 8389 -13
ORDINANCE NO. 8389-13
AN ORDINANCE OF THE CITY OF CLEARWATER,
FLORIDA, ANNEXING CERTAIN REAL PROPERTY
LOCATED ON THE EAST SIDE OF CARLTON DRIVE
APPROXIMATELY 233 FEET SOUTH OF WOODRING
DRIVE, CONSISTING OF LOT 4, BLOCK C, CARLTON
TERRACE, WHOSE POST OFFICE ADDRESS IS 1825
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 4, Block C, Carlton Terrace, according to the plat thereof, as
recorded in Plat Book 41, Page 16, of the Public Records of Pinellas
County, Florida.
(ANX2013-01002)
The map attached as Exhibit A is hereby incorporated by reference.
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 and Development 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.
Attachment number 1 \nPage 1 of 2
Item # 8
Ordinance No. 8389 -13
PASSED ON FIRST READING
PASSED ON SECOND AND FINAL
READING AND ADOPTED
________________________________
George N. Cretekos
Mayor
Approved as to form: Attest:
___________________________ _______________________________
Leslie K. Dougall-Sides Rosemarie Call
Assistant City Attorney City Clerk
Attachment number 1 \nPage 2 of 2
Item # 8
Attachment number 2 \nPage 1 of 1
Item # 8
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Adopt Ordinance 8390-13 on second reading, amending the future land use plan element of the Comprehensive Plan of the city to
designate the land use for certain real property whose post office address is 1825 Carlton Drive, upon annexation into the City of
Clearwater, as Residential Low (RL).
SUMMARY:
Review Approval:
Cover Memo
Item # 9
Ordinance No. 8390-13
ORDINANCE NO. 8390-13
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 LOCATED ON THE
EAST SIDE OF CARLTON DRIVE APPROXIMATELY 233 FEET
SOUTH OF WOODRING DRIVE, CONSISTING OF LOT 4,
BLOCK C, CARLTON TERRACE, WHOSE POST OFFICE
ADDRESS IS 1825 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 4, Block C, Carlton Terrace according to the Residential Low (RL)
plat thereof, as recorded in Plat Book 41, Page 16,
of the Public Records of Pinellas County, Florida.
(ANX2013-01002)
The map attached as Exhibit A is hereby incorporated by reference.
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. 8389-13.
PASSED ON FIRST READING _____________________
PASSED ON SECOND AND FINAL _____________________
READING AND ADOPTED
__________________________
George N. Cretekos
Mayor
Approved as to form: Attest:
__________________________ __________________________
Leslie K. Dougall-Sides Rosemarie Call
Assistant City Attorney City Clerk
Attachment number 1 \nPage 1 of 1
Item # 9
Attachment number 2 \nPage 1 of 1
Item # 9
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Adopt Ordinance 8391-13 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post
office address is 1825 Carlton Drive, upon annexation into the City of Clearwater, as Low Medium Density Residential
SUMMARY:
Review Approval:
Cover Memo
Item # 10
Ordinance No. 8391-13
ORDINANCE NO. 8391-13
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
233 FEET SOUTH OF WOODRING DRIVE, CONSISTING
OF LOT 4, BLOCK C, CARLTON TERRACE, WHOSE POST
OFFICE ADDRESS IS 1825 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 4, Block C, Carlton Terrace, according Low Medium Density
to the plat thereof, as recorded in Plat Book Residential (LMDR)
41, Page 16, of the Public Records of Pinellas
County, Florida.
(ANX2013-01002)
The map attached as Exhibit A is hereby incorporated by reference.
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. 8389-13.
PASSED ON FIRST READING ___________________________
PASSED ON SECOND AND FINAL ___________________________
READING AND ADOPTED
_______________________________
George N. Cretekos
Mayor
Attachment number 1 \nPage 1 of 2
Item # 10
Ordinance No. 8391-13
Approved as to form: Attest:
__________________________ ______________________________
Leslie K. Dougall-Sides Rosemarie Call
Assistant City Attorney City Clerk
Attachment number 1 \nPage 2 of 2
Item # 10
Attachment number 2 \nPage 1 of 1
Item # 10
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Adopt Ordinance 8392-13 on second reading, annexing certain real property whose post office addresses are 1861 and 1880 Diane
Drive, 1806 Marilyn Drive, 2720 and 2724 Morningside Drive, 1848 and 1851 Skyland Drive, 2724 and 2728 Woodring Drive,
1716 and 1733 Grove Drive, 1765 Lucas Drive, and 1744 Evans Drive, together with all right of way of Woodring Drive abutting
Lot 15, Block F through Lot 1, Block J, and all right of way of Skyland Drive abutting Lot 1, Block I, and Lot 9, Block H, and all
right ofway of Marilyn Drive abutting Lot 8, Block H in Carlton Terrace First Addition subdivision; all right of way of Grove
Drive abutting Lot 5, Block 4, in Virginia Grove Terrace First Addition subdivision, all right of way of Lucas Drive and Terrace
Drive abutting Lot 16, Block 5 in Virginia Grove Terrace Third Addition subdivision, into the corporate limits of the city and
redefining the boundary lines of the city to include said addition.
SUMMARY:
Review Approval:
Cover Memo
Item # 11
Ordinance No. 8392-13
ORDINANCE NO. 8392-13
AN ORDINANCE OF THE CITY OF CLEARWATER,
FLORIDA, ANNEXING CERTAIN REAL PROPERTY
LOCATED GENERALLY EAST OF US HIGHWAY 19,
NORTH OF SR 590, AND SOUTH OF SUNSET POINT
ROAD, CONSISTING OF A PORTION OF SECTION 5,
TOWNSHIP 29 SOUTH, RANGE 16 EAST, WHOSE POST
OFFICE ADDRESSES ARE 1861 AND 1880 DIANE DRIVE,
1806 MARILYN DRIVE, 2720 AND 2724 MORNINGSIDE
DRIVE, 1848 AND 1851 SKYLAND DRIVE, 2724 AND 2728
WOODRING DRIVE, 1716 AND 1733 GROVE DRIVE, 1765
LUCAS DRIVE AND 1744 EVANS DRIVE TOGETHER WITH
ALL RIGHT OF WAY OF WOODRING DRIVE ABUTTING
LOT 15, BLOCK F THRU LOT 1, BLOCK J, AND ALL RIGHT
OF WAY OF SKYLAND DRIVE ABUTTING LOT 1, BLOCK I,
AND LOT 9, BLOCK H, AND ALL RIGHT OF WAY OF
MARILYN DRIVE ABUTTING LOT 8, BLOCK H IN
CARLTON TERRACE FIRST ADDITION SUBDIVISION; ALL
RIGHT OF WAY OF GROVE DRIVE ABUTTING LOT 5,
BLOCK 4, IN VIRGINIA GROVE TERRACE FIRST
ADDITION SUBDIVISION; ALL RIGHT OF WAY OF LUCAS
DRIVE AND TERRACE DRIVE ABUTTING LOT 16, BLOCK
5, IN VIRGINIA GROVE TERRACE THIRD ADDITION
SUBDIVISION 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 B 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:
See attached legal descriptions, Exhibit A. (ATA2013-01001)
The map attached as Exhibit B is hereby incorporated by reference.
Attachment number 1 \nPage 1 of 2
Item # 11
Ordinance No. 8392-13
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 and Development 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
________________________________
George N. Cretekos
Mayor
Approved as to form: Attest:
___________________________ ____________________________________
Leslie K. Dougall-Sides Rosemarie Call
Assistant City Attorney City Clerk
Attachment number 1 \nPage 2 of 2
Item # 11
Attachment number 2 \nPage 1 of 1
Item # 11
Attachment number 3 \nPage 1 of 1
Item # 11
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Adopt Ordinance 8393-13 on second reading, amending the future land use plan element of the Comprehensive Plan of the city to
designate the land use for certain real property whose post office addresses are 1861 and 1880 Diane Drive, 1806 Marilyn Drive,
2720 and 2724 Morningside Drive, 1848 and 1851 Skyland Drive, 2724 and 2728 Woodring Drive, 1716 and 1733 Grove Drive,
1765 Lucas Drive, and 1744 Evans Drive, together with all right of way of Woodring Drive abutting Lot 15, Block F through Lot
1, Block J, and all right of way of Skyland Drive abutting Lot 1, Block I, and Lot 9, Block H, and all right ofway of Marilyn Drive
abutting Lot 8, Block H in Carlton Terrace First Addition subdivision; all right of way of Grove Drive abutting Lot 5, Block 4, in
Virginia Grove Terrace First Addition subdivision, all right of way of Lucas Drive and Terrace Drive abutting Lot 16, Block 5 in
Virginia Grove Terrace Third Addition subdivision, upon annexation into the City of Clearwater, as Residential Low (RL),
Preservation (P), and Drainage Feature Overlay.
SUMMARY:
Review Approval:
Cover Memo
Item # 12
Ordinance No. 8393-13
ORDINANCE NO. 8393-13
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 LOCATED
GENERALLY EAST OF US HIGHWAY 19, NORTH OF SR 590,
AND SOUTH OF SUNSET POINT ROAD, CONSISTING OF A
PORTION OF SECTION 5, TOWNSHIP 29 SOUTH, RANGE 16
EAST, WHOSE POST OFFICE ADDRESSES ARE 1861 AND
1880 DIANE DRIVE, 1806 MARILYN DRIVE, 2720 AND 2724
MORNINGSIDE DRIVE, 1848 AND 1851 SKYLAND DRIVE, 2724
AND 2728 WOODRING DRIVE, 1716 AND 1733 GROVE DRIVE,
1765 LUCAS DRIVE AND 1744 EVANS DRIVE TOGETHER
WITH ALL RIGHT OF WAY OF WOODRING DRIVE ABUTTING
LOT 15, BLOCK F THRU LOT 1, BLOCK J, AND ALL RIGHT OF
WAY OF SKYLAND DRIVE ABUTTING LOT 1, BLOCK I, AND
LOT 9, BLOCK H, AND ALL RIGHT OF WAY OF MARILYN
DRIVE ABUTTING LOT 8, BLOCK H IN CARLTON TERRACE
FIRST ADDITION SUBDIVISION; ALL RIGHT OF WAY OF
GROVE DRIVE ABUTTING LOT 5, BLOCK 4, IN VIRGINIA
GROVE TERRACE FIRST ADDITION SUBDIVISION; ALL RIGHT
OF WAY OF LUCAS DRIVE AND TERRACE DRIVE ABUTTING
LOT 16, BLOCK 5, IN VIRGINIA GROVE TERRACE THIRD
ADDITION SUBDIVISION, UPON ANNEXATION INTO THE CITY
OF CLEARWATER, AS RESIDENTIAL LOW (RL),
PRESERVATION (P), AND DRAINAGE FEATURE OVERLAY;
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
See attached legal descriptions, Exhibit A Residential Low (RL)
(ATA2013- 01001) Preservation (P)
Drainage Feature Overlay
The map attached as Exhibit B is hereby incorporated by reference.
Section 2. The City Council does hereby certify that this ordinance is consistent with
the City’s comprehensive plan.
Attachment number 1 \nPage 1 of 2
Item # 12
Ordinance No. 8393-13
Section 3. This ordinance shall take effect immediately upon adoption, contingent upon
and subject to the adoption of Ordinance No. 8392-13.
PASSED ON FIRST READING _____________________
PASSED ON SECOND AND FINAL _____________________
READING AND ADOPTED
__________________________
George N. Cretekos
Mayor
Approved as to form: Attest:
__________________________ __________________________
Leslie K. Dougall-Sides Rosemarie Call
Assistant City Attorney City Clerk
Attachment number 1 \nPage 2 of 2
Item # 12
Attachment number 2 \nPage 1 of 1
Item # 12
Attachment number 3 \nPage 1 of 1
Item # 12
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Adopt Ordinance 8394-13 on second reading, amending the Zoning Atlas of the city by zoning certain real property whose post
office addresses are 1861 and 1880 Diane Drive, 1806 Marilyn Drive, 2720 and 2724 Morningside Drive, 1848 and 1851 Skyland
Drive, 2724 and 2728 Woodring Drive, 1716 and 1733 Grove Drive, 1765 Lucas Drive, and 1744 Evans Drive, together with all
right of way of Woodring Drive abutting Lot 15, Block F through Lot 1, Block J, and all right of way of Skyland Drive abutting
Lot 1, Block I, and Lot 9, Block H, and all right ofway of Marilyn Drive abutting Lot 8, Block H in Carlton Terrace First Addition
subdivision; all right of way of Grove Drive abutting Lot 5, Block 4, in Virginia Grove Terrace First Addition subdivision, all right
of way of Lucas Drive and Terrace Drive abutting Lot 16, Block 5 in Virginia Grove Terrace Third Addition subdivision, upon
annexation into the City of Clearwater, as Low Medium Density Residential (LMDR) and Preservation (P).
SUMMARY:
Review Approval:
Cover Memo
Item # 13
Ordinance No. 8394-13
ORDINANCE NO. 8394-13
AN ORDINANCE OF THE CITY OF CLEARWATER,
FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY
BY ZONING CERTAIN REAL PROPERTY LOCATED
GENERALLY EAST OF US HIGHWAY 19, NORTH OF SR
590, AND SOUTH OF SUNSET POINT ROAD,
CONSISTING OF A PORTION OF SECTION 5, TOWNSHIP
29 SOUTH, RANGE 16 EAST, WHOSE POST OFFICE
ADDRESSES ARE 1861 AND 1880 DIANE DRIVE, 1806
MARILYN DRIVE, 2720 AND 2724 MORNINGSIDE DRIVE,
1848 AND 1851 SKYLAND DRIVE, 2724 AND 2728
WOODRING DRIVE, 1716 AND 1733 GROVE DRIVE, 1765
LUCAS DRIVE AND 1744 EVANS DRIVE TOGETHER WITH
ALL RIGHT OF WAY OF WOODRING DRIVE ABUTTING
LOT 15, BLOCK F THRU LOT 1, BLOCK J, AND ALL RIGHT
OF WAY OF SKYLAND DRIVE ABUTTING LOT 1, BLOCK I,
AND LOT 9, BLOCK H, AND ALL RIGHT OF WAY OF
MARILYN DRIVE ABUTTING LOT 8, BLOCK H IN
CARLTON TERRACE FIRST ADDITION SUBDIVISION; ALL
RIGHT OF WAY OF GROVE DRIVE ABUTTING LOT 5,
BLOCK 4, IN VIRGINIA GROVE TERRACE FIRST
ADDITION SUBDIVISION; ALL RIGHT OF WAY OF LUCAS
DRIVE AND TERRACE DRIVE ABUTTING LOT 16, BLOCK
5, IN VIRGINIA GROVE TERRACE THIRD ADDITION
SUBDIVISION; UPON ANNEXATION INTO THE CITY OF
CLEARWATER, AS LOW MEDIUM DENSITY RESIDENTIAL
(LMDR) AND PRESERVATION (P); 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
See attached legal descriptions, Low Medium Density
Exhibit A Residential (LMDR)
(ATA2013-01001) Preservation (P)
The map attached as Exhibit B is hereby incorporated by reference.
Attachment number 1 \nPage 1 of 2
Item # 13
Ordinance No. 8394-13
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. 8392-13.
PASSED ON FIRST READING ___________________________
PASSED ON SECOND AND FINAL ___________________________
READING AND ADOPTED
_______________________________
George N. Cretekos
Mayor
Approved as to form: Attest:
__________________________ ______________________________
Leslie K. Dougall-Sides Rosemarie Call
Assistant City Attorney City Clerk
Attachment number 1 \nPage 2 of 2
Item # 13
Attachment number 2 \nPage 1 of 1
Item # 13
Attachment number 3 \nPage 1 of 1
Item # 13
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Authorize the release of Request for Proposals (RFP) 19-13 for Tourism Marketing Services for the City of Clearwater beginning in
Fiscal Year 13-14. (consent)
SUMMARY:
In 2010, the City assessed tourism market trends in order to determine how best to utilize its limited
resources to strengthen awareness of the City’s offerings as a premiere vacation destination nationally
and statewide with the ultimate goal of attracting more visitors. The analysis showed that there was limited
awareness of the increased investment in Clearwater and offerings as a vacation destination. In addition,
trends showed that visitors were increasingly making their travel decisions online, looking for interactive
websites with third party testimonials, and seeking a wide range of travel experiences.
In an effort to adapt to these changing trends, the City shifted its tourism focus to select an experienced
marketing and public relations partner in directing future marketing and public relations efforts (including
web and social media), in an aggressive and comprehensive manner, to strengthen awareness nationally
and statewide of the City’s attributes and offerings as a top vacation destination. The City selected
Imagine Global Communications as its contractor with a 3-year contract that expires in September.
Through this contract, the City has made significant strides in upgrading its online presence, attracting
high quality media placements, and leveraging its limited resources to receive an $18 to $1 return on
investment (ROI) in equivalent advertising in Fiscal Year 11-12 alone. For these reasons, staff
recommends continuing its public relations focus with the release of this RFP.
The scope of work will be as follows:
· Prepare an annual marketing plan that outlines a list of targeted media for public relations
outreach, appropriate press trips / individual writer visits, special event marketing, Internet
marketing and social media marketing efforts within a total budget of $164,000. Recommendations
on how to best segment this budget (public relations, event marketing, etc.) to achieve maximum
exposure will be immediately required.
· Maintain a proactive, on-going relationship with appropriate consumer and trade media to develop
coverage for the City’s leisure, business and recreational offerings.
· Coordinate promotional and public relations efforts for other marketing activities including signature
special events that have a high ROI for bringing visitors to Clearwater such as, but not limited to,
the Outback Bowl, Powerboat Races, Clearwater Jazz Holiday, etc.
· Manage and maintain the City’s newly updated tourism website at www.visitclearwaterflorida.com
and the @MyClearwater Twitter account.
· Maintain a close relationship with the marketing / public relations staff of the St. Petersburg /
Clearwater Convention Visitors Bureau, and Visit Florida (as necessary) in order to maximize all
opportunities for joint promotion / press trips / individual writer visits, social media efforts, etc.
Cover Memo
Item # 14
· Maintain a close relationship with the City’s Public Communications and Parks and Recreation
Departments, and the Clearwater Regional and Clearwater Beach Chambers of Commerce to
include any assistance that may be required with the City’s sports marketing collateral or other
promotional efforts as needed.
· Prepare a monthly activity report to be presented either by conference call or in-person
presentation, as determined by the City, in addition to maintaining an open line of
communication. The report shall include clippings of all media placements with the ad value derived
from the story, including circulation.
· Establish and maintain regular communications with industry partners – hotels, restaurants, etc.
· Prepare an annual performance report targeting specific marketing and public relations initiatives
and their ROI.
· Other responsibilities as designated by the City Manager or his designee and the Director of
Economic Development and Housing. Such responsibilities may include working with the Visit St.
Pete Clearwater or Visit Florida in the event of a hurricane or any other detriment to local tourism.
Proposals will be evaluated and ranked based on approach to the scope of work, experience, proven
performance/similar work, personnel/resources/hours per week, creativity, and proposed plan for costs.
The Selection Committee will be made up of three city representatives and two industry partners.
Proposed schedule for the release of the RFP is May 6, 2013 with proposals due on June 6, 2013.
Contract negotiations will be completed by August with Council approval on September 5, 2013.
In order to create a manageable contract, staff recommends the tourism marketing contract be a 2-year
contract (based on yearly funding appropriations by Council) with an annual performance review and an
option for a 1-year extension (for a 3-year total assignment). At the end of the 3-year period, a new RFP
will be issued.
The proposed budget for this contract is for $164,000 per year.
Type:Other
Current Year Budget?:None Budget Adjustment:None
Budget Adjustment Comments:
Current Year Cost:Annual Operating Cost:
Not to Exceed:Total Cost:
For Fiscal Year: to
Review Approval:
Cover Memo
Item # 14
1
City of Clearwater, Florida
REQUEST FOR PROPOSALS
RFP #19-13
FOR
Tourism Marketing Services For The
City of Clearwater
Attachment number 1 \nPage 1 of 14
Item # 14
2
REQUEST FOR PROPOSALS
FOR TOURISM MARKETING SERVICES FOR
THE CITY OF CLEARWATER, FLORIDA
I. INTRODUCTION AND PURPOSE
The City of Clearwater is a coastal community in west central Florida. The City is the
third largest in the Tampa Bay region, with an estimated population of 108,000. The
City’s 25.9‐square mile incorporated area spans the Pinellas County peninsula between
the Gulf of Mexico and Tampa Bay. Clearwater is home to a wide range of industries
including software, computer components, aircraft technology, surgical instruments,
data communication and health care. Tourism is a main economic generator for the
City.
As a year-round top vacation spot, Clearwater offers a mild and temperate climate. The
area offers extensive water recreation and nature-based and land-based attractions as
well as a wide array of special events. Numerous opportunities exist to watch or
participate in a sporting activity. The rich history and heritage of this area along with the
outstanding performing and visual arts make Clearwater the perfect place to spend time
in and out of the sun. With a wide variety of choices for activities, accommodations,
dining and shopping, Clearwater is a premiere vacation destination.
Clearwater Beach is an international tourist destination that brings millions of people to
Pinellas County annually. Most recently, USA Today named Clearwater as “Florida’s
Best Beach Town 2013” and was on the “Top Ten List of Best Beaches from Maine to
Hawaii.” Clearwater also has been named “Best Beach City” by Conde Nast Traveler
and has been designated a “Blue Wave Beach” by the Clean Beaches Council.
Clearwater Beach appeals to people of all ages and interests as shown by its mention in
Fodor’s travel publications as one of the top family beaches and also as being second
only to Miami’s South Beach as the place to go if you are single. Visitors especially
enjoy Beach Walk, a broad, winding promenade surrounded by resorts, beautiful white
sand, entertainment and artwork, offering a unique environment for everyone.
Clearwater is also a top location for national tournament play and training activities for
youth, collegiate and adult sports. Most notable of these is the City’s partnership with
Major League Baseball’s Philadelphia Phillies, who have spring training and a minor
league team in the City. The Phillies are the oldest, continuous, one-name, one-city
franchise in all of professional sports and have been in Clearwater since 1947.
Clearwater is home to Winter the Dolphin, an inspiring example of the meaningful work
done at the Clearwater Marine Aquarium. CMA staff rescued Winter after she was
caught in a crab trap, nursed her back to health after she lost her tail, and created a
prosthetic tail to allow her to swim once again. Since then, Winter’s story of survival and
Attachment number 1 \nPage 2 of 14
Item # 14
3
perseverance has been inspiring children, especially those with disabilities, around the
world. Winter’s life is the inspiration for the major motion picture, Dolphin Tale. Entirely
filmed on location in Clearwater, the CMA, and Pinellas County, the 3D Warner
Brothers’ film stars Winter alongside Ashley Judd, Morgan Freeman, and Harry Connick
Jr.
Downtown Clearwater is experiencing a renaissance in terms of art and culture,
commerce and residential development. Several large and small‐scale events are held
in downtown throughout the year which draws tens of thousands of visitors. Coachman
Park is an outdoor, waterfront venue that hosts several concerts including the four-day
internationally acclaimed Clearwater Jazz Holiday.
The undisputed crown jewel of Clearwater’s entertainment scene is the 2,200-seat Ruth
Eckerd Hall, where the hottest names in show business grace the stage, including jazz
greats, rock musicians, the Florida Orchestra, stage plays, ballets and more. The
Capitol Theatre, located in the Cleveland Street District in Downtown Clearwater, is
closed for renovations and is expected to open in the fall of 2013. The renovated
historic theatre will have 655 seats and host national musicians in a more intimate
setting.
More casual entertainment appears nightly at Pier 60 on Clearwater Beach where
artisans, jugglers, crafters, street performers and live musical entertainment celebrate
amidst the spectacular sunset.
The Clearwater Marina plays host to a variety of activities such as fishing, sightseeing,
sailing, speedboats, “hands-on” marine life adventures, dining, dancing, parasailing and
more. Clearwater is home to the largest fishing fleet on Florida’s west coast. The Gulf of
Mexico’s calm waters are well-known for excellent year-round fishing, and Clearwater
offers the perfect starting point for half and full-day excursions. For those visitors who
haven’t quite gotten their sea legs, Pier 60 is an ideal spot to sink a line and enjoy
without ever having to get wet.
With predictably great weather, friendly people, and beautiful beaches, Clearwater is
also full of surprises that delight and inspire all who are open to a great experience.
Purpose
The City of Clearwater is seeking assistance from an experienced Marketing and Public
Relations partner in directing future marketing and public relations efforts (including web
and social media), in an aggressive and comprehensive manner to strengthen
awareness nationally and statewide of the City’s attributes and offerings as a top
vacation destination with an ultimate goal to attract more visitors. It is the City’s intent to
“drill-down” in key visitor markets with a well-coordinated marketing and public relations
plan that will leverage partner efforts efforts and best maximize exposure across all
media platforms. It is imperative to determine the most effective use of designated
public dollars while achieving these goals.
Attachment number 1 \nPage 3 of 14
Item # 14
4
The prospective proposer will coordinate efforts with the City’s Economic Development
and Housing Department and also liaise, as directed, with the St. Petersburg /
Clearwater Area Convention & Visitors Bureau (CVB), the Clearwater Regional
Chamber of Commerce, the Clearwater Beach Chamber of Commerce, and the City’s
Public Communications and Parks & Recreation Departments on a variety of events
and activities.
The City will negotiate an agreement with the applicant whose proposal is most
responsive to this Request for Proposals (RFP) and is in the best interest of promoting
tourism in and attracting visitors to the City of Clearwater. To be considered responsive
to this RFP, the instructions must be followed precisely. The City reserves the right to
decline any or all responses.
II. Scope of Work
In conjunction with, and at the direction of the City’s staff, the successful proposer will
plan and carry out programs and activities designed to increase awareness of
Clearwater as one of Florida’s premiere leisure, business, and event destinations.
Promotions will be designed for both consumer and trade media with a keenly-focused
action plan that incorporates public relations, marketing and advertising that serves to
better showcase our community nationally and statewide.
Specifically, the successful proposer will conduct the following:
· Prepare an annual marketing plan that outlines a list of targeted media for public
relations outreach, appropriate press trips / individual writer visits, special event
marketing, internet marketing and social media marketing efforts within a total
budget of $164,000. Recommendations on how to best segment this budget
(public relations, event marketing, etc.) to achieve maximum exposure will be
immediately required.
· Maintain a proactive, on-going relationship with appropriate consumer and trade
media to develop coverage for the City’s leisure, business and recreational
offerings.
· Coordinate promotional and public relations efforts for other marketing activities
including signature special events that have a high return on investment (ROI) for
bringing visitors to Clearwater such as, but not limited to, the Outback Bowl,
Powerboat Races, Clearwater Jazz Holiday, etc.
· Manage and maintain the newly updated City’s tourism website at
www.visitclearwaterflorida.com and the @MyClearwater Twitter account.
· Maintain a close relationship with the marketing / public relations staff of the St.
Petersburg / Clearwater CVB, and Visit Florida (as necessary) in order to
maximize all opportunities for joint promotion / press trips / individual writer visits,
social media efforts, etc.
Attachment number 1 \nPage 4 of 14
Item # 14
5
· Maintain a close relationship with the City’s Public Communications and Parks &
Recreation Departments, and the Clearwater Regional and Clearwater Beach
Chambers of Commerce to include any assistance that may be required with the
City’s sports marketing collateral or other promotional efforts as needed.
· Prepare a monthly activity report to be presented either by conference call or in-
person presentation, as determined by the City, in addition to maintaining an
open line of communication. The report shall include clippings of all media
placements with the ad value derived from the story, including circulation.
· Establish and maintain regular communications with industry partners – hotels,
restaurants, etc.
· Prepare an annual performance report targeting specific marketing and public
relations initiatives and their ROI.
· Other responsibilities as designated by the City Manager or his designee and the
Director of Economic Development & Housing. Such responsibilities may
include working with Visit St. Pete Clearwater or Visit Florida in the event of a
hurricane or any other detriment to local tourism.
III. Proposed Schedule
The City of Clearwater will use the following timetable with the goal of selecting the
most qualified proposer. This schedule may be changed solely at the City’s discretion:
Release Date of the RFP May 6, 2013
Responses Due June 6, 2013
Selection Committee Review and Ranking By June 28, 2013
Oral Presentations July 2013
Agreement Finalized August 2013
City Council Approval September 5, 2013
Contract Start Date October 1, 2013
IV. INSTRUCTIONS FOR PREPARATION OF PROPOSALS
General
All prospective proposers shall provide sufficient information and data to fully allow a
complete evaluation of the information presented. Information and data submitted by
each applicant will become part of the proposal. The proposer shall not have as a
current client any Florida cities or Destination Marketing Organization of a competitive
beach destination.
The consultant interested in responding to this RFP must provide the information on the
firm’s qualifications and experience, length of time in business, qualifications of the
project team, project manager’s experience, previous similar projects and references
and approach to services. Submittals that do not respond completely to all requirements
specified herein may be considered non‐responsive and eliminated from the process.
Attachment number 1 \nPage 5 of 14
Item # 14
6
Proposers must have a minimum of four years experience in destination marketing and
public relations and must provide references that will satisfy the City of Clearwater.
Proposers must furnish a reference list of at least four customers for whom they have
performed similar services. Non-profit entities may provide a detailed listing of field
experience to fulfill this requirement and four references with whom they have partnered
for the provision of these types of services.
The Proposer shall submit the following information with their proposal:
· Travel Media Relationships—Experience record showing the Proposer’s
access to and relationships with representatives from top travel and
lifestyle media outlets, including magazines, newspapers, websites, blogs,
television, etc. Proposer needs to demonstrate the successful results of
these relationships by providing evidence of past coverage / placements
including print clippings, media clips or screenshots.
· Similar Work—Proposer shall demonstrate understanding of current
trends in travel media and journalism as they relate to the needs of the
City as a potential client by providing a list of tourism clients and examples
of successful projects completed for them including return on investment.
This should include locations, dates of contracts, names and addresses of
principals or owners. Client list should include total annual billings with an
indication of where the City of Clearwater would fall in terms of largest and
smallest clients. (This list should be confined to work directly conducted
by the Proposer and not include work done by proposer’s current staff
members for previous employers.)
· Personnel / Resources—List and provide background of personnel and
other resources available to support the work to be performed by
Proposer, including number of hours per week. If staffing changes occur
during the contract term, a senior team member on this account will be
expected to be replaced with a new senior team member of equal
qualifications to be approved by the City.
· Creativity—List of ways the Proposer is creative and how it supports
creativity in its staff. Examples of how Proposer can partner with own
travel industry contacts to minimize costs while maximizing exposure to
the City would strengthen submittal. (i.e. airlines, car rental agencies, etc.)
· Cost—Proposer shall submit a lump sum cost for the entire contract. The
proposed annual budget for the first year of the contract is not to exceed
$164,000. It is anticipated that of this total budget, $4,000 shall be for
approved reimbursable expenses and the remaining $160,000 will be paid
as a flat-fee retainer in equal monthly installments with a set-aside portion
for promotional/marketing projects. However, the City will consider any
alternative payment proposal. Proposer shall submit invoices to the City of
Clearwater, Economic Development and Housing Department, along with
reports and itemized monthly expenses as needed. This contract
expenditure may not be increased throughout the term.
Attachment number 1 \nPage 6 of 14
Item # 14
7
Proposal Submittal Requirements
The following information in tabbed sections will be required as part of the response to
this RFP:
1. Respondent Information
a. Name of firm
b. Location of office or offices
c. Phone and email
d. Person(s) authorized to represent the firm in negotiations
e. Length of time in business
2. Letter of Interest and Approach
a. Letter should demonstrate respondent’s approach to providing tourism
marketing and public relations services to the City of Clearwater as well as
an understanding of the project scope of work and purpose
b. Describe initial approach/philosophy to scope of work
c. Describe areas for creativity
d. Identify number of hours per week on account
e. Describe the benefits the City could expect should the respondent be
awarded the agreement
f. Describe goals and measures of performance to be used
3. Experience
a. Describe marketing, advertising, and public relations experience
b. Describe travel media relationships, including examples
c. Describe ability to leverage relationships
4. Personnel/Resources
a. Background/qualifications/hours of personnel assigned to this account
b. Resources available to conduct work; ability to leverage outside resources
5. Similar Work/References
a. List of current/previous clients and type and examples of work performed
b. Describe proven performance
c. Minimum of 4 references
6. Cost
a. Breakdown of costs including amount for administration of contract
Submittal Deadline and Instructions
The delivery of proposals to the City of Clearwater Purchasing Office prior to the
specified date and time is solely and strictly the responsibility of the applicant. The City
shall not, under any circumstances, be responsible for delays caused by the United
States Postal Service or any private delivery service, or for delays caused by any other
occurrence. All responses must be manually and duly signed by an authorized
corporate officer, principal or partner with the authority to bind said applicant.
Attachment number 1 \nPage 7 of 14
Item # 14
8
The deadline for response to the RFP is 4:00 PM, June 6, 2013. One (1) electronic
copy is requested and one (1) original and five (5) copies of responses should be
submitted in a sealed envelope marked:
“PROPOSAL FOR TOURISM MARKETING SERVICES FOR THE CITY OF
CLEARWATER”
To:
Michael Murray
Purchasing Manager
City of Clearwater
P.O. Box 4748
Clearwater, FL 33758-4748
michael.murray@myclearwater.com
Or, Deliver to:
Michael Murray
Purchasing Manager
City of Clearwater
Municipal Services Building
Purchasing Office
100 South Myrtle Avenue
3rd Floor; Rm. 310
Clearwater, FL 33756
Questions regarding this request for proposals should be submitted in writing no later
than May 28, 2013 to:
Michael Murray
Purchasing Manager
City of Clearwater
P.O. Box 4748
Clearwater, FL 33758-4748
Michael.murray@myclearwater.com
Answers to questions received will be posted on the City’s website,
www.myclearwater.com/econdev one week prior to proposal due date.
V. SELECTION CRITERIA AND RANKING PROCESS
General
All proposals will be evaluated by a Selection Committee to be established by the City
of Clearwater made up of three representatives from City staff and two industry
Attachment number 1 \nPage 8 of 14
Item # 14
9
partners. The successful respondent must demonstrate an understanding of the
project scope and purpose. This refers to the proposer’s understanding of the needs
that generated the RFP, of the objectives in asking for the services and to the nature
and scope of the work involved.
The evaluation of the proposals shall be accomplished using the criteria described in
this section. Information and data included in the proposal shall be considered in the
evaluation process.
Completeness of Proposal
Following receipt of proposals, the Selection Committee shall review all proposals with
respect to completeness and conformance with the instructions and requirements
specifically indicated in this RFP. Responses, which are deemed incomplete or
nonconforming with instruction and requirements of this RFP, may not be given further
evaluation. The City of Clearwater reserves the right to reject any and all responses
and to waive any irregularity, variance, or informality, whether technical or substantial in
nature, in keeping with the best interest of the City.
Selection Criteria
All proposals will be evaluated with respect to the completeness of the data provided,
support for all claims made and the overall approach taken. A total of 100 points will be
awarded as part of the evaluation.
The following criteria will be used in the evaluation and ranking process:
Criteria Points
Approach to Scope of Work 10
Experience 35
Travel Media Relationships
Proven Performance/Similar Work/ 25
References
Personnel/Resources/Hours Per Week 15
Creativity 10
Proposed Plan for Costs 5
Total Points 100
Oral Presentations
Top ranked firms will be asked to present their proposals to the Selection Committee.
Final candidates chosen for consideration will be contacted by June 28, 2013 and may
be expected to present their qualifications in person in July 2013. This presentation
should include a recommended approach to achieving the goals set forth in the Scope
of Work within the confines of the budget to include recommended emphasis on the
Attachment number 1 \nPage 9 of 14
Item # 14
10
following areas: public relations, event marketing, social media, website maintenance,
advertising, etc., plus any additional avenues deemed appropriate.
References
References may be called regarding the satisfaction of services rendered by the
proposing applicant.
Proposers must furnish a reference list of at least four customers for whom they have
performed similar services. Non-profit entities may provide a detailed listing of field
experience to fulfill this requirement and four references with whom they have partnered
for the provision of these types of services.
VI. CONTRACT NEGOTIATIONS AND FINAL AGREEMENT
In order to create a manageable contract for promotion, the tourism marketing services
contract will be a two-year agreement (based on yearly funding appropriations by the
City Council estimated at $164,000 per year) with an annual performance review and an
option for a 1-year extension (for a three-year maximum agreement). At the end of the
three-year period, a new RFP will be issued.
The contract start date will be the beginning of the fiscal year, October 1, 2013. Given
the short timeframe from selection until estimated contract start, once a responder is
selected, the agreement including Scope of Work, payment terms, etc. will need to be
negotiated expeditiously.
VII. MISCELLANEOUS
a. Please refer to Appendix A for standard requirements.
b. Please refer to Appendix B for insurance requirements.
Attachment number 1 \nPage 10 of 14
Item # 14
11
APPENDIX A
Standard Requirements for “Request for Proposals”
1. Right to Protest
Any actual or prospective bidder who is affirmed in connection with the
solicitation of award of a contract may seek resolution of his/her complaints by
contacting the Purchasing Manager.
2. No Corrections
Once a competitive proposal is submitted, the City shall not accept any request
by any proposer to correct errors or omissions in any calculations or competitive
price submitted.
3. Openness of Procurement Process
Written competitive proposals, other submissions, correspondence, and all
records made thereof, as well as negotiations conducted pursuant to this RFP,
shall be handled in compliance with Chapters 119 and 285 Florida Statutes. The
City gives no assurance as to the confidentiality of any portion of any proposal
once submitted.
4. No Collusion
By offering a submission to the RFP, the proposer certifies the proposer has not
divulged to, discussed or compared his/her competitive proposal with other
proposers and has not colluded with any other proposers or parties to this
competitive proposal whatsoever.
5. Informality Waiver/Rejection of Bids
The City reserves the right to reject any responses and to waive any irregularity,
variance or informality whether technical or substantial in nature, in keeping with
the best interest of the City.
6. Appropriations Clause
The City, as an entity of government, is subject to the appropriation of funds by
its legislative body in an amount sufficient to allow continuation of its
performance in accordance with the terms and conditions of this contract for
each and every fiscal year following the fiscal year in which this contract is
executed and entered into and for which this contact shall remain in effect. Upon
notice that sufficient funds are not available in the subsequent fiscal years, the
City shall thereafter be released of all terms and other conditions.
Attachment number 1 \nPage 11 of 14
Item # 14
12
7. Public Entity Crime
Pursuant to Florida Statute 287-132-133, effective July 1, 1989, the City of
Clearwater, as a public entity, may not accept any proposal from, award any
contract to, or transact any business in excess of the threshold amount provided
in Section 287.017, F.S., for Category Two (currently $35,000) with any person
or affiliate on the convicted vendor list for a period of 36 months from the date
that person or affiliate was placed on the convicted vendor list unless that person
of affiliate has been removed from the list pursuant to Section 287.133 (3)(f), F.S.
If you submit a proposal in response to this request, you are certifying that
Florida Statute 287.132 and 287.133 does not restrict your submission.
Attachment number 1 \nPage 12 of 14
Item # 14
13
APPENDIX B
Insurance Requirements
The proposer shall, at its own cost and expense, acquire and maintain (and cause
any contractors and subcontractors, if applicable, to acquire and maintain) during the
term with the City, sufficient insurance to adequately protect the respective interest of
the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-
VII or better. Specifically the Proposer must carry the following minimum types and
amounts of insurance on an occurrence basis or in the case of coverage that cannot be
obtained on an occurrence basis, then coverage can be obtained on a claims-made
basis with a minimum three (3) year tail following the termination or expiration of this
Agreement:
1) Comprehensive General Liability Insurance on an “occurrence” basis in an
amount not less than $1,000,000 combined single-limit Bodily Injury Liability and
Property Damage Liability. If Commercial General Liability Insurance or other
form with a general aggregate limit is used, either the general aggregate limit
shall apply separately to this Agreement or the general aggregate limit shall be
twice the required occurrence limit.
2) Business Automobile Liability insurance in the amount of at least $1,000,000
per accident combined single limit, for bodily injury and property damage for any
owned, non-owned, hired, or borrowed automobile.
3) Workers’ Compensation Insurance will obtained and maintained during the life
of this contract in accordance with the laws of the State for all of the Proposer’s
employees employed within the scope of this Agreement. Coverage should
include Voluntary Compensation and U.S. Longshoremen’s and Harbor Worker’s
Act coverage where applicable.
4) Employer’s Liability in the amount of $100,000 each employee, each accident,
and $100,000 each employee/$500,000 policy limit for disease, and which meets
all state and federal laws. Coverage must be applicable to employees,
contractors, and subcontractors, if any.
5) Professional Liability/Malpractice/Errors or Omissions insurance, as
appropriate for the type of business engaged in by the Proposer, shall be
purchased and maintained by the Proposer with minimum limits of $1,000,000
per occurrence.
Attachment number 1 \nPage 13 of 14
Item # 14
14
Additional Insured:
The City is to be specifically included as an additional insured on all liability
coverage described above except for the Workers’ Compensation and Employer’s
Liability coverage’s.
Notice of Cancellation or Restriction:
All policies of insurance must be endorsed to provide the City of Clearwater with
a thirty-day (30) notice of cancellation or restriction.
