02/26/2007
WORK SESSION AGENDA
Council Chambers - City Hall
2/26/2007 - 1:30 PM
1. Presentations
1.1 S wearing in of Police Officers
~ Attachments
2. Financial Services
2.1 Declare the list of vehicles and equipment surplus to the needs of the City and authorize disposal through
sale to the highest bidder at the Tampa Machinery Auction, Tampa, Florida. (consent)
~ Attachments
2.2 Discuss options for the April 1, 2007, property insurance renewal. (WSO)
~ Attachments
3. Gas System
3.1 Approve the award of Bid 13-07 Gas Material Meters and Regulators Lines 1,2,3,4,6,7, and 15 in the
amount of $232,000 to M.T. Deason Company, Incorporated for the period March 5, 2007 to March 7,
2008 and authorize the appropriate officials to execute same. (consent)
~ Attachments
4. Information Technology
4.1 Ratify and confirm City Manager's award of $60,225 to Extensys, Inc., Palm Harbor, FL, and increase by
$129,775 for a total award of $190,000 for computer hardware, software, maintenance, and network
consulting services, authorize lease purchase under the City's master purchase agreement and authorize
the appropriate officials to execute same. (consent)
~ Attachments
5. Solid Waste/General Support Services
5.1 A ward a contract (purchase order) to Air Mechanical of Tampa, FL, in the amount of $147,869.00 for the
purchase and installation of one replacement air conditioning chiller for City Hall, per the City of
Clearwater Bid #12-07 and authorize the appropriate officials to execute same. (consent)
~ Attachments
5.2 Award a contract (purchase order) to United Air Conditioning of Largo, FL, in the amount of $104,222.00
for the purchase and installation of replacement air conditioning systems for the Countryside Police Sub-
station per the City of Clearwater Bid 11-07 and authorize the appropriate officials to execute same.
(consent)
~ Attachments
6. Public Services
6.1 Ratify and confirm Change Order No.2 to Rowland, Inc. of Pinellas Park FL, for the Del Oro Groves
RCW System Contract (04-0022-UT) increasing the contract amount by $167,054.87 for a new contract
total of $4,000,760.91, approve a extension of thirty (30) days to the contract time and authorize the
appropriate officials to execute same. (consent)
~ Attachments
7. Engineering
7.1 Approve a work order to Parsons Water & Infrastructure Inc. of Tampa, FL, an engineer of record, in the
amount of $124,837.00 for professional engineering services related to the Chloride Cap - Monitoring
Wells Project (05-0062-UT), and that the appropriate officials be authorized to execute same. (consent)
~ Attachments
7.2 Approve an Interlocal Maintenance Agreement with Pinellas County providing for the City to serve as
Traffic Signal Maintenance Contractor to maintain all the traffic signals on the A TMS/ITS corridors
within the City of Clearwater and any other county A TMS signals as provided for in the current
Clearwater/Pinellas County ITS Interlocal Agreement of March 2, 2006 and authorize the appropriate
officials to execute same. (consent)
~ Attachments
7.3 Approve a one year extension for Polymer Services (04-0063-UT) (RFP 16-05) to an existing contract
with Polydyne, Inc., of Riceboro, GA increasing the contract value by $189,946.83 and authorize the
appropriate officials to execute same. (consent)
~ Attachments
7.4 Ratify & Confirm a payment to Adams Tank & Lift, Inc. (AT&L) in the amount of $15,216.49 for
additional services while installing new underground fuel tanks at the Clearwater Marina. (consent)
~ Attachments
7.5 Approve a one year extension for Biosolids Services (04-0063-UT) (RFP 16-05) to an existing contract
with Appalachian Material Service, Inc. (APS), of Terra Ceia, Florida increasing the contract value by
$1,200,000, and that the appropriate officials be authorized to execute same. (consent)
~ Attachments
8. Planning
8.1 Approve an amended Development Agreement for property located at 301 S. Gulfview Blvd. (Hyatt)
between Crystal Beach Capital, LLC (the property owner) and the City of Clearwater (previously DV A
2004-00002 approved by City Council on December 2,2004, and amended under DV A2004-00002A,
approved by City Council on January 19,2006) to eliminate a pedestrian overpass over South Gulfview
Boulevard and adopt Resolution 07-10. (DV A2007-0000l)
~ Attachments
9. Official Records and Legislative Services
9.1 Appoint one member to the Marine Advisory Board with the term expiring on March 31, 2011.
~ Attachments
10. Legal
10.1 Continue second reading of Ordinances 7784-07, 7785-07, 7786-07, approving the Petition for
Annexation, Future Land Use Plan Amendment and Zoning Atlas Amendment for 205 North Belcher
Road ((M/B 33/12, Lot 2,30, & 29 Block D, Temple Terrace Subdivision in Section 7, Township 29
South and Range 16 East)to April 4, 2007.
~ Attachments
11. City Manager Verbal Reports
11.1 Beachwalk Update
~ Attachments
12. Other Council Action
12.1 Other Council Action
~ Attachments
13. Adjourn
14. Presentationes) for Council Meeting
14.1 Proclamation: Poppy Day - Gigi Janesik, American Legion Auxiliary
~ Attachments
SUBJECT / RECOMMENDATION:
Swearing in of Police Officers
SUMMARY:
Meeting Date:2/26/2007
Work Session
Council Chambers - City Hall
Review Approval: 1) Clerk
Cover Memo
Item # 1
Meeting Date:2/26/2007
Work Session
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
Declare the list of vehicles and equipment surplus to the needs of the City and authorize disposal through sale to the highest bidder at
the Tampa Machinery Auction, Tampa, Florida. (consent)
SUMMARY:
The listed vehicles and equipment have been recommended for declaration of surplus and disposal by the appropriate department
director.
Tampa Machinery Auction is the Pinellas County Purchasing Cooperative Auctioneer of Record.
Appropriation Code
0010-00000- 365900-000-0000
Amount
Revenue to be determined at time of sale.
Appropriation Comment
Review
Approval:
1) Financial Services 2) Office of Management and Budget 3) Legal 4) Clerk 5) Assistant City Manager 6) Clerk 7) City
Manager 8) Clerk
Cover Memo
Item # 2
Attachment number 1
Page 1 of 1
Fleet Surplus for February 15, 2007
REASON FOR
ITEM # Asset# YEAR DESCRIPTION SERIAL NUMBER MILEAGE SURPLUS / DISPOSAL
1 G0575 1990 CROSLEY 6X20 Trailer CTLCU6204LS003423 N/A Age & Condo
2 G0576 1990 CROSLEY 8X14 Trailer CTLCU8146LS003424 N/A Age & Condo
3 G0958 1980 Ford F700 National Crane Truck F70HVJD6402 33,288 Too costly to re-certify
4 G1422 1995 Ford F800 Aerial Bucket Truck 1 FDXF80C75V A38784 77,448 Age & Condo
5 G1825 1998 Ford F700 Cab & Chassis (LP) 1 FDXF708XWVA20551 123,018 Age & Condo
6 G1828 2000 Toro 3100D Reel Mower 200000601 N/A Age & Condo
7 G1892 1997 National Gang Reel Mower 1197 N/A Age & Condo
8 G1916 1998 CCC Leach Rear Loader Refuse 1 CYCCK48XWT043489 94,273 Age & Condo
9 G1917 1998 CCC Leach Rear Loader Refuse 1 CYCCK488WT043488 99,294 Age & Condo
10 G1918 1998 CCC Leach Rear Loader Refuse 1 CYCCK486WT043487 84,650 Age & Condo
11 G2022 1998 Stone Concrete Mixer 4398376 N/A Age & Condo
12 G2025 1998 Stihl Concrete Saw 36087922 N/A Age & Condo
13 G2026 1998 Stihl Concrete Saw 36086077 N/A For Parts- bad motor
14 G1838 1997 Stihl Concrete Saw 336076416 N/A Age & Condo
15 G2251 2000 Toro 3100D Reel Mower 200000592 N/A Age & Condo
16 G2530 2003 HONDA TRX 350 RANCHER ATV 478TE240334201501 N/A Age & Condo
17 G2539 2002 Kawasaki Mule 3010 JK1 AFCEiX28517619 N/A Age & Condo
18 G2540 2002 Kawasaki Mule 3010 JK1 AfFCEB2B51761 0 N/A Age & Condo
19 G2036 1999 Ford Ranger pick up truck 1FTYR10V3XUA77474 83237 No reverse gear
20 Blackhawk T-2 1000 Ib Transmission Jack Leaks oil
21 Uni-Hoist -Confined Space Lifting System Obsolete
Item # 2
Meeting Date:2/26/2007
Work Session
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
Discuss options for the April 1, 2007, property insurance renewal. (WSO)
SUMMARY:
Some of the City's property insurance policies are expiring after an 18-month term, while others are expiring after a 6-month term. The
City's entire property insurance program is to renew on 4/1/07.
It is anticipated that the City will not be able to purchase the level of insurance it currently carries because most insurers are reluctant to
provide such a large volume of insurance; and, if they were able to provide such coverage, it would not be economically feasible to
purchase because of the premium that would be charged for the coverage.
Risk Management wishes to provide Council with an update on the status of the market, the anticipated time frame for placement of
insurance, and options being considered for this renewal.
Review Approval: 1) Office of Management and Budget 2) Legal 3) Clerk 4) Assistant City Manager 5) Clerk 6) City Manager 7) Clerk
Cover Memo
Item # 3
Attachment number 1
Page 1 of 1
1.0 0 0 0 0 0 0 0 0 0 0 0 CD 1.0
iU f:f7 f:f7 f:f7 f:f7 f:f7 f:f7 f:f7 f:f7 f:f7 f:f7 f:f7 00 00
0 CD ~
0 ==
C"II Q) C\J C"II
-- r::: ,.- ,..
,.. CD 1.0
-- Q)
0 a: f:f7 ~
,..
'<t en ,.- f'-.. 1.0 00 CD en 0 en C\J 0 0
LO iU 1.0 f'-.. ,.- C\J ,.- 1.0 00 C") '<t C\J C\J f:f7 ,..
0 0 f'-.. CD 1.0 '<t CD 0 ,.- C\J 0 f'-.. cxt
0 == -
00 C\J en ,.- 00 en C\J f'-.. en C\J 0 C"II
C"II Q) f'-.. C\J en '<t C") CD '<t C\J C") C\J 00 C"II
--
,.. r::: 0 ,.- f:f7 f:f7 f:f7 f:f7 ~ ~ ,.- ,.- C") q
-- Q) f:f7 f:f7 f:f7 f:f7
0 a: ,.- C"II
,.. f:f7 ~
.... ~
~ ~
~ 0 0 ~
lU 0 ,.- ,.- ~ 1.0
...J ,.- f:f7 f:f7 ,.-
Q) f:f7 a 1.0 f:f7
a ,.-
(,) a f:f7 a
r::: ~ ~
lU ~ ~ 1.0 1.0 a ~ ~
.... ~ ~ ~
:J 0 CD C\J ,.- ~ 0 0
Ul Ul ,.- 1.0 f:f7 f:f7 f:f7 1.0 ,.- 0 ,.- ,.-
E r::: f:f7 f:f7 f:f7 f:f7 ,.- 00 f:f7
. . f:f7 C")
.2 Q) Q) Q) . . f:f7
~ ~ ~ "- "-
E Q) 0 :J :J Q) 0
c $: .r:: .r:: .r:: 0 0 .;?: .~ $:
Q) 0 f- f- f- f- LL LL LL (j) f-
....
a. "- "- "- "- "- "- "- "- "- "-
Q) Q) Q) Q) Q) Q) Q) Q) Q) Q) Q)
>. >. >. >. >. >. >. >. >. >.
(,) co co co co co co co co co co
r::: --l --l --l --l --l --l --l --l --l --l
lU
....
:J
Ul ~
.s ~
~
Ul
.r::
C (/)
0 (/)
E ~
~ .~ E
:J
~ () E
.-
.r:: Q) Q)
(/) :J 0..
Ul co 0 "0
U Q) co
Ul .r:: c
.... C co "0 > :J
Q) --l C Q) t5
.... 0 -~ "0 Ul -.:: :J u
:J E (/) Ul~ Q) ~ co
Ul E "0 c .r:: Q) . -
.s C\J Ul .r:: ~ c :J C Ul Ul a: "0 0
.r:: c C Ul Q) Q) 0
,.- 0 :J 0 .r:: 0.. co c
~ C 0 Q) a: E C .r:: 0
- E .r:: C C :;:::; :J
(/) 0 E C a: Co Q) 0
(/) "0 Q) 00 0 0 0 en
.r:: E C\J 0 u E a:
C >. 00 co ,.- E ~ 0... CD
0 ,.- E c ~
C\J ~ ,.- :;:::; co 00 -- f:f7
0 ::J ~ u 00 .~ >.
E ,.- Q) 00 Co co <;:::: ,.- >< >. . .
co ~ u c ~ ,.- ~ ~ E
~ c co ,.- 0... (J) .(3 ~ ~
~ ,.-
00 ~ u co C\J Q) .~
~ co "- "- "- Q) ~
,.- .;:: Q) Q) Q) 0... , , Q)
~ :J Q) "0 "0
c 2 .(3 (/) E .;?: .;?: .;?: ~ ~ ~ U) Q) Q) co
0 .~ Q) c a: a: a: Q) "0 (/)
0, 0.. <( ~ co co .r:: Q) Q) c I'-..
(j) (/) (/) (/) E E u u u Q) ~
c Q) >< co Q) Q) Q) Q) U) c c OJ
"0 .r:: Q) E E E "0 "0 "0 co co <( C\j
>< u (/) ~ co c c Q) () () ......
Q) c ~ (/) co co co ~ co co $ ~ C\i
::::) C) ~ ~
--l W J J J --l --l ~ ~ ~
Item # 3
Attachment number 2
Page 1 of 1
Chart One
Property Insurance Program 10/01/05
James River lns Co
$5M XS part of $15M
XS of $25M
Premium $69,658
Arch Specialty Ins Co
$6.0M part of $ 10M
XS of$15M
10/01/05-10/01/06 Premium $99,611
Essex Insurance Co
$2.5M part of $ 10M
XS of$15M
10/01/05 -10/0 1/06
Premium $41,527
Underwriters at Lloyds
$5M XS of $ 10M
10/01/05-10/01/06 Premium $122,779
Item # 3
Attachment number 3
Page 1 of 1
Chart Two
Property Insurance Program 10/01/06
409+M
50M
40M
25M
20M
10M
Item # 3
Meeting Date:2/26/2007
Work Session
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
Approve the award of Bid 13-07 Gas Material Meters and Regulators Lines 1,2,3,4,6, 7, and 15 in the amount of $232,000 to M.T.
Deason Company, Incorporated for the period March 5, 2007 to March 7,2008 and authorize the appropriate officials to execute same.
(consent)
SUMMARY:
M.T. Deason Company, Incorporated, P.O Box 101807, Birmingham, AL 35210 was the low bidder who met specifications on Bid 13-
07 for Lines 1,2,3,4,6, 7, and 15 with an actual bid of $231,670.
Funding is available in PinelIas New Mains and Service Lines 315-96377 ($100,000) and Pasco New Mains and Service Lines 315-
96378 ($132,000) in the Clearwater Gas System budget.
This material is code approved and will be used in the Clearwater Gas System Distribution System to include our expansion into central
Pasco County, and City of Clearwater neighborhoods.
Type:
Current Year Budget?:
Capital expenditure
Yes
Budget Adjustment:
None
Budget Adjustment Comments:
Current Year Cost:
Not to Exceed:
For Fiscal Year:
$232,000
Annual Operating Cost:
Total Cost:
$232,000
2006 to 2007
Appropriation Code
315-96377
315-96378
Amount
100,000
132,000
Appropriation Comment
Pine lIas
Pasco
Bid Required?:
Other Bid / Contract:
Yes
Bid Number:
Bid Exceptions:
13-07
None
Review
Approval:
1) Office of Management and Budget 2) Legal 3) Clerk 4) Purchasing 5) Clerk 6) City Manager 7) Clerk 8) City
Manager 9) Clerk
Cover Memo
Item # 4
Meeting Date:2/26/2007
Work Session
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
Ratify and confirm City Manager's award of $60,225 to Extensys, Inc., Palm Harbor, FL, and increase by $129,775 for a total award of
$190,000 for computer hardware, software, maintenance, and network consulting services, authorize lease purchase under the City's
master purchase agreement and authorize the appropriate officials to execute same. (consent)
SUMMARY:
Extensys, a state contract technology consulting firm and V AR, provides solutions for computer hardware, software, maintenance, and
professional services for network operations and design.
Previous work was approved to Extensys in the amount of $60,225 for network equipment maintenance services and the purchase of a
back-up tape library system. Additional purchases of storage hardware, HP server maintenance and consulting services will
increase total purchases over $100,000, requiring council approval.
These additional purchases will be funded partially from project 316-94824, Disaster Recovery Project, and operating code 555-09862-
546200-519-000 (maintenance).
In addition to state contact status, Extensys has repeatedly performed well in quote comparisons for each of the purchases identified.
Appropriation Code
0316-94824-564000-519-000
0555-09862-546200-519-000
0555-09862-546200-519-000
0316-94814-564000-519-000
Amount
$99,950.00
$29,825.00
$33,325.00
$26,900.00
Appropriation Comment
Bid Required?:
Other Bid / Contract:
No
State Contract #973-561-06-1
Bid Number:
Bid Exceptions:
Other Government Bid
Review
Approval:
1) Financial Services 2) Office of Management and Budget 3) Information Technology 4) Financial Services 5) Office of
Management and Budget 6) Legal 7) Clerk 8) Assistant City Manager 9) Clerk 10) City Manager 11) Clerk
Cover Memo
Item # 5
Meeting Date:2/26/2007
Work Session
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
Award a contract (purchase order) to Air Mechanical of Tampa, FL, in the amount of $147,869.00 for the purchase and installation of
one replacement air conditioning chiller for City Hall, per the City of Clearwater Bid #12-07 and authorize the appropriate officials to
execute same. (consent)
SUMMARY:
Air Mechanical provided the lowest bid. The current chiller requires constant repairs, has reach the end of its useful life and is not
reliable. In the event that the City Hall building is replaced before the end of the chiller's life, it can be moved to another location for
continued use.
Type:
Current Year Budget?:
Capital expenditure
Yes
Budget Adjustment:
None
Budget Adjustment Comments:
Current Year Cost:
Not to Exceed:
For Fiscal Year:
$147,869.00
Annual Operating Cost:
Total Cost:
$35,480.00
$183,349.00
2005 to 2006
Appropriation Code
0315-94510-546200-590-00
Amount
$147,869.00
Appropriation Comment
A/C Replacement CIP
Bid Required?:
Other Bid / Contract:
Yes
Bid Number:
Bid Exceptions:
12-07
None
Review
Approval:
1) Financial Services 2) Solid Waste/General Support Services 3) Financial Services 4) Solid Waste/General Support
Services 5) Financial Services 6) Office of Management and Budget 7) Legal 8) Clerk 9) Assistant City Manager
ED 10) Clerk 11) City Manager 12) Clerk
Cover Memo
Item # 6
Meeting Date:2/26/2007
Work Session
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
Award a contract (purchase order) to United Air Conditioning of Largo, FL, in the amount of $104,222.00 for the purchase and
installation of replacement air conditioning systems for the Countryside Police Sub-station per the City of Clearwater Bid 11-07 and
authorize the appropriate officials to execute same. (consent)
SUMMARY:
United Air Conditioning provided the lowest bid. The current systems have reach the end of their useful life and are included in the air
conditioner replacement CIP.
Type:
Current Year Budget?:
Capital expenditure
Yes
Budget Adjustment:
None
Budget Adjustment Comments:
Current Year Cost:
Not to Exceed:
For Fiscal Year:
$104,222.00
Annual Operating Cost:
Total Cost:
$12,678.25
$116,900.25
2005 to 2006
Appropriation Code
315-94510-546200-590-000
Amount
$104,222.00
Appropriation Comment
A/C Replacement CIP
Bid Required?:
Other Bid / Contract:
Yes
Bid Number:
Bid Exceptions:
11-07
None
Review
Approval:
1) Financial Services 2) Office of Management and Budget 3) Legal 4) Clerk 5) Assistant City Manager ED 6) Clerk 7) City
Manager 8) Clerk
Cover Memo
Item # 7
Meeting Date:2/26/2007
Work Session
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
Approve a work order to Parsons Water & Infrastructure Inc. of Tampa, FL, an engineer ofrecord, in the amount of $124,837.00 for
professional engineering services related to the Chloride Cap - Monitoring Wells Project (05-0062-UT), and that the appropriate
officials be authorized to execute same. (consent)
SUMMARY:
The City of Clearwater (CITY) has requested the services of Parsons Water & Infrastructure Inc. (Parsons) and its subcontractors
SDI Environmental Services, Inc. (SDI) and Advanced Technological Systems, Inc. (ATS) to site and install 3 upper Floridan aquifer
(Production Zone A) monitor wells as required by the recently modified Water Use Permit (WUP)
Previous efforts as part of this project involved modifications to the City's water use permit through the Southwest Florida Water
Management District (SWFWMD). A key change in the permit requirements involved a relocation of the required sampling points from
the actual production wells to monitoring wells that more accurately reflect surrounding conditions and will give better indication of any
potential impacts to adjacent water users.
The purpose of this work order is to design, permit, inspect and test 3 new monitoring wells. The placing of these new wells will
provide sampling data in areas where our existing monitoring wells do not. This will enable the City to take samples and report water
quality for our entire well field.
Project duration is expected to be 290 calendar days with completion by the end of 2007. The schedule includes the time
allowance for well drilling. The well drilling services will be competitively bid and completed under a separate contract.
Sufficient budget and revenue are available in Capital Improvement Program project, 0378-96764, RO Plant Expansion in the
amount of $41,200 and Capital Improvement Program project, 0378-96763, Well field Expansion in the amount of $83,637 to provided
the funding needed for this work order.
Type:
Current Year Budget?:
Capital expenditure
None
Budget Adjustment:
None
Budget Adjustment Comments:
Current Year Cost:
Not to Exceed:
For Fiscal Year:
$124,837.00
Annual Operating Cost:
Total Cost:
$124,837.00
to
Appropriation Code
0378-96764-561300-533-
000-0000
0378-96763-561300-533-
000-0000
Amount
$41,200
Appropriation Comment
see summary section
$83,637
see summary section
Review Approval: 1) Office of Management and Budget 2) Legal 3) Clerk 4) Assistant City Manager 5) Clerk 6) City Manager 7) Clerk
Cover Memo
Item # 8
Attachment number 1
Page 1 of 10
CITY OF CLEARWATER
PUBLIC WORKS ADMINISTRATION
WORK ORDER INITIATION FORM
PARSONS WATER & INFRASTRUCTURE INC.
