HomeMy WebLinkAbout04-28-2022 VC REG-A with attachments
VILLAGE OF NORTH PALM BEACH
REGULAR SESSION AGENDA
VILLAGE HALL COUNCIL CHAMBERS THURSDAY, APRIL 28, 2022
501 U.S. HIGHWAY 1 7:00 PM
Deborah Searcy David B. Norris Susan Bickel Darryl C. Aubrey Mark Mullinix
Mayor Vice Mayor President Pro Tem Councilmember Councilmember
Andrew D. Lukasik Leonard G. Rubin Jessica Green
Village Manager Village Attorney Village Clerk
INSTRUCTIONS TO JOIN MEETING ELECTRONICALLY
To join meeting by computer (video & audio) click or type the following link in address bar:
https://us02web.zoom.us/j/84580707202?pwd=bDFwR0pLSHRaakdhYzhhZ3J1THpkUT09
Meeting ID: 845 8070 7202
Passcode: 078712
To join meeting by phone (voice only):
877 853 5257 US Toll-free
888 475 4499 US Toll-free
Meeting ID: 845 8070 7202
Passcode: 078712
Regular Session Agenda, April 28, 2022 Page 2 of 3
ROLL CALL
INVOCATION - MAYOR
PLEDGE OF ALLEGIANCE - VICE MAYOR
AWARDS AND RECOGNITION
1. Proclamation - Municipal Clerks Week
APPROVAL OF MINUTES
2. Minutes of the Regular Session held April 14, 2022
COUNCIL BUSINESS MATTERS
STATEMENTS FROM THE PUBLIC, PETITIONS AND COMMUNICATIONS
Members of the public may address the Council concerning items on the Consent Agenda or any non agenda item
under Statements from the Public. Time Limit: 3 minutes
Members of the public who wish to speak on any item listed on the Regular Session or Workshop Session Agenda
will be called on when the issue comes up for discussion. Time Limit: 3 minutes
Anyone wishing to speak should complete a Public Comment Card (on the table at back of Council Chamb ers) and
submit it to the Village Clerk prior to the beginning of the meeting.
3. INTERVIEWS WITH APPLICANTS TO VILLAGE BOARDS AND COMMITTEES
4. RESOLUTION Appointing Members to Village Boards and Committees
DECLARATION OF EX PARTE COMMUNICATIONS
PUBLIC HEARINGS AND QUASI-JUDICIAL MATTERS
5. 1ST READING OF 2022-10 – CODE AMENDMENT – DEFINITION OF DWELLING UNIT Consider
a motion to adopt on first reading Ordinance 2022-10 amending Article I, "In General," of Appendix
C (Chapter 45) of the Village Code of Ordinances by amending Section 45-2, "Definitions," to modify
the definition of the term dwelling unit.
6. PUBLIC HEARING AND 2ND READING OF ORDINANCE 2022-08 – GENERAL FUND BUDGET
AMENDMENT FY 2022 Consider a motion to adopt and enact on second reading Ordinance 2022-08
amending the adopted General Fund Budget for Fiscal Year 2022 to classify the total amount
financed for Village vehicles as Capital Outlay and to transfer NET Income from the General Fund
Unassigned Fund Balance to the Capital Improvement Plan Fund; and authorizing execution of the
Amendments.
7. PUBLIC HEARING AND 2ND READING OF ORDINANCE 2022-09 – CODE AMENDMENT –
RESIDENTIAL ZONING REGULATIONS Consider a motion to adopt and enact on second reading
Ordinance 2022-09 implementing the recommendations of the Ad Hoc Committee; amending Article
V, “Stormwater Management,” of Chapter 21, “Planning And Development,” by amending Section
21-67, “Post Development Runoff Rates, Volumes And Pollutant Loads,” to impose specific
requirements applicable to postdevelopment runoff and amending Section 21-70, “Water Quality,” to
provide standards for construction site runoff; amending Article I, “In General,” And Article III, “District
Regulations,” of Appendix C (Chapter 45) by Amending Section 45-2, “Definitions,” to define the
terms average elevation and landscaped area and Section 45-27, “R-1 Single-Family Dwelling
District,” to regulate the height of two-story structures, require a minimum landscaped area, and limit
the width of driveways in swale areas; extending the Zoning In Progress relating to second-story
floor area for an additional six months.
Regular Session Agenda, April 28, 2022 Page 3 of 3
CONSENT AGENDA
The Consent Agenda is for the purpose of expediting issues of a routine or pro -forma nature. Councilmembers
may remove any item from the Consent Agenda, which would automatically convey that item to the Regular
Agenda for separate discussion and vote.
8. RESOLUTION – Approving an Interlocal Agreement with Palm Beach County for the use of grant
funds for Emergency Medical Services Equipment at a total cost of $3,702.50; and authorizing
execution of the Agreement.
9. RESOLUTION – Declaring eight Kubota Solid Waste Collection vehicles as surplus property and
authorizing their disposal.
10. RESOLUTION – Approving a proposal from Engenuity Group, Inc. for professional engineering
services associated for development of two conceptual designs for the reconstruction of the
Lighthouse Drive Bridge at a total cost of $91,288; authorizing execution of all required documents;
and authorizing a budget amendment to fund the expenditure.
11. Receive for file Minutes of the Golf Advisory Board meeting held 3/21/22.
OTHER VILLAGE BUSINESS MATTERS
12. MOTION – Appointment of Auditor Selection Committee and appointment of member of Village
Council to serve on and Chair the Auditor Selection Committee.
13. RESOLUTION – VILLAGE HALL CHILLER PURCHASE Consider a motion to adopt a resolution
approving the purchase of a new chiller and air handler from Carrier Corporation for Village Hall at a
total cost of $194,159.50; and approving a budget amendment to fund the purchase.
14. RESOLUTION – ANCHORAGE PARK PLAYGROUND EQUIPMENT REPLACEMENT Consider a
motion to adopt a resolution approving a proposal from Advanced Recreational Concepts, LLC
(ARC) and a proposal from Playspace Services, Inc. to remove and replace the Anchorage Park
Playground at a total cost of $438,063.19; authorizing execution of the Contracts; and approving a
budget amendment to fund the purchase.
15. DISCUSSION – Strategic Priorities for Fiscal Year 2023
COUNCIL AND ADMINISTRATION MATTERS
MAYOR AND COUNCIL MATTERS/REPORTS
VILLAGE MANAGER MATTERS/REPORTS
REPORTS (SPECIAL COMMITTEES AND ADVISORY BOARDS)
ADJOURNMENT
If a person decides to appeal any decision by the Village Council with respect to any matter considered at the Village Counci l meeting,
he will need a record of the proceedings, and for such purpose he 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 (F.S. 286.0105).
In accordance with the Americans with Disabilities Act, any person who may require special accommodation to participate in this meeting
should contact the Village Clerk’s office at 841-3355 at least 72 hours prior to the meeting date.
This agenda represents the tentative agenda for the scheduled meeting of the Village Council. Due to the nature of governmental duties
and responsibilities, the Village Council reserves the right to make additions to, or deletions from, the items contained in this agenda.
DRAFT MINUTES OF THE REGULAR SESSION
VILLAGE COUNCIL OF NORTH PALM BEACH, FLORIDA
APRIL 14, 2022
Present: Deborah Searcy, Mayor
David B. Norris, Vice Mayor
Susan Bickel, President Pro Tem
Darryl C. Aubrey, Sc.D., Councilmember
Mark Mullinix, Councilmember
Andrew D. Lukasik, Village Manager
Len Rubin, Village Attorney
Jessica Green, Village Clerk
ROLL CALL
Mayor Searcy called the meeting to order at 7:00 p.m. All members of Council were physically
present except for Councilmember Bickel who attended via internet connection. All members of
staff were present.
INVOCATION AND PLEDGE OF ALLEGIANCE
Mayor Searcy gave the invocation and Vice Mayor Norris led the public in the Pledge.
APPROVAL OF MINUTES
The Minutes of the Regular Session held March 24, 2022 were approved as written.
STATEMENTS FROM THE PUBLIC
Diane Smith, 37 Yacht Club Drive, expressed her concerns with the proposed 200 Yacht Club
Drive Planned Unit Development.
Bob Starkie, 36 Yacht Club Drive, expressed his concerns with the density allowance for the
proposed 200 Yacht Club Drive Planned Unit Development. Mr. Starkie asked Council when the
issue would be addressed. Mr. Starkie also stated that the Lighthouse Bridge needed to be repaired.
Chris Ryder, 118 Dory Road S, expressed his concerns with a proposed project at the Anchorage
Park north canal that was contradictory to the scope of work for engineering and design services
that was approved through Resolution 2020-64. Mr. Ryder also expressed his concerns with the
proposed 200 Yacht Club Drive Planned Unit Development.
Deborah Cross, 2560 Pepperwood Circle S, expressed her concerns with the use of pesticides at
the North Palm Marina.
Draft Minutes of the Village Council Regular Session held April 14, 2022 Page 2 of 8
PUBLIC HEARINGS AND QUASI-JUDICIAL MATTERS
Mayor Searcy stated that Councilmember Bickel requested that Ordinance 2022-09 Code
Amendment – Residential Zoning Regulations be the first ordinance heard under public hearing.
Mayor Searcy asked Council if there were any objections. There were no objections from Council.
ORDINANCE 2022-09 CODE AMENDMENT – RESIDENTIAL ZONING REGULATIONS
A motion was made by Councilmember Aubrey and seconded by Vice Mayor Norris to adopt on
first reading Ordinance 2022-09 entitled:
AN ORDINANCE OF THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH PALM
BEACH, FLORIDA, IMPLEMENTING THE RECOMMENDATIONS OF THE AD HOC
COMMITTEE; AMENDING ARTICLE V, “STORMWATER MANAGEMENT,” OF
CHAPTER 21, “PLANNING AND DEVELOPMENT,” BY AMENDING SECTION 21-67,
“POST DEVELOPMENT RUNOFF RATES, VOLUMES AND POLLUTANT LOADS,” TO
IMPOSE SPECIFIC REQUIREMENTS APPLICABLE TO POSTDEVELOPMENT RUNOFF
AND AMENDING SECTION 21-70, “WATER QUALITY,” TO PROVIDE STANDARDS FOR
CONSTRUCTION SITE RUNOFF; AMENDING ARTICLE I, “IN GENERAL,” AND
ARTICLE III, “DISTRICT REGULATIONS,” OF APPENDIX C (CHAPTER 45) BY
AMENDING SECTION 45-2, “DEFINITIONS,” TO DEFINE THE TERMS AVERAGE
ELEVATION AND LANDSCAPED AREA AND SECTION 45-27, “R-1 SINGLE-FAMILY
DWELLING DISTRICT,” TO REGULATE THE HEIGHT OF TWO-STORY STRUCTURES,
REQUIRE A MINIMUM LANDSCAPED AREA, AND LIMIT THE WIDTH OF DRIVEWAYS
IN SWALE AREAS; EXTENDING THE ZONING IN PROGRESS RELATING TO SECOND -
STORY FLOOR AREA FOR AN ADDITIONAL SIX MONTHS; PROVIDING FOR
CODIFICATION; PROVIDING FOR SEVERABILITY; PROVIDING FOR CONFLICTS;
PROVIDING FOR AN EFFECTIVE DATE; AND FOR OTHER PURPOSES.
Bill Whiteford, Chairman of the Residential Code Ad Hoc Committee discussed and explained
how the Committee came up with the recommendations that were being brought forward for
consideration in the proposed ordinance.
Community Development Director Jeremy Hubsch began a presentation on the history of the
proposed zoning in progress and explained and discussed in further detail the recommendations
brought forward by the Residential Code Ad Hoc Committee. Mr. Hubsch discussed the timeline
and next steps. Mr. Hubsch presented questions on what other code provisions should be
evaluated. Mr. Hubsch reviewed a timeline showing the beginning of zoning in progress
recommendations to finalizing the code update by the summer or fall of 2022. Mr. Hubsch
reviewed the adopted zoning in progress standards which were as follows: 1) All new one-story
homes are to have thirty-five (35%) minimum landscaped area, and are to provide a landscaped
are of fifty percent (50%) in the required setback. 2) All homes are limited to thirty feet (30’) in
height for flat roofs and thirty-five feet (35’) for all other roof types, including gable, hip, gambrel,
and shed roofs. 3) The floor area of the second story of a single-family home is limited to seventy-
five percent (75%) of the floor area of the first story.
Mr. Hubsch discussed ambiguous code language pertaining to water quality and a possible
solution. Mr. Hubsch reviewed and discussed the adopted required minimum landscape area and
proposed zoning in progress landscaping standards. Mr. Hubsch reviewed and explained a Peer
City Analysis and reviewed and gave examples of homes within the Village that were currently
zoning in progress compliant and not zoning in progress compliant.
Draft Minutes of the Village Council Regular Session held April 14, 2022 Page 3 of 8
ORDINANCE 2022-09 CODE AMENDMENT – RESIDENTIAL ZONING REGULATIONS
continued
Mr. Hubsch continued with discussing the allowed driveway width in swales, the adopted zoning
in progress building height and proposed building height. Mr. Hubsch explained how the building
height was measured and reviewed examples of homes within the Village and their heights. Mr.
Hubsch reviewed the current runoff code and proposed runoff code. Mr. Hubsch concluded by
stating that at its March 22, 2022 meeting, the Ad Hoc Committee voted 4-3 to make the building
height thirty feet for all roof types. Two of the dissenting members wanted the height to be thirty-
two feet and the other wanted it to be thirty-five feet. The members voted 6-1 to adopt the minimum
landscape standards as drafted. The dissenting member felt the front yard restriction of 50% is too onerous.
The members all supported the changes to the stormwater management code. The Planning
Commission voted 6-0 to recommend approval of the Ad Hoc Committee recommendations.
John Samadi, 512 Marlin Road, expressed and discussed his concerns with the proposed residential
zoning regulations ordinance.
Chris Ryder, 118 Dory Road S, expressed his concerns with Dover, Kohl and Spikowski and asked
why they did not address the residential code when they did their consulting work with the Village.
Cory Cross, 2560 Pepperwood Circle S, stated that based on his experience as an architect, the
proposed residential code was a very reasonable code and was not overly restrictive.
Councilmember Mullinix expressed concern that the proposed code was incentivizing single story
homes and not two story homes. Councilmember Mullinix stated that the minimum landscape
requirements should be the same for single and two story homes.
Councilmember Aubrey stated that the proposed code was reasonable and was consistent with
neighboring communities. Any issues with the code could be revisited in the future.
Vice Mayor Norris stated that he was also concerned with the de-incentivizing of two-story homes.
Vice Mayor Norris stated that overall the proposed code was reasonable with the one exception.
Mayor Searcy asked for clarification on the term “decorative rock” in the code.
Attorney Rubin explained that it was an inclusive term that included gravel and mulch.
Mayor Searcy asked if the Ad Hoc Committee discussed roof top decks.
Mr. Hubsch stated that roof top decks were not discussed but that it could be discussed and
addressed in the future.
Discussion ensued regarding roof top decks, collector roads and driveway calculations for corner lots.
Vice Mayor Norris asked the code could be changed to make the landscape minimum standards the
same for single and two-story homes.
Mayor Searcy asked Mr. Whiteford to explain the reasoning behind the difference between the
landscape minimum standards for single and two-story homes.
Draft Minutes of the Village Council Regular Session held April 14, 2022 Page 4 of 8
ORDINANCE 2022-09 CODE AMENDMENT – RESIDENTIAL ZONING REGULATIONS
continued
Mr. Whiteford explained that single story homes were lower and more spread out versus two-story
homes which were vertical and would have more space for landscaping. Mr. Whiteford explained that
it was not a matter of incentivizing.
Discussion ensued between Council regarding the landscape minimum standards for single versus
two-story homes.
A motion was made by Vice Mayor Norris and seconded by Councilmember Mullinix to amend
Ordinance 2022-09 to make the minimum landscape requirements the same for single story and
two-story homes.
Thereafter, the motion to amend Ordinance 2022-09 to make the minimum landscape requirements
the same for single story and two-story homes passed 3 to 2 with Vice Mayor Norris,
Councilmember Aubrey and Councilmember Mullinix voting aye and Mayor Searcy and President
Pro Tem Bickel voting nay.
Discussion ensued between Council and staff regarding providing waivers for u-shaped driveways
and special circumstances where the total landscaped area may be slightly over the allowance.
Thereafter the motion to adopt amended Ordinance 2022-09 on first reading passed unanimously.
Mayor Bickel left the meeting at 8:17 p.m.
ORDINANCE 2022-08 GENERAL FUND BUDGET AMENDMENT
A motion was made by Councilmember Mullinix and seconded by Vice Mayor Norris to adopt on
first reading Ordinance 2022-08 entitled:
AN ORDINANCE OF THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH PALM
BEACH, FLORIDA, AMENDING THE ADOPTED GENERAL FUND BUDGET FOR FISCAL
YEAR 2022 TO CLASSIFY THE TOTAL AMOUNT FINANCED FOR VILLAGE VEHICLES
AS CAPITAL OUTLAY AND TO TRANSFER NET INCOME FROM THE GENERAL FUND
UNASSIGNED FUND BALANCE TO THE CAPITAL IMPROVEMENT PLAN FUND;
PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING
FOR AN EFFECTIVE DATE.
Mr. Lukasik explained the purpose of the ordinance was to approve a budget amendment for
approved vehicle financing agreements and the use of NET income in the General Fund for capital
improvements. Mr. Lukasik stated that the vehicle lease agreements were already approved by
Council. The budget amendment would record the lease agreements as capital outlay and would
solidify the direction of Council to use NET income from Fiscal Year 2021 and bring it into the
current Fiscal Year to use for certain capital improvements.
Thereafter, the motion to adopt on first reading Ordinance 2022-08 passed with all present voting aye.
Draft Minutes of the Village Council Regular Session held April 14, 2022 Page 5 of 8
ORDINANCE 2022-05 CODE AMENDMENT – YEAR-ROUND IRRIGATION
CONSERVATION MEASURES
A motion was made by Vice Mayor Norris and seconded by Councilmember Aubrey to adopt and
enact on second reading Ordinance 2022-05 entitled:
AN ORDINANCE OF THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH PALM
BEACH, FLORIDA, AMENDING CHAPTER 19, “OFFENSES AND MISCELLANEOUS
REGULATIONS,” OF THE VILLAGE CODE OF ORDINANCES BY REPEALING ARTICLE
IX, “WATER SHORTAGE EMERGENCIES,” AND ADOPTING A NEW ARTICLE IX,
“YEAR-ROUND IRRIGATION CONSERVATION MEASURES;” PROVIDING FOR A
PURPOSE AND FOR APPLICABILITY; PROVIDING FOR DEFINITIONS; PROVIDING
FOR CONSERVATION REGULATIONS; PROVIDING FOR VIOLATIONS AND
ENFORCEMENT; PROVIDING FOR VARIANCES; PROVIDING FOR CODIFICATION;
PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE.
Mr. Rubin explained that the South Florida Water Management District requested that the Village
adopt the Year-Round Landscaping Irrigation Conservation Measures applicable within Palm
Beach County. Mr. Rubin stated that the only change that was made from first reading was that
the effective date of the irrigation regulations was pushed back ninety (90) days in order to allow
sufficient time for public outreach and education.
Deborah Cross, 2560 Pepperwood Circle S, recommended that residents have more ecologically
friendly landscaping that required less watering.
Mayor Searcy asked if the Village was in compliance with the irrigation regulations.
Public Works Director Chuck Huff stated that the Village was in compliance with irrigation
regulation except for certain areas such as the Country Club.
Mr. Rubin explained that the Village was not required to comply with the irrigation regulations for
the Country Club golf course and any athletic fields. The medians were required to comply.
Thereafter, the motion to adopt and enact on second reading Ordinance 2022-05 passed with all
present voting aye.
ORDINANCE 2022-06 CODE AMENDMENT – FIREFIGHTERS PENSION PLAN
A motion was made by Councilmember Mullinix and seconded by Councilmember Aubrey to
adopt and enact on second reading Ordinance 2022-06 entitled:
AN ORDINANCE OF THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH PALM
BEACH, FLORIDA, AMENDING DIVISION 4, “PENSION AND CERTAIN OTHER
BENEFITS FOR FIRE AND POLICE EMPLOYEES,” OF ARTICLE V, “PENSIONS AND
RETIREMENT SYSTEMS,” OF CHAPTER 2, “ADMINISTRATION,” OF THE VILLAGE
CODE OF ORDINANCES BY AMENDING SECTION 2-159, “CREATION OF TRUST AND
DEFINITIONS,” SECTION 2-161, “BENEFIT AMOUNTS,” AND SECTION 2-163,
“CONTRIBUTIONS,” TO MODIFY THE MAXIMUM CAP ON BENEFITS AND THE
EMPLOYEE CONTRIBUTION FOR FIREFIGHTER MEMBERS; PROVIDING FOR
CODIFICATION; PROVIDING FOR SEVERABILITY; PROVIDING FOR CONFLICTS; AND
PROVIDING FOR AN EFFECTIVE DATE.
Draft Minutes of the Village Council Regular Session held April 14, 2022 Page 6 of 8
ORDINANCE 2022-06 CODE AMENDMENT – FIREFIGHTERS PENSION PLAN continued
Mr. Lukasik explained the purpose of the ordinance. The ordinance would amend the current code
to increase the cap on benefits received by employees in the Collective Bargaining Unit from
seventy-five percent (75%) to eighty percent (80%) and also allowed for increased employee
contributions from seven percent (7%) increasing by one-half percent over an incremented time
frame beginning September 30, 2022 and ending September 30, 2024.
Thereafter, the motion to adopt and enact on second reading Ordinance 2022-06 passed with all
present voting aye.
ORDINANCE 2022-07 CODE AMENDMENT – PARKING REGULATIONS FOR VICINITY
OF LAKESIDE PARK
A motion was made by Councilmember Mullinix and seconded by Vice Mayor Norris to adopt
and enact on second reading Ordinance 2022-07 entitled:
AN ORDINANCE OF THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH PALM
BEACH, FLORIDA, AMENDING ARTICLE III, “STOPPING, STANDING AND PARKING,”
OF CHAPTER 18, “MOTOR VEHICLES AND TRAFFIC,” OF THE VILLAGE CODE OF
ORDINANCES BY AMENDING SECTION 18-34.1, “VEHICLE, TRAILER OR BOAT
PARKING PROHIBITED UPON PAVED OR UNPAVED AREA OF ROAD RIGHT-OF-WAY
OF SPECIFIC ROADWAYS,” TO MODIFY THE PARKING REGULATIONS IN THE
VICINITY OF LAKESIDE PARK; PROVIDING FOR CODIFICATION; PROVIDING FOR
SEVERABILITY; PROVIDING FOR CONFLICTS; AND PROVIDING FOR AN EFFECTIVE DATE.
Mr. Lukasik explained that the code amendment would extend restrictions to on-street parking
within the vicinity of Lakeside Park to beyond weekends and holidays and would reduce the
number of streets impacted and provide for exceptions for neighborhood residents and their guests
through the use of a Village issued pass.
Thereafter, the motion to adopt and enact on second reading Ordinance 2022-07 passed with all
present voting aye.
CONSENT AGENDA APPROVED
Item 8 was removed from the Consent Agenda and placed on the Regular Agenda. Thereafter,
the Consent agenda, as amended was approved with all present voting aye. The following items
were approved:
Motion accepting the ranking by the Selection Committee for Stormwater Master Plan
Modeling and Design Implementation Continuing Services Contract and authorizing staff
to commence negotiation of an Agreement with Hazen and Sawyer.
Resolution approving a Blanket Purchase Order for the Public Works Department with GT
Supplies, Inc. in the total amount of $50,000 for dumpster repairs.
Resolution amending the Comprehensive Pay Plan adopted as part of the Fiscal Year 2022
Budget to eliminate two full-time Solid Waste Driver/Operator positions and add two full-
time Solid Waste Collector positions with the Public Works Department.
Resolution accepting proposals from Pantropic Power, Inc. for repairs to the Public Safety
generator and rental of a standby generator in the amount of $35,497.50; and authorizing
execution of the Contract.
Draft Minutes of the Village Council Regular Session held April 14, 2022 Page 7 of 8
CONSENT AGENDA APPROVED continued
Receive for file Minutes of the Planning Commission meeting held 2/1/22.
Receive for file Minutes of the Environmental Committee meeting held 2/7/22.
Receive for file Minutes of the Library Advisory Board meeting held 2/22/22.
Receive for file Minutes of the Planning Commission meeting held 3/1/22.
Receive for file Minutes of the Recreation Advisory Board meeting held 3/15/22.
Receive for file Minutes of the Library Advisory Board meeting held 3/22/22.
Receive for file Minutes of the Audit Committee meeting held 4/6/22.
RESOLUTION 2022-25 – BUILDING INSPECTION SERVICES CONTRACT
A motion was made by Councilmember Mullinix and seconded by Councilmember Aubrey to
adopt Resolution 2022-25 entitled: A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH PALM
BEACH, FLORIDA APPROVING A CONTRACT WITH HY-BYRD INCORPORATED TO
PROVIDE BUILDING INSPECTION SERVICES PURSUANT TO PRICING ESTABLISH ED
IN AN EXISTING AGREEMENT WITH THE TOWN OF PALM BEACH AND
AUTHORIZING THE MAYOR AND VILLAGE CLERK TO EXECUTE THE AGREEMENT
ON BEHALF OF THE VILLAGE; AND PROVIDING FOR AN EFFECTIVE DATE.
John Samadi, 512 Marlin Road, stated that he hoped the contract for building services would be
temporary and that the Village would soon hire staff to perform building inspection services. Mr.
Samadi expressed concerns regarding quality of inspections and comments made by inspectors
and stated that the Village should expect high quality and highly qualified building inspectors.
Mayor Searcy apologized for any comments or poor quality inspections that may have been
performed in the past and asked Mr. Hubsch when in house staff could be expected to be hired.
Mr. Hubsch explained that in-house staff was preferred. The Community Development
Department currently has an in-house Building Official and an electrical inspector. One new high
level inspector was recently hired and staff was optimistic that the inspector will remain. Mr.
Hubsch explained that it was very difficult in the current market to find and hire high quality
building inspectors.
Thereafter, the motion to adopt Resolution 2022-25 passed with all present voting aye.
RESOLUTION 2022-29 – PBA COLLECTIVE BARGAINING AGREEMENT
A motion was made by Councilmember Mullinix and seconded by Vice Mayor Norris to adopt
Resolution 2022-29 entitled: A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH PALM
BEACH, FLORIDA, APPROVING A COLLECTIVE BARGAINING AGREEMENT
BETWEEN THE VILLAGE AND THE POLICE BENEVOLENT ASSOCIATION OF PALM
BEACH COUNTY, INC. AND AUTHORIZING EXECUTION OF THE AGREEMENT;
PROVIDING FOR CONFLICTS; AND PROVIDING FOR AN EFFECTIVE DATE.
Draft Minutes of the Village Council Regular Session held April 14, 2022 Page 8 of 8
RESOLUTION 2022-29 – PBA COLLECTIVE BARGAINING AGREEMENT continued
Mr. Lukasik stated that negotiations took place between the Village and the Police Benevolent
Association which represents employees in the Village’s Police Department. The negotiations
included minor changes to the agreement. Mr. Lukasik discussed and explained the changes to
bereavement leave, sick leave, paid holidays, take home vehicles, pension and wages. Mr. Lukasik
discussed and explained the cost impacts.
Chief Jenkins thanked Manager Lukasik and Council for a collegial and productive negotiation process.
Thereafter, the motion to adopt Resolution 2022-29 passed with all present voting aye.
MOTION – Designation of voting delegate and alternates for the Palm Beach County League of Cities
A motion was made by Vice Mayor Norris and seconded by Councilmember Mullinix to designate
Mayor Searcy as voting delegate and appointing all councilmembers not serving as voting delegate
to serve as alternate voting delegates for the Palm Beach County League of Cities.
Thereafter the motion passed with all present voting aye.
MAYOR AND COUNCIL MATTERS/REPORTS
Councilmember Mullinix expressed concerns about the assessment that was received for electrical
undergrounding. Councilmember Mullinix recommended having a peer review of the assessment.
Mayor Searcy asked staff to address Mrs. Cross’s comments regarding pesticide use to kill weeds
within the Village.
Mayor Searcy wished luck to Head Golf Professional Allan Bowman as he plays at the Honda
Classic Cares Play Yellow Birdie Bash taking place on April 18th. The proceeds from the event
will be shared between Nicklaus Children’s Health Care Foundation in support of Nicklaus
Children’s Hospital in Miami, as well as the South Florida PGA Foundation.
Mayor Searcy thanked staff for all their hard work on the wonderful Heritage Day Festival and
Village Art Show.
ADJOURNMENT
There being no further business to come before the Council, the meeting was adjourned at 8:54 p.m.
APRIL 28, 2022 APPLICANT INTERVIEWS FOR VILLAGE BOARDS
NAME BOARD(S)
Brian Bartels 1. Environmental Committee 2. Planning Commission
Valerie Hannah 1. Planning Commission 2. Waterways Board
Lauren Hopkins 1. Planning Commission 2. Environmental Committee
Christopher McDermott 1. Waterways Board
Karen O’Connell 1. Golf Advisory Board
Kathleen Porter 1. Library Advisory Board
Megan Sease 1. Recreation Advisory Board
Michael Weild 1. Recreation Advisory Board
Paul Czerniak Unable to attend meeting, due to
traveling out of town
1. Recreation Advisory Board 2. Waterways Board
John Taylor Unable to attend meeting, due to
traveling out of town
1. Environmental Committee
From:noreply@civicplus.com
To:Green Jessica
Subject:Online Form Submittal: Board Application Form
Date:Friday, April 15, 2022 3:54: 31 PM
CAUTION: This email originated from outside your organization. Exercise caution when
opening attachments or clicking links, especially from unknown senders.
Board Application Form
Step 1
Personal Information
Please Note Application for Appointment (PDF)
Title Mr.
Date 4/15/2022
First Name Brian
Last Name Bartels
Home Address 749 Cinnamon Road
Address2 Field not completed.
City North Palm Beach
State Florida
Zip 33408
Primary Phone Number 5617972546
Home Phone Number Field not completed.
Email Address brianebartels@gmail.com
Village of NPB
Resident
Yes
Residency Year-Round Resident
Length of residency in
NPB
6 years: 2014-2019 and 2021 to Present
Yes
Registered Voter
Personal Information
Board and Committee
Information
Summary of Board and Committee requirements and duties
Board or Committee Environmental Committee
Alternate Board or
Committee
Planning Commission
Why are you interested
in serving on this
Board?
I believe my education, professional experience, and volunteer
experience would
Volunteer experience I currently serve as Secretary of Habitat Young Professionals of
Palm Beach County since 2020. I also serve as a STEM Mentor
with the Mentee on the Move Program since 2019.
Do you currently serve
on a Village Board?
No
Financial Disclosure Form 1
Ethics Training PBC Commission on Ethics
Board/Committee Information
Education and Professional Experience
Occupation Senior Environmental Specialist
Resume Attached?Yes
Upload your resume
here
BB_Resume_4.15.22.docx
Business Address 700 Universe Blvd
Business Phone
Number
561-529-7064
Business Email brian.bartels@nexteraenergy.com
Education and/or
Experience
I earned a B.S. in Forest Resources & Conservation from the
University of Florida in 2015. I am currently employed as a senior
environmental specialist with NextEra Energy Resources where I
support the siting, permitting and financing of utility scale solar
farms.
CAUTION – This email
originated from outside of
the Village. Please do not
open any attachments or
click on any links from
unknown sources or
unexpected email. If you are
uncertain please contact the
IT department before
opening.
Areas of Special
Interest or Additional
Information
Field not completed.
Education and Professional Experience
Email not displaying correctly? View it in your browser.
BRIAN BARTELS
749 Cinnamon Rd. North Palm Beach, FL 33408
561-797-2546 / brianebartels@gmail.com
EDUCATION
University of Florida, Gainesville, FL Aug. 2011-Dec. 2015
Bachelor of Science in Forest Resources and Conservation
Minor in Agricultural & Natural Resource Law Graduated: Dec. 2015
EXPERIENCE
NextEra Energy Resources, Juno Beach, FL Nov. 2016 -Present
Senior Environmental Specialist
Support competitive proposals, acquire permits, complete risk assessments, conduct due diligence, and
advise multidisciplinary teams on environmental risk and permitting strategies
Coordinate closely with development teams, environmental peers, and external consultants to obtain all
required federal, state, and local environmental licenses, permits, and approvals for development
Employ advanced oral and written communication skills as well as analysis, problem solving,
compliance, leadership, and process efficiency skills for project development
Florida Forest Service, Dunnellon, FL June 2016- Aug.2016
Park Services Specialist, Goethe State Forest
Systematically collected forest inventory data and forest information for assessment and analysis
Delineated state forest property boundary markings and restored existing boundary markings
Inspected forest stands and marked trees to be harvested for timber production
Society of American Foresters, Bethesda, Maryland Jan. 2016-May 2016
Henry Clepper Forest Policy Intern
Prepared background reports on natural resource/forest policy issues and programs
Monitored environmental & natural resource legislation developing in Congress
Acted as a liaison to partner organizations on behalf of SAF
Published articles in SAF’s monthly journal, The Forestry Source
INVOLVEMENT & LEADERSHIP
Habitat Young Professionals of Palm Beach County, West Palm Beach, FL 2020-Present
Secretary
Organize volunteer events, including Habitat Home Builds in Belle Glade, Jupiter, and West Palm
Beach
Execute fundraising events to support Habitat for Humanity Palm Beach County mission
Facilitate networking events for young industry and local community leaders
Mentees on the Move, West Palm Beach, FL 2019-Present
Mentor
Facilitate age-appropriate STEM activities and experiments with assigned mentee elementary student
Improve the STEM pipeline by developing a positive and respectful mentoring relationship and
inspiring the next generation of leaders to positively influence our community
rev 2019-03-18
THE VILLAGE OF
North Palm Beach
Office of the Village Clerk
501 U.S. HIGHWAY ONE NORTH PALM BEACH, FLORIDA 33408-4906 561-841-3355 FAX 561-881-7469
www.village-npb.org npbclerk@village-npb.org
APPLICATION FOR APPOINTMENT TO VILLAGE BOARD OR COMMITTEE
NAME HOME PHONE
ADDRESS
OCCUPATION BUSINESS PHONE
BUSINESS ADDRESS
E-MAIL ADDRESS (optional)
Resume attached? (optional) Yes No Brief Description of Education/Experience
Are you a registered voter? Yes No Do you live here year-round or seasonally?
How long have you lived in North Palm Beach?
Please list any current or prior experience as a volunteer on a board, committee, association, etc.
Do you currently serve on a Village Board? Yes No If yes, which one?
Please indicate the board or committee on which you wish to serve. If more than one, number for preference, with first choice being #1.
Audit Committee General Employees Pension Board *
Business Advisory Board Police and Fire Pension Board *
Environmental Committee Planning Commission *
Golf Advisory Board Recreation Advisory Board
Infrastructure Surtax Oversight Committee Waterways Board
Library Advisory Board *Pension Board members and Planning Commission members
must file a limited Financial Disclosure Statement within 30 days
of appointment and annually thereafter. Contact the Clerk’s Office
for more information.