Certificates of Insurance/Certified Copies of Policies:
The Proposer, if selected, will provide the City with a Certificate or Certificates of
Insurance showing the existence of coverage as required by the Agreement. In
addition, the Proposer will provide to the City, if asked in writing, certified copies of all
policies of insurance. The Proposer will maintain the required coverage with a current
Certificate or Certificates of Insurance throughout the term of the Agreement with the
City. New certificates and new certified copies of policies shall be provided to the City
whenever any policy is renewed, revised, or obtained from other insurers.
The address where such certificates and certified policies shall be sent or
delivered is as follows:
City of Clearwater
Attention: City Clerk
P.O. Box 4748
Clearwater, FL 33758-4748
Hold Harmless:
The Proposer 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 any performance under the
Agreement, including legal fees, court costs, or other legal expenses. Proposer
acknowledges that it is solely responsible for complying with the terms of the Agreement
or a purchase order or contract arising out of the Agreement.
Written Agreement/Contract:
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 and
insurance requirements as contained herein. A failure to do so may, at the sole
discretion of the City, disqualify any Party from performing services or selling products
to the City provided, however, the City reserves the right to waive any such
requirements.
Attachment number 1 \nPage 14 of 14
Item # 14
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Declare list of vehicles and equipment surplus to the needs of the City; authorize disposal through sale to the highest bidder at the
Tampa Machinery Auction, Tampa, Florida; and authorize the appropriate officials to execute same. (consent)
SUMMARY:
All vehicles and equipment have been replaced as necessary, or are no longer required.
Tampa Machinery Auction is the Tampa Bay Purchasing Cooperative Auctioneer of Record. Tampa Machinery Auction
holds a live auction monthly and accepts internet bids at the time of the live auction.
Type:Other
Current Year Budget?:No Budget Adjustment:None
Budget Adjustment Comments:
Current Year Cost:Annual Operating Cost:
Not to Exceed:Total Cost:
For Fiscal Year: to
Appropriation Code Amount Appropriation Comment
0566-00000-364413-000-0000 To be Sale proceeds
Bid Required?:No Bid Number:
Other Bid / Contract:Bid Exceptions:None
Review Approval:
Cover Memo
Item # 15
Fleet Surplus for Next Auction
ITEM#ASSET#YEAR DESCRIPTION SERIAL NUMBER MILEAGE REASON FOR DISPOSAL REPLACED BY
1 G0961 1984 BUTLER TRAILER 1BUD1010E1002027 0 AGE/DISPOSAL/NOTREPLACED XXX
2 G1500 1995 FORD EXPLORER 1FMDU34XXSUB49604 84529MI AGE/CONDITION/REPLACED G3857
3 G1948 1988 FORD TAURUS 1FAFP52U5WA194004 53501MI AGE/CONDITION/REPLACED G3956
4 G2004 1998 863 BOBCAT 240000236 2393HRS AGE/CONDITION/REPLACED G3963
5 G2031 1991 FORD E250 1FTNS24L4XHA44059 68900MI AGE/CONDITION/REPLACED G3843
6 G2096 1999 GMC SONOMA 1GTCS19WXYK258014 44937MI AGE/CONDITION/REPLACED G3914
7 G2283 2000 GMC SONOMA 1GTC219WXYK258014 75391MI AGE/CONDITION/REPLACED G3885
8 G2386 2001 FORD TAURUS 1FAFP52U71A209790 86125MI AGE/CONDITION/REPLACED G3900
9 G2403 2004 FORD CROWN VIC.1FAFP71W71X155896 75391MI AGE/CONDITION/REPLACED G3938
10 G2430 2001 GMC SONOMA 1GTCS19W118216057 95800MI AGE/CONDITION/REPLACED G3915
11 G2441 2001 GMC SONOMA 1GTCS19W518213131 72301MI AGE/CONDITION/REPLACED G2916
12 G2501 2002 TORO GRNDMSTR 220000414 2070HRS AGE/CONDITION/REPLACED G3896
13 G2544 2002 580M CASE BKHOE JJG0283257 1203HRS AGE/CONDITION/REPLACED G3925
14 G2672 2002 CHEVY IMPALA 2G1WF52E029363477 93030MI AGE/CONDITION/REPLACED G3955
15 G2680 2003 CROWN VIC.2FAHP71W43X208212 95885MI AGE/CONDITION/REPLACED G3881
16 G2698 2003 CHEVY SILVERADO 1GCEC14V53Z264422 102883MI AGE/CONDITION/REPLACED G3917
17 G2899 2003 CHEVY MALIBU 1G1ND52J43M652395 85661MI AGE/CONDITION/REPLACED G3918
18 G2901 2003 CHEVY MALIBU 1G1ND52J43M622359 81137MI AGE/CONDITION/REPLACED G3909
19 G2923 2004 FORD TAURUS 1FAFP53U44A159272 76482MI AGE/CONDITION/REPLACED G3900
20 G2961 2005 FORD F450 UT 1FDX46YX5ED26282 120863MI AGE/CONDITION/REPLACED G3882
21 G2966 2005 CHEVY COLORADO 1GCCS19655820795 101141MI AGE/CONDITION/REPLACED G3891
22 G2974 2005 TORO WKMAN 240000236 2393HRS AGE/CONDITION/REPLACED G3892
23 G3004 2005 CROWN VIC.2FAFP71W75X143995 101489MI AGE/CONDITION/REPLACED G3812
24 G3106 2006 CHEVY COLORADO 1GCCS196X68218123 74286MI AGE/CONDITION/REPLACED G3891
25 G3148 2006 CHEVY UPLANDER 1GNDV23L46D202224 85504MI AGE/CONDITION/REPLACED G3910
26 G3495 2008 EZGO 1200G UTIL.2603533 1579HR AGE/CONDITION/REPLACED G3894
27 G2772 2003 CHEVYEXPRESS 2500 1GNGG25U731213003 81399MI AGE/CONDITION/REPLACED G3920
28 G2861 2003 FORD CROWN VIC.2FAHP71W23X208208 100132MI AGE/CONDITION/REPLACED G3880
NO KEYS
Attachment number 1 \nPage 1 of 1
Item # 15
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Approve a parking agreement between the City of Clearwater and Palm Harbor Special Fire Control and Rescue District for parking
vehicles at 250 West Lake Road, Palm Harbor, and authorize the appropriate officials to execute same. (consent)
SUMMARY:
Clearwater Gas System (CGS) requires an additional parking location, in north Pinellas County, for CGS employees who conduct
weekly Standby. CGS employees who are designated for weekly standby take their vehicles home in order to response to after hour
emergency call outs in a timely manner. However, certain homeowner associations do not allow city vehicles to be parked on
residential driveways; therefore, CGS has negotiated a parking arrangement with Palm Harbor Fire Department for these special
situations. Employees are allowed to park their personal vehicles during normal work hours and city vehicles after hours so CGS
employees can quickly access their standby vehicle.
Type:Other
Current Year Budget?:Yes Budget Adjustment:None
Budget Adjustment Comments:
Current Year Cost:0 Annual Operating Cost:0
Not to Exceed:0 Total Cost:0
For Fiscal Year:10/1/2012 to 9/30/2013
Review Approval:
Cover Memo
Item # 16
00181090.DOCX
AGREEMENT
THIS AGREEMENT is entered into this _____ day of _____________ 2013, between
the Palm Harbor Special Fire Control and Rescue District (“PHSFCRD”) AND the City of
Clearwater, a municipal corporation of the State of Florida d/b/a/ Clearwater Gas System (“City”
or “CGS”).
WHEREAS, PHSFCRD owns the parking lot adjacent to the real property located at 250
Westlake Road, Palm Harbor, Florida 34684 (hereinafter referred to as “Parking Lot”); and
WHEREAS, CGS wishes to continue to utilize the Parking Lot and PHSFCRD has
agreed to permit use of the Parking Lot under the terms and conditions stated herein.
NOW, THEREFORE, the parties, in consideration of the mutual promises contained
herein, agree as follows:
1. The above recitals are true and correct and incorporated herein.
2. CGS is permitted to use the Parking Lot to park its vehicle from Sunday through
Saturday between 12:00 a.m. and 11:59 p.m. located at 250 Westlake Road, Palm Harbor,
Florida 34684.
3. To the extent permitted by Florida Statutes 768.28, CGS hereby indemnifies,
holds harmless and releases PHSFCRD, its elected officials, officers, employees and agents
(hereinafter, collectively “Releasees” and individually “Releasee”) from any and all losses,
injuries, claims, suits, demands, costs, liabilities, damages and expenses of every kind and
nature, including, but not limited to, attorney’s fees arising out of the negligent or deliberate act
or omission of CGS, its agents, officers, employees. This indemnification includes demands,
damages, actions, and causes of action including claims for personal injury, property damage,
violation of local, state, or federal laws, caused by the negligence of CGS, its officers,
employees, or agents.
4. CGS agrees to comply with all applicable local, state, and federal laws, including
but not limited to environmental regulations and agrees to assume sole responsibility for any
fines, penalties resulting from a violation any such regulation. In the event CGS is found in
violation of any local, state, or federal laws, CGS agrees to cure such violation within 10 days or
said violation constitutes a material breach of this agreement.
5. This Agreement embodies all agreements and representations of the parties.
There are no promises, terms, conditions, or allegations other than those contained herein; and
this Agreement supersedes all previous communications, representations, and agreements,
whether written or verbal, between the parties. This Agreement may be modified only in writing
and executed by all parties.
6. CGS acknowledges that it has had a full opportunity to review this Agreement
proper authorities of CGS have read, understand and approve this License.
Attachment number 1 \nPage 1 of 2
Item # 16
00181090.DOCX
7. The term of this Agreement shall commence on the date of its execution and may
be terminated by either party providing thirty (30) days written notice of the party’s intent to
terminate. Such notice shall be deemed to have been given when mailed, postage paid, or
personally delivered.
8. If any one or more of the provisions of this Agreement shall be held to be invalid,
illegal, or unenforceable in any respect, the validity, legality and enforceability of the remaining
provisions hereof shall not in any way be affected or impaired thereby. The parties recognize
that this Agreement has been the result of negotiations of both parties. This Agreement shall not
be construed or interpreted in any way against any one party on the basis that that party drafted
this Agreement.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date
first above written.
PALM HARBOR SPECIAL FIRE
CONTROL AND RESCUE DISTRICT
By: ______________________________
James Angle
Palm Harbor Fire Chief
CITY OF CLEARWATER, FLORIDA
Countersigned:
_____________________________ By: ___________________________
George N. Cretekos William B. Horne, II
Mayor City Manager
APPROVED AS TO
FORM: ATTEST:
_____________________________ By:____________________________
Laura Mahony Rosemarie Call
Assistant City Attorney City Clerk
Attachment number 1 \nPage 2 of 2
Item # 16
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Approve the First Amendment to License Agreement between the City of Clearwater and Pinellas County for period of August 1,
2013 through July 31, 2018, and authorize the appropriate officials to execute same. (consent)
SUMMARY:
The License Agreement grants the City/Clearwater Gas System (CGS) access to the Pinellas County Health Department property,
located at 310 North Myrtle Ave, for conducting soil assessment activities related to environmental impacts from the former
manufactured gas plant (MGP) site. The MGP site is located at 400 North Myrtle Ave, which is northwest and adjacent to the Health
Department facility. Typical ground assessment work includes soil boring, drilling, monitoring well installations and water sampling
of new and existing wells.
The License Agreement was originally approved by Council in 2008, for a five-year term. The First Amendment shall extend the
agreement for another five-year term, effective August 1, 2013. CGS currently has a contract with Arcadis US, Inc. to perform all soil
testing activities related to the MGP site.
Type:Other
Current Year Budget?:None Budget Adjustment:None
Budget Adjustment Comments:
Current Year Cost:0 Annual Operating Cost:0
Not to Exceed:0 Total Cost:0
For Fiscal Year:10/1/2012 to 9/30/2013
Review Approval:
Cover Memo
Item # 17
City of Clearwater/monitoring wells Page 1 of 3
FIRST AMENDMENT TO LICENSE AGREEMENT
THIS FIRST AMENDMENT TO LICENSE AGREEMENT is made this _____ day of
____________________, 2013, between PINELLAS COUNTY, a political subdivision of the
State of Florida, hereinafter referred to as “COUNTY”, and the CITY OF CLEARWATER, a
municipal corporation of the State of Florida, hereinafter referred to as “LICENSEE,” jointly
referred to as the “Parties.”
W I T N E S S E T H:
WHEREAS, the Parties entered into a License Agreement dated August 1, 2008 for a
parcel of land located at 310 N. Myrtle Ave., Clearwater, FL (“COUNTY Parcel”); and
WHEREAS, COUNTY granted LICENSEE permission for a Consultant to enter the
COUNTY Parcel to conduct work that includes soil boring, drilling, monitor well installation,
and sampling of new and existing wells (“Work”); and
WHEREAS, the Parties desire to extend the License Agreement for an additional five (5)
year term.
NOW THEREFORE, in consideration of One Dollar ($1.00) and other good and
valuable consideration the receipt and adequacy of which is hereby acknowledged, and the
promises and covenants contained herein, the parties agree as follows:
1. TERM: This License shall be extended for a term of five (5) years commencing August
1, 2013 and ending July 31, 2018. Either party may terminate this License, at any time, by
providing thirty (30) days written notice. Termination shall not release the LICENSEE from any
requirements of this License applicable to Work performed under the Agreement such as
reporting, indemnification, or restoration requirements.
2. NOTICES: Paragraph 12 (Notices) of the License Agreement shall be amended as
follows: Official correspondence, notices, reports, and other documentation required under this
License shall be forwarded to COUNTY at the following address:
Real Estate Management Department
Lease Management Division
509 East Avenue South
Clearwater, FL 33756
Tele: (727) 464-3496
Attachment number 1 \nPage 1 of 3
Item # 17
City of Clearwater/monitoring wells Page 2 of 3
All notices to COUNTY shall be forwarded to the foregoing addresses by registered or certified
mail, return receipt requested unless LICENSEE is notified otherwise in writing. All notices
given to LICENSEE hereunder shall be forwarded to the following address:
Brian Langille with a copy to:
City of Clearwater d/b/a William L. Pence, Esquire
Clearwater Gas Systems Baker Hostetler
400 N. Myrtle Ave. 2300 SunTrust Center
Clearwater, FL 33755 200 South Orange Avenue
Tele: (727) 562-4911 Orlando, FL 32801-3432
FAX: (727) 562-4903 Tele: (407) 649-4095
Fax: (407) 841-0168
by registered or certified mail, return receipt requested unless COUNTY is notified otherwise in
writing.
3. Except in the extent specifically modified herein, all other terms of the License
Agreement shall remain in full force and effect.
(INTENTIONALLY LEFT BLANK)
Attachment number 1 \nPage 2 of 3
Item # 17
City of Clearwater/monitoring wells Page 3 of 3
IN WITNESS WHEREOF, the parties have set their hands and seals as of the day and
year first above written.
COUNTERSIGNED: CITY OF CLEARWATER, FLORIDA
George N. Cretekos, Mayor William B. Horne II, City Manager
APPROVED AS TO FORM: ATTEST:
Leslie Dougall-Sides, Assistant City Attorney Rosemarie Call, City Clerk
WITNESSES: PINELLAS COUNTY, FLORIDA
Print Name: Robert S. LaSala, County Administrator
Print Name:
APPROVED AS TO FORM
OFFICE OF THE COUNTY ATTORNEY
By:
Michael A. Zas
Title: Sr. Asst. County Attorney
Attachment number 1 \nPage 3 of 3
Item # 17
Attachment number 2 \nPage 1 of 8
Item # 17
Attachment number 2 \nPage 2 of 8
Item # 17
Attachment number 2 \nPage 3 of 8
Item # 17
Attachment number 2 \nPage 4 of 8
Item # 17
Attachment number 2 \nPage 5 of 8
Item # 17
Attachment number 2 \nPage 6 of 8
Item # 17
Attachment number 2 \nPage 7 of 8
Item # 17
Attachment number 2 \nPage 8 of 8
Item # 17
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Approve the Amendment to the Administrative Services Agreement between the City of Clearwater and International City
Management Association Retirement Corporation (ICMA-RC) for the City 401a Money Purchase Pension Plan and the 457k
Deferred Compensation Plan, to be effective upon approval of the Amendment and for the remainder of the current Agreement
between the City and ICMA and authorize the appropriate officials to execute same. (consent)
SUMMARY:
The City is currently contracted with ICMA through 2017 as the sole provider for the City’s 401a Money Purchase Pension
Plan, an individual retirement account plan funded by City contributions only, and as one of two providers for the City’s
457k Deferred Compensation Plan, a separate voluntary individual retirement account plan funded by plan participants
with no City contributions. This Amendment to the current ICMA Administrative Services Agreement provides an allowance
for the inclusion of third-party mutual funds in the Plan Trust and establishes compensation for ICMA in the form of fees
from the Trust for investment management, advisory, and other services of such funds. The Amendment also establishes a
revenue requirement wherein ICMA will receive total annual aggregate revenue of 0.33% from funds offered by the Plan,
and shall pay an administrative allowance quarterly to the City or the Plan in the amount of any revenue in excess of the
revenue requirement. It is anticipated that revenues in excess of the revenue requirement will exceed any shortfalls, and
that any excess revenue will be used only to pay for reasonable plan administration expenses or will be allocated to Plan
participants. In addition, any redemption fees imposed by outside mutual funds in which Plan assets are invested will be
collected and paid to the mutual fund by ICMA. Lastly, the Amendment provides for the Agreement to be renewed
automatically on a continuous basis unless written notice of termination is provided by either party no less than one
hundred twenty days prior to termination of the Agreement.
Review Approval:
Cover Memo
Item # 18
AMENDMENT
TO THE
Administrative Services Agreements
for Plan Numbers 300269, 109729
This Amendment to the Administrative Services Agreements (“Agreements”) for Plan numbers
(the “Plans”) is entered by and between the City of Clearwater (“Employer”) and ICMA
Retirement Corporation (“ICMA-RC”), effective as of the date of execution by the Employer
below (“Execution Date”).
WHEREAS, the Employer sponsors the Plans on behalf of its eligible employees and retirees;
and
WHEREAS, the Employer entered the Agreements to engage ICMA-RC to provide
administrative services and investments for the Plan under the terms specified in the
Agreements; and
WHEREAS, the parties wish to amend the Agreements to provide for the continued elimination
of the Plan Administration fee and the Mutual Funds Fee under the Agreements contingent upon
the Employer’s use of EZLink for contribution processing over the term of the Agreement and
contribution funds are submitted through wire transfer or ACH; and
WHEREAS, Section 10(a) of the Agreement provides that the Agreements may be amended
pursuant to a written instrument signed by the parties;
NOW, THEREFORE, the Agreements are hereby amended as follows:
FIRST
Section 6 of the Agreements, titled “Compensation and Payment” is amended by
replacing all subsections with the following:
(a) ICMA-RC’s compensation under this Agreement shall be as set forth below.
(b) Compensation for Management Services to the Trust, Compensation for
Advisory and other Services to The Vantagepoint Funds and Payments
from Third-Party Mutual Funds. Employer acknowledges that in addition
to amounts payable under this Agreement, ICMA-RC receives fees from the
Trust for investment management services furnished to the Trust. Employer
further acknowledges that certain wholly owned subsidiaries of ICMA-RC
receive compensation for advisory and other services furnished to The
Vantagepoint Funds, which serve as the underlying portfolios of a number of
Funds offered through the Trust. For a Trust fund that invests substantially all
of its assets in a third-party mutual fund not affiliated with ICMA-RC, ICMA-
Attachment number 1 \nPage 1 of 4
Item # 18
RC or its wholly owned subsidiary receives payments from the third-party
mutual fund families or their service providers in the form of 12b-1 fees,
service fees, compensation for sub-accounting and other services provided
based on assets in the underlying third-party mutual fund. These fees are
described in the Retirement Investment Guide. In addition, to the extent that
third party mutual funds are included in the investment line-up for the Plan,
ICMA-RC receives administrative fees from its third party mutual fund
settlement and clearing agent for providing administrative and other services
based on assets invested in third party mutual funds; such administrative fees
come from payments made by third party mutual funds to the settlement and
clearing agent.
(c) Revenue Requirement. ICMA-RC shall receive total annual aggregate
revenue of 0.33% from funds offered by the Plan. ICMA-RC will collect at
least 0.33% from each fund offered. If a fund has revenue sharing less than
0.33%, ICMA-RC will add an appropriate asset-based fee to attain 0.33%.
ICMA-RC shall pay an administrative allowance quarterly to the Employer or
to the Plan in an amount equal to any revenue in excess of the revenue
requirement. In the event that revenue received by ICMA-RC from funds
offered by the Plan falls below the revenue requirement, ICMA-RC and the
Employer shall mutually agree upon a method to make up the shortfall
necessary to meet the revenue requirement. Employer understands that the
Plan administrative allowance is to be used only to pay for reasonable plan
administrative expenses of the Plan or allocated to Plan participants at the
instruction of the EMPLOYER.
(d) Redemption Fees. Redemption fees imposed by outside mutual funds in
which Plan assets are invested are collected and paid to the mutual fund by
ICMA-RC. ICMA-RC remits 100% of redemption fees back to the specific
mutual fund to which redemption fees apply. These redemption fees and the
individual mutual fund’s policy with respect to redemption fees are specified
in the prospectus for the individual mutual fund and referenced in the
Retirement Investment Guide.
(e) Payment Procedures. All payments to ICMA-RC pursuant to this Section 6
shall be made from Plan assets held by the Trust or received from third party
mutual funds or their service providers in connection with Plan assets invested
in such third party mutual funds, to the extent not paid by the Employer. The
amount of Plan assets held through the Trust shall be adjusted by the Trust as
required to reflect any such payments as are made from Plan assets invested in
the Trust. In the event that the Employer agrees to pay amounts owed
pursuant to this section 6 directly, any amounts unpaid and outstanding after
30 days of invoice to the Employer shall be withdrawn from Plan assets held
by the Trust.
Attachment number 1 \nPage 2 of 4
Item # 18
The compensation and payment set forth in this section 6 is contingent upon the
Employer’s use of ICMA-RC’s EZLink system for contribution processing and
submitting contribution funds by ACH or wire transfer on a consistent basis over the term
of this Agreement.
Employer further acknowledges and agrees that compensation and payment under this
Agreement shall be subject to re-negotiation in the event that the Employer chooses to
implement additional mutual funds outside of the ICMA-RC Mutual Fund Alliance.
SECOND
Section 9 of the Agreements, titled “Term” is amended to provide as follows:
This Agreement shall be in effect and commence on the date all parties have
signed and executed this Agreement (“Inception Date”). The term of this
Agreement will commence on the Inception Date and end on August 12, 2017.
Unless written notice is provided by the EMPLOYER at least 120 days prior to
August 12, 2017, this Agreement shall renew automatically on August 13, 2017
and shall only terminate following 120 days’ written notice of termination by
either party. The EMPLOYER understands and agrees that, in the event the
EMPLOYER terminates this Agreement (or replaces the VantageTrust PLUS
Fund as an investment option in its investment line-up), ICMA-RC retains full
discretion to release Plan assets invested in the VantageTrust PLUS Fund in an
orderly manner over a period of up to 12 months from the date ICMA-RC
receives written notification from the EMPLOYER that it has made a final and
binding selection of a replacement for ICMA-RC as administrator of the Plan (or
a replacement investment option for the VantageTrust PLUS Fund).
The EMPLOYER may terminate this Agreement for cause prior to the end of the
term in the event that the EMPLOYER determines that ICMA-RC has materially
breached this Agreement by not providing the services or performing its
obligations as agreed to in this Agreement. EMPLOYER agrees to provide
ICMA-RC thirty (30) business days to cure such breach following written notice
from EMPLOYER of such breach and the EMPLOYER's intention to terminate
the Agreement. Following the term of the Agreement, the Agreement may be
terminated by either party on sixty (60) days advance notice in writing to the
other.
The fee amendment specified in section 6 of the Agreement will take effect the month following
ICMA-RC’s receipt of one fully-executed copy of this Amendment.
In all other respects, the Agreements are hereby ratified and affirmed.
Attachment number 1 \nPage 3 of 4
Item # 18
IN WITNESS WHEREOF, Employer has caused this Amendment to be executed by its duly
authorized officer this day of , 2013.
ICMA RETIREMENT CORPORATION
By:
Title: Assistant Corporate Secretary
Date:
Countersigned: CITY OF CLEARWATER, FLORIDA
___________________________ By: __________________________
George N. Cretekos William B. Horne II
Mayor City Manager
Approved as to form: Attest:
___________________________ ________________________________
Leslie K. Dougall-Sides Rosemarie Call
Assistant City Attorney City Clerk
Attachment number 1 \nPage 4 of 4
Item # 18
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Award a contract (purchase order) to Bibliotheca, LLC for $582,548.82 in accordance with Sec. 2.564(1)(d), Code of Ordinances -
Other Governmental bids, for hardware and software to implement an RFID system to improve security and efficiency in library
operations and authorize the appropriate officials to execute same. (consent)
SUMMARY:
Radio Frequency Identification (RFID) is the new form of technology used by most libraries today to provide security for their
materials and eliminate the need for several routine, repetitive tasks that have traditionally taken up staff time and resources. Instead
of a barcode, computer chips are placed inside books and materials. These chips can be read by scanners without having to open
books as we have to with barcodes. This allows the library to have material automatically scanned as it is returned, and then use
sorting machines to dramatically increase staff efficiency. It also replaces the old security system, which is no longer functioning.
This project was included in the Penny for Pinellas III projects because it would allow the library system to staff a larger facility at
the Countryside and East locations, without increasing staff size. Due to recent budget reductions, it is even more important. Since
2007, library staff size has decreased 25% but usage has only dropped 6%. This technology will allow us to continue functioning
with the smaller staff at all locations.
Funds for this project are in Penny for Pinellas III, project 315-94861. Sec. 2.564(1)(d) utilizes a contract awarded by the City of
Largo on February 13, 2013.
Type:Capital expenditure
Current Year Budget?:Yes Budget Adjustment:None
Budget Adjustment Comments:
Current Year Cost:$582,548.82 Annual Operating Cost:0
Not to Exceed:Total Cost:
For Fiscal Year:2012 to 2013
Appropriation Code Amount Appropriation Comment
315-94861-564200-571-000-
0000
582,548.82
Bid Required?:No Bid Number:
Other Bid / Contract:Bid Exceptions:
Other
Government
Bid
Review Approval:
Cover Memo
Item # 19
Attachment number 1 \nPage 1 of 32
Item # 19
Attachment number 1 \nPage 2 of 32
Item # 19
Attachment number 1 \nPage 3 of 32
Item # 19
Attachment number 1 \nPage 4 of 32
Item # 19
Attachment number 1 \nPage 5 of 32
Item # 19
Attachment number 1 \nPage 6 of 32
Item # 19
Attachment number 1 \nPage 7 of 32
Item # 19
Attachment number 1 \nPage 8 of 32
Item # 19
Attachment number 1 \nPage 9 of 32
Item # 19
Attachment number 1 \nPage 10 of 32
Item # 19
Attachment number 1 \nPage 11 of 32
Item # 19
Attachment number 1 \nPage 12 of 32
Item # 19
Attachment number 1 \nPage 13 of 32
Item # 19
Attachment number 1 \nPage 14 of 32
Item # 19
Attachment number 1 \nPage 15 of 32
Item # 19
Attachment number 1 \nPage 16 of 32
Item # 19
Attachment number 1 \nPage 17 of 32
Item # 19
Attachment number 1 \nPage 18 of 32
Item # 19
Attachment number 1 \nPage 19 of 32
Item # 19
Attachment number 1 \nPage 20 of 32
Item # 19
Attachment number 1 \nPage 21 of 32
Item # 19
Attachment number 1 \nPage 22 of 32
Item # 19
Attachment number 1 \nPage 23 of 32
Item # 19
Attachment number 1 \nPage 24 of 32
Item # 19
Attachment number 1 \nPage 25 of 32
Item # 19
Attachment number 1 \nPage 26 of 32
Item # 19
Attachment number 1 \nPage 27 of 32
Item # 19
Attachment number 1 \nPage 28 of 32
Item # 19
Attachment number 1 \nPage 29 of 32
Item # 19
Attachment number 1 \nPage 30 of 32
Item # 19
Attachment number 1 \nPage 31 of 32
Item # 19
Attachment number 1 \nPage 32 of 32
Item # 19
Toll Free: 877-207-3127
Fax: 877-207-3129
www.bibliotheca.com
Quote #:20130228-DJP-Clearwater Rev: 1 Telephone:
Library Name:Clearwater Public Library Fax:
Contact: Barbara Pickell Email:
Address:
Statement of Work:
Item #Description Unit List Price Quantity Your Unit Price Unit Your Extended
Price
TAG000002-000 smartlabel™ 110 | 2" x 2" Square Book Tag 2,000
min. order Price is based on Volume Discount.
80,000
Each
12,560.00$
TAG000003-000 smartlabel™ 200 | Credit Card Sized Book Tag
2,000 min. order Price is based on Volume
Discount.
540,000
Each
79,380.00$
TAG000001-000 smartlabel™ 100 | Clear 2" x 2" Square Book Tag
2,000 min. order Price is based on Volume Discount.
2,000
Each
398.00$
TAG000004-000 smartlabel™ 300 | CD/DVD Hub Tag 2,000 min.
order Price is based on Volume Discount.
80,000 Each 15,040.00$
SWR000119-000 RFID All Inclusive Software SYSTEM License 53,275.50$ 1 31,965.00$ 31,965.00$
SWR000004-000 smartadmin™ Software (Per Single Connected
Device) First year pricing for each connected device,
including liber8™, smartgate™, and smartsort™.
325.00$ 22 225.00$
Each
4,950.00$
SWR000017-000 smartadmin™ Annual License (Beginning Year 2)
Second year + pricing for each connected device,
including liber8™, smartgate™, and smartsort™.
150.00$ 150.00$
Each
-$
SWR200002-000 smartstation™ | Unlimited SYSTEM License
Circulation and Tag Programming software
smartlabel™ RFID tags, boosters, & cover labels
AV Tags
0.30$ 0.147$
0.39$
License covers all software applications, with the exception of sorting, smartdispenser 200, and smartdispenser 100, and allows unlimited use
of:
** smartstation TM Staff Station Circulation software
** smartstation TM Staff Station Tag Programming software
** smartstock TM Shelf Reading and Inventory software
** liber8 TM Self-Checkout software
** smartgate TM Item identification and patron count software used with security gates
** smartsort TM Returns software used with RFID-enabled book drops
smartstation™ staff applications
All Inclusive Site and System Software Licenses
0.199$
0.188$ 0.32$
0.28$ 0.157$
smartadmin™ Software License Subscription
Purchase Option: Mobile Station Hardware used with library supplied laptop/computer
Included
smartstation Software: Purchase your software license and then buy RFID hardware as needed. Software is installed on existing staff workstations or on
laptop/computer used with a mobile station. Does not require SIP except for Holds Ticket Returns System.
Proprietary and Confidential
727-562-4971
727-562-4977
barbara.pickell@myclearwater.com
100 North Osceola Avenue, Clearwater, FL 33755
Hardware
EM Upgrade to RFID System and Sorter
Book Tags
Mobile Tagging & Circulation Stations
Last Updated: 4/10/20132:18 PM Page 1 of 4
Attachment number 2 \nPage 1 of 4
Item # 19
Toll Free: 877-207-3127
Fax: 877-207-3129
www.bibliotheca.com
STF000012-000 smartstation™ 700 | Mobile Tagging & Circulation
System
5,275.00$ 2 4,400.00$
Each 8,800.00$
LEA000001-000 smartstation™ 700 | Mobile Tagging, Circulation,
& Programming Station Lease # Tagging Systems
x # Months (3 minimum) x $ Per Month
7 16,625.00$
STF000004-000 smartstation™ 200 | Shielded Staff Station (USB
04, Ethernet 05, or Serial Port 06)
1,450.00$ 41 1,087.50$ Each 44,587.50$
STF000014-000 Tag Overlay Label Dispenser 1 Each 519.20$
SWR200007-000 smartserve™ | Unlimited SYSTEM License Patron
Self-Checkout Software
SCK000004-200 smartserve™ 400 | RFID Self-Checkout Kiosk 7,995.00$ 1 FREE Each FREE
SCK100404-001 One-Time Unlocker Each -$
Included
smartserve Self-Checkout Software
RFID Self-Service Kiosks
Optional Extras for Tagging
smartstation 700 Mobile Tagging and Circulation System Hardware – Complete RFID circulation and tagging station. Does not require SIP
unless Holds Ticket Returns System is used. Includes:
» Mobile cart with high-powered battery
» RFID reader and shielded pad antenna
» Tag/Label dispenser
» Bar code scanner
Library provides:
» Computer (laptop or small form factor desktop/with monitor)*
* Can be purchased separately from Bibliotheca
Staff Circulation Station Hardware to be installed on existing staff workstation(s)
475.00$
Mobile Tag Programming Station – allows for collection conversion in the stacks with a battery powered rolling cart. No connection to the
library’s network is required. Can operate with wall current or from the battery. 3 month minimum lease term. Hardware includes:
» Mobile Cart with high-powered battery
» RFID reader and shielded antenna
» Bar code scanner
» Laptop computer
» Tag/Label dispenser
» Second label dispenser if overlay labels are used # Months
# Carts per Cart $ per Month
519.20$
smartserve™ self-checkout
Hardware
Lease Option: Complete Tagging Station Package including Software
649.00$
5
smartserve 400 Optional Extras
3,495.00$ 2,796.00$
smartserve 400 Kiosks: Used as a stand-alone device for the check-in and out of items, smartserve 400 can be easily extended using our
dedicated payment module to provide a full range of coin, bill, and card-based transactions. Includes:
» 19" Touch Screen Monitor
» RFID antenna and reader
» Bar code scanner
» Integrated receipt printer
» Cable management and side shelf
Hardware
Staff Station Hardware. This package includes the hardware required to upgrade a standard ILS staff client to RFID. Does not require SIP except
for HandyHolds ticket returns system. Includes:
» RFID reader and shielded pad antenna (for under counter mounting, strength of reader required depends on composition/thickness of work surface)
Library provides:
» Computer*
» Bar code scanner*
* Can be purchased separately from Bibliotheca
Last Updated: 4/10/20132:18 PM Page 2 of 4
Attachment number 2 \nPage 2 of 4
Item # 19
Toll Free: 877-207-3127
Fax: 877-207-3129
www.bibliotheca.com
SCK000045-000 Upgrade to RFID from Bar Code 11 Each 15,950.00$
AAA000267-000 Thermal Receipt Paper 50 rolls at 230 ft ea. Each -$
AAA000348-001 Comprise SmartPay System (Per Terminal)
includes software (host service charge, payment card
server and terminal licenses, and merchant account
license); hardware; and remote services (set up,
training, and PIN injection). The Library will still need
to set up a separate merchant account.
Each
-$
SWR000018-CH Comprise SmartPay System Annual Renewal (Per
Terminal)Each -$
SWR200005-000 smartgate™ | SYSTEM License Item identification
software
SVC000004-000 smartgate™ | Security Pedestal Software
Configuration price per pedestal
23 Each 2,875.00$
GAT000007-000 Single Aisle Security Gate 2 pedestals with patron
counter (requires Item Identification software for
readable counts)
1
Set
6,600.00$
GAT000008-000 Dual Aisle Security Gate 3 pedestals with patron
counter (requires Item Identification software for
readable counts)
7
Set
55,300.00$
SWR000001-000 smartreturn™ | Unlimited SYSTEM License Book
returns software
628.00$
Comprise PCI Compliant Payment Options
smartgate™ software suite
Included
RFID Enabled Book Returns
HandyHolds
Book Return Software: Purchase software license(s) and then buy whatever hardware you want.
6,600.00$
smartsort™ automated materials handling
The HandyHolds™ Printing System automatically formats ILS produced patron identification information according to library defined policy and
prints a repositionable liner-free holds wrapper from a compact receipt printer. No more handwritten holds slips, rubber bands taped to slips
and wrapped around books, or time consuming manual processes. The system includes:
» smartreturn software
» Holds Ticket Printer (for use with HandyHolds receipt paper)
» Configuration fee
Library provides:
» Computer
» SIP2 from ILS Provider
-$
Item Identification and Gate Tracking Software: As an add-on to RFID security pedestals, Item Identification and Gate Tracking software gives
library staff the ability to determine in most instances which items have triggered an alarm. The software typically installs on a single computer
and can retrieve alarm information from several pedestals. Optionally, it can also send remote messages to designated staff workstations
within the library network as an alarm is triggered, showing staff at a glance the title of the item and whether it has been checked out. Software
displays Patron and Occupancy Count. Software connects to the library ILS through SIP in order to retrieve the title and check the status of an item
triggering an alarm.
Library provides, if Item Identification and Gate Tracking software is purchased:
» Computer (need not be dedicated) and SIP2 from ILS Provider
RFID Upgrade from Bar Code Self-Checkouts
Optional Extras for All Kiosks
142.50$
1,450.00$ 1,850.00$
125.00$
7,900.00$
125.00$
smartgate™ 400 Clear Security Pedestals
8,250.00$
RFID Security Pedestals provide aisle widths of 36"-42", depending upon tags used. Maximum eight pedestals.Includes:
» visual and configurable audible alarms; built-in patron counter; and connection port for remote devices such as CCTV
If Item Identification and Gate Tracking software is purchased:
» recording of bar code numbers of those items that have alarmed the gates and remote notification of item titles at staff station(s)
Library provides:
» compliance with manufacturer's installation pre-requisites
Security Pedestal in-floor mounting, electrical and network connection (if required) and configuration is included in the on-site Installation
package. Does not include trenching or network/electric cabling, which must be performed by the Library if required.
smartgate™ security gates
2,869.00$ 2,295.00$
785.00$
12,375.00$
Included
Last Updated: 4/10/20132:18 PM Page 3 of 4
Attachment number 2 \nPage 3 of 4
Item # 19
Toll Free: 877-207-3127
Fax: 877-207-3129
www.bibliotheca.com
AMH001082-000 HandyHolds System Package includes system
configuration fee, necessary software, & thermal
printer (used with adhesive-backed paper)
1
System
700.00$
AAA000909-000 Thermal HandyHolds Receipt Paper with
removable adhesive 24 rolls at 160 ft ea.
0 Each -$
AMH000002-000 9-Bin Sorter with staff induction & interior touch
screen return interface - requires addition of bins - 5
Bins One Sided .
1 Each 89,995.00$
AMH000003-000 Spring Controlled Bin/Cart With adjustable bottom;
measures 35.5" x 23.5" x 34"
7 Each 8,680.00$
SVC000001-000 On-Site Installation and/or Training 1 Total 15,800.00$
Support/Maintenance Pre-Paid Maintenance and Support for 6 Years.
Includes first year FREE plus 5 additional years.
1 103,822.39$ Total 103,822.39$
Professional Services Consulting/Project Management 1 54,900.00$ Total 54,900.00$
SHP000001-000 Shipping and Handling***1 Total 13,101.73$
582,548.82$
Good through:7/9/2013 Quoted By:
Today's Date:4/10/2013 Approved By:
Accepted By:
Accepted Date:
smartsort™ 300 Sorting Systems
With a sorting speed exceeding 1,800 items/hour and a range of enhanced features, our 300 series products provide the enhanced return and
sorting experience required by leading libraries. Our enhanced return points, with touch-screen and rejected item return system allows library
users to benefit from the ability to return items 24/7 and with the external smartreturn 300 product, even when the library is closed. The 300
series provide an excellent balance between cost and functionality.
-$ 295.00$
875.00$
Sorting Systems
700.00$
Shipping
Security Pedestal In-Floor Mounting, Electrical and Network Connection (if required) and Configuration is included in the On-Site Installation price. Does
not include trenching or network/electric cabling, which must be performed by the library if required.
1,240.00$
On-Site Installation is required for most new installations. Additional products can usually be installed and configured remotely, depending on type.
Training is provided as part of the installation price and is also available subsequently, tailored to the library's requirements.
1,550.00$
Installation and Training
15,800.00$
smartsort™ 100, 300, and 400 Cart
117,995.00$ 89,995.00$
***Shipping is estimated on one receiving location, unless otherwise noted, and on current rates and proposal.
13,101.73$
Jonathan Seitz
David Parks
Prices quoted above include first year's Support and Maintenance; however, any required SIP configuration is separate. Please note that there may be
an additional charge for electrical work.
Grand Total:
Last Updated: 4/10/20132:18 PM Page 4 of 4
Attachment number 2 \nPage 4 of 4
Item # 19
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Approve Supplemental Work Order 1 with URS Corporation Southern consultants, for plans to install a precision approach path
indicator (PAPI) at Clearwater Airpark under Project 12-0006-AP, runway extension, for the sum of $14,172.40 and authorize the
appropriate officials to execute same. (consent)
SUMMARY:
Ajax Paving Industries of Florida was awarded the contract to extend the runway at Clearwater Airpark (Project 12-0006-AP)
for the sum of $1,697,205.95 at the December 6, 2012 council meeting. They will install the conduit and wiring once URS
provides the plans for the installation. The City will provide the cement pad. The FAA will have an FAA contractor provide,
install, and maintain the PAPI system itself at no cost.