Date: January 18,2007
Project Number:
City Project Number: 04-0029-UT
1. PROJECT TITLE: Chloride Monitoring Well Implementation Project, Phase III
- WUP Modification Monitor Wells
2. SCOPE OF SERVICES:
The City of Clearwater (CITY) has requested the services of Parsons Water &
Infrastructure Inc. (Parsons) and its subcontractors SDI Environmental Services, Inc.
(SDI) and Advanced Technological Systems, Inc. (ATS) to site and install 3 upper
Floridan aquifer (Production Zone A) monitor wells as required by the recently
modified WUP submitted to the Southwest Florida Water Management District.
Task 1.0 Kick-Off Meeting
Representatives: Parsons and SDI
The purpose of this meeting is to review the scope of services and schedule for the
project, and to discuss the general locations that will be considered for siting of the
wells.
Meetings:
Kick -Off
Deliverables: Meeting Minutes
Task 1.1 Monitor Well Siting
Primary Responsibility: SDI with support by Parsons
A hydrogeologic investigation will be conducted to confirm the location of the three
monitor wells. The investigation will consider hydrogeology, environmental factors,
and location of existing wells. Preference will be given to CITY-owned land that can
accommodate a monitor well about 500 to 1,000 ft. from the production well. The
anticipated locations of the three monitor wells will be near production wells 58, 77 and
78. For cost estimating purposes, it has been assumed that all three sites on CITY-
owned land will prove suitable for the installation of the monitor wells and no further
site investigations will be required.
1 of 10
Item # 8
Attachment number 1
Page 2 of 10
Meetings:
Meeting to discuss Draft Technical Memorandum
Deliverables: Draft and Final Siting Technical Memorandum
Task 1.2 Legal Descriptions, Boundary, and Topographic Surveying
Responsibility: CITY Engineering Department
The CITY will provide surveying services as needed to properly document each of the
three sites including any legal descriptions that may be required, metes and bounds
descriptions for section breakdown and/or acreage parcels, section boundaries to
establish landlines as needed to tie into known horizontal control, mapping of any
aboveground or belowground utilities or improvements, maps, atlases, and locate sub-
surface utilities, topographic survey showing all surface features, trees (4-inch DBH
and above), and I-foot contours, and after completion of drilling activities, identify the
elevation data to North American Vertical Datum of 1988 (vertical) and North
American Datum of 1983/90 (horizontal), west zone, state plane coordinates, in feet for
the 3 monitor wells.
Meetings:
Status reported in monthly progress meetings.
Deliverables provided by the CITY: Legal description, boundary survey, production
well and monitor well survey, topographic survey and map showing location of above
ground and sub-surface utilities and other obstructions.
Task 1.3 Site Research and Acquisition Negotiations
Responsibility: CITY Engineering Department
It is anticipated that CITY-owned land or utility rights-of-way are available for locating
the three monitor wells and no other services to acquire land will be required. It is also
anticipated the CITY Public Utilities & Engineering Departments will negotiate with
other CITY departments for the acquisition and access to CITY -owned land identified
for construction of the monitor wells without further assistance by Parsons or SDI.
Meetings:
Status reported in monthly progress meetings.
Deliverables: None required
Task 1.4 Design and Bidding Assistance
Primary Responsibility: Parsons with support by SDI
This task includes preparation of drawings and specifications for bid by qualified drillers
to construct three (3) monitoring wells, review of submitted bids, recommended bid award
and permitting assistance. Drawings shall be prepared in accordance with the CITY's
2 of 10
Item # 8
Attachment number 1
Page 3 of 10
format requirements. Standard CITY technical specifications will also be utilized as
applicable. For preparation of site plans, each acquired site will be surveyed as described
in Task 1.2 to identify and locate relevant features (i.e., trees, culverts, etc.), above and
below ground utilities and provide the location of the proposed wells based on surveying
services provided by the CITY. Ground penetrating radar surveys will also be conducted
over the proposed drilling sites.
Six (6) sets of drawings, specifications and estimates of probable costs will be submitted
to the CITY for review at 90 percent and final designs. Final documents shall
incorporate all comments as approved and/or modified by the CITY or an explanation
of their omission shall be provided.
Upon the final approval by the CITY, the Parsons and SDI shall provide the CITY with
the following items:
o 1 set of Construction Drawings (signed and sealed by responsible licensed
professional)
o 1 set of Construction Specifications (signed and sealed by responsible licensed
professional)
o 1 copy of Engineer's Opinion of Cost
o 1 CD ROM containing all of the above (including Contract Drawings III
AutoCADD 2006 format)
Parsons and SDI shall review bids as provided by the City, provide an evaluation and
recommendation for award and prepare and provide one addendum during the bidding.
Meetings:
90 percent design level review meeting
Pre-bid meeting
Deliverable:
· 90 percent drawings, specifications and estimates of probable costs.
· Final drawings, specifications and estimates of probable costs.
· Bid drawings and specifications
· Bid review summary and award justification memorandum
· One addendum (as required)
Task 1.5 Monitor Well Permitting
Primary Responsibility: Selected Driller with support from SDI and PARSONS
The selected Driller will be responsible for applying and receiving all necessary
permits for construction of the monitor wells including Well Construction Permits
from the District and Generic Permits from Florida Department of Environment
(FDEP) for discharge of well water during construction as will be indicated in the bid
documents described in Task 1.4. The contractor will be required to submit copies of
the permits to the CITY and Parsons for acceptance prior to construction.
3 of 10
Item # 8
Attachment number 1
Page 4 of 10
Meetings:
Status reported in monthly progress meetings.
Deliverables: Approved permit applications
Task 1.6 Well Construction Inspection Services
Inspection Services: SDI with support by Parsons
This task includes inspection of drilling and well construction and collection of water
quality samples and analysis during an estimated construction period of 2 months. At
each monitor well site, 1 monitor well will be installed. Each of the monitor wells will
be constructed similarly. It is anticipated that 60 feet of 8-inch diameter surface casing
will be installed and that a 6-inch diameter open borehole will be drilled to about 150
feet bls. The monitor wells will be completed in the Zone A production zone. During
drilling, water samples will be collected at every rod change and field analyzed for pH,
conductivity, turbidity, DO, and temperature.
Once the monitor well has been completed, it will be developed using the double-tube
airlift method. A standard geophysical suite of logs will be run on each well. Under
static conditions, temperature, caliper, gamma, short and long normal resistivity, fluid
conductivity and fluid velocity logging will be done. Under pumping conditions,
temperature, fluid conductivity, and fluid velocity logging will be done. It is assumed
that water discharged during development and geophysical logging can be discharged to
a surface water feature or stormwater drain within 1,000 feet of the monitor well.
After each well has been installed arrangements for the discharge of test water will be
made. If discharge to a retention pond without overflow is not possible, then
groundwater samples will be collected and analyzed from each well to determine if the
water can be discharged as stormwater or can be discharged to the CITY's sanitary
sewer collection system. If the sample results do not exceed the stormwater screening
values, a generic permit for the discharge will be prepared, submitted and work will
proceed with discharge to the nearest stormwater conveyance system. If any of the
parameters exceed the applicable screening values, then discharge to the CITY's
sanitary sewer collection system will be considered. Arrangements for this discharge
will be coordinated by the City of Clearwater's Utilities Department. If any of the
parameters exceed the CITY's Industrial Pretreatment Program (IPP), then treatment of
the water may be necessary prior to discharge to the sewer. This work authorization
does not include the engineering services for the design, fabrication and installation for a
treatment system of this kind.
SDI will monitor the drilling activities during the well installations and geophysical
logging of the monitor wells and will describe rock cuttings, and interpret geophysical
logs. It is assumed for cost estimating and scheduling that only one drill rig will be used
and that the drilling and testing program will be 2 months in duration.
4 of 10
Item # 8
Attachment number 1
Page 5 of 10
Meetings:
Status reported in monthly progress meetings.
Deliverable: Included in Task 1.8 deliverables
Task 1.7 Monitor Well Sampling
Primary Responsibility: SDI with support by Parsons
Monitor well water quality samples will be collected after all 3 monitor wells have been
installed. These water samples will be analyzed for TDS, chloride and sulfate.
Meetings:
Status reported in monthly progress meetings.
Deliverables: Included in Task 1.8 deliverables
Task 1.8 Monitor Well Drilling and Analysis Report
Primary Responsibility: SDI
The results of drilling and the water quality sampling of the production and monitor
wells will be summarized in a well drilling and sample analysis report. It is assumed
that 1 Draft Report in electronic format will be submitted for review and that 6 hard
copies and 1 electronic copy of the Final Report will be submitted. This will be
submitted by the City to the District to fulfill the Permit Conditions.
Meetings:
Meeting to discuss draft report
Deliverables: Draft and Final Monitor Well Drilling and Analysis Report
Task 1.9 Monthly Progress Meetings
Representatives: As needed and related to topics discussed
At least once a month, a progress meeting will be scheduled to discuss the status and
any issues related to the project. Progress meetings will be scheduled to coincide
with other project meetings as listed under Tasks 1.1 through 1.8 as feasible.
Teleconference calls will also be used for progress meetings as appropriate.
Meetings:
Eight meetings co-scheduled with required project meetings, as feasible.
Deliverables: Agenda and action item lists
Services (not included) to be negotiated and authorized separately as needed:
. Environmental Phase I Audits of monitor well sites
. Land acquisition assistance as described in Task 1.3
5 of 10
Item # 8
Attachment number 1
Page 6 of 10
. Surveying and utility locating services as described in Task 1.2
3. PROJECT DELIVERABLES:
The deliverables as described and listed in Tanks 1.0 through 1.9 include:
. Kick-Off Meeting Minutes
. Draft and Final Technical Memorandum on Results of Monitor Well Siting and
Environmental Assessments
. 90% and Final drawings, specifications and estimate of probable costs
. Draft and Final Monitor Well Drilling and Analysis Report
. Monthly progress meeting agendas and action item lists
4. BUDGET (ENGINEER'S COMPENSATION):
This work order authorization is for $124,837. This price includes all labor and
expenses anticipated to be incurred by Parsons Water & Infrastructure Inc. and its
subcontractors for the completion of these services, on a Costs Times Multiplier
Basis, not to be exceeded without further written authorization from the CITY. All
permit application fees will be paid separately by the CITY.
5. SCHEDULE:
The completion of activities and project deliverables are to occur as follows, contingent
upon estimated schedules of precedent activities.
Completion: Calendar
Deliverable or Activity Days after Notice to Proceed
(NTP)
Draft Sitin2 Technical Memorandum 30
Final Siting Technical Memorandum 50
Legal Descriptions and Survey 80
90% Drilling Services Bid Package 110
Final Drilling Services Bid Package 120
Receipt of bids from Drillers after 30-day advertisement 160
Contract Drilling Services 180
Draft Well Drilling and Analysis Report 260
Final Well Drilling and Analysis Report 290
6 of 10
Item # 8
Attachment number 1
Page 7 of 10
Schedule assumes CITY can complete surveying of site and submit results to Parsons within 30 days from
receipt of the Final Siting Technical Memorandum, CITY contracts driller within 10 days of receipt of bids
and driller can initiate contract within 15 days of receipt of signed contract.
6. STAFF ASSIGNMENT (Consultant):
Loren Furland, P.E. (PARSONS)
Tory Champlin, Ph.D., P.E. (PARSONS)
Cathleen Beaudoin Jonas, P.G. (SDI)
Project Director, Client Service Manager
Project Manager
Project Hydrogeologist
7. CORRESPONDENCEIREPORTING PROCEDURES:
Consultant's project correspondence shall be directed to Tory Champlin, Ph.D., P.E.,
with copies to Cathleen Beaudoin Jonas, P.G. when relevant. All CITY project
correspondence shall be directed to Robert Fahey, E.!., with copies to Todd Petrie, P.E.,
and others as may be appropriate.
8. INVOICINGIFUNDING PROCEDURES:
Invoices shall be submitted monthly to the City of Clearwater, Attn: Marty Pages, 100
S. Myrtle Ave., #220, Clearwater, Florida 33756-5520 or P. O. Box 4748, Clearwater,
Florida 33758-4748, for work performed. Invoices will be prepared monthly in
accordance with a Costs Times Multiplier contract and a progress report to be provided
with each invoice and the City Invoicing Codes listed below. Contingency services
will be performed only after written authorization is provided by the CITY to proceed
with such services and will be billed monthly as incurred.
City Invoicing Codes:
9. PROFESSIONAL CERTIFICATION:
Parsons Water & Infrastructure Inc. or its subcontractors will certify as licensed
Professionals, registered in accordance with Florida Statute 471 (481), that the above
referenced final project documents will meet all applicable design criteria specified by
CITY municipal ordinance, State, and Federal established standards. Changes to such
standards after work order execution may constitute a change in scope of work. We
understand that it is our responsibility as the project's Professional Engineer to perform a
quality assurance review of these submitted documents to ensure that such documents
meet quality standards of the local industry.
7 of 10
Item # 8
Attachment number 1
Page 8 of 10
This certification shall apply equally to any further revision and/or submittal of plans,
computations, or other project documents, which we may subsequently tender.
10. SPECIAL CONSIDERATIONS:
Not applicable
PREPARED BY:
APPROVED BY:
Parsons Water and Infrastructure Inc.
Loren P. Furland, P .E.
Project Director
Michael D. Quillen, P.E.
City Engineer
City of Clearwater
Date
Date
APPROVED BY:
Parsons Water and Infrastructure Inc.
Walid Hatoum, P.E.
Sr. Vice President
Date
8 of 10
Item # 8
Attachment number 1
Page 9 of 10
PUBLIC WORKS ADMINISTRATION
WORK ORDER INITIATION FORM
Attachment" A"
CITY DELIVERABLES
FORMAT
The design plans shall be compiled utilizing one of the following two methods.
1. City of Clearwater CAD standards.
2. Pinellas County CAD standards
3. Datum: Horizontal and Vertical datum shall be referenced to North American
Vertical Datum of 1988 (vertical) and North American Datum of 1983/90
(horizontal). The unit of measurement shall be the United States Foot. Any deviation
from this datum will not be accepted unless reviewed by City of Clearwater
Engineering/Geographic Technology Division.
DELIVERABLES
The design plans shall be produced on vellum or 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 Land Desktop 2000 or later
including all associated dependent files.
NOTE: If approved deviation from Clearwater or Pinellas County CAD standards are
used the consultant shall include all necessary information to aid in manipulating the
drawings including either PCP, CTB file or pen schedule for plotting. The drawing file
shall include only authorized fonts, shapes, line types or other attributes contained in
the standard AutoDesk, Inc. release. All block references and references contained
within the drawing file shall be included. Please address any questions regarding
format to Mr. Tom Mahony, at (727)562-4762 or email address
tom.mahony@clearwater-fl.com
'" All electronic files must be delivered upon completion of project or with 100%
plan submittal to City of Clearwater.
9 of 10
Item # 8
Attachment number 1
Page 10 of 10
PUBLIC WORKS ADMINISTRATION
WORK ORDER INITIATION FORM
A IT ACHMENT "B"
ENGINEERING TASK FEE ESTIMATE
EXCEL SPREADSHEET
(insert Engineering Task Fee Estimate Excel Spreadsheet)
I 0 of 10
Item # 8
Meeting Date:2/26/2007
Work Session
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
Approve an Interlocal Maintenance Agreement with Pinellas County providing for the City to serve as Traffic Signal Maintenance
Contractor to maintain all the traffic signals on the A TMS/ITS corridors within the City of Clearwater and any other county A TMS
signals as provided for in the current Clearwater/Pinellas County ITS Interlocal Agreement of March 2, 2006 and authorize the
appropriate officials to execute same. (consent)
SUMMARY:
City will be paid by the county at an initial rate of $ 3270.00 per intersection. This rate to be raised each October based on the
cost of living index.
Initial payment is $60,814.50 based on the time period of January 1,2007 to September 30,2007. This represents 75 percent of the
actual calculated amount of $81,086.00, which would represent an entire year.
Subsequent payments will cover the entire year from October 1 to September 30th.
This agreement is a subset of the Clearwater/County ITS Interlocal Agreement of March 2, 2006. This agreement is mandatory
under section 3.6 of the ITS Interlocal Agreement.
This agreement allows the City to service and maintain any other county traffic signal that is on the A TMS/ITS corridors as the
county may wish to negotiate with the City.
Review Approval: 1) Office of Management and Budget 2) Legal 3) Clerk 4) Assistant City Manager 5) Clerk 6) City Manager 7) Clerk
Cover Memo
Item # 9
SECTION 1
INTERLOCAL AGREEMENT FOR
MAINTENANCE OF TRAFFIC CONTROL SIGNALS AND DEVICES
THIS AGREEMENT, entered into on the _day of
20_, between the BOARD OF COUNTY COMMISSIONERS of PineJ]as County, a
political subdivision of the State of F]orida, hereinafter referred to as the COUNTY, and
the CITY OF CLEAR WATER, a municipal corporation of the State of F]orida,
hereinafter called the CITY.
WITNESSETH, That:
WHEREAS, this Agreement is made and entered between the parties pursuant to
Section 163.01, Florida Statutes, the "Florida Interlocal Cooperation Act of] 969"; and
WHEREAS, the COUNTY and CITY have previously executed the Countywide
A TMS/ITS Traffic Signal Interlocal Agreement, herein referred to as the A TMS/ITS
Interlocal Agreement, which authorizes the transfer of traffic control authority and
maintenance responsibilities to the COUNTY for roadways, within the CITY'S
jurisdiction, where construction of A TMS/ITS projects is scheduled, or has occurred; and
WHEREAS, the COUNTY has a need to maintain traffic control signals
and devices within the CITY; and
WHEREAS, the CITY has the knowledge, ability, and ]s willing to
provide such maintenance services; and
WHEREAS, the COUNTY and the CITY have determined that it would
be in their best interest to coordinate and cooperate in efforts to maintain traffic
control signals and devices at all given locations in a uniform and systematic
manner.
Page 1 of 9
Item # 9
NOW THEREFORE, the COUNTY and the CITY, in consideration of the mutual
covenants hereinafter set forth, agree as follows:
SECTION 2
SERVICES TO BE PROVIDED BY THE CITY
2.] The C1TY shall provide all maintenance services for traffic control signals and
devices situated within the corporate limits of the C]TY located on ITS corridors
established under the A TMS/ITS lnterlocal Agreement or any other signal
designated by the COUNTY irregardless of corporate limits. The CITY will plan
and execute the necessary maintenance activities on existing facilities.
Maintenance activities include malfunction response, breakdown response,.
preventive maintenance, and response maintenance. Maintenance services sha] I be
related to the following events:
I. Malfunction-Any event that impairs the operation without losing the display and
sequencing of signal indications to approaching traffic. Malfunctions include
timing, detector, cable, and other similar occurrences.
2. Breakdown-Any event that causes a loss of signal indications to any or all
phases of traffic approaches. Breakdowns include controller unit, cable, loss of
power failures, and signal lamp burnout, which leave no indication visible.
3. Preventive Maintenance-Checks and procedures to be performed
scheduled intervals for the upkeep of traffic signa] equipment.
inspection, cleaning, and record keeping.
at regularly
11 includes
4. Response Maintenance-The repair or replacement of failed traffic signal
equipment and its restoration to safe, normal operation.
2.2 The following services are excluded under this Agreement and may only be
performed upon written authorization of the COUNTY and acceptance as an
additional service by the C]TY.
l. The replacement of concrete strain poles with steel strain poles or mast arms.
2. Operational changes that incorporate modifications to existing equipment ancIJor
installation of additional equipment.
3. Maintenance associated with a capital improvement and/or private development
project.
2
Page 2 of 9
Item # 9
2.3 The following costs are not included in the lump sum fee described in Section 2.]
and wi]] be performed at the CITY'S prevailing rate at the time the services are
provided:
1. The cost associated with repairs or replacements of equipment damaged due to
an accident.
2. The cost of any repairs or replacements directly related to a disaster.
3. Energy cost to operate a traffic control device (COUNTY will pay energy cost
under provisions of the A TMS/ITS Interlocal Agreement).
4. The cost of repairs to non-standard signal devices.
2.4 COUNTY directed projects that will impact signalization.
1. When the COUNTY contracts for new signal installations it shall be the
responsibility of the COUNTY to ensure the signa] meets all applicable
COUNTY, CITY and FDOT specifications and advise the Signal Shop of any
inspection schedules. lt shall be the contractor's responsibility to ensure all
signa] related items meet said specifications or the COUNTY shall be charged
an hourly rate for CITY forces to perform remedial work to conform to
speci fi cat ions.
2. Any signal related changes/upgrades shall remain the responsibility of lhe
contractor working for the COUNTY, or the COUNTY itself, until such time
that the CITY accepts maintenance. If the contractor will not respond, the
COUNTY will be billed hourly for CITY forces to perform remedial work to
the lraffic control device so it confonns to applicable COUNTY, CITY and
FDOT specifications.
SECTION 3
COMPENSA TION TO THE CITY
3.] The COUNTY agrees to pay the CITY the following fees for providing the above
described services:
1. A lump sum fee, as defined in Appendix A, per year for each Signalized
Intersection including Fire Preemption Devices and Pedestrian Mid-block
signals within the CITY/COUNTY jurisdiction.
2. A lump sum fee, as defined in Appendix A, per year for each School Zone
Beacon, Flashing Beacon, or Warning Flasher.
3
Page 3 of 9
Item # 9
3. All other services not defined within this contract will be perfonned at the
CITYoS prevailing rate at the time the services under this clause are to be
provided.
The above lump sum fee amounts shall escalate on October] 51 of each year by the
percentage increase in the Consumer Price Index {CP1)o All Urban Consumers, Not
Seasonally Adjusted, from the previous year, over the life of this Agreement. The
first CPI escalation increase shall take effect on October 151 2007.
3.2 The COUNTY shall pay the CITY for ] 00% of the total annual amount due each
year, by March 15[. The CITY'S fiscal year begins on October IS[ and ends on
September 301h. Payments shall be in accordance with the Local Government
Prompt Payment Act.
3.3 The initial total annual amount due the CITY shall be calculated based on the signal
or device locations listed in Appendix A to this Agreement.
3.4 The CITY'S and COUNTY'S performance and payment pursuant to this agreement
are authorized and defined within the A TMS/ITS lnterlocal Agreement executed
May 18, 2006.
3.5 In no event shall the total compensation or payment to the CITY from the
COUNTY exceed $500,000 in any Agreement year.
SECTION 4
GENERAL PROVISIONS
4. I This agreement is not intended to affect ownership of any traffic control signals, or
devices. The COUNTY shall retain responsibility for all traffic control signals or
devices referenced in this Agreement.
