09/28/2015Monday, September 28, 2015
1:00 PM
City of Clearwater
City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
Council Chambers
Council Work Session
Work Session Agenda
September 28, 2015Council Work Session Work Session Agenda
1. Call to Order
2. Presentations
Service Awards - September2.1
3. Office of Management and Budget
Approve the Second Amendment to the Interlocal Agreement with
Pinellas County to extend the Local Option Fuel Tax Distribution through
December 31, 2027 and authorize the appropriate officials to execute
same. (consent)
3.1
4. Economic Development and Housing
Approve a five-year Management Agreement between the City and the
Clearwater Regional Chamber of Commerce (CRCC) for the CRCC to
provide visitor information services at the Clearwater Beach Visitor
Information Center (VIC) for the period of October 1, 2015 through
September 30, 2020 at a cost not to exceed $50,000 per year, and
authorize the appropriate officials to execute same. (consent)
4.1
Approve a one-year Grant Funding Agreement, in the amount of
$179,778 between Jolley Trolley Transportation of Clearwater, Inc. and
the City of Clearwater for the operation of transportation and trolley
service on Clearwater Beach, Island Estates and Sand Key (Beach
Route) and the Coastal Route, and authorize the appropriate officials to
execute same. (consent)
4.2
5. Finance
Approve an extension to the existing banking services agreement with
Bank of America, N.A., with revised pricing per Exhibit I, for a
not-to-exceed amount of $140,000 for a one-year period, October 1,
2015 to September 30, 2016, and authorize the appropriate officials to
execute same. (consent)
5.1
6. Gas System
Approve a Facility Encroachment Agreement with CSX Transportation,
Inc. for the installation of an underground natural gas main in the CSX
right-of-way and authorize the appropriate officials to execute same.
(consent)
6.1
Page 2 City of Clearwater Printed on 9/28/2015
September 28, 2015Council Work Session Work Session Agenda
Award contracts (blanket purchase orders) per Invitation to Bid Number
53-15, in the total annual amount of $2,000,000 for the purchase of
diaphragm gas meters, regulators, rotary gas meters, and gas
regulators, as required by Clearwater Gas System, for a one-year term,
October 1, 2015 through September 30, 2016, and two one-year
extension periods, and authorize the appropriate officials to execute
same. (consent)
6.2
7. Parks and Recreation
Approve contract (blanket purchase order) for tree removal services to
O'Neil's LLC, dba O'Neil's Tree Service, in the annual amount of
$125,000 (Invitation to Bid 50-15), and two, one-year renewal terms at
the City's option and authorize the appropriate officials to execute same.
(consent)
7.1
Approve a proposal by Construction Manager at Risk Certus Builders of
Tampa, Florida, in the amount of $598,210.00 for the renovation and
construction of a press box/restroom building at Eddie C. Moore Fields 8
and 9, located adjacent to and west of Eisenhower Elementary School,
and authorize the appropriate officials to execute same. (consent)
7.2
Approve a one-year Agreement with Juvenile Welfare Board and the
City of Clearwater for funding of youth programs, including an increase
in 0.6 Full Time Equivalent (FTE) to conduct the program, approve a first
quarter budget amendment of $345,924 into 181-99872, and authorize
the appropriate officials to execute same. (consent)
7.3
Review and approve the proposed sculpture collection for Sculpture360:
Season VII - Art in the Cleveland Street District. (consent)
7.4
8. Police Department
Approve a $135,000 increase in the Pinellas County Sheriff’s Office
Agreement for Fiscal Year 2014/2015, from $406,175.40 to
$541,175.40, due to excess services rendered above the proposed
amount presented to Council on September 18, 2014. (consent)
8.1
9. Engineering
Award a contract (blanket purchase order) to Pinellas County Solid
Waste in the amount of $250,000 for the disposal of solid waste at the
Pinellas County waste to energy plant/landfill from October 1, 2015
through September 30, 2016, as provided in the City’s Code of
Ordinances, Section 2.564 (1)(d), Services provided by Other
Governmental Entities, and authorize the appropriate officials to execute
same. (consent)
9.1
Page 3 City of Clearwater Printed on 9/28/2015
September 28, 2015Council Work Session Work Session Agenda
Award a construction contract to Adkins Contracting, Inc., of Ruskin, FL,
for the 2015 Underdrain Project (15-0022-EN) in the amount of
$1,195,854.00 based on unit prices for the initial one-year term with an
option for one two-year term extension; and authorize the appropriate
officials to execute same. (consent)
9.2
Award a construction contract to Steve’s Excavating and Paving Inc. of
Clearwater, Florida, in the amount of $393,114.04, for Berkley Place
Drainage Improvements Project (14-0037-EN) which is the lowest
responsible bid received in accordance with the plans and
specifications, and authorize the appropriate officials to execute same.
(consent)
9.3
Award a construction contract to Kenny Construction Company, of
Northbrook, IL, for the 2015 Stormwater Pipe Lining Project
(15-0023-EN) in the amount of $1,614,305.00 based on unit prices for
the initial one-year term with an option for one two-year term extension;
and authorize the appropriate officials to execute same. (consent)
9.4
Approve Supplemental Work Order 2 to Engineer of Record (EOR),
McKim and Creed, Inc., in the amount of $179,825.00 for the Inflow and
Infiltration Flow Reduction Project (15-0004-UT); and authorize the
appropriate officials to execute same. (consent)
9.5
10. Fire Department
Award a contract (purchase order) to Pierce Manufacturing Inc. of
Appleton, WI in the amount of $549,750.00 for the purchase of one new
Pierce Heavy Duty Velocity Pumper in accordance with Sec. 2.564(1)
(d), Code of Ordinances, Other governmental bid, and authorize
appropriate officials to execute same. (consent)
10.1
11. Information Technology
Award a contract (Purchase Order) to Verizon Wireless for basic
cellular/smart phones and mobile data services for the period of
November 1, 2015 through October 31, 2016 in an amount not to
exceed $360,000 in accordance with Sec 2.564 (1) (d), Code of
Ordinances, under State Contract DMS-1011-008C, and authorize the
appropriate officials to execute same. (consent)
11.1
Approve a purchase order (contract) to Oracle America, Inc., Redwood
Shores, CA for the period of October 1, 2015 through September 30,
2016 for software maintenance at a cost not to exceed $219,911 in
accordance with Sec. 2.564(1) (b) Code of Ordinances, sole source,
and authorize the appropriate officials to execute same. (consent)
11.2
12. Marine & Aviation
Page 4 City of Clearwater Printed on 9/28/2015
September 28, 2015Council Work Session Work Session Agenda
Approve a Second Amendment to the Marina Cantina Restaurant Lease
Agreement between Marina Cantina, LLC and the City of Clearwater,
amending paragraph 16 to extend the restaurant open date by three
months to January 1, 2016, and authorize the appropriate officials to
execute same. (consent)
12.1
13. Public Utilities
Award a contract (blanket purchase order) to W.W. Grainger, Inc.
(Grainger) of Clearwater, FL in the annual amount of $175,000, for the
purchase of MRO (Maintenance and Repairs Operations) Supplies and
Related Services, as needed, for a one-year period, and authorize the
appropriate officials to execute same. (consent)
13.1
14. Solid Waste
Award a contract (purchase order) to Pinellas County Solid Waste for an
operating expenditure of $3,900,000 for the disposal of solid waste at
the Pinellas County waste-to-energy plant/landfill for the period October
1, 2015 through September 30, 2016 as provided in the city’s Code of
Ordinances, Section 2.564 (1) (d), Services provided by Other
Governmental Entities, and authorize the appropriate officials to execute
same. (consent)
14.1
Award a contract (purchase order) to Waste Management Inc. of
Florida, for operating expenditures in the amount of $400,000 for the
disposal of solid waste at their site for the period October 1, 2015
through September 30, 2016, as provided in the City’s Code of
Ordinances, Section 2.561, and authorize the appropriate officials to
execute same. (consent)
14.2
Amend the Clearwater Code of Ordinances, Appendix A - Schedule of
Fees, Rates and Charges, and pass Ordinance 8775-15 on first reading.
14.3
Approve selection of J. Kokolakis Contracting, Inc. of Tarpon Springs,
FL as the Construction Manager at Risk (CMR) for the proposed Solid
Waste Transfer Station construction project (15-0007-SW). (consent)
14.4
15. Legal
Request for authority to institute a civil action on behalf of the City
against Diamond Directional Drilling, LLC, to recover $2,888.18 for
damages to City property. (consent)
15.1
Adopt Ordinance 8756-15 on second reading, annexing certain real
property whose post office address is 1214 Aloha Lane, Clearwater,
Florida 33755, into the corporate limits of the city and redefining the
boundary lines of the city to include said addition.
15.2
Page 5 City of Clearwater Printed on 9/28/2015
September 28, 2015Council Work Session Work Session Agenda
Adopt Ordinance 8757-15 on second reading, amending the future land
use plan element of the Comprehensive Plan of the city to designate the
land use for certain real property whose post office address is 1214
Aloha Lane, Clearwater, Florida 33755, upon annexation into the City of
Clearwater as Residential Urban (RU).
15.3
Adopt Ordinance 8758-15 on second reading, amending the Zoning
Atlas of the city by zoning certain real property whose post office
address is 1214 Aloha Lane, Clearwater, Florida 33755, upon
annexation into the City of Clearwater, as Low Medium Density
Residential (LMDR).
15.4
Adopt Ordinance 8759-15 on second reading, annexing certain real
property whose post office addresses are 2122 and 2148 Burnice Drive,
all in Clearwater, Florida 33764, together with certain right-of-way of
Burnice Drive, into the corporate limits of the city and redefining the
boundary lines of the city to include said addition.
15.5
Adopt Ordinance 8760-15 on second reading, amending the future land
use plan element of the Comprehensive Plan of the city to designate the
land use for certain real property whose post addresses are 2122 and
2148 Burnice Drive, all in Clearwater, Florida 33764, upon annexation
into the City of Clearwater as Residential Low (RL).
15.6
Adopt Ordinance 8761-15 on second reading, amending the Zoning
Atlas of the city by zoning certain real property whose post addresses
are 2122 and 2148 Burnice Drive, all in Clearwater, Florida 33764, upon
annexation into the City of Clearwater, as Low Medium Density
Residential (LMDR).
15.7
16. City Manager Verbal Reports
17. City Attorney Verbal Reports
18. New Business (items not on the agenda may be brought up asking they be
scheduled for subsequent meetings or work sessions in accordance with Rule 1,
Paragraph 2).
19. Closing Comments by Mayor
20. Adjourn
21. Presentation(s) for Council Meeting
2015 Fire Prevention Week Proclamation21.1
Page 6 City of Clearwater Printed on 9/28/2015
September 28, 2015Council Work Session Work Session Agenda
Florida League of Cities/Florida Business Watch City Catalyst Grant /
$1500 Award to City of Clearwater
21.2
Hispanic Heritage Month Proclamation - Mrs. Sandra Lyth, CEO for the
InterCultural Advocacy Institute
21.3
Florida Native Plant Month Proclamation - Jan Allyn, Chapter
Representative of the Pinellas Chapter of the Florida Native Plant
Society
21.4
Public Natural Gas Week Proclamation - Chuck Warrington,
Clearwater Gas Director
21.5
Page 7 City of Clearwater Printed on 9/28/2015
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1588
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: PresentationIn Control: Council Work Session
Agenda Number: 2.1
SUBJECT/RECOMMENDATION:
Service Awards - September
SUMMARY:
5 Years of Service
William Olive Police
Ann Marie Knight Finance
David Porter Public Utilities
Eric Kelly Public Utilities
Dale Marion Public Utilities
Sheri’ Bowers Finance
Robert Birdwell Solid Waste
10 Years of Service
Bruce Griffin Gas
Kelly Rogers Parks and Recreation
Pietro Mattiace General Services
Jeff Roberts Fire
Benjamin McBride Fire
Christopher Maine Fire
Fred Morris Fire
Nathaniel Brooks Fire
Brian Philbin Police
Ruth Jansen Police
15 Years of Service
Scott McGrail Fire
Gordon Wills Marine & Aviation
Ronald Rice Solid Waste
20 Years of Service
Andre Lambert Parks and Recreation
David Stewart Public Utilities
Wilfred Jones Solid Waste
Page 1 City of Clearwater Printed on 9/28/2015
File Number: ID#15-1588
Al Hinson Fire
25 Years of Service
Michael Kuchurik Police
John Insco Police
30 Years of Service
Karen Smoak Utility Customer Service
Donald Davis Information Technology
Kelly O’Brien Engineering
Brian Stratton Public Utilities
John Allen Public Utilities
Page 2 City of Clearwater Printed on 9/28/2015
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1719
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Office of Managment & Budget
Agenda Number: 3.1
SUBJECT/RECOMMENDATION:
Approve the Second Amendment to the Interlocal Agreement with Pinellas County to extend
the Local Option Fuel Tax Distribution through December 31, 2027 and authorize the
appropriate officials to execute same. (consent)
SUMMARY:
The existing six cent Local Option Fuel Tax (LOFT) is scheduled to sunset December 31,
2017. The Board of County Commissioners has indicated that it will favorably consider
extending the authorization for an additional 10 years through December 31, 2027.
The Second Amendment to the Interlocal Agreement is drafted by the County Attorney’s
Office. This amendment revises the agreement to correspond with the proposed extension of
the levy and maintains the current distribution between the County and the municipalities,
whereas the County share of the total distribution is 60% and the municipal share is 40%.
Prior to 2007, the distribution was 75% County and 25% cities.
The City’s LOFT receipts are used to fund transportation expenditures as authorized by
Florida Statute 336.025. In the fiscal year 2015/16 budget, we estimate receiving $1,472,080
in LOFT revenues to fund the following capital improvement projects: Bridge Maintenance
and Improvements, Traffic Calming Program, City-Wide Intersection Improvements, Signal
Renovation, and Intersection Improvements.
Page 1 City of Clearwater Printed on 9/28/2015
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1713
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Economic Development & Housing
Agenda Number: 4.1
SUBJECT/RECOMMENDATION:
Approve a five-year Management Agreement between the City and the Clearwater Regional
Chamber of Commerce (CRCC) for the CRCC to provide visitor information services at the
Clearwater Beach Visitor Information Center (VIC) for the period of October 1, 2015 through
September 30, 2020 at a cost not to exceed $50,000 per year, and authorize the appropriate
officials to execute same. (consent)
SUMMARY:
The VIC, built in 2002, is located adjacent to the Pier 60 playground on Clearwater Beach just
west of the Clearwater Beach Municipal Marina. The center is a 15 ft. x 20 ft. air-conditioned
concrete block structure of tropical seascape design compatible with existing beach buildings.
The Economic Development and Housing Department is the owner of the building. The VIC
building will be provided to the operator rent-free and shall be open to serve the public seven
days a week excluding specific holidays. The City’s Building and Maintenance Division will
maintain the structural integrity of the building.
The City released Request for Proposal (RFP) 51-15 on June 3, 2015 seeking an
operator/management firm to provide public information services at the Clearwater Beach VIC.
The City received two strong proposals from the Clearwater Regional Chamber of Commerce
and the Clearwater Beach Chamber of Commerce.
The Selection Committee, made up of Robin Sollie, President/CEO of Tampa Bay Beaches
Chamber of Commerce; Michele Routh, St. Pete-Clearwater Airport Public Relations Director;
Janeche Petrou, Retired Tourism Professional; Joelle Castelli, Director, Public
Communications; and Geri Campos Lopez, Director, Economic Development and Housing,
met on August 3, 2015 to review both proposals with oral presentations taking place on
August 18, 2015. The interview and committee discussions were open to the public and
applicant representatives attended these sessions.
The Selection Committee unanimously recommended the CRCC as the VIC vendor due to
their experience and activity beyond the beach, using all paid, long-tenured staff to run the
center, transparent fundraising proposal with no differentiation in advertising pricing between
chamber members and non-members, and their relationships/partnerships with the
community.
Staff then negotiated the Management Agreement including a scope of services summarized
below. The CRCC will act as a concierge service, providing quality service and information to
the visitors to Clearwater. Information provided will include, but not be limited to,
accommodation referrals, restaurant and attraction information, parking and traffic,
transportation services, directions and maps, parks and recreation information, water
Page 1 City of Clearwater Printed on 9/28/2015
File Number: ID#15-1713
temperatures, weather forecasts, entertainment venues, events in Coachman Park and
elsewhere, sporting events, location of human services such as hospitals and pharmacies,
City services such as the library, marina, Sailing Center, etc. The center will house rack cards
and display space for advertisers. The focus is to promote the center’s advertisers,
Clearwater businesses and events of interest in Clearwater first and foremost, then events in
and around Pinellas County and Tampa Bay.
It is the goal of the City to provide a Beach VIC that is self-sustaining. Therefore, the CRCC
will be allowed to sell advertisements and immediate visitor needs and approved sundry items,
i.e. maps, event tickets, etc.
The CRCC will furnish the City with quarterly reports of activities. Each report is to identify the
visitor traffic numbers, computer usage on the part of the visitors and telephone calls taken.
The report will also include a list of current advertisers, visitor service trends, visitor requests
and concerns, the costs of such service, and commentary on the viability, effectiveness, and
trends affecting the VIC. As part of the quarterly reporting requirement, the CRCC will provide
a financial summary that details merchandising, advertising sales, and other activities in
separate categories. The City may request additional reports if desired to monitor annual
objectives and performance.
The VIC will maintain a Guest Book/Comment Cards to gather visitor profiles. The center will
provide a computer for visitors to check e-mails and other internet usage. The VIC will
address visitor complaints and act as a liaison to local businesses to ensure return visitation.
In addition, it is the intent of the CRCC to refresh/remodel the BVIC. Staff will work with the
CRCC on these improvements to the VIC in Fiscal Year 15-16.
In summary, the Chamber has operated the VIC for the past thirteen years, and continuing to
do so provides continuity of tourism services already established with the City, the community
and Clearwater’s visitors. The CRCC has strong relationships with the City, other Chambers
of Commerce, the Tampa CVB, Visit St. Pete Clearwater (Pinellas County Convention and
Visitors Bureau), other local welcome centers, and area businesses both involved with and not
involved with the VIC. Those relationships enable the CRCC to meet and exceed the needs
and expectations of our visitors. Through CRCC’s operation of the VIC, they have increased
return visitation by providing quality service and information, they have influenced the length of
a visitor’s stay, either during a current trip or in the future, and they have increased tax
revenue through the above, all of which provides economic return to the City of Clearwater.
Staff recommends approval of the Management Agreement.
APPROPRIATION CODE AND AMOUNT:
0010-09216-530300-552-000-0000 - $250,000 over five years/$50,000 per year
USE OF RESERVE FUNDS:
N/A
Page 2 City of Clearwater Printed on 9/28/2015
[GM15-9216B-025/174364/1]Page 1of 11
MANAGEMENT AGREEMENT
This Agreement is made and entered into this ____ day of __________2015,
between the City of Clearwater, hereinafter referred to as the City, P.O. Box
4748, Clearwater, Florida 33758-4748, and Clearwater Regional Chamber of
Commerce, Inc., 600 Cleveland Street, Suite #200, Clearwater, Florida 33755,
hereinafter referred to as the Agency.
WHEREAS, the City desires to provide visitor information services at the Visitor
Information Center (“VIC”) adjacent to the Pier 60 Playground on Clearwater
Beach; and
WHEREAS, the Agency has established programs that provide information
services for Clearwater; and
WHEREAS, the Agency had the most responsive proposal to RFP #51-15,
NOW, THEREFORE, the parties agree as follows:
1. License Terms and Consideration.
a)The term of this Agreement shall be for a period of five (5) years (“Initial
Term”) commencing on October 1st, 2015 (“Effective Date” or
“Commencement Date”) and continuing through September 30th, 2020
(“Termination Date”) unless earlier terminated under the terms of this
agreement. This Agreement may be extended for a maximum of three (3)
additional one-year periods, under the same terms and conditions by the
mutual written agreement of both parties. In consideration of City
entering into this Agreement with Agency, Agency covenants with City that
Agency shall unequivocally, timely and without reservation, comply with
the terms and conditions and meet service level requirements as set out in
EXHIBIT “A”. Agency’s failure to timely comply with any of the obligations
hereunder during the term of this Agreement shall be deemed a material
default resulting in termination of this Agreementas hereinafter set forth.
That the City does hereby grant an exclusiverevocable license (the
“License”)to the Agency to enter upon and occupy the Beach Visitor
Information Center, 1 Causeway Blvd., Clearwater, Florida (“BVIC”). Such
property shall hereinafter be referred to as the “Licensed Premises” or the
“Premises”. This License is not coupled with an interest and this License
does not create any property interest in the Agency.
b)It is expressly agreed between the parties that this Agreement shall not be
assignable to any other person, firm or corporation without the express
written consent of the City, which consent may be granted or denied in the
sole discretion of the City.
[GM15-9216B-025/174364/1]Page 2of 11
c)The Agencyshall not makeany structural alterations or modifications or
improvements which are part of the Licensed Premiseswithout the written
consent ofthe City, and any such modifications or additions to said
property shall become the property of the Cityupon the termination ofthis
Agreementor, at City’soption, the Agencyshall restore the Licensed
Premisesat Agency’sexpense to its original conditionat the time of
approval of said alteration or modifications. The restrictions of this
paragraph shall not apply to maintenance of the Licensed Premises, but
shall apply to any change which changes the architecture or purpose of
the property or which changes any of the interior walls of the
improvements or which annexes a fixture to any part of the Licensed
Premiseswhich cannot be removed without damage thereto. Agencyshall
have no power or authority to permit mechanics’ or materialmen's liens to
be placed upon the LicensedPremisesin connection withmaintenance,
alterations or modifications. Agencyshall, within fifteen (15) days after
notice from City, discharge any mechanic's liens for materials or labor
claimed to have been furnished to the Premiseson Agency’sbehalf. Not
later than the last day of the term Agencyshall, at Agency’sexpense,
remove all of Agency’spersonal property and those improvements made
by Agencywhich have not become the property of City, including trade
fixtures and the like. All property remaining on the Premises after the last
day of the term of this Agreementshall be conclusively deemed
abandoned and may be removed by Cityand Agencyshall reimburse City
for thecost of such removal.No permanent structure shall be removed
from the Premises or materially altered except with written consent of the
City and all persons, firms or corporations are expressly called upon to
take due notice of the requirements of this Agreement. Notwithstanding
the foregoing, the Agency shall be permitted to make certain upgrades to
the interior of the premises, which upgrades shall be approved in writing
by the City Manager or his designee.
d)The City reserves at all times during the term of this Agreement or any
extension or renewal thereof the continuing right to utilize any portion of
the premises for laying and maintaining utility lines orfacilities, including
roads, or other necessary rights of way, provided, however, the City shall
use its best efforts to adopt such route or routes as will be reasonable and
economically feasible to minimize interference with the purposes of this
Agreement.
2.Services to be Provided: The Agency shall provide at a minimum the
services described in Exhibit A. In addition, operational requirements are
detailed in Exhibit A.
3.Area to be Served: Services rendered through this Agreement shall be
provided within the limits of the City of Clearwater and shall begin on October 1,
2015.
[GM15-9216B-025/174364/1]Page 3of 11
4.Use of Clearwater Beach Visitor’s Information Center:
a)No Illegal Use. The Agency promises and agrees that it will make no
unlawful, improper or offensive use of the premises. Further, the Agency
understands and agrees that this provision specifically prohibits, among
other acts, the sale, consumption or use of alcoholic beverages or
controlled substances.
b)Property Use. It is understood between the parties that the real property,
which is the subject of this Agreement, will not be used in any manner
other than as a Visitor Information Center.
c)Rules for Use. Equal opportunity for Chamber members and non-
Chamber members will be followed for promotional opportunities and no
unfair or dubious transactions shall take place. In addition, the Agency will
not directly compete with other localbusinessesfrom the premises, other
than as to the services to be provided hereunder. Items for sale shall
include items for visitors’ immediate needs, such as attraction tickets, and
maps. Additional items for sale will be permitted subjectto approvalby
the City.
d)Inspection by City. The Agency understands and agrees that the
premises may be entered and inspected at any time by the City’s officers,
agents and employees.
e)General Adherence to City Ordinances and Other Law. The Agency
promises to observe all City rules and ordinances. The Agency will
comply with the requirements of the AmericansWith Disabilities Act and
all other applicable laws; except, however, the Agency shall not be
responsible for any improvements necessary to comply with said laws.
5.Maintenance of the Premises by the Agency.
a)Maintenance.The Agency shall maintain the premises in a neat and
clean condition, consistent with the condition, as it exists on the effective
date of this Agreement. The Agency will maintain the VIC building in
good, clean condition, free of debris. Capital and other major maintenance
to preserve the structural integrity of the building and building systems
such as lights, electrical circuits and air conditioning shall be the
responsibility of the City.
b)Repair of Damage. The Agency understands and agrees that it is
responsible for and will cause to be repaired at the Agency’s expense
willful damage to the premises.
[GM15-9216B-025/174364/1]Page 4of 11
6.Payment of Fees and Taxes.The Agency shall obtain all required
permits and licensesat its own expense. The Agency is a tax-exempt
organization. Should the property or activities conducted on the property
become subject to taxes, the Agency shall be responsible therefore.
7.Scheduled Reports of Agency Activities: The Agency shall furnish the
City’sCity Manager and Economic Development and Housing Department with
quarterly reports of activities conducted under the provisions of this Agreement.
Each report is to identify the number of clients served, the costs of such service,
and commentary on the viability, effectiveness, and trends affecting the VIC. As
part of the quarterly reporting requirement, the Agency will provide a financial
summary that details merchandising, advertising sales, and other revenue and
expenditure activities in separate categories. The City may reasonably request
additional reports if desired to monitor annual objectives set by the Agency.
8.Use and Disposition of Funds Received: Funds received by the
Agency from the City shall be used to pay for the costs and services as further
described in Exhibit A. Funds existing and not used for this purpose at the end of
this Agreement term shall be deemed excess to the intended purpose and shall
be returned to the City within forty-five (45) days of demand.
9.Creation, Use, Maintenance, and Accounting of Financial Records:
a)Creation of Records: The Agency shall create and maintain financial
and accounting records, books, documents, policies, practices,
procedures and any information necessary to reflect fully the financial
activities of the Agency. Such records shall be available and accessible at
all times for inspection, review, or audit by authorized City representatives.
A quarterly activities financial statement will be required as part of the
reporting requirements (Section 7 above).
b)Use of Records: The Agency shall produce such reports and audits as
required by the City to document the proper and prudent stewardship and
use ofthe monies received through this agreement.
c)Maintenance of Records: All records created hereby are to be retained
and maintained for five (5) years following the termination of this
Agreement or as otherwise required by law.
d)Accounting: The Agency willmaintain separate and segregated
accounting records for all Beach Visitors Information Center transactions.
These accounting records will be available for inspection by authorized
City staff as specified in section 9(a) above.
[GM15-9216B-025/174364/1]Page 5of 11
e)In addition to all other contract requirements as provided by law, the
Agency agrees to comply with public records law specifically related tothis
Agreement, which include:
a.Keep and maintain public records that ordinarily and necessarily
would be required by the public agency in order to perform the
service being provided by the Agency hereunder.
b.Provide the public with access to public records on the same terms
and conditions that the public agency would provide the records
and at a cost that does not exceed the cost provided forin Chapter
119, Florida Statutes, as may be amended from time to time, or as
otherwise provided by law.
c.Ensure that the public records that are exempt or confidential and
exempt from public records disclosure requirements are ot
disclosed except as authorized by law.
d.Meet all requirements for retaining public records and transfer, at
no cost, to the public agency all public records in possession of the
Agency upon termination of the contract and destroyany duplicate
public records that are exempt or confidential and exempt from
public records disclosure requirements. All records stored
electronically must be provided to the public agency in a format that
is compatible with the information technology systems of the public
agency.
The Agency herebyacknowledges and agrees that ifthe Agency does not
comply with a public records request, the public agency shall enforce the contract
provisions in accordance with the contract.
10.Nondiscrimination: The Agency agrees that no person shall, on the
grounds of race, sex, handicap, national origin, religion, maritalstatus or political
belief, be excluded from participation in, denied the benefit(s) of, or be otherwise
discriminated against as an employee, volunteer, or client of the provider.
11.Liability and Indemnification: The Agency shall act as an independent
contractor in the performance of this Agreement. The Agency agrees to assume
the risks, and hereby indemnifies the City for any and all liabilities arising in the
course of providing the services under this Agreement. The Agency agrees to be
fully responsible for its own real and personal property, and for its negligence,
and the negligence of its employees, volunteers, and agents. This
indemnification provision shall survive expiration or termination of this
Agreement.
[GM15-9216B-025/174364/1]Page 6of 11
12.Insurance: The Agency shall obtain at its own expense, and maintain
during the term of this Agreement, the insurance coverages set forth below:
a)Workers’ Compensation and Employers’ Liability –the Agency shall
procure and maintain for the life of this Agreement, Workers’
Compensation Insurance covering all Agency employees with limits
meeting all applicable state and federal laws. This coverage shall include
Employers’ Liability with limits meeting all applicable state and federal
laws.
b)Comprehensive General Liability Insurance –the Agency shall procure
and maintain General Liability Insurance. This coverage shall be on an
“occurrence” basis and shall include: Premises and Operations;
Independent Contractors; Products and Complete Operations and
Contractual Liability. Coverage shall be no more restrictive than the latest
edition of the Commercial General Liability policies of the Insurance
Services Offices. The minimum limits of coverage shall be $1,000,000per
Occurrence Combined Single Limit for Death, Bodily Injury, Liability and
Property Damage Liabilityand $2,000,000 general aggregate.
c)Business Automobile Liability –the Agency shall procure and maintain
Business Automobile Liability Insurance on any automobile owned,
leased, or operated by, or on behalf of, the Agency. The minimum limits
of coverage shall be $1,000,000per Occurrence Combined Single Limit
for Death, Bodily Injury Liability, and Property Damage Liability. This
coverage shall be an “Any Auto” type policy. Coverage shall be no more
restrictive than the latest edition of the Business Automobile Policies of the
Insurance Services Office.
d)Other Requirements:
a.The City shall be named as an additional insured in all liability
insurance policies required under this Agreement.
b.Copies of insurance certificates for all insurance required by the
agreement shall be furnished to the City RiskDepartmentprior to use of
the property, and copies of all insurance policies covering insurance
required by this agreement shall be furnished to the RiskDepartment
upon specific request of the City.
c.Insurance policies purchased and issued to the Agency as required
by this agreement shall not be suspended, voided, canceled, or
modified, except after thirty (30) days prior written notice provided to the
City.
[GM15-9216B-025/174364/1]Page 7of 11
13.Grant of Funds. The City shall allocate an annual amount nottoexceed
$50,000 dollars annually. The City may withhold funds if services are not
provided as described in this Agreement, and all allocations are subject to the
City’s annual budget approval process.
14.Payments: The funding shall be paid to the Agency on a quarterly basis
at the beginning of each quarter. The Agency will then reimburse the City at the
end of each quarter out of its net profits, if any, up to the City’s contribution
amount.
15.Computers and Other Equipment: The Agency is responsible for the
upkeep and maintenance of its computer equipment. The Agency is responsible
for providing all other operating equipment including printers, phones, fax
machines, etc. The Agency is also responsible for the upkeep of phone and
internet connections in the building. The furnishings in the Beach VIC are City
property, unless otherwise stipulated in interior renovations plans.
16.Parking: One space within the City’s Marina parking lot will be reserved
for Agency staff parking. All other employees will receive parking permits within
the City’s Marina lot that must be renewed once a year, or as otherwise
applicable under the City Code of Ordinances.
17.Utilities: The City will pay the utilities for the building.
18.Disclaimer of Warranties:This Agreement constitutes the entire
Agreement of the parties on the subject hereof and may not be changed,
modified, or discharged except by written Amendment duly executed by both
parties. No representations or warranties by either party shall be binding unless
expressed herein or in a duly executed Amendment hereof.
19. TERMINATION
a)For Cause: Material failure to adhere to any of the provisions of this
Agreement as reasonably determined by the City shall constitute cause for
termination. This Agreement may be terminated for cause with 30 days
prior written notice without any further obligation by either party, subject to
those provisions expressly intended to survive termination or expiration of
this Agreement. The Agency shall have an additional 10days after receipt
of written notice to remedy any material failure as determined by the City.
b)Notice Without Cause: Either party may terminate this Agreement by
giving the other party 90days written notice.
c)Disposition of Fund Monies: In the event of termination for any reason,
monies made available to the Agency but not expended in accordance
[GM15-9216B-025/174364/1]Page 8of 11
with this Agreement shall be returned to the City within forty-five (45) days
of demand.
d)Bankruptcy: Should the Agency hereinafter be adjudged bankrupt or
become insolvent or in any other way be financially unable to fulfill the
covenants of this Agreement, the City may at its option, terminate the
Agreement, as though for breach of any other covenant.
e)Insufficient Funds: In case the City has insufficient funds to run the
Beach VIC, and accordingly terminates this Agreement, the Agency shall
be released of all obligations hereunder, however, any liabilities accrued
beforethe termination date, or those provisions expressly intended to
survive,shall survive termination.
20.MISCELLANEOUS
It is agreed that time is of the essence of this Agreement. The failure of any
party to exercise any right or power given hereunder, orto insist upon strict
compliance by the other party with its obligations as set forth herein, shall not
constitute a waiver by such party of its rights to demand strict compliance with
the terms and provisions of this Agreement. The Agreement shall be binding
upon and inure to the benefit of the parties hereto and their respective
successors and assigns. This Agreement shall be governed by the laws of the
State of Florida.
21.NOTICE
Any notice required or permitted to be given by the provisions of this Agreement
shall be conclusively deemed to have been received by a party hereto on the
date it is hand-delivered to such party at the address indicated below (or at such
other address assuch party shall specify to the other party in writing), or if sent
by registered or certified mail (postage prepaid), on the fifth (5th) business day
after the day on which such notice is mailed and properly addressed.
a) If to City, addressed to City Manager, City of Clearwater, P.O. Box 4748,
Clearwater, Florida, 33758-4748,with copy to the Economic Development
and Housing Director.
b) If to Agency, addressed to President, Clearwater Regional Chamber of
Commerce, 600 Cleveland Street, Suite #200, Clearwater, Florida, 33755.
[GM15-9216B-025/174364/1]Page 9of 11
IN WITNESS WHEREOF, the parties have executed and delivered this
Agreement the day and year first above written.
Countersigned:CITY OF CLEARWATER, FLORIDA
____________________________________________________________
George N. Cretekos William B. Horne II
Mayor City Manager
Approved as to form:Attest:
____________________________________________________________
Laura Mahony Rosemarie Call, MPA, CMC
Assistant City Attorney City Clerk
Clearwater Regional Chamber of
Commerce, Inc.
By: _____________________________
Carol Hague
CEO/President
Attest:
________________________________
[GM15-9216B-025/174364/1]Page 10of 11
EXHIBIT A
The Agency shall run an efficient and effective Visitor Information Center and will
seek to become self-supporting.
Services To Be Offered:
Provide exceptional visitor services that meet and exceed the
expectations of our visitors. The focus is to promote the center’s
advertisers, Clearwater businesses and events of interest in
Clearwater first and foremost, then events in and around Pinellas
County and Tampa Bay.
The VIC will act as a concierge service, providing general
information to visitors as requested to ensure an enjoyable visit.
Information provided would continue to include, but not be limited
to; accommodation referrals, restaurant and attraction information,
transportation, traffic and parkingservices, directions and maps,
parks and recreation information, water temperatures, weather
forecasts, entertainment venues, events in Coachman Park and
elsewhere, sporting events, location of human services such as
hospitals and pharmacies, City services such as the library, marina,
Sailing Center, etc. VIC staff will provide visitor guides to visitors
who are interested in returning in the future. The center will house
rack cards and display space for advertisers.
Maintain a Guest Book wherein visitors are asked to provide such
information as the visitor’s origin (state/country), if it is a first visit, if
they flew or drove, related Orlando information, the length of stay,
where are they staying and if they already have reservations. The
center will provide a computer for visitors to check e-mails and
other internet usage.
Make comment cards available for the visitors to provide the City
with information on the overall stay, things they liked and disliked
and additional services the City might provide. The staff will
address visitor complaints and acts as a liaison to local businesses.
Staff will research what can be done to remedy a situation so as to
ensure the visitor is happy and will return.
Coordinate with the City of Clearwater Parks and Recreation
Department regarding upcoming events.
The Agency shall provide its BVIC staff with the tools necessary to
allow interpretations/translations from English into as many as 140
languages, during the agreed hours of operation of the BVIC-choice
of tool is at the discretion and expense of the Agency; essence of
this requirement is to meet the needs of visitors who speak
languages other than English.
Coordinate with Visit St. Pete/Clearwater on any coordinated
marketing efforts.
[GM15-9216B-025/174364/1]Page 11of 11
The Agency shall follow and cooperate as to all of the City’s public
and private partnerships.
Hours of Operation: The VIC will be open 361 days a year/7 days a week.
The VIC will be closed for New Year’s Day, Easter Sunday, Thanksgiving and
Christmas Day. The VIC will open daily at 8:30am, but closing hours will
depend upon the time of the year and day of the week. The VIC will be open
until 6pm February 1st through the Monday of Labor Day weekend. The VIC
will be open until 8pm on Fridays and Saturdays from the Friday of Memorial
Day weekend through the Saturday of Labor Day weekend. The VIC will be
open until 6pm from Tuesday after Labor Day through January 31st. The VIC
will adjust the hours of operation beyond the normal hours of operation at the
request of the City to meet and exceed the needs of visitors.
Staffing: Payroll, scheduling, and maintaining employees will be the
responsibility of the Agency. The Agency shall employ a full time Beach VIC
Manager and appropriate part-time staff. All persons who work at the center
will have proper licenses, permits,and qualifications to perform their duties.
Advertising:The Agency will not promote businesses outside of Clearwater
and its unincorporated enclaves that are in direct competition with businesses
in Clearwater. However, unique attractions outside of the City may be
promoted, such as Disney World, Busch Gardens, Sea World, museums,
historical tours, etc. The City will have the right to monitor and remove
advertisements that it deems, within its reasonable discretion harms local
businesses. The City will review this policy on an annual basis to determine if
it is still applicable. Any advertising questions should be directed to the
Economic Development and Housing Department for approval.
Emergency Plan: The Agency, in conjunction with the Economic
Development and Housing Department, will develop an Emergency Plan for
Hurricane Season, outlining steps to be taken if an evacuation is ordered.
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1714
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Economic Development & Housing
Agenda Number: 4.2
SUBJECT/RECOMMENDATION:
Approve a one-year Grant Funding Agreement, in the amount of $179,778 between Jolley
Trolley Transportation of Clearwater, Inc. and the City of Clearwater for the operation of
transportation and trolley service on Clearwater Beach, Island Estates and Sand Key (Beach
Route) and the Coastal Route, and authorize the appropriate officials to execute same .
(consent)
SUMMARY:
The Jolley Trolley Transportation of Clearwater, Inc. (Jolley Trolley) has been operating trolley
service throughout the Clearwater Beach, Island Estates, and Sand Key areas since 1982.
The non-profit’s mission is to reduce congestion and improve mobility in this area for both
tourists and residents. In addition, the Jolley Trolley has become a tourist venue that
differentiates Clearwater Beach from other beaches in the area. The Jolley Trolley expects to
transport over 200,000 passengers for Fiscal Year (FY) 2015-16, not including Clearwater
Marine Aquarium passengers.
This fiscal year, the Jolley Trolley had 825,000 riders, a 58% increase in ridership due to the
Clearwater Marine Aquarium. Clearwater Beach had a healthy 5.3% ridership increase. The
Jolley Trolley currently has a fleet of 23 trolleys with an average age of 8.5 years.
The Jolley Trolley accomplishments for FY 2014-15 are:
·Increased beach route ridership by 5.3% over prior year;
·Added four new trolleys to the fleet;
·Revised Coastal Map and Guide to include Safety Harbor, currently distributing 60,000
copies. The Jolley Trolley Clearwater Map continues to be the No. 1 map used by
concierges on the beach; and
·Re-certified all drivers on ADA sensitivity and hands-on training was provided on
proper loading of wheel chairs and safety tie downs.
Jolley Trolley’s overall plans for FY 2015-16 include:
·Will begin enhancement of the Jolley Trolley’s technology;
·Advertising program will be evaluated to see what changes or modifications will need
to be made for today’s advertiser;
·A new website will be rolled-out in the first quarter;
·Offices will relocate to the North Myrtle Avenue location for cost savings in rent and all
employees will now be located in one spot;
·Succession Planning continues to attract employees that see the Jolley Trolley as a
career, rather than just a job; and
·Will continue to maintain the Jolley Trolley’s Capital Expenditure Strategy that allows
for the continued refurbishment of the fleet of trolleys.
The grant amount for FY 15-16 is $179,778 for the beach and coastal routes. This amount
Page 1 City of Clearwater Printed on 9/28/2015
File Number: ID#15-1714
represents a 7.6% overall increase; the first increase since FY 11-12. The new hourly rate for
operations is $60.75, a 7.9% increase from the three previous years. Also, the total hours of
9,608 include a projected decrease of 782 hours compared to FY 14-15 due to efficiencies.