A PAPI is a visual aid that provides guidance information to help a pilot acquire and maintain the correct approach (in the
vertical plane) to an airport. It is generally located beside the runway approximately 300 meters (328 yards) beyond the
landing threshold of the runway.
There is sufficient funding in the capital project 315-94871, Airpark Runway/Taxiway Extension for this contract.
Appropriation Code Amount Appropriation Comment
315-94871 $14,172.40 Sufficient funds in CIP 315-94871
Review Approval:
Cover Memo
Item # 20
Attachment number 1 \nPage 1 of 7
Item # 20
Attachment number 1 \nPage 2 of 7
Item # 20
Attachment number 1 \nPage 3 of 7
Item # 20
Attachment number 1 \nPage 4 of 7
Item # 20
Attachment number 1 \nPage 5 of 7
Item # 20
Attachment number 1 \nPage 6 of 7
Item # 20
Attachment number 1 \nPage 7 of 7
Item # 20
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Continue to May 16, 2013: Award a contract (purchase order) to Landscape Structures Inc. of Delano, MN for the construction and
installation of a one of a kind Sand Castle Playground and Welcome sign at Pier 60 Park for $438,881 and approve the transfer of
$100,000 from unappropriated retained earnings to CIP 315-93624 Pier 60 Park Repair and Improvement at mid-year, to construct a
military flag plaza to be located in Pier 60 Park. (consent)
SUMMARY:
In Fiscal Year 2010/11, the City Council approved a new Capital Improvement Project for $510,000 to fund repairs and
improvements to Pier 60 Park.
The scope of the project included the repair of existing seating wall, site furniture, ground renovation, walkways, irrigation repairs,
special event layout improvements in order to make the park consistent with the major improvement made in the Beach Walk project
as well as the addition of a new concept in play structures that will become a focal spot on the beach.
The purchase of the sandcastle playground and entry sign will become that focal point for all persons visiting Clearwater Beach and
become a prime photo opportunity for all visitors to the beach and Pier 60 Park. In time staff believes it will be a prime quality
tourist attraction and a destination place for visitors and residents.
The playground is unique in that the main structures are constructed from concrete and is designed to withstand the harsh beach
weather with little to no maintenance. It is colorful and full of unique play areas that allow children to explore the wonders of a life-
size sand castle, including a main central tower and a portion of the sand castle being washed away with the tide.
Staff is recommending the purchase from Landscape Structures Inc. as a sole source item as all playground manufactures design and
make equipment that while similar is unique to their product line and not competitive. The City has traditionally purchased
equipment from various vendors in order to take advantage of special pricing and quality designs.
If approved, it will take approximately 4 months for construction and delivery with installation scheduled for September of this
year.
Additional funding is being requested in this project to construct a military flag plaza in Pier 60 Park at the end of State Road 60 and
the roundabout to honor all of the branches of the military. While the plaza has not been fully designed, it will incorporate the same
type of coquina style material used for the doughboy statues at the beginning of the Memorial Causeway Bridge. If approved, funds
will be transferred at mid-year from unappropriated retained earnings.
Type:Capital expenditure
Current Year Budget?:Yes Budget Adjustment:Yes
Budget Adjustment Comments:
Requesting $100,000 for Military Flag Plaza at Pier 60 Park.
Current Year Cost:$538,881 Annual Operating Cost:-0-
Not to Exceed:$538,881 Total Cost:$538,881
For Fiscal Year:2012 to 2013
Appropriation Code Amount Appropriation Comment
Cover Memo
Item # 21
315-93624 $438,881 Cost of Playground
315-93624 $100,000 Flag Plaza
Bid Required?:No Bid Number:
Other Bid / Contract:Bid Exceptions:Sole
Source
Review Approval:
Cover Memo
Item # 21
Attachment number 1 \nPage 1 of 4
Item # 21
Attachment number 1 \nPage 2 of 4
Item # 21
Attachment number 1 \nPage 3 of 4
Item # 21
Attachment number 1 \nPage 4 of 4
Item # 21
Attachment number 2 \nPage 1 of 1Item # 21
Attachment number 3 \nPage 1 of 1
Item # 21
%1410#&1&4+8'/#0&#.#;#8'07'
6$/
&
Attachment number 4 \nPage 1 of 1
Item # 21
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Approve a Contract (Blanket Purchase Order) to Wingfoot Commercial Tire of Clearwater, FL for an amount not to exceed
$400,000.00 for the purchase of Goodyear tires for City motorized equipment during the period May 1, 2013 through April 30, 2014,
in accordance with Sec. 2.56(1)(d), Code of Ordinances - other governmental bid, and authorize the appropriate officials to execute
same. (consent)
SUMMARY:
This Blanket Purchase Order is a piggyback of the Florida State Contract 863-000-10-1. This contract covers the
period May 1, 2013 through April 30, 2014.
This Contract covers the purchase of several different sizes of tires for use on all City vehicles.
Type:Purchase
Current Year Budget?:Yes Budget Adjustment:None
Budget Adjustment Comments:
Current Year Cost:$347,589.00 Annual Operating Cost:
Not to Exceed:$400,000.00 Total Cost:$347,589.00
For Fiscal Year:2012 to 2013
Appropriation Code Amount Appropriation Comment
566-06611-550700-519-0000 $400,000.00 BPO
Bid Required?:Yes Bid Number:
Other Bid / Contract:
Florida State
Contract #
863-000-10-1
Bid Exceptions:None
Review Approval:
Cover Memo
Item # 22
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Approve the final plat for 2881 Gulf to Bay Boulevard, which is located on the South side of Gulf to Bay Boulevard,
approximately ½ mile west of McMullen Booth Road. (consent)
SUMMARY:
This plat will create two lots on a parcel consisting of approximately 1.6 acres.
This property is currently developed with two retail sales and service buildings.
The property is within the city limits of Clearwater and the current zoning is commercial (C).
The proposed project was approved by the Development Review Committee on May 3, 2012 and the Community
Development Board on July 17, 2012.
Review Approval:
Cover Memo
Item # 23
ST
RDTHORNTONDAVIDHAMPTONElizabethCROSSDREW
AVERDAve(49TH ST)BAYSI
DECR-611F e a t h e r w o o d
McMULLEN BOOTH RDJOHNS PARKWAY
DOWNING
BAY
TENNESSEE
AVEBAYVI
EWCAROLINA
C R -31STBAYMEADOWGULF-TO-BAY
KENTUCKY
Virginia
BAYVIEWAVELARKAve
Eastwood Cherry Ln
Cleveland St
BLVD
Colonial Dr
^
PLATLOCATION
Location Map
²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com CRM TM N.T.S.300B 17-29s-16e3/26/201 3Map Gen By:Reviewed By:S-T-R:Grid #:Date:Scale:
2881 GULF-to-BAY BLVD.PLAT
DRUID
Pa th: V:\GIS\Engine ering\L oca tion Maps\2881 GTB Plat LOC Map.mxd
Attachment number 1 \nPage 1 of 1
Item # 23
Attachment number 2 \nPage 1 of 2Item # 23
Attachment number 2 \nPage 2 of 2Item # 23
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Award a contract to TLC Diversified, Incorporated of Palmetto, Florida, for Lift Stations 33 and 42 Rehabilitation in the amount of
$989,560.00, which is the lowest responsible bid received in accordance with plans and specifications, and authorize the appropriate
officials to execute same. (consent)
SUMMARY:
Based on evaluations of the City’s sewer system, Lift Stations 33 and 42 ranked high priority for upgrade as
part of the overall rehabilitation of the City’s wastewater collection system. This construction includes
improvements to Lift Station 33 and 42 rehabilitating the existing structure and replacing existing equipment,
which is in need of repair due to age and wear.
Lift Station 33, located at 3400 Gulf to Bay Blvd. (SR 60), is an aging submersible lift station. Proposed
improvements at Lift Station 33 provides for upgrades of access roadway, removal of the lift station’s wet
well/valve vault concrete structures, valve vault and wet well internal components, force main piping,
electrical control panel and associated conduits, the installation of a wet well, precast concrete valve vault,
submersible pumps, level controls, guide rails, discharge piping, valves, piping appurtenances, telemetry,
electrical controls and associated conduits/appurtenances and instrumentation to complete the project.
Lift Station 42, located at 2639-1/2 McMullen Booth Road, is an aging submersible lift station. Proposed
improvements at Lift Station 42 provides for site work, replacement of pump pipe and fittings, generator
radiator, fan and piping assembly, 12 inch valves, the installation of odor control system, ductwork,
utilities, piping, telemetry, electrical controls and associated conduits/appurtenances and instrumentation
to complete the project.
King Engineering Associates, Inc. (King), the engineering design consultant for this project and an Engineer-
of-Record for the City of Clearwater, was responsible for the design of the improvements. Four bids were
received and TLC Diversified was the lowest in the amount of $989,560.00 for the project. After evaluating
the bids, King Engineering has provided a letter of recommendation to award a contract to TLC Diversified.
The City of Clearwater’s Public Utilities Department Wastewater Collection Division is responsible for
owning, operating and maintaining the wastewater collection system including all gravity pipelines and
manholes that convey the raw sewage to the lift stations and or City’s wastewater treatment facilities.
Sufficient budget and funding is available in Sewer revenue in 0315-96686, Pump Station Replacement to
fund this contract.
Type:Capital expenditure
Current Year Budget?:Yes Budget Adjustment:No
Budget Adjustment Comments:
See summary
Current Year Cost:$989,560 Annual Operating Cost:
Not to Exceed:Total Cost:$989,560
Cover Memo
Item # 24
For Fiscal Year: to
Appropriation Code Amount Appropriation Comment
0315-96686-563800-535-000-
0000
$989,560.00 See summary
Bid Required?:Yes Bid Number:
09-0003-
UT and
10-0051-
UT
Other Bid / Contract:Bid Exceptions:None
Review Approval:
Cover Memo
Item # 24
BID ITEMS UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNTBASE BID 1LIFT STATION 42 REHABILITATION COMPLETE IN ACCORDANCE WITH SECTION 01150, 3.01ALS 1 781,107.00$ 781,107.00$ 537,000.00$ 537,000.00$ 521,000.00$ 521,000.00$ 705,000.00$ 705,000.00$ 2LIFT STATION 42 LINE STOP AND VALVE INSERTION ON SOUTH FORCE MAIN COMPLETE IN ACCORDANCE WITH SECTION 01150, 3.01BLS 1 25,140.00$ 25,140.00$ 20,900.00$ 20,900.00$ 10,500.00$ 10,500.00$ 7,800.00$ 7,800.00$ LIFT STATION 33 REHABILITATION REHABILITATION OF LIFT STATION 33 (09-0003-UT) AND 42 (10-0051-UT)THURSDAY, APRIL 4, 2013 AWARD - THURSDAY, MAY 1, 2013TLC DIVERSIFIED WESTRA CONSTRUCTIONKLOOTE CONTRACTING, INC. RTD CONSTRUCTION, INC.3LIFT STATION 33 REHABILITATION COMPLETE IN ACCORDANCE WITH SECTION 01150, 3.01CLS 1 498,169.00$ 498,169.00$ 420,400.00$ 420,400.00$ 307,000.00$ 307,000.00$ 710,000.00$ 710,000.00$ 4MOBILIZATION IN ACCORDANCE WITH SECTION 01150, 3.01DLS 1 123,048.00$ 123,048.00$ 40,800.00$ 40,800.00$ 61,000.00$ 61,000.00$ 45,000.00$ 45,000.00$ 5INDEMNIFICATION IN ACCORDANCE WITH SECTION 01150, 3.01ELS 1 100 100.00$ 100.00$ 100.00$ 100.00$ 100.00$ 100.00$ 100.00$ 6 SUB-TOTAL LINES 1-51,427,564.00$ 1,019,200.00$ 899,600.00$ 1,467,900.00$ 710% OWNER'S CONTINGENCY ITEMS 1-5LS1142,756.40$ 101,920.00$ 89,960.00$ 146,790.00$ 8 BID TOTAL (ITEMS 1-6)1,570,320.40$ 1,121,120.00$ 989,560.00$ 1,614,690.00$ Attachment number 1 \nPage 1 of 1
Item # 24
Attachment number 2 \nPage 1 of 24
Item # 24
Attachment number 2 \nPage 2 of 24
Item # 24
Attachment number 2 \nPage 3 of 24
Item # 24
Attachment number 2 \nPage 4 of 24
Item # 24
Attachment number 2 \nPage 5 of 24
Item # 24
Attachment number 2 \nPage 6 of 24
Item # 24
Attachment number 2 \nPage 7 of 24
Item # 24
Attachment number 2 \nPage 8 of 24
Item # 24
Attachment number 2 \nPage 9 of 24
Item # 24
Attachment number 2 \nPage 10 of 24
Item # 24
Attachment number 2 \nPage 11 of 24
Item # 24
Attachment number 2 \nPage 12 of 24
Item # 24
Attachment number 2 \nPage 13 of 24
Item # 24
Attachment number 2 \nPage 14 of 24
Item # 24
Attachment number 2 \nPage 15 of 24
Item # 24
Attachment number 2 \nPage 16 of 24
Item # 24
Attachment number 2 \nPage 17 of 24
Item # 24
Attachment number 2 \nPage 18 of 24
Item # 24
Attachment number 2 \nPage 19 of 24
Item # 24
Attachment number 2 \nPage 20 of 24
Item # 24
Attachment number 2 \nPage 21 of 24
Item # 24
Attachment number 2 \nPage 22 of 24
Item # 24
Attachment number 2 \nPage 23 of 24
Item # 24
Attachment number 2 \nPage 24 of 24
Item # 24
LNSTREET
BAYCALAISWOLFE RD
BAYSI
DECR-611F e a t h e r w o o d
McMULLEN BOOTH RDJOHNS PARKWAY
DOWNING
BAY
"K" STLN
CHAMBLEE
BORDEAUX LN
LN
Damascus RdC A M P B E L L
MacDonald
SR-6 0 C O U R T N E YBAYSHORE BLVDLN
Colonial Dr
^
PROJECTLOCATION COOPER'S BAYOULOCATION MAP
²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com CRM N.T.S.292B 16-29s-16e3/15/201 3Map Gen By:Reviewed By:S-T-R:Grid #:Date:Scale:
Lift Station #33
TBR
Attachment number 3 \nPage 1 of 1
Item # 24
CR-611ESR-580LN^
PROJECTLOCATION
McMULLEN BOOTH RDLOCATION MAP
²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com CRM N.T.S.201A 28-28s-16e3/15/201 3Map Gen By:Reviewed By:S-T-R:Grid #:Date:Scale:
Lift Station #42
TBR
Attachment number 4 \nPage 1 of 1
Item # 24
Attachment number 5 \nPage 1 of 1
Item # 24
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Approve a supplemental Engineer of Record (EOR) work order to Reiss Engineering, Inc. in the amount of $2,331,318.00 for the
Construction Engineering and Inspection (CEI) associated with the four Water Treatment Plant 2 Projects (Contracts 1, 2, 3 and 4)
associated with the new brackish reverse osmosis water treatment plant at Water Treatment Plant 2; and authorize the appropriate
officials to execute the same. (consent)
SUMMARY:
The City of Clearwater currently operates one Reverse Osmosis (RO) Water Treatment Plant, and is preparing to build a second
RO plant located at 21133 N. US Hwy 19 within the City of Clearwater.
There are four components (WTP 2 – Contracts 1, 2, 3 , and 4) that are being completed for the City to construct the second RO
plant at WTP 2, which CEI services will cover. Two components have been approved by City Council; one component is being
approved by the City Council; and the last component is out for bid and will be brought forward at a future City Council Meeting.
Upon approval, CEI services will be provided by EOR Reiss Engineering, Inc., which will involve Construction/Project Management,
daily on-site construction inspection, engineering assistance with onsite observations and interpretations, review of shop drawings,
attending meetings, and providing record drawings.
The new water treatment facility, wellfield, and raw water mains are anticipated to be completed by December 2014.
The City of Clearwater Public Utilities Department will own, operate and maintain the Water Treatment Plant.
A cooperative funding agreement (CFA) between the Southwest Florida Water Management District (SWFWMD) and the City of
Clearwater was approved at the September 22, 2010 City Council Meeting that provides for the design, permitting and construction
of a brackish reverse osmosis (RO) facility at Water Treatment Plant (WTP) 2; design and construction of a brackish-water wellfield;
and design and permitting of an injection well for the purpose of concentrate disposal. SWFWMD and the City of Clearwater both
anticipated that the total cost of the project would be $30,433,780, and SWFWMD will reimburse up to 50% of all costs associated
with this project (up to and not to exceed $15,216,890.). There is no cost to the City associated with the SWFWMD Agreement.
Midyear amendments will increase budget only by SWFWMD grant funding in 0315-96767, Reverse Osmosis Plant at
Reservoir 2 in the amount of $1,165,659 and transfer Water Revenue (388421) from Water Sewer reserves in the amount
of $265,659.
Sufficient revenue in the amount of $900,000 is available in 315-96767, Reverse Osmosis Plant at Reservoir 2 for total
funding in the amount of $2,331,318.
Type:Capital expenditure
Current Year Budget?:No Budget Adjustment:Yes
Budget Adjustment Comments:
See summary
Current Year Cost:$2,331,318.00 Annual Operating Cost:
Not to Exceed:$2,331,318.00 Total Cost:$2,331,318.00
For Fiscal Year:2012 to 2013
Appropriation Code Amount Appropriation Comment
Cover Memo
Item # 25
0315-96767-563800-533-
000-0000
$2,331,318.00 See summary
Bid Required?:No Bid Number:
Other Bid / Contract:Bid Exceptions:None
Review Approval:
Cover Memo
Item # 25
1
REISS ENGINEERING, INC. SUPPLEMENTAL WORK ORDER
for the CITY OF CLEARWATER
Date: March 5, 2012 Project Number: 102006
City Project Number: 10-0039-UT
1. PROJECT TITLE: Reservoir No. 2 Brackish Water Treatment Plant Expansion
Construction Services
2. SCOPE OF SERVICES:
Reiss Engineering Inc. (REI) is completing the design for four (4) Water Treatment Plant No. 2
projects; Contract 1: Remote Well Facilities Expansion, Contract 2: Raw Water Transmission
Main US19 Crossing, Contract 3: Raw Water Transmission Main Expansion and Contract 4:
Reverse Osmosis Plant Site Expansion. All Contracts are currently scheduled to start
construction in or before July 2013; scheduled final completion for Contract 1 is May 2014,
Contract 2 is January 2014, Contract 3 is August 2014 and Contract 4 is December 2014. The
City of Clearwater (CITY) has requested that REI provide support services during construction
of the projects. This Scope of Services includes services during construction associated with the
above cited four (4) design bid packages.
REI has prepared this scope of services to include construction management and technical
services required to complete the construction of the water treatment plant, remote well facilities,
and raw water transmission main projects in accordance with the associated FDEP permits and
the construction Contract Documents, and for REI, the Engineer of Record, and associated sub-
disciplines to certify the construction to FDEP and sign and seal Record Drawings.
This Scope of Services includes the following tasks which are described in detail below:
1. CONSTRUCTION MANAGEMENT SERVICES
2. PROGRESS MEETINGS
3. REVIEW AND PROCESS SUBMITTALS
4. PROCESS APPLICATIONS FOR PAYMENT
5. REVIEW CONSTRUCTION SCHEDULES
6. PROCESS FIELD ORDERS, WORK DIRECTIVE CHANGES, AND CHANGE ORDERS
7. RESIDENT PROJECT REPRESENTATIVE AND EOR ON-SITE INSPECTION
8. START UP ACTIVITIES AND CERTIFICATION
9. FINAL COMPLETION
TASK 1 – CONSTRUCTION MANAGEMENT SERVICES
Attachment number 1 \nPage 1 of 11
Item # 25
2
REI will provide Construction Management (CM) Services for the project. This will include
general administrative and project coordination activities. REI will document and respond to the
CITY and CONTRACTORS’ correspondence associated with jurisdictional bodies for the
project. Depending on the nature of the issue contained in the correspondence, REI will respond
to the CONTRACTOR in accordance with contract documents.
During the course of the project, REI will provide CM to maintain schedule, scope and budget
requirements.
REI will attend up to eighteen (18) additional site meetings (6 WTP, 6 wellfield, and 6 pipeline),
coordinate REI and sub-consultant staffing for individual tasks, perform administrative activities,
and coordinate activities and communications with the engineering and operations representatives.
Status reports will be prepared and submitted to the CITY on a monthly basis to advise and
highlight the overall progress of the construction management tasks, as well as identify activities
which are completed, on-going, or pending. REI will prepare monthly status reports for submittal to
SWFWMD in accordance with their reporting requirements for the estimated duration of the
project.
TASK 2 –PROGRESS MEETINGS
REI will attend and document up to four (4) pre-construction meetings, one for each of the four
(4) bid packages.
REI will attend and document up to eighteen (18) monthly construction progress meetings for the
RO WTP #2 Project.
REI will attend and document up to twelve (12) monthly construction progress meetings for the
Well Facilities Project.
REI will attend and document up to twenty-two (22) monthly construction progress meetings for
the two (2) Pipeline Projects.
REI will prepare an agenda for each progress meeting. REI will prepare the meeting minutes
and distribute the minutes to all attendees and/or interested parties within ten (10) business days.
TASK 3 – REVIEW AND PROCESS SUBMITTALS
REI will provide submittal management and review/approval for all engineering disciplines,
including submittal logs, chronological logging and approval status.
REI shall review shop drawings, product literature, product samples, and other submittal data
that the CONTRACTOR is required to submit and maintain a submittal review log. These shall
be reviewed for general conformance with the design concept of the project, and general
compliance with the information given in the Contract Documents. REI will issue comments on
Attachment number 1 \nPage 2 of 11
Item # 25
3
the information and/or drawings which do not conform to the design concept and comply with
the information given in the Contract Documents. REI will request re-submittal of the
information if the information and/or drawings submitted cannot be approved. This includes
review of preliminary and final O & M manuals.
This task assumes a combined total of one hundred ninety (190) separate shop drawing package
submittals (product cut-sheets) for the WTP and Wellfield projects.
This task assumes a combined total of sixty (60) separate shop drawing package submittals
(product cut-sheets) for the two (2) pipeline projects.
REI will administer all Requests for Information (RFI’s) for the project. It is estimated that forty
(40) RFI’s will be submitted by the WTP CONTRACTOR, that a combined total of fifty (50)
RFI’s will be submitted by the two Pipeline CONTRACTORS, and that twenty (20) RFI’s will
be submitted by the Wellfield CONTRACTOR. REI will maintain a RFI receipt/response log.
During bidding changes can be made to the documents issued for bid. To insure the work is
executed in full accordance with all bid items, a conformed set of bid documents should be
prepared at the on-set of construction. This eliminates potential use of incomplete information
during construction.
Upon selection by the CITY of the successful CONTRACTOR, REI will revise the bid
documents to reflect any addenda issues during bid and to include copies of all executed or
filled-out CONTRACTOR furnished bid documents (such as bonds, bid forms, etc.). These
conformed documents will be provided electronically as PDF files. The CITY will provided REI
with complete copies of addenda and CONTRACTOR executed forms to be used in preparing
the conformed documents. As requested by the CITY, CEI costs for this work will only be
invoiced for the Contract 4 project.
TASK 4 – PROCESS APPLICATIONS FOR PAYMENT
REI shall review progress of work and materials on-site for purposes of reviewing the
CONTRACTORS’ monthly pay requests. Following review and approval, REI will forward
requests to the CITY for review and approval.
REI will review up to a combined twenty-two (22) applications for payment for the two (2)
pipeline projects.
REI will review up to twelve (12) applications for payment for the wellfield project.
REI will review up to eighteen (18) applications for payment for the WTP project.
REI will verify that the CONTRACTOR’S are up to-date on the red line as-built drawings prior
to approval of each application for payment.
Attachment number 1 \nPage 3 of 11
Item # 25
4
The review of the applications for payment will be based on the application provided by the
CITY associated with each project.
TASK 5 – REVIEW CONSTRUCTION SCHEDULES
REI will review up to eighteen (18) progress schedules as submitted by the CONTRACTOR for
the WTP project.
REI will review up to a combined total of twenty-two (22) progress schedules as submitted by
the CONTRACTORS for the two (2) pipeline projects.
REI will review up to twelve (12) progress schedules as submitted by the CONTRACTOR for
the wellfield project.
The reviews will consist of the confirmation of the CONTRACTOR’S monthly progress of the
work. REI will identify project elements/tasks that are ahead of schedule, on schedule, and/or
behind schedule.
Based upon the identified progress of the individual project tasks, REI will alert the
CONTRACTOR(S) to issues associated with the project’s critical path. If any point during the
progress of the work REI is of the opinion that Contract Work will not be completed on time, the
CONTRACTOR will be advised in writing with facts supporting REI’s opinion. The CITY and
government/funding agencies will be sent copies of this correspondence.
TASK 6 – PROCESS FIELD ORDERS, WORK DIRECTIVE CHANGES, AND
CHANGE ORDERS
REI will review and/or process field orders, work directive change authorizations, and change
orders. REI will maintain a log to track change orders and costs.
REI will review/process up to seven (7) field / work directive change authorizations / change
orders for the two (2) pipeline projects combined.
REI will review/process up to two (2) field / work directive change authorizations / change
orders for the wellfield. REI will review/process up to eighteen (18) field / work directive
change authorizations / change orders for the WTP project.
REI will coordinate with the CONTRACTOR(S) and CITY regarding changes to the Work.
REI will negotiate with the CONTRACTOR(S) regarding changes to Contract Time and/or the
Contract Cost associated with each change order as set forth in the construction contract
documents.
TASK 7 – RESIDENT PROJECT REPRESENTATIVE AND EOR ON-SITE
INSPECTION SERVICES
Attachment number 1 \nPage 4 of 11
Item # 25
5
REI will provide a full time (40 hours per week, totaling 3,291 hours) Senior RPR for 19 months
to provide oversight of all four (4) projects. The Senior RPR will perform functions within this
Task 7 (estimated to be 1,680 total hours) and Tasks 1-6 & 8-9 (estimated to be 1,611 total
hours).
REI will provide a full time (40 hours per week, totaling an estimated 2,078 hours) staff RPR for
twelve (12) months during the construction of the two (2) pipeline projects and wellhead
construction. REI will provide a part time (20 hours per week, totaling an estimated 173 hours)
staff RPR for months thirteen and fourteen (2 months) during the remaining construction of the
pipeline project.
REI will provide a full time (40 hours per week, totaling an estimated (3,118 hours) staff RPR
for eighteen (18) months during the construction of the WTP project. The staff RPR will perform
functions within this Task 7 (estimated to be 1,702 total hours) and Tasks 1-6 & 8-9 (estimated
to be 1,416 total hours).
REI will provide a full time (40 hours per week, totaling an estimated 3,291 hours) RPR
administrator for nineteen (19) months during the construction of the full project. The
administrator will perform functions for Tasks 1-9.
The RPR staff will provide on-site observation services to observe that the CONTRACTORS are
constructing the projects in conformance to the Contract Documents. The RPR staff will
maintain a daily log documenting CONTRACTORS’ activities and progress on the project,
verify quantities, and to review the CONTRACTORS’ “As-Built” redlines. During each site visit
a report of observed activities, progress, discussions, and any identified deficiencies will be
developed for the project record.
The RPR staff will review and log results of material testing, pressure testing, bacteriological
clearances, construction video, etc. for compliance with the Contract Documents. Copies of the
testing results will be forwarded to the CITY.
During construction of the WTP and wellfield projects, REI engineering staff will perform
periodic (Six (6) visits estimated at three (3) month intervals) site engineering visits to observe
the progress and quality of the work and to determine if the work is proceeding in compliance
with the Contract Documents. The periodic visits shall be sufficient for REI, the Engineer of
Record, to certify the construction to FDEP and produce signed and sealed record drawings.
During construction of the two (2) pipeline projects, REI will perform monthly site engineering
visits to observe the progress and quality of the work and to identify if the work is proceeding in
compliance with the Contract Documents. The periodic visits shall be sufficient for REI, the
Engineer of Record, to certify the construction to FDEP and produce signed and sealed record
drawings.
At the completion of each construction project, REI will provide the CITY with a complete set of
construction files and documentation. The files and documents will include but not be limited to
Attachment number 1 \nPage 5 of 11
Item # 25
6
shop drawing (submittals, logs & approvals); daily construction logs; construction photography
to document construction process as taken by CM services team; progress meeting
documentation; field orders, change orders, Start Up and O&M documentation. The complete
files shall be labeled, organized and provided to the CITY for future reference and use.
TASK 8 – START-UP ACTIVITIES AND CERTIFICATION
The CONTRACTORS shall provide REI with certified As-Built survey drawings of all four (4)
projects. REI will conduct one (1) walk through for each of the four (4) projects prior to
substantial completion. REI will prepare punch lists of items, needed to be complete prior to
requesting Substantial Completion verification.
With respect to the wellfields and pipline projects the CONTRACTOR shall provide Certified
As-Built drawings for REI to review and approve based on the red-lines. REI will forward to the
CITY for their records once approved by the REI. With respect to the pipeline projects, it is
assumed that there will be multiple FDEP certifications required based on the CONTRACTOR’S
sectionalization of the work. REI will administer up to two (2) separate partial raw water
transmission main certifications for each of the pipeline contracts (for a total of four (4))
With respect to the WTP project REI will receive red-line WTP drawing information from the
CONTRACTOR and review the information for clarity. Based on work observations during
construction of the WTP and CONTRACTOR documentation and certification that the work has
been completed, REI will prepare and submit the required As-Built certifications to FDEP,
request clearances of the facilities by FDEP, attend an FDEP inspection, and obtain FDEP
approvals.
At the request of the CONTRACTOR, REI will notify the CITY that the WTP facility is ready to
commence start up and demonstration activities. For the WTP, individual unit processes must be
operated to demonstrate functionality. Once individual processes are demonstrated, sub-grouping
of system will be operated to demonstrate operability. When the CONTRACTOR has
demonstrated to REI that the sub-system operations are successful, then the total plant start-up
can occur. REI and the CITY will witness the start-up and demonstration testing activities of
the CONTRACTORS and manufacturer representatives. REI will document the start-up and
demonstration activities and will provide a brief report of the results of the facility start up and
testing to the CITY. With respect to the WTP startup, the duration of startup and demonstration
testing is estimated to be sixty (60) days.
TASK 9 –FINAL COMPLETION
At the determination of the CONTRACTORS that the project is substantially complete, and
written notice thereof, within twenty (20) days REI and the CITY will perform a site inspection
to determine if the project is finally complete. If not finally complete, REI will issue notification
of items to be completed by the CONTRACTOR. The CONTRACTOR shall reimburse the
CITY for all subsequent determinations of Final Completion reviews by REI and CITY as
additional services.
Attachment number 1 \nPage 6 of 11
Item # 25
7
REI will administer project closeout by collecting and submitting contract closeout documents
and other required documents required by the contract documents not processed by the CITY.
ADDITIONAL SERVICES
The following are examples of some specific additional services that may be required, but are not
included within this Scope of Services.
1. Easement acquisition services or construction staging area coordination.
2. CONTRACTOR selection or additional contract administration services.
3. Material(s) testing during construction.
4. Construction Manager related services that result from a delay in completing construction by
the CONTRACTOR.
5. Additional copies of the construction documents to the CITY in excess of those specified
herein or additional expenses (if authorized by the CITY)
6. Resident Project Representative (RPR) services or periodic site visits in excess of times
specified herein.
7. Construction surveying/staking.
8. Re-design or re-permitting efforts (including associated permitting fees).
9. Review and approve of alternate treatment or equipment submitted by the CONTRACTOR
for determination/approval as “or equal”.
These and other services can be provided, if desired by the CITY, under separate Scope of
Service(s) or by an amendment to this Scope of Services.
3. PROJECT GOALS:
The goal of this project is to complete the construction of RO WTP #2 and associated facilities to
meet the needs of the City of Clearwater.
4. BUDGET:
The project budget is presented in Attachment B. This price includes all labor and expenses
anticipated to be incurred by REI for the completions of these tasks, on a time and material basis,
for a not to exceed fee of two million three hundred thirty one thousand three hundred eighteen
dollars ($2,331,318).
5. SCHEDULE:
The services to be provided shall be for a construction period of eighteen (18) months in duration
as further detailed as follows:
· Contract 1: Remote Well Facilities Expansion: scheduled final completion is May 2014
· Contract 2: Raw Water Transmission Main US19 Crossing: scheduled final completion is
January 2014
· Contract 3: Raw Water Transmission Main Expansion: scheduled final completion is
August 2014
Attachment number 1 \nPage 7 of 11
Item # 25
8
· Contract 4: Reverse Osmosis Plant Site Expansion: scheduled final completion is
December 2014
6. STAFF ASSIGNMENT (Consultant):
Reiss Engineering Staff:
EOR Staff:
Robert Reiss, Ph.D., P.E. – President/Project Manager
Christophe Robert, Ph.D. – Project Engineer
Mark Worsham, P.E. – Senior Engineer
Janine Alexander, P.E. – Engineering Manager
Jim Murin, P.E. – Principle-In-Charge
Glenn Dunkelberger, P.E. – Senior Engineer
Robert Lupo – Senior Designer
Kim Jones – Administrative
RPR Staff:
Roger Mayfield, P.E. – Senior RPR
Leo Robinson – Staff RPR
URS Staff:
EOR Staff:
Dana Tallman, PE – Vice President
Bozho Handjiev, PE – Project Manager (Raw water trunk line)
Arnie Hernandez, AIA – Associate Principal (Architectural)
Tom Pride – Senior Scientist (Environmental)
James Scheurman – Senior Designer
RPR Staff:
Chris Mitchell – RPR
HDR Staff:
EOR Staff:
Mike Condran, PE – Project Principal
Roger Noack, PE – Senior Technical Lead
Lenore Horton, PE – Project Manager
Ian Watson – Process QA/QC
Henry Antshel – Senior Structural Engineer
Sean Wicks – Senior Security Engineer
Kathy Buechler – Senior I&C Engineer
Joel Johnson – Senior HVAC Engineer
RPR Staff:
Kenneth Privette – Administration
EMI Staff:
EOR Staff:
Pete Hoanshelt, PE – President
Attachment number 1 \nPage 8 of 11
Item # 25
9
7. CORRESPONDENCE/REPORTING PROCEDURES:
REI’s project correspondence shall be directed to C. Robert Reiss. All CITY project
correspondence shall be directed to Robert Maue with copies to others as may be appropriate.
8. INVOICING/FUNDING PROCEDURES:
Invoices shall be submitted monthly to the City of Clearwater, Attn: Veronica Josef, Senior Staff
Assistant, Engineering Department, 100 S. Myrtle Ave., P. O. Box 4748, Clearwater, Florida
33756-5520, for work performed. Contingency services will be billed as incurred only after
written authorization provided by the CITY to proceed with those services.
City Invoicing Code: 0315-96767-561300-533-000-0000 $1,165,659
0381-96767-561300-533-000-0000 $1,165,659
9. ITEM 9 INTENTIONALLY LEFT BLANK
10. SPECIAL CONSIDERATIONS:
None.
PREPARED BY: APPROVED BY:
________________________ ________________________
C. Robert Reiss, Ph.D., P.E. Michael D. Quillen, PE
President City Engineer
Reiss Engineering, Inc. City of Clearwater
___________________ ___________________
Date Date
Attachment number 1 \nPage 9 of 11
Item # 25
10
{Add the following as an Attachment:}
CITY OF CLEARWATER
ENGINEERING DEPARTMENT
WORK ORDER INITIATION FORM
Attachment “A”
CITY DELIVERABLES
FORMAT
The design plans shall be compiled utilizing the following methods.
1. City of Clearwater CAD standards.
2. 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.
DELIVERABLES
The design plans shall be produced on bond material, 24" x 36" at a scale of 1" =
20’ unless approved otherwise. Upon completion the consultant shall deliver all
drawing files in digital format with all project data in Autodesk Civil 3d file format.
If not available Land Desktop files are still acceptable, however the City of
Clearwater is currently phasing out Land Desktop.
NOTE: If approved deviation from Clearwater 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@myclearwater.com
All electronic files (CAD and Specification files) must be delivered upon
completion of project or with 100% plan submittal to City of Clearwater.
Attachment number 1 \nPage 10 of 11
Item # 25
11
ATTACHMENT B
CITY OF CLEARWATER
Brackish Reverse Osmosis Water Treatment Plant # 2
Phase 2 – Services During Construction
PROJECT BUDGET
Reiss Engineering, Inc.
Subconsultant
Task Description Services Labor Total
1
CONSTRUCTION MANAGEMENT SERVICES $72,294
$282,985
$355,279
2
PROGRESS MEETINGS $50,120
$60,306
$110,426
3
REVIEW AND PROCESS SUBMITTALS $174,250
$266,980
$441,230
4
PROCESS APPLICATIONS FOR PAYMENT $6,370
$45,690
$52,060
5
REVIEW PROGRESS SCHEDULES $8,350
$45,009
$53,359
6
PROCESS FIELD ORDERS, WORK DIRECTIVE
CHANGES, AND CHANGE ORDERS
$18,175
$50,810
$68,985
7
RESIDENT PROJECT REPRESENTATIVE AND EOR
ON-SITE INSPECTION SERVICES $291,686
$515,600
$807,286
8
START UP ACTIVITIES AND CERTIFICATION $77,958
$237,948
$315,906
9
FINAL COMPLETION $23,610
$35,275
$58,885
Subtotal, Labor and Subcontractors
$2,263,416
Other Direct Costs (prints, photocopies, postage, etc)
$67,902
Grand Total
$2,331,318
Attachment number 1 \nPage 11 of 11
Item # 25
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Award a contract to Applied Drilling Engineering, Inc. of Tampa, Florida, for the construction of the Clearwater Concentrate
Injection Deep Well Project – Phase 2 in the amount of $857,763.50, which is the lowest responsible bid in accordance with plans
and specifications; approve a work order for $168,320.00 to Leggette, Brashears and Graham (EOR) of Tampa, Florida, for project
related post-design engineering services, and authorize the appropriate officials to execute same. (consent)
SUMMARY:
The City currently operates one Reverse Osmosis (RO) Water Treatment Plant at Water Treatment Plant 1
and is preparing to build a second RO plant at Water Treatment Plant 2. The concentrate from RO Plant 1 is
currently discharged to the wastewater system, where it is treated at a wastewater treatment plant, and the
effluent is used for reclaimed water irrigation. RO Plant 2 will produce concentrate with water quality that is
too brackish to discharge to a wastewater treatment plant.
The concentrate injection deep well construction consists of drilling two monitoring wells and converting the
existing test Class V, Group 9 exploratory well into a Class I injection well for disposal of RO byproduct from
the RO water treatment plants.
The project was competitively bid, and Applied Drilling Engineering, Inc. was the lowest responsible bidder for
a proposed fee of $857,763.50.
Construction, Engineering, and Inspection (CEI) services during the construction period will be completed by
Leggette, Brashears and Graham, Inc. (LBG), which includes daily on-site construction inspection,
engineering assistance with onsite observations and interpretations, review of shop drawings, attending
meetings, and providing record drawings. LBG will provide full-time observation services during construction
of the Class I Test Injection Well, associated monitoring wells, and all required testing activities. After
completion of all well construction and testing activities, LBG will prepare a report that describes all
construction, testing and evaluation activities that will be submitted to the Florida Department of
Environmental Protection.
The contract period for construction is 150 consecutive calendar days estimated to start in May 2013 and
finish in October 2013.
On September 22, 2010, City Council approved a cooperative funding agreement (CFA) between Southwest
Florida Water Management District (SWFWMD) and the City of Clearwater provides for the design, permitting
and construction of a brackish reverse osmosis (RO) facility at Water Treatment Plant (WTP) 2. SWFWMD
and the City of Clearwater both anticipated that the total cost of the project would be $30,433,780, and
SWFWMD will reimburse up to 50% of all costs associated with this project (up to and not to exceed
$15,216,890.). There is no cost to the City associated with the SWFWMD Agreement.
The Public Utilities Department shall own and maintain the proposed improvements included in this contract.
A midyear amendment will increase budget only by SWFWMD grant funding in 0315-96767, Reverse
Osmosis Plant at Reservoir 2 in the amount of $513,041.75.
Sufficient budget is available in the amount of $513,041.75 in 315-96767, Reverse Osmosis Plant at
Reservoir 2 for total funding in the amount of $1,026,083.50.