4.2 Services to be performed by the CITY under Section 2.] shall be as determined by
the CITY, with no notice required to be given to the COUNTY.
SECTION 5
ADDITIONAL LOCATIONS
The COUNTY Director of Public Works or designee shall be responsible for submitting
an updated Appendix A to the CITY by September lS[ of each Agreement year, detailing
any traffic control signals or devices installed or acquired at additional locations within
the ITS corridors, for which the COUNTY requires maintenance services to be
performed, as required under the A TMSIlTS Interlocal Agreement. The amounts in this
Agreement are effective from October ]51 through September 301h for each fiscal year.
4
Page 4 of 9
Item # 9
SECTION 6
ADDITIONAL SERVICES
The CITY shall not enter into Additional Services that would require additional
compensation from the COUNTY without advance writ1en approval by the COUNTY.
SECTION 7
AGREEMENT TERM
This Agreement shall remain in effect until May ] 8, 20] 6, or for the life of the
A TMS/ITS lnterlocal Agreement, beginning with a retroactive date of January] 5\ 2007.
This Agreement may be renewed subject to execution of a written renewal agreement
between the COUNTY and CITY. Each renewal period may not exceed (] 0) years.
There is no limit to the number of renewals unless so specified in a subsequent renewal
agreement. This Agreement shall be terminated upon mutual consent of the parties or by
ei1her party, upon formal \wilten notice received prior to January] 51 of any calendar year
with termination becoming effective October 151 of the same calendar year.
SECTION 8
MISCELLANEOUS PROVlSIONS
8.] Either party upon thirty (30) days \witten notice may terminate this Agreement if
conditions arise, such as lack of available funding, that dictate it is in the publ ic
interest to terminate.
8.2 This document embodies the whole Agreement of the parties. There are no
promised, terms, conditions, or allegations other than those contained herein and
this document shall supercede all previous communications, representations, and/or
Agreements, whether written or verbal, between the parties hereto. This Agreement
may be modified only in writing, executed by all parties. This Agreement shall be
binding upon the parties, their successors, assignees, and legal representatives.
8.3 Each party, without waiving its sovereign immunity, is responsible, to the extent
provided by law, for their own negligence in the perfonnance of the agreement.
8.4 Any amendment to, Dr modification of, this Agreement or any alteration, extension,
supplement, change of time, or scope of the work shall be in wri1ing and signed by
both parties.
8.5 If any word, clause, sentence, or paragraph of the Agreement is held invalid, the
remainder of this Agreement would continue to confonn to the in1ent of this
Agreement.
5
Page 5 of 9
Item # 9
8.6 This Agreement shall be governed and construed in accordance with the laws of the
State of Florida.
8.7 Nothing herein shall be construed to create any third party beneficiary rights in any
person not a party to this Agreement
SECTION 9
OFFICIAL NOTICE
All invoices or notices required by law or by this Agreement to be given by one (1) party
to the other, shall be in writing, and shall be sent to the following respective addresses:
]. COUNTY: Director of Financial Services & Contracts
PinelIas County Department of Publjc Works Administration
440 Court Street
Clearwater, FL 33756
2. CITY/TOWN: Traffic Operations Manager
] 00 S. Myrtle A venue
P.O. Box 4748
Clearwater, FL 33756
6
Page 6 of 9
Item # 9
SECTION 10
IN WI1NESS WHEREOF, the parties hereto have caused these present to be executed by
their duly authorized officers, and their official seals hereto affixed, the day and year first
above written.
CITY OF CLEAR WATER
PINELLAS COUNTY, by and through its
Board of County Commissioners
By:
Title:
By:
Chainnan
WITNESS:
ATTEST:
Ken Burke, Clerk of the Circuit Court
By:
Title:
By:
Deputy Clerk
APPROVED AS TO FORM:
APPROVED AS TO FORM:
By:
By:
Office of County Attorney
GUice of City Attorney
7
Page 7 of 9
Item # 9
~ 0
tII. ... I:"CI
~~j~E~
:.E'~-:;irJ
u: I.r.I ~ * ...
.. ..
!
j
"
~
~
.<:
~
<
.!!
~
;
.E
"
W
...J
.
!
~ ~E~
.,:; ~J: i ~
~ ~ ~ 5:::
Ui:E_
a:
w
I-
<(
~
a:
~
..J
U
<
'"
<
~
"
i
.
~
. .
i~
... e
~ ~
.0
~:
- .
~~
< -
~j
~ ':!
'" :
~ ,..
o c
~ ~
: :
..0
. ~
;'"
i!: ii
~ E
. .
2,
df
D"
;;;2
Page 8 of 9
~
.
....
gggggg888ggggggggggggg 0 Q
Q ..
c6ommmmcmccmo~ma~om~~~ .,; .;
r--r--"""""""'-'" ;nc;~;;;~:'~:'~;!:';b;b .., :;
""r"Iml.C..c-ill='ID~iD Q
,.,,.,,., nn~rt~~~~~~~~n~n~MnM ;; c
..
..,........,........, ~~~~~~..,M..,~~~~~~~~ ~ -
~
..
~ Q 00 ~ Q g
C o. ~ Q
iii ;; ..
.... .. .. :il
'" "'''' '" '"
-
.. .. .. .. .. .. ..
cOOOCOOOCOOOQ QI;IQQCCC Q
ClClClCCloOOOOOOOOCOCCDQ C
~~~~~~m~~m~mmamm~Qm~ ~
~~~~~~~~~~~~~~~~~~h~
n"nn""nnnnrt~Mn"n~~~"
~
MM"~_~.~~~~M~W_WM~~~ ..
I I I I I
88ggggg8S8gggggggggggg 0
'"
c6cicooocociciociciccooooOO 0
~~~~~~~~~~~~~~~~~~~~"'"~ .
N~~NNNNNNNNNNNNNNNNNN~ "'.
..,nr1r1 ~~~~~~n~~MMM~MMMnn ;:
~~~"'~~~~~~~~M~~~""~~~~~ ..
..
..
~
j:i.g
~~~~
< . .
"... .
.elL
U"
< ..
[J.lltlCI
r;"t:f:N'
~:~:
~ ... .
~ . "-
.. .
- Q
~ ~ 3 ~
:J~>~
~&,a
., ..
< ..
~ . Ii:!
1 r~ ~
lL ~ a
..
~E~
~~i~
&~l!~
".,.,
Ui~M
~.
f~~ ~~~~~~~~~~~~~~~~~~~~~~
"<: ~~~~~~~~~..~..~~~~~~~~~~
~OQ ~~~~~~~~~~~~~~~~~~~~~~
U ;: t
.,
r.:
..
I-
..
t;
0 2 0
U
2 0 t1
~ 1=
U ..
~ w ~
OJ
., II: 0
0 l:! u
!Ie 2: ;;; ~
..J of ..J 0
U ~
0 of of I-
2 ..
...J 0 OJ D
III ijj w Z
" "
:i .... W :::l
"- "- 2'
Z ;:I[ 2:
of 'I' 0 0
~ w 0 2
., :I: ....
OJ ..
W U of
" :l! ::J "
w l:!
"- u: of
z 5 -J'
0 :i'"
co 0 ..;:;
...J
0 .. ~"C-:g
2 W m~~
:;: u
'" it :!l5~
:.l
lL 0 o~...
~ . ~
Item # 9 ~~i
... ,E ~
OJ
2
o
G
w
..
.,
l:!
;;;
ffi i
~ ..
ct ~c ... i!
2 a: : ..
.52 CI II _ 0:: II *' II;l 3!
;t]il~!~ i~i2~~ ~.
~e~~~8~! ~~~~;~-i~
J2c~~~i~~;~~:~~~:: ~
lLE~~E~~~~u~ail<j.b<~~ .
.~u.~:=.!!IZ!:""DiIIZ : "'~i.~ -,jlr
cm~~~~u~Omx~y ~~n~~~2~
!!It]~~]!]!~5~!~!:lIm~.~
1111111111~111]1l~j~l~
mmmw~mmmmmmmmmmm_
~~~~mmmmmmmm~~~~j!!~t~
Ol'llitjlQiDaaDaCl.aDClaatr.l~e~e~
ss~~SS~~~~!~!~~~~~~~~~
~cacc~oc~~~~~~aou~~~~~
NO~~O~O_~~_D~D~.C~C~~~
OON~~~~_~~macn_~~~ccc~
~~~~~~~~~~~~~--~~~~~~~
Page 9 of 9
APPENDIX B
Annual Traffic Signal Rates
Per Location
Locations With Complete LED Installation. Including Pedestrian Indicators
Fully Signalized Intersection
Pedestrian Mid-block Signal
Fire Preemption signal
$ 3,0 IO
$ 3,0l 0
$ 3,OIO
Location Without Complete LED Installation
Fully Signalized Intersection
Pedestrian Mid-block Signal
Fire Preemption Signal
$ 3,270
$ 3,270
$ 3,270
Additional Costs
Per Location
Flashing Signal-School, Pedestrian, or Warning $ 379
Fire Preemption Devices at a FuJJy Signalized Intersection $ 379
Red Light Running Devices at a Signalized Intersection $ 26]
Talking Pedestrian Features $ 522
Countdown Pedestrian Features $ 26 1
Item # 9
8
~,~ gJ ~
E~~~
,>"t' ~
o~"-
uo. .,.
aCl)g
,~~ ~~
!~~L()
0."-.,.
~g>aJ~
:::i'~'~ ~
-g~~
0: .,.
~ 0
i~~
,~ E 'S: ~
"- ~ ~
~"
Ii: .,.
~ 0
,~igE'~~
~,~fi~~M
u:cncn~00
~
.51
E
..
1;;
.E
"
w
-'
S
o
=
:;E
-g ,~~
~:i~~
~,~ ~ M
(/).50
~
0
E
..
1;;
.E
"
w
-'
~
a; .,.
1S.
E -g ,9 ~
0
u ~~~~
=
:;E u. ~a;M
00.50
I"
:: C1l
>:C 1U
'E'~ 0:
,,~....
000
U :fir::
0:
c
'"
c
t
1)1
c
~
E Ul
~ Z
~ 0
'" ;::
'* U
w
Ul
0:: o . 0:
<( W ;E w
>< !ci -5~ ,..
'5 :: 2~ ~
<: "
'" 0:: ["0 w
a. <( ~O N
a. W ~~ ::;
<( ...J -.. .0:
U '5~ Z
E::: C>
Q)= en
" 3 >-
~~ -'
-'
~~ ::>
"-
DC
- ~
~ "
~~
~.o
~ "
-U)
.1'.
,..~
" '"
2 E
0",
z...,
.. ~I
,~ ~
UlZ
..
o
,..
0000000000000000000000
0000000000000000000000
666mmmmoffi66ffiommommmmmm
~~~vvvv~v v~vv vvvvvv
NNm~~~~m~mm~m~~m~~~~~~
0000000000000000000000
o
on
..
;;;
'"
"'
Attachment number 2
Page 1 of 1
o
o
<ri
g;
ro
.,. .,.
.
.,.
0 0 00 0 0
0 0 00 0 0
~ ~ ~~ ~ ~
.,. .,. .,..,. .,. .,.
o
o
<ri
<D
"'-
00000000000000000000
00000000000000000000
~~~~~~~~~~~~~~~~~~~~
~~~~~~~~~~~~~~~~~~~~
MMMMMMMMMMMMMMMMMMMM
o
o
6
'"
'"
'"
00000000000000000000
0000000000000000000000
0000000000000000000000
6666666666666666666666
~~~~~~~~~~~~~~~~~~~~~~
0000000000000000000000
o
o
6
~
;:::
.,.
~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~
"
Ie
!;;
,..
en
C> Z 0
"
Z 0 ,..
Z ;:: "
0: U '"
.0: w c:
;: Ul ,..
Z
0: 0: 0
W "
0 ,.. -'
Z ~ '"
" -' .0: -' ,..
U .0: 1i: .0: 0
0 Z ,.. 0. ,..
-' C> Ul U
"' en w z
" "
" ,.. w ::>
0 :E
c 0. 0. ::;;
" Z ::;; ...f Z
i( .0: w 0 0
TI TI TI 1i: uJ 0 Z
rn c ,.. 0:
0 rn rn :J: ~
c: 0 ~ Ul 0. U
~ ~ " TI c: " " " W W Ul
TI > rn c 0 0 j' " "
~ :g 0 rn ~ > rn TI c C 0 W 0: :J w
a; " " c
0 0 ~ rn > " TI ~ TI 0. Ii: .0: ~
OJ OJ c: 6 " 0 '" > rn ~ c Z
0 " c ~ -e ~ " c: '" 0 '" rn
" " " rn " rn c: c ~ " TI C> U
rn ~=s limo:: ~ ;" " ~ " rn " rn en 0
E I ~ " ~ 0 c " " 05 TI 0 -'
~ w" <Ii TI " t5 " c ~ rn c: C>
~" rn~ ffi (j ::i is " Oi " 0 rn 0 " Z Ul
" OJ" I en "- OJ I '" " -' ~ c: W
TI TI TI TI TI TI TI TI TI TI TI TI TI TI TI ~ '0 ;: U
c c c c c c c c c c c c c c c " "- ~ :;:
rn rn rn rn rn rn rn rn rn rn rn rn rn rn rn "
" " " " " " " " " " " " " " " 1j' c -' W
a; a; a; a; a; a; a; a; a; a; a; a; a; a; a; a; z w "- "
~ ~ '" ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ TI TI
rn c c
OJ OJ OJ OJ OJ OJ OJ OJ OJ OJ OJ OJ OJ OJ OJ OJ rn rn
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m m
~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ <Ii <Ii
::i ::i
N 0 '" '" 0 '" 0 '" '" '" 0 M 0 M " 0 '" 0 M '" '"
m m N '" "- '" " "- '" '" m '" <D M " <D " m 0 0 0 '"
'" '" '" "- "- "- "- <D '" " " " " M M <D "- "- "- <D
g;
,,~
~~~
~~~
0.",
....O~
g~~
~-gro
~~g.
Item # 9
Meeting Date:2/26/2007
Work Session
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
Approve a one year extension for Polymer Services (04-0063-UT) (RFP 16-05) to an existing contract with Polydyne, Inc., of Riceboro,
GA increasing the contract value by $189,946.83 and authorize the appropriate officials to execute same. (consent)
SUMMARY:
. Polymer is used at the City's biosolids handling facilities to process the sludge generated by the City's three Advanced
Wastewater Treatment Facilities. The polymer is a coagulant that "thickens" wastewater sludge increasing the percentage of
solids in the waste stream. Thickening the sludge significantly reduces the amount of money required to haul and dispose of the
waste material. The hauling and disposing duties are handled under the scope of a separate contract.
. WPC originally solicited bids for a one year contract with the option to accept two (2) one-year extensions (RFP#19-05). The
initial contract was approved by Council May 5,2005 and included expenditure of $183,701 for product purchase and
delivery. The first contract extension was approved by Council on April 2006 for $219,999.10 to cover the projected years worth
of polymer including a $0.03 per pound increase from $0.92 to $0.95 per pound in accordance with the contract. The costs
associated the third year will remain the same at $0.95/LB.
. The 06/07 WPC Operating budget includes sufficient funding for this contract; appropriate funding has also been allocated for
subsequent fiscal year budgets. Funds for this chemical are included in Budget Code 0421-01351-551000-535-000-0000.
Type:
Current Year Budget?:
Purchase
None
Budget Adjustment:
None
Budget Adjustment Comments:
Current Year Cost:
Not to Exceed:
For Fiscal Year:
$189,946.83
Annual Operating Cost:
Total Cost:
$189,946.83
to
Appropriation Code
0421-01351-551000-535-
000-0000
Amount
189,946.83
Appropriation Comment
see summary section
Bid Required?:
Other Bid / Contract:
Yes
Bid Number:
Bid Exceptions:
RFP #16-05
None
Review
Approval:
1) Financial Services 2) Office of Management and Budget 3) Legal 4) Clerk 5) Assistant City Manager 6) Clerk 7) City
Manager 8) Clerk
Cover Memo
Item # 10
Attachment number 1
Page 1 of 13
CITY OF CLEARWATER, FLORIDA
REQUEST FOR PROPOSAL (RFP #19-05)
FOR
POLYMER SERVICES
OPEN APRIL 15, 2005 AT 4:00 PM
TO BE DELIVERED
City of Clearwater Purchasing Manager
Municipal Services Building
100 So. Myrtle Avenue (3rd) Floor
Clearwater, FL 33756
Or mailed to Purchasing Manager
George McKibben
PO Box 4748
Clearwater, FL 33758-4748
Item # 10
Attachment number 1
Page 2 of 13
TABLE OF CONTENTS
Section Title Page
PART A. GENERAL INFORMATION
1. INTENT........................................................................................ 3
2. CALENDAR OF EVENTS..................................................... ............ 3
3. AWARD............................................................................. ........... 3
4. VENDOR QUALIFiCATIONS............................................................ 3
5. INSTRUCTIONS - INFORMATION TO BE SUBMITTED........................ 4
6. EVALUATION CRITERIA..................................................... .............. 4
7. PERIOD OF CONTRACT................................................................... 4
8. PRICE. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ............... 4
9. PAyMENT/INVOiCES..................................................................... 4
10. REFERENCES.............................................................................. 4
11. CONTRACT ASSiGNMENT............................................................. 5
12. PERFORMANCE BOND.................................................................. 5
13. INSURANCE................................................................................. 5
14. FISCAL NON-FUNDING.................................................................. 5
15. INTERPRET A TIONS/CLARIFICA TIONS............................................. 6
16. VISIT TO SiTES............................................................................. 6
17. SOURCE FACiLITIES..................................................................... 6
18. EXTENSiON................................................................................. 7
19. INDEMNIFiCATION........................................................................ 7
20. CONTRACT COMMUNiCATIONS.................................................. .... 7
PART B. SCOPE OF WORK AND PRODUCT SPECIFICATIONS
1. SCOPE & PURPOSE...................................................................... 8
2. PROPOSAL QUANTITy..................................................... ............... 8
3. PROPOSAL FORM........................................................................ 8
4. USE OF PRODUCT OR OTHER SUPPLiERS...................................... 9
5. POLYMER TRIAL SPECiFiCATIONS........ ......................................... 9
6. COMPLIANCE WITH SPECiFiCATIONS............................................ 9
7. GENERAL CONDITIONS................................................................. 9
8. PRODUCT SPECiFiCATIONS.......................................................... 10
9. MATERIAL................................................................................ .... 10
10. PRODUCT CONTAINERS............................................................... 10
11. DELiVERy................................................................................... 11
12. CANCELLATION OF CONTRACT..................................................... 11
13. TECHNICAL SERViCE.................................................................... 11
14. PATENT INFRINGEMENT............................................................... 11
PART C. SUPPLEMENTAL STANDARD CONDITIONS
1. APPROPRIATIONS CLAUSE........................................................... 12 2. PROTEST PROCEDURES.................................................. ............... 12
3. NO CORRECTIONS CLAUSE.......................................................... 12
4. OPENNESS OF PROCUREMENT CLAUSE........................................ 12
5. NO COLLUSION CLAUSE............................................................... 12
6. INFORMALITY/REJECTION CLAUSE................................................ 12
7. NON-DISCRIMINATION & EQUAL OPPORTUNITy.............................. 13
8. CONFLICT OF INTEREST.................................................. ............... 13
Page 2 of 13
Item # 10
Attachment number 1
Page 3 of 13
PART A. GENERAL INFORMATION
1. INTENT
It is the intent of this Request for Proposal to receive proposals from qualified firms to
provide polymer for sludge dewatering processes for three advanced pollution control
facilities. The City of Clearwater desires to establish the most cost effective annual cost
for sludge dewatering.
2. CALENDAR OF EVENTS
The tentative schedule associated with the circulation of the RFP and submission of
proposals is:
DATE
March 14, 2005
March 21, 2005
April 15, 2005
April 15, 2005
May 5, 2005
May 5, 2005
May 5, 2005
April 30, 2007
3. AWARD
TASK
Release Date - Advertise and issue RFP' s
Vendor Demonstrations Begin ( refer to Part B - Section 5)
Sealed Proposals (RFP' s) Due
Selection Committee Recommendation to City Council
City Council Approval - award of contract by Council
Contract initiation/ start date (if approved by Council)
Contractor Begins Work
Contract Period Ends (without 1 year-extension)
Proposals will be reviewed and evaluated by a group consisting of qualified City Staff
and Consulting Engineers. The proposals will be evaluated on cost, level of treatment,
proposer qualifications, and the financial capability of the proposer. The City shall not be
bound to make an award based only on the lowest price. The City reserves the right to
award to multiple providers.
The City reserves the right to reject any and all proposals.
4. VENDOR QUALIFICATIONS
In addition to requirements specified in the following paragraphs, the bidder should
provide the following information as qualifications:
a. # of years experience providing similar service.
b. At least three (3) Contact names and telephone numbers of entities reCeIVIng
similar services (municipal agreements will be viewed favorably).
Page 3 of 13
Item # 10
Attachment number 1
Page 4 of 13
5. INSTRUCTIONS - INFORMATION TO BE SUBMITTED
Six (6) original proposals must be submitted and must include Bidder's Proposal Form as
described in Part B, section 3 (Attachment A), Insurance Certificate (Attachment B),
Bonding Certificate (Attachment C), and Reference List (Attachment D).
6. EVALUATION CRITERIA
Evaluation will be performed by the evaluation team consisting of City Staff (Public
Utilities (3 individuals), Engineering (2 individuals) and Purchasing (1) Departments)
and consider proposal pricing included in Attachment A along with the proposer's
qualifications indicated in a response to Item #4. Evaluation will be performed on a
weighted average basis with the following factors utilized to determine the award
recommendation:
Price: 80%
Qualifications: 20%
7. PERIOD OF CONTRACT
The term of the contract awarded as result of this proposal shall be for twenty-four (24)
months from the date of execution of the agreement with an option for a one-year
extension at the discretion of the City.
8. PRICE
The price shall be firm for the contract period and the optional extension. Prices
proposed shall be inclusive of all labor, equipment, and material to accomplish the
specified service noted on the proposal form.
9. PA YMENT/INVOICES
The proposer must specify on the proposal submittal form their exact company name and
address. This name must be the same as invoices submitted for payment as a result of
award of this RFP. The successful proposer(s) will be responsible for immediately
notifying the City of Clearwater Purchasing Department of any Company name change
that would cause invoicing to change from that originally submitted.
10. REFERENCES
Reliability of service shall be evaluated to determine the lowest responsible proposal
according to Item #3 of Part A: General Information. Proposers must provide a reference
list of entities for whom they have provided similar service. It is the intent of the City of
Clearwater to inspect all equipment and facilities used in performance of the contract.