The grant amount for FY 16-17 is planned with a capped increase of 3%.
Beach Route
Historically, the City has supported the Beach Route which connects Clearwater Beach, Sand
Key, and Island Estates. The City’s contribution to this route last year was $163,443. The
Jolley Trolley operations expense forecast for FY 2015-16 for the Beach Route is $628,171.
PSTA matches the City of Clearwater’s contributions (both grant funding and in-kind services
with its lease on Myrtle) at $190,201. Fares cover 23% of total revenue with advertising
covering 19% of revenue.
PSTA has also agreed to increase their contribution for the CMA route by 5.8%, bringing the
total to $14,304 for FY 15-16. The City of Clearwater has agreed to provide the
staging/parking facility ($18,000) which will be spread to all four routes in the expense models.
Coastal Route
Five years ago, the Jolley Trolley began the Coastal Route that starts at Island Estates and
progresses through Downtown Clearwater, into Dunedin, Palm Harbor and ends in Tarpon
Springs. The route travels only on Friday, Saturday and Sunday and takes approximately one
hour to make the Island Estates to Tarpon Springs trip. Last year, a route to Safety Harbor
through Westfield Countryside Mall was added as well.
When the Downtown Development Board (DDB) could not cover the increase in the cost for
the Coastal Route, the PSTA proposed that if the DDB’s contribution could remain constant at
$9,220, the PSTA would match the $3,881 difference if the City of Clearwater contributed the
remaining $3,881 to make up the full $16,982 contribution to the Clearwater portion of the
route. The city agreed and this agreement reflects the same commitment as last year.
The Coastal Route has become an important component of providing additional options to
tourists staying on the Beach and connecting them to Downtown as well as other Pinellas
County locations.
The Jolley Trolley operations expense forecast for the Coastal Route is $339,631. The City’s
contribution is approximately 1.6%. Fares cover approximately 24% and advertising covers
6%. The other coastal partners cover $33,963 each to the route. PSTA’s portion is $122,752.
Contract Terms
The term of the agreement is for one year. The Economic Development and Housing
Department administers the agreement. The Jolley Trolley’s Business Plan covers the
proposed revenues and expenditures for the fiscal year for both the Beach Route and the
Coastal Route.
As part of this agreement, the Jolley Trolley will prepare a quarterly report that tracks
high-level financials, ridership numbers, accident frequency, and on-time adherence to
schedule. The City will use these items as a measure of performance.
The Parking Fund’s FY15-16 operating budget included $166,990 to fund the Jolley Trolley
contract. At first quarter, the Parking expenditure budget will be increased by $12,788 to fund
this contract with offsetting revenues recognized from Parking Fund reserves.
APPROPRIATION CODE AND AMOUNT:
0435-01333-582000-545-000-0000 - $179,778
A first quarter amendment will increase cost code 435-01333-582000 (Aid to Private
Organizations) by $12,788 to fund this contract.
Page 2 City of Clearwater Printed on 9/28/2015
File Number: ID#15-1714
Page 3 City of Clearwater Printed on 9/28/2015
1
JOLLEY TROLLEY SYSTEM GRANT FUNDING AGREEMENT
This Jolley Trolley System Funding Agreement is made and entered into this _______ day of
September, 2015, between the City of Clearwater, hereinafter referred to as the ("City") and the
JOLLEY TROLLEY TRANSPORTATION OF CLEARWATER, INC., a Florida non-profit corporation,
hereinafter referred to as the ("Corporation").
ARTICLE I. TERM
The term of this agreement shall be for a period of one (1) year commencing on October 1, 2015
and continuing through September 30, 2016, (the "Termination Date"), subject to annual budgetary
appropriation approved by the Clearwater City Council, unless earlier terminated under the terms of
this agreement.
ARTICLE II. RESPONSIBILITIES OF THE CORPORATION
1)Services to be Provided.The Corporation shall provide the transportation services to
promote tourism described as trolley service on Clearwater Beach, Island Estates and Sand
Key(Beach Route)and the Coastal Route, both described in Exhibit A.
2) Transportation Pick-ups. (a) Beach Route: The Corporation shall provide scheduled
transportation pick-ups which will be no more than 30 minutes apart (conditions permitting),
as described in Exhibit A. (b) Coastal Route: The Corporation shall provide scheduled
transportation pick-ups which will be no more than 60 minutes apart (conditions permitting),
as described in Exhibit A.
3)Posted Route Schedules. The Corporation shall provide posted route times at selected
pick-up locations listing scheduled pick-uptimes, in conjunction with the Pinellas Suncoast
Transit Authority (PSTA).
4)Scheduled Reports of Activities. The Corporation shall furnish the City with IRS Forms 990
and 990T certified by independent Certified Public Accountant within 90 days of the end of
the fiscal year to the Economic Development and HousingDirector. The financial report is to
set forth thetotal cost of operations provided, and the detailed account of operational costs
funded in part by the City. The Corporation will also provide quarterly reports of activities
including: high level financials, ridership numbers, accident frequency, and on-time
adherence to schedulefor both the Beach and Coastal Routes.
5)Use and Disposition of Funds Received.Funds received by the Corporation from the City
shall be used towards the payment of expenses attendant to the operation of the Trolley
System.
6)Creation, Use and Maintenances of Financial Records.
a)Creation of Records. The Corporation shall create, maintain and make accessible
to authorized City representatives such financial and accounting records, books,
documents, policies, practices andprocedures necessary to reflect fully the financial
activities of the Corporation. Such records shall be available and accessible at all
times for inspection, review or audit by authorized City personnel, and shall be made
available in accordance with Chapter 119, Florida Statutes (Public Records) and
other applicable law.
b)Use of Records. The Corporation shall produce such reports and analyses that may
be required by the City and other duly authorized agencies to document the proper
and prudent stewardship and use of the monies received through this agreement.
2
c) Maintenance of Driver’s Log and Check Point System. The Corporation agrees to
maintain a driver’s log and a check point system to document compliance with the
agreed upon schedule. Changes to these attached schedules are at the discretion of
the Corporation Board of Directors, but will be submitted to the City at least two
weeks prior to implementation. Any change, or series of changes, which will cause
more than a 25% reduction in the routes may, at the discretion of the City Council, be
considered a failure to adhere to the terms of the contract and may be grounds for
reducing the funding commitment or may be considered cause for termination of the
contract.
d)Maintenance of Records.All records created hereby are to be retained and
maintained for a period not less than five (5) years from the close of the applicable
fiscal year.
7)Non-discrimination.Notwithstanding any other provision of this agreement, the Corporation
for itself, agents and representatives, as part of the consideration for this agreement does
covenant and agree that:
a)No Exclusion from Use. No person shall be excluded from participation in, denied
the benefits of, or otherwise be subjected to discrimination in the operation of this
program on the grounds of race, color, religion, sex, handicap, age or national origin.
b)No Exclusion from Hire.In the management, operation, or provision of the program
activities authorized and enabled by this agreement, no person shall be excluded
from participation in or denied the benefits of or otherwise be subject to
discrimination on the grounds of, or otherwise be subjected to discriminationon the
grounds of race, color, religion, sex, handicap, age, or national origin, except that
age may be taken into consideration to the extent that the age of an employee is a
bona fide occupational qualification, as permitted by law.
c)Inclusion in Subcontracts. The Corporation agrees to include the requirement to
adhere to Title VI and Title VII of the Civil Rights Act of 1964 in all approved sub-
contracts.
d)Breach of Non-discrimination Covenants. In the event of conclusive evidence of a
breach of any of the above non-discrimination covenants, the City shall have the right
to terminate this agreement immediately.
8)Liability and Indemnification.The Corporation shall act as an independent contractor and
agrees to assume all risks of providing the program activities and services herein agreed and
all liability therefore, and shall defend, indemnify, and hold harmless the City, its officers,
agents, and employees from and against any and all claims of loss, liability and damages of
whatever nature, to persons and property, including, without limiting the generality of the
foregoing, death of any person and loss of the use of any property, except claims arising
from the negligence of the City or City's agents or employees. This includes, but is not
limited to, matters arising out of or claimed to have been caused by or in any manner related
to the Corporation's activities or those of any approved or unapproved invitee, contractor,
subcontractor, or other person approved, authorized, or permitted by the Corporation
whether or not based on negligence. Nothing herein shall be construed as consent by the
City to be sued by third parties, or as a waiver or modification of the provisions or limits of
Section 768.28, Florida Statutes or the Doctrine of Sovereign Immunity.
9)Compliance with Laws. Corporation shall comply with all federal, state, county and local
laws, rules and regulations applicable to the operation of the vehicles. If it is ever
determined that this Agreement violates any federal, state, county or local laws, rules or
regulations, then Corporation shall comply in a timely manner or City may terminate.
3
10) Corporation’s Role in the Development and Revitalization of Clearwater Beach. It is
contemplated by the Parties hereto that in consideration for the funding provided by the City,
the Corporation’s role in providing trolley service shall be promoted as a tourist amenity and
enhancement in furtheranceof the development and revitalization of Clearwater Beach. To
that end, the Corporation agrees to cooperate and work with City staff to develop the
Corporation’s role as integral to such revitalizationand development and as a catalyst for
tourism. In addition, theCostal Route is intended to link the tourism activities on Clearwater
Beach with those of Downtown Clearwater.
ARTICLE III. RESPONSIBILITIES OF THE CITY
1) Funds for Operations. The City, subject to annual City Council approval, agrees to fund in part
the operational costs incurred in providing the activities and services authorized by this
agreement as follows:
An annual amount of $175,897for providing trolley service on Clearwater Beach, Island
Estates and Sand Key, based upon the Corporation meeting the route schedule attached as
Exhibit A.
An annual amount of $3,881for the Coastal Route, contingentupon PSTA match of $3,881
and Downtown Development Board contribution of $9,220.
Payable in equal payments of 1/12 per month per fiscal year.
ARTICLE IV. DISCLAIMER OF WARRANTIES
This Agreement constitutes the entire Agreement of the parties on the subject hereof and may not
be changed, modified or discharged except by written Amendment duly executed by both parties. No
representations or warranties by either party shall be binding unless expressed herein or in a duly
executed Amendment hereof.
ARTICLE V. TERMINATION
1)For Cause.Failure to adhere to any of the provisions of this Agreement in material respect shall
constitute cause for termination. Either party may terminate this Agreement for cause by giving
the other party sixty (60) days notice of termination. If the default is not cured within the sixty
(60) day period following receipt of notice, this Agreement shall terminate on the sixty-first (61st)
day.
2)Disposition of Fund Monies. In the event of termination for any reason, monies made available
to the Corporation but not expended in accordance with this Agreement shall be returned to the
City within 30 days of demand.
4
ARTICLE VI. NOTICE
Any notice required or permitted to be given by the provisions of this Agreement shall be
conclusively deemed to have been received by a party hereto on the date it is hand delivered to
such party at the address indicated below (or at such other address as such party shall specify to the
other party in writing), or if sent by registered or certified mail (postage prepaid),on the fifth (5th)
business day after the day on which such notice is mailed and properly addressed.
1) If to Corporation, addressed to:Jolley Trolley Transportation of Clearwater, Inc.
483 Mandalay Avenue, Suite 213
Clearwater, FL 33767
2)If to City, addressed to:City Manager
P. O. Box 4748
Clearwater, FL 33758-4748
With copiesto:
City Attorney
P. O. Box 4748
Clearwater, FL 33758-4748
Economic Development and HousingDirector
P.O. Box 4748
Clearwater, FL 33758-4748
5
ARTICLE VII. EFFECTIVE DATE
The effective date of this Agreement shall be as of the date written below.
IN WITNESS WHEREOF,the parties hereto have set their hands and seals this _______ day of
_________________, 2015.
Countersigned:CITY OF CLEARWATER, FLORIDA
_______________________________________________________________
George N. Cretekos William B. Horne II
Mayor City Manager
Approved as to form:Attest:
_______________________________________________________________
Pam Akin Rosemarie Call, MPA, CMC
City Attorney City Clerk
JOLLEY TROLLEY TRANSPORATION
OF CLEARWATER, INC.
By: _______________________________
Rosemary Windsor
Executive Director
Attest:
__________________________________
NORTH BEACH ROUTE ––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––
STOP # 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 1
LOCATION Publix Aquarium Island Way Grill Papaya St. Brown Boxer Recreation Ctr. Surf ‘N Sand Acacia St. 880 Mandalay Acacia Circle Rockaway Clearsky Hilton Marina 700 Island Way Publix
AM . . . . . . 10:00 10:02 10:03 10:07 10:09 10:10 10:11 10:13 10:15 10:17 10:19 10:20 10:22 10:24 10:26 10:30
10:30 10:32 10:33 10:37 10:39 10:40 10:11 10:43 10:45 10:47 10:49 10:50 10:52 10:54 10:56 11:00
11:00 11:02 11:03 11:07 11:09 11:10 11:11 11:13 11:15 11:17 11:19 11:20 11:22 11:24 11:26 11:30
11:30 11:32 11:33 11:37 11:39 11:40 11:41 11:43 11:45 11:47 11:49 11:50 11:52 11:54 11:56 12:00
PM . . . . . . 12:00 12:02 12:03 12:07 12:09 12:10 12:11 12:13 12:15 12:17 12:19 12:20 12:22 12:24 12:26 12:30
12:30 12:32 12:33 12:37 12:39 12:40 12:41 12:43 12:45 12:47 12:49 12:50 12:52 12:54 12:56 1:00
1:00 1:02 1:03 1:07 1:09 1:10 1:11 1:13 1:15 1:17 1:19 1:20 1:22 1:24 1:26 1:30
1:30 1:32 1:33 1:37 1:39 1:40 1:41 1:43 1:45 1:47 1:49 1:50 1:52 1:54 1:56 2:00
2:00 2:02 2:03 2:07 2:09 2:10 2:11 2:13 2:15 2:17 2:19 2:20 2:22 2:24 2:26 2:30
Continues every 30 minutes all day until 10:00pm Sunday through Thursday and until 11:30pm on Fridays and Saturdays
Finish Fri & Sat 11:00 11:02 11:03 11:07 11:09 11:10 12:11 11:13 11:15 11:17 11:19 11:20 11:22 11:24 11:26 11:30
Finish Sun 9:30 9:32 9:33 9:37 9:39 9:40 9:41 9:43 9:45 9:47 9:49 9:50 9:52 9:54 9:56 10:00
SOUTH BEACH ROUTE –––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––––--–--––
STOP # 1 2 3 15 16 17 18 19 20 21 22 23 24 13 1
LOCATION Publix Aquarium Island Way Grill Pier 60 Beach Walk Shephard’s Sheraton Bay Park Shoppes Marriott Shuckers Crabby’s Bar & Grill Hyatt Marina Publix
AM . . . . . . 10:00 10:02 10:03 10:06 10:09 10:10 10:13 10:15 10:17 10:19 10:20 10:22 10:24 10:26 10:30 10:30 10:32 10:33 10:36 10:39 10:40 10:43 10:45 10:47 10:49 10:50 10:52 10:54 10:56 11:00 11:00 11:02 11:03 11:06 11:09 11:10 11:13 11:15 11:17 11:19 11:20 11:22 11:24 11:26 11:30 11:30 11:32 11:33 11:36 11:39 11:40 11:43 11:45 11:47 11:49 11:50 11:52 11:54 11:56 12:00
PM . . . . . . 12:00 12:02 12:03 12:06 12:09 12:10 12:13 12:15 12:17 12:19 12:20 12:22 12:24 12:26 12:30 12:30 12:32 12:33 12:36 12:39 12:40 12:43 12:45 12:47 12:49 12:50 12:52 12:54 12:56 1:00 1:00 1:02 1:03 1:06 1:09 1:10 1:13 1:15 1:17 1:19 1:20 1:22 1:24 1:26 1:30 1:30 1:32 1:33 1:36 1:39 1:40 1:43 1:45 1:47 1:49 1:50 1:52 1:54 1:56 2:00
2:00 2:02 2:03 2:06 2:09 2:10 2:13 2:15 2:17 2:19 2:20 2:22 2:24 2:26 2:30
Continues every 30 minutes all day until 10:00pm Sunday through Thursday and until 11:30pm on Fridays and Saturdays
Finish Fri & Sat 11:00 11:02 11:03 11:06 11:09 11:10 11:13 11:15 11:17 11:19 11:20 11:22 11:24 11:26 11:30
THE JOLLEy TROLLEy ROUTE SCHEdULE
Jolley Trolley FareStructure FARE REdUCEd
(SENIOR/DISABLED)
Regular Cash Fare (per ride) $ 2.00 $ 1.00
★ Best Value ★
Unlimited Daily Pass (end of day) $ 4.50 $ 2.25
Weekly Pass (7 days) $20.00 N/A
Monthly Pass (31 days) $65.00 $35.00
Exact change required. Tickets & passes can be purchased from
the Jolley Trolley drivers.
All fare classifications are valid on Jolley Trolley and PSTA system wide.
Children 5 and under are free. Passes are interchangeable between service
providers. PSTA routes 100x and 300x are $3.00. All pass sales are final; non-
transferable, non-refundable. JT not responsible for lost or damaged passes.
Reduced fares require government Medicare or PSTA issued photo ID.________________________________________________
COVER PHOTO CREDIT: ROgER SlATER, CCS PhotograPhy 727.517.5689
gRAPHIC DESIgN by: Joy MILForD joym78889@gmail.com
ClEARwATER bEACH MAP & guIDE PRODuCED by:
CLEarWatEr JoLLEy troLLEy 727.445.1200
727-445-1200www.clearwaterjolleytrolley.com
On the weekend...
Ride the Jolley Trolley COASTAL & SAFETy HARBOR ROUTES
Operates every Friday, Saturday & Sunday
COASTAL ROUTE: Service to Clearwater, Dunedin, Palm Harbor,
Ozona, Tarpon Springs & the Sponge Docks.
FRI & SAT 10:30AM TIL 11:30PM, SUN 10:30AM TIL 9:30PM
SAFETY HARBOR ROUTE: includes a stop at Westfield Mall
FRI 6PM TIL MId, SAT 10AM TIL MId, SUN 10AM TIL 10PM
727-445-1200 or www.clearwaterjolleytrolley.com
B2
B2
B5 B5
a2
B2B2
B1
B2
B2
B3
B4 B4
a3
a4
B1
a1
B2
B2
a4
Coastal Route Info
1
2
3
4
5
1
2
3
4
5
A B C D
A B C D
Be sure to visit theseClearwater Beach favorites
Pier 60 Sunsets – 1000 ft. pier with evening fam-ily entertainment, playgrounds, live music
Beach Walk — Clearwater’s newest boardwalk with artistic touches, spectacular sand surf
The Marina — Fishing, rental boats, jet skis, dinner cruises, restaurants, stores and more
The Sailing Center — Families learn to sail, boat-ing safety classes, and sailboat rentals
Coachman Park and Marina — Library, pier, marina & many city events performed here
Leave Your Car Where You Are...
Ride The Jolley Trolley™
&MaP Guide
Clearwater Beach
Enjoy the historic ambiance
of Clearwater Beach aboard the
Jolley Trolley
sightseeing, shopping & dining
2015
E
D
I
T
I
O
N
727-445-1200
www.clearwaterjolleytrolley.com
A3
Follow us on
A3 B2 A5
C2
B1
B2
A1
A3
B1
D1
C1
C4
B2
Jolley Trolley Service
every Friday, Saturday & Sunday
Clearwater, Dunedin, Palm Harbor
Ozona, Tarpon Springs, the Sponge
Docks and Safety Harbor
&Map Guide
2015
Leave Your Car Where You Are...
Ride The Jolley Trolley™
CoastalRoute
727-445-1200
www.clearwaterjolleytrolley.com
Follow us on
CLEVELAND STREET DISTRICT IN DOWNTOWN CLEARWATER
TARPON SPRINGS RIVERWALK SHOPS DODECANESE BOULEVARD
G3
G3
J5
J4 F4
E3
F3G5
E3
E3
J3
J2
J4
J3
B1
F2
A1
B1
BC1
B1
B1
E5
B1
B1
The Jolley Trolley CoasTal rouTe sChedule
––––––––––––––––––––––--––––––––––––––––––––––––––––– NorThBouNd rouTe –––––––––––––––––––––––––––––––––––––––––––––––--––––––
sToP # 1 2 3 4 5 6 7 8 9 10 11 12 14loCaTIoN Publix Park street (PsTa) Post office Tony’s Pizza dolphin’s Tale sea sea riders dunedin City hall Curlew Causeway ozona Blue Peggy o’Neill’s alderman east Tarpon Blvd. rusty Bellies
aM . . . . . . 10:00 10:08 Sat & Sun 10:12 10:17 10:22 10:26 10:30 10:30 10:37 10:40 10:42 10:43 10:55 11:00 11:08 Only 11:12 11:17 11:22 11:26 11:30 11:30 11:37 11:40 11:42 11:43 11:55 12:00 12:08 Sat & S u 12:12 12:17 12:22 12:26 12:30 PM . . . . . . 12:30 12:37 12:40 12:42 12:43 12:55 1:00 1:08 Sat & Su 1:12 1:17 1:22 1:26 1:30 1:30 1:37 1:40 1:42 1:43 1:55 2:00 2:08 Sat & Sun 2:12 2:17 2:22 2:26 2:30 2:30 2:37 2:40 2:42 2:43 2:55 3:00 3:08 3:12 3:17 3:22 3:26 3:30 3:30 3:37 3:40 3:42 3:43 3:55 4:00 4:08 Friday startt 4:12 4:17 4:22 4:26 4:30 Continues every 60 minutes until finish Friday, Saturday and Sunday . . . . . .Finish Fri. & sat. 11:30 11:37 11:40 11:42 11:43 11:55 12:00 11:08 11:12 11:17 11:22 11:26 11:30 Finish sunday 9:30 9:37 9:40 9:42 9:43 9:55 10:00 9:08 9:12 9:17 9:22 9:26 9:30
––––––––––––––––––––––--––––––––––––––––––––––––––––– souThBouNd rouTe ––––––––--–––––––––––––––––––––––––––––––––––––––---–––––
sToP # 14 16 17 18 19 21 22 23 24 25 26 1 loCaTIoN rusty Bellies Florida ave. ozona Blue dunedin Causeway Beso del sol dunedin City hall Pinellas Trail edgewater at union st. Clw. harbor Marina starbucks Park street (PsTa) Publix
aM . . . . . . 10:14 10:20 10:23 10:30 10:30 10:45 Sat & Sun 10:48 10:52 10:56 11:00 11:03 11:06 11:14 12:20 11:23 11:30 11:30 11:45 Only 11:48 11:52 11:56 12:00 12:03 12:06 12:14 13:20 12:23 12:30 12:30 12:45 Sat & Sun 12:48 12:52 12:56 1:00 1:03 1:06 1:14 1:20 1:23 1:30 PM . . . . . . 1:30 1:45 Sat & Sun 1:48 1:52 1:56 2:00 2:03 2:06 2:14 2:20 2:23 2:30 2:30 2:45 Sat & Sun 2:48 2:52 2:56 3:00 3:03 3:06 3:14 3:20 3:23 3:30 3:30 3:45 Friday start 3:48 3:52 3:56 4:00 4:03 4:06 4:14 4:20 4:23 4:30 Continues every 60 minutes until finish Friday, Saturday and Sunday . . . . . .Finish Fri. & sat. 11:30 11:45 11:47 11:52 11:56 12:00 11:03 11:06 11:14 11:20 11:23 11:30Finish sunday 9:30 9:45 9:47 9:52 9:56 10:00 9:03 9:06 9:14 9:20 9:23 9:30
FARE REDUCED* (SENIOR/DISABLED)
Regular Cash Fare (per ride) $ 2.00 $ 1.00
★ Best Value ★
Unlimited Daily Pass (end of day) $ 4.50 $ 2.25
Weekly Pass (7 days) $20.00 N/A
Monthly Pass (31 days) $65.00 $35.00
oTher NoTes reGardING Fares:
All fare classifications displayed above are valid on the Jolley Trolley (JT) and PSTA system-wide network. Passes are interchangeable between the two service providers.
*Government-issued photo ID or Medicare card required. Children 5 and under ride free. All pass sales are final; non-redeemable, non-refundable, and non-transferable. Jolley Trolley not responsible for lost, stolen or damaged cards.
Jolley Trolley Coastal route
Fare sTruCTure
Tickets & passes can be purchased from
the Jolley Trolley drivers. (Exact change required.)
COVER PHOTO: ROGER SlATER, CCS PhotograPhy 727.517.5689
GRAPHIC DESIGN by: Joy MILForD joym78889@gmail.com
PRODuCED by: MarC DozIer, IPI ConSuLtantS 727.485.5352
727-445-1200
Operates every Friday, Saturday & SundaysaFeTy harBor sChedule
EaStBOund rOutE—————————————————————
A B C D E dunedin Countryside McMullen safety safety City hall Mall at Booth & harbor harbor route 580 enterprise City hall spa
Friday 6:30 pm 6:13 6:17 6:25 6:28
sat. & sun. 10:10 am 10:13 10:17 10:25 10:28
Continues every 60 minutes
WEStBOund rOutE—————————————————————
E D C B A safety safety McMullen Countryside dunedin harbor harbor Booth & Blvd next City spa City hall enterprise to Mall hall
Friday 6:28 pm 6:31 6:31 6:47 7:00
sat. & sun. 10:28 am 10:31 10:41 10:47 11:00
Continues every 60 minutes
Friday Starts at 6:00 pm in Dunedin with final departure from Safety Harbor at 11:28 pmSaturday Starts at 10:00 am in Dunedin with final departure from Safety Harbor at 11:28 pmSunday Starts at 10:00 am in Dunedin with final departure from Safety Harbor at 9:28 pm
www.clearwaterjolleytrolley.com
V9
n7
n7
o8
Q9
o8
P8
t10
t9
S9
S8
S9
o8
r8
t9
r9
S9
u9
u9
u9
D3
n7 M7
u9 K3
M7
h4n8
e1h1
e1
M7
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1690
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Finance
Agenda Number: 5.1
SUBJECT/RECOMMENDATION:
Approve an extension to the existing banking services agreement with Bank of America, N.A.,
with revised pricing per Exhibit I, for a not-to-exceed amount of $140,000 for a one-year
period, October 1, 2015 to September 30, 2016, and authorize the appropriate officials to
execute same. (consent)
SUMMARY:
In 2005, the City conducted a Request for RFP (RFP) process for banking services. Bank of
America (BOA) was awarded the RFP for a five-year agreement, expiring September 30,
2010. In 2010, the City extended the agreement with BOA for an additional five years with no
change in pricing, for a not-to-exceed total of $600,000. The agreement expires September
30, 2015.
Staff is requesting a one-year extension with Bank of America to allow for completion of an
RFP process for banking services.
Bank of America is unable to extend the current pricing (from 2005) for the one-year
extension. Exhibit I provides the fee schedule for the one-year extension. The new schedule of
fees, when applied to current activity levels, reflects an increase of approximately 83.2% over
the 2005 prices; Exhibit II provides a cost comparison. Annual costs are projected to increase
by $62,500, from the current estimated $75,200 to $137,700. This increase in rates is
equivalent to an average annual increase of approximately 6.24% over the ten-year period
from fiscal year 2006 to fiscal year 2016.
Staff intends to mitigate the impact of these rate increases by movement away from some of
the more costly deposit services. This will include increasing the volume of remotely deposited
checks, and a reduction in teller-assisted deposits. Additionally, staff is investigating the use of
other area banks for deposit activities if cost savings can be achieved, with the funds then
moved daily or weekly to the City’s BOA operating account. Finally, cash levels at BOA will be
minimized to reduce the FDIC deposit insurance assessment.
APPROPRIATION CODE AND AMOUNT:
Funds are available in 0699-07400-530100-585-000-0000 in the amount of $140,000 to fund
this agreement.
Page 1 City of Clearwater Printed on 9/28/2015
File Number: ID#15-1690
Page 2 City of Clearwater Printed on 9/28/2015
EXHIBIT I
SERVICE DESCRIPTION UNIT PRICE NOTES
DEP INSURANCE - BANK
ASSESSMENT *Subject to change.*0.0186
ACCOUNT MAINTENANCE $10.00
ZBA MASTER ACCOUNT MAINT $11.00
ZBA SUBSIDIARY ACCOUNT MAINT $6.00
DEBITS POSTED ELECTRONIC $0.05
DEBITS POSTED-OTHER $0.05
CREDITS POSTED ELECTRONIC $0.05
CREDITS POSTED-OTHER $0.05
DEPOSIT ACCOUNT STATEMENTS
*Free through CashPro.*$0.00
PAPER DEPOSIT STATEMENT
MAILED $9.00
BANKING CENTER DEPOSIT $3.50 Recommend RDSO for check deposits which is $0.20.
QBD/NIGHT DROP DEPOSIT $1.50
VAULT DEPOSIT $1.00
CHECK DEPOSIT-ICL or RDSO $0.20 Recommend RDSO as a new service in an effort to save on analysis
fees.
CHECK DEPOSIT-PAPER $0.20
TRANSMISSION MAINTENANCE $114.00
CKS DEP PRE-ENCODED ITEMS $0.10
IMAGE DEPOSITED ITEMS-ICL $0.03 New Service added that was not listed in the contract.
CKS DEP UN-ENCODED ITEMS $0.22 Recommend RDSO for check deposits which is $0.15 per item.
CKS DEP REJECTS $0.10
CKS DEPOSITED FOREIGN ITEMS $2.00
RETURNS-CHARGEBACK $1.25
RETURNS-RECLEAR $1.00
RETURNS-RECLEAR SERVICES $0.00
RETURNS-ERIN $1.25
DEPOSIT CORRECTION-NON-CASH $1.00
DEPOSIT CORRECTION-RDSO $0.00
GENERAL CHECKS PAID
TRUNCATED $0.10
STOP PAY AUTOMATED<=12
MONTHS $5.00
STOP PAY MANUAL<=12 MONTHS $30.00 New Service added that was not listed in the contract.
CURR/COIN DEP/$100-QBD-ND $0.09
CURR/COIN DEP/$100-BKG CTR $0.35 Recommend QBD-ND @ $0.09
COIN DEPOSIT-NON STD BAG-VLT $4.00 We can order the correct bags to eliminate this charge.
COIN DEPOSIT-STD BAG-VLT $0.00
CURR/COIN DEP/$100-VLT 0.095
DEPOSIT CORRECTION-CASH $2.00
ACH MONTHLY MAINTENANCE $13.00
ACH CONSUMER OFF US DEBITS $0.055
ACH CONSUMER ON US DEBITS $0.055
ACH CONSUMER OFF US CREDITS $0.055
ACH CONSUMER ON US CREDITS $0.055
ACH CORPORATE OFF US
CREDITS $0.055
ACH ORIGINATED ADDENDA $0.01
ACH BLOCKS AUTH
INSTRUCTIONS $0.00
ACH DEBIT RECEIVED ITEM $0.05
ACH CREDIT RECEIVED ITEM $0.05
ACH RETURN ITEM $1.50
ACH INPUT-FILE $10.00
ACH INPUT-ECHANNEL $7.00
DELETE/REVERSAL BATCH/FILE $100.00
ACH DELETE/REVERSAL $22.50
ACH BLOCKS AUTH MAINTENANCE $10.00
ACH NOTIF OF CHANGE (NOC)$3.50
ACH STANDARD REPORTS-FAX $3.00
ACH STANDARD RPTS-
ELECTRONIC $2.30
CPO ARP POSITIVE PAY NOTIF $0.03
CPO GP MTHLY MAINT BASIC $0.00
Agreement for Banking Services - Pricing Schedule
Page 1 of 2
EXHIBIT I
SERVICE DESCRIPTION UNIT PRICE NOTES
Agreement for Banking Services - Pricing Schedule
ELEC WIRE OUT-DOMESTIC $6.00
ELEC WIRE OUT-BOOK DB $3.00
INCOMING DOMESTIC WIRE $6.00
CPO GPS RPT/CONFIRMS $1.60
ELEC WIRE OUT-DOMESTIC
REPAIR $11.00
PH OR STND ORDER TEMP STORE $0.00
CPO GP CUST MNT TEMP
STORAGE $1.50
PAYEE POSITIVE PAY MAINT $9.00
PAYEE POSITIVE PAY-ISSUE
MATCH $0.03
ARP STALE DATE MAINT $75.00
ARP MAX DOLLAR MAINT $75.00
POSITIVE PAY EXCEPTIONS $2.00
ARP POS PAY RETURN DEFAULT $0.00
ARP POSITIVE PAY RETURN-
OTHER $10.00
ARP FULL PPAY MAINT-PPR SUPP $40.00
ARP FULL PPAY INPUT PER ITEM $0.05
ARP RECON TRANS END OF
CYCLE $7.00
CPO ARP ONLINE REPORTS $30.00
ARP OUTPUT PROCESSING PER
ITEM $0.00
CPO PREM PDR ACCOUNT $5.00
CPO PREM CDR ACCOUNT $5.00
CPO PREM PDR ITM STORED 12
MTH $0.04
CPO PREM CDR ITEM $0.04
CPO ONLINE SUBSCRIPTION $0.00
CPO PREM IR MAINTENANCE $0.00
CPO PER IMAGE ACCESS $0.00
CPO PER IMAGE ACCESS $0.00
CPO PREM RESEARCH ITEM $0.00
CPO PREM RESEARCH ITEM $0.00
IMAGE DEPOSITED ITEMS-RDSO $0.04 Recommend RDSO as a new service in an effort to save on analysis
fees.
IRD DEPOSITED ITEMS-RDSO $0.08 Recommend RDSO as a new service in an effort to save on analysis
fees.
EDI REPORT PER ACCOUNT $25.00 New method/service in which this detail is being received is electronic
verses faxed which was priced in the contract.
CPC REC CASHPRO MONTHLY
MAINT $35.00 New method/service in which this detail is being received is electronic
verses faxed which was priced in the contract.
CPC REC INVOICE VOLUME 1-2500 $0.10 New method/service in which this detail is being received is electronic
verses faxed which was priced in the contract.
CPC REC INVOICE VOLUME 2501-
10000 $0.05 New method/service in which this detail is being received is electronic
verses faxed which was priced in the contract.
CPC REC INVOICE VOLUME 10001+$0.03 New method/service in which this detail is being received is electronic
verses faxed which was priced in the contract.
REMOTE DEP-ACCOUNT
MAINTENANCE $25.00 Recommend RDSO as a new service in an effort to save on analysis
fees.
HIGH VOLUME SCANNER MAINT $25.00 Recommend RDSO as a new service in an effort to save on analysis
fees.
RDSOL-ITEM STORAGE $0.00 Recommend RDSO as a new service in an effort to save on analysis
fees.
REMOTE DEP CK IMAGE
PROCESSING $0.15 Recommend RDSO as a new service in an effort to save on analysis
fees.