Cover Memo
Item # 26
Type:Capital expenditure
Current Year Budget?:No Budget Adjustment:Yes
Budget Adjustment Comments:
See summary
Current Year Cost:$1,026,083.50 Annual Operating Cost:
Not to Exceed:$1,026,083.50 Total Cost:$1,026,083.50
For Fiscal Year:2012 to 2013
Appropriation Code Amount Appropriation Comment
0315-96767-563800-533-
000-0000
$857,763.50 See summary
0315-96767-563800-533-
000-0000
$168,320.00 See Summary
Bid Required?:Yes Bid Number:09-0044-UT
Other Bid / Contract:Bid Exceptions:None
Review Approval:
Cover Memo
Item # 26
BID No.BID ITEMS UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT
1 Mobilization/Demobilization (15% max)1 LS 240,600.00$ 240,600.00$ 35,000.00$ 35,000.00$ 114,800.00$ 114,800.00$ 105,000.00$ 105,000.00$ 136,000.00$ 136,000.00$
2
Monitoring Wells 1 LS 196,850.00$ 196,850.00$ 30,000.00$ 30,000.00$ 6,500.00$ 6,500.00$ 50,000.00$ 50,000.00$ 25,000.00$ 25,000.00$
3 Ream Pilot Hole to 31-inch Diameter 100 FT 400.00$ 40,000.00$ 250.00$ 25,000.00$ 85.00$ 8,500.00$ 150.00$ 15,000.00$ 250.00$ 25,000.00$
4 Perform Caliper Log 1 LS 3,000.00$ 3,000.00$ 5,000.00$ 5,000.00$ 3,500.00$ 3,500.00$ 3,500.00$ 3,500.00$ 5,000.00$ 5,000.00$
5 Provide and Set 20-inch Steel Casing 753 FT 225.00$ 169,425.00$ 250.00$ 188,250.00$ 151.00$ 113,703.00$ 130.00$ 97,890.00$ 185.00$ 139,305.00$
6 Grout 20-inch Diameter Casing 2,520 CF 8.00$ 20,160.00$ 20.00$ 50,400.00$ 20.00$ 50,400.00$ 30.00$ 75,600.00$ 30.00$ 75,600.00$
7 Conduct Temperature Logs after Each Grout Stage 1 LS 5,000.00$ 5,000.00$ 10,000.00$ 10,000.00$ 3,000.00$ 3,000.00$ 5,000.00$ 5,000.00$ 2,500.00$ 2,500.00$
8 Perform Pressure Test 1 LS 50,000.00$ 50,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 7,500.00$ 7,500.00$ 1,000.00$ 1,000.00$
9 Provide and Set 10.75-inch FRP Injection Tube 753 FT 225.00$ 169,425.00$ 200.00$ 150,600.00$ 120.00$ 90,360.00$ 150.00$ 112,950.00$ 150.00$ 112,950.00$
10 Grout 10.75-inch Diameter Injection Tube 960 CF 8.00$ 7,680.00$ 20.00$ 19,200.00$ 20.00$ 19,200.00$ 30.00$ 28,800.00$ 30.00$ 28,800.00$
11 Conduct Temperature Logs after Each Grout Stage 1 LS 7,500.00$ 7,500.00$ 10,000.00$ 10,000.00$ 3,500.00$ 3,500.00$ 5,000.00$ 5,000.00$ 2,500.00$ 2,500.00$
12 Perform Pressure Test 1 LS 25,000.00$ 25,000.00$ 5,000.00$ 5,000.00$ 3,500.00$ 3,500.00$ 7,500.00$ 7,500.00$ 10,000.00$ 10,000.00$
13 Clean Open Borehole to Total Depth 270 FT 100.00$ 27,000.00$ 50.00$ 13,500.00$ 75.00$ 20,250.00$ 125.00$ 33,750.00$ 50.00$ 13,500.00$
14 Perform 1-hour Pump Test 1 LS 10,000.00$ 10,000.00$ 15,000.00$ 15,000.00$ 10,000.00$ 10,000.00$ 5,000.00$ 5,000.00$ 10,000.00$ 10,000.00$
15 Perform 1-hour Injection Test 1 LS 10,000.00$ 10,000.00$ 15,000.00$ 15,000.00$ 5,000.00$ 5,000.00$ 8,000.00$ 8,000.00$ 10,000.00$ 10,000.00$
16 Conduct Final Video Survey 1 LS 3,500.00$ 3,500.00$ 5,000.00$ 5,000.00$ 3,500.00$ 3,500.00$ 3,000.00$ 3,000.00$ 5,000.00$ 5,000.00$
17 Perform Radioactive Tracer Survey 1 LS 20,000.00$ 20,000.00$ 15,000.00$ 15,000.00$ 5,000.00$ 5,000.00$ 17,500.00$ 17,500.00$ 10,000.00$ 10,000.00$
18 Construct Well Head 1 LS 5,000.00$ 5,000.00$ 10,000.00$ 10,000.00$ 7,500.00$ 7,500.00$ 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$
1,010,140.00$ 606,950.00$ 473,213.00$ 585,990.00$ 617,155.00$
19 Drill 20-inch Diameter Borehole 65 FT 250.00$ 16,250.00$ 75.00$ 4,875.00$ 150.00$ 9,750.00$ 125.00$ 8,125.00$ 120.00$ 7,800.00$
20 Provide and Set 14-inch Steel Casing 72 FT 150.00$ 10,800.00$ 90.00$ 6,480.00$ 80.00$ 5,760.00$ 115.00$ 8,280.00$ 85.00$ 6,120.00$
21 Grout 14-inch Diameter Casing 90 CF 8.00$ 720.00$ 25.00$ 2,250.00$ 20.00$ 1,800.00$ 30.00$ 2,700.00$ 30.00$ 2,700.00$
22 Drill 8-inch Diameter Pilot Hole 365 FT 125.00$ 45,625.00$ 25.00$ 9,125.00$ 185.00$ 67,525.00$ 75.00$ 27,375.00$ 30.00$ 10,950.00$
23 Conduct Geophysical Logging in Pilot Borehole 1 LS 6,500.00$ 6,500.00$ 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 3,500.00$ 3,500.00$ 5,000.00$ 5,000.00$
CLEARWATER CONCENTRATE INJECTION DEEP WELL - PHASE 2 (09-0044-UT)
THURSDAY, APRIL 4, 2013 AWARD - WEDNESDAY, MAY 1, 2013
ROWE DRILLING CO.
SOUTHEAST DRILLING
SERVICESA. C. SCHULTES OF FLORIDA
APPLIED DRILLING
ENGINEERING ALL WEBB'S ENTERPRISES
Subtotal For Test Injection Well (Bid Items 1 - 18) =
Test Injection Well
Upper Zone Monitoring Well
Attachment number 1 \nPage 1 of 3
Item # 26
BID No.BID ITEMS UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT
CLEARWATER CONCENTRATE INJECTION DEEP WELL - PHASE 2 (09-0044-UT)
THURSDAY, APRIL 4, 2013 AWARD - WEDNESDAY, MAY 1, 2013
ROWE DRILLING CO.
SOUTHEAST DRILLING
SERVICESA. C. SCHULTES OF FLORIDA
APPLIED DRILLING
ENGINEERING ALL WEBB'S ENTERPRISES
24 Ream Pilot Hole to 12.25-inch Diameter 325 FT 205.00$ 66,625.00$ 25.00$ 8,125.00$ 75.00$ 24,375.00$ 90.00$ 29,250.00$ 50.00$ 16,250.00$
25 Perform Caliper Log 1 LS 3,000.00$ 3,000.00$ 2,000.00$ 2,000.00$ 3,500.00$ 3,500.00$ 3,000.00$ 3,000.00$ 2,500.00$ 2,500.00$
26 Provide and Set 6-inch PVC Casing 395 FT 75.00$ 29,625.00$ 40.00$ 15,800.00$ 25.00$ 9,875.00$ 20.00$ 7,900.00$ 65.00$ 25,675.00$
27 Grout 6-inch Diameter Casing 280 CF 8.00$ 2,240.00$ 25.00$ 7,000.00$ 20.00$ 5,600.00$ 30.00$ 8,400.00$ 45.00$ 12,600.00$
28 Conduct Temperature Logs after Each Grout Stage 1 LS 4,000.00$ 4,000.00$ 1,000.00$ 1,000.00$ 3,500.00$ 3,500.00$ 3,500.00$ 3,500.00$ 2,500.00$ 2,500.00$
29 Perform Pressure Test 1 LS 12,500.00$ 12,500.00$ 1,000.00$ 1,000.00$ 3,500.00$ 3,500.00$ 3,500.00$ 3,500.00$ 5,000.00$ 5,000.00$
30 Clean Out Open Borehole 40 FT 50.00$ 2,000.00$ 25.00$ 1,000.00$ 125.00$ 5,000.00$ 80.00$ 3,200.00$ 100.00$ 4,000.00$
31 Develop Well 2 HRS 250.00$ 500.00$ 125.00$ 250.00$ 500.00$ 1,000.00$ 350.00$ 700.00$ 350.00$ 700.00$
32 Perform 1-hour Pump Test 1 LS 10,000.00$ 10,000.00$ 5,000.00$ 5,000.00$ 10,000.00$ 10,000.00$ 4,000.00$ 4,000.00$ 10,000.00$ 10,000.00$
33 Water Quality Analysis During Pump Test 1 LS 3,500.00$ 3,500.00$ 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 500.00$ 500.00$
34 Conduct Final Video Survey 1 LS 3,500.00$ 3,500.00$ 2,000.00$ 2,000.00$ 3,500.00$ 3,500.00$ 3,000.00$ 3,000.00$ 3,500.00$ 3,500.00$
35 Construct Well Head 1 LS 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 5,500.00$ 5,500.00$ 2,750.00$ 2,750.00$ 1,500.00$ 1,500.00$
222,385.00$ 80,905.00$ 170,185.00$ 124,180.00$ 117,295.00$
36 Drill 20-inch Diameter Borehole 65 FT 250.00$ 16,250.00$ 75.00$ 4,875.00$ 150.00$ 9,750.00$ 125.00$ 8,125.00$ 120.00$ 7,800.00$
37 Provide and Set 14-inch Steel Casing 72 FT 150.00$ 10,800.00$ 90.00$ 6,480.00$ 80.00$ 5,760.00$ 115.00$ 8,280.00$ 85.00$ 6,120.00$
38 Grout 14-inch Diameter Casing 90 CF 8.00$ 720.00$ 25.00$ 2,250.00$ 20.00$ 1,800.00$ 30.00$ 2,700.00$ 30.00$ 2,700.00$
39 Drill 8-inch Diameter Pilot Hole 435 FT 125.00$ 54,375.00$ 25.00$ 10,875.00$ 185.00$ 80,475.00$ 75.00$ 32,625.00$ 30.00$ 13,050.00$
40
Water Quality Analyses During Reverse-Air
Drilling 20 EA 100.00$ 2,000.00$ 125.00$ 2,500.00$ 150.00$ 3,000.00$ 125.00$ 2,500.00$ 1,500.00$ 30,000.00$
41 Conduct Geophysical Logging in Pilot Borehole 1 LS 6,500.00$ 6,500.00$ 4,000.00$ 4,000.00$ 4,500.00$ 4,500.00$ 3,500.00$ 3,500.00$ 5,000.00$ 5,000.00$
42 Ream Pilot Hole to 12.25-inch Diameter 395 FT 205 80,975.00$ 25.00$ 9,875.00$ 85 33,575.00$ 90.00$ 35,550.00$ 50 19,750.00$
43 Perform Caliper Log 1 LS 3,000.00$ 3,000.00$ 2,000.00$ 2,000.00$ 1,500.00$ 1,500.00$ $3,500.00 3,500.00$ 2500 2,500.00$
44 Provide and Set 6-inch PVC Casing 465 FT 75 34,875.00$ 40.00$ 18,600.00$ 25 11,625.00$ $20.00 9,300.00$ 65 30,225.00$
45 Grout 6-inch Diameter Casing 325 CF 8.00$ 2,600.00$ 25 8,125.00$ 20 6,500.00$ 30.00$ 9,750.00$ 45 14,625.00$
Subtotal For Upper Zone Monitoring Well (Bid Items 19 – 35) =
Lower Zone Monitoring Well
Attachment number 1 \nPage 2 of 3
Item # 26
BID No.BID ITEMS UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT
CLEARWATER CONCENTRATE INJECTION DEEP WELL - PHASE 2 (09-0044-UT)
THURSDAY, APRIL 4, 2013 AWARD - WEDNESDAY, MAY 1, 2013
ROWE DRILLING CO.
SOUTHEAST DRILLING
SERVICESA. C. SCHULTES OF FLORIDA
APPLIED DRILLING
ENGINEERING ALL WEBB'S ENTERPRISES
46 Conduct Temperature Logs after Each Grout Stage 1 LS 4,000.00$ 4,000.00$ 1,000.00$ 1,000.00$ 3,500.00$ 3,500.00$ 4,000.00$ 4,000.00$ 2,500.00$ 2,500.00$
47 Perform Pressure Test 1 LS 12,500.00$ 12,500.00$ 5,000.00$ 5,000.00$ 3,500.00$ 3,500.00$ 3,500.00$ 3,500.00$ 5,000.00$ 5,000.00$
48 Clean Out Open Borehole 40 FT 50.00$ 2,000.00$ 25.00$ 1,000.00$ 150.00$ 6,000.00$ 80.00$ 3,200.00$ 100.00$ 4,000.00$
49 Develop Well 2 HRS 250.00$ 500.00$ 125.00$ 250.00$ 500.00$ 1,000.00$ 350.00$ 700.00$ 350.00$ 700.00$
50 Perform 1-hour Pump Test 1 LS $ 10,000.00 10,000.00$ 5,000.00$ 5,000.00$ 10,000.00$ 10,000.00$ 4,000.00$ 4,000.00$ 10,000.00$ 10,000.00$
51 Water Quality Analysis During Pump Test 1 LS $ 3,500.00 3,500.00$ 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 500.00$ 500.00$
52 Conduct Final Video Survey 1 LS $ 3,500.00 3,500.00$ 2,000.00$ 2,000.00$ 3,500.00$ 3,500.00$ 3,500.00$ 3,500.00$ 3,500.00$ 3,500.00$
53 Construct Well Head 1 LS $ 5,000.00 5,000.00$ 2,500.00$ 2,500.00$ 5,500.00$ 5,500.00$ 2,750.00$ 2,750.00$ 1,500.00$ 1,500.00$
253,095.00$ 91,330.00$ 196,485.00$ 142,480.00$ 159,470.00$
54 Standby Time 24 HRS 250 6,000.00$ 600.00$ 200 4,800.00$ 7,200.00$ 250 6,000.00$
1,486,220.00$ 779,785.00$ 844,683.00$ 859,850.00$ 899,920.00$
55 Owner's 10% Contingency 1 LS 148,622.00$ 77,978.50$ 84,468.30$ 85,985.00$ 89,992.00$
1,634,842.00$ 857,763.50$ 929,151.30$ 945,835.00$ 989,912.00$
Subtotal For Lower Zone Monitoring Well (Bid Items 36 - 54) =
Subtotal Construction Cost for All Work (Bid Items 1 – 54) =
Bidder's Grand Total (Bid Items 1 - 55) =
Attachment number 1 \nPage 3 of 3
Item # 26
WO Initiation Form.docx 1 of 8 form revised: 9/4/2012
LEGGETTE, BRASHEARS & GRAHAM, INC
SUPPLEMENTAL WORK ORDER
for the CITY OF CLEARWATER
Date: March 13, 2013
Project Number: _________
City Project Number: 09-0044-UT
1. PROJECT TITLE:
Construction of a Class I Test Injection Well and Associated Monitoring Wells
2. SCOPE OF SERVICES:
Leggette, Brashears & Graham, Inc. (LBG) is nearing completion of Work Order No. 3 for City Project
No. 09-0044-UT, Permitting and Construction of a Class I Concentrate Injection Well. Supplemental
3 included preparation of an application and supporting documentation for an FDEP permit to
construct a Class I Test Injection Well (completion/conversion of the Class V Exploratory Well) and
associated monitoring wells; and preparation of bid documents and bidding assistance for the Test
Injection Well. Supplemental 4 includes hydrogeological services for: oversight and reporting of the
construction of the Test Injection Well and associated monitoring wells. Upon completion of the
wells under Supplemental 4, operational testing for up to two years will be performed, after which
an Operational Permit is obtained. LBG will submit a Supplemental 5 that will include compilation
of monthly monitoring data and preparation of monitoring reports during the test injection period,
and preparation of the application package and supporting documentation for the FDEP Injection
Well Operating Permit.
Attachment number 2 \nPage 1 of 8
Item # 26
WO Initiation Form.docx 2 of 8 form revised: 9/4/2012
I. PRE-DESIGN PHASE
Task 1 - Not Applicable
II. DESIGN PHASE
Task 1 - Not Applicable
III. FINAL DESIGN PHASE
Task 1 - Not Applicable
IV. BIDDING PHASE
Task 1 - Not Applicable
V. CONSTRUCTION PHASE (if applicable)
Task 1 – Well Construction and Testing
LBG will provide full-time observation services during construction of the Class I Test Injection
Well, associated monitoring wells, and all required testing activities. An experienced
hydrogeologist will be on-site at all times to ensure the all construction and testing work is
conducted in accordance with the technical specifications. The field hydrogeologist will
communicate and coordinate daily with the LBG project Manager to keep senior management
informed at all times during construction and testing and to ensure that all activities are
conducted as required. Since two rigs are working simultaneously on this project, there may be
times when additional field support is required. The field hydrogeologist will also coordinate
with the contractor at the beginning of each day so that proper planning can be accomplished
for effectively performing and completing the activities of the day. At times during critical
construction and testing activities, the LBG Project Manager will also be on-site to provide the
necessary guidance and to be able to report directly these activities to the City staff. Daily logs
will be prepared documenting all activities of the day. The LBG hydrogeologist will keep a log
book in the form of a three-ring binder for managing the daily logs. All field work conducted by
LBG will be done under the direction of a licensed Professional Geologist. This task is expected
to take up to five months to complete.
Task 2 – Construction and Testing Report
After completion of all well construction and testing activities, LBG will evaluate all data and
make all necessary and accurate determinations regarding the performance of the Class I
Injection Well and the two associated monitoring wells. Once all data is evaluated, LBG will
prepare a report that describes all construction, testing and evaluation activities. The report will
include all data, figures, maps, drawings, plans, tables and any other attachments necessary to
make the report complete and in a format that is readily acceptable to the FDEP. Initially, a
draft report will be prepared by LBG for review by the City staff. The draft report will be
provided in both electronic and hard copy format. It is anticipated that a two week review
Attachment number 2 \nPage 2 of 8
Item # 26
WO Initiation Form.docx 3 of 8 form revised: 9/4/2012
period will be necessary for the City staff. LBG will be prepared to meet and discuss the report
as required. After all comments are received from the City review process, LBG will finalize the
report and submit to the City and FDEP in both electronic and hard copy format. The report
and appropriate drawings will also be signed and sealed by a licensed Professional Engineer
and/or licensed Professional Geologist, as required.
Task 3 – Project Administration
LBG performs a number of activities associated with managing this project. These activities
include project coordination of activities with the City staff, subcontractors, FDEP and LBG staff.
The task also includes electronic, telephonic, and written communications on a regular basis.
Weekly progress reports on project status will be prepared and provided to the FDEP and the
City the following week. This task also includes any periodic agency meetings that may arise for
discussing overall project issues. LBG will also provide review of all necessary paper work from
subcontractors and manage all in-house paper work and electronic files, including invoices, to
ensure project is moving on schedule and within budget.
Task 4 – Attend Monthly Progress Meetings
The LBG Project Manager and/or other appropriate staff as required will attend and participate
in the monthly progress meetings held for the RO 2 Construction Project. It is assumed that all
project meetings will take place at either Public Utilities or at the job site, depending on the
needs of the progress update and are anticipated to involve several hours per meeting. LBG will
prepare as appropriate correspondence related to and needed for the progress meeting
agendas and will provide meeting minutes as needed.
3. PROJECT GOALS:
The following work products will be submitted during the project:
1) Daily Drilling Logs
2) Weekly Progress Reports
2) Test Injection Well Construction and Testing Report
4. BUDGET:
This price includes all labor and expenses anticipated to be incurred by Leggette, Brashears &
Graham, Inc. for the completion of these tasks in accordance with Professional Services Method
“A” – Cost Times Multiplier Basis, for a fee not to exceed one hundred sixty-eight thousand,
three hundred twenty Dollars ($168,320.00).
5. SCHEDULE:
The project is to be completed 210 days from issuance of notice-to-proceed. The project
deliverables are to be phased as follows:
Well Construction Oversight 150 days
Attachment number 2 \nPage 3 of 8
Item # 26
WO Initiation Form.docx 4 of 8 form revised: 9/4/2012
Prepare Well Construction and Testing Report 210 days
6. STAFF ASSIGNMENT (Consultant):
David A. Wiley, P.G. – Project Manager
Jeffrey M. Trommer – Lead Project Hydrogeologist
Roy Silberstein – Lead Professional Engineer
Richard Cofer – Sr. Hydrogeologist (Lead Field Staff)
Deborah Daigle – Sr. Hydrogeologist
Ron Ewinski – Sr. Hydrogeologist
Tim Harrell – Drafting
Dayna Green – Word Processing
7. CORRESPONDENCE/REPORTING PROCEDURES:
ENGINEER’s project correspondence shall be directed to:
David A. Wiley, P.G.
All City project correspondence shall be directed to:
Robert A. Maue, P.E.
8. INVOICING/FUNDING PROCEDURES:
Invoices shall be submitted monthly to the City of Clearwater, Engineering, Attn: Veronica Josef,
Senior Staff Assistant, P. O. Box 4748, Clearwater, Florida 33758-4748, for work performed.
City Invoicing Code: 0315-96767-561300-533-000-0000
9. INVOICING PROCEDURES
At a minimum, in addition to the invoice amount(s) the following information shall be provided
on all invoices submitted on the Work Order:
A. Purchase Order Number and Contract Amount.
B. The time period (begin and end date) covered by the invoice.
C. A short narrative summary of activities completed in the time period
D. Contract billing method – Lump Sum or Cost Times Multiplier
E. If Lump Sum, the percent completion, amount due, previous amount earned and total
earned to date for all tasks (direct costs, if any, shall be included in lump sum amount).
F. If Cost Times Multiplier, hours, hourly rates, names of individuals being billed, amount due,
previous amount earned, total earned to date for each task and other direct costs (receipts
will be required for any single item with a cost of $50 or greater or cumulative monthly
expenses greater than $100).
Attachment number 2 \nPage 4 of 8
Item # 26
WO Initiation Form.docx 5 of 8 form revised: 9/4/2012
G. If the Work Order is funded by multiple funding codes, an itemization of tasks and invoice
amounts by funding code.
10. SPECIAL CONSIDERATIONS:
Not Applicable
PREPARED BY: APPROVED BY:
________________________ ________________________
David A. Wiley Michael D. Quillen, PE
Senior Vice President City Engineer
Leggette, Brashears & Graham, Inc. City of Clearwater
March 13, 2013 ___________________
Date Date
Attachment number 2 \nPage 5 of 8
Item # 26
Attachment “A”
WO Initiation Form.docx 6 of 8 form revised: 9/4/2012
CITY OF CLEARWATER ENGINEERING DEPARTMENT
WORK ORDER INITIATION FORM
CITY DELIVERABLES
1. FORMAT
The design plans shall be compiled utilizing the following methods:
1. City of Clearwater CAD standards.
2. 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.
2. DELIVERABLES
The design plans shall be produced on bond material, 24" x 36" at a scale of 1" = 20’ unless
approved otherwise. Upon completion the consultant shall deliver all drawing files in digital
format with all project data in Autodesk Civil 3D file format. If not available Land Desktop files
are still acceptable, however the City or Clearwater is currently phasing out Land Desktop.
NOTE: If approved deviation from Clearwater 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@myClearwater.com.
All electronic files (CAD and Specification files) must be delivered upon completion of project or
with 100% plan submittal to City of Clearwater.
Attachment number 2 \nPage 6 of 8
Item # 26
Attachment “B”
WO Initiation Form.docx 7 of 8 form revised: 9/4/2012
Construction of a Class I Test Injection Well and Associated Monitoring Wells Leggette, Brashears and Graham, Inc.
SUPPLEMENTAL WORK ORDER
PROJECT BUDGET
Task Description Subconsultant
Services
Labor Total
1.0 Pre- Design
1.1 Project Management Plan $0
1.2 Progress Reports $0
1.3 Coordination $0
1.4 Meetings $0
1.5 Task Allowance (10%) $0
$0
2.0 Design
2.1 Ground Surveys (xyz, Inc.) $0 $0
2.2 Geotechnical Services $0 $0
2.3 Utility Locations by Vacuum Excavation (10) $0 $0
2.4 Task Allowance (10%) $0
$0
3.0 Final Design Plans and Specifications
3.1 Site Visits $0 $0
3.3 Final Construction Specifications $0 $0
3.4 Task Allowance (10%) $0
$0
4.0 Permitting Services
4.1 $0
4.2 Task Allowance (10%) $0
$0
5.0 Construction Phase Services
5.1 Well Construction and Testing $108,080 $108,080
5.2 Well Construction Report $25,360 $25,360
5.3 Project Administration $19,780 $19,780
5.4 Monthly Progress Meetings $11,800 $11,800
Subtotal $165,020
Other Direct Costs (prints, photocopies, postage, etc.) $3,300
Grand Total $168,320
2012 DIRECT HOURLY RATES
Attachment number 2 \nPage 7 of 8
Item # 26
Attachment “B”
WO Initiation Form.docx 8 of 8 form revised: 9/4/2012
LEGGETTE, BRASHEARS AND GRAHAM, INC.
Job Classification Minimum
Rate
($ / hour)
Typical
Maximum
Senior Vice President $70 $72 $74
Vice President/Officer-in-Charge $70 $72 $74
Project Manager/Associate Principal $55 $57 $60
Construction Manager $28 $30 $35
Construction Engineer $28 $30 $35
Senior Engineer/Scientist $28 $30 $35
Engineer/Scientist (III-IV) $26 $28 $30
Engineer/Scientist (I-III) $24 $26 $28
Planner
Landscape Architect
Field Technician $26 $28 $35
Senior Designer
Drafter/CADD Operator $26 $28 $35
Operations Specialist
Fiscal/Accounting $20 $22 $30
Administrative/Clerical $20 $22 $30
MULTIPLIER: 3.4
Attachment number 2 \nPage 8 of 8
Item # 26
Attachment number 3 \nPage 1 of 17
Item # 26
Attachment number 3 \nPage 2 of 17
Item # 26
Attachment number 3 \nPage 3 of 17
Item # 26
Attachment number 3 \nPage 4 of 17
Item # 26
Attachment number 3 \nPage 5 of 17
Item # 26
Attachment number 3 \nPage 6 of 17
Item # 26
Attachment number 3 \nPage 7 of 17
Item # 26
Attachment number 3 \nPage 8 of 17
Item # 26
Attachment number 3 \nPage 9 of 17
Item # 26
Attachment number 3 \nPage 10 of 17
Item # 26
Attachment number 3 \nPage 11 of 17
Item # 26
Attachment number 3 \nPage 12 of 17
Item # 26
Attachment number 3 \nPage 13 of 17
Item # 26
Attachment number 3 \nPage 14 of 17
Item # 26
Attachment number 3 \nPage 15 of 17
Item # 26
Attachment number 3 \nPage 16 of 17
Item # 26
Attachment number 3 \nPage 17 of 17
Item # 26
")1 Mile RadiusGULF TO BAY BLVDBELCHER RDDREW STMCMULLEN-BOOTH RDCOURTNEY CAMPBELUS 1918 29 1617 29 1608 29 1607 29 1609 29 1613 29 1512 29 1516 29 1619 29 1624 29 1520 29 16SITE LOCATION MAP SHOWING AREA OF REVIEWCITY OF CLEARWATERCLASS I INJECTION WELL DESIGNAND PERMITTINGDATEREVISEDPREPARED BY:LEGGETTE, BRASHEARS & GRAHAM, INC.Professional Groundwater and Environmental Engineering ServicesCypress Point Office Park10014 North Dale Mabry Highway, Suite 205Tampa, FLorida 33618(813) 968-5882DRAWN BY: TDHCHECKED BY: JMTDATE: MAR. 2011FIGURE NO.:1FILE NAME:FIGURE01.MXDAcadGISCorel¯0 1,000 2,000FeetLegend1 mile radius")RO2 SiteAttachment number 4 \nPage 1 of 1
Item # 26
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Reappoint Candace Gardner to the Parks and Recreation Board with term to expire May 31, 2017. (consent)
SUMMARY:
APPOINTMENT WORKSHEET
BOARD: Parks and Recreation Board
TERM: 4 years
APPOINTED BY: City Council
FINANCIAL DISCLOSURE: Not Required
RESIDENCY REQUIREMENT: City of Clearwater
SPECIAL QUALIFICATIONS: None
MEMBERS: 7
CHAIRPERSON: Ray Shaw
MEETING DATES: Quarterly (4th Tues.) - Jan., April, July, Oct.
PLACE: Long Center – 6:30 p.m.
APPTS. NEEDED: 1
THE FOLLOWING ADVISORY BOARD MEMBER HAS A TERM WHICH EXPIRES AND NOW REQUIRES
REAPPOINTMENT FOR A NEW TERM:
1. Candace Gardner – 736 Island Way, #305, 33767 – Guidance Counselor/Retired P.C. School System
Original Appointment 5/7/09
(1 absence in the past year) - (currently serving 1st term – Expires 5/31/13)
Interest in Reappointment: Yes
At This Time There Are No Other Nominees On File.
Zip codes of current members on board:
1 at 33755
2 at 33761
2 at 33764
2 at 33767
Review Approval:
Cover Memo
Item # 27
K
CITY OF CLEARWATER - APPLICATION FOR ADVISORY BOARDS
must be Clearwater resident)
Name: CANIORLE GRR1)3 1E. 12-°
Home Address: Office Addres
7`344 11s# y, APT/30'5 Ms.Candace Gardner
e L'E n 1R w cl--v e . FL. Zip -337(09
736 island Way,Apt.305 Zip
Clearwater. FL 33767-1817
Telephone: 7a -- -120/7-00171‘727) 447-0074
Cell Phone: E-mail Address: C A rs 4 y 4 no1.-C4`t'n
How long a resident of Clearwater? 11<__Fitui3
Occupation: C.„/4)A14?iC E Cau tits, co R., Employer A t ' ,
I P ,
Other Work Experience: 4
Field of Education: P
62!--
5
lt?gr€ EG if,`EtE-Gu1n1 -NC.E. Coun5,Gil 1 1-
S I -_ t° ., t;i:Ae.r t c rn
f retired ormer occupation:
41 11
Community Activities: •. ,a,s.t 01 ./; 'Apt/ .Aiit._ > k3
Other Interests:
Board Service (current an(past)) Board Preference:
Libp p6a14-RJ
L.1 Yt 6 h3
14 T1t,-t"TE R , .Vlrz,w .am , trte CO,oc1
Additional Comments: Lc, C E liSc YW O- -\ Q LSD
etc A Li 'crcyt->oh aR
Signed: e ct1Y daxi, CQl C r/, lYZov Date:L p/ ..29 13
See attached list for boards that require financial disclosure at time of appointment. Please return
this application and board questionnaire to the Official Records & Legislative Services Department,
P. O. Box 4748, Clearwater, FL 33758-4748, or drop off your application at City Hall, 2nd Floor, 112
S. Osceola Avenue.
rnI? u2J -.4.627YZ --6rn iociAA0
61.7t • "
i
t
ICJ
e
Attachment number 1 \nPage 1 of 2
Item # 27
BOARD QUESTIONNAIRE
1. What is your understanding of the board's duties and responsibilities?
i t.7.i,rt N a. to 12 .1 +) I
JAL o''v
t 1C3 If _ _ t mot . L'.l o,
2. Have you ever observed a board meeting either in person or on C-View, the City's TV station?
3. What background and/or qualifications do you have that you feel would qualify you to serve on
this Board?
115- 9°.,(ineffebc
OgnZu0 A,s, derLeuli iducp4r?"1"-- -QA
AfiliAdk?z, Jai
4. Why do you want to serve on this Board?
Coe 4.Ara
s2Z eAv--L'Ci GG
Q
ti
Name: 1
f l"t,r?06,e 9,/
Board Names=
eACLiA/rna/n.
Attachment number 1 \nPage 2 of 2
Item # 27
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Reappoint David L. Jaye and Ryley Jeanne Marchion to the Brownfields Advisory Board with terms to expire May 31, 2017. (consent)
SUMMARY:
APPOINTMENT WORKSHEET
BOARD: Brownfields Advisory Board
TERM: 4 years
APPOINTED BY: City Council
FINANCIAL DISCLOSURE: Not Required
RESIDENCY REQUIREMENT: **
MEMBERS: 9
CHAIRPERSON: Ryley Jeanne Marchion – Acting Chair
MEETING DATE: As Called
PLACE: Determined when called
APPTS. NEEDED: 2
STAFF LIAISON: Diane Hufford
SPECIAL QUALIFICATIONS: ** Three members will be Clearwater residents who live within or adjacent to the Brownfields Area;
Three members will be owners or representatives of businesses operating in the Brownfields area and need not be residents of
Clearwater; Three members will be representatives of federal or state agencies or local governments involved with the
Brownfields remediation process within Pinellas County and need not be Clearwater residents
THE FOLLOWING ADVISORY BOARD MEMBER(S) HAVE TERMS WHICH EXPIRE AND NOW REQUIRE REAPPOINTMENT
FOR A NEW TERM:
1. David L. Jaye – 2856 Shady Oak Ct., 33761 – Management/Real Estate/Business
Original Appointment: 5/5/05 - (Serving 2nd term to expire 5/31/13)
Interested in Reappointment: Yes
(Business owner or rep.)
2. Ryley Jeanne Marchion – 10275 62nd Circle, Seminole, FL 33772 –
Environmental Specialist
Original Appointment: 5/5/05 (Serving 2nd term to expire 5/31/13)
Interested in Reappointment: Yes
(Agency or Gov. rep.)
AT THIS TIME THERE ARE NO OTHER QUALIFIED NOMINEES ON FILE. LAST MEETING DATE FOR THIS BOARD WAS 5/3/12.
Zip codes of current members:
3 at 33755
1 at 33761
1 at 33764
1 at 33765
1 at 33773
1 at 33782
Current Categories:
3 Agency or Government Rep.
3 Business Owner or Rep.
2 Resident
Review Approval:
Cover Memo
Item # 28
CITY OF CLEARWATER
CLEARWATER BROWNFIELDS ADVISORY BOARD
Name: ) .av i a L To-1'Q
Home Address: Office Address:
s S d o CoL1 d k G -
I-
clec, , 1 -e l., Zip 3370, / den OU4 L Zip 3 7/
Telephone:7 y-(a ira Telephone: a it-
t
i d 3 - ? 7
How long a resident of Clearwater? t-t7 S
1 ( /n
Occupation: AIV Q- Employer: LLrti l X 6 l-al/N'e c
Field of Education: Other Work Experience:
1-4"e-0,1 e u t S ec; op i cw s C„
V1QR CCu' d r
If retired, former occupation: (` \/
Community Activities: v0 I V OL Ci1,u12C L
Other Interests: 1 Ve )N
Board Service (current and past): Board Preference:
132ow Ackli o 01)8
i)(-AA4 -rose.,(6( 5
AdditionalComments:
Signed: 1().. Date: CJ'
Category Applying For:
Agency involved in Brownfields redevelopment
Business Owner ( must own a business within the Designated Brownfield Area)
Resident (must be a resident within or adjacent to the Designated Brownfield Area)
Please return this application and board questionnaire to the Official Records & Legislative Services
Department, P.O. Box 4748, Clearwater, FL 33758-4748, or drop off your application at City Hall,
2nd Floor, 112 S. Osceola Avenue.
APR 0 8 2013
077,07,' r7frtrIr
Attachment number 1 \nPage 1 of 2
Item # 28
BOARD QUESTIONNAIRE
1. What is your understanding of the board's duties and responsibilities?
dAAJ:3 10-6 ,1 U1A2p71S):LIJ LALe
Airis 't-k-t1 40 • A. /1/4--(
LicsrlA-41/ .LljC i Lt ilvk in CLAP zi() hAZI `I t to
C± coq c r
2. Have you ever observed a board meeting either in person or on C-View, the
City's TV station?
3. What background and/or qualifications do you have that you feel would
qualify you to serve on this Board?
a 04, G_171
4 L.) e
k
0--aet
a LQ cgCC k 12 c ..
4 Why do you want to serve on this Board?
J),& _01 i-14,t,Akaj
4.'ULAI6 0 \eklAia,i/L
Name: \+` llX Lt (
Board Name: etc) U,'t 2 5
Attachment number 1 \nPage 2 of 2
Item # 28
CITY OF CLEARWATER
CLEARWATER BROWNFIELDS ADVISORY BOARD
Name: Ryley Jeanne Marchion
Home Address: Office Address:
10275 62nd Circle 8751 Ulmerton Rd, Ste. 2000
Seminole, FL Zip 33772 Largo, FL Zip 33771
Telephone: (813) 270-0590 Telephone: (727) 538-7277 ext. 7959
How long a resident of Clearwater? n/a
Occupation: Environmental Specialist II Employer: State of Florida — Dept. of Health
Field of Education: Other Work Experience:
B.S. —Animal Science, Auburn University Non-Commissioned Officer, USMC
If retired, former occupation:n/a
Community Activities:I have been designated as a representative by the Pinellas County Health
Department to participate in Brownfields related activities.
Other Interests: Environmental and public health issues
Board Service (current and past): Board Preference:
Brownfields Advisory Board Brownfields Advisory Board
Additional Comments:I am looking forward to continuing my involvement in Brownfields.
Signed: L..:.. Date: /ld/l3
Category Applying For:
X ) Agency involved in Brownfields redevelopment
Business Owner( must own a business within the Designated Brownfield Area)
Resident (must be a resident within or adjacent to the Designated Brownfield Area)
Please return this application and board questionnaire to the Official Records & Legislative Services
Department, P.O'. Box 4748, Clearwater, FL 33758-4748, or drop off your application at City Hall,
2nd Floor, 112 S. Osceola Avenue.
O aFICI L RECORD,;''
LEGISL TVE S a'a. w.
Attachment number 2 \nPage 1 of 2
Item # 28
BOARD QUESTIONNAIRE
1. What is your understanding of the board's duties and responsibilities?
My understanding is that I will be asked to get input from, and work with, the
public on the possible designation of Brownfields and to assist the city council
with site redevelopment issues in order to improve the community environment
and citizen socioeconomic status.
2. Have you ever observed a board meeting either in person or on C-View, the
City's TV station?
I have served as Chairperson for the Brownfield Advisory Board in the past,
attended meetings concerning Stevenson's Creek in Clearwater and attended
meetings for the Tampa Bay Regional Planning Council. I was also previously
Chairperson for a local SAFE KIDS Coalition.
3. What background and/or qualifications do you have that you feel would
qualify you to serve on this Board?
I am a regulator in the Health Department's Biomedical Waste, Tattooing, &
Body Piercing programs. However, I previously managed petroleum cleanup
sites for the Dept. of Environmental Protection and the Health Dept. Therefore,
am familiar with community concerns regarding possibly contaminated sites. I
also served on a planning committee for a past Brownfields conference.
4. Why do you want to serve on this Board?
Both as a citizen of Pinellas County and as an environmental professional,
would like to promote the Brownfields program in order to expedite the
redevelopment of_properties that have an environmental stigma.
Name: Ryley Jeanne Marchion
Board Name: Brownfields Advisory Board
Attachment number 2 \nPage 2 of 2
Item # 28
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Authorize settlement of Seabloom v. USAA Casualty Insurance Company and City of Clearwater, Case 12-005789-CI-21, for
payment by City of $50,000.00 in exchange for a full release from plaintiff and dismissal of action with prejudice. (consent)
SUMMARY:
This case arises from an incident that occurred on March 29, 2011, at the intersection of Drew Street and North Betty
Lane, Clearwater, Florida, in which a city employee operating a city vehicle collided with a vehicle operated by Clark
Seabloom.
The plaintiff allegedly received injuries, including a herniated cervical disc, for which he has received conservative
treatment as a result. He also claims lost wages and a loss of ability to earn income in the future.
Plaintiff has incurred nearly $53,000.00 in medical bills to date and faces possible surgery to repair the herniated disc.
The recommended settlement provides that the City would pay Clark Seabloom the total sum of $50,000.00 in exchange
for full release and dismissal of the case with prejudice.
Type:Operating Expenditure
Current Year Budget?:Yes Budget Adjustment:None
Budget Adjustment Comments:
Current Year Cost:$50,000.00 Annual Operating Cost:
Not to Exceed:Total Cost:$50,000.00
For Fiscal Year:10/01/2012 to 09/30/2013
Appropriation Code Amount Appropriation Comment
010-09600-548000-514-
000-0000
$50,000.00
Review Approval:
Cover Memo
Item # 29
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Award a contract to Poole and Kent Contractors of Miami, Florida, for construction of Water Treatment Plant 2 – Contract 4: Reverse
Osmosis Plant Site Expansion Project in the amount of $20,787,325.00, which is the lowest responsible bid in accordance with plans
and specifications; and authorize the appropriate officials to execute same.
SUMMARY:
The City of Clearwater currently operates one Reverse Osmosis (RO) Water Treatment Plant (WTP) and is preparing to build a second RO plant
located at 21133 N. US Hwy 19 within the City of Clearwater.
The existing WTP 2 was constructed in 1965-66, and will be demolished during the construction of the new RO plant. The existing 5 million
gallon (MG) ground storage tank will not be demolished and will be utilized with the new RO plant.
This project is one of many components that are being completed for the City to construct the second RO plant at WTP 2. Three components
were approved by the City Council, and a last component is out for bid and will be brought forward at a future City Council Meeting.