Page 4 of 13
Item # 10
Attachment number 1
Page 5 of 13
11. CONTRACT ASSIGNMENT
No portion or part of the work specified in the RFP or in the award of contract may be
assigned or subcontracted without the written approval of the City of Clearwater, Public
Works Administrator and/or the Public Utilities Director.
The written request from the Contractor to the Wastewater Supervisor must state the
extenuating circumstances that have necessitated the use of a subcontractor for the Work.
The Contractor prior to subcontracting any portion of the project work must receive
written approval from the Wastewater Supervisor.
12. PERFORMANCE BOND
The successful proposer must supply a performance bond in the amount of ten percent
(10%) of the total of the award prior to the City of Clearwater's executing the contract or
issuing a purchase order.
13. INSURANCE
The contractor or Vendor shall obtain or possess the following insurance coverage, and
shall provide Certificates of Insurance to the City to verify coverage prior to commencing
operations under the contract. The insurance coverage shall contain a provision that
forbids any changes or material alterations in the coverage without providing 30 days
prior notice to the City.
1. Workers Compensation: Each Contractor or Vendor shall provide
Workers Compensation coverage for all of its employees at the work location.
The limits shall be statutory for Workers Compensation and $100,000.00 for
Employers Liability.
2. Comprehensive General Liability: Each Contractor or Vendor shall
provide coverage for all operations including but not limited to: contractual
services, completed operations, and Personal Injury. The limits shall be not
less than $1,000,000.00 Combined Single Limits (CSL) or its equivalent. The
City of Clearwater is to be added as an additional insured.
3. Comprehensive Automobile Liability: Each Contractor or Vendor shall
provide coverage for all owned and leased or rented vehicles for limits not
less than $500,000.00 Combined Single Limits (CSL) or its equivalent. The
City of Clearwater is to be added as an additional insured.
14. FISCAL NON-FUNDING
In the event sufficient budgeted funds are not available for a new fiscal period, the City
shall notify the contractor of such occurrence and the contract shall terminate on the last
day of the then current fiscal period without penalty or expense to the City.
Page 5 of 13
Item # 10
Attachment number 1
Page 6 of 13
15. INTERPRETATIONS/CLARIFICATIONS
No oral interpretations will be made to any firm as to the meaning of specifications or
any other contract documents. Every request for interpretation must be in writing and
shall be received by the City of Clearwater Purchasing Director no less than ten (10)
calendar days prior to the date set for the opening of proposals. Significant
interpretations or clarifications shall be made as an addendum to the RFP documents. All
addenda will be sent as promptly as practicable and become part of the contract
documents.
16. VISIT TO SITES
There will be a NON-MANDATORY scheduled "Pre-Proposal Conference" on March
21,2005, starting at 9:00 AM at the Marshall Street APCF. The intent of this conference
is to familiarize the contractor with each of the facilities and review the intent of the RFP.
It is highly recommended that the proposing contractor utilize this opportunity to access
the areas, since there will be no guarantee that personnel will be available at other dates
& times.
Contacts and physical location of the facilities are identified in Section 17 of Part A
General Information.
17. SOURCE FACILITIES
City of Clearwater Northeast Advanced Pollution Control Facility
3290 State Road 580
Clearwater, Florida 34695
(727) 462-6667
Contact: Roger Hooey, Lead Operator
City of Clearwater Marshall Street Advanced Pollution Control Facility
1605 Harbor Drive
Clearwater, Florida 33755
(727) 224-7690
Contact: Jeff Borden, Lead Operator
City of Clearwater East Advanced Pollution Control Facility
3141 Gulf-to-Bay
Clearwater, FL 33759
(727) 462-6667
Contact: Loren Pratt, Lead Operator
Page 6 of 13
Item # 10
Attachment number 1
Page 7 of 13
18. EXTENSION
The length of this Contract shall be for twenty four (24) months. Contingent upon
satisfactory annual performance, there is an option to extend this contract for an
additional year at the same per unit prices. Upon written authorization of both parties
within 60 days of the expiration of this contract, either party may contact the other party.
19. INDEMNIFICATION
The first ten dollars ($10.00) of compensation received by the Contractor pursuant to this
contract represents specific consideration for the following indemnification: The
Contractor shall defend, indemnify, save, and hold the City of Clearwater harmless from
any and all claims, suits, judgments and liabilities for death, personal injury, bodily
injury, or property damage arising directly or indirectly from the performance of this
contract by the Contractor or it's employees, including legal fees, court costs, and any
and all other legal expenses brought on account of any injuries or damages received or
sustained by any person, persons, or property by or from the said Contractor; or by , or in
consequence of any neglect in safeguarding the work: or by, or on account of any act or
omission, neglect or misconduct of the said Contractor; or by, or on account of any
claims or amounts recovered under the "Workers Compensation Law" or of any other
laws, by-laws, ordinance, order or decree, except only such injury or damage as shall
have been occasioned by the sole negligence of the City of Clearwater.
20. CONTRACT COMMUNICATIONS
All operational communications relative to this contract after award and contract
execution shall be provided to the Contractor's operational manager via telephone and/or
fax, and duplicated in writing (if not conveyed by facsimile) to the Contractor's
operational manager. The Contractor is to provide a contract administrator for the
purpose of cooperation and coordination of activities regarding operations, conflicts,
resolutions, etc.
Page 7 of 13
Item # 10
Attachment number 1
Page 8 of 13
PART B. SPECIFICATIONS AND SCOPE OF WORK
1) SCOPE AND PURPOSE
a) The purpose of this RFP is to establish the most cost effective annual cost for the
City of Clearwater's sludge dewatering. The purpose of this RFP also includes,
establishing a firm price, source and delivery of polymer for sludge dewatering
processes at the Northeast Advanced Wastewater Facility, at 3290 State Road
580, Safety Harbor Florida, the Marshall Street Advanced Wastewater Facility, at
1605 Harbor Drive, Clearwater Florida, and the East Advanced Wastewater
Facility, at 3141 Gulf to Bay Blvd, Clearwater Florida.
b) The dewatering processes are belt presses and rotary drum thickeners. There are
belt presses at the Northeast and Marshall Facilities. The East, Marshall Street and
Northeast Facilities have rotary drum thickeners.
c) Only companies that meet the minimum trial qualifications will be permitted to
submit a Proposal.
d) Once the vendor has determined which product or products that will be used, the
vendor will supply the polymer for testing at no cost to the City.
e) The contract will be for two (2) years. The polymer is to be purchased in
accordance with the attached specifications, by the City of Clearwater Purchasing
Department.
2) PROPOSAL QUANTITY
a) For bidding purposes, vendors can use the estimated yearly polymer usage of one
hundred twenty, three hundred gallon totes. However, no guarantee is made to
the successful bidder as to the total amount of polymer to be purchased per year
or over the life of the contract.
3) PROPOSAL FORM
a) The RFP form will contain a qualified emulsion type product, listed by
manufacture's name, the name of the exact product to be supplied, and contact
person. Each bidder will provide a price per pound of their product. The RFP will
also include the belt filter presses discharge percent total solids, belt press
subnatant (MLSS mg/l), and the belt filter presses polymer cost per dry ton. The
RFP will also include the rotary drum thickener discharge percent total solids,
rotary drum thickener subnatant (MLSS mg/l), and the rotary drum thickener
polymer cost per dry ton.
b) The price per pound shall include freight cost from source of supply to
destination, as well as any special handling cost or equipment necessary to utilize
product.
The City reserves the right to award the contract based on the determination of
what is best for the City. Award will be on an all-or-none basis.
The contract award for the belt filter press operation will be decided based on
either of the following two methods. The lowest cost, based on cost per dry ton of
solids handling or if the polymer gives the City a reduction in sludge hauling
costs, due to a higher percent solids, that results in a greater savings than the
higher cost of the polymer.
Page 8 of 13
Item # 10
Attachment number 1
Page 9 of 13
The rotary drum thickener award will be based on cost per dry ton. All quotes
shall remain firm for two (2) years from the date of contract execution.
c) The polymer must demonstrate the same performance characteristics for the
product as was used for the bid purposes during the entire contract period. Failing
to meet same performance characteristics could result in re-awarding the contract
to a second bidder.
4) USE OF PRODUCT OR OTHER SUPPLIERS
a) The City of Clearwater reserves the right to purchase sufficient quantities of
polymer products from other suppliers, during the term of the contract, for testing
and evaluations.
5) POLYMER TRIAL SPECIFICATIONS
a) Each Vendor will be required to perform trial demonstrations at a date and time to
be jointly agreed to between the City and the Vendor. The schedule will be
tentatively agreed to at the pre-proposal site visit (refer to Part A - Section 16)
Each Vendor may use two polymers. Each Vendor will have two days for
polymer testing. The start time will be 7:00 am and the ending time will be 2:00
pm for each day. The belt filter press and rotary drum thickener will be operated
by plant staff. The polymer trials will be held at the Northeast WWTP.
b) No 1 belt filter press feed will be 60 gpm
c) No.1 rotary thickener feed will be set at 40 gpm.
d) Belt Filter Press Qualification Specifications
17% Solids minimum
Subnatant 200-600 mg/l
e) Rotary Drum Thickener Specifications
4 % solids minimum
Subnatant 200 to 500 mg/l
6) COMPLIANCE WITH SPECIFICATIONS
a) Quote only in strict compliance with these specifications. Questions addressing
the specifications and/or terms and conditions, contact Tom Neitzel, Public
Utilities Dept. Water Pollution Control Div. (727) 562-4960 ext 7248.
7) GENERAL CONDITIONS
a) Signature on the RFP cover sheet verifies that the quote is acquainted with the
general conditions of the contract and will comply with all specifications, terms
and conditions contained in the bid invitation.
b) The City of Clearwater reserves the right to waive any informality in, or reject
any or all quotes, and to withhold the awarding of a contract for a period of not
more than sixty (60) days, after the date of the bid opening.
Page 9 of 13
Item # 10
Attachment number 1
Page 10 of 13
8) PRODUCT SPECIFICATIONS
Under the contract resulting from this bid invitation, supplier shall furuish and deliver
an emulsion type polymer product, for the use as sludge flocculent, for the dewatering
processes for a period of 24 (24) months.
9) PRODUCT MATERIAL
a) The material to be furuished will be evaluated by the Water Pollution Control
Division. By submission of this proposal, bidder guarantees that the product
offered will meet the following specifications, when in ordinary use, by the Water
Pollution Control Division.
i) Viscosity - Product must be compatible with existin}? polymer system.
ii) Temperature - Product's effectiveness shall not be altered si}?nificantlv, due to
temperature. Supplier will provide recommendations for handlin}? product.
iii) pH - Product must not cause adverse affects when dewaterin}? slud}?e.
iv) Shelf life - Product must maintain 90% of its effectiveness for a period of six
(6) months after delivery. Physical and chemical characteristics of the
product shall not chan}?e durin}? this period. If the product solids has tendency
to settle or separate, vendor must supply necessary equipment to maintain
solids in suspension. A tote bin mixer will be required.
b) Products and components of product shall meet the requirements for non-
hazardous materials, according to the guidelines of the Hazardous Waste Act,
(effective 11/19/80).
c) Product must not cause an adverse affect, in any way, in the polymer system, the
dewatering system, or the receiving streams, or that would require additional
treatment before discharge.
10)
a)
PRODUCT CONTAINERS
Product will be delivered in returnable tote bins (300 gallons), with return being
coordinated or established by vendor, and at vendors' cost.
b) Defective containers that are leaking or preventing normal use will be returned at
vendors' cost.
c) Containers must be of sufficient sturdy construction to be capable of being moved
on plant grounds by a forklift without damage.
d) Containers must have provision for insertion of a product mixer.
e) Containers must have a standard U.S. 2 inch pipe quick- connect capability for
hook-up to City's polymer feed equipment, or must include at no cost, adapters to
achieve quick connect capability.
f) Vendors will be responsible for timely removal of empty containers at no cost to
the City.
g) Polymer offered in bid must be certified as commercially available in production
quantities.
h) No dry polymers or manic polymers will be accepted.
Page 10 of 13
Item # 10
Attachment number 1
Page 11 of 13
11)
a)
DELIVERY
The polymer shall be delivered to the respective plant, between the hours of 0730
and 1600, Monday through Friday, unless otherwise arranged by the treatment
plant. The City will not be responsible for any charges, if delivery is made at
other than above specified times, unless previously scheduled by the treatment
plant.
b) The polymer must be delivered within four (4) working days after placement of
order. For expedient reception of delivery, the plant should be given a twenty-four
(24) hour notification of anticipated delivery time.
c) The vendor will be responsible for timely removal of empty tote bins.
d) Rejection of Material
e) If any shipment of polymer is proven to be below the quality required by the
Product Specifications, the City reserves the right to reject that shipment. The
vendor at the vendor's expense shall remove the rejected material. The vendor
shall then replace the rejected material with satisfactory material or credit the
City, with the full delivered price of the rejected material.
12)
a)
CANCELLATION OF CONTRACT
Either party may cancel the contract in whole or in part, given sixty (60) days
prior written notice.
b) Should the polymer for any reason prove unsatisfactory for the purpose intended,
or should the polymer not perform in accordance with values established during
polymer trials, or should there be a decline in effectiveness the City reserves the
right to cancel the contract with thirty (30) days written notice.
c) If the vendor is in consistent violation of the Service or Material Specifications
required, the contract may be canceled with thirty (30) days written notice.
13) TECHNICAL SERVICE
a) In case of emergency, regarding the polymer product, the vendor will be required
to provide technical assistance within twenty-four (24) hours of notification of
such need. To insure that this can be met, it is further specified that the vendor
have a qualified technical service representative residing in the state of Florida,
throughout the contract period, or otherwise guarantee in writing, the 24-hour on-
site assistance.
14) PATENT INFRINGEMENT
a) The vendor shall indemnify, save harmless, and defend the Public Utilities
Department and the City of Clearwater from, and against, any and all suits,
actions, legal proceedings, claims, demands, costs, expenses, and attorney's fees
incident to any infringement, or to any claimed infringement, of material
furnished under this contract, or in any way connected therewith, or with the use
thereof, by the Public Utilities Department, of the City of Clearwater, Florida.
Page 11 of 13
Item # 10
Attachment number 1
Page 12 of 13
PART C. SUPPLEMENTAL GENERAL CONDITIONS
1. APPROPRIATION CLAUSE
The City, as an entity of government, is subject to the appropriation of funds by its
legislative body in the 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 shall remain in effect. Upon notice that
sufficient funds are not available in the subsequent fiscal years, the City shall therefore be
released of all terms and other conditions.
2. PROTEST PROCEDURES - RIGHT TO PROTEST
Any actual or prospective bidder who is aggrieved in connection with the solicitation or
award of a contract may seek resolution of their complaints by contacting the Purchasing
Manager.
3. NO CORRECTIONS CLAUSE
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.
4. OPENNESS OF PROCUREMENT CLAUSE
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 286, Florida Statutes. The City gives no assurance as
to the confidentiality of any portion of any proposal submitted.
5. NO COLLUSION CLAUSE
By offering a submission of an RFP, the proposer certifies that they have not divulged to,
discussed or compared his/her competitive proposal with any other proposers and has not
colluded with any other proposers or party whatsoever.
6. INFORMALITY/REJECTION CLAUSE
The City reserves the right to reject any or all responses and to wave any irregularity,
variance or informality whether technical or substantial in nature, in keeping with the best
interests of the City.
Page 12 of 13
Item # 10
Attachment number 1
Page 13 of 13
7. NON-DISCRIMINATION & EQUAL OPPORTUNITY
It is the desire of the City of Clearwater to provide Minority/Women-Owned, Small and
Emerging Business Enterprises, and all other business enterprises an equal opportunity to
participate in the performance of all contracts, subcontracts, and other City of Clearwater
business activities. The City of Clearwater is an equal opportunity employer.
8. CONFLICT OF INTEREST
Proposers warrant and covenant that no official or employee of the City of Clearwater,
nor any business entity in which an official of the City of Clearwater has an interest, has
been employed or retained to solicit or aid in the procuring of the resulting contract, nor
that any such person will be employed in the performance of such contract without
immediate divulgence of such fact to the City of Clearwater. Proposers will notify the
City of Clearwater of any potential conflict of interest regarding other work or third party
contracts.
Page 13 of 13
Item # 10
Attachment number 2
Page 1 of 3
Agreement for Purchase and Delivery of
Polymer for use in the Treatment of Domestic Wastewater
(Polymer Services - Annual Contract)
This agreement entered in this day of , 2005,
between the City of Clearwater, P.O. Box 4748, Clearwater, Florida 33758-4748 ("City")
and Polydyne, Inc., P.O. Box 279, Riceboro, Georgia 31323 ("Supplier"), is for the
purchase and delivery of bulk chemical polymer for use in the treatment of domestic
wastewater activated sludge.
Whereas, Supplier accepts full responsibility and liability for providing and
delivering chemical polymer products as described in the specifications set forth in RFP
#19-05 to the City treatment facilities, in accordance with all Local, State and Federal
laws and regulations; and
Whereas, City owns and operates three domestic wastewater treatment facilities
currently under review for permit renewal, and has the need to receive and utilize
polymer for the increase of sludge percent solids generated at those facilities; and
Whereas, City has selected Polydyne, Inc. to provide and deliver the polymer to
be utilized at the City's facilities; and
Whereas, this agreement incorporates all terms and conditions in Request For
Proposal #19-05 for Polymer Services and Suppliers response to said proposal.
Now therefore, for and in consideration of the actual terms and covenants set forth
in the City of Clearwater Request For Proposal #19-05 and Supplier's response thereto
the parties agree as follows:
1. City hereby covenants and agrees:
A. To provide access to the facilities and provide data in a timely manner
regarding the efficiencies of the product in use.
B. To pay according to the amounts and payment schedule submitted by the
Hauler in accordance with those conditions set forth in RFP #19-05
including supply and delivery of ordered quantities of product polymer
CLARIFLOC SE-793 at a unit price of $0.890 per pound for use with the
City's belt filter presses operating at the Northeast Advanced Pollution
Control Facility (APCF) and Marshall Street APCF, and supply and
delivery of ordered quantities of product polymer CLARIFLOC SE-792 at
a unit price of $0.920 per pound for use in the City's rotary drum
Item # 10
Attachment number 2
Page 2 of 3
thickeners operating at the Northeast APCF, Marshall Street APCF, and
East APCF.
2. Supplier covenants and agrees:
A. To accept full responsibility for the supply and delivery of the product to
the point of unloading at the treatment facilities and to provide a
performance bond as specified in RFP #19-05. Delivery of product from
the time of order by City Staff should be made consistently within seven
(7) calendar days and under no circumstances exceed fourteen (14)
calendar days.
B. To submit invoices in a timely manner with all of the information required
in RFP #19-05.
C. To comply with all the specifications as outlined that have not been
included in this document. Any interpretation of the parties'
responsibilities shall be controlled by the terms of RFP #19-05.
3. The term of this agreement shall be for twelve (12) months from the date of this
agreement. City may terminate this agreement for any reason with sixty (60) days
written notice. If the Supplier consistently fails to meet the criteria set forth in the
specifications included in RFP #19-05, the City may terminate this agreement with only
thirty (30) days written notice to Supplier.
4. Supplier shall indemnify and hold harmless from and against all loss, cost,
expense, and liability whatsoever, including attorney's fees resulting from Hauler's
activities. Supplier's duty to indemnify shall include indemnification from and against
any fine, penalty, liability or cost arising out of Supplier's violation of any law, ordinance
or government regulation applicable to Supplier's activities.
5. Nothing stated in this agreement shall supercede or take precedence over the
responsibility of each party to operate and maintain their individual and collective
facilities in compliance with the obligations set forth in their individual operating permits
and in the applicable rules of the United States Environmental Protection Agency and the
State of Florida, Department of Environmental Protection.
6. The validity, construction, and performance of this Agreement shall be governed
by the laws of the State of Florida.
Item # 10
Attachment number 2
Page 3 of 3
Countersigned:
CITY OF CLEARWATER, FLORIDA
Frank Hibbard
Mayor-Councilmember
By:
William B. Horne II
City Manager
Approved as to form:
Attest:
Bryan D. Ruff
Assistant City Attorney
Cynthia E. Goudeau
City Clerk
POL YDYNE, INe.
By:
James R. Carlson
Vice- President
Item # 10
Meeting Date:2/26/2007
Work Session
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
Ratify & Confirm a payment to Adams Tank & Lift, Inc. (AT&L) in the amount of $15,216.49 for additional services while installing
new underground fuel tanks at the Clearwater Marina. (consent)
SUMMARY:
In January 2006, three (3) 10,000 gallon, single-wall underground fuel storage tanks (UST's) were replaced with new double-
wall tanks at the Clearwater Municipal Marina to meet the State of Florida, Department of Environmental Protection UST replacement
mandate. During this project, additional costs not covered by the Purchase Order and contingency, were incurred.
While excavating the old tanks, contaminated soil was encountered. The contaminated soil was segregated from the clean soil
and stockpiled on site.
The stockpiled soil (approximately 454 tons) was tested, transported to a permitted disposal facility, and incinerated. An
additional 391 cubic yards of clean fill was required to fill the void from the contaminated soil that was removed.
Staffrecommends payment offinal invoice in the amount of $15,216.49
Type:
Current Year Budget?:
Capital expenditure
None
Budget Adjustment:
None
Budget Adjustment Comments:
. A first quarter amendment will transfer budget and Marina revenue of $15,216.49 from the Capital Improvement Program project
0315-93490, Fuel System R&R to 0315-93494, Fuel Tank Replacement to fund the payment of this invoice.
Current Year Cost:
Not to Exceed:
For Fiscal Year:
Annual Operating Cost:
Total Cost:
to
Appropriation Code
0315-93494-563500-575-
000-0000
Amount
$15,216.49
Appropriation Comment
Bid Required?:
Other Bid / Contract:
No
Bid Number:
Bid Exceptions:
None
Review
Approval:
1) Financial Services 2) Office of Management and Budget 3) Legal 4) Clerk 5) Assistant City Manager 6) Clerk 7) City
Manager 8) Clerk
Cover Memo
Item # 11
Meeting Date:2/26/2007
Work Session
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
Approve a one year extension for Biosolids Services (04-0063-UT) (RFP 16-05) to an existing contract with Appalachian Material
Service, Inc. (APS), of Terra Ceia, Florida increasing the contract value by $1,200,000, and that the appropriate officials be authorized
to execute same. (consent)
SUMMARY:
The City of Clearwater solicited proposalslbids (RFP) from qualified specialty service contractors to
perform wastewater biosolids management services for the City's three advanced pollution control facilities
leading to selection and award of a Contract to Appalachian Material Services, Inc. (AMS). Specifically, the
contractor is required to remove and dispose of dewatered and stabilized (Class B) and/or dewatered and
un stabilized domestic wastewater residuals (residuals) from the City's Marshall Street and Northeast advanced
pollution control facilities (APCF), and also haul liquid un stabilized residuals from the City's East APCF and
possibly Marshall Street APCF to the Northeast APCF.