CD ROM MAINTENANCE $25.00
IMAGE RETRIEVAL $0.25
CD ROM DISK $10.00
CD ROM PER IMAGE $0.02
PP IMAGE REQUESTED $0.02
CHECK COPY $30.00
Page 2 of 2
EXHIBIT II
Current
Estimated
Annual
Volume
Proposed Price
Estimated
Annual Service
Charge
Current Price
Estimated
Annual Service
Charge
Increase /
(Decrease)
15,000 1.3032$ 19,548.00$ 1.3032$ 19,548.00$ -$
24 10.0000$ 240.00$ 10.000$ 240.00$ -$
12 11.0000$ 132.00$ -$ -$ 132.00$
12 6.0000$ 72.00$ 5.000$ 60.00$ 12.00$
1,560 0.0500$ 78.00$ 0.050$ 78.00$ -$
12 0.0500$ 0.60$ 0.050$ 0.60$ -$
7,740 0.0500$ 387.00$ 0.050$ 387.00$ -$
12 0.0500$ 0.60$ 0.050$ 0.60$ -$
12 -$ -$ -$ -$ -$
0 25.0000$ -$ 25.000$ -$ -$
12 9.0000$ 108.00$ -$ -$ 108.00$
6,696 3.5000$ 23,436.00$ 0.200$ 1,339.20$ 22,096.80$
1,044 1.5000$ 1,566.00$ 0.200$ 208.80$ 1,357.20$
408 1.0000$ 408.00$ 0.200$ 81.60$ 326.40$
564 0.2000$ 112.80$ 0.200$ 112.80$ -$
144 0.2000$ 28.80$ 0.200$ 28.80$ -$
12 114.0000$ 1,368.00$ -$ -$ 1,368.00$
492 0.1000$ 49.20$ 0.070$ 34.44$ 14.76$
174,780 0.0300$ 5,243.40$ 0.020$ 3,495.60$ 1,747.80$
67,776 0.2200$ 14,910.72$ 0.020$ 1,355.52$ 13,555.20$
12 0.3800$ 4.56$ 0.380$ 4.56$ -$
216 2.0000$ 432.00$ 0.110$ 23.76$ 408.24$
324 1.2500$ 405.00$ 1.250$ 405.00$ -$
420 1.0000$ 420.00$ 1.000$ 420.00$ -$
12 -$ -$ -$ -$ -$
744 1.2500$ 930.00$ 1.250$ 930.00$ -$
24 1.0000$ 24.00$ -$ -$ 24.00$
12 -$ -$ -$ -$ -$
24,348 0.1000$ 2,434.80$ 0.100$ 2,434.80$ -$
12 5.0000$ 60.00$ 5.000$ 60.00$ -$
12 30.0000$ 360.00$ 30.000$ 360.00$ -$
Total Depository Services 0 53,211.48$ 12,061.08$ 41,150.40$
Commercial Deps-Cash Vault 0 -$
1,584 0.0900$ 142.56$ 0.090$ 142.56$ -$
65,592 0.3500$ 22,957.20$ 0.095$ 6,231.24$ 16,725.96$
492 4.0000$ 1,968.00$ -$ -$ 1,968.00$
540 -$ -$ -$ -$ -$
18,516 0.0900$ 1,666.44$ 0.090$ 1,666.44$ -$
12 3.5000$ 42.00$ 1.500$ 18.00$ 24.00$
Total Commercial Deps-Cash Vault 0 26,776.20$ 8,058.24$ 18,717.96$
General ACH Services 0 -$
48 13.0000$ 624.00$ 13.000$ 624.00$ -$
72,648 0.0550$ 3,995.64$ 0.055$ 3,995.64$ -$
23,376 0.0550$ 1,285.68$ 0.055$ 1,285.68$ -$
62,028 0.0550$ 3,411.54$ 0.055$ 3,411.54$ -$
12,960 0.0550$ 712.80$ 0.055$ 712.80$ -$
Proposed One Year Extension with BOA
Service Description
Proposed Agreement Current
Depository Services
FDIC Deposit Insurance - Bank Assessment
ACH CONSUMER OFF US DEBITS
ACH CONSUMER ON US DEBITS
ACH CONSUMER OFF US CREDITS
ACH CONSUMER ON US CREDITS
COIN DEPOSIT-STD BAG-VLT
CURR/COIN DEP/$100-VLT
DEPOSIT CORRECTION-CASH
ACH MONTHLY MAINTENANCE
STOP PAY MANUAL<=12 MONTHS
CURR/COIN DEP/$100-QBD-ND
CURR/COIN DEP/$100-BKG CTR
COIN DEPOSIT-NON STD BAG-VLT
RETURNS-RECLEAR SERVICES
RETURNS-ERIN
DEPOSIT CORRECTION-NON-CASH
DEPOSIT CORRECTION-RDSO
GENERAL CHECKS PAID TRUNCATED
STOP PAY AUTOMATED<=12 MONTHS
IMAGE DEPOSITED ITEMS-ICL
CKS DEP UN-ENCODED ITEMS
CKS DEP REJECTS
CKS DEPOSITED FOREIGN ITEMS
RETURNS-CHARGEBACK
RETURNS-RECLEAR
QBD/NIGHT DROP DEPOSIT
VAULT DEPOSIT
CHECK DEPOSIT-ICL or RDSO
CHECK DEPOSIT-PAPER
TRANSMISSION MAINTENANCE
CKS DEP PRE-ENCODED ITEMS
CREDITS POSTED ELECTRONIC
CREDITS POSTED-OTHER
DEPOSIT ACCOUNT STATEMENTS
DEPOSIT ACCOUNT STATEMENTS
PAPER DEPOSIT STATEMENT MAILED
BANKING CENTER DEPOSIT
ACCOUNT MAINTENANCE
ZBA MASTER ACCOUNT MAINT
ZBA SUBSIDIARY ACCOUNT MAINT
DEBITS POSTED ELECTRONIC
DEBITS POSTED-OTHER
Page 1 of 3
EXHIBIT II
Current
Estimated
Annual
Volume
Proposed Price
Estimated
Annual Service
Charge
Current Price
Estimated
Annual Service
Charge
Increase /
(Decrease)
Proposed One Year Extension with BOA
Service Description
Proposed Agreement Current
2,088 0.1800$ 375.84$ 0.180$ 375.84$ -$
2,088 0.0100$ 20.88$ 0.010$ 20.88$ -$
12 -$ -$ -$ -$ -$
1,020 0.0500$ 51.00$ 0.050$ 51.00$ -$
7,728 0.0500$ 386.40$ 0.050$ 386.40$ -$
180 1.5000$ 270.00$ 1.500$ 270.00$ -$
288 10.0000$ 2,880.00$ 10.000$ 2,880.00$ -$
72 10.0000$ 720.00$ 10.000$ 720.00$ -$
12 100.0000$ 1,200.00$ 100.000$ 1,200.00$ -$
12 22.5000$ 270.00$ 22.500$ 270.00$ -$
12 10.0000$ 120.00$ 10.000$ 120.00$ -$
24 3.5000$ 84.00$ 3.500$ 84.00$ -$
168 3.0000$ 504.00$ 3.000$ 504.00$ -$
276 2.3000$ 634.80$ 1.000$ 276.00$ 358.80$
Total General ACH Services 0 17,546.58$ 17,187.78$ 358.80$
Controlled Disbursement Services 0 -$
312 0.0300$ 9.36$ -$ -$ 9.36$
Total Controlled Disbursement Services 0 9.36$ -$ 9.36$
Wire Transfer Services 0 -$
12 -$ -$ -$ -$ -$
552 6.0000$ 3,312.00$ 6.000$ 3,312.00$ -$
168 3.0000$ 504.00$ 3.000$ 504.00$ -$
12 6.0000$ 72.00$ 6.000$ 72.00$ -$
12 1.6000$ 19.20$ -$ -$ 19.20$
24 11.0000$ 264.00$ 11.000$ 264.00$ -$
60 -$ -$ -$ -$ -$
672 1.5000$ 1,008.00$ 1.500$ 1,008.00$ -$
Total Wire Transfer Services 0 5,179.20$ 5,160.00$ 19.20$
Account Reconciliation Services 0 -$
12 9.0000$ 108.00$ -$ -$ 108.00$
21,600 0.0300$ 648.00$ 0.030$ 648.00$ -$
24 75.0000$ 1,800.00$ 75.000$ 1,800.00$ -$
24 75.0000$ 1,800.00$ 75.000$ 1,800.00$ -$
132 2.0000$ 264.00$ -$ -$ 264.00$
12 -$ -$ -$ -$ -$
12 30.0000$ 360.00$ 30.000$ 360.00$ -$
24 40.0000$ 960.00$ 40.000$ 960.00$ -$
25,560 0.0450$ 1,150.20$ 0.045$ 1,150.20$ -$
660 -$ -$ -$ -$ -$
12 7.0000$ 84.00$ 7.000$ 84.00$ -$
24 30.0000$ 720.00$ 30.000$ 720.00$ -$
20,376 -$ -$ -$ -$ -$
Total Account Reconciliation Services 0 7,894.20$ 7,522.20$ 372.00$
Information Services 0 -$
12 -$ -$ -$ -$ -$
0 10.0000$ -$ 10.000$ -$ -$
24 5.0000$ 120.00$ 5.000$ 120.00$ -$
GCS TRANSACTION HISTORY
GCS TRANSACTION HISTORY
CPO PREM PDR ACCOUNT
ARP VOID CANCEL ITEMS
ARP RECON TRANS END OF CYCLE
CPO ARP ONLINE REPORTS
ARP OUTPUT PROCESSING PER ITEM
ARP MAX DOLLAR MAINT
POSITIVE PAY EXCEPTIONS
ARP POS PAY RETURN DEFAULT
ARP POSITIVE PAY RETURN-OTHER
ARP FULL PPAY MAINT-PPR SUPP
ARP FULL PPAY INPUT PER ITEM
CPO GP CUST MNT TEMP STORAGE
PAYEE POSITIVE PAY MAINT
PAYEE POSITIVE PAY-ISSUE MATCH
ARP STALE DATE MAINT
ELEC WIRE OUT-DOMESTIC
ELEC WIRE OUT-BOOK DB
INCOMING DOMESTIC WIRE
CPO GPS RPT/CONFIRMS
ELEC WIRE OUT-DOMESTIC REPAIR
PH OR STND ORDER TEMP STORE
CPO ARP POSITIVE PAY NOTIF
CPO GP MTHLY MAINT BASIC
DELETE/REVERSAL BATCH/FILE
ACH DELETE/REVERSAL
ACH BLOCKS AUTH MAINTENANCE
ACH NOTIF OF CHANGE (NOC)
ACH STANDARD REPORTS-FAX
ACH STANDARD RPTS-ELECTRONIC
ACH BLOCKS AUTH INSTRUCTIONS
ACH DEBIT RECEIVED ITEM
ACH CREDIT RECEIVED ITEM
ACH RETURN ITEM
ACH INPUT-FILE
ACH INPUT-ECHANNEL
ACH CORPORATE OFF US CREDITS
ACH ORIGINATED ADDENDA
Page 2 of 3
EXHIBIT II
Current
Estimated
Annual
Volume
Proposed Price
Estimated
Annual Service
Charge
Current Price
Estimated
Annual Service
Charge
Increase /
(Decrease)
Proposed One Year Extension with BOA
Service Description
Proposed Agreement Current
24 5.0000$ 120.00$ 5.000$ 120.00$ -$
51,708 0.0400$ 2,068.32$ 0.015$ 770.45$ 1,297.87$
24,420 0.0400$ 976.80$ 0.014$ 329.67$ 647.13$
12 -$ -$ -$ -$ -$
12 -$ -$ -$ -$ -$
0 -$ -$ -$ -$ -$
144 -$ -$ -$ -$ -$
0 -$ -$ -$ -$ -$
4,584 -$ -$ -$ -$ -$
Total Information Services 0 3,285.12$ 1,340.12$ 1,945.00$
EDI Services 0 -$
2,232 0.0400$ 89.28$ 0.060$ 133.92$ (44.64)$
0 0.0800$ -$ -$ -$ -$
12 25.0000$ 300.00$ 25.000$ 300.00$ -$
12 35.0000$ 420.00$ 35.000$ 420.00$ -$
9,492 0.1000$ 949.20$ 0.100$ 949.20$ -$
0 0.0500$ -$ 0.050$ -$ -$
0 0.0250$ -$ 0.025$ -$ -$
Total EDI Services 0 1,758.48$ 1,803.12$ (44.64)$
RDS - Remote Deposit Services 0 -$
12 25.0000$ 300.00$ 25.000$ 300.00$ -$
12 25.0000$ 300.00$ 25.000$ 300.00$ -$
97,584 -$ -$ -$ -$ -$
2,244 0.1500$ 336.60$ 0.150$ 336.60$ -$
Total RDS - Remote Deposit Services 0 936.60$ 936.60$ -$
Image Services 0 -$
24 25.0000$ 600.00$ 25.000$ 600.00$ -$
12 0.2500$ 3.00$ 0.250$ 3.00$ -$
12 10.0000$ 120.00$ 10.000$ 120.00$ -$
24,756 0.0200$ 495.12$ 0.020$ 495.12$ -$
348 0.0200$ 6.96$ -$ -$ 6.96$
Total Image Services 0 1,225.08$ 1,218.12$ 6.96$
Miscellaneous Services 0 -$
12 30.0000$ 360.00$ 30.000$ 360.00$ -$
Total Miscellaneous Services 360.00$ 360.00$ -$
0
TOTAL ACTIVITY CHARGES 137,730.30$ 75,195.26$ 62,535.04$
83.2%
CHECK COPY
IMAGE RETRIEVAL
CD ROM DISK
CD ROM PER IMAGE
PP IMAGE REQUESTED
HIGH VOLUME SCANNER MAINT
RDSOL-ITEM STORAGE
REMOTE DEP CK IMAGE PROCESSING
CD ROM MAINTENANCE
CPC REC INVOICE VOLUME
CPC REC INVOICE VOLUME
CPC REC INVOICE VOLUME
REMOTE DEP-ACCOUNT MAINTENANCE
IMAGE DEPOSITED ITEMS-RDSO
IRD DEPOSITED ITEMS-RDSO
EDI REPORT PER ACCOUNT
CPC REC CASHPRO MONTHLY MAINT
CPO ONLINE SUBSCRIPTION
CPO PREM IR MAINTENANCE
CPO PER IMAGE ACCESS
CPO PER IMAGE ACCESS
CPO PREM RESEARCH ITEM
CPO PREM RESEARCH ITEM
CPO PREM CDR ACCOUNT
CPO PREM PDR ITM STORED 12 MTH
CPO PREM CDR ITEM
Page 3 of 3
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1661
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Gas System
Agenda Number: 6.1
SUBJECT/RECOMMENDATION:
Approve a Facility Encroachment Agreement with CSX Transportation, Inc. for the installation
of an underground natural gas main in the CSX right-of-way and authorize the appropriate
officials to execute same. (consent)
SUMMARY:
In order to continue supplying natural gas service and maintain system reliability, Clearwater
Gas System needs to replace a gas main, which crosses the CSX railroad right-of-way along
Tampa Road in Oldsmar, FL. This crossing will replace an existing antiquated main, as part
of our preventive maintenance of our system. The proposed gas main will be a 6-inch
diameter pipeline.
CSX requires an Agreement to cover the costs of encroaching, construction risk and to
provide the terms and conditions associated with placing a pipeline underneath their railway
system. A one-time Encroachment Fee of $500.00 will be paid upon execution of the
Agreement.
This Agreement also contains a Contractor Acceptance Rider that requires any contractor
performing work within the CSX right-of-way, as part of this agreement, to provide $1,000,000
Workers Compensation & Employers Liability insurance; $5,000,000 Commercial General
Liability coverage; Business automobile liability insurance of $1,000,000; and Railroad
Protective Liability Insurance coverage of $5,000,000.
APPROPRIATION CODE AND AMOUNT:
Funds are available in capital improvement project 315-96377, Pinellas New Mains/Service
Lines.
USE OF RESERVE FUNDS:
N/A
Page 1 City of Clearwater Printed on 9/28/2015
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1665
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Gas System
Agenda Number: 6.2
SUBJECT/RECOMMENDATION:
Award contracts (blanket purchase orders) per Invitation to Bid Number 53-15, in the total
annual amount of $2,000,000 for the purchase of diaphragm gas meters, regulators, rotary gas
meters, and gas regulators, as required by Clearwater Gas System, for a one-year term,
October 1, 2015 through September 30, 2016, and two one-year extension periods, and
authorize the appropriate officials to execute same. (consent)
SUMMARY:
Invitation to Bid 53-15 was issued in June 2015 for the supply of natural gas meters and
regulators on an as-needed basis for the Clearwater Gas System (CGS). Five bids were
received and equipment samples were requested from multiple vendors for evaluation of
specification compliance, including coatings and compatibility requirements.
Four vendors have been selected as the lowest responsive and responsible bidder, meeting the
specifications for Bid 53-15, to be awarded as follows: Elster (items 1, 2, 3); M.T. Deason
Company (items 4, 5, 14, 15, 16); Equipment Controls Company (items 6, 7, 8, 9); and Key
Controls Inc. (items 10, 11, 12, 13). All materials are code approved and the meters and
regulators will be used on the Clearwater Gas System Distribution System for new customers as
well as replacing existing meters that have reached the end of their useful life.
APPROPRIATION CODE AND AMOUNT:
Funding is requested in a lump sum so staff has the flexibility to allocate to each vendor as
needed during each one-year term. CGS is not obligated to expend the entire amount being
requested. Funding is available in Gas Meter Change-out Pinellas 315-96367 and Gas Meter
Change-out Pasco 315-96379 in the Clearwater Gas System Budget.
USE OF RESERVE FUNDS:
N/A
Page 1 City of Clearwater Printed on 9/28/2015
CITY OF CLEARWATER
ITB # 53-15, NATURAL GAS METERS AND REGULATORS
DUE DATE: JULY 7, 2015; 10:00 AM
BID TABULATION FOR NEW UNIT PRICING
Elster Holdings US, Inc Equipment Controls Company Devtech Sales, Inc.Key Controls, Inc.M.T. Deason Company, Inc.
Item Description
1
200 CLASS CFH (NTC) SCREWED CASE ALUMINUM GAS METERS WITH
CONNECTIONS $ 78.74 $ 75.02 No Bid No Bid 75.80$
2 400 CLASS CFH (NTC) ALUMINUM GAS METERS WITH CONNECTIONS $ 180.62 $ 163.23 No Bid No Bid 188.50$
3 600 CLASS CFH (NTC) ALUMINUM GAS METERS WITH CONNECTIONS $ 394.93 No Bid No Bid No Bid 614.75$
4 800 CLASS CFH (NTC) ALUMINUM GAS METERS WITH CONNECTIONS $ 919.59 No Bid No Bid No Bid 758.00$
5 1000 CLASS CFH (NTC) ALUMINUM GAS METERS WITH CONNECTIONS $ 1,407.67 No Bid No Bid No Bid 775.00$
6 ROMET OR ROOTS 3M ROTARY METER Non-Responsive $ 1,364.00 $ 1,565.00 No Bid No Bid
7 ROMET OR ROOTS 5M ROTARY METER Non-Responsive $ 1,724.00 $ 1,990.00 No Bid No Bid
8 ROMET OR ROOTS 7M ROTARY METER Non-Responsive $ 2,218.00 $ 2,620.00 No Bid No Bid
9 ROMET OR ROOTS 11M ROTARY METER $ 2,940.00 $ 2,615.00 $ 3,365.00 No Bid No Bid
10 HSR 3/4" ANGLE BODY Non-Responsive No Bid No Bid $ 45.42 20.50$
11 HSR 3/4" ANGLE BODY Non-Responsive No Bid No Bid $ 45.42 20.50$
12 HSR 1" Non-Responsive No Bid No Bid $ 45.42 19.00$
13 HSR 1" Non-Responsive No Bid No Bid $ 45.42 19.00$
14 CS200 1 1/4" $ 24.96 No Bid No Bid $ 167.88 205.00$
15 CS200 1 1/4" $ 24.96 No Bid No Bid $ 167.88 205.00$
16
B34 2" FLANGED OR FEMALE PIPE THREAD GAS REGULATOR WITH
INTERNAL RELIEF VALVE $ 298.80 $ 361.18 No Bid $ 263.14 230.00$
NOTE:
Items with a star ( ) indicates intent to award.
Non-Responsive items do not meet the required bid specifications.
Items with an asterisk ( ) have been evaluated to be the best value of specification compliance,
including coatings and compatibility requirements as follows:
Item # 1 - 2: Price includes new unit with ERT installed. This option permits standardized on Meter/ERT combination, other meters in this category require different ERT.
Items # 10 - 13: This option permits standardized on Regulators with metal internal workings.
Items # 14 - 16: This option can be used for commercial accounts and eliminates the need for a second regulator.
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1700
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Parks & Recreation
Agenda Number: 7.1
SUBJECT/RECOMMENDATION:
Approve contract (blanket purchase order) for tree removal services to O'Neil's LLC, dba
O'Neil's Tree Service, in the annual amount of $125,000 (Invitation to Bid 50-15), and two,
one-year renewal terms at the City's option and authorize the appropriate officials to execute
same. (consent)
SUMMARY:
Staff is requesting a blanket purchase order be issued to O’Neil's LLC, dba O'Neil's Tree
Services (O'Neil's) to provide tree removal, palm removal, and stump grinding services for
Fiscal Year 15/16.
Invitation to Bid 50-15 was issued and seven bids were received. Of the seven bidders,
O’Neil's was the second lowest bidder. The lowest bidder, Pinellas Tree Services, was
deemed non-responsive to this bid when they failed to respond to questions from the
Purchasing Manager. Pinellas' bid was abnormally low in comparison to the other bids and
they neglected to respond to multiple requests for clarity and confirmation regarding their bid
numbers.
O’Neil's has worked for the City in the past and has an exceptional record of performance and
very responsive to city needs and their turnaround time to complete projects is very good.
O’Neil's is familiar with all rules, regulations and standards required by the City of Clearwater.
APPROPRIATION CODE AND AMOUNT:
Funding for the Blanket Purchase Order will come from cost code
010-01874-550300-549-000, Urban Forestry Team Operating Budget.
USE OF RESERVE FUNDS:
N/A
Page 1 City of Clearwater Printed on 9/28/2015
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1701
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Parks & Recreation
Agenda Number: 7.2
SUBJECT/RECOMMENDATION:
Approve a proposal by Construction Manager at Risk Certus Builders of Tampa, Florida, in the
amount of $598,210.00 for the renovation and construction of a press box/restroom building at
Eddie C. Moore Fields 8 and 9, located adjacent to and west of Eisenhower Elementary
School, and authorize the appropriate officials to execute same. (consent)
SUMMARY:
This project will provide for the renovations to the existing restroom concession building at
Eddie C. Moore Fields 8 and 9 and the construction of a second story which will provide for
two press box areas and meeting room space. The first story will be renovated to include
upgraded and improved restroom facilities which will increase the amount of water closets in
the women’s restroom from three to seven, provide for a new companion restroom facility; and
interior training room space.
This project will help support current programming efforts at the facility as well as allow the
City to attract additional national and, as well as international, tournaments to the complex;
meeting the growing needs of the softball community and the City's sports tourism efforts.
In addition to this contract and as part of the overall project, new stadium bleachers and
technology upgrades will be made to support social media as well as live broadcasting of
games.
This project was identified several years ago and is part of the approved Capital Improvement
Program.
On June 6, 2013, the Council approved Construction Manager at Risk Services (CMR) for
continuing contracts with several construction contractors including Certus Builders
Certus Builders was selected under the Request for Qualifications process based on
qualifications, experience on similar projects, staff experience and availability, and knowledge
of city standards. Certus Builders has been the selected low bidder on many past city projects
including the restroom/concession building at Joe DiMaggio, Restrooms at Pier 60 and most
recently the new press box at Joe DiMaggio Sports Complex.
Request to award contract to an at risk contractor is due to the very tight time schedule
needed to complete the project prior to the USF series and the new Michelle Smith Invitational
Tournament beginning in February.
Construction will begin October 5 and be completed by February 16, 2016.
This item supports the City Strategic Vision by providing quality facilities that meet the needs
of the citizens of Clearwater and provides for more opportunities to promote sports tourism.
Page 1 City of Clearwater Printed on 9/28/2015
File Number: ID#15-1701
APPROPRIATION CODE AND AMOUNT:
Funds are available in Capital Improvement Project 315-93651, E. C. Moore Fields 8 and 9
Renovations.
USE OF RESERVE FUNDS:
N/A
Page 2 City of Clearwater Printed on 9/28/2015
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1702
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Parks & Recreation
Agenda Number: 7.3
SUBJECT/RECOMMENDATION:
Approve a one-year Agreement with Juvenile Welfare Board and the City of Clearwater for
funding of youth programs, including an increase in 0.6 Full Time Equivalent (FTE) to conduct
the program, approve a first quarter budget amendment of $345,924 into 181-99872, and
authorize the appropriate officials to execute same. (consent)
SUMMARY:
Since 2000, the City has received funding from JWB Children’s Services Council to provide
after school and summer programming for youth in Clearwater. Once again, the City has
been awarded funding for youth programming for Fiscal Year 15-16 from Juvenile Welfare
Board.
The budget is based on a current average of 100 children participating in the program on a
daily basis. In Fiscal Year 14-15, the City was awarded up to $402,442 based on youth
attendance.
In June 2015, the City Resource Committee approved the grant application, which included an
additional 0.6 FTE needed to operate the program. All associated salary and benefit
expenses will be paid for by the grant.
“Charting a Course for Youth” is a program developed to nurture youngsters at the Clearwater
neighborhoods in which youth need the most direction. The program leaders have developed
a safe haven for community youth ages 6-17 at Ross Norton and North Greenwood
Recreation Complexes.
The program is designed to incorporate exercise and nutrition based activities in an after
school and summer camp setting, to encourage healthy lifestyle choices, improve social skills,
increase athletic abilities, and develop leadership skills of the participants. Academic
enrichment curriculum is also included in the program.
There is no requirement to continue the program when the grant ends.
This item supports the City's Strategic Plan by partnering with other public organizations to be
more efficient in providing services and programs to the youth of our community.
APPROPRIATION CODE AND AMOUNT:
N/A
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 9/28/2015
File Number: ID#15-1702
N/A
Page 2 City of Clearwater Printed on 9/28/2015
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1703
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Parks & Recreation
Agenda Number: 7.4
SUBJECT/RECOMMENDATION:
Review and approve the proposed sculpture collection for Sculpture360: Season VII - Art in
the Cleveland Street District. (consent)
SUMMARY:
“Sculpture360 - Art in the Cleveland Street District” is a temporary exhibition of outdoor public
artwork intended to bring high-quality, iconic, and vibrant artwork to downtown Clearwater.
This agenda item is presented in accordance with actions taken during the April 15, 2009 City
Council meeting in which the Council requested that all installations of artwork of public
property be subject to Council review.
The following collection of sculptures is recommended in full for temporary exhibition as part
of the Public Art and Design Program’s ‘Sculpture360: Art in the Cleveland Street District:
Season VII’. The sculptures were chosen by a Selection Panel, appointed by the Public Art
and Design Board (PADB) in accordance with the Public Art and Design Program Guidelines.
The PADB subsequently reviewed and approved this collection. The sculptures are slated for
installation starting the week of October 5 and will remain on exhibition through April 2017.
The Selection Panel consisted of individuals representing specified interests and expertise
were as follows:
Neale Stralow (Chair), architect/artist representative, Public Art and Design Board
Anne Fogarty-France, Economic Development representative
Felicia Donnelly, Parks and Recreation representative
Jack Mortimer, Downtown Neighborhood representative
An open Call to Artists was issued detailing the scope of the project. The Call to Artists
resulted in approximately 79 responses of qualified artists with various works proposed for
temporary loan. The Selection Panel selected the artwork of three finalists (Craig
Berube-Gray, Claudia Jane Klein, and Hanna Jubran). All three finalists have confirmed
interest in participating; two are full-time residents of Florida.
The Public Art and Design Board has approved an allocation of $9,000.00 from the Public Art
and Design Program Discretionary Fund (325-93608) for the purpose of funding the project
budget for Sculpture360: Season VII. Funds will be utilized for artist honoraria and equipment,
materials, and personnel necessary for installing and removing the sculpture under the terms
of the exhibition.
APPROPRIATION CODE AND AMOUNT:
Funds are available in cost code 325-93608, Public Art and Design Program Discretionary
Page 1 City of Clearwater Printed on 9/28/2015
File Number: ID#15-1703
Fund to fund this project.
USE OF RESERVE FUNDS:
N/A
Page 2 City of Clearwater Printed on 9/28/2015
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1738
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Police Department
Agenda Number: 8.1
SUBJECT/RECOMMENDATION:
Approve a $135,000 increase in the Pinellas County Sheriff’s Office Agreement for Fiscal Year
2014/2015, from $406,175.40 to $541,175.40, due to excess services rendered above the
proposed amount presented to Council on September 18, 2014. (consent)
SUMMARY:
The Pinellas County Sheriff’s Office (PCSO) and the Clearwater Police Department (CPD)
began annual contractual agreement for services in January 1994. The agreements covered
latent fingerprint examination, property/evidence storage, and crime scene processing
services and a share of security costs at the Pinellas Juvenile Assessment Center (PJAC).
The City Council approved the Fiscal Year 14/15 contract in the amount of $406,175.40 on
September 18, 2014.
The contractual agreement reflects the following breakout of costs:
Fingerprint Services - $80,265.60; Forensic Science Services (Crime Scene Processing) -
$190,039.80 (940 calls @ $202.17 per call); Evidence and Property Service and Storage -
$93,870.00 (9,000 calls @ $10.43 per submission); Pinellas Juvenile Assessment Center
(PJAC) - $42,000 (500 bookings @ $84 per booking).
Requests for services in excess of the number of contractual calls were to be invoiced
separately.
The need for PCSO processing this year has exceeded our contractual amount of
$406,175.40. We are currently over by $78,477.17 as of August 31, 2015, and have not been
billed for the month of September. The projected amount to exceed our contractual amount is
$135,000.
Although the amount of the contract was for $406,175.40, CPD had budgeted $500,000 in its
Other Contractual Service account to pay for any excess services rendered. Even after
receiving September’s invoice, CPD will be able to absorb the additional costs in its Fiscal
Year 14/15 budget.
APPROPRIATION CODE AND AMOUNT:
Funds are available in cost code 010-01155-530300-521-000 (Contractual Services) to fund
this anticipated increase.
Page 1 City of Clearwater Printed on 9/28/2015
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1568
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Engineering Department
Agenda Number: 9.1
SUBJECT/RECOMMENDATION:
Award a contract (blanket purchase order) to Pinellas County Solid Waste in the amount of
$250,000 for the disposal of solid waste at the Pinellas County waste to energy plant/landfill
from October 1, 2015 through September 30, 2016, as provided in the City’s Code of
Ordinances, Section 2.564 (1)(d), Services provided by Other Governmental Entities, and
authorize the appropriate officials to execute same. (consent)
SUMMARY:
Pinellas County operates the only waste to energy plant/landfill in the county. The National
Pollutant Discharge Elimination System permit that the Stormwater Maintenance Division
operates under requires the disposal of all debris generated from the street sweepers,
vac-con operation and ditch/catch basin cleaning to a landfill disposal site.
APPROPRIATION CODE AND AMOUNT:
0419-02090-543500-539-000-0000 $250,000
Funding for this agreement is included in the 2015/16 City Manager’s Recommended
Stormwater Maintenance Operating Budget for Dump Fees.
Page 1 City of Clearwater Printed on 9/28/2015
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1705
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Engineering Department
Agenda Number: 9.2
SUBJECT/RECOMMENDATION:
Award a construction contract to Adkins Contracting, Inc., of Ruskin, FL, for the 2015
Underdrain Project (15-0022-EN) in the amount of $1,195,854.00 based on unit prices for the
initial one-year term with an option for one two-year term extension; and authorize the
appropriate officials to execute same. (consent)
SUMMARY:
The intent of this project is for the removal and replacement of approximately 12,000 linear
feet of existing underdrain, installation of 3,000 linear feet of new underdrain and all
associated incidental work.
This contract is to be awarded on a unit price basis for all labor, materials, equipment and
tools necessary.
The City reserves the option to extend the contract for one 2-year term in an amount not to
exceed $597,927.00.
APPROPRIATION CODE AND AMOUNT:
0315-96124-563700-539-000-0000 $589,006.00
0315-92339-563700-541-000-0000 $ 8,921.00
Funds are available in Capital Improvement Program (CIP) projects in amounts of $589,006 in
0315-96124, Storm Pipe System Improvements, and $8,921 in 0315-92339, New Sidewalks,
in Fiscal Year 2016. Fiscal Year 2017 funding will be included in recommended CIP budgets
from the Director in the amount of $597,927.
Page 1 City of Clearwater Printed on 9/28/2015
ITEM
NO.
1 Mobilization EA 15 1,150.00$ $ 17,250.00 6,300.00$ $ 94,500.00
2 Maintenance of Traffic, 2 Lane 2 Way EA 10 950.00$ $ 9,500.00 1,000.00$ $ 10,000.00
3 Maintenance of Traffic - Multi Lane EA 5 1,150.00$ $ 5,750.00 1,200.00$ $ 6,000.00
4 Sediment & Erosion Control EA 15 860.00$ $ 12,900.00 500.00$ $ 7,500.00
5 Portable Project Sign EA 2 400.00$ $ 800.00 750.00$ $ 1,500.00
6 Root Pruning LF 500 7.00$ $ 3,500.00 5.00$ $ 2,500.00
7 Tree Barricades LF 500 2.00$ $ 1,000.00 3.50$ $ 1,750.00
8 Remove Existing Underdrain LF 8,000 2.78$ $ 22,240.00 4.00$ $ 32,000.00
9 Remove Existing Concrete Sidewalk, 4"SF 1,500 3.00$ $ 4,500.00 0.30$ $ 450.00
10 Remove Existing Concrete Driveway, 6"SF 10,000 2.40$ $ 24,000.00 0.30$ $ 3,000.00
11 Remove Existing Asphalt SY 500 20.00$ $ 10,000.00 2.50$ $ 1,250.00
12 Core Existing Storm Inlet EA 25 420.00$ $ 10,500.00 460.00$ $ 11,500.00
13 Concrete Driveway, 6" SF 10,000 5.50$ $ 55,000.00 5.00$ $ 50,000.00
14 Concrete Sidewalk, 4"SF 1,000 4.30$ $ 4,300.00 3.65$ $ 3,650.00
15 FDOT Underdrain Inspection Box, Index 245 EA 2 1,000.00$ $ 2,000.00 2,000.00$ $ 4,000.00
16 8" Underdrain LF 8,000 29.69$ $ 237,520.00 70.00$ $ 560,000.00
17 8" Clean Out EA 20 250.00$ $ 5,000.00 264.00$ $ 5,280.00
18 8" Solid PVC Storm Pipe LF 1,500 15.00$ $ 22,500.00 17.00$ $ 25,500.00
19 Type I Curb (remove and replace)LF 200 35.00$ $ 7,000.00 38.00$ $ 7,600.00
20 Modified Curb (remove and replace)LF 100 43.00$ $ 4,300.00 32.00$ $ 3,200.00
21 Valley Gutter Curb (remove and replace)LF 100 52.00$ $ 5,200.00 35.00$ $ 3,500.00
22 Swale Curb, 2' wide, (bid includes adjacent asphalt)LF 100 81.00$ $ 8,100.00 85.00$ $ 8,500.00
23 Swale Curb, Valley Gutter, Index 107, (bid includes adjacent asphalt)LF 100 81.00$ $ 8,100.00 82.00$ $ 8,200.00
24 Asphalt 1-1/2" thick PC III SY 500 35.00$ $ 17,500.00 35.00$ $ 17,500.00
25 10" Thick Crushed Concrete Road Base SY 500 31.00$ $ 15,500.00 25.00$ $ 12,500.00
26 Sod Replacement (Bahia)SF 10,000 0.75$ $ 7,500.00 1.50$ $ 15,000.00
27 Sod Replacement (St. Augustine)SF 10,000 0.90$ $ 9,000.00 1.75$ $ 17,500.00
28 Grout Fill Existing Pipe CY 10 500.00$ $ 5,000.00 650.00$ $ 6,500.00
Subtotal Underdrain $ 535,460.00 $ 920,380.00
29 10% Contingency Underdrain LS 1 53,546.00$ $ 53,546.00 92,038.00$ $ 92,038.00
Total Underdrain (Items 1-29) $ 589,006.00 $ 1,012,418.00
30 ADA Sidewalk Ramp, 4" concrete EA 10 811.00$ $ 8,110.00 1,250.00$ $ 12,500.00
Subtotal Sidewalks $ 8,110.00 $ 12,500.00
31 10% Contingency New Sidewalks LS 1 811.00$ $ 811.00 1,250.00$ $ 1,250.00
Total New Sidewalks (Items 30-31) $ 8,921.00 $ 13,750.00
Subtotal (Subtotal Underdrain + Subtotal Sidewalks) $ 543,570.00 $ 932,880.00
Total Contingency (10%) $ 54,357.00 $ 93,288.00
Bidder’s Grand Total (Subtotal + Total Contingency) $ 597,927.00 $ 1,026,168.00
peach cells denote ommissions in the bidder's submittal
Bid Tabulations are not public until 30 days after bid opening or upon award, whichever occurs first. (FL Statutes 119.071)
UNDERDRAIN
NEW SIDEWALKS
UNIT PRICE TOTALDESCRIPTIONUNIT
BID OPENING DATE: August 25, 2015 at 2:00 p.m. AWARD DATE: September 17, 2015
UNIT
QTY UNIT PRICE TOTAL
Adkins Contracting, Inc.
3516 Gulf City Road
Ruskin, FL 33570
Kamminga & Roodvoets, Inc.
5219 Cone Road
Tampa, FL 33610
PROJECT NAME & #:2015 UNDERDRAIN PROJECT (PROJECT No. 15-0022-EN)
SectionV.docx Page i 11/25/2014
SECTION V
CONTRACT DOCUMENTS
Table of Contents:
PUBLIC CONSTRUCTION BOND ....................................................................................................... 1
CONTRACT .............................................................................................................................................. 3
CONSENT OF SURETY TO FINAL PAYMENT ................................................................................ 7
PROPOSAL BOND .................................................................................................................................. 8
AFFIDAVIT .............................................................................................................................................. 9
NON COLLUSION AFFIDAVIT ......................................................................................................... 10
PROPOSAL ............................................................................................................................................. 11
CITY OF CLEARWATER ADDENDUM SHEET ............................................................................. 14
BIDDER’S PROPOSAL ......................................................................................................................... 15
SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA
CERTIFICATION FORM ..................................................................................................................... 17
SectionV.docx Page 1 of 17 11/25/2014
Bond No.:________________
PUBLIC CONSTRUCTION BOND
(1)
This bond is given to comply with § 255.05, Florida Statutes, and any action instituted by a claimant
under this bond for payment must be in accordance with the notice and time limitation provisions in
subsections (2) and (10).
Pursuant to § 255.05(1)(b), Florida Statutes, “Before commencing the work or before recommencing
the work after a default or abandonment, the contractor shall provide to the public entity a certified
copy of the recorded bond. Notwithstanding the terms of the contract or any other law governing
prompt payment for construction services, the public entity may not make a payment to the contractor
until the contractor has complied with this paragraph.”
CONTRACTOR SURETY OWNER
Adkins Contracting, Inc.
3516 Gulf City Road
Ruskin, FL 33570
City of Clearwater
Engineering Department
100 S. Myrtle Avenue
Clearwater, FL 33756
(727) 562-4747
PROJECT NAME: 2015 UNDERDRAIN PROJECT
PROJECT NO.: 15-0022-EN
PROJECT DESCRIPTION: An annual maintenance contract for the removal and replacement of 12,000
linear feet of existing underdrain, installation of 3,000 linear feet of new underdrain, and all associated and
incidental work.
BY THIS BOND, We, Adkins Contracting, Inc., as Contractor, and
___________________________________________________________, a corporation, as Surety, are
bound to the City of Clearwater, Florida, herein called Owner, in the sum of $597,927.00, for payment
of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and
severally.
THE CONDITION OF THIS BOND is that if Contractor:
1. Performs the contract dated ______________________, between Contractor and Owner for
construction of 2015 UNDERDRAIN PROJECT, the contract documents being made a part of this bond
by reference (which include the Advertisement for Bids, Proposal, Contract, Surety Bond, Instructions
to Bidders, General Conditions, Plans, Technical Specifications and Appendix, and such alterations as
may be made in said Plans and Specifications as therein provided for), at the times and in the manner
prescribed in the contract; and
2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes,
supplying Contractor with labor, materials, or supplies, used directly or indirectly by Contractor in the
prosecution of the work provided for in the contract; and
3. Pays Owner all losses, damages, expenses, costs, and attorney’s fees, including appellate
proceedings, that Owner sustains because of a default by Contractor under the contract; and
SectionV.docx Page 2 of 17 11/25/2014
Bond No.:________________
PUBLIC CONSTRUCTION BOND
(2)
4. To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, their
officers and employees, from liabilities, damages, losses and costs, including, but not limited to,
reasonable attorney’s fees, to the extent caused by the negligence, recklessness, or intentional wrongful
misconduct of Contractor and persons employed or utilized by Contractor in the performance of the
construction contract; and
5. Performs the guarantee of all work and materials furnished under the contract for the time
specified in the contract, then this bond is void; otherwise it remains in full force.
6. Any action instituted by a claimant under this bond for payment must be in accordance with the
notice and time limitation provisions in Section 255.05(2), Florida Statutes.
7. Any changes in or under the contract documents and compliance or noncompliance with any
formalities connected with the contract or the changes does not affect Surety’s obligation under this
bond, and Surety does hereby waive notice of any such change, extension of time, alteration or addition
to the terms of the contract or to the work or to the specifications.
IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this __________ day
of ________________, 20___.
(If sole Ownership or Partnership, two (2) Witnesses required).
(If Corporation, Secretary only will attest and affix seal).
ADKINS CONTRACTING, INC.
By: _____________________________
Title: ____________________________
Print Name: _______________________
WITNESS: WITNESS:
_________________________________ _________________________________
Corporate Secretary or Witness Print Name: _______________________
Print Name: _______________________
(affix corporate seal) ____________________________________
(Corporate Surety)
By: _____________________________
ATTORNEY-IN-FACT
Print Name: _______________________
(affix corporate seal)
(Power of Attorney must be attached)
SectionV.docx Page 3 of 17 11/25/2014
CONTRACT
(1)
This CONTRACT made and entered into this ___ day of ____________, 20___ by and between the
City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and Adkins
Contracting, Inc., of the City of Ruskin, County of Hillsborough, and State of Florida, hereinafter
designated as the "Contractor".
WITNESSETH:
That the parties to this contract each in consideration of the undertakings, promises and agreements on
the part of the other herein contained, do hereby undertake, promise and agree as follows:
The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the
sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at
their own cost and expense perform all labor, furnish all materials, tools and equipment for the
following:
PROJECT NAME: 2015 UNDERDRAIN PROJECT
PROJECT NO.: 15-0022-EN
in the amount of $597,927.00
In accordance with such proposal and technical supplemental specifications and such other special
provisions and drawings, if any, which will be submitted by the City, together with any advertisement,
instructions to bidders, general conditions, technical specifications, proposal and bond, which may be
hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this
contract, and all of said work to be performed and completed by the contractor and its successors and
assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City.
If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as
contained herein within the time specified for completion of the work to be performed by the Contractor,
then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have
the right to proceed to complete such work as Contractor is obligated to perform in accordance with the
provisions as contained herein.
THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY
AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE
BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES
ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF
THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO
HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES,
COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE
UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE
CONTRACTOR'S SUB CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES
RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB
CONTRACTOR, AGENT SERVANTS OR EMPLOYEES, TO THE LIMITS OF § 725.06(2).
SectionV.docx Page 4 of 17 11/25/2014
CONTRACT
(2)
In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements:
In connection with the performance of work under this contract, the Contractor agrees not to
discriminate against any employee or applicant for employment because of race, sex, religion, color, or
national origin. The aforesaid provision shall include, but not be limited to, the following: employment,
upgrading, demotion, or transfer; recruitment or recruitment advertising; lay off or termination; rates of
pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor
agrees to post hereafter in conspicuous places, available for employees or applicants for employment,
notices to be provided by the contracting officer setting forth the provisions of the non discrimination
clause.
The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including
contracts or agreements with labor unions and/or worker's representatives, except sub contractors for
standard commercial supplies or raw materials.
It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the
event that the work to be performed by the Contractor is not completed within the time stipulated herein,
it is then further agreed that the City may deduct from such sums or compensation as may be due to the
Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor
remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only
and solely represent damages which the City has sustained by reason of the failure of the Contractor to
complete the work within the time stipulated, it being further agreed that this sum is not to be construed
as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete
and perform all work within the time period as specified in this contract.
It is further mutually agreed between the City and the Contractor that if, any time after the execution of
this contract and the public construction bond which is attached hereto for the faithful performance of
the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the
surety or sureties upon such public construction bond to be unsatisfactory or if, for any reason, the said
bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his
or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an
additional bond or bonds in such term and amounts and with such surety or sureties as shall be
satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor
under the terms and provisions of this contract until such new or additional security bond guaranteeing
the faithful performance of the work under the terms hereof shall be completed and furnished to the City
in a form satisfactory to it.
SectionV.docx Page 5 of 17 11/25/2014
CONTRACT
(3)
The successful bidder/contractor will be required to comply with Section 119.0701, Florida Statutes
(2014), specifically to:
(a) Keep and maintain public records that ordinarily and necessarily would be required by the City of
Clearwater in order to perform the service;
(b) Provide the public with access to public records on the same terms and conditions that the City of
Clearwater would provide the records and at a cost that does not exceed the cost provided in
Chapter 119 or as otherwise provided by law;
(c) Ensure that public records that are exempt or confidential and exempt from public records
disclosure requirements are not disclosed except as authorized by law; and
(d) Meet all requirements for retaining public records and transfer, at no cost, to the City of Clearwater
all public records in possession of the contractor upon termination of the contract and destroy any
duplicate public records that are exempt or confidential and exempt from public records disclosure
requirements. All records stored electronically must be provided to the City of Clearwater in a
format that is compatible with the information technology systems of the City of Clearwater.
SectionV.docx Page 6 of 17 11/25/2014
CONTRACT
(4)
IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands and seals and
have executed this Agreement, the day and year first above written.
CITY OF CLEARWATER
IN PINELLAS COUNTY, FLORIDA
By: ________________________________ (SEAL)
William B. Horne, II
City Manager
Attest:
Countersigned: ____________________________________
Rosemarie Call
City Clerk
By: ________________________________ Approved as to form:
George N. Cretekos,
Mayor
____________________________________
Matthew M. Smith
Assistant City Attorney
(Contractor must indicate whether Corporation,
Partnership, Company or Individual.)
ADKINS CONTRACTING, INC.
By: _________________________ (SEAL)
Print Name: _________________________
Title: ____________________________
(The person signing shall, in his own
handwriting, sign the Principal's name, his own
name, and his title; where the person is signing
for a Corporation, he must, by Affidavit, show
his authority to bind the Corporation.)