Applicants for Golf Advisory Board, please check if you are a: Golf Member MGA Member WGA Member
Why are you interested in serving on this board?
Signature Date
ALL MEMBERS OF VILLAGE ADVISORY BOARDS ARE REQUIRED TO COMPLETE ETHICS TRAINING BY
READING THE PALM BEACH COUNTY CODE OF ETHICS AND VIEWING THE ETHICS TRAINING VIDEO.
Please Note: by Florida law, this document is a public record. If you do not want your email address released in response to a public-
records request, do not include your email address. If your home address and phone number are exempt under Florida Statutes, please
advise the Clerk’s office when submitting this form.
Paul Czerniak II, P.E.
729 Jacana WPB, 33408
561) 281-0393 Mobile
E-mail: goalloutt@yahoo.com
OBJECTIVE: Secure aresponsible full-time engineering position to fully utilize my experience, training and
skills while making asignificant contribution to the success of the company.
EXPERIENCE:
Power Systems Manufacturing, Jupiter Office 4/12 – Present
Lead Program Manager for Aerospace Division: Responsible for providing overall program management
direction of all aerospace projects and programs. This includes development of all tenders, financial evaluations
to set price versus cost, and final order execution. In addition, maintain financial and technical metrics to ensure
the aerospace division is profitable and meeting year end goals. PSM leadership to address and come up with
plans increase
NEXTera Energy, Juno Beach Office 3/10 – 3/20
General Manager: Responsible for combustion and steam turbine operations, outages, logistics, budgets and
upgrades for NEXTera. The NEE fleet is delivering 24GW of power to the Florida grid. Under my leadership
my team of 30 engineering experts successfully met our safety, performance, budgets and forced outage goals.
The fleet includes diverse technologies; General Electric, Mitsubishi, Toshiba and Siemens. 2/18 - Present
Technical Staff “Chief” Engineer: Member of Staff Engineering Council responsible for directing and
managing technical goals and programs for the all of engineering. Iwas responsible for the development of the
WIKI trouble shooting program, REDI rotational program for new engineers and the SEED program for
development of technical expertise in the organization. Our objective was to increase the capability ofour
workforce to be the best in the industry. 1/16-2/18
Technical Services Manager: Managed 6 member logistics team to deliver comprehensive 5yr outage CT parts
plan and budgets for 99 units. Managed work with OEM’sto determine new parts buys and repairs to meet out
outage targets and expected budget spends. I was responsible for managing $280MM of new parts buys and
repairs. In addition, I was responsible for new technology project development, NPV analysis and planed
installation into the fleet. 3/10-1/16
Belcan Corporation Engineering, Palm Beach Gardens Office 3/02 – 3/10
Design Discipline Chief for GE Energy Gas Turbine Engines: Responsible for development and training of
engineering staff. Developed a “Design Checklist” standard process to ensure all common practices and lessons
learned are captured and applied to every GE job. Held weekly meetings to develop staff communications skills
and lessons learned. I was the final review sign off on turbine combustion, and compressor tasks for all GE
frames before product delivered to the customer. (6/07 – 3/10)
Group Leader for Design, Structures and Product Definition Engineers: Responsible for engineering teams
day to day work responsibility, reviews, and final sign-off of prints and technical documentation. Responsible for
writing proposals and negotiating work scope with customers. Worked on a variety of gas turbine engines and
rigs including aerospace and ground base engines for GE (Frames 6, 7 & 9 and LMS100). Experienced infacility
design and upgrades, marine product design, validation testing, bench testing and materials development
composites) for multiple customers. Also worked on special projects for VP of Belcan; tested programs to
improve design and analysis efficiency for the entire facility and developed a low cost engineering program with
local college engineers to compete with low cost customer objectives. (3/02 – 6/07)
United Technology / Pratt & Whitney West Palm Beach 05/88 - 3/02
Turbo Machinery CIPT Leader for Liquid Space Rockets: Successfully managed $10M turbo machinery
development for the COBRA rocket program. Responsible for the technical development, cost and schedule for
four turbopumps, 2Liquid Hydrogen and 2LOX. Managed 6 project engineers including administration of their
performance reviews andhad technical influence over 35 other support engineering disciplines. My leadership
and management skills was considered the example of how torun and manage programs by our customer, NASA.
Under my supervision all our technical objectives were met on time and on schedule. 9/00 - 3/02
Turbo machinery proposal manager for NASA’s new replacement engine for the Space Shuttle responsible for
writing the turbomachinery detailed section for this $250M winning proposal. As part of this effort, my
responsibility was to lead a team of engineers to develop technical plans, risk reduction activities, schedule and
costs for this competitive bid proposal. 11/99 - 9/00
CORE Management Program: Selected for a two-year rotation program to develop and strengthen leadership
and management skills. The program develops high potential candidates in key areas of the company. My focus
areas was manufacturing, program management and reliability areas. 11/97 – 11/99
Manufacturing Nozzle Flap Cell Leader: Managed 15 union represented workers to manufacture JSF
and F119 jet engine nozzles. On amonthly basis, my cell produced four $2M divergent flaps each month
containing over 300 sheet metal and machined parts and over 1000 rivets. (10-month assignment)
Joint Strike Fighters (JSF) Hardware Test Manager: Led team of Engineers to deliver development
hardware in support of engine assembly schedule for Lockheed Martin and Boeing JSF new development
jet engines. Developed detailed schedules and a part-tracking program based on when the engine
assembly required the hardware. Responsible for planning all instrumentation on test engines which
included static, dynamic, pressure and capacitance gages and probes. (7-month assignment completed)
Reliability Manager: Developed and implemented awinning proposal for $9M allocation to support an
engine reliability program to reduce fleet customer liability and operational costs. The program reduced
Unscheduled Engine Removals (UERs) from 1.7 to 1.0 per thousand with apotential fleet savings of
50M. Once approved, Idefined and implemented a spending plan for manpower, budgeting, and task
identification. Lead cross-functional team of engineers to develop sensitivity analyses to best define a
WIN/WIN spending plan for both the customer and Pratt & Whitney. (7-month assignment completed)
Senior Design and Structural Analyst: Responsible for engineering design and analysis of highly stressed
structures to meet strength, stability, durability, size, cost, and weight requirements. Designed complex parts
made from metal alloys, composites and plastics from concept to manufacturing, encompassing a wide range of
applications (rocket and jet engines, combustors, turbines, compressors, static and rotating hardware, test rigs,
tooling, and instrumentation). Prepared detailed technical substantiation results documents and formal
presentations of the results to customers (Airforce, NASA, NAVY). Responsible for saving the company over
one million dollars in costs through simplification ofcomplex designs and by understanding manufacturing
requirements and assembly concerns. Prepared full detailed design layout drawings of newly designed parts.
Considered the local design expert for fan compressor designs which resulted inwriting “How to Design”
documents for the company. Received patents for two designs. 11/90 – 11/97
Employee special training:
FE Modeling -Blueprint Interpretation -Optimization -4DX
Investment Castings -LCF/HCF Analysis -Mil Specs -3D Modeling
Test and Project Engineer: Test/Project engineer responsible for detailed pressure vessel testing and spin testing
of strain gauged hardware to determine highly stressed locations. Prepared detailed monthly and yearly cost
estimates and schedules for projects under my supervision. Developed detailed test plans and experimental
techniques to ensure all contractual requirements were fulfilled. Involved in all aspects of testing hardware
including hardware instrumentation and assembly, vendor selection, data interpretation, procurement of test
hardware, supervision of technicians and detailed reporting of final test results. 05/88 – 11/90
EDUCATION: Masters ofBusiness Management, University of South Florida (December 1999)
Masters in Mechanical Engineering, University of Florida (April 1994)
Bachelors in Mechanical Engineering, University of Miami (June 1988)
COMPUTER Mechanical Design – Unigraphics NX, Solid Works
SKILLS: Miscellaneous – Microsoft Office, Mainframe, Workstation Operations, MAXIMO, SAP
PROFESSIONAL Registered Professional Engineer (PE# 48882), Green Belt Certified (2016)
AND ACADEMIC COBRA Leadership Award for Winning Proposal (2002), Liquid Space Leadership Award for
HONORS: RL10 B-2Vent System (2000), P&W Team Leadership Award for JSF Fan Design (1998)
Publications: NASA TECH BRIEFS, July 1991, “Thermal Shock Resistance”
ASME Treasurer 1994 – 1995, WestPalm Beach Section
Patents: Low Windage Balance Ring To Reduce Jet Engine Turbulence – Patent: US 6588298
Rotor Balancing Systems for Turbomachinery - Patent: US 8122785 B2
SMARTblade Compressor Blade Health Monitoring – Patent: US 9395270 B2
System for Maintenance and Refurbishment of Related Parts – Patent US 10387832
PERSONAL: PAC 155 boy scout committee member (2018 -2020), PBG soccer, football and baseball coach
2005-2020), English/Spanish, U.S. Citizen
INTERESTS: Inventions, restoring vintage homes & classic automobiles, computers, tennis and golf
REFERENCES: Available upon request
Held Tammy
From: noreply@civicplus.com
Sent: Thursday, March 10, 2022 2:38 PM
To: Held Tammy
Subject: Online Form Submittal: Board Application Form
CAUTION: This email originated from outside your organization. Exercise caution when opening attachments
or clicking links, especially from unknown senders.
Board Application Form
Step 1
Personal Information
Please Note
Title
Date
First Name
Last Name
Home Address
Address2
City
State
Zip
Primary Phone Number
Home Phone Number
Email Address
Village of NPB Resident
Residency
Length of residency in
NPB
I lii ........................rn .......... .irn.:.:r...elf; ...ill:.
Mr.
3/10/2022
Valerie
Hannah
908 Westwind Drive
Field not completed.
North Palm Beach
FL
33408
7143666054
Field not completed.
runnamucky@yahoo.com
Yes
Field not completed.
2.5 years
i
Registered Voter Yes
Personal Information
i I irrirli, a:' >> .=............... ?
Board and Committee S ii ni nai of Board and c orlr littee ir;n;g jir w„r ei nl > and duitie's
Information
Teacher
Board or Committee Planning Commission
Alternate Board or Waterways Board
Committee
Business Address
Why are you interested in I would like to get involved in my community and be of service
serving on this Board? to the Village.
Volunteer experience Junior League (multiple cities)
See attached resume.
American Field Service (student exchange program)
Do you currently serve on No
a Village Board?
Financial Disclosure I
Ethics Training i I irrirli, a:' >> .=............... ?
Board/Committee Information
Education and Professional Experience
Occupation Teacher
Resume Attached? Yes
Upload your resume here V Hannah Resume.pdf
Business Address Field not completed.
Business Phone Number Field not completed.
Business Email Field not completed.
Education and/or See attached resume.
Experience
Areas of Special Interest Field not completed
or Additional Information
Education and Professional Experience
Email not displaying correctly? View it in your browser.
Fil
Valerie Hannah
714) 366-6054
valerielhannah@gmail.com
Education
California State University, Fullerton — 2020
Fullerton, California
M.S. in Instructional Design and Technology
Graduated Suma Cum Laude
California State University, Fullerton — 2009
Fullerton, California
M.S. in Education with an emphasis in Reading/Literacy
Graduated Suma Cum Laude
San Francisco State University — 2005
San Francisco, California
B.A. in International Relations
Graduated Magna Cum Laude
Fullerton College — 2002
Fullerton, California
A.A. in Liberal Studies
Graduated with Honors
Professional Experience
Part-time Lecturer, Department of Literacy and Reading Education, 01/2010 — Present
College of Education
California State University, Fullerton
Reading 290: Critical Reading, Thinking and Literacy (online and face-to-face)
Reading 201: Academic Reading: Analysis and Strategies
University Studies 100: Foundations for College Success and Lifelong Learning
Part-time Reading Instructor, Department of Reading, 08/2017 — 08/2020
Assistant Professor, Department of Reading, 07/2014 — 06/2017
School of Language Arts
Long Beach Community College District
Reading 82: Proficient Reading (online and face-to-face)
Reading 84: Analytical Reading (online)
Reading 883: Reading Improvement
1
Part-time Reading Instructor, Department of Reading, 01/2014 — 05/2014
Humanities Division
Santiago Community College, Rancho Santiago Community College District
Reading 150: Critical Reading as Critical Thinking
Part-time Reading Instructor, Department of Reading, 01/2010 — 05/2014
Humanities Division
Fullerton College, North Orange County Community College District
Reading 142: College Reading — Logical Analysis and Evaluation
Reading 96: Preparation for College Reading
Reading 56: Developmental Reading
Other Teaching Experience
Training Director, 04/2006 — 08/2008
Norcal Restaurants: T.G.I. Friday's
English Teacher, 06/2002 —12/2002
Berlitz Language School: Kosice, Slovakia
Department and University/College Service
Social Media Coordinator
California State University, Fullerton
05/2013 — 06/2016
Online Instruction Committee Member
Long Beach City College, Long Beach
08/2014 — 07/2017
Student Learning Outcomes Facilitator
Long Beach City College, Long Beach
01/2015 — 07/2017
Compressed (Acceleration) Courses Committee Member and Instructor
Long Beach City College, Long Beach
08/2014 — 07/2017
Multiple Assessment Measure Committee Member
Long Beach City College, Long Beach
08/2014 — 07/2017
2
Acceleration Committee Member
Fullerton College
01/2013 — 05/2014
Educational Technology Committee Member
Fullerton College
01/2013 — 05/2014
Conference Presentations
Using Technology in a Literacy Classroom to Promote Student Engagement." College Reading &
Learning Association 44th Annual Conference, San Diego, California. November 2011.
Fullerton College's Transfer Achievement Program." 2nd National Conference on Supplemental
Instruction Conference, Kansas City, Missouri. June 2002.
Fullerton College's Transfer Achievement Program." Conference on College Composition and
Communication, Minneapolis, Minnesota. April 2000.
The Transfer Achievement Program — Students Making Transfer Happen." 1999 English Council
of California Two -Year Colleges Conference, Costa Mesa, CA. October 1999.
Workshop Presentations
Best Practices of Online Instruction. Workshop presented to the faculty of Reading Department
at Long Beach City College. Hannah, V. Long Beach, California. April 2020.
An Introduction to WebQuests: An Inquiry -based Pedagogy Using Web 2.0 Technologies Designed
to Engage Students. Hannah, V. and Hughes, D. Fullerton, California. October 2013 and May
2014.
Active Reading. Workshops presented to community college students to develop their active
reading skills. Hannah, V. Fullerton, California. Fall 2013.
Online Instruction: Collaboration and Resources. Workshop presented to the College of
Education faculty of California State University, Hannah, V. Fullerton, California. August 2013.
Using Smart Technology in the Classroom. Workshop presented to the Reading Department
faculty of California State University, Hannah, V. Fullerton, California. January 2013.
Study Skills and Time Management Workshops. Workshop presented to students at Fullerton
College, Fullerton California. Hannah, V. Fullerton, California. January 2009 — May 2010.
3
Vocabulary Study Sessions for Reading 56: Developmental Reading. Workshop presented to
students at Fullerton College, Fullerton California. Hannah, V. Fullerton, California. August 2008 –
MMay 2009.
Critical Thinking Development Workshops for Reading 142: College Reading – Logical Analysis
and Evaluation. Workshop presented to students at Fullerton College, Hannah, V. Fullerton,
California. January 2009 – May 2009.
Certifications and Professional Development
FlipGrid in Canvas. California State University, Fullerton (Online), Fall 2020.
Promoting Active Learning Online. The Association of College and University Educators (AGUE)
Online), Summer 2020.
Equity and Justice Summit. Facing History and Ourselves (Online), Summer 2020.
Teaching Remotely: Intermediate Level. California State University, Fullerton (Online), Summer
2020.
Teaching Remotely: Beginner Level. California State University, Fullerton (Online), Summer 2020.
Adjusting Virtual Course Assignments and Projects. California State University, Fullerton (Online),
Spring 2020.
OER #1 Introduction to OER (Open Educational Resources) –CSU, Fullerton. Self -paced online
course to develop knowledge and skills to implement open educational resources in college
classrooms. August 2019.
Universal Design for Learning: AIM #3 Creating Accessible Documents and Presentations —CSU,
Fullerton. Four-week online course to develop online instruction skills and best practices. August
2019.
Long Beach City College Online Educator Training Program (Training Waiver Form) –Long Beach
City College. Online approval to teach online courses at Long Beach City College. May 2019.
Engagement Tech Tools Webinor– CSU, Fullerton. One day online webinar to develop online
instruction skills and best practices. March 2019.
Quality Matters: Independent Applying the QM Rubric (APPQMR): Statewide Systems – Quality
Matters Online. Self -paced online course to develop instructional skills and best practices for
online instruction. August 2018.
4
Collaborative Learning Through Classrooms Discussions: IMPACT Certificate Course —CSU,
Fullerton. Self -paced online course to develop instructional skills and best practices for student
engagement. June 2018.
Incorporating Natural Breaks for Increased Engagement: IMPACT Certificate Course —CSU,
Fullerton. Self -paced online course to develop instructional skills and best practices for student
engagement. June 2018.
Universal Design for Learning: AIM #2 Universal Design for Learning —CSU, Fullerton. Four-week
online course to develop online instruction skills and best practices. October 2017.
Universal Design for Learning: AIM #1 Introduction to Universal Design for Learning— CSU,
Fullerton. Four-week online course to develop online instruction skills and best practices.
September 2017.
CourseMotch Review – CSU, Fullerton (Quality and Accessibility Review by the Chancellor's
Office), Fall2017.
Teaching Online Program #1: Introduction to Online Teaching — CSU, Fullerton. Four-week
online course to develop online instruction skills and best practices. Summer 2017.
Difficult Emotions –Mindful Schools. Six-week online course to learn how emotions effect our
brains and therefore our learning. January 2016.
Mindful Educator Essentials –Mindful Schools. Six-week online course to learn how to integrate
research -backed Mindful School Curriculum into community college classroom to support
student success. May 2016.
Mindfulness Fundamentals –Mindful Schools. Six-week online course to learn the basics of
mindfulness. A prerequisite for other courses, this course focused on establishing a personal
mindfulness practice to be practiced in the context of education. October 2015.
Critical Teaching in Action Conference: Teaching, Technology and Social Justice. Mount St. Mary's
College Los Angeles, California. March 2013.
Humanities Division/Reading Department Student Learning Objective Assessment Activity.
Fullerton College. October 2012 and April 2010.
Orange County Regional Acceleration Meeting. Fullerton, California. February 2012.
College Reading & Learning Association: 44th Annual Conference. San Diego, California.
November 2011.
Developmental Education Conference – Parachutes & Ladders X: Celebrating Student
Engagement. Mt. San Antonio College, Walnut, California. May 2011.
5
The Eureka Experience! Instructional Techniques that Encourage It. Fullerton College, Fullerton,
California. February 2011.
Basic Skills Adjunct Training Program. Fullerton College. Fullerton, California. December 2010.
The Brain that Wouldn't Die: Unwire, Move and Stay Connected in the Classroom. Fullerton
College. Fullerton, California. October 2010.
Effective Teachers of Urban Students: The Gangsta-Wanksta-Rida Program. Fullerton College.
Fullerton, California. September 2010.
Brain Compatible Classroom. Fullerton College. Fullerton, California. April 2010.
Humanities Division/Reading Department Student Learning Objective Assessment Activity.
Fullerton College. Fullerton, California. April 2010.
Millennial Mind Part II Seminar. Fullerton College. Fullerton, California. March 2010.
Generationl.5 Training. Fullerton College. Fullerton, California. March 2010.
Creating an Atmosphere for Motivating and Retaining Students. Fullerton College. Fullerton,
California. November 2009.
Empowering Students to Get On Course Training. Fullerton College. Fullerton, California. October
2009.
Basic Skills Initiative Workshop. Fullerton College. Fullerton, California. September 2009.
Orange County Reading Association Conferences. Attended conferences in Fall 2008. Fall, 2009,
Spring 2009 conferences in Orange, California.
Reading Educators Guild Spring Breakfast. Attended Spring 2009, 2010, 2013 and 2014 breakfast
in Fullerton, California.
Awards and Recognition
Outstanding Graduate Student Award — California State University, Fullerton June 2020
Outstanding Graduate Student Award — California State University, Fullerton June 2010
State of California Senate Certificate of Recognition for Outstanding Service June 2009
Junior League Orange County, California — President's Outstanding Service Award June
2009
0
Professional and Community Service
College Reading and Learning Association, Member
Reading Educators Guild: CSU, Fullerton, Member
Sigma Iota Rho — International Relations Honor Society, Member
Alpha Gamma Sigma —National Honor Society, Member
Junior League of Palm Beaches, Sustaining Member
7
rev 2019-03-18
THE VILLAGE OF
North Palm Beach
Office of the Village Clerk
501 U.S. HIGHWAY ONE NORTH PALM BEACH, FLORIDA 33408-4906 561-841-3355 FAX 561-881-7469
www.village-npb.org npbclerk@village-npb.org
APPLICATION FOR APPOINTMENT TO VILLAGE BOARD OR COMMITTEE
NAME HOME PHONE
ADDRESS
OCCUPATION BUSINESS PHONE
BUSINESS ADDRESS
E-MAIL ADDRESS (optional)
Are you a registered voter? Yes No Do you live here year-round or seasonally?
How long have you lived in North Palm Beach?
Please list any current or prior experience as a volunteer on a board, committee, association, etc.
Do you currently serve on a Village Board? Yes No If yes, which one?
Please indicate the board or committee on which you wish to serve. If more than one, number for preference, with first choice being #1.
General Employees PensionBoardAuditCommittee *
Police and Fire PensionBoardBusinessAdvisoryBoard *
PlanningCommissionEnvironmentalCommittee *
Recreation AdvisoryBoardGolfAdvisoryBoard
Infrastructure Surtax Oversigh WatCommittee terways Board
Library Advisory Board *Pension Board members and Planning Commission members
must file a limited Financial Disclosure Statement within 30 days
of appointment and annually thereafter. Contact the Clerk’s Office
for more information.
Applicants for Golf Advisory Board, please check if you are a: Golf Member MGA Member WGA Member
Why are you interested in serving on this board?
Signature Date
ALL MEMBERS OF VILLAGE ADVISORY BOARDS ARE REQUIRED TO COMPLETE ETHICS TRAINING BY
READING THE PALM BEACH COUNTY CODE OF ETHICS AND VIEWING THE ETHICS TRAINING VIDEO.
Please Note: by Florida law, this document is a public record. If you do not want your email address released in response to a public-
records request, do not include your email address. If your home address and phone number are exempt under Florida Statutes, please
advise the Clerk’s office when submitting this form.
Lauren Hopkins 202- 577-8855
901 Westwind Drive, North Palm Beach 33408
Attorney
x yes
6.5 years
x
12
I would like to play a larger role in the development of my
community as an interested home owner, self-employed attorney, and mother.
Resume attached? (optional) Yes No Brief Description of Education/Experience
I am a graduate of Georgetown Law, who served as a state and federal prosecutor in Miami and
Washington, DC. I currently own and manage a citizenship company for Italian-Americans
seeking to become Italian citizens like myself. I hope to bring both legal and business experience to the position.
March 15, 2022
see home address
romiami14@gmail.com
x
THE VILLAGE OF
North Palm Beach
g Office of the Village Clerk
AILMO
501 U.S. HIGHWAY ONE . NORTH PALM BEACH, FLORIDA 33408-4906 • 561- 841-3355 • FAX 561- 681-7469
www.villaae-rob ora . nobderk(ZDvillaae-nob.om
APPLICATION FOR APPOINTMENT TO VILLAGE BOARD OR COMMITTEE
NAME Christopher Scott McDermott
HOME PHONE
917-951-3381
ADDREss 744 Waterway Drive, North Palm Beach
OCCUPATION Investment Management - Financial Advisor BUSINESS PHONE
BUSINESS ADDRESS 3825 PGA Blvd., Suite 601, Palm Beach Gardens, FL 33410
E-MAIL ADDRESS (optional)
Resume attached? (optional) Yes C) No Brief Description of Education/Experience I graduated from
Georgetown University and have worked in the financial services industry for over 20 years. In
NYC I worked for Salomon Brothers, Toronto Dominion Bank and Lehman Brothers and was one
the founders of Florida Community Bank (now Synovus Bank)
Are you a registered voter? Yes No Do you live here year-round
How long have you lived in North Palm Beach? Since 2 01 8
Please list any current or prior experience as a volunteer on a board, committee, association, etc.
or seasonally?
6-g
On board of directors of
Everglades Prep Academy, a charter high school in PAHOKEE. Also, on the Allocation Committe
of the Town of Palm Beach United Way
Do you currently serve on a Village Board? Yes n No —Q— If yes, which one?
Please indicate the board or committee on which you wish to serve. If more than one, number for preference, with first choice being A.
Audit Committee
Business Advisory Board
Environmental Committee
Golf Advisory Board
Infrastructure Surtax Oversight Committee
Library Advisory Board
Applicants for Golf Advisory Board, please check if you are a:
General Employees Pension Board
Police and Fire Pension Board
Planning Commission
Recreation Advisory Board
X _ Waterways Board
Pension Board members and Planning Commission members
must Nie a Nmlted Financial Disclosure SWemenl wffbin 30 days
of appolndnent and annualy thema&P Contact the Clerfr's 090
far more lnlormatlon.
Golf Member D_ MGA Member Q WGA Member
Why are you interested in serving on this board?We live on the North Palm Beach Waterway and I am very
interested in keeping this natural resource clean and accessible to all residents of the Village.
Signature `,S r r,_
Date -:2"M2: 3 3 z
ALL MEMBERS OF VILLAGE ADVISORY BOARDS ARE REQUIRED TO COMPLETE ETHICS TRAINING BY
READING THE PALM BEACH COUNTY CODE OF ETHICS AND VIEWING THE ETHICS TRAINING VIDEO.
Please Note: by Florida law, this document Is a public record. If you do not want your email address released In response to a public -
records request, do not Include your email address. If your home address and phone number are exempt under Florida Statutes, pleaseadvisetheClerk's office when submitling this Corm.
rev 2019-03-18
rev 2019-03-18
THE VILLAGE OF
North Palm Beach
Office of the Village Clerk
501 U.S. HIGHWAY ONE NORTH PALM BEACH, FLORIDA 33408-4906 561-841-3355 FAX 561-881-7469
www.village-npb.org npbclerk@village-npb.org
APPLICATION FOR APPOINTMENT TO VILLAGE BOARD OR COMMITTEE
NAME HOME PHONE
ADDRESS
OCCUPATION BUSINESS PHONE
BUSINESS ADDRESS
E-MAIL ADDRESS (optional)
Resume attached? (optional) Yes No Brief Description of Education/Experience
Are you a registered voter? Yes No Do you live here year-round or seasonally?
How long have you lived in North Palm Beach?
Please list any current or prior experience as a volunteer on a board, committee, association, etc.
Do you currently serve on a Village Board? Yes No If yes, which one?
Please indicate the board or committee on which you wish to serve. If more than one, number for preference, with first choice being #1.
Audit Committee General Employees Pension Board *
Business Advisory Board Police and Fire Pension Board *
Environmental Committee Planning Commission *
Golf Advisory Board Recreation Advisory Board
Infrastructure Surtax Oversight Committee Waterways Board
Library Advisory Board *Pension Board members and Planning Commission members
must file a limited Financial Disclosure Statement within 30 days
of appointment and annually thereafter. Contact the Clerk’s Office
for more information.
Applicants for Golf Advisory Board, please check if you are a: Golf Member MGA Member WGA Member
Why are you interested in serving on this board?
Signature Date
ALL MEMBERS OF VILLAGE ADVISORY BOARDS ARE REQUIRED TO COMPLETE ETHICS TRAINING BY
READING THE PALM BEACH COUNTY CODE OF ETHICS AND VIEWING THE ETHICS TRAINING VIDEO.
Please Note: by Florida law, this document is a public record. If you do not want your email address released in response to a public-
records request, do not include your email address. If your home address and phone number are exempt under Florida Statutes, please
advise the Clerk’s office when submitting this form.
Karen O'Connell 609- 638-3692
122 Lakeshore Drive PH 32, North Palm Beach
retired
koconnell99@comcast.net
MA Educational Research
University of Maryland
Facilitator of Technology K-12 Monroe Township School District, Monroe NJ
6-9
5 years
Assisted Allan Bowman in
creating a tee sheet that allowed for equity in opportunites for members, residents and guest to
play by organizing golf group tee times around prime time tee times.
x
to assist and support golf pro in providing opportunities and services in maintaining
our status as best in municipal courses. To continue to assist in organizing equity in group play.
November 1, 2021
HeldTammy
From:noreply@civicplus.com
Sent:Sunday, March 13, 2022 9:42 PM
To:Held Tammy
Subject:Online Form Submittal: Board Application Form
CAUTION: This email originated from outside your organization. Exercise caution when opening attachments
or clicking links, especially from unknown senders.
Board Application Form
Step 1
Personal Information
Please Note Application for Appointment (PDF)
Title Ms.
Date 3/13/2022
First Name Kathleen
Last Name Porter
Home Address 944 Prosperity Farms Road
Address2 Field not completed.
City North Palm Beach
State FL
Zip 33408
Primary Phone Number 7064917061
Home Phone Number Field not completed.
Email Address kflynnporter@gmail.com
Village of NPB Resident Yes
Residency Year-Round Resident
Length of residency in 12years
NPB
1
Registered Voter Yes
Personal Information
Board and Committee Summary ofBoard andCommittee requirements andduties
Information
Board or Committee Library Advisory Board
Alternate Board or Field not completed.
Committee
Why are you interested in Iwant to be more involved in my community.
serving on this Board?
Volunteer experience Field not completed.
Do you currently serve on No
a Village Board?
Financial Disclosure Form 1
Ethics Training PBC Commission on Ethics
Board/Committee Information
Education and Professional Experience
Occupation Teacher (retired in 2021)
Resume Attached? No
Business Address Field not completed.
Business Phone Number Field not completed.
Business Email kflynnporter@gmail.com
Education and/or Taught school from 2000-2021 in Georgia and Florida
Experience
Worked in administration in advertising, and medical acute care
for 10 years (1985-90)
Worked AtGeorgia Tech Library for 5years (1975-80)
Worked at Emory University while earning M.Ls. in Library
Science and beyond (1980-85)
Worked atThe Howard School inAtlanta from 1993-1997 and
then began working on becoming ateacher.
2
Areas of Special Interest Ihave always loved libraries andwant tocontinue toserve my
or Additional Information community.
Education and Professional Experience
Email not displaying correctly? View it in your browser.
CAUTION – This email originated from outside of the Village. Please do not open any attachments or
click on any links from unknown sources or unexpected email. If you are uncertain please contact the
IT department before opening.
3
From:noreply@civicplus.com
To:Green Jessica
Subject:Online Form Submittal: Board Application Form
Date:Friday, April 15, 2022 12:39: 03 PM
CAUTION: This email originated from outside your organization. Exercise caution when
opening attachments or clicking links, especially from unknown senders.
Board Application Form
Step 1
Personal Information
Please Note Application for Appointment (PDF)
Title Ms.
Date 4/15/2022
First Name Megan
Last Name Sease
Home Address 749 Cinnamon Rd
Address2 Field not completed.
City North Palm Beach
State FL
Zip 33408-4003
Primary Phone Number 5616770855
Home Phone Number Field not completed.
Email Address megansease19@gmail.com
Village of NPB
Resident
Yes
Residency Year-Round Resident
Length of residency in
NPB
14
Yes
Registered Voter
Personal Information
Board and Committee
Information
Summary of Board and Committee requirements and duties
Board or Committee Recreation Advisory Board
Alternate Board or
Committee
Field not completed.
Why are you interested
in serving on this
Board?
I would love to join the Recreation Advisory Board because I am
passionate about leisure and recreation. Being new to North
Palm Beach I’m excited about the opportunity to learn about what
we have to offer while working with my fellow Board members to
see how we can improve the community. In addition, I would love
to help expand the adaptive/inclusive recreation opportunities
within our Village.
Volunteer experience I volunteered at the Greenville Children’s Hospital programming
recreational activities with children ages 1-17. I also was on the
board of Phi Sigma Pi Honor Society, Tiger Paw Productions and
Clemson’s Recreational Club during my time at Clemson. There I
coordinated large events (Conferences, job fairs), increased
accessibility on Clemson’s campus, and led recreation initiatives
concerts, scavenger hunts, festivals).
Do you currently serve
on a Village Board?
No
Financial Disclosure Form 1
Ethics Training PBC Commission on Ethics
Board/Committee Information
Education and Professional Experience
Occupation Recreational Therapist and Student
Resume Attached?Yes
Upload your resume
here
Megan Sease Resume .docx
Business Address 11301 SE Tequesta Terrace
Business Phone
Number
Field not completed.
CAUTION – This email
originated from outside of
the Village. Please do not
open any attachments or
click on any links from
unknown sources or
unexpected email. If you are
uncertain please contact the
Business Email megansease19@gmail.com
Education and/or
Experience
I graduated with my Bachelors (2019) and Masters (2020) in
Parks and Recreational and Tourism Management (PRTM) with
an emphasis in Recreational Therapy (RT) from Clemson
University. I am currently a Recreational Therapist at Sandy
Pines Hospital while being in school for my Master’s in
Counseling at Barry University. I have worked at various
overnight camps and have experience working with children with
disabilities.
Areas of Special
Interest or Additional
Information
I am passionate about adaptive and inclusive recreation as well
as program planning. I have experience planning small and large
events. I love where we live and I'm excited for the chance to
work to improve it.
Education and Professional Experience
Email not displaying correctly? View it in your browser.
Megan Sease, CTRS
EDUCATION
Barry University Miami, Fl
Masters in Counseling
Emphasis: Marriage and Family Counseling
Emphasis: Clinical Mental Health Counseling Expected Graduation May 2024
Clemson University Clemson, SC
Masters in Parks, Recreation, and Tourism Management Graduated August 2020
Emphasis: Recreational Therapy
Bachelors in Parks, Recreational and Tourism Management
Emphasis: Recreational Therapy Graduated May 2019
EXPERIENCE
Sandy Pines Residential Treatment Care Center Tequesta, FL
Recreational Therapist June 2020- Present
Led, planned and implemented therapeutic interventions, conducted assessments, documented progress and
aided youth ages 5-17 with various mental health diagnoses.
Gio’s Garden Middleton, WI
Recreational Therapy Intern May 2018-August 2018
Assisted with care and therapy for children with special needs ages birth through six years old.
Early Autism Project Anderson, SC
Line Therapist and Registered Behavioral Therapist April 2016- April 2018
Utilized ABA therapy to improve the lives of children with autism through structured and free play.
Camp Joy Medical Camp Clarksville, OH
Camp Counselor June- August 2016
Monitored a group of approximately 10 girls, while they experienced Camp and learned about illnesses.
Research
Master’s Thesis Research Clemson, SC
Main Researcher August 2018-August 2020
Sease, M. (2020). Practitioners’ use of yoga with children who have experienced trauma [Unpublished
master’s thesis]. Clemson University.