The term of the original contract approved by Council on April 21, 2005 was twenty-four (24) months from
the date of execution of the agreement with an option for a one-year extension at the discretion of the City.
The Contractor accepts full responsibility and liability for the hauling and disposal of residuals from the
points of loading from the source facility, in accordance with Chapter 62-640, F.A.e. and shall be responsible to
comply with existing Florida Department of Environmental Protection (FDEP) and United States Environmental
Protection Agency (EP A) residuals treatment and disposal regulations and any changes made in these regulations
during the contract period.
The costs are broken down as follows: 300 wet tons of Class "B" sludge are produced at the NE plant each
week that the contractor will haul and dispose of for $38.80 per wet ton totaling $11,640.00 each week. 266 wet
tons of stabilized sludge is produced at the Marshall Street facility each week that the contractor will haul and
dispose of for $38.80 per wet ton totaling $10,320.00 each week. 62,000 gallons of liquid sludge will be hauled
from the East Facility to the Northeast Facility each week at $0.018 per gallon totaling $1,116.00 each week. The
contract is an extension of one year. Approximately 17 weeks in the contract requiring funding of $392,305 in
fiscal year 2006/2007 and approximately 35 weeks of the contract requiring funding of $807,688.00 in fiscal year
2007/08 - total contract 52 weeks for a grand total of $1,200,000.
Sufficient funding is available in the PW A/Public Utilities/W ater Pollution Control (0421-01351) operating
budget for FY06/07, and FY07/08.
Type:
Current Year Budget?:
Operating Expenditure
Yes Budget Adjustment:
No
Budget Adjustment Comments:
Cover Memo
Current Year Cost:
Not to Exceed:
For Fiscal Year:
1,200,000
Annual Operating Cost:
Total Cost:
Item # 12
1,200,000
to
Appropriation Code
0421-01351-530300-535-
000-0000
Amount
1,200,000
Appropriation Comment
see summary section
Bid Required?:
Yes
Bid Number:
RFP #16-
05
Other Bid / Contract:
Bid Exceptions:
None
Review
Approval:
1) Financial Services 2) Office of Management and Budget 3) Legal 4) Clerk 5) Assistant City Manager 6) Clerk 7) City
Manager 8) Clerk
Cover Memo
Item # 12
"
Attachment number 1
Page 1 of 29
Public. l.Jtilitie.s /\gree,'m.ent Sl1111Tnary ~~
APPALACHIAN MATERIAL SERVICES (AMS), INC
Type:
Parties:
Effective Date:
Expiration:
Renewal:
Biosolids Services Agreement
Clearwater & AMS, Inc.
4/20/2005
Termination:
4/20/2007 (with option for a one-year extension at City's discretion)
Optional one-year extension, then contract must be re-bid.
City may cancel without cause with 30-day's prior written notice of
"Intention to Cancel" for failure to abide by terms or conditions of contract.
Marshall St, Northeast & East WWTPs
Biosolids Hauling and Disposal Contract (includes Class B, Unstabilized
[cake], and Liquid Sludge [additional storage & pumping from tank])
Legal Description:
Background:
Basic Terms:
. See bid and contract documents
2/9/06
Item # 12
CITY OF CLEARWATER, FLORIDA
RESPONSE TO
R E QUEST FOR PRO P 0 S A L (R F P # 16 - 0 5 )
FOR BIOSOLIDS SERVICES
AMS, INC
P.o. Box 97
Terra Ceia, FL 34250 .
Office: 941-776-8706
Fax: 941-776-8707
March 25, 2005
Attachment number 1
Page 2 of 29 ,.
Item # 12
Attachment number 1
Page 3 of 29
APPALACHIAN MATERIAL SERVICES. INC.
P.O. BOX 97
TERRA CEIA, FL 34250
OFFICE: 941.776.8706
FAX: 941.776.8707
March 16, 2005
City of Clearwater
Municipal Services Building
100 So. Myrtle Ave 3rd Floor
Clearwater, FL 33756
Attn: George McKibben
Purchasing Manager
Re: Request For Proposal (RFP #16-05) For Biosolids Services
Dear Mr. McKibben,
Appalachian Material Service, Inc is pleased to respond to the City of
Clearwater's Request for Proposal for the above referenced project. Enclosed is the
requested information necessaryJor the City to evaluate our capabilities. We have
enclosed two additional proposal sheets, labeled C. and D. for your review and
appreciate your attention to these documents.
Included is an account of our Company's history. As indicated, Appalachian
Material Service, Inc. currently has three Residual Management Facilities. The Nordgren
RMF, FLA280348 is located in Hernando County, while the MJ RMF, FLA 190284 and
the Taylor RMF, FLA268267 are located in Manatee County. Our permitted application
sites that would be used for the City of Clearwater's biosolids are located in Hernando,
Highlands, Manatee, and Polk counties. The database we use for record keeping allows
us to provide clients and local governmental agencies with detailed information obtained
from the daily loads hauled, processed and or land applied. Additionally, we produce the
DEP required Residual Annual Summaries for all our customers.
We look forward to working with the City of Clearwater's staff on this project. We
are confident that we can provide the citizens of Clearwater with an environmentally safe
and reliable system to transport, process and dispose of your biosolids. We will be
happy to provide you with complete documentation if our proposal comes under
consideration. Please feel free to contact me at your convenience.
Sincerely,
Appalachian Material Services, Inc.
~
Item # 12
J on Wimpy {/,'
President
Attachment number 1
Page 4 of 29
I-rom: .Jane Maruey At: RTllnsurance Services, Inc. FaxlD: RTI INSURANCE SERVIC To: Kathy
Date: 312112005 09:58 AM Page: '2 of 3
ACORD.. CERTIFICATE OF LIABILITY INSURANCE OP 10 L~ DATE (MMlDDIYYYY)
APP~-l 03/21/05
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
RTI Insurance-Bradenton ONLY AND CONFE~SNO RIGHTS UPON THE CERTIFICATE
Braden ton HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXrEND OR
6311 Atrium Drive, suite '209 ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW.
Bradenton FL ,34202
Phone: 941-328-4487 Fax: 941-328-6711 INSURERS AFFORDING COVERAGE NAlC#
INSURED 1/IlSUlER A:. Canal Insurance COlDPany
INSl.RER 8:
~palachian Material Service, INSl.RER c: Nautilus Insurance Company
P Box 97 1/IlSUlER 0: tr~.ssi..,. %nsurane. CHlpany 02962
Terra ceia FL 34250
I~E: American EmPire
COVERAGES
THE POliCIES OF INSURANCE L1,STED BELOW HAVE 8EE/lISSUED TO THE I/ISUlED NMEDABOVE fOR THE POliCY PERIOD I!\OICATEO. NOTWIlHSTAM>11IG
NlY REOUIREtlENT, TERM OR COIVI1JO/I OF />IIY CONTRACT OR OTHER DOCI.NENT WITH RESPECT TO WHICH THIS CERTIfiCATE MAY BE ISSUED OR
MAY PERTAI/I, TH: 1/ISUWoICE AffORDED 8Y TH: POliCIES DESCRIBED I-EREI/IIS Sl8.ECT TO All THE TERMS, EXa.USIONS At<<) CONDITIONS OF SUCH
POliCIES. AGGREGATE lIMITS SHOVvN MAY HAVE BEEN REDUCED 8Y PAID aAlMS.
LTR NSR[( TYPE OF tlSURANCl POLICY NUMBER DATE (MMlDDIYY) , DA1;E'(MtNooIYY) LHITS
GENERAL LIABILITY EACH OCCURRENCE $1,000,000
-
C ~ COM.ERCIAI. GENERAl. lIABILITY NC337131 03/19/05" 03/19/06 u""""'->t: IU ><tNIt:U $ 100,000
:=J aAlMS MOVE ~ OCCLR PREMISES (Ea oco.xenca)
- tIED EXP (Any one person) $5,000
PERSOIIAI. & I'DV ItuJRY $1,000,000
" GEfoERAI. AGGREGATE $2,000,000
-
GEN'I. AGGREGATE LIMIT APPliES PER: PRODUCTS - COIdPIOP AGG $ Included
hPQ,cyn~ nlOC
AUTOMOBILE UABllllY COtIBINED SINGlE LIMIT
I-- $1,000,000
A /IN( AlITO X021742 - 1,000,000 03/19/05 03/19/06 (Ea ac<;jdert)
~
A AllOWNEOAUTOS BOOR. Y III.A.RY
- (Par person) $
0 ~ SCl-EDUlED AUTOS
HIRED AUTOS BOOll Y ItuJRY
- $
/ION-O'MED AlITOS (Par acciderll
-
PROPERlY OIIMAGE $
(Par acciderl)
GARAGE LIABlLITY AlITO Otl. Y - EA ACCIDENT $
=i /IN( AlITO OTHER TM.AH EA ACC $
AlITO Otl. Y: AGG $
EXCESSNMBREU..A UABILIlY EACH OCCURRENCE $2,000,000
E ~OCCl.R o aAlMS MODE 4CU11750 07/20/04 03/19/05 AGGREGATE $2,000,000
$
8, DEDUCTiBlE . $
X REtENTIO/I $10,000 $
WORKERS COr.l'ENSATlON AND !,QRY ll;.fl'TS I I'~
EMPLOYERS' UABllllY E.l. EACH ACCIDENT $
IWf PROPRIETORJPAAThERlEJ<EOITIVE
OFflCERlMEM3ER EXQ.1.J)E[)1 E.l. DISEASE - EA EMPlOYEE $
II yes, describa 00ller E.l. DISEASE - POliCY LIMIT $
SPECIAl. PROVISIO/IS b_
OTtER
Auto Physical Dam 5CA7773 07/20/04 01/02/05 TIV 600,000
Essex -BKa Ded 5,000
DES~ON OF OPERATIONS I LOCATIONS J VEHICLES J EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
APPA097
CANCELLATION
SHOULD PN'f OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEfORE TIE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WIll ENDEAVOR TO MAIl. 30 DAYS WRITTEN
NOTICE TO TIE CERTlFlCATE HOLDER NAMED TO THE lEFT, IlVT FAILURE TO DO SO SHALL
IMPOSE NO OBUGATlON OR lIABILIlY OF PN'f I<foIO UPON THE INSURER. ITS A,GENTS OR
REPRESENTATlVES.
AllTHORIZEO REPRESENT A TlVE
CERnFlCATE HOLDER
Appalachian Material services
Inc
Fax 941-776-8707
PO Box 97
Terra Ceia FL 34250
John M Gada
ACORD 25 (2001108)
@ ACOR D COR
88
Attachment number 1
Page 5 of 29
~
Branch Banking & Trust Co.
60 Main Street West
Dahlonega, GA 30533
March 18, 2005
City of Clearwater
100 S. Myrtle Ave.
3 rd Floor
Clearwater, PI. 33756
RE: RFP-16-05
To Whom It May Concern:
Please accept this letter as our commitment to issue a commercial letter of credit for
Appalachian Material Service, me., for your benefit in an amount up to $400,000.00.
Sincerely,
R,pI- ,,1ft-
Robert Schue~r
Vice President
Item # 12
Attachment number 1
Page 6 of 29
BIDDER'S PROPOSAL
PROJECT: HAULING AND DISPOSAL OF BIOSOLIDS
A. BASE BID ITEMS
ITEM EST. UNIT UNIT
NO. DESCRIPTION UNIT OTY. PRICE TOTAL
1. STABILIZED (Class B) WET TONS 435 $ 38 80wetton $1fiR7R.00
BIOSOLIDS (pER WEEK)
(DEWATERED CAKE)
TO LAND APPLICATION
2. UNST ABILIZED SLUDGE WET TONS 200 $ r:;R R nwet ton $11760.00
(DEW ATERED CAKE) (pER WEEK)
TO LANDFILL
3. LIQUID SLUDGE GALLONS 84,000 $ O. 0 1 8gallon $1512.00
(Approx. 6% Total Solids) (PER WEEK)
EAST APCF TO NE APCF
BIDDER'S WEEKLY SUB~TOTAL
$
30,150.00
(Numbers)
BIDDER'S PROJECT TOTAL (WEEKLY TOTAL x 104 WEEKS) = BASE BID
$ 3, 1 3 5 , 6 0 0 . 0 n (Numbers)
BIDDER'S PROJECT TOTAL (WEEKLY TOTAL x 104 WEEKS) = BASE BID
$ Three million one hundred thirty-five thousand six (Words)
hundred dollars
CONTRACTOR:
Appalachian Material Service, Inc.
Item # 12
Attachment number 1
Page 7 of 29 .
B. ALTERNATE BID ITEMS
ITEM EST. UNIT UNIT
NO. DESCRIPTION UNIT OTY. PRlCE
ALTERNATES:
1. CLASS B BIOSOLIDS WET TONS 435 $ 4R. 4_Qwetton
REQUIRING (pER WEEK)
INCORPORATION
2. UNST ABILIZED SLUDGE WET TONS 635 $ 51 .80wetton
(DEW ATERED CAKE) (pER WEEK)
TO RMF
3. LIQUID SLUDGE GALLONS 70,000 $ o. 05 4gallon
(Approx. 6% Total Solids) (PER WEEK)
MARSHALL ST. APCF
TO NE APCF
(ADDITIONAL STORAGE TRUCK METHOD)
4. LIQUID SLUDGE GALLONS 126,000 $ o. 04 4gallon
(Approx. 6% Total Solids) (pER WEEK)
MARSHALL ST. APCF
TO NE APCF
(PUMP FROM TANK METHOD)
THE BIDDER'S TOTAL ABOVE IS HIS TOTAL BID BASED ON HIS UNIT PRICES AND
LUMP SUM PRICES AND THE ESTIMATED QUANTITIES REQUIRED. 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.
Item # 12
Attachment number 1
Page 8 of 29
.' . ./;U=
BIDDER'S PROPOSAL
PROJECT: HAULING AND DISPOSAL OF BIOSOLIDS
c. BASE BID ITEMS
ITEM
NO. DESCRIPTION
EST.
UNIT
UNIT
OTY.
435
UNIT
PRICE
TOT.<\1
1. STABILIZED (Class B)
BIOSOLIDS
(DEWATERED CAKE)
TO LAND APPLICATION
WET TONS
(pER WEEK)
$ 3 8 . 8 Q wet tOll $ ~8.2B.... 0 0
2. UNST ABILIZED SLUDGE
(DEW ATERED CAKE)
MARSHALl., ST. APCF
TO ANY OF ..l\.MS, INC
3. LIQUID SLUDGE
(Approx. 6% Total Solids)
EAST APCF TO NE APCF
WET TONS
(pER WEEK)
200
$44.80 wetton $8960.00
RESIDUAL MGMT. FAC]L~'J'JES
. - GALLONS 84,000 $0 ~ 018 gallon
(pER WEEK)
$1512.00
.BIDDER'S WEEKLY SUB-TOTAL
$ 27,350.00
(Numbers)
BIDDER'S PROJECT TOTAL (WEEKLy TOTAL x 104 WEEKS) = BASE BID
$ 2, 844, 400. 00 ..... '. (Numbers)
BIDDER'S PROJECT TOTAL (WEEKLl{'10TAL x 104 WEEKS) = BASE BID. ,.
$ Two million ei ght- hunn~A~ 'fourt~p f~H!r tho €I f. (.Words)
. .. --. '.' 1::1san- -O\::lr
hundred .dollars
CONTRACTOR:
Appalachian Material SerVice, Inc.
Item # 12
D. AL TERNA TE BID ITEMS
ITEM.
NO. DESCRIPTION
AL TERNATES:
EST.
UNIT
1. UNSTABILIZED SLUDGE WET TONS
(DEW Ar.EREDCAKE)
MARSHALL s~r. APCF
TO ANY OF AMS, INC.
RESIDUAl, MGl\:lT. FACILITIES
Attachment number 1
Page 9 of 29
UNIT UNIT
QTY. PRICE
TOTAL
200 $_42.80_wet ton $_8560.00_
THIS PRICE lS VALID IF AWARDED THEMARSHALL STREET APCF ONLY. WITH
OUR EXPERIENCE IN STABALIZING RESIDUALS, AMS IS INTERESTED IN THIS
PORTION OF THE PROJECT SPECIFICALLY. WE LOOK FORWARD TO PROVIDING
TIlE CITY OF CLEARWATER WITH THIS SERVICE.
Item # 12
Attachment number 1
Page 10 of 29
CITY OF CLEARWATER, FLORIDA
REQUEST FOR PROPOSAL (RFP #16-05)
FOR
BIOSOLIDS SERVICES
OPEN MARCH 25, 2005 AT 4:00 PM
TO BE DELIVERED
City of Clearwater Purchasing Manager
Municipal Services Building
100 So. Myrtle Avenue (3rd) Floor
Clearwater, FL 33756
Or mailed to Purchasing Manager
George McKibben
PO Box 4748
Clearwater, FL 33758-4748
Item # 12
Attachment number 1
Page 11 of 29
TABLE OF CONTENTS
Section
Title
Page
PART A. GENERAL INFORMATION
1. INTENT...... ... ... ... ;.. ...... ... ......... ......... ... ... ... ... ... .,. .,. .,. .,. .., ... ..........4
2. CALENDAR OF EVENTS................................................................. 4
3. AWARD...... ..................................................................................4
4. VENDOR QUALIFiCATIONS............ ................................................ 4
5. INSTRUCTIONS -INFORMATION TO BE SUBMITTED........................ 5
6. EVALUATION CRITERIA... .,. ... ...... ... ... ... ... ... ...... ... ... ... ... ... .., ............. 5
7. PERIOD OF CONTRACT......... ... .................. ...... ...... ... ... ... ................5
8. PRICE... ... ... ... ... ... ... ... ... ... ... .., .,. ... ... ... ... ... ... .., ... ... .,. ... ...... ..............5
9. PA YMENT/lNVOICES... ." ... ......... ......... ... ............ ." ...... ...... ... ... ... ...5
10. REFERENCES...... ... .,. .., .., ... ... .., ... ... ... ... ...... .., .,. ... ... ..; ... ... ... ... ... ...5
11 . CANCELLATION AGREEMENT... ...... ... .. . ... ... ... ... ... .., ... ... ... ... ., . . .. ... .. 5
12. CONTRACT ASSIGNMENT... ......... ...... ...... ... ... ... ... ... .,. .,. ... ... ... ... .... 6
13. PERFORMANCE BOND.................................................................. 6
14. INSURANCE...... .,. .., ... ... .,. ... ... .., .,. ... ... ... ... ... ... ...... ......... ... .,. ... .,. ...6
15. FISCAL NON-FUNDING... .., .................. ......... ... ...... ... ......... ... ... ...... 7
16. INTERPRETATIONS/CLAR!F!CATIONS... ...... ... ...... ........,......... ... ... ... 7
17. VISIT TO SITES... ...... ......... ...... ............ ... ... ...... ...... .., ...... ... ... .,. ..... 7
18. SOURCE FACILITES...................................................................... 7
19. EXTENSION... ...... ...... ... ... ... ... .,. ... ... .,. ...... ... ...... ... ... ... ... ... .., ... .,. ...8
20. INDEMNIFICATION... ...... ............... ... .., ... ...... ...... ... .,. ... ." .., ...... ... ... 8
21. CONTRACT COMMUNiCATIONS.................................................. ....8
PART B. SPECIFICATIONS AND SCOPE OF WORK
1. GENERAL INFORMATION............... ................................................9
2. SCOPE...... ... ...... ............ ...... .., ... ... ... ... ... .,. ... ... ... ... ... ...... ... .......... 9
3. RESIDUALS BID ITEM DESCRiPTIONS................................. ..............1 0
4. COMPOSITION OF SLUDGE...........................;............................... 13
5. CONTRACTOR REQUIREMENTS... .,. ...... ... ... .., ...... .,. ... ...... .,. ...... .., ..14
6. REGULATORY REQUiREMENTS..................... ................................ 14
7. COMMUNiCATIONS....................................................................... 15
8. ODORS....................................................................................... .15
9. PERMITS, AGRICUL rURAL USE PLANS and LICENSES..................... 15
10. CLEANUP... .,. ... .,. ...... ...... ... ... ... ......... ...... ... ... ... .,. .., .., ... ... ... ... .,. .,. 16
11. EQUIPMENT... ... ... ...... ... ... ... ....... .., ...... ... ...... ... ... ...... ......... ............16
12. PAYMENTS AND PENALTIES......................................................... .17
13. QUALITY STANDARDS... ... ...... ... ... ... ... ... ... ...... .,. .,. ... .,. ... ... .., .., ... ... 18
14. MANIFESTS AND TRUCK TRACKING............................................... 18
15. REPORTING... ... ... ... ... .;. ... .,. ... ... .,. ... .., ... ... ... ... ... ... ... ... .., ... ... ... ... ...18
Item # 12
2
Attachment number 1
Page 12 of 29
PART C. SUPPLEMENTAL STANDARD CONDITIONS
1. APPROPRIATIONS CLAUSE........................................................... 19
2. PROTEST PROCEDURES......................................_._.......... ..............19
3. NO CORRECTIONS CLAUSE... ... ... ... ......... ... ...... ... ... ...... ................ 19
4. OPENNESS OF PROCUREMENT CLAUSE........................................ 19
5. NO COLLUSION CLAUSE........................................ -...................... 19
6. INFORMALITY/REJECTION CLAUSE... ...... ...... ... ......... ...... ...... ...... ...19
7. NON-DISCRIMINATION & EQUAL OPPORTUNITY.............................. 19
8. CONFLICT OF INTEREST...... ............... ............... ...... ...... .. ....... ........ 20
ATTACHMENTS
A. BIDDER'S PROPOSAL FORM... ......... .._ ............ ... ... .,. ... ... ... ...... ... ... .21
B. INSURANCE CERTIFICATE....................................... ............ ......... 22
C. BONDING CERTIFiCATE....................................... ......................... 23
D. REFERENCE LiST......................................................................... 24
E. AGRICULTURAL USE PLAN (DEP FORM 62-640.210(2)(a)).....................25
F. RESIDUALS ANNUAL SUMMARY (62-640.210(2)(b)) AND RESIDUALS
MONITORING REPORT (DEP FORM 62-640.210(2)(d))... ......... ............ 26
Item # 12
3
Attachment number 1
Page 13 of 29
PART A. GENERAL INFORMATION
1. INTENT
It is the intent of this Request for Proposal to receive proposals from qualified firms to provide
wastewater biosolids management services for three advanced pollution control facilities. The
City of Clearwater desires to continue with and enhance its current program for the beneficial
reuse ofbiosolids.