SectionV.docx Page 7 of 17 11/25/2014
CONSENT OF SURETY TO FINAL PAYMENT
TO OWNER: City of Clearwater PROJECT NAME: 2015 UNDERDRAIN PROJECT
Engineering Department PROJECT NO.: 15-0022-EN
100 S. Myrtle Ave. CONTRACT DATE: __________
Clearwater, FL 33756 BOND NO. : __________, recorded in O.R. Book
____, Page ____, of the Public Records of Pinellas
County, Florida.
CONTRACTOR: Adkins Contracting, Inc.
Pursuant to § 255.05(11), Florida Statutes, and in accordance with the provisions of the Contract
between the Owner and the Contractor as indicated above, the:
___________________________________
___________________________________
___________________________________
,SURETY,
on bond of
Adkins Contracting, Inc.
3516 Gulf City Road
Ruskin, FL 33570
,CONTRACTOR,
hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor
shall not relieve Surety of any of its obligations to
City of Clearwater
Engineering Department
100 S. Myrtle Ave.
Clearwater, FL 33756
,OWNER,
as set forth in said Surety’s bond.
IN WITNESS WHEREOF, the Surety has hereunto set its hand this ___ day of _________, _____.
___________________________________
(Surety)
___________________________________
(Signature of authorized representative)
___________________________________
(Printed name and title)
Attest:
(Seal):
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1707
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Engineering Department
Agenda Number: 9.3
SUBJECT/RECOMMENDATION:
Award a construction contract to Steve’s Excavating and Paving Inc. of Clearwater, Florida, in
the amount of $393,114.04, for Berkley Place Drainage Improvements Project (14-0037-EN)
which is the lowest responsible bid received in accordance with the plans and specifications,
and authorize the appropriate officials to execute same. (consent)
SUMMARY:
The scope of Berkley Place Drainage Improvements Project is to upgrade the undersized
stormwater collection system along Berkley Place and add additional stormwater collection
system along the eastern portion of Arlington Place and Hemerick Place.
Construction of this project includes the installation of approximately of 400 LF of reinforced
concrete pipe varies in sizes (15 in., 18 in., and 24 in.) with nine curb inlets and one
stormwater manhole.
The condition of the existing pavement located within the project limits is poor with observed
cracks. As part of this project, the existing base and existing asphalt pavement of the entire
roadway’s width will be replaced with new base and new asphalt.
Construction duration is 90 calendar days with an anticipated start in mid October 2015 and
completion by mid January 2016.
The new stormwater system will be maintained by the Stormwater Maintenance Division.
APPROPRIATION CODE AND AMOUNT:
0315-96173-563700-539-000-0000 $335,512.54
0327-96665-563800-535-000-0000 $ 37,345.00
0327-96741-563800-533-000-0000 $ 20,256.50
Sufficient funding is available in Capital Improvement Program project in the amount of
$335,512.54 from 0315-96173, Alligator Creek Watershed Projects and Utility Renewal and
Replacement Projects in amounts of $37,345.00 from 0327-96665, Sanitary Sewer R&R, and
$20,256.50 from 0327-96741, System Rand R - Capitalized for total funding in the amount of
$393,114.04 to fund the construction contract.
Page 1 City of Clearwater Printed on 9/28/2015
ITEM
NO.
UNIT
QTY UNIT
STORMWATER
100 GENERAL
101 Mobilization 1 LS 55,000.00$ $ 55,000.00 58,500.00$ $ 58,500.00
102 Maintenance of Traffic 1 LS 10,000.00$ $ 10,000.00 6,660.00$ $ 6,660.00
103 Clearing & Grubbing 1 LS 45,500.00$ $ 45,500.00 9,970.00$ $ 9,970.00
104 Removal & Replacement of Unsuitable Material (As needed)115 CY 25.00$ $ 2,875.00 35.00$ $ 4,025.00
105 Project Sign 2 EA 900.00$ $ 1,800.00 975.00$ $ 1,950.00
Subtotal General $ 115,175.00 $ 81,105.00
200 SURFACE RESTORATION
201 2" Asphaltic Concrete Structural Course Type S-III 174 TN 138.00$ $ 24,012.00 138.00$ $ 24,012.00
202 8" Roadway Base (LBR 100) 1,636 SY 20.00$ $ 32,720.00 14.75$ $ 24,131.00
203 12" Stabilized Subgrade (LBR-40) 1,636 SY 12.00$ $ 19,632.00 13.10$ $ 21,431.60
204 Valley Gutter Curb (City Index 101)1,160 LF 21.00$ $ 24,360.00 17.00$ $ 19,720.00
205 Straight Curb (City Index 101)90 LF 33.00$ $ 2,970.00 45.00$ $ 4,050.00
206 Type 1 Curb (City Index 101)30 LF 37.00$ $ 1,110.00 45.00$ $ 1,350.00
207 4" Concrete Sidewalk 932 SF 4.50$ $ 4,194.00 7.25$ $ 6,757.00
208 Pedestrian Ramp Detectable Warning 2 EA 1,300.00$ $ 2,600.00 1,765.00$ $ 3,530.00
209 Driveway Restoration (In Kind)186 SY 54.00$ $ 10,044.00 70.00$ $ 13,020.00
210 Sodding 1 LS 15,000.00$ $ 15,000.00 11,870.00$ $ 11,870.00
Subtotal Surface Restoration $ 136,642.00 $ 129,871.60
300 MISCELLANEOUS
301 Root Pruning 1 LS 3,500.00$ $ 3,500.00 4,150.00$ $ 4,150.00
302 Tree Removal 1 EA 2,500.00$ $ 2,500.00 1,270.00$ $ 1,270.00
Subtotal Miscellaneous $ 6,000.00 $ 5,420.00
400 STORM SEWER
401 15" RCP 272 LF 150.00$ $ 40,800.00 81.90$ $ 22,276.80
402 14" x 23" ERCP 28 LF 180.00$ $ 5,040.00 122.00$ $ 3,416.00
403 18" RCP 52 LF 160.00$ $ 8,320.00 114.00$ $ 5,928.00
404 24" RCP 52 LF 186.00$ $ 9,672.00 122.00$ $ 6,344.00
405 Type C Single Wing Inlet for Valley Curb 6 EA 8,500.00$ $ 51,000.00 4,860.00$ $ 29,160.00
406 Type C Single Wing Inlet 5'-4" Box for Valley Curb 1 EA 9,000.00$ $ 9,000.00 4,985.00$ $ 4,985.00
407 Type C Double Wing Inlet for Valley Curb 1 EA 9,500.00$ $ 9,500.00 5,580.00$ $ 5,580.00
Kamminga & Roodvoets, Inc.
5219 Cone Road
Tampa, FL 33610
Steve's Excavating and Paving, Inc.
1741 North Keene Rd.
Clearwater, FL 34697
PROJECT NAME & #: BERKLEY PLACE DRAINAGE IMPROVEMENTS (14-0037-EN)
BID OPENING DATE: September 1, 2015 at 1:30 p.m. AWARD DATE: October 1, 2015
UNIT PRICE TOTALDESCRIPTIONUNIT PRICE TOTAL
Kamminga & Roodvoets, Inc.
5219 Cone Road
Tampa, FL 33610
Steve's Excavating and Paving, Inc.
1741 North Keene Rd.
Clearwater, FL 34697
PROJECT NAME & #: BERKLEY PLACE DRAINAGE IMPROVEMENTS (14-0037-EN)
BID OPENING DATE: September 1, 2015 at 1:30 p.m. AWARD DATE: October 1, 2015
408 Type F Single Wing Inlet 5'-4" Box for Straight Curb 1 EA 9,500.00$ $ 9,500.00 5,580.00$ $ 5,580.00
409 Precast Storm Sewer Manhole (4' dia.)1 EA 5,000.00$ $ 5,000.00 3,070.00$ $ 3,070.00
410 Plug & Fill Existing Storm Pipes (Flowable Fill)7 CY 500.00$ $ 3,500.00 325.00$ $ 2,275.00
Subtotal Storm Sewer $ 151,332.00 $ 88,614.80
Subtotal Stormwater $ 409,149.00 $ 305,011.40
411 Stormwater Contingency 10%1 LS 40,914.90$ $ 40,914.90 30,501.14$ $ 30,501.14
Total Stormwater $ 450,063.90 $ 335,512.54
UTILITIES
WATER
500 POTABLE WATER
501 6" DI WM (RJ) Vert. Offset Assembly 1 LS 9,200.00$ $ 9,200.00 5,680.00$ $ 5,680.00
502 6" DI WM (RJ) Horiz. Offset Assembly & 6" Gate Valve 1 LS 6,700.00$ $ 6,700.00 5,875.00$ $ 5,875.00
503 3/4" Service Connection (As needed)4 EA 300.00$ $ 1,200.00 1,330.00$ $ 5,320.00
504 Relocate Existing 3/4" Meter (As needed)4 EA 225.00$ $ 900.00 385.00$ $ 1,540.00
Subtotal Potable Water $ 18,000.00 $ 18,415.00
505 Potable Water Contingency 10%1 LS 1,800.00$ $ 1,800.00 1,841.50$ $ 1,841.50
Total Potable Water $ 19,800.00 $ 20,256.50
SEWER
600 SANITARY SEWER
601 Sanitary Lateral Service Assembly 6 EA 800.00$ $ 4,800.00 2,950.00$ $ 17,700.00
602 F&I Sanitary Cleanout (As Needed)14 EA 350.00$ $ 4,900.00 895.00$ $ 12,530.00
603 8" PVC Sanitary Sewer 60 LF 80.00$ $ 4,800.00 62.00$ $ 3,720.00
Subtotal Sanitary Sewer $ 14,500.00 $ 33,950.00
604 Sanitary Sewer Contingency 10%1 LS 1,450.00$ $ 1,450.00 3,395.00$ $ 3,395.00
Total Sanitary Sewer $ 15,950.00 $ 37,345.00
Subtotal Utilities $ 32,500.00 $ 52,365.00
Utilities Contingency 1 LS 3,250.00$ $ 3,250.00 5,236.50$ $ 5,236.50
Total Utilities $ 35,750.00 $ 57,601.50
Subtotal $ 441,649.00 $ 357,376.40
Total Contingency $ 44,164.90 $ 35,737.64
Bidder’s Grand Total $ 485,813.90 $ 393,114.04
Peach cells denote mathematical corrections or omissions on bidder's submittal
Bid Tabulations are not public until 30 days after bid opening or upon award, whichever occurs first. (FL Statutes 119.071)
SectionV.docx Page i 11/25/2014
SECTION V
CONTRACT DOCUMENTS
Table of Contents:
PUBLIC CONSTRUCTION BOND ....................................................................................................... 2
CONTRACT .............................................................................................................................................. 4
CONSENT OF SURETY TO FINAL PAYMENT ................................................................................ 8
PROPOSAL/BID BOND .......................................................................................................................... 9
AFFIDAVIT ............................................................................................................................................ 10
NON COLLUSION AFFIDAVIT ......................................................................................................... 11
PROPOSAL ............................................................................................................................................. 12
CITY OF CLEARWATER ADDENDUM SHEET ............................................................................. 15
BIDDER’S PROPOSAL ......................................................................................................................... 16
SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA
CERTIFICATION FORM ..................................................................................................................... 18
SectionV.docx Page 2 of 18 11/25/2014
Bond No.:________________
PUBLIC CONSTRUCTION BOND
(1)
This bond is given to comply with § 255.05, Florida Statutes, and any action instituted by a claimant
under this bond for payment must be in accordance with the notice and time limitation provisions in
subsections (2) and (10).
Pursuant to § 255.05(1)(b), Florida Statutes, “Before commencing the work or before recommencing
the work after a default or abandonment, the contractor shall provide to the public entity a certified
copy of the recorded bond. Notwithstanding the terms of the contract or any other law governing
prompt payment for construction services, the public entity may not make a payment to the contractor
until the contractor has complied with this paragraph.”
CONTRACTOR SURETY OWNER
Steve’s Excavating & Paving, Inc.
1741 North Keene Road
Clearwater, FL 33755
City of Clearwater
Engineering Department
100 S. Myrtle Avenue
Clearwater, FL 33756
(727) 562-4747
PROJECT NAME: BERKLEY PLACE DRAINAGE IMPROVEMENTS
PROJECT NO.: 14-0037-EN
PROJECT DESCRIPTION: Berkley Place Drainage Improvements project is for the construction of
improvements to the stormwater collection system along Berkley Place and for the eastern portion of
Palmetto Terrace, a residential neighborhood in the Alligator Creek Watershed. The project goal is to
lessen local street flooding in the lower elevation portion of that neighborhood, and to divert stormwater
runoff away from residential lots. This will be accomplished through the addition of inlets and by
replacing undersized pipes with larger capacity storm piping.
BY THIS BOND, We, Steve’s Excavating & Paving, Inc., as Contractor, and
___________________________________________________, a corporation, as Surety, are bound to
the City of Clearwater, Florida, herein called Owner, in the sum of $393,114.04, for payment of which
we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally.
THE CONDITION OF THIS BOND is that if Contractor:
1. Performs the contract dated ____________________, between Contractor and Owner for
construction of BERKLEY PLACE DRAINAGE IMPROVEMENTS, the contract documents being
made a part of this bond by reference (which include the Advertisement for Bids, Proposal, Contract,
Surety Bond, Instructions to Bidders, General Conditions, Plans, Technical Specifications and
Appendix, and such alterations as may be made in said Plans and Specifications as therein provided for),
at the times and in the manner prescribed in the contract; and
2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes,
supplying Contractor with labor, materials, or supplies, used directly or indirectly by Contractor in the
prosecution of the work provided for in the contract; and
3. Pays Owner all losses, damages, expenses, costs, and attorney’s fees, including appellate
proceedings, that Owner sustains because of a default by Contractor under the contract; and
SectionV.docx Page 3 of 18 11/25/2014
Bond No.:________________
PUBLIC CONSTRUCTION BOND
(2)
4. To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, their
officers and employees, from liabilities, damages, losses and costs, including, but not limited to,
reasonable attorney’s fees, to the extent caused by the negligence, recklessness, or intentional wrongful
misconduct of Contractor and persons employed or utilized by Contractor in the performance of the
construction contract; and
5. Performs the guarantee of all work and materials furnished under the contract for the time
specified in the contract, then this bond is void; otherwise it remains in full force.
6. Any action instituted by a claimant under this bond for payment must be in accordance with the
notice and time limitation provisions in Section 255.05(2), Florida Statutes.
7. Any changes in or under the contract documents and compliance or noncompliance with any
formalities connected with the contract or the changes does not affect Surety’s obligation under this
bond, and Surety does hereby waive notice of any such change, extension of time, alteration or addition
to the terms of the contract or to the work or to the specifications.
IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this __________ day
of ________________, 20___.
(If sole Ownership or Partnership, two (2) Witnesses required).
(If Corporation, Secretary only will attest and affix seal).
STEVE’S EXCAVATING & PAVING,
INC.
By: _____________________________
Title: ____________________________
Print Name: _______________________
WITNESS: WITNESS:
_________________________________ _________________________________
Corporate Secretary or Witness Print Name: _______________________
Print Name: _______________________
(affix corporate seal) _______________________________________
(Corporate Surety)
By: _____________________________
ATTORNEY-IN-FACT
Print Name: _______________________
(affix corporate seal)
(Power of Attorney must be attached)
SectionV.docx Page 4 of 18 11/25/2014
CONTRACT
(1)
This CONTRACT made and entered into this ___ day of ____________, 20___ by and between the
City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and Steve’s
Excavating & Paving, Inc., of the City of Clearwater, County of Pinellas, and State of Florida,
hereinafter designated as the "Contractor".
WITNESSETH:
That the parties to this contract each in consideration of the undertakings, promises and agreements on
the part of the other herein contained, do hereby undertake, promise and agree as follows:
The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the
sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at
their own cost and expense perform all labor, furnish all materials, tools and equipment for the
following:
PROJECT NAME: BERKLEY PLACE DRAINAGE IMPROVEMENTS
PROJECT NO.: 14-0037-EN
in the amount of $393,114.04
In accordance with such proposal and technical supplemental specifications and such other special
provisions and drawings, if any, which will be submitted by the City, together with any advertisement,
instructions to bidders, general conditions, technical specifications, proposal and bond, which may be
hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this
contract, and all of said work to be performed and completed by the contractor and its successors and
assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City.
If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as
contained herein within the time specified for completion of the work to be performed by the Contractor,
then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have
the right to proceed to complete such work as Contractor is obligated to perform in accordance with the
provisions as contained herein.
THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY
AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE
BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES
ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF
THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO
HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES,
COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE
UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE
CONTRACTOR'S SUB CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES
RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB
CONTRACTOR, AGENT SERVANTS OR EMPLOYEES, TO THE LIMITS OF § 725.06(2).
SectionV.docx Page 5 of 18 11/25/2014
CONTRACT
(2)
In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements:
In connection with the performance of work under this contract, the Contractor agrees not to
discriminate against any employee or applicant for employment because of race, sex, religion, color, or
national origin. The aforesaid provision shall include, but not be limited to, the following: employment,
upgrading, demotion, or transfer; recruitment or recruitment advertising; lay off or termination; rates of
pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor
agrees to post hereafter in conspicuous places, available for employees or applicants for employment,
notices to be provided by the contracting officer setting forth the provisions of the non discrimination
clause.
The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including
contracts or agreements with labor unions and/or worker's representatives, except sub contractors for
standard commercial supplies or raw materials.
It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the
event that the work to be performed by the Contractor is not completed within the time stipulated herein,
it is then further agreed that the City may deduct from such sums or compensation as may be due to the
Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor
remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only
and solely represent damages which the City has sustained by reason of the failure of the Contractor to
complete the work within the time stipulated, it being further agreed that this sum is not to be construed
as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete
and perform all work within the time period as specified in this contract.
It is further mutually agreed between the City and the Contractor that if, any time after the execution of
this contract and the public construction bond which is attached hereto for the faithful performance of
the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the
surety or sureties upon such public construction bond to be unsatisfactory or if, for any reason, the said
bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his
or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an
additional bond or bonds in such term and amounts and with such surety or sureties as shall be
satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor
under the terms and provisions of this contract until such new or additional security bond guaranteeing
the faithful performance of the work under the terms hereof shall be completed and furnished to the City
in a form satisfactory to it.
SectionV.docx Page 6 of 18 11/25/2014
CONTRACT
(3)
The successful bidder/contractor will be required to comply with Section 119.0701, Florida Statutes
(2014), specifically to:
(a) Keep and maintain public records that ordinarily and necessarily would be required by the City of
Clearwater in order to perform the service;
(b) Provide the public with access to public records on the same terms and conditions that the City of
Clearwater would provide the records and at a cost that does not exceed the cost provided in
Chapter 119 or as otherwise provided by law;
(c) Ensure that public records that are exempt or confidential and exempt from public records
disclosure requirements are not disclosed except as authorized by law; and
(d) Meet all requirements for retaining public records and transfer, at no cost, to the City of Clearwater
all public records in possession of the contractor upon termination of the contract and destroy any
duplicate public records that are exempt or confidential and exempt from public records disclosure
requirements. All records stored electronically must be provided to the City of Clearwater in a
format that is compatible with the information technology systems of the City of Clearwater.
SectionV.docx Page 7 of 18 11/25/2014
CONTRACT
(4)
IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands and seals and
have executed this Agreement, the day and year first above written.
CITY OF CLEARWATER
IN PINELLAS COUNTY, FLORIDA
By: ________________________________ (SEAL)
William B. Horne, II
City Manager
Attest:
Countersigned: ____________________________________
Rosemarie Call
City Clerk
By: ________________________________ Approved as to form:
George N. Cretekos,
Mayor
____________________________________
Matthew M. Smith
Assistant City Attorney
(Contractor must indicate whether Corporation,
Partnership, Company or Individual.)
STEVE’S EXCAVATING & PAVING,
INC.
By: _________________________ (SEAL)
Print Name: _________________________
Title: ____________________________
(The person signing shall, in his own
handwriting, sign the Principal's name, his own
name, and his title; where the person is signing
for a Corporation, he must, by Affidavit, show
his authority to bind the Corporation.)
SectionV.docx Page 8 of 18 11/25/2014
CONSENT OF SURETY TO FINAL PAYMENT
TO OWNER: City of Clearwater PROJECT NAME: Berkley Place Drainage Improvements
Engineering Department PROJECT NO.: 14-0037-EN
100 S. Myrtle Ave. CONTRACT DATE: __________
Clearwater, FL 33756 BOND NO. : __________, recorded in O.R. Book
____, Page ____, of the Public Records of Pinellas
County, Florida.
CONTRACTOR: Steve’s Excavating & Paving, Inc.
Pursuant to § 255.05(11), Florida Statutes, and in accordance with the provisions of the Contract
between the Owner and the Contractor as indicated above, the:
___________________________________________
___________________________________________
___________________________________________
,SURETY,
on bond of
Steve’s Excavating & Paving, Inc.
1741 North Keene Rd.
Clearwater, FL 33755
,CONTRACTOR,
hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor
shall not relieve Surety of any of its obligations to
City of Clearwater
Engineering Department
100 S. Myrtle Ave.
Clearwater, FL 33756
,OWNER,
as set forth in said Surety’s bond.
IN WITNESS WHEREOF, the Surety has hereunto set its hand this ___ day of __________, _____.
___________________________________
(Surety)
___________________________________
(Signature of authorized representative)
___________________________________
(Printed name and title)
Attest:
(Seal):
ELLA
LORENA
R
D
Casey
WETHERINGTON
EASTWOOD
N E C O AC H M AN
ST
AVE
ST
McKINLEY
PATRICIA
AVE DR
ST
AVE
AVE
ST
AVE
KERRY
GRAHAM
N E C O A C H M A N
DR
FOREST
SHARKEY
DR
E
AVE
GRANGER
TERRACE
MARILYN
R D
S R-590
ST
RD
DR
DR
OAKMOUNT
Acorn
N
AVE
MAYWOOD
TERRACENORMAN
DR
AVE
CR-528
D E L L AVE DRBELCHER
ANNA
ST
KAPP
ST
DR
SUNSHINE
DR
RANGE
PARK
CEPHAS
PALMETTO
DR
RD
GLEN
CREEK
CR-535
LEE
VERDE
DR
CIR
OLD
W MANOR
HE M E RIC K
ARLINGTON
PALMETTOCR-550
RD
LOGAN ST
CR-501
S
RD
PL
BERKLEY
PL
CANDLER
ST
RAGLAND
W
LAGOON
Lagoon
Lagoon
E
Cir
RD
ALLIGATOR
OBERLIN DR
LAKE
COLLEGE
RUSKIN RD
DRPL
ANNA
LN
AVE
RD
DR
AVE
AVE
BAYWOOD
AVE
PINEWOOD
DORA
TEAKWOOD
AVE
R
D
WAY
PASS
M
IS
T
Y
L O CK
DRRD
FOREST
HILL
VARSITY
FLINT
WIND
FARRIER
TRAIL
COACHMAN
DR
OLD
SR-590
T
R
AIL
TO P
RIDGE
TRAIL
OLD
COACH
TRAIL
MAKERS
GAP DR
COACH
EL TAIR
PLATEAU
WAY
Jones
RD C O A C H W H I P
MID NIG H T
STDREW
MacKenzie
C
t
SHARKEYRD
Carriage Ln
Lantern Way Earlham
Dr.
STAG RUN
BLVD
LOCATION MAP
²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com MBK TM N.T.S.281A 7-29s-16w9/15/2015Map Gen By:Reviewed By:S-T-R:Grid #:Date:Scale:
Document Path: V:\GIS\Engineering\Location Maps\BerkleyLocation.mxd
PROJECTSITE
^
Berkley Place DrainageImprovement Project
BERKLEY PL
H E M E RIC K PL
PALMETTO ST
ARLINGTON PL
N E C O A C H M A N R D
811811
831831
901901
810810
8 0 0800
911911
910910
921921
2233
2233
2236
2236
2213
2213
2213
2213
2209
2209
2216
2216
2248
2248
2242
2242
2232
2232
10111011
2221
2221
2223
2223
2230
2230
2217
2217
2212
2212
2240
2240
2248
2248
2236
2236
2224
2224
2225
2225
2209
2209
2254
2254
2229
2229
2217
2217
2224
2224
2229
2229
2228
2228
2232
2232
2224
2224
2221
2221
2237
2237
10521052
2248
2248
2213
2213
2209
2209
2214
2214
Berkley Place Drainage Improvement Project Location Map
²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com MBK PV N.T.S.281A 7-29s-16w9/3/2015Map Gen By:Reviewed By:S-T-R:Grid #:Date:Scale:
Document Path: V:\GIS\Engineering\Location Maps\BerkleyDrainage.mxd
Drainage Improvements
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1708
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Engineering Department
Agenda Number: 9.4
SUBJECT/RECOMMENDATION:
Award a construction contract to Kenny Construction Company, of Northbrook, IL, for the
2015 Stormwater Pipe Lining Project (15-0023-EN) in the amount of $1,614,305.00 based on
unit prices for the initial one-year term with an option for one two-year term extension; and
authorize the appropriate officials to execute same. (consent)
SUMMARY:
This is an annual maintenance contract for cleaning, video inspection and reconstruction of
stormwater lines by the installation of resin impregnated cured in place pipe (RICIPP) lining at
various locations throughout the City of Clearwater.
This contract is to be awarded on a unit price basis for all labor, materials, equipment and
tools necessary.
The City reserves the option to extend the contract for one two-year term in an amount not to
exceed $807,152.50.
APPROPRIATION CODE AND AMOUNT:
0315-96124-563700-539-000-0000 $807,152.50
Funds are available in Capital Improvement Program project 0315-96124, Storm Pipe System
Improvements, in Fiscal Year 2016. Fiscal Year 2017 funding will be included in the
Stormwater recommended CIP budget from the Director in the amount of $807,152.50.
.
Page 1 City of Clearwater Printed on 9/28/2015
ITEM
NO.
Clean & Inspect
1 Light Cleaning - 15" thru 18"LF 1500 4.00$ $ 6,000.00 6.90$ $ 10,350.00 4.00$ $ 6,000.00 7.00$ $ 10,500.00 1.50$ $ 2,250.00 4.00$ $ 6,000.00
2 Medium Cleaning - 15" thru 18"LF 100 5.00$ $ 500.00 8.30$ $ 830.00 6.75$ $ 675.00 9.00$ $ 900.00 3.00$ $ 300.00 10.00$ $ 1,000.00
3 Heavy Cleaning - 15" thru18"LF 100 6.00$ $ 600.00 9.70$ $ 970.00 9.00$ $ 900.00 12.00$ $ 1,200.00 6.00$ $ 600.00 15.00$ $ 1,500.00
4 Light Cleaning - 21" thru 42"LF 1500 7.00$ $ 10,500.00 9.70$ $ 14,550.00 9.00$ $ 13,500.00 8.00$ $ 12,000.00 3.00$ $ 4,500.00 6.00$ $ 9,000.00
5 Medium Cleaning - 21" thru 42"LF 100 9.00$ $ 900.00 11.10$ $ 1,110.00 11.00$ $ 1,100.00 12.00$ $ 1,200.00 6.00$ $ 600.00 13.00$ $ 1,300.00
6 Heavy Cleaning - 21" thru 42"LF 100 11.00$ $ 1,100.00 12.40$ $ 1,240.00 12.50$ $ 1,250.00 18.00$ $ 1,800.00 12.00$ $ 1,200.00 25.00$ $ 2,500.00
7 Light Cleaning - 48" and larger LF 1200 12.00$ $ 14,400.00 11.10$ $ 13,320.00 18.00$ $ 21,600.00 18.00$ $ 21,600.00 4.00$ $ 4,800.00 8.00$ $ 9,600.00
8 Medium Cleaning - 48" and larger LF 100 16.00$ $ 1,600.00 13.80$ $ 1,380.00 21.00$ $ 2,100.00 35.00$ $ 3,500.00 9.00$ $ 900.00 35.00$ $ 3,500.00
9 Heavy Cleaning - 48" and larger LF 100 18.00$ $ 1,800.00 20.70$ $ 2,070.00 30.00$ $ 3,000.00 55.00$ $ 5,500.00 18.00$ $ 1,800.00 55.00$ $ 5,500.00
10 Specialty Cleaning - Root Removal LF 100 25.00$ $ 2,500.00 13.80$ $ 1,380.00 18.00$ $ 1,800.00 25.00$ $ 2,500.00 12.00$ $ 1,200.00 12.00$ $ 1,200.00
11 Specialty Cleaning - Barnacle Removal LF 100 25.00$ $ 2,500.00 27.60$ $ 2,760.00 38.00$ $ 3,800.00 50.00$ $ 5,000.00 20.00$ $ 2,000.00 38.00$ $ 3,800.00
12 Video Cleaning LF 5000 2.00$ $ 10,000.00 0.30$ $ 1,500.00 3.00$ $ 15,000.00 6.00$ $ 30,000.00 3.50$ $ 17,500.00 2.00$ $ 10,000.00
13 Video RICIPP Installation LF 5000 2.00$ $ 10,000.00 0.10$ $ 500.00 8.00$ $ 40,000.00 6.00$ $ 30,000.00 1.50$ $ 7,500.00 2.00$ $ 10,000.00
Furnish and Install RICIPP Lining
14 Furnish and Install 15" RICIPP Lining (less than 100 LF) (7.5mm)LF 75 75.00$ $ 5,625.00 137.10$ $ 10,282.50 59.00$ $ 4,425.00 220.00$ $ 16,500.00 83.00$ $ 6,225.00 110.00$ $ 8,250.00
15 Furnish and Install 15" RICIPP Lining (100 LF to 400 LF) (7.5mm)LF 500 65.00$ $ 32,500.00 49.60$ $ 24,800.00 37.00$ $ 18,500.00 72.00$ $ 36,000.00 65.00$ $ 32,500.00 77.00$ $ 38,500.00
16 15-inch RICIPP Thickness Variance 1.5 mm LF 100 8.40$ $ 840.00 2.60$ $ 260.00 5.00$ $ 500.00 20.00$ $ 2,000.00 1.50$ $ 150.00 90.00$ $ 9,000.00
17 Furnish and Install 18" RICIPP Lining (less than 100 LF) (9mm)LF 75 120.00$ $ 9,000.00 185.10$ $ 13,882.50 80.00$ $ 6,000.00 220.00$ $ 16,500.00 95.00$ $ 7,125.00 110.00$ $ 8,250.00
18 Furnish and Install 18" RICIPP Lining (100 LF to 400 LF) (9mm)LF 500 105.00$ $ 52,500.00 67.30$ $ 33,650.00 43.00$ $ 21,500.00 85.00$ $ 42,500.00 70.00$ $ 35,000.00 87.00$ $ 43,500.00
19 18-inch RICIPP Thickness Variance 1.5 mm LF 100 5.00$ $ 500.00 2.70$ $ 270.00 5.00$ $ 500.00 20.00$ $ 2,000.00 2.00$ $ 200.00 100.00$ $ 10,000.00
20 Furnish and Install 21" RICIPP Lining (less than 100 LF) (10.5mm)LF 75 165.00$ $ 12,375.00 213.60$ $ 16,020.00 92.00$ $ 6,900.00 220.00$ $ 16,500.00 150.00$ $ 11,250.00 120.00$ $ 9,000.00
21 Furnish and Install 21" RICIPP Lining (100 LF to 400 LF) (10.5mm)LF 500 145.00$ $ 72,500.00 84.00$ $ 42,000.00 50.00$ $ 25,000.00 100.00$ $ 50,000.00 100.00$ $ 50,000.00 97.00$ $ 48,500.00
22 21-inch RICIPP Thickness Variance 1.5 mm LF 100 8.00$ $ 800.00 2.80$ $ 280.00 5.00$ $ 500.00 20.00$ $ 2,000.00 3.00$ $ 300.00 110.00$ $ 11,000.00
23 Furnish and Install 24" RICIPP Lining (less than 100 LF) (10.5mm)LF 75 183.00$ $ 13,725.00 236.60$ $ 17,745.00 100.00$ $ 7,500.00 230.00$ $ 17,250.00 160.00$ $ 12,000.00 135.00$ $ 10,125.00
24 Furnish and Install 24" RICIPP Lining (100 LF to 400 LF) (10.5mm)LF 500 155.00$ $ 77,500.00 94.70$ $ 47,350.00 65.00$ $ 32,500.00 120.00$ $ 60,000.00 105.00$ $ 52,500.00 107.00$ $ 53,500.00
25 24-inch RICIPP Thickness Variance 1.5 mm LF 100 11.00$ $ 1,100.00 4.20$ $ 420.00 5.00$ $ 500.00 20.00$ $ 2,000.00 5.00$ $ 500.00 120.00$ $ 12,000.00
26 Furnish and Install 30" RICIPP Lining (less than 100 LF) (12mm)LF 75 245.00$ $ 18,375.00 288.30$ $ 21,622.50 125.00$ $ 9,375.00 250.00$ $ 18,750.00 185.00$ $ 13,875.00 185.00$ $ 13,875.00
27 Furnish and Install 30" RICIPP Lining (100 LF to 400 LF) (12mm)LF 500 180.00$ $ 90,000.00 124.00$ $ 62,000.00 80.00$ $ 40,000.00 145.00$ $ 72,500.00 130.00$ $ 65,000.00 137.00$ $ 68,500.00
28 30-inch RICIPP Thickness Variance 1.5 mm LF 100 10.50$ $ 1,050.00 5.20$ $ 520.00 5.00$ $ 500.00 20.00$ $ 2,000.00 6.00$ $ 600.00 150.00$ $ 15,000.00
29 Furnish and Install 36" RICIPP Lining (less than 100 LF) (15mm)LF 75 320.00$ $ 24,000.00 371.20$ $ 27,840.00 167.00$ $ 12,525.00 300.00$ $ 22,500.00 225.00$ $ 16,875.00 265.00$ $ 19,875.00
30 Furnish and Install 36" RICIPP Lining (100 LF to 400 LF) (15mm)LF 500 280.00$ $ 140,000.00 169.80$ $ 84,900.00 118.00$ $ 59,000.00 180.00$ $ 90,000.00 160.00$ $ 80,000.00 177.00$ $ 88,500.00
31 36-inch RICIPP Thickness Variance 1.5 mm LF 100 11.00$ $ 1,100.00 6.90$ $ 690.00 5.00$ $ 500.00 20.00$ $ 2,000.00 7.00$ $ 700.00 195.00$ $ 19,500.00
PROJECT NAME & #: 2015 STORMWATER PIPE LINING PROJECT (PROJECT No. 15-0023-EN)
BID OPENING DATE: August 25, 2015 at 1:30 p.m. AWARD DATE: September 17, 2015
TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL
Lanzo Lining Services, Inc.
125 SE 5th Court
Deerfield Beach, FL 33441
Layne Inliner, LLC
4520 North S.R. 37
Orleans, IN 47452
VacVision Environmental, LLC
10200 US Hwy. 92 East
Tampa, FL 33610
Evans Contracting Services, Inc.
320 Foxtail Ave.
Middleburg, FL 32068
Insituform Technologies, Inc.
17988 Edison Avenue
Chesterfield, MO 63005
Kenny Construction Company
2215 Sanders Road, Suite 400
Northbrook, Illinois 60062
UNIT PRICE TOTAL UNIT PRICE TOTALDESCRIPTIONUNIT
UNIT
QTY UNIT PRICE TOTAL UNIT PRICE
Page 1 of 2
PROJECT NAME & #: 2015 STORMWATER PIPE LINING PROJECT (PROJECT No. 15-0023-EN)
BID OPENING DATE: August 25, 2015 at 1:30 p.m. AWARD DATE: September 17, 2015
Lanzo Lining Services, Inc.
125 SE 5th Court
Deerfield Beach, FL 33441
Layne Inliner, LLC
4520 North S.R. 37
Orleans, IN 47452
VacVision Environmental, LLC
10200 US Hwy. 92 East
Tampa, FL 33610
Evans Contracting Services, Inc.
320 Foxtail Ave.
Middleburg, FL 32068
Insituform Technologies, Inc.
17988 Edison Avenue
Chesterfield, MO 63005
Kenny Construction Company
2215 Sanders Road, Suite 400
Northbrook, Illinois 60062
32 Furnish and Install 42" RICIPP Lining (less than 100 LF) (16.5mm)LF 75 360.00$ $ 27,000.00 413.90$ $ 31,042.50 205.00$ $ 15,375.00 325.00$ $ 24,375.00 290.00$ $ 21,750.00 310.00$ $ 23,250.00
33 Furnish and Install 42" RICIPP Lining (100 LF to 400 LF) (16.5mm)LF 500 330.00$ $ 165,000.00 206.90$ $ 103,450.00 140.00$ $ 70,000.00 210.00$ $ 105,000.00 210.00$ $ 105,000.00 237.00$ $ 118,500.00
34 42-inch RICIPP Thickness Variance 1.5 mm LF 100 12.00$ $ 1,200.00 8.00$ $ 800.00 5.00$ $ 500.00 20.00$ $ 2,000.00 9.00$ $ 900.00 250.00$ $ 25,000.00
35 Furnish and Install 48" RICIPP Lining (less than 100 LF) (19.5mm)LF 75 432.00$ $ 32,400.00 521.00$ $ 39,075.00 265.00$ $ 19,875.00 375.00$ $ 28,125.00 340.00$ $ 25,500.00 385.00$ $ 28,875.00
36 Furnish and Install 48" RICIPP Lining (100 LF to 400 LF) (19.5mm)LF 400 380.00$ $ 152,000.00 267.00$ $ 106,800.00 188.00$ $ 75,200.00 250.00$ $ 100,000.00 280.00$ $ 112,000.00 317.00$ $ 126,800.00
37 Furnish and Install 48" RICIPP Lining (greater than 400 LF) (19.5mm)LF 500 360.00$ $ 180,000.00 244.00$ $ 122,000.00 175.00$ $ 87,500.00 250.00$ $ 125,000.00 180.00$ $ 90,000.00 277.00$ $ 138,500.00
38 48-inch RICIPP Thickness Variance 1.5 mm LF 100 14.00$ $ 1,400.00 10.80$ $ 1,080.00 5.00$ $ 500.00 20.00$ $ 2,000.00 10.00$ $ 1,000.00 290.00$ $ 29,000.00
39 Chemical Grout Crack/Leak Seal LF 100 75.00$ $ 7,500.00 34.50$ $ 3,450.00 150.00$ $ 15,000.00 80.00$ $ 8,000.00 100.00$ $ 10,000.00 505.00$ $ 50,500.00
40 Furnish and Install 60" RICIPP Lining (less than 100 LF) (28.5mm)LF 100 525.00$ $ 52,500.00 827.00$ $ 82,700.00 425.00$ $ 42,500.00 450.00$ $ 45,000.00 420.00$ $ 42,000.00 590.00$ $ 59,000.00
41 Furnish and Install 60" RICIPP Lining (100 LF to 400 LF) (28.5mm)LF 100 500.00$ $ 50,000.00 452.70$ $ 45,270.00 425.00$ $ 42,500.00 450.00$ $ 45,000.00 420.00$ $ 42,000.00 590.00$ $ 59,000.00
42 60-inch RICIPP Thickness Variance 1.5 mm LF 100 20.00$ $ 2,000.00 12.40$ $ 1,240.00 5.00$ $ 500.00 50.00$ $ 5,000.00 11.00$ $ 1,100.00 620.00$ $ 62,000.00
43 Setup Fee for Installing RICIPP in Easements EA 5 1,500.00$ $ 7,500.00 1,036.40$ $ 5,182.00 1,475.00$ $ 7,375.00 4,000.00$ $ 20,000.00 1,000.00$ $ 5,000.00 2,500.00$ $ 12,500.00
Subtotal (Items 1 thru 43) $ 1,294,390.00 $ 998,582.00 $ 733,775.00 $ 1,106,200.00 $ 886,200.00 $ 1,284,700.00
44 10% Contingency LS 1 $ 129,439.00 $ 99,858.20 $ 73,377.50 $ 110,620.00 $ 88,620.00 $ 128,470.00
BIDDER’S GRAND Total $ 1,423,829.00 $ 1,098,440.20 $ 807,152.50 $ 1,216,820.00 $ 974,820.00 $ 1,413,170.00
Bid Tabulations are not public until 30 days after bid opening or upon award, whichever occurs first. (FL Statutes 119.071)
Page 2 of 2
SectionV.docx Page i 11/25/2014
SECTION V
CONTRACT DOCUMENTS
Table of Contents:
PUBLIC CONSTRUCTION BOND ....................................................................................................... 1
CONTRACT .............................................................................................................................................. 3
CONSENT OF SURETY TO FINAL PAYMENT ................................................................................ 7
PROPOSAL/BID BOND .......................................................................................................................... 8
AFFIDAVIT .............................................................................................................................................. 9
NON COLLUSION AFFIDAVIT ......................................................................................................... 10
PROPOSAL ............................................................................................................................................. 11
CITY OF CLEARWATER ADDENDUM SHEET ............................................................................. 14
BIDDER’S PROPOSAL ......................................................................................................................... 15
SCRUTINIZED COMPANIES AND BUSINESS OPERATIONS WITH CUBA AND SYRIA
CERTIFICATION FORM ..................................................................................................................... 17
SectionV.docx Page 1 of 17 11/25/2014
Bond No.:________________
PUBLIC CONSTRUCTION BOND
(1)
This bond is given to comply with § 255.05, Florida Statutes, and any action instituted by a claimant
under this bond for payment must be in accordance with the notice and time limitation provisions in
subsections (2) and (10).