Construction of the new RO plant includes site civil improvements; demolishing of selected structures; RO treatment system; ozone treatment
system; iron treatment system; transfer pump system; chemical feed systems; new finished water ground storage tank; existing finished water
ground storage piping modifications; new concentrate ground storage tank; new high service pumps, motors, and VFD’s; electrical, HVAC, and
plumbing systems; control and alarm system additions and modifications; and bulk storage shelter enclosure and buildings to house offices,
control room, laboratory, rest rooms, meeting rooms, ancillary rooms and process related equipment and chemical handling faculties.
The City is utilizing Owner Direct Purchase (ODP) items on the project. The estimated tax savings to the City is $310,395.
A cooperative funding agreement (CFA) between the Southwest Florida Water Management District (SWFWMD) and the City of Clearwater
provides for the design, permitting and construction of a brackish reverse osmosis (RO) facility at Water Treatment Plant (WTP) 2. SWFWMD
and the City of Clearwater both anticipated that the total cost of the project would be $30,433,780, and SWFWMD will reimburse up to 50% of
all costs associated with this project (up to and not to exceed $15,216,890.). There is no cost to the City associated with the SWFWMD
Agreement.
The Construction, Engineering, and Inspection (CEI) services will be provided by Reiss Engineering, Inc. (EOR). The CEI work order is being
brought forward as a separate agenda item.
The contract period for construction is 548 consecutive calendar days estimated to start in June 2013 and finish in December 2014.
The Public Utilities Department shall own and maintain the proposed improvements included in this contract.
Midyear amendments will increase budget only by $8,161,158.85 of SWFWMD grant funding and transfer $1,700,000 of Water Impact Fees
(381621) from 0315-96744, System Expansion and $8,061,114.88 of Water Revenue (388421) from Water Sewer Reserves to 0315-96767,
Reverse Osmosis Plant at Reservoir 2.
Sufficient budget Water revenue is available in 0315-96767, Reverse Osmosis Plant at Reservoir 2 in the amount of $2,865,051.27 providing total
funding of construction in the amount of $20,787,325.00.
Type:Capital expenditure
Current Year Budget?:Yes Budget Adjustment:Yes
Budget Adjustment Comments:
See summary
Current Year Cost:$20,787,325.00 Annual Operating Cost:
Not to Exceed:$20,787,325.00 Total Cost:$20,787,325.00
For Fiscal Year:2012 to 2013
Appropriation Code Amount Appropriation Comment
0315-96767-563600-533-
000-0000
$
20,787,325.00
See summary
Cover Memo
Item # 30
Bid Required?:Yes Bid Number:10-0039-UT-
(D)
Other Bid / Contract:Bid Exceptions:None
Review Approval:
Cover Memo
Item # 30
Page 1 of 4 4/12/2013
BID
ITEM
No.DESCRIPTION UNIT QTY UNIT PRICE TOTAL COST UNIT PRICE TOTAL COST UNIT PRICE TOTAL COST
1 Mobilization/Demobilization (5% Max.)1 LS 575,000.00$ 575,000.00$ 47,326.00$ 47,326.00$ 430,050.00$ 430,050.00$
2 Work Zone Traffic Control (MOT)1 LS 12,200.00$ 12,200.00$ 5,732.00$ 5,732.00$ 4,000.00$ 4,000.00$
3 Erosion Control 1 LS 4,000.00$ 4,000.00$ 5,000.00$ 5,000.00$ 7,200.00$ 7,200.00$
4 Tree Barricades 1 LS 6,000.00$ 6,000.00$ 7,366.00$ 7,366.00$ 3,150.00$ 3,150.00$
5 Tree Removal 28 EA 100.00$ 2,800.00$ 342.00$ 9,576.00$ 200.00$ 5,600.00$
6 Clearing and Grubbing 1 LS 40,000.00$ 40,000.00$ 13,724.00$ 13,724.00$ 49,211.00$ 49,211.00$
7 Earthwork 1 LS 316,611.00$ 316,611.00$ 382,846.00$ 382,846.00$ 305,000.00$ 305,000.00$
8
Unsuitable Material Excavation Below Grade as Directed by
Owner 100 CY 25.00$ 2,500.00$ 13.00$ 1,300.00$ 22.00$ 2,200.00$
9 Stormwater Pond 1 LS 30,000.00$ 30,000.00$ 59,757.00$ 59,757.00$ 196,000.00$ 196,000.00$
10 FDOT Index 272 Stormwater Mitered End Section 4 EA 1,400.00$ 5,600.00$ 1,008.00$ 4,032.00$ 775.00$ 3,100.00$
11 FDOT Type C Stormwater Ditch Bottom Inlet 6 EA 4,200.00$ 25,200.00$ 1,527.00$ 9,162.00$ 2,035.00$ 12,210.00$
12 Stormwater Control Structure 1 EA 4,000.00$ 4,000.00$ 3,649.00$ 3,649.00$ 3,100.00$ 3,100.00$
13 FDOT Type J-7T Stormwater Manhole 1 EA 1,800.00$ 1,800.00$ 14,260.00$ 14,260.00$ 45.00$ 45.00$
14 24-inch RCP Stormwater Pipe 185 LF 44.00$ 8,140.00$ 71.00$ 13,135.00$ 53.00$ 9,805.00$
15 18-inch RCP Stormwater Pipe 260 LF 38.00$ 9,880.00$ 60.00$ 15,600.00$ 43.00$ 11,180.00$
16 15-inch RCP Stormwater Pipe 290 LF 32.00$ 9,280.00$ 60.00$ 17,400.00$ 37.00$ 10,730.00$
17 10-inch PVC Stormwater Pipe 20 LF 22.00$ 440.00$ 159.00$ 3,180.00$ 47.00$ 940.00$
18 8-inch PVC Stormwater Pipe 90 LF 21.00$ 1,890.00$ 10.89$ 980.10$ 40.00$ 3,600.00$
19 6-inch PVC Stormwater Pipe 80 LF 19.00$ 1,520.00$ 9.88$ 790.40$ 35.00$ 2,800.00$
20 Retaining Walls 1 LS 25,000.00$ 25,000.00$ 54,622.00$ 54,622.00$ 40,000.00$ 40,000.00$
21 20”x6” Tapping Sleeve w/ Valve 1 LS 7,071.00$ 7,071.00$ 1,970.00$ 1,970.00$ 3,000.00$ 3,000.00$
22 6-inch Gate Valve & Valve Box 2 EA 994.00$ 1,988.00$ 3,400.00$ 6,800.00$ 873.00$ 1,746.00$
23 6-inch PVC Water Line 170 LF 32.00$ 5,440.00$ 47.06$ 8,000.20$ 21.00$ 3,570.00$
24 6-inch DIP Water Line 30 LF 69.00$ 2,070.00$ 119.67$ 3,590.10$ 39.00$ 1,170.00$
25 Fire Hydrant Assembly 1 EA 3,900.00$ 3,900.00$ 4,756.00$ 4,756.00$ 4,308.00$ 4,308.00$
26 2-inch PE Water Service Pipe 30 LF 62.00$ 1,860.00$ 35.00$ 1,050.00$ 14.00$ 420.00$
27 6” PVC SDR 35 Sewer 70 LF 56.00$ 3,920.00$ 43.00$ 3,010.00$ 23.00$ 1,610.00$
28 Sanitary Lift Station 1 LS 25,000.00$ 25,000.00$ 93,531.00$ 93,531.00$ 40,000.00$ 40,000.00$
29 Asphalt Driveways and Parking Areas 1 LS 100,000.00$ 100,000.00$ 191,589.00$ 191,589.00$ 151,960.00$ 151,960.00$
30 Concrete Driveway and Delivery Aprons 185 SY 40.00$ 7,400.00$ 22.00$ 4,070.00$ 60.00$ 11,100.00$
31 Concrete Sidewalk 220 SY 14.00$ 3,080.00$ 230.00$ 50,600.00$ 49.00$ 10,780.00$
32 Bollards 20 EA 380.00$ 7,600.00$ 650.00$ 13,000.00$ 250.00$ 5,000.00$
33 Dumpster Enclosure 1 LS 7,000.00$ 7,000.00$ 14,967.00$ 14,967.00$ 13,000.00$ 13,000.00$
34 Landscaping 1 LS 37,000.00$ 37,000.00$ 54,869.00$ 54,869.00$ 50,000.00$ 50,000.00$
35 Irrigation 1 LS 14,000.00$ 14,000.00$ 16,288.00$ 16,288.00$ 15,000.00$ 15,000.00$
36 Fencing – 7 ft. Tall Chain Link 250 LF 15.00$ 3,750.00$ 30.00$ 7,500.00$ 25.00$ 6,250.00$
37 Fencing –11 ft. Tall Chain Link 2100 LF 25.00$ 52,500.00$ 33.00$ 69,300.00$ 16.00$ 33,600.00$
POOLE & KENT CONTRACTORS
1781 NW North River Dr.
Miami, Fl. 33125
WTP #2 - CONTRACT 4: REVERSE OSMOSIS PLANT SITE EXPANSION PROJECT - 10-0039-UT-(D)
WEDNESDAY, APRIL 10, 2013 AWARD - THURSDAY, MAY 1, 2013
LAYNE HEAVY CIVIL
5634 W. 5th St.
Jacksonville, FL. 32254
ORTEGA INDUSTRIAL
CONTRACTORS
6415 Greenland Rd.
Jacksonville, Fl. 33258
Site Civil
General Conditions
Attachment number 1 \nPage 1 of 4
Item # 30
Page 2 of 4 4/12/2013
BID
ITEM
No.DESCRIPTION UNIT QTY UNIT PRICE TOTAL COST UNIT PRICE TOTAL COST UNIT PRICE TOTAL COST
POOLE & KENT CONTRACTORS
1781 NW North River Dr.
Miami, Fl. 33125
WTP #2 - CONTRACT 4: REVERSE OSMOSIS PLANT SITE EXPANSION PROJECT - 10-0039-UT-(D)
WEDNESDAY, APRIL 10, 2013 AWARD - THURSDAY, MAY 1, 2013
LAYNE HEAVY CIVIL
5634 W. 5th St.
Jacksonville, FL. 32254
ORTEGA INDUSTRIAL
CONTRACTORS
6415 Greenland Rd.
Jacksonville, Fl. 33258
38 Fencing – 7 ft. Tall Ornamental Steel 380 LF 112.00$ 42,560.00$ 46.00$ 17,480.00$ 125.00$ 47,500.00$
39 Misc. Equipment Pads 1 LS 10,000.00$ 10,000.00$ 58,519.00$ 58,519.00$ 50,000.00$ 50,000.00$
40 Demo Existing HSP Facilities 1 LS 25,000.00$ 25,000.00$ 16,743.00$ 16,743.00$ 7,000.00$ 7,000.00$
41 Demo Existing Generator Building 1 LS 35,000.00$ 35,000.00$ 17,538.00$ 17,538.00$ 2,565.00$ 2,565.00$
42 Demo Existing Chemical Feed Facilities 1 LS 22,000.00$ 22,000.00$ 20,993.00$ 20,993.00$ 2,500.00$ 2,500.00$
43 Main Building 1 LS 4,790,000.00$ 4,790,000.00$ 3,073,558.00$ 3,073,558.00$ 3,475,583.00$ 3,475,583.00$
44 Ozone Generator Building 1 LS 210,000.00$ 210,000.00$ 191,442.00$ 191,442.00$ 174,417.00$ 174,417.00$
45A Furnish & Deliver RO Cartridge Filters - ODP Item 1 LS 130,000.00$ 130,000.00$ 120,000.00$ 120,000.00$ 60,000.00$ 60,000.00$
45B Sale Tax Savings 1 LS 7,560.00$ 7,560.00$ 8,400.00$ 8,400.00$ 3,650.00$ 3,650.00$
45C Installation, Testing, Warranty 1 LS 2,675.00$ 2,675.00$ 3,309.00$ 3,309.00$ 7,358.00$ 7,358.00$
46A Furnish & Deliver RO HP Feed Pumps - ODP Item 1 LS 861,342.00$ 861,342.00$ 800,000.00$ 800,000.00$ 816,342.00$ 816,342.00$
46B Sale Tax Savings 1 LS 50,400.00$ 50,400.00$ 56,000.00$ 56,000.00$ 49,031.00$ 49,031.00$
46C Installation, Testing, Warranty 1 LS 10,807.00$ 10,807.00$ 10,813.00$ 10,813.00$ 60,934.00$ 60,934.00$
47A Furnish & Deliver RO Skids - ODP Item 1 LS 1,250,000.00$ 1,250,000.00$ 1,800,000.00$ 1,800,000.00$ 1,343,871.00$ 1,343,871.00$
47B Sale Tax Savings 1 LS 63,000.00$ 63,000.00$ 126,000.00$ 126,000.00$ 80,682.00$ 80,682.00$
47C Installation, Testing, Warranty 1 LS 16,080.00$ 16,080.00$ 36,193.00$ 36,193.00$ 113,949.00$ 113,949.00$
48 RO System Piping and Valves 1 LS 454,750.00$ 454,750.00$ 429,319.00$ 429,319.00$ 107,942.00$ 107,942.00$
49 RO Clean-in-Place System 1 LS 192,341.00$ 192,341.00$ 730,447.00$ 730,447.00$ 127,268.00$ 127,268.00$
50A Furnish & Deliver Ozone Generators and System - ODP Item 1 LS 1,900,000.00$ 1,900,000.00$ 2,734,690.00$ 2,734,690.00$ 2,048,723.00$ 2,048,723.00$
50B Sale Tax Savings 1 LS 110,340.00$ 110,340.00$ 191,428.30$ 191,428.30$ 122,973.00$ 122,973.00$
50C Installation, Testing, Warranty 1 LS 22,904.00$ 22,904.00$ 41,235.00$ 41,235.00$ 155,568.00$ 155,568.00$
51 Ozone Dissipation Chamber and Transfer Pump Wet Well 1 LS 37,450.00$ 37,450.00$ 120,782.00$ 120,782.00$ 133,629.00$ 133,629.00$
52 Ozone Piping, Valves, and Appurtenances 1 LS 58,850.00$ 58,850.00$ 139,501.00$ 139,501.00$ 138,974.00$ 138,974.00$
53A Furnish & Deliver Transfer Pumps - ODP Item 1 LS 22,815.00$ 22,815.00$ 350,000.00$ 350,000.00$ 85,600.00$ 85,600.00$
53B Sale Tax Savings 1 LS 1,200.00$ 1,200.00$ 24,500.00$ 24,500.00$ 5,186.00$ 5,186.00$
53C Installation, Testing, Warranty 1 LS 1,070.00$ 1,070.00$ 5,793.00$ 5,793.00$ 7,751.00$ 7,751.00$
54 Transfer Pump Piping, Valves, and Appurtenances 1 LS 48,150.00$ 48,150.00$ 101,995.00$ 101,995.00$ 171,110.00$ 171,110.00$
55 Iron Treatment Filter Package 1 LS 833,807.00$ 833,807.00$ 667,000.00$ 667,000.00$ 780,855.00$ 780,855.00$
56 Backwash Pump Station 1 LS 99,995.00$ 99,995.00$ 99,145.00$ 99,145.00$ 192,892.00$ 192,892.00$
57 Antiscalant Chemical Equipment, Day Tanks, and Piping 1 LS 36,000.00$ 36,000.00$ 63,893.00$ 63,893.00$ 109,367.00$ 109,367.00$
58
Sodium Hypochlorite Chemical Equipment, Day Tanks, and
Piping 1 LS 99,026.00$ 99,026.00$ 181,823.00$ 181,823.00$ 158,329.00$ 158,329.00$
59 Ammonia Chemical Equipment, Day Tanks, and Piping 1 LS 32,113.00$ 32,113.00$ 65,705.00$ 65,705.00$ 109,367.00$ 109,367.00$
60 Caustic Chemical Equipment, Day Tanks, and Piping 1 LS 52,234.00$ 52,234.00$ 130,171.00$ 130,171.00$ 127,535.00$ 127,535.00$
61
Corrosion Inhibitor Chemical Equipment, Day Tanks and
Piping 1 LS 23,496.00$ 23,496.00$ 59,695.00$ 59,695.00$ 104,872.00$ 104,872.00$
62 Bulk Chemical Storage Tanks 1 LS 51,779.00$ 51,779.00$ 105,798.00$ 105,798.00$ 48,027.00$ 48,027.00$
Buildings
Process Equipment
Attachment number 1 \nPage 2 of 4
Item # 30
Page 3 of 4 4/12/2013
BID
ITEM
No.DESCRIPTION UNIT QTY UNIT PRICE TOTAL COST UNIT PRICE TOTAL COST UNIT PRICE TOTAL COST
POOLE & KENT CONTRACTORS
1781 NW North River Dr.
Miami, Fl. 33125
WTP #2 - CONTRACT 4: REVERSE OSMOSIS PLANT SITE EXPANSION PROJECT - 10-0039-UT-(D)
WEDNESDAY, APRIL 10, 2013 AWARD - THURSDAY, MAY 1, 2013
LAYNE HEAVY CIVIL
5634 W. 5th St.
Jacksonville, FL. 32254
ORTEGA INDUSTRIAL
CONTRACTORS
6415 Greenland Rd.
Jacksonville, Fl. 33258
63 Yard Piping, Valves, Fittings, and Appurtenances 1 LS 1,192,099.00$ 1,192,099.00$ 575,062.00$ 575,062.00$ 2,147,458.00$ 2,147,458.00$
64A Furnish & Deliver High Service Pumps – ODP Item 1 LS 316,875.00$ 316,875.00$ 300,000.00$ 300,000.00$ 267,500.00$ 267,500.00$
64B Sale Tax Savings 1 LS 18,000.00$ 18,000.00$ 21,000.00$ 21,000.00$ 16,100.00$ 16,100.00$
64C Installation, Testing, Warranty 1 LS 5,350.00$ 5,350.00$ 5,876.70$ 5,876.70$ 19,714.00$ 19,714.00$
65 High Service Pump Piping, Valves, and Appurtenances 1 LS 214,479.00$ 214,479.00$ 20,130.00$ 20,130.00$ 243,991.00$ 243,991.00$
66 Finished Water GST (2.5 MG)1 LS 1,230,500.00$ 1,230,500.00$ 1,337,035.00$ 1,337,035.00$ 1,069,030.00$ 1,069,030.00$
67 Recoat Existing Finished Water GST (5.0 MG)1 LS 64,200.00$ 64,200.00$ 44,948.00$ 44,948.00$ 69,487.00$ 69,487.00$
68A Furnish & Deliver ATS – ODP Item 1 LS 30,000.00$ 30,000.00$ 50,000.00$ 50,000.00$ 32,614.00$ 32,614.00$
68B Sale Tax Savings 1 LS 1,800.00$ 1,800.00$ 3,500.00$ 3,500.00$ 2,007.00$ 2,007.00$
68C Installation, Testing, Warranty 1 LS 7,581.00$ 7,581.00$ 22,902.00$ 22,902.00$ 6,150.00$ 6,150.00$
69 Wiring and Conduit, Pull Boxes, Wiring Devices 1 LS 1,347,849.00$ 1,347,849.00$ 1,784,072.00$ 1,784,072.00$ 774,032.00$ 774,032.00$
70 MDP PNLs, MCC's 1 LS 341,351.00$ 341,351.00$ 111,086.00$ 111,086.00$ 326,351.00$ 326,351.00$
71 VFDs 1 LS 19,032.00$ 19,032.00$ 276,432.00$ 276,432.00$ 200,675.00$ 200,675.00$
72A Furnish & Deliver Emergency Generator – ODP Item 1 LS 390,000.00$ 390,000.00$ 750,000.00$ 750,000.00$ 434,134.00$ 434,134.00$
72B Sale Tax Savings 1 LS 23,400.00$ 23,400.00$ 52,500.00$ 52,500.00$ 26,098.00$ 26,098.00$
72C Installation, Testing, Warranty 1 LS 54,142.00$ 54,142.00$ 44,948.00$ 44,948.00$ 2,200.00$ 2,200.00$
73A Furnish & Deliver Fuel Storage Tank – ODP Item 1 LS 69,442.00$ 69,442.00$ 80,000.00$ 80,000.00$ 60,941.00$ 60,941.00$
73B Sale Tax Savings 1 LS 4,166.00$ 4,166.00$ 5,600.00$ 5,600.00$ 3,706.00$ 3,706.00$
73C Installation, Testing, Warranty 1 LS 13,632.00$ 13,632.00$ 109,196.00$ 109,196.00$ 1,092.00$ 1,092.00$
74 Lighting and Power Panels and UPS 1 LS 43,621.00$ 43,621.00$ 166,201.00$ 166,201.00$ 40,000.00$ 40,000.00$
75 Lightning Protection 1 LS 46,589.00$ 46,589.00$ 111,086.00$ 111,086.00$ 40,000.00$ 40,000.00$
76 Site Lighting 1 LS 86,453.00$ 86,453.00$ 166,201.00$ 166,201.00$ 80,000.00$ 80,000.00$
77 Permitting, Testing, Studies 1 LS 20,942.00$ 20,942.00$ 111,086.00$ 111,086.00$ 20,000.00$ 20,000.00$
78A Furnish & Deliver Magmeters – ODP Item 1 LS 9,075.00$ 9,075.00$ 75,000.00$ 75,000.00$ 90,075.00$ 90,075.00$
78B Sale Tax Savings 1 LS 545.00$ 545.00$ 5,250.00$ 5,250.00$ 5,455.00$ 5,455.00$
78C Installation, Testing, Warranty 1 LS 14,352.00$ 14,352.00$ 15,000.00$ 15,000.00$ 25,364.00$ 25,364.00$
79
Pressure transmitters/ switches/gages/ultrasonic level sensors
and transmitters 1 LS 139,540.00$ 139,540.00$ 20,414.00$ 20,414.00$ 449,563.00$ 449,563.00$
80A Furnish & Deliver Controllers & Analyzers – ODP Item 1 LS 87,641.00$ 87,641.00$ 50,000.00$ 50,000.00$ 87,641.00$ 87,641.00$
80B Sales Tax Savings 1 LS 5,258.00$ 5,258.00$ 3,500.00$ 3,500.00$ 5,308.00$ 5,308.00$
80C Installation, Testing, Warranty 1 LS 28,936.00$ 28,936.00$ 20,200.00$ 20,200.00$ 39,964.00$ 39,964.00$
81 Programming, Integration and Start-up 1 LS 42,984.00$ 42,984.00$ 91,747.00$ 91,747.00$ 57,945.00$ 57,945.00$
82A
Furnish & Deliver Citect SCADA and Historian Software –
ODP Item 1 LS 24,870.00$ 24,870.00$ 90,500.00$ 90,500.00$ 24,870.00$ 24,870.00$
82B Sales Tax Savings 1 LS 1,492.00$ 1,492.00$ 6,335.00$ 6,335.00$ 1,542.00$ 1,542.00$
82C Installation, Testing, Warranty 1 LS 56,450.00$ 56,450.00$ 55,972.00$ 55,972.00$ 53,212.00$ 53,212.00$
83 Servers and Racks 1 LS 46,507.00$ 46,507.00$ 28,414.00$ 28,414.00$ 58,895.00$ 58,895.00$
84A
Furnish & Deliver Ethernet Switches/Autodialer/Printers –
ODP Item 1 LS 21,988.00$ 21,988.00$ 50,000.00$ 50,000.00$ 21,988.00$ 21,988.00$
84B Sales Tax Savings 1 LS 1,319.00$ 1,319.00$ 3,500.00$ 3,500.00$ 1,369.00$ 1,369.00$
Instrumentation, Controls, and SCADA
Electrical
Attachment number 1 \nPage 3 of 4
Item # 30
Page 4 of 4 4/12/2013
BID
ITEM
No.DESCRIPTION UNIT QTY UNIT PRICE TOTAL COST UNIT PRICE TOTAL COST UNIT PRICE TOTAL COST
POOLE & KENT CONTRACTORS
1781 NW North River Dr.
Miami, Fl. 33125
WTP #2 - CONTRACT 4: REVERSE OSMOSIS PLANT SITE EXPANSION PROJECT - 10-0039-UT-(D)
WEDNESDAY, APRIL 10, 2013 AWARD - THURSDAY, MAY 1, 2013
LAYNE HEAVY CIVIL
5634 W. 5th St.
Jacksonville, FL. 32254
ORTEGA INDUSTRIAL
CONTRACTORS
6415 Greenland Rd.
Jacksonville, Fl. 33258
84C Installation, Testing, Warranty 1 LS 11,352.00$ 11,352.00$ 22,902.00$ 22,902.00$ 10,866.00$ 10,866.00$
85 Fiber Patch Panels/Cabinets/ Terminations 1 LS 12,446.00$ 12,446.00$ 17,391.00$ 17,391.00$ 25,051.00$ 25,051.00$
86 SCADA workstations 1 LS 7,441.00$ 7,441.00$ 28,414.00$ 28,414.00$ 9,789.00$ 9,789.00$
87A
Furnish & Deliver Plant MCP, CIP Control Panel, and Radio
Panel – ODP Item 1 LS 63,879.00$ 63,879.00$ 50,582.00$ 50,582.00$ 63,879.00$ 63,879.00$
87B Sales Tax Savings 1 LS 3,832.00$ 3,832.00$ 3,540.00$ 3,540.00$ 3,883.00$ 3,883.00$
87C Installation, Testing, Warranty 1 LS 5,223.00$ 5,223.00$ 22,902.00$ 22,902.00$ 14,628.00$ 14,628.00$
88A Furnish & Deliver Plant LCP No. 1 PLC Equip - ODP Item 1 LS 54,750.00$ 54,750.00$ 42,000.00$ 42,000.00$ 54,750.00$ 54,750.00$
88B Sales Tax Savings 1 LS 3,285.00$ 3,285.00$ 2,940.00$ 2,940.00$ 3,335.00$ 3,335.00$
88C Installation, Testing, Warranty 1 LS 1,741.00$ 1,741.00$ 17,391.00$ 17,391.00$ 10,520.00$ 10,520.00$
89A Furnish & Deliver Plant LCP No. 2 PLC Equip - ODP Item 1 LS 32,559.00$ 32,559.00$ 35,000.00$ 35,000.00$ 32,560.00$ 32,560.00$
89B Sales Tax Savings 1 LS 1,953.00$ 1,953.00$ 2,450.00$ 2,450.00$ 2,004.00$ 2,004.00$
88C Installation, Testing, Warranty 1 LS 1,741.00$ 1,741.00$ 17,391.00$ 17,391.00$ 5,990.00$ 5,990.00$
90A
Furnish & Deliver Remote Wells and Interconnect PLC
Equip. and Radio Panels - ODP Item 1 LS 214,116.00$ 214,116.00$ 50,000.00$ 50,000.00$ 214,116.00$ 214,116.00$
90B Sales Tax Savings 1 LS 12,845.00$ 12,845.00$ 3,500.00$ 3,500.00$ 12,897.00$ 12,897.00$
90C Installation, Testing, Warranty 1 LS 53,019.00$ 53,019.00$ 9,500.00$ 9,500.00$ 71,750.00$ 71,750.00$
91 Radios/antennas 1 LS 30,278.00$ 30,278.00$ 23,445.00$ 23,445.00$ 32,250.00$ 32,250.00$
92 Yagi & Omni Antenna/cables 1 LS 8,583.00$ 8,583.00$ 9,819.26$ 9,819.26$ 10,541.00$ 10,541.00$
93 Furnish and Install Security Poles and Conduit/Wire 1 LS 30,000.00$ 30,000.00$ 72,000.00$ 72,000.00$ 17,950.00$ 17,950.00$
94 Controls Console Unit(s)1 LS 27,363.00$ 27,363.00$ 27,363.00$ 27,363.00$ 27,363.00$ 27,363.00$
95 Greenfield Environmental Asbestos Removal 1 LS 3,950.00$ 3,950.00$ 3,950.00$ 3,950.00$ 3,950.00$ 3,950.00$
19,573,000.00$ 20,941,410.06$ 19,918,328.00$
96 Owner’s 2.5% Contingency 1 LS 489,325.00$ 489,325.00$ 523,535.25$ 523,535.25$ 497,958.20$ 497,958.20$
20,062,325.00$ 21,464,945.31$ 20,416,286.20$
A1 725,000.00$ 605,000.00$ 607,294.00$
D1 $ 0.00 $ 0.00 $ 0.00
20,787,325.00$ 22,069,945.31$ 21,023,580.20$
Concentrate GST (1.5 MG)
Additional Ninety (90) Day Contract Period
Bidder's Grand Total (Bid Items Nos. 1 – 96) Plus Bid Additive Alternate =
Bid DeductiveAlternate
Bid Additive Alternate
Subtotal Construction Costs (Bid Item Nos. 1 – 95) =
Bidder’s Grand Total (Bid Items Nos. 1 – 96) =
Security
Allowances
Attachment number 1 \nPage 4 of 4
Item # 30
BID #:
BID
PROPOSAL
BOND BID TOTAL
1 X 21,576,250.00$
2 X 20,697,825.00$
3 X 20,414,286.00$
4 X 20,062,325.00$
5 X 20,807,500.00$
6 DID NOT BID
0.00
GARNEY CONSTRUCTION
LAYNE HEAVY CIVIL
ORTEGA INDUSTRIAL CONTRACTORS
POOLE & KENT CONTRACTORS
WHARTON-SMITH CONSTRUCTION
635,000.00$
605,000.00$
607,294.00$
2ND LOW BIDDER: ORTEGA INDUSTRIAL
3RD LOW BIDDER: LAYNE HEAVY CIVIL
BID OPENING RECORDING SHEET
PROJECT NAME: WTP PLANT 2 CONTRACT 4 10-0039-UT (D)
PROJECT MANAGER: ROB MAUE, P. E.
BID OPENING DATE: 4/10/2013 AWARD DATE: MAY 1, 2013
CONTRACTOR BID DEDUCTIVE
ALTERNATE
BID ADDITIVE
ALTERNATE
APPARENT LOW BIDDER: POOLE & KENT CONTRACTORS 20,062,325.00$
0.00
0.00
0.00
0.00
20,414,286.00$
20,697,825.00$
725,000.00$
670,000.00$
THE CONTRACTORS LISTED ABOVE HAVE MET THE BIDDING
REQUIREMENTS FOR THIS PROJECT AND ATTENDED THE MANDATORY
CONFERENCE ON 1/24.
WPC INDUSTRIAL
Attachment number 2 \nPage 1 of 1
Item # 30
Attachment number 3 \nPage 1 of 28
Item # 30
Attachment number 3 \nPage 2 of 28
Item # 30
Attachment number 3 \nPage 3 of 28
Item # 30
Attachment number 3 \nPage 4 of 28
Item # 30
Attachment number 3 \nPage 5 of 28
Item # 30
Attachment number 3 \nPage 6 of 28
Item # 30
Attachment number 3 \nPage 7 of 28
Item # 30
Attachment number 3 \nPage 8 of 28
Item # 30
Attachment number 3 \nPage 9 of 28
Item # 30
Attachment number 3 \nPage 10 of 28
Item # 30
Attachment number 3 \nPage 11 of 28
Item # 30
Attachment number 3 \nPage 12 of 28
Item # 30
Attachment number 3 \nPage 13 of 28
Item # 30
Attachment number 3 \nPage 14 of 28
Item # 30
Attachment number 3 \nPage 15 of 28
Item # 30
Attachment number 3 \nPage 16 of 28
Item # 30
Attachment number 3 \nPage 17 of 28
Item # 30
Attachment number 3 \nPage 18 of 28
Item # 30
SectionV.doc Page 14 of 21 Revised 3/18/2013
BIDDER’S PROPOSAL
PROJECT: WATER TREATMENT PLANT No. 2 – CONTRACT 4: REVERSE OSMOSIS
PLANT SITE EXPANSION PROJECT - 10-0039-UT-(D)
CONTRACTOR:__________________________________________________________________
BIDDER'S GRAND TOTAL $_______________________________________________ (Numbers)
BIDDER'S GRAND TOTAL ________________________________________________________
__________________________________________________________________________________
___________________________________________________________________________ (Words)
Bid
Item
No.
Description Qty Unit Unit Price Total Cost
General Conditions
1 Mobilization/Demobilization
(5% Max.) 1 LS $ $
2 Work Zone Traffic Control
(MOT) 1 LS $ $
3 Erosion Control 1 LS $ $
4 Tree Barricades 1 LS $ $
5 Tree Removal 28 EA $ $
Site Civil
6 Clearing and Grubbing 1 LS $ $
7 Earthwork 1 LS $ $
8
Unsuitable Material Excavation
Below Grade as Directed by
Owner
100 CY $ $
9 Stormwater Pond 1 LS $ $
10 FDOT Index 272 Stormwater
Mitered End Section 4 EA $ $
11 FDOT Type C Stormwater Ditch
Bottom Inlet 6 EA $ $
12 Stormwater Control Structure 1 EA $ $
Attachment number 3 \nPage 19 of 28
Item # 30
SectionV.doc Page 15 of 21 Revised 3/18/2013
Bid
Item
No.
Description Qty Unit Unit Price Total Cost
13 FDOT Type J-7T Stormwater
Manhole 1 EA $ $
14 24-inch RCP Stormwater Pipe 185 LF $ $
15 18-inch RCP Stormwater Pipe 260 LF $ $
16 15-inch RCP Stormwater Pipe 290 LF $ $
17 10-inch PVC Stormwater Pipe 20 LF $ $
18 8-inch PVC Stormwater Pipe 90 LF $ $
19 6-inch PVC Stormwater Pipe 80 LF $ $
20 Retaining Walls 1 LS $ $
21 20”x6” Tapping Sleeve w/ Valve 1 LS $ $
22 6-inch Gate Valve & Valve Box 2 EA $ $
23 6-inch PVC Water Line 170 LF $ $
24 6-inch DIP Water Line 30 LF $ $
25 Fire Hydrant Assembly 1 EA $ $
26 2-inch PE Water Service Pipe 30 LF $ $
27 6” PVC SDR 35 Sewer 70 LF $ $
28 Sanitary Lift Station 1 LS $ $
29 Asphalt Driveways and Parking
Areas 1 LS $ $
30 Concrete Driveway and Delivery
Aprons 185 SY $ $
31 Concrete Sidewalk 220 SY $ $
32 Bollards 20 EA $ $
33 Dumpster Enclosure 1 LS $ $
34 Landscaping 1 LS $ $
35 Irrigation 1 LS $ $
Attachment number 3 \nPage 20 of 28
Item # 30
SectionV.doc Page 16 of 21 Revised 3/18/2013
Bid
Item
No.
Description Qty Unit Unit Price Total Cost
36 Fencing – 7 ft. Tall Chain Link 250 LF $ $
37 Fencing –11 ft. Tall Chain Link 2100 LF $ $
38 Fencing – 7 ft. Tall Ornamental
Steel 380 LF $ $
39 Misc. Equipment Pads 1 LS $ $
40 Demo Existing HSP Facilities 1 LS $ $
41 Demo Existing Generator
Building 1 LS $ $
42 Demo Existing Chemical Feed
Facilities 1 LS $ $
Buildings
43 Main Building 1 LS $ $
44 Ozone Generator Building 1 LS $ $
Process Equipment
45A Furnish & Deliver RO Cartridge
Filters - ODP Item 1 LS $ $
45B Sale Tax Savings 1 LS $ $
45C Installation, Testing, Warranty 1 LS $ $
46A Furnish & Deliver RO HP Feed
Pumps - ODP Item 1 LS $ $
46B Sale Tax Savings 1 LS $ $
46C Installation, Testing, Warranty 1 LS $ $
47A Furnish & Deliver RO Skids -
ODP Item 1 LS $ $
47B Sale Tax Savings 1 LS $ $
47C Installation, Testing, Warranty 1 LS $ $
48 RO System Piping and Valves 1 LS $ $
Attachment number 3 \nPage 21 of 28
Item # 30
SectionV.doc Page 17 of 21 Revised 3/18/2013
Bid
Item
No.
Description Qty Unit Unit Price Total Cost
49 RO Clean-in-Place System 1 LS $ $
50A
Furnish & Deliver Ozone
Generators and System - ODP
Item
1 LS $ $
50B Sale Tax Savings 1 LS $ $
50C Installation, Testing, Warranty 1 LS $ $
51 Ozone Dissipation Chamber and
Transfer Pump Wet Well 1 LS $ $
52 Ozone Piping, Valves, and
Appurtenances 1 LS $ $
53A Furnish & Deliver Transfer
Pumps - ODP Item 1 LS $ $
53B Sale Tax Savings 1 LS $ $
53C Installation, Testing, Warranty 1 LS $ $
54 Transfer Pump Piping, Valves,
and Appurtenances 1 LS $ $
55 Iron Treatment Filter Package 1 LS $ $
56 Backwash Pump Station 1 LS $ $
57 Antiscalant Chemical Equipment,
Day Tanks, and Piping 1 LS $ $
58
Sodium Hypochlorite Chemical
Equipment, Day Tanks, and
Piping
1 LS $ $
59 Ammonia Chemical Equipment,
Day Tanks, and Piping 1 LS $ $
60 Caustic Chemical Equipment,
Day Tanks, and Piping 1 LS $ $
61
Corrosion Inhibitor Chemical
Equipment, Day Tanks and
Piping
1 LS $ $
62 Bulk Chemical Storage Tanks 1 LS $ $
63 Yard Piping, Valves, Fittings, and
Appurtenances 1 LS $ $
Attachment number 3 \nPage 22 of 28
Item # 30
SectionV.doc Page 18 of 21 Revised 3/18/2013
Bid
Item
No.
Description Qty Unit Unit Price Total Cost
64A Furnish & Deliver High Service
Pumps – ODP Item 1 LS $ $
64B Sale Tax Savings 1 LS $ $
64C Installation, Testing, Warranty 1 LS $ $
65 High Service Pump Piping,
Valves, and Appurtenances 1 LS $ $
66 Finished Water GST (2.5 MG) 1 LS $ $
67 Recoat Existing Finished Water
GST (5.0 MG) 1 LS $ $
Electrical
68A Furnish & Deliver ATS – ODP
Item 1 LS $ $
68B Sale Tax Savings 1 LS $ $
68C Installation, Testing, Warranty 1 LS $ $
69 Wiring and Conduit, Pull Boxes,
Wiring Devices 1 LS $ $
70 MDP PNLs, MCC's 1 LS $ $
71 VFDs 1 LS $ $
72A Furnish & Deliver Emergency
Generator – ODP Item 1 LS $ $
72B Sale Tax Savings 1 LS $ $
72C Installation, Testing, Warranty 1 LS $ $
73A Furnish & Deliver Fuel Storage
Tank – ODP Item 1 LS $ $
73B Sale Tax Savings 1 LS $ $
73C Installation, Testing, Warranty 1 LS $ $
74 Lighting and Power Panels and
UPS 1 LS $ $
75 Lightning Protection 1 LS $ $
Attachment number 3 \nPage 23 of 28
Item # 30
SectionV.doc Page 19 of 21 Revised 3/18/2013
Bid
Item
No.
Description Qty Unit Unit Price Total Cost
76 Site Lighting 1 LS $ $
77 Permitting, Testing, Studies 1 LS $ $
Instrumentation, Controls, and
SCADA
78A Furnish & Deliver Magmeters –
ODP Item 1 LS $ $
78B Sale Tax Savings 1 LS $ $
78C Installation, Testing, Warranty 1 LS $ $
79
Pressure transmitters/
switches/gages/ultrasonic level
sensors and transmitters
1 LS $ $
80A Furnish & Deliver Controllers &
Analyzers – ODP Item 1 LS $ $
80B Sales Tax Savings 1 LS $ $
80C Installation, Testing, Warranty 1 LS $ $
81 Programming, Integration and
Start-up 1 LS $ $
82A
Furnish & Deliver Citect SCADA
and Historian Software – ODP
Item
1 LS $ $
82B Sales Tax Savings 1 LS $ $
82C Installation, Testing, Warranty 1 LS $ $
83 Servers and Racks 1 LS $ $
84A
Furnish & Deliver Ethernet
Switches/Autodialer/Printers –
ODP Item
1 LS $ $
84B Sales Tax Savings 1 LS $ $
84C Installation, Testing, Warranty 1 LS $ $
85 Fiber Patch Panels/Cabinets/
Terminations 1 LS $ $
Attachment number 3 \nPage 24 of 28
Item # 30
SectionV.doc Page 20 of 21 Revised 3/18/2013
Bid
Item
No.
Description Qty Unit Unit Price Total Cost
86 SCADA workstations 1 LS $ $
87A
Furnish & Deliver Plant MCP,
CIP Control Panel, and Radio
Panel – ODP Item
1 LS $ $
87B Sales Tax Savings 1 LS $ $
87C Installation, Testing, Warranty 1 LS $ $
88A Furnish & Deliver Plant LCP No.
1 PLC Equip - ODP Item 1 LS $ $
88B Sales Tax Savings 1 LS $ $
88C Installation, Testing, Warranty 1 LS $ $
89A Furnish & Deliver Plant LCP No.