A descriptive study on practitioners’ use of yoga with children who have experienced trauma.
Cumberland Island National Seashore Clemson, SC
Undergraduate Researcher January-April 2019
Evaluation of the relationship between current conditions, travel patterns, visitor thresholds, and ferry
services at Cumberland Island National Seashore. (Brownlee, M. & Sharp, R.).
Clemson University, Kansas State University, and the U.S. National Park Service. Research to inform
visitor use management and concessionaire planning at Cumberland Island National Seashore.
Sease, M.: Contributed to data analysis and reporting.
ACTIVITIES
Phi Sigma Pi Honor Society Clemson, SC
Initiate Advisor April 2018- May 2019
Member August 2017- May 2019
Volunteer at Greenville Health Systems Children’s Hospital Greenville, SC
80 Hours April 2017- May 2020
Recreational Therapy Club Clemson, SC
Vice President April 2018 – May 2019
Member September 2015 – May 2020
Network & Outreach Coordinator April 2017-April 2018
CERTIFICATION AND ACOMPLISMENTS
Registered Behavioral Therapist July 2017
First Aid Certified March 2022
American Therapeutic Recreation Association Peg
Connolly Scholar September 2020
Line Therapist for Applied Behavioral Therapy April
2016
CTRS July 2019
From:noreply@civicplus.com
To:Held Tammy
Subject:Online Form Submittal: Board Application Form
Date:Tuesday, April 5, 2022 10:32:53 AM
CAUTION: This email originated from outside your organization. Exercise caution when
opening attachments or clicking links, especially from unknown senders.
Board Application Form
Step 1
Personal Information
Application forAppointment (PDF) Please Note
Mr. Title
4/5/2022Date
JohnFirstName
TaylorLastName
110 Dory Road NorthHomeAddress
Field not completed. Address2
North Palm BeachCity
FloridaState
33408Zip
5615457473PrimaryPhoneNumber
Field not completed. Home Phone Number
jbtaylorjr@hotmail.comEmailAddress
YesVillageofNPB
Resident
Year-Round ResidentResidency
22yearsLengthofresidencyin
NPB
Yes
Registered Voter
Personal Information
Summary ofBoard andCommittee requirements anddutiesBoardandCommittee
Information
Environmental CommitteeBoardorCommittee
Field notcompleted. Alternate Board or
Committee
To leverage myagronomic andhorticultural skills fortheWhyareyouinterested
betterment of the Village parksinservingonthis
Board?
Board Member Palm Beach County Fishing Foundation & WestVolunteerexperience
Palm Beach Fishing Club
Member Palm Beach County Agricultural Enhancement Council
Graduate Leadership Palm Beach County
Graduate University ofFlorida Wedgworth Leadership Program
for Agriculture & Natural Resources
Past President Florida Weed Science Society
American Society of Agronomy State and National Certified Crop
Advisor
NoDoyoucurrentlyserve
on a Village Board?
Form 1FinancialDisclosure
PBC Commission on EthicsEthicsTraining
Board/Committee Information
Education and Professional Experience
Syngenta Crop Protection - Agronomist - RetiredOccupation
YesResumeAttached?
Resume 2020.docUploadyourresume
here
Field not completed. Business Address
Field not completed. Business Phone
Number
jbtaylorjr@hotmail.comBusinessEmail
University ofFloridaEducationand/or
Bachelor ofScience - AgricultureExperience
Field notcompleted. Areas of Special
Interest or Additional
Information
Education and Professional Experience
Email not displaying correctly? View itin your browser.
CAUTION – This email
originated from outside of
the Village. Please do not
open any attachments or
click on any links from
unknown sources or
unexpected email. Ifyou are
uncertain please contact the
ITdepartment before
opening.
John B. Taylor, Jr.
110 Dory Road North
North Palm Beach, FL 33408
Phone: (561) 694-8671
Mobile: (561) 718-9492
john.taylor@syngenta.com
Summary
A creative, skilled, and motivated sales and technical professional with 32 years of achievement
developing and promoting crop protection chemicals in a wide range of Florida cropping systems. A
consistent high producer known for the practical application of technical expertise and the ability to work
at all levels of the industry. A strong commitment to professional integrity and total customer satisfaction
has helped establish Syngenta Crop Protection as a leader in the Florida crop protection market.
Professional Experience
Syngenta Crop Protection, LLC. 2000 to
Present
Agronomy Service Representative – Citrus, Sugarcane, Vegetables, Peanuts & Potatoes (2000 to Present)
Report to Technical Crop Manager. Territory includes Florida and Puerto Rico. Primary role is that of
technical sales support. Key responsibilities include the following;
Guide local development of new a.i.’s and label expansions for new a.i.’s
Develop local Best Use Guidelines for key a.i.’s in key crops
Develop local training materials to support product launches, label expansions, product stewardship
and general marketing activities
Building and maintaining University and Consultant support for new and existing brands
Management of sales support research for new and existing brands
Internal interface with Crop Managers, Brand Managers, and Technical Brand Managers to develop
marketing strategies to maximize brand share, brand stewardship and counter competitive threats
Identification and development of local market opportunities such aslabel expansions and
development of value added services
Proactively guide marketing and research effort in anticipation of fundamental market changes
Create early awareness of competitive threats and guide development of strategies tominimize
business impact
Provide technical expertise to local team to resolve complaints, maximize commercial demonstrations
and to facilitate sophisticated integrated offers for key accounts
Serve as primary conduit for transfer ofknowledge between sales, marketing and research and
development
Serve as local advocate and facilitator for development and implementation ofspecialized tools and
services
Represent Syngenta Crop Protection in a leadership role with key industry organizations
Novartis Crop Protection, Inc. 1997 -
1999
Marketing Specialist / Product Development Specialist – Insecticides (1997-1999)
Reported to District Sales Manager in Florida. Simultaneously managed the Palm Beach County sales
territory and acted as the Product Development Specialist for the insecticide portfolio statewide.
Merck & Co., Inc. (AgVet Div.) 1990 – 1997
Senior Sales Representative (1993 – 1997)
Reported to District Sales Manager for this $200 MM manufacturer ofspecialty crop protection
chemicals. Successfully managed the Southeast Florida sales territory (annual sales of $6.5 MM)
specializing in citrus, vegetables, and ornamentals.
Sales Representative (1990 – 1993)
Reported to District Sales Manager. Successfully managed the South Florida sales territory (annual sales
of $4.5 MM).
Valent USA Corporation 1988 – 1990
Sales Representative
Reported to District Sales Manager for this manufacturer ofcrop protection chemicals. Successfully
managed the South Florida / Puerto Rico sales territory (annual sales of $1.8MM) specializing in
vegetables and ornamentals.
A. Duda & Sons, Inc. 1987 – 1988
Superintendent of Crop Research & Development
Reported to Manager of Crop Research and Development of this multi-state farming operation. Held
primary responsibility for crop research and development activities on the 27,000 acre Belle Glade farm.
Emphasis was on celery, leaf crops, sweet corn, sugarcane, and radishes. Designed, implemented, and
evaluated all experiments. Information was used by growers to refine and update IPM programs.
Conducted cooperative development work with various manufacturers of crop protection products.
River Country Citrus 1987
Grove Manager
Reported to Production Manager of this 13,000 acre Indian River citrus operation. Responsible for daily
and long term horticultural decisions of 1,150 acre citrus grove. Directly supervised 11 full time
employees. Supervised all spray applications, irrigation, fertilization, and harvesting. Managed payroll
and purchasing.
Education
B.S. Agriculture, University of Florida, 1987
Major: Fruit Crops
Professional Accomplishments
Merck AgVet League of Excellence – 1994
Novartis Crop Protection Best of the Best – 1998
Novartis Idea Nova Award for Global Innovation – 1999
Speaker at International Citrus Congress - 2000
Graduate of Wedgworth Leadership Program for Agriculture & Natural Resources – 2003
Florida Citrus Mutual Allied Member of The year – 2005
Chairman Florida Citrus Mutual Allied Committee - 2006
Graduate of Leadership Palm Beach County – 2007
Syngenta Crop Protection Dan Shon Award – 2010
Syngenta Coastal Commercial Unit Leadership Award – 2011
Syngenta Coastal Commercial Unit Leadership Award Nominee – 2013
Syngenta Coastal Commercial Unit Leadership Award Nominee – 2014
President of Florida Weed Science Society – 2014
Syngenta Southern & Eastern Commercial Unit Innovator Award Winner – 2015
Member of the Palm Beach County Agricultural Enhancement Council – 2015 - 2020
Professional Certifications & Memberships
American Society of Agronomy National and State Certified Crop Advisor
Member of Florida Entomological Society
Member of Florida Weed Science Society
Member of Florida Fertilizer & Agrichemical Association
Member of Florida Fruit and Vegetable Association
Member of Florida Citrus Mutual
State of Florida Certified Trainer for Worker Protection Standard
THE VILLAGE OF
North Pala Beach
r Office of the tillage Cleric
50 U:RIGhWAY ONE s NORTH PALM BEACH F_GRL A 33403-490 s 5?-341 _3355. FAX 561-881-7469
APPLICATION FOR APPOINTMENT TO VILLAGE BOARD OR COMMITTEE
NAME / kPHONE
OCCPATI
BUSINESS ADDRESS
c
E-MAIL ADDRESS iopt)on t /,77,
Resume attached' (ciptionaif, Yes leo Brief Desc iption of Education/Experience
4,1
Ars you a registered voter's Yes l to too you live here year-round orseasonally?
06-9
HowHow bang have y u lived in Noah Palm Bead?
t
Please ,/ fist any current or prior experience as a volunteer on a board. committee, association. etc.
spyJ- d far., _ s - Ati J1 A,_// i' /0_% -ja f !/...' 6 Ld.- 1 . 1.,, n/ / n/ / l _ .. .
Lr '4r ._ --
Do you currently serve can a `itlage Beard? Yes _ o _-jes, w tieh one?
Please indicate tate board or comms on which you wish to serve. If more than one, number for preference, with first choice being .
Audit Committee
Business Advisory Board
Environmental Committee
Golf Advisory Board
Infrastructure Surtax Oversight Committee
Library Advisory Board
Applicants for {golf Advisory Board. please cheek if
Whys are you interested in serving on this board?
Signature
General Employees Pension Board
Police and Fire Pension Board F
Planning Commission -
ii' Recreation Advisory Board
Waterways Board
are a, Golf Member MGA Member WGA Member
Please Note: by Florida 4 -vv, !h c-.;ume t is a public record I§ you do not want you e!nu-' address released in resporse t1 a public-
ee ors react not irtclWe your ema=1address„ If your nomaddress and phone nurnber are exempt under Florida Stat.a'Ea please
ad €se the Clerk's whey, submirlin th.s form
reY 20'9.03_18
8O5HummbnahkdWay 4D
North Palm Beach, FL 334010
561) 512-5080
Seeking opportunities that will benefit from my eight years of sales experience
and my 35 years as a Certified Athletic Trainer
LumaCare, Salt lake City, Utah - Territory Sales Manager
July 2021 - Present
Companies first full-time National Sales Representative.
p Responsible for selling lasers to several medical venues and to people
for home use.
0 Extensive traveling throughout the country attending trade shows.
Weild Enterprises INC, North Palm Beach, FL - Owner &
Business Consultant
March 2020 - PRESENT
w Responsible for selling medical and fitness equipment to several medical
and fitness nenvan including physical therapists, long term care,
chiropractors, hospital, dentist, and athletic trainers
Extensive traveling throughout Fl nrida and Georgia in developing new
accounts with different exclusive equipment lines
Responsible for selling medical and fitness equipment to individual users
through direct contacts' my personal website, and social media.
Business consultant for the business's doily operation.
MedQuip, Clearwater, FL - Southeost Florida Territory Monoger
January 28I8 - March 2021
Responsible for selling medical and fitness equipment to several medical
and fitness venues including physical Therapist, Long Term [are,
Chiropractors, hospitals, dentist, and athletic trainers
w Extensive traveling throughout Southeast Florida in maintaining existing
and developing new accounts
An exclusive representative for all B1udex equipment in my Southeast
region of -Florida including all the training as well.
Multi Radiance Medical, Solon, Ohio - Florida Territory
Manager
May 2014 - December 2817
The company's first Florida Representative.
Responsible for selling laser equipment to several medical venues.
After a release of the majority of the sales representatives, I was the
only one they allowed to stay on as an independent sales representative
cvteon1vc traveling throughout Florida in developing new accounts.
w Currently still selling their lasers in 2828
Collins Sports Medicine, Raynham» MA— Florida Soles
Representative
January 2813 - May 2014
The company's first and only Florida Representative.
w Responsible for selling sports medicine equipment and supplies to schools
and medical venues.
w Increased growth by 47"6 in Florida.
p Extensive traveling throughout Florida in developing new accounts.
Palm Beach Atlantic University» West Palm Beach, FL — Head
Athletic Trainer
July ZQlO - May 2013
Responsible for the core and prevention of eleven NCAA Division II
intercollegiate athletic teams.
Supervised three assistants and several students
Oversee the athletic deportment's drug education program
Athletic Training Consultant» West Palm Beach, FL— Director
of Operations
une 2807 - June 2813
Responsible for the care and prevention of student -athletes at Kings
Academy in West Palm Beach.
Provide rehabilitation for patients at n chiropractic office.
Drug testing for a variety of clients including the NBA' minor league
baseball, and m{Aa universities'
w Responsible for sales and marketing for a chiropractic office
September 2082 - May 2807
w Developed and own my own sports medicine clinic
Pruv1ded custom made orthotics
Taught CPR & First Aid classes
Provide athletic training services for schools and snorting events
w Drug testing for a variety of clients including the NBA' minor league
baseball and NCAA universities.
Palm Beach Atlantic University -Program DirectorlHead
Athletic Trainer
June 1998 - August 2002
Hired as the first certified athletic trainer
Implemented the establishment of an athletic training department
Development of an athletic training major
Founder of the Student Athletic Council
Sacred Heart University, Fairfield, CT - Program
DirectorlHead Athletic Trainer
July 1988 - May 1998
Hired as the first certified athletic trainer
Implemented the establishment of an athletic training department.
Developed an athletic training academic program.
Approximately 100 individuals have worked under my direction in the area
of assistants and students.
0 Since my arrival, the athletic department increased from eight to thirty
sports while maintaining high standards of care and prevention to
Athletes.
Developed a drug education program
EDUCATION
Sacred Heart University,, Fairfield, CT - Masters of Arts in
Teaching 1991
Wright State University, Dayton,, OH - BS in Education,
Major- Physical EducationlSports Medicine - 1986
President's Award presented to me by the Athletic Trainers Association of
Florida
College Athletic Trainer of the Year presented to me by the Florida
Trainers
Association of Florida.
Outstanding Contribution Award presented to me by Sacred Heart Lhiiversity
Athletic Department
PRESENT & PAST PROFESSIONAL
Advisory Board Member Keiser University -West Palm Beach Sports Medicine
Fitness Technology
President Earman Villas Cmndominiom Association
w Vice President of the Athletic Training Association nil Florida
n Board of Directors for the Athletic Training Association of Florida
m Advisory Committee for the Palm Beach County Sports Commission
Board Member for Summit Christian School
National Crew Chief Drug Tester for the NCAA and the NBA
w Webmaster for the Athioz c 3ra ners Association of Florida
CURRENT CERTIFICATIONS
Board of Certification (BOC Certified) in athletic Training
p CPR & First Aid
VILLAGE OF NORTH PALM BEACH
OFFICE OF THE VILLAGE CLERK
TO: Honorable Mayor and Council
THRU: Andrew D. Lukasik, Village Manager
FROM: Jessica Green, Village Clerk
DATE: April 28, 2022
SUBJECT: RESOLUTION – Annual Village Board Appointments
In accordance with Chapter 2, Article 1 of the Code of Ordinances, the Village Council may
appoint citizens as members of its Boards to serve at the pleasure of the Council.
There are 21 volunteer positions on Village Boards to be filled; appointees will serve 1, 2, or 3 year
terms, depending on the Board. Requests for volunteers were advertised in the Newsletter, on
the Village website, in social media, and at Village Hall. The Village Clerk received 10 new
applications for positions on 9 boards. New applicants were contacted for interviews with the
Village Council.
The 2022 Advisory Board Applicants Report is attached for Council consideration. The report
details the positions to be filled, new applicants and incumbents requesting reappointment. An
Advisory Board Absence Report on incumbent member absences during their current terms of
office is also attached.
Council interviews of new applicants will be conducted during Item 6A, Statements from the
Public, followed by the selection of members and approval of the resolution. Pursuant to
Section 2-1(f)(1) of the Village Code, members serve at the pleasure of the Village Council and
the Council may appoint new members or reappoint i ncumbent members at its discretion.
The term of appointment varies, depending on the Board, and the Village Council may modify
the duration of a member’s term at the time of appointment in order to provide for staggered
terms. Based on the modifications made during last year’s appointment process, the terms of
Board members are once again staggered as contemplated by the Code.
The attached Resolution has been prepared/reviewed by the Village Attorney for legal
sufficiency.
There is no fiscal impact.
Recommendation:
Village Administration recommends Council consideration of the applicants , selection
of board members by ballot, and adoption of the proposed Resolution.
Page 1 of 2
RESOLUTION 2022-___
A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF
NORTH PALM BEACH, FLORIDA, APPOINTING MEMBERS TO THE AUDIT
COMMITTEE, ENVIRONMENTAL COMMITTEE, GOLF ADVISORY BOARD,
LIBRARY ADVISORY BOARD, PLANNING COMMISSION, RECREATION
ADVISORY BOARD, WATERWAYS BOARD; AND PROVIDING FOR AN
EFFECTIVE DATE.
WHEREAS, in accordance with Chapter 2, Article I of the Village Code of Ordinances, the Village
Council may appoint residents of the Village as members of Village advisory boards to serve at the
pleasure of the Village Council, subject to the terms and conditions set forth therein; and WHEREAS, the Village Council wishes to appoint Village residents to serve on the Village Audit
Committee, Environmental Committee, Golf Advisory Board, Library Advisory Board, Planning
Commission, Recreation Advisory Board, and Waterways Board. NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE OF
NORTH PALM BEACH, FLORIDA, as follows: Section 1. The following persons are hereby appointed to various Village Boards and
Committees for the terms commencing May 1, 2022 and expiring as indicated below:
AUDIT COMMITTEE
April 30, 2025
April 30, 2025
April 30, 2025
April 30, 2025
ENVIRONMENTAL COMMITTEE
April 30, 2024
April 30, 2024
April 30, 2024
GOLF ADVISORY BOARD
April 30, 2023
April 30, 2023
April 30, 2024
Page 2 of 2
LIBRARY ADVISORY BOARD
April 30, 2024
April 30, 2024
April 30, 2024
PLANNING COMMISSION
April 30, 2024
April 30, 2024
RECREATION ADVISORY BOARD
April 30, 2024
April 30, 2024
WATERWAYS BOARD
April 30, 2025
April 30, 2025
April 30, 2025
April 30, 2025
Section 2. The Village Clerk is hereby directed to send a conformed copy of this resolution to
the members appointed above.
Section 3. This Resolution shall be effective immediately upon adoption.
PASSED AND ADOPTED THIS 28TH DAY OF APRIL, 2022
(Village Seal)
MAYOR
ATTEST:
VILLAGE CLERK
VILLAGE OF NORTH PALM BEACH
2022 BOARD APPLICANTS
Positions with terms expiring 4/30/22 are listed below. The Village Council may appoint new members or reappoint
incumbents at its discretion. The term of appointment varies, depending on the Board and the Village Council may
modify the duration at the time of appointment in order to provide for staggered terms.
Audit Committee
4 Seats 3 year term
Requirements Village resident; education or experience in finance or business preferred
New applicants None
4 Incumbents Thomas Andres, Tom Magill, Suzanne Mehregan and David Talley have requested reappointment
Environmental Committee
3 Seats 2 year term
3 New applicants Brian Bartels: Interested in 2 boards
Environmental Committee #1, Planning Commission #2
Lauren Hopkins: Interested in 2 boards
Planning Commission #1, Environmental Committee #2
John Taylor
3 Incumbents Lisa Interlandi, Karen Marcus and Kendra Zellner have requested reappointment
Golf Advisory Board
3 Seats MGA and WGA positions have 1 year term; all others have 2 year terms
Requirements 1 Resident Golf Member, 3 Resident or Non-Resident Golf Members
1 MGA Rep or Golf Member, 1 WGA Rep or Golf Member, 1 member with no Membership or Residency Requirement
1 New applicant Karen O’Connell
3 Incumbents Sandra Felis (WGA), Rich Pizzolato (MGA), and Orlando Puyol have requested reappointment
Library Advisory Board
3 Seats 2 year term
1 New applicant Kathleen Porter
3 Incumbents Tina Chippas, Carolyn Kost and Leslie Metz have requested reappointment
Planning Commission
2 Seats 2 year term
Requirements Village Resident; 1 Land Use Planner or Architect; 1 Architect; 1 Civil Engineer; 1 Person engaged in business in NPB;
3 members need not be any particular business or profession
3 New applicants Brian Bartels: Interested in 2 boards
Environmental Committee #1, Planning Commission #2
Valerie Hannah: Interested in 2 boards
Planning Commission #1, Waterways Board #2
2022 VNPB Board Applicants
Page 2 of 2
Planning Commission cont’d
Lauren Hopkins: Interested in 2 boards
Planning Commission #1, Environmental Committee #2
2 Incumbents Tom Hogarth and Nathan Kennedy have requested reappointment
Recreation Advisory Board
2 Seats 2 year term
3 New applicants Paul Czerniak: Interested in 2 boards
Recreation Advisory Board #1, Waterways Board #2
Megan Sease
Michael Weild
2 Incumbents Rita Budnyk and Stephen Heiman have requested reappointment
Waterways Board
4 Seats 3 year term
3 New applicants Paul Czerniak: Interested in 2 boards
Recreation Advisory Board #1, Waterways Board #2
Valerie Hannah: Interested in 2 boards
Planning Commission #1, Waterways Board #2
Christopher McDermott
4 Incumbents Paul Bartlett, Bruce Crawford, Bill Hipple and Jerry Sullivan have requested reappointment
Audit Committee: 3 year staggered term (On Call)
Name
Initial
Appointment Date
Current
Term of Office Board Term
Meetings in
Term
Absences in
Term
Absences
since 5/1/21
Dates Absent in Current
Term
Total Years of
Service
Magill, Tom August 18, 2004 5/1/2019 - 4/30/2022 3 years 14 18
Chairman
Andres, Thomas April 25, 2019 5/1/2019 - 4/30/2022 3 years 14 3 1 4/6/22, 3/11/20, 6/5/19 3
Member
Mehregan, Suzanne April 26, 2018 5/1/2019 - 4/30/2022 3 years 14 2 2 10/13/21, 8/9/2021 4
Member
Talley, David May 1, 2006 5/1/2019 - 4/30/2022 3 years 14 2 1 12/15/21, 3/11/2020 16
Member
Environmental Committee: 1st Monday of the month at 6:00 pm; 2 year staggered term
Name
Initial
Appointment Date Current Term of Office Board Term
Meetings
in Term
Absences
in Term Absences since 5/1/21
Dates Absent in Current
Term
Total Years of
Service
Marcus, Karen April 25, 2019 5/1/2021 - 4/30/2022 1 year 11 1 1 2/7/22 3
Chair
Interlandi, Lisa April 25, 2019 5/1/2021 - 4/30/2022 1 year 11 1 1 8/2/21 3
Vice Chair
Zellner, Kendra April 25, 2019 5/1/2021 - 4/30/2022 1 year 11 2 2 1/10/22, 9/13/2021 3
Member
Golf Advisory Board: 3rd Monday of the month at 6:00 pm; 2 year staggered term, 1 year term for MGA Rep
Name
Initial
Appointment Date
Current Term
of Office Board Term
Meetings
in Term
Absences
in Term
Absences
since 5/1/21
Dates Absent
in Current Term
Total Years of
Service
Pizzolato, Richard November 10, 2016 5/1/2021 - 4/30/2022 1 year 10 6
Vice Chairman, MGA Rep
Puyol, Orlando May 1, 2021 5/1/2021 - 4/30/2022 1 year 10 2 2 1/17/22, 7/19/21 1
Resident Golf Member
Felis, Sandra May 1, 2021 5/1/2021 - 4/30/2022 1 year 10 1 1 1/17/22 1
WGA Rep
Library Advisory Board: 4th Tuesday of the month at 7:00 pm; 2 year staggered term
Name
Initial
Appointment Date
Current
Term of Office
Board
Term
Meetings in
Term
Absences in
Term
Absences
since 5/1/21
Dates Absent in Current
Term
Total Years of
Service
Kost, Carolyn February 23, 2012 5/1/2021 - 4/30/2022 1 year 10 10
Member
Chippas, Tina April 26, 2018 5/1/2021 - 4/30/2022 1 year 10 1 1 7/27/21 4
Member
Metz, Leslie July 12, 2018 5/1/2021 - 4/30/2022 1 year 10 2 2 11/23/21, 8/24/2021 4
Member
Planning Commission: 1st Tuesday of the month at 6:30 pm; 2 year staggered term
Name
Initial
Appointment Date
Current
Term of Office Board Term
Meetings in
Term
Absences
in Term
Absences
since 5/1/21
Dates Absent
in Current Term
Total Years of
Service
Hogarth, Thomas August 30, 2012 5/1/2021 - 4/30/2022 1 year 12 1 1 3/1/22 10
Civil Engineer
Kennedy, Nathan May 1, 2021 5/1/2021 - 4/30/2022 1 year 12 1
Economist
Recreation Advisory Board: 2nd Tuesday of the month at 7:00 pm; 2 year staggered term
Name
Initial
Appointment Date
Current Term
of Office Board Term
Meetings
in Term
Absences
in Term
Absences
since 5/1/21
Dates Absent
in Current Term
Total Years of
Service
Heiman, Stephen May 1, 2021 5/1/2021 - 4/30/2022 1 year 11 1
Member
Budnyk, Rita May 1, 2021 5/1/2021 - 4/30/2022 1 year 11 1
Member
Waterways Board: 3 year staggered term (On Call)
Name
Initial
Appointment Date
Current Term
of Office Board Term
Meetings
in Term
Absences
in Term
Absences
since 5/1/21
Dates Absent
in Current Term
Total Years of
Service
Sullivan, Jerry May 1, 2008 5/1/2019 - 4/30/2022 3 years 1 13
Chairman
Hipple, Bill December 9, 2010 5/1/2019 - 4/30/2022 3 years 1 1 11/17/2021 12
Vice Chairman
Crawford, Bruce November 1, 2007 5/1/2019 - 4/30/2022 3 years 1 15
Secretary
Bartlett, Paul April 28, 2016 5/1/2019 - 4/30/2022 3 years 1 6
Member
VILLAGE OF NORTH PALM BEACH
COMMUNITY DEVELOPMENT DEPARTMENT
TO: The Honorable Mayor and Members of the Village Council
THRU: Andrew D. Lukasik, Village Manager
FROM: Jeremy Hubsch, Director of Community Development
DATE: April 28, 2022
SUBJECT: Ordinance 1st Reading – Amending Section 45-2 of the Village’s Zoning Code
to Modify the Definition of the Term “Dwelling Unit”.
In accordance with policy direction from the Village Council, Village staff is recommending
adoption of an ordinance modifying the definition of the term “dwelling unit” to eliminate the
allowance of units with no bedrooms or one bedroom within commercial zoning districts that
permit mixed uses to be counted as one-half of a dwelling unit for purposes of calculating project
density.
Background:
In 2016, the Village adopted the North Palm Beach Citizen’s Master Plan (“Master Plan”). One of
the key recommendations of the Master Plan was the creation of a form-based code to incentivize
redevelopment of the Village’s commercial corridors. The goal of a form-based code is to control
building form first and then building use second. The Village brought in the firm of Dover, Kohl &
Partners and its consultant Spikowski Planning Associates to develop a form-based code for the
Village’s commercial zoning districts.
The process of revising the Village’s land development regulations and comprehensive plan
officially started in January 2018. The consulting team held its first public workshop in April 2018,
followed by seven additional workshops, held between December 2018 and May 2019. The
consulting team and Village staff incorporated feedback from the workshops into draft land
development regulations and comprehensive plan amendments. A preliminary version of the
draft regulations and comprehensive plan amendments was workshopped with the Planning
Commission in January 2020 for feedback.
Density Calculation for Studio/One Bedroom Units:
One of the numerous code changes that was included in the draft code was amending the
definition of the term dwelling unit to count a one-bedroom or studio units in a commercial zoning
district that allows mixed uses as one half (0.5) of a dwelling unit for density calculation purposes.
The 0.5 dwelling unit provision was then adopted with the remainder of the Village code updates
in the fall of 2020.
The purpose of assigning maximum residential density in a land use category is to attempt to limit
the number of residents in new developments. There is a clear nexus between the average
number of residents that typically live in a one-bedroom apartment versus that of a two or three-
bedroom apartment. For instance, the Village’s R-3 Multi-Family Zoning District requires one
more parking space for three-bedroom units than one and two-bedroom units. Palm Beach
Gardens requires one parking space per bedroom in multi-family developments, as do numerous
other municipalities. Many municipalities around the country grant density reductions or bonuses
for the provision of smaller dwelling units in multi-family developments because they tend to have
fewer residents than larger units. When drafting the code, Village staff thought that creating the
.5 dwelling unit provision was a best practice and an equitable way to treat density in the Village’s
mixed-use districts.
The 200 Yacht Club Drive project utilized the .5 dwelling unit provision to provide a greater number
of one-bedroom units than would have been allowed without the provision. Some residents along
Yacht Club Drive have voiced concerns that the project has too many units and have requested
that the Village Council repeal the code provision modifying the definition of dwelling unit. In
response to the feedback provided by the residents, the Village Council directed staff to draft an
Ordinance repealing the .5 dwelling unit provision.
Planning Commission Recommendation:
At the April 5, 2022 Planning Commission meeting, staff gave an overview of the adoption of the
.5 dwelling unit provision and discussed other methods that municipalities use to incentivize
smaller units. Some members of the Planning Commission were concerned that eliminating the
.5 dwelling unit provision would make the US-1 Corridor less appealing to mixed-use developers.
All of the commissioners were in agreement that the Village should take a more comprehensive
review of density and how density bonuses are granted. Some members noted that they would
like to ensure that projects provide a greater amount of commercial square footage when granting
any kind of density incentive.
Several of the commissioners noted that they would like to evaluate permanent changes to
density bonuses in the Village’s mixed-use commercial zoning districts before eliminating the .5
dwelling unit provision. They expressed concern that there would not be as much urgency to
undertake a comprehensive review of density once the .5 dwelling unit provision was eliminated.
As a result of this concern, a motion to recommend approval of the proposed Ordinance
modifying the definition of the term “dwelling unit” failed by a vote of 3 to 3.
Recommendation:
In accordance with policy direction from the Village Council, Village staff is recommending
adoption of an ordinance amending Section 45-2 of the Village’s Zoning Code and modifying the
definition of the term “dwelling unit” to eliminate the allowance of units with no bedrooms or one
bedroom within commercial zoning districts that permit mixed uses to be counted as one-half of
a dwelling unit for purposes of calculating project density.
Page 1 of 2
ORDINANCE NO. 2022-___ 1
2
AN ORDINANCE OF THE VILLAGE COUNCIL OF THE VILLAGE OF 3
NORTH PALM BEACH, FLORIDA, AMENDING ARTICLE I, “IN 4
GENERAL,” OF APPENDIX C (CHAPTER 45) OF THE VILLAGE CODE OF 5
ORDINANCES BY AMENDING SECTION 45-2, “DEFINITIONS,” TO 6
MODIFY THE DEFINITION OF THE TERM DWELLING UNIT; PROVIDING 7
FOR CODIFICATION; PROVIDING FOR SEVERABILITY; PROVIDING FOR 8
CONFLICTS; PROVIDING FOR AN EFFECTIVE DATE; AND FOR OTHER 9
PURPOSES. 10
11
WHEREAS, through the adoption of Ordinance No. 2020-06, the Village Council adopted a form-12
based commercial Zoning Code prepared by the Village’s consultants, in addition to certain other 13
revisions recommended by Village residents, Village Staff, and the Village’s advisory boards; and 14
15
WHEREAS, Ordinance No. 2020-06 amended the definition of the term dwelling unit to allow 16
units with no bedrooms or one bedroom within commercial zoning districts that allow mixed uses 17
to be counted as one-half of a dwelling unit; and 18
19
WHEREAS, the Village Council wishes to repeal the 2020 revision to the definition of the term 20
dwelling unit; and 21
22
WHEREAS, on April 5, 2022, the Planning Commission, sitting as the Local Planning Agency, 23
conducted a public hearing to review this Ordinance and provide a recommendation to the Village 24
Council; and 25
26
WHEREAS, having considered the recommendation of the Planning Commission and conducted 27
all required advertised public hearings, the Village Council determines that the adoption of this 28
Ordinance is in the interests of the health, safety and welfare of the residents of the Village of 29
North Palm Beach. 30
31
NOW, THEREFORE, BE IT ORDAINED BY THE VILLAGE COUNCIL OF THE VILLAGE 32
OF NORTH PALM BEACH, FLORIDA as follows: 33
34
Section 1. The foregoing recitals are ratified as true and correct and are incorporated herein. 35
36
Section 2. The Village Council hereby amends Appendix C (Chapter 45), “Zoning,” of the 37
Village Code of Ordinances by amending Section 45-2, “Definitions,” of Article I, “In General,” 38
to read as follows (deleted language is stricken through): 39
40
Sec. 45-2. Definitions. 41
42
For the purpose of this Code, certain words and terms are defined as follows: 43
44
* * * 45
46
47
Page 2 of 2
Dwelling unit is a single unit providing complete, independent living facilities 1
for one (1) or more persons including permanent provisions for living, sleeping, 2
eating, cooking and sanitation. For purposes of computing residential density in 3
commercial zoning districts that allow mixed uses, a dwelling unit that contains 4
only one bedroom, or no separate bedroom, will be counted as one-half a dwelling 5
unit. 6
7
* * * 8
9
Section 3. The provisions of this Ordinance shall become and be made a part of the Code of 10
the Village of North Palm Beach, Florida. 11
12
Section 4. If any section, paragraph, sentence, clause, phrase or word of this Ordinance is for 13
any reason held by a court of competent jurisdiction to be unconstitutional, inoperative or void, 14
such holding shall not affect the remainder of this Ordinance. 15
16
Section 5. All ordinances or parts of ordinances and resolutions or parts of resolutions in 17
conflict herewith are hereby repealed to the extent of such conflict. 18
19
Section 6. This Ordinance shall take effect immediately upon adoption. 20
21
PLACED ON FIRST READING THIS _____ DAY OF ________________, 2022. 22
23
PLACED ON SECOND, FINAL READING AND PASSED THIS _____ DAY OF ___________, 24
2022. 25
26
(Village Seal) 27
MAYOR 28
29
30
ATTEST: 31
32
33
VILLAGE CLERK 34
35
36
APPROVED AS TO FORM AND 37
LEGAL SUFFICIENCY: 38
39
40
VILLAGE ATTORNEY 41
42
VILLAGE OF NORTH PALM BEACH
FINANCE DEPARTMENT
TO: Honorable Mayor and Council THRU: Andrew D. Lukasik, Village Manager FROM: Samia Janjua, Finance Director DATE: April 28, 2022 SUBJECT: ORDINANCE – 2nd Reading – General Fund Budget Amendment for Approved Vehicle Financing Agreements and Use of Net Income
Village staff is requesting Council consideration and approval of a budget amendment Ordinance for
approved vehicle financing agreements and for the use of net income in the general fund for capital
improvements.