Pursuant to § 255.05(1)(b), Florida Statutes, “Before commencing the work or before recommencing
the work after a default or abandonment, the contractor shall provide to the public entity a certified
copy of the recorded bond. Notwithstanding the terms of the contract or any other law governing
prompt payment for construction services, the public entity may not make a payment to the contractor
until the contractor has complied with this paragraph.”
CONTRACTOR SURETY OWNER
Kenny Construction Company
2215 Sanders Road, Suite 400
Northbrook, Illinois 60062
City of Clearwater
Engineering Department
100 S. Myrtle Avenue
Clearwater, FL 33756
(727) 562-4747
PROJECT NAME: 2015 STORMWATER PIPE LINING PROJECT
PROJECT NO.: 15-0023-EN
PROJECT DESCRIPTION: an annual maintenance contract for all labor, materials, equipment, and
tools necessary for the cleaning, video, inspection and point repair or full reconstruction of storm sewer
lines by the installation of a resin impregnated cured in place pipe (ricipp) lining at various locations
throughout the City of Clearwater.
BY THIS BOND, We, Kenny Construction Company, as Contractor, and
________________________________________________________________, a corporation, as
Surety, are bound to the City of Clearwater, Florida, herein called Owner, in the sum of $807,152.50, for
payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly
and severally.
THE CONDITION OF THIS BOND is that if Contractor:
1. Performs the contract dated _____________________, between Contractor and Owner for
construction of 2015 STORMWATER PIPE LINING PROJECT, the contract documents being made a
part of this bond by reference (which include the Advertisement for Bids, Proposal, Contract, Surety
Bond, Instructions to Bidders, General Conditions, Plans, Technical Specifications and Appendix, and
such alterations as may be made in said Plans and Specifications as therein provided for), at the times
and in the manner prescribed in the contract; and
2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes,
supplying Contractor with labor, materials, or supplies, used directly or indirectly by Contractor in the
prosecution of the work provided for in the contract; and
3. Pays Owner all losses, damages, expenses, costs, and attorney’s fees, including appellate
proceedings, that Owner sustains because of a default by Contractor under the contract; and
SectionV.docx Page 2 of 17 11/25/2014
Bond No.:________________
PUBLIC CONSTRUCTION BOND
(2)
4. To the limits of § 725.06(2), Florida Statutes, shall indemnify and hold harmless Owner, their
officers and employees, from liabilities, damages, losses and costs, including, but not limited to,
reasonable attorney’s fees, to the extent caused by the negligence, recklessness, or intentional wrongful
misconduct of Contractor and persons employed or utilized by Contractor in the performance of the
construction contract; and
5. Performs the guarantee of all work and materials furnished under the contract for the time
specified in the contract, then this bond is void; otherwise it remains in full force.
6. Any action instituted by a claimant under this bond for payment must be in accordance with the
notice and time limitation provisions in Section 255.05(2), Florida Statutes.
7. Any changes in or under the contract documents and compliance or noncompliance with any
formalities connected with the contract or the changes does not affect Surety’s obligation under this
bond, and Surety does hereby waive notice of any such change, extension of time, alteration or addition
to the terms of the contract or to the work or to the specifications.
IN TESTIMONY WHEREOF, witness the hands and seals of the parties hereto this __________ day
of ________________, 20___.
(If sole Ownership or Partnership, two (2) Witnesses required).
(If Corporation, Secretary only will attest and affix seal).
KENNY CONSTRUCTION COMPANY
By: _____________________________
Title: ____________________________
Print Name: _______________________
WITNESS: WITNESS:
_________________________________ _________________________________
Corporate Secretary or Witness Print Name: _______________________
Print Name: _______________________
(affix corporate seal) _____________________________________
(Corporate Surety)
By: _____________________________
ATTORNEY-IN-FACT
Print Name: _______________________
(affix corporate seal)
(Power of Attorney must be attached)
SectionV.docx Page 3 of 17 11/25/2014
CONTRACT
(1)
This CONTRACT made and entered into this ___ day of ____________, 20___ by and between the
City of Clearwater, Florida, a municipal corporation, hereinafter designated as the "City", and KENNY
CONSTRUCTION COMPANY, an Illinois Corporation authorized to do business in the State of
Florida, of the City of Northbrook, County of Cook, and State of Illinois, hereinafter designated as the
"Contractor".
WITNESSETH:
That the parties to this contract each in consideration of the undertakings, promises and agreements on
the part of the other herein contained, do hereby undertake, promise and agree as follows:
The Contractor, and his or its successors, assigns, executors or administrators, in consideration of the
sums of money as herein after set forth to be paid by the City and to the Contractor, shall and will at
their own cost and expense perform all labor, furnish all materials, tools and equipment for the
following:
PROJECT NAME: 2015 STORMWATER PIPE LINING PROJECT
PROJECT NO.: 15-0023-EN
in the amount of $807,152.50
In accordance with such proposal and technical supplemental specifications and such other special
provisions and drawings, if any, which will be submitted by the City, together with any advertisement,
instructions to bidders, general conditions, technical specifications, proposal and bond, which may be
hereto attached, and any drawings if any, which may be herein referred to, are hereby made a part of this
contract, and all of said work to be performed and completed by the contractor and its successors and
assigns shall be fully completed in a good and workmanlike manner to the satisfaction of the City.
If the Contractor should fail to comply with any of the terms, conditions, provisions or stipulations as
contained herein within the time specified for completion of the work to be performed by the Contractor,
then the City, may at its option, avail itself of any or all remedies provided on its behalf and shall have
the right to proceed to complete such work as Contractor is obligated to perform in accordance with the
provisions as contained herein.
THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES HEREBY
AGREE TO ASSUME THE DEFENSE OF ANY LEGAL ACTION WHICH MAY BE
BROUGHT AGAINST THE CITY AS A RESULT OF THE CONTRACTOR'S ACTIVITIES
ARISING OUT OF THIS CONTRACT AND FURTHERMORE, IN CONSIDERATION OF
THE TERMS, STIPULATIONS AND CONDITIONS AS CONTAINED HEREIN, AGREES TO
HOLD THE CITY FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR DAMAGES,
COSTS OF SUITS, JUDGMENTS OR DECREES RESULTING FROM ANY CLAIMS MADE
UNDER THIS CONTRACT AGAINST THE CITY OR THE CONTRACTOR OR THE
CONTRACTOR'S SUB CONTRACTORS, AGENTS, SERVANTS OR EMPLOYEES
RESULTING FROM ACTIVITIES BY THE AFOREMENTIONED CONTRACTOR, SUB
CONTRACTOR, AGENT SERVANTS OR EMPLOYEES, TO THE LIMITS OF § 725.06(2).
SectionV.docx Page 4 of 17 11/25/2014
CONTRACT
(2)
In addition to the foregoing provisions, the Contractor agrees to conform to the following requirements:
In connection with the performance of work under this contract, the Contractor agrees not to
discriminate against any employee or applicant for employment because of race, sex, religion, color, or
national origin. The aforesaid provision shall include, but not be limited to, the following: employment,
upgrading, demotion, or transfer; recruitment or recruitment advertising; lay off or termination; rates of
pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor
agrees to post hereafter in conspicuous places, available for employees or applicants for employment,
notices to be provided by the contracting officer setting forth the provisions of the non discrimination
clause.
The Contractor further agrees to insert the foregoing provisions in all contracts hereunder, including
contracts or agreements with labor unions and/or worker's representatives, except sub contractors for
standard commercial supplies or raw materials.
It is mutually agreed between the parties hereto that time is of the essence of this contract, and in the
event that the work to be performed by the Contractor is not completed within the time stipulated herein,
it is then further agreed that the City may deduct from such sums or compensation as may be due to the
Contractor the sum of $1,000.00 per day for each day that the work to be performed by the Contractor
remains incomplete beyond the time limit specified herein, which sum of $1,000.00 per day shall only
and solely represent damages which the City has sustained by reason of the failure of the Contractor to
complete the work within the time stipulated, it being further agreed that this sum is not to be construed
as a penalty but is only to be construed as liquidated damages for failure of the Contractor to complete
and perform all work within the time period as specified in this contract.
It is further mutually agreed between the City and the Contractor that if, any time after the execution of
this contract and the public construction bond which is attached hereto for the faithful performance of
the terms and conditions as contained herein by the Contractor, that the City shall at any time deem the
surety or sureties upon such public construction bond to be unsatisfactory or if, for any reason, the said
bond ceases to be adequate in amount to cover the performance of the work the Contractor shall, at his
or its own expense, within ten (10) days after receipt of written notice from the City to do so, furnish an
additional bond or bonds in such term and amounts and with such surety or sureties as shall be
satisfactory to the City. If such an event occurs, no further payment shall be made to the Contractor
under the terms and provisions of this contract until such new or additional security bond guaranteeing
the faithful performance of the work under the terms hereof shall be completed and furnished to the City
in a form satisfactory to it.
SectionV.docx Page 5 of 17 11/25/2014
CONTRACT
(3)
The successful bidder/contractor will be required to comply with Section 119.0701, Florida Statutes
(2014), specifically to:
(a) Keep and maintain public records that ordinarily and necessarily would be required by the City of
Clearwater in order to perform the service;
(b) Provide the public with access to public records on the same terms and conditions that the City of
Clearwater would provide the records and at a cost that does not exceed the cost provided in
Chapter 119 or as otherwise provided by law;
(c) Ensure that public records that are exempt or confidential and exempt from public records
disclosure requirements are not disclosed except as authorized by law; and
(d) Meet all requirements for retaining public records and transfer, at no cost, to the City of Clearwater
all public records in possession of the contractor upon termination of the contract and destroy any
duplicate public records that are exempt or confidential and exempt from public records disclosure
requirements. All records stored electronically must be provided to the City of Clearwater in a
format that is compatible with the information technology systems of the City of Clearwater.
SectionV.docx Page 6 of 17 11/25/2014
CONTRACT
(4)
IN WITNESS WHEREOF, the parties to the agreement have hereunto set their hands and seals and
have executed this Agreement, the day and year first above written.
CITY OF CLEARWATER
IN PINELLAS COUNTY, FLORIDA
By: ________________________________ (SEAL)
William B. Horne, II
City Manager
Attest:
Countersigned: ____________________________________
Rosemarie Call
City Clerk
By: ________________________________ Approved as to form:
George N. Cretekos,
Mayor
____________________________________
Matthew M. Smith
Assistant City Attorney
(Contractor must indicate whether Corporation,
Partnership, Company or Individual.)
KENNY CONSTRUCTION COMPANY
By: _________________________ (SEAL)
Print Name: _________________________
Title: ____________________________
(The person signing shall, in his own
handwriting, sign the Principal's name, his own
name, and his title; where the person is signing
for a Corporation, he must, by Affidavit, show
his authority to bind the Corporation.)
SectionV.docx Page 7 of 17 11/25/2014
CONSENT OF SURETY TO FINAL PAYMENT
TO OWNER: City of Clearwater PROJECT NAME: 2015 STORMWATER PIPE
Engineering Department LINING PROJECT
100 S. Myrtle Ave. PROJECT NO.: 15-0023-EN
Clearwater, FL 33756 CONTRACT DATE: __________
BOND NO. : __________, recorded in O.R. Book
____, Page ____, of the Public Records of Pinellas
County, Florida.
CONTRACTOR: Kenny Construction Company
Pursuant to § 255.05(11), Florida Statutes, and in accordance with the provisions of the Contract
between the Owner and the Contractor as indicated above, the:
____________________________________________
____________________________________________
____________________________________________
,SURETY,
on bond of
Kenny Construction Company
2215 Sanders Road, Suite 400
Northbrook, IL 60062
,CONTRACTOR,
hereby approves of the final payment to the Contractor, and agrees that final payment to the Contractor
shall not relieve Surety of any of its obligations to
City of Clearwater
Engineering Department
100 S. Myrtle Ave.
Clearwater, FL 33756
,OWNER,
as set forth in said Surety’s bond.
IN WITNESS WHEREOF, the Surety has hereunto set its hand this ___ day of ____________, ______.
___________________________________
(Surety)
___________________________________
(Signature of authorized representative)
___________________________________
(Printed name and title)
Attest:
(Seal):
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1722
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Engineering Department
Agenda Number: 9.5
SUBJECT/RECOMMENDATION:
Approve Supplemental Work Order 2 to Engineer of Record (EOR), McKim and Creed, Inc., in
the amount of $179,825.00 for the Inflow and Infiltration Flow Reduction Project (15-0004-UT);
and authorize the appropriate officials to execute same. (consent)
SUMMARY:
March 19, 2015, City Council approved Work Order Initiation to EOR McKim and Creed Inc.,
for the Inflow and Infiltration Flow Reduction Project (15-0004-UT) in the amount of $146,200.
The initial phase of this project has identified large volumes (+million gallons per day flow
rates) of rain water entering the City’s sanitary sewer system via Inflow and/or Infiltration (I/I).
Such high I&I flow rates severely challenge the efficient operation of the City’s Water
Reclamation Facilities (WRF).
August 14, 2015, the City Manager approved Supplemental Work Order 1 in the amount of
$14,550 for additional flow monitoring, analysis and reports at additional sites in the East and
Marshall Street Water Reclamation Facility sewer service areas.
Supplemental Work Order 2 will allow the EOR to relocate and add extra flow sensors,
followed by site investigations to exactly locate the points of I/I and generate maintenance
work orders for the City to immediately implement. To summarize, the goal of this phase of the
project is to “Find and Fix” significant sources of I/I in the Marshall Street WRF and East WRF
basins. Total funding for this work order is $340,575.
APPROPRIATION CODE AND AMOUNT:
0315-96665-561300-535-000-0000 $179,825
Funds are available in capital improvement program project 0315-96665, Sanitary Sewer R
and R, to fund this work order.
Page 1 City of Clearwater Printed on 9/28/2015
SUPPLEMENTALWORK ORDER
for the CITY OF CLEARWATER
Date:August 31, 2015
M&C Project Number:09920223
City Project Number:15-0004-UT
1.PROJECT TITLE:
Inflow &Infiltration Flow Reduction –Phase II (Supplement)
2.SCOPE OF SERVICES:
A phased approach to the issues of inflow and infiltration (I/I) to the City’s wastewater collection system
has been the primary focus ofthe initialWork Orderfor15-0004-UT. That Work Order includes the
completion of two primary Tasks; Task 1 –‘I/I Analysis’ and Task 2 –‘Pilot Test Area I/I Source
Identification and Abatement’in the Marshall Street WRF and East WRF sewer service areas. As Task 1
nears completion for each WRF sewer service area it has been identified that additional flow monitoring
and I/I investigation activities are necessary in both WRF sewer service areas. The scope of the
additional activities includes the installation and maintenance of new flow meters and groundwater
gauges at Lift Stations 01, 02, 26, 28, 35, 39 and 45 (Marshall Street WRF) as well as continued flow
monitoring and groundwater gauging at Flow Meter Sites M1A, M3A and M3C. The I/I investigation
activities include smoke/dye testing, manholeinspections and night flow isolations in both the East WRF
and Marshall Street WRF service areas and including the M2G (LS 09), M2F (LS 10), E2A, E3A and E4A
flow meter basins. The additional flow monitoring will provide a comprehensive I/I evaluation of the
entire Marshall Street WRF wastewater collectionsystem and the I/I investigation activities will increase
the scope of the current‘Pilot Test Area I/I Source Identification and Abatement’ program.The following
identifies the proposed work activities.See Attachment “C” foradetail explanation of testmethods and
documentationprovided.
Additional Flow Monitoring (Marshall Street WRF) –10 Flow Meters for 60 Days
Additional Rainfall Gauging (Marshall Street WRF) –2 Gauges for 60 Days
Additional Groundwater Gauging (Marshall Street WRF 7 new installs) –10 for 60 Days
Additional I/I Data Analysis and Technical MemorandumPreparation–1 Lump Sum
Smoke Testing Flow Meter Basins E2A, E3A, E4A, M2F and M2G –148,500 Linear Feet
Night Flow Isolations of Flow Meter Basins E3A, E4A, M2F and M2G –200 Each
WO Initiation Form.docx 1of 11 8/1/2014
Manhole Inspectionsof Flow Meter Basins E3A, E4A, M2F and M2G –200 Each
Dye Testing/Dye Water Floodingin Flow Meter Basins E2A , E3A, M2F and M2G –20 Each
The current funding level for the Task 2–‘Pilot Test Area I/I Source Identification and
Abatement’, work effort includes smoke testing of 15,000 LF of gravity sewer, 60 manhole
inspections, 60 night flow isolations and 4 dye water tests. The locations of the Task 2 activities
was unknown priorto obtaining the June 2015 flow monitoring results, which now allow for
recommendation of specific flow meter basins that require additional investigation/testing.
3.PROJECT GOALS:
Additional flow monitoring and rainfall amounts tabulated.
Additional groundwater level monitoring and effects.
Additional Smoke testing and night flow isolations
Manhole inspections and dye testing
Analysis and Technical memorandum submittal to the City.
4.BUDGET:
See Attachment “B”
While the original smoke testing, night flow isolation, manhole inspections and dye testing/flooding
quantities were initially approximate they have become more definitive based on the June 2015 flow
monitoring results. The following identifies the necessary additional funding levels to continue the
overall I/I reduction program.
o Task 1 Project Management –1 Lump Sum @ $5,000 = $5,000
o Flow Monitoring (Each) 10 Flow Meters for 60 days @ $3,000 Each = $30,000
o Rainfall Gauging (Each) 2 Gauges for 60 days @ $750 Each = $1,500
o Groundwater Gauging (Each) 10 Gauges for 60 days @ $500 Each = $5,000
o Data Analysis and TM Preparation I/I(Lump Sum) 1 @ $15,800 = $15,800
o Task 2 Project Management –1 Lump Sum @ $5,000 = $5,000
o Smoke Testing(Linear Foot) 148,500-15,000 = 133,500 LF @ $0.35 Linear Foot = $46,725
o Dye Testing/Dye Water Flooding (Each) 20 –4 = 16 @ $750 Each = $12,000
o Manhole Inspections (Each) 200 - 60 = 140 @ $150 Each = $21,000
o NightFlow Isolations (Each) 200 –60 = 140 @ $95 Each = $13,300
o Data Analysis and TM Preparation Pilot Test Area =$36,750 -$12,250 = $24,500
This price includes all labor and expenses anticipated to be incurred by McKim & Creed for the
completion of Phase 2 in accordance with Professional ServicesMethod “B” –Lump Sum –Percentage
WO Initiation Form.docx 2of 11 8/1/2014
of Completion by Task for a fee not to exceed One hundred seventy nine thousand eight hundred
twenty five dollars ($179,825.00).
5.SCHEDULE:
As this project will include phases not yet scoped and the schedule presented below is based on the
completion of only Phase 1 and Phase 2. Phase 1 was originally scheduled to be completed within 210
days from issuance of notice-to-proceed and Phase 2 was to be completed 300 days from initial issuance
of notice-to-proceed received forPhase 1. As the flow monitoring period has been extended for an
additional 60 days the previously identified milestones will also be extended by 60 days. The project
milestones have been modified to be completed as follows:
I/I Identification TM November 13, 2015
City Review of I/I TM November 27, 2015
Final I/I TM Submittal December 4, 2015
Smoke Testing December 18, 2015
Dye Testing January 13, 2016
Manhole Inspection January 28, 2016
Night Flow Isolation February 5, 2016
Pilot Area Source Identification/Abatement TM February 26, 2016
City Review of Pilot Area TM March 11, 2016
Final Pilot Test TM Submittal March 25, 2016
Evaluation (Other Basins)TBD
R&R Planning and Design TBD
6.STAFF ASSIGNMENT (Consultant):
McKim & Creed –Aubrey Haudricourt, Greg Anderson, PE, Kevin Worsham, EI, Sunil Khannal,
Jacob Tucker, Delvin Carterand Le’Roy Wilson
7.CORRESPONDENCE/REPORTING PROCEDURES:
Engineer’s/Architect’sproject correspondence shall be directed to:
McKim & Creed –Aubrey Haudricourt,
All City project correspondence shall be directed to:
Jeff Walkerwith copies to others as may be appropriate.
WO Initiation Form.docx 3of 11 8/1/2014
8.INVOICING/FUNDING PROCEDURES:
Invoices for work performed shall be submitted monthly to the City of Clearwater, Engineering
Department, Attn.:Veronica Josef, Senior Staff Assistant,PO Box 4748, Clearwater, Florida
33758-4748.
City Invoicing Code:0315-96665-561300-535-000-0000
9.INVOICING PROCEDURES
At a minimum, in addition to the invoice amount(s) the following information shall be provided
on all invoices submitted on the Work Order:
A.Purchase Order Number and Contract Amount.
B.The time period (begin and end date) covered by the invoice.
C.A short narrative summary of activities completed in the time period.
D.Contract billing method –Lump Sum or Cost Times Multiplier.
E.If Lump Sum, the percent completion, amount due, previous amount earned and total
earned to date for all tasks (direct costs, if any, shall be included in lump sum amount).
F.If Cost Times Multiplier, hours, hourly rates, names of individuals being billed, amount due,
previous amount earned, total earned to date for each task and other direct costs (receipts
will be required for any single item with a cost of $50 or greater or cumulative monthly
expenses greater than $100).
G.If the Work Order is funded by multiple funding codes, an itemization of tasks and invoice
amounts by funding code.
10.SPECIAL CONSIDERATIONS:
The consultant named above is required to comply with Section 119.0701, Florida Statutes
(2013) where applicable.
PREPARED BY:APPROVED BY:
__________________________________________________________
A.StreetLee,PE Michael D. Quillen, PE
Senior Vice President City Engineer
McKim & Creed Inc.City of Clearwater
______________________________________
Date Date
Attachment “A”
WO Initiation Form.docx 4of 11 8/1/2014
SUPPLEMENTAL WORK ORDER
CITY OF CLEARWATER DELIVERABLES STANDARDS
FORMAT:
The design plans shall be compiled utilizing one of the following standards:
City of Clearwater CAD standards or Consultant’s CAD standards (please provide all supporting
documents when utilizing Consultant’s Standards).
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:
A minimum of two (2) signed and sealed Plans and Contract Documents (specifications book) labeled
“ISSUED FOR BID” shall be provided at the onset of the bid phase, as well as electronic copies. Electronic
plan copies in PDF and CAD and electroniccontract documents in PDF and MS Word.
The design plans shall be produced on bond material, 24" x 36" at a scale of 1" = 20’ unless approved
otherwise.The consultant shall also deliver all digital files in CAD drawing format and PDF format
together with all project data in AutoCAD Civil 3D file format. All references, such as other drawings
attached, images and graphic files, custom fonts and shapes shall be included in hard copy and
electronic copy.
Prior to the City Council award date, a minimum of two (2) copies of signed and sealed plans and
contract documents (specifications book) labeled “CONFORMED” shall be provided. All revisions made
during thebid phase shall be included in the plan sets and noted in the revision block or as a footnote.
Copies of each Addendum shall be included at the front of the contract and all revisions made during the
bid phase shall be incorporated into the Contract Documents.
Electronic copies of “CONFORMED” plans (PDF and CAD) and contract documents (PDF and MS Word)
shall be provided prior to the City Council award date.
NOTES:
If approved deviation from usingClearwater CAD standards, the consultant shall include all
necessary information to aid in manipulating and printing/plotting the drawings. Please address
any questions regarding file format to Mr. Tom Mahony, Geographic Technology Manager, at
(727) 562-4762 or email address:tom.mahony@myclearwater.com.
Attachment “B”
WO Initiation Form.docx 5of 11 8/1/2014
Inflow & Infiltration Flow Reduction
McKim & Creed, Inc.
SUPPLEMENTAL WORK ORDER
PROJECT BUDGET
Phase/Task Description Sub-
Consultant
Services
Labor Total
Phase 2/1 Modified I/I Analysis
Task 1.0 Project Management/Meetings $5,000 $5,000
Task 1.1 Flow Monitoring $30,000 $30,000
Task 1.2 Rainfall Gauging $1,500 $1,500
Task 1.3 Groundwater Gauging $5,000 $5,000
Task 1.4 Data Analysis TM Preparation I/I $15,800 $15,800
$57,300
Phase 2/2 Modified Pilot Area I/I Source Identification and Abatement
Task 2.0 Project Management/Meetings $5,000 $5,000
Task 2.1 Smoke Testing $46,725 $46,725
Task 2.2 Dye Testing/Dye Water Flooding $12,000 $12,000
Task 2.3 Manhole Inspections $21,000 $21,000
Task 2.4 Flow Isolations $13,300 $13,300
Task 2.5 Data Analysis TM Preparation Pilot Test $24,500 $24,500
$122,525
Subtotal, Labor and Subcontractors $0
Other Direct Costs (prints, photocopies, postage, etc.)
(Not applicable to lump sum Work Orders)
$0
Grand Total $179,825
Attachment “C”
WO Initiation Form.docx 6of 11 8/1/2014
REVIEW PERIOD SUBMITTAL REQUIREMENTS
This list is intended as a guideline of the items to be completed at various levels of project completion.
The specific list for each project shall be finalized in the work order.
I/I Analysis Technical Memorandum Submittal
Requirements for the I/I AnalysisTechnical Memorandum submittal shall include the following:
a.Cover Sheet,
b.Table of Contents,
c.Description of Services Completed,
d.Results of Services Completed,
e.I/I Rankings for Flow Monitoring Basins,
f.Identification of the Recommended Source Identification Procedures and ‘Pilot Area’ to
Conduct I/I Source Identification.
Identification of I/I Sources & Abatement Activities
Requirements for the I/I Source Identification & Abatement Activities shall include the following:
g.Smoke Testing Forms & Dye Testing Recommendations,
h.Dye Testing Forms & Abatement Recommendations,
i.Manhole Inspection Forms &Digital Data,
j.Night Flow Isolation Forms & CCTV Recommendations,
k.Compilation of Smoke Testing/Dye Testing/Manhole Inspection/Night Flow Isolation Results for
‘Pilot Area’ and I/I Source identification and Abatement Activities.
Attachment “C”
WO Initiation Form.docx 7of 11 8/1/2014
Smoke Testing
1.Select area to be tested and develop working field maps of the area.
2.Field review the area selected and note on the map all “hundred block” addresses.
3.Distribute smoke notice to all homes, businesses, schools, etc
4.During the initial field review, identify all types of businesses, specifically any doctors offices,
hospitals, schools, retirement homes (communities) or any other establishment that may need
special consideration and handling during the actual smoke test. Strict consideration and
coordination with customers who have sensitive needs must be adhered to, some of whom will
not be included on any smoke testing schedule as the nature of their business, such as hospitals,
is far too delicate.
5.Twenty Four hours minimum must expire from the issuance of smoke testing notices to allow all
affected to prepare for the testing or call with special exceptions, such as persons with health
problems living at home in, etc.
6.On the day of the testing the selected portion of the study area will be identified and all street
names and related hundred block addresses will be given to the fire department/emergency
personnel for the area where the testing will occur. UNDER NO CIRCUMSTANCES WILL THE
AREA SELECTED FOR THAT DAY’S TESTING BE MODIFIED TO INCLUDE ADDITIONAL WORK
UNLESS THE FIRE DEPARTMENT/EMERGENCY PERSONNEL HAVE BEEN NOTIFIED FIRST. The
name and ID number of the fire department person spoken to must be documented on the
appropriate form. The fire department/emergency personnel must know the exact locations
and specifictime frames of where and when the tests will be performed.
7.Multi day scheduling with one time reporting to the fire department/emergency personnel will
not be permitted. .
8.The City’s Project Representativewill be notified on a daily basis with the same information.
9.Should the fire department/emergency personnel respond to the target area during the actual
smoke testing, all testing will cease immediately and the Smoke TestingTeam’s field supervisor
in charge will contact the fire unit responding to answer any questions that the fire department
officer may have.
10.All testing activity must cease when any resident complains of smoke entering their
establishment. Smoke TestingTeam’s field personnel will then attempt to isolate where the
smoke is entering the establishment and make the occupant aware of what the problem may
be. All defective plumbing found inside should be documented appropriately for future
reference. The occupant will be advised to have thedefect repaired by a registered plumber.
11.During the actual smoke testing, Smoke TestingTeam field personnel will scout the area for
smoke escaping from ground sources, roof vents, storm drain structures, etc. All sources of
Infiltration/Inflow should bephotographed, measured, drawn, and documented accordingly
with addresses, data, and sketches. The smoke test form will identify which sewer reach is
being tested by its component identification.
It is understood that City staff members may accompany McKim & Creed field staff during the smoke
testing initiative to gain a better understanding of how to quantify potential inflow volumes from the
smoke defects recorded and how to compare the smoke testing defect results to the previously
recorded flow data. McKim & Creed will develop a ‘Smoke Testing Results’ spreadsheet that identifies
each pipe section tested and the results of the test, whether positive or negative. A separate
spreadsheet; ‘Smoke Testing Defects’, will be prepared that identifies all defects encountered during the
smoke testing activity. This spreadsheet will contain a column which identifies the surface area
associated with each defect, the associated inflow volume based on a one inch rainfall event at the
defect and if there is a need to conduct dye water testing/flooding. If a dye test is necessary a service
Attachment “C”
WO Initiation Form.docx 8of 11 8/1/2014
order number will be prepared for the work effort using the City’s CMMS system and a description of
what personnel and equipment will be needed provided.
Dyed Water Tracing: Private sector dyed water tracing willbe conducted by introducing a small
quantity of liquid dye concentrate into suspect sources such as downspouts, area drains, patio drains,
window well drains, and driveway drains, and then introducing a sufficient volume of clean water to
locate the source’s discharge point. During each tracing, sanitary sewers, storm drains, and curb lines
located downstream of the sources shall be monitored for signs of dyed water. The quantity of dye
concentrate and water used will vary depending on pipe size and the quantity of flow and debris in each
line section. A report will be prepared for each location where dye water tracing has been performed.
The report will identify where the dye water was introduced and its’ susceptibility for entering the
wastewater collection system. Photos will be taken of where the dye water is introduced and where it is
recording entering the wastewater collection system.
Evidence of dyed water in manholes downstream from the ponding area, stream crossing, or
other suspected sources where the dyed water is placed;
Time of travel from contributing source to manhole sampled, and the concentration of the dyed
water;
A CCTV camera shall be used in the suspected sewer that crosses under, or near,the storm drain
pipe to document any direct or indirect cross connection.
The Field Inspection Procedures for Dyed Water Flooding are as follows:
1.A mixture of water and any approved dye coloring substance will be introduced tothe identified
source. Dye WaterTeam inspectors will be stationed immediately downstream on the local
sanitary and storm sewer lines. Observations, whether positive or negative, should be
documented appropriately. Whenever possible the dyed water point of exit will be documented
either by a handheld digital recorder or by HD closed circuit television inspection equipment.
2.Prior to any testing, the appropriate Citystaff shall be notified of the specific location of testing
and what adjacent waterways may be affectedwhen the dyewater is released into the storm
drainage system.
Fire hydrants used to supply the water source needed will be opened slowly and closed in the same
manner. A flow restrictive device shall be used on the hydrant to prevent discoloration problems.
Should the water be running cloudy or dirty after use, the fire hydrant shallbe left open at a slow pace
until the water clears. If long term draining is required, the Dye WaterTeam shall notify the City.
Dyed Water Flooding:
The Dye Water Flooding results will be documented for each location where the testing occurs. Each Dye
Water Flood Report will identify the section of wastewater gravity piping being tested, the location(s)
where the storm water system piping was isolated and flooded, photographs of each setup and CCTV
inspection results identifying the location(s) where dye water was identified entering the wastewater
collection system. Upon completion of the dye testing the Service Order identifying the need of the test
will be closed and a new Service Order developed to address an effective form of abatement. In some
Attachment “C”
WO Initiation Form.docx 9of 11 8/1/2014
cases the necessary abatement activity will include the use of City staff, or third party contracting. The
Service Order will include the Dye Test Report as well as verbiage describing the necessary work which
must be completed to eliminate the storm water inflow source.
Manhole Inspections
Identify each manhole by component number
Manhole cover and frame type
Identification of covered or un-located manholes
Number and size of holes, if any, in a manhole cover and whether cover is
subject to ponding or runoff.
Size of ponding/runoff area
Drawing of invert and direction of flow
Construction materials utilized and condition of cover, rings, walls, steps,
aprons,troughs and pipelines incoming and outgoing
Quantification of visible sources of extraneous flow
Identification of special problems and conditions, such as overflows, bypasses,
etc.
Description of leaks and actual locations
Evaluation of type and depth ofdebris in manhole
Incoming and outgoing sewer lines connected to the manhole shall be inspected, and
the following information shall be recorded.
Size, type, and depth of pipe
Root growth in pipe
Type of deposition in pipe and recommended cleaning method
Visible infiltration/inflow sources
Structural conditions of pipe
Special problems and conditions in pipe
The McKim & Creed Team will provide all necessary equipment, including tripods with
winches for emergency removal of personnel, fall arrest device, full body harnesses, and
gas/explosive/oxygen detectors if entry to a structure is required. The following
methodology will be utilized for conducting the manhole inspections:
a)Each manhole being inspected non-remotely must first be tested for confined
space working requirements as defined by OSHA.
b)Each manhole must be descended, inspected using a Zoom Pole Camera system, or
inspected using a digital side scanner. Observations to include, but not limited to,
pipe channel and bench condition, wall condition, pipe seal condition, corbel and
frame/cover condition. All leaks shall be measured whenever possible; those that
cannot be measured shall be identified by an estimated leakage rate. Leakage
rates must be specified in decimal form and in gallons per minute (GPM). For
suspected sources of water infiltration where heavy stains exist but the source is
not actively leaking, a predetermined default leakage rate will be assigned.
Attachment “C”
WO Initiation Form.docx 10of 11 8/1/2014
c)Photographs of all defects found must be provided as part of the inspection.
Details to include dimensions of the defect, dimensions to the defect from a known
point inside the manhole such as a measurement from the top of frame, etc., date,
manhole sewer serial number, brief and accurate description, and the name of the
person incharge. Photographs shall also include channel/bench area and area
around manhole entrance.
d)Pipes entering manholes will be lamped to inspect for structural conditions as far
as the eye, or pole camera can see and photographed. Any defects found will be
appropriately documented on the manhole inspection form.
e)The appropriate manhole inspection form will be completed for each manhole
inspected. All photographs shall be attached to the manhole inspection form in
digital format.
f)For all bolt down style manhole covers, all bolts removed must be put back in place
when the inspection is completed.
g)Any manhole found broken, cracked, missing covers, or surcharged, must be
reported to the Cityimmediately for remediation action.
McKim & Creedunderstands the importance of coordinating with the Citywhen new structures are
found to ensure that the proper identification numbers are added tothe features. McKim & Creed’s
proposed workflow is GIS oriented and this will assist the Cityin improving their mapping and asset
management system as the Work Order is completed.
Night Flow Isolations:
Flow isolation gauging shall be accomplished using secondary velocity measurement devices and manual
depth measurements for large diameter piping, and portable pre-calibrated weirsfor small diameter
piping. The flow isolation field work shall be used to determine the sewersections which experience
active groundwater infiltration and the pipe sections with the highest levels of infiltration will be
recommended for internal pipeline CCTV inspections.A spreadsheet will be prepared in a manner that
identifies the results of the flow isolations including apparent infiltration volumes, susceptibility of tidal
influence and need to generate a Service Order for CCTV inspection.
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1728
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Fire Department
Agenda Number: 10.1
SUBJECT/RECOMMENDATION:
Award a contract (purchase order) to Pierce Manufacturing Inc. of Appleton, WI in the amount
of $549,750.00 for the purchase of one new Pierce Heavy Duty Velocity Pumper in
accordance with Sec. 2.564(1)(d), Code of Ordinances, Other governmental bid, and
authorize appropriate officials to execute same. (consent)
SUMMARY:
The Department desires purchasing a heavy duty front line pumper (engine) to replace Engine
44, purchased in 2004, which will move to the reserve fleet to maintain required reserve units.
A reserve unit purchased in 1999 will be retired.
The full price for one fire engine is $567,250.00. The manufacturer has offered a discount of
$17,500 if paid for in full at time of order. The Department desires to take advantage of this
discount. A performance bond has been provided.
The City will be reimbursed by the County for a portion of the purchase, approximately 10.9%,
as the vehicle will support fire operations in the unincorporated areas of the Clearwater Fire
District.
The Department has determined the Pierce Heavy Duty Velocity Pumper built by Pierce
Manufacturing meets the operational needs of the Department. A heavy duty velocity pumper
provides exceptional pumping water capability, enhanced storage capability, lower vehicle
profile and will significantly upgrade the abilities of the engine it replaces.
Estimated $25,000.00 of annual operating costs in the Department’s annual operating budget
include fuel and routine garage charges for operating the new vehicle. Garage charges on the
new vehicle are expected to be less than on the replaced vehicle.
APPROPRIATION CODE AND AMOUNT:
Funds are available in capital improvement project 91218, Fire Engine Replacement, has
$571,820 of Penny III funding available, under appropriations code
0-315-91218-591000-581-000 to fund this contract.
USE OF RESERVE FUNDS:
N/A
Page 1 City of Clearwater Printed on 9/28/2015
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1638
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Information Technology
Agenda Number: 11.1
SUBJECT/RECOMMENDATION:
Award a contract (Purchase Order) to Verizon Wireless for basic cellular/smart phones and
mobile data services for the period of November 1, 2015 through October 31, 2016 in an
amount not to exceed $360,000 in accordance with Sec 2.564 (1) (d), Code of Ordinances,
under State Contract DMS-1011-008C, and authorize the appropriate officials to execute
same. (consent)
SUMMARY:
The total Verizon Purchase Order is $360,000, broken down as follows: Basic cellular/smart
phones $180,000 and data cards for Police Department’s patrol vehicles as well as data cards
for various other departments $180,000.
This Purchase Order represents an increase of approximately $28,400 (8.6%) from the
previous year.
APPROPRIATION CODE AND AMOUNT:
0555-09865-542100-519-000-0000 - $180,000
0555-09862-530300-519-000-0000 - $180,000
Page 1 City of Clearwater Printed on 9/28/2015
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1723
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Information Technology
Agenda Number: 11.2
SUBJECT/RECOMMENDATION:
Approve a purchase order (contract) to Oracle America, Inc., Redwood Shores, CA for the
period of October 1, 2015 through September 30, 2016 for software maintenance at a cost not
to exceed $219,911 in accordance with Sec. 2.564(1) (b) Code of Ordinances, sole source,
and authorize the appropriate officials to execute same. (consent)
SUMMARY:
This is an annual contract for PeopleSoft (payroll system) at $111,703 Oracle (database
licensing) at $23,102, Oracle OWAM maintenance (asset management system) at $72,959,
and Oracle Mobile Device at $12,147.
This Purchase Order represents an approximate $44,350 decrease from a year ago.
APPROPRIATION CODE AND AMOUNT:
0555-09864-546200-519-000-0000 - $219,911
Page 1 City of Clearwater Printed on 9/28/2015
Page 1 of 9 Support Service Number: P-95-301-00-000--22
RL_Specified_Agreement_v010915
10-Sep-15
Dan Mayer
CITY OF CLEARWATER
PO Box 4748
Information Technology Department
CLEARWATER
FL 33758
United States
Dear Dan Mayer
The technical support services provided under support service number P-95-301-00-000--22 will expire,
or have expired,on 30-Sep-15.Please find attached an ordering document for the renewal of these
technical support services.If applicable,the attached ordering document may include technical support
services that you have requested to order that are in addition to the technical support services that you
are renewing.
To prevent interruption to and/or termination of technical support services,please complete your order for
the renewal of technical support services,identified in the ordering document,by issuing a form of
payment acceptable to Oracle in accordance with the Order Processing Details section of the ordering
document on or before 17-Sep-15.
If you have questions regarding your order or require further information,please contact me at the e-mail
address or telephone number provided below.
Regards,
Choua Vang
Oracle Support Services
E-mail: choua.vang@oracle.com
Tel.: 3032727883
Fax: 7197571301
Page 2 of 9 Support Service Number: P-95-301-00-000--22
RL_Specified_Agreement_v010915
GENERAL INFORMATION
OFFER EXPIRATION ORACLE: Oracle America, Inc.
Support Service
Number:P-95-301-00-000--22
Oracle Support
Sales
Representative:
Choua Vang
Offer Expires:30-Sep-15
Telephone:3032727883
Fax:7197571301
E-mail:choua.vang@oracle.com
CUSTOMER: CITY OF CLEARWATER
CUSTOMER
QUOTE TO
CUSTOMER
BILL TO
Account Contact:Dan Mayer Account Contact:Accounts Payable
Account Name:CITY OF CLEARWATER Account Name:CITY OF CLEARWATER
Address:PO Box 4748 Address:100 S Myrtle Ave
Information Technology
Department
CLEARWATER
FL 33758
United States
PO Box 4748
CLEARWATER
FL 33756
United States
Telephone:727 562-4662 Telephone:
Fax: Fax:
E-mail:Daniel.Mayer@MyClearw
ater.com E-mail:@
"You" and "Your" as referenced in this ordering document refers to the Customer identified in the table
above.
