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