Loading...
HomeMy WebLinkAboutAgenda Packet 10-17-2000CALL TO ORDER: PLEDGE OF ALLEGIANCE: ,'ity of Cape Canaveral INCIL REGULAR MEETING :ITY HALL ANNEX ;nue, Cape Canaveral, Florida TUESDAY October 17, 2000 7:00 P.M. AGENDA ROLL CALL: PROCLAMATION: City Government Week PRESENTATION: Mall Beautification ward organ Mar, Mu fi Family Dwelling INTERVIEW: Craig Stewart, Candidate to the Code Enforcement Board RESOLUTIONS: 1. Motion to Approve: Resolution No. 2000-43, Appointing a Member (Connie Trautman) to the Recreation Board 2. Motion to Approve: Resolution No. 2000-44, Amending the 1999100 Budget and City Treasurer's Report CONSIDERATIONS: 3. Motion to Approve: City Council Regular Meeting Minutes of October 3, 2000. 4. Motion to Approve: Award actt for WastewaterlTreatment Plant neering l ng Services and coOperating Permit Renewal. 5.Motion to Approve: Engineering Consulting Services for Reclaimed Water Operating Protocols. 6. Motion to Approve: Contract and Inspection Services for Reclaimed Water 105 Polk Avenue P• Y tArj9j"2ffl k %6Pa&je Canaveral, FL 32920-0326 Telephone (321) 868-1200 • FAX (321) 799-3170 • fcn.stateAus/cape/ e-mail: cape@iu.net Cape Canaveral City Council Regular Meeting Agenda October 17, 2000 Page 2 7. Motion to Approve: Cooperative Purchase with the City of Orlando for Sanitary Sewer Lining Rehabilitation; Griner's Pipeline Services, Inc. 8. Motion to Approve: Canceling the Regular Meeting of November 7, 2000 and Scheduling a Meeting to Certify the Election Results on November 9, 2000. 9. Motion to Approve: Cooperative Purchase of a Dodge Dakota Pick-up Truck in the amount of $13,430, for the Building Department. 10. Motion to Approve: Cooperative Purchase of a Dodge g/ Ton Pick-up Truck in the amount of $16,816, for the Streets Department. 11. Motion to Approve: Cooperative Purchase of a Ford Expedition for the Fire Department 12. Motion to Approve: Purchase of Emergency Fire Communications Equipment in the amount of $14,107.50 13. Motion to Approve: Cooperative Purchase of a Ford Passenger Mini Van in the amount of $17,981, for the Recreation Department. DISCUSSION: 14. Transit (Bus) Shelters REPORTS: AUDIENCE TO BE HEARD: Comments will be heard on items that do not appear on the agenda of this meeting. Citizens will limit their comments to five (5) minutes. The City Council will not take any action under the "Audience To Be Heard" section of the agenda. The Council may schedule such items as regular agenda items and act upon them in the future. REPORTS CONTINUED: ADJOURNMENT: Pursuant to Section 286.0105, Honda Statutes, the City hereby advises the public that: If a person decides to appeal any decision made by the City Council with respect to any matter considered at this meeting, that person will need a record of the proceedings, and for such purpose that person may need to ensure that a verbatim record of the proceedings is made, which record includes the testimony and evidence upon which the appeal is to be based. This notice does not constitute consent by the City for the introduction or admission into evidence of otherwise inadmissible or irrelevant evidence, nor does it authorize challenges or appeals not otherwise allowed by law. Persons with disabilities needing assistance to participate in any of these proceedings should contact the City Clerk's office (868-1221) 48 hours in advance of the meeting. MEMORANDUM TO: Bennett C. Boucher City Manager h FROM: Ed Gardulski � Public Works Director DATE: October 11, 2000 SUBJECT: City Council Agenda Item for October 17, 2000 The Beautification Board selected Morgan Manor to receive the Fall Beautification Board Landscaping Award for multi -family dwelling. I would like to place this on the agenda for the City Council meeting of October 17, 2000. Attachment CC: Sandi Smith, City Clerk File t CITY OF CAPE CANAVERAL, FLORIDA City Board Application Please complete both sides Applicant Name: Home Telephone:(3�1) %9i-sl`�� / Home Address: 3DQ E -Mail Address:�n���f������f"'��{`�"� Business: "Ae CG ��[ � /CcX 44 / ,, _T1 -c Business Telephone:( ?31 Office Address: 4L l»« Qrkve Brief Description of Education and Experience: r10- r s 1 V Are you a registered voter? Yes // No Have you been a resident of the City for 12 months or longer? Do you currently hold a public office? Are you presently employed with the City? Yes Yes At the present time, do you serve on a City Board? Yes n 0ttil e J, Yes No No No No — zzX____ At the present time, do any of the following relatives of yours serve on the City Council: father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, grandparent, grandchild, father- in-law, mother-in-law, son-in-law, daughter-in-law, brother-in-law, sister-in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother or half sister? Yes No At the present time, do any of the following relatives of yours serve on any other City board, commission or special district: spouse, parent, child, grandparent or sibling of the whole or half blood? Yes No Please specify which City Board you are interested in serving on: (Indicate Preference, 1 st, 2nd, 3rd, etc.) Beautification Board Board of Adjustment* Qusiness and Cultural Development Board ///Code Enforcement Board* Community Appearance Board* Construction Board of Adjustment & Appeals* Library Board _ Planning and Zoning Board* Recreation Board *Members of these Boards are required to complete Financial Disclosure Forms upon appointment to that Board and prior to July 15th of each year following the initial appointment while still a member. City of Cape Canaveral, Florida City Board Application Page 2 Please list what you feel are your qualifications to serve as a member on one of the City's Boards: Would you consider serving on another City Board other than the one(s) you have selected on the front of this form? Yes No Applicant's signature: Date: dx G PLEASE NOTE: 1. Initial appointment to any City Board is subject to City Council approval following a brief interview before the City Council at a regularly scheduled meeting. 2. Your application will remain effective for one year from the date of completion. 3. If you should have any questions regarding the completion of this application, please contact the City Clerk's Office at 868-1221. PLEASE RETURN COMPLETED APPLICATION TO THE CITY CLERK'S OFFICE, CAPE CANAVERAL CITY HALL, 105 POLK AVENUE, CAPE CANAVERAL, FL 32920 BRIEF DESCRIPTION OF CITY BOARDS All meetings are held at 111 Polk Avenue, except the Library Board that meets in the Library Meeting Rm. BEAUTIFICATION BOARD: (City Code, Section 2-181) - 7 members, 2 alternates, 2 year terms. Must be resident of City for at least 12 months immediately preceding appointment. Duties: Plan and propose to the City Council landscaping and beautification programs. Board meets the second Tuesday of every month at 7:00 p.m. BOARD OF ADJUSTMENT: (City Code, Section 110-26) - 5 members, 2 alternates, 3 year terms. Must be resident of City for at least 12 months immediately preceding appointment. Duties: Grant special exceptions and variances; hear appeals regarding decisions made by the Building Official. Board meets on an "as needed" basis. Meetings are held on Monday evenings at 7:30 p.m. BUSINESS & CULTURAL DEVELOPMENT BOARD: (City Code, Section 22-26) - 5 members, 4 alternates, 2 year terms. Members shall be residents of the City or employed in a full-time position at a place of business or employment within the City. Duties: Prepare a commercial development plan for submission to the City Council; determine unmet commercial needs of the citizens of Cape Canaveral; and encourage in any manner the development of business, commerce, industry, culture and tourism in the City. Board meets the third Wednesday of every month at 7:00 p.m. CODE ENFORCEMENT BOARD: (City Code, Section 2-256) - 7 members, 2 alternates, 3 year terms. Must be resident of City for at least 12 months immediately preceding appointment. Duties: Examine cases presented by the City's Code Enforcement Officer; also empowered to levy fines against citizens violating City codes. Board meets every month, on the Thursday following the second regular Council meeting at 7:30 p.m. COMMUNITY APPEARANCE BO : (City Code, Section 22-36) - 5 members, 2 alternates, 3 year terms. Must be a resident e City and applicants must also be qualified by reason of training or experience in art, arc ' cture, community planning, land development, real estate or other relevant business or profe ' n, or by reason of civic interest. Duties: Establish a harmonious appearance for proposed bui ' gs or structures in the community. Board meets on the first and third Wednesday of every mo at 7:00 p.m. CONSTRUCTION BOARD OF ADJUSTMENT & APPEALS: (City Code, Section 82-32) - 5 members, 2 year terms. Must be member of the building industry. Duties: Responsible for hearing appeals of the decisions of the City's Building Official. Meetings are scheduled on an as -needed basis. LIBRARY BOARD: (City Code, S 46-26) - 5 members, 2 alternates, 2 year terms. Must be a resident of the City. Dutie - dvise and consult with the Librarian on the operation of the Library. Board meets the sec uesday of each month at the Cape Canaveral Library Meeting Room at 2:00 p.m. PLANNING AND ZONING BOARD: (City Code, Section 58-26) - 5 members, 2 alternates, 2 year terms. Must be resident of the City for at least 12 months immediately preceding appointment. Duties: Act in an advisory capacity to the City Council in matters relating to zoning and land use. Board meets the 2nd and 4th Wednesday of every month at 7:30 p.m. RECREATION BOARD: (City Code, Section 54-26) - 7 members, 2 alternates, 2 year terms. Must be resident of the City for at least 12 months immediately preceding appointment. Duties: Advise the City Council on matters pertaining to public parks and recreation. Board meets on the 4th Monday of every other month at 5:00 p.m. Meeting Type: Regular Meeting Date: 10-17-00 AGENDA Heading Resolutions Item 1 No. Please advise. AGENDA REPORT CITY COUNCIL OF THE CITY OF CAPE CANAVERAL SUBJECT: RESOLUTION NO. 2000-43, APPOINTING AN ALTERNATE MEMBER TO THE RECREATION BOARD DEPT./DIVISION: LEGISLATIVE Requested Action: City Council consider the appointment of Mrs. Connie Trautman as an alternate member to the Recreation Board. Summary Explanation & Background: The Recreation Board interviewed Mrs. Trautman at theirl0-09-00 meeting and recommended that she be appointed. Please advise. Exhibits Attached: Recreation Director's memo of 10-10-00; Resolution No. 2000-13 City Manager's Office Department LEGISLATIVE g/adm' t /meeting/ 000/10 43.doc CITY OF CAPE CANAVERAL PARKS & RECREATION DEPARTMENT 7300 N. ATLA7*MC AVENUE * P.O. BOX 320 (321) 868-1227 e-mail address: parknrec@a iu.net MEMO TO: Bennett Boucher, City Manager i i FROM: Nancy Hanson, Parks & Recreation Director : t DATE: October 10, 2000 RE: Recreation Board Recommendation The Parks & Recreation Advisory Board, at the October 9, 2000 meeting met and interviewed applicant Connie Trautman. A motion was made and unanimously approved to recommend to City Council that she be appointed to the Parks & Recreation Board. Please agenda this item for the October 17' meeting. RESOLUTION NO. 2000-43 A RESOLUTION OF THE CITY OF CAPE CANAVERAL, BREVARD COUNTY, FLORIDA; APPOINTING AN ALTERNATE MEMBER TO THE RECREATION BOARD OF THE CITY OF CAPE CANAVERAL, FLORIDA; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City Council of the City of Cape Canaveral, Florida, has by Ordinance No. 24-64 created a Board known as the Recreation Board of the City of Cape Canaveral, Florida; and WHEREAS, it is now incumbent upon the City Council of the city of Cape Canaveral to appoint a Alternate Member to said Board. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Cape Canaveral, Florida, as follows: SECTION 1. is hereby appointed as an Alternate Member of the Recreation Board of the City of Cape Canaveral, Florida, with a term to expire on October 1, 2002. SECTION 2. This Resolution shall take effect immediately upon its adoption. ADOPTED BY the City of Cape Canaveral, Florida this day of 2000. Rocky Randels, MAYOR ATTEST: FOR AGAINST Burt Bruns Sandra O. Smith, CITY CLERK Buzz Petsos Rocky Randels Richard Treverton APPROVED AS TO FORM: Larry Weber Kohn Bennett, CITY ATTORNEY G:\CityClk\Resolutions\BOARDS\Appointments\Recreation.doc 3-24-00 02:09P City of Cape Canaveral 407-799-3170 P.02 • 0CrTY OF CAPE CANAVERAL, FLORIDA City Board Application 3ase compiele both sides aplicant Name: G�D/UN/� _Z_ IWAU i /Y -61V Home Telephone: 3 2-1 - 7 9 - y 73 orae Address: 4/ 2 &NCaL iV A U� E -Mail Address; WRS �Ll9 Q C . S.W1Y PN VSIC/art/S Business Telephone: '71-'/- 0 ffice Address: �!l`� '711 rief Description of Education and Experience:.3� -CAL�Ntz 66/7f4 T)�L_ 6E1 FZ1UL. PU&"C- 1 �v�Sr� .Sf120U ,1 C010MV,S6W-V s / rptW. / LUII1616 —W—a-- - 6-YAJIM1. 4/VD 114,"V6 L)G 7"1 U a -o� 6 UTS 14) - re you a registered voter? Yes _/ No 'ave you been a resident of the City for 12 months or longer? Yes ✓ No �o you currently hold a public office? Yes No y_ .re you presently employed'wifh the City? Yes No ,t the present time. do you serve on a City Board? Yes No I the present time, do any of the following relatives of yours serve on the City Council: father, mother, son. aughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife. grandparent, grandchild, father i -law. mother-in-law, son-in-law, daughter-in-law, brother-in-law, sister-in-law, stepfather, stepmother, stepson, tepdaughter, stepbrother, stepsister, half brother or half sister? ✓ Yes No ,t the present time, do any of the following relatives of yours serve on any other City board, commission or .pecial district: spouse, parent, child,. grfndparent or sibling of the whole or half blood? Yes No 'lease specifywh4 City Board you are interested in serving on: (indicate Preference, 1st. 2nd, 3rd, etc.) Beautification Board i Board of Adjustment' Business and Cultural Oeveloprt M Board Code Enforcement Board' — Construction Board of Adjustment 6 Appeals. Library Board /Planning and Zoning Board' V Recreation Board _ Community Appearance Board• 'Mwne«: of las. Aeeraa am req~ a comoft a Ffn—W, Afsobe" Forms WM wo-%&MrM'D ad aeard ane pofer to by f9a of each 9-24-00 02:10P City of Cape Canaveral 407-799-3170 P_03 of• ty of Cape Canaveral, Florida ity Board Application age 2 ease list what you feel are your qualifications to serve as a member on one of the City's Boards: P_�,,PLt U2; -!n/ - :,'moi.; //V 77/%J,LV !!t c e C�oo� CD/`�/'�UNiLf}r7f�N �r�rlOti/�. __ SeGIGLS . G/fT�N/�1G ? Vould you consider serving on another City Board other than the one(s) you have selected on the front f this form? Yes No applicant's signature: L i) (2c c -n zc. )o Date: a DO "LEASE NOTE: 1. � Initial appointment to any City Board is subject to City Councal approval following a brief interview before the City Council at a regularly scheduled meeting. 2. Your application will remain effective for one year from the date of completion. 3. If you should have any questions regarding the completion of this application, please contact the City Clerk's Office at 868-1221. PLEjk,W RETURN COMPLETED APPLICATION TO THE CITY CLERICS OFFICE, CAPE CANAVERAL CIT1� HALL, 105 POLK AVENUE, CAPE CANAVERAL, FL 32920 7Ad/7 g-24-00 02:09P City of Cape Canaveral 407-799-3170 P.01 0 Cly of Cape Canaveral - City Clerk's dice 105 Polk Avenue, P.O. Box 326 Cape Canaveral, FL 32920-0326 (407) 868-122011221 FAX (407) 799-3170 cape(fiu.net 1b: Connie irau"an Fawn: Susan Stills. Assistanl City Clerk F&M 784-0569 Pages: 4 (Inc. Cancer) Dole: 8/24/2000 Re: City Board Application CC: ❑ Urqwt X For Review 0 Please Conwn t O Pion* Reply 0 Please Recycle • Cornn�M:e: _lr—z zy/I,�S SUf�/i Connie' R� Please complete this application and return it to the City Clerk's office. (You can FAX it back F that is more convenient for you.) Once we receive the application, you will be kvterview first by the Recreation Board and then by City Council. The next s&*eduled Recreation Board meeting is September 25�k at 5 PM. LUV �ON U�,� � Z 111j?Z bZ Jod Meeting Type: Regular Meeting Date: 10-17-00 AGENDA REPORT AGENDA Heading Resolutions Item 2 No. Resolution No. 2000-44 and report CITY COUNCIL OF THE CITY OF CAPE CANAVERAL SUBJECT: RESOLUTION NO. 2000-44, AMENDING THE 99/00 FY BUDGET DEPT./DIVISION: FINANCE/ADMINISTRATION Requested Action: City Council consider approval of the year-end budget amendments and city treasurer's report. Summary Explanation & Background: See attached resolution and report. I recommend approval. Exhibits Attached: Resolution No. 2000-44 and report City Man 5YOffice Department FINANCE/ADMINISTRATION RESOLUTION NO. 2000-44 A RESOLUTION OF THE CITY OF CAPE CANAVERAL, BREVARD COUNTY, FLORIDA; AMENDING THE ANNUAL GENERAL FUND, SEWER ENTERPRISE FUND, SPECIAL REVENUE FUNDS, AND CAPITAL IMPROVEMENT BUDGETS FOR THE FISCAL YEAR BEGINNING OCTOBER 1, 1999, AND ENDING SEPTEMBER 30,2000; PROVIDING FOR AN EFFECTIVE DATE. BE IT RESOLVED by' the City Council of the City of Cape Canaveral, Brevard, County, Florida as follows: SECTION 1. The Annual General Fund, Sewer Enterprise Fund, Special Revenue Funds, and Capital Improvement Budget Adjustments, which are attached hereto and by reference made a part hereof, of the City of Cape Canaveral, Florida for the fiscal year beginning October 1, 1999, and ending September 30, 2000, are hereby approved and amended. SECTION 2. This Resolution shall take effect immediately upon its adoption. ADOPTED BY the City Council of the City of Cape Canaveral, Florida, this 17th day of October 2000 ATTEST Rocky Randels, MAYOR Burt Bruns Sandra O. Smith, CITY CLERK Buzz Petsos Rocky Randels Richard Treverton APPROVED AS TO FORM: Larry Weber Kohn Bennett, CITY ATTORNEY G:\CityClk\Resolutions\BUDGET\Budget Amendment October 2000.doc FOR AGAINST CITY OF CAPE CANAVERAL BUDGET TRANSFERS FOR THE QUARTER ENDED 9/30/2000 9/30100 ADJUSTED LINE ITEM BUDGET BUDGET BUDGET NUMBER ACCOUNT NAME BALANCE AMENDMENTS BALANCE GENERAL FUND ,MENDED GENERAL FUND REVENUE PLANNING & ZONING 01-3-515.3100 PLANNING SERVICES 01-3-515.4910 PUBLISHING 83,715.00 ,MENDED PLANNING & ZONING EXPENDITURES 7,105.00 10,000.00 5,630.00 15,630.00 9,600.00 1,475.00 11,075.00 GENERAL FUND REVENUE 01-300.1000 CASH FORWARD 106,551.02 (80,285.00) 26,266.02 31-322.1000 BUILDING PERMITS 116,000.00 40,000.00 156,000.00 31-334.6000 ST. JOHN'S WATER MANAGEMENT - 20,000.00 20,000.00 31-335.1210 STATE CIG. TAX/SALES TAX 90,750.00 14,000.00 104,750.00 D1-335.1220 MUNICIPAL GAS TAX 51,960.00 13,000.00 64,960.00 D1-335.1800 LOCAL 1/2 CENT SALES TAX 359,000.00 38,000.00 397,000.00 D1-343.4510 RECYCLED PRODUCT REVENUE 7,000.00 6,000.00 13,000.00 D1-361.1000 INTEREST FROM INVESTMENTS 80,000.00 21,000.00 101,000.00 01-369.2000 SITE PLAN REVIEW INCOME 35,000.00 12,000.00 47,000.00 ,MENDED GENERAL FUND REVENUE PLANNING & ZONING 01-3-515.3100 PLANNING SERVICES 01-3-515.4910 PUBLISHING 83,715.00 ,MENDED PLANNING & ZONING EXPENDITURES 7,105.00 10,000.00 5,630.00 15,630.00 9,600.00 1,475.00 11,075.00 NON -DEPARTMENTAL 01-17-901.9110 TRANSFER -CAPITAL IMPROVEMENT FUND ,MENDED NON -DEPARTMENTAL EXPENDITURES 59,610.00 AMENDED GENERAL FUND REVENUE AMENDED GENERAL FUND EXPENDITURES REVENUES 02-363.2220 IMPACT FEES -AERIAL FIRE TRUCK ,MENDED FIRE PROTECTION FUND REVENUES EXPENDITURES 02-22-581.9100 TRANSFER TO GENERAL FUND 8,130.00 ,MENDED FIRE PROTECTION FUND EXPENDITURES 8,130.00 311,129.00 59,610.00 370,739.00 83,715.00 83,715.00 6,770.00 8,130.00 14,900.00 6,770.00 8,130.00 14, 900.00 STREET DEPT. 01-7-541.4620 EQUIPMENT MAINTENANCE 14,705.00 3,000.00 17,705.00 01-7-541.5200 OPERATING SUPPLIES 6,150.00 6,500.00 12,650.00 01-7-541.5300 STREET REPAIRS 21,950.00 4,000.00 25,950.00 01-7-541.5330 STREET SIGNS 6,100.00 3,500.00 9,600.00 ,MENDED STREET DEPT. EXPENDITURES 17,000.00 NON -DEPARTMENTAL 01-17-901.9110 TRANSFER -CAPITAL IMPROVEMENT FUND ,MENDED NON -DEPARTMENTAL EXPENDITURES 59,610.00 AMENDED GENERAL FUND REVENUE AMENDED GENERAL FUND EXPENDITURES REVENUES 02-363.2220 IMPACT FEES -AERIAL FIRE TRUCK ,MENDED FIRE PROTECTION FUND REVENUES EXPENDITURES 02-22-581.9100 TRANSFER TO GENERAL FUND 8,130.00 ,MENDED FIRE PROTECTION FUND EXPENDITURES 8,130.00 311,129.00 59,610.00 370,739.00 83,715.00 83,715.00 6,770.00 8,130.00 14,900.00 6,770.00 8,130.00 14, 900.00 LINE ITEM NUMBER CITY OF CAPE CANAVERAL BUDGET TRANSFERS FOR THE QUARTER ENDED 9/30/2000 9/30/00 BUDGET BUDGET ACCOUNT NAME BALANCE AMENDMENTS ADJUSTED BUDGET BALANCE -. -. REVENUES 1-300.1000 )1-380.5000 TRANSFER FROM GENERAL FUND 311,129.00 59,610.00 370,739.00 MENDED CAPITAL PROJECTS FUND REVENUES 59,610.00 EXPENDITURES EXPENDITURES )1-25-541.6300 CAPITAL -INFRASTRUCTURE & IMPROV. 