Oracle may provide certain notices about technical support services via e-mail. Accordingly, please verify
and update the Customer Quote To and Customer Bill To information in the above table to help ensure
that You receive such communications from Oracle. If changes are required to the Customer Quote To
and Customer Bill To information, please e-mail or fax the updated information, with Your support service
number P-95-301-00-000--22, to Your Oracle Support Sales Representative identified in the table above.
Page 3 of 9 Support Service Number: P-95-301-00-000--22
RL_Specified_Agreement_v010915
SERVICE DETAILS
Program Technical Support Services
Service Level:Software Update License & Support
Product Description CSI #Qty License
Metric
License
Level /
Type
Start Date End Date Price
PeopleSoft Enterprise Extended
Enterprise License - Employee
Count Perpetual
14482912 1900 VALUE 9-Dec-15 30-Sep-16 7,127.79
PeopleSoft Enterprise Human
Resources For Public Sector -
Employee Count Perpetual
14501911 1900 VALUE 1-Oct-15 30-Sep-16 52,287.75
PeopleSoft Enterprise Payroll
For Public Sector - Employee
Count Perpetual
14501911 1900 VALUE 1-Oct-15 30-Sep-16 52,287.75
PeopleSoft Enterprise Absence
Management - Employee Count
Perpetual
14501912 1900 VALUE 1-Oct-15 30-Sep-16 0.00
PeopleSoft Enterprise Talent
Acquisition Manager - Employee
Count Perpetual
14501912 1900 VALUE 1-Oct-15 30-Sep-16 0.00
Program Technical Support Fees:USD 111,703.29
Program Technical Support Services
Service Level:Software Update License & Support
Product Description CSI #Qty License
Metric
License
Level /
Type
Start Date End Date Price
SPL Synergen Series Base
Product: All Subsystems -
Concurrent User Perpetual
15397410 200 CONCUR
RENT
DEVICE
FULL USE 1-Nov-15 30-Sep-16 23,920.84
SPL Synergen Series Base
Product: All Subsystems - Server
Perpetual
15397410 1 FULL USE 1-Nov-15 30-Sep-16 19,136.67
SPL Synergen Series ESRI GIS
Integration Extension - Server
Perpetual
15397410 1 FULL USE 1-Nov-15 30-Sep-16 5,980.21
SPL Synergen Series Web
Deployment - Concurrent User
Perpetual
15397410 200 CONCUR
RENT
DEVICE
FULL USE 1-Nov-15 30-Sep-16 23,920.84
Program Technical Support Fees:USD 72,958.56
Program Technical Support Services
Service Level:Software Update License & Support
Page 4 of 9 Support Service Number: P-95-301-00-000--22
RL_Specified_Agreement_v010915
Product Description CSI #Qty License
Metric
License
Level /
Type
Start Date End Date Price
Merant Net Express V3 Win/Nt 14501859 1 USER 22-Apr-16 30-Sep-16 1,109.45
Oracle Utilities Mobile Device
Management Base - Customer
Perpetual
16130816 1 FULL USE 5-Dec-15 30-Sep-16 6,341.82
Micro Focus International Ltd.
Net Express COBOL for
Windows for 2 Named Users
(Mfr is Microfocus; Third Party
Program)
17885976 1 FULL USE 10-Feb-16 30-Sep-16 4,696.09
Program Technical Support Fees:USD 12,147.36
Program Technical Support Services
Service Level:Software Update License & Support
Product Description CSI #Qty License
Metric
License
Level /
Type
Start Date End Date Price
Oracle Database Enterprise
Edition - Named User Plus
Perpetual
18925318 45 FULL USE 30-Jan-16 30-Sep-16 6,734.01
Oracle Database Enterprise
Edition - Named User Plus
Perpetual
18925318 225 FULL USE 30-Jan-16 30-Sep-16 5,858.96
Oracle Database Enterprise
Edition - Processor Perpetual
18925318 2 FULL USE 30-Jan-16 30-Sep-16 5,419.85
Oracle Database Standard
Edition - Named User Plus
Perpetual
18925318 75 FULL USE 30-Jan-16 30-Sep-16 1,247.53
Oracle Database Standard
Edition - Named User Plus
Perpetual
18925318 115 FULL USE 30-Jan-16 30-Sep-16 3,840.50
Program Technical Support Fees:USD 23,100.84
Total Price:USD 219,910.05
Plus applicable tax
Please note the following:
·If You have questions regarding the Service Details section of this ordering document, or believe
that corrections are required, please contact Your Oracle Support Sales Representative identified
on the first page of this ordering document.
·Please review Oracle's technical support policies, including the Lifetime Support Policy, before
entering into this ordering document. Under Oracle's Lifetime Support Policy, the support level for
an Oracle product, if applicable, may change during the term of the services purchased under this
ordering document. If extended support is offered, an additional fee will be charged for such
support if ordered. If You would like to purchase extended support please contact Your Oracle
Support Sales Representative identified on the first page of this ordering document.
·If Oracle accepts Your order, the start date set forth in the Service Details table above shall serve
as the commencement date of the technical support services and the technical support services
Page 5 of 9 Support Service Number: P-95-301-00-000--22
RL_Specified_Agreement_v010915
ordered under this ordering document will be provided through the end date specified in the table
for the applicable programs and/ or hardware.
·If any of the fields listed in the Service Details table above are blank, then such fields do not apply
for the applicable programs and/or hardware for which You are purchasing technical support
services.
Page 6 of 9 Support Service Number: P-95-301-00-000--22
RL_Specified_Agreement_v010915
TECHNICAL SUPPORT SERVICES TERMS
If the Customer and the Customer Quote To name identified in the General Information table above are
not the same,CITY OF CLEARWATER represents that Customer has authorized CITY OF
CLEARWATER to execute this ordering document on Customer's behalf and to bind Customer to the
terms described herein.CITY OF CLEARWATER agrees that the services ordered are for the sole
benefit of Customer and shall only be used by Customer.CITY OF CLEARWATER agrees to advise
Customer of the terms of this ordering document as well as any communications received from Oracle
regarding the services.
If the Customer and the Customer Bill To name identified in the General Information table above are not
the same,Customer agrees that:a)Customer has the ultimate responsibility for payments under this
ordering document;and b)any failure of CITY OF CLEARWATER to make timely payment per the terms
of this ordering document shall be deemed a breach by Customer and,in addition to any other remedies
available to Oracle,Oracle may terminate Customer's technical support service under this ordering
document.
Technical support is provided under Oracle's technical support policies in effect at the time the services
are provided.The technical support policies are subject to change at Oracle's discretion;however,
Oracle will not materially reduce the level of services provided for supported programs and/or hardware
during the period for which fees for technical support have been paid.You should review the technical
support policies prior to entering into this ordering document.The current version of the technical support
policies may be accessed at http://www.oracle.com/us/support/policies/index.html.
The technical support services acquired under this ordering document are governed by the terms and
conditions of the SLSA-225665-01-OCT-1995 ("agreement").Any use of the programs and/or hardware,
which includes updates and other materials provided or made available by Oracle as a part of technical
support services,is subject to the rights granted for the programs and/or hardware set forth in the order in
which the programs and/or hardware were acquired.
This ordering document incorporates the agreement by reference.In the event of inconsistencies
between the terms contained in this ordering document and the agreement,this ordering document shall
take precedence.
Page 7 of 9 Support Service Number: P-95-301-00-000--22
RL_Specified_Agreement_v010915
ORDER PROCESSING DETAILS
Your order is subject to Oracle's acceptance.Your order is deemed to be placed when You provide
Oracle with details for payment (e.g.,Your purchase order,Your check or a credit card confirmation for
the order as detailed below)or an executed Oracle Financing contract.Once placed,Your order shall be
non-cancelable and the sums paid nonrefundable,except as provided in the agreement.
Please note that if the pre-tax value of this ordering document is USD $2,000 or less,the technical
support services ordered (i)must be paid by credit card;or (ii)You must renew Your support via the
Oracle Store.Please contact Your Oracle Support Sales Representative for details regarding renewing
Your support via the Oracle Store.
Technical Support fees are invoiced Quarterly in Arrears.All fees payable to Oracle are due within 30
NET from date of invoice.
Oracle will issue an invoice to You upon receipt of a purchase order or a form of payment acceptable to
Oracle.You agree to pay any sales,value-added or other similar taxes imposed by applicable law,
except for taxes based on Oracle's income.
"If CITY OF CLEARWATER is a tax exempt organization, a copy of CITY OF CLEARWATER's tax
exemption certificate must be submitted with CITY OF CLEARWATER's purchase order, check, credit
card or other acceptable form of payment."
Purchase Order
If the technical support services on this ordering document will be ordered and paid under a purchase
order,the purchase order must be in a non-editable format (e.g.,PDF)and include the following
information:
-Support Service Number:P-95-301-00-000--22
-Total Price:USD 219,910.05 (excluding applicable tax)
-Local Tax,if applicable
In issuing a purchase order,CITY OF CLEARWATER agrees that the terms of this ordering document
and the agreement supersede the terms in the purchase order or any other non-Oracle document,and no
terms included in any such purchase order or other non-Oracle document shall apply to the technical
support services ordered under this ordering document.
Please e-mail or fax the purchase order to Oracle in accordance with the Remittance Details section
below.
Check
If the technical support services on this ordering document will be ordered and paid by check,the check
must include the following information:
-Support Service Number:P-95-301-00-000--22
-Total Price:USD 219,910.05 (excluding applicable tax)
-Local Tax,if applicable
In issuing a check,CITY OF CLEARWATER agrees that only the terms of this ordering document and the
agreement shall apply to the technical support services ordered under this ordering document.No terms
Page 8 of 9 Support Service Number: P-95-301-00-000--22
RL_Specified_Agreement_v010915
attached or submitted with the check shall apply.
Please mail check payments in accordance with the Remittance Details section below.
Credit Card Confirmation
If the technical support services on this ordering document will be ordered and paid by credit card,please
complete the information in this section and return it to Oracle in accordance with the Remittance Details
section below.The credit card used to make payment must be valid for the entire support services term.
Please note that Oracle is unable to process credit card transactions of USD $100,000 or greater or
transactions that are not in USD.
__________________________________
Credit Card Number
__________________________________
Credit Card Type (Visa,MasterCard,AMEX)
__________________________________
Expiration Date
__________________________________
Billing Address (associated with Credit Card)
__________________________________
City,State,and Zip (associated with Credit Card)
__________________________________
Authorized Signature
__________________________________
Name (as it appears on the credit card)
In issuing this credit card confirmation,CITY OF CLEARWATER agrees that only the terms of this
ordering document and the agreement shall apply to the technical support services ordered under this
ordering document.No terms attached or submitted with the credit card confirmation shall apply.
Remittance Details
Purchase orders or credit card details for the technical support services ordered under this ordering
document should be sent to:
Attn:Choua Vang
Oracle Support Services
Fax:7197571301
E-mail:choua.vang@oracle.com
Checks for the technical support services ordered under this ordering document should be sent to:
AK,AZ,CA,HI,ID,NV,OR,UT,WA:
Oracle America,Inc
PO Box 44471
San Francisco,CA 94144-4471
Page 9 of 9 Support Service Number: P-95-301-00-000--22
RL_Specified_Agreement_v010915
All Other States:
Oracle America,Inc
PO Box 203448
Dallas,TX 75320-3448
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1721
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Marine & Aviation
Agenda Number: 12.1
SUBJECT/RECOMMENDATION:
Approve a Second Amendment to the Marina Cantina Restaurant Lease Agreement between
Marina Cantina, LLC and the City of Clearwater, amending paragraph 16 to extend the
restaurant open date by three months to January 1, 2016, and authorize the appropriate
officials to execute same. (consent)
SUMMARY:
Staff is requesting the City of Clearwater approve a Second Amendment to the Marina
Cantina, LLC lease to extend the restaurant opening date to January 1, 2016.
The original lease agreement that went into effect October 1, 2012, stated in paragraph 16,
“Lessee covenants to complete all contemplated capital improvements, as detailed in Exhibit
E, as expeditiously as possible and have the restaurant open soon thereafter or within three
(3) years whichever is shorter.”
The delay in the opening of the Marina Cantina Restaurant resulted from construction delays
caused by improvements that were not originally contemplated in the Lease Agreement.
Sections of the foundation were removed to expose the deteriorated conduit lines discovered
when attempting to isolate individual utility services. This was necessitated due to electrical
shorts/ power drops that were in excess of normal line loss. Waste water leaks were
discovered as utility lines were exposed for inspection. The extensive underground utility
replacement addresses the time lost by the removal of 40% of the building foundation and
running all new utilities (including sewer lines) beneath the building, adding an additional three
months to the project. The costs of the repairs are being addressed separately. This item only
extends the project completion data by 3 months.
APPROPRIATION CODE AND AMOUNT:
N/A
Page 1 City of Clearwater Printed on 9/28/2015
[GM12-1371-014/173809/1]
SECOND AMENDMENT TO LEASE AGREEMENT
THIS SECONDAMENDMENT TO THE LEASE AGREEMENT DATED September 17,
2012(the “Amendment”) is entered into onthis ___ day of _________, 2015 (the “Effective
Date”), by and between THE CITY OF CLEARWATER, FLORIDA, a Florida municipal
corporation (the “Lessor”) and MARINA CANTINA, LLC, a Florida limited liability company (the
“Lessee”).
WHEREAS, the Lessor and Lessee agree to this Second Amendment to Lease
Agreement in order to modify the terms and conditions resulting from a brief construction delay
caused by improvements that were not initially contemplated in the Lease Agreement.
NOW, THEREFORE,it is mutually agreedas follows:
1.Paragraph 16is hereby amended as follows:
. . .
Lessee covenants to complete all contemplated capital improvements, as
detailed in Exhibit E, as expeditiously as possible and have the restaurant open
soon thereafter orwithin three(3) yearswhichever is shorterby January 1, 2016.
Otherwise, this shall constitute an Event of Default.
2.All of the terms and conditions of the Lease Agreement are incorporated herein
by reference and shall continue in full force and effect throughout the remaining
term of this Lease Agreement.
IN WITNESS WHEREOF, this Agreement is executed as of the date first above written.
Countersigned:CITY OF CLEARWATER, FLORIDA
_______________________________By__________________________________
George N. Cretekos, Mayor William Horne, City Manager
Approved as to form:Attest:
___________________________________________________________________
Camilo Soto, Assistant City Attorney Rosemarie Call, City Clerk
Marina Cantina, LLC
By:________________________________
Frank Chivas, President
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1657
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Public Utilities
Agenda Number: 13.1
SUBJECT/RECOMMENDATION:
Award a contract (blanket purchase order) to W.W. Grainger, Inc. (Grainger) of Clearwater,
FL in the annual amount of $175,000, for the purchase of MRO (Maintenance and Repairs
Operations) Supplies and Related Services, as needed, for a one-year period, and authorize
the appropriate officials to execute same. (consent)
SUMMARY:
Grainger has a distribution facility located in Clearwater, Florida, and carries numerous parts
and materials relating to the utility industry including, but not limited to, pipes, valves, fittings,
tools and equipment that are used in the day-to-day operations of the Public Utilities
Department. This BPO replaces existing BPO: BR510973.
City Code Section 2.564 (1) (b) allows for the utilization of other public entity bids. The State
of Florida, Department of Management Services, Division of State Purchasing contract with
Grainger is 450-000-11-ACS, MRO: Facilities Maintenance Supplies (Western State
Contracting Alliance), and is effective until February 28, 2017. The contract provides for MRO
supplies and related services available from W.W. Grainger, Inc. Staff requests authorization
to utilize the contract for a one-year period on a blanket purchase order.
APPROPRIATION CODE AND AMOUNT:
0421-01351-550400-535-000-0000 $87,500.00 Fiscal Year 15/16
0421-02053-550400-533-000-0000 $87,500.00 Fiscal Year 15/16
Sufficient funding is available in Water and Sewer Utility Fund in the amounts of $87,500 from
0421-01351, WPC Plant Operations, and $87,500 from 0421-02053, Water Supply, for total
funding in the amount of $175,000.00.
USE OF RESERVE FUNDS:
N/A
Page 1 City of Clearwater Printed on 9/28/2015
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1730
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Solid Waste/General Services
Agenda Number: 14.1
SUBJECT/RECOMMENDATION:
Award a contract (purchase order) to Pinellas County Solid Waste for an operating
expenditure of $3,900,000 for the disposal of solid waste at the Pinellas County
waste-to-energy plant/landfill for the period October 1, 2015 through September 30, 2016 as
provided in the city’s Code of Ordinances, Section 2.564 (1) (d), Services provided by Other
Governmental Entities, and authorize the appropriate officials to execute same. (consent)
SUMMARY:
Pinellas County Solid Waste operates the only waste-to-energy plant and landfill in the county.
APPROPRIATION CODE AND AMOUNT:
Funds are available as part of the Fiscal Year 2015/16 Operating Budget of the Solid Waste
Fund. The allocation of the Dump Fees that were planned for Pinellas County Solid Waste is
as follows:
·0-424-02082-543500-534-000-0000 (Residential Collection Dump Fees) $1,395,300
·0-424-02083-543500-534-000-0000 (Commercial Collection Dump Fees) $1,663,600
·0-424-02089-543500-534-000-0000 (Roll-Off Collection Dump Fees) $841,100
Page 1 City of Clearwater Printed on 9/28/2015
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1731
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Solid Waste/General Services
Agenda Number: 14.2
SUBJECT/RECOMMENDATION:
Award a contract (purchase order) to Waste Management Inc. of Florida, for operating
expenditures in the amount of $400,000 for the disposal of solid waste at their site for the
period October 1, 2015 through September 30, 2016, as provided in the City’s Code of
Ordinances, Section 2.561, and authorize the appropriate officials to execute same. (consent)
SUMMARY:
The Solid Waste Department collects bulk trash, yard waste, and construction and demolition
debris from residential and commercial customers. The portion of the preceding waste that is
Class III Waste, which excludes anything that could putrefy or produce lechate that poses a
health or environmental threat, or construction and demolition debris (C & D) is collected
separately from the remainder of the waste and is transported by city collection vehicles to the
contractor’s State-registered disposal facilities.
The Purchasing Department advertised an Invitation to Bid 67-15 for the disposal services
described above in the Tampa Bay Times on August 28, 2015 and advertised on the City’s
website from August 27, 2015 through September 16, 2015. The City received two bids on
September 16, 2015.
The two companies who submitted bids were Waste Management Inc. of Florida and Angelo’s
Recycled Materials.
The Solid Waste Department recommends that the City utilize Waste Management Inc. of
Florida who was the lowest, most responsible bidder.
APPROPRIATION CODE AND AMOUNT:
Funds are available as part of the Fiscal Year 2015/16 Operating Budget of the Solid Waste
Fund. The allocation of the Dump Fees that were planned for this expenditure are as follows:
·0-424-02082-543500-534-000-0000 (Residential Collection Dump Fees) $144,800
·0-424-02089-543500-534-000-0000 (Roll-Off Collection Dump Fees) $255,200
Page 1 City of Clearwater Printed on 9/28/2015
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1732
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Solid Waste/General Services
Agenda Number: 14.3
SUBJECT/RECOMMENDATION:
Amend the Clearwater Code of Ordinances, Appendix A - Schedule of Fees, Rates and
Charges, and pass Ordinance 8775-15 on first reading.
SUMMARY:
This amendment to Appendix A, Schedule of Fees, Rates and Charges is to include a rate for
commercial recycling customers who are serviced with semi-automated carts. This corrects
an oversight/omission from the rate structure of Ordinance 8748-15, which was adopted on
August 6, 2015.
The rates included in this addition comply with the October 15, 2014 recommendation by the
Burton and Associates Rate Study.
Page 1 City of Clearwater Printed on 9/28/2015
ORDINANCE NO. 8775-15
AN ORDINANCE OF THE CITY OF
CLEARWATER, FLORIDA,AMENDING
APPENDIX A, SCHEDULEOF FEES,
RATES AND CHARGES, ARTICLE XXIV,
PUBLIC WORKS-FEES, RATES AND
CHARGES, (3)(D) RECYCLING,OF THE
CLEARWATER CODE OF ORDINANCES;
PROVIDING AN EFFECTIVE DATE.
WHEREAS, to comply with the October 15, 2014 Burton & Associates
Rate Study recommendations, it is determined to be fair and reasonable to
establish fees, rates and service charges based on the cost to serve the various
classes of customers, as detailed by the proposed changes to Appendix A,
Schedule of Fees, Rates, and Charges, Article XXIV, Public Works Fees, Rates,
and Charges; now therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF
CLEARWATER, FLORIDA:
Section 1. That Appendix A, Schedule of Fees, Rates, and Charges, Article
XXIV Public Works--Fees, Rates, and Charges, Section (3)(d) Solid Waste Collection
Rates be amended by adding the underlined and deleting the stricken languageas
follows:
XXIV. PUBLIC WORKS—FEES, RATES AND CHARGES
*********
(3) Rates:
*********
(d)Recycling.
*********
3. Multi-family recycling: Monthly charges for once-weekly collection of
recyclables at each multi-family complex, per living unit:
Effective
10/1/2014
10/1/2015 10/1/2016 10/1/2017 10/1/2018
$1.88 $1.95 $2.02 $2.10 $2.18
4. Commercial RecyclingService with commercial container (uncompacted):
[A04-02088 /174231/1]2 Ordinance 8755-15
a.Service with commercial container (uncompacted)Cardboard recycling:
i. Cardboard recycling
Fiscal Year 2016
Effective Date 10/1/2015
Size Times per Week Pickup
(cubic yard)1 2 3 4 5
2 $29.49 $53.88 $79.60 $107.78 $143.46
3 38.16 69.71 101.26 139.25 185.63
4 45.84 84.57 123.30 170.14 226.84
6 61.98 115.06 168.13 232.33 310.02
8 78.26 145.70 213.12 294.70 393.41
Fiscal Year 2017
Effective Date 10/1/2016
Size Times per Week Pickup
(cubic yard)1 2 3 4 5
2 $30.60 $55.90 $82.59 $111.82 $148.84
3 39.59 72.32 105.06 144.47 192.59
4 47.56 87.74 127.92 176.52 235.35
6 64.30 119.37 174.43 241.04 321.65
8 81.19 151.16 221.11 305.75 408.16
Fiscal Year 2018
Effective Date 10/1/2017
Size Times per Week Pickup
(cubic yard)1 2 3 4 5
2 $31.75 $58.00 $85.69 $116.01 $154.42
3 41.07 75.03 109.00 149.89 199.81
4 49.34 91.03 132.72 183.14 244.18
6 66.71 123.85 180.97 250.08 333.71
8 84.23 156.83 229.40 317.22 423.47
[A04-02088 /174231/1]3 Ordinance 8755-15
Fiscal Year 2019
Effective Date 10/1/2018
Size Times per Week Pickup
(cubic yard)1 2 3 4 5
2 $32.94 $60.18 $88.90 $120.36 $160.21
3 42.61 77.84 113.09 155.51 207.30
4 51.19 94.44 137.70 190.01 253.34
6 69.21 128.49 187.76 259.46 346.22
8 87.39 162.71 238.00 329.12 439.35
ii.Mixed recycling (single stream)
Fiscal Year 2016
Effective Date 10/1/2015
Size Times per Week Pickup
(cubic yard)1 2 3 4 5
2 $41.28 $75.43 $111.44 $150.88 $200.84
3 53.42 97.60 141.76 194.96 259.88
4 64.17 118.39 172.61 238.19 317.57
6 86.77 161.07 235.38 325.26 434.02
8 109.56 203.97 298.36 412.58 550.77
Fiscal Year 2017
Effective Date 10/1/2016
Size Times per Week Pickup
(cubic yard)1 2 3 4 5
2 $42.83 $78.26 $115.62 $156.54 $208.37
3 55.42 101.26 147.08 202.27 269.63
4 66.58 122.83 179.08 247.12 329.48
6 90.02 167.11 244.21 337.46 450.30
8 113.67 211.62 309.55 428.05 571.42
[A04-02088 /174231/1]4 Ordinance 8755-15
Fiscal Year 2018
Effective Date 10/1/2017
Size Times per Week Pickup
(cubic yard)1 2 3 4 5
2 $44.44 $81.19 $119.96 $162.41 $216.18
3 57.50 105.06 152.60 209.86 279.74
4 69.08 127.44 185.80 256.39 341.84
6 93.40 173.38 253.37 350.11 467.19
8 117.93 219.56 321.16 444.10 592.85
Fiscal Year 2019
Effective Date 10/1/2018
Size Times per Week Pickup
(cubic yard)1 2 3 4 5
2 $46.11 $84.23 $124.46 $168.50 $224.29
3 59.66 109.00 158.32 217.73 290.23
4 71.67 132.22 192.77 266.00 354.66
6 96.90 179.88 262.87 363.24 484.71
8 122.35 227.79 333.20 460.75 615.08
b.Service with semi-automated cartsMixed recycling (single stream):
i. Cluster of 1, 2, 3or 4carts with once-weekly collection:
Fiscal Year Beginning
10/1/2014 10/1/2015 10/1/2016 10/1/2017 10/1/2018
$32.28 $33.49 $34.75 $36.05 $37.40
ii. Each additional cluster:
Fiscal Year Beginning
10/1/2014 10/1/2015 10/1/2016 10/1/2017 10/1/2018
$32.28 $33.49 $34.75 $36.05 $37.40
*********
Section 2. Upon adoption, this ordinance shalltake effect on October 1, 2015.
[A04-02088 /174231/1]5 Ordinance 8755-15
PASSED ON FIRST READING
AS AMENDED _____________________
PASSED ON SECOND AND FINAL _____________________
READING AND ADOPTED
___________________________
George N. Cretekos
Mayor
Approved as to form: Attest:
______________________________________________________
Camilo A. Soto Rosemarie Call
Assistant City Attorney City Clerk
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1733
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Solid Waste/General Services
Agenda Number: 14.4
SUBJECT/RECOMMENDATION:
Approve selection of J. Kokolakis Contracting, Inc. of Tarpon Springs, FL as the Construction
Manager at Risk (CMR) for the proposed Solid Waste Transfer Station construction project
(15-0007-SW). (consent)
SUMMARY:
The City issued Request for Qualifications 60-15 in July 2015 for CMR firms for the Solid
Waste Transfer Station project in Clearwater. Five firms responded.
The review committee included representatives of the Solid Waste/General Services,
Engineering and King Engineering, the project engineer.
The selection committee ranked the firm’s qualifications as follows: J. Kokolakis
Contracting, Wharton Smith, Ajax Building, Wallbridge, and Biltmore Construction. J.
Kokolakis and Wharton Smith were asked to give oral presentations. The review
committee recommends J. Kokolakis Contracting for their comprehensive experience
building numerous solid waste transfer stations throughout Florida.
Kokolakis will provide preconstruction services under a Purchase Order including design
review and construction cost estimating. Once design approaches final construction
documents, staff will present a guaranteed maximum price (GMP) contract to Council for
approval.
Staff anticipates bringing a GMP to City Council for approval in July 2016 to align with
completion of design and permitting phases.
The new transfer station will be operated and maintained by the Solid Waste Department.
APPROPRIATION CODE AND AMOUNT:
Funds (approximately $160,000) are available in capital improvement project 315-96447 Solid
Waste Transfer Station Rebuild, for the design portion of this contract.
USE OF RESERVE FUNDS:
Additional funding for the construction portion of this contract will be provided by a Fiscal Year
2015/16 budget amendment allocating Solid Waste Fund reserves to capital improvement
project 315-96447 Solid Waste Transfer Station Rebuild. The request for additional funding
will be brought back to Council for discussion and approval.
Page 1 City of Clearwater Printed on 9/28/2015
www.myclearwater.com
Purchasing Office
100 S Myrtle Ave
Clearwater FL 33756-5520
PO Box 4748, 33758-4748
727-562-4633 Tel
v 9/2014
REQUEST FOR QUALIFICATIONS
Construction Management at RiskServices/
Solid Waste Transfer StationReconstruction
RFQ #60-15
July 15, 2015
NOTICE IS HEREBY GIVEN that sealed Statements of Qualificationswill be received by the City of
Clearwater(City) until 10:00AM, Local Time, August 18, 2015 to provide CONSTRUCTION
MANAGEMENT AT RISKSERVICES.
Brief Description: The City of Clearwater is seeking a Construction Manager at Risk to join the project
team for the Solid Waste Transfer Station Reconstruction.
Responsesmust be in accordance with the provisions, specifications and instructions set forth herein and
will be received by Purchasing until the above noted time, when they will be publicly acknowledged and
accepted.
The Request for Qualifications, any attachments and addenda are available for download at
www.myclearwater.com and also on the City’s FTP site, ftp://ftpserver.myclearwater.com .
Please read the entire solicitation package and submit the responsein accordance with the instructions.
This document (less this invitation and the instructions) and any required response documents,
attachments, and submissions will constitute the response.
Questions concerning this solicitation should be directed, IN WRITING,to the following contact:
General, Processor TechnicalQuestions:
Alyce Benge, CPPO, C.P.M.
Purchasing Manager
Finance Department
Fax 727-562-4535
Alyce.Benge@myclearwater.com
INSTRUCTIONS
Construction Management at Risk 2 RFQ# 60-15
i.1 VENDOR QUESTIONS:All questions regarding the contents of this solicitation, and solicitation
process (including requests for ADA accommodations), shall be directed solely to the Purchasing
Manager listed on Page 1. Questions should be submitted in writing via letter, fax or email.
Questions received less than seven (7) calendar days prior to the due date and time may be
answered at the discretion of the City.
i.2 ADDENDA/CLARIFICATIONS:Any changes to the specifications will be in the formof an
addendum. Addenda are posted on the City website and mailed to those who register on the City
website when downloadingsolicitations no less than seven(7) days prior to the Due Date.
Vendors are cautioned to check the Purchasing Website for addenda and clarifications
prior to submitting their response. The City cannot be held responsible if a vendor fails to
receive any addenda issued. The City shall not be responsible for any oral changes to these
specifications made by any employees or officerof the City. Failure to acknowledge receipt of an
addendum may result in disqualification of a response.
i.3 DUE DATE & TIME FOR SUBMISSION AND OPENING:
Date:August 18, 2015
Time:10:00 AM(Local Time)
The City will open all responsesproperly and timely submitted, and will record the names and
other information specified by law and rule. All responsesbecome the property of the City and
will not be returned except in the case of a late submission. Respondent names, as read at the
bidopening, will be posted on the City website. Once a notice of intent to award is posted or 30
days from day of opening elapses, whichever occurs earlier, responses are available for
inspection by contacting Purchasing.
i.4 SUBMIT RESPONSES TO:Use label at the end of this solicitation package
City of Clearwater
Attn: Purchasing
100 S Myrtle Ave., 3rd Floor, Clearwater,FL 33756-5520
or
PO Box 4748, Clearwater,FL 33758-4748
Responses will be receivedat this address. Respondents may mail or hand-deliver responses;
e-mail or fax submissions will not be accepted.
No responsibility will attach to the City of Clearwater, its employees or agents for premature
opening of a responsethat is not properly addressed and identified.
i.5 LATE SUBMITTALS. The respondentassumes responsibility for having the responsedelivered
on time at the place specified. All responses received after the date and time specified shall not
be considered and will be returned unopened to the respondent. The respondentassumes the
riskof any delay in the mail or in handling of the mail by employees of the City of Clearwater, or
any private courier, regardless whether sent by mail or by means of personal delivery. It shall not
be sufficient to show that you mailed or commenced deliverybefore the due date and time. All
times are Clearwater, Floridalocal times. The respondentagrees to accept the time stamp in the
City Purchasing Office as the official time.
i.6 RESPONSIBILITY TO READ AND UNDERSTAND. Failure to read, examine and understand
the solicitation will not excuse any failure to comply with the requirements of the solicitation or any
resulting contract, nor shall such failure be a basis for claiming additional compensation. If a
vendor suspects an error, omission or discrepancy in this solicitation, the vendor must
immediately and in any case not later than seven (7) business days in advance of the due date
notify the contact on page one (1). The City is not responsible for and will notpay any costs
associated with the preparation and submission of the response. Respondents are cautioned to
verify their responses before submission, as amendments to or withdrawal of responses
INSTRUCTIONS
Construction Management at Risk 3 RFQ# 60-15
submitted after time specified for opening of responses may not be considered. The City will not
be responsible for any respondenterrors or omissions.
i.7 FORM AND CONTENT OF RESPONSES. Unless otherwise instructed or allowed, responses
shall be submitted on the forms provided. An original and the designated number ofcopies of
each responseare required. Responses, including modifications, must be submitted in ink, typed,
or printed form and signed by an authorized representative. Please line through and initial rather
than erase changes. If the responseis not properly signed or if any changes are not initialed, it
may be considered non-responsive. In the event of a disparity between the unitprice and the
extended price, the unit price shall prevail unless obviously in error, as determined by the City.
The City may require that an electronic copy of the responsebe submitted. The responsemust
provide all information requested and must address all points. The City does not encourage
exceptions. The City is not required to grant exceptions and depending on the exception, the City
may reject the response.
i.8 MODIFICATION / WITHDRAWAL OF RESPONSE. Written requests to modify or withdraw the
responsereceived by the City prior to the scheduled opening time will be accepted and will be
corrected after opening. No oral requests will be allowed. Requests must be addressed and
labeled in the same manner as the responseand marked as a MODIFICATION or
WITHDRAWAL of the response. Requests for withdrawal after the bid opening will only be
granted upon proof of undue hardship and may result in the forfeiture of any responsesecurity.
Any withdrawal after the bid opening shall be allowed solely at the City’s discretion.
i.9 DEBARMENT DISCLOSURE.If the vendorsubmitting aresponsehas been debarred,
suspended, or otherwise lawfully precluded from participating in any public procurement activity,
including being disapproved as a subcontractor with any federal, state, or local government, or if
any such preclusion from participation from any public procurement activity is currently pending,
the respondentshall include a letter with its responseidentifyingthe name and address of the
governmental unit, the effective date of this suspension or debarment, the duration of the
suspensionor debarment, and the relevant circumstances relating to the suspension or
debarment. If suspension or debarment is currently pending, a detailed description of all relevant
circumstances including the details enumerated above must be provided. A responsefrom a
respondentwho is currently debarred, suspended or otherwise lawfully prohibited from any public
procurement activity may be rejected.
i.10 RESERVATIONS. The City reserves the right to reject any or all responses or any part thereof;
to rebid the solicitation; to reject non-responsive or non-responsible responses; to reject
unbalanced responses; to reject responses where the terms, prices, and/or awards are
conditioned upon another event; to reject individual responses for failure to meet any
requirement; to award by item, part or portion of an item, group of items, or total; to make multiple
awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any
response. The City may seek clarification of the responsefrom respondentat any time, and
failure to respond is cause for rejection. Submission of a responseconfers on respondentno
right to an award or to a subsequent contract. The City is responsible to make an award that is in
the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall
be made solely at the City’s discretion and made to favor the City. No binding contract will exist
between the respondentand the City until the City executes a written contract or purchase order.
i.11 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a
respondentmay not be acknowledged or accepted by the City. Award or execution of a contract
does not constitute acceptance of a changed term, condition or specificationunless specifically
acknowledged and agreed to by the City. The copy maintained and published by the City shall be
the official solicitation document.
i.12 COPYING OF RESPONSES. Respondenthereby grants the City permission to copy all parts of
its response, including without limitation any documents and/or materials copyrighted by the
respondent. The City’s right to copy shall be for internal use in evaluating the response.
INSTRUCTIONS
Construction Management at Risk 4 RFQ# 60-15
i.13 CONTRACTOR ETHICS. It is the intentionof the City to promote courtesy, fairness, impartiality,
integrity, service, professionalism, economy, and government by law in the Procurement process.
The responsibility for implementing this policy rests with each individual who participates in the
Procurement process, including Respondents and Contractors.
To achieve thispurpose, it is essential that Respondents and Contractors doing business with the
City also observe the ethical standards prescribed herein. It shall be a breach of ethical
standards to:
a.Exert any effort to influence any City employee or agent to breach the standards of ethical
conduct.
b.Intentionally invoice any amount greater than provided in Contract or to invoice for Materials
or Services not provided.
c.Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply
with any term, condition, specification or other requirement of a City Contract.
i.14 GIFTS. The City will accept no gifts, gratuities or advertising products from respondents or
prospective respondents and affiliates. The City may request product samples from vendors for
product evaluation.
i.15 PROTESTS AND APPEALS. If a Respondent believes there is a mistake, impropriety, or defect
in the solicitation, believes the City improperly rejected its response, and/or believes the selected
responseis not in the City’s best interests, the Respondent may submit a written protest. All
protests and appeals are governed by the City of ClearwaterPurchasing Policy and Procedures
Section 18(“Purchasing Policy”). If there exists anydiscrepancy in this Section i.21and the
Purchasing Policy, the language of the Purchasing Policycontrols.
Protests based upon alleged mistake, impropriety, or defect in a solicitation that is apparent
before the bid opening must be filed with the Purchasing Managerno later than five (5) business
days before Bid Opening. Protests that only become apparent after the Bid Opening must be
filed within the earlier of ten (10) business days of the alleged violation of the applicable
purchasing ordinance. The complete protest procedure can be obtained by contacting
Purchasing.
ADDRESS PROTESTS TO:
Alyce Benge, CPPO, C.P.M.
Purchasing Manager
100 So Myrtle Ave, 3rd Fl
Clearwater FL 33756-5520
or
PO Box 4748
Clearwater FL 33758-4748
INSTRUCTIONS -EVALUATION
Construction Management at Risk 5 RFQ# 60-15
i.16 EVALUATION PROCESS. Responses will be reviewed by a screening committee comprised of
City employeesand/or authorized agents. The City staff may or may not initiate discussions with
respondents for clarification purposes. Clarification is not an opportunity to change the response.
Respondents shall not initiate discussions with any City employee or official.
i.17 CRITERIA FOR EVALUATION AND AWARD. The City evaluates threecategories of
information: responsiveness, responsibility, and the technical response. All responses must meet
the following responsiveness and responsibility criteria.
a)Responsiveness. The City will determine whether the responsecomplies with the
instructions for submitting responses including completeness of response which
encompasses the inclusion of all required attachments and submissions. The City must
reject any responses that are submitted late. Failure to meet other requirements may result
in rejection.
b)Responsibility. The City will determine whether the respondentis one with whom it can or
should do business. Factors that the City may evaluate to determine "responsibility" include,
but are not limited to: past performance, references (including those found outside the
response), compliance with applicable laws, respondent's record of performance and
integrity-e.g. has the respondentbeen delinquent or unfaithful to any contract with the City,
whether the respondentis qualified legally to contract with the City, financial stability and the
perceived ability to perform completely as specified. A respondentmust at all times have
financial resources sufficient, in the opinion of the City, to ensure performance of the
contract and must provide proof upon request. City staff may also use Dun & Bradstreet
and/or any generally available industry information. The City reserves the right to inspect
and review respondent’s facilities, equipment and personnel and those of any identified
subcontractors. The City will determine whether any failure to supply information, or the
quality of the information, will result in rejection.
c)Technical Response. The City will determine how well responsesmeet its requirements in
terms of the response to the solicitationand how well the offer addresses the needs of the
project. The City will rank offers using a point ranking system (unless otherwise specified)
as an aidin conducting the evaluation.
The criteriathat will be evaluated and their relative weights are:
Evaluation Criteria Points
Qualifications and Experience: Related Site Development and Building
Experience (particularly Solid Waste Transfer Stations)35
Method of Approach: Scheduling, Cost Control, Value Engineering 20
Project Staff and Availability 25
Expertise: Knowledge of Local Conditions, Permitting Processes, etc.20
i.18 SHORT-LISTING. The City at its sole discretion may create a short-list of the highest scored
responses based on a preliminary evaluation against the evaluation criteria. Only those short-
listed respondents would be invited to give presentations and/or interviews. Upon conclusion of
any presentations/interviews, the City will finalize the scoring againstthe evaluation criteria.
i.19 PRESENTATIONS/INTERVIEWS. The respondentmust provide a formal presentation/interview
on-site at a City location upon request.
INSTRUCTIONS -EVALUATION
Construction Management at Risk 6 RFQ# 60-15
i.20 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Respondentmust be prepared for the City
to accept the responseas submitted. If respondentfails to sign all documents necessary to
successfully execute the final contract within a reasonable time as specified, or negotiations do
not result in an acceptable agreement, the City may reject responseor revoke the award, and
may begin negotiations with another respondent. Final contract terms must be approved or
signed by the appropriately authorized City official(s). No binding contract will exist between the
respondentand the City until the City executes a written contract or purchase order.
i.21 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to
Purchasing’s website. It is the respondent’s responsibility to check the City of Clearwater’s
Purchasing website at www.myclearwater.com/cityprojects/to view relevant information
and notices.
i.22 RFQTIMELINE. All dates are tentative and subject to change.
Release RFQ: July 15, 2015
Advertise Tampa Bay Times: July17, 2015
Responses due: August 18, 2015
Review responses/ Presentations (if requested): August 18 –27, 2015
Award recommendation: August 28, 2015
Council authorization: September 17, 2015
DETAILED SPECIFICATIONS
Construction Management at Risk 7 RFQ# 60-15
1.PROJECT MISSION.The City of Clearwater is dedicated to providing superior services to its
customers in order to improve the quality of life for Clearwater residents, businesses and visitors.