2. CALENDAR OF EVENTS
The tentative schedule associated with the circulation of the RFP and submission of proposals is:
DATE
February 23, 2005
March 10, 2005
March 25,2005
March 28, 2005
April 21, 2005
May 1, 2005
3. AWARD
TASK
Release Date - Advertise and issue RFP's
Pre-Proposals Conference (Site Visits ~ See Part A, Section 17)
Sealed Proposals (RFP's) Due
Selection Committee Recommendation to City Council
City Council Approval - award of contract by Council
Contract initiation! start date (if approved by Council) - Contractor
Begins Work
Proposals will be reviewed and evaluated by a group consisting of qualified City Staff and
Consulting Engineers. The proposals will be evaluated on cost, level of treatment, proposer
qualifications, and the financial capability of the proposer. The City shall not be bound to make
an award based only on the lowest price. The City reserves the right to award to multiple
providers.
The City reserves the right to reject any and all proposals.
4. VENDOR QUALIFICATIONS
In addition to requirements specified in the following paragraphs, the bidder should have the
following minimum qualifications:
a. 5 years experience in the sludge hauling and disposal business.
b. Cutrent sludge transportation licenses.
c. Current FDEP permits.
Item # 12
4
Attachment number 1
Page 14 of 29
5. INSTRUCTIONS -INFORMATION TO BE SUBMITTED
Proposal must include Bidder's Proposal Form (Attachment A), Insurance Certificate
(Attachment B), Bonding Certificate (Attachment C), Reference List (Attachment D),
Agricultural Use Plan (DEP Form 62-640.21O(2)(a)) (Attachment E), and Residuals Annual
Summary (DEP Form 62-640.21O(2)(b)) and Residents Monitoring Report (DEP Form 62-
640.21O(2)(d)) (Attachment F).
6. EVALUATION CRITERIA
Evaluation will be performed by the evaluation team and consider proposal pricing included in
Attachment A along with the proposer's qualifications indicated in a response to Item #4.
7. PERIOD OF CONTRACT
The term of the contract awarded as result of this proposal shall be for twenty-four (24) months
from the date of execution of the agreement with an option for a one-year extension at the
discretion ofthe City.
8. PRICE
The price shall be firm for the contract period and the optional extension. Prices proposed shall
be inclusive of all labor, equipment, and material to accomplish the specified service noted on
the proposal form.
9. PAYMENT/INVOICES
The proposer must specify on the proposal submittal form their exact company name and
address. This name must be the same as invoices submitted for payment as a result of award of
this RFP. The successful proposer(s) will be responsible for immediately notifying the City of
Clearwater Purchasing Department of any Company name change that would cause invoicing to
change from that originally submitted.
10. REFERENCES
Reliability of service shall be evaluated to determine the lowest responsible proposal according
to ItertiH#3 of Part A: General Information. Proposers must provide a reference list of
municipalities for whom they have provided similar service. It is the intent of the City of
Clearwater to inspect all equipment and facilities used in performance of the contract.
11. CANCELLATION AGREEMENT
The City of Clearwater reserves the right to cancel the contract without cause by giving thirty
(30) days prior notice to the contractor in writing of the intention to cancel. The City of
Item # 12
5
Attachment nl'lmber 1
Page 15 of 29
Clearwater reserves the right to cancel at any time with cause if the contractor fails to fulfill or
abide by any terms or conditions specified.
Failure of the contractor to abide by any of the provisions and specifications of this contract shall
be considered a material breach of contract and shall be cause for immediate termination of the
contract at the discretion of the City of Clearwater.
12. CONTRACT ASSIGNMENT
No portion or part of the work specified in the RFP or in the award of contract may be assigned
or subcontracted without the written approval of the City of Clearwater, Public Works
Administrator and/or the Public Utilities Director.
The written request :from the Contractor to the Wastewater Supervisor must state the extenuating
circumstances that have necessitated the use of a subcontractor for the Work. The Contractor
prior to subcontracting any portion of the project work must receive written approval :from the
Wastewater Supervisor.
An exception to this requirement will be allowed for the liquid hauling from the Marshall
Street Advanced Pollution Control Facility (APCF) and the East APCF to the Northeast
APCF.
13. PERFORMANCE BOND
The successful proposer must supply a performance bond in the amount often percent (10%) of
the total. of the award prior to the City of Clearwater's executing the contract or issuing a
purchase order.
14. INSURANCE
The contractor or Vendor shall obtain or possess the following insurance coverage, and shall
provide Certificates of Insurance to the City to verify coverage prior to commencing operations
under the contract. The insurance coverage shall contain a provision that forbids any changes or
material alterations in the coverage without providing 30 days prior notice to the City.
1. Workers Compensation: Each Contractor or Vendor shall provide Workers
Compensation coverage for all of its employees at the work location. The limits shall
be statutory for Workers Compensation and $100,000.00 for Employers Liability.
2. Comprehensive General Liability: Each Contractor or Vendor shall provide coverage
for all operations including but not limited to: contractual services, completed
operations, and Personal Injury. The limits shall be not less than $1,000,000.00
Combined Single Limits (CSL) or its equivalent. The City of Clearwater is to be
added as an additional insured.
3. Comprehensive Automobile Liability: Each Contractor or Vendor shall provide
coverage for all owned and leased or rented vehicles for limits not less than
$500,000.00 Combined Single Limits (CSL) or its equivalent. The City of
Clearwater is to be added as an additional insured.
Item # 12
6
Attachment number 1
Page 16 of 29
15. FISCAL NON-FUNDING
In the event sufficient budgeted funds are not available for a new fiscal period, the City shall
notify the contractor of such occurrence and the contract shall terminate on the last day of the
then current fiscal period without penalty or expense to the City.
16. INTERPRETATIONS/CLARIFICATIONS
No oral interpretations will be made to any firm as to the meaning of specifications or any other
contract documents. Every request for interpretation must be in writing and shall be received by
the City of Clearwater Purchasing Director no less than ten (10) calendar days prior to the date
set for the opening of proposals. Significant interpretations or clarifications shall be made as an
addendum to the RFP documents. All addenda will be sent as promptly as practicable and
become part of the contract documents.
17. VISIT TO SITES
There will be a NON-MANDATORY scheduled "Pre-Proposal Conference" on March 10,
2005, starting at 9:00 AM at the Marshall Street APCF proceeding to the other two source
facilities. The intent of this conference is to familiarize the contractor with each of the facilities
and the associated loading area, access, and adjacent structures. It is highly recommended that
the proposing contractor utilize this opportunity to access the areas, since there will be no
guarantee that personnel will be available at other dates & times.
Contacts and physical location of the facilities are identified in Section 18 of Part A General
Information.
18. SOURCE FACILITIES
City of Clearwater Northeast Advanced Pollution Control Facility
3290 State Road 580
Clearwater, Florida 34695
(727) 462-6667
Contact: Roger Hooey, Lead Operator
City of Clearwater Marshall Street Advanced Pollution Control Facility
1605 Harbor Drive
Clearwater, Florida 33755
(727) 224-7690
Contact: Jeff Borden, Lead Operator
City of Clearwater East Advanced Pollution Control Facility
3141 Gulf-to-Bay
Clearwater, FL 33759
(727) 462-6667
Contact: Loren Pratt, Lead Operator
Item # 12
7
Attachment number 1
Page 17 of 29
19. EXTENSION
The length of this Contract shall be for twenty four (24) months. Contingent upon satisfactory
annual performance, there is an option to extend this contract for an additional year at the
same per unit prices. Upon written authorization of both parties within 60 days of the
expiration ofthis contract, either party may contact the other party.
20. INDEMNIFICATION
The first ten dollars ($10.00) of compensation received by the Contractor pursuant to this
contract represents specific consideration for the following indemnification: The Contractor
shall defend, indemnify, save, and hold the City of Clearwater harmless from any and all claims,
suits, judgments and liabilities for death, personal injury, bodily injury, or property damage
arising directly or indirectly from the performance of this contract by the Contractor or it's
employees, including legal fees, court costs, and any and all other legal expenses brought on
account of any injuries or damages received or sustained by any person, persons, or property by
or from the said Contractor; or by , or in consequence of any neglect in safeguarding the work: or
by, or on account of any act or omission, neglect or misconduct of the said Contractor; or by, or
on account of any claims or amounts recovered under the "Workers Compensation Law" or of
any other laws, by-laws, ordinance, order or decree, except only such injury or damage as shall
have been occasion.ed by the sole negligence of the City of Clearwater.
21. CONTRACT COMMUNICATIONS
All operational communications relative to this contract after award and contract execution shall
be provided to the Contractor's operational manager via telephone and/or fax, and duplicated in
writing (if not conveyed by facsimile) to the Contractor's operational manager. The Contractor
is to provide a contract administrator for the purpose of cooperation and coordination of
activities regarding operations, conflicts, resolutions, etc.
Item # 12
8
Attachment number 1
Page 18 of 29
PART B. SPECIFICATIONS AND SCOPE OF WORK
1. GENERAL INFORMATION
The information appearing hereafter is furnished for the benefit of the bidder in preparing his bid
as some portion of the information mayor may not appear elsewhere in the bid documents.
The selected Contractor will be given as much latitude and assistance as possible in planning and
coordinating his work, however, all work required to properly achieve the objective of the
project must be carried out and be consistent with approved domestic wastewater residuals
removal, treatment and disposal practices normally observed throughout the industry and must
comply with all Federal, State, County and local regulations as well as the Contract Documents.
2. SCOPE
The purpose of these specifications is to describe the requirements of the City of Clearwater for:
. the removal and disposal of dewatered and stabilized (Class B) and/or
dewatered and unstabilized domestic wastewater residuals (residuals) from the
City's Marshall Street and Northeast advanced pollution control facilities
(APCF),
. haul of liquid unstabilized residuals from the City's East APCF to the
Northeast APCF, and
. two possible options to haul liquid unstabilized residuals from the Marshall
Street APCF to the Northeast APCF,
. a possible option to haul dewatered and unstabilized domestic wastewater
residuals from the Marshall Street and Northeast APCFs to a Residuals
Management Facility (RMF),
. a possible option to haul dewatered residuals not meeting the Vector
Attraction requirements of Class B to the hauler's permitted site for
incorporation into the soil within 6 hours of application on the land.
The selected Contractor will furnish all labor, materials, equipment and incidentals necessary to
remove, transport, and dispose of wastewater sludge in the manner prescribed in and pursuant to
the requirements ofthis contract.
Item # 12
9
Attachment number 1
Page 19 of 29
3. RESIDUALS BID ITEM DESCRIPTIONS
A. Base Bid Items
There are three (3) base bid items as described in this section. The contract will be
awarded based on the sum of the bid prices of these three items, and the
evaluation process described in Part A.6.
1. Stabilized (Class B) Biosolids (Dewatered Cake) to Land Application
The estimated annual amount of dewatered and stabilized (Class B) Biosolids to
be removed and disposed of from the Northeast APCFs is approximately Twenty
Thousand (20,000). wet tons, based on an assumed solids concentration of 16%.
The amount of residuals to be removed daily will vary from day to day as
required for efficient plant operation, however, an estimate of four hundred thirty
five (435) wet tons will need to be removed weekly.
For bidding purposes the following removal and disposal quantities of stabilized
and dewatered residuals shall be used:
Stabilized (Class B) Biosolids from the Northeast APCF:
435 wet tons per week
2. Un stabilized Sludge (DewateredCake) to Landfill
The estimated annual amount of dewatered and unstabilized residuals to be
removed and disposed of from the Marshall Street APCFs is approximately Nine
Thousand (9,000) wet tons, based on an assumed solids concentration of 16%.
The amount of residuals to be removed daily will vary from day to day as
required for efficient plant operation; however, an estimate of two hundred (200)
wet tons will need to be removed weekly.
For bidding purposes the following removal and disposal quantities of stabilized
and dewatered residuals shall be used:
Un stabilized residuals from the Marshall Street APCF:
200 wet tons per week
3. Liquid Sludge (Approximately 6% Total Solids) East APCF to NE APCF
The East APCF produces a liquid residual that requires transport to the Northeast
APCF for stabilization and dewatering. The estimated amount of unstabilized
liquid residuals to be hauled from the East APCF to the Northeast APCF for
stabilization and dewatering will vary from day to day as required for efficient
plant operation; however an estimate of approximately 84,000 gallons per week
Item # 12
10
Attachment number 1
Page 20 of 29
will need to be hauled. The liquid biosolids are approximately 6% (+/- 2%) total
solids and are unstablized.
Bidders shall use the following hauling quantities for bidding purposes:
Un stabilized sludge from the East APCF to the Northeast APCF (a distance
of approximately 5 miles): 84,000 gallons per week
B. Alternate Bid Items:
The City is interested in other sludge disposal options as shown in the following
alternate items. Bidder is not required to submit the alternate bid prices, but
inclusion will facilitate selection and award of contract.
1. Class B Biosolids Requiring Incorporation
In the event that routine testing of biosolids generated at the Northeast APCF
determines that the biosolids meet the Class B requirements for Pathogen
Reduction, but do not meet the Class B requirement for Vector Attraction
Reduction, the City wants the option of hauling these dewatered residuals to the
hauler's permitted site for incorporation into the soil within 6 hours of application
on the land.
The amount of residuals to be removed and disposed of in this manner will vary
depending on the results of the routine biosolids testing.
For bidding purposes the following removal and disposal quantities of Class B
biosoIids requiring incorporation shall be used:
Class B Bioslids Requiring Incorporation:
435 wet tons per week
2. Unstablized Sludge (Dewatered Cake) to RMF
The City may decide that unstabilized dewatered residuals can be hauled to an
RMF based on hauling and disposal fees. This may include the unstablized and
dewatered residual generated at the Marshall Street APCF, any dewatered
residuals generated at theNortheastAPCF that routine testing determines does
not meet Class B requirements for stabilization, or the combination of these two
residual quantities.
The amount of residuals to be removed daily will vary from day to day as
required for efficient plant operation and will depend on the results of the routine
biosolids testing. However, for bidding purposes an estimate of two hundred
(200) wet tons of dewatered unstabilized residuals from the Marshall Street APCF
Item # 12
11
Attachment number 1
Page 21 of 29
and four hundred thirty five (435) wet tons of dewatered unstabilized residuals
from the Northeast APCF may need to be removed weekly.
Bidders shall use the following hauling quantities for bidding purposes:
Unstabilized sludge to RMF:
635 wet tons per week
3. Liquid Sludge (Approx. 6% Total Solids) to NE APCF (Additional Storage
Truck Method)
The liquid residuals produced by the Marshall Street APCF can be either waste
activated sludge or a mixture of primary and waste activated sludge. If the City
decides that only waste activated sludge is to be hauled to the Northeast APCF for
stabilization and dewatering, the hauler will be required to have a minimum 6,000
gallon sludge tanker on site at all times available for filling and then hauling to
the Northeast APCF. This is necessary because the Marshall Street APCF does
not have storage tanks available to isolate primary and waste activated sludges.
The liquid biosolids are approximately 6% (+/- 2%) total solids and are
unstablized.
The estimated amount of unstabilized liquid residuals (waste activated sludge)
that can be hauled from the Marshall Street APCF to the Northeast APCF for
stabilization and dewatering will vary from day to day and will depend on the
capability and capacity of the systems at the Northeast APCF.
Bidders shall use the following hauling quantities for bidding purposes:
Un stabilized liquid sludge from the Marshall Street APCF to the Northeast
APCF (a distance of approximately 8.5 miles):
Waste activated sludge only: 70,000 gallons per week
4. Liquid Sludge (Approx. 6% Total Solids) to NE APCF (Pump From Tank
Method)
If the City decides that the mixture of primary and waste activated sludge is to be
hauled to the Northeast APCF for stabilization and dewatering, the mixture of
sludges can be stored by the City in an existing sludge blend/storage tank at the
Marshall Street APCF. As a result, the liquid sludge mixture can be pumped
directly from the existing storage tank at the Marshall Street facility.
The estimated amount of unstabilized liquid residuals that can be hauled from the
Marshall Street APCF to the Northeast APCF for stabilization and dewatering
will vary from day to day and will depend on the capability and capacity of the
systems at the Northeast APCF.
Item # 12
12
Attachment number 1
Page 22 of 29
Bidders shall use the following hauling quantities for bidding purposes:
Un stabilized sludge from the Marshall Street APCF to the Northeast APCF
(a distance of approximately 8.5 miles):
Waste activated sludge plus primary sludge: 126,000 gallons per week
Note that all of these residual quantities should be used for estimating purposes only. The
actual quantities may vary because the City may be able to produce Class B Biosolids from a
portion of the Marshall Street APCF sludge at the Northeast APCF, or conditions may not
allow all sludge treated at the Northeast APCF to meet Class B requirements. Therefore, this
quantity can be either all Class B biosolids, all unstabilized sludge, or any combination of the
two.
It is further understood that these quantities are not exact and that the City makes no guarantee
of the total amounts to be hauled or removed for disposal. Seasonal fluctuations may require
processing of 200% of the average. Should the City encounter operational problems at the
APCFs which impact the shipment of bio-solids, the Contract shall make every effort to
accommodate such interruptions.
Frequency of Removal: An estimate of six hundred thirty five (635) wet tons per 7-day week of
thickened wastewater re::;iduals shall be removed with such removal distributed over a 5 day
period, between the hours of 7:00 A.M. to 4:00 P.M., Monday through Friday. For residuals
removal at other times, a verbal request must be submitted to. the Wastewater Supervisor for
approval. Residuals disposal on City observed/calendar holidays without additional
compensation will be scheduled only if necessary.
The Contractor shall coordinate the scheduling of residuals removal during the above days and
times with.the Wastewater Supervisor or his designee. Under no circumstances shall scheduled
residuals removal be delayed more than 48 hours. See Paragraph 12 regarding Penalties. The
Contractor shall notify the Wastewater Supervisor or his designee immediately whenever
situations develop that would interfere with the scheduled residuals removal.
4. COMPOSITION OF SLUDGE
The Clearwater Northeast and Marshall Street APCFs will provide stabilized and/or unstabilized
domestic wastewater residuals at a solids concentration of ranging from approximately 16.0% to
18% total solids. The following is the latest 12-month average of reported parameters for the
residuals from each of these facilities. The data is provided for informational purPoses only and
is not a guarantee of the characteristics of the biosolids.
Parameter
Units
Average Concentration
Northeast Marshall Street(1)
Total Nitrogen
Total Phosphorus
Total Potassium
% dry wt.
% dry wt.
% dry wt.
0.24
0.20
0.22
0.30
0.18
0.11
Item # 12
13
Attachment number 1
Page 23 of 29:
Cadmium mg/kg, dry wt. <0.55 <0.55
Copper mg/kg, dry wt. 800 754
Lead mg/kg, dry wt. 31 54
Nickel mg/kg, dry wt. 40 46
Zinc mg/kg, dry wt. 693 657
Arsenic mg/kg, dry wt. 20 22
Chromium mg/kg, dry wt. 30 35
Mercury mg/kg, dry wt. 1.1 1.1
Molybdenum mg/kg, dry wt. 26 22
Selenium mg/kg, dry wt. 6.6 7
pH (Laboratory) Units N/ A (2) N/A
Total Solids % 17.6 (3) 17(3)
Notes: (1) The data is representative of anaerobically digested blend of primary sludge
and thickened WAS from the Marshall Street APCF.
(2) pH of un stabilized domestic wastewater residuals will be pH 6.5 to pH 9.0.
(3) Total solids of residuals will be in the range of 16 to 18% total solids.
5. CONTRACTOR REQUIREMENTS
The Contractor ac~epts fulJ responsibility and liability for the hauling and disposal of residuals
from the pointsofloading from the source facility, in accordance with Chapter 62.640, F.A.C.
Biosolids disposal from the City's Northeast and Marshall Street APCFs will be as follows:
1. Class B Biosolids by the following Land Application Methods:
a) Surface application: Biosolids that meet the Class B pathogen reduction and
vector attraction reduction, per 62-640.600(1)(b), F.A.C., can be directly
surface applied by the hauler on their permitted land application sites.
b) Incorporation into soil: Biosolids that meet Class B pathogen reduction, but do
not meet the Class B vector attraction reduction requirements can be
incorporated into the soil by the hauler on their permitted land application
sites that allow incorporation to achieve vector attraction reduction.
2. Biosolids that do noLmeet Class B requirements (unstabilized biosolids) shall be
disposed of at a Class I Landfill or at a Residuals Management Facility (RMF) by the
contract hauler.
6. REGULATORY REQUIREMENTS
The Contractor shall be responsible to comply with eXIstmg Florida Department of
Environmental Protection (FDEP) and United States Environmental Protection Agency (EP A)
,residuals treatment and disposal regulations and any changes made in these regulations during
the contract period.
Item # 12
14
Attachment number 1
Page 24 of 29
The Contractor shall meet the requirements of all regulatory bodies having jurisdiction over the
hauling, treatment and disposal of domestic wastewater residuals. The Contractor assumes all
responsibility for residuals analysis as required in Chapter 62-640, F.A.e.
Any spillage, leakage, or release of residuals in transit or at any other location other than an
FDEP approved disposal site must be reported to the Wastewater Supervisor and all regulatory
agencies within twenty-four (24) hours of the occurrence and include details of the quantity and
ultimate disposal method. All clean-up costs are the responsibility of the Contractor.
The Contractor agrees, upon receipt of residuals from the City that they will be treated as
required by Chapter 62-640, F.A.C. and STANDARDS FOR THE USE OR DISPOSAL OF
SEWAGE SLUDGE as outlined in 40 CFR Part 503, that he will accept responsibility for proper
treatment and disposal of the residuals as required by Chapter 62-640, F.A.C. and Contractor
shall be aware of and will comply with requirements for proper disposal as described in the
existing operating permits for each APCF issued by the Florida Department of Environmental
Protection.
The City of Clearwater's Northeast APCF Domestic Wastewater Facility Permit was issued by
FDEP on August 25, 2000 and expires on August 24,2005. The Permit for the Marshall Street
APCF was issued on Iune 2,2000 and expires on June 1,2005.
COPIES OF THE PERMITS FOR EACH FACILITY ARE AVAILABLE UPON
REQUEST TO THE CITY OF CLEA WATER PURCHASING DEPARTMENT.
7. COMMUNICATIONS
The Contractor shall have a me.ans by which the Wastewater Supervisor or his designee can
contact the Contractor or his employee in responsible charge, 24 hours per day, 7 days per week.