81,390.00 15,255.00 96,645.00 0-25-541.6316 CAPITAL - STORMWATER - STREETS 37,600.00 44,355.00 81,955.00 MENDED CAPITAL PROJECTS FUND EXPENDITURES 59,610.00 488,261.00 307,002.00 AENDED SEWER FUND EXPENDITURES 615,023.00 S FUNS' REVENUE 1-300.1000 CASH FORWARD 832,144.00 615,023.00 1,447,167.00 AENDED SEWER FUND REVENUE 615,023.00 EXPENDITURES 1-19-901.6310 COLLECTION SYSTEM IMPROVEMENTS 130,000.00 139,012.00 269,012.00 1-19-901.6313 RECLAIMED WATER -PHASE III 488,261.00 307,002.00 795,263.00 1-19-901.6314 REUSE PROJECT -PHASE IV 22,500.00 308,021.00 330,521.00 1-19-901.9900 CONTINGENCY 665,959.00 (139,012.00) 526,947.00 AENDED SEWER FUND EXPENDITURES 615,023.00 d 9 City of Cape Canaveral CITY os CAPE CANAVERAL MEMORANDUM DATE: OCTOBER 14, 2000 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: ANDREA BOWERS CITY TREASURER SUBECT: QUARTERLY BUDGET REPORT AND TRANSFERS FOR THE FISCAL YEAR ENDING 9/30/2000. We have come to the end of the Fiscal Year 1999/2000. It has been a very busy and productive year. While there is normally not a request for budget transfers at the end of the year, the nature of the activity requires that one be made at this time. Many of the amendments are simply housekeeping, putting items already approved by council under the umbrella of a Resolution, required by the Auditor General. Where there are new items, an explanation will be provided. Following is an evaluation of budget amendments requiring attention. It should be noted that only those items representing a significant change in fiscal policy have been offered for adjustment. It is not the intent of these amendments to adjust each account to reflect actual activity. GENERAL FUND REVENUES: Revenues are well within expected projections for the fiscal year and due to the increased building activity it is expected that the cash forward will be reduced from the initial figure. Final revenue figures will be presented with the Annual Financial Report, as we are still receiving the final payments for many items. At this time it is requested that a few revenue accounts be increased to allow for the final receipts. These accounts are listed on the itemized report attached. 105 Polk Avenue • Post Office Box 326 • Cape Canaveral, FL 32920-0326 Telephone (321) 868-1200 . FAX (321) 799-3170 • fcn.state.fl.us/cape/ e-mail: capeC�iu.net EXPENDITURES: Planning & Zoning: An increase of $5,630 is requested to finish out the required planning and $1,475 is requested to fund the legal notices for the various Comp Plan amendments. Street Department: It is requested that $17,000 be added to the Street department's budget. This increase is due to increased activity in the area of equipment maintenance and street/sign repairs. Non -Departmental: The only account amended in non -departmental relates to the Capital Projects Fund. An increase of $59,610 is requested to fund additional activity. Of this amount $$36,358 was approved March 21" and $13,000 was approved May 16`h The additional funding is requested to cover the total costs as submitted by the Public Works Director. FIRE PROTECTION FUND As a final year end adjustment, I would increase the revenue received in impact fees for the Aerial Fire Truck and in turn increase the transfer to the General Fund. This increase is due to the increase in Building Permits. CAPITAL PROJECTS FUND It is requested that Capital Improvements -Infrastructure be increased by $15,255 and the Capital Improvements -Storm water be increased by $44,355. As stated above, these amounts represent the additional funding for the projects. SEWER FUND Cash Forward is increased by $615,023 to fund the increase in Budget for Phase III and Phase IV. Contingency has been decreased to fund the Slip Lining done to the collection system. This completes the requested Budget Amendments for the final quarter of the fiscal year 1999/00. Please contact the Finance Department with any questions and/or concerns. City Council Regular Meeting City Hall Annex, 111 Polk Avenue Tuesday, October 3, 2000 7:00 PM MINUTES CALL TO ORDER: PLEDGE OF ALLEGIANCE: ROLL CALL: Council Members Present: Larry Weber Richard Treverton Burt Bruns Mayor Pro Tem Buzz Petsos Mayor Rocky Randels Others Present: Bennett Boucher, City Manager Mark McQuagge, Assistant City Attorney Susan Stills, Assistant City Clerk Morris L. Reid, C.B.O., Building Official Ed Gardulski, Public Work Director PROCLAMATIONS: Pharmacy Week Proclamation Mayor Randels read the Proclamation in its entirety. He then presented the proclamation to Mrs. Kathy Petsos on behalf of pharmacists. Mrs. Petsos announced that a pharmacist would be present at the Cape Canaveral Health Fair in November to answer any question regarding prescription drugs. DISCUSSION: Proposed Sign Ordinance Establishing Maximum Height and Size of Signs and Conformance Schedule <Tape 1, 166> Mayor Randels initiated discussion the proposed changes to the City's sign ordinance. Council agreed by majority to hear input from the audience for a specified time in order to accommodate the entire agenda. Council also agreed by majority to hear each person for three minutes and not to exceed beyond 8:30 P.M. Mr. Bill Mays, 8810 Astronaut Blvd, represented Call One, Sheldon Cove, Quest Enterprises and Precious Collections. Mr. Mays responded that he resides on Merritl City of Cape Canaveral, Florida City Council Regular Meeting October 3, 2000 Page 2 Island. Mr. Mays objected to the limited time for speaking and Council's desire to prohibit restating positions on the issue. Mr. Boucher explained the overall requirements developed by the Planning and Zoning Board. He stated the size as 150 square feet to 60 square feet, and a height from 30 feet to 12 feet, and the time of compliance as December 31, 2007 for amendment to the sign code were the prevalent issues. He emphasized that discussion during this item should be limited to those issues. Mr. Todd Peetz, City Planner, summarized that he used several other county sign ordinances to develop an ordinance that would provide ease of use and enhance City aesthetics. Mr. Treverton asked if beauty and aesthetics were primary factors. Mr. Peetz explained how large signs impede motor safety. Mayor Pro Tem Petsos questioned property value in light of signage. Mr. Peetz responded that Port Orange is most restrictive with an eight -inch high ordinance and property values in that area did not diminish. Mr. Mark Nelson, of 207 Arthur Avenue, representing his business at 160 Polk Avenue. Mr. Nelson expressed concern with the current length of the document. He also expressed concern that City signs remain exempt from the code. Joyce Murphy, of 227 Cherie Down Lane, representing King Rentals. Ms. Murphy expressed that changes in the sign ordinance affect businesses financially. She explained how signage provides a public image for the business. Ms. Murphy emphasized that a small sign is not practical for business. She related the cost of doing business without her current signage. Melvin Forrester, representing Christ Lutheran Church. Mr. Forrester related that the church reader board has greater visibility from the road using its current size of lettering. He stated that changing the sign would cause a financial burden for the church. Mr. Kurt Tezel, of Merritt Island, representing Discovery Bay and SunSeed Cooperative. Mr. Tezel expressed concern in using a smaller sign on a commercial corridor. He emphasized this discussion is a review of former meetings. Mr. Weber queried Mr. Tezel for his solution to the proposed amendments. Mr. Tezel related the traffic imposition in using a smaller sign and asked that no change be made to the sign code. Ms. Murphy asked if changes were made the sign ordinance to date and their effect on businesses. Mr. Morris Reid, Building Official, explained the amendments in place. Mr. Reid restated that no signs are being removed at this time. Mr. Bruns responded to Mr. Mays that if a sign were destroyed, it must be rebuilt to comply with the ordinance in the City code. City of Cape Canaveral, Florida City Council Regular Meeting October 3, 2000 Page 3 Mr. Randy O'Brien, of Merritt Island, representing his business at 777 Aerospace Industrial Park, American Boom & Barrier. Mr. O'Brien explained how the Port Orange area was a planned development and subsequently does not compare with Cape Canaveral. Mr. O'Brien suggested a percentage on the amount repair to a damaged sign. Mr. O'Brien related a motor safety factor in lowering the signage. Mr. O'Brien summarized that the City might desire to conform to the County's proposed ordinance on signage. He expressed that leadership should come through responsible regulation and that Brevard County was considering 150 square foot signs; 30 -feet in height. Mr. Bruns noted that the County also favors understated signage. Jerry Sales, of Cocoa, representing Beach Pawn and East Coast Music. Mr. Sales stated that the businesses represented a prominent tax base in the City and that should be a consideration in regulating signage. Michael McDevitt, representing United Agencies. Mr. McDevitt expressed that safety should precede aesthetics in developing the ordinance. Ms. Mary Jane Russell, Cape Canaveral resident, expressed that safety and locating a destination is an important factor in signage. Mr. Jim Morris, of Cocoa Beach, Cape Canaveral property owner. Mr. Morris stated that attracting businesses and jobs is imperative to a City. He explained how multi - tenant units face the difficulty of being recognized. Mr. Morris also emphasized the financial difficulty in replacing signs and asked if the City would find grants in providing signage. Mayor Pro Tem Petsos concurred that granting funding is a viable solution. Dr. Leo Kerwin, representing his practice at 6811 N. Atlantic Avenue. Dr. Kerwin expressed his concern with frequent changes in sign requirements. Brian Yon, Merritt Island, representing Funntasia. Mr. Yon expressed concern that aesthetics appears to be the reason for the proposed changes and not safety. He stated the difficulty of visibility using a smaller sign within his heavily landscaped property. Mike W. Gulick, representing GO Signs at 8105 Canaveral Blvd. Mr. Gulick expressed concern that Cape Canaveral is following Disney's image by its proposition to lower signage. Mr. Alan Beals, Merritt Island, representing Spaceport AMOCO. Mr. Beals related how this proposed sign change would effect a third sign change to his business. Mr. Beals stated how this change in signage would eliminate portions of his landscape. City of Cape Canaveral, Florida City Council Regular Meeting October 3, 2000 Page 4 Mr. Jim Peeples, representing the Radisson Resort at the Port, 8701 Astronaut Blvd. Mr. Peeples explained how the speed limit affects visibility. He related the financial investment in the hotel's signage. He also related the need for larger signage on large property. Mr. Peeples stated that a representative from Rusty's has data on safety statistics that he can forward to Council and staff. Mr. Bill Mays representing the businesses previously stated. Mr. Mays expressed concern with the safety issues of smaller signage. He stated on behalf of his tenants that smaller signage would make the units difficult to locate. Mr. Mays related how this issue was discussed in prior meetings and that a committee of business people was recommended to provide input. Mr. Mays recommended designated zones for lower signage. Mr. Bob Baugher, of Cocoa Beach, also representing the Radisson Resort at the Port. Mr. Baugher explained how changes to the sign ordinance would penalize a business such as the Radisson that is attempting to consolidate tracts of land. He related how deliberation is necessary before finalizing the sign ordinance. He stated that businesses also desire City beautification, however no one sign change is conclusive for all businesses. He requested that Council include business people in the proposed changes. Ms. Murphy questioned if a Committee would be formed prior to any changes. Mr. Boucher related that an attempt was made to gain input through a Committee, however participation was minimal. The meeting recessed at 8:35 P.M. The meeting resumed at 8:40 P.M. RESOLUTIONS: 1. Motion to Approve: Resolution No. 2000-40, Establishing Application Fees for the Community Board. <Tape 2, 258> A motion was made by Mr. Treverton and seconded by Mayor Pro Tem Petsos to approve Resolution No. 2000-40. Mayor Randels summarized the Board's intent in changing in the application fees. Mr. Treverton suggested using the project cost as a basis for the fee. Mayor Pro Tem Petsos concurred with Mr. Treverton and also queried if a review of fence applications was necessary. Ms. Nadena Easler, Chairperson, Community Appearance Board was presented and asked that the City Attorney provide an explanation. Attorney McQuagge explained that the provisions in a Level I or 11 application necessitated review. Mr. Reid stated that fences that have a visual City of Cape Canaveral, Florida City Council Regular Meeting October 3, 2000 Page 5 impact on the City are taken to the Community Appearance Board. Mr. Reid stated the ordinance allows the Building Official to determine if a fence application requires review. Attorney McQuagge explained that fence applications are submitted from two different perspectives in that the Community Appearance Board addresses aesthetics and Planning and Zoning addresses construction. Ms. Easler stated that Council determines the verbiage of the ordinance. Mr. Reid explained that the fee covers administration costs. Attorney McQuagge restated how other level applications are affected by eliminating the cost. Mr. Boucher recommended allowing the Board to workshop the ordinance with subsequent changes. An amendment to the main motion was made by Mr. Treverton and seconded and seconded by Mayor Pro Tem Petsos to change the amount in Section One, Level One, Paragraph D to a zero amount. A motion was made by Mr. Bruns and seconded by Mayor Pro Tem Petsos to approve Resolution No. 2000-40 to Establish Application Fees for the Community Board. There was no public comment. The motion passed 5-0, with voting as follows: Mr. Weber, For; Mr. Treverton, For; Mr. Bruns, For; Mayor Pro Tem Petsos, For and Mayor Randels, For. 2. Motion to Approve: Resolution No. 2000-42, Sewer Rate Resolution. <Tape 2, 765> Mayor Randels read Resolution No. 2000-42 in its entirety. Mayor Randels queried the change of the resolution number of that on the Agenda. Mr. Boucher explained that the City Attorney recommended a new number since the prior Resolution No. 2000-26 was not acted on. Mr. Bruns spoke in favor of the resolution in that a study was performed and the results necessitated an increase in sewer rates. Mr. Treverton concurred and stated that this resolution would assist in managing the City's finances. Cathy Barnes, of Lindsey Court queried the percentage of increase over the number of years. Mr. Bruns responded that this is a three percent increase over a five-year period. Ms. Barnes expressed concern with using discretionary overall increases. Mr. Bruns recommended that Ms. Barnes review the study document to gain further insight on the need for an increase. A motion was made by Mayor Pro Tem Petsos and seconded by Mr. Bruns to approve Resolution No. 2000-42 to increase Sewer Rates effective January 1, 2001. City of Cape Canaveral, Florida City Council Regular Meeting October 3, 2000 Page 6 There was no public comment. The motion passed 5-0, with voting as follows: Mr. Weber, For; Mr. Treverton, For; Mr. Bruns, For; Mayor Pro Tem Petsos, For and Mayor Randels, For. 3. Motion to Approve City Council Regular Meeting Minutes of September 19, 2000; Budget Hearing Minutes of September 5, 2000 and September 21, 2000. Mr. Weber made a correction to add "For" or "Against" with each Council members vote in the September 19, 2000 meeting minutes. A motion was made by Mr. Weber and seconded by Mr. Treverton to approve the City Council Regular Meeting Minutes of September 19, 2000 with Mr. Weber's correction and the Budget Hearing Minutes of September 5, 2000 and September 21, 2000. The motion passed 5-0, with voting as follows: Mr. Weber, For; Mr. Treverton, For; Mr. Bruns, For; Mayor Pro Tem Petsos, For and Mayor Randels, For. 4. Motion to Approve the Stormwater Master Plan A motion was made by Mr. Bruns and seconded by Mr. Weber to approve the Stormwater Master Plan. The motion passed 5-0, with voting as follows: Mr. Bruns, For; Mr. Treverton, For; Mr. Weber, For; Mayor Pro Tem Petsos, For; Mayor Randels, For. 5. Motion to Approve the Final Plat of Murphy's Portview Townhomes. <Tape 2, 1183> Mr. Treverton queried how the lot was subdivided and asked Mr. Murphy if future development is forthcoming on a 25 -foot parcel. Mr. Ed Mills stated that the portion in question is not part of the plat. A motion was made by Mr. Weber and seconded by Mayor Pro Tem Petsos to approve the Final Plat of Murphy's Portview Townhomes. The motion passed 5- 0, with voting as follows: Mr. Bruns, For; Mr. Treverton, For; Mr. Weber, For; Mayor Pro Tem Petsos, For; Mayor Randels, For. 6. Motion to Approve the Final Change Order for the Water Reclamation Project, Phase III <Tape 2, 1300> Mr. Gardulski explained that this request is to provide financial closure for the fiscal year. He also related that the cost for services was omitted and would be added from the bid tab sheet. He reported on the success of the project overall. Mayor Pro Tem Petsos queried the amount of pipe installed. Mr. Gardulski City of Cape Canaveral, Florida City Council Regular Meeting October 3, 2000 Page 7 reported that the project is consistently and thoroughly reviewed. Mr. Gardulski affirmed for Mr. Bruns that the project had traversed the A1A corridor. Mr. Treverton expressed concerned with the cost of the change order. Mr. Gardulski explained that the project is unit priced and subject to change. Mayor Pro Tem Petsos addressed that residents who did not apply needed a cost implements to their request for service done after the current installation. A motion was made by Mr. Bruns and seconded by Mr. Weber to approve the Final Change Order for the Water Reclamation Project, Phase III in the amount of $70,066.10. The motion passed 5-0, with voting as follows: Mr. Bruns, For; Mr. Treverton, For; Mr. Weber, For; Mayor Pro Tem Petsos, For; Mayor Randels, For. 7. Motion to Approve the Request for Proposals #01-01, Ranking of Engineering Consulting Services for Wastewater Operating Permit Renewal. <Tape 2, 1700> Mr. Boucher explained the how the bid process length of time affects the state requirement to submit the renewal application. Mr. Gardulski stated that of the firms submitting Request For Proposal's (RFP's) some are familiar and some are new. Mr. Gardulski stated that the RFP's were advertised and that the plant has technical needs as well as the need to renew its permit. Mr. Gardulski reviewed his criteria for ranking the firms. He ranked the firms as follows: • Hartman (1) — The firm designed the Water Reclamation facility • Boyle (2) —Engineer at firm performed previous permitting applications • McKim & Creed (3) - Performed past projects for the City • Brown and Caldwell (4) - Experience with the City • ATM (5) Representatives visited the plant, Vice President of firm, former FL Dept of Environmental Protection director of permitting • ASH (6) • CAP (6) The firms were scored by related experience in meeting the scope of the Request for Proposal. Mr. Gardulski explained that the lower ranking two were so named due to the size of their previous projects. Mr. Bruns expressed concern with ranking Hartman and Associates first in light of the improper design of Sand Filter project. Mr. Gardulski explained that the firm met the necessary requirements for the scope of the proposal. Mr. Boucher related his choices as: McKim & Creed (1) — Past experience with City projects Boyle (2) — Appropriate response to the RFP Brown & Caldwell (3) City of Cape Canaveral, Florida City Council Regular Meeting October 3, 2000 Page 8 Mr. Boucher related his top three choices only for expediency due to the lateness of the hour. Mr. Weber chose Boyle Engineering, Brown & Caldwell and McKim & Creed as his top three choices. Mr. Treverton concurred with Mr. Weber. Mr. Bruns chose Brown & Caldwell as number one with no preference for a second or third choice. Mayor Pro Tem Petsos chose Boyle first due to their permitting experience, Brown & Caldwell, second and McKim & Creed, third. Mayor Randels chose Hartman & Associates first; Boyle, second; and Brown & Caldwell, third. Mr. Gardulski responded to Mayor Pro Tem Petsos that permitting renewal experience was essential in his ranking. Mr. John Pekar summarized that Council has determined a short list and they might want the Engineering firms in attendance at this meeting to provide a presentation. Mr. Boucher queried if the firms were ready for presentation. Discussion ensued on a subsequent meeting date and time for presentations. A special meeting is scheduled for Monday, October 9th at 5:00 P.M. and the firms selected would make a 20 -minute presentation. 8. Motion to Approve the Amendment to the Collective Bargaining Agreement with the International Union of Operating Engineers, Local 673 (AFL-CIO). <Tape 2, 3443> Mr. Boucher explained that the Articles were signed off however wages were an issue. Mr. Boucher reviewed the Leaves of Absence benefit in that two additional days of leave are acquired if no days of sick are used which is concurrent with non-union privilege. Mr. Boucher explained how holiday pay provided to the non-union employees would be provided to Union employees. Mr. Boucher related that Union employees are requesting a 4 percent increase in wages. A motion was made by Mayor Pro Tem Petsos and seconded by Mr. Weber to approve the three Articles agreed upon in the Collective Bargaining Agreement with the International Union of Operating Engineers, Local 673 (AFL-CIO) and to defer the Article pertaining to Wages. The motion passed 5-0, with voting as follows: Mr. Bruns, For; Mr. Treverton, For; Mr. Weber, For; Mayor Pro Tem Petsos, For; Mayor Randels, For. Council agreed by majority to adjourn the meeting at 10:06 P.M. Rocky Randels, MAYOR Susan Stills, ASSISTANT CITY CLERK Meeting Type: Regular Meeting Date: 10-17-00 AGENDA Heading Considerations Item 4 No. The negotiated fee for this task is $20,940. AGENDA REPORT CITY COUNCIL OF THE CITY OF CAPE CANAVERAL SUBJECT: AWARD RFP NO. 01-01, ENGINEERING CONSULTING SERVICES AND CONTRACT FOR WASTEWATER TREATMENT PLANT OPERATING PERMIT RENEWAL DEPT./DIVISION: WATER RECLAMATION/PUBLIC WORKS Requested Action: City Council consider the award of RFP No. 01-01 to Brown & Caldwell and a contract for engineering consulting services for the wastewater treatment plant operating permit renewal as recommended by the public works director. Summary Explanation & Background: FDEP has noticed the city that the wastewater permit renewal application must be submitted by 01-24-01. The negotiated fee for this task is $20,940. I support staff's recommendation. Exhibits Attached: Public works director's memo of 10-11-00 and proposed contract City Manager's�ffice Department WATER RECLAMATION/PUBLIC WORKS g:/adm,LpFdo��i/meetmgi�t�x��i�,k�-�i-�1•uuc MEMORANDUM TO: Bennett C. Boucher City Manager FROM: Ed Gardulski Public Works Director DATE: October 11, 2000 RE: Agenda Item for October 17, 2000 Award RFP no. 01-01 Engineering Consulting Service and Award the City's Operating Permit Application Task to Brown and Caldwell Engineering & Consulting. The City of Cape Canaveral advertised for Engineering Consulting Services for assigned tasks that are related to but not limited to the City's wastewater treatment facility operation and permitting requirements. RFP no 01-01 was published in the Orlando Sentinel, Saturday August 12, 2000. Proposals were accepted until 3:00 on Tuesday, September 19, 2000. On this date the City received seven (7) proposals. On October 3�a, 2000 City Council Short-listed the received proposals. A special meeting is scheduled for Monday, October 9, 2000 at 5:00 for presentation. Each firm was allowed 20 minutes and 10 additional minutes for questions. As the result of the review of the RFP proposals and the presentations, City of Cape Canaveral Council established the following final ranking: Brown and Caldwell Boyle Engineering Corporation McKim and Creed Staff was directed to check the firm's client references and negotiate a contract. Attached is a fee scheduled and contract for professional environmental engineering services. In addition, attached is a proposal for making the City of Cape Canaveral's operating permit application in the amount of $20,940. This application for the City's wastewater operating permit is a requirement of DEP and is due January 2001. Funds have been budgeted and are available within the Enterprise Fund Operating Budget. Recommend approval of awarding the professional environmental engineering consulting services to Brown and Caldwell. Also, recommend the approval for tasks 1-8 for the City of Cape Canaveral's operating permit application in the amount of $20,940. AGREEMENT FOR CONSULTING SERVICES BETWEEN QTY OF CAPE CANAVERAL AND BROWN AND C.ALDWELL FOR ENGINEERING CONSULTING SERVICES FOR ASSISTANCE IN RENEWAL OF FDEP OPERATING PERMIT OF THE QTY OF CAPE CANAVERAL WATER RECLAMATION FACILITY THIS AGREEMENT is made and entered into on this 17th day of October, 2000 by and between City of Cape Canaveral, hereinafter referred to as "Client," and Broom and Caldwell, a California corporation, hereinafter referred to as "Consultant." RECITALS: WHEREAS, Client is authorized to and desires to retain Consultant to provide engineering consulting services for assistance in renewal of the FDEP operating permit of the City of Cape Canaveral Water Reclamation Facility, WHEREAS, Consultant has available and offers to provide personnel and facilities necessary to perform the desired services within the required time; and WHEREAS, Client desires to retain Consultant to perform the services in the manner, at the time, and for the compensation set forth herein; NOW, THEREFORE, Client and Consultant agree as follows: DESCRIPTION OF PROJECT Client and Consultant agree that Project is as described in Exhibit A, entitled "Description of Project," dated . If, during the course of Project, Client and Consultant agree to changes in Project, such changes shall be incorporated in this Agreement by written amendment. II. SCOPE OF CONSULTANT SERVICES Consultant agrees to perform those services described hereafter. Unless modified in writing by both parties, duties of Consultant shall not be construed to exceed those services specifically set forth herein. A. Basic Services Consultant agrees to perform those basic services described in Exhibit B entitled " ," dated (the "Services"). Any tasks not specifically described in Exhibit B are Additional Services. B. Additional Services Client shall pay Consultant all fees and costs incurred in performing Additional Services provided the services were either (a) authorized by Client, or (b) required to be CL -P (June 30, 1999) Page 1 of 10 performed due to emergency conditions at the project site. r' e t will be deemed that the Additiena4 Serviees will be pegenv&d and Client does not ebjeet vvi� fi-,,e (5) wer4dfig , ay5 aft netifie4ien. Unless otherwise agreed in writing, Additional Services shall be performed in accordance with Consultant's sta" billing rates at the tL-P& the ° aa'*"...,,i c femiea_within this agreement. C. Litigation Assistance Unless specifically stated therein, the Scope of Services does not include assistance to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by Client. All such services required or requested of the Consultant by Client or any third party (except claims between Client and Consultant) will be reimbursed at Consultant's applicable rates for such litigation services. III. RESPONSIBILITIES OF CLIENT In addition to payment for the Services performed under this Agreement, Client shall: 1. Assist and cooperate with Consultant in any manner necessary and within its ability to facilitate Consultant's performance under this Agreement. 2. Designate in writing a person to act as Client's representative with respect to this Agreement. Such person shall have complete authority to transmit instructions, receive information, interpret and define Client's policies, make decisions and execute documents on Client's behalf. 3. Furnish Consultant with all technical data in Client's possession including, but not limited to, maps, surveys, drawings, soils or geotechnical reports, and any other information required by, or useful to, Consultant in performance of its Services under this Agreement. Consultant shall be entitled to rely upon the information supplied by Client. 4. Notify Consultant of any known or potential health or safety hazards existing at or near the project site. 5. Provide access to and/or obtain permission for Consultant to enter upon all property, =ether er not ewnea by Che , as required to perform and complete the Services. 6. if Consultant's seope of work ineludes services during Ghent wiH -require the ^��� 1 11> age B, an a .hams C,^ against ��� demands, 'r��bAkiGTie'sses, damages, and e()stJ, L _1 ( 1 11 .1 f 1 f I . CL -P (June 30, 1999) Page 2 of 10 amp 1 =101 NOW CL -P (June 30, 1999) Page 2 of 10 IV. AMERICANS WITH DISABILITIES ACT Any other provision of this Agreement to the contrary notwithstanding, unless otherwise specified in the Scope of Services, Client shall have sole responsibility as between Client and Consultant for compliance with the Americans With Disabilities Act ("ADA") 42 U.S.C. 12101 et. Seq. and the related regulations. V. AUTHORIZATION AND COMPLETION In signing this Agreement, Client grants Consultant specific authorization to proceed with work specified in Exhibit B. The estimated time for completion is within calendar days of the date Consultant receives authorization to proceed with the work from Client. Consultant shall use its best efforts to perform the work specified in Exhibit B within the estimated time. VI. COMPENSATION A. Amount For the Services described in Exhibit B, Client agrees to pay, and Consultant agrees to accept compensation in accordance with Exhibit C. Where Consultant has provided Client with a breakdown of the total compensation into subtasks, such breakdowns are estimates only. Consultant may reallocate compensation between tasks, provided total compensation is not exceeded without the approval of Client. B. Payment As long as Consultant has not defaulted under this Agreement, Client shall pay Consultant within 30 days of the date of Consultant's invoices for services performed and reimbursable expenses incurred under this Agreement. If Client has reason to question or contest any portion of any such invoice, amounts questioned or contested shall be identified and notice given to Consultant, within 15 days of the date of the invoice. Any portion of any invoice not contested shall be deemed to be accepted and approved for payment and shall be paid to Consultant within 30 days of the date of the invoice. Client agrees to cooperate with Consultant in a mutual effort to resolve promptly any contested portions of Consultant's invoices. In the event any uncontested portions of any invoice are not paid within 30 days of the date of Consultant's invoice, interest on the unpaid balance shall accrue beginning with the 31st day at the maximum interest rate permitted bylaw. VII. RESPONSIBILITY OF CONSULTANT A. Standard of Care—Professional Services Subject to the express provisions of the agreed scope of work as to the degree of care, amount of time and expenses to be incurred, and subject to any other limitations contained in this Agreement, Consultant shall perform its Services in accordance with generally accepted standards and practices customarily utilized by competent CL -P (June 30, 1999) Page 3 of 10 engineering firms in effect at the time Consultant's Services are rendered. Consultant does not expressly or impliedly warrant or guarantee its Services. B. Reliance upon Information Provided by Others If Consultant's performance of services hereunder requires Consultant to rely on information provided by other parties (excepting Consultant's subcontractors), Consultant shall not independently verify the validity, completeness, or accuracy of such information unless otherwise expressly engaged to do so in writing by Client. C Consultant's Opinion of Probable Costs (Cost Estimate.) Client acknowledges that construction cost estimates, financial analyses and feasibility projections are subject to many influences including, but not limited to, price of labor and materials, unknown or latent conditions of existing equipment or structures, and time or quality of performance by third parties. Client acknowledges that such influences may not be precisely forecasted and are beyond the control of Consultant and that actual costs incurred may vary substantially from the estimates prepared by Consultant. Consultant does not warrant or guarantee the accuracy of construction or development cost estimates. D. Construction Phase Services 1. Consultant's activities at Construction Site. The presence of Consultant's personnel at a construction site, whether as on-site representative, resident engineer, construction manager, or otherwise, does not make Consultant responsible for those duties that belong to Client and/or construction contractors or others, and does not relieve construction contractors or others of their obligations, duties, and responsibilities, including, but not limited to, construction methods, means, techniques, sequences, and procedures necessary for completing all portions of the construction work in accordance with the contract documents, any health or safety programs and precautions required by such construction work, and any compliance with applicable laws and regulations. Any inspection or observation of the contractor's work is solely for the purpose of determining that the work is generally proceeding in conformance with the intent of the project specifications and contract documents. Consultant makes no warranty or guarantee with respect to the perforrriance of a contractor. Consultant has no authority to exercise control over any construction contractor in connection with their work or health or safety programs and precautions. Except to protect Consultant's own personnel and except as may be expressly required elsewhere in the scope of services, Consultant has no duty to inspect, observe, correct, or report on health or safety deficiencies of the construction contractor. 2. Shop Drawing and Submittal Review. If required by Consultant's Scope of Services, Consultant shall review shop drawings or other contractor submittals for general conformance with the intent of the contract documents. Consultant shall not be required to verify dimensions, to engineer contractor's shop drawings or submittals, nor to coordinate shop drawings or other submittals with other shop drawings or submittals provided by contractor. CL -P (June 30, 1999) Page 4 of 10 3. Record Drawings. Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the Project was finally constructed. Consultant is not responsible for any errors or omissions in the information from others that are incorporated into the record drawings. VIII. ASSIGNMENT OF TASKS TO AFFILIATES A. If the authorized scope of work includes construction activities or the oversight of construction, Consultant may, at its discretion and upon notice to Client, assign all of its contractual rights and obligations with respect to such activities or services to Brown and Caldwell Constructors, its wholly owned affiliate. B. If the authorized scope of work requires professional services to be performed in a jurisdiction in which Consultant renders professional services solely through a locally registered engineering affiliate for purposes of compliance with professional licensing requirements in that jurisdiction, Consultant may, in its Elisereti , upon notice to Client, and with Client's written approval assign its contractual rights and obligations with respect to such activities or services to such locally registered engineering affiliate. IX. ASBESTOS/HAZARDOUS MATERIALS Consultant and Consultant's subcontractors shall have no responsibility for the discovery, handling, removal, or disposal of or exposure of persons to asbestos or hazardous or toxic materials that are present in any form at the Project site. Professional services related to or in any way connected with the investigation, detection, abatement, replacement, use, specification, or removal of products, materials, or processes containing asbestos or hazardous or toxic materials are beyond the scope of this Agreement. Client shall be solely responsible for notifying all appropriate governmental agencies, including the potentially effected public, of the existence of any hazardous or toxic materials located on or in the project site at anytime. In the event Consultant encounters asbestos or hazardous materials at the jobsite, Consultant may, at its option and without liability for damages, suspend the performance of services on the Project until such time as Client and Consultant mutually agree on an amendment to this Agreement to address the issue, or Client retains another specialist consultant or contractor to identify, classify, abate and/or remove the asbestos and/or hazardous materials. X. CONSULTANT'S WORK PRODUCT A. Scope Consultant's work product which is prepared solely for the purposes of this Agreement, including, but not limited to, drawings, test results, recommendations and technical specifications, whether in hard copy or electronic form, shall become the property of Client when Consultant has been fully compensated as set forth herein. Consultant may keep copies of all work product for its records. Consultant and Client recognize that Consultant's work product submitted in performance of this Agreement is intended only for the project described in this Agreement. Client's alteration of Consultant's work product or its use by Client for any CL -P (June 30, 1999) Page 5 of 10 other purpose shall be at Client's sole risk, and Client shall hold harmless and indemnify Consultant against all losses, damages, costs and expense, including attorneys' fees, arising out of or related to any such alteration or unauthorized use. B. Electronic Copies If requested, solely as an aid and accommodation to Client, Consultant may provide copies of its work product documents in computer -readable media ("electronic copies," "CADD"). These documents will duplicate the documents provided as work product, but will not bear the signature and professional seals of the registered professionals responsible for the work Client is cautioned that the accuracy of electronic copies and CADD documents may be compromised by electronic media degradation, errors in format translation, file corruption, printing errors and incompatibilities, operator inexperience and file modification. Consultant will maintain the original copy, which shall serve as the official, archived record of the electronic and CADD documents. Client agrees to hold harmless, indemnify and defend Consultant from any claims arising out of or relating to any unauthorized change or alteration of electronic copies and CADD documents. XI. INDEM*,JIFIC.ATION A. Indemnification of Client Consultant agrees to indemnify, defend, and hold Client harmless from and against any liability to the extent arising out of the negligent errors or negligent omissions of Consultant, its agents, employees, or representatives, in the performance of Consultant's duties under this Agreement. B. Consequential Damages Regardless of any other term of this Agreement, in no event shall either party be responsible or liable to the other for any incidental, consequential, or other indirect damages. XII. CONSULTANT'S INSURANCE Consultant shall procure and maintain the following minimum insurance: 1. Commercial general liability insurance, including personal injury liability, blanket contractual liability and broad -form property damage liability coverage. The combined single limit for bodily injury and property damage shall be not less than $1,000,000. 2. Automobile bodily injury and property damage liability insurance covering owned, non - owned, rented, and hired cars. The combined single limit for bodily injury and property damage shall be not less than $1,000,000. 3. Statutory workers' compensation and employer's liability insurance as required by state law. 4. Professional liability insurance. The policy limit shall be not less than $1,000,000. Upon request, Consultant shall submit to Client certificates of insurance for the policies listed above. The certificates shall provide that the insurance company gives written notice to Client at least ten days prior to cancellation of the policy. CL -P (June 30, 1999) Page 6 of 10 XIII. CONFIDENTIALITY Consultant agrees it will maintain the confidentiality of material it receives from Client which Client has clearly identified as "Confidential" and will not disclose, distribute, or publish to any third parry such confidential information without the prior permission of Client. Notwithstanding the foregoing, Consultant shall have no confidentiality obligation with respect to information that: 1) becomes generally available to the public other than as a result of disclosure by Consultant or its agents or employees; 2) was available to Consultant on a non -confidential basis prior to its disclosure by Client; 3) becomes available to Consultant from a third parry who is not, to the knowledge of Consultant, bound to retain such information in confidence. In the event Consultant is compelled by subpoena, court order, or administrative order to disclose any confidential information, Consultant shall promptly notify Client and shall cooperate with Client prior to disclosure so that Client may take necessary actions to protect such confidential information from disclosure. XIV. SUBCONTRACTS Consultant shall be entitled, to the extent determined appropriate by Consultant, to subcontract any portion of the services to be performed under this Agreement. XV. SUSPENSION OF WORK Work under this Agreement may be suspended as follows: 1. By Client. By written notice to Consultant, Client may suspend all or a portion of the Work under this Agreement if unforeseen circumstances beyond Client's control make normal progress of the Work impracticable. Consultant shall be compensated for its reasonable expenses resulting from such suspension including mobilization and demobilization. If suspension is greater than 30 days, then Consultant shall have the right to terminate this Agreement in accordance with Article XVI, Termination of Work. 2. By Consultant. By written notice to Client, Consultant may suspend the Work if Consultant reasonably determines that working conditions at the Site (outside Consultant's control) are unsafe, or in violation of applicable laws, or for other circumstances not caused by Consultant that are interfering with the normal progress of the Work. Consultant's suspension of Work hereunder shall be without prejudice to any other remedy of Consultant at law or equity. XVI. TERMINATION OF WORK A. This Agreement may be terminated by Client as follows: (1) for its convenience on 30 days' notice to Consultant, or (2) for cause, if Consultant materially breaches this Agreement through no fault of Client and Consultant neither cures such material breach nor makes reasonable progress toward cure within 15 days after Client has given written notice of the alleged breach to Consultant. CL -P (June 30, 1999) Page 7of10 B. This Agreement may be terminated by Consultant as follows: (1) for cause, if Client materially breaches this Agreement through no fault of Consultant and Client neither cures such material breach nor makes reasonable progress toward cure within 15 days after Consultant has given written notice of the alleged breach to Client, or (2) upon five days' notice if work under this Agreement has been suspended by either Client or Consultant for more than 30 days in the aggregate. C Payment upon Termination In the event of termination, Consultant shall perform such additional work as is reasonably necessary for the orderly closing of the Work. Consultant shall be compensated for all work performed prior to the effective date of termination, plus work required for the orderly closing of the Work, including: (1) authorized work performed up to the termination date plus termination expenses, including all labor and expenses, at Consultant's standard billing rates, directly attributable to termination; (2) all efforts necessary to document the work completed or in progress; and (3) any termination reports requested by Client. Except for termination of Consultant by Client for cause, Consultant shall also receive a termination fee equal to 15 percent of the total compensation yet to be earned under existing authorizations at the time of termination to account for Consultant's rescheduling adjustments, reassignment of personnel, and related costs incurred due to termination. XVII. ASSIGNMENT This Agreement is binding on the heirs, successors, and assigns of the parties hereto. Except as otherwise set forth under Article VIII, Assignment of Tasks to Affiliates, this Agreement may not be assigned by Client or Consultant without prior, written consent of the other. XVIII. NO BENEFIT FOR THIRD PARTIES The services to be performed by Consultant are intended solely for the benefit of Client, and no benefit is conferred on, nor contractual relationship established with any person or entity not a parry to this Agreement. No such person or entity shall be entitled to rely on Consultant's services, opinions, recommendations, plans, or specifications without the express written consent of Consultant. No right to assert a claim against the Consultant, its officers, employees, agents, or consultants shall accrue to the construction Consultant or to any subcontractor, supplier, manufacturer, lender, insurer, surety, or any other third parry as a result of this Agreement or the performance or nonperformance of the Consultant's services hereunder. XIX. FORCE MAJEURE Consultant shall not be responsible for delays caused by circumstances beyond its reasonable control, including, but not limited to (1) strikes, lockouts, work slowdowns or stoppages, or accidents, (2) acts of God, . Consultant shall not be liable for damages arising out of any such delay, nor shall the Consultant be deemed to be in breach of this Agreement as a result thereof. CL -P (June 30, 1999) Page 8 of 10 XX. INTEGRATION This Agreement represents the entire understanding of Client and Consultant as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered herein. This Agreement may not be modified or altered except in writing signed by both parties. Any purchase order issued by Client, whether or not signed by Consultant, and any terms and conditions contained in such purchase order which are inconsistent with this Agreement shall be of no force and effect. XXI. SEVERABILITY If any part of this Agreement is found unenforceable under applicable laws, such part shall be inoperative, null, and void insofar as it conflicts with said laws, but the remainder of this Agreement shall be in full force and effect. NMI. CHOICE OF LAW/JURISDICITON This Agreement shall be administered and interpreted under the laws of the state of Florida, in and for Brevard County.: �,L,:,..t. the RC err ee `- :�'le f�" ' �" e~ : leea*ed. Jurisdiction of litigation arising from the Agreement shall be in that state. XXIII. ATTORNEYS' FEES In the event either party commences legal proceedings against the other, then the prevailing party shall, in addition to any other recovery, be entitled to recover its reasonable attorneys' fees and all other costs of such proceeding. =V. NOTICES All notices required under this Agreement shall be delivered by facsimile, personal delivery or mail and shall be addressed to the following persons: [Name] [Naar/ Project Manager IT&I Brown and Caldwell [Client's Naar] [A dd�usl [A ddius] Fax: [rnaivr] Fax: [man -r] Notice shall be effective upon delivery to the above addresses. Either party may notify the other that a new person has been designated by it to receive notices, or that the address or Fax number for the delivery of such notices has been changed, provided that, until such time as the other party receives such notice in the manner provided for herein, any notice addressed to the previously -designated person and/or delivered to the previously -designated address or Fax number shall be effective. XXV. AUTHORIZATION The persons executing this Agreement on behalf of the parties hereto represent and warrant that the parties have all legal authority and authorization necessary to enter into this Agreement, and that such persons have been duly authorized to execute this Agreement on their behalf. CL -P (June 30, 1999) Page 9 of 10 IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the date first above written. [Legal name of Brown and Caldwell] [For contracts with the State of California, add: Contract ID number 80160.] Signature Printed Name Title Federal Tax ID number. 94-1446346 [CLIENT] Signature Printed Name Title CL -P (June 30,1999) Page 10 of 10 ATTACHMENT B DRAFT CITY OF CAPE CANAVERAL WATER RECLAMATION FACILITY OPERATING PERMIT RENEWAL APPLICATION PACKAGE AND RELATED IMPROVEMENTS BROWN AND CALDWELL OTHER DIRECT COSTS OTHER DIRECT COSTS: Quantity Units Cost/Unit Total Copying Documents 4000 Page 0.15 $600 Copying Plans 100 Page 3.00 $300 Mileage 500 Miles 0.33 $165 Telephone 4 Months 25.00 $100 Postage 40 Letter 0.33 $13 Fed -Ex 12 Package 9.50 $114 Fax 100 Page 2.00 $200 TOTAL: $1 A92 OCT -10-00 TUE 04.12 PM CITY OF ORL WASTEWATER FAX NO. 4072462886 OCT -1(3-01a 02:14 PM CAHk — - mr. I 1-19MMI LOLnrOp City of Orlando RE: Brown Caldwell Client References To Whom it May Concern: ity of Cape Canaveral c 07'aMC� OCT 11 2001J, The environmental engineering firm Brown and Caldwell has presented a list of client references and has encouraged the City of Gape Canaveral to contact these organizations to confirm quality and responsive service that Brown and Caldwell provided to its clients. Please answer the following questions: 1. How satisfied was your organization with the quality of work performed by Brown and Caldwell? 2. How satisfied was your organization with the work performed by Brown and Caldwell on time? 3. How satisfied was your organization with the responsiveness of Brown and Caldwell? 4. How satisfied was, your Organization with the work completed by Brown and Caldwell within Budget? Please contact the Cape Canaveral Public Works Director Ed Gardulski for any additional concems at (321) 868-1240. R6turn FAX (321) 799-4980 Some Not What Very Satisfied Satfsfted Satisfied Satisfied S 2 3 1 T 3 O4 t 2 3 105 Polk Avenue • Post Office Box 326 • Cipe Canaveral, FL 32920-0326 Telephone (321) 968-1200 a FAX (321) 799-3170 • fcn.state.fl.as/cape/ e -snail: cape@iumcr P. 01 Oct -10-00 03:4OP City Of Cape Canaveral i=P.Of i S( -PWB ; k,' N0. b612x2235? 407-799-3170 P.14 Oct. 1[� 2000 Ems: t9P'1 PI City of Cape Canaveral nor mown M,36 1, V. t:, South Cental Regional Watto'"Ier Teestment and D spoeel ®nerd Delray Seat:h, Fry RS: 1111l csi"Wl Client Re!erenoCa To 1N!10M it May Coffin: Tho environmsnisl en9incoring firm grown prW Ca dwell has presented a list of diel references end has encournped the Clty of Cap* Conaverar to Corbet then a organizationri to collrnr "Ity end rexwsivs service that R,omn and !!akkW' provided :o Rs clients. Plessesrswerthe follow,np Ouesu": Borns Not What wry Batiafied Saftfled Satisfied Satisfied 1. How satisfied was your arganiza,ian with the vwlity of work perlorrnad by Brown and C210WIMI" 1 2 3 fop 2. Mow soul+ od was your or9;an;zation with the work performed by Brown and Caldweli cn t'mo9 2 3 3, HOW as QM&d w64 your orgentzalion with the relporitive)ass Of Drowe and Oaldwel? 2 3 4 Mow MISAad woe yet,r orgenizoeort wid) the Wit Completed by BrOwn and Caidwet' within guogell 1 2 3 Please eentectthe Care Canaveral Public WorKs Ofe0lor Ild GardUlaki For 9ny nddiriorol Corcern3 at (32') 865-1240. Return FAX (321) 799-4980 105 Nk Avonve + Not Of ce Box 326 . t -4x Canaveral, PL 32120.03>6 Yckplart, (32.) 668-1200 • EAX (32 1' 799-3170 • fcn.state_P-Lwcaper 9'rmd- 4ripajl'.nst Oct -12-00 07:55A P.Ol -- -- -- --•-. .. ti... � ...-. .... �.;n� r -w 4k]f ,7'y 4•J MN Y.b1 Me. Pal Fieminfl P. � l;J City of MNbourne i RE Blown Celdw&i Client References To Whom It May Concern City of Cape Canaveral The environmental englneorin9 firm Brown and Caldwell has presented a Nat of cllent referances end has encouraged the City of Gaps Canaveral io contscMese organizations to oonflrm quallry and responsive carvice that Brown and Celdwal providod to its clients Please answer the following aueativna. Some Not What Very 3atlafled 6atlsfled $atisfted Satisfied 1, Now satisfied was your orgenlraton with the qua!ly of work performed Iyy stow?) and Caldweil) 1 2 3 ; 0. 2. How satisfied was your organ;=pilo^ with tha / worx performed by Brown and Caidwell or time? 1 2 S f 4 i 3, Flow satitsrted was youf organization with the rftponsiveness of Brown and Caldwell? 1 2 Z 4 4. How satisflad was your oroantzatiorr with the work completed by Srowr and Celdweit wittmr. 8udpet? 