The City is looking for vendors who share that dedication and will help the City meet that goal.
2.BACKGROUND.The City of Clearwater Solid Waste Department intends to upgrade its existing
transfer station located on a 9.2-acre parcel north of Drew Street on Old Coachman Road.
Specifically, the project will include redeveloping the site to include the following:
New scale facility
New top load transfer station building
New Administration building
Site Improvements including:
o New asphalt roadways and parking areas for tractor trailers and employee
vehicles
o Stormwater improvements
o 15,000-gallon leachate storage tank
o Natural gas fueling stations for the transfer trailers
o Standby generator
o New water service, fire water main, and diesel powered fire booster pump
system
Offsite improvements consisting of a floodplain compensation and wetland mitigation
site at the City’s Coachman Ridge Park
The existing facility will be demolished and the site will remain closed for the duration of
construction. The City’s Solid Waste collectiontrucks will be driving directly to the County’s
landfill at significant costuntil the new facility is placed on line. Time is therefore of the essence.
The site is in the 100-year floodplain and contains environmentally sensitive cypress wetlands.
The anticipated construction cost of the project is approximately fourteen (14) million dollars.
Refer to Exhibit A, Engineering Memorandum from King Engineering, “Conceptual Evaluation
Summary”, for more detailson the project scope, provided for informational purposes only.
3.SCOPE OF WORK.The City of Clearwater (City) intends to engage aConstruction
Management (CM) at Risk firm to provide management of the preconstruction and construction
services (collectively referred to as the Services) as described hereinfor the Solid Waste Transfer
Station, City Project # 15-007-SW. TheCity anticipates twelve (12) months of designandtwelve
(12) monthsto fourteen (14) monthsof construction with the new transferstation opening by
November 2017.
The chosen CM at Risk firm will join the project team near the beginning of the design
development phase to provide pre-construction phase services to the City under a purchase
orderfor thenegotiated design-phase fees. Applicable purchase order requirementsare included
with Exhibit D, Standard Terms and Conditionsas well as the required Truth in Negotiation
certificate (Exhibit C).
When the construction documents are sufficiently complete to establish the scope of work for the
project or any portion thereof, the Construction Manager will establish and submit in writing to the
City for approval a Guaranteed Maximum Price (GMP) for the project.Once the GMPfor
construction on the projectis agreed upon, the City staff may recommend to City Council to
award the Construction Management firm the Construction Manager at Risk Contract. A sample
contract is attached as Exhibit B, SampleContract.
However, if a GMP cannot be agreed upon, the City may solicit other CM at Risk firms.
DETAILED SPECIFICATIONS
Construction Management at Risk 8 RFQ# 60-15
The following documents have been included with this RFQ:
Exhibit A, Engineering Memo: This is the EngineeringMemorandum from King Engineering,
titled “Conceptual Evaluation Summary”, provided for informational purposes only. This
memorandum summarizes the efforts that were conducted with regards to the revised site plan
andprovides recommendations for proceeding with project development.
This memo can be accessed via the City's FTP website:
Navigate to the FTP website –ftp://ftpserver.myclearwater.com
Username –vendor
Password –clearwater
(note the lower case "c")
Select the folder titled "Purchasing" and the file titled "RFQ 60-15, Exhibit A"
Exhibit B, Sample Contract: Sample of contract to be entered into upon successful negotiation.
Applicable termsfor City construction contracts referenced in Exhibit B, are available at
http://www.myclearwater.com/gov/depts/pwa/engin/publications/stdspecs/index.asp
Exhibit C, Truth in Negotiation Certificate: Required form, per 287.055 F.S.
Exhibit D, Standard Terms and Conditions for Purchase Order: Terms and conditions to be
applied to the Purchase Order for design and pre-construction phase services.
4.MINIMUM QUALIFICATIONS.Construction Management (CM) firms should have relevant
successful experience at cost effectively performing Construction Management at Risk services
on contracts with public agencies on projects of similar scope and cost and including similar
disciples and trades. The selected CM must demonstrate that they can bring multiple qualified
and competitive subcontractors in all related construction trades for successful project delivery.
The CM must be capable of supplying workers that meet Florida Department of Law Enforcement
criminal history background checks. Firms must be licensed in the State of Florida at the time of
submittal. Further, if a corporation, the firm must be registered by the Florida Department of
State, Division of Corporations.
5.INSURANCE REQUIREMENTS.The Contractor(respondent)shall, at its own cost and expense,
acquire and maintain (and cause any subcontractors to acquire and maintain) during the term
with the City, sufficient insurance to adequately protect the respective interest of the parties.
Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In
addition, the City has the right to review the Contractor’s deductible or self-insured retention and
to require that it be reduced or eliminated.
Specifically the Contractor must carry the following minimum types and amounts of insurance on
an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis,
then coverage can be obtained on a claims-made basis with a minimum three (3) year tail
following the termination or expiration of this Agreement:
a.Commercial General Liability Insurance coverage, including but not limited to, premises
operations, products/completed operations, products liability, contractual liability, advertising
injury, personal injury, death, and property damage in the minimum amount of$1,000,000
(one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate.
b.Commercial Automobile Liability Insurance for any owned, non-owned, hired or borrowed
automobile is required in the minimum amount of $1,000,000(one million dollars)combined
single limit.
DETAILED SPECIFICATIONS
Construction Management at Risk 9 RFQ# 60-15
c.Unless waived by the State of Florida, statutory Workers’ Compensation Insurance
coveragein accordance with the laws of the State of Florida, and Employer’s Liability
Insurance in the minimum amount of $100,000 (one hundred thousand dollars) each
employee each accident, $100,000 (one hundred thousand dollars) each employee by
disease and $500,000 (five hundredthousand dollars) aggregate by disease with benefits
afforded under the laws of the State of Florida. Coverage should include Voluntary
Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage
where applicable. Coverage must be applicable to employees, contractors, subcontractors,
and volunteers, if any.
d.If the Contractor is using its own property, or the property of the City or other provider, in
connection with the performance of its obligations under this Agreement, then Contractor’s
Equipment Insurance or Property Insurance on an “All Risks” basis with replacement cost
coverage for property and equipment in the care, custody and control of others is required.
e.Professional Liability Insurance coverage appropriate for the type of business engaged in
by the Contractor with minimum limits of $1,000,000 (one million dollars) per occurrence. If a
claims made form of coverage is provided, the retroactive date of coverage shall be no later
than the inception date of claims made coverage, unless prior policy was extended
indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by
a supplemental extended reporting period (ERP) of as great a duration as available, and with
no less coverage and with reinstated aggregate limits, or by requiring that any new policy
provide a retroactive date no later than the inception date of claims made coverage.
The above insurance limits may be achieved by a combination of primary and umbrella/excess
liability policies.
Other Insurance Provisions:
a.Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of
the insurance policy’s renewal date(s), the Contractor will furnish the City with a Certificate of
Insurance(s) (using appropriate ACORD certificate), SIGNED by the Issuer, and with
applicable endorsements,evidencing all of the coverage set forth above and naming the City
as an “Additional Insured"ON THE Contractor's Commercial General Liability Insurance and
Commercial Auto Liability Insurance policies and as a "Loss Payee" on the Contractor's
Property Insurance policy. In addition,when requested in writing from the City, Contractor
will providethe City with certified copies of all applicable policies. The address where such
certificates and certified policies shall be sent or delivered is as follows:
City of Clearwater
Purchasing –RFQ 60-15
P.O. Box 4748
Clearwater, FL 33758-4748
b.Contractor shall provide thirty (30) days written notice of any cancellation, non-renewal,
termination, material change or reduction in coverage.
c.Contractor’s insurance as outlined above shall be primary and non-contributory coverage for
Contractor’s negligence.
d.Contractor reserves the right to appoint legal counsel to provide for the Contractor’s defense,
for any and all claims that may arise related to Agreement, work performed under this
Agreement, or to Contractor’s design, equipment, or service. Contractor agrees that the City
shall not be liable to reimburse Contractor for any legal fees or costs as a result of Contractor
providing its defense as contemplated herein.
DETAILED SPECIFICATIONS
Construction Management at Risk 10 RFQ# 60-15
The stipulated limits of coverage above shall not be construed as a limitation of any
potential liability to the City, and failure to request evidence of this insurance shall not be
construed as a waiver of Contractor’s obligation to provide the insurance coverage
specified.
MILESTONES
Construction Management at Risk 11 RFQ# 60-15
1.ANTICIPATED BEGINNING AND END DATE OF ENGAGEMENT.
September 2015 –November 2017.
September 2015 –August 2016: Pre-construction phase services.
September 2016 –November 2017: Construction Management Services.
If the commencement of performance is delayed because the City does not execute the contract
on the start date, the City may adjust the start date, end date and milestones to reflect the
delayed execution.
2.EXTENSION. The City reserves the right to extend the term of this contract, provided however,
that the City shall give written notice of its intentions to extend this contract no later than thirty
(30) days prior to the expiration date of the contract.
RESPONSE ELEMENTS
Construction Management at Risk 12 RFQ# 60-15
1.RESPONSESUBMISSION -Submit one (1)signed original(appropriately identified),with six(6)
copies of the responseand ONE (1)copyin an electronic format, on a disc or thumb drive,in a
sealed container.
2.RESPONSEFORMAT(the following should be included and referenced with index tabs)
Table of Contents: Identify contents by tab and page number.
TAB 1:LETTER OF INTEREST.Limit response to two(2)pages.
A brief letterof interestshould be submitted that summarizes the key points of
qualifications to complete the construction of a Solid Waste Transfer Station.
TAB 2:QUALIFICATIONS AND EXPERIENCE. Limit response to four(4) pages.
Explainrelated site development and building experience, include examples of similar
completed projects, particularly Solid Waste Transfer Stations and environmentally
sensitive sites. Provide project name, location, owner contact information, contract
delivery method, and description; dates services were performed for the project; color
image of projects; initial and final construction cost, including change orders; initial and
final contract duration; type of contract and the stage of design or construction that the
construction contract amount was agreed upon.
TAB 3:METHOD OF APPROACH.Limit response to two (2) pages.
Provide examples and methodology of project reporting systems, scheduling, cost
estimating and value engineering for similar projects to demonstrate scheduling, cost
controlandvalue engineering offered by the firm.
TAB 4:PROJECT STAFF AND AVAILABILITY.Limit response to three(3) pages.
Provide resumes, including relevant experience,of proposed staff and staff organization.
TAB 5:EXPERTISE. Limit response to two (2) pages.
Provide a summary explaining knowledge of local conditions, availability of materials and
labor, City of Clearwater permitting processes, local codes and ordinances, potential
challenges and ways of overcoming them, etc.
TAB 6:LICENSE AND BUSINESS INFORMATION.
Include acopyof the firm’s current Florida Department of Business and Professional
Regulation’s License and Contractors License. If the firm is a corporation, provide a copy
of the current Florida Corporation Registration.
TAB 7:LITIGATION.
1.Provide a complete listing of any convictions or fines incurred by the respondent firm or
any of its principals for violations of any state or federal law within the past three (3)
years. Identify firm’s executives who have current claims or who have participated in
litigation against the City of Clearwater while with another firm. Executives of firms
currently under litigation with the City may not be considered for this project.
2.Provide a complete listing of all litigation involving a construction project or contract
(excluding personal injury and workers’ compensation)whether currently pending or
concluded within the past three (3) years in which the respondent firm was a named
party.
3.Provide a complete listing of all administrative proceedings involving a construction
project or contract, whether currently pending or concluded within the past three (3)
years, in which the respondent firm was a named party. (NOTE: Administrative
Proceedings shall include: (i) any action taken or proceeding brought by a governmental
agency, department, or officer to enforce any law, regulation, code, legal, or contractual
requirement, except for those brought in state or federal courts; (ii) any action taken by a
RESPONSE ELEMENTS
Construction Management at Risk 13 RFQ# 60-15
governmental agency, department, or officer imposing penalties, fines, or other sanctions
for failure to comply with any such legal or contractual requirement, or (iii) any other
matter before an administrative body.)
4.Provide a complete listing ofall arbitrations involving a construction project or contract,
whether currently pending or concluded in the past three (3) years, in which the
respondent firm was a named party.
TAB 5:OTHER FORMS. The following forms should be completed and signed:
1.Exceptions / Additional Materials/ Addenda form
2.CompanyInformation form
3.Company Certification of Offer form
4.W-9 Form. All responses should include a fully completed, most current W-9 form.
(http://www.irs.gov/pub/irs-pdf/fw9.pdf)
EXCEPTIONS / ADDITIONAL MATERIAL / ADDENDA
Construction Management at Risk 14 RFQ# 60-15
Respondents shall indicate any and all exceptions taken to the provisions or specifications in this
solicitation document. Exceptions that surface elsewhere and that do not also appear under this section
shall be considered invalid and void and of no contractual significance.
Exceptions(mark one):
**Special Note –Any material exceptions taken to the City’s Terms and Conditions may render a
Responsenon-responsive.
No exceptions
Exceptions taken (describe--attach additional pages if needed)
Additional Materials submitted (mark one):
No additional materials have been included with this response
Additional Materials attached (describe--attach additional pages if needed)
Acknowledgement of addenda issued for this solicitation:
Prior to submitting a response to this solicitation, it is the vendor’s responsibility to confirm if any addenda
have been issued.
Addenda Number Initial to acknowledge receipt
CompanyName Date:
COMPANY INFORMATION
Construction Management at Risk 15 RFQ# 60-15
Company Legal/Corporate Name:
Doing Business As (if different than above):
Address:
City: State: Zip: -
Phone: Fax:
E-Mail Address: Website:
DUNS#
Remit to Address (if different than above):Order fromAddress(if different from above):
Address: Address:
City: State: Zip: City: State:Zip:
Contact for Questions about this response:
Name: Fax:
Phone: E-Mail Address:
Day-to-Day Project Contact (if awarded):
Name: Fax:
Phone: E-Mail Address:
Certified Small Business
Certifying Agency:
Certified Minority, Woman or Disadvantaged Business Enterprise
Certifying Agency:
COMPANY CERTIFICATION OF OFFER
Construction Management at Risk 16 RFQ# 60-15
By signing and submitting this Response, the Vendorcertifies that:
a)It is under no legal prohibition tocontract with the City of Clearwater.
b)It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as
well as its attachments, and any referenced documents.
c)It has no known, undisclosed conflicts of interest.
d)The prices offered were independently developed without consultation or collusion with any of the other
respondents or potential respondents or any other anti-competitive practices.
e)No offer of gifts, payments or other consideration were made to any City employee, officer, elected official,
or consultant who has or may have had a role in the procurement process for the services and or
goods/materials covered by this contract.
f)It understands the City of Clearwatermay copy all parts of this response, including without limitation any
documents and/or materials copyrighted by the respondent, for internal use in evaluating respondent’s offer,
or in response to a public records request under Florida’s public records law (F.S. 119)or other applicable
law, subpoena, or other judicial process.
g)Respondent hereby warrants to the City that the respondent and each of its subcontractors
(“Subcontractors”) will comply with, and are contractually obligated to comply with, all Federal Immigration
laws and regulations that relate to their employees.
h)Respondent certifies that they are not in violation of section 6(j) of the Federal Export Administration Actand
not debarred by any Federal or public agency.
i)It will provide the materials or services specified in compliance with all Federal, State, and Local Statutes
and Rules if awarded by the City.
j)It is current in all obligations due to the City.
k)It will accept such terms and conditions in a resulting contract if awarded by the City.
l)The signatory is an officer or duly authorized agent of the respondent with full power and authority to submit
binding offers for the goods or services as specified herein.
ACCEPTED AND AGREED TO:
Company Name:
Signature:
Printed Name:
Title:
Date:
MAILING LABEL
CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER
Construction Management at Risk 17 RFQ# 60-15
---------------------------------------------------------------------------------For US Mail ------------------------------------------------------------------------------
SEALED RESPONSE
Submitted by:
Company Name:
Address:
City, State, Zip:
RFQ #60-15, Construction Management at Risk
Due Date: August 18, 2015at 10:00 A.M.
City of Clearwater
Attn: Purchasing
PO Box 4748
Clearwater,FL 33758-4748
---------------------------------------------------------------------------------For US Mail ------------------------------------------------------------------------------
----------------------------------------------For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------
SEALED RESPONSE
Submitted by:
Company Name:
Address:
City, State, Zip:
RFQ #60-15, Construction Management at Risk
Due Date: August 18, 2015at 10:00 A.M.
City of Clearwater
Attn: Purchasing
100 SMyrtle Ave.,3rd Floor
Clearwater,FL 33756-5520
----------------------------------------------For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1689
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Action ItemIn Control: Legal Department
Agenda Number: 15.1
SUBJECT/RECOMMENDATION:
Request for authority to institute a civil action on behalf of the City against Diamond
Directional Drilling, LLC, to recover $2,888.18 for damages to City property. (consent)
SUMMARY:
On July 24, 2014, employees of Diamond Directional Drilling, LLC, while using a
trackhoe/small excavator, cut a 2-inch PE main line at 2495 N. McMullen Booth Road,
Clearwater, Florida. Repairs to the gas line totaled $2,888.18.
Diamond Directional Drilling, LLC, has declined to reimburse the City for these repairs and
disputes the City’s claim.
The costs relative to each of these actions will include a $400.00 filing fee and fees for service
of process of approximately $100.00.
APPROPRIATION CODE AND AMOUNT:
Funds are available in cost code 0-590-07000-545900-519-000-0000, to fund this contract.
Page 1 City of Clearwater Printed on 9/28/2015
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: 8756-15
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: OrdinanceIn Control: Legal Department
Agenda Number: 15.2
SUBJECT/RECOMMENDATION:
Adopt Ordinance 8756-15 on second reading, annexing certain real property whose post office
address is 1214 Aloha Lane, Clearwater, Florida 33755, into the corporate limits of the city
and redefining the boundary lines of the city to include said addition.
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 9/28/2015
Ordinance No. 8756-15
ORDINANCE NO. 8756-15
AN ORDINANCE OF THE CITY OF CLEARWATER,
FLORIDA, ANNEXING CERTAIN REAL PROPERTY
LOCATED ON THE NORTH SIDE OF ALOHA LANE
APPROXIMATELY 195 FEET EAST OF DOUGLAS
AVENUE, WHOSE POST OFFICE ADDRESS IS 1214
ALOHA LANE, CLEARWATER, FLORIDA 33755, INTO THE
CORPORATE LIMITS OF THE CITY, AND REDEFINING
THE BOUNDARY LINES OF THE CITY TO INCLUDE SAID
ADDITION; PROVIDING AN EFFECTIVE DATE.
WHEREAS, the owner of the real property described herein and depicted on the
map attached hereto as Exhibit A has petitioned the City of Clearwater to annex the
property into the City pursuant to Section 171.044, Florida Statutes, and the City has
complied with all applicable requirements of Florida law in connection with this ordinance;
now, therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF
CLEARWATER, FLORIDA:
Section 1. The following-described property is hereby annexed into the City of
Clearwater and the boundary lines of the City are redefined accordingly:
Lot 4, Block 3, SUNSET KNOLL, according to the map or plat thereof as recorded
in Plat Book 24, Page 26, of the Public Records of Pinellas County, Florida;
(ANX2015-07018)
The map attached as Exhibit A is hereby incorporated by reference.
Section 2. The provisions of this ordinance are found and determined to be
consistent with the City of Clearwater Comprehensive Plan. The City Council hereby
accepts the dedication of all easements, parks, rights-of-way and other dedications to the
public, which have heretofore been made by plat, deed or user within the annexed
property. The City Engineer, the City Clerk and the Planning and Development Director
are directed to include and show the property described herein upon the official maps and
records of the City.
Section 3. This ordinance shall take effect immediately upon adoption. The City
Clerk shall file certified copies of this ordinance, including the map attached hereto, with
the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida,
within 7 days after adoption, and shall file a certified copy with the Florida Department of
State within 30 days after adoption.
Ordinance No. 8756-15
PASSED ON FIRST READING
PASSED ON SECOND AND FINAL
READING AND ADOPTED
George N. Cretekos
Mayor
Approved as to form:
Camilo A. Soto
Assistant City Attorney
Attest:
Rosemarie Call
City Clerk
Exhibit A
PROPOSED ANNEXATION MAP
Owner(s): REO Asset Acquisition, LLC Case: ANX2015-07018
Site: 1214 Aloha Lane
Property
Size(Acres):
ROW (Acres):
0.164
N/A
Land Use Zoning
PIN: 03-29-15-87912-003-0040
From : RU R-4
Atlas Page: 251B To: RU LMDR
33
30
60
60
80
66
60 60
60
80
60
60
58
63
97 40
40
40
40
30
30
33
30
60
63
60
83
9
7
0
87912
E
F
G
1
2
3
4
15
16
17
18
19
20
21 24
44
45
5 6 7 8 9
14 15 16 17 18
7 8 9 10 11
2 3 4 5 6 7 8 9
10 11 12 13 14 15 16 17 18
14
15
16
17
18
192021222324 25262728
91011
13
15
17
19
21
23
25
27
29
1
2 3 4 5 6 7
8 9 10 11 12 13
14
15
16
1 2 3 4 5 6 7
8 9 10 11 12 13 14
1 2 3 4 5 6 7 8
1
2
3
4
5
6
7
8
15 16 17 18 19 202122
23
24
25
26
27
28
29
30
31
3233
34
35
36
37
38
39
40
41
42
22
503330
60
1
DOUGLAS AVE
CHENANGO AVE
SUNSET POINT RD
CO
L
E
S
R
D
ALOHA LN
SEDEEVA CIR S
SPRINGTIME AVE
SHERIDAN RD
SEDEEVA ST
1186
12
2
4
1903
1967
12
2
6
12
0
4
1178
12
0
9
1932
11
8
5
1184
1954
1946
12
0
4
1930
11
8
9
12
1
9
12
3
2
1942
1917
1952
1927
11
7
5
12
0
5
1943
12
4
8
12
1
2
1916
12
0
3
12
2
2
1933
1182
12
1
2
12
3
1
1945
1172
1190
1924
12
0
4
1913
1910
19581180
12
0
0
1901
1940
1929
1962
12
0
6
12
0
6
12
0
7
12
2
3
12
1
6
1
2
3
7
12
3
4
1944
12
1
2
12
0
3
12
0
1
12
3
0
1943
1915
1926
12
2
0
12
1
8
12
0
2
1184
1180
1909
12
1
1
12
0
1
1960
11
8
1
12
2
4
1887
12
4
6
1901
1933
1910
1938
1239
12
2
6
12
2
5
1934
12
1
3
12
1
3
1174
1936
1904
12
3
3
12
0
8
12
1
7
1964
12
1
5
1938
1918
12
0
5
1936
1
12
1
6
194
9
1251
1249
1
194
196
1245
1
11
7
9
16
7
1
51
12
1
0
1186
1941
7
1915
12
2
4
1
1
196
3
12
1
4
12
0
6
1257
1B 1A
9Tr
a
f
-N
o
t
t
o
S
c
a
l
e
-
-N
o
t
a
S
u
r
v
e
y
-
Rev. 07/09/15
LOCATION MAP
Owner(s): REO Asset Acquisition, LLC Case: ANX2015-07018
Site: 1214 Aloha Lane
Property
Size(Acres):
ROW (Acres):
0.164
N/A
Land Use Zoning
PIN: 03-29-15-87912-003-0040
From : RU R-4
Atlas Page: 251B To: RU LMDR
^
PROJECT
SITE
-N
o
t
t
o
S
c
a
l
e
-
-N
o
t
a
S
u
r
v
e
y
-
Rev. 07/09/15
DUNEDIN
AERIAL PHOTOGRAPH
Owner(s): REO Asset Acquisition, LLC Case: ANX2015-07018
Site: 1214 Aloha Lane
Property
Size(Acres):
ROW (Acres):
0.164
N/A
Land Use Zoning
PIN: 03-29-15-87912-003-0040
From : RU R-4
Atlas Page: 251B To: RU LMDR
DOUGLAS AVE
DOUGLAS AVE
CHENANGO AVE
CHENANGO AVE
SUNSET POINT RD SUNSET POINT RD
CO
L
E
S
R
D
CO
L
E
S
R
D
ALOHA LN ALOHA LN
SEDEEVA CIR SSEDEEVA CIR S
SPRINGTIME AVE
SPRINGTIME AVE
SHERIDAN RD SHERIDAN RD
SEDEEVA ST SEDEEVA ST
-N
o
t
t
o
S
c
a
l
e
-
-N
o
t
a
S
u
r
v
e
y
-
Rev. 07/09/15
EXISTING SURROUNDING USES MAP
Owner(s): REO Asset Acquisition, LLC Case: ANX2015-07018
Site: 1214 Aloha Lane
Property
Size(Acres):
ROW (Acres):
0.164
N/A
Land Use Zoning
PIN: 03-29-15-87912-003-0040
From : RU R-4
Atlas Page: 251B To: RU LMDR
33
30
60
60
80
66
60 60
60
80
60
60
58
63
97 40
40
40
40
30
30
33
30
60
63
60
83
9
7
0
87912
E
F
G
1
2
3
4
15
16
17
18
19
20
21 24
44
45
5 6 7 8 9
14 15 16 17 18
7 8 9 10 11
2 3 4 5 6 7 8 9
10 11 12 13 14 15 16 17 18
14
15
16
17
18
192021222324 25262728
91011
13
15
17
19
21
23
25
27
29
1
2 3 4 5 6 7
8 9 10 11 12 13
14
15
16
1 2 3 4 5 6 7
8 9 10 11 12 13 14
1 2 3 4 5 6 7 8
1
2
3
4
5
6
7
8
15 16 17 18 19 202122
23
24
25
26
27
28
29
30
31
3233
34
35
36
37
38
39
40
41
42
22
503330
60
1
DOUGLAS AVE
CHENANGO AVE
SUNSET POINT RD
CO
L
E
S
R
D
ALOHA LN
SEDEEVA CIR S
SPRINGTIME AVE
SHERIDAN RD
SEDEEVA ST
1186
12
2
4
1903
1967
12
2
6
12
0
4
1178
12
0
9
1932
11
8
5
1184
1954
1946
12
0
4
1930
11
8
9
12
1
9
12
3
2
1942
1917
1952
1927
11
7
5
12
0
5
1943
12
4
8
12
1
2
1916
12
0
3
12
2
2
1933
1182
12
1
2
12
3
1
1945
1172
1190
1924
12
0
4
1913
1910
19581180
12
0
0
1901
1940
1929
1962
12
0
6
12
0
6
12
0
7
12
2
3
12
1
6
1
2
3
7
12
3
4
1944
12
1
2
12
0
3
12
0
1
12
3
0
1943
1915
1926
12
2
0
12
1
8
12
0
2
1184
1180
1909
12
1
1
12
0
1
1960
11
8
1
12
2
4
1887
12
4
6
1901
1933
1910
1938
1239
12
2
6
12
2
5
1934
12
1
3
12
1
3
1174
1936
1904
12
3
3
12
0
8
12
1
7
1964
12
1
5
1938
1918
12
0
5
1936
1
12
1
6
194
9
1251
1249
1
194
196
1245
1
11
7
9
16
7
1
51
12
1
0
1186
1941
7
1915
12
2
4
1
1
196
3
12
1
4
12
0
6
1257
1B 1A
9Tr
a
f
-N
o
t
t
o
S
c
a
l
e
-
-N
o
t
a
S
u
r
v
e
y
-
Rev. 07/09/15
Single Family Residential
Single Family Residential
Single Family Residential
Commercial
View looking north at the subject property, 1214 Aloha LaneEast of the subject property
West of the subject propertyAcross the street, to the south of the subject property
ANX2015-07018
REO Asset Acquisition, LLC
1214 Aloha Lane
View looking easterly along Aloha LaneView looking westerly along Aloha Lane
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: 8757-15
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: OrdinanceIn Control: Legal Department
Agenda Number: 15.3
SUBJECT/RECOMMENDATION:
Adopt Ordinance 8757-15 on second reading, amending the future land use plan element of
the Comprehensive Plan of the city to designate the land use for certain real property whose
post office address is 1214 Aloha Lane, Clearwater, Florida 33755, upon annexation into the
City of Clearwater as Residential Urban (RU).
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 9/28/2015
Ordinance No. 8757-15
ORDINANCE NO. 8757-15
AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA,
AMENDING THE FUTURE LAND USE PLAN ELEMENT OF THE
COMPREHENSIVE PLAN OF THE CITY, TO DESIGNATE THE
LAND USE FOR CERTAIN REAL PROPERTY LOCATED ON THE
NORTH SIDE OF ALOHA LANE APPROXIMATELY 195 FEET
EAST OF DOUGLAS AVENUE, WHOSE POST OFFICE
ADDRESS IS 1214 ALOHA LANE, CLEARWATER, FLORIDA
33755, UPON ANNEXATION INTO THE CITY OF CLEARWATER,
AS RESIDENTIAL URBAN (RU); PROVIDING AN EFFECTIVE
DATE.
WHEREAS, the amendment to the future land use plan element of the comprehensive plan
of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is
consistent with the City's comprehensive plan; now, therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF
CLEARWATER, FLORIDA:
Section 1. The future land use plan element of the comprehensive plan of the City of
Clearwater is amended by designating the land use category for the hereinafter described property,
upon annexation into the City of Clearwater, as follows:
Property Land Use Category
Lot 4, Block 3, SUNSET KNOLL, according to
the map or plat thereof as recorded in Plat Book
24, Page 26, of the Public Records of Pinellas
County, Florida;
Residential Urban
(RU)
(ANX2015-07018)
The map attached as Exhibit A is hereby incorporated by reference.
Section 2. The City Council does hereby certify that this ordinance is consistent with
the City’s comprehensive plan.
Section 3. This ordinance shall take effect immediately upon adoption, contingent upon
and subject to the adoption of Ordinance No. 8756-15.
Ordinance No. 8757-15
PASSED ON FIRST READING
PASSED ON SECOND AND FINAL
READING AND ADOPTED
George N. Cretekos
Mayor
Approved as to form:
Camilo A. Soto
Assistant City Attorney
Attest:
Rosemarie Call
City Clerk
Exhibit A
FUTURE LAND USE MAP
Owner(s): REO Asset Acquisition, LLC Case: ANX2015-07018
Site: 1214 Aloha Lane
Property
Size(Acres):
ROW (Acres):
0.164
N/A
Land Use Zoning
PIN: 03-29-15-87912-003-0040
From : RU R-4
Atlas Page: 251B To: RU LMDR
33
30
60
60
80
66
60 60
60
80
60
60
58
63
97 40
40
40
40
30
30
33
30
60
63
60
83
9
7
0
87912
E
F
G
1
2
3
4
15
16
17
18
19
20
21 24
44
45
5 6 7 8 9
14 15 16 17 18
7 8 9 10 11
2 3 4 5 6 7 8 9
10 11 12 13 14 15 16 17 18
14
15
16
17
18
192021222324 25262728
91011
13
15
17
19
21
23
25
27
29
1
2 3 4 5 6 7
8 9 10 11 12 13
14
15
16
1 2 3 4 5 6 7
8 9 10 11 12 13 14
1 2 3 4 5 6 7 8
1
2
3
4
5
6
7
8
15 16 17 18 19 202122
23
24
25
26
27
28
29
30
31
3233
34
35
36
37
38
39
40
41
42
22
503330
60
1
RU
I
RU
RU
RU
RU
RU
RM CG
RU
RURU
RU
RU CG RU
DOUGLAS AVE
CHENANGO AVE
CO
L
E
S
R
D
ALOHA LN
SEDEEVA CIR S
SPRINGTIME AVE
SHERIDAN RD
SEDEEVA ST
1186
12
2
4
1967
12
2
6
12
0
4
12
0
9
1932
11
8
5
1184
1954
1946
12
0
4
1930
11
8
9
12
1
9
12
3
2
1942
1917
1952
1927
11
7
5
12
0
5
1943
12
4
8
12
1
2
1916
12
0
3
12
2
2
1933
1182
12
1
2
12
3
1
1945
1172
1190
1924
12
0
4
1913
1910
19581180
12
0
0
1901
1940
1929
1962
12
0
6
12
0
6
12
0
7
12
2
3
12
1
6
1
2
3
7
12
3
4
12
1
2
12
0
1
12
3
0
1943
1915
1926
12
2
0
12
1
8
12
0
2
1184
1909
12
0
1
1960
11
8
1
12
2
4
12
4
6
1933
1910
1938
1239
12
2
6
12
2
5
1934
12
1
3
1174
1936
1904
12
3
3
12
0
8
12
1
7
1964
12
1
5
1938
1918
12
0
5
1936
1
1903
12
1
6
194
1178
9
1251
1249
1
194
196
1245
1
11
7
9
16
7
1
51
12
1
0
1944
1186
1941
12
0
3
7
1180
12
1
1
1915
12
2
4
1
1887
1901
1
196
3
12
1
4
12
1
3
12
0
6
1257
1B 1A
9Tr
a
f
-N
o
t
t
o
S
c
a
l
e
-
-N
o
t
a
S
u
r
v
e
y
-
Rev. 07/09/15
LOCATION MAP
Owner(s): REO Asset Acquisition, LLC Case: ANX2015-07018
Site: 1214 Aloha Lane
Property
Size(Acres):
ROW (Acres):
0.164
N/A
Land Use Zoning
PIN: 03-29-15-87912-003-0040
From : RU R-4
Atlas Page: 251B To: RU LMDR
^
PROJECT
SITE
-N
o
t
t
o
S
c
a
l
e
-
-N
o
t
a
S
u
r
v
e
y
-
Rev. 07/09/15
DUNEDIN
AERIAL PHOTOGRAPH
Owner(s): REO Asset Acquisition, LLC Case: ANX2015-07018
Site: 1214 Aloha Lane
Property
Size(Acres):
ROW (Acres):
0.164
N/A
Land Use Zoning
PIN: 03-29-15-87912-003-0040
From : RU R-4
Atlas Page: 251B To: RU LMDR
DOUGLAS AVE
DOUGLAS AVE
CHENANGO AVE
CHENANGO AVE
SUNSET POINT RD SUNSET POINT RD
CO
L
E
S
R
D
CO
L
E
S
R
D
ALOHA LN ALOHA LN
SEDEEVA CIR SSEDEEVA CIR S
SPRINGTIME AVE
SPRINGTIME AVE
SHERIDAN RD SHERIDAN RD
SEDEEVA ST SEDEEVA ST
-N
o
t
t
o
S
c
a
l
e
-
-N
o
t
a
S
u
r
v
e
y
-
Rev. 07/09/15
EXISTING SURROUNDING USES MAP
Owner(s): REO Asset Acquisition, LLC Case: ANX2015-07018
Site: 1214 Aloha Lane
Property
Size(Acres):
ROW (Acres):
0.164
N/A
Land Use Zoning
PIN: 03-29-15-87912-003-0040
From : RU R-4
Atlas Page: 251B To: RU LMDR
33
30
60
60
80
66
60 60
60
80
60
60
58
63
97 40
40
40
40
30
30
33
30
60
63
60
83
9
7
0
87912
E
F
G
1
2
3
4
15
16
17
18
19
20
21 24
44
45
5 6 7 8 9
14 15 16 17 18
7 8 9 10 11
2 3 4 5 6 7 8 9
10 11 12 13 14 15 16 17 18
14
15
16
17
18
192021222324 25262728
91011
13
15
17
19
21
23
25
27
29
1
2 3 4 5 6 7
8 9 10 11 12 13
14
15
16
1 2 3 4 5 6 7
8 9 10 11 12 13 14
1 2 3 4 5 6 7 8
1
2
3
4
5
6
7
8
15 16 17 18 19 202122
23
24
25
26
27
28
29
30
31
3233
34
35
36
37
38
39
40
41
42
22
503330
60
1
DOUGLAS AVE
CHENANGO AVE
SUNSET POINT RD
CO
L
E
S
R
D
ALOHA LN
SEDEEVA CIR S
SPRINGTIME AVE
SHERIDAN RD
SEDEEVA ST
1186
12
2
4
1903
1967
12
2
6
12
0
4
1178
12
0
9
1932
11
8
5
1184
1954
1946
12
0
4
1930
11
8
9
12
1
9
12
3
2
1942
1917
1952
1927
11
7
5
12
0
5
1943
12
4
8
12
1
2
1916
12
0
3
12
2
2
1933
1182
12
1
2
12
3
1
1945
1172
1190
1924
12
0
4
1913
1910
19581180
12
0
0
1901
1940
1929
1962
12
0
6
12
0
6
12
0
7
12
2
3
12
1
6
1
2
3
7
12
3
4
1944
12
1
2
12
0
3
12
0
1
12
3
0
1943
1915
1926
12
2
0
12
1
8
12
0
2
1184
1180
1909
12
1
1
12
0
1
1960
11
8
1
12
2
4
1887
12
4
6
1901
1933
1910
1938
1239
12
2
6
12
2
5
1934
12
1
3
12
1
3
1174
1936
1904
12
3
3
12
0
8
12
1
7
1964
12
1
5
1938
1918
12
0
5
1936
1
12
1
6
194
9
1251
1249
1
194
196
1245
1
11
7
9
16
7
1
51
12
1
0
1186
1941
7
1915
12
2
4
1
1
196
3
12
1
4
12
0
6
1257
1B 1A
9Tr
a
f
-N
o
t
t
o
S
c
a
l
e
-
-N
o
t
a
S
u
r
v
e
y
-
Rev. 07/09/15
Single Family Residential
Single Family Residential
Single Family Residential
Commercial
View looking north at the subject property, 1214 Aloha LaneEast of the subject property
West of the subject propertyAcross the street, to the south of the subject property
ANX2015-07018
REO Asset Acquisition, LLC
1214 Aloha Lane
View looking easterly along Aloha LaneView looking westerly along Aloha Lane
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: 8758-15
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: OrdinanceIn Control: Legal Department
Agenda Number: 15.4
SUBJECT/RECOMMENDATION:
Adopt Ordinance 8758-15 on second reading, amending the Zoning Atlas of the city by zoning
certain real property whose post office address is 1214 Aloha Lane, Clearwater, Florida
33755, upon annexation into the City of Clearwater, as Low Medium Density Residential
(LMDR).
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 9/28/2015
Ordinance No. 8758-15
ORDINANCE NO. 8758-15
AN ORDINANCE OF THE CITY OF CLEARWATER,
FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY
BY ZONING CERTAIN REAL PROPERTY LOCATED ON
THE NORTH SIDE OF ALOHA LANE APPROXIMATELY
195 FEET EAST OF DOUGLAS AVENUE, WHOSE POST
OFFICE ADDRESS IS 1214 ALOHA LANE, CLEARWATER,
FLORIDA 33755, UPON ANNEXATION INTO THE CITY OF
CLEARWATER, AS LOW MEDIUM DENSITY RESIDENTIAL
(LMDR); PROVIDING AN EFFECTIVE DATE.
WHEREAS, the assignment of a zoning district classification as set forth in this
ordinance is found to be reasonable, proper and appropriate, and is consistent with the
City's comprehensive plan; now, therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY
OF CLEARWATER, FLORIDA:
Section 1. The following described property located in Pinellas County, Florida, is
hereby zoned as indicated upon annexation into the City of Clearwater, and the zoning
atlas of the City is amended, as follows:
The map attached as Exhibit A is hereby incorporated by reference.
Section 2. The City Engineer is directed to revise the zoning atlas of the City in
accordance with the foregoing amendment.
Section 3. This ordinance shall take effect immediately upon adoption, contingent
upon and subject to the adoption of Ordinance No. 8756-15.