2 PLC Equip - ODP Item 1 LS $ $
89B Sales Tax Savings 1 LS $ $
88C Installation, Testing, Warranty 1 LS $ $
90A
Furnish & Deliver Remote Wells
and Interconnect PLC Equip. and
Radio Panels - ODP Item
1 LS $ $
90B Sales Tax Savings 1 LS $ $
90C Installation, Testing, Warranty 1 LS $ $
91 Radios/antennas 1 LS $ $
92 Yagi & Omni Antenna/cables 1 LS $ $
Security
93 Furnish and Install Security Poles
and Conduit/Wire 1 LS $ $
Allowances
94 Controls Console Unit(s) 1 LS $ 27,363.00 $ 27,363.00
95 Greenfield Environmental
Asbestos Removal 1 LS $ 3,950.00 $ 3,950.00
Attachment number 3 \nPage 25 of 28
Item # 30
SectionV.doc Page 21 of 21 Revised 3/18/2013
Bid
Item
No.
Description Qty Unit Unit Price Total Cost
Subtotal Construction Costs (Bid Item Nos. 1 – 95) = $
96 Owner’s 2.5% Contingency 1 LS $ $
Bidder’s Grand Total (Bid Items Nos. 1 – 96) = $
Bid Additive Alternate
Bid
Item
No.
Description Total Cost
A1 Concentrate GST (1.5 MG) $
Bid Deductive Alternate
Bid
Item
No.
Description Total Cost
D1 Additional Ninety (90) Day Contract Period $
THE BIDDER'S GRAND TOTAL ABOVE IS HIS TOTAL BID BASED ON HIS UNIT
PRICES AND LUMP SUM PRICES AND THE ESTIMATED QUANTITIES REQUIRED
FOR EACH SECTION. THIS FIGURE IS FOR INFORMATION ONLY AT THE TIME OF
OPENING BIDS. THE CITY WILL MAKE THE TABULATION FROM THE UNIT PRICES
AND LUMP SUM PRICE BID. IF THERE IS AN ERROR IN THE TOTAL BY THE
BIDDER, IT SHALL BE CHANGED AS ONLY THE UNIT PRICES AND LUMP SUM
PRICE SHALL GOVERN.
Attachment number 3 \nPage 26 of 28
Item # 30
Attachment number 3 \nPage 27 of 28
Item # 30
Attachment number 3 \nPage 28 of 28
Item # 30
JE NNCTIBISSASQC.R. 57600000000000000000000000000000Water Treatment Plant #2Location MapPrepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.comMBKTMXX XX-XXs-XXeJanuary 24th, 2013Map Gen By: Reviewed By:S-T-R:Grid #:Date:MunicipalServicesBuilding (MSB)N.T.S.Scale:Water Treatment Plant #2US 19 NSunset Point RdHercules AveSherwood StDrew StGulf to Bay Blvd (SR 60)S Mrytle AveNE Coachman RdPark BlvdPath: V:\GIS\_Staff\Mike\WTP2.mxdCLEARWATER HARBORAttachment number 4 \nPage 1 of 1Item # 30
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Approve a work order with Harvard Jolly, an Architect of Record with the City of Clearwater, to prepare design plans for one of the
following choices; 1.) remodel and expand the Countryside Branch Library in its current location, or; 2.) construct a new Countryside
Branch Library at the Countryside Community Park next to the existing Countryside Recreation Center.
SUMMARY:
The Penny for Pinellas III projects included an expansion and renovation of the existing Countryside Branch Library. As that
planning process began, it became apparent the costs for that project exceeded preliminary expectation. Several members of
the Council requested staff to look at alternatives. The one plan that rose to the top was to relocate the library and build new
on the Countryside Community Park next to the existing Countryside Recreation Center.
During the previous discussion of the placement of the Countryside Branch Library, the Council asked for a traffic study and
exploration of a possible additional entrance/egress point. The traffic study indicates that the roads, without any
modification, are adequate for expected traffic associated a new library in the Countryside Park location even without an
additional entry/egress point. Talks with Duke Energy indicate that they would not be amenable to adding a road on their
property.
Staff is requesting Council direction on the location and scope of work for the Countryside Branch. Staff has provided two
proposals and request Council select the appropriate option for approval.
Funding for this contract is budgeted in capital project 315-11-0059-LI (Countryside Branch Library Renovation/Expansion).
Type:Capital expenditure
Current Year Budget?:Yes Budget Adjustment:No
Budget Adjustment Comments:
Current Year Cost:Annual Operating Cost:0
Not to Exceed:$590,000 Total Cost:
For Fiscal Year:2012 to 2013
Appropriation Code Amount Appropriation Comment
0315-93528-561100-571-00-
000
590,000
Review Approval:
Cover Memo
Item # 31
Clearwater Public LibraryCountryside BranchImprovement OptionsPresentation to City CouncilImprovement OptionsAttachment number 1 \nPage 1 of 31
Item # 31
Map of ClearwaterAttachment number 1 \nPage 2 of 31
Item # 31
Beach Branch PatronageAttachment number 1 \nPage 3 of 31
Item # 31
Main Library PatronageAttachment number 1 \nPage 4 of 31
Item # 31
North Greenwood Branch PatronageAttachment number 1 \nPage 5 of 31
Item # 31
East Branch PatronageAttachment number 1 \nPage 6 of 31
Item # 31
Countryside Branch PatronageAttachment number 1 \nPage 7 of 31
Item # 31
City Limits Near Countryside BranchAttachment number 1 \nPage 8 of 31
Item # 31
City Limits Near Countryside BranchAttachment number 1 \nPage 9 of 31
Item # 31
Site OptionsState Road 580Attachment number 1 \nPage 10 of 31
Item # 31
Site OptionsState Road 580Attachment number 1 \nPage 11 of 31
Item # 31
Existing Branch Library siteCommunity Center siteSite OptionsAttachment number 1 \nPage 12 of 31
Item # 31
Schematic Site Redevelopment, Existing SiteAttachment number 1 \nPage 13 of 31
Item # 31
Schematic Site Redevelopment, Community CenterAttachment number 1 \nPage 14 of 31
Item # 31
Renovation & Expansion Option:Renovation Construction Cost $3,532,500New Construction Cost 2,040,000Soft Costs 557,250FF&E 450,000Contingency (3%) 160,000Cost ModelsContingency (3%) 160,000Total Projected Cost: $6,579,750Attachment number 1 \nPage 15 of 31
Item # 31
New Construction Option:New Construction Cost $5,300,000Soft Costs 530,000FF&E 450,000Contingency (3%) 160,000Cost ModelsTotal Projected Cost: $6,440,000Attachment number 1 \nPage 16 of 31
Item # 31
Advantages of Renovation & Expansion:Well-known, visible locationAccess from multiple directionsDisadvantages of Renovation & Expansion:Library to shut down during constructionExisting materials -moved and stored offsiteAdvantages & DisadvantagesExisting materials -moved and stored offsiteDesign is limited by existing infrastructureLimited land and parkingSlightly more costly than a new facilityUnknown factors & unforeseen conditionsAttachment number 1 \nPage 17 of 31
Item # 31
Advantages of New Construction Option:Current library can stay open during constructionSynergy between library &community center patronageCentralized location for both facilitiesLand and parkingLand and parkingPublic accessibilitySlightly less costly than renovating and expanding existing facilityProposed location is close to existing library Less unknown factorsAdvantages & DisadvantagesAttachment number 1 \nPage 18 of 31
Item # 31
Disadvantages of New Construction Option:New location is not as publicly visible as existing locationAccess to site is limitedAdvantages & DisadvantagesAttachment number 1 \nPage 19 of 31
Item # 31
Today’s “New” Trends•Smaller, Mobile Service Points•Drive-Up Service Window•Community Centers•Community “Living Rooms”•Multi-Purpose Meeting RoomsLibrary Trends•Multi-Purpose Meeting Rooms•Children’s Areas & Story Hour Rooms•Teen Rooms•Business Centers•CafesAttachment number 1 \nPage 20 of 31
Item # 31
Today’s “New” Trends•Friend’s Areas•Exhibit Space•Outdoor Terraces Reading Spaces•Study/Tutor/Collaborative Rooms•BookstoresLibrary Trends•Bookstores•Compact ShelvingAttachment number 1 \nPage 21 of 31
Item # 31
Smaller, Mobile Service PointsLibrary TrendsAttachment number 1 \nPage 22 of 31
Item # 31
Community “Living Rooms”Library TrendsAttachment number 1 \nPage 23 of 31
Item # 31
Internet and Business CentersLibrary TrendsAttachment number 1 \nPage 24 of 31
Item # 31
Children’s AreasLibrary TrendsAttachment number 1 \nPage 25 of 31
Item # 31
Teen RoomsLibrary TrendsAttachment number 1 \nPage 26 of 31
Item # 31
Multi-Purpose Meeting RoomsLibrary TrendsAttachment number 1 \nPage 27 of 31
Item # 31
Photos of Recent HJ LibrariesAttachment number 1 \nPage 28 of 31
Item # 31
Photos of Recent HJ LibrariesAttachment number 1 \nPage 29 of 31
Item # 31
Photos of Recent HJ LibrariesAttachment number 1 \nPage 30 of 31
Item # 31
Clearwater Public LibraryCountryside BranchImprovement OptionsImprovement OptionsAttachment number 1 \nPage 31 of 31
Item # 31
TRAFFIC IMPACT STUDY
COUNTRYSIDE LIBRARY
EXPANSION/RELOCATION
CLEARWATER, FLORIDA
PREPARED FOR:
THE CITY OF CLEARWATER
BY DKS Associates
Attachment number 2 \nPage 1 of 58
Item # 31
TRAFFIC IMPACT STUDY
COUNTRYSIDE LIBRARY
EXPANSION/RELOCATION
CLEARWATER, FLORIDA
PREPARED FOR:
THE CITY OF CLEARWATER
BY:
DKS Associates
March, 2013
Attachment number 2 \nPage 2 of 58
Item # 31
TABLE OF CONTENTS
1. INTRODUCTION ........................................................................................................ 1
Summary of Findings and Recommendations ........................................................ 2
2. EXISTING ROADWAYS ............................................................................................ 3
3. BACKGROUND TRAFFIC CONDITIONS ................................................................. 5
Programmed Roadway Improvements .................................................................... 6
4. DEVELOPMENT TRAFFIC CHARACTERISTICS...................................................... 7
5. TRAFFIC EVALUATION ............................................................................................ 9
Alternative Access Evaluation................................................................................ 10
CONCLUSION .............................................................................................................. 12
APPENDIX
Attachment number 2 \nPage 3 of 58
Item # 31
LIST OF FIGURES
Figure 1: Project Location ....................................................................................................... 1 Figure 2: Existing Traffic Volumes ......................................................................................... 3
Figure 3: Background Traffic Volumes ................................................................................... 5
Figure 4: Estimated Directional Distribution of Site Traffic .................................................. 7 Figure 5: Proposed Library Traffic Assignment .................................................................... 8
Figure 6: Traffic Volumes with Expanded/Relocated Library................................................ 9 Figure 7: Alternative Access Site Traffic Assignment ..........................................................10 Figure 8: Traffic Volumes with Alternative Access ...............................................................11
LIST OF TABLES
Table 1: Existing Traffic Conditions ....................................................................................... 4
Table 2: Background Traffic Conditions ................................................................................ 5 Table 3: Development Trip Generation Estimates ................................................................. 7
Table 4: Traffic Conditions with Expanded/Relocated Library ............................................. 9
Table 5: Traffic Conditions with Expanded/Relocated Library and Alternative Access .....11
Attachment number 2 \nPage 4 of 58
Item # 31
DKS Associates – Countryside Library Expansion/Relocation 1 March, 2013
1. INTRODUCTION
This report summarizes the findings and recommendations of a traffic impact study conducted for the
proposed expansion and relocation of the Countryside Library in Clearwater, Florida. The existing
16,000 sf library facility is located at the southeast corner of the intersection of SR 580 (Main Street) and
Countryside Boulevard. The City of Clearwater is proposing to expand the Library to approximately
22,000 sf and relocate it to a site adjacent to the Countryside Recreational Center on Sabal Springs
Drive. Figure 1 shows the location of the existing Library and proposed site for the expanded Library as
well as the surrounding roadway system. The operating hours of the Library are expected to continue
to be Monday – Thursday, 10AM – 7PM and Saturday – Sunday, Noon – 5PM.
This study involved an analysis of the impact that traffic generated by expansion and relocation would
have on the surrounding roadway system. The key intersections providing access to the development
were examined to determine their adequacy to accommodate both background and development traffic
volumes. Peak hour traffic conditions expected on weekday afternoons were considered in this study.
Recommendations for improving traffic conditions were made for those locations where deficiencies
were identified.
Figure 1: Project Location
Existing Countryside
Library Site
Proposed Countryside
Library Site
Attachment number 2 \nPage 5 of 58
Item # 31
DKS Associates – Countryside Library Expansion/Relocation 2 March, 2013
Summary of Findings and Recommendations
The expanded library is expected to increase traffic volumes in proportion to the additional floor area.
Based upon trip generation studies compiled by the Institute of Transportation Engineers as well as
observation of the existing facility, the new library is anticipated to generate a total of 153 vehicle trips (in
and out) during the PM peak hour of traffic.
The existing library has direct access onto SR 580 via two driveways located east of Countryside
Boulevard and indirect access onto Countryside Boulevard via a single driveway located on Winding
Wood Drive. The proposed new site involves a portion of the Countryside Recreational Center which is
located less than one-half mile to the northwest of the existing library. Direct access to the new facility
will be on Sabal Springs Drive which connects to Countryside Boulevard approximately 700 feet north of
SR 580. With respect to the area-wide travel patterns of library patrons, the new site is expected to have
similar patterns. The primary change will be in the directional movements passing through the
intersection of SR 580 and Countryside Boulevard and in the diversion of traffic to the intersection of
Sabal Springs/Bryn Mawr Drive and Countryside Boulevard.
A conservative approach has been taken to the estimation and assignment of site traffic. The total trips
generated by the expanded facility were considered as new trips on the roadways in the immediate
vicinity of the site. No reductions were made for trips to and from the existing facility which are already
on the road. This also represents another way to consider the potential redevelopment of the existing
site.
Analyses of existing traffic conditions at the signalized intersection of SR 580 and Countryside
Boulevard and the two-way stop controlled intersection of Countryside Boulevard and Sabal
Springs/Bryn Mawr Drive were performed for the weekday PM peak hour of traffic during the peak
season. The scenarios evaluated included existing conditions, background traffic conditions (with
growth) and background traffic plus site traffic.
The analysis results indicate that the existing roadway system will provide good access to the proposed
Library. Acceptable traffic conditions will occur at the unsignalized intersection of Countryside Boulevard
and Sabal Springs/Bryn Mawr Drive during the PM peak hours. No improvements are needed to
maintain Level of Service “D” or better conditions for all movements at this location. Sight distance for
traffic stopping on Sabal Springs Drive is adequate at this location.
Overall traffic conditions at the signalized intersection of Countryside Boulevard and SR 580 will
continue at the current acceptable Level of Service “D.” Some movements will experience minor
increases in delay while others will improve. The current traffic actuated signal is coordinated with
adjacent signals and is capable of adjusting the timings to meet changing traffic flow.
While the existing roadway system can adequately accommodate the changes in traffic resulting from
the new library, an alternative access plan has been considered. This alternative involves the
construction of a connector roadway from the Countryside Recreation Center to SR 580. This roadway
would be constructed within right of way owned by Progress Energy. A directional median opening
would be needed on SR 580 to limit turning movements to right turns to and from the connector road
and left turn (eastbound) only from SR 580. Relocation/consolidation of the access point with the
existing driveway from the Misty Springs Apartments is recommended to create a single access point
onto SR 580. This location should be generally within the spacing criteria for a Class 5 facility allowed
by FDOT.
Attachment number 2 \nPage 6 of 58
Item # 31
DKS Associates – Countryside Library Expansion/Relocation 3 March, 2013
2. EXISTING ROADWAYS
Key roadways providing access to the new library include SR 580, Countryside Boulevard and Sabal
Springs Drive. Characteristics of these roadways are described in the following paragraphs.
SR 580 (Main Street) is a six-lane divided arterial roadway serving northern Pinellas County. This
roadway carries approximately 34,000 daily vehicles. In addition to the traffic signal at Countryside
Boulevard, signalized intersections are located at Summerdale Drive (one-half mile to the west) and
Landmark Drive (one-half mile to the east). The posted speed limit on SR 580 is 45 mph. SR 580 is
categorized as a Class 5 facility according to the FDOT Access Management standards. These
standards provide for a minimum spacing of 1,320 feet between traffic signals and full median openings,
660 feet between directional median openings and 245 feet between driveway connections.
Countryside Boulevard is a six-lane divided arterial running southwest of SR 580 and providing access
to Countryside Mall as well as US 19. A signal is located approximately one-half mile south of SR 580 at
Village Drive. North of SR 580 the roadway is a four-lane divided facility carrying approximately 12,500
daily vehicles. The roadway has a curvilinear alignment and a posted speed of 35 mph.
Sabal Springs Drive is a two-lane local roadway serving the Countryside Recreational Center as well
as adjoining multi-family residential development. The roadway extends approximately one-fourth mile
west of Countryside Boulevard and has a posted speed limit of 25 mph. Based upon peak hourly counts
taken in February of this year, the roadway carries approximately 1,500 vehicles daily.
Current weekday PM peak hour volumes on the area roadway system were compiled from traffic counts
conducted in February of 2013 by the City of Clearwater. The detailed count data is included in the
Appendix. Based upon a review of seasonal adjustment factors compiled by FDOT, these counts were
determined to appropriately represent peak season turning movement volumes. These existing peak
season volumes are summarized on Figure 2.
Figure 2: Existing Traffic Volumes
186
1441018279162242116
114351 314474281210
1380
Attachment number 2 \nPage 7 of 58
Item # 31
DKS Associates – Countryside Library Expansion/Relocation 4 March, 2013
Levels of Service (LOS) for existing conditions were calculated using existing roadway geometries,
traffic characteristics obtained from the turning movement counts, and existing intersection traffic control
parameters. Current traffic signal timings were obtained from Pinellas County. Levels of Service are
measures of traffic flow, which consider such factors as speed and delay time, traffic interruptions,
safety, driving comfort, and convenience. The Highway Capacity Manual, which is used universally by
traffic engineers to evaluate roadway performance, establishes six levels of service: “Most Desirable”
(Level “A”) to “Unacceptable” (Level “F”). Level of Service “D” conditions are normally considered
“Acceptable” for overall peak hour conditions in an urbanized area such as this. Peak hour Level of
Service “D” conditions are considered acceptable by City of Clearwater and the Florida Department of
Transportation. Another related traffic performance measure is the Volume to Capacity (V/C) ratio. V/C
ratios greater than 1.0 are an indication of oversaturated traffic flow conditions and therefore associated
with higher congestion.
The SYNCHRO/SimTraffic software, which implements the procedures outlined in the Highway Capacity
Manual, was used to perform the Level of Service and V/C calculations. Because of the close proximity
to the signalized intersection of SR 580 the SimTraffic model was used to estimate cross-street delays
at Sabal Springs/Bryn Mawr Drive and Countryside Drive. Table 1 summarizes the analysis results for
existing traffic conditions at the major intersections.
Table 1: Existing Traffic Conditions
Intersection Location
Traffic
Control Type
Weekday PM Peak Hour Condition
Cycle
Length (Sec.)
Maximum V/C Ratio Total Delay (Hrs.) Average Delay/ Vehicle (Sec.) Level of Service
SR 580 and
Countryside Boulevard
Actuated-
Coordinated
Signal
160 0.86 50.7 43.0 D
Sabal Springs Drive
(EB) / Bryn Mawr
Drive (WB) and
Countryside Boulevard
Two-Way
Stop None EB – 0.31
WB – 0.21
EB -- 0.23
WB -- 0.08
EB – 13.2
WB – 19.7
EB – B
WB – C
As indicated in Table 1, the intersection of SR 580 and Countryside Boulevard currently operates at LOS
“D” during the PM peak hour. The cross street approaches at the unsignalized intersection of
Countryside Boulevard and Sabal Springs Drive/Bryn Mawr Drive currently operate at LOS “C” or better.
Attachment number 2 \nPage 8 of 58
Item # 31
DKS Associates – Countryside Library Expansion/Relocation 5 March, 2013
3. BACKGROUND TRAFFIC CONDITIONS
To provide a basis for evaluating future traffic conditions, an analysis was performed of background
traffic conditions. Estimates of background traffic volumes were developed considering historical
patterns of traffic growth in the area. A review of historical count data for SR 580 compiled by FDOT
indicates since 2005 traffic volumes have been decreasing. This trend is not anticipated to continue, but
in the short term limited growth traffic is anticipated. In this study a five percent increase in SR 580 traffic
has been included in the background traffic projections. Through volumes on Countryside Boulevard
were also increased by five percent. These future background volumes are shown on Figure 3.
Levels of Service (LOS) for background traffic conditions were calculated using the same roadway
geometries and signal timing parameters as existing conditions. None of the currently planned roadway
improvements were considered to be completed for this analysis. The results are summarized in Table
2. Table 2: Background Traffic Conditions
Intersection
Location
Traffic
Control Type
Weekday PM Peak Hour Condition
Cycle
Length (Sec.)
Maximum
V/C Ratio
Total Delay
(Hrs.)
Average Delay/
Vehicle (Sec.)
Level of
Service
SR 580 and
Countryside Boulevard
Actuated-
Coordinated
Signal
160 0.89 57.23 46.2 D
Sabal Springs Drive
(EB) / Bryn Mawr
Drive (WB) and
Countryside Boulevard
Two-Way
Stop None EB – 0.33
WB – 0.23
EB -- 0.26
WB -- 0.13
EB – 15.0
WB – 32.5
EB – C
WB – D
Figure 3: Background Traffic Volumes
195
151
1069
293170254122
120054 334694491275
1450
Attachment number 2 \nPage 9 of 58
Item # 31
DKS Associates – Countryside Library Expansion/Relocation 6 March, 2013
As indicated in Table 2, the increase in traffic volumes will result in a slight increase in delay at both
intersections. The signalized intersection at SR 580 and Countryside Boulevard will remain at LOS D.
Traffic conditions at the STOP sign controlled intersection on Countryside Boulevard at Sabal Springs
Drive/Bryn Mawr Drive will change from LOS B/C to LOS C/D.
Programmed Roadway Improvements
A review of capital improvement programs for FDOT and the City of Clearwater indicates no
improvements are programmed for the roadways in the vicinity of the proposed library site. Pinellas
County is planning to incorporate the signal at SR 580 and Countryside into the adaptive signal system
controlling traffic on SR 580. This should help to maintain efficient peak-hour operations at this location.
Attachment number 2 \nPage 10 of 58
Item # 31
DKS Associates – Countryside Library Expansion/Relocation 7 March, 2013
4. DEVELOPMENT TRAFFIC CHARACTERISTICS
The traffic impact of the proposed development program was evaluated using projected future peak-
hour traffic volumes. These volumes were obtained by adding estimated traffic from the new library onto
the previously described background traffic volumes, considering the expected distribution of new library
traffic.
Development Trip Generation: Trip generation estimates for the library were based on trip generation
rates published by the Institute of Transportation Engineers in the 2012 report Trip Generation Manual,
9th Edition. The estimate of existing peak-hour trips has been verified by on-site observations performed
by DKS Associates.
Table 3: Development Trip Generation Estimates
Land Use
ITE Land
Use Code Size Units
Weekday PM Peak Hour Daily
Total Total IN OUT
Existing Library 590 16.0 ksf 115 55 60 1057
Proposed Library 590 22.0 ksf 153 73 80 1317
Increase 38 18 20 260
Development Traffic Distribution/Assignment: The assignment of the peak-hour library trips to the
area roadways was based upon the distribution of trips observed at the driveways of the existing library
and adjusted to reflect the different orientation of the new site to the adjacent roadways. The anticipated
distribution pattern of the proposed trips is shown on Figure 4 and listed on the next page:
Figure 4: Estimated Directional Distribution
of Site Traffic
25%15%
Attachment number 2 \nPage 11 of 58
Item # 31
DKS Associates – Countryside Library Expansion/Relocation 8 March, 2013
Direction of Approach/Departure
West via SR 580
East via SR 580
South via Countryside Boulevard
North via Countryside Boulevard
Percent of Net New Traffic
25%
15%
45%
15%
Using this distribution pattern, expected library traffic volumes were assigned to the adjacent roadway
system. This assignment is shown on Figure 5. It should be noted that the assignment includes the
total volume of traffic generated by the proposed library, not just the expected increase in traffic. This
represents a conservative approach to evaluating the impact of the proposed relocation and
expansion. In addition this approach takes into consideration the possible reuse of the existing library
site, because these existing volumes are included as part of the background traffic volumes.
Figure 5: Proposed Library Traffic
Assignment
18
11203612
3320
18
Attachment number 2 \nPage 12 of 58
Item # 31
DKS Associates – Countryside Library Expansion/Relocation 9 March, 2013
5. TRAFFIC EVALUATION
The combined assignment of new library and background traffic is shown on Figure 6. These volumes
were evaluated using the same procedures as existing and background conditions. The results of these
analyses for the PM peak hour conditions are summarized in Table 4.
Table 4: Traffic Conditions with Expanded/Relocated Library
Intersection Location
Traffic
Control Type
Weekday PM Peak Hour Condition
Cycle Length
(Sec.)
Maximum V/C Ratio Total Delay (Hrs.) Average Delay/ Vehicle (Sec.) Level of Service
SR 580 and
Countryside Boulevard
Actuated-
Coordinated
Signal
160 0.86 60.80 47.7 D
Sabal Springs Drive
(EB) / Bryn Mawr
Drive (WB) and
Countryside Boulevard
Two-Way
Stop None EB – 0.54
WB – 0.34
EB -- 0.71
WB -- 0.11
EB – 17.9
WB – 28.7
EB – C
WB – D
While increased traffic volumes are anticipated, traffic conditions at the key intersections will remain
acceptable. As indicated, Level of Service “D” conditions or better are projected at both of the
intersections.
Figure 6: Traffic Volumes with Expanded/Relocated Library
213
1621069293190290134
120054 335024491295
1468
Attachment number 2 \nPage 13 of 58
Item # 31
DKS Associates – Countryside Library Expansion/Relocation 10 March, 2013
The results indicate that adequate access to the proposed Library can be provided by the existing
roadway system. Acceptable conditions will occur at the unsignalized intersection of Countryside
Boulevard and Sabal Springs Road during the PM peak hours. No improvements are needed to
maintain Level of Service “D” or better operations for all movements at this location. Sight distance for
traffic stopping on Sabal Springs Drive is adequate.
Overall traffic conditions at the signalized intersection of Countryside Boulevard and SR 580 will
continue at the current acceptable Level of Service “D.” Some movements will experience minor
increases in delay while others will experience decreases in delay. The current traffic actuated signal is
coordinated with adjacent signals and is capable of adjusting the timings to meet changing traffic flow.
Alternative Access Evaluation
While the existing roadway system has been shown to adequately accommodate the changes in traffic
resulting from the library expansion/relocation, an alternative access plan has been considered. The
intent of this alternative is not only to reduce the volume of traffic on Sabal Spring Drive but also to
provide a more direct access route to the Library as well as the Countryside Recreational Center.
Figure 7 shows the expected assignment of library traffic with this alternative access system.
This alternative involves the construction of a connector roadway from the Countryside Recreation
Center to SR 580. This roadway would be constructed within right of way owned by Progress Energy.
Approximately 1100 feet of a new two-lane roadway would be required. A directional median opening
would be needed on SR 580 to limit turning movements to right turns to and from the connector road
and left turn (eastbound) only from SR 580. Relocation/consolidation of the access point with the
existing driveway from the Misty Springs Apartments is recommended to create a single access point
Figure 7: Alternative Access Site Traffic Assignment 1233203618
11
Attachment number 2 \nPage 14 of 58
Item # 31
DKS Associates – Countryside Library Expansion/Relocation 11 March, 2013
onto SR 580. A location, approximately 620 feet east of 2nd Street (1320 feet west of Countryside
Boulevard) should be generally within the spacing criteria for a Class 5 facility allowed by FDOT. The
preliminary cost for this connector using typical FDOT cost per mile information is estimated to be
$750,000. Figure 8 shows the total traffic volumes with this access plan.
An analysis of traffic conditions with this alternative has been performed in the same manner as the
previous scenarios. The results are summarized in Table 5. Table 5: Traffic Conditions with Expanded/Relocated Library and Alternative Access
Intersection
Location
Traffic
Control Type
Weekday PM Peak Hour Condition
Cycle
Length (Sec.)
Maximum
V/C Ratio
Total Delay
(Hrs.)
Average Delay/
Vehicle (Sec.)
Level of
Service
SR 580 and
Countryside Boulevard
Actuated-
Coordinated
Signal
160 0.88 59.66 47.2 D
Sabal Springs Drive
(EB) / Bryn Mawr
Drive (WB) and
Countryside Boulevard
Two-Way
Stop None EB – 0.48
WB – 0.30
EB -- 0.60
WB -- 0.12
EB – 17.6
WB – 31.5
EB – C
WB – D
A review of expected traffic conditions indicates the conditions under this alternative are slightly
improved compared to the previous concept. However, conditions are within the same range of
acceptability.
195
1621069293170290134
120054 335024491275
1450
18 20Figure 8: Traffic Volumes with Alternative Access
Attachment number 2 \nPage 15 of 58
Item # 31
DKS Associates – Countryside Library Expansion/Relocation 12 March, 2013
CONCLUSION
The results of this traffic impact analysis indicate that adequate access to the proposed Library can be
provided by the existing roadway system. Acceptable traffic conditions will occur at the unsignalized
intersection of Countryside Boulevard and Sabal Springs Road during the PM peak hours. No
improvements are needed to maintain Level of Service “D” or better conditions for all traffic movements
at this location. Sight distance for traffic stopping on Sabal Springs Drive is adequate at this location.
Overall traffic conditions at the signalized intersection of Countryside Boulevard and SR 580 will
continue at the current acceptable Level of Service “D.” Some movements will experience minor
increases in delay while others will experience decreases in delay. The current traffic actuated signal is
coordinated with adjacent signals and is capable of adjusting the timings to meet changing traffic flow.
While not required to maintain acceptable traffic conditions, the construction of a connector roadway
from the Countryside Recreational Center to SR 580 would reduce the volume of traffic on Sabal
Springs Drive at its intersection with Countryside Boulevard. When consolidated with the existing drive
from Misty Springs, a single access point could be developed on SR 580 which would meet FDOT
Access Management Standards and provide safe and efficient access to the new library as well as the
Countryside Recreational Center.