1 2 3 4 Pre#sa contact the Cape Coneverei Public Warks { U DireCbr fid (38W tf9kl for any additional comrern3 at (321) 866.1240. Return FAX (921) 78g-4980 105 Polk Avenue s Post Office Rm 326 ■ Cape Canaveral, FL 32928-0326 Teltplwne (52 1) 868.1200 a FAX (321; 799-317D a fcn_uate.R.us/caper -mad: rape@iu.net Meeting Type: Regular Meeting Date: 10-17-00 AGENDA REPORT AGENDA Heading Considerations Item 5 No. I recommend approval. CITY COUNCIL OF THE CITY OF CAPE CANAVERAL SUBJECT: ENGINEERING CONSULTING SERVICES FOR RECLAIMED WATER OPERATING PROTOCOLS DEPT./DIVISION: WATER RECLAMATION/PUBLIC WORKS Requested Action: City Council authorize staff to retain our environmental consulting engineers to assist in evaluating reuse operating protocols for our system, short and long term operations. Summary Explanation & Background: This was an item that we agreed upon at our joint public meeting with the City of Cocoa Beach. This task would be at an hourly rate. I recommend approval. Exhibits Attached: N/A City Manager"s'Office Department WATER RECLAMATION/PUBLIC WORKS g: /admifitcouncil/meetingi2"/ 10-1'7-00/protocol. doc Meeting Type: Regular Meeting Date: 10-17-00 AGENDA Heading Considerations Item 6 No. Exhibits Attached: AGENDA REPORT CITY COUNCIL OF THE CITY OF CAPE CANAVERAL SUBJECT: CONTRACT ADMINISTRATION AND INSPECTION SERVICES FOR RECLAIMED WATER PROJECT PHASE IV - PART 2 DEPT./DIVISION: RECLAIMED WATER/PUBLIC WORKS Requested Action: City Council consider approval of contract administration and inspection services for reclaimed water project Phase IV - Part 2, as recommended by the public works director. Sununary Explanation & Background: See attached correspondence. I recommend approval. Exhibits Attached: Public works director's memo of 10-06-00 City ManW's,Office Department RECLAIMED WATER/PUBLIC WORKS goad cil/meeting/ /1 spection.doc MEMORANDUM TO: Bennett C. Boucher City Manager FROM: Ed Gardulski Public Works Director DATE: October 6, 2000 RE: City Council Agenda Item for October 17, 2000 Contract Administration and Inspection Service for the Reclaimed Water Phase IV, Part 2 and Extension by Stottler Stagg and Associates. The City of Cape Canaveral Council awarded the Change Order to Phase IV, Part 2 to Carl Hankins Inc., for the construction of the Reclaimed Water Extension. Attached is a proposal from SSA for the contract administration and inspection service that is recommended for a project of this extent. SSA was the design engineer of this project and have satisfactory performed contract administration and inspection service for other City of Cape Canaveral reclaimed water projects. Funds are available within the Enterprise Impact Fund for this project. This project is 100% funded by the City of Cape Canaveral and with out any matching grants. SSA's fees are based on an hourly rate and will be invoiced on actual work performed. Recommend the approval for contact administration and inspection service from SSA in the amount not to exceed $10,728 and to appropriate the necessary funds. Attachment CC: Sandra Sims, City Clerk File September 25, 2000 Mr. Ed Gardulski City of Cape Canaveral 105 Polk Avenue Cape Canaveral, FL 32920-0326 SSA RE: SSA Fee Proposal for Construction Inspection Services for Phase 4 -Part 2 Re -Use Water Line Dear Ed: Per your request, SSA is pleased to present our fee proposal for construction inspection services of the Phase 4 -Part 2 Re -Use Line program. Part 2 of the construction will include re- use lines from SR A1A to North Atlantic Avenue (along West Central Avenue). The line will also be extended approximately 300'± north from West Central Avenue along Atlantic Avenue. As much of the existing road rights-of-way includes utility and landscaping restriction, the majority of the work will include directional boring of the 12" PVC reuse main. In general, SSA will perform Contractor coordination and on-site inspection services on a part-time basis (20± hours per week for 8 weeks, 160± hours total) and will also review Contractor provided record drawings of the completed work. SSA SCOPE OF SERVICES Item 1 - Inspection: SSA's Construction Inspector will observe on-going work to coordinate for the City that construction is in accordance with design drawings and specifications. Daily inspection reports and photographs will be provided for inspection activities. SSA will also hold pre -construction and weekly meetings with the Contractor. SSA inspection work will be coordinated with the selected Contractor for each of the contract parts. The City will give SSA a Notice To Proceed for each part. SCHEDULES AND FEES Schedules: Upon receipt of written authorization to proceed SSA will coordinate schedules with the contractor and the City. Once construction starts, it is anticipated that 8 weeks will be required to complete the work. Fees: SSA's budget cost is as follows: Task 1 Project Engineer: 4 hours x $82.00 = $ 328.00 Field Engineer: 160 hours x $65.00 = $10,400.00 $10,728.00 (A $70.00 print/photo charge for inspection work has been included in the above fee.) Note: Only actual hours worked will be billed. If this project phases extend past December 31, 2000, SSA may adjust our hourly rates above. S"MM,ER STAGG & ASSOCIATES ARCHITECTS • ENGINEERS • PLANNERS, INC. CORPORATE OFFICE: 8680 North Atlantic Ave. P. O. Box 1630 Cape Canaveral, FL 32920 Tel 321-783-1320 Fax 321-7837065 Lic. #AAC000329 #EB0000762 #I,130006700 c 1civillprojectslproposaflp-gardulski phase 4 -part 2 reuse inspection. doc Mr. Ed Gardulski September 25, 2000 Paae 2 SSA Fee Proposal Construction Services for Phase 4 -Part 2 Fees will be billed monthly based on hourly work performed with reimbursable expenses and payment will be due within thirty (30) days of receipt. Additional work authorized in writing by the City that is not specifically included in this proposal, such as follow-up coordination work with land owners, contractor special meetings (such as claims), etc., will be deemed as additional services upon City's written authorization to proceed and will be billed at SSA's standard hourly rates or negotiated as a lump sum prior to beginning work. Out-of-pocket expenses for hourly work and additional printing will be billed with a fifteen percent (15%) mark-up. Compensation rates are based on ordinances, regulations and procedures in force on the execution date of this Agreement by the appropriate governing bodies having jurisdiction over the project. Any significant modification in these ordinance, regulations, procedures, etc. shall be justification for re -negotiation for the compensation due to the Consultant for the work involved. It is understood that any and all professional liabilities incurred by SSA throughout the course of rendering professional services on this project shall be limited to a maximum of the net fee received by SSA, not including reimbursable expenses and sub -consultants, for all services rendered on the project. Should it become necessary to obtain a third party to collect our fees for services, the City hereby agrees to pay all costs of such collections including Attorney's fees. The City and SSA respectively bind themselves, their partners, successors, assigns and legal representative to the other party to this Agreement and to the partners, successors, assigns, and legal representatives of such other party with respect to all covenants to this Agreement. Neither the City nor SSA shall assign, sublet or transfer any interest in this Agreement without the written consent of the other. The terms and conditions of this proposal are effective through December 31, 2000. Acceptance after this date may necessitate increased fees or altered conditions. Ed, your authorization of this proposal can be accomplished by the appropriate City signature below and our receipt of a signed copy. SSA is looking forward to working with the City on this continuing project in Cape Canaveral. Thanks. Sincerely, Stottler Stagg & Associates Architects, Engineers, Planners, Inc. John A. Pekar, PE Vice President JAPJIs , lcivillprojectslproposal1p-gardulski phase 4 -part 2 reuse inspection. doc ACCEPTANCE: M TITLE: DATE: Meeting Type: Regular Meeting Date: 10-17-00 AGENDA Heading Considerations Item 7 No. I recommend approval. AGENDA REPORT CITY COUNCIL OF THE CITY OF CAPE CANAVERAL SUBJECT: COOPERATIVE PURCHASE OF SANITARY SEWER LINING SERVICES DEPT./DIVISION: PUBLIC WORKS Requested Action: City Council consider approval of a cooperative purchase for sanitary sewer lining in the amount of $140,616 as recommended by the public works director. Summary Explanation & Background: This is an ongoing program as outlined by the public works director. The cooperative purchase is utilizing the City of Orlando bid. I recommend approval. Exhibits Attached: Public works director's memo City Manager'k Office Department PUBLIC WORKS ,gaa tC uncil/meeting/209QLjD-l"F- 0/ptlrchase.doc MEMORANDUM TO: Bennett C. Boucher City Manager FROM: Ed Gardulski Public Works Director DATE: October 10, 2000 SUBJECT: City Council Agenda Item for October 17, 2000 Cooperative Purchase with the City of Orlando for Sanitary Sewer Lining and Manhole Rehabilitation; Griner's Pipeline Services, Inc. As part of the City's Sanitary Sewer line rehabilitation program, each year funds are budgeted for repairing the sewer collection system. This program entails the cleaning, televising, and repairing and/or replacing of sewer lines as required. Three years ago the collection crew had identified problem areas and developed a five -(5) year plan for cleaning and televising its sanitary sewer system. As part of this year's rehabilitation program we are scheduling to perform lining of 4,536 feet of sewer line. The estimated cost for slip lining is $140,616. A total of $396,000 has been budgeted for the Sewer Collection System Rehabilitation Improvements for this budget year. The purchase of this service will be through a cooperative bid with the City of Orlando, Bid No. B199-13 10, awarded to Griner's Pipeline Services, Inc. This annual service is valid through November 10, 2000. The City of Cape Canaveral had utilized Griner's Pipeline Services last year and found the quality of workmanship satisfactory. Recommend approving the cooperative purchase with the City of Orlando for service from Griner's Pipeline Services, Inc. in the amount of $140,616. Attachments CC: Walter Bandish, File CITY OF CAPE CANAVERAL 2000-01 FISCAL YEAR BUDGET SEWER ENTERPRISE FUND 401-19-901. NON -DEPARTMENT EXPENDITURES 1 1996-97 1997-98 1998-99 1999-00 2000-01 % ' 7220 INTEREST 1966 BOND ISSUE - - - - - 0% 9100 TRANSFER TO GENERAL FUND 50,000 50,000 50,000 75,000 75,000 0% iZ TOTAL NON -DEPARTMENT FUNDED WITH OPERATING REVENUE TOTAL NON -DEPARTMENT FUNDED WITH EXPANSION REVENUE 947,953 1,200,000 ISf;g -�.r:.n� • 1 • •MAI"• • . . 1 111 111 1 r t yg •m '3=u'..:C . tg+j.'.`§.` :.• X t:�`t si:isv-tpE TC:,.- .L..^'t,.P�.'c� . • //• . 1 1 1 1 1 1 1 �• • 11 • 1�1 1 1 Yr■/• r of 7 i u fi z� ae €�2s PE / 1• 1 1 /• �; •1 • 7220 INTEREST 1966 BOND ISSUE - - - - - 0% 9100 TRANSFER TO GENERAL FUND 50,000 50,000 50,000 75,000 75,000 0% iZ TOTAL NON -DEPARTMENT FUNDED WITH OPERATING REVENUE TOTAL NON -DEPARTMENT FUNDED WITH EXPANSION REVENUE 947,953 1,200,000 r� Cnl' BEa� September 6, 2000 M. Robert Garrison- General Manager Griner's Pipeline Services, .An 21902 State Road 46 Mount Dora, FL 32757-9300 ADS Corporation Company SUBJECT: Extension of Annual Agreement B199-1310 for Sanitary Sewer Lining, Manhole Rehabilitation Amendment Num'ucr (1) Dear Mr. Griner- The rinerThe subject Agreement will expire on October 14, 2000. In accordance with the terms and conditions of subject Agreement, the Agreement may, by mutual assent of the parties, be extended for an additional twelve (12) month period. The City has evaluated your performance during the past year and decided to extend the Agreement, effective November 10, 2000, at the existing subject to approval by City Council, for an additional year pricing, terms and conditions. Please indicate your approval of this offer by having an officer of your firm execute the acceptance portion below and return the original of this letter to Edwin W. Weidner, at the address noted below by September 18, 2000. Upon execution below by your firm's authorized representative, this Amendment will be your official notice that the contract has been extended for one (1) year and no additional documentation will be required. Thank you for your immediate attention to this matter. Sincerely, Jo Mead, C.P.M. ACCEPTANCE erector of Purchasing &Materials Management By: JMIEWW/rb Official Signature General Manager Title September 14, 2000 Date OFFICE OF PURCRASING AND MATERIALS MANAGEMENT CITY HALL - 400 SOUTH ORANGE AVENUE - P.O. BOX 4990 - ORLANDO, FLORIDA 32802-4990 PHONE (407) 246-2291 - FAX (407) 246-2869 - http://www.ci.oriando.fl.us ,inual Agreement for Sanitary Sews, Lining and Manhole dehabilitation INVITATION TO BID I VV A, G All VILCU Lu Diu on ine following: Item No. I Quantity I Unit --I � - &'ATION TO BID # BI99-1310 Annual Agreement for Sanitary Sewer Line, Manhole Rehabilitation and Root Control T—Unit Description Price Total FT 8 in. pipe, forjob sizes from 1,001 ft. or more. FT 10 in. pipe, for job sizes from 1 ft. to 1,000 ft. FT 10 in. pipe, for job sizes from 1,001 ft. or more FT 12 in. pipe, for job sizes from 1 ft. to 1,000 ft. 10. I I FT 112 in. pipe, for job sizes from 1,001 ft. or more. I FT 1 18 in. pipe, for job sizes from 1 ft. to 1,000 ft. 2. FT 18 in. pipe, for job sizes from 1,001 ft. or more. -s• FT 1 24 in. pipe, for job sizes from 1 ft. to 1,000 ft. 4• FT 24 in. pipe, for job sizes from 1,001 ft. or more Group II The Purchase and Installation of Polyvinyl Chloride Pipe Lining FT 4 in. pipe, for job sizes from 1 ft. to 1,000 ft. FT 4 in. pipe, for job sizes from 1,001 ft. or more. FT 6 in. pipe, for job sizes from 1 ft. to 1,000 ft. FT 6 in. pipe, for job sizes from 1,001 ft. or more. 1. FOB Point Delivered Only Total Bid (this page) 2. Terns of Payment (e.g. Net 30) 2% 10 days; net 30 days $a3_nn $ $38.00 $ $35.00 $ $48.00 $ $45.00 I $ $74.00 1 $ $ 72.00 $ $120.00 $ $111.50 $ $ No Bid $ $ No Bid $ $32.00 $ $31.00 $ 3. The City shall receive shipment or project completion notice within 45 days from the date Vendor receives Official Purchase Order or Notice to Proceed. Recheck your quotations prior to submission. Bids may not be changed after being opened Office of Purchasing and Materials Management Page: 11 Annual Agreement for Sanitary Sewer Lining and Manhole Rehabilitation INVITATION TO BID # B199-1310 27. FT INVITATION TO BID $No Bid Manhole Rehabilitat You are invited to Bid on the following: Annual Agreement fM$32.00$- 28. FT 4 in. pipe, for job sizes from 1,001 ft. or more. $No B'$ Item No. Quantity Unit Description $No l �-9--FT 19FT 30. 8 in. pipe, forjob sizes from 1 ft. to 1,000 ft. 6 in. pipe, for job sizes from 1,001 ft. or more. 20. FT 8 in. pipe, for job sizes from 1,001 ft. or more. $ 31.00 $ 21. FT 10 in. pipe, for job sizes from 1 ft. to 1,000 ft. $ 36.00 $ 22. FT 10 in. pipe, for job sizes from 1,001 ft. or more. $ 34.50 $ 23. FT 12 in. pipe, for job sizes from 1 ft. to 1,000 ft. 00 $46.- $ 24. FT 12 in. pipe, for job sizes from 1,001 ft. or more. $ 44.50 $ 25. FT 18 in. pipe, for job sizes from 1 ft. to 1,000 ft. $No Bid $ 26. FT 18 in. pipe, for job sizes from 1,001 ft or more.. $No Bid $ Group III The Purchase and Installation of Polyethylene Pipe Lining 27. FT 4 in. pipe, for job sizes from 1 ft. to 1,000 ft. $No Bid $ 28. FT 4 in. pipe, for job sizes from 1,001 ft. or more. $No B'$ 29. FT 6 in. pipe, for job sizes from 1 ft. to 1,000 ft. $No Bid $ 30. FT 6 in. pipe, for job sizes from 1,001 ft. or more. $No Bid $ 31. FT 8 in. pipe, for job sizes from 1 ft. to 1,000 ft. $No Bid $ 32. FT 8 in. pipe, for job sizes from 1,001 ft. or more. $No Bid $ 33. FT 10 in. pipe, for job sizes from 1 ft. to 1,000 ft. $No Bid $ 34. FT 10 in. pipe, for job sizes from 1,001 ft. or more. $No Bid $ Total Bid (this page) 1. FOB Point Delivered Onl 2. Terms of Payment (e.g. Net 30) 2% 10 days; net 30 days 3. The City shall receive shipment or project completion notice within 45 days from the date Vendor receives Official Purchase Order or Notice to Proceed. Recheck your quotations prior to submission. Bids may not be changed after being opened Page: 12 Office of Purchasing and Materials Management Meeting Type: Regular Meeting Date: 10-17-00 AGENDA Heading Considerations Item g No. Code Section 2-56; Charter Section 9 AGENDA REPORT CITY COUNCIL OF THE CITY OF CAPE CANAVERAL SUBJECT: CANCELING THE REGULAR MEETING OF 11-07-00 AND SCHEDULING A SPECIAL MEETING TO CERTIFY THE ELECTION RESULTS ON 11-09-00 DEPT./DIVISION: LEGISLATIVE Requested Action: City Council consider canceling the 11-07-00 regular meeting, election day, and scheduling a meeting to certify the election results on 11-09-00. Summary Explanation & Background: Please advise. Exhibits Attached: Code Section 2-56; Charter Section 9 City Mana 's Office Department LEGISLATIVE g:/a uncil/meeting/ /meeting.doc Oc Copyrighted. Municipal Code Corp., affiliated Municipality. 2000. Page 1 of 1 Sec. 2-56. Regular meetings. The city council shall hold regular meetings on the first and third Tuesday of each month at 7:00 p.m. When the day fixed for any regular meeting falls upon a day designated by law as a legal national holiday, such meeting shall be held on the next succeeding day not a holiday. Regular meetings may be otherwise postponed, canceled or rescheduled only by motion adopted at a regular meeting by a majority vote of the city council. All regular meetings shall be held in the city hall annex or such other place as designated by a majority of the council in open session. (Code 1981, § 271.02; Ord. No. 24-93, § 1(271.02), 8-17-93) ./om_isapi.dll?depth=2&hitsperheading=on&infobase=12642.nfo&record={ I B82 }&softpagl0/I 1/2000 C Copyrighted. Municipal Code Corp., affiliated Municipality. 