Vehicle Financing:
Village Council has approved the following vehicle financing programs with Pinnacle Public
Finance, Inc. in Fiscal Year 2022:
Resolution Description Lease
Term
Total
Financed
Interest
Rate
Total
Payments
2022-07 Schedule 6 5 years $482,712.07 1.74% $509,437.97
2022-13 Schedule 7 7 years 732,400.00 2.41% 822,334.77
Total $1,215,112.07 $1,331,772.74
The annual debt service for these capital leases is budgeted in the General Fund; however, the
Village’s Auditor has advised that the total amount financed for capital leases should be shown in
the Fiscal Year 2022 budget as “other financing sources/uses” and capital outlay for financial
reporting purposes. (Note: this requirement is for the first year of the lease only):
GASB
“When a capital lease represents the acquisition or construction of a general capital asset,
the acquisition or construction of that asset should be reflected as an expenditure and
other financing source, consistent with the accounting and financial reporting for general
obligation bonded debt.”
There won’t be a net income effect but, because it increases the total General Fund Budget, a
budget amendment ordinance is required:
Budget Amendment:
Fund Account Description Use Source
General Fund A4200-09901 Capital Lease $1,215,113
General Fund A5540-66000 Capital Lease $1,215,113
Total $1,215,113 $1,215,113
Use of Fiscal Year 2021 Net Income:
At its March 24th Regular Session, the Village Council discussed the use of the Fiscal Year 2021
net income for certain capital improvements. The following budget amendment transfers $2
million from the General Fund Unassigned Fund Balance to the Village’s Capital Improvement
Plan (CIP) Fund.
Note: This budget amendment transfers the funds to the Village’s CIP Fund only. Each
project will be brought back to Council for discussion and approval prior to transferring
these funds to the individual project accounts.
Budget Amendment:
General Fund:
Account Description Use Source
A4600-09100 Appropriated Fund Balance $2,000,000
A5540-49032 Transfer Out to Capital Projects Fund $2,000,000
Total $2,000,000 $2,000,000
Capital Projects Fund:
Account Description Use Source
K3900-09180 Transfer In from General Fund $2,000,000
K5541-66000 Reserve Expenses - Capital $2,000,000
Total $2,000,000 $2,000,000
At its April 14, 2022 meeting, the Village Council adopted the Ordinance on first reading without
modification.
The attached Ordinance has been prepared and reviewed for legal sufficiency by the Village
Attorney.
Recommendation:
Village Staff recommends Council consideration and approval on second reading of the
attached Ordinance authorizing the Mayor and Village Clerk to execute the required budget
amendments for approved vehicle financing agreements and the use of net income to fund
capital improvements in accordance with Village policies and procedures.
Page 1 of 2
ORDINANCE NO. 2022-____ 1
2
AN ORDINANCE OF THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH 3
PALM BEACH, FLORIDA, AMENDING THE ADOPTED GENERAL FUND 4
BUDGET FOR FISCAL YEAR 2022 TO CLASSIFY THE TOTAL AMOUNT 5
FINANCED FOR VILLAGE VEHICLES AS CAPITAL OUTLAY AND TO 6
TRANSFER NET INCOME FROM THE GENERAL FUND UNASSIGNED FUND 7
BALANCE TO THE CAPITAL IMPROVEMENT PLAN FUND; PROVIDING FOR 8
CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN 9
EFFECTIVE DATE. 10
11
WHEREAS, during Fiscal Year 2022, the Village Council approved two capital lease programs, one 12
Village-wide and the other for a fire rescue vehicle (fire truck); and 13
14
WHEREAS, while the Village has budgeted the annual debt services for these leases in the General 15
Fund, the Village Auditor has advised the Village that the total amount financed for capital leases should 16
be shown in the Fiscal Year 2020 budget as “other financing uses/sources” and capital outlay during the 17
first year for financial reporting purposes; and 18
19
WHEREAS, notwithstanding the lack of any net income effect, because this amendment increases the 20
total amount of the budget, this transfer must be accomplished by ordinance as required by Section 21
166.241, Florida Statutes; and 22
23
WHEREAS, the Village Council also wishes to amend the General Fund budget to transfer $2,000,000 24
in net income from the General Fund unassigned fund balance to the Village’s Capital Improvement 25
Plan Fund; and 26
27
WHEREAS, the Village Council determines that the adoption of these budget amendments is in the best 28
interests of the residents of the Village of North Palm Beach. 29
30
NOW, THEREFORE, BE IT ORDAINED BY THE VILLAGE COUNCIL OF NORTH PALM 31
BEACH, FLORIDA as follows: 32
33
Section 1. The foregoing recitals are hereby ratified as true and correct and incorporated herein. 34
35
Section 2. In order to reclassify the total amount financed for capital leases, the Village Council 36
hereby amends the adopted Village of North Palm Beach General Fund budget for Fiscal Year 2022 as 37
follows: 38
39
Budget Amendment: 40
41
Fund Account Description Use Source
General Fund A4200-09901 Capital Lease $1,215,113
General Fund A5540-66000 Capital Lease $1,215,113
Total $1,215,113 $1,215,113
42
Section 3. In order to transfer monies from the General Fund unassigned fund balance to the Capital 43
Improvements Plan Fund, the Village Council hereby amends the adopted Village of North Palm Beach 44
Fiscal Year 2022 budget as follows: 45
Page 2 of 2
General Fund: 1
2
Account Description Use Source
A4600-09100 Appropriated Fund Balance $2,000,000
A5540-49032 Transfer Out to Capital Projects Fund $2,000,000
Total $2,000,000 $2,000,000
3
Capital Projects Fund: 4
5
Account Description Use Source
K3900-09180 Transfer In from General Fund $2,000,000
K5541-66000 Reserve Expenses - Capital $2,000,000
Total $2,000,000 $2,000,000
6
Section 4. The Mayor and Village Clerk are hereby authorized and directed to execute the budget 7
amendments for and on behalf of the Village of North Palm Beach. 8
9
Section 5. If any section, paragraph, sentence, clause, phrase or word of this Ordinance is for any 10
reason held by a court of competent jurisdiction to be unconstitutional, inoperative or void, such holding 11
shall not affect the remainder of this Ordinance. 12
13
Section 6. All ordinances and resolutions, or parts of ordinances and resolutions, in conflict herewith 14
are hereby repealed to the extent of such conflict. 15
16
Section 7. This Ordinance shall be effective immediately upon adoption. 17
18
PLACED ON FIRST READING THIS _____ DAY OF ________________, 2022. 19
20
PLACED ON SECOND, FINAL READING AND PASSED THIS ________ DAY OF ___________, 21
2022. 22
23
24
(Village Seal) ______________________________ 25
MAYOR 26
ATTEST: 27
28
29
VILLAGE CLERK 30
31
APPROVED AS TO FORM AND 32
LEGAL SUFFICIENCY: 33
34
35
VILLAGE ATTORNEY 36
Village of North Palm Beach
Village Manager’s Office
TO: Chairman Magill and Audit Committee Members
FROM: Andrew D. Lukasik, Village Manager
DATE: March 4, 2022
SUBJECT: Recommendations for Deployment of FY2021 General Fund Net Income Funds
As you know, Village staff is estimating that the FY2021 General Fund Net Income will be approximately $2.2m.
Generally, this surplus would be rolled into the General Fund Unassigned Fund Balance. However, given that the Fund
Balance amount is healthy, Village staff believes that it is prudent to invest the net income amount in needed capital
improvements and equipment acquisition. Staff’s recommendation includes projects that have been in the CIP, can
be implemented – or begin to be implemented -- within the next year and have funding shortfalls.
Staff is requesting input from the Audit Committee before finalizing a recommendation to the Village Council. The
following is a list of recommended investments as prioritized by staff for the use of $2m of the Net Income:
Public Safety Uninterruptible Power Supply (UPS) System: $90,000
Currently, the replacement of the UPS System at the Public Safety Building is included in the Capital Improvement
Plan (CIP) as part of a large-scale project that was developed to secure grant funding. Unfortunately, funding for the
grant program is limited and the Village’s project didn’t receive any funding. No matching funds from the Village were
included in the CIP for this equipment.
Essentially, the UPS System is a battery backup power system that supplies power long enough for equipment to
properly shut down when utility power fails. It prevents the loss of data and minimizes the stress a hard shutdown
causes on electronic equipment. The UPS is also a surge protector that protects connected devices from power
problems, like surges or abnormal voltages, which can damage, reduce lifespan, or affect performance of electronic
equipment and devices.
Although the Building is equipped with a generator, the UPS is important to protect equipment during power outages
– especially during the arrival of a storm event.
Cardiac Monitors and Power Stretchers: $240,000
Cardiac monitor/defibrillator are a major component in providing high quality emergency medical services.
Technology advances require replacement every five (5) years. Four (4) of the Village’s cardiac monitors/defibrillators
are scheduled to be replaced in FY2023. However, the Assistance to Firefighters Grant Program, which wasn’t funded,
this year, was expected to fund the bulk of the expense. The CIP included a Village match amount of $40,000 to fund
the $160,000 acquisition. If net income is used, the Village share in the CIP will be reprogrammed for other projects –
in other words, we’ll redeploy it for other infrastructure needs over the next year or two.
Additionally, Fire Rescue requires the replacement of two (2) power stretchers that will have reached the end of their
useful life and will no longer be supported by the manufacturer by 2023. The power stretchers, and their associated
loading systems, provide a safer method of loading and off-loading patients reducing both the possibility of dropping
the patient or causing injury to the caregiver. The CIP included a Village match amount of $20,000 to fund the
$80,000 acquisition. If net income is used, the Village share in the CIP will be reprogrammed for other projects.
Anchorage Park Playground: $125,000
The playground at Anchorage Park is heavily used. It is reaching the end of its useful life (installed in 2009) and needs
to be replaced with a more modern structure that will provide shade. $250,000 is currently budgeted ($125,000 from
the General Fund and $125,000 from a LWCF grant).
Increasing the Village’s contribution by $75,000, for a total match of $200,000, will allow the Village to get the
maximum grant match of $200,000 for a total project cost of $400,000.
An additional $50,000, however, will allow the Village to secure a playground with greater shade and amenities. This
would take the use of net income to $125,000 for a total project cost of $450,000.
Air Handlers/Chiller Replacement: $440,000
Three of the Village’s facilities (Village Hall, the Library and the Public Safety Building) are in critical need of
investments in their air conditioning infrastructure.
The Village Hall is in need of new air handlers (installation) and a chiller. The total project cost is $190,000. No Village
funding is currently allocated for this work as grants were anticipated to fund the work. However, Village staff intends
to pay for the air handler/air purification system using ARPA funding ($10,000). Net income in the amount of
$180,000 would be used to purchase and install the new chiller and install the air handler.
Please note that staff is recommending for using the ARPA funds for the purchase of the air handler/air
purification system and NOT the installation of the equipment in order to facilitate the single audit process
that will be required due to the use of federal funding. The Village intends to program ARPA funds for use on
projects or equipment that are clearly eligible under Treasury’s guidance and avoid any instances of ambiguity.
In saying this, and at the risk of creating some confusion, it should be noted that the US Treasury developed its
final rule for the use of ARPA funding and it results in greater flexibility for the use of those funds. The final rule
allows municipal jurisdictions to spend a standard amount, up to $10 million (the Village is receiving $6.5
million), within the revenue loss category—even if they did not actually experience a revenue loss.
Municipalities have broad latitude to use their entire standard allocation to support local government services
and avoid many of the other categories’ additional requirements. The purpose of this new assumption is most
likely to eliminate the need for Treasury to review a flood of single audits.
While the final rule creates flexibility in the use of the ARPA funding, staff is not suggesting deviating from the
general policy guidelines that Council established for their use (water quality, air quality, software application
for Community Development to allow electronic submittal and review of development and permit
applications).
Village staff is proposing to replace five (5) condensing units at the Library with the purchase of a new chiller along
with replacement of the existing air handlers. The entire project is anticipated to cost $600,000. The CIP currently
has $400,000 allocated for this project. The new system will replace the originally installed system (1968). At this
time, we’re continuing to evaluate the design to determine the number of handlers needed. Because of the
uncertainty related to the air handlers, staff is recommending allocating $200,000 of the net income amount towards
this project.
The Public Safety Building is in need of three (3) air handlers. The work is identified in the CIP, but has been
anticipated to be funded solely by grants. Staff recommends allocating $60,000 from net income for the installation
of the air handlers.
In summary, staff is recommending the use of net income for the municipal facilities air handler/chiller replacement
project be used for 1) the purchase and installation of a chiller and air handler at Village Hall in the amount of
$180,000, 2) the purchase and installation of air handlers at the Library in the amount of $200,000 and 3) the
installation of air handlers at the Public Safety Building in the amount of $60,000. Total use of net income for this
project, then, is $440,000.
Work Order Software for Public Works: $100,000
The Department of Public Works maintains a system of disconnected software systems that are used to track activities
and inventory. These separate systems have made it difficult to manage data to fully understand workload and
activities, supply and inventory use and control, and asset management. Additionally, these software components are
not tied to the Village’s financial software.
To improve record keeping and data gathering, it is recommended that Public Works secure a comprehensive work
order software system. This proposed software acquisition is not included in the Village’s CIP. The redefined
leadership positions in the Department have led to a new perspective regarding operational needs – the software was
not previously identified as a needed work tool but has grown in importance as resource management, decision
making and efforts to work efficiently are being hindered by the lack of data integration.
Front Load Solid Waste Vehicle: $330,000
The Village’s Solid Waste Division operates three (3) front loaders to service commercial and multi-family accounts.
Two trucks are used for daily operations with the third being used as a spare. Although not the Village’s past practice,
those three trucks are being rotated in and out of service so that the spare doesn’t sit idle for long periods of time.
One front load truck is set for replacement in 2023 due to consistent mechanical and electronic failures requiring
frequent repairs. Currently, the time between ordering a vehicle and delivery is generally over one year. Staff is
recommending that funding be dedicated for this purpose now in order to begin the process to acquire a new front
load garbage truck.
Lighthouse Traffic Calming/Bridge Design: $115,000
The Lighthouse Bridge was constructed in 1958 and needs to be reconstructed as its nearing the end of its useful life.
Although it’s “health index” is good (at 92.8) it is functionally obsolete in that it does not adequately accommodate
pedestrians and bicyclists and its weight bearing capacity is limited. Regarding the “health index”, a score between 80
– 90 is generally considered to be “fair” while a score that is less than 80 is considered “poor”.
Design and engineering expenses are funded in the CIP in the amount of $100,000 in FY2022. Staff is recommending
that the amount be increased by $115,000 (for a total of $215,000) to address preliminary engineering activities
associated with the bridge as well as planning services associated with the introduction of traffic calming solutions on
Lighthouse Drive. It should be noted that traffic calming on Lighthouse Drive was identified as a “High Priority” action
item in the Citizens’ Master Plan. Additionally, members of the Village Council and Village staff receive many
complaints about speeding on Lighthouse Drive (and other local streets). Evidence of these concerns from the public
can be found on Nextdoor as a petition is currently being circulated requesting the installation of speed humps in
order to reduce speeds on Lighthouse Drive.
Additional funding for engineering services are included in FY2023. $250,000 has been programmed to fund
additional engineering associated with the design of the bridge.
East Alleyway Resurfacing and Wall Replacement and/or Anchorage Park Dry Storage: $560,000
These two projects have funding in the CIP but have been delayed and/or may experience shortfalls. Staff would
recommend reserving the sum of $560,000 from net income to apply towards one or both of these projects. Staff
would anticipate having the Village Council make a final policy decision once additional project information is
available.
East Alleyway:
The Village will pursue the resurfacing and design/replacement of the walls in the alley east of US1. Funding is
available in the CIP but has been delayed due to other obligations. Additionally, the funding is limited to $100,000
annually in fiscal years 2024, 2025 and 2026.
If this project is determined to be a priority by the Village Council, it is anticipated that the additional funding from net
income will be able to be combined with some operating and capital expenditure savings from FY2022. Delaying
construction until the availability of additional funds at the beginning of the next fiscal year will allow staff time to
secure feedback on wall designs from residents, Planning Commission and Council and coordinate planning and
implementation of the work with residents adjacent to the alley (the project will touch several residents’ back yards –
so communication regarding the scope and coordination of activities is more sensitive than many other projects).
Staff proposes to complete milling and resurfacing of the alley and the wall replacement concurrently. The section
that has deteriorated more than the others is between Yacht Club Drive and Anchorage Drive North – most likely due
to problems with the underlying stormwater infrastructure system. It is recommended that the Village complete
work on this section first.
Dry Storage:
This project does have funding in the CIP but costs, depending upon the materials selected and scope of work
(fencing, storage lot surface, etc), could exceed the budgeted amount. There continue to be policy decisions to be
made by the Village Council prior to finalizing the design. Those decisions could impact the budget. Staff is
recommending including this as a project for possible funding from FY2021 net income due to the uncertainty
regarding the project budget.
Summary:
The recommended list of capital investments identified above will expend most of the net income amount from FY
2021. With the exception of the Public Works Work Order Software Project and purchase of the Front End Loader, all
projects are currently included in the Village’s CIP (copies of the CIP project sheets are attached for your information).
Most of the projects were eligible for grant funding but those grants have been limited and have delayed
implementation of these important investments. As it relates to the Alley and Dry Storage Projects, the funding will
allow the Village Council flexibility to work on those projects based upon their priority.
Other Potential Projects for Funding:
Although the projects identified above represent staff recommendations, there are a number of other projects that
are currently in the CIP that could be considered as well:
• Additional street resurfacing projects: there are a number of streets that have been completed with more
scheduled soon. There are other streets that require milling and resurfacing as well, but the CIP has funding
from the infrastructure surtax proceeds for the next four years. It is possible, however, that infrastructure
surtax funding will end early.
o On November 8, 2016, Palm Beach County voters approved a ballot issue to levy a One-Cent
Infrastructure Sales Surtax to pay for the acquisition or improvements to public infrastructure.
Collections began on January 1, 2017 and will end on or before December 31, 2026. It will sunset if the
proceeds exceed $2.7 billion on or before September 1 of any year. Based upon County reports, it is
likely that collection of the surtax will end on December 31, 2025.
• Seawall replacement: seawalls at Lakeside Park and Anchorage Park are in poor condition.
o Lakeside Park would be able to be replace quickly as engineering plans have already been developed.
The CIP anticipates a project in 2025 using grant funding for 50% of the anticipated $750,000 cost.
o No engineering plans have been developed for Anchorage Park – and no decisions have been made
with respect to a Village Council policy question related to the replacement of the existing docks with
floating docks or boat lifts. Funding could be used to develop plans for the seawall ($137,000 is
included in the CIP in FY2023).
• Tennis Court Lighting and Fence Replacement ($350,000): may be some grant funding available in the future.
• Anchorage Park Path/Site Lighting: a $230,000 project is anticipated in FY2023 with 80% of the funding from
the Recreation Trails Program Grant.
• Fire Rescue Bathroom and Kitchen Remodel: improvements are needed, but it is a lower priority ($90,000).
RESOLUTION 2022-13
A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF
NORTH PALM BEACH, FLORIDA APPROVING THE ACQUISITION OF A
SUTPHEN G9 BODY CUSTOM PUMPER FIRE APPARATUS FROM SOUTH
FLORIDA EMERGENCY VEHICLES PURSUANT TO PRICING
ESTABLISHED IN AN EXISTING SOURCEWELL COOPERATIVE
PURCHASING CONTRACT AND AUTHORIZING A SEVEN-YEAR LEASE
PURCHASE AGREEMENT WITH PINNACLE PUBLIC FINANCE, INC.;
APPROVING A PURCHASE AGREEMENT WITH SUTPHEN AND
AUTHORIZING ITS EXECUTION; DECLARING AN EXISTING FIRE
ENGINE AS SURPLUS PROPERTY; AND PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the Fire Rescue Department recommended the lease -purchase of a Sutphen G9 Body
Custom Pumper Fire Engine through Pinnacle Public Finance, Inc. to replace an existing 2002 Pierce
Fire Engine; and
WHEREAS, the Village's Purchasing Policies and Procedures authorize the use of current
cooperative purchase contracts, and the Fire Engine will be acquired from Sutphen's local dealer,
South Florida Emergency Vehicles, pursuant to pricing established in an existing Sourcewell
Cooperative Purchasing Contract (Contract No. 022818 SUT); and
WHEREAS, the Village Council determines that the adoption of this Resolution is in the best
interests of the residents of the Village of North Palm Beach.
NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE
OF NORTH PALM BEACH, FLORIDA as follows:
Section 1. The foregoing recitals are ratified as true and incorporated herein.
Section 2. The Village Council hereby approves the acquisition of a Sutphen G9 Custom Body
Fire Engine for South Florida Emergency Vehicles pursuant to pricing established in an existing
Sourcewell Cooperative Purchasing Contract (Contract No. 022818 SUT) and the lease -purchase of
the vehicle for a seven-year term through Pinnacle Public Finance, Inc. The total annual cost of
the lease -purchase shall be $114,954.85 (at a total cost of $822,334.77 over the seven-year term),
with funds expended from Account No. A8535-49158 (Debt Service — Vehicle Lease). The
Village Council authorizes the Mayor and Village Clerk to execute the Purchase Agreement with
Sutphen, a copy of which is attached hereto and incorporated herein by reference. The Village
Council further authorizes the Village Manager to execute all required documents with Pinnacle
Public Finance, Inc. to effectuate the lease -purchase transaction, subject to the review and approval
of the Village Attorney.
Section 3. Upon delivery, acceptance and placement into service of the new vehicle, the
Village Council declares the following vehicle as surplus property and authorizes its disposal and
trade-in in accordance with Village policies and procedures:
Page 1 of 2
Unit No. Description VIN Engine Hours
Engine 1 Shop #321 Pierce Enforcer 4P 1 CT02UX3A002851 7,655
Section 4. This Resolution shall be effective immediately upon adoption.
PASSED AND ADOPTED THIS 24TH DAY OF FEBRUARY, 2022.
oRryA
619F RIbA
aVVV\
AYOR
ATTEST:
GE CLERK
Page 2 of 2
Michael J. Krahenbuhl, VP
02/28/2022
VILLAGE OF NORTH PALM BEACH
COMMUNITY DEVELOPMENT DEPARTMENT
TO: Village Council
THRU: Andrew D. Lukasik, Village Manager
FROM: Jeremy Hubsch, Director of Community Development
DATE: April 28, 2022
SUBJECT: ORDINANCE 2nd READING – Adoption of Code Changes Related to Single-
Family Residential Development
History
At the March 2, 2021 Planning Commission meeting, staff gave a presentation regarding large
homes that are being constructed in the Village and options available to address concerns being
raised by residents, Planning Commission members, and the Village Council. Staff then gave a
similar presentation to the Village Council at its April 8th meeting. The Council discussed possible
strategies to develop and implement a revised residential Code, including a moratorium on tear-
down and rebuilds or an expedited process to develop new Code provisions. Staff requested
time to evaluate strategies in order to accomplish Council’s policy objectives.
At a May 13, 2021 Village Council Workshop, Village staff shared some preliminary observations
about the housing trends in the Village with the Council and discussed possible methods to
address Council’s policy direction. Specifically, staff recommended establishing a “Zoning in
Progress” (“ZIP") for the R-1 Zoning District that would continue to allow redevelopment of
residential properties within certain parameters until amendments to the Code could be adopted.
Staff also recommended the creation of an Ad-Hoc Committee of residents to evaluate permanent
code changes during the ZIP.
Staff then drafted a Zoning in Progress Ordinance and presented it to the Planning Commission
on June 8, 2021. The Planning Commission unanimously recommended approval. The Ordinance
was brought to Village Council on August 12, 2021. At that meeting, the Village Council tabled
consideration of the ZIP Ordinance and opted to appoint members to the Ad-Hoc Committee at
its August 26th meeting. The Council further requested that the Ad-Hoc Committee review the
proposed ZIP and provide recommendations in October.
The Ad-Hoc Committee met on September 20, 2021 to review the proposed ZIP. All members
and alternates were in attendance, as were several residents. The Ad-Hoc Committee discussed
the ZIP standards at length and generally agreed that the ZIP standards were a reasonable
temporary solution. The committee voted 6-1 to recommend adoption of staff’s recommendations
regarding minimum landscaped area and 2nd story floor area. Due to uncertainty about the
proposed maximum building height of thirty feet, the Ad Hoc Committee opted to recommend
increasing it to thirty-five feet for ridged roofs and thirty feet for flat roofs.
Summary of Ad Hoc Committee and Planning Commission Meetings
The Village Council adopted the ZIP by a vote of 3-2 at its October 28, 2021 meeting. The ZIP
was approved for a period of six months, with potential for a further six-month extension. The ZIP
allowed development to continue within the R-1 District, with three restrictions:
1. All new one-story homes are to have a thirty-five percent (35%) minimum landscaped
area, all new two-story homes were to have a forty (40%) minimum landscaped area, and
are to provide a landscaped area of fifty (50%) in the required front setback. Homes on
collector roads (i.e., Lighthouse Drive and Prosperity Farms Road) have to provide a forty
(40%) minimum landscaped area within the front setback and properties with irreg ular
shaped lots (cul-de-sacs) have to provide a twenty-five (25%) minimum landscaped area
within the front setback.
2. All homes are limited to thirty feet (30’) in height for flat roofs and thirty-five (35’) for all
other roof types, including gable, hip, gambrel, and shed roofs.
3. The floor area of the second story of a single-family home is limited to seventy-five percent
(75%) of the floor area of the first story.
Since the adoption of the ZIP, the Ad Hoc Committee held public meetings on November 16,
2021, December 13, 2021, January 19, 2022, and March 22, 2022 to study various issues and
evaluate permanent code recommendations for the R-1 Zoning District. Staff and the Ad Hoc
Committee have agreed that there are code changes to evaluate beyond the three key issues in
the ZIP and that more time is needed to evaluate permanent changes to the second-story massing
issue. Staff and the Ad Hoc Committee are recommending to adopt code changes related to
minimum landscaped area, building height, and stormwater management and to extend the ZIP
an additional six months to further evaluate the second-story massing issue. While the second-
story massing issue is evaluated, additional code changes will be considered based on feedback
that has been brought up by residents, Committee members, and staff at the Ad Hoc Committee
meetings.
At its April 5, 2022 meeting, the Planning Commission unanimously recommended approval of
the proposed revisions to the Village Code, with a minor revision to the drainage code. The
Planning Commission members thought the draft changes were reasonable and agreed that there
are many other code changes to evaluate while the second-story massing issue is further
evaluated.
Summary of Recommended Code Changes
There are several recommended permanent changes to the R-1 Zoning District and Chapter 21
(Stormwater Management) based on feedback from the Ad Hoc Committee. The recommended
changes are:
The minimum landscaped area for one-story homes is to be reduced from 35% to 30% to
further incentivize one-story homes.
The maximum building height is being reduced from thirty-five feet (35’) for gable, hip,
gambrel, and shed roofs to thirty feet (30’). The height will be measured from the average
elevation prior to land alteration for properties outside the special flood hazard area and
from the design flood elevation for properties inside the special flood hazard area. The
height is measured to the mid-point of the roof for gable, hip, gambrel, or shed roofs.
The total width of driveways in the swale adjacent to a residential single-family lot is being
limited to thirty-two (32) feet for lots under ninety (90) feet in width and forty (40) feet for
lots over ninety (90) feet in width. There is currently no limitation on the width of driveways
in the swale.
The code currently allows postdevelopment runoff to not exceed the current (or
predevelopment) level of runoff, but does not restrict where the runoff can go. The draft
Ordinance provides that any vested predevelopment runoff is required to be directed
towards the swale and not adjacent properties or waterbodies.
The draft Ordinance requires that any runoff that exceeds predevelopment conditions shall
be retained on site when a substantial improvement occurs. Substantial improvement is
defined as any project where the cost equals fifty percent of the market value of the
preconstruction value of a structure.
The Ordinance requires a conceptual grading and drainage plan if a property is being
regraded during construction. The conceptual grading and drainage plan will indicate the
existing and proposed site elevations and depict where drainage will go.
The Village can waive the need for a conceptual grading and drainage plan for minor
projects (pergolas, paver replacement, etc.).
If the conceptual grading and drainage plan indicates that stormwater runoff may be
increasing on a site and/or is being directed to adjacent properties, the Village can request
engineering plans which indicate the postdevelopment runoff does not exceed
predevelopment runoff and that all runoff is either retained on site or directed towards the
swale.
There are procedures and requirements which will ensure that any required onsite storage
will be maintained by the property owner in perpetuity.
Village Council First Reading
At the first reading on April 14th, the Village Council elected to have the same minimum
landscaped area for one and two-story homes. Therefore, the Ordinance has been amended to
require a minimum landscaped area of 30% for both one and two-story homes, as opposed to the
Ad Hoc Committee’s recommendation of 30% for one-story homes and 40% for two-story homes.
Additionally, as directed by the Village Council, the Ordinance now provides a waiver process for
the 50% minimum landscaped area requirement for the required 25-foot front yard setback. A
property owner who meets the overall minimum landscaped area requirement can apply for up to
a 5% reduction in the front setback landscaped area requirement by demonstrating that he or she
has made a reasonable attempt to comply with the Code requirement and has mitigated any
deficiency through the installation of enhanced landscaping materials, the use of permeable
hardscape or some other acceptable means. Waiver requests will be heard by the Planning
Commission. Other minor changes include the reference to mulch in the definition of the term
“landscaped area” and clarification that Prosperity Farms Road and Lighthouse Drive are the only
collector roads in the Village, thereby allowing for a front yard setback minimum landscaped area
of 40% in lieu of the required 50%.
In reference to resident feedback, the Village’s Assistant Public Works Director Chad Girard
added that postdevelopment runoff would be measured using the 10 year-1-day storm event. This
measurement is consistent with the Village’s design requirements for streets.
Recommendations:
At its March 22, 2022 meeting, the Ad Hoc Committee voted 4-3 to make the building height thirty
feet for all roof types. Two of the dissenting members wanted the height to be thirty-two feet and
the other wanted it to be thirty-five feet. The members voted 6-1 to adopt the minimum landscape
standards as drafted. The dissenting member felt the front yard restriction of 50% is too onerous.
The members all supported the changes to the stormwater management code. At its April 4, 2022
Meeting, the Planning Commission recommended approval of the draft code changes by a vote
of 6-0.