Property Zoning District
Lot 4, Block 3, SUNSET KNOLL, according
to the map or plat thereof as recorded in Plat
Book 24, Page 26, of the Public Records of
Pinellas County, Florida;
Low Medium Density Residential
(LMDR)
(ANX2015-07018)
Ordinance No. 8758-15
PASSED ON FIRST READING
PASSED ON SECOND AND FINAL
READING AND ADOPTED
George N. Cretekos
Mayor
Approved as to form:
Camilo A. Soto
Assistant City Attorney
Attest:
Rosemarie Call
City Clerk
Exhibit A
ZONING MAP
Owner(s): REO Asset Acquisition, LLC Case: ANX2015-07018
Site: 1214 Aloha Lane
Property
Size(Acres):
ROW (Acres):
0.164
N/A
Land Use Zoning
PIN: 03-29-15-87912-003-0040
From : RU R-4
Atlas Page: 251B To: RU LMDR
33
30
60
60
80
66
60 60
60
80
60
60
58
63
97 40
40
40
40
30
30
33
30
60
63
60
83
9
7
0
87912
E
F
G
1
2
3
4
15
16
17
18
19
20
21 24
44
45
5 6 7 8 9
14 15 16 17 18
7 8 9 10 11
2 3 4 5 6 7 8 9
10 11 12 13 14 15 16 17 18
14
15
16
17
18
192021222324 25262728
91011
13
15
17
19
21
23
25
27
29
1
2 3 4 5 6 7
8 9 10 11 12 13
14
15
16
1 2 3 4 5 6 7
8 9 10 11 12 13 14
1 2 3 4 5 6 7 8
1
2
3
4
5
6
7
8
15 16 17 18 19 202122
23
24
25
26
27
28
29
30
31
3233
34
35
36
37
38
39
40
41
42
22
503330
60
1
I
LMDR
MDR
DOUGLAS AVE
CHENANGO AVE
SUNSET POINT RD
CO
L
E
S
R
D
ALOHA LN
SPRINGTIME AVE
SHERIDAN RD
SEDEEVA ST
1186
12
2
4
1903
1967
12
2
6
12
0
4
1178
12
0
9
1932
11
8
5
1184
1954
1946
12
0
4
1930
11
8
9
12
1
9
12
3
2
1942
1917
1952
1927
11
7
5
12
0
5
1943
12
1
2
1916
12
0
3
1933
1182
12
1
2
12
3
1
1945
1172
1190
1924
12
0
4
1913
1910
19581180
12
0
0
1901
1940
1929
1962
12
0
6
12
0
6
12
0
7
12
2
3
12
1
6
1
2
3
7
12
3
4
1944
12
0
3
12
0
1
12
3
0
1943
1915
1926
12
2
0
12
1
8
12
0
2
1184
1180
1909
12
1
1
12
0
1
1960
11
8
1
12
2
4
1887
12
4
6
1901
1933
1910
1938
1239
12
2
6
12
2
5
1934
12
1
3
12
1
3
1174
1936
1904
12
3
3
12
0
8
12
1
7
1964
12
1
5
1938
1918
12
0
5
1936
MDR
LMD
LMDR
LMDR LMDR
LMDR
LMD
1
12
1
6
194
9
1251
1249
12
4
8
1
194
12
2
2
196
1245
1
11
7
9
16
7
1
51
12
1
0
1186
12
1
2
1941
7
1915
12
2
4
1
1
196
3
12
1
4
12
0
6
1257
1B 1A
9Tr
a
f
-N
o
t
t
o
S
c
a
l
e
-
-N
o
t
a
S
u
r
v
e
y
-
Rev. 07/09/15
LOCATION MAP
Owner(s): REO Asset Acquisition, LLC Case: ANX2015-07018
Site: 1214 Aloha Lane
Property
Size(Acres):
ROW (Acres):
0.164
N/A
Land Use Zoning
PIN: 03-29-15-87912-003-0040
From : RU R-4
Atlas Page: 251B To: RU LMDR
^
PROJECT
SITE
-N
o
t
t
o
S
c
a
l
e
-
-N
o
t
a
S
u
r
v
e
y
-
Rev. 07/09/15
DUNEDIN
AERIAL PHOTOGRAPH
Owner(s): REO Asset Acquisition, LLC Case: ANX2015-07018
Site: 1214 Aloha Lane
Property
Size(Acres):
ROW (Acres):
0.164
N/A
Land Use Zoning
PIN: 03-29-15-87912-003-0040
From : RU R-4
Atlas Page: 251B To: RU LMDR
DOUGLAS AVE
DOUGLAS AVE
CHENANGO AVE
CHENANGO AVE
SUNSET POINT RD SUNSET POINT RD
CO
L
E
S
R
D
CO
L
E
S
R
D
ALOHA LN ALOHA LN
SEDEEVA CIR SSEDEEVA CIR S
SPRINGTIME AVE
SPRINGTIME AVE
SHERIDAN RD SHERIDAN RD
SEDEEVA ST SEDEEVA ST
-N
o
t
t
o
S
c
a
l
e
-
-N
o
t
a
S
u
r
v
e
y
-
Rev. 07/09/15
EXISTING SURROUNDING USES MAP
Owner(s): REO Asset Acquisition, LLC Case: ANX2015-07018
Site: 1214 Aloha Lane
Property
Size(Acres):
ROW (Acres):
0.164
N/A
Land Use Zoning
PIN: 03-29-15-87912-003-0040
From : RU R-4
Atlas Page: 251B To: RU LMDR
33
30
60
60
80
66
60 60
60
80
60
60
58
63
97 40
40
40
40
30
30
33
30
60
63
60
83
9
7
0
87912
E
F
G
1
2
3
4
15
16
17
18
19
20
21 24
44
45
5 6 7 8 9
14 15 16 17 18
7 8 9 10 11
2 3 4 5 6 7 8 9
10 11 12 13 14 15 16 17 18
14
15
16
17
18
192021222324 25262728
91011
13
15
17
19
21
23
25
27
29
1
2 3 4 5 6 7
8 9 10 11 12 13
14
15
16
1 2 3 4 5 6 7
8 9 10 11 12 13 14
1 2 3 4 5 6 7 8
1
2
3
4
5
6
7
8
15 16 17 18 19 202122
23
24
25
26
27
28
29
30
31
3233
34
35
36
37
38
39
40
41
42
22
503330
60
1
DOUGLAS AVE
CHENANGO AVE
SUNSET POINT RD
CO
L
E
S
R
D
ALOHA LN
SEDEEVA CIR S
SPRINGTIME AVE
SHERIDAN RD
SEDEEVA ST
1186
12
2
4
1903
1967
12
2
6
12
0
4
1178
12
0
9
1932
11
8
5
1184
1954
1946
12
0
4
1930
11
8
9
12
1
9
12
3
2
1942
1917
1952
1927
11
7
5
12
0
5
1943
12
4
8
12
1
2
1916
12
0
3
12
2
2
1933
1182
12
1
2
12
3
1
1945
1172
1190
1924
12
0
4
1913
1910
19581180
12
0
0
1901
1940
1929
1962
12
0
6
12
0
6
12
0
7
12
2
3
12
1
6
1
2
3
7
12
3
4
1944
12
1
2
12
0
3
12
0
1
12
3
0
1943
1915
1926
12
2
0
12
1
8
12
0
2
1184
1180
1909
12
1
1
12
0
1
1960
11
8
1
12
2
4
1887
12
4
6
1901
1933
1910
1938
1239
12
2
6
12
2
5
1934
12
1
3
12
1
3
1174
1936
1904
12
3
3
12
0
8
12
1
7
1964
12
1
5
1938
1918
12
0
5
1936
1
12
1
6
194
9
1251
1249
1
194
196
1245
1
11
7
9
16
7
1
51
12
1
0
1186
1941
7
1915
12
2
4
1
1
196
3
12
1
4
12
0
6
1257
1B 1A
9Tr
a
f
-N
o
t
t
o
S
c
a
l
e
-
-N
o
t
a
S
u
r
v
e
y
-
Rev. 07/09/15
Single Family Residential
Single Family Residential
Single Family Residential
Commercial
View looking north at the subject property, 1214 Aloha LaneEast of the subject property
West of the subject propertyAcross the street, to the south of the subject property
ANX2015-07018
REO Asset Acquisition, LLC
1214 Aloha Lane
View looking easterly along Aloha LaneView looking westerly along Aloha Lane
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: 8759-15
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: OrdinanceIn Control: Legal Department
Agenda Number: 15.5
SUBJECT/RECOMMENDATION:
Adopt Ordinance 8759-15 on second reading, annexing certain real property whose post office
addresses are 2122 and 2148 Burnice Drive, all in Clearwater, Florida 33764, together with
certain right-of-way of Burnice Drive, into the corporate limits of the city and redefining the
boundary lines of the city to include said addition.
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 9/28/2015
Ordinance No. 8759-15
ORDINANCE NO. 8759-15
AN ORDINANCE OF THE CITY OF CLEARWATER,
FLORIDA, ANNEXING CERTAIN REAL PROPERTIES
LOCATED GENERALLY SOUTH OF DRUID ROAD, WEST
OF BELCHER ROAD, EAST OF SOUTH HERCULES
AVENUE, AND NORTH OF LAKEVIEW ROAD, WHOSE
POST OFFICE ADDRESSES ARE 2122 AND 2148
BURNICE DRIVE, ALL IN CLEARWATER, FLORIDA 33764,
TOGETHER WITH CERTAIN RIGHT-OF-WAY OF BURNICE
DRIVE, INTO THE CORPORATE LIMITS OF THE CITY, AND
REDEFINING THE BOUNDARY LINES OF THE CITY TO
INCLUDE SAID ADDITION; PROVIDING AN EFFECTIVE
DATE.
WHEREAS, the owners of the real properties described herein and depicted on the
map attached hereto as Exhibit B has petitioned the City of Clearwater to annex the
property into the City pursuant to Section 171.044, Florida Statutes, and the City has
complied with all applicable requirements of Florida law in connection with this ordinance;
now, therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF
CLEARWATER, FLORIDA:
Section 1. The following-described property is hereby annexed into the City of
Clearwater and the boundary lines of the City are redefined accordingly:
See attached Exhibit A for Legal Descriptions.
(ANX2015-07019)
The map attached as Exhibit B is hereby incorporated by reference.
Section 2. The provisions of this ordinance are found and determined to be
consistent with the City of Clearwater Comprehensive Plan. The City Council hereby
accepts the dedication of all easements, parks, rights-of-way and other dedications to the
public, which have heretofore been made by plat, deed or user within the annexed
property. The City Engineer, the City Clerk and the Planning and Development Director
are directed to include and show the property described herein upon the official maps and
records of the City.
Section 3. This ordinance shall take effect immediately upon adoption. The City
Clerk shall file certified copies of this ordinance, including the map attached hereto, with
the Clerk of the Circuit Court and with the County Administrator of Pinellas County, Florida,
within 7 days after adoption, and shall file a certified copy with the Florida Department of
State within 30 days after adoption.
Ordinance No. 8759-15
PASSED ON FIRST READING
PASSED ON SECOND AND FINAL
READING AND ADOPTED
George N. Cretekos
Mayor
Approved as to form:
Camilo A. Soto
Assistant City Attorney
Attest:
Rosemarie Call
City Clerk
Exhibit A
LEGAL DESCRIPTIONS
ANX2015‐07019
=========================================================================================
No. Parcel ID Legal Description Address
1. 24-29-15-31050-000-0130 Lot 13 2122 Burnice Drive
2. 24-29-15-31050-000-0090 Lot 9 2148 Burnice Drive
Together with all Right-of-Way of Burnice Drive abutting Lots 9 through 17 and westerly to the 40 acre line in the NE ¼ of
Section 24, Township 29s, Range 15e.
The above in GLEN ELLYN ESTATES subdivision, as recorded in PLAT BOOK 34, PAGE 32, of the Public Records of
Pinellas County, Florida.
Exhibit B
PROPOSED ANNEXATION MAP
Owner(s): Multiple Owners Case: ANX2015-07019
Site: 2122 Burnice Drive
2148 Burnice Drive
Property
Size(Acres):
ROW (Acres):
0.472
0.956
Land Use Zoning
PIN: 24-29-15-31050-000-0130
24-29-15-31050-000-0090
From : RL R-4
Atlas Page: 308B To: RL LMDR
60
60
60
60
60
93474
45
1
2
3
4
5
6 9
10
11
12
13
14 1
2
3
4
5
6
77 58 57
78 79 80979899100
96 95 94 93 92
91
90
89
88
101
102
103
104
130 131 132133 87 86 85
138 137 136 135 134 105106107 108
129
128
127
126
125
124 123 122 121120119118 117 116115 114113
60
60
50
60
60
60
60
064080642606444
31050
13158
5 4
3
4
13141516
1112 1314 15 18
1 2 332 198765 4 32
18 19 20 2122 23 24 25 26 27 28 29 30 31
1716 15 14 131211 10
9 8
7 6547
87
1234
13
14
15
16 17
1 2
6 7 8
16
BURNICE DR
BELL CHEER DR
S UNIVERSITY DR
WOODLEY RD UNIVERSITY CT
MAGNOLIA DR
W UNIVERSITY DR
2112
1004
21
7
3
2172
21
6
5
2132
21
4
3
2110
21
7
3
21
2
5
20
8
5
21
1
7
2165
21
4
7
21
4
8
21
5
5
21
4
9
20
9
9
21
6
7
2 1 5 7
2152
21
3
8
21
0
9
2173
2 1 4 1
21
5
5
21
2
5
21
7
9
21
3
9
2130
1100
21
0
7
1
2
1
6
2106
2106
2126
21
5
7
21
6
6
21
6
0
1000
21
8
7
2 1 4 9
2118
1228
21
2
5
2166
2115
21
7
3
21
4
2
2124
21
7
4
2110
21
6
7
1234
21
0
9
1 110
2111
21
4
3
21
6
1
21
8
1
2126
21401222
1105
2100
21
8
7
21
1
7
21 7 0
1104
2178
21
8
5
20
9
1
21
3
0
21
8
8
1250LS47
2148
21
3
1
21
5
4
2132
2 1 6 41008
21
8
1
1101
2112
1009
211
0
2118
2160
2 1 4 8
2180
2176
20
7
1
2122
21
0
9
2070
21
1
7
21
2
5
1006
2116
2130
21
0
1
2140
1107
2 1 5 6
2140
1005
2180
2076
2176
1001
21
2
4
2
21
4
1
21
3
5
1108
2100
21
4
9
1100
21
5
7
20
7
7
1111
21
3
3
1010
21
3
3
2172
2118
2134
20
7
9
-N
o
t
t
o
S
c
a
l
e
-
-N
o
t
a
S
u
r
v
e
y
-
Rev. 07/09/15
LOCATION MAP
Owner(s): Multiple Owners Case: ANX2015-07019
Site: 2122 Burnice Drive
2148 Burnice Drive
Property
Size(Acres):
ROW (Acres):
0.472
0.956
Land Use Zoning
PIN: 24-29-15-31050-000-0130
24-29-15-31050-000-0090
From : RL R-4
Atlas Page: 308B To: RL LMDR
^^
BELCHER RD
DRUID RD
-N
o
t
t
o
S
c
a
l
e
-
-N
o
t
a
S
u
r
v
e
y
-
Rev. 07/09/15
AERIAL PHOTOGRAPH
Owner(s): Multiple Owners Case: ANX2015-07019
Site: 2122 Burnice Drive
2148 Burnice Drive
Property
Size(Acres):
ROW (Acres):
0.472
0.956
Land Use Zoning
PIN: 24-29-15-31050-000-0130
24-29-15-31050-000-0090
From : RL R-4
Atlas Page: 308B To: RL LMDR
BURNICE DR BURNICE DR
BELL CHEER DR BELL CHEER DR
S UNIVERSITY DR S UNIVERSITY DR WOODLEY RD
WOODLEY RD
UNIVERSITY CT UNIVERSITY CT
MAGNOLIA DR MAGNOLIA DR
B E L L D R
B E L L D R
W UNIVERSITY DR
W UNIVERSITY DR
PLEASANT PKWY
PLEASANT PKWY
-N
o
t
t
o
S
c
a
l
e
-
-N
o
t
a
S
u
r
v
e
y
-
Rev. 07/09/15
EXISTING SURROUNDING USES MAP
Owner(s): Multiple Owners Case: ANX2015-07019
Site: 2122 Burnice Drive
2148 Burnice Drive
Property
Size(Acres):
ROW (Acres):
0.472
0.956
Land Use Zoning
PIN: 24-29-15-31050-000-0130
24-29-15-31050-000-0090
From : RL R-4
Atlas Page: 308B To: RL LMDR
60
60
60
60
60
93474
45
1
2
3
4
5
6 9
10
11
12
13
14 1
2
3
4
5
6
77 58 57
78 79 80979899100
96 95 94 93 92
91
90
89
88
101
102
103
104
130 131 132133 87 86 85
138 137 136 135 134 105106107 108
129
128
127
126
125
124 123 122 121120119118 117 116115 114113
60
60
50
60
60
60
60
064080642606444
31050
13158
5 4
3
4
13141516
1112 1314 15 18
1 2 332 198765 4 32
18 19 20 2122 23 24 25 26 27 28 29 30 31
1716 15 14 131211 10
9 8
7 6547
87
1234
13
14
15
16 17
1 2
6 7 8
16
BURNICE DR
BELL CHEER DR
S UNIVERSITY DR
WOODLEY RD UNIVERSITY CT
MAGNOLIA DR
W UNIVERSITY DR
2112
1004
21
7
3
2172
21
6
5
2132
21
4
3
2110
21
7
3
21
2
5
20
8
5
21
1
7
2165
21
4
7
21
4
8
21
5
5
21
4
9
20
9
9
21
6
7
2 1 5 7
2152
21
3
8
21
0
9
2173
2 1 4 1
21
5
5
21
2
5
21
7
9
21
3
9
2130
1100
21
0
7
1
2
1
6
2106
2106
2126
21
5
7
21
6
6
21
6
0
1000
21
8
7
2 1 4 9
2118
1228
21
2
5
2166
2115
21
7
3
21
4
2
2124
21
7
4
2110
21
6
7
1234
21
0
9
1 110
2111
21
4
3
21
6
1
21
8
1
2126
21401222
1105
2100
21
8
7
21
1
7
21 7 0
1104
2178
21
8
5
20
9
1
21
3
0
21
8
8
1250LS47
2148
21
3
1
21
5
4
2132
2 1 6 41008
21
8
1
1101
2112
1009
211
0
2118
2160
2 1 4 8
2180
2176
20
7
1
2122
21
0
9
2070
21
1
7
21
2
5
1006
2116
2130
21
0
1
2140
1107
2 1 5 6
2140
1005
2180
2076
2176
1001
21
2
4
2
21
4
1
21
3
5
1108
2100
21
4
9
1100
21
5
7
20
7
7
1111
21
3
3
1010
21
3
3
2172
2118
2134
20
7
9
-N
o
t
t
o
S
c
a
l
e
-
-N
o
t
a
S
u
r
v
e
y
-
Rev. 07/09/15
Single Family Residential
Single Family Residential
Single Family Residential
View looking north at the subject property, 2122 BurniceDriveEast of the subject property
West of the subject propertyAcross the street, to the south of the subject property
ANX2015-07019
Ronald J. Main
2122 BurniceDrive
View looking easterly along Burnice DriveView looking westerly along BurniceDrive
View looking north at the subject property, 2148 BurniceDriveEast of the subject property
West of the subject propertyAcross the street, to the south of the subject property
ANX2015-07019
Scott and Cecilia May
2148 BurniceDrive
View looking easterly along Burnice DriveView looking westerly along Burnice Drive
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: 8760-15
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: OrdinanceIn Control: Legal Department
Agenda Number: 15.6
SUBJECT/RECOMMENDATION:
Adopt Ordinance 8760-15 on second reading, amending the future land use plan element of
the Comprehensive Plan of the city to designate the land use for certain real property whose
post addresses are 2122 and 2148 Burnice Drive, all in Clearwater, Florida 33764, upon
annexation into the City of Clearwater as Residential Low (RL).
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 9/28/2015
Ordinance No. 8760-15
ORDINANCE NO. 8760-15
AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA,
AMENDING THE FUTURE LAND USE PLAN ELEMENT OF THE
COMPREHENSIVE PLAN OF THE CITY, TO DESIGNATE THE
LAND USE FOR CERTAIN REAL PROPERTY LOCATED
GENERALLY SOUTH OF DRUID ROAD, WEST OF BELCHER
ROAD, EAST OF SOUTH HERCULES AVENUE, AND NORTH
OF LAKEVIEW ROAD, WHOSE POST OFFICE ADDRESSES
ARE 2122 AND 2148 BURNICE DRIVE, ALL IN CLEARWATER,
FLORIDA 33764, UPON ANNEXATION INTO THE CITY OF
CLEARWATER, AS RESIDENTIAL LOW (RL); PROVIDING AN
EFFECTIVE DATE.
WHEREAS, the amendment to the future land use plan element of the comprehensive plan
of the City as set forth in this ordinance is found to be reasonable, proper and appropriate, and is
consistent with the City's comprehensive plan; now, therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF
CLEARWATER, FLORIDA:
Section 1. The future land use plan element of the comprehensive plan of the City of
Clearwater is amended by designating the land use category for the hereinafter described
properties, upon annexation into the City of Clearwater, as follows:
Property Land Use Category
See attached Exhibit A for Legal Descriptions;Residential Low
(RL)
(ANX2015-07019)
The map attached as Exhibit B is hereby incorporated by reference.
Section 2. The City Council does hereby certify that this ordinance is consistent with
the City’s comprehensive plan.
Section 3. This ordinance shall take effect immediately upon adoption, contingent upon
and subject to the adoption of Ordinance No. 8759-15.
Ordinance No. 8760-15
PASSED ON FIRST READING
PASSED ON SECOND AND FINAL
READING AND ADOPTED
George N. Cretekos
Mayor
Approved as to form:
Camilo A. Soto
Assistant City Attorney
Attest:
Rosemarie Call
City Clerk
Exhibit A
LEGAL DESCRIPTIONS
ANX2015‐07019
=========================================================================================
No. Parcel ID Legal Description Address
1. 24-29-15-31050-000-0130 Lot 13 2122 Burnice Drive
2. 24-29-15-31050-000-0090 Lot 9 2148 Burnice Drive
The above in GLEN ELLYN ESTATES subdivision, as recorded in PLAT BOOK 34, PAGE 32, of the Public Records of
Pinellas County, Florida.
Exhibit B
\
FUTURE LAND USE MAP
Owner(s): Multiple Owners Case: ANX2015-07019
Site: 2122 Burnice Drive
2148 Burnice Drive
Property
Size(Acres):
ROW (Acres):
0.472
Land Use Zoning
PIN: 24-29-15-31050-000-0130
24-29-15-31050-000-0090
From : RL R-4
Atlas Page: 308B To: RL LMDR
60
60
60
60
6 0
93474
45
1
2
3
4
5
6 9
10
11
12
13
14 1
2
3
4
5
6
77 58 57
78 79 80979899100
96 95 94 93 92
91
90
89
88
101
102
103
104
130 131 132133 87 86 85
138 137 136 135 134 105106107 108
129
128
127
126
125
124 123 122 121120119118 117 116115 114113
60
60
50
60
60
60
60
064080642606444
31050
13158
5 4
3
4
13141516
1112 1314 15 18
1 2 332 198765 4 32
18 19 20 2122 23 24 25 26 27 28 29 30 31
1716 15 14 131211 10
9 8
7 654787
1234
13
14
15
16 17
1 2
6 7 8
16
RL
RL
RU RU
RL
RU
RU
RL
RU
RL
RU
RU
R/OS
BURNICE DR
BELL CHEER DR
S UNIVERSITY DR
WOODLEY RD UNIVERSITY CT
MAGNOLIA DR
W UNIVERSITY DR
2112
21
7
3
2172
21
6
5
2132
21
4
3
2110
21
7
3
21
2
5
21
1
7
2165
21
4
7
21
4
8
21
5
5
21
4
9
21
6
7
2 1 5 7
2152
21
3
8
21
0
9
2 1 4 1
21
5
5
21
2
5
21
7
9
21
3
9
2130
21
0
7
1
2
1
6
2106
2106
2126
21
5
7
21
6
6
21
6
0
1000
21
8
7
2 1 4 9
2118
1228
21
2
5
2115
21
7
3
21
4
2
2124
21
7
4
2110
21
6
7
1234
21
0
9
1 110
21
4
3
21
6
1
21
8
1
2126
21401222
1105
2100
21
8
7
21
1
7
1104
2178
21
8
5
13
0
21
8
8
RU
RU
WATER
P WATER
RU
2148
21
3
1
21
5
4
2132
2 1 6 4
1004
1008
21
8
1
1101
2112
1009
20
8
5
10
2118
2160
2 1 4 8
20
9
9
2180
2176
20
7
1
2122
21
0
9
2070
21
1
7
2173
1100
21
2
5
1006
2116
2130
21
0
1
2140
1107
2 1 5 6
2140
1005
2166
2180
2076
2176
1001
124
2
21
4
1
21
3
5
1108
2100
21
4
9
1100
21
5
7
2111
20
7
7
1111
21
3
3
1010
21
3
3
2172
21 7 0
20
9
1
2118
2134
20
7
9
1250LS47
-N
o
t
t
o
S
c
a
l
e
-
-N
o
t
a
S
u
r
v
e
y
-
Rev. 07/09/15
LOCATION MAP
Owner(s): Multiple Owners Case: ANX2015-07019
Site: 2122 Burnice Drive
2148 Burnice Drive
Property
Size(Acres):
ROW (Acres):
0.472
0.956
Land Use Zoning
PIN: 24-29-15-31050-000-0130
24-29-15-31050-000-0090
From : RL R-4
Atlas Page: 308B To: RL LMDR
^^
BELCHER RD
DRUID RD
-N
o
t
t
o
S
c
a
l
e
-
-N
o
t
a
S
u
r
v
e
y
-
Rev. 07/09/15
AERIAL PHOTOGRAPH
Owner(s): Multiple Owners Case: ANX2015-07019
Site: 2122 Burnice Drive
2148 Burnice Drive
Property
Size(Acres):
ROW (Acres):
0.472
0.956
Land Use Zoning
PIN: 24-29-15-31050-000-0130
24-29-15-31050-000-0090
From : RL R-4
Atlas Page: 308B To: RL LMDR
BURNICE DR BURNICE DR
BELL CHEER DR BELL CHEER DR
S UNIVERSITY DR S UNIVERSITY DR WOODLEY RD
WOODLEY RD
UNIVERSITY CT UNIVERSITY CT
MAGNOLIA DR MAGNOLIA DR
B E L L D R
B E L L D R
W UNIVERSITY DR
W UNIVERSITY DR
PLEASANT PKWY
PLEASANT PKWY
-N
o
t
t
o
S
c
a
l
e
-
-N
o
t
a
S
u
r
v
e
y
-
Rev. 07/09/15
EXISTING SURROUNDING USES MAP
Owner(s): Multiple Owners Case: ANX2015-07019
Site: 2122 Burnice Drive
2148 Burnice Drive
Property
Size(Acres):
ROW (Acres):
0.472
0.956
Land Use Zoning
PIN: 24-29-15-31050-000-0130
24-29-15-31050-000-0090
From : RL R-4
Atlas Page: 308B To: RL LMDR
60
60
60
60
60
93474
45
1
2
3
4
5
6 9
10
11
12
13
14 1
2
3
4
5
6
77 58 57
78 79 80979899100
96 95 94 93 92
91
90
89
88
101
102
103
104
130 131 132133 87 86 85
138 137 136 135 134 105106107 108
129
128
127
126
125
124 123 122 121120119118 117 116115 114113
60
60
50
60
60
60
60
064080642606444
31050
13158
5 4
3
4
13141516
1112 1314 15 18
1 2 332 198765 4 32
18 19 20 2122 23 24 25 26 27 28 29 30 31
1716 15 14 131211 10
9 8
7 6547
87
1234
13
14
15
16 17
1 2
6 7 8
16
BURNICE DR
BELL CHEER DR
S UNIVERSITY DR
WOODLEY RD UNIVERSITY CT
MAGNOLIA DR
W UNIVERSITY DR
2112
1004
21
7
3
2172
21
6
5
2132
21
4
3
2110
21
7
3
21
2
5
20
8
5
21
1
7
2165
21
4
7
21
4
8
21
5
5
21
4
9
20
9
9
21
6
7
2 1 5 7
2152
21
3
8
21
0
9
2173
2 1 4 1
21
5
5
21
2
5
21
7
9
21
3
9
2130
1100
21
0
7
1
2
1
6
2106
2106
2126
21
5
7
21
6
6
21
6
0
1000
21
8
7
2 1 4 9
2118
1228
21
2
5
2166
2115
21
7
3
21
4
2
2124
21
7
4
2110
21
6
7
1234
21
0
9
1 110
2111
21
4
3
21
6
1
21
8
1
2126
21401222
1105
2100
21
8
7
21
1
7
21 7 0
1104
2178
21
8
5
20
9
1
21
3
0
21
8
8
1250LS47
2148
21
3
1
21
5
4
2132
2 1 6 41008
21
8
1
1101
2112
1009
211
0
2118
2160
2 1 4 8
2180
2176
20
7
1
2122
21
0
9
2070
21
1
7
21
2
5
1006
2116
2130
21
0
1
2140
1107
2 1 5 6
2140
1005
2180
2076
2176
1001
21
2
4
2
21
4
1
21
3
5
1108
2100
21
4
9
1100
21
5
7
20
7
7
1111
21
3
3
1010
21
3
3
2172
2118
2134
20
7
9
-N
o
t
t
o
S
c
a
l
e
-
-N
o
t
a
S
u
r
v
e
y
-
Rev. 07/09/15
Single Family Residential
Single Family Residential
Single Family Residential
View looking north at the subject property, 2122 BurniceDriveEast of the subject property
West of the subject propertyAcross the street, to the south of the subject property
ANX2015-07019
Ronald J. Main
2122 BurniceDrive
View looking easterly along Burnice DriveView looking westerly along BurniceDrive
View looking north at the subject property, 2148 BurniceDriveEast of the subject property
West of the subject propertyAcross the street, to the south of the subject property
ANX2015-07019
Scott and Cecilia May
2148 BurniceDrive
View looking easterly along Burnice DriveView looking westerly along Burnice Drive
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: 8761-15
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: OrdinanceIn Control: Legal Department
Agenda Number: 15.7
SUBJECT/RECOMMENDATION:
Adopt Ordinance 8761-15 on second reading, amending the Zoning Atlas of the city by zoning
certain real property whose post addresses are 2122 and 2148 Burnice Drive, all in
Clearwater, Florida 33764, upon annexation into the City of Clearwater, as Low Medium
Density Residential (LMDR).
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 9/28/2015
Ordinance No. 8761-15
ORDINANCE NO. 8761-15
AN ORDINANCE OF THE CITY OF CLEARWATER,
FLORIDA, AMENDING THE ZONING ATLAS OF THE CITY
BY ZONING CERTAIN REAL PROPERTY LOCATED
GENERALLY SOUTH OF DRUID ROAD, WEST OF
BELCHER ROAD, EAST OF SOUTH HERCULES AVENUE,
AND NORTH OF LAKEVIEW ROAD, WHOSE POST
OFFICE ADDRESSES ARE 2122 AND 2148 BURNICE
DRIVE, ALL IN CLEARWATER, FLORIDA 33764, UPON
ANNEXATION INTO THE CITY OF CLEARWATER, AS LOW
MEDIUM DENSITY RESIDENTIAL (LMDR); PROVIDING AN
EFFECTIVE DATE.
WHEREAS, the assignment of a zoning district classification as set forth in this
ordinance is found to be reasonable, proper and appropriate, and is consistent with the
City's comprehensive plan; now, therefore,
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY
OF CLEARWATER, FLORIDA:
Section 1. The following described properties located in Pinellas County, Florida,
are hereby zoned as indicated upon annexation into the City of Clearwater, and the
zoning atlas of the City is amended, as follows:
The map attached as Exhibit A is hereby incorporated by reference.
Section 2. The City Engineer is directed to revise the zoning atlas of the City in
accordance with the foregoing amendment.
Section 3. This ordinance shall take effect immediately upon adoption, contingent
upon and subject to the adoption of Ordinance No. 8759-15.
Property Zoning District
See attached Exhibit A for Legal
Descriptions;
Low Medium Density Residential
(LMDR)
(ANX2015-07019)
Ordinance No. 8761-15
PASSED ON FIRST READING
PASSED ON SECOND AND FINAL
READING AND ADOPTED
George N. Cretekos
Mayor
Approved as to form:
Camilo A. Soto
Assistant City Attorney
Attest:
Rosemarie Call
City Clerk
Exhibit A
LEGAL DESCRIPTIONS
ANX2015‐07019
=========================================================================================
No. Parcel ID Legal Description Address
1. 24-29-15-31050-000-0130 Lot 13 2122 Burnice Drive
2. 24-29-15-31050-000-0090 Lot 9 2148 Burnice Drive
The above in GLEN ELLYN ESTATES subdivision, as recorded in PLAT BOOK 34, PAGE 32, of the Public Records of
Pinellas County, Florida.
Exhibit B
ZONING MAP
Owner(s): Multiple Owners Case: ANX2015-07019
Site: 2122 Burnice Drive
2148 Burnice Drive
Property
Size(Acres):
ROW (Acres):
0.472
0.956
Land Use Zoning
PIN: 24-29-15-31050-000-0130
24-29-15-31050-000-0090
From : RL R-4
Atlas Page: 308B To: RL LMDR
60
60
60
60
60
93474
45
1
2
3
4
5
6 9
10
11
12
13
14 1
2
3
4
5
6
77 58 57
78 79 80979899100
96 95 94 93 92
91
90
89
88
101
102
103
104
130 131 132133 87 86 85
138 137 136 135 134 105106107 108
129
128
127
126
125
124 123 122 121120119118 117 116115 114113
60
60
50
60
60
60
60
064080642606444
31050
13158
5 4
3
4
13141516
1112 1314 15 18
1 2 332 198765 4 32
18 19 20 2122 23 24 25 26 27 28 29 30 31
1716 15 14 131211 10
9 8
7 6547
87
1234
13
14
15
16 17
1 2
6 7 8
16
LMDR
OS/R LMDR
BURNICE DR
BELL CHEER DR
S UNIVERSITY DR
WOODLEY RD UNIVERSITY CT
MAGNOLIA DR
W UNIVERSITY DR
2112
1004
21
7
3
2172
21
6
5
2132
21
4
3
2110
21
7
3
21
2
5
20
8
5
21
1
7
2165
21
4
7
21
4
8
21
5
5
21
4
9
20
9
9
21
6
7
2 1 5 7
2152
21
3
8
21
0
9
2173
2 1 4 1
21
5
5
21
2
5
21
7
9
21
3
9
2130
1100
21
0
7
1
2
1
6
2106
2106
2126
21
5
7
21
6
6
21
6
0
1000
21
8
7
2 1 4 9
2118
1228
21
2
5
2166
2115
21
7
3
21
4
2
2124
21
7
4
2110
21
6
7
1234
21
0
9
1 110
21
4
3
21
6
1
21
8
1
2126
21401222
1105
2100
21
8
7
21
1
7
21 7 0
1104
2178
21
8
5
20
9
1
21
3
0
21
8
8
1250LS47
LMDR
P
21
3
1
21
5
4
2132
2 1 6 41008
21
8
1
1101
2112
1009
211
0
2118
2160
2 1 4 8
2180
2176
20
7
1
2122
21
0
9
2070
21
1
7
21
2
5
1006
2116
2130
21
0
1
2140
1107
2 1 5 6
2140
1005
2180
2076
2176
1001
21
2
4
2
21
4
1
21
3
5
1108
2100
21
4
9
1100
21
5
7
2111
20
7
7
1111
21
3
3
1010
21
3
3
2148
2172
2118
2134
20
7
9
-N
o
t
t
o
S
c
a
l
e
-
-N
o
t
a
S
u
r
v
e
y
-
Rev. 07/09/15
LOCATION MAP
Owner(s): Multiple Owners Case: ANX2015-07019
Site: 2122 Burnice Drive
2148 Burnice Drive
Property
Size(Acres):
ROW (Acres):
0.472
0.956
Land Use Zoning
PIN: 24-29-15-31050-000-0130
24-29-15-31050-000-0090
From : RL R-4
Atlas Page: 308B To: RL LMDR
^^
BELCHER RD
DRUID RD
-N
o
t
t
o
S
c
a
l
e
-
-N
o
t
a
S
u
r
v
e
y
-
Rev. 07/09/15
AERIAL PHOTOGRAPH
Owner(s): Multiple Owners Case: ANX2015-07019
Site: 2122 Burnice Drive
2148 Burnice Drive
Property
Size(Acres):
ROW (Acres):
0.472
0.956
Land Use Zoning
PIN: 24-29-15-31050-000-0130
24-29-15-31050-000-0090
From : RL R-4
Atlas Page: 308B To: RL LMDR
BURNICE DR BURNICE DR
BELL CHEER DR BELL CHEER DR
S UNIVERSITY DR S UNIVERSITY DR WOODLEY RD
WOODLEY RD
UNIVERSITY CT UNIVERSITY CT
MAGNOLIA DR MAGNOLIA DR
B E L L D R
B E L L D R
W UNIVERSITY DR
W UNIVERSITY DR
PLEASANT PKWY
PLEASANT PKWY
-N
o
t
t
o
S
c
a
l
e
-
-N
o
t
a
S
u
r
v
e
y
-
Rev. 07/09/15
EXISTING SURROUNDING USES MAP
Owner(s): Multiple Owners Case: ANX2015-07019
Site: 2122 Burnice Drive
2148 Burnice Drive
Property
Size(Acres):
ROW (Acres):
0.472
0.956
Land Use Zoning
PIN: 24-29-15-31050-000-0130
24-29-15-31050-000-0090
From : RL R-4
Atlas Page: 308B To: RL LMDR
60
60
60
60
60
93474
45
1
2
3
4
5
6 9
10
11
12
13
14 1
2
3
4
5
6
77 58 57
78 79 80979899100
96 95 94 93 92
91
90
89
88
101
102
103
104
130 131 132133 87 86 85
138 137 136 135 134 105106107 108
129
128
127
126
125
124 123 122 121120119118 117 116115 114113
60
60
50
60
60
60
60
064080642606444
31050
13158
5 4
3
4
13141516
1112 1314 15 18
1 2 332 198765 4 32
18 19 20 2122 23 24 25 26 27 28 29 30 31
1716 15 14 131211 10
9 8
7 6547
87
1234
13
14
15
16 17
1 2
6 7 8
16
BURNICE DR
BELL CHEER DR
S UNIVERSITY DR
WOODLEY RD UNIVERSITY CT
MAGNOLIA DR
W UNIVERSITY DR
2112
1004
21
7
3
2172
21
6
5
2132
21
4
3
2110
21
7
3
21
2
5
20
8
5
21
1
7
2165
21
4
7
21
4
8
21
5
5
21
4
9
20
9
9
21
6
7
2 1 5 7
2152
21
3
8
21
0
9
2173
2 1 4 1
21
5
5
21
2
5
21
7
9
21
3
9
2130
1100
21
0
7
1
2
1
6
2106
2106
2126
21
5
7
21
6
6
21
6
0
1000
21
8
7
2 1 4 9
2118
1228
21
2
5
2166
2115
21
7
3
21
4
2
2124
21
7
4
2110
21
6
7
1234
21
0
9
1 110
2111
21
4
3
21
6
1
21
8
1
2126
21401222
1105
2100
21
8
7
21
1
7
21 7 0
1104
2178
21
8
5
20
9
1
21
3
0
21
8
8
1250LS47
2148
21
3
1
21
5
4
2132
2 1 6 41008
21
8
1
1101
2112
1009
211
0
2118
2160
2 1 4 8
2180
2176
20
7
1
2122
21
0
9
2070
21
1
7
21
2
5
1006
2116
2130
21
0
1
2140
1107
2 1 5 6
2140
1005
2180
2076
2176
1001
21
2
4
2
21
4
1
21
3
5
1108
2100
21
4
9
1100
21
5
7
20
7
7
1111
21
3
3
1010
21
3
3
2172
2118
2134
20
7
9
-N
o
t
t
o
S
c
a
l
e
-
-N
o
t
a
S
u
r
v
e
y
-
Rev. 07/09/15
Single Family Residential
Single Family Residential
Single Family Residential
View looking north at the subject property, 2122 BurniceDriveEast of the subject property
West of the subject propertyAcross the street, to the south of the subject property
ANX2015-07019
Ronald J. Main
2122 BurniceDrive
View looking easterly along Burnice DriveView looking westerly along BurniceDrive
View looking north at the subject property, 2148 BurniceDriveEast of the subject property
West of the subject propertyAcross the street, to the south of the subject property
ANX2015-07019
Scott and Cecilia May
2148 BurniceDrive
View looking easterly along Burnice DriveView looking westerly along Burnice Drive
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1716
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Presentation(s) for
Council Meeting
In Control: Council Work Session
Agenda Number: 21.1
SUBJECT/RECOMMENDATION:
2015 Fire Prevention Week Proclamation
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 9/28/2015
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1717
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Presentation(s) for
Council Meeting
In Control: Council Work Session
Agenda Number: 21.2
SUBJECT/RECOMMENDATION:
Florida League of Cities/Florida Business Watch City Catalyst Grant / $1500 Award to City of
Clearwater
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 9/28/2015
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1718
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Presentation(s) for
Council Meeting
In Control: Council Work Session
Agenda Number: 21.3
SUBJECT/RECOMMENDATION:
Hispanic Heritage Month Proclamation - Mrs. Sandra Lyth, CEO for the InterCultural
Advocacy Institute
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 9/28/2015
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1720
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Presentation(s) for
Council Meeting
In Control: Council Work Session
Agenda Number: 21.4
SUBJECT/RECOMMENDATION:
Florida Native Plant Month Proclamation - Jan Allyn, Chapter Representative of the Pinellas
Chapter of the Florida Native Plant Society
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 9/28/2015
Cover Memo
City of Clearwater City Hall
112 S. Osceola Avenue
Clearwater, FL 33756
File Number: ID#15-1737
Agenda Date: 9/28/2015 Status: Agenda ReadyVersion: 1
File Type: Presentation(s) for
Council Meeting
In Control: Council Work Session
Agenda Number: 21.5
SUBJECT/RECOMMENDATION:
Public Natural Gas Week Proclamation - Chuck Warrington, Clearwater Gas Director
SUMMARY:
APPROPRIATION CODE AND AMOUNT:
USE OF RESERVE FUNDS:
Page 1 City of Clearwater Printed on 9/28/2015