2000. Page 1 of 1 Sec. 9. Voting hours and results. The result of the voting, when ascertained, shall be certified by return in duplicate, signed by the Clerk and the majority of the Election Board, one copy to be delivered to the Mayor and the other to the City Clerk, both of whom shall transmit such returns to the City Council at a meeting to be held not later than three days after such elections. At such meeting, the City Council shall canvass such returns, and in the absence of a declaration of a contest, by any of the candidates in such election, shall declare the result of the election as shown by the returns made by Clerk and the Election Board for said election. A tie between two or more candidates shall be determined as prescribed by ordinance. The City Clerk, not later than noon the second day thereafter, shall furnish a certificate of election to each person shown to be elected. Editor's note --The reference to hours in which the polls are open has been editorially deleted as superseded by state law. .../om isapi.dll?depth=2&hitsperheading=on&infobase=12642.nfo&record={20005D801&so10/11/2000 Meeting Type: Regular Meeting Date: 10-17-00 AGENDA Heading Considerations Item 9 No. I support staff's recommendation. AGENDA REPORT CITY COUNCIL OF THE CITY OF CAPE CANAVERAL SUBJECT: COOPERATIVE PURCHASE OF A DODGE DAKOTA PICK-UP TRUCK DEPT./DIVISION: BUILDING DEPARTMENT/PUBLIC SAFETY Requested Action: City Council consider approval of a cooperative purchase of a Dodge Dakota pick-up truck in the amount of $13,430 as recommended by the building official. Summary Explanation & Background: This cooperative purchase is utilizing the Florida Association of Counties bid and $15,000 was budgeted for this item. The vendor is Jack Caruso Regency Dodge, Inc. I support staff's recommendation. Exhibits Attached: Building official's memo of 10-10-00 City M�ge� s Office Department BUILDING DEPARTMENT/PUBLIC , % SAFETY !� \ ouncil/meetin 2000/10 -/dakotatruck.doc MEMO Date: October 10, 2000 To: Bennett Boucher, City Manager From: Morris Reid, CBO, Building Official Re: Purchase Request for 2001 Dodge Dakota Bennett, please place this request for the Building Department to purchase a 2001 Dodge Dakota that was approved in the 2000-2001 budget. This vehicle was selected from the Florida Association of Counties, Bid Award #00-08-0905, and specification #14 for the price of $13,430.00. Thank you for your consideration. From to 8,13218193,,,,1619 JACK CARUSO REGENCY DODGE INC. 10979 ATLANTIC BLVD JACKSONVILLE, FL.32225 800-654-8426 904-642-5600 FAX 904-642 7061 at 10/05/100 04:07p Pg 001/001 FAX QUOTE SEND TO y I!;I w i iii Company name From CITY OF CAPE CANAVERAL BILL FUTRILL Attention Date MORRIS REID 10/5!06 Offtce location office location Fax number Phone number Pto m number 321,783-8193 $110 ,94.00 ................................ ............ ............ 7 Urgent L Reply ASAP F Please comment 'J Piewe revkw CI For your information Total pages lnc/uding cover: 1 COMMENTSFj QUOTE ............................... .................................................._......................................................................................... _......... FLORIDA SHERIFF'S ASSOCIATION & ASSOCIATION OF COUNTIES BID #00-08-0905 ........................................................................................................... SPECIFICATION (14) DODGE DAKOTA 4X2 ....... 2001 MODEL .................................................. ............................ .......... ........................... DELIVERED TO CENTRAD L DISTRICT $110 ,94.00 ................................ ............ ............ OPTIO.................... ............ . NS _ ............................... . FIBERGLASS TOPPER ........I.............................................................. $950.00 CLOTH SEATS .............................................. ...... _ ....... ....... $55.00 LIMITED S'L'IP' ...IP _. ..... 5"2,85.00 .................. ........... ... ........ ........ ..........._...__.......... . 5200.00 ............................._ ...... ....... .............. TOTAL$13� ....... ............................... ............... ..... L... _ ............................ ..... ......... .......... ......... .... .......... ............... ...... .I ......I _......... .......... .. ..... ......... ........... _.......... .......... .. ............................... ........ ......... ......... ............ ..... ....... ....... .... I .... .... _........ ............ .. ..... ....... ............. I .................... ......... _. ...... ... .._...__. ........... ... ......... .........._... ...... .. I........ .................. ...._ .. 430.00 ..... ........... ............. ... ... .......... .......... ...... . ................................. ........... ....... ... ...... I. ..... ..... ......... ........... .I ... .... I ...... ......... ..... ......... ......... .... .... ........... ............ ............ ......... ......... ........... ...... I. .......... ......... ...... ...... ......... ............ _..... ........ ...... ........ ....................... ... .......... ....... .... ....... I......... ....... ......... .. .......... ............... ..... I ............ .... I ..... ...... .. ........ I..........................................................1........... .......... ......... ............ ......... .................... ............ ........ FLORIDA ASSOCIATION of COUNTIES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 2001 DODGE DAKOTA Specification # 14 (Compact Pickup Truck, 4 x 2) The Dodge Dakota truck purchased through this contract comes with all the standard equipment as specified by the manufacturer for this model and FSA's base vehicle specification(s) requirements which are included and made a part of this contract's vehicle base price as awarded by manufac- turer by specification by zone. ZONE: Western Northern Central Southern BASE PRICE: $11,960.00 $11,915.00 $11,940.00 $11,960.00 While the Florida Sheriffs Association and the Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for compact pickup trucks, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/ delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(s) you wish to order. NOTE: An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. LEGEND FOR DELETE/ADD OPTIONS Every line will require a DOLLAR VALUE or one of the following abbreviations: Std. = manufacturer's standard equip. Incl. = included with base specs. NC = no additional charge NA = not applicable to the vehicle — = option not bid by vendor Bid Award Announcement (00-08-0905) 307 VEHICLE: Dakota Dakota Dakota Dakota DEALER: Regency Regency Regency Hill -Kelly ZONE: Western Northern Central Southern BASE PRICE: $11,960.00 $11,915.00 $11,940.00 $11,960.00 Order Code Add Options (cont'd) Western Northern Central Southern GFD Sliding rear window $ 115.00 $ 115.00 $ 115.00 $ 115.00 AJK Speed control/tilt wheel $ 390.00 $ 390.00 $ 390.00 $ 390.00 DSM Complete set of shop $ 130.00 $ 130.00 $ 130.00 $ 130.00 manuals ONLY M575F 5/75 Manufacturer's $ 810.00 $ 810.00 $ 810.00 $ 810.00 Extended Base Care Warranty ($0 deductible) Bid Award Announcement (00-08-0905) 309 Meeting Type: Regular Meeting Date: 10-17-00 AGENDA Heading Considerations Item 10 No. I support staff's recommendation. AGENDA REPORT CITY COUNCIL OF THE CITY OF CAPE CANAVERAL SUBJECT: COOPERATIVE PURCHASE OF A DODGE 3/a TON PICK-UP TRUCK DEPT./DIVISION: STREETS/PUBLIC WORKS Requested Action: City Council consider approval of a cooperative purchase of a Dodge 3/a ton pick-up truck in the amount of $16,816 as recommended by the public works director. Summary Explanation & Background: This cooperative purchase utilizes the State of Florida purchasing contract and $18,000 was budgeted for this item. The vendor is Jack Caruso Regency Dodge, Inc. I support staff's recommendation. Exhibits Attached: Public works director's memo of 10-09-00 City Manager's' Office Department STREETS/PUBLIC WORKS glad " ncil/meetin llo-- uck.doc OCT -11-00 03:25 PM CAPE CANAVERAL PW MEMORANDUM TO: Bennett C' Dvucher City Manager %� FROM: Ed Gardulski fA Public Works Director DATE: October 9, 2400 SUBJECT- City Council Agenda Item, October 17, 2000 Vehicle Purchase, General Fund 407 799 4980 P.01 A replacement vehicle for vehicle 42171, 1987 Ford Flatbed Truck, ww; approved in the 2000-2001 budget A vehicle was selected from the State Purchasing Contract 4070-500-425. The purchase price for the replacement vehicle is $16,816, The breakdown is as follows: $16,091 base, plus $525.00 for the towing package and $200.00 for a bedliner. The purchase delivery state is anticipated to be 6-8 weeks. This full size 1/4 ton Dodge pick-up buck will be utilized by the Street Division for day-to-day maintenance activities and meeting goals & objectives established by City Council. Recommend the approval of the; State Contract purchase ora truck in the amount of $16,816. Attachment CC: Filc MEMORANDUM TO: Bennett C. Boucher City Manager FROM: Ed Gardulski Public Worksrector DATE: October 9, 2000 SUBJECT: City Council Agenda Item, October 17, 2000 Vehicle Purchase, General Fund A replacement vehicle for vehicle #2171, 1987 Ford Flatbed Truck, was approved in the 2000-2001 budget. A vehicle was selected from the State Purchasing Contract 4070-500-425. The purchase price for the replacement vehicle is $16,816. The purchase delivery date is anticipated to be 6-8 weeks. This full size 3/4 ton pick-up truck will be utilized by the Street Division for day-to-day maintenance activities and meeting goals & objectives established by City Council. Recommend the approval of the State Contract purchase of a truck in the amount of $16,816. Attachment CC: File 070-500-425 3/4 TON HEAVY-DUTY PICKUP TRUCK, 4X2 Page 1 of 7 070-500-425 3/4 TON HEAVY-DUTY PICKUP TRUCK, 4X2 (5 -HD) (REV 20 SEP 99) NOTE: This detailed specification is not complete unless it is used in conjunction with Specification Number SRAT-1, Special Requirements All Automobiles and Light Trucks. INTENDED USE USED FOR HAULING BULK MATERIAL, LIGHT TO MEDIUM DUTY TOWING AND TRANSPORTATION OF UP TO THREE INDIVIDUALS ON THE HIGHWAY AND OFF THE HIGHWAY ON UNIMPROVED ROADS. STD. CARGO AREA: STD. WORKING CARGO CAPACITY: STD. TOWING CAPACITY: OPT. 8006, CHASSIS CAB 97 inches x 64 inches x 49 inches 3450 lbs. ** 4000 lbs. 8600 GV WR * * * PERFORMANCE OPTIONS CARGO LBS. TOWING LBS. OPT. 1001, DIESEL ENGINE 3050 OR 4000 OPT. 2002, TRAILER TOW PKG. 3450 OR 8000 OPT. 2003, TRAILER TOW PKG. 3450 OR 10,000 OPT. 2004, TRAILER TOW PKG. (DSL) 3050 OR 8500 (GM), 10,000 (Dodge, Ford) * Distance between wheel housings * * Approx. net capacity, deducting weight of driver and one passenger * * * GV WR = Total maximum weight of a fully equipped, fully loaded truck 10. ENGINE: Gasoline engine, V8, minimum 5AL (330 CID) and 235 (nominal) Net HP; standard alternator and battery; standard cooling system. 20. TRANSMISSION: Minimum 4 speed automatic with overdrive. 30. AXLES: Standard axle ratio for specified engine/transmission combination. 40. PERFORMANCE ITEMS: Standard instrumentation; power steering. 50. COMFORT ITEMS: Air conditioning; all glass tinted; AM -FM radio; vinyl seat upholstery. 60. SAFETY ITEMS: 4 -wheel anti-lock braking system, if available; dual outside mirrors; interior dome lights; air bag, driver, if available. Standard air bag(s) may not be deleted. Fleet deletes for air bag(s) must not be used. 70. TIRES & WHEELS: Five (5) LT235/85R16E or larger radial BSW all season tread tires; spare tire, wheel and rack to be frame mounted; jack and lug wrench. http://fcn.state.fl.us/st—contracts/07000199I/price4I.htm 10/09/2000 070-500-425 3/4 TON HEAVY-DUTY PICKUP TRUCK, 4X2 Page 2 of 7 80. CHASSIS, FRAME, CAB: Minimum 8600 lbs. GVWR; minimum 3750 lbs. (nominal) payload; minimum 131.0 inch wheelbase; fleetside body, minimum 97.0 inch inside box length; painted or chrome front bumper, heavy-duty step -type rear bumper, factory installed, bumper shall have a minimum capacity of 4000 lbs. horizontal pull weight and 400 lbs. vertical tongue weight; fuel capacity, 34.0 gallons, minimum; all manufacturer's standard colors. STATE: GVWR: (RD) 8800 LBS., (MD) PAYLOAD: (RD) 3875 LBS., (MD) 3875 8800 90. CONDITIONS: All enclosed Conditions and Requirements shall apply. 070-500-425 MAKE: (RD) DODGE 2500 HD (5 -HD) (MD) DODGE _2.500 HD NOTE: ONLY THE ABOVE NAMED DEALER(S) IS/ARE AUTHORIZED TO SELL THIS COMMODITY UNDER THIS CONTRACT! SEE FACTORY CUT OFF DATE INFORMATION IN ORDERING INSTRUCTIONS. *Discount for unit for vehicle picked up by ordering agency at contractor's place of business. Approximate delivery time required after receipt of order: (RD) 90-120 DAYS, (MD) 90-120 DAYS OPTION: 070-500-426 - Option, Pickup Truck, 3/4 Ton, H.D., 4x2, Spec. 5 -HD OPTIONS: (RD) JACK CARUSO'S REGENCY DODGE, INC., (MD) MAROONE DODGE, INC. htip://fcn.state.fl.us/st—contracts/070001991/price4I htm 10/09/2000 DEALER DISCOUNT* MODEL PRICE Western JACK CARUSO'S 50.00 BR2L62 16,131.00(A) District REGENCY DODGE Northern JACK CARUSO'S 10.00 BR2L62 16,081.00(B) District REGENCY DODGE Central District JACK CARUSO'S 25.00 BR21,62 16,091.00(C) REGENCY DODGE Southern MAROONE DODGE 10.00 BR2L62 16,117.00(D) District NOTE: ONLY THE ABOVE NAMED DEALER(S) IS/ARE AUTHORIZED TO SELL THIS COMMODITY UNDER THIS CONTRACT! SEE FACTORY CUT OFF DATE INFORMATION IN ORDERING INSTRUCTIONS. *Discount for unit for vehicle picked up by ordering agency at contractor's place of business. Approximate delivery time required after receipt of order: (RD) 90-120 DAYS, (MD) 90-120 DAYS OPTION: 070-500-426 - Option, Pickup Truck, 3/4 Ton, H.D., 4x2, Spec. 5 -HD OPTIONS: (RD) JACK CARUSO'S REGENCY DODGE, INC., (MD) MAROONE DODGE, INC. htip://fcn.state.fl.us/st—contracts/070001991/price4I htm 10/09/2000 070-500-425 3/4 TON HEAVY-DUTY PICKUP TRUCK, 4X2 Page 3 of 7 1001 Diesel engine, I6 or V8, minimum 5.9L (RD) CODE: 2CA PRICE: 3850.00 (360 CID) and 180 (nominal) Net HP. (MD) CODE: 2CA, PRICE: 4625.00 BTC (NOTE TO USER: DO NOT ORDER THIS OPTION WITH OPTIONS 2002, 2003 or 2004.) 1002 O.E.M. alternative fuel conversion ready engine. To include all internal modifications required for aftermarket conversions for operation of natural gas. State engine manufacturer and model no. bid. (RD) MANUFACTURER: (RD) CODE: PRICE: N/A (RD) MODEL NO.: (MD) MANUFACTURER: (MD) CODE: PRICE: N/A (MD) MODEL NO.: 2001 Manual overdrive transmission, 5-speed, (RD) CODE: 25A PRICE: (765.00) minimum. (Credit) (MD) CODE: DDN PRICE: (650.00) (Credit) 2002 HD trailer towing equipment for towing up to 8000 lbs. DODGE: Includes these components: (RD) CODE: PRICE: 525._00 HD ADJ/C4H service group (ADJ) - maximum engine (MD) CODE: ADJ, PRICE: 695.0.0_ cooling, DIR auxiliary transmission oil cooler, 750 CCA HD battery, 136 amp alternator, 5-lead wiring harness, HD flasher, HD Class IV receiver hitch, 10,000 lbs. capacity, installed. 2003 HD trailer towing equipment for towing up to 10,000 lbs. http://fcn.state.fl.us/st—contracts/07000199I/price4I.htm 10/09/2000 070-500-425 3/4 TON HEAVY-DUTY PICKUP TRUCK, 4X2 2004 3001 5002 5003 DODGE: Includes these components: 8.OL V 10 engine (EWA), 4.10 rear axle ratio (DMF), maximum engine cooling, auxiliary transmission oil cooler, 750 CCA HD battery, 136 amp alternator, 5 -lead wiring harness, HD flasher, HD Class IV receiver hitch, 10,000 lbs. capacity, installed. HD trailer towing equipment for towing up to 8500 lbs. (GM), 10,000 lbs. (Dodge, Ford). DODGE: Includes these components: 5.9L turbo diesel engine (ETC), 4.10 rear axle ratio (DMF), 136 amp alternator, dual 750 CCA HD batteries, maximum engine cooling, auxiliary transmission oil cooler, 5 -lead wiring harness, HD flasher, HD Class IV receiver hitch, 10,000 lbs. capacity, installed. Limited slip or locking differential. (NOTE TO USER: THIS OPTION IS INCLUDED WITH OPTIONS 2003 AND 2004 FOR DODGE.) Delete air conditioning Electronic speed control with resume feature. (RD) CODE: DSA DMF/ 28A/ 64H Page 4 of 7 PRICE: 1295.00 (MD) CODE: DMV, PRICE: 1375.00 (RD) (MD) (RD) (MD) DIR CODE: 2CA/C4H CODE: ETC, DMF, DIR CODE: DSA CODE: DSA, DMF (RD) CODE:4XA (MD) CODE:4XH (RD) CODE: AJK (MD) CODE: AX PRICE: 4475.00 PRICE: 5025.00 PRICE: 242.00 PRICE: 335.00 PRICE: (660.00) (Credit) PRICE: (550.00) (Credit) 19Ill toAP 91I1A PRICE: 390.00 http://fcn.state.fl.us/st—contracts/070001991/price41.htm 10/09/2000 070-500-425 3/4 TON HEAVY-DUTY PICKUP TRUCK, 4X2 Page 5 of 7 5005 Rain shields over door windows. Auto (RD) CODE: RV2 PRICE: 35.00 Ventshade Co. or approved equivalent. (MD) CODE: RS -2 PRICE: 65.00 5006 Bench seat with cloth or cloth and vinyl (RD) CODE: D3- PRICE: N/C upholstery. (MD) CODE: D3 PRICE: N/C *CLOTH AND VINYL 6001 Daytime running lights. (RD) CODE: PRICE: N/A (MD) CODE: PRICE: N/A 6002 Passenger side air bag. (RD) CODE: STD PRICE: N/C (MD) CODE: STD PRICE: N/C 7001 Five (5) LT245/75R16E or larger radial (RD) CODE: TYIA01 PRICE: 99.00 BSW tires, with on/off road or all terrain tread (MD) CODE: ATT PRICE: 375.00 on rear tires. 8003 Special state colors, two-tone. Olympic (RD) CODE: 8003 PRICE: 695.00 White (DuPont Centari K903 IA) above DEALER PAINTED dripstrip on cab and DOT Yellow (DuPont Centari (MD) CODE: PRICE: N/A L9069A, GM 9W3, Dodge PYH) on remainder of cab. Factory painted if available. SEE SPECIFICATION SRAT-1, NOTE 1. 8006 Chassis -cab model. 55.0 inch CA, minimum. Minimum 8600 lbs. GVWR. A pickup model with the box removed is acceptable provided the vehicle is eligible for pickup box removal and conforms to all FMVSS, the NTEA, and the manufacturer's guidelines. (RD) CODE: XBS PRICE: (275.00) (RD) GVWR: 8800 LBS. (Credit) (MD) CODE: DCC PRICE: (300.00) (MD) GVWR: 8800 LBS. (Credit) http://fcn.state.fl.us/st—contracts/07000199I/price4I.htm 10/09/2000 070-500-425 3/4 TON HEAVY-DUTY PICKUP TRUCK, 4X2 Page 6 of 7 8007 Special state color. DOT Yellow (RD) CODE: 8007 PRICE: 695.00 (DuPont Centari L9069A, GM 9W3, Dodge DEALER PAINTED PYH). Factory painted if available. SEE (MD) CODE: PRICE: N/A SPECIFICATION SRAT-1, NOTE 1. 8008 Special state color. Jade Green Metallic (RD) CODE: 8008 PRICE: 695.00 (DuPont Centari K9027A). Factory painted if DEALER PAINTED available. SEE SPECIFICATION SRAT-1, NOTE 1. (MD) CODE: PRICE: N/A 8009 Special state color. GM #11 - Pewter (RD) CODE: 6F4 PRICE: N/C Metallic, Dodge PFK - Lt. Driftwood, or approved (MD) CODE: STD, PRICE: N/C PFK equivalent. Factory painted if available. SEE SPECIFICATION SRAT-1. NOTE 1. 9901 Manufacturer's Extended Vehicle (RD) CODE: PRICE: N/A Warranty. Warranty shall be for a period of 5 years (MD) CODE: PRICE: N/A or 75,000 miles whichever occurs first. Note to bidder: This option applies to Ford only. SEE SPECIFICATION EVW 5/75 (FBC). (NOTE TO USER: FORD WARRANTY FOR OPTION 8006.) 9902 Manufacturer's Extended Vehicle (RD) CODE: M575F PRICE: 810.00 Warranty. Warranty shall be for a period of 5 years (MD) CODE: MD575 PRICE: 810.00 or 75,000 miles whichever occurs first. SEE SPECIFICATION EVW 5/75. 9903 Manufacturer's Extended Vehicle (RD) CODE: M610OF PRICE: 1650.00 Warranty. Warranty shall be for a period of 6 years (MD) CODE: MD6100 PRICE: 1650.00 or http://fcn.state.fl.us/st_contracts/070001991 /price4l.htm 10/09/2000 A x'70-500-425 3/4 TON HEAVY-DUTY PICKUP TRUCK, 4X2 Page 7 of 7 100,000 miles whichever occurs first. SEE SPECIFICATION EVW 6/100. 