An answering service, electronic paging device or cellular telephone that causes the Contractor
or his employee in responsible charge to respond within 30 minutes of the Wastewater
Supervisor's contact attempt will be satisfactory.
8. ODORS
The City of Clearwater's domestic wastewater residuals shall be disposed of in a manner, which
will not cause or contribute to a nuisance odor.
9. PERMITS, AGRICULTURAL USE PLANS and LICENSES
The Contractor shall be responsible for obtaining, maintaining and paying for all permits,
licenses and registration required by regulatory agencies having jurisdiction over the treatment,
hauling, transportation and disposal of wastewater residuals.
The Contractor shall secure the required permits for proper reuse and/or disposal of the residuals.
This includes preparation of the required Agricultural Use Plan (DEP Form 62-640.2 I 0(2)(a)).
The Contractor shall submit copies of the Agricultural Use Plan; all permit applications,
Item # 12
15
Attachment number 1
Page 25 of 2&
approved permits with site plans, and any and all other documentation as required by the
Regulatory Agencies, to the City, at no cost to the City.
Please note that the City is requiring that Bidders submit with their proposals two (2)
copies of the Agricultural Use Planes) for their proposed disposal site(s). The bidder must
have multiple sludge disposal sites. Bidders with a single permitting site may not be considered.
Records and reports will be submitted to the Wastewater Supervisor as required in Paragraphs 12
& 15.
10. CLEANUP
The Contractor shall clean up the job site at the wastewater treatment plants and at the residuals
disposal sites at the end of each day of operations.
Daily cleanup shall include the removal of soil or residuals dropped on any roads or on public
and private property. Daily cleanup shall also include the cleanup of the residuals loading
station, cleanup and removal of spilled residuals, and sanitizing any spill area.
Any spillage of residuals shall be reported within twenty-four (24) hours to the Regulatory
agencies and the Wastewater Supervisor as required in Paragraph 6.
11. EQUIPMENT
The Contractor is required to provide all necessary equipment for residuals removal and disposal
including hauling vehicles. The Contractor is to own or be sole lessee of the equipment utilized
in the performance of the Contract (i.e., no Owner/Operator tractors). The equipment is to have
the company name prominently displayed.
All hauling vehicles shall have a functional site gauge marked in a fashion to be representative of
tank: capacity. If a site gauge on a vehicle reporting to the wastewater treatment plant is not
functional, i.e., plugged or stained, it must be unplugged if plugged and replaced if stained before
the vehicle returns to the wastewater treatment plant for another load. All hauling vehicles shall
arrive at the wastewater treatment plants completely empty. All hauling vehicles are to be kept
clean and neat through regular washing (preferably daily) and painting.
The Contractor is required to provide other equipment that may be necessary to provide all
services specified herein. All equipment shall be in good condition and be properly maintained to
minimize down time and should be appropriate for the application. All equipment shall be
maintained so that it can be safely operated and does not present a threat to people, private or
public property. It shall be the Contractor's responsibility to keep all of this equipment in good
working order.
The Wastewater Supervisor reserves the right to turn away from the wastewater treatment plants
any hauling vehicles/equipment that arrive in an unsafe condition, have obviously not been
maintained or are excessively dirty.
Item # 12
16
Attachment number 1
Page 26 of 29
12. PAYMENTS AND PENALTIES
Payments: The Contractor shall provide duplicate receipts (2) for every truckload of residuals
hauled from the wastewater treatment facilities. The receipt shall include weight ofbiosolids and
truck tare weight. Each truckload shall have a designated hauling receipt number. These receipts
shall be left with the Wastewater Supervisor or his designee on the same day that the residuals
are removed.
These receipts shall include company name, date, and time of arrival, time of departure, trailer
tag number, disposal site, ground water depth, and volume in gallons, driver's signature and
Owner's personnel signature.
The Contractor shall submit an invoice to the City of Clearwater for payment each month.
Included with the invoice shall be completed Florida Department of Environmental Protection
Standard Domestic Wastewater Forms: Residuals Annual Summary (DEP Form 62-
640.21O(2)(b)) and Residuals Monitoring Report (DEP Form 62-640.21O(2)(d)).
DEP Forms are incorporated in these bid documents by reference. . Entry on form must include
each load ticket number in conjunction with site where residuals were applied. Such form shall
be signed and dated by an authorized representative of the company. No invoice for payment
shall be submitted without the completed residuals record keeping form.
Payments will be based upon the residuals hauling volume calculated by the Wastewater
Supervisor and not necessarily that, which is invoiced. Differences between invoiced and
calculated volumes must be reconciled between the Contractor and the Wastewater Supervisor
before payment on the disputed volume is authorized.
The Contractor may observe Owner calculation methods and may have drivers witness
measurements used in calculations.
1. Penalties: The estimated quantity of residuals to be removed per week from the
Marshall Street and Northeast APCFs is six hundred thirty five (635) wet tons. The
estimated quantity of liquid residuals to be hauled from the East APCF to the
Northeast APCF is eighty four thousand (84,000) gallons. The Wastewater Supervisor
or his designee will inform the Contractor of the quantities to be hauled as the
amounts may be more or less than the weekly estimates listed above.
If the Contractor does not remove the quantity scheduled by the Wastewater Supervisor or his
designee, the Contractor has up to 48 hours to make up the lost quantity while still keeping up
with the regularly scheduled quantity.
If the Contractor does not make up the lost quantity within 48 hours, the Contractor shall have
the obligation to haul such quantity without receiving payment thereof.
Failure to haul the quantity, as set forth herein shall be deemed to be a material breach of this
Contract.
Item # 12
17
Attachment number 1
Page 27 of 29
13. QUALITY STANDARDS
Labor, materials and equipment shall be of good quality and be able to perform the project work.
Competent operators with appropriate Commercial Driver Licenses shall be provided for the
operation of all Contractor equipment.
14. MANIFESTS AND TRUCK TRACKING
The Contractor shall provide a numbered ticketing system that will effectively identify the
following: the date, the time the load is removed, gallons or wet ton weight, the driver, trailer
number, City Staff signature, and any other information necessary to track the removal of bio-
solids from the City's facilities. This ticketing system shall be multi-copy so each of the parties
may receive a copy of each load. The Marshall Street and Northeast plants have scales and are
able to provide a net weight ticket for each load of pressed cake removed. The scales are
certified annually by the Florida Department of Agriculture.
15. REPORTING
The Contractor will furnish to the City quarterly facility and field operations reports. These
reports shall summarize the past quarter and be provided to the City no later than the end of the
month following the quarter (Ian-Mar is due by April 30). The City of Clearwater will provide
the Contractor monthly biosolids analysis data for the cake produced at the Marshall Street and
Northeast facilities.
Item # 12
18
Attachment number 1
Page 28 of 29
PART C. SUPPLEMENTAL GENERAL CONDITIONS
1. APPROPRIATION CLAUSE
The City, as an entity of government, is subject to the appropriation of funds by its legislative
body in the 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 shall remain in effect. Upon notice that sufficient funds are not available in
the subsequent fiscal years, the City shall therefore be released of all terms and other conditions.
2. PROTEST PROCEDURES - RIGHT TO PROTEST
Any actual or prospective bidder who is aggrieved in connection with the solicitation or award of
a contract may seek resolution of their complaints by contacting the Purchasing Manager.
3. NO CORRECTIONS CLAUSE
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.
4. OPENNESS OF PROCUREMENT CLAUSE
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 286, Florida Statutes. The City gives no assurance as to the confidentiality of
any portion of any proposal submitted.
4. NO COLLUSION CLAUSE
By offering a submission of an RFP, the proposer certifies that they have not divulged to,
discussed or compared his/her competitive proposal with any other proposers and has not
colluded with any other proposers or party whatsoever.
6. INFORMALITY/REJECTION CLAUSE
The City reserves the right to reject any or all responses and to wave any irregularity, variance or
informality whether technical or substantial in nature, in keeping with the best interests of the
City.
7. NON-DISCRIMINATION & EQUAL OPPORTUNITY
It is the desire of the City of Clearwater to provide Minority/Women-Owned, Small and
Emerging Business Enterprises, and all other business enterprises an equal opportunity to
Item # 12
19
Attachment number 1
Page 29 of 29
participate in the performance of all contracts, subcontracts, and other City of ClealWater
business activities. The City ofClealWater is an equal opportunity employer.
8. CONFLICT OF INTEREST
Proposers warrant and covenant that no official or employee of the City of ClealWater, nor any
business entity in which an official of the City of ClealWater has an interest, has been employed
or retained to solicit or aid in the procuring of the resulting contract, nor that any such person
will be employed in the performance of such contract without immediate divulgence of such fact
to the City of ClealWater. Proposers will notify the City of ClealWater of any potential conflict of
interest regarding other work or third party contracts.
Item # 12
20
Attachment number 2
Page 1 of 3
Agreement for Treatment and Disposal of
Domestic Wastewater Bio-Solids Residuals
(Bio-Solids Services - Sludge Hauling Contract)
T;. ~
This agreement entered in this g - day of J UN t'.. , 2005,
between the City of Clearwater, P.O. Box 4748, Clearwater, Florida 33758-4748 ("City")
and Appalachian Material Service, Inc., P.O. Box 97, Terra Ceia, Florida 34250
("Hauler"), is for the removal, treatment, and disposal of domestic wastewater residual
bio-solids.
Whereas, Hauler accepts full responsibility and liability for hauling and disposing
of residuals from the point of loading from the source facility, in accordance with
Chapter 62-640, F.A.C.
Whereas, City owns and operates three domestic wastewater treatment facilities
currently under review for permit renewal, and has the need for the removal of bio-solids
generated at those facilities; and
Whereas, City has selected Appalachian Material Service, Inc. (AMS) for the
removal ofbio-solids generated at the City's facilities; and
Whereas, this agreement incorporates all terms and conditions in Request For
Proposal #16-05 for Bio-solids Services and Haulers response to said proposal.
Now therefore, for and in consideration of the actual terms and covenants set forth
in the City of Clearwater Request For Proposal #16-05 and Haulers's response thereto the
parties agree as follows:
1. City hereby covenants and agrees:
A. To provide analyses of the unstabilized bio-solids residuals generated in
accordance with the operating permits of the source treatment facilities.
B. To pay according to the amounts and payment schedule submitted by the
Hauler in accordance with those conditions set forth in RFP #16-05
including hauling of unstabilized bio-solids from the Marshall Street
Advanced Pollution Control Facility (APCF) to the Hauler's Residual
Management Facility, hauling and disposal of stabilized bio-solids from
the Northeast APCF, and hauling of liquid unstabilized bio-solids from the
East APCF to the Northeast APCF.
e. That all residual bio-solids are generated through the treatment of
domestic wastewater and do not contain toxic industrial waste or
Item # 12
Attachment number 2
radioactive substances to the best of source knowledge. The bio-sofi(fse ~r~ 3
unstabilized at the Marshall Street APCF and East APCF, and stabilized
(Class"B") at the Northeast APCF.
2. Hauler covenants and agrees:
A. To accept full responsibility fro the bio-solids at the point of loading at the
source facility and to provide a performance bond as specified in RFP
#16-05.
B. To submit invoices in a timely manner with all of the information required
in RFP #16-05.
C. To provide data and maintain records as set forth in RFP #16-05 and as
required by all governmental regulations.
D. To comply with all the specifications as outlined that have not been
included in this document. Any interpretation of the parties'
responsibilities shall be controlled by the terms ofRFP #16-05.
3. The term of this agreement shall be for twenty-four (24) months from the date of
this agreement. City may terminate this agreement for any reason with thirty (30) days
written notice to Hauler.
4. Hauler shall indemnify and hold harmless from and against all loss, cost, expense,
and liability whatsoever, including attorney's fees resulting from Hauler's activities.
Hauler's duty to indemnify shall include indemnification from and against any fine,
penalty, liability or cost arising out of Hauler's violation of any law, ordinance or
government regulation applicable to Hauler's activities.
5. Nothing stated in this agreement shall supercede or take precedence over the
responsibility of each party to operate and maintain their individual and collective
facilities in compliance with the obligations set forth in their individual operating pennits
and in the applicable rules of the United States Environmental Protection Agency and the
State of Florida, Department of Environmental Protection.
Item # 12
Attachment number 2
Page 3 of 3
6. The validity, construction, and performance of this Agreement shall be governed
by the laws ofthe State of Florida.
Countersigned:
--=!~~ ~
FrltnllHibbard .
Mayor
CITY OF CLEARWATER, FLORIDA
BY:~ll
William B. Horne II
City Manager
Attest:
- z JL ~Oa.
ia E. Goudeau
lerk
APPALACHIAN MATERIAL
SERVICE, INC.
Item # 12
.
..
.
..
Att1ihment number 3
Page 1 of 1
.
.
.
~;; ~~ &: ~)~b..::)(<~~~~~~.i]. <~ ~--:,.~_~.~ ~ <~ ~.:~.~. .-~; ~~:.~~. ~~ ir:"'(,~~
'-
lit!
I ~ I" .~ ':. ~.:~~~~ ....~~r...: I }~"'2 ~ ;-;\) ~I: ..~~ ~: "-:-;)) ~(.~ ~ ~~_. :;:1~~..(~~ ~:.i~. '..7: ~ ~:.~;<,~ i~ %~~-:;-~ ~ _::~:_(,'" ;::....j~~ ~v..~ ;~~.~~ .~~ ~..}~:.:.~ ~..~'~ ~ r~."2:: /?j ~ {;~?~y.;:~::
'~f1f,-:,~ '~i~4}i)ld~::~:~0~~ri-'rri~1J.Y~tl;:.:~;.!.:II~:~~t:-.r-~~. 1~.~~~.~J2;;~W~0::..~~~t..),.~~~:&-="~'.~W::t~~.:~{t~I'~I~.?(~f~'::;"~.~~
~~.~-:<< ~-:; I.<~::: ~~(~:<~~:: ~;\<~:.::.~ ~;r:0.i;..':::-1J.:: ~,: I:-:~\-::7~~... .~.i.~...._:-'~ ~S""!" ...~r~ ~\; ;}~.:.: ~ :--0/ I." ~:;. ..f':.": S ~ ., ;.~.s..~ ,. tL". t::.~:~ I~.- ~~...1 ~.:.~~.'Z~,:~ .-': V:::
.
:.'~
I
(il
~
Item # 12
Meeting Date:2/26/2007
Work Session
Council Chambers - City Hall
SUBJECT 1 RECOMMENDATION:
Ratify and confirm Change Order No.2 to Rowland, Inc. of Pinellas Park FL, for the Del Oro Groves RCW System Contract (04-0022-
UT) increasing the contract amount by $167,054.87 for a new contract total of $4,000,760.91, approve a extension of thirty (30) days to
the contract time and authorize the appropriate officials to execute same. (consent)
SUMMARY:
This contract was approved by the City Council on May 18, 2006 for $3,667,030.68.
Change Order 1 was approved by the City Council on July 20,2006, increasing the contract amount by $166,675.36 for a new contract
total of $3,833,706.04. This was for the installation of a potable water main on Windward Passage.
This change order is necessary to decrease unused items, increase necessary items, and the addition of new items to the RCW
Distribution, RCW Transmission, Potable Water Distribution, and the East Plant Improvements portions of the original contract. This
change order also closes out the Windward Passage Water Main portion of the contract and adds the installation of a new Reclaimed
Water Main on Ft. Harrison A venue.
Since more work is being added it is necessary to increase the contract time by thirty (30) days.
Resolution 06-53 was passed on October 15,2006, establishing the City's intent to reimburse certain Water & Sewer Utility project
costs incurred with future tax-exempt financing. The projects identified with 2008 revenue bonds as a funding source were included in
the project list associated with Resolution 06-53.
Sufficient budget for interim financing or funding with 2008 Water and Sewer Revenue Bond proceeds when issued is available in
project 0376-96739, Reclaimed Water Distribution System in the amount of $42,766.10. Sufficient budget and revenue are available in
the 06 Water & Sewer Revenue Bond construction fund project, 0378-96759, Water Main Phases 15-16-17 in the amount of $1,984.75,
and in the amounts of $102,711.75 and $19,592.27 in the Capital Improvement Program projects, 0315-96739, Reclaimed Water
Distribution System and 0315-96741, System R & R - Capitalized respectively.
Type:
Current Year Budget?:
Capital expenditure
None
Budget Adjustment:
None
Budget Adjustment Comments:
Current Year Cost:
Not to Exceed:
For Fiscal Year:
Annual Operating Cost:
Total Cost:
to
Appropriation Code
0376-96739-563800-533-
000-0000
03 7 8-967 59-563800-533-
000-0000
0315-96739-563800-533-
000-0000
Amount
$42,766.10
Appropriation Comment
$1,984.75
Cover Memo
$102,711.75
Item # 13
0315-96741-563800-533-
000-0000
$19,592.27
Bid Required?:
Other Bid 1 Contract:
No
Change Order
Bid Number:
Bid Exceptions:
Other
Review
Approval:
1) Engineering 2) Financial Services 3) Office of Management and Budget 4) LegalS) Clerk 6) Assistant City
Manager 7) Clerk 8) City Manager 9) Clerk
Cover Memo
Item # 13
Attachment number 1
Page 1 of 4
CHANGE ORDER # 2
Date:
February 12. 2007
PROJECT: Del Oro Groves RCW System
PROJECT NUMBER: 04-0022- UT
PO REFERENCE NO.: ST 102283
CONTRACTOR: Rowland, Inc.
6855102nd Avenue North
Pinellas Park, Fl. 33782
DA TE OF CONTRACT: May 31. 2006
SCOPE OF CHANGE:
CODE:0315-96739-563800-533-000-0000 A
0378-96759-563800-533-000-0000 B
0315-96664-563800-535-000-0000 C
0315-96741-563800-533-000-0000 D
0376-96739-563800-533-000-0000 E
THIS CHANGE ORDER ACCEPTS REVISIONS TO THE CONTRACT
STATEMENT OF CONTRACT AMOUNT
ACCEPTED BY:
ORIGINAL CONTRACT AMOUNT
CO#1 (Approved by Council 07/20/06)
CO#2
NEW CONTRACT AMOUNT
$3,667,030.68
$166,675.36
$167,054.87
$4,000,760.91
Rowland, Incorporated
By:
(SEAL)
Kenneth Rowland, President
Frank Hibbard, Mayor
Date:
Witnesses:
Carlos Colon, Assistant City Attorney
ATTEST:
Recommended By: City of Clearwater
Cynthia E. Goudeau,
City Clerk
Gary A. Johnson, CGC
Public Services Director
Date:
CITY OF CLEARWATER, in
PINELLAS COUNTY, FLORIDA
William B. Horne, II
City Manager
Michael D. Quillen, P.E.
City Engineer Item # 13
Page 2 of 4
Change Order #2 - Del Oro Groves RCW System
Attachment number 1
Page 2 of 4
ITEM
DESCRIPTION
Additions for Code A 0315-96739-573800-533-000-0000
Additions to RCW Transmission Construction
139 Conc. Valve Pads (RCW Trans.) 25
50 Yard Piping-Delete 36"xI8" Reducer
36 Manual AR V and Box
Additions to RCW Distribution Construction
140 Conc. Valve Pads (RCW Dist.)
141 Automatic ARV and Box
Additions to East Plant RCW Pumpine Station
142 Install 36" x 18" TSV & Wet Tap
143 Extra Pump-2 Months Service
144 50 ft. Storage Tank-Move In
145 50 ft. Storage Tank-Move Out
146 Rental of 50 ft. Storage Tank-2 Months
147 Fabricate Tank Dolly & Cradle
148 Additional Tank Modifications- Weldinl
UNIT
UNIT COST
TOTAL COST
1
$4,600.00
L.S.
10
$570.00
Each
Each
$116.75
$2,918.75
70
10
$116.75
$2,195.00
$8,172.50
$21,950.00
Each
Each
1 Each $14,921.00 $14,921.00
1 Each $20,125.00 $20,125.00
1 Each $10,465.00 $10,465.00
1 Each $10,465.00 $10,465.00
1 Each $7,935.00 $7,935.00
1 Each $11,845.00 $11,845.00
1 Each $3,047.00 $3,047.00
Additions to RCW Distribution Construction Add. Alt.