Attachment number 2 \nPage 16 of 58
Item # 31
DKS Associates – Countryside Library Expansion/Relocation 13 March, 2013
APPENDIX
Attachment number 2 \nPage 17 of 58
Item # 31
DKS Associates – Countryside Library Expansion/Relocation March, 2013
Traffic Count Data
Attachment number 2 \nPage 18 of 58
Item # 31
Appendix page 2Attachment number 2 \nPage 19 of 58
Item # 31
Appendix page 3Attachment number 2 \nPage 20 of 58
Item # 31
Appendix page 4Attachment number 2 \nPage 21 of 58
Item # 31
Appendix page 5Attachment number 2 \nPage 22 of 58
Item # 31
Appendix page 6Attachment number 2 \nPage 23 of 58
Item # 31
Appendix page 7Attachment number 2 \nPage 24 of 58
Item # 31
Appendix page 8Attachment number 2 \nPage 25 of 58
Item # 31
Appendix page 9Attachment number 2 \nPage 26 of 58
Item # 31
Appendix page 10Attachment number 2 \nPage 27 of 58
Item # 31
Appendix page 11Attachment number 2 \nPage 28 of 58
Item # 31
Appendix page 12Attachment number 2 \nPage 29 of 58
Item # 31
Appendix page 13Attachment number 2 \nPage 30 of 58
Item # 31
Appendix page 14Attachment number 2 \nPage 31 of 58
Item # 31
Appendix page 15Attachment number 2 \nPage 32 of 58
Item # 31
Appendix page 16Attachment number 2 \nPage 33 of 58
Item # 31
COUNTY: 15
STATION: 0018
DESCRIPTION: SR 580, W OF MCMULLEN BOOTH RD/CR 611
START DATE: 04/27/2011
START TIME: 0000
---------------------------------------------------------------------------------------
DIRECTION: E DIRECTION: W COMBINED
TIME 1ST 2ND 3RD 4TH TOTAL 1ST 2ND 3RD 4TH TOTAL TOTAL
---------------------------------------------------------------------------------------
0000 27 31 17 18 93 | 33 20 20 15 88 | 181
0100 17 10 18 12 57 | 23 11 9 9 52 | 109
0200 9 8 15 15 47 | 7 8 10 4 29 | 76
0300 11 13 10 9 43 | 12 10 17 5 44 | 87
0400 11 27 24 26 88 | 7 12 19 20 58 | 146
0500 42 60 82 88 272 | 26 36 74 85 221 | 493
0600 101 149 196 284 730 | 96 132 247 465 940 | 1670
0700 230 256 292 294 1072 | 234 245 357 306 1142 | 2214
0800 297 324 295 267 1183 | 388 352 317 346 1403 | 2586
0900 273 233 220 216 942 | 266 262 268 267 1063 | 2005
1000 222 234 212 239 907 | 192 238 228 261 919 | 1826
1100 220 237 304 248 1009 | 207 239 289 291 1026 | 2035
1200 284 352 296 314 1246 | 265 321 289 263 1138 | 2384
1300 279 282 300 303 1164 | 229 247 224 308 1008 | 2172
1400 309 292 316 313 1230 | 274 289 270 262 1095 | 2325
1500 316 313 360 318 1307 | 279 340 309 323 1251 | 2558
1600 291 350 339 335 1315 | 327 265 383 319 1294 | 2609
1700 408 390 371 347 1516 | 402 431 319 389 1541 | 3057
1800 346 331 270 276 1223 | 275 310 298 204 1087 | 2310
1900 265 243 215 185 908 | 222 196 181 166 765 | 1673
2000 206 190 191 160 747 | 148 173 129 103 553 | 1300
2100 175 150 149 97 571 | 92 104 111 84 391 | 962
2200 96 88 73 64 321 | 80 74 66 71 291 | 612
2300 58 53 43 36 190 | 68 36 45 33 182 | 372
---------------------------------------------------------------------------------------
24-HOUR TOTALS: 18181 17581 35762
---------------------------------------------------------------------------------------
PEAK VOLUME INFORMATION
DIRECTION: E DIRECTION: W COMBINED DIRECTIONS
HOUR VOLUME HOUR VOLUME HOUR VOLUME
A.M. 745 1210 730 1403 730 2610
P.M. 1700 1516 1700 1541 1700 3057
DAILY 1700 1516 1700 1541 1700 3057
TRUCK PERCENTAGE 2.63 2.38 2.51
----------------------------------------------------------------------------------------------------------
CLASSIFICATION SUMMARY DATABASE
DIR 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 TOTTRK TOTVOL
E 134 15074 2494 4 287 44 8 99 30 1 1 0 5 0 0 479 18181
W 98 14810 2255 5 266 16 13 88 22 1 0 0 7 0 0 418 17581
----------------------------------------------------------------------------------------------------------
GENERATED BY SPS 5.0.21
Appendix page 17
Attachment number 2 \nPage 34 of 58
Item # 31
COUNTY: 15
STATION: 0018
DESCRIPTION: SR 580, W OF MCMULLEN BOOTH RD/CR 611
START DATE: 04/26/2011
START TIME: 0000
---------------------------------------------------------------------------------------
DIRECTION: E DIRECTION: W COMBINED
TIME 1ST 2ND 3RD 4TH TOTAL 1ST 2ND 3RD 4TH TOTAL TOTAL
---------------------------------------------------------------------------------------
0000 36 21 20 18 95 | 26 19 16 9 70 | 165
0100 20 13 8 12 53 | 18 10 11 14 53 | 106
0200 5 10 5 14 34 | 6 15 4 12 37 | 71
0300 15 8 12 10 45 | 14 15 13 12 54 | 99
0400 11 16 24 34 85 | 6 19 20 30 75 | 160
0500 39 53 80 99 271 | 19 39 75 85 218 | 489
0600 113 139 189 300 741 | 89 159 254 452 954 | 1695
0700 249 273 295 287 1104 | 254 278 338 310 1180 | 2284
0800 322 323 340 289 1274 | 352 348 325 344 1369 | 2643
0900 268 239 235 236 978 | 250 252 248 245 995 | 1973
1000 205 200 226 254 885 | 239 268 237 270 1014 | 1899
1100 217 248 273 243 981 | 262 232 274 293 1061 | 2042
1200 245 242 284 267 1038 | 270 224 256 241 991 | 2029
1300 257 250 330 293 1130 | 250 248 266 266 1030 | 2160
1400 280 290 297 289 1156 | 253 248 264 248 1013 | 2169
1500 335 345 329 325 1334 | 280 274 296 284 1134 | 2468
1600 293 348 291 362 1294 | 314 282 371 329 1296 | 2590
1700 399 411 403 322 1535 | 371 426 316 361 1474 | 3009
1800 338 331 243 225 1137 | 287 301 285 224 1097 | 2234
1900 259 206 185 183 833 | 232 200 183 156 771 | 1604
2000 193 200 204 202 799 | 160 123 141 105 529 | 1328
2100 150 187 132 112 581 | 111 104 89 73 377 | 958
2200 94 120 75 72 361 | 80 82 69 45 276 | 637
2300 49 40 39 31 159 | 41 42 38 30 151 | 310
---------------------------------------------------------------------------------------
24-HOUR TOTALS: 17903 17219 35122
---------------------------------------------------------------------------------------
PEAK VOLUME INFORMATION
DIRECTION: E DIRECTION: W COMBINED DIRECTIONS
HOUR VOLUME HOUR VOLUME HOUR VOLUME
A.M. 800 1274 800 1369 800 2643
P.M. 1645 1575 1630 1497 1645 3017
DAILY 1645 1575 1630 1497 1645 3017
TRUCK PERCENTAGE 2.63 2.45 2.54
----------------------------------------------------------------------------------------------------------
CLASSIFICATION SUMMARY DATABASE
DIR 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 TOTTRK TOTVOL
E 107 14915 2410 14 283 27 7 101 36 1 0 0 2 0 0 471 17903
W 85 14418 2294 9 248 27 3 106 26 0 0 0 3 0 0 422 17219
----------------------------------------------------------------------------------------------------------
GENERATED BY SPS 5.0.21
Appendix page 18
Attachment number 2 \nPage 35 of 58
Item # 31
COUNTY: 15
STATION: 5311
DESCRIPTION: SR 580, EAST OF US 19
START DATE: 04/18/2011
START TIME: 1400
---------------------------------------------------------------------------------------
DIRECTION: E DIRECTION: W COMBINED
TIME 1ST 2ND 3RD 4TH TOTAL 1ST 2ND 3RD 4TH TOTAL TOTAL
---------------------------------------------------------------------------------------
0000 29 18 19 19 85 | 22 22 15 20 79 | 164
0100 19 14 5 6 44 | 18 20 7 10 55 | 99
0200 8 4 9 17 38 | 8 9 9 12 38 | 76
0300 10 10 13 9 42 | 10 12 11 6 39 | 81
0400 12 14 13 52 91 | 10 5 18 12 45 | 136
0500 34 30 61 79 204 | 24 22 37 58 141 | 345
0600 85 128 169 202 584 | 76 96 159 169 500 | 1084
0700 173 188 250 261 872 | 215 290 346 330 1181 | 2053
0800 279 302 283 313 1177 | 292 360 323 273 1248 | 2425
0900 245 247 260 232 984 | 260 271 242 269 1042 | 2026
1000 207 266 272 254 999 | 239 268 290 265 1062 | 2061
1100 273 276 272 288 1109 | 275 300 299 301 1175 | 2284
1200 249 285 321 313 1168 | 304 284 310 298 1196 | 2364
1300 249 300 268 287 1104 | 352 294 368 312 1326 | 2430
1400 281 330 323 326 1260 | 347 350 383 355 1435 | 2695
1500 305 334 299 334 1272 | 311 338 364 349 1362 | 2634
1600 322 296 373 327 1318 | 333 293 329 386 1341 | 2659
1700 473 405 364 350 1592 | 355 394 377 328 1454 | 3046
1800 337 328 237 205 1107 | 326 339 280 287 1232 | 2339
1900 239 186 206 174 805 | 214 233 202 186 835 | 1640
2000 180 186 135 141 642 | 169 151 157 162 639 | 1281
2100 125 102 96 83 406 | 150 119 100 84 453 | 859
2200 72 55 59 61 247 | 97 67 70 63 297 | 544
2300 66 47 54 30 197 | 75 45 34 39 193 | 390
---------------------------------------------------------------------------------------
24-HOUR TOTALS: 17347 18368 35715
---------------------------------------------------------------------------------------
PEAK VOLUME INFORMATION
DIRECTION: E DIRECTION: W COMBINED DIRECTIONS
HOUR VOLUME HOUR VOLUME HOUR VOLUME
A.M. 800 1177 730 1328 745 2430
P.M. 1700 1592 1645 1512 1645 3081
DAILY 1700 1592 1645 1512 1645 3081
GENERATED BY SPS 5.0.21
Appendix page 19
Attachment number 2 \nPage 36 of 58
Item # 31
COUNTY: 15
STATION: 5311
DESCRIPTION: SR 580, EAST OF US 19
START DATE: 04/19/2011
START TIME: 1400
---------------------------------------------------------------------------------------
DIRECTION: E DIRECTION: W COMBINED
TIME 1ST 2ND 3RD 4TH TOTAL 1ST 2ND 3RD 4TH TOTAL TOTAL
---------------------------------------------------------------------------------------
0000 23 24 17 25 89 | 30 37 18 18 103 | 192
0100 12 10 8 17 47 | 16 18 12 10 56 | 103
0200 9 8 8 8 33 | 12 11 9 9 41 | 74
0300 19 7 6 11 43 | 8 22 8 7 45 | 88
0400 11 14 34 29 88 | 10 7 9 21 47 | 135
0500 28 46 47 87 208 | 18 28 40 46 132 | 340
0600 92 120 188 214 614 | 86 101 164 165 516 | 1130
0700 183 203 253 278 917 | 191 276 315 309 1091 | 2008
0800 321 272 291 309 1193 | 282 338 304 287 1211 | 2404
0900 260 249 265 280 1054 | 288 255 273 297 1113 | 2167
1000 258 244 241 259 1002 | 246 259 322 320 1147 | 2149
1100 291 268 305 285 1149 | 271 333 325 309 1238 | 2387
1200 343 341 271 330 1285 | 315 350 331 310 1306 | 2591
1300 336 328 310 308 1282 | 356 325 329 362 1372 | 2654
1400 328 319 280 322 1249 | 341 338 326 374 1379 | 2628
1500 323 333 319 340 1315 | 347 326 344 380 1397 | 2712
1600 313 345 347 355 1360 | 343 349 301 395 1388 | 2748
1700 440 420 370 350 1580 | 364 436 395 364 1559 | 3139
1800 300 282 295 281 1158 | 321 314 326 279 1240 | 2398
1900 271 240 192 183 886 | 277 231 195 200 903 | 1789
2000 177 172 173 159 681 | 289 197 176 198 860 | 1541
2100 138 124 112 94 468 | 171 146 125 104 546 | 1014
2200 89 85 71 58 303 | 101 87 81 51 320 | 623
2300 52 31 38 43 164 | 58 41 30 37 166 | 330
---------------------------------------------------------------------------------------
24-HOUR TOTALS: 18168 19176 37344
---------------------------------------------------------------------------------------
PEAK VOLUME INFORMATION
DIRECTION: E DIRECTION: W COMBINED DIRECTIONS
HOUR VOLUME HOUR VOLUME HOUR VOLUME
A.M. 800 1193 730 1244 800 2404
P.M. 1645 1585 1645 1590 1645 3175
DAILY 1645 1585 1645 1590 1645 3175
GENERATED BY SPS 5.0.21
Appendix page 20
Attachment number 2 \nPage 37 of 58
Item # 31
FLORIDA DEPARTMENT OF TRANSPORTATION
TRANSPORTATION STATISTICS OFFICE
2011 HISTORICAL AADT REPORT
COUNTY: 15 - PINELLAS
SITE: 5311 - SR 580, EAST OF US 19
YEAR AADT DIRECTION 1 DIRECTION 2 *K FACTOR D FACTOR T FACTOR
---- ---------- ------------ ------------ --------- -------- --------
2011 34000 C E 16500 W 17500 9.00 56.50 2.60
2010 34000 C E 16500 W 17500 10.52 55.26 2.80
2009 34500 C E 17000 W 17500 10.53 55.79 3.00
2008 38000 C E 19000 W 19000 10.29 58.46 3.30
2007 36000 F E 18500 W 17500 10.31 56.79 3.30
2006 36000 C E 18500 W 17500 9.88 58.53 3.30
2005 40000 C E 20500 W 19500 9.90 58.50 5.50
2004 36500 C E 18500 W 18000 9.90 59.20 5.50
2003 34500 C E 18000 W 16500 10.00 56.00 5.50
2002 33500 C E 16000 W 17500 9.80 55.70 5.20
2001 31000 C E 16000 W 15000 10.00 52.10 4.00
2000 29000 C E 14500 W 14500 9.90 59.20 8.70
1999 28500 C E 14000 W 14500 9.90 52.90 8.60
1998 33000 F E 15500 W 17500 10.00 57.40 4.10
1997 33000 C E 15500 W 17500 8.10 60.20 3.00
1996 27500 C E 13500 W 14000 9.20 56.10 2.80
AADT FLAGS: C = COMPUTED; E = MANUAL ESTIMATE; F = FIRST YEAR ESTIMATE
S = SECOND YEAR ESTIMATE; T = THIRD YEAR ESTIMATE; X = UNKNOWN
*K FACTOR: STARTING WITH YEAR 2011 IS STANDARDK, PRIOR YEARS ARE K30 VALUES
Appendix page 21
Attachment number 2 \nPage 38 of 58
Item # 31
FLORIDA DEPARTMENT OF TRANSPORTATION
TRANSPORTATION STATISTICS OFFICE
2011 HISTORICAL AADT REPORT
COUNTY: 15 - PINELLAS
SITE: 0018 - SR 580, W OF MCMULLEN BOOTH RD/CR 611
YEAR AADT DIRECTION 1 DIRECTION 2 *K FACTOR D FACTOR T FACTOR
---- ---------- ------------ ------------ --------- -------- --------
2011 33500 C E 17000 W 16500 9.00 56.50 2.50
2010 36500 C E 18000 W 18500 10.52 55.26 2.40
2009 35500 C E 17500 W 18000 10.53 55.79 2.50
2008 35000 C E 17500 W 17500 10.29 58.46 3.20
2007 37500 C E 19000 W 18500 10.31 56.79 3.60
2006 40500 C E 20500 W 20000 9.88 58.53 3.60
2005 40500 C E 21000 W 19500 9.90 58.50 8.60
2004 37000 C E 18500 W 18500 9.90 59.20 2.90
2003 35500 C E 18000 W 17500 10.00 56.00 4.50
AADT FLAGS: C = COMPUTED; E = MANUAL ESTIMATE; F = FIRST YEAR ESTIMATE
S = SECOND YEAR ESTIMATE; T = THIRD YEAR ESTIMATE; X = UNKNOWN
*K FACTOR: STARTING WITH YEAR 2011 IS STANDARDK, PRIOR YEARS ARE K30 VALUES
Appendix page 22
Attachment number 2 \nPage 39 of 58
Item # 31
2011 PEAK SEASON FACTOR CATEGORY REPORT - REPORT TYPE: ALL
CATEGORY: 1500 PINELLAS COUNTYWIDE
MOCF: 0.92
WEEK DATES SF PSCF
================================================================================
1 01/01/2011 - 01/01/2011 1.06 1.15
2 01/02/2011 - 01/08/2011 1.05 1.14
3 01/09/2011 - 01/15/2011 1.04 1.12
4 01/16/2011 - 01/22/2011 1.01 1.09
5 01/23/2011 - 01/29/2011 0.99 1.07
6 01/30/2011 - 02/05/2011 0.97 1.05
* 7 02/06/2011 - 02/12/2011 0.95 1.03
* 8 02/13/2011 - 02/19/2011 0.93 1.01
* 9 02/20/2011 - 02/26/2011 0.92 1.00
*10 02/27/2011 - 03/05/2011 0.91 0.98
*11 03/06/2011 - 03/12/2011 0.90 0.97
*12 03/13/2011 - 03/19/2011 0.90 0.97
*13 03/20/2011 - 03/26/2011 0.90 0.97
*14 03/27/2011 - 04/02/2011 0.91 0.98
*15 04/03/2011 - 04/09/2011 0.92 1.00
*16 04/10/2011 - 04/16/2011 0.93 1.01
*17 04/17/2011 - 04/23/2011 0.94 1.02
*18 04/24/2011 - 04/30/2011 0.95 1.03
*19 05/01/2011 - 05/07/2011 0.96 1.04
20 05/08/2011 - 05/14/2011 0.97 1.05
21 05/15/2011 - 05/21/2011 0.99 1.07
22 05/22/2011 - 05/28/2011 0.99 1.07
23 05/29/2011 - 06/04/2011 0.99 1.07
24 06/05/2011 - 06/11/2011 1.00 1.08
25 06/12/2011 - 06/18/2011 1.00 1.08
26 06/19/2011 - 06/25/2011 1.01 1.09
27 06/26/2011 - 07/02/2011 1.01 1.09
28 07/03/2011 - 07/09/2011 1.01 1.09
29 07/10/2011 - 07/16/2011 1.02 1.10
30 07/17/2011 - 07/23/2011 1.03 1.11
31 07/24/2011 - 07/30/2011 1.03 1.11
32 07/31/2011 - 08/06/2011 1.04 1.12
33 08/07/2011 - 08/13/2011 1.05 1.14
34 08/14/2011 - 08/20/2011 1.06 1.15
35 08/21/2011 - 08/27/2011 1.06 1.15
36 08/28/2011 - 09/03/2011 1.07 1.16
37 09/04/2011 - 09/10/2011 1.07 1.16
38 09/11/2011 - 09/17/2011 1.08 1.17
39 09/18/2011 - 09/24/2011 1.07 1.16
40 09/25/2011 - 10/01/2011 1.06 1.15
41 10/02/2011 - 10/08/2011 1.05 1.14
42 10/09/2011 - 10/15/2011 1.04 1.12
43 10/16/2011 - 10/22/2011 1.04 1.12
44 10/23/2011 - 10/29/2011 1.05 1.14
45 10/30/2011 - 11/05/2011 1.05 1.14
46 11/06/2011 - 11/12/2011 1.05 1.14
47 11/13/2011 - 11/19/2011 1.05 1.14
48 11/20/2011 - 11/26/2011 1.05 1.14
49 11/27/2011 - 12/03/2011 1.05 1.14
50 12/04/2011 - 12/10/2011 1.06 1.15
51 12/11/2011 - 12/17/2011 1.06 1.15
52 12/18/2011 - 12/24/2011 1.05 1.14
53 12/25/2011 - 12/31/2011 1.04 1.12
* PEAK SEASON
14-FEB-2012 14:41:43 830UPD [1,0,0,1] 7_1500_PKSEASON.TXT
Appendix page 23
Attachment number 2 \nPage 40 of 58
Item # 31
2011 PEAK SEASON FACTOR CATEGORY REPORT - REPORT TYPE: ALL
CATEGORY: 1527 PINELLAS I275
MOCF: 0.92
WEEK DATES SF PSCF
================================================================================
1 01/01/2011 - 01/01/2011 1.01 1.10
2 01/02/2011 - 01/08/2011 1.02 1.11
3 01/09/2011 - 01/15/2011 1.04 1.14
4 01/16/2011 - 01/22/2011 1.02 1.11
5 01/23/2011 - 01/29/2011 1.00 1.09
6 01/30/2011 - 02/05/2011 0.97 1.06
* 7 02/06/2011 - 02/12/2011 0.95 1.04
* 8 02/13/2011 - 02/19/2011 0.93 1.02
* 9 02/20/2011 - 02/26/2011 0.91 0.99
*10 02/27/2011 - 03/05/2011 0.89 0.97
*11 03/06/2011 - 03/12/2011 0.88 0.96
*12 03/13/2011 - 03/19/2011 0.86 0.94
*13 03/20/2011 - 03/26/2011 0.88 0.96
*14 03/27/2011 - 04/02/2011 0.89 0.97
*15 04/03/2011 - 04/09/2011 0.91 0.99
*16 04/10/2011 - 04/16/2011 0.93 1.02
*17 04/17/2011 - 04/23/2011 0.94 1.03
*18 04/24/2011 - 04/30/2011 0.96 1.05
*19 05/01/2011 - 05/07/2011 0.97 1.06
20 05/08/2011 - 05/14/2011 0.99 1.08
21 05/15/2011 - 05/21/2011 1.00 1.09
22 05/22/2011 - 05/28/2011 1.01 1.10
23 05/29/2011 - 06/04/2011 1.01 1.10
24 06/05/2011 - 06/11/2011 1.02 1.11
25 06/12/2011 - 06/18/2011 1.03 1.13
26 06/19/2011 - 06/25/2011 1.03 1.13
27 06/26/2011 - 07/02/2011 1.03 1.13
28 07/03/2011 - 07/09/2011 1.04 1.14
29 07/10/2011 - 07/16/2011 1.04 1.14
30 07/17/2011 - 07/23/2011 1.05 1.15
31 07/24/2011 - 07/30/2011 1.05 1.15
32 07/31/2011 - 08/06/2011 1.06 1.16
33 08/07/2011 - 08/13/2011 1.06 1.16
34 08/14/2011 - 08/20/2011 1.07 1.17
35 08/21/2011 - 08/27/2011 1.08 1.18
36 08/28/2011 - 09/03/2011 1.08 1.18
37 09/04/2011 - 09/10/2011 1.09 1.19
38 09/11/2011 - 09/17/2011 1.09 1.19
39 09/18/2011 - 09/24/2011 1.08 1.18
40 09/25/2011 - 10/01/2011 1.07 1.17
41 10/02/2011 - 10/08/2011 1.05 1.15
42 10/09/2011 - 10/15/2011 1.04 1.14
43 10/16/2011 - 10/22/2011 1.03 1.13
44 10/23/2011 - 10/29/2011 1.03 1.13
45 10/30/2011 - 11/05/2011 1.02 1.11
46 11/06/2011 - 11/12/2011 1.02 1.11
47 11/13/2011 - 11/19/2011 1.01 1.10
48 11/20/2011 - 11/26/2011 1.01 1.10
49 11/27/2011 - 12/03/2011 1.01 1.10
50 12/04/2011 - 12/10/2011 1.01 1.10
51 12/11/2011 - 12/17/2011 1.01 1.10
52 12/18/2011 - 12/24/2011 1.02 1.11
53 12/25/2011 - 12/31/2011 1.04 1.14
* PEAK SEASON
14-FEB-2012 14:41:44 830UPD [1,0,0,1] 7_1527_PKSEASON.TXT
Appendix page 24
Attachment number 2 \nPage 41 of 58
Item # 31
DKS Associates – Countryside Library Expansion/Relocation March, 2013
Level of Service Calculations
Attachment number 2 \nPage 42 of 58
Item # 31
Lanes, Volumes, Timings
1: SR 580 & Countryside Blvd 3/28/2013
Existing Traffic Volumes Synchro 8 Report
Page 1
Lane Group EBL EBT EBR WBL WBT WBR NBL NBT NBR SBL SBT SBR
Lane Configurations
Volume (vph)186 1143 51 279 1018 144 31 447 428 116 242 162
Ideal Flow (vphpl)1900 1900 1900 1900 1900 1900 1900 1900 1900 1900 1900 1900
Lane Width (ft)12 12 12 12 12 12 12 12 12 12 12 12
Grade (%)0%0%0%0%
Storage Length (ft)325 0 480 0 65 0 130 130
Storage Lanes 1 0 1 0 1 1 1 1
Taper Length (ft)175 65 50 130
Satd. Flow (prot)1770 5055 0 1770 4989 0 1770 3539 1583 1770 3539 1583
Flt Permitted 0.169 0.077 0.586 0.218
Satd. Flow (perm)315 5055 0 143 4989 0 1092 3539 1583 406 3539 1583
Right Turn on Red Yes Yes Yes Yes
Satd. Flow (RTOR)5 19 277 180
Link Speed (mph)45 45 35 35
Link Distance (ft)1280 2232 331 817
Travel Time (s)19.4 33.8 6.4 15.9
Lane Group Flow (vph) 209 1341 0 303 1264 0 33 471 451 129 269 180
Turn Type pm+pt NA pm+pt NA pm+pt NA Perm pm+pt NA Perm
Protected Phases 1 6 5 2 7 4 3 8
Permitted Phases 6 2 4 4 8 8
Total Split (s)24.0 67.0 24.0 67.0 24.0 45.0 45.0 24.0 45.0 45.0
Total Lost Time (s)6.7 6.8 6.7 6.8 6.6 6.3 6.3 6.6 6.3 6.3
Act Effct Green (s)76.1 58.7 94.7 72.1 37.2 30.1 30.1 50.4 39.2 39.2
Actuated g/C Ratio 0.48 0.37 0.59 0.45 0.23 0.19 0.19 0.32 0.24 0.24
v/c Ratio 0.68 0.72 0.77 0.56 0.12 0.71 0.86 0.52 0.31 0.34
Control Delay 31.6 46.2 53.9 34.6 35.9 66.3 40.4 46.2 49.8 7.3
Queue Delay 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0
Total Delay 31.6 46.2 53.9 34.6 35.9 66.3 40.4 46.2 49.8 7.3
LOS CD DC DEDDDA
Approach Delay 44.2 38.3 53.0 35.8
Approach LOS DDDD
Intersection Summary
Area Type:Other
Cycle Length: 160
Actuated Cycle Length: 160
Offset: 2.2 (1%), Referenced to phase 2:WBTL and 6:EBTL, Start of Yellow
Control Type: Actuated-Coordinated
Maximum v/c Ratio: 0.86
Intersection Signal Delay: 43.0 Intersection LOS: D
Intersection Capacity Utilization 79.5%ICU Level of Service D
Analysis Period (min) 15
Splits and Phases: 1: SR 580 & Countryside Blvd
Appendix Page26
Attachment number 2 \nPage 43 of 58
Item # 31
SimTraffic Performance Report
Peak 15 Minute Flow 3/23/2013
Existing Traffic SimTraffic Report
Page 1
3: Countryside Blvd & Sabal Springs Drive Performance by approach
Approach EB WB NB SB All
Denied Delay (hr)0.0 0.0 0.0 0.0 0.0
Denied Del/Veh (s)0.2 0.1 0.0 0.2 0.1
Total Delay (hr)0.1 0.0 0.2 0.0 0.4
Total Del/Veh (s)13.2 19.7 4.1 0.6 3.6
Vehicles Entered 25 6 203 141 375
Appendix Page27
Attachment number 2 \nPage 44 of 58
Item # 31
Queuing and Blocking Report
Peak 15 Minute Flow 3/23/2013
Existing Traffic SimTraffic Report
Page 2
Intersection: 3: Countryside Blvd & Sabal Springs Drive
Movement EB WB NB SB SB
Directions Served LTR LTR L LT TR
Maximum Queue (ft)75 44 72 5 3
Average Queue (ft)44 17 31 1 0
95th Queue (ft)75 49 69 8 5
Link Distance (ft)782 534 682 682
Upstream Blk Time (%)
Queuing Penalty (veh)
Storage Bay Dist (ft)80
Storage Blk Time (%)1
Queuing Penalty (veh)2
Appendix Page28
Attachment number 2 \nPage 45 of 58
Item # 31
HCM 2010 TWSC
3: Countryside Blvd & Sabal Springs Drive 3/28/2013
Existing Traffic Volumes Synchro 8 Report
Page 1
Intersection
Intersection Delay, s/veh 2.6
Movement EBL EBT EBR WBL WBT WBR NBL NBT NBR SBL SBT SBR
Vol, veh/h 23 3 37 12 1 1 77 644 13 2 456 27
Conflicting Peds, #/hr 000000000000
Sign Control Stop Stop Stop Stop Stop Stop Free Free Free Free Free Free
RT Channelized None None None None None None None None None None None None
Storage Length 0 0 0 0 80 0 0 0
Median Width 0 0 24 24
Grade, %0%0%0%0%
Peak Hour Factor 0.69 0.69 0.69 0.50 0.50 0.50 0.88 0.88 0.88 0.91 0.91 0.91
Heavy Vehicles, %111111121121
Mvmt Flow 33 4 54 24 2 2 87 732 15 2 501 30
Number of Lanes 010010120020
Major/Minor Minor 2 Minor 1 Major 1 Major 2
Conflicting Flow All 1062 1442 265 1171 1449 373 531 0 0 747 0 0
Stage 1 520 520 - 914 914 -------
Stage 2 542 922 - 257 535 -------
Follow-up Headway 3.51 4.01 3.31 3.51 4.01 3.31 2.21 - - 2.21 - -
Pot Capacity-1 Maneuver 179 132 736 149 131 627 1040 - - 864 - -
Stage 1 510 533 - 296 352 -------
Stage 2 495 349 - 728 525 -------
Time blocked-Platoon, %0000000--0--
Mov Capacity-1 Maneuver 164 120 736 125 120 627 1040 - - 864 - -
Mov Capacity-2 Maneuver 164 120 - 125 120 -------
Stage 1 467 531 - 271 322 -------
Stage 2 449 319 - 667 523 -------
Approach EB WB NB SB
HCM Control Delay, s 22.8 39.5 0.9 0
HCM LOS C E --
Minor Lane / Major Mvmt NBL NBT NBR EBLn1 WBLn1 SBL SBT SBR
Cap, veh/h 1040 - - 292 132 864 - -
HCM Control Delay, s 8.779 - - 22.8 39.5 9.177 0 -
HCM Lane V/C Ratio 0.08 - - 0.31 0.21 0.00 - -
HCM Lane LOS A - - C E A A -
HCM 95th-tile Q, veh 0.3 - - 1.3 0.8 0.0 - -
Notes
~ : Volume Exceeds Capacity; $ : Delay Exceeds 300 Seconds; Error : Computation Not Defined
Appendix Page29
Attachment number 2 \nPage 46 of 58
Item # 31
Lanes, Volumes, Timings
1: SR 580 & Countryside Blvd 3/28/2013
Background Traffic Volumes Synchro 8 Report
Page 1
Lane Group EBL EBT EBR WBL WBT WBR NBL NBT NBR SBL SBT SBR
Lane Configurations
Volume (vph)186 1143 51 279 1018 144 31 447 428 116 242 162
Ideal Flow (vphpl)1900 1900 1900 1900 1900 1900 1900 1900 1900 1900 1900 1900
Lane Width (ft)12 12 12 12 12 12 12 12 12 12 12 12
Grade (%)0%0%0%0%
Storage Length (ft)325 0 480 0 65 0 130 130
Storage Lanes 1 0 1 0 1 1 1 1
Taper Length (ft)175 65 50 130
Satd. Flow (prot)1770 5055 0 1770 4989 0 1770 3539 1583 1770 3539 1583
Flt Permitted 0.151 0.067 0.579 0.215
Satd. Flow (perm)281 5055 0 125 4989 0 1079 3539 1583 400 3539 1583
Right Turn on Red Yes Yes Yes Yes
Satd. Flow (RTOR)5 18 272 189
Link Speed (mph)45 45 35 35
Link Distance (ft)1280 2232 331 817
Travel Time (s)19.4 33.8 6.4 15.9
Lane Group Flow (vph) 219 1408 0 318 1326 0 34 494 473 135 282 189
Turn Type pm+pt NA pm+pt NA pm+pt NA Perm pm+pt NA Perm
Protected Phases 1 6 5 2 7 4 3 8
Permitted Phases 6 2 4 4 8 8
Total Split (s)24.0 67.0 24.0 67.0 24.0 45.0 45.0 24.0 45.0 45.0
Total Lost Time (s)6.7 6.8 6.7 6.8 6.6 6.3 6.3 6.6 6.3 6.3
Act Effct Green (s)72.6 54.4 91.7 69.5 39.2 32.0 32.0 52.3 40.9 40.9
Actuated g/C Ratio 0.45 0.34 0.57 0.43 0.24 0.20 0.20 0.33 0.26 0.26
v/c Ratio 0.74 0.82 0.77 0.61 0.11 0.70 0.89 0.54 0.31 0.35
Control Delay 39.8 52.2 57.0 37.4 34.8 64.5 44.6 45.6 48.5 7.0
Queue Delay 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0
Total Delay 39.8 52.2 57.0 37.4 34.8 64.5 44.6 45.6 48.5 7.0
LOS DD ED CEDDDA
Approach Delay 50.6 41.2 54.1 34.9
Approach LOS DDDC
Intersection Summary
Area Type:Other
Cycle Length: 160
Actuated Cycle Length: 160
Offset: 2.2 (1%), Referenced to phase 2:WBTL and 6:EBTL, Start of Yellow
Control Type: Actuated-Coordinated
Maximum v/c Ratio: 0.89
Intersection Signal Delay: 46.2 Intersection LOS: D
Intersection Capacity Utilization 82.3%ICU Level of Service E
Analysis Period (min) 15
Splits and Phases: 1: SR 580 & Countryside Blvd
Appendix Page30
Attachment number 2 \nPage 47 of 58
Item # 31
SimTraffic Performance Report
Peak 15 Minute Flow 3/27/2013
Existing Traffic SimTraffic Report
Page 1
3: Countryside Blvd & Sabal Springs Drive Performance by approach
Approach EB WB NB SB All
Denied Delay (hr)0.0 0.0 0.0 0.0 0.0
Denied Del/Veh (s)0.1 0.2 0.0 0.2 0.1
Total Delay (hr)0.1 0.1 0.2 0.0 0.4
Total Del/Veh (s)15.0 32.5 3.5 0.5 3.7
Vehicles Entered 22 7 214 146 389
Appendix Page31
Attachment number 2 \nPage 48 of 58
Item # 31
Queuing and Blocking Report
Peak 15 Minute Flow 3/27/2013
Existing Traffic SimTraffic Report
Page 2
Intersection: 3: Countryside Blvd & Sabal Springs Drive
Movement EB WB NB SB
Directions Served LTR LTR L TR
Maximum Queue (ft)70 56 38 3
Average Queue (ft)43 26 28 0
95th Queue (ft)83 59 45 5
Link Distance (ft)782 534 682
Upstream Blk Time (%)
Queuing Penalty (veh)
Storage Bay Dist (ft)80
Storage Blk Time (%)
Queuing Penalty (veh)
Appendix Page32
Attachment number 2 \nPage 49 of 58
Item # 31
HCM 2010 TWSC
3: Countryside Blvd & Sabal Springs Drive 3/23/2013
Background Traffic Volumes Synchro 8 Report
Page 1
Intersection
Intersection Delay, s/veh 2.7
Movement EBL EBT EBR WBL WBT WBR NBL NBT NBR SBL SBT SBR
Vol, veh/h 23 3 37 12 1 1 77 644 13 2 456 27
Conflicting Peds, #/hr 000000000000
Sign Control Stop Stop Stop Stop Stop Stop Free Free Free Free Free Free
RT Channelized None None None None None None None None None None None None
Storage Length 0 0 0 0 80 0 0 0
Median Width 0 0 24 24
Grade, %0%0%0%0%
Peak Hour Factor 0.69 0.69 0.69 0.50 0.50 0.50 0.88 0.88 0.88 0.91 0.91 0.91
Heavy Vehicles, %111111121121
Mvmt Flow 33 4 54 24 2 2 87 768 15 2 526 30
Number of Lanes 010010120020
Major/Minor Minor 2 Minor 1 Major 1 Major 2
Conflicting Flow All 1105 1503 278 1221 1511 392 556 0 0 783 0 0
Stage 1 545 545 - 951 951 -------
Stage 2 560 958 - 270 560 -------
Follow-up Headway 3.51 4.01 3.31 3.51 4.01 3.31 2.21 - - 2.21 - -
Pot Capacity-1 Maneuver 167 122 722 137 120 610 1018 - - 837 - -
Stage 1 493 519 - 281 339 -------
Stage 2 483 336 - 715 511 -------
Time blocked-Platoon, %0000000--0--
Mov Capacity-1 Maneuver 153 111 722 115 109 610 1018 - - 837 - -
Mov Capacity-2 Maneuver 153 111 - 115 109 -------
Stage 1 450 517 - 257 310 -------
Stage 2 437 307 - 654 509 -------
Approach EB WB NB SB
HCM Control Delay, s 24.4 43.1 0.9 0
HCM LOS C E --
Minor Lane / Major Mvmt NBL NBT NBR EBLn1 WBLn1 SBL SBT SBR
Cap, veh/h 1018 - - 276 122 837 - -
HCM Control Delay, s 8.869 - - 24.4 43.1 9.312 0 -
HCM Lane V/C Ratio 0.09 - - 0.33 0.23 0.00 - -
HCM Lane LOS A - - C E A A -
HCM 95th-tile Q, veh 0.3 - - 1.4 0.8 0.0 - -
Notes
~ : Volume Exceeds Capacity; $ : Delay Exceeds 300 Seconds; Error : Computation Not Defined
Appendix Page33
Attachment number 2 \nPage 50 of 58
Item # 31
Lanes, Volumes, Timings
1: SR 580 & Countryside Blvd 3/28/2013
Background Plus Relocated Library Synchro 8 Report
Page 1
Lane Group EBL EBT EBR WBL WBT WBR NBL NBT NBR SBL SBT SBR
Lane Configurations
Volume (vph)213 1200 54 293 1069 162 33 502 449 134 290 190
Ideal Flow (vphpl)1900 1900 1900 1900 1900 1900 1900 1900 1900 1900 1900 1900
Lane Width (ft)12 12 12 12 12 12 12 12 12 12 12 12
Grade (%)0%0%0%0%
Storage Length (ft)325 0 480 0 65 0 130 130
Storage Lanes 1 0 1 0 1 1 1 1
Taper Length (ft)175 65 50 130
Satd. Flow (prot)1770 5055 0 1770 4984 0 1770 3539 1583 1770 3539 1583
Flt Permitted 0.130 0.067 0.557 0.200
Satd. Flow (perm)242 5055 0 125 4984 0 1038 3539 1583 373 3539 1583
Right Turn on Red Yes Yes Yes Yes
Satd. Flow (RTOR)5 20 263 211
Link Speed (mph)45 45 35 35
Link Distance (ft)1280 2232 331 817
Travel Time (s)19.4 33.8 6.4 15.9
Lane Group Flow (vph) 239 1409 0 318 1338 0 35 528 473 149 322 211
Turn Type pm+pt NA pm+pt NA pm+pt NA Perm pm+pt NA Perm
Protected Phases 1 6 5 2 7 4 3 8
Permitted Phases 6 2 4 4 8 8
Total Split (s)24.0 67.0 24.0 67.0 24.0 45.0 45.0 24.0 45.0 45.0
Total Lost Time (s)6.7 6.8 6.7 6.8 6.6 6.3 6.3 6.6 6.3 6.3
Act Effct Green (s)73.9 54.1 89.5 65.9 40.6 33.4 33.4 54.3 42.9 42.9
Actuated g/C Ratio 0.46 0.34 0.56 0.41 0.25 0.21 0.21 0.34 0.27 0.27
v/c Ratio 0.80 0.82 0.81 0.65 0.12 0.72 0.88 0.59 0.34 0.37
Control Delay 51.6 52.7 60.9 40.1 33.8 64.2 44.5 46.3 47.8 6.7
Queue Delay 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0
Total Delay 51.6 52.7 60.9 40.1 33.8 64.2 44.5 46.3 47.8 6.7
LOS DD ED CEDDDA
Approach Delay 52.5 44.1 54.2 34.8
Approach LOS DDDC
Intersection Summary
Area Type:Other
Cycle Length: 160
Actuated Cycle Length: 160
Offset: 2.2 (1%), Referenced to phase 2:WBTL and 6:EBTL, Start of Yellow
Control Type: Actuated-Coordinated
Maximum v/c Ratio: 0.88
Intersection Signal Delay: 47.7 Intersection LOS: D
Intersection Capacity Utilization 83.9%ICU Level of Service E
Analysis Period (min) 15
Splits and Phases: 1: SR 580 & Countryside Blvd
Appendix Page34
Attachment number 2 \nPage 51 of 58
Item # 31
SimTraffic Performance Report
Peak 15 Minute Simulation 3/28/2013
With Relocated & Expanded Library SimTraffic Report
Page 1
3: Countryside Blvd & Sabal Springs Drive Performance by approach
Approach EB WB NB SB All
Denied Delay (hr)0.0 0.0 0.0 0.0 0.0
Denied Del/Veh (s)0.2 0.1 0.0 0.2 0.1
Total Delay (hr)0.2 0.1 0.3 0.0 0.6
Total Del/Veh (s)17.9 28.7 4.6 0.7 4.9
Vehicles Entered 39 9 227 150 425
Appendix Page35
Attachment number 2 \nPage 52 of 58
Item # 31
Queuing and Blocking Report
Peak 15 Minute Simulation 3/28/2013
With Relocated & Expanded Library SimTraffic Report
Page 2
Intersection: 3: Countryside Blvd & Sabal Springs Drive
Movement EB WB NB SB SB
Directions Served LTR LTR L LT TR
Maximum Queue (ft) 112 49 87 4 10
Average Queue (ft) 67 30 44 1 2
95th Queue (ft)120 55 92 6 10
Link Distance (ft)782 534 682 682
Upstream Blk Time (%)
Queuing Penalty (veh)
Storage Bay Dist (ft)80
Storage Blk Time (%)2
Queuing Penalty (veh)7
Appendix Page36
Attachment number 2 \nPage 53 of 58
Item # 31
HCM 2010 TWSC
3: Countryside Blvd & Sabal Springs Drive 3/28/2013
Background Plus Relocated Library Synchro 8 Report
Page 2
Intersection
Intersection Delay, s/veh 4.9
Movement EBL EBT EBR WBL WBT WBR NBL NBT NBR SBL SBT SBR
Vol, veh/h 35 3 102 12 1 1 139 676 13 2 479 38
Conflicting Peds, #/hr 000000000000
Sign Control Stop Stop Stop Stop Stop Stop Free Free Free Free Free Free
RT Channelized None None None None None None None None None None None None
Storage Length 0 0 0 0 80 0 0 0
Median Width 0 0 24 24
Grade, %0%0%0%0%
Peak Hour Factor 0.90 0.90 0.90 0.50 0.50 0.50 0.88 0.88 0.88 0.91 0.91 0.91
Heavy Vehicles, %000000020020
Mvmt Flow 39 3 113 24 2 2 158 768 15 2 526 42
Number of Lanes 010010120020
Major/Minor Minor 2 Minor 1 Major 1 Major 2
Conflicting Flow All 1253 1651 284 1360 1664 391 568 0 0 783 0 0
Stage 1 552 552 - 1091 1091 -------
Stage 2 701 1099 - 269 573 -------
Follow-up Headway 3.5 4 3.3 3.5 4 3.3 2.2 - - 2.2 - -
Pot Capacity-1 Maneuver 131 100 719 109 98 614 1014 - - 844 - -
Stage 1 491 518 - 233 293 -------
Stage 2 400 291 - 719 507 -------
Time blocked-Platoon, %0000000--0--
Mov Capacity-1 Maneuver 113 84 719 78 82 614 1014 - - 844 - -
Mov Capacity-2 Maneuver 113 84 - 78 82 -------
Stage 1 414 516 - 197 247 -------
Stage 2 334 246 - 600 505 -------
Approach EB WB NB SB
HCM Control Delay, s 31.5 69 1.5 0
HCM LOS D F --
Minor Lane / Major Mvmt NBL NBT NBR EBLn1 WBLn1 SBL SBT SBR
Cap, veh/h 1014 - - 287 83 844 - -
HCM Control Delay, s 9.204 - - 31.5 69 9.277 0 -
HCM Lane V/C Ratio 0.16 - - 0.54 0.34 0.00 - -
HCM Lane LOS A - - D F A A -
HCM 95th-tile Q, veh 0.6 - - 3.0 1.3 0.0 - -
Notes
~ : Volume Exceeds Capacity; $ : Delay Exceeds 300 Seconds; Error : Computation Not Defined
Appendix Page37
Attachment number 2 \nPage 54 of 58
Item # 31
Lanes, Volumes, Timings
1: SR 580 & Countryside Blvd 3/24/2013
Background Plus Relocated Library Synchro 8 Report
With Alt Access Page 1
Lane Group EBL EBT EBR WBL WBT WBR NBL NBT NBR SBL SBT SBR
Lane Configurations
Volume (vph)195 1200 54 293 1069 162 33 502 449 134 290 170
Ideal Flow (vphpl)1900 1900 1900 1900 1900 1900 1900 1900 1900 1900 1900 1900
Lane Width (ft)12 12 12 12 12 12 12 12 12 12 12 12
Grade (%)0%0%0%0%
Storage Length (ft)325 0 480 0 65 0 130 130
Storage Lanes 1 0 1 0 1 1 1 1
Taper Length (ft)175 65 50 130
Satd. Flow (prot)1770 5055 0 1770 4984 0 1770 3539 1583 1770 3539 1583
Flt Permitted 0.140 0.067 0.557 0.200
Satd. Flow (perm)261 5055 0 125 4984 0 1038 3539 1583 373 3539 1583
Right Turn on Red Yes Yes Yes Yes
Satd. Flow (RTOR)5 20 263 189
Link Speed (mph)45 45 35 35
Link Distance (ft)1280 2232 331 817
Travel Time (s)19.4 33.8 6.4 15.9
Lane Group Flow (vph) 219 1409 0 318 1338 0 35 528 473 149 322 189
Turn Type pm+pt NA pm+pt NA pm+pt NA Perm pm+pt NA Perm
Protected Phases 1 6 5 2 7 4 3 8
Permitted Phases 6 2 4 4 8 8
Total Split (s)24.0 67.0 24.0 67.0 24.0 45.0 45.0 24.0 45.0 45.0
Total Lost Time (s)6.7 6.8 6.7 6.8 6.6 6.3 6.3 6.6 6.3 6.3
Act Effct Green (s)71.9 54.1 89.8 67.9 40.6 33.4 33.4 54.3 42.9 42.9
Actuated g/C Ratio 0.45 0.34 0.56 0.42 0.25 0.21 0.21 0.34 0.27 0.27
v/c Ratio 0.77 0.82 0.81 0.63 0.12 0.72 0.88 0.59 0.34 0.34
Control Delay 45.5 52.7 60.8 38.6 33.8 64.2 44.5 46.3 47.8 6.8
Queue Delay 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0
Total Delay 45.5 52.7 60.8 38.6 33.8 64.2 44.5 46.3 47.8 6.8
LOS DD ED CEDDDA
Approach Delay 51.7 42.9 54.2 35.7
Approach LOS DDDD
Intersection Summary
Area Type:Other
Cycle Length: 160
Actuated Cycle Length: 160
Offset: 2.2 (1%), Referenced to phase 2:WBTL and 6:EBTL, Start of Yellow
Control Type: Actuated-Coordinated
Maximum v/c Ratio: 0.88
Intersection Signal Delay: 47.2 Intersection LOS: D
Intersection Capacity Utilization 83.9%ICU Level of Service E
Analysis Period (min) 15
Splits and Phases: 1: SR 580 & Countryside Blvd
Appendix Page38
Attachment number 2 \nPage 55 of 58
Item # 31
SimTraffic Performance Report
Peak 15 Minute Simulation 3/24/2013
With Relocated Library Alt Access SimTraffic Report
Page 1
3: Countryside Blvd & Sabal Springs Drive Performance by approach
Approach EB WB NB SB All
Denied Del/Veh (s)0.2 0.1 0.0 0.2 0.1
Total Del/Veh (s)17.6 31.5 4.0 0.6 4.4
Vehicles Entered 34 7 214 145 400
Appendix Page39
Attachment number 2 \nPage 56 of 58
Item # 31
Queuing and Blocking Report
Peak 15 Minute Simulation 3/24/2013
With Relocated Library Alt Access SimTraffic Report
Page 2
Intersection: 3: Countryside Blvd & Sabal Springs Drive
Movement EB WB NB SB SB
Directions Served LTR LTR L LT TR
Maximum Queue (ft)96 44 64 5 3
Average Queue (ft)57 25 39 1 0
95th Queue (ft)105 56 66 8 5
Link Distance (ft)782 534 682 682
Upstream Blk Time (%)
Queuing Penalty (veh)
Storage Bay Dist (ft)80
Storage Blk Time (%)0
Queuing Penalty (veh)1
Appendix Page40
Attachment number 2 \nPage 57 of 58
Item # 31
HCM 2010 TWSC
3: Countryside Blvd & Sabal Springs Drive 3/28/2013
Background Plus Relocated Library Synchro 8 Report
With Alt Access Page 2
Intersection
Intersection Delay, s/veh 4.2
Movement EBL EBT EBR WBL WBT WBR NBL NBT NBR SBL SBT SBR
Vol, veh/h 35 3 85 12 1 1 121 676 13 2 479 38
Conflicting Peds, #/hr 000000000000
Sign Control Stop Stop Stop Stop Stop Stop Free Free Free Free Free Free
RT Channelized None None None None None None None None None None None None
Storage Length 0 0 0 0 80 0 0 0
Median Width 0 0 24 24
Grade, %0%0%0%0%
Peak Hour Factor 0.90 0.90 0.90 0.50 0.50 0.50 0.88 0.88 0.88 0.91 0.91 0.91
Heavy Vehicles, %000000020020
Mvmt Flow 39 3 94 24 2 2 137 768 15 2 526 42
Number of Lanes 010010120020
Major/Minor Minor 2 Minor 1 Major 1 Major 2
Conflicting Flow All 1212 1610 284 1320 1624 391 568 0 0 783 0 0
Stage 1 552 552 - 1051 1051 -------
Stage 2 660 1058 - 269 573 -------
Follow-up Headway 3.5 4 3.3 3.5 4 3.3 2.2 - - 2.2 - -
Pot Capacity-1 Maneuver 140 106 719 117 104 614 1014 - - 844 - -
Stage 1 491 518 - 246 306 -------
Stage 2 423 304 - 719 507 -------
Time blocked-Platoon, %0000000--0--
Mov Capacity-1 Maneuver 123 91 719 88 90 614 1014 - - 844 - -
Mov Capacity-2 Maneuver 123 91 - 88 90 -------
Stage 1 424 516 - 213 264 -------
Stage 2 361 263 - 619 505 -------
Approach EB WB NB SB
HCM Control Delay, s 29.2 58.8 1.4 0
HCM LOS D F --
Minor Lane / Major Mvmt NBL NBT NBR EBLn1 WBLn1 SBL SBT SBR
Cap, veh/h 1014 - - 282 94 844 - -
HCM Control Delay, s 9.106 - - 29.2 58.8 9.277 0 -
HCM Lane V/C Ratio 0.14 - - 0.48 0.30 0.00 - -
HCM Lane LOS A - - D F A A -
HCM 95th-tile Q, veh 0.5 - - 2.5 1.1 0.0 - -
Notes
~ : Volume Exceeds Capacity; $ : Delay Exceeds 300 Seconds; Error : Computation Not Defined
Appendix Page41
Attachment number 2 \nPage 58 of 58
Item # 31
STOCKHOLDERS
William B. Harvard, Jr., AIA
Jeffrey E. Cobble, AIA, CPTED
Michael K. Hart, AIA, ACHA
Ward J. Friszolowski, AIA
Steven M. Heiser, AIA
Alejandro F. Gonzalez, AIA
Yvette V. London, AIA, LEED AP
Jack Williams, Jr., AIA
Paul N. Schnitzlein, AIA
Jacquelyn S. Spears, ASID, LEED AP
Leslie D. Brunell, AIA
Stephen L. Johnson, AIA, LEED AP
Philip L.Trezza, Jr., AIA, LEED AP
Louis B. Kubler II
Charles J. Clees, RLA
Maria Harvard Rawls, LEED AP
Howard W. Braukman,AIA, LEED AP
Ronald R. Zajac, AIA, LEED AP
Joseph E. Blouin, Jr., AIA
Winola H. Davidson, LEED AP
Amy E. Jarman, RA, LEEDAP
Candace E. Shepherd
Robert S. Cusick, AIA, LEED AP
www.harvardjolly.comAAC000119
2714 Dr ML King Jr St N
St. Petersburg, FL 33704
727-896-4611
Exhibit B
Page 1 of 2
April 15, 2013
Ms. Barbara J. Pickell, Library Director
Clearwater Public Library System
City of Clearwater
100 North Osceola Avenue
Clearwater, FL 33755
RE: Countryside Branch Library – New Construction
2640 Sabal Springs Drive
Proposal for Architectural Services
Charge code: 0315-93528-561100-571-00-000
HJ Comm. No. 11104.01
Dear Ms. Pickell:
We are pleased to provide this proposal for Architectural and Engineering services
for the City of Clearwater’s new Countryside Branch Library project. We understand the
City wants to construct a new library building on the Countryside Recreation Center site,
located at 2640 Sabal Springs Drive. This new library building would be one-story,
approximately 22,500 square feet large, and located directly east of the existing
Recreation Center building.