9904 Manufacturer's Extended Vehicle (RD) CODE: PRICE: N/A Warranty. Warranty shall be for a period of 6 years (MD) CODE: PRICE: N/A or 100,000 miles whichever occurs first. Note to bidder: This option applies to Ford only. SEE SPECIFICATION EVW 6/100 (FBC). (NOTE TO USER: FORD WARRANTY FOR OPTION 8006.) http://fcn.state.fl.us/st_contracts/070001991 /price4 l .htm 10/09/2000 (OF CAPE CANAVERAL 1-01 FISCAL YEAR BUDGET AILED FIVE-YEAR CAPITAL PURCHASES DEPARTMENT/PROJECT INISTRATION: ­INOLOGY ADVANCEMENT (I,G,M,N) ER (I,G,N) NCE SOFTWARE (I,G,N) PUTER NETWORK IMAGING SYS. (I,G,M,N [SHERIFF'S DEPARTMENT: 'REPLACEMENT VEHICLES (G) FORD EXPLORER (G) VEHICLE EQUIPMENT (G) TRAILER (G) COMPUTERS (G) MOBILE DATA TERMINALS (G,O) IN -CAR VIDEO CAMERAS (G,O) RADAR UNITS (G) ALL TERAIN VEHICLE (G,I) (1) REPLACEMENT COPY MACHINE (1) (2) (3) (4) (5) FY 00/01 FY 01/02 FY 02/03 FY 03/04 FY 04/05 10,000 10,000 10,000 10,000 WORK STATION (1) 750 FIRE FIGHTING EQUIPMENT (1) 21,000 22,000 13,000 5,000 2,000 55,000 1,500 1,500 - 20,000 - 800 mhz RADIO REPLACEMENT (G,I) 15,000 15000 32,000 65,000 11,500 14,500 2,500 2,500 2,500 2,500 2,500 - 20,500 41,000 20,500 41,000 25,000 25,000 25,000 25,000 53,000 5,030 10,060 15,090 10,060 10,060 1,250 4,538 3,600 3,600 43,470 7,245 7,245 7,245 7,245 4,500 4,500 4;500 4,500 3,000 3,000 3,000 3,000 6,100 6,100 - 10,000 79,288 80,005 95,835' 83,905 ` ` 71.905 FIRE DEPARTMENT: COMPUTERS (G,I) 6,000 6,000 WORK STATION (1) 750 FIRE FIGHTING EQUIPMENT (1) 21,000 22,000 23,000 24,000 25,000 STAFF REPLACEMENT VEHICLES (G,I) 17,500 12,500 12,500 12,500 800 mhz RADIO REPLACEMENT (G,I) 15,000 15,000 15,000 15,000 15,000 COMPUTER EQUIPMENT (G,I) 2,500 2,500 2,500 2,500 2,500 1/2 QUINT PUMPER (G) 300,000 TOTAL FIRE DEPARTMENT REQUESTS: 56,000- 52,000 53,000 341,500 , 55,000 BUILDING DEPARTMENT: COMPUTERS (G,I) 6,000 6,000 WORK STATION (1) 750 DIGITAL CAMERA (G,I) 800 COPIER (G,I) 3,500 LIGHT DUTY PICK-UP TRUCK (G,I) 15,000 15,000 TOTAL BUILDING DEPARTMENT REQUESTS: 26,050' - 15,000 6,000 - STREET DEPARTMENT: HEAVY DUTY PICK-UP TRUCK (G,I) SIDEWALK CONSTRUCTION PROGRAM (G,I) FLAT BED DUMP TRUCK (G,I) EQUIPMENT STORAGE BUILDING (G,I) MAINTENACE BUILDING DESIGN (G,I) TRACTOR REPLACEMENT (C,G,I) 72 18,000 18,000 18,000 18,000 15,000 15,000 15,000 15,000 15,000 - - 40,000 125,000 10,000 100,000 33,000 Meeting Type: Regular Meeting Date: 10-17-00 AGENDA Heading Considerations Item 11 No. I support this purchase. AGENDA REPORT CITY COUNCIL OF THE CITY OF CAPE CANAVERAL SUBJECT: COOPERATIVE PURCHASE OF A FORD EXPEDITION DEPT./DIVISION: FIRE DEPARTMENT/PUBLIC SAFETY Requested Action: City Council consider the cooperative purchase of a Ford Expedition in the amount of $31,219 as recommended by the fire chief. Summary Explanation & Background: This is a budgeted item and the city and the port will share the cost of this vehicle, utilizing the Florida Association of Counties Bid. The vendor is Duval Ford. I support this purchase. Exhibits Attached: Fire chief's memo of 10-12-00 City Manager's Office Department FIRE DEPARTMENT/PUBLIC SAFETY g:/a_ i ciiii e g/ZD 1 /fordexpedition.doc CAPE CANAVERAL VOLUNIEM PME DEPARTMENT, INC Serving the city of Cape Canaveral & Casaveral Port Aathority MEMORANDUM Date: 12 October 2000 To: Bennett Boucher, City Manager Dwigth Fender, Port Operatio From: David J. Sargeant, Fire Chief RE: Purchase of New Command Vehicle As you are aware, the existing Command Vehicle is almost 7 years old and was outgrown 6 years ago. As budgeted, we are requesting the purchase of a new larger SUV. The existing vehicle will be repaired and replace our 1991 staff vehicle. We request that you approve this purchase using the Florida Association of Counties bid #00-08-0905. 1 have attached the bid specification and the bid from Duval Ford. The total budgeted amount was $35,000, split between the City and the Port. The bid price is $31,219 and the remaining monies will be used to purchase the radio, markings and making the modifications to the existing command console. Should you need any further information, please feel free to contact me. Thank you in advance for your continued support. ition #1 190 JACKSON AVENUE • CAPE CANAVERAL, FLORIDA 32920 • (407) 783-4777 • FAX: (407) 783-5398 ition #2 8970 COLUMBIA ROAD • CAPE CANAVERAL, FLORIDA 32920 • (407) 7834424 e FAX: (407) 7834887 10/10/21000 13:16 9043876816 DUVAL FOPD FLEETSALE PAGE 01 FLORff1A F ASSOCIATION W COUNTIESf FLORIDA SHERIFFS ASSOCLATION & FLORIDA ASSOCIATION OF COUNTIES 2001 FORD EXPEDITION Specification #07 (Full Size Utility, 4 s 4) The Ford Expedition purchased through this contract comes with all the standard equipment as specified by the manufacturer for this model and FSA's base vehicle specification(a) requirements which are included and made a part of this contract's vehicle base price as awarded by manufac- turer by specification by zone. ZONE; Western Northern CentrSouthern BASE PRICE: $28,430.00 $26,441.00 (:$2'6,4":431L:00)$26.531.00 While the Florida Sheriffs Association and the Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for utility vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(s) you wish to order. NOTE: An official listing of all add/delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order- Additional add/delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. IFGEND FOR DFZETE/ADD OPTIONS Everyline wfU requtre a DOLLAR VALUE or one of the following abbrevlauoas: Std. - manufacturers standard equip. Incl. =included with base specs. Ne = no additional. cbarge NA = not appucable to the vebucie — = option not bid by vendor Bid Award Announcement (00-08-0905) 143 i Ul I1 /LUU0 IJ. -.`1 `_1U4Jbbbib DUVAL FUPL FLEE ISALE PAGE 01 vrw n "OtA 1 2 Atte: Contract No. 00-08-0905 6ae appreciate your interest in the 2001 Florida Sheriffs Association/Florida Association of Counties Purchasing Contract. The following covers the itsns u- discussed: zk4-- -7 E Y, PC&fi at , x: A Sincerely. FAX NO_ (904)387-6816 ` P.O. Box 7687 - 1616 Cassat Avenue - Jacksonville, FL 32238 - Telephone 904/388-2144 sICS. PI (�� 1 I o5 tai P,�: C -I Ci 5/-_5 flif- 6W-- Sincerely. FAX NO_ (904)387-6816 ` P.O. Box 7687 - 1616 Cassat Avenue - Jacksonville, FL 32238 - Telephone 904/388-2144 Meeting Type: Regular Meeting Date: 10-17-00 AGENDA Heading Considerations Item 12 No. Exhibits Attached: AGENDA REPORT CITY COUNCIL OF THE CITY OF CAPE CANAVERAL SUBJECT: PURCHASE OF EMERGENCY FIRE COMMUNICATIONS EQUIPMENT DEPT./DIVISION: FIRE DEPARTMENT/PUBLIC SAFETY Requested Action: City Council consider the sole source purchase of (5) portable 800 mhz radios in the amount of $14,107.50 as recommended by the fire chief. Summary Explanation & Background: This is a budgeted item and Communications International, Inc. is the sole source vendor. I support this purchase. Exhibits Attached: Fire Department correspondence of 10-12-00 City Manager's Office Department FIRE DEPARTMENT/PUBLIC SAFETY admin/w IImeetiaf/2000/10-17-QO/mhz.d99,�'; ' CAPE CANAVERAL VOLUNTEER FIRE DEPARTMENT REPAIR/PURCHASE REQ—UEST AUTHORIZATION CITY Date: 10-12-2000 Request: Purchase 5 Portable 80OMHZ Replacement Radios Location: N/A QUOTES COMPANY NAME - MAKE CHECK PAYABLE TO AMOUNT Communications International $14,107.50 RECOMMEND PURCHASE FROM: Name: Communications International, Inc. Address: 4450 U.s. Highway 1 Vero Beach, FL 32967 SUBMITTED BY: CCVFD WORK/PURCHASE APPROVED: Name P.O. #: Issued to: Fire def_ .- Title 10-11-00 03:2TPm From-COMMITERNATIONAL 5615672292 T-951 P.02/03 F-652 �0M MUNICATIONS INT'L INC. 4450 US MgAway 1, Vero Beacb, FL 32967 Toll Free. 1-SW275.4244 Voleria C'"Mft Brevard �'�� Ft. 904-761-9999 $13-8$7-1888 407.636-9885 l vttchbsVIYA C.otlier CoaetY.F� F1oU VEMLM 954-967-4349 804-845-3170 941-430-3892 Name: city of Cape Canaveral Attention: Chief Sargent Phone: 321-783-4424 Address: Fax: 321-7834887 City, ate- Date: October 11, 2000 $2,396.25$11,981.25 1 5 HA8VSX Jaguar 700P.Scan PMtable-I28 systean GrouP-Pro Voice $150.00 $750.00 2 5 HACC Emergency & Dynamic Regroup $14.00 $70.00 3 5 HANCIK 800 Mhz Portable Antenna $131.25 5656.25 4 5 HAPA7W Extra High Capacity Battery 586.25 5431.25 5 5 HACH'1Z Single Unit Rapid Charger $11.25 $56.25 6 5 HAHC7P Belt Clip 532.50 $162.50 7 5 Vendor Programming Note: Cornmunications International is the let Ericsson Sole Source Dealer for Brevard ting is based on the Brevard Co. Sheriffs Office mance Contract Note Purchase Order To: Commanicatlow international A minimum $5.00 shipping and bandlmg charge applies to orders wt;&Ung loss than $500. Manpfacttuets Qrloes are subict to chango without notice_ Presorted by Dick Blair Title M . Custutner Svc. 60 Days prices in effect fDa or Source Sub Total $1.4,107.50 Sales Tax TOTAL $14,107.50 Deposit Balance Due $14,107.50 proposal fk DB0209 Meeting Type: Regular Meeting Date: 10-17-00 AGENDA Heading Considerations Item 13 No. I support staff's recommendation. AGENDA REPORT CITY COUNCIL OF THE CITY OF CAPE CANAVERAL SUBJECT: COOPERATIVE PURCHASE OF A FORD PASSENGER MINI VAN DEPT./DIVISION: PARKS & RECREATION Requested Action: City Council consider the cooperative purchase of a Ford passenger mini -van in the amount of $17,981 as recommended by the recreation director. Summary Explanation & Background: This is a budgeted item. An additional $981 will be transferred from contingency to cover the budgeted amount. This utilizes the Florida Association of Counties bid. The vendor is Don Reid Ford, Inc. I support staff's recommendation. Exhibits Attached: Recreation director's memo of 10-12-00 City Manager's Office - • Department PARKS & RECREATION F z �e,la .unci]/mee -t -00/mini-van.doc CITY OF CAPE CANAVERAL PARKS & RECREATION DEPARTMENT 7300 N. ATLANT11C AVENUE * P.O. BOX 326 (321) 8681227 E-mail address: piLrknree@iu.net MEMO TO: Bennett Boucher, City Manager FROM: Nancy Hanson, Parks & Recreation Director DATE: October 12, 2000 RE: Vehicle Purchase Find attached speciScations for a 2001 Ford Windstar 7 passenger mini van for the Recreation Department. The 2000-2001 Recreation Department budget included $17,000,00 for a vehicle. This vehicle will serve the Recreation Department's current and future needs. The vehicle base bid price of $17,981.00 includes, but is not limited to: 3.8 U 6 cylinder engine Power ABS brakes Power steering Air conditioning (front) Factory tinted windows Power windows & door locks AM/FM radio Cloth interior (gray)/carpet Choice of exterior color Wheel covers Left sliding passenger door (optional at no charge) Rear windshield wipers The vehicle carries a 3-year/36,000 mile bumper to bumper warranty with an option to purchase an extended 6 year/60,000 mile factory warranty for 8703.00. I will be in attendance at the October 17' City Council meeting to answer any questions Council may have of me. FLORIDA ASSOCIATION of COUNTIES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION # 10 - 7 PASSENGER MINI VAN Base Specifications CHRYSLER, FORD, GENERAL MOTORS OR APPROVED EQUIVALENT ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED 1. ENGINE a. Gasoline engine, 6 cylinder, minimum 3.OL. b. Standard alternator, factory installed. C. Battery, minimum 58 amp. hr. (540 C.C.A.), maintenance free, minimum 115 minute reserve capacity. d. Cooling package, maximum cooling capacity, compatible coolant recovery system fac- tory installed. 2. TRANSMISSION a. Four (4) speed automatic overdrive. b. Standard oil cooler. 3. AXLES a. Manufacturer's standard axle. 4. PERFORMANCE ITEMS a. Standard suspension system. b. Standard factory gauges. C. Power steering. d. Parking brake warning light. e. Power ABS brakes, minimum. 5. COMFORT ITEMS a. Air conditioning, front with 134A system. b. Dome light, front and rear. C. Cigarette lighter and ash tray, front only. d. Cloth seats - standard 7 passenger seating, minimum. Bid Award Announcement (00-08-0905) 209 FLORIDA ASSOCIATION of COUNTIES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES 2001 FORD WINDSTAR Specification # 10 (7 Passenger Mini Van) The Ford Windstar van purchased through this contract comes with all the standard equipment as specified by the manufacturer for this model and FSA's base vehicle specification(s) requirements which are included and made a part of this contract's vehicle base p _4q� awarded by manufac- turer by specification by zone. ZONE: Western Northern\Central Southern BASE PRICE: $18,030.00 $18,065.00 17,981.00 $18,181.00 While the Florida Sheriffs Association and the Florida Association of Counties have attempted to identify and include those equipment items most often requested by participating agencies for passenger mini vans, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add/delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and/or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(s) you wish to order. NOTE: An official listing of all add/delete options and their appropriate dealer in your zone when preparing your order. than those listed here may be available through the dealers, honored by the dealers in your zone at the stated prices. Bid Award Announcement (00-08-0905) prices should be obtained from the Additional add/delete options other however, those listed here must be LEGEND FOR DELETE/ADD OPTIONS Everyline will require a DOLLAR VALUE or one of the following abbreviations: Std. = manufacturer's standard equip. Incl. = included with base specs. NC = no additional charge NA = not applicable to the vehicle — = option not bid bV vendor 211 VEHICLE: Windstar Windstar Windstar Windstar DEALER: Orville Orville Don Reid Don Reid ZONE: Western Northern Central Southern BASE PRICE: $18,030.00 $18,065.00 $17,981.00 $18,181.00 Order Code Add Options (cont'd) Western Northern Central Southern Whelen Edge Model 9806 $ 1,490.00 $ 1,490.00 $ 1,495.00 $ 1,495.00 6 -Strobe Lightbar, with 295HF100 full feature siren/PA, PCC6R switch control unit, & SA314 speaker with bracket, dealer installed Whelen Edge Model 9812 $ 1,890.00 $ 1,890.00 $ 1,895.00 $ 1,895.00 12 -Strobe Lightbar, with 295HFS6 combined siren PA & light controller & SA314 speaker with bracket, dealer installed Code Three MX7391A1 $ 1,690.00 $ 1,690.00 $ 1,795.00 $ 1,795.00 Lightbar, with 3892L6 combined siren/PA & light controller & SL100 speaker with bracket, dealer installed Whelen Model $ 425.00 $ 425.00 $ 395.00 $ 395.00 SPS660CCCC 4 Corner Strobe System with 4 clear tubes, 2 - 15', 2 - 30' cables & SPS600 6 outlet power supply, dealer installed Federal Model CSISFSA $ 425.00 $ 425.00 $ 395.00 $ 395.00 4 Comer Strobe System with 4 clear tubes, 2 - 16', 2 - 30' cables and SPS6J 6 outlet power supply, dealer installed DSM Complete set of shop $ 245.00 $ 245.00 $ 300.00 $ 300.00 manuals ONLY Base 5/75 Manufacturer's $ 1,075.00 $ 1,075.00 $ 870.00 $ 970.00 Extended Base Care Warranty ($0 deductible) Extra 5/75 Manufacturers $ 1,175.00 $ 1,175.00 $ 975.00 $ 975.00 Extended Extra Care Warranty ($0 deductible) PT 5/75 Manufacturer's $ 975.00 $ 975.00 $ 815.00 $ 815.00 Extended Power Train Warranty ($0 deductible) Bid. Award Announcement (00-08-0905) 213 DESIGNATED DEALERS American LaFrance MedicMaster Elite Fire & Safety Equipment, Inc. 700 Aero Lane 3573 Enterprise Ave., Suite 64 Sanford, FL 32807 Naples, FL 34104 Contact: Art Sprague Contact: Howard Walker Phone: 800-292-2376 Phone: 800/432-3626 Fax: 800-642-7895 Fax: 800/643-4104 Bill Heard Chevrolet, Inc. Ferrara Fire Apparatus, Inc. 601 E. Alexander Street 27885 James Chapel Road Plant City, FL 33566 Holden, LA 70744 i' Contact: Isaac Gonzalez Contact: Dave Culvert Phone: 800/575-5123 Phone: 225/324-2554 Fax: 813/659-9502 Fax: 225/567-5260 Caruso Chrysler Plymouth Jeep Garber Chevrolet P.O. Box 16129 500 N. Orange Avenue Jacksonville, FL 32245-6129 Green Cove Springs, FL 32043 Contact: William "Bill" Futrill Contact: Daniel C. Devries Phone: 800/654-8426 Phone: 904/264-4502 Fax: 904/642-7061 Fax: 904/284-0054 Champion Chevrolet Gus Machado Ford 3127 West Tennessee Street 1200 W. 49th Street Tallahassee, FL 32304 Hialeah, FL 33012 Contact: Fred Schmucker Contact: Ed Machado Phone: 850/580-7653 Phone: 305/820-2596 Fax: 850/575-9027 Fax: 305/820-2592 Classic Chevrolet, Inc. Hall -Mark Pyre Apparatus P.O. Box 1720 P.O. Box 1770 Winter Park, FL 32790 Ocala, FL 34478 Contact: Bill Cross Contact: Jim Hall Phone: 407/297-4321 Phone: 800/524-6072 Fax: 407/523-0982 Fax: 352/629-2018 20 Bid Award Announcement (00-08-0905) Don Reid Ford, Inc. Hill -Kelly Dodge, Inc. Box 12763 P.O. Box 940005 P.O. Maitland, FL 32751-0005 Pensacola, FL 32575 Contact: Eric Jore Contact: Paul Fiveash Phone: 407/644-7111 Phone: 800-633-8591 Fax: 407/647-4779 Fax: 850-484-9809 Duval Ford Jack Caruso's Regency Dodge P.O. Box 7687 10979 Atlantic Blvd. Jacksonville, FL 32238-7687 Jacksonville, FL 32225 Contact: Nelson Eason Contact: William "Bill" Futrill Phone: 904/388-2144 Phone: 800/654-8426 Fax: 904/387-6816 Fax: 904/642-7061 20 Bid Award Announcement (00-08-0905) 3/4 TON EXTENDED WHEELBASE UTILITY VEHICLES (4 a 2) (Specification #09): Name of Dealership Type Vehicle Zone Orville Beckford Ford/Mercury Ford Excursion * Western Duval Ford Ford Excursion * Northern Duval Ford Ford Excursion * Central Duval Ford Ford Excursion * Southern Champion Chevrolet Suburban 2500 Western Champion Chevrolet Suburban 2500 Northern Garber Chevrolet Suburban 2500 Central Maroone Chevrolet, LLC Suburban 2500 Southern Proctor's Pontiac GMC Trucks GMC Yukon 2500 Western Proctor's Pontiac GMC Trucks GMC Yukon 2500 Northern Sheehan Pontiac -GMC, Inc. GMC Yukon 2500 Central Sheehan Pontiac -GMC, Inc. GMC Yukon 2500 Southern 3/4 TON EXTENDED WHEELBASE UTELITY VEHICLES (4 a 41 (Specification #09): Base Unit Price $26,442.00 $26,434.00 $26,434.00 $26,523.00 $27,197.00 $27,197.00 $27,313.00 $27,251.00 $32,185.46 $32,185.46 $32,445.00 $32,385.00 Orville Beckford Ford/Mercury Ford Excursion * Western $28,694.00 Duval Ford Ford Excursion * Northern $28,691.00 Duval Ford Ford Excursion * Central $28,691.00 Duval Ford Ford Excursion * Southern $28,781.00 Garber Chevrolet Suburban 2500 Maroone Chevrolet, LLC Suburban 2500 Maroone Chevrolet, LLC Suburban 2500 Maroone Chevrolet, LLC Suburban 2500 Western Northern Central Southern $29,848.00 $29,592.00 $29,542.00 $29,467.00 Proctor's Pontiac GMC Trucks GMC Yukon 2500 Western $34,360.64 Proctor's Pontiac GMC Trucks GMC Yukon 2500 Northern $34,360.64 Sheehan Pontiac -GMC, Inc. GMC Yukon 2500 Central $34,571.00 Sheehan Pontiac -GMC, Inc. GMC Yukon 2500 Southern $34,511.00 7 PASSENGER MINI VAN (Specification # 10): Orville Beckford Ford/Mercury Orville Beckford Ford/Mercury Don Reid Ford, Inc. Don Reid