149 Conc.Valve Pads (RCW Add. Alt.) 10 Each $116.75
SUBTOTAL (Additionns to Code A)
NET TOTAL (DECREASES)/ADDITIONAL ITEMS CODE A
$1,167.50
$113,011.75
$102,711.75
Additions to Code B 0378-96759-563800-533-000-0000
Additions to Water Main Replacement-Code B
150 Conc.Valve Pads (Potable)
Subtotal Additions to Code B
17 Each $116.75
SUBTOTAL (Additions to Code B)
NET TOTAL ADDITIONAL ITEMS CODE B
$1,984.75
$1,984.75
$1,984.75
Item # 13
Attachment number 1
Page 3 of 4
Page 3 of 4
Change Order #2 - Del Oro Groves RCW System
ITEM
UNIT
UNIT COST
TOTAL COST
118 8" PVC Pipe 60 L.P. $34.35
120 6" PVC Pipe 14 L.P. $33.40
125 6"x6" TSV 1 Each $2,150.00
128 Relocate Fire Hydrant & Valve 1 Each $1,175.00
130 Grout Existing 6" Water Main 125 L.P. $10 .40
131 Remove Existing Piping 1,047 L.P. $5.50
137 Root Pruning 68 L.P. $9.40
138 10% Contingency 1 L.S. $15,152.31
Additions to Code D 0315-96741-563800-533-000-0000
Additions to Windward Passaee Water Main Improvements-Code D
151 1" Water Services 19 Each $600.00
152 Grout Existing 6" Water Main 691 L.P. $5.50
153 Conc. Valve Pads (Potable) 8 Each $116.75
SUBTOTAL (Additions to Code D)
$11,400.00
$3,800.50
$934.00
$16,134.50
Increases to Code D 0315-96741-563800-533-000-0000
Increases to Windward Passaee Water Main Improvements-Code D
117 8" Ductile Iron Pipe 47 L.P. $65.85
119 6" Ductile Iron Pipe 32 L.P. $129.30
121 Compact Ductile Iron Fittings 0.363 Tons $7,125.00
122 8" Restrained Joints 2 Each $71.00
123 6" Restrained Joints 35 Each $34.00
127 6" M.J. Gate Valve 3 Each $895.00
132 Concrete Curb Replacement 100 L.P. $30.50
133 Concrete Sidewalk Replacement 462 S.P. $8.60
134 Asphalt Roadway Replacement 18 S.Y. $61.25
135 Asphalt Driveway Replacement 146 S.Y. $53.25
136 Sod Replacement 445 S.Y. $5.45
SUBTOTAL (Increases to Code D)
NET TOTAL (DECREASES)/ADDITIONAL ITEMS/INCREASES TO CODE D
$3,094.95
$4,137.60
$2,586.38
$142.00
$1,190.00
$2,685.00
$3,050.00
$3,973.20
$1,102.50
$7,774.50
$2,425.25
$32,161.38
$19,592.27
Item # 13
Page 4 of 4
Change Order #2 - Del Oro Groves RCW System
ITEM
DESCRIPTION
UNIT COST
QUANTITY UNIT
Attachment number 1
Page 4 of 4
TOTAL COST
Additional Items-Misc. RCW Extensions-Ft. Harrison-Code E-0376-96739-563800-533-000-0000
154 8"x4" TSV 1 Each $2,825.00
155 4" DRll HDPE RCW Pipe 823 L.P. $37.00
156 1" Services 4 Each $830.75
157 Blow-Off Assembly 1 Each $2,400.00
158 Automatic ARV & Box 1 Each $2,195.00
159 Sod Replacement 1400 S.P. $0.54
160 Sidewalk Replacement 75 S.P. $7.50
161 Curb Replacement 8 L.P. $31.70
SUBTOTAL (Additions to Code E)
NET TOTAL ADDITIONAL ITEMS TO CODE E
$2,825.00
$30,451.00
$3,323.00
$2,400.00
$2,195.00
$756.00
$562.50
$253.60
$42,766.10
$42,766.10
SUMMARY
NET TOTAL DECREASES/ADDITIONAL ITEMS/INCREASES TO CODE A
NET TOTAL DECREASES/ADDITIONAL ITEMS/INCREASES TO CODE B
NET TOTAL DECREASES/ADDITIONAL ITEMS/INCREASES TO CODE D
NET TOTAL DECREASES/ADDITIONAL ITEMS/INCREASES TO CODE E
NET TOTAL DECREASES/ADDITIONAL ITEMS/INCREASES
$102,711.75
$1,984.75
$19,592.27
$42,766.10
$167,054.87
Item # 13
Meeting Date:2/26/2007
Work Session
Council Chambers - City Hall
SUBJECT 1 RECOMMENDATION:
Approve an amended Development Agreement for property located at 301 S. Gulfview Blvd. (Hyatt) between Crystal Beach Capital,
LLC (the property owner) and the City of Clearwater (previously DV A 2004-00002 approved by City Council on December 2, 2004,
and amended under DV A2004-00002A, approved by City Council on January 19,2006) to eliminate a pedestrian overpass over South
Gulfview Boulevard and adopt Resolution 07-10. (DV A2007-00001)
SUMMARY:
. The subject property is 1.56 acres located between South Gulfview Boulevard and Coronado Drive at Third Street.
. On November 16, 2004, the Community Development Board approved a Flexible Development application (FLD2004-07052)
to amend a previously approved FL 01-01-01 (CDB approved on February 20,2001) to permit an additional 24 overnight
accommodation units from the density pool (in addition to the previously approved 250 overnight accommodation units) as a
mixed use, with a maximum of 70,000 square feet of amenities accessory to the hotel and a minimum of 400 public parking
spaces, as a Comprehensive Infill Redevelopment Project, under the provisions of Section 2-803.C. That development proposal
included a hotel of 250 rooms (153.37 rooms/acre on total site), 18 attached dwellings (11.04 units/acre on total site) and a
maximum of 70,000 square feet (0.98 FAR on total site) of amenities accessory to the hotel, at a height of 150 feet (to roof
deck).
. A Development Order was issued January 25, 2007, approving a Minor Revision to the previously approved project for the
following:
- Loading and trash collection access has been
relocated Second Street;
- The internal helix has been replaced with a speed ramp
to gain access from the ground floor to Parking Level 3;
- The parking garage cashier booths have been relocated
to Parking Level 3;
- Driveways on the west side of the building on South
Gulfview Boulevard have been removed;
- Monumental stairs have been provided on the west
side allowing access from the ground floor to the
Hotel Level 2;
- The east, north and south elevations of the building
have been modified replacing the "solid" walls of
the parking levels with decorative railings, arches and
columns to more closely match that of the habitable
floors of the hotel;
- Vertical elements of the hotel towers on the north and
south elevations have been modified to improve
views and to coordinate with the parking levels; and
- The roof profile has been modified to reduce the size
of the mansard roof portions.
. The submitted Development Agreement proposes to amend the previously approved Development Agreement to eliminate a
pedestrian overpass over South Gulfview Boulevard. It is believed that the pedestrian bridge is unnecessary and that alternative
access from ground-floor elevators to the parking garage will provide beachgoers a safe, at-grade access between the public
parking in the garage and the beach. The crosswalk proposed will be similar to other crosswalks proposed along South Gulfview
Boulevard as part of the Beach Walk project. The pedestrian bridge presents construction concerns, especially seaward of the
Coastal Construction Control Line within a velocity flood zone and also presents long-term maintenance issues. Additionally,
the pedestrian bridge present aesthetic concerns relative to the Beach Walk.
Cover Memo
. The proposed Development Agreement replaces the floor plans and elevations in the recorded Development Agreement with
new floor plans and elevations, based on the Minor Revisions approved in January 2007 and by eliminating thelffif11sJ1i'1ll
overpass.
. The proposed Development Agreement provides for a concession facility in lieu of that previously provided in the pedestrian
bridge landing, operating the same as previously agreed upon and with a similar size of facility (1,200 square feet maximum).
The proposal is in compliance with the standards for development agreements, is consistent with the Comprehensive Plan and furthers
the vision of beach redevelopment set forth in Beach by Design.
Please refer to the staffreport (DV A2007-00001) for the complete staff analysis.
The Community Development Board reviewed this proposed amendment to the development agreement at its regularly scheduled
meeting on February 20, 2007 and recommended approval.
Review Approval: 1) Legal 2) Clerk 3) Assistant City Manager 4) Clerk 5) City Manager 6) Clerk 7) Legal 8) Clerk
Cover Memo
Item # 14
Attachment number 1
Page 1 of 2
SUBJECT/RECOMMENDA TION:
APPROVAL of an amended Development Agreement between Crystal Beach Capital, LLC (the
property owner) and the City of Clearwater (previously DV A 2004-00002 approved by City
Council on December 2, 2004, and amended under DV A2004-00002A, approved by City Council
on January 19,2006) to eliminate a pedestrian overpass over South Gulfview Boulevard.
(D V A2007 -00001)
SUMMARY:
o The subject property is 1.56 acres located between South Gulfview Boulevard and
Coronado Drive at Third Street.
o On November 16, 2004, the Community Development Board approved a Flexible
Development application (FLD2004-07052) to amend a previously approved FL 01-01-
01 (CDB approved on February 20, 2001) to permit an additional 24 overnight
accommodation units from the density pool (in addition to the previously approved 250
overnight accommodation units) as a mixed use, with a maximum of 70,000 square feet
of amenities accessory to the hotel and a minimum of 400 public parking spaces, as a
Comprehensive Infill Redevelopment Project, under the provisions of Section 2-803.C.
That development proposal included a hotel of 250 rooms (153.37 rooms/acre on total
site), 18 attached dwellings (11.04 units/acre on total site) and a maximum of 70,000
square feet (0.98 FAR on total site) of amenities accessory to the hotel, at a height of 150
feet (to roof deck).
o A Development Order was issued January 25, 2007, approving a Minor Revision to the
previously approved project for the following:
· With the availability of the Second Street right-of-way (deeded to the City), traffic
circulations patterns on the ground floor have been revised to provide egress from the
building to Second Street;
· Loading and trash collection access has been relocated to Second Street;
· The internal helix has been replaced with a speed ramp to gain access from the
ground floor to Parking Level 3;
· The parking garage cashier booths have been relocated to Parking Level 3;
· Driveways on the west side on South Gulfview Boulevard have been removed;
· Monumental stairs have been provided on the west side allowing access from the
ground floor to the Hotel Level 2;
· The east, north and south elevations of the building have been modified replacing the
"solid" walls of the parking levels with decorative railings, arches and columns to
more closely match that of the habitable floors of the hotel;
· Vertical elements of the hotel towers on the north and south elevations have been
modified to improve views and to coordinate with the parking levels; and
· The roof profile has been modified to reduce the size of the mansard roof portions.
o The submitted Development Agreement proposes to amend the previously approved
Development Agreement to eliminate a pedestrian overpass over South Gulfview
Boulevard. It is believed that the pedestrian bridge is unnecessary and that alternative
access from ground-floor elevators to the parking garage will provide beachgoers a safe,
at-grade access between the public parking in the garage and the beach. The crosswalk
proposed will be similar to other crosswalks proposed along South Gulfview Boulevard
as part of the Beach Walk project. The pedestrian bridge presents construction concerns,
Item # 14
Attachment number 1
Page 2 of 2
especially seaward of the Coastal Construction Control Line within a velocity flood zone
and also presents long-term maintenance issues. Additionally, the pedestrian bridge
present aesthetic concerns relative to the Beach Walk.
o The proposed Development Agreement replaces the floor plans and elevations in the
recorded Development Agreement with new floor plans and elevations, based on the
Minor Revisions approved in January 2007 and by eliminating the pedestrian overpass.
o The proposed Development Agreement provides for a concession facility in lieu of that
previously provided in the pedestrian bridge landing, operating the same as previously
agreed upon and with a similar size of facility (1,200 square feet maximum).
The proposal is in compliance with the standards for development agreements, is consistent with
the Comprehensive Plan and furthers the vision of beach redevelopment set forth in Beach by
Design.
Please refer to the attached staff report (DV A2007-00001) for the complete staff analysis.
The Community Development Board will review this Development Agreement at its public
hearing on February 20,2007.
Item # 14
Attachment number 2
Page 1 of 1
Aerial Map
Owner:
Crystal Beach Capital, LLC Case:
229 and 301 South Gulfview Boulevard Property
230,300 and 304 Coronado Drive Size(Acres):
FLD2007-01001
DV A2007-00001
1.63
Site:
07/29/15/52380/000/0570
PIN: 07/29/15/52380/000/0580
07/29/15/52380/000/1050
Atlas Page: 276A
Item # 14
Owner:
Attachment number 3
Page 1 of 1
I I
I ,
L--__J
"l-N-~_~ !
,-----, I
,__ II !
I, ,
I, I
105 I, -,
1- I --__\ ~ j
100
FIRST ST
,
,
,
,
,
r-J -'--
11
1_
218
City parking lot
and beach
I
, !
, '-
Lzrg___, _
'--L--__2.31J
r;~---"'--, -----1
! : 3~
- , ,
) " -J-'_-1
! ' ,-,
J 3'&.
r--_r....
251
Existing Surrounding Uses Map
Crystal Beach Capital, LLC
Case:
FLD2007-01001
DV A2007-00001
Site:
229 and 301 South Gulfview Boulevard
230,300 and 304 Coronado Drive
1.63
Property
Size(Acres):
PIN:
07/29/15/52380/000/0570
07/29/15/52380/000/0580
07/29/15/52380/000/1050
Atlas Page:
276A
Item # 14
Owner:
Site:
Crystal Beach Capital, LLC
229 and 301 South Gulfview Boulevard
230,300 and 304 Coronado Drive
p
OS/R
r---
L_
Attachment number 4
Page 1 of 1
I
I
I
~--
-'j..f}..j ""L_...J :
I l I
1_- I I I
I I I
105 I I I
1__/ ----\ ~ J
I
I
_J
100
I 1
I ,-"
I I
I I
: "
2~L_i
~
o
Q
~
o
~
(,) 217
218
~L I I
219 I'__.JI LJ
,------,r--, .....J
I "II
I
I I
I 1_
L2:7g___, _
'--L--__2:3J)
r;~---"'--, -1
I I 3~
-- i-J-i I
I -~
I
THIRD ST
251
[==-~
p
-I
Zoning Map
Case:
FLD2007-01001
DV A2007-00001
Property
Size(Acres):
1.63
PIN:
07/29/15/52380/000/0570
07/29/15/52380/000/0580
07/29/15/52380/000/1050
Atlas Page:
276A
Item # 14
View looking northeast at subject site from S.
Gulfview Blvd. at 3rd Street
View looking northwest at subject site from Coronado
Drive at 3rd Street
View looking north along S. Gulfview Blvd. at
property to the north of subject site
View looking southeast at subject site from S.
Gulfview Blvd. at 3rd Street
View looking southwest at subject site from
Coronado Drive at 3rd Street
View looking north along Coronado Drive at
property to the north of subject site
229 & 301 South Gulfview/230, 300 & 304 Coronado Drive
FLD2004-07052/DV A2004-00002
Itefj>lg641 of 2
View looking northeast at properties along
Coronado Drive north of 3rd Street
View looking southwest from Coronado Drive at
property to the south of subject site
View looking southeast at properties along
Coronado Drive south of 3rd Street
View looking southeast from S. Gulfview Blvd. at
properties to the south of subject site
View looking west at City parking lot and beach
west of S. Gulfview Blvd. and subject site
229 & 301 South Gulfview/230, 300 & 304 Coronado Drive
FLD2004-07052/DV A2004-00002
It~ge1:~ of 2
Attachment number 7
Page 1 of 1
RESOLUTION 07-10
A RESOLUTION OF THE CITY OF CLEARWATER,
FLORIDA APPROVING THE SECOND AMENDMENT TO
THE SECOND AMENDED AND RESTATED
DEVELOPMENT AGREEMENT BETWEEN THE CITY OF
CLEARWATER AND CRYSTAL BEACH CAPITAL, LLC.;
PROVIDING AN EFFECTIVE DATE.
WHEREAS, the City of Clearwater and Crystal Beach Capital, LLC, successor in
interest to Clearwater Seashell Resort, LLC, parties to a Development Agreement
previously approved by Resolution No. 01-06, modified by Resolution No. 04-35 and by
Resolution No. 05-40, desire to further modify said Agreement; now, therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
CLEARWATER, FLORIDA:
Section 1. The Second Amendment to the Second Amended and Restated
Development Agreement between the City of Clearwater and Crystal Beach Capital,
LLC., a copy of which is attached as Exhibit "A", is hereby approved.
Section 2. Pursuant to S 163.3239, Florida Statutes (2006), the City Clerk is
hereby instructed to record the Amended Development Agreement with the Clerk of the
Circuit Court in Pinellas County within fourteen (14) days of execution, and to send a
copy of the recorded Development Agreement to the state land planning agency within
fourteen (14) days after it is recorded with the Clerk of the Circuit Court.
Section 3.
This resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED this _ day of
,2007.
Frank V. Hibbard
Mayor
Approved as to form:
Attest:
Pamela K. Akin
City Attorney
Cynthia E. Goudeau
City Clerk
Resolution "enn # 14
Meeting Date:2/26/2007
Work Session
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
Appoint one member to the Marine Advisory Board with the term expiring on March 31, 2011.
SUMMARY:
The Appointment Worksheet is Attached.
Review Approval: 1) Clerk
Cover Memo
Item # 15
Attachment number 1
Page 1 of 1
APPOINTMENT WORKSHEET
FOR COUNCil MEETING
March 1, 2007
BOARD: Marine Advisory Board
TERM: 4 years
APPOINTED BY: City Council
FINANCIAL DISCLOSURE: Not Required
RESIDENCY REQUIREMENT: City of Clearwater
SPECIAL QUALIFICATIONS: None
MEMBERS: 7
CHAIRPERSON: Paul Kelley
MEETING DATES: 2nd Wed., 8 am
PLACE: Marina
APPTS. NEEDED: 1
THE FOllOWING ADVISORY BOARD MEMBER(S) HAVE TERMS WHICH EXPIRE AND NOW REQUIRE
EITHER REAPPOINTMENT FOR A NEW TERM OR REPLACEMENT BY A NEW APPOINTEE.
1. Bob Clark - 320 Island Way #603, 33767 - Self-Employed/Clearwater Printing Inc.
Appointed at 01/18/07 meeting
Not able to serve/changed his mind
THE FOllOWING NAMES ARE BEING SUBMITTED FOR CONSIDERATION TO Fill THE ABOVE
VACANCIES:
1. Tom Calhoun - 2421 Old Coach Trail, 33765 - Realtor
(Currently serving on the Airpark Advisory Board)
2. Donald O. McFarland - 108 S. Hercules Ave., 33765 - lawyer
Zip codes of current members on board:
1 at 33755
2 at 33761
3 at 33767
Item # 15
Attachment number 2
REC!IVED
Name:
JAN 2 9 2004
CITY OF CLEARWATER -APPLICATION FOR ADVISORY BOAROSL R
( t b CI t 'd t) .000000CJA ECORDS AND
_______ /l) mu~/ earwa er rest en LEGISLATIVE SRVCS DEPT
/ cfM VC//UervN
Home Address: /
-;2 f/ c2/ Vi!c/ &tfC f;i 7 /
(!//..ea~ Zip ~1)6-.S---
Telephone: 7.:2 ) "'/ / d. 9/.? .;L
How long a resident of Clearwater?
Occupation: ~ --ea I h,,-
Field of Education:
c:~~/
,--,
,I
~
/1-zl Zip -.fl;>,{?
~.J.;> r J'/~/
>'f,t... ;
If retired, former occupation:
Community Activities:
2/.-J&, >>lo
O~~r Interests:
Service (current and past):
r ~ tJC- 121./ J'l v.' JC..../ .2 /lJ 1.
i
ha./Q4'C/~." ./ --1r"'r t//c~./
Board Preference:
Sign~
See attached list for boards that require Financial Disclosure at time of appointment.
Please return this application & board questionnaire for each board listed to:
City Clerk's Department, P. O. Box 4748, Clearwater, FL 33758-4748 or drop off at City Hall, 2nd
Floor, 112 S. Osceola Avenue
VIS
(QrK- ( ,J- RbC
~/ h }</UC /kk"..s/ffA'(J6'C! -2C/[J l
~
Date:
/~...2 ~ ~cY{:J y
Additional Comments:
Item # 15
07!0g!2004 12:17
1 727712g1 73
TOM CALHOUN
AttaE'~t nJMber 2
Page 1 of 1
BOARD QUESTIONNAIRE
1. What is your understanding of the board's duties and responsibilities?
::-;;)' r~~/~w all JHQr//;/~ {J'(!,~;;itp~ J~d~
)IV r!.~I?1,p~f;;;r;-,' (Jill >>Ik~.. 7h ~~ /5Svt:;?j h/'~",y
L St<~~'~~~ Ii.. ~:!~ ~~~ Yh-r~ ~
J11({r/N&( s: ) / {/~ j~ttc./ /7{Y;{~~J-
2. Have you ever observed a board meeting either in person or on C-View, the City's
1V station?
Aft!.
,-,
...t-
tCt y".,( /'~a.c/~ ./,)4~ ~/~"~..r
IS-, ~ ~
3. What background andlor qualifications do you have that you feel would qualify you
to serve on this Board?
~ / / / . > ',/ ~
. t/~ S.o..(/'cLd tJN Z. ch4.,...~r- ~th#""'/~J/d~S' / ('/~..........~_~_
;( ;;: t[li..;~~:;; ;jLd};;~:::~
(' ~ur~.- /d~.. t1J~""~": &...7 .;)<7JI A;{V4!.
q, t/lkl-.- a,f ~ ,<::::.,~~...- i}~ 2Vf-~ .wr4
S;'I%-,4~. r7
4. Why do you want to serve on this Board?
C 1Jj(j~J-tJ Oi/r..eJ.- io€ t2r'-f..6--r" MdP"/~ /''e>.>~~r CJ.~
~<I"~ a,t: iI.~ au~~r s;. '7' (" ~ 0";;,,< ,""':'?
ddL fltvJ i-L< htPu/d /) r~ct.' /
I
Item # 15
07/09/2004 12:17 17277129173 TOM CALHOUN
< Name 7t~, (-nM) c.~#
Board Name: /III4f2JAJr ~5~!f kffii'-/J
PAGF 0":1
Attachmei'il numDer 2
Page 1 of 1
Item # 15
Attachment number 3
Page 1 of 1
CITY OF CLEARWATER - APPLICATION FOR ADVISORY BOARDS
(must be Clearwater resident)
Name:
DonAld O. McFarland
Home Address:
Office Address:
108 S. Hercules Ave.
311 S. Missouri Ave.
Clearwater, FL
Zip 33765
Clearwater, FL
Zip 33756
Telephone: 727-446-8952
Cell Phone:
Telephone: 72 7 -461-1111
E-mail Address:
How long a resident of Clearwater?
Occupation: Lawyer
Field of Education:
76 years
Employer: Self
Other Work Experience:
If retired, former occupation:
Community Activities: Civil Service Board Clearwater
Marine Advisory Board Clearwater
Other Interests:
Board Service (current and past):
Board Preference:
Marine Advisory Board
Additional Comments:
-orb
S attached list for bo s th require financial disclosure at time of appointment. Please return
is 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.
fO)l ~ @ ~ ~ WI ~ rm
ln1 AUG I 4 Lmi l!J)
Item # 15
Attachment number 3
Page 1 of 1
::.,.
BOARD QUESTIONNAIRE
1.
What is your understanding of the board's duties and responsibilities?
Review. originate and advise on Marine matters.
2. Have you ever observed a board meeting either in person or on C-View, the
City's TV station?
Sure
3. What background and/or qualifications do you have that you feel would qualify
you to serve on this Board?
Life long interest in Marine activities.
4. Why do you want to serve on this Board?
Appreciation of Board functions in the past and desire to help in
the future.
Name:
Board Name:
Item # 15
Meeting Date:2/26/2007
Work Session
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
Continue second reading of Ordinances 7784-07, 7785-07, 7786-07, approving the Petition for Annexation, Future Land Use Plan
Amendment and Zoning Atlas Amendment for 205 North Belcher Road ((M/B 33/12, Lot 2,30, & 29 Block D, Temple Terrace
Subdivision in Section 7, Township 29 South and Range 16 East)to April 4, 2007.
SUMMARY:
Review Approval: 1) Clerk
Cover Memo
Item # 16
SUBJECT / RECOMMENDATION:
Beachwalk Update
SUMMARY:
Meeting Date:2/26/2007
Work Session
Council Chambers - City Hall
Review Approval: 1) Clerk
Cover Memo
Item # 17
SUBJECT / RECOMMENDATION:
Other Council Action
SUMMARY:
Meeting Date:2/26/2007
Work Session
Council Chambers - City Hall
Review Approval: 1) Clerk
Cover Memo
Item # 18
Meeting Date:2/26/2007
Work Session
Council Chambers - City Hall
SUBJECT / RECOMMENDATION:
Proclamation: Poppy Day - Gigi Janesik, American Legion Auxiliary
SUMMARY:
Review Approval: 1) Clerk
Cover Memo
Item # 19