Based on the Building Program and Cost Model we developed with you over the last
several months, the anticipated total project budget is $6,500,000. This total includes
soft costs (surveying, A/E fees, material testing, etc.), construction costs, contingencies,
and costs for new furniture and equipment and moving expenses. The anticipated
construction cost is $5,460,000 ($235/SF x 22,500 SF plus 3% contingency). We
recommend budgeting approximately $450,000 for furniture and equipment.
We will provide the professional services described below for the lump sum fee of
$550,000. These costs include expenses for printing and shipping as required by the
City and other regulatory agencies to whom we will be making submittals. Below please
find a breakdown of the services and fees.
Basic Architectural/Engineering Services………………………. $471,500
Civil Engineering and Permitting………………………………… $ 34,500
Landscape and Irrigation Design……………………................. $ 21,500
Interior Design…………………………………………………….. $ 22,500
Total………………………………………………………………… $550,000
These fees are based on a construction duration to not exceed one year. A longer
construction duration will require additional services.
Included in the fees above are environmental and sustainable design efforts.
However, we have not included any fees associated with LEED (Leadership in Energy
and Environmental Design) Certification through the U.S. Green Building Council
(USGBC). If the City desires these services, we can provide a separate proposal once
we understand the scope.
Attachment number 3 \nPage 1 of 2
Item # 31
Page 2 of 2
We understand the City intends to use the Construction Manager (CM) @ Risk as
the building delivery method. We recommend the City engage the CM in the project after
we complete the Schematic Design effort (Task 1) and as we begin the Design
Development phase (Task 2), so that they can provide constructability and cost input
during the design process.
The City shall provide a survey of the site as well as geotechnical explorations and
material testing.
Please review this proposal and let us know if you have any questions. We are
excited about the opportunity to work with the City of Clearwater to make this a great
library. If agreeable, please issue to us a Work Order accordingly and we will begin upon
receipt of a Notice To Proceed. Thank you!
Sincerely,
Philip L. Trezza, Jr., AIA, LEED AP
Vice President HARVARD JOLLY ARCHITECTURE
cc: Jill Silverboard, Scott Rice, Tara Kivett, Ward Friszolowski, HJ file
Attachment number 3 \nPage 2 of 2
Item # 31
WO Initiation Form.docx 1 of 7 form revised: 10/1/2012
WORK ORDER INITIATION FORM
for the CITY OF CLEARWATER
Date: April 15, 2013
Project Number: HJ Comm. No. 11104.01
City Project Number: 0315‐93528‐561100‐571‐00‐000
1. PROJECT TITLE:
Countryside Branch Library – New Construction
2. SCOPE OF SERVICES:
Refer to letter dated April 15, 2013, from Philip L. Trezza, Jr. of Harvard Jolly Architecture
attached as Exhibit B for a summary of the project. Refer to below which thoroughly outlines
the tasks that will be performed as part of the pre‐design phase, the design phase, bidding
phase and construction phase. The construction documents shall be compiled using the City of
Clearwater CAD standards, as attached as Exhibit A.
I. SCHEMATIC DESIGN/PRE‐DESIGN PHASE (Task 1)
The Architect shall develop and submit to the Owner for review a general scheme of the
project under consideration, at a minimum to include a schematic site plan, floor plan, life
safety plan and two (2) different schemes of exterior building image studies.
The site plan shall show acreage, points of the compass, scale, contours and general
topographical conditions, floodplain elevation and velocity zone, overall dimensions,
adjacent highways, roads, emergency access, utilities, athletic areas, fire hydrants, power
transmission lines, walks and paths, vehicle and bike parking areas, ownership and use of
adjacent land, accessibility for the disabled, service areas, vehicle loading zones, existing
buildings and use, and other related pertinent data. These shall show proposed layouts
for future additions when scheduled in the basic information.
The floor plan shall show points of the compass, overall dimensions, identity of each space,
proposed door and window locations, furniture and equipment , accessibility for the
disabled, room numbers, occupant load of each space, any existing buildings and use,
future additions, and phased construction, if applicable.
The life safety plan shall show exits, accessibility for the disabled, fire walls, fire resistance
rated walls, protected corridors, smoke barriers, fire alarm systems, room names and
numbers, or any other life safety features.
The exterior building image studies shall portray the materials and colors intended to be
used in the construction of the building and from a variety of different viewpoints.
Opinion of probable construction cost of the project exclusive of Architect’s fee and
equipment not proposed for inclusion within construction contract.
Attachment number 4 \nPage 1 of 7
Item # 31
WO Initiation Form.docx 2 of 7 form revised: 10/1/2012
Estimate of additional design fees and additional construction costs that may be incurred
by the City if the City should choose to pursue LEED certification through the USGBC.
Prepare and submit documents required to complete the City’s Development Review
Committee (DRC) process. Consultant shall attend meetings as required to complete the
process and gain approval.
II. DESIGN DEVELOPMENT/DESIGN PHASE (Task 2)
Upon receipt from the Owner of approval of the Schematic Design/Pre‐Design Phase
documents (Task 1), the Architect shall prepare and deliver to the Owner for review, at
minimum, the following Design Development/Design Phase documents (Task 2).
Site plan showing, in addition to Task 1 requirements, landscaping, drainage, water
retention ponds, sewage disposal and water supply systems, electrical systems, and such
physical features that may adversely affect or enhance the safety, health, welfare, visual
environment, or comfort of the occupants. These shall show proposed layouts for future
additions when scheduled in the basic information.
Floor plans showing in addition to Task 1 requirements and including, but not limited to,
the following:
Floor plans drawn at an architectural scale that allows the entire facility to be shown on
one sheet, without break lines, but no less than 1/16" = 1"‐0".
Life safety plan showing in addition to Task 1 requirements, exit strategy, rated doors,
emergency wall openings, etc.
Cross sections through buildings and necessary wall sections to show dimensions,
proposed construction materials, proposed ceiling heights, and relationship of finished
floor to finished grades.
Outline specifications covering the general character of materials and construction
proposed and college‐provided front‐end specifications revised by the Architect to be
project specific.
Outline of estimated square footage of floor area in the same form as shown in basic
information.
Proposed heating, ventilating, air conditioning, plumbing, telecommunications, fire alarm
systems, and electrical systems in drawing form showing layout and location of major
equipment, piping, distribution systems and related detail as conditions require including,
when applicable, life‐cycle cost and energy efficiency and conservation analyses
conforming to Florida State Department of Education Requirements. These design
systems shall coincide with the College's established standard systems.
Catalog cuts indicating dimensions and operations of all equipment proposed for inclusion
within the construction contract.
Opinion of probable construction cost of the project exclusive of Architect’s fee and
equipment not proposed for inclusion within construction contract.
Prepare and submit documents required for SouthWest Florida Water Management
District (SWFWMD) and water/sewer permits. Consultant shall attend meetings as
required to complete the processes and gain approval.
Attachment number 4 \nPage 2 of 7
Item # 31
WO Initiation Form.docx 3 of 7 form revised: 10/1/2012
III. CONSTRUCTION DOCUMENTS/FINAL DESIGN PHASE (Task 3)
Upon receipt from the Owner of written notice to proceed with preparation of Construction
Documents/Final Design Phase (Task 3), the Architect shall prepare and deliver to the Owner
for review, clear and complete construction documents (drawings and specifications) which
are in conformance with the Florida Building Code, the Florida Fire Prevention Code, and all
other applicable codes.
The Construction Documents (Task 3), shall be consistent with the approved Design
Development documents (Task 2) and shall include all changes, added information,
schedules and details as may be necessary to make complete construction document
drawings. On each drawing prepared by an engineer or landscape architect, the name of
the engineer or landscape architect shall appear in addition to the name of the Architect.
The specifications shall set forth clearly and completely the scope of the work and
requirements for all materials and workmanship.
The drawings shall be provided in electronic format (PDF and CAD) and capable of being
printed onto first quality paper (or approved equal) and shall be capable of making clear,
sharp prints.
Opinion of probable construction cost of the project exclusive of Architect’s fee and
equipment not proposed for inclusion within construction contract.
IV. BIDDING PHASE (Task 4)
The Architect shall make the electronic files of the Construction Documents available to the
Construction Manager (CM) so that it may be distributed to potential bidders and other
interested parties.
The Architect, along with his consultants, shall attend pre‐bid meeting(s) and assist the
Owner and/or Construction Manager in conducting said meeting(s). Addenda will be
prepared and issued as needed and plan review comments from permitting authorities
shall be responded to properly.
After reviewing bids, the Architect shall, in consultation with the Construction Manager,
make a recommendation on acceptance or rejection of any or all alternative bids. These
recommendations shall be in writing.
V. CONSTRUCTION ADMINISTRATION PHASE (Task 5)
The Architect shall:
Attend pre‐construction meeting and assist Owner and/or Construction Manager in
conducting said meeting.
Make visits to the site at such intervals as may be required for the purpose of reviewing
the work as it progresses to ensure compliance with construction documents. Such visits
shall especially be made during all critical stages of construction, with inspection
(construction observation) reports (statement regarding the progress of the work, relative
to those activities taking place during visit and identify whether the work is proceeding in
accordance with the Construction Documents and any corrective action that needs to be
taken) made in a timely manner (based on the urgency but no later than one week) to the
Owner by the Architect and his engineer(s) and consultant(s). In the event it is necessary
Attachment number 4 \nPage 3 of 7
Item # 31
WO Initiation Form.docx 4 of 7 form revised: 10/1/2012
for the work to be expedited, copies will be left at the project for the Construction Manager
at the time of inspection.
Attend biweekly project meetings at the site.
Advise the Owner on special problems and on changes necessitated by unforeseen
conditions encountered in the course of construction.
Timely perform all work required to review and respond to shop drawings, product data,
samples, and correspondence or information regarding requests for change orders.
As discussed with and approved by the Owner, prepare and issue Proposal Requests,
Architect's Supplemental Instructions, additional drawings and directions received from or
given to the Construction Manager. Provide copies of aforementioned documents and
drawings to the Owner.
Timely review Construction Manager's cost submission in response to Proposal Request
and make a recommendation in writing to the Owner within one week of cost submission
receipt.
Perform a Substantial Completion inspection and Final Inspection of construction (punch
list correction and/or completion) and issue necessary instructions pertaining thereto.
If contract administration is required beyond thirty (30) calendar days past the scheduled
date of substantial completion through no fault of the architect and/or his consultants, the
architect and/or his consultants should be compensated.
Perform inspection(s) pertaining to the one‐year guarantee provided by the Construction
Manager as requested by the Owner; and perform an inspection of the project ten (10)
months after the date of Substantial Completion to identify any needed warranty work
prior to the expiration of the Construction Manager's guarantee.
Nothing in this agreement shall be construed to mean that the Architect is in charge of or
responsible for construction, or for performing the work of the Construction Manager, or
for errors or omissions by the Construction Manager.
3. PROJECT GOALS:
Schematic Design documents (Task 1) shall be provided to the City in electronic format and
five (5) printed sets as required for Owner review, plus eleven (11) sets as required for DRC
process.
Design Development documents (Task 2) shall be provided to the City in electronic format
and five (5) printed sets as required for Owner review.
Construction Documents (Task 3) consisting of Drawings and Specifications shall be
provided to the City in electronic format and five (5) printed sets as required for Owner
review for each of the four (4) submittal stages described in the schedule below. The
Architect will provide one complete set of CD(s) with all AutoCAD Drawings and Project
Manual, including all Addendums added to the Drawing Set and Project Manual.
4. BUDGET:
Basic Architectural/Engineering Services $471,500
Civil Engineering and Permitting $ 34,500
Landscape and Irrigation Design $ 21,500
Interior Design $ 22,500
Total $550,000
Attachment number 4 \nPage 4 of 7
Item # 31
WO Initiation Form.docx 5 of 7 form revised: 10/1/2012
This price includes all labor and expenses, including printing and shipping costs, anticipated to
be incurred by Harvard Jolly, Inc. for the completion of these tasks in accordance with
Professional Services Method “B” – Lump Sum – Percentage of Completion by Task, for a fee not
to exceed Five Hundred Fifty Thousand Dollars ($550,000.00).
Compensation shall be invoiced and paid on a monthly basis with the fee broken down as
follows:
SCHEMATIC DESIGN/PRE‐DESIGN PHASE (Task 1) – 15% of fee
DESIGN DEVELOPMENT/DESIGN PHASE (Task 2) – 20% of fee
CONSTRUCTION DOCUMENTS/FINAL DESIGN PHASE (Task 3) – 40% of fee
BIDDING PHASE (Task 4) – 5% of fee
CONSTRUCTION ADMINISTRATION PHASE (Task 5) – 20% of fee
5. SCHEDULE:
The design phases (Task 1 through 3) are to be completed within eleven (11) months from
issuance of Notice To Proceed. The project deliverables are to be phased as follows:
Schematic Design/Pre‐Design Phase (Task 1) 75 calendar days (minimum) *
* This Phase may require more time to complete as the Consultant will have to host
meetings with the public to solicit community input and garner support and make a
presentation to the City Council for approval of the design before proceeding to Task 2.
The Consultant will schedule and submit required documents for the City’s
Development Review Committee (DRC) during this phase, which is anticipated to take as
long as six (6) weeks.
Design Development/Design Phase (Task 2) 60 calendar days
Owner review 30 calendar days
Construction Documents/Final Design Phase (Task 3)
30% construction plans 30 calendar days
Owner review 15 calendar days
60% construction plans 30 calendar days
Owner review 30 calendar days
90% construction plans and permit applications 30 calendar days
Owner review 15 calendar days
Final (100%) construction documents 15 calendar days
6. STAFF ASSIGNMENT (Consultant):
Philip L. Trezza, Jr., AIA, Harvard Jolly, Vice President
Ward J. Friszolowski, AIA, Harvard Jolly, Executive Vice President
Attachment number 4 \nPage 5 of 7
Item # 31
WO Initiation Form.docx 6 of 7 form revised: 10/1/2012
7. CORRESPONDENCE/REPORTING PROCEDURES:
All City project correspondence shall be directed to:
Tara Kivett, Construction Engineering Manager, with copies to others as may be appropriate.
8. INVOICING/FUNDING PROCEDURES:
For work performed, invoices shall be submitted monthly to the City of Clearwater, Engineering
Department, Attn.: Veronica Josef, Senior Staff Assistant, P. O. Box 4748, Clearwater, Florida
33758‐4748. Contingency services will be billed as incurred only after written authorization
provided by the City to proceed with those services.
City Invoicing Code: 0315‐93528‐561100‐571‐00‐000
9. INVOICING PROCEDURES
At a minimum, in addition to the invoice amount(s) the following information shall be provided
on all invoices submitted on the Work Order:
A. Purchase Order Number and Contract Amount.
B. The time period (begin and end date) covered by the invoice.
C. A short narrative summary of activities completed in the time period.
D. Contract billing method (Lump Sum), showing the percent completion, amount due,
previous amount earned and total earned to date for all tasks (direct costs, if any, shall be
included in lump sum amount).
E. If the Work Order is funded by multiple funding codes, an itemization of tasks and invoice
amounts by funding code.
10. SPECIAL CONSIDERATIONS:
None.
PREPARED BY: APPROVED BY:
________________________ ________________________
Philip L. Trezza, Jr., AIA Michael D. Quillen, PE
Vice President City Engineer
Harvard Jolly, Inc. City of Clearwater
___________________ ___________________
Date Date
Attachment number 4 \nPage 6 of 7
Item # 31
Exhibit A
WO Initiation Form.docx 7 of 7 form revised: 10/1/2012
CITY OF CLEARWATER
ENGINEERING DEPARTMENT
WORK ORDER INITIATION FORM
CITY DELIVERABLES
1. FORMAT
The design plans shall be compiled utilizing the following methods:
1. City of Clearwater CAD standards.
2. 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.
2. DELIVERABLES
The design plans shall be produced on bond material, 24" x 36" at a scale of 1" = 20’ unless
approved otherwise. Upon completion the consultant shall deliver all drawing files in digital
format with all project data in Autodesk Civil 3D file format. If not available Land Desktop files
are still acceptable, however the City or Clearwater is currently phasing out Land Desktop.
NOTE: If approved deviation from Clearwater 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 release of Autodesk, Inc. software. 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@myClearwater.com.
All electronic files (CAD and Specification files) must be delivered upon completion of project or
with 100% plan submittal to City of Clearwater.
Attachment number 4 \nPage 7 of 7
Item # 31
STOCKHOLDERS
William B. Harvard, Jr., AIA
Jeffrey E. Cobble, AIA, CPTED
Michael K. Hart, AIA, ACHA
Ward J. Friszolowski, AIA
Steven M. Heiser, AIA
Alejandro F. Gonzalez, AIA
Yvette V. London, AIA, LEED AP
Jack Williams, Jr., AIA
Paul N. Schnitzlein, AIA
Jacquelyn S. Spears, ASID, LEED AP
Leslie D. Brunell, AIA
Stephen L. Johnson, AIA, LEED AP
Philip L.Trezza, Jr., AIA, LEED AP
Louis B. Kubler II
Charles J. Clees, RLA
Maria Harvard Rawls, LEED AP
Howard W. Braukman,AIA, LEED AP
Ronald R. Zajac, AIA, LEED AP
Joseph E. Blouin, Jr., AIA
Winola H. Davidson, LEED AP
Amy E. Jarman, RA, LEEDAP
Candace E. Shepherd
Robert S. Cusick, AIA, LEED AP
www.harvardjolly.comAAC000119
2714 Dr ML King Jr St N
St. Petersburg, FL 33704
727-896-4611
Exhibit B
Page 1 of 2
April 15, 2013
Ms. Barbara J. Pickell, Library Director
Clearwater Public Library System
City of Clearwater
100 North Osceola Avenue
Clearwater, FL 33755
RE: Countryside Branch Library – Renovation and Expansion
2741 State Road 580
Proposal for Architectural Services
Charge code: 0315-93528-561100-571-00-000
Dear Ms. Pickell:
We are pleased to provide this proposal for Architectural and Engineering services
for the City of Clearwater’s Countryside Branch Library project. We understand the City
wants to renovate and expand the existing library building located at 2741 State Road
580, which will make the library approximately 22,825 square feet large. The existing
library was originally built in 1987 and is approximately 16,000 square feet in size. The
renovation will require a complete interior demolition and replacement of finishes and
systems, which will allow for a completely new interior layout. The expansion will add
approximately 7,110 square feet to the building as well as additional automobile parking
on the site.
We have already completed the Building Programming, Existing Building
Assessment, Existing Building Record Documents, a Conceptual Design and Cost
Estimate for this site.
Based on the Building Program and Cost Model we developed with you over the last
several months, the anticipated total project budget is $6,500,000. This total includes
soft costs (surveying, A/E fees, material testing, etc.), construction costs, contingencies,
and costs for new furniture and equipment and moving expenses. The anticipated
construction cost is $5,670,000 ($225/SF x 15,715 SF + $275/SF x 7,110 SF, including
contingency). We recommend budgeting approximately $450,000 for furniture and
equipment.
We will provide the professional services described below for the lump sum fee of
$590,000. These costs include expenses for printing and shipping as required by the
City and other regulatory agencies to whom we will be making submittals. Below please
find a breakdown of the services and fees.
Basic Architectural/Engineering Services………………………. $511,500
Civil Engineering and Permitting………………………………… $ 34,500
Landscape and Irrigation Design……………………................. $ 21,500
Interior Design…………………………………………………….. $ 22,500
Total………………………………………………………………… $590,000
Attachment number 5 \nPage 1 of 2
Item # 31
Page 2 of 2
These construction costs and fees are also based on the City vacating the existing
library so that the renovation and additions can occur simultaneously. These fees are
based on a construction duration to not exceed one year. A longer construction duration
will require additional services.
Included in the fees above are environmental and sustainable design efforts.
However, we have not included any fees associated with LEED (Leadership in Energy
and Environmental Design) Certification through the U.S. Green Building Council
(USGBC). If the City desires these services, we can provide a separate proposal once
we understand the scope.
We understand the City intends to use the Construction Manager (CM) @ Risk as
the building delivery method. We recommend the City engage the CM in the project after
we complete the Schematic Design effort (Task 1) and as we begin the Design
Development phase (Task 2), so that they can provide constructability and cost input
during the design process.
The City has already provided to us a survey of the site, and will also provide
geotechnical explorations and material testing at the appropriate times.
Please review this proposal and let us know if you have any questions. We are
excited about the opportunity to work with the City of Clearwater to make this a great
library. If agreeable, please issue to us a Work Order accordingly and we will begin upon
receipt of a Notice To Proceed. Thank you!
Sincerely,
Philip L. Trezza, Jr., AIA, LEED AP
Vice President
HARVARD JOLLY ARCHITECTURE
cc: Jill Silverboard, Scott Rice, Tara Kivett, Ward Friszolowski, HJ file
Attachment number 5 \nPage 2 of 2
Item # 31
WO Initiation Form.docx 1 of 7 form revised: 10/1/2012
WORK ORDER INITIATION FORM
for the CITY OF CLEARWATER
Date: April 15, 2013
Project Number: HJ Comm. No. 11104.01
City Project Number: 0315‐93528‐561100‐571‐00‐000
1. PROJECT TITLE:
Countryside Branch Library – Renovation and Expansion
2. SCOPE OF SERVICES:
Refer to letter dated April 15, 2013, from Philip L. Trezza, Jr. of Harvard Jolly Architecture
attached as Exhibit B for a summary of the project. Refer to below which thoroughly outlines
the tasks that will be performed as part of the pre‐design phase, the design phase, bidding
phase and construction phase. The construction documents shall be compiled using the City of
Clearwater CAD standards, as attached as Exhibit A.
I. SCHEMATIC DESIGN/PRE‐DESIGN PHASE (Task 1)
The Architect shall develop and submit to the Owner for review a general scheme of the
project under consideration, at a minimum to include a schematic site plan, floor plan, life
safety plan and two (2) different schemes of exterior building image studies.
The site plan shall show acreage, points of the compass, scale, contours and general
topographical conditions, floodplain elevation and velocity zone, overall dimensions,
adjacent highways, roads, emergency access, utilities, athletic areas, fire hydrants, power
transmission lines, walks and paths, vehicle and bike parking areas, ownership and use of
adjacent land, accessibility for the disabled, service areas, vehicle loading zones, existing
buildings and use, and other related pertinent data. These shall show proposed layouts
for future additions when scheduled in the basic information.
The floor plan shall show points of the compass, overall dimensions, identity of each space,
proposed door and window locations, furniture and equipment , accessibility for the
disabled, room numbers, occupant load of each space, any existing buildings and use,
future additions, and phased construction, if applicable.
The life safety plan shall show exits, accessibility for the disabled, fire walls, fire resistance
rated walls, protected corridors, smoke barriers, fire alarm systems, room names and
numbers, or any other life safety features.
The exterior building image studies shall portray the materials and colors intended to be
used in the construction of the building and from a variety of different viewpoints.
Opinion of probable construction cost of the project exclusive of Architect’s fee and
equipment not proposed for inclusion within construction contract.
Attachment number 6 \nPage 1 of 7
Item # 31
WO Initiation Form.docx 2 of 7 form revised: 10/1/2012
Estimate of additional design fees and additional construction costs that may be incurred
by the City if the City should choose to pursue LEED certification through the USGBC.
Prepare and submit documents required to complete the City’s Development Review
Committee (DRC) process. Consultant shall attend meetings as required to complete the
process and gain approval.
II. DESIGN DEVELOPMENT/DESIGN PHASE (Task 2)
Upon receipt from the Owner of approval of the Schematic Design/Pre‐Design Phase
documents (Task 1), the Architect shall prepare and deliver to the Owner for review, at
minimum, the following Design Development/Design Phase documents (Task 2).
Site plan showing, in addition to Task 1 requirements, landscaping, drainage, water
retention ponds, sewage disposal and water supply systems, electrical systems, and such
physical features that may adversely affect or enhance the safety, health, welfare, visual
environment, or comfort of the occupants. These shall show proposed layouts for future
additions when scheduled in the basic information.
Floor plans showing in addition to Task 1 requirements and including, but not limited to,
the following:
Floor plans drawn at an architectural scale that allows the entire facility to be shown on
one sheet, without break lines, but no less than 1/16" = 1"‐0".
Life safety plan showing in addition to Task 1 requirements, exit strategy, rated doors,
emergency wall openings, etc.
Cross sections through buildings and necessary wall sections to show dimensions,
proposed construction materials, proposed ceiling heights, and relationship of finished
floor to finished grades.
Outline specifications covering the general character of materials and construction
proposed and college‐provided front‐end specifications revised by the Architect to be
project specific.
Outline of estimated square footage of floor area in the same form as shown in basic
information.
Proposed heating, ventilating, air conditioning, plumbing, telecommunications, fire alarm
systems, and electrical systems in drawing form showing layout and location of major
equipment, piping, distribution systems and related detail as conditions require including,
when applicable, life‐cycle cost and energy efficiency and conservation analyses
conforming to Florida State Department of Education Requirements. These design
systems shall coincide with the College's established standard systems.
Catalog cuts indicating dimensions and operations of all equipment proposed for inclusion
within the construction contract.
Opinion of probable construction cost of the project exclusive of Architect’s fee and
equipment not proposed for inclusion within construction contract.
Prepare and submit documents required for SouthWest Florida Water Management
District (SWFWMD) and water/sewer permits. Consultant shall attend meetings as
required to complete the processes and gain approval.
Attachment number 6 \nPage 2 of 7
Item # 31
WO Initiation Form.docx 3 of 7 form revised: 10/1/2012
III. CONSTRUCTION DOCUMENTS/FINAL DESIGN PHASE (Task 3)
Upon receipt from the Owner of written notice to proceed with preparation of Construction
Documents/Final Design Phase (Task 3), the Architect shall prepare and deliver to the Owner
for review, clear and complete construction documents (drawings and specifications) which
are in conformance with the Florida Building Code, the Florida Fire Prevention Code, and all
other applicable codes.
The Construction Documents (Task 3), shall be consistent with the approved Design
Development documents (Task 2) and shall include all changes, added information,
schedules and details as may be necessary to make complete construction document
drawings. On each drawing prepared by an engineer or landscape architect, the name of
the engineer or landscape architect shall appear in addition to the name of the Architect.
The specifications shall set forth clearly and completely the scope of the work and
requirements for all materials and workmanship.
The drawings shall be provided in electronic format (PDF and CAD) and capable of being
printed onto first quality paper (or approved equal) and shall be capable of making clear,
sharp prints.
Opinion of probable construction cost of the project exclusive of Architect’s fee and
equipment not proposed for inclusion within construction contract.
IV. BIDDING PHASE (Task 4)
The Architect shall make the electronic files of the Construction Documents available to the
Construction Manager (CM) so that it may be distributed to potential bidders and other
interested parties.
The Architect, along with his consultants, shall attend pre‐bid meeting(s) and assist the
Owner and/or Construction Manager in conducting said meeting(s). Addenda will be
prepared and issued as needed and plan review comments from permitting authorities
shall be responded to properly.
After reviewing bids, the Architect shall, in consultation with the Construction Manager,
make a recommendation on acceptance or rejection of any or all alternative bids. These
recommendations shall be in writing.
V. CONSTRUCTION ADMINISTRATION PHASE (Task 5)
The Architect shall:
Attend pre‐construction meeting and assist Owner and/or Construction Manager in
conducting said meeting.
Make visits to the site at such intervals as may be required for the purpose of reviewing
the work as it progresses to ensure compliance with construction documents. Such visits
shall especially be made during all critical stages of construction, with inspection
(construction observation) reports (statement regarding the progress of the work, relative
to those activities taking place during visit and identify whether the work is proceeding in
accordance with the Construction Documents and any corrective action that needs to be
taken) made in a timely manner (based on the urgency but no later than one week) to the
Owner by the Architect and his engineer(s) and consultant(s). In the event it is necessary
Attachment number 6 \nPage 3 of 7
Item # 31
WO Initiation Form.docx 4 of 7 form revised: 10/1/2012
for the work to be expedited, copies will be left at the project for the Construction Manager
at the time of inspection.
Attend biweekly project meetings at the site.
Advise the Owner on special problems and on changes necessitated by unforeseen
conditions encountered in the course of construction.
Timely perform all work required to review and respond to shop drawings, product data,
samples, and correspondence or information regarding requests for change orders.
As discussed with and approved by the Owner, prepare and issue Proposal Requests,
Architect's Supplemental Instructions, additional drawings and directions received from or
given to the Construction Manager. Provide copies of aforementioned documents and
drawings to the Owner.
Timely review Construction Manager's cost submission in response to Proposal Request
and make a recommendation in writing to the Owner within one week of cost submission
receipt.
Perform a Substantial Completion inspection and Final Inspection of construction (punch
list correction and/or completion) and issue necessary instructions pertaining thereto.
If contract administration is required beyond thirty (30) calendar days past the scheduled
date of substantial completion through no fault of the architect and/or his consultants, the
architect and/or his consultants should be compensated.
Perform inspection(s) pertaining to the one‐year guarantee provided by the Construction
Manager as requested by the Owner; and perform an inspection of the project ten (10)
months after the date of Substantial Completion to identify any needed warranty work
prior to the expiration of the Construction Manager's guarantee.
Nothing in this agreement shall be construed to mean that the Architect is in charge of or
responsible for construction, or for performing the work of the Construction Manager, or
for errors or omissions by the Construction Manager.
3. PROJECT GOALS:
Schematic Design documents (Task 1) shall be provided to the City in electronic format and
five (5) printed sets as required for Owner review, plus eleven (11) sets as required for DRC
process.
Design Development documents (Task 2) shall be provided to the City in electronic format
and five (5) printed sets as required for Owner review.
Construction Documents (Task 3) consisting of Drawings and Specifications shall be
provided to the City in electronic format and five (5) printed sets as required for Owner
review for each of the four (4) submittal stages described in the schedule below. The
Architect will provide one complete set of CD(s) with all AutoCAD Drawings and Project
Manual, including all Addendums added to the Drawing Set and Project Manual.
4. BUDGET:
Basic Architectural/Engineering Services $511,500
Civil Engineering and Permitting $ 34,500
Landscape and Irrigation Design $ 21,500
Interior Design $ 22,500
Total $590,000
Attachment number 6 \nPage 4 of 7
Item # 31
WO Initiation Form.docx 5 of 7 form revised: 10/1/2012
This price includes all labor and expenses, including printing and shipping costs, anticipated to
be incurred by Harvard Jolly, Inc. for the completion of these tasks in accordance with
Professional Services Method “B” – Lump Sum – Percentage of Completion by Task, for a fee not
to exceed Five Hundred Ninety Thousand Dollars ($590,000.00).
Compensation shall be invoiced and paid on a monthly basis with the fee broken down as
follows:
SCHEMATIC DESIGN/PRE‐DESIGN PHASE (Task 1) – 15% of fee
DESIGN DEVELOPMENT/DESIGN PHASE (Task 2) – 20% of fee
CONSTRUCTION DOCUMENTS/FINAL DESIGN PHASE (Task 3) – 40% of fee
BIDDING PHASE (Task 4) – 5% of fee
CONSTRUCTION ADMINISTRATION PHASE (Task 5) – 20% of fee
5. SCHEDULE:
The design phases (Task 1 through 3) are to be completed within eleven (11) months from
issuance of Notice To Proceed. The project deliverables are to be phased as follows:
Schematic Design/Pre‐Design Phase (Task 1) 75 calendar days (minimum) *
* This Phase may require more time to complete as the Consultant will have to host
meetings with the public to solicit community input and garner support and make a
presentation to the City Council for approval of the design before proceeding to Task 2.
The Consultant will schedule and submit required documents for the City’s
Development Review Committee (DRC) during this phase, which is anticipated to take as
long as six (6) weeks.
Design Development/Design Phase (Task 2) 60 calendar days
Owner review 30 calendar days
Construction Documents/Final Design Phase (Task 3)
30% construction plans 30 calendar days
Owner review 15 calendar days
60% construction plans 30 calendar days
Owner review 30 calendar days
90% construction plans and permit applications 30 calendar days
Owner review 15 calendar days
Final (100%) construction documents 15 calendar days
6. STAFF ASSIGNMENT (Consultant):
Philip L. Trezza, Jr., AIA, Harvard Jolly, Vice President
Ward J. Friszolowski, AIA, Harvard Jolly, Executive Vice President
Attachment number 6 \nPage 5 of 7
Item # 31
WO Initiation Form.docx 6 of 7 form revised: 10/1/2012
7. CORRESPONDENCE/REPORTING PROCEDURES:
All City project correspondence shall be directed to:
Tara Kivett, Construction Engineering Manager, with copies to others as may be appropriate.
8. INVOICING/FUNDING PROCEDURES:
For work performed, invoices shall be submitted monthly to the City of Clearwater, Engineering
Department, Attn.: Veronica Josef, Senior Staff Assistant, P. O. Box 4748, Clearwater, Florida
33758‐4748. Contingency services will be billed as incurred only after written authorization
provided by the City to proceed with those services.
City Invoicing Code: 0315‐93528‐561100‐571‐00‐000
9. INVOICING PROCEDURES
At a minimum, in addition to the invoice amount(s) the following information shall be provided
on all invoices submitted on the Work Order:
A. Purchase Order Number and Contract Amount.
B. The time period (begin and end date) covered by the invoice.
C. A short narrative summary of activities completed in the time period.
D. Contract billing method (Lump Sum), showing the percent completion, amount due,
previous amount earned and total earned to date for all tasks (direct costs, if any, shall be
included in lump sum amount).
E. If the Work Order is funded by multiple funding codes, an itemization of tasks and invoice
amounts by funding code.
10. SPECIAL CONSIDERATIONS:
None.
PREPARED BY: APPROVED BY:
________________________ ________________________
Philip L. Trezza, Jr., AIA Michael D. Quillen, PE
Vice President City Engineer
Harvard Jolly, Inc. City of Clearwater
___________________ ___________________
Date Date
Attachment number 6 \nPage 6 of 7
Item # 31
Exhibit A
WO Initiation Form.docx 7 of 7 form revised: 10/1/2012
CITY OF CLEARWATER
ENGINEERING DEPARTMENT
WORK ORDER INITIATION FORM
CITY DELIVERABLES
1. FORMAT
The design plans shall be compiled utilizing the following methods:
1. City of Clearwater CAD standards.
2. 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.
2. DELIVERABLES
The design plans shall be produced on bond material, 24" x 36" at a scale of 1" = 20’ unless
approved otherwise. Upon completion the consultant shall deliver all drawing files in digital
format with all project data in Autodesk Civil 3D file format. If not available Land Desktop files
are still acceptable, however the City or Clearwater is currently phasing out Land Desktop.
NOTE: If approved deviation from Clearwater 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 release of Autodesk, Inc. software. 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@myClearwater.com.
All electronic files (CAD and Specification files) must be delivered upon completion of project or
with 100% plan submittal to City of Clearwater.
Attachment number 6 \nPage 7 of 7
Item # 31
a .
z . .
m ;.
a . aa' . a '
a
a:
W
w.
M .
r .: , - '
r
1.
u . ,..
n , . . ._.. .„..,,...T,.. aa ;
o , ,.
x;;
u, U 4 ...n.,.
s
t .
x
a.. p :
G,
K;
u-,. `^ _
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
Provide City Council Input from the Business Task Force regarding a revised Development Agreement review process.
SUMMARY:
The Executive Committee of the Business Task Force met on April 19, 2013 to discuss potential options for the Development
Agreement approval process. Based on that meeting, one option has been refined for your consideration and is based on Option D.
This has been revised to address concerns of the City Attorney and to provide more specific information as to the submission
requirements. The Executive Committee requested that it be clear that “this option is not the committee’s recommendation.”
The proposed process would start with the applicant submitting a development agreement with conceptual plans to City Council
for review and a public hearing. The required plans would be in the form of several exhibits attached to the development
agreement and include the following: a conceptual site plan illustrating the building footprint, parking areas, landscaped areas, and
points of ingress/egress; information regarding density/intensity, building height and number of rooms requested from the hotel
density reserve (if applicable); and a schematic drawing of the front building elevation (view of building from street) and an
isometric massing study/concept plan of the development. After the first public hearing, City Council would conduct another
hearing where initial approval would be given.
The next step would be for the applicant to file the required site plan for review by the Development Review Committee (DRC) or
Community Development Board (CDB) as applicable and then forward the development agreement with the approved site plan to
City Council for confirmation at the Council meeting immediately following the CDB meeting. If the final site plan is substantially
in conformance with the conceptual plans included in the Development Agreement, City Council would be obligated to confirm
its’ original approval. The Executive Committee recommends that there be some guidelines for determining when a change from
the conceptual plan to the final plan is acceptable and when changes would require an amendment to the approved
agreement. Based on initial conversations, substantial changes would include increases in building height; decreases in setbacks by
more than 20%, changes in building materials or architectural design that substantially alters the character and design of the
project, etc. The Committee also believes that any change required by staff or another governmental entity should not be
considered substantial. The Planning and Development Department also suggests criteria be added to address changes in use,
those that may negatively impact ingress/egress, and any substantial changes in the location of a structure and the addition or
removal of property.
To understand the timeframe of this proposed process, below please find a potential schedule based on an application being filed in
April 2013.
· April 1st – Application Submitted
· May 2nd – Review of application by DRC
· May 16th – Review of Development Agreement by City Council (1st Public Hearing)
· June 6th - Review and Approval of Development Agreement by City Council (2nd Public Hearing)
· Aug. 1st – Applicant Submit Site Plan Application
· Sept. 5th – DRC Review of Site Plan Application
· Oct. 15th - CDB Review of Site Plan Application
Cover Memo
Item # 32
· Oct. 16th - City Council Confirmation of Development Agreement
This proposed schedule is very challenging for Planning and Development staff and would also require a lot of flexibility on the
part of the City Clerk as to when items are allowed to be entered into NovusAgenda. In the above scenario, the scheduled deadline
staff submitting agenda items would be April 29th, which occurs prior to the DRC meeting. If no flexibility can be had, no
meaningful information would be provided in the agenda memorandum since the submission deadline would be April 29th, which
is prior to the scheduled DRC meeting. In the second phase of the process when the site plan is reviewed by the CDB, the agenda
item would need to be entered in NovusAgenda September 30th which is prior to the CDB meeting but it is at least after the DRC
meeting.
Review Approval:1) Clerk
Cover Memo
Item # 32
City Council Agenda
Council Chambers - City Hall
Meeting Date:5/1/2013
SUBJECT / RECOMMENDATION:
City Manager Verbal Reports
SUMMARY:
Review Approval:1) Clerk
Cover Memo
Item # 33