Ford, Inc. Gus Machado Ford Garber Chevrolet Garber Chevrolet Garber Chevrolet Ford Windstar Ford Windstar Ford Windstar Ford Windstar Ford E-150 Club Wagon Chevrolet Astro Chevrolet Astro Chevrolet Astro Western Northern Central Southern Western Northern Central * Southern Western Northern Central $18,030.00 $18,065.00 $17,981.00 $18,181.00 No Bid No Bid No Bid $17,083.00 $19,380.00 $19,345.00 $19,380.00 $ Bid Award Announcement (00-08-0905) Meeting Type: Regular Meeting Date: 01-17-00 AGENDA Heading Discussion Item 14 No. would like to address the city council on entering into a similar agreement. AGENDA REPORT CITY COUNCIL OF THE CITY OF CAPE CANAVERAL SUBJECT: DISCUSSION; TRANSIT (BUS) SHELTERS DEPT./DIVISION: Requested Action: City Council review and comment on whether or not the city should enter into a transit shelter license agreement with 20/20 Media. Summary Explanation & Background: The city was approached by 20/20 Media to provide transit shelters within our community. Brevard County recently approved this type of shelter program for the unincorporated areas and 20/20 Media would like to address the city council on entering into a similar agreement. Please advise. Exhibits Attached: Building official's memo; 20/20 Media correspondence City Manager's -Office Department g:/�n/c cil/meet ious.aoc ►iu [I ; :VI DIII►y Date: October 11, 2000 To: Bennett Boucher, City Manager From: Morris Reid, CBO, Building Official��% � Re: Transit Shelter I have reviewed the information that you provided regarding the proposed bus shelter. The shelter appears to meet the requirements of the adopted Building Code. The plans will need to be signed and sealed by a licensed engineer. The poster size in the shelter is 22.59 sq. ft. The City Code does not allow for off -premise signs and no sign can be placed within the road right-of-way. 20/20 M E D I A September 5, 2000 City of Cape Canaveral Mr. Bennett Boucher, City Manager P.O. Box 326 Cape Canaveral, Florida 32920-0326 Dear Mr. Boucher: Per Mr. Tom Wasdin's request, I have enclosed a proposed transit shelter agreement along with a picture of our most recent shelter installation, architectural drawings and engineering calculations I would like to take this opportunity to express how excited I am about the possibility of working with you to implement a shelter program in a dynamic City such as yours. I look forward to meeting you and if I can be of any further assistance please do not hesitate to call. Thank you very much for your time. Sincerely`,, Joel C. Davis President Enclosures CC: Tom Wasdin 3055 Vest Road "BRINGING YOUR ADVERTSING NEEDS INTO FOCUS" Phone: 407-892-3885 St. Cloud, Florida 34772 Fax: 407-892-6488 TRANSIT SHELTER LICENSE AGREEMENT THIS AGREEMENT ("Agreement" or "License Agreement") is entered into by and between The CITY of CAPE CANAVERAL , a Florida political subdivision ("City"), 20/20 MEDIA HOLDINGS, INCORPORATED, a Florida corporation ("20/20 Media"), and the MERRITT ISLAND JAYCEES, on behalf of all Jaycee clubs in Brevard County, ("Sponsor"), this day of , 2000. WITNESSETH: WHEREAS, the City has the authority to provide written authorization to a qualified private supplier for installing and operating transit shelters ("Transit Shelters"), including advertising at official bus route stops for the comfort and convenience of the general public pursuant to Florida Statutes 125.01(1)(1), 337.408, and in any event pursuant to the home rule powers both proprietary and governmental, granted it by the State of Florida and the City Charter. WHEREAS, the Sponsor proposes to place same transit shelters within the City, and located on the public rights of way. WHEREAS, 20/20 Media has proposed to build transit shelters for public usage associated with Brevard County's mass transit system at absolutely no cost to the City or Sponsor and maintain same, also at no cost to the City or Sponsor. A portion of the revenues received from advertising to be displayed on the shelters will be returned to the Sponsor in consideration of this License Agreement. NOW, THEREFORE, BE IT AGREED BETWEEN THE PARTIES HERETO AS FOLLOWS: I . LICENSES GRANT. Pursuant to the terms and conditions set forth herein to the fullest extent allowed by law, the City hereby grants to 20/20 Media an exclusive license to use the rights-of-way of the road system within the City for the purposes of constructing, installing, or erecting, and maintaining transit shelters, including advertising displayed thereon, for the comfort and convenience of the general public, at designated stops on official bus routes of the Space Coast Area Transit System and its successors or assigns. 2. LICENSE FEE. For and in consideration of this license grant, 20/20 Media shall pay to the -Sponsor annually, during the term of this License Agreement, a fee expressed as a percentage of 20/20 Media's net annual receipts (net being the amount received by 20/20 Media after any non -related agency commissions) attributable to its transit shelter operations pursuant to this Agreement during the preceding calendar year. The annual fee shall be two and one half percent (2.5%) of the net annual receipts. For purposes of this Agreement, net annual receipts shall include all revenues derived from advertising displayed on the transit shelters existing pursuant to the authority of this license and shall include said revenues from such transit shelters located on all public roads within the City. 3. PUBLIC SERVICE. 20/20 Media shall provide the advertisement boxes for advertising messages of the City or Sponsor on a space available basis. Any such public service announcements shall be removed by 20/20 Media, in the event 20/20 Media rents such advertising space, upon (5) days notice by 20/20 Media to the City or Sponsor. In no event shall a paying customer be removed from an ad space for public service announcements. 20/20 Media shall not be responsible for paying for public service message materials. The City or Sponsor will provide all necessary ad materials at their sole cost and expense. However, 20/20 Media will install at no cost to the City or Sponsor, such public service advertisements within five (5) days after such advertisements are provided to 20/20 Media for installation. Sponsors name shall appear on the end fascias of all shelters. 4. SHELTER USAGE. 20/20 Media shall not use, or suffer, cause, or permit the use of the locations licensed hereby for any commercial purpose other than advertising. 20/20 Media shall not charge a fee, surcharge, or any other consideration to the public for usage of any transit shelters licensed hereby. Each and every transit shelter operated pursuant to this Agreement shall be available to the general public on a gratis basis. 20/20 Media shall not allow any location licensed hereby to be let, sub -let, or otherwise transferred to any other person or party without the prior written consent of the City. 5. TERM. This License Agreement shall be for a term of twenty (20) years from and after the date first above written. This License Agreement may be renewed or extended thereafter upon terms mutually agreeable between the parties hereto thereafter. Upon termination of this Agreement and any renewals or extensions, 20/20 Media shall remove or cause to be removed, each and every transit shelter from and after the date of termination. All removals shall be performed so that City property and facilities will not be damaged as a result. The City acknowledges that concrete slabs must be poured for purposes of providing a foundation for the transit shelters and walkways connecting the adjacent sidewalk and curbs to the transit shelter, which slabs will remain without removal and will be the property of the City in all respects. 6. COMPLIANCE WITH LAWS. 20/20 Media shall comply -with -all applicable state, federal, and local laws, ordinances, rules, and regulations, including the Americans with Disabilities Act in the construction, erection, installation, maintenance, and operation of the transit shelters, including without limitation, permitting. Throughout the term of the Agreement, 20/20 Media shall maintain in good standing a license for outdoor advertising with the Florida Department of Transportation issued pursuant to the provision of Florida Statutes, Chapter 479, and a current City Occupational License. 7. INDEMNITY AND INSURANCE. To the fullest extent permitted by Florida Law, 20/20 Media shall indemnify, save, and hold harmless, and defend the City, The State of Florida and Sponsor against all losses, damages, costs, claims, causes of action, suits, liabilities, and expenses (including costs of reasonable attorney's fees) resulting from -20120 Media's -.use, construction, maintenance, and operation of any transit shelter. Additionally, 20/20 Media shall maintain in full force and effect throughout the term of this Agreement and all extensions or renewals thereof a policy of comprehensive general liability insurance with a company duly authorized to engage in the business of issuing such a policy in Florida in the amount of at least $1,000,000 per occurrence with $2,000,000 aggregate which names the City and Sponsor as a co -additional insured, said policy to cover any losses and claims occurring or arising from the installation, location, maintenance and/or operation of the shelters. The insurance certificate shall also be endorsed with a provision that the City shall be entitled to at least ten (10) days advance written notice prior to cancellation of the then existing policy. Proof of such insurance shall be supplied to the City and Sponsor prior to the commencement of installation of any shelter and, throughout the term of this Agreement and all extensions and renewals thereof, 20/20 Media shall supply the City and Sponsor with appropriate certifications. The City may at any time, and from time to time, request from 20/20 Media assurances in the form of a certificate from the insurer that such policy of insurance is in effect and 20/20 Media shall appropriately respond within ten (10) calendar days from receipt of such request. 8. SHELTER DESIGN MAINTENANCE AND LOCATION. 20/20 Media shall design, provide plans and specifications for, and erect shelters as provided under paragraphs 14- 20.001 through 4-20.005 of the Florida Administrative Code (FAC) and .Sections 337.408 and 337.409 of the Florida Statutes. The size, shape, configuration, and location of each and every transit shelter shall be subject to approval by the City. In addition to all standards imposed by law, ordinance, rule, and regulation, each transit shelter shall be located and designed so as to not hinder or impede the free and safe flow of vehicular and pedestrian traffic and will be built, erected, installed, and operated in a manner to preserve the public safety and welfare and to cause the minimum possible disruption to vehicular and pedestrian traffic, as well as right-of- way maintenance and repair. 20/20 Media shall coordinate all construction efforts with the City. All shelters shall be erected in public rights-of-way along the street frontage. Notwithstanding the above, 20/20 Media may locate shelters on private property provided, however, that 20/20 Media shall secure, at its own expense, written leases, authorizations, or grants of easements from the owners of such property as may be necessary. Construction materials, techniques, design, and lighting shall be subject to approval by the City. Also, 20/20 Media shall locate and design the shelters so that access for utilities and cable TV is not substantially impaired and will coordinate with utilities and cable TV companies. 20/20 Media shall -pay all electrical expenses and service costs incurred by the use of any electrical lighting in any shelter. The City agrees to allow 20/20 Media access to and the right to connect up to, or tap into, any electric service, which the City has the authority to authorize, which is now or hereafter being furnished to any public street lights located in a close proximity to any shelter provided, however, 20/20 Media agrees to reimburse the City for reasonable costs of such electric City consumed in the operation or lighting of any such shelters. 20/20 Media shall make all necessary arrangements with utility companies for the provision of service. 20/20 Media shall maintain each and every shelter in a neat, orderly, and sanitary condition, by way of performing maintenance as listed on Exhibit "A". Exhibit "A" may be changed from time to time as needed. Graffiti and/or acts of vandalism shall be removed or repaired within 48 hours so as to restore the shelter to an aesthetically pleasing appearance consistent with its condition as originally installed. 20/20 Media shall have the absolute right to remove any shelter prior to the expiration of this License Agreement. 9. ADVERTISING. 20/20 Media retains full and sole authority and discretion in selecting advertisers and advertising copy for display. Rates, charges, terms and conditions of advertising shall be as negotiated between 20/20 Media and its advertiser. It is agreed that 20/20 Media shall not place on shelters advertising for any product not lawfully for sale to minors; provided, however, advertising the Florida Lottery is permitted. No such advertising shall consist of, or include, any depictions, messages, graphics or other content which is or would be patently offensive to the general public based upon contemporary community standards in the City or would pose a threat to safety by distracting motorists, bicyclists, and/or pedestrians due to its shocking or inflammatory nature. It is agreed that the advertising pertinent to the shelters erected under this Agreement shall not constitute signage for regulatory purposes and that such shelters when erected and operated in public rights-of-way are not subject to zoning restrictions pertaining to permitted uses and locational standards. 10. TERMINATION. If 20/20 Media fails to fulfill any obligation hereunder or violates any material covenant, term or condition of this Agreement, the City shall give it written notice of such failure or violation. If such failure or violation is not cured within sixty (60) days from the date 20/20 Media receives such notice, the City may terminate this Agreement which shall be effective upon 20/20 Media receiving a written notice from the City to that effect or such other date as specified in this notice. If the City terminates this Agreement pursuant to this paragraph, then 20/20 Media shall, at its expense, remove all transit shelters from the rights-of- way within ninety (90) days after receipt of the termination notice from the City or such other date as may be agreed upon by the parties. If after the expiration of the 90 days the shelters have not been removed, the City may remove or have the shelters removed and charge 20/20 Media for the full cost of removal as well as any administrative fees and reasonable attorney's fees. In the event Sponsor fails to exist or wishes to withdraw from this agreement, 20/20 Media shall have the right to substitute another sponsor in their place. 11. REMEDIES. This Agreement shall be governed by and be subject to the laws of Florida. Venue for any and all actions necessary to enforce this Agreement shall be in Brevard City, Florida. No remedy herein conferred upon any party is intended to be exclusive of any other remedy and each remedy shall be cumulative and shall be in addition to every other remedy given hereunder or now or hereafter existing at law or in equity or by statute or otherwise. No single or partial exercise by any party of any right, power, or remedy hereby shall preclude any other or further exercise thereof. 12. Modifications to Contract: This agreement, together with any exhibits, task assignments and schedules constitute the entire License Agreement between the City and 20/20 Media and supersedes all prior written or oral understandings. This License Agreement and any exhibits, task assignments and schedules may only be amended, supplemented or canceled by a written instrument duly executed by the parties hereto. 13. NOTICES. Any notices provided for herein must be given in writing and must be sent by certified, United States mail return receipt requested, by personal delivery with receipt required, or by facsimile with confirmation receipt required, or by recognized courier such as Federal Express with confirmation receipt requested to the following address: To City: City of Cape Canaveral C/o City Manager 105 Polk Ave. P.O. Box 326 Cape Canaveral, Fl 32920-0326 To Sponsor: Merritt Island Jaycees CIO Steve Carlson P.O. Box 540799 Merritt Island, Fl 32954 To 20/20 Media: 20/20 Media Holdings, Incorporated 3055 Vest Road St. Cloud, Florida 34772 CITY of CAPE CANAVERAL Mayor (SEAL) ATTEST: By: Clerk . proved ivy ti:e Board an 20/10- MEDIA HOLDINGS, INCDRPDRATED Joel C. Davis, President The MERRITT ISLAND JAYCEES Steve Carlson, President ATTEST: EXHIBIT "A" 20/20 Media Incorporated "Performance Criteria" Transit Shelter Maintenance Schedule Section 1 Weekly 1 . Clean all glass areas 2. Mow grass 10' around shelter and 4' beside all concrete walks 3. Weed eat all grass/concrete 4. Blow off concrete area 5. Herbicide any weeds growing through joints or cracks in concrete 6. Check for and remove any gum 7. Check for and remove any insect nests (ants, wasps, mud daubers) 8. Check for and remove any graffiti 9. Check for and notify 20/20 Media of any vandalism 10. Empty trash can, pick up any trash in surrounding area and haul away 11 . Spray trash can with disinfectant/deodorizer (supplied by 20/20) 12. Check light box for proper operations (all bulbs working) Every 4 Weeks 1 . Check all exposed fasteners for proper tightness 2. Trim all brush and tree limbs within close proximity Every 26 Weeks 1 . Pressure clean all concrete areas 2. Clean glass and Plexiglas inside light box 3. Remove dirt and bugs from bottom of light box 4. Lightly oil light box door hinges and trash receptacle locking mechanism Every 52 Weeks 1. Steam clean the shelter 2. Wax aluminum areas of shelter Section 2 Public Service, 20/20 Media shall report quarterly the Public Service Agencies that have been advertised in the previous quarter and the value of each. Maintenance Reports, 20/20 Media shall submit copies of the "Shelter Maintenance Weekly Check List" on a quarterly basis. Service Calls, 20/20 Media shall submit copies of all "Shelter Incidence Reports Forms" on a quarterly basis. Advertisers, 20/20 Media shall submit a list of all advertisers that have been on the shelters on quarterly basis. so'. 77y f- l � T