Page 1 of 15
ORDINANCE NO. 2022-___ 1
2
AN ORDINANCE OF THE VILLAGE COUNCIL OF THE VILLAGE OF 3
NORTH PALM BEACH, FLORIDA, IMPLEMENTING THE 4
RECOMMENDATIONS OF THE AD HOC COMMITTEE; AMENDING 5
ARTICLE V, “STORMWATER MANAGEMENT,” OF CHAPTER 21, 6
“PLANNING AND DEVELOPMENT,” BY AMENDING SECTION 21-67, 7
“POST DEVELOPMENT RUNOFF RATES, VOLUMES AND POLLUTANT 8
LOADS,” TO IMPOSE SPECIFIC REQUIREMENTS APPLICABLE TO 9
POSTDEVELOPMENT RUNOFF, AND SECTION 21-70, “WATER 10
QUALITY,” TO PROVIDE STANDARDS FOR CONSTRUCTION SITE 11
RUNOFF; AMENDING ARTICLE I, “IN GENERAL,” AND ARTICLE III, 12
“DISTRICT REGULATIONS,” OF APPENDIX C (CHAPTER 45) BY 13
AMENDING SECTION 45-2, “DEFINITIONS,” TO DEFINE THE TERMS 14
AVERAGE ELEVATION AND LANDSCAPED AREA AND SECTION 45-27, 15
“R-1 SINGLE-FAMILY DWELLING DISTRICT,” TO REGULATE THE 16
HEIGHT OF TWO-STORY STRUCTURES, REQUIRE A MINIMUM 17
LANDSCAPED AREA, AND LIMIT THE WIDTH OF DRIVEWAYS IN 18
SWALE AREAS; EXTENDING THE ZONING IN PROGRESS RELATING TO 19
SECOND-STORY FLOOR AREA FOR AN ADDITIONAL SIX MONTHS; 20
PROVIDING FOR CODIFICATION; PROVIDING FOR SEVERABILITY; 21
PROVIDING FOR CONFLICTS; PROVIDING FOR AN EFFECTIVE DATE; 22
AND FOR OTHER PURPOSES. 23
24
WHEREAS, through the adoption of Ordinance No. 20021-10, the Village Council enacted a 25
zoning in progress for the R-1 Single-Family Dwelling Zoning District subject to certain 26
parameters relating to the height of two-story homes, the massing of the second story and the 27
amount of required landscaped open space; and 28
29
WHEREAS, the Village Council created an Ad Hoc Committee to review and evaluate changes to 30
the Village’s residential zoning regulations during the pendency of the Zoning in Progress; and 31
32
WHEREAS, the Ad Committee has reviewed the regulations and recommended revisions to the 33
regulations governing height and landscaped open space within the R-1 Single-Family Dwelling 34
Zoning Districts, as well as additional revisions to the Town Code relating to stormwater discharge 35
and driveway widths; and 36
37
WHEREAS, the Village Council wishes to extend the Zoning in Progress for an additional six 38
months as it pertains the second-story floor area for single-family dwellings; and 39
40
WHEREAS, on April 4, 2022, the Planning Commission, sitting as the Local Planning Agency, 41
conducted a public hearing to review this Ordinance and provide a recommendation to the Village 42
Council; and 43
44
WHEREAS, having considered the recommendation of the Planning Commission and conducted 45
all required advertised public hearings, the Village Council determines that the adoption of this 46
Page 2 of 15
Ordinance is in the interests of the health, safety and welfare of the residents of the Village of 1
North Palm Beach. 2
3
NOW, THEREFORE, BE IT ORDAINED BY THE VILLAGE COUNCIL OF THE VILLAGE 4
OF NORTH PALM BEACH, FLORIDA as follows: 5
6
Section 1. The foregoing recitals are ratified as true and correct and are incorporated herein. 7
8
Section 2. The Village Council hereby amends Article V, “Stormwater Management,” of 9
Chapter 21, “Planning and Development,” to read as follows (additional language underlined and 10
deleted language stricken through): 11
12
ARTICLE V. STORMWATER MANAGEMENT 13
14
* * * 15
16
Sec. 21-67. Postdevelopment runoff rates, volumes and pollutant loads. 17
18
The developer/owner of any site shall be responsible for the on-site 19
management of stormwater runoff in a manner such that postdevelopment runoff 20
rates, volumes and pollutant loads do not exceed predevelopment conditions as per 21
chapters 40E-4, 40E-40 and/or 40E-41, Florida Administrative Code. Where the 22
construction involves a substantial improvement as defined in Section 21-70(a) 23
below, any offsite runoff allowed by the predevelopment conditions shall be 24
directed to the swale or a privately-owned local stormwater management system 25
for treatment. Any additional postdevelopment runoff created during the 10 year-26
1-day storm event shall be retained on site. No predevelopment or postdevelopment 27
runoff shall be directed towards adjacent properties, including waterbodies. 28
29
(a) A conceptual grading and drainage plan with existing and proposed 30
site elevations shall be provided if a property is being re-graded 31
before, during, or after construction. The Community Development 32
Director may waive the need for a conceptual grading and drainage 33
plan when only minimal grading will occur. The Community 34
Development Director or the Building Official may require 35
engineered plans demonstrating that the postdevelopment runoff 36
rates do not exceed predevelopment conditions and that all runoff is 37
either retained on site or directed towards the swale or a privately-38
owned local stormwater management system. 39
40
(b) When onsite storage is required, an as-built survey, signed and 41
sealed by a licensed Florida surveyor and/or licensed Florida 42
engineer, documenting proper construction and required volume of 43
the storage system, must be submitted to and approved by the 44
Building Official prior to permit closeout or the issuance of a 45
certificate of occupancy. For an under-ground system, a notarized 46
letter from the general contractor, along with as-built plans and 47
Page 3 of 15
construction photographs, will be sufficient to demonstrate proper 1
construction. 2
(c) Subsequent to the approval of the property owner’s final grading, 3
including on-site and/or stormwater storage, and closeout of the 4
applicable permit or issuance of a certificate of occupancy, the 5
improvements shall be maintained in perpetuity by the property 6
owner. 7
8
(d) In order to ensure compliance with the provisions of this section and 9
the requirements to maintain onsite stormwater improvements over 10
time, the village is authorized to conduct inspections of real 11
property, upon reasonable notice and at reasonable times, for the 12
purpose of inspecting said property and/or onsite storage 13
improvements for compliance with this section and with any 14
applicable conditions of previously issued permits. In addition to 15
any other remedies provided by law or by this code, upon 16
notification by the Community Development Director, the failure to 17
maintain the improvements will require restoration within a time 18
frame stipulated by the Director. If restoration is not timely 19
completed, the village shall have the right to complete the 20
restoration, and recover the actual costs incurred, including 21
administrative costs, from the then property owner and may file a 22
lien against the property for the amount of such costs if they remain 23
unpaid for thirty (30) days after the village’s demand for payment. 24
25
* * * 26
27
Sec. 21-70. Water quality. 28
29
(a) Definitions. 30
31
(1) Authorized official: Any employee of the village authorized 32
in writing by the director to administer or enforce the 33
provisions of this article. 34
35
(2) Director: The director of community development. 36
37
(3) Discharge: Any direct or indirect entry of any solid, liquid 38
or gaseous matter. 39
40
(4) Person: Any natural individual, corporation, partnership, 41
institution, or other entity. 42
43
(5) Site of industrial activity: Any area or facility used for 44
manufacturing, processing or raw materials storage, as 45
defined under 40 CFR Section 122.26(a)(14) of regulations 46
of the U.S. Environmental Protection Agency, as amended. 47
48
Page 4 of 15
(6) Stormwater: Any stormwater runoff, and surface runoff and 1
drainage. 2
3
(7) Stormwater system: The system of conveyances used for 4
collecting, storing, and transporting stormwater owned by 5
the village but not including any facilities intended to be 6
used in accordance with applicable law for collecting and 7
transporting sanitary or other wastewater. 8
9
(8) Substantial improvement: Any repair, reconstruction, 10
rehabilitation, addition, or other improvement of a building 11
or structure, the cost of which equals or exceeds fifty (50) 12
percent of the market value of the building or structure 13
before the improvement or repair is started. 14
15
(b) Water quality. In order to minimize the degradation of water quality 16
in receiving bodies, all development will be provided with 17
landscaped areas, grassed areas or other natural vegetated areas to 18
receive runoff from buildings, pavement or other impervious areas 19
to the degree that pollutants from these areas may be absorbed by 20
the vegetation or percolated into the soil. No runoff from such 21
impervious areas shall be discharged directly into any inlet or storm 22
sewer without first being given the opportunity to pass through a 23
natural vegetated area. All potential areas of soil erosion shall be 24
protected to minimize siltation transport by flowing water. 25
26
(c) [Construction site runoff.] To protect and preserve water quality, 27
Best Management Practices (BMPs) for construction site runoff, as 28
contained in Chapter 4.0 of the Palm Beach County, 208 Areawide 29
Waste Treatment Management Plan, shall be employed. During 30
construction projects involving a substantial improvement, or for 31
parcels five acres or larger, or when deemed necessary by the 32
Community Development Director, projects shall provide a 33
stormwater pollution prevention plan or an equivalent document. 34
The stormwater pollution prevention plan shall include the 35
installation of erosion and sediment controls, including a silt fence 36
and crushed rock to stabilize areas used for mobilization. The 37
construction site operator is required to take corrective action as 38
needed and conduct inspections of the stormwater pollution controls 39
every seven (7) days or when one-half inch (0.5”) or greater of 40
rainfall occurs within a twenty-four (24) hour period. All controls 41
shall be consistent with the performance standards for erosion and 42
sediment control contained in the Erosion and Sediment Control 43
Designer and Reviewer Manual prepared by the Florida Department 44
of Transportation and the Florida Department of Environmental 45
Protection, as well as the Village’s Erosion and Sediment Control 46
Policy. 47
48
Page 5 of 15
(d) Industrial activity. 1
2
(1) General provisions. Any discharge into the stormwater 3
system in violation of any federal, state, county, municipal 4
or other law, rule, regulation or permit is prohibited. 5
6
(2) Specific prohibitions. By adoption of industrial activity 7
stormwater regulations or by issuance of industrial activity 8
stormwater permits, or both, the director may impose 9
reasonable limitations as to the quality of stormwater 10
(including without limitation the designation of maximum 11
levels of pollutants) discharged into the stormwater system 12
from sites of industrial activity. Any promulgation of such 13
regulations and issuance of permits by the director shall be 14
in accordance with applicable law. 15
16
(3) Administrative orders. The director may issue an order to 17
any person to immediately cease any discharge determined 18
by the director to be in violation of any provision of this 19
section, or in violation of any regulation or permit issued 20
hereunder. 21
22
(4) NPDES permits. Any person who holds a National Pollutant 23
Discharge Elimination System (NPDES) permit shall 24
provide a copy of such permit to the director no later than 25
the later of: sixty (60) calendar days after the effective date 26
of Ordinance No. 8-93 or sixty (60) calendar days after 27
issuance. 28
29
(e) Illicit discharges. 30
31
(1) General prohibitions. Except as set forth in section 21-32
70(e)(3) or as in accordance with a valid NPDES permit, any 33
discharge to the stormwater system that is not composed 34
entirely of stormwater is prohibited. 35
36
(2) Specific prohibitions. Any discharge to the stormwater 37
system containing any sewage, industrial waste or other 38
waste materials, or containing any materials in violation of 39
federal, state, county, municipal, or other laws, rules, 40
regulations, orders or permits, is prohibited. 41
42
(3) Authorized exceptions. Unless the director determines that it 43
is not properly managed or otherwise is not acceptable, the 44
following discharges are exempt from the general 45
prohibition set forth under section 21-70(e)(1): flows from 46
firefighting, water line flushing and other contributions from 47
potable water sources, landscape irrigation and lawn 48
Page 6 of 15
watering, irrigation water, diverted stream flows, rising 1
groundwaters, direct infiltration to the stormwater system, 2
uncontaminated pumped groundwater, foundation and 3
footing drains, water from crawl space pumps, air 4
conditioning condensation, springs, individual residential 5
car washings, flows from riparian habitats and wetlands, and 6
de-chlorinated swimming pool contributions. 7
8
(4) Illicit connections. No person may maintain, use or establish 9
any direct or indirect connection to the stormwater system 10
that results in any discharge in violation of this section. This 11
prohibition is retroactive and applies to connections made in 12
the past, regardless of whether made under a permit, or other 13
authorization, or whether permissible under laws or practices 14
applicable or prevailing at the time the connection was made. 15
16
(5) Administrative order. The director may issue an order to any 17
person to immediately cease any discharge, or any 18
connection to the stormwater system, determined by the 19
director to be in violation of any provision of this section, or 20
in violation of any regulation or permit issued hereunder. 21
22
(f) Spills and dumping. 23
24
(1) General prohibitions. Except as set forth under section 21-25
70(e)(3) or as in accordance with a valid NPDES permit, any 26
discharge to the stormwater system that is not composed 27
entirely of stormwater is prohibited. 28
29
(2) Specific prohibitions. Any discharge to the stormwater 30
system containing any sewage, industrial waste or other 31
waste materials, or containing any materials in violation of 32
federal, state, county, municipal, or other laws, rules, 33
regulations, orders or permits, is prohibited. 34
35
(3) Notification of spills. As soon as any person has knowledge 36
of any discharge to the stormwater system in violation of this 37
section, such person shall immediately notify the director by 38
telephone or other direct means and if such person is directly 39
or indirectly responsible for such discharge, then such 40
person shall also take immediate action to ensure the 41
containment and clean up of such discharge and shall 42
confirm such telephone notification in writing to the director 43
within three (3) calendar days. 44
45
(4) Administrative order. The director may issue an order to any 46
person to immediately cease any discharge, or connection to 47
the stormwater system, determined by the director to be in 48
Page 7 of 15
violation of any provision of this section, or in violation of 1
any regulation or permit issued hereunder. 2
3
(g) Enforcement. 4
5
(1) Injunctive relief. Any violation of any provision of this 6
section, or of any regulation or order issued hereunder, shall 7
be subject to injunctive relief if necessary to protect the 8
public health, safety or general welfare. 9
10
(2) Continuing violation. A person shall be deemed guilty of a 11
separate violation for each and every day during any 12
continuing violation of any provision of this section, or of 13
any regulation or permit issued hereunder. 14
15
(3) Enforcement actions. The director may take all actions 16
necessary, including the issuance of notices of violation and 17
the filing of court actions, and/or request enforcement by the 18
village code enforcement board to require and enforce 19
compliance with the provisions of this section and with any 20
regulation or permit issued hereunder. 21
22
(h) Inspections and monitoring. 23
24
(1) Authority for inspections. Whenever necessary to make an 25
inspection to enforce any of the provisions of this section, or 26
regulation or permit issued hereunder, or whenever an 27
authorized official has reasonable cause to believe there 28
exists any condition constituting a violation of any of the 29
provisions of this section, or regulation or permit issued 30
hereunder, any authorized official may enter any property, 31
building or facility at any reasonable time to inspect the same 32
or to perform any duty related to enforcement of the 33
provisions of this section or any regulations or permits 34
issued hereunder; provided that (a) if such property, building 35
or facility is occupied, such authorized official shall first 36
present proper credentials and request permission to enter, 37
and (b) if such property, building or facility is unoccupied, 38
such authorized official shall make a reasonable effort to 39
locate the owner or other person having charge or control of 40
the property, building or facility, and shall request 41
permission to enter. Any request for permission to enter 42
made hereunder shall state that the owner or person in 43
control has the right to refuse entry, and that in such event is 44
refused, the authorized official may enter to make inspection 45
only upon issuance of a search warrant by a duly authorized 46
magistrate. If the owner or person in control refuses 47
permission to enter after such request has been made, the 48
Page 8 of 15
authorized official is hereby authorized to seek assistance 1
from any court of competent jurisdiction in obtaining entry. 2
Routine or area-wide inspections shall be based upon such 3
reasonable selection processes as may be necessary to carry 4
out the purposes of this section, including but not limited to 5
random sampling and sampling in areas with evidence of 6
stormwater contamination, non-stormwater discharges, or 7
similar factors. 8
9
(2) Authority for monitoring and sampling. Any authorized 10
official may establish on any property such devices as are 11
necessary to conduct sampling or metering of discharges of 12
the stormwater system. During any inspections made to 13
enforce the provisions of this section, or regulations or 14
permits issued hereunder, any authorized official may take 15
any samples deemed necessary. 16
17
(3) Requirements for monitoring. The director may require any 18
person engaging in any activity or owning any property, 19
building or facility (including but not limited to a site of 20
industrial activity) to undertake such reasonable monitoring 21
of any discharge(s) to the stormwater system and to furnish 22
periodic reports. 23
24
Section 2. The Village Council hereby amends Article I, “In General,” of Appendix C 25
(Chapter 45), “Zoning of the Village Code of Ordinances by amending Section 45-2, 26
“Definitions,” to read as follows (additional language is underlined): 27
28
Sec. 45-2. Definitions. 29
30
For the purpose of this Code, certain words and terms are defined as follows: 31
32
* * * 33
Average elevation shall be used to calculate the maximum allowable height 34
of single-family dwellings within the R-1 Zoning District that are not located within 35
a special flood hazard area. The average elevation is an average of the existing 36
elevation of the buildable area of a lot prior to any land alteration The average 37
elevation shall be calculated by the mathematical average of elevation points 38
dispersed at approximately ten-foot equidistant intervals across the buildable area 39
of a parcel. Where required, the average el evation survey shall be submitted with 40
construction plans, and the calculated average elevation shall be depicted on all 41
exterior elevation sheets of the construction plans. 42
43
* * * 44
45
Landscaped area means a pervious landscaped area unencumbered by 46
structures, buildings, paved parking lots, sidewalks, pools, decks, or any 47
impervious surface. Landscape material shall include, but not be limited to, grass, 48
Page 9 of 15
ground covers, bushes, shrubs, hedges or similar plantings, decorative rock or 1
mulch or bark. 2
3
* * * 4
5
Section 3. The Village Council hereby amends Article III, “District Regulations,” of 6
Appendix C (Chapter 45), “Zoning,” of the Village Code of Ordinances by amending Section 45-7
27, “R-1 Single-Family District,” to read as follows (additional language is underlined and deleted 8
language is stricken through): 9
10
Sec. 45-27. R-1 single-family dwelling district. 11
12
A. Uses permitted. Within any R-1 single-family dwelling district no 13
building, structure, land or water shall be used except for one (1) or 14
more of the following uses: 15
16
1. Single-family dwellings with accessory buildings 17
customarily incident thereto, subject to each of the 18
requirements set forth in this section and throughout this 19
chapter. 20
21
2. Public schools. 22
23
3. Parks and recreation facilities owned or leased by or 24
operated under the supervision of the Village of North Palm 25
Beach. 26
27
4. Detached fence storage areas. 28
29
5. Satellite dish antenna. 30
31
6. Community residential homes. Community residential 32
homes of six (6) or fewer residents which otherwise meet the 33
definition of a community residential home, provided that 34
such homes shall not be located within a radius of one 35
thousand (1,000) feet of another existing such home with six 36
(6) or fewer residents. 37
38
7. Family day care home. 39
40
8. Lamp post. 41
42
9. Decorative post structure. 43
44
B. Building height regulations. No main building shall exceed two (2) 45
stories in height and no accessory building more than one (1) story. 46
All single-family dwellings shall be limited to two (2) stories and 47
thirty feet (30’) in height. For the purposes of this subsection, height 48
Page 10 of 15
shall be measured from the average elevation of the existing grade 1
prior to land alteration for properties outside of special flood hazard 2
areas and from the required design flood elevation for properties 3
within special flood hazard areas. Height shall be measured to the 4
highest point of the following: 5
6
1. the coping of a flat roof and the deck lines on a mansard roof; 7
8
2. the average height level between the eaves and roof ridges 9
or peak for gable, hip or gambrel roofs; or 10
11
3. the average height between high and low points for a shed 12
roof. 13
14
Decorative architectural elements, chimneys, mechanical 15
equipment, non-habitable cupolas, elevator shafts or similar 16
appurtenances shall be excluded from the foregoing height 17
restrictions. Rooftops shall not be used for pools, decks, or other 18
spaces to congregate. 19
20
C. Building site area regulations. The minimum lot or building site 21
area for each single-family dwelling shall be seven thousand five 22
hundred (7,500) square feet and have a width of not less than 23
seventy-five (75) feet, measured at the building line. 24
25
D. Yard space regulations. 26
27
1. Front yard. There shall be a front yard of not less than 28
twenty-five (25) feet measured from the street line to the 29
front building line. 30
31
2. Rear yard. There shall be a rear yard of not less than twenty 32
(20) feet measured from the rear building line to the rear lot 33
line. 34
35
3. Side yards. There shall be a side yard on each side of the side 36
building line of not less than ten (10) feet. In the case of 37
corner lots, no building and no addition to any building shall 38
be erected or placed nearer than twenty (20) feet to the side 39
street line of any such lot. 40
41
(a) For a distance of one block on streets intersecting 42
U.S. #1, measured from the right-of-way line of said 43
U.S. #1, side yards of at least twenty-five (25) feet in 44
depth shall be provided. 45
46
E. Off street parking regulations. At least one parking space measuring 47
at least nine (9) feet by eighteen (18) feet (one hundred sixty-two (162) 48
Page 11 of 15
square feet) shall be provided. All parking spaces shall consist of a durable 1
surfaced area as approved by the community development director, and may 2
be enclosed in the dwelling, in an accessory building or in an unenclosed 3
area or a driveway. All vehicles parking on a lot must be parked on a durable 4
surface. 5
6
F. Accessory structures. One detached automobile garage and one 7
open-air pavilion may be constructed on any lot within the R-1 single-8
family dwelling district provided that all requirements of this chapter are 9
met. Open air pavilions shall be subject to the following additional 10
conditions and restrictions: 11
12
1. Permitting. 13
14
(a) All open-air pavilions must be permitted in 15
accordance with all Florida Building Code and 16
Village Code requirements. 17
18
(b) Open-air pavilions meeting the definition of a 19
traditional chickee hut are exempt from the Florida 20
Building Code but shall be subject to consistency 21
review by the village. Consistency shall be 22
demonstrated through the issuance of a zoning 23
permit and shall require the submittal of the 24
following information: 25
26
(1) A survey that includes scaled dimensions of 27
the proposed structure, including setbacks; 28
29
(2) Proof that the builder of the chickee hut is a 30
member of either the Miccosukee Tribe of 31
Indians of Florida or the Seminole Tribe of 32
Florida (such proof consisting of a copy of 33
the trial member's identification card); and 34
35
(3) Drawings of the proposed structure 36
depicting, at a minimum, the overall design, 37
dimensions, roof materials, and height. 38
39
2. Dimensions. Open-air pavilions shall not exceed two 40
hundred (200) square feet in floor area. The floor area shall 41
be measured from outside the support posts, provided that 42
the roof overhang does not exceed three (3) feet from the 43
support posts. If the roof overhang exceeds three (3) feet, the 44
floor area shall consist of the entire roofed area. For 45
structures supported by a single-pole, i.e., umbrella shape, 46
the floor area shall be measured from the drip line of the roof 47
material. 48
Page 12 of 15
1
3. Height. Open-air pavilions shall not exceed twelve (12) feet 2
in height or the height of the principal building located on 3
the lot, whichever is more restrictive. For sloped roofs, the 4
height shall be measured at the mean roof height. 5
6
4. Location and Setbacks. 7
8
(a) No open-air pavilion may be erected within ten (10) 9
feet of the side property line. This side setback shall 10
be increased to twenty (20) feet for corner lots. 11
12
(b) No open-air pavilion may be erected within seven 13
and one-half (7½) feet of the rear property line. 14
15
(c) No open-air pavilion or any portion thereof may be 16
erected between the front line of the principal 17
building and the front property lot line, within a 18
utility or drainage easement, or within a required 19
landscape buffer. 20
21
5. Use restrictions. 22
23
(a) An open-air pavilion shall be used only for private 24
recreational activities as an accessory use to the 25
principal residential use and shall not be used for 26
habitation, for a tool room, storage room or 27
workshop, or for any commercial purpose 28
whatsoever. 29
30
(b) Open-air pavilions shall not be used for storage of 31
items of personal property, including, but not limited 32
to, the following: 33
34
(1) Operable or inoperable vehicles, boats, boat 35
trailers, utility trailers or similar items of 36
personal property; 37
38
(2) Building materials, lawn equipment, tools or 39
similar items; and 40
41
(3) Ice boxes, refrigerators and other types of 42
food storage facilities with the exception of 43
under-counter units. 44
45
(c) No gas, charcoal or propane grills, stoves or other 46
types of cooking devices may be stored or utilized 47
within a traditional chickee hut. 48
Page 13 of 15
1
6. Maintenance. Open-air pavilions shall be maintained in 2
good repair and in sound structural condition. Painted or 3
stained surfaces shall be free of peeling paint, mold and 4
mildew and void of any evidence of deterioration. 5
6
7. Design. 7
8
(a) Open-air pavilions, with the exception of traditional 9
chickee huts, pergolas and other structures with only 10
partial or slatted roofs, shall incorporate the same 11
types of building materials and be consistent with the 12
architectural theme or style of the main or principal 13
building. 14
15
(b) At the request of a property owner, the community 16
development director may approve the use of 17
different building materials or alternate architectural 18
themes or styles when such materials, themes or 19
styles are complementary to the main or principal 20
building. 21
22
(c) Should the community development director deny 23
the request for different building materials or 24
alternate architectural themes or styles, a property 25
owner may appeal this decision to the planning 26
commission by submitting a written request for a 27
hearing to the community development director 28
within thirty (30) calendar days of the date of the 29
determination. The appeal shall be placed on the next 30
available agenda and the decision of the planning 31
commission shall be final, subject only to judicial 32
review by writ of certiorari. 33
34
G. Mechanical equipment. All non-roof-mounted mechanical 35
equipment shall be located behind the front building face of the 36
principal structure in either the side yard or the rear yard. Such 37
equipment shall be located adjacent to the principal structure 38
whenever practicable, provided, however, that all mechanical 39
equipment shall be located at least five (5) feet from the side 40
property line and at least seven and one-half feet (7½) from the rear 41
property line. 42
43
H. Minimum landscaped area. 44
45
1. All single-family dwellings shall have a minimum 46
landscaped area of thirty percent (30%). 47
48
Page 14 of 15
1
2. All single-family dwellings (both one and two story) shall 2
provide a minimum landscaped area of fifty percent (50%) 3
in the required twenty-five-foot (25’) front yard setback. 4
Properties with frontage along urban collector roads 5
(Lighthouse Drive and Prosperity Farms Road) shall provide 6
a minimum landscaped area of forty percent (40%) in the 7
required twenty-five-foot (25’) front yard setback. 8
Properties having an irregular lot shape, meaning a lot which 9
is not close to rectangular or square and in which the width 10
of the property at the front property line is less than required 11
by the underlying zoning district, shall provide a minimum 12
landscaped area of twenty-five percent (25%) in the required 13
twenty-five-foot (25’) front yard setback. 14
15
3. A property owner who meets the overall minimum 16
landscaped area requirement set forth in subsection (1) 17
above and who does not meet the minimum landscaped area 18
requirement in the twenty-five-foot (25’) front yard setback 19
set forth in subsection (2) above may request a waiver of up 20
to five percent (5%) of the minimum required area by filing 21
a request with the Community Development Department. 22
The request shall be forwarded to the Planning Commission 23
for final action. A property owner seeking such a waiver 24
shall be required to demonstrate to the Planning Commission 25
that he or she has made a reasonable attempt to comply with 26
the required minimum landscaped area within the front yard 27
setback and has mitigated any deficiency through the 28
installation of enhanced landscaping materials, the use of 29
permeable hardscape materials or some other acceptable 30
means. 31
32
For the purposes of this subsection, the term minimum landscaped 33
area shall mean a pervious landscaped area unencumbered by 34
structures, buildings, paved parking lots, sidewalks, sports courts, 35
pools, decks, or any impervious surface. Landscape material shall 36
include, but not be limited to, grass, ground covers, bushes, shrubs, 37
hedges or similar plantings, or decorative rock or bark. No landscape 38
material shall be used for parking. However, pervious surfaces used 39
for the parking of recreational equipment in side and rear yards shall 40
be included in the calculation of the minimum landscaped area. 41
42
With respect to building permits for renovations of existing single-43
family dwellings, the minimum landscaped area standards shall 44
apply only to the extent that the proposed scope of work impacts the 45
applicable standard. 46
47
Page 15 of 15
I. Maximum driveway width in swale. The total width of driveways 1
from the edge of the public roadway to the abutting privately-owned 2
property shall not exceed a total of thirty-two feet (32’) in width at 3
the property line, excluding flares. For lots with ninety (90) or more 4
feet of public roadway frontage, the total width of driveways from 5
the edge of the public roadway to the abutting privately-owned 6
private shall not exceed a total of forty feet (40’) in width at the 7
property line, excluding flares. Each side of a flared driveway shall 8
be no more than three feet (3’) wider than the rest of the driveway. 9
10
Section 4. The Zoning in Progress with respect to Section 2(C) of Ordinance No. 2021-10 11
(“Second-story floor area”) shall remain in effect for an additional six (6) months from the 12
effective date of this Ordinance. Property owners may still request a waiver pursuant to Section 13
2(D) of Ordinance 2021-10. During this time, the Ad Hoc Committee shall continue its review of 14
this provision and other potential revisions to the Village’s residential zoning regulations. 15
16
Section 5. The provisions of this Ordinance shall become and be made a part of the Code of 17
the Village of North Palm Beach, Florida. 18
19
Section 6. If any section, paragraph, sentence, clause, phrase or word of this Ordinance is for 20
any reason held by a court of competent jurisdiction to be unconstitutional, inoperative or void, 21
such holding shall not affect the remainder of this Ordinance. 22
23
Section 7. All ordinances or parts of ordinances and resolutions or parts of resolutions in 24
conflict herewith are hereby repealed to the extent of such conflict. 25
26
Section 8. This Ordinance shall take effect immediately upon adoption. 27
28
PLACED ON FIRST READING THIS _____ DAY OF ________________, 2022. 29
30
PLACED ON SECOND, FINAL READING AND PASSED THIS _____ DAY OF ___________, 31
2022. 32
33
34
(Village Seal) 35
MAYOR 36
37
ATTEST: 38
39
40
VILLAGE CLERK 41
42
APPROVED AS TO FORM AND 43
LEGAL SUFFICIENCY: 44
45
46
VILLAGE ATTORNEY 47
VILLAGE OF NORTH PALM BEACH
FIRE RESCUE DEPARTMENT
TO: Honorable Mayor and Council
THRU: Andrew D. Lukasik, Village Manager
FROM: J.D. Armstrong, Fire Chief
DATE: April 28, 2022
SUBJECT: RESOLUTION - Approval of an Interlocal Agreement with the Palm Beach County
Board of County Commissioners for an EMS Grant Award to Purchase Fifty (50)
Stop the Bleed Kits in the amount of $3,702.50 from Henry Schein Medical of
Pittsburgh, PA
Village Staff is requesting Village Council approval of an Interlocal Agreement with the Palm Beach
County Board of County Commissioners for an EMS Grant in the amount of $3,702.50 and the approval
of the purchase of fifty (50) Stop the Bleed kits.
Background:
Fire Rescue wishes to add Stop the Bleed kits to all AED cabinets in the Village to give employees and
the general public access to these lifesaving devices. Funding for this item has been secured through a
Palm Beach County EMS Grant Award.
Grant Detail:
The Palm Beach County Board of County Commissioners has offered a non-matching grant to the Village
through the Florida Department of Health, Bureau of Emergency Medical Services Grant Program, in the
amount of $3,702.50 for the purchase of fifty (50) Stop the Bleed kits. In order to accept this grant, the
Village must approve the attached Interlocal Agreement detailing the terms of the grant award and, in
accordance with the terms of the Agreement, purchase of the equipment utilizing Village funds. The
County will subsequently reimburse the Village for the funds expended for the Stop the Bleed kits.
The attached Resolution and Interlocal Agreement have been prepared and/or reviewed for legal
sufficiency by the Village Attorney
Recommendation:
Village Staff requests Council consideration and approval of the attached Resolution approving
an Interlocal Agreement with Palm Beach County for EMS grant funds, authorizing the Village
Manager to execute the Agreement, and authorizing the purchase of fifty (50) Stop the Bleed kits
from Henry Schein Medical of Pittsburgh, PA. at a total cost of $3,702.50, with funds expended
from Account No. S5812-49001 (EMS Grant Expense), in accordance with Village policies and
procedures.
RESOLUTION 2022-
A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH
PALM BEACH, FLORIDA APPROVING AN INTERLOCAL AGREEMENT
WITH PALM BEACH COUNTY FOR THE USE OF GRANT FUNDS FOR
EMERGENCY MEDICAL SERVICES EQUIPMENT AND AUTHORIZING THE
VILLAGE MANAGER TO EXECUTE THE AGREEMENT; APPROVING
PURCHASE OF FIFTY (50) STOP THE BLEED KITS FROM HENRY SCHEIN
MEDICAL; AND PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, Palm Beach County has offered the Village a non-matching grant through the Florida
Department of Health, Bureau of Emergency Medical Services County Grant Program in the amount
of $3,702.50, and the receipt of the grant funds requires execution of an Interlocal Agreement with
the County; and
WHEREAS, Village Staff requested approval to utilize the funds for the purchase of fifty (50) Stop
the Bleed Kits from Henry Schein Medical; and
WHEREAS, the Village Council determines that the adoption of this Resolution is in the best interests
of the Village and its residents.
NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE OF
NORTH PALM BEACH, FLORIDA as follows:
Section 1. The foregoing recitals are ratified as true and incorporated herein.
Section 2. The Village Council hereby approves an Interlocal Agreement with Palm Beach
County for the Use of EMS Grant Funds for Emergency Medical Services Equipment, a copy of
which is attached hereto and incorporated herein, and authorizes the Village Manager to execute the
Agreement on behalf of the Village.
Section 3. The Village Council approves the purchase of fifty (50) Stop the Bleed Kits from
Henry Schein Medical at a total cost of $3,702.50, with funds expended from Account No. S5812-
49001 (Fire Rescue – EMS Grant Expense).
Section 4. This Resolution shall take effect immediately upon its adoption.
PASSED AND ADOPTED THIS ____ DAY OF ____________, 2022.
(Village Seal)
MAYOR
ATTEST:
VILLAGE CLERK
VILLAGE OF NORTH PALM BEACH
PUBLIC WORKS DEPARTMENT
TO: Honorable Mayor and Council
BY:
THRU:
Andrew D. Lukasik, Village Manager
Chuck Huff, Public Works Director
DATE: April 28, 2022
SUBJECT: RESOLUTION – Approving the surplus of eight (8) Kubota solid waste collection
vehicles.
Village Staff is recommending Village Council consideration and approval of the surplus of eight (8)
Kubota solid waste collection vehicles.
Kubota Replacement:
Specialized vehicles are deployed by the Solid Waste Division to provide side and rear yard solid waste
collection services. Kubotas have been used by the Department since 2016/17 to provide this service.
However, due to mechanical failures and maintenance costs, the Village has been converting its fleet of
specialized vehicles from Kubotas to GO-4s.
Public Works has received seven (7) of the ten (10) GO-4 units that will be used to replace the Kubotas.
The final three GO-4 units are due to be delivered by December 2022.
Surplus:
Village Staff is recommending the surplus of eight (8) Kubota solid waste collection vehicles. This will
eliminate the Kubotas from the Village’s fleet of specialized vehicles for solid waste colleciton. The
surplus vehicles will be listed on Govdeals.com for sale.
Vehicle Information:
Description VIN
2015 Kubota RTV-X900 A5KB2FDBAFG028545
2016 Kubota RTV-X900 A5KB2FDBHGG039453
2016 Kubota RTV-X900 A5KB2FDBCGG039035
2016 Kubota RTV-X900 A5KB2FDBTGG038307
2016 Kubota RTV-X900 A5KB2FDBVGG039058
2017 Kubota RTV-X900 A5KB2FDBJHG044193
2017 Kubota RTV-X900 A5KB2FDBEHG043375
2017 Kubota RTV-X900 A5KB2FDBJHG043402
The attached Resolution has been prepared and/or reviewed for legal sufficiency by the Village Attorney.
Recommendation:
Village staff requests Council consideration and adoption of the attached Resolution declaring
eight (8) Kubota solid waste collection vehicles as surplus property and authorizing their disposal
in accordance with Village policies and procedures.
RESOLUTION 2022-
A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLA GE OF
NORTH PALM BEACH, FLORIDA, DECLARING EIGHT KUBOTA SOLID
WASTE COLLECTION VEHICLES AS SURPLUS PROPERTY AND
AUTHORIZING THEIR DISPOSAL; AND PROVIDING FOR AN EFFECTIVE
DATE.
WHEREAS, Village Staff is recommending the surplus of eight Kubota solid waste collection
vehicles; and
WHEREAS, the Village Council has the authority to dispose of surplus items of personal property
in any manner so long as it acts in good faith and in the best interests of the Village; and
WHEREAS, the Village Council determines that the adoption of this Resolution is in the best
interests of the Village and its residents.
NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE
OF NORTH PALM BEACH, FLORIDA as follows:
Section 1. The foregoing recitals are ratified as true and incorporated herein.
Section 2. The Village Council hereby declares the following sanitation collection vehicles as
surplus personal property and authorizes their disposal in accordance with Village policies and
procedures:
Description VIN
2015 Kubota RTV-X900 A5KB2FDBAFG028545
2016 Kubota RTV-X900 A5KB2FDBHGG039453
2016 Kubota RTV-X900 A5KB2FDBCGG039035
2016 Kubota RTV-X900 A5KB2FDBTGG038307
2016 Kubota RTV-X900 A5KB2FDBVGG039058
2017 Kubota RTV-X900 A5KB2FDBJHG044193
2017 Kubota RTV-X900 A5KB2FDBEHG043375
2017 Kubota RTV-X900 A5KB2FDBJHG043402
Section 3. This Resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED THIS ____DAY OF ____________, 2022.
(Village Seal)
MAYOR
ATTEST:
VILLAGE CLERK
VILLAGE OF NORTH PALM BEACH
PUBLIC WORKS DEPARTMENT
TO: The Honorable Mayor and Members of the Village Council
THRU: Andrew D. Lukasik, Village Manager
FROM: Chad Girard, Assistant Director of Public Works
DATE: April 28, 2022
SUBJECT: RESOLUTION – Accepting a proposal from Engenuity Group for engineering services associated with the development of conceptual designs for the Lighthouse Drive Bridge in the amount of $91,288.
Village Staff recommends acceptance of a proposal from Engenuity Group, the Village Engineer, in
the amount of $91,288.00 to provide engineering services that will result in the development of two
(2) conceptual design options for the reconstruction of the Lighthouse Drive Bridge.
Background:
The Lighthouse Bridge was constructed in 1958 and needs to be reconstructed as its nearing the end
of its useful life. Although it’s “health index” is good (at 92.8) it is functionally obsolete in that it does
not adequately accommodate pedestrians and bicyclists and its weight bearing capacity is limited.
Regarding the “health index”, a score between 80 – 90 is generally considered to be “fair” while a
score that is less than 80 is considered “poor”.
Because of its age and the fact that it doesn’t meet today’s standards related to the accommodation
of bicyclists and pedestrians, the Village Council identified the Lighthouse Drive Bridge Reconstruction
Project as a strategic priority for this fiscal year.
Scope of Work:
Engenuity Group will provide a topographic and hydrographic survey, and conceptual plans for the
roadway approach to the bridge. They will also coordinate the approach geometry with Gerwig and
Associates who will provide the conceptual structural design. Terracon will provide the geotechnical
investigation results for the project.
The conceptual plans will consist of two bridge arrangement alternative concepts for the replacement
of the existing Lighthouse Drive Bridge. The engineering team will provide two conceptual plans and
an engineer’s opinion of cost for each alternative based upon staff and community input.
Funding:
Design and engineering expenses are funded in the CIP in the amount of $100,000 in FY2022.
This purchase was identified as one that would also be funded using a portion of the FY21 General
Fund Net Income Funds, which are held in the Village’s CIP Fund and transferred to the project
account when the item is ready to be purchased.
The following budget amendment uses $91,288.00 from the CIP for this purchase. A CIP Fund
Recap, as well as all supporting documentation, has been included in your agenda backup
material for review.
Budget Amendment:
Account Description Use Source
Capital Projects Fund:
K7321-66210 Construction & Major Renovation $91,288
K5541-66000 Reserve Expenses - Capital $91,288
Total Capital Projects Fund $91,288 $91,288
Lighthouse Drive Traffic Calming:
Although not part of the recommended Council action this evening, it is important to note that planning
services associated with the introduction of traffic calming solutions on Lighthouse Drive will be
evaluated concurrently with the Lighthouse Bridge conceptual engineering designs. This scope of
work will be completed by another firm.
It should be noted that traffic calming on Lighthouse Drive was identified as a “High Priority” action
item in the Citizens’ Master Plan. Additionally, members of the Village Council and Village staff
received many complaints about speeding on Lighthouse Drive (and other local streets). Evidence of
these concerns from the public can be found on Nextdoor as a petition is currently being circulated
requesting the installation of speed humps in order to reduce speeds on Lighthouse Drive.
As plans for the bridge and traffic calming projects are developed, staff will work to hold public
meetings for residents to review and provide input regarding both scopes of work concurrently.
The attached Resolution has been prepared and/or reviewed by the Village Attorney for legal
sufficiency.
Recommendation:
Village Staff recommends adoption of the attached Resolution accepting a proposal from
Engenuity Group to provide engineering services to develop two conceptual design
options for the reconstruction of the Lighthouse Drive Bridge at a cost of $91,288.00, with
funds expended from Account No. K7321-66210 (Construction and Major Renovation), and
authorizing the Mayor and Village Clerk to execute the required budget amendment for this
purchase in accordance with Village policies and procedures.
Page 1 of 2
RESOLUTION 2022-
A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF
NORTH PALM BEACH, FLORIDA, APPROVING A PROPOSAL FROM
ENGENUITY GROUP, INC. FOR PROFESSIONAL ENGINEERING
SERVICES FOR THE DEVELOPMENT OF TWO CONCEPTUAL DESIGNS
FOR THE RECONSTRUCTION OF THE LIGHTHOUSE DRIVE BRIDGE AND
AUTHORIZING THE VILLAGE MANAGER TO EXECUTE ALL REQUIRED
DOCUMENTS; AUTHORIZING THE MAYOR AND VILLAGE CLERK TO
TRANSFER $91,288.00 FROM THE CAPITAL RESERVE ACCOUNT TO THE
STREETS – CONSTRUCTION AND MAJOR RENOVATION CAPITAL
ACCOUNT TO FUND THE EXPENDITURE; PROVIDING FOR CONFLICTS;
AND PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the Village is a party to a Continuing Contract for Professional Engineering Services
with Engenuity Group, Inc. to perform engineering and related services as Village Engineer; and
WHEREAS, Village Administration recommended accepting the proposal submitted by Engenuity
Group, Inc., and two of its subconsultants, Terracon Consultants, Inc. and Alan Gerwig &
Associates, Inc. for professional engineering services to develop two conceptual designs for the
reconstruction of the Lighthouse Drive Bridge; and
WHEREAS, the Village Council seeks to amend the current Capital Projects Fund Budget to
transfer $91,288.00 from the Capital Reserve Account to the Streets – Construction and Major
Renovation Capital Account to fund the expenditure; and
WHEREAS, the Village Council determines that adoption of this Resolution is in the best interests
of the residents of the Village of North Palm Beach.
NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF NORTH PALM
BEACH, FLORIDA, as follows:
Section 1. The foregoing recitals are ratified as true and incorporated herein.
Section 2. The Village Council hereby approves and accepts the proposal from Engenuity
Group, Inc. pursuant to the Continuing Contract for Professional Engineering Services for the
development of two conceptual designs for the reconstruction of the Lighthouse Drive Bridge at a
total cost of $91,288.00, with funds expended from Account No. K7321-66210 (Streets –
Construction and Major Renovation). The services shall be performed in accordance with all terms
and conditions of the Continuing Contract. The Village Council further authorizes the Village
Manager to execute all documents necessary to effectuate these services.
Section 3. In order to fund this expenditure, the Village Council hereby approves a budget
amendment for the transfer of funds as indicated below and authorizes and directs the Mayor and
Village Clerk to execute the budget amendment for and on behalf of the Village of North Palm
Beach:
Page 2 of 2
Budget Amendment:
Account Description Use Source
Capital Projects Fund:
K7321-66210 Construction & Major Renovation $91,288
K5541-66000 Reserve Expenses - Capital $91,288
Total Capital Projects Fund $91,288 $91,288
Section 4. All resolutions or parts of resolutions in conflict with this Resolution are hereby
repealed to extent of such conflict.
Section 5. This Resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED THIS DAY OF , 2022.
(Village Seal)
MAYOR
ATTEST:
VILLAGE CLERK
2022 04-08 Proposal
Project No. 03045.08.06
Page 1 of 6
April 8, 2022
Chad Girard, P.E
Assistant Director of Public Works
Village of North Palm Beach
645 Prosperity Farms Rd
North Palm Beach, FL 33408
(Via email: cgirard@village-npb.org)
Re: Professional Civil Engineering & Surveying Services
Lighthouse Drive Bridge- Conceptual Design
North Palm Beach, Florida
Engenuity Group Project No. 03045.08.06
Dear Mr. Girard:
We are pleased to offer this proposal to render Professional Engineering and Surveying
services in connection with a conceptual bridge design located along Lighthouse Drive,
North Palm Beach, FL (hereinafter called the ‘Project’).
Surveying Services
Engenuity Group, Inc. will prepare a Topographic Survey pursuant to Chapter 5J-17.050,
Florida Administrative Code, of the bridge located along Lighthouse Drive between
Prosperity Farms Road and Anchorage Drive, and as further outlined in red on the
attached graphic.
The topographic data to be gathered will include the abutment wing walls, bulkhead,
pilings embankments, sidewalks & bridge decking along with sufficient elevations along
the roadway surface. Additionally, Engenuity Group, Inc will obtain five (5) cross
sections on the canal. One (1) under the bridge and two (2) on either side of the bridge
at fifty (50) foot intervals.
See the attached Designated Scope of Services for a list of additional items to be
included on the Survey.
Total Fee: $8,488.00
The final deliverable will be an electronically signed and sealed copy of the
Topographic Survey and the accompanying AutoCAD file which can be provided
within thirty (30) business days of receiving authorization to proceed. In the event of rain
delaying our field work, the delivery time will be pushed back the same number of days.
2022 04-08 Proposal
Project No. 03045.08.06
Page 2 of 6
Engineering Services
Engenuity Group, Inc. will provide Conceptual Engineering Services for two (2)
bridge/roadway alternates. We will utilitze two subconsultants; Structural Engineering
with Alan Gerwig & Associates, Inc. and Geotechnical Engineering with Terracon Inc.
See attached exhibits A, B and C for a more detailed scope of work for these services.
A. Conceptual Engineering (Engenuity) $18,500.00
B. Structural Engineering (Gerwig) $38,800.00
C. Geotechnical (Terracon) $25,500.00
Total Engineering/Geotech Fee $82,800.00
Total Surveying and Engineering/Geotech Fee $91,288.00
Permit Fees, Reproduction Charges and Reimbursable Expenses
The Total Contract Price does not include the payment of any governmental agency
submittal or processing fees. The cost of these fees and any costs incurred by the office
for printing, reproduction and other reimbursable expenses such as postage, travel, and
document copy charges will be billed to the client monthly.
Invoicing and Payment
Work will be invoiced on a monthly basis for work completed to date. Invoice shall be
paid in full by the Client within thirty (30) days of the invoice date, unless within such
thirty (30) day period, Client notifies Engenuity Group, Inc. in writing of its objection to
the amount of said invoice. Such notice shall be accompanied by payment of any
undisputed portion of said invoice. If written objection is not received within thirty (30)
days it shall constitute approval of invoice by Client. If the payment is not received
within fifteen (15) days of billing date, a late charge will be added to the invoice in the
amount of 1½ percent per month on the outstanding balance. If payment is not
received within sixty (60) days of the invoice date, work may be suspended on the
project until the outstanding invoice(s) are paid in full.
This proposal represents the entire understanding between you and us with respect to
the Project. If this satisfactorily sets forth your understanding of our agreement, please
execute the attached Authorization and return it to us. If you have any questions,
please do not hesitate to contact us.
2022 04-08 Proposal
Project No. 03045.08.06
Page 3 of 6
PURSUANT TO SECTION 558.0035 FLORIDA STATUTES, THE CONSULTANT
IS THE RESPONSIBLE PARTY FOR THE PROFESSIONAL SERVICES IT AGREES
TO PROVIDE UNDER THIS CONTRACT. NO INDIVIDUAL PROFESSIONAL
EMPLOYEE, AGENT, DIRECTOR, OFFICER OR PRINCIPAL MAY BE
INDIVIDUALLY LIABLE FOR NEGLIGENCE ARISING OUT OF THIS
CONTRACT, AS LONG AS THE CONSULTANT MAINTAINS THE
PROFESSIONAL LIABILITY INSURANCE REQUIRED UNDER THIS
CONTRACT AND AS LONG AS ANY DAMAGES ARE SOLELY ECONOMIC
IN NATURE AND THE DAMAGES DO NOT EXTEND TO PERSONAL INJURIES
OR PROPERTY NOT SUBJECT TO THIS CONTRACT.
Sincerely, Approved by,
Jennifer Malin, P.S.M Keith B. Jackson, P.E.
Director of Surveying Vice President
2022 04-08 Proposal
Project No. 03045.08.06
Page 4 of 6
Authorization: Professional Civil Engineering & Surveying Services
Lighthouse Drive Bridge- Conceptual Design
North Palm Beach, Florida
Engenuity Group Project No. 03045.08.06
By: Date:
(Name & Title)
For:
(Name of Company)
Contract Amount: $91,288.00
2022 04-08 Proposal
Project No. 03045.08.06
Page 5 of 6
DESIGNATED SCOPE OF SERVICES: TOPOGRAPHIC/TREE SURVEY
NAME: LIGHTHOUSE DRIVE BRIDGE
ENGENUITY PROJECT NO. 03045.08.06 DATE: 4/8/2022
TASK:
Topographical Survey
Included in
Contract
(Yes/No)
Minimum of two permanent benchmarks per every 500’ on site;
description and elevation to nearest .01’.
Yes
Contours at 1-foot intervals; error shall not exceed one half contour
interval.
No
Spot elevation at each intersection of a 50-foot square grid covering
the property.
Yes
Spot elevations at street intersection and at 100 feet on center curb,
sidewalk and edge of paving including far side of paving.
Yes
Plotted location of structures, man-made (e.g., paved areas) and
natural features.
Yes
Location, size, depth of water mains, and other utilities including, but
not limited to, buried tanks and septic fields serving, or on, the
property based on as-built information supplied by utility companies.
No
Location of fire hydrants available to the property. Yes
Location and characteristics of power and communications systems
above grade.
Yes
Location, size, depth and direction of flow of sanitary sewers, storm
drains and culverts serving, or on, the property; location of catch
basins and manholes, and inverts of pipe at each.
Yes
Name of the operating authority of each utility. No
Elevation of water in any excavation, well or nearby body of water. Yes
Extent of watershed onto the property. No
Trees of 6” and over (caliper 3’ above ground); locate within 1’
tolerance and give species in English or botanical terms.
Yes
Specimen trees flagged by the Owner or the Architect (___ in
number); locate to the center within 1’ tolerance; give species in
English or botanical terms, give caliper and ground elevation on
upper slope side.
No
Perimeter outline only of thickly wooded areas unless otherwise
directed.
Yes
Confirm soil boring location(s). No
Other (specify):
1. Datum will be National American Vertical Datum 1988 (NAVD 88)
2. No S.U.E work to be performed within this proposal
3. Any utilities attached to the bridge will be located
2022 04-08 Proposal
Project No. 03045.08.06
Page 6 of 6
Graphic
EXHIBIT “A” – ENGINEER’S SERVICES PAGE 1 OF 1
2022 04-08
Project No. 03045.08.06
EXHIBIT “A”
VILLAGE OF NORTH PALM BEACH
LIGHTHOUSE BRIDGE – CONCEPTUAL BRIDGE DESIGN
Engenuity Group Project No. 03045.08.06
ENGINEER’S SERVICES:
A1.01 Conceptual Design
A. Engenuity Group will provide a topographic and hydrographic survey as
outlined in the surveying services section of the proposal.
B. Engenuity Group will coordinate with Terracon for the required
geotechnical services for structural engineering design, as outlined in their
proposal, attached.
C. Engenuity Group will coordinate with Alan Gerwig and Assoc for the
conceptual bridge design concepts, as outlined in their proposal,
attached.
D. Meet with OWNER to define and clarify OWNER’S requirements for the
Project and available data. Attend up to 3 meetings overall.
E. Prepare two (2) bridge/roadway approach alternative concepts for
discussion and presentation to the Village. Concepts shall include
presentation graphics with typical roadway sections, roadway profile
grade line, and bridge/piling/bulkhead/retaining wall arrangement with
low member elevation approximation. Roadway profile shall comply with
local, low speed design standards to minimize longer approaches that will
adversely affect private property access on all quadrants. Low member
elevation shall also be maximized and will be equal or higher in elevation
to the current bridge waterway clearance.
F. Prepare Engineer’s Opinion of Cost for each alternative.
April 4, 2022
Keith Jackson, P.E.
Enginuity Group
1280 North Congress Avenue, Suite 101
West Palm Beach, FL 33409
Re: Lighthouse Drive Bridge over Intracoastal
Dear Mr. Jackson:
Alan Gerwig & Associates (AGA) (“Consultant”) is pleased to submit this letter of agreement
(“Agreement”) for providing professional engineering services to Enginuity Group, (“Client”) for
the above referenced project. Our project scope of services and fees are as follows.
Scope of Professional Service:
Prepare two bridge arrangement alternative concepts for replacement of existing bridge and
probable construction cost for each. AGA will provide estimated foundation loads to the
geotechnical engineer for use in determining the depth and location of standard penetration
test borings. Geotechnical engineer will provide foundation recommendations and bearing
capacity curves for the pile supported bridge foundations for various pile sizes.
Prepare preliminary plan and elevation and a typical section of each concept.
Attend up to 3 team meetings.
Fees:
AGA will provide the above services for the following lump sum fees of $38,800.00.
Additional Services: Professional services required by the Client not specifically included above will be
deemed Additional Services. An Amendment can be made to this Agreement to increase the not to exceed
amount or the services will be performed at an hourly rate as indicated below:
Principal $265.00
Senior Project Manager $225.00
Senior Project Engineer $180.00
Exhibit B
Project Engineer $160.00
Engineer $135.00
Designer $110.00
Clerical $75.00
Reimbursable Expenses:
Reimbursable expenses for mileage and will be billed at the Federally approved rates.
Standard General Conditions
In addition to the matters set forth herein, our Agreement shall include and be subject to, and only to, the
terms and conditions in the attached Standard General Conditions. The term “the Consultant” shall refer to
Alan Gerwig & Associates, Inc., and the term “the Client” shall refer to Engenuity Group, Inc. If you agree
and wish to direct us to precede with the services, please sign and return a scanned copy.
We appreciate the opportunity to provide these services to you. Please contact me if you have any questions.
Sincerely,
Alan L. Gerwig, P.E., LEED A.P., President
Alan Gerwig & Associates, Inc.
Agreed to this ___ day of __________, 2022
______________________________
Keith Jackson, P.E.
Enginuity Group
ALAN GERWIG & ASSOCIATES, INC.
STANDARD GENERAL CONDITIONS
1. Client's Responsibilities. In addition to other responsibilities described herein or imposed by law,
the Client shall:
a. Assist the Consultant by placing at its disposal all available information pertinent to the
Project including previous reports and any other data relative to studies, design, or construction
or operation of the Project.
b. Furnish to the Consultant, as required for performance of the Consultant's Services (except
to the extent provided otherwise in the “Scope of Services”), data prepared by or services of
others, including without limitation borings, probings and subsurface explorations, hydrographic
surveys, laboratory tests and inspection of samples, materials and equipment; appropriate
professional interpretations of all of the foregoing; environmental assessment and impact
statements; property, boundary, easement, right-of-way, topographic and utility surveys;
property descriptions; zoning, deed and other land use restrictions; and other special data or
consultations; all of which Consultant may use and rely upon in performing services under this
Agreement.
c. Provide Consultant surveys to establish reference points for construction (except to the
extent provided otherwise in “Scope of Services”).
d. Arrange for access to and make all provisions for the Consultant to enter upon public and
private property as required for the Consultant to perform services under this Agreement.
e. Furnish approvals and permits for all government authorities having jurisdiction over the
Project and such approvals and consents from others as may be necessary for completion of the
Project.
f. Furnish to the Consultant data or estimates as to the Client's anticipated costs for services to
be provided by others as required for the Consultant to support opinions of probable total Project
costs.
g. Attend the pre-bid conference, bid opening, pre-construction conferences, construction
progress and other job-related meetings and substantial completion inspections and final
payment inspections.
h. Give prompt written notice to the Consultant whenever the Client observes or otherwise
becomes aware of any development that affects the scope or timing of Consultant's services, or
any defect or nonconformance in any aspect of the Project.
i. Bear all costs incident to the responsibilities of the Client.
2. Period of Services. This Agreement has been made in anticipation of conditions permitting orderly
and continuous progress of the Project through completion of the Services. The Consultant shall
begin work in a timely manner after receipt of a fully executed copy of this Agreement and will
complete the Services described in “Scope of Services” within a reasonable length of time. The
times for performance shall be extended as necessary for periods of delay or suspension resulting
from circumstances the Consultant does not control. If such delay or suspension extends for more
than six months (cumulatively) for reasons beyond the Consultant's control, the rates of
compensation provided for in this Agreement shall be renegotiated.
3. Compensation for Services.
a. The Consultant's compensation shall be as stated herein, unless otherwise provided in
“Scope of Services”. The Client shall pay the Consultant an amount based upon the Consultant’s
then-current hourly rates plus an amount to cover certain direct expenses including in-house
duplicating, local mileage, telephone calls, facsimiles, word processing, and postage. Other
direct expenses will be billed at 1.15 times cost.
b. If the Consultant's compensation is on an hourly basis, the parties may have estimated in
Exhibit A costs and expenses for the various portions of the Scope of Services. Services
undertaken or expenses incurred by the Consultant exceeding any estimates shall be the liability
of the Client.
c. The Client shall also be invoiced for and shall pay to the Consultant all taxes, if any, whether
state, local, or federal levied with respect to amounts paid hereunder.
4. Method of Payment.
a. Invoices will be submitted by the Consultant to the Client periodically for services
performed and expenses incurred. Client is also responsible for payment of any taxes, including
sales tax. When the Consultant's compensation is on a lump sum fee basis, the invoices will be
based upon the portion of total Services performed at the time of billing. If the Consultant's
compensation is on an hourly basis, the invoices shall be based on time expended in providing
the Services. Payment of each such invoice will be due within 25 days of receipt. Interest will
be added to accounts not paid within 25 days at the maximum rate allowed by law. If the Client
fails to make any payment due the Consultant under this or any other agreement within 30 days
after the Consultant's transmittal of its invoice, the Consultant may, after giving notice to the
Client, suspend services under this Agreement until it has been paid in full all amounts due.
b. If the Client objects to any charge on an invoice submitted by the Consultant, the Client shall
so advise the Consultant in writing giving its reasons within 14 days of receipt of the invoice or
all such objections shall be waived, and the amount stated in the invoice shall be conclusively
deemed due and owing.
c. The Client agrees that the payment to the Consultant is not subject to any contingency or
condition. The Consultant may negotiate payment of any check tendered by the Client, even if
the words “in full satisfaction” or words intended to have similar effect appear on the check
without such negotiation being an accord and satisfaction of any disputed debt and without
prejudicing any right of the Consultant to collect additional amounts from the Client.
5. Use of Documents. All documents, including but not limited to drawings, specifications and data or
programs stored electronically, prepared by the Consultant are related exclusively to the services
described in this Agreement and may be used only if the Client has satisfied all of its obligations
under this Agreement. They are not intended or represented to be suitable for use, partial use or
reuse by the Client or others on extensions of this project or on any other project. Any modifications
made by the Client to any of the Consultant’s documents, or any use, partial use or reuse of the
documents without written authorization or adaptation by the Consultant will be at the Client's sole
risk and without liability to the Consultant, and the Client shall indemnify, defend and hold the
Consultant harmless from all claims, damages, losses and expenses, including but not limited to
attorneys' fees, resulting therefrom. Any authorization or adaptation will entitle the Consultant to
further compensation at rates to be agreed upon by the Client and the Consultant. Any electronic
files not containing an electronic seal are provided only for the convenience of the Client, and use of
them is at the Client’s sole risk. In the case of any defects in the electronic files or any discrepancies
between them and the hardcopy of the documents prepared by the Consultant, the hardcopy shall
govern. Only printed copies of documents conveyed by the Consultant may be relied upon. Because
data stored in electronic media format can deteriorate or be modified without the Consultant’s
authorization, the Client has 60 days to perform acceptance tests, after which it shall be deemed to
have accepted the data.
6. Opinions of Cost. Because the Consultant does not control the cost of labor, materials, equipment or
services furnished by others, methods of determining prices, or competitive bidding or market
conditions, all opinions rendered as to costs, including but not limited to opinions as to the costs of
construction and materials, shall be made on the basis of its experience and represent its judgment as
an experienced and qualified professional, familiar with the industry. The Consultant cannot and
does not guarantee that proposals, bids or actual costs will not vary from opinions of cost prepared
by it. If at any time the Client wishes greater assurance as to the amount of any cost, it shall employ
an independent cost estimator. Consultant's services required to bring costs within any limitation
established by the Client will be paid for as Additional Services.
7. Termination. The obligation to provide further services under this Agreement may be terminated by
either party upon seven days' written notice in the event of substantial failure by the other party to
perform in accordance with the terms hereof through no fault of the terminating party, or upon thirty
days’ written notice for the convenience of the terminating party. If any material change occurs in
the ownership of the Client, the Consultant shall have the right to immediately terminate this
Agreement. In the event of any termination, the Consultant will be paid for all services performed to
the effective date of termination, all expenses subject to reimbursement, and other reasonable
expenses incurred by the Consultant as a result of such termination. If the Consultant's
compensation is determined on an hourly basis, the amount payable to the Consultant shall be based
on the time spent and expenses incurred on the Project to the effective date of termination. If the
Consultant's compensation is a lump sum, the amount payable to the Consultant will be a
proportional amount of the total fee based on a ratio of the services done, as reasonably determined
by the Consultant, to the total services which were to have been performed.
8. Insurance. The Consultant carries Workers' Compensation insurance, professional liability
insurance, and general liability insurance. If the Client directs the Consultant to obtain increased
insurance coverage, the Consultant will take out such additional insurance, if obtainable, at the
Client's expense.
9. Standard of Care. In performing its professional services, the Consultant will use that degree of
care and skill ordinarily exercised, under similar circumstances, by reputable members of its
profession practicing in the same or similar locality at the time the services are provided. No
warranty, express or implied, is made or intended by the Consultant's undertaking herein of its
performance of services, and it is agreed that the Consultant is not a fiduciary of the Client.
10. Limitation of Liability. In recognition of the relative risks and benefits of the Project to both the
Client and the Consultant, the risks have been allocated such that the Client agrees, to the fullest
extent of the law, and notwithstanding any other provisions of this Agreement or the existence of
applicable insurance coverage, that the total liability, in the aggregate of the Consultant and the
Consultant's officers, directors, employees, agents, and sub consultants to the Client or to anyone
claiming by, through or under the Client, for any and all claims, losses, costs or damages whatsoever
arising out of, resulting from or in any way related to the services under this Agreement from any
cause or causes, including but not limited to, the negligence, professional errors or omissions, strict
liability or breach of contract or any warranty, express or implied, of the Consultant or the
Consultant's officers, directors, employees, agents, and sub-consultants shall not exceed twice the
total compensation received by the Consultant under this Agreement or $50,000, whichever is
greater. Higher limits of liability may be negotiated for additional fee. Under no circumstances
shall the Consultant be liable for lost profits or consequential damages, for extra costs or other
consequences due to changed conditions or for costs related to the failure of contractors to perform
work in accordance with the plans and specifications.
11. Certifications. The Consultant shall not be required to execute any certifications or other documents
that might increase the Consultant’s risk or affect the availability or cost of its insurance.
12. Dispute Resolution. All claims by the Client arising out of this Agreement shall be submitted first
to mediation in accordance with the Construction Industry Mediation Rules of the American
Arbitration Association as a condition precedent to litigation. Any mediation or civil action must be
commenced within one year of the accrual of the cause of action asserted but in no event later than
allowed by applicable statutes.
13. Construction Phase Services.
a. If the Consultant's services include the preparation of documents to be used for construction
and the Consultant is not retained to make periodic site visits, the Client assumes all
responsibility for interpretation of the documents and for construction observation, and the
Client waives any claims against the Consultant in any way connected thereto.
b. The Consultant shall have no responsibility for any contractor's means, methods, techniques,
equipment choice and usage, sequence, schedule, safety programs, or safety practices, nor shall
Consultant have any authority or responsibility to stop or direct the work of any contractor. The
Consultant's visits will be for the purpose of endeavoring to provide the Client a greater degree
of confidence that the completed work of its contractors will generally conform to the
construction documents prepared by the Consultant. Consultant neither guarantees the
performance of contractors, nor assumes responsibility for any contractor’s failure to perform its
work in accordance with the contract documents.
c. The Consultant is not responsible for any duties assigned to the design professional in the
construction contract that are not expressly provided for in this Agreement. The Client agrees
that each contract with any contractor shall state that the contractor shall be solely responsible
for job site safety and for its means and methods; that the contractor shall indemnify the Client
and the Consultant for all claims and liability arising out of job site accidents; and that the Client
and the Consultant shall be made additional insured’s under the contractor’s general liability
insurance policy.
14. Hazardous Substances.
a. Services related to determinations involving hazardous substances or conditions, as defined
by federal or state law, are limited to those tasks expressly stated in the scope of services. In any
event, Consultant shall not be a custodian, transporter, handler, arranger, contractor, or
remediator with respect to hazardous substances and conditions. Consultant's services will be
limited to professional analysis, recommendations, and reporting, including, when agreed to,
plans and specifications for isolation, removal, or remediation.
b. The Consultant shall notify the Client of hazardous substances or conditions not
contemplated in Exhibit A of which the Consultant actually becomes aware. Upon such notice
by the Consultant, the Consultant may stop affected portions of its services until the hazardous
substance or condition is eliminated. The parties shall decide if Consultant is to proceed with
the services and if Consultant is to conduct testing and evaluations, and the parties may enter
into further agreements as to the additional scope, fee, and terms for such services.
c. Except to the extent of negligence, if any, on the part of the Consultant in performing
services expressly undertaken in connection with hazardous substances and conditions, the
Client agrees to hold harmless, indemnify, and defend the Consultant from and against any and
all claims, losses, damages, liability, and costs in any way arising out or connected with the
presence, discharge, release, or escape of hazardous substances or conditions of any kind, or
environmental liability of any nature, in any manner related to services of the Consultant.
15. Assignment and Subcontracting. Nothing under this Agreement shall be construed to give any
rights or benefits in this Agreement to anyone other than the Client and the Consultant, and all duties
and responsibilities undertaken pursuant to this Agreement will be for the sole and exclusive benefit
of the Client and the Consultant and not for the benefit of any other party. The Client shall not
assign, sublet or transfer any rights under or interest in this Agreement, or any claim arising out of
the performance of services by Consultant, without the written consent of the Consultant. The
Consultant reserves the right to augment its staff with sub-consultants as it deems appropriate due to
project logistics, schedules, or market conditions. If the Consultant exercises this right, the
Consultant will maintain the agreed-upon billing rates for services identified in the contract,
regardless of whether the services are proved by in-house employees, contract employees, or
independent sub-consultants.
16. Confidentiality. The Client consents to the Consultant’s use and dissemination of photographs of
the Project and to its use of facts, data and information obtained by the Consultant in the
performance of its services. If, however, any facts, data or information are specifically identified in
writing by the Client as confidential, the Consultant shall use reasonable care to maintain the
confidentiality of that material.
17. Pursuant to Florida Statute 58.0035, an individual employee or agent may not be held
individually liable for negligence
END OF AGREEMENT FOR SERVICES
Terracon Consultants, Inc. 1225 Omar Road West Palm Beach, FL 33405
P [561] 689-4299 F [561] 689-5955 terracon.com
PROPOSAL COVER PAGE April 7, 2022
Engenuity Group, Inc.
1280 North Congress Avenue, Suite 101
West Palm Beach, FL 33409
Attn: Mr. Keith B. Jackson, P.E.
P: (561) 655-1151
E: kjackson@engenuitygroup.com
Re: Proposal for Geotechnical Engineering Services
Lighthouse Drive Bridge Replacement
between 640 and 700 Lighthouse Drive
Village of North Palm Beach, Florida
Terracon Proposal No. PHD225031
Dear Mr. Jackson:
We appreciate the opportunity to submit this proposal to Engenuity Group, Inc. to provide
Geotechnical Engineering services for the above referenced project. The following are exhibits
to the attached Agreement for Services.
Exhibit A Project Understanding
Exhibit B Scope of Services
Exhibit C Compensation and Project Schedule
Exhibit D Site Location and Nearby Geotechnical Data
Exhibit E Anticipated Exploration Plan
Our base fee to perform the Scope of Services described in this proposal is $25,500. See Exhibit
C for more details of our fees and consideration of additional services.
Your authorization for Terracon to proceed in accordance with this proposal can be issued by
signing and returning a copy of the attached Agreement for Services to our office.
Sincerely,
Terracon Consultants, Inc.
Jaime Velez, P.E. Douglas S. Dunkelberger, P.E.
Senior Geotechnical Engineer Principal
Exhibit C
Proposal for Geotechnical Engineering Services
Lighthouse Drive Bridge Replacement ■ Village of North Palm Beach, Florida
April 7, 2022 ■ Terracon Proposal No. PHD225031
Responsive ■ Resourceful ■ Reliable EXHIBIT A –PROJECT UNDERSTANDING 1 of 2
EXHIBIT A - PROJECT UNDERSTANDING
Our Scope of Services is based on our understanding of the project and a site visit.
Site Location and Anticipated Conditions
Item Description
Parcel Information
The project is the bridge located between 640 and 700 Lighthouse Drive in
the Village of North Palm Beach, Florida.
The bridge location is:
Latitude: 26° 49' 2.9" N Longitude: 80° 4' 6.1" W (See Exhibit D).
Existing
Improvements
The site is an existing bridge over a channel. Beneath each end bent of the
bridge exists seawalls consisting of king pile and panel walls.
Current Ground Cover Asphalt pavement.
Existing Topography
From review of Google Earth Pro the typical ground surface elevation east
and west of the bridge is about +7 feet (datum not known). Based on visual
observation during a site visit, we estimate the top of pavement at the center
of the bridge to be about 7 ft higher than this (i.e. about elevation +14 ft).
Expected Subsurface
Conditions
Our experience in the project vicinity indicates that the subsurface conditions
at the site (at about normal ground surface elevation east or west of the bridge)
will consist of mostly loose to medium dense, relatively clean sands to about
37 to 47 feet below ground surface followed by medium dense to very dense
shelly sands with cemented sand fragments to about 50 feet deep.
Planned Construction
Item Description
Information Provided The following information was provided to us by Alan Gerwig, P.E.
Project Description
The current plan is to build a new replacement bridge. The existing bridge is
a two lane bridge and about 100 ft in length. The new bridge will be supported
on 18 or 24 inch square concrete driven piles with an anticipated maximum
nominal bearing resistance load of up to about 200 tons per pile. We
understand that there is interest in making the new bridge shorter than the
existing bridge by building new end bent walls (may consist of Mechanically
Stabilized Earth Walls) that are located closer to the middle of the channel
than are the existing end bents. The new end bent walls would extend above
the approximate location of the existing seawalls beneath the bridge (see
following photograph).
Proposal for Geotechnical Engineering Services
Lighthouse Drive Bridge Replacement ■ Village of North Palm Beach, Florida
April 7, 2022 ■ Terracon Proposal No. PHD225031
Responsive ■ Resourceful ■ Reliable EXHIBIT A –PROJECT UNDERSTANDING 2 of 2
Seawalls beneath the bridge (view is to the east)
Proposal for Geotechnical Engineering Services
Lighthouse Drive Bridge Replacement ■ Village of North Palm Beach, Florida
April 7, 2022 ■ Terracon Proposal No. PHD225031
Responsive ■ Resourceful ■ Reliable EXHIBIT B –SCOPE OF SERVICES 1 of 4
EXHIBIT B - SCOPE OF SERVICES
Our proposed Scope of Services consists of field exploration, laboratory testing, and
engineering/project delivery. These services are described in the following sections.
Field Exploration
The field exploration program consists of the following:
Number of Borings Planned Boring Depth (feet) 1 Planned Location
2 100 One on west side of bride and one on
the east side (see Exhibit E)
4
5
(unless refusal to advancement is met
at shallower depth)
Behind existing seawalls beneath the
bridge (see Exhibit E)
1. Below ground surface.
Boring Layout and Elevations: We will use handheld GPS equipment to locate the borings with
an estimated horizontal accuracy of ±10 feet. Field measurements from existing site features
may be utilized.
Maintenance of Traffic: Prior to drilling, a permit will be obtained from the Village of North Palm
Beach for drilling the Standard Penetration Test borings within the northern (i.e. west bound) lane.
Maintenance of Traffic will include temporary closure of the northern lane as well as signage and
flagmen.
Subsurface Exploration Procedures: We will advance the soil borings with a truck mounted
drilling rig using mud rotary drilling. Five samples will be obtained in the upper 10 feet of each
boring and at vertical intervals of 5 feet thereafter. Soil sampling is performed using split-barrel
sampling procedures. The split-barrel samplers are driven in accordance with the standard
penetration test (SPT). The samples will be placed in appropriate containers, taken to our soil
laboratory for testing, and visually classified by a Geotechnical Engineer. In addition, we will
observe and record groundwater levels during drilling and sampling.
Our exploration team will prepare field boring logs as part of standard drilling operations including
sampling depths, penetration resistances, and other relevant sampling information. Field logs
include visual classifications of materials encountered during drilling, and our interpretation of
subsurface conditions between samples. Final boring logs, prepared from field logs, represent
the Geotechnical Engineer's interpretation, and include modifications based on observations and
laboratory tests.
Proposal for Geotechnical Engineering Services
Lighthouse Drive Bridge Replacement ■ Village of North Palm Beach, Florida
April 7, 2022 ■ Terracon Proposal No. PHD225031
Responsive ■ Resourceful ■ Reliable EXHIBIT B –SCOPE OF SERVICES 2 of 4
Our boreholes will be backfilled with grout upon completion.
Property Disturbance: Our services do not include repair of the site beyond backfilling our
boreholes. Excess cuttings and drill fluids will be dispersed in the general vicinity of the borehole.
Safety
Terracon is not aware of environmental concerns at this project site that would create health or
safety hazards associated with our exploration program; thus, our Scope considers standard
OSHA Level D Personal Protection Equipment (PPE) appropriate. Our Scope of Services does
not include environmental site assessment services, but identification of unusual or unnatural
materials found while drilling will be noted on our logs and discussed in our report.
Consultant will be responsible for supervision and site safety measures for its own employees,
but shall not be responsible for the supervision or health and safety precautions for any third
parties, including Client’s contractors, subcontractors, or other parties present at the site. In
addition, Consultant retains the right to stop work without penalty at any time if the Consultant
believes it is in the best interests of Consultant’s employees or subcontractors to do so in order
to reduce the risk of exposure to the coronavirus. Client agrees it will respond quickly to all
requests for information made by Consultant related to Consultant’s pre -task planning and risk
assessment processes. Client acknowledges its responsibility for notifying Consultant of any
circumstances that present a risk of exposure to the coronavirus or individuals who have tested
positive for COVID-19 or are self-quarantining due to exhibiting symptoms associated with the
coronavirus.
Exploration efforts require borings (and possibly excavations) into the subsurface, therefore
Terracon will comply with local regulations to request a utility location service through SSOCOF.
Once the SSOCOF has completed public utility clearance, Terracon will subcontract a company
to perform a private utility locate using Ground Penetrating Radar (GPR) around each boring
location to reduce the risk of impacting those utilities. The detection of underground utilities is
dependent upon the composition and construction of the utility line; some utilities are comprised
of non-electrically conductive materials and may not be readily detected.
Site Access: Terracon must be granted access to the site by the property owner. By acceptance
of this proposal, without information to the contrary, we consider this as authorization to access
the property for conducting field exploration in accordance with the Scope of Services.
Laboratory Testing
The recovered soils and materials will be classified in the laboratory in accordance with the Unified
Soil Classification System (ASTM D 2487) and appropriate geological terminology. Selected
samples may be tested for moisture content, organic content and fines content to aid in the
classification process and our analysis.
Proposal for Geotechnical Engineering Services
Lighthouse Drive Bridge Replacement ■ Village of North Palm Beach, Florida
April 7, 2022 ■ Terracon Proposal No. PHD225031
Responsive ■ Resourceful ■ Reliable EXHIBIT B –SCOPE OF SERVICES 3 of 4
Engineering and Project Delivery
Results of our field and laboratory programs will be evaluated by a professional engineer. The
engineer will develop a geotechnical site characterization, perform engineering calculations, and
develop geotechnical recommendations for the project.
Your project will be delivered using our GeoReport® system. Upon initiation, we provide you and
your design team the necessary link and password to access the website (if not previously
registered). Each project includes a calendar to track the schedule, an interactive site map, a
listing of team members, access to the project documents as they are uploaded to the site, and a
collaboration portal. The typical delivery process includes the following:
■ Project Planning – Proposal information, schedule and anticipated exploration plan will
be posted for review and verification
■ Site Characterization – Findings of the site exploration
■ Geotechnical Engineering – Recommendations and geotechnical engineering report
When utilized, our collaboration portal documents communication, eliminating the need for long
email threads. This collaborative effort allows prompt evaluation and discussion of options related
to the design and associated benefits and risks of each option. With the ability to inform all parties
as the work progresses, decisions and consensus can be reached faster. In some cases, only
minimal uploads and collaboration will be required, because options for design and construction
are limited or unnecessary. This is typically the case for uncomplicated projects with no anomalies
found at the site.
When services are complete, we upload a signed and sealed printable version of our completed
geotechnical engineering report, which documents our services. Previous submittals,
collaboration and the report are maintained in our system. This allows future reference and
integration into subsequent aspects of our services as the project goes through final design and
construction.
■ Subsurface exploration procedures
■ Site and Boring location plans
■ Soil boring logs with field and laboratory data, soil stratification based on visual soil
classification and laboratory test results
■ Groundwater levels observed during drilling
■ Description of subsurface conditions
■ Axial capacities for precast concrete piling for support of the bridge
■ Recommendations for installation of the piling.
■ Lateral earth pressure parameters for abutment wall design including MSE Walls:
• Moist and saturated unit weights
• Angle of internal friction
Proposal for Geotechnical Engineering Services
Lighthouse Drive Bridge Replacement ■ Village of North Palm Beach, Florida
April 7, 2022 ■ Terracon Proposal No. PHD225031
Responsive ■ Resourceful ■ Reliable EXHIBIT B –SCOPE OF SERVICES 4 of 4
• Undrained shear strength (for clays, if present)
• Active and passive pressure coefficients
• Soil Modulus for p-y method of pile lateral load analysis
■ Global Stability Analysis of New End Bent Wall over existing seawall (we request that as-
built seawall information and channel topographic information be provided to us)
Additional Services
In addition to the services noted above, the following are often associated with geotechnical
engineering services. Fees for services noted above do not include the following:
Review of Plans and Specifications: Our geotechnical report and associated verbal and written
communications will be used by others in the design team to develop plans and specifications for
construction. Review of project plans and specifications is a vital part of our geotechnical
engineering services. This consists of review of project plans and specifications related to site
preparation and bridge foundation construction. Our review will include a written statement
conveying our opinions relating to the plans and specifications’ consistency with our geotechnical
engineering recommendations.
Proposal for Geotechnical Engineering Services
Lighthouse Drive Bridge Replacement ■ Village of North Palm Beach, Florida
April 7, 2022 ■ Terracon Proposal No. PHD225031
Responsive ■ Resourceful ■ Reliable EXHIBIT C – COMPENSATION AND PROJECT SCHEDULE 1 of 1
EXHIBIT C - COMPENSATION AND PROJECT SCHEDULE
Compensation
Based upon our understanding of the site, the project as summarized in Exhibit A, and our planned
Scope of Services outlined in Exhibit B, our base fee is shown in the following table:
Task Lump Sum Fee
Subsurface Exploration, Laboratory Testing, Geotechnical Consulting & Reporting $25,500
TOTAL $25,500
Additional services not part of the base fee include the following:
Additional Services (see Exhibit B) Lump Sum Fee Initial for
Authorization
Plans and Specifications Review $500
Unless instructed otherwise, we will submit our invoice(s) to the address shown at the beginning
of this proposal. If conditions are encountered that require Scope of Services revisions and/or
result in higher fees, we will contact you for approval, prior to initiating services. A supplemental
proposal stating the modified Scope of Services as well as its effect on our fee will be prepared.
We will not proceed without your authorization.
Project Schedule
We developed a schedule to complete the Scope of Services based upon our existing availability
and understanding of your project schedule. However, this does not account for delays in field
exploration beyond our control, such as weather conditions, permit delays, or lack of permission
to access the boring locations. In the event the schedule provided is inconsistent with your needs,
please contact us so we may consider alternatives.
GeoReport® Delivery Posting Date from Receipt of Signed Agreement 1, 2
Project Planning 1 week
Site Characterization 6 weeks
Geotechnical Engineering 8 weeks
1. Upon receipt of your notice to proceed we will activate the schedule component of our GeoReport® website
with specific, anticipated calendar days for the three delivery points noted above as well as other pertinent
events such as field exploration crews on-site, etc.
2. We will maintain a current calendar of activities within our GeoReport® website. In the event of a need to
modify the schedule, the schedule will be updated to maintain a current awareness of our plans for delivery.
EXHIBIT D – SITE LOCATION AND NEARBY HISTORICAL DATA
Lighthouse Drive Bridge Replacement ■ Village of North Palm Beach, Florida
April 7, 2022 ■ Terracon Proposal No. PHD225031
Note to Preparer: This is a large table with outside borders. Just click inside the table
above this text box, then paste your GIS Toolbox image.
When paragraph markers are turned on you may notice a line of hidden text above and
outside the table – please leave that alone. Limit editing to inside the table.
The line at the bottom about the general location is a separate table line. You can edit
it as desired, but try to keep to a single line of text to avoid reformatting the page.
EXHIBIT D PORTRAIT
DIAGRAM IS FOR GENERAL LOCATION ONLY, AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES MAP PROVIDED BY MICROSOFT BING MAPS
EXHIBIT E – ANTICIPATED EXPLORATION PLAN
Lighthouse Drive Bridge Replacement ■ Village of North Palm Beach, Florida
April 7, 2022 ■ Terracon Proposal No. PHD225031
Note to Preparer: This is a large table with outside borders. Just click inside the table
above this text box, then paste your GIS Toolbox image.
When paragraph markers are turned on you may notice a line of hidden text above and
outside the table – please leave that alone. Limit editing to inside the table.
The line at the bottom about the general location is a separate table line. You can edit
it as desired, but try to keep to a single line of text to avoid reformatting the page.
EXHIBIT E PORTRAIT
DIAGRAM IS FOR GENERAL LOCATION ONLY, AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES MAP PROVIDED BY MICROSOFT BING MAPS
Reference Number: PHD225031
Page 1 of 2 Rev. 3-20
Reference Number: PHD225031
Page 2 of 2 Rev. 3-20
VILLAGE OF NORTH PALM BEACH
CAPITAL IMPROVEMENT PLAN
2022 - 2026
Strategic Result :Department :
Quality of Life Public Works
Project Name :Year(s) :2022-2024
Bridge Replacement and Streetscape Design - Lighthouse Drive
Project Description :
Link to Strategic Plan :
Need, Justification, Benefits :
Location & Area Map Project Photo
Comments :
Create design concepts to replace the Lighthouse Drive Bridge and introduce streetscape concepts
throughout Lighthouse Drive in accordance with the goals of the Citizens' Master Plan (2016). The
project includes the cost of engineering and construction services for the replacement of the
Lighthouse Drive Bridge.
This project improves the Village's Quality of Life as it provides for dependable infrastrucutre that
addresses critical transportation and safety needs.
The Lighthouse Drive bridge was constructed in 1958 and is nearing the end of its useful life. The
2019 FDOT bridge inspection report gave the bridge only a 27.2 sufficiency rating, but a 92.8 health
index due to substantial repairs completed in 2018. The Village needs a plan for replacing the
bridge in 4 to 7 years. 2GHO will explore design options for the replacement of the Lighthouse
Bridge and develop conceptual designs for Lighthouse Drive that will address the community’s
desire to manage traffic speeds, enhance pedestrian safety and beautify the corridor.
Needed repairs identified by the annual FDOT bridge inspection report were completed in 2018.
Gentile Glas Holloway O'Mahoney & Associates (2GHO) was hired in January 2019 to provide
conceptual bridge and streetscape design services. It is important to initiate design and
engineering services as soon as possible give the potential for Federal funding from pending bills
addressing critical infrastruture.
VILLAGE OF NORTH PALM BEACH
CAPITAL IMPROVEMENT PLAN
FINANCIAL INFORMATION
2022 - 2026
Project Name :Bridge Replacement and Streetscape Design - Lighthouse Drive
Strategic Result :Quality of Life
Department :Public Works
2022 2023 2024 2025 2026 Total
Project Budget :
Land acquisition $0
Planning / Design 100,000 100,000
Engineering 250,000 250,000
Construction 5,000,000 5,000,000
Vehicle 0
Equipment 0
Other 0
Total Budget $100,000 $250,000 $5,000,000 $0 $0 $5,350,000
Funding Sources :
General revenues $0
Impact fees 0
Grant revenues 5,000,000 5,000,000
Debt Service 0
Infrastructure Surtax 100,000 250,000 350,000
Fund balance 0
Other 0
Total Revenues $100,000 $250,000 $5,000,000 $0 $0 $5,350,000
Operating Impact:
Personnel $0
Operating 0
Capital 0
Other 0
Total Operating $0 $0 $0 $0 $0 $0
Needed repairs identified by the annual FDOT bridge inspection reports have
been completed, but the bridge has reached the end of its life cycle.
Rebuild FL Gen Infrastructure Grant; The Village will appropriate any grant
matching requirements upon notification of grant approval. At this time, the
Village is preparing to proceed with design work without the assistance of
grant funding.
Comment(s)
Grant Information
Beginning Balance $88,407
Transfers in:Resolution / Ordinance Amount Total
FY 2022 Transfer in (transfer during budget process) Ordinance # 2021‐17 660,000
FY 2022 Transfer in (use of FY21 Net Income)on 4/28/22 agenda 2,000,000
Total Transfers in $2,660,000
Less: Purchases
Description Resolution #Amount Total
Fiscal Year 2022
Community Center Playground Equipment Resolution # 2022‐08 3,315
Boat Engine Replacement Resolution # 2022‐12 44,500
Webstreaming Resolution # 2022‐15 39,690
Increase in Grapple Truck Purchase Price Resolution # 2022‐18 7,750
Village Hall Air Handler & Chiller Replacement on 4/28/22 agenda 203,868
Anchorage Park Playground Replacement on 4/28/22 agenda 250,000
Lighthouse Drive Bridge Conceptual Designs on 4/28/22 agenda 91,288
Total Purchases (640,411)
CIP Fund Available Balance $2,107,996
Village of North Palm Beach
CIP Fund Recap
Fiscal Year 2022
VILLAGE OF NORTH PALM BEACH
GOLF ADVISORY BOARD
Minutes of March 21, 2022
I. CALL TO ORDER
A. The meeting was called to order by Chairman Steve Mathison at 6:00 p.m.
II. ROLL CALL
A. Board: Present Absent
Stephen Mathison – Chairman X
Rich Pizzolato – Vice Chairman X
Curtis Witters – Secretary X
Jeff Egizio – Member X
Landon Wells – Member X
Orlando Puyol – Member X
Sandra Felis – Member X
B. Staff Members:
Allan Bowman, Director of Golf X
Beth Davis, General Manager X
Lenore Dingle, Membership Coordinator
C. Council Members:
Darryl Aubrey
Susan Bickel
Mark Mullinix X
David Norris X
Deborah Searcy
NPB Golf Advisory Board Minutes of March 21, 2022
D. Public Present:
III. APPROVAL OF MEETING MINUTES
A. Minutes of the February 21, 2022 GAB Meeting were approved 6-0.
IV. ADMINISTRATIVE REPORTS
Golf Report. Allan Bowman, Director of Golf, delivered his report.
Rounds for February were down slightly from 2021 but play for March is equal to or
ahead of last year’s numbers.
Beth Davis reported that the financial audit for FY 2021 is to be final on Thursday the
th24, for the Village Council meeting. Revenue for the Club from operations is $300,000
ahead of last year through January, primarily because of golf.
We are considering a revision of the current budget to adjust the amounts for Renewal
or Replacement and Debt Service.
Allan told us we need to budget $1.5 million over three years for planned
improvements, including improvements to the maintenance building, renovation of the pump
house, and pond bank stabilization.
The $597,000 surplus from 2021 will be applied to the operational debt from 2020-
2021.
DISCUSSION TOPICS
Allan talked to the Board regarding the tee sheet. We continue to experience a
shortage of tee times for our members not participating in a group. Openings for members are
very limited from Monday through Friday.
2
NPB Golf Advisory Board Minutes of March 21, 2022
Some individuals participate in more than one group and play several times a week.
As a result, members not part of a group have difficulty finding a tee time.
We currently have twelve (12) groups seeking tee times.
Karen O’Connell has assisted Allan with the group play issue and made several
proposals to address the equitable distribution of tee times to all members.
She suggested that we should define a group as sixteen or more players, consistently
playing as a group, and seeking four tee times. Karen also suggested that any one individual
should be limited to participating in three different groups.
Additionally, groups should register the names of players participating in the group
play seven days of the scheduled tee time.
The group play issue continues to be under consideration as we work though the
spring and summer.
Project Updates.
Clock. Our tower clock is to be installed in April. It is suggested that the clock be
dedicated to Jack and Barbara Nicklaus.
Aeration. We are finding 3% organic material in our greens. This is a very healthy
amount but will require larger holes during aeration; 5/8 inches. The aeration will require 3
weeks to recover. After aeration is complete, play will be open to members only for 10 days.
Budget. We are working on the budget for next year. We expect to see higher
material costs, especially in fertilizer, and will adjust the proposed budget accordingly.
Communication to Members. A discussion was had about communication to
members. It seems some members do not regularly see the bulletin board in the club house,
3
NPB Golf Advisory Board Minutes of March 21, 2022
so it was suggested that we email or text members with notices, announcements, etc. There
was no Board consensus on this topic.
MGA. Allan explained that the MGA collapsed this year due to the large number of
members participating in group play and lack of interest. We will start the MGA again in
November, with monthly events scheduled to draw participation.
V. ADJOURNMENT
The meeting was adjourned at 6:58 p.m.
The next meeting will be April 25, 2022.
Minutes by Curtis L. Witters, Secretary.
4
VILLAGE OF NORTH PALM BEACH
VILLAGE ATTORNEY’S OFFICE
FINANCE DEPARTMENT
TO: Honorable Mayor and Council
THRU: Andrew D. Lukasik, Village Manager
FROM: Leonard G. Rubin, Village Attorney
Samia Janjua, Finance Director
DATE: April 28, 2022
SUBJECT: MOTION – Appointment of Auditor Selection Committee and appointment of member of
Village Council to serve on and Chair the Auditor Selection Committee
In 2016, the Village issued a Request for Proposals for Auditing Services. The Village’s Audit Committee
reviewed the proposals submitted in response to the RFP and recommended retaining the firm of Nowlen,
Holt & Miner, P.A. (“NH&M”) to serve as Village Auditor. Through the adoption of Resolution 2016-49 on
September 8, 2016, the Village Council approved an Agreement with NH&M to provide auditing services
through Fiscal Year 2018, with two one-year extensions through Fiscal Year 2020. Through the adoption
of Resolution 2021-08, the Village Council extended the Village’s Agreement with NH&M through Fiscal
Year 2021. Now that the Fiscal Year 2021 audit process is complete, the Village will need to once again
initiate the auditor selection process.
Section 218.391, Florida Statutes, provides specific procedures for a local government’s selection of an
auditor. The Village is required to appoint an Auditor Selection Committee (“Committee”). The
Committee then establishes the factors to be considered in the selection of the auditor, prepares the
Request for Proposals, evaluates the proposals submitted by qualified firms, and ranks no fewer than
three firms in order of preference. The Village Council then reviews the Committee’s rankings, makes
the final selection and authorizes the negotiation of a contract. If compensation was not one of the factors
considered by the Committee, the Village Council is required to negotiate a contract with the top-ranked
firm. If compensation was one of the factors considered, the Village Council is required to negotiate a
contract with the top-ranked firm or document in its public records the reason for not selecting the top-
ranked firm.
In 2016, the Village’s Audit Committee served as the Auditor Selection Committee. Staff is
recommending that the Audit Committee again serve in that role. However, due to recent amendments
to Section 218.391, Florida Statutes, the Village Council is required to choose a member of the Council
to both serve as a member of and chair the Committee.
There is no immediate fiscal impact as a result of the selection process.
Recommendation:
Village Staff requests a motion from the Village Council appointing the Audit Committee to serve
as the Auditor Selection Committee for the Village and appointing one member of the Village
Council to serve as a member of and chair the Auditor Selection Committee as required by Florida
Statute.
VILLAGE OF NORTH PALM BEACH
PUBLIC WORKS DEPARTMENT
TO: Honorable Mayor and Council
BY:
THRU:
Andrew D. Lukasik, Village Manager
Chad Girard, Assistant Public Works Director
DATE: April 28, 2022
SUBJECT: RESOLUTION – Approving the purchase of a chiller and air handler for Village Hall from
Carrier Corporation in the amount of $194,159.50
Village Staff is recommending Village Council consideration and adoption of a Resolution approving the
purchase of a new chiller and air handler unit for Village Hall.
Background:
The Village’s Public Works Facilities Department has determined that the chiller and air handler at Village Hall
has met the end of its useful life. The Village purchased the Village Hall chiller in 2012. The anticipated life span
for a chiller is between seven and ten years.
The environment, namely the salt air from the ocean, has contributed to the deterioration of the chiller to the
point of collapse. A coil recently needed to be replaced in 2021 and the second one is showing signs of failing.
This is scheduled for replacement in FY 2022 as part of the Village’s 5-Year Capital Improvement Plan.
Purchasing:
Carrier Corporation has been awarded a multi-year cooperative purchasing contract in the Utility category
through Sourcewell (a cooperative purchasing agency of which the Village is a member). The new chiller will
come with a coating similar to the Public Safety chiller, extending the useful life. Additionally, there will be a
complete parts/labor warranty for ten years on the new unit. The cost breakdown is provided in the table below
(due to the nature of this project, Village Staff is requesting a 5% project contingency):
Description Amount
Equipment $94,809.00
Installation 99,350.50
Subtotal $194,159.50
5% Contingency 9,707.98
Total w/ Contingency $203,867.48
Note: In order to avoid a cost increase, the order must be placed prior to May 2022.
Funding:
During the Fiscal Year 2022 budgetary process, a total of $190,000 was budgeted for this purchase utilizing
“Grant Revenues” within the five-year Capital Improvement Plan. However, since the targeted grant wasn’t
awarded, this project was identified as one that can be funded through the use of the FY21 General Fund Net
Income Funds, which are held in the Village’s CIP Fund and transferred to the project account when the item is
ready to be purchased. While Net Income will be used to purchase and install the new chiller and install the air
handler, staff intends to reimburse Net Income funds for the air handler/air purification system using ARPA
funding (approximately $10,000) following Treasury approval of the Village’s Revenue Replacement application.
The following budget amendment utilizes $203,868 in CIP funds for this purchase. A CIP Fund Recap, as well
as all supporting documentation, has been included in your agenda backup material for review:
Budget Amendment:
Account Description Use Source
Capital Projects Fund:
K5500-66490 Village Hall – Machinery & Equipment $203,868
K5541-66000 Reserve Expenses - Capital $203,868
Total Capital Projects Fund $203,868 $203,868
The attached Resolution has been prepared and/or reviewed for legal sufficiency by the Village Attorney.
Recommendation:
Village Staff requests Council consideration and approval of the attached Resolution approving the
purchase of a new chiller and air handler for Village Hall from Carrier Corporation pursuant to pricing
established in an existing Sourcewell cooperative purchasing agreement at a total cost not to exceed
$194,159.50, with funds expended from Account No. K5500-66490 (Village Hall – Machinery &
Equipment), and authorizing the Mayor and Village Clerk to execute the required budget amendment for
this purchase in accordance with Village policies and procedures.
RESOLUTION 2022-
A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF
NORTH PALM BEACH, FLORIDA, APPROVING THE PURCHASE OF A
NEW CHILLER AND AIR HANDLER FROM CARRIER CORPORATION FOR
VILLAGE HALL PURSUANT TO PRICING ESTABLISHED IN AN EXISTING
SOURCEWELL COOPERATIVE PURCHASING AGREEMENT; APPROVING
A BUDGET AMENDMENT TO TRANSFER $203,868 FROM THE CAPITAL
RESERVE ACCOUNT TO THE VILLAGE HALL – MACHINERY AND
EQUIPMENT CAPITAL ACCOUNT; PROVIDING FOR CONFLICTS; AND
PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the chiller and air handler unit for Village Hall have reached the end of their useful
life and Village Staff recommended the purchase of a new chiller and air handler unit from Carrier
Corporation utilizing equipment pricing set forth in an existing Sourcewell cooperative purchasing
agreement; and
WHEREAS, in order to fund this capital purchase, the Village Council wishes to amend the Capital
Projects Fund to transfer funds from the Capital Reserve Account to the Village Hall – Machinery
and Equipment Capital Account; and
WHEREAS, the Village Council determines that the adoption of this Resolution is in the best
interests of the residents of the Village of North Palm Beach.
NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF NORTH PALM
BEACH, FLORIDA, as follows:
Section 1. The foregoing “whereas” clauses are hereby ratified and incorporated herein.
Section 2. The Village Council hereby approves the purchase of a chiller and air handler unit
for Village Hall from Carrier Corporation utilizing pricing established in an existing Sourcewell
cooperative purchasing agreement. The total cost of the purchase, including the equipment, a
factory extended warranty, cabinet coating and labor is $194,159.50, with funds expended from
Account No. K5500-66490 (Village Hall – Machinery and Equipment). With a five percent
contingency, the total project budget is $203,867.48.
Section 3. In order to provide Capital Improvement Plan monies to fund this purchase, the
Village Council hereby approves the following budget amendment:
Budget Amendment:
Account Description Use Source
Capital Projects Fund:
K5500-66490 Village Hall – Machinery & Equipment $203,868
K5541-66000 Reserve Expenses - Capital $203,868
Total Capital Projects Fund $203,868 $203,868
Section 4. The Mayor and Village Clerk are hereby authorized and directed to execute the
budget amendment for and on behalf of the Village of North Palm Beach.
Section 5. All resolutions in conflict with this Resolution are hereby repealed to the extent of
such conflict.
Section 6. This Resolution shall take effect immediately upon its adoption.
PASSED AND ADOPTED THIS ____ DAY OF ____________, 2022.
(Village Seal)
MAYOR
ATTEST:
VILLAGE CLERK
Carrier Commercial
Service
5440 NW 33rd Ave, Suite 108
Fort Lauderdale, FL 33309
(954) 315-5168
PROPRIETARY and CONFIDENTIAL
Carrier Commercial Service
Sourcewell Based – Chiller & AHU Replacement Project
Prepared For:
Chad Girard
Village of North Palm Beach
City Hall Chiller and AHU
Replacement Budgets
North Palm Beach FL 33408
(561) 691-3450
cgirard@village-npb.org
Presented by:
Scott McLennan, LEED AP
Carrier Corporation
Cell: (954) 448-9775
E-Fax: (860) 998-1014
scott.mclennan@carrier.utc.com
http://www.commercial.carrier.com
Chiller Replacement Project
Page 2 of 4
PROPRIETARY and CONFIDENTIAL
Date of Proposal Revision: 5/18/2021
Executive Summary
Carrier is presenting Chiller
replacement products to match
existing equipment capacity with
suggest Best-Choice options based
on discounts off Master List Price as
established by Sourcewell
cooperative purchasing program.
Sourcewell Contract extended until 8/12/2025 RFP #070121
Chiller Replacement Project
Page 3 of 4
PROPRIETARY and CONFIDENTIAL
NJPA/ SOURCEWELL PRICING: EQUIPMENT ONLY
Carrier has agreed to provide fixed equipment discounts off list price for equipment, and fixed
mark-up for Extended Factory Warranty products and Factory start-up services. Installation
services will be quoted separately as Turnkey installation services under Sourcewell Contract
rates.
Equipment will be sold to the Village directly, tax exempt, FOB factory with freight to your
facility (or desired destination) pre-paid. Receiving, local cabinet coatings, unloading, storage
and final placement costs will need to be considered in the turnkey installation proposal, or
arraigned by others. Options for Extended Factory Warranty listed below.
Sourcewell Pricing: MLP Discount/ Net Cost
Village Hall: Mark-up
30RAP0405H-FF5J0 $163,400.00 59% off $ 66,994.00
Factory Start-up $ 950.00 +20% $ 1,140.00
2nd - 10th years complete unit P&L (chiller)Warranty $ 8,880.00 +20% $ 10,665.60
39M AHU Size 21 -Single Plenum fan $ 39,980.00 69% off $ 12,393.80
AHU S/U w/1st year labor, 5-years Parts only warranty $ 3013.00 +20% $ 3,615.60
TOTAL EQUIPMENT PACKAGE: $94,809.00
This Equipment will be sold tax exempt under separate PO from Village. Tax Exemption certificate needs
to accompany Purchase Order. Equipment is sold FOB factory, with freight pre-paid to South Florida.
Equipment selection, submittal approvals and Coating, receiving and storage and final delivery will be
included in Installation portion of project.
Chiller Replacement Project
Page 4 of 4
PROPRIETARY and CONFIDENTIAL
Installation based on Fixed Labor rates and mark-ups:
Carrier Project Management Labor 24 @ $170.00 $ 4,080.00
Carrier Direct Labor – OT Chiller start-up 4 @ $170.00 $ 680.00
Carrier Direct labor 12 @ $170.00 $ 2,040.00
Advantcoat Chiller Exposed Component coating $ 3,600.00 X 1.3 $ 4,680.00
Chiller Tie-Down Engineering & permit running $ 2,250.00 X 1.3 $ 2,925.00
Chiller Pipe-fitting labor and Materials OT $ 32,800.00 X 1.30 $ 42,640.00
Chiller Paddock Hydronic Devices - Large $ 1,158.00 X 1.30 $ 1,505.40
Chiller Paddock Insulation (air separator, piping) $ 5,742.00 X 1.30 $ 7,464.60
Receiving from coating, storage, delivery $ 3,800.00 X 1.30 $ 4,940.00
Weekend Crane Service $ included above $ 0.00
Modify existing slab $ included above $ 0.00
AHU Demo and Move in (weekend) $ 11,200.00 X 1.3 $ 14,560.00
AHU Installation Weekday $ 3,770.00 X 1.3 $ 4,901.00
AHU Insulation $ 1,435.00 X 1.3 $ 1,865.50
AHU Materials – Duct, piping, curb $ 2,780.00 X 1.30 $ 3,614.00
Disposal (both AHU and Chiller) $ 1,400.00 X 1.30 $ 1,820.00
Test and Balance AHU $ 1,258.00 X 1.30 $ 1,635.40
Controls Tie-In by ALC – Invoiced directly to Village $ 0.00
Total Village Hall Installation Cost $99,350.50
Project cost, Equipment & Installation: $194,159.50
Permit processing, Engineering and Fees, if any, will be passed through at cost X 1.30 under a separate
job/PO.
Sincerely,
Scott McLennan
Maintenance, Repairs, Modernization
PLEASE CALL WITH QUESTIONS: (954) 448-9775
NJPA/ Sourcewell Terms and Conditions will govern sale.
070121-CAR
Rev. 3/2021 1
Solicitation Number: RFP #070121
CONTRACT
This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN
56479 (Sourcewell) and Carrier Global Corporation, 5900-H Northwoods Bus Pkwy., Charlotte,
NC 28269 (Supplier).
Sourcewell is a State of Minnesota local government unit and service cooperative created
under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers
cooperative procurement solutions to government entities. Participation is open to eligible
federal, state/province, and municipal governmental entities, higher education, K-12 education,
nonprofit, tribal government, and other public entities located in the United States and Canada.
Sourcewell issued a public solicitation for HVAC Systems and Related Services from which
Supplier was awarded a contract.
Supplier desires to contract with Sourcewell to provide equipment, products, or services to
Sourcewell and the entities that access Sourcewell’s cooperative purchasing contracts
(Participating Entities).
1. TERM OF CONTRACT
A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below.
B. EXPIRATION DATE AND EXTENSION. This Contract expires August 12, 2025, unless it is
cancelled sooner pursuant to Article 22. This Contract may be extended one additional year
upon the request of Sourcewell and written agreement by Supplier.
C. SURVIVAL OF TERMS. Notwithstanding any expiration or termination of this Contract, all
payment obligations incurred prior to expiration or termination will survive, as will the
following: Articles 11 through 14 survive the expiration or cancellation of this Contract. All
rights will cease upon expiration or termination of this Contract.
2. EQUIPMENT, PRODUCTS, OR SERVICES
A. EQUIPMENT, PRODUCTS, OR SERVICES. Supplier will provide the Equipment, Products, or
Services as stated in its Proposal submitted under the Solicitation Number listed above.
DocuSign Envelope ID: 8B146823-77D9-4BC0-98F4-B947F9AA0E19
070121-CAR
Rev. 3/2021 2
Supplier’s Equipment, Products, or Services Proposal (Proposal) is attached and incorporated
into this Contract.
All Equipment and Products provided under this Contract must be new andthe current model.
Supplier may offer close-out or refurbished Equipment or Products if they are clearly indicated
in Supplier’s product and pricing list. Unless agreed to by the Participating Entities in advance,
Equipment or Products must be delivered as operational to the Participating Entity’s site.
This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated,
sales and sales volume are not guaranteed.
B. WARRANTY. Supplier warrants that all Equipment, Products, and Services furnished are free
from liens and encumbrances, and are free from defects in design, materials, and workmanship.
In addition, Supplier warrants the Equipment, Products, and Services are suitable for and will
perform in accordance with the ordinary use for which they are intended. Supplier’s dealers
and distributors must agree to assist the Participating Entity in reaching a resolution in any
dispute over warranty terms with the manufacturer. Any manufacturer’s warranty that extends
beyond the expiration of the Supplier’s warranty will be passed on to the Participating Entity.
C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution and throughout
the Contract term, Supplier must provide to Sourcewell a current means to validate or
authenticate Supplier’s authorized dealers, distributors, or resellers relative to the Equipment,
Products, and Services offered under this Contract, which will be incorporated into this
Contract by reference. It is the Supplier’s responsibility to ensure Sourcewell receives the most
current information.
3. PRICING
All Equipment, Products, or Services under this Contract will be priced at or below the price
stated in Supplier’s Proposal.
When providing pricing quotes to Participating Entities, all pricing quoted must reflect a
Participating Entity’s total cost of acquisition. This means that the quoted cost is for delivered
Equipment, Products, and Services that are operational for their intended purpose, and
includes all costs to the Participating Entity’s requested delivery location.
Regardless of the payment method chosen by the Participating Entity, the total cost associated
with any purchase option of the Equipment, Products, or Services must always be disclosed in
the pricing quote to the applicable Participating Entity at the time of purchase.
A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly
packaged. Damaged Equipment and Products may be rejected. If the damage is not readily
apparent at the time of delivery, Supplier must permit the Equipment and Products to be
DocuSign Envelope ID: 8B146823-77D9-4BC0-98F4-B947F9AA0E19
070121-CAR
Rev. 3/2021 3
returned within a reasonable time at no cost to Sourcewell or its Participating Entities.
Participating Entities reserve the right to inspect the Equipment and Products at a reasonable
time after delivery where circumstances or conditions prevent effective inspection of the
Equipment and Products at the time of delivery. In the event of the delivery of nonconforming
Equipment and Products, the Participating Entity will notify the Supplier as soon as possible and
the Supplier will replace nonconforming Equipment and Products with conforming Equipment
and Products that are acceptable to the Participating Entity.
Supplier must arrange for and pay for the return shipment on Equipment and Products that arrive
in a defective or inoperable condition.
Sourcewell may declare the Supplier in breach of this Contract if the Supplier intentionally
delivers substandard or inferior Equipment or Products.
B. SALES TAX. Each Participating Entity is responsible for supplying the Supplier with valid tax-
exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax-
exempt entity.
C. HOT LIST PRICING. At any time during this Contract, Supplier may offer a specific selection
of Equipment, Products, or Services at discounts greater than those listed in the Contract.
When Supplier determines it will offer Hot List Pricing, it must be submitted electronically to
Sourcewell in a line-item format. Equipment, Products, or Services may be added or removed
from the Hot List at any time through a Sourcewell Price and Product Change Form as defined
in Article 4 below.
Hot List program and pricing may also be used to discount and liquidate close-out and
discontinued Equipment and Products as long as those close-out and discontinued items are
clearly identified as such. Current ordering process and administrative fees apply. Hot List
Pricing must be published and made available to all Participating Entities.
4. PRODUCT AND PRICING CHANGE REQUESTS
Supplier may request Equipment, Product, or Service changes, additions, or deletions at any
time. All requests must be made in writing by submitting a signed Sourcewell Price and Product
Change Request Form to the assigned Sourcewell Supplier Development Administrator. This
approved form is available from the assigned Sourcewell Supplier Development Administrator.
At a minimum, the request must:
• Identify the applicable Sourcewell contract number;
• Clearly specify the requested change;
• Provide sufficient detail to justify the requested change;
DocuSign Envelope ID: 8B146823-77D9-4BC0-98F4-B947F9AA0E19
070121-CAR
Rev. 3/2021 4
• Individually list all Equipment, Products, or Services affected by the requested change,
along with the requested change (e.g., addition, deletion, price change); and
• Include a complete restatement of pricing documentation in Microsoft Excel with the
effective date of the modified pricing, or product addition or deletion. The new pricing
restatement must include all Equipment, Products, and Services offered, even for those
items where pricing remains unchanged.
A fully executed Sourcewell Price and Product Request Form will become an amendment
to this Contract and will be incorporated by reference.
5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS
A. PARTICIPATION. Sourcewell’s cooperative contracts are available and open to public and
nonprofit entities across the United States and Canada; such as federal, state/province,
municipal, K-12 and higher education, tribal government, and other public entities.
The benefits of this Contract should be available to all Participating Entities that can legally
access the Equipment, Products, or Services under this Contract. A Participating Entity’s
authority to access this Contract is determined through its cooperative purchasing, interlocal,
or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service
Member of Sourcewell during such time of access. Supplier understands that a Participating
Entity’s use of this Contract is at the Participating Entity’s sole convenience and Participating
Entities reserve the right to obtain like Equipment, Products, or Services from any other source.
Supplier is responsible for familiarizing its sales and service forces with Sourcewell contract use
eligibility requirements and documentation and will encourage potential participating entities
to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its
roster during the term of this Contract.
B. PUBLIC FACILITIES. Supplier’s employees may be required to perform work at government-
owned facilities, including schools. Supplier’s employees and agents must conduct themselves
in a professional manner while on the premises, and in accordance with Participating Entity
policies and procedures, and all applicable laws.
6. PARTICIPATING ENTITY USE AND PURCHASING
A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under
this Contract, a Participating Entity must clearly indicate to Supplier that it intends to access this
Contract; however, order flow and procedure will be developed jointly between Sourcewell and
Supplier. Typically, a Participating Entity will issue an order directly to Supplier or its authorized
subsidiary, distributor, dealer, or reseller. If a Participating Entity issues a purchase order, it
may use its own forms, but the purchase order should clearly note the applicable Sourcewell
DocuSign Envelope ID: 8B146823-77D9-4BC0-98F4-B947F9AA0E19
070121-CAR
Rev. 3/2021 5
contract number. All Participating Entity orders under this Contract must be issued prior to
expiration or cancellation of this Contract; however, Supplier performance, Participating Entity
payment obligations, and any applicable warranty periods or other Supplier or Participating
Entity obligations may extend beyond the term of this Contract.
Supplier’s acceptable forms of payment are included in its attached Proposal. Participating
Entities will be solely responsible for payment and Sourcewell will have no liability for any
unpaid invoice of any Participating Entity.
B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and
conditions to a purchase order, or other required transaction documentation, may be
negotiated between a Participating Entity and Supplier, such as job or industry-specific
requirements, legal requirements (e.g., affirmative action or immigration status requirements),
or specific local policy requirements. Some Participating Entitles may require the use of a
Participating Addendum; the terms of which will be negotiateddirectly between the
Participating Entity and the Supplier. Any negotiated additional terms and conditions must
never be less favorable to the Participating Entity than what is contained in this Contract.
C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires
service or specialized performance requirements not addressed in this Contract (such as e-
commerce specifications, specialized delivery requirements, or other specifications and
requirements), the Participating Entity and the Supplier may enter into a separate, standalone
agreement, apart from this Contract. Sourcewell, including its agents and employees, will not
be made a party to a claim for breach of such agreement.
D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or
in part, immediately upon notice to Supplier in the event of any of the following events:
1. The Participating Entity fails to receive funding or appropriation from its governing body
at levels sufficient to pay for the equipment, products, or services to be purchased; or
2. Federal, state, or provincial laws or regulations prohibit the purchase or change the
Participating Entity’s requirements.
E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a
Participating Entity’s order will be determined by the Participating Entity making the purchase.
7. CUSTOMER SERVICE
A. PRIMARY ACCOUNT REPRESENTATIVE. Supplier will assign an Account Representative to
Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is
changed. The Account Representative will be responsible for:
DocuSign Envelope ID: 8B146823-77D9-4BC0-98F4-B947F9AA0E19
070121-CAR
Rev. 3/2021 6
• Maintenance and management of this Contract;
• Timely response to all Sourcewell and Participating Entity inquiries; and
• Business reviews to Sourcewell and Participating Entities, if applicable.
B. BUSINESS REVIEWS. Supplier must perform a minimum of one business review with
Sourcewell per contract year. The business review will cover sales to Participating Entities,
pricing and contract terms, administrative fees, sales data reports, supply issues, customer
issues, and any other necessary information.
8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT
A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Supplier must provide a
contract sales activity report (Report) to the Sourcewell Supplier Development Administrator
assigned to this Contract. Reports are due no later than 45 days after the end of each calendar
quarter. A Report must be provided regardless of the number or amount of sales during that
quarter (i.e., if there are no sales, Supplier must submit a report indicating no sales were
made).
The Report must contain the following fields:
• Participating Entity Name (e.g., City of Staples Highway Department);
• Participating Entity Physical Street Address;
• Participating Entity City;
• Participating Entity State/Province;
• Participating Entity Zip/Postal Code;
• Participating Entity Contact Name;
• Participating Entity Contact Email Address;
• Participating Entity Contact Telephone Number;
• Sourcewell Assigned Entity/Participating Entity Number;
• Item Purchased Description;
• Item Purchased Price;
• Sourcewell Administrative Fee Applied; and
• Date Purchase was invoiced/sale was recognized as revenue by Supplier.
B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell,
the Supplier will pay an administrative fee to Sourcewell on all Equipment, Products, and
Services provided to Participating Entities. The Administrative Fee must be included in, and not
added to, the pricing. Supplier may not charge Participating Entities more than the contracted
price to offset the Administrative Fee.
The Supplier will submit payment to Sourcewell for the percentage of administrative fee stated
in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased
DocuSign Envelope ID: 8B146823-77D9-4BC0-98F4-B947F9AA0E19
070121-CAR
Rev. 3/2021 7
by Participating Entities under this Contract during each calendar quarter. Payments should
note the Supplier’s name and Sourcewell-assigned contract number in the memo; and must be
mailed to the address above “Attn: Accounts Receivable” or remitted electronically to
Sourcewell’s banking institution per Sourcewell’s Finance department instructions. Payments
must be received no later than 45 calendar days after the end of each calendar quarter.
Supplier agrees to cooperate with Sourcewell in auditing transactions under this Contract to
ensure that the administrative fee is paid on all items purchased under this Contract.
In the event the Supplier is delinquent in any undisputed administrative fees, Sourcewell
reserves the right to cancel this Contract and reject any proposal submitted by the Supplier in
any subsequent solicitation. In the event this Contract is cancelled by either party prior to the
Contract’s expiration date, the administrative fee payment will be due no more than 30 days
from the cancellation date.
9. AUTHORIZED REPRESENTATIVE
Sourcewell's Authorized Representative is its Chief Procurement Officer.
Supplier’s Authorized Representative is the person named in the Supplier’s Proposal. If
Supplier’s Authorized Representative changes at any time during this Contract, Supplier must
promptly notify Sourcewell in writing.
10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE
A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records,
documents, and accounting procedures and practices relevant to this Agreement are subject to
examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the
end of this Contract. This clause extends to Participating Entities as it relates to business
conducted by that Participating Entity under this Contract.
B. ASSIGNMENT. Neither party may assign or otherwise transfer its rights or obligations under
this Contract without the prior written consent of the other party and a fully executed
assignment agreement. Such consent will not be unreasonably withheld. Any prohibited
assignment will be invalid.
C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective
until it has been duly executed by the parties.
D. WAIVER. Failure by either party to take action or assert any right under this Contract will
not be deemed a waiver of such right in the event of the continuation or repetition of the
circumstances giving rise to such right. Any such waiver must be in writing and signed by the
parties.
DocuSign Envelope ID: 8B146823-77D9-4BC0-98F4-B947F9AA0E19
070121-CAR
Rev. 3/2021 8
E. CONTRACT COMPLETE. This Contract represents the complete agreement between the
parties. No other understanding regarding this Contract, whether written or oral, may be used
to bind either party.For any conflict between the attached Proposal and the terms set out in
Articles 1-22 of this Contract, the terms of Articles 1-22 will govern.
F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent
contractors, each free to exercise judgment and discretion with regard to the conduct of their
respective businesses. This Contract does not create a partnership, joint venture, or any other
relationship such as master-servant, or principal-agent.
11. INDEMNITY AND HOLD HARMLESS
Supplier must indemnify, defend, save, and hold Sourcewell and its Participating Entities,
including their agents and employees, harmless from any third-party claims or causes of action,
including attorneys’ fees incurred by Sourcewell or its Participating Entities, arising out of any
act or omission in the performance of this Contract by the Supplier or its agents or employees;
this indemnification includes injury or death to person(s) or property alleged to have been
caused by some defect in the Equipment, Products, or Services under this Contract to the
extent the Equipment, Product, or Service has been used according to its specifications.
Sourcewell’s responsibility will be governed by the State of Minnesota’s Tort Liability Act
(Minnesota Statutes Chapter 466) and other applicable law.
Under no circumstances will Supplier be liable for any incidental, special, liquidated or
consequential damages, including loss of revenue, loss of use of equipment or facilities, or
economic damages based on strict liability or negligence.
12. GOVERNMENT DATA PRACTICES
Supplier and Sourcewell must comply with the Minnesota Government Data Practices Act,
Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell
under this Contract and as it applies to all data created, collected, received, stored, used,
maintained, or disseminated by the Supplier under this Contract.
13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT
A. INTELLECTUAL PROPERTY
1. Grant of License. During the term of this Contract:
a. Sourcewell grants to Supplier a royalty-free, worldwide, non-exclusive right and
license to use the trademark(s) provided to Supplier by Sourcewell in advertising and
promotional materials for the purpose of marketing Sourcewell’s relationship with
Supplier.
DocuSign Envelope ID: 8B146823-77D9-4BC0-98F4-B947F9AA0E19
070121-CAR
Rev. 3/2021 9
b. Supplier grants to Sourcewell a royalty-free, worldwide, non-exclusive right and
license to use Supplier’s trademarks in advertising and promotional materials for the
purpose of marketing Supplier’s relationship with Sourcewell.
2. Limited Right of Sublicense. The right and license granted herein includes a limited right
of each party to grant sublicenses to their respective subsidiaries, distributors, dealers,
resellers, marketing representatives, and agents (collectively “Permitted Sublicensees”) in
advertising and promotional materials for the purpose of marketing the Parties’ relationship
to Participating Entities. Any sublicense granted will be subject to the terms and conditions
of this Article. Each party will be responsible for any breach of this Article by any of their
respective sublicensees.
3. Use; Quality Control.
a. Neither party may alter the other party’s trademarks from the form provided
and must comply with removal requests as to specific uses of its trademarks or
logos.
b. Each party agrees to use, and to cause its Permitted Sublicensees to use, the
other party’s trademarks only in good faith and in a dignified manner consistent with
such party’s use of the trademarks. Upon written notice to the breaching party, the
breaching party has 30 days of the date of the written notice to cure the breach or
the license will be terminated.
4. As applicable, Supplier agrees to indemnify and hold harmless Sourcewell and its
Participating Entities against any and all suits, claims, judgments, and costs instituted or
recovered against Sourcewell or Participating Entities by any person on account of the use
of any Equipment or Products by Sourcewell or its Participating Entities supplied by Supplier
in violation of applicable patent or copyright laws.
5. Termination. Upon the termination of this Contract for any reason, each party, including
Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites,
and the like bearing the other party’s name or logo (excepting Sourcewell’s pre-printed
catalog of suppliers which may be used until the next printing). Supplier must return all
marketing and promotional materials, including signage, provided by Sourcewell, or dispose
of it according to Sourcewell’s written directions.
B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released
without prior written approval from the Authorized Representatives. Publicity includes notices,
informational pamphlets, press releases, research, reports, signs, and similar public notices
prepared by or for the Supplier individually or jointly with others, or any subcontractors, with
respect to the program, publications, or services provided resulting from this Contract.
C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be
approved by Sourcewell. Send all approval requests to the Sourcewell Supplier Development
Administrator assigned to this Contract.
D. ENDORSEMENT. The Supplier must not claim that Sourcewell endorses its Equipment,
Products, or Services.
DocuSign Envelope ID: 8B146823-77D9-4BC0-98F4-B947F9AA0E19
070121-CAR
Rev. 3/2021 10
14. GOVERNING LAW, JURISDICTION, AND VENUE
The substantive and procedural laws of the State of Minnesota will govern this Contract. Venue
for all legal proceedings arising out of this Contract, or its breach, must be in the appropriate
state court in Todd County, Minnesota or federal court in Fergus Falls, Minnesota.
15. FORCE MAJEURE
Neither party to this Contract will be held responsible for delay or default caused by acts of God
or other conditions that are beyond that party’s reasonable control. A party defaulting under
this provision must provide the other party prompt written notice of the default.
16. SEVERABILITY
If any provision of this Contract is found by a court of competent jurisdiction to be illegal,
unenforceable, or void then both parties will be relieved from all obligations arising from that
provision. If the remainder of this Contract is capable of being performed, it will not be affected
by such determination or finding and must be fully performed.
17. PERFORMANCE, DEFAULT, AND REMEDIES
A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and
address unresolved contract issues as follows:
1. Notification. The parties must promptly notify each other of any known dispute and
work in good faith to resolve such dispute within a reasonable period of time. If necessary,
Sourcewell and the Supplier will jointly develop a short briefing document that describes
the issue(s), relevant impact, and positions of both parties.
2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified
above, either Sourcewell or Supplier may escalate the resolution of the issue to a higher
level of management. The Supplier will have 30 calendar days to cure an outstanding issue.
3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the
Supplier must continue without delay to carry out all of its responsibilities under the
Contract that are not affected by the dispute. If the Supplier fails to continue without delay
to perform its responsibilities under the Contract, in the accomplishment of all undisputed
work, the Supplier will bear any additional costs incurred by Sourcewell and/or its
Participating Entities as a result of such failure to proceed.
B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract,
or any Participating Entity order under this Contract, in default:
1. Nonperformance of contractual requirements, or
DocuSign Envelope ID: 8B146823-77D9-4BC0-98F4-B947F9AA0E19
070121-CAR
Rev. 3/2021 11
2. A material breach of any term or condition of this Contract.
The party claiming default must provide written notice of the default, with 30 calendar days to
cure the default. Time allowed for cure will not diminish or eliminate any liability for liquidated
or other damages. If the default remains after the opportunity for cure, the non-defaulting
party may:
• Exercise any remedy provided by law or equity, or
• Terminate the Contract or any portion thereof, including any orders issued against the
Contract.
18. INSURANCE
A. REQUIREMENTS. At its own expense, Supplier must maintain insurance policy(ies) in effect
at all times during the performance of this Contract with insurance company(ies) authorized to
do business in the State of Minnesota having an “AM BEST” rating of A- or better, with coverage
and limits of insurance of the following:
1. Workers’ Compensation and Employer’s Liability.
Workers’ Compensation: As required by any applicable law or regulation.
Employer's Liability Insurance: must be provided in amounts listed below:
Limits:
$500,000 each accident for bodily injury by accident
$500,000 policy limit for bodily injury by disease
$500,000 each employee for bodily injury by disease
2. Commercial General Liability Insurance. Supplier will maintain insurance covering its
operations, with coverage on an occurrence basis, and must be subject to terms no less
broad than the Insurance Services Office (“ISO”) Commercial General Liability Form
CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include
liability arising from premises, operations, bodily injury and property damage,
independent contractors, products-completed operations including construction defect,
contractual liability, blanket contractual liability, and personal injury and advertising
injury. All required limits, terms and conditions of coverage must be maintained during
the term of this Contract.
Limits:
$1,000,000 each occurrence Bodily Injury and Property Damage
$1,000,000 Personal and Advertising Injury
$2,000,000 aggregate for Products-Completed operations
$2,000,000 general aggregate
3. Commercial Automobile Liability Insurance. During the term of this Contract,
Supplier will maintain insurance covering all owned, hired, and non-owned automobiles
DocuSign Envelope ID: 8B146823-77D9-4BC0-98F4-B947F9AA0E19
070121-CAR
Rev. 3/2021 12
in limits of liability as indicated below. The coverage must be subject to terms no less
broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer), or
equivalent.
Limits:
$1,000,000 each accident, combined single limit
4. Umbrella Insurance. During the term of this Contract, Supplier will maintain
umbrella coverage over Employer’s Liability, Commercial General Liability, and
Commercial Automobile.
Limits:
$2,000,000 per occurrence and in aggregate
5. Network Security and Privacy Liability Insurance. During the term of this Contract,
Supplier will maintain coverage for network security and privacy liability. The coverage
may be endorsed on another form of liability coverage or written on a standalone
policy. The insurance must cover claims which may arise from failure of Supplier’s
security resulting in, but not limited to, computer attacks, unauthorized access,
disclosure of not public data – including but not limited to, confidential or private
information, transmission of a computer virus, or denial of service.
Limits:
$2,000,000 per claim
$2,000,000 annual aggregate
Failure of Supplier to maintain the required insurance will constitute a material breach entitling
Sourcewell to immediately terminate this Contract for default.
B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Supplier must
furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this
Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to
Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the
Sourcewell Supplier Development Administrator assigned to this Contract. The certificates must
be signed by a person authorized by the insurer(s) to bind coverage on their behalf.
Failure to request certificates of insurance by Sourcewell, or failure of Supplier to provide
certificates of insurance, in no way limits or relieves Supplier of its duties and responsibilities in
this Contract.
C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY
INSURANCE CLAUSE. Supplier agrees to list Sourcewell and its Participating Entities, including
their officers, agents, and employees, as an additional insured under the Supplier’s commercial
general liability insurance policy with respect to liability arising out of activities, “operations,” or
“work” performed by or on behalf of Supplier, and products and completed operations of
Supplier. The policy provision(s) or endorsement(s) must further provide that coverage is
DocuSign Envelope ID: 8B146823-77D9-4BC0-98F4-B947F9AA0E19
070121-CAR
Rev. 3/2021 13
primary and not excess over or contributory with any other valid, applicable, and collectible
insurance or self-insurance in force for the additional insureds.
D. WAIVER OF SUBROGATION. Supplier waives and must require (by endorsement or
otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional
insureds for losses paid under the insurance policies required by this Contract or other
insurance applicable to the Supplier or its subcontractors, except such rights as Supplier has to
proceeds. The waiver must apply to all deductibles and/or self-insured retentions applicable to
the required or any other insurance maintained by the Supplier or its subcontractors. Where
permitted by law, Supplier must require similar written express waivers of subrogation and
insurance clauses from each of its subcontractors.
E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this
Contract can be met by either providing a primary policy or in combination with
umbrella/excess liability policy(ies), or self-insured retention.
19. COMPLIANCE
A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this
Contract must comply fully with applicable federal laws and regulations, and with the laws in
the states and provinces in which the Equipment, Products, or Services are sold.
B. LICENSES. Supplier must maintain a valid and current status on all required federal,
state/provincial, and local licenses, bonds, and permits required for the operation of the
business that the Supplier conducts with Sourcewell and Participating Entities.
20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION
Supplier certifies and warrants that it is not in bankruptcy or that it has previously disclosed in
writing certain information to Sourcewell related to bankruptcy actions. If at any time during
this Contract Supplier declares bankruptcy, Supplier must immediately notify Sourcewell in
writing.
Supplier certifies and warrants that neither it nor its principals are presently debarred,
suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs
operated by the State of Minnesota; the United States federal government or the Canadian
government, as applicable; or any Participating Entity. Supplier certifies and warrants that
neither it nor its principals have been convicted of a criminal offense related to the subject
matter of this Contract. Supplier further warrants that it will provide immediate written notice
to Sourcewell if this certification changes at any time.
DocuSign Envelope ID: 8B146823-77D9-4BC0-98F4-B947F9AA0E19
070121-CAR
Rev. 3/2021 14
21. PROVISIONS FOR NON-UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER
UNITED STATES FEDERAL AWARDS OR OTHER AWARDS
Participating Entities that use United States federal grant or FEMA funds to purchase goods or
services from this Contract may be subject to additional requirements including the
procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit
Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may have additional
requirements based on specific funding source terms or conditions. Within this Article, all
references to “federal” should be interpreted to mean the United States federal government.
The following list only applies when a Participating Entity accesses Supplier’s Equipment,
Products, or Services with United States federal funds.
A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all
contracts that meet the definition of “federally assisted construction contract” in 41 C.F.R. § 60-
1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in
accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319,
12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending
Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing
regulations at 41 C.F.R. § 60, “Office of Federal Contract Compliance Programs, Equal
Employment Opportunity, Department of Labor.” The equal opportunity clause is incorporated
herein by reference.
B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal
program legislation, all prime construction contracts in excess of $2,000 awarded by non-
federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. §
3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5,
“Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted
Construction”). In accordance with the statute, contractors must be required to pay wages to
laborers and mechanics at a rate not less than the prevailing wages specified in a wage
determination made by the Secretary of Labor. In addition, contractors must be required to pay
wages not less than once a week. The non-federal entity must place a copy of the current
prevailing wage determination issued by the Department of Labor in each solicitation. The
decision to award a contract or subcontract must be conditioned upon the acceptance of the
wage determination. The non-federal entity must report all suspected or reported violations to
the federal awarding agency. The contracts must also include a provision for compliance with
the Copeland “Anti-Kickback” Act (40 U.S.C. § 3145), as supplemented by Department of Labor
regulations (29 C.F.R. § 3, “Contractors and Subcontractors on Public Building or Public Work
Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that
each contractor or subrecipient must be prohibited from inducing, by any means, any person
employed in the construction, completion, or repair of public work, to give up any part of the
compensation to which he or she is otherwise entitled. The non-federal entity must report
all suspected or reported violations to the federal awarding agency. Supplier must be in
compliance with all applicable Davis-Bacon Act provisions.
DocuSign Envelope ID: 8B146823-77D9-4BC0-98F4-B947F9AA0E19
070121-CAR
Rev. 3/2021 15
C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where
applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve
the employment of mechanics or laborers must include a provision for compliance with 40
U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5).
Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of
every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess
of the standard work week is permissible provided that the worker is compensated at a rate of
not less than one and a half times the basic rate of pay for all hours worked in excess of 40
hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction
work and provide that no laborer or mechanic must be required to work in surroundings or
under working conditions which are unsanitary, hazardous or dangerous. These requirements
do not apply to the purchases of supplies or materials or articles ordinarily available on the
open market, or contracts for transportation or transmission of intelligence. This provision is
hereby incorporated by reference into this Contract. Supplier certifies that during the term of
an award for all contracts by Sourcewell resulting from this procurement process, Supplier must
comply with applicable requirements as referenced above.
D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT. If the federal award
meets the definition of “funding agreement” under 37 C.F.R. § 401.2(a) and the recipient or
subrecipient wishes to enter into a contract with a small business firm or nonprofit organization
regarding the substitution of parties, assignment or performance of experimental,
developmental, or research work under that “funding agreement,” the recipient or subrecipient
must comply with the requirements of 37 C.F.R. § 401, “Rights to Inventions Made by Nonprofit
Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative
Agreements,” and any implementing regulations issued by the awarding agency. Supplier
certifies that during the term of an award for all contracts by Sourcewell resulting from this
procurement process, Supplier must comply with applicable requirements as referenced above.
E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL
ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require
the non-federal award to agree to comply with all applicable standards, orders or regulations
issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution
Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal
awarding agency and the Regional Office of the Environmental Protection Agency (EPA).
Supplier certifies that during the term of this Contract will comply with applicable requirements
as referenced above.
F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award
(see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions
in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R.
§180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3
C.F.R. § 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names
DocuSign Envelope ID: 8B146823-77D9-4BC0-98F4-B947F9AA0E19
070121-CAR
Rev. 3/2021 16
of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared
ineligible under statutory or regulatory authority other than Executive Order 12549. Supplier
certifies that neither it nor its principals are presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from participation by any federal
department or agency.
G. BYRD ANTI-LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Suppliers must file
any required certifications. Suppliers must not have used federal appropriated funds to pay any
person or organization for influencing or attempting to influence an officer or employee of any
agency, a member of Congress, officer or employee of Congress, or an employee of a member
of Congress in connection with obtaining any federal contract, grant, or any other award
covered by 31 U.S.C. § 1352. Suppliers must disclose any lobbying with non-federal funds that
takes place in connection with obtaining any federal award. Such disclosures are forwarded
from tier to tier up to the non-federal award. Suppliers must file all certifications and
disclosures required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31
U.S.C. § 1352).
H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Supplier must comply with
the record retention requirements detailed in 2 C.F.R. § 200.333. The Supplier further certifies
that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after
grantees or subgrantees submit final expenditure reports or quarterly or annual financial
reports, as applicable, and all other pending matters are closed.
I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Supplier
must comply with the mandatory standards and policies relating to energy efficiency which are
contained in the state energy conservation plan issued in compliance with the Energy Policy
and Conservation Act.
J. BUY AMERICAN PROVISIONS COMPLIANCE. Any order requiring Buy American provisions
will not be accepted until Supplier confirms in writing it can comply with the specific applicable
Buy American clause cited. Purchases made in accordance with the Buy American Act must
follow the applicable procurement rules calling for free and open competition.
K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Supplier agrees that duly authorized
representatives of a federal agency must have access to any books, documents, papers and
records of Supplier that are directly pertinent to Supplier’s discharge of its obligations under
this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The
right also includes timely and reasonable access to Supplier’s personnel for the purpose of
interview and discussion relating to such documents.
L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is
a state agency or agency of a political subdivision of a state and its contractors must comply
with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation
DocuSign Envelope ID: 8B146823-77D9-4BC0-98F4-B947F9AA0E19
070121-CAR
Rev. 3/2021 17
and Recovery Act. The requirements of Section 6002 include procuring only items designated in
guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that contain the
highest percentage of recovered materials practicable, consistent with maintaining a
satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the
value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring
solid waste management services in a manner that maximizes energy and resource recovery;
and establishing an affirmative procurement program for procurement of recovered materials
identified in the EPA guidelines.
M. FEDERAL SEAL(S), LOGOS, AND FLAGS. The Supplier not use the seal(s), logos, crests, or
reproductions of flags or likenesses of Federal agency officials without specific pre-approval.
N. NO OBLIGATION BY FEDERAL GOVERNMENT. The U.S. federal government is not a party to
this Contract or any purchase by an Participating Entity and is not subject to any obligations or
liabilities to the Participating Entity, Supplier, or any other party pertaining to any matter
resulting from the Contract or any purchase by an authorized user.
O. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The
Contractor acknowledges that 31 U.S.C. 38 (Administrative Remedies for False Claims and
Statements) applies to the Supplier’s actions pertaining to this Contract or any purchase by a
Participating Entity.
P. FEDERAL DEBT. The Supplier certifies that it is non-delinquent in its repayment of any
federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit
disallowance, and benefit overpayments.
Q. CONFLICTS OF INTEREST. The Supplier must notify the U.S. Office of General Services,
Sourcewell, and Participating Entity as soon as possible if this Contract or any aspect related to
the anticipated work under this Contract raises an actual or potential conflict of interest (as
described in 2 C.F.R. Part 200). The Supplier must explain the actual or potential conflict in
writing in sufficient detail so that the U.S. Office of General Services, Sourcewell,
and Participating Entity are able to assess the actual or potential conflict; and provide any
additional information as necessary or requested.
R. U.S. EXECUTIVE ORDER 13224. The Supplier, and its subcontractors, must comply with U.S.
Executive Order 13224 and U.S. Laws that prohibit transactions with and provision of resources
and support to individuals and organizations associated with terrorism.
S. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR
EQUIPMENT. To the extent applicable, Supplier certifies that during the term of this Contract it
will comply with applicable requirements of 2 C.F.R. § 200.216.
DocuSign Envelope ID: 8B146823-77D9-4BC0-98F4-B947F9AA0E19
070121-CAR
Rev. 3/2021 18
T. DOMESTIC PREFERENCES FOR PROCUREMENTS. To the extent applicable, Supplier certifies
that during the term of this Contract will comply with applicable requirements of 2 C.F.R. §
200.322.
U. FEDERAL GOVERNMENT REQUIREMENTS STIPULATION. Supplier is a commercial entity and
the components, equipment and services to be included by Supplier in its proposal and to be
provided in the event of an award are offered on the basis that they constitute commercial
items as defined in the Federal Acquisition Regulations ("FAR"). Similarly, the prices to be
offered by Supplier in its proposal, and which would be offered in any resulting contract and
any modifications or changes to such contract are based on Supplier's standard commercial
accounting policies and practices. Supplier’s accounting practices comply fully with U.S. GAAP,
but do not take into account any additional or special requirements of Cost Accounting
Standards, nor meet the requirements of FAR Part 31 or any similar procurement regulations,
including those of the U.S. Department of Defense. Accordingly, Supplier makes its proposal
based on its belief that an award can be made to Supplier consistent with FAR Part 12 -
"Acquisition of Commercial Items,” and that submission of cost and pricing data consistent with
CAS/FAR Part 31 will not be required. Supplier does not accept and will not be held liable for
any flow down requirements unless specifically agreed to in writing.
22. CANCELLATION
Sourcewell or Supplier may cancel this Contract at any time, with or without cause, upon 60
days’ written notice to the other party. However, Sourcewell may cancel this Contract
immediately upon discovery of a material defect in any certification made in Supplier’s
Proposal. Cancellation of this Contract does not relieve either party of financial, product, or
service obligations incurred or accrued prior to cancellation.
Sourcewell Carrier Global Corporation
By: __________________________ By: __________________________
Jeremy Schwartz Simon C. Walls
Title: Chief Procurement Officer Title: Global Strategic Accounts Leader
Date: ________________________
Date: ________________________
DocuSign Envelope ID: 8B146823-77D9-4BC0-98F4-B947F9AA0E19
10/7/2021 | 9:30 PM CDT 10/7/2021 | 11:01 AM CDT
070121-CAR
Rev. 3/2021 19
Approved:
By: __________________________
Chad Coauette
Title: Executive Director/CEO
Date: ________________________
DocuSign Envelope ID: 8B146823-77D9-4BC0-98F4-B947F9AA0E19
10/7/2021 | 9:34 PM CDT
RFP 070121 - HVAC Systems and Related Services
Vendor Details
Company Name:Carrier Global Corp
Does your company conduct
business under any other name? If
yes, please state:
Carrier Corporation
Address:
5900-H Northwoods Bus Pkwy
Charlotte, NC 28269
Contact:Alex Relf
Email:alex.l.relf@carrier.com
Phone:704-521-6443
HST#:06-0991716
Submission Details
Created On:Tuesday June 15, 2021 15:26:02
Submitted On:Wednesday June 30, 2021 15:43:18
Submitted By:Alex Relf
Email:alex.l.relf@carrier.com
Transaction #:0278eeef-41a2-4fbe-a881-901b9690436a
Submitter's IP Address:104.129.206.103
Bid Number: RFP 070121 Vendor Name: Carrier Global Corp
DocuSign Envelope ID: 8B146823-77D9-4BC0-98F4-B947F9AA0E19
Specifications
Table 1: Proposer Identity & Authorized Representatives
General Instructions (applies to all Tables) Sourcewell prefers a brief but thorough response to each question. Do not merely attach additional documents to your response without also
providing a substantive response. Do not leave answers blank; respond “N/A” if the question does not apply to you (preferably with an explanation).
Line
Item Question Response *
1 Proposer Legal Name (one legal entity only):Carrier Global Corporation *
2 Identify all subsidiary entities of the Proposer
whose equipment, products, or services are
included in the Proposal.
Carrier Corporation *
3 Identify all applicable assumed names or DBA
names of the Proposer or Proposer's
subsidiaries in Line 1 or Line 2 above.
Carrier Corporation *
4 Proposer Physical Address:5900-H Northwoods Bus Pkwy, Charlotte, N.C. 28269 *
5 Proposer website address (or addresses):www.carrier.com *
6 Proposer's Authorized Representative (name,
title, address, email address & phone) (The
representative must have authority to sign
the “Proposer’s Assurance of Compliance” on
behalf of the Proposer and, in the event of
award, will be expected to execute the
resulting contract):
Meredith Emmerich, Vice President, North America, Commercial HVAC, 5900-B Northwoods Bus Pkwy, Charlotte, NC. 28269.
meredith.emmerich@carrier.com
*
7 Proposer's primary contact for this proposal
(name, title, address, email address & phone):
Alex Relf, Strategic Account Manager, 5900-H Northwoods Bus Pkwy, Charlotte, N.C. 28269, 704-521-6443, alex.l.relf@carrier.com *
8 Proposer's other contacts for this proposal, if
any (name, title, address, email address &
phone):
Joe Ison, Strategic Accounts Manager, 5900-H Northwoods Bus Pkwy, Charlotte, N.C. 28269, 501-529-9688,
joseph.e.ison@carrier.com
Table 2: Company Information and Financial Strength
Line
Item Question Response *
9 Provide a brief history of your company, including your
company’s core values, business philosophy, and industry
longevity related to the requested equipment, products or
services.
Carrier Engineering Corporation was incorporated in New York on June 26, 1915 by seven engineers led by Willis
Carrier. In 1930, Carrier Air Conditioning was formed through the merger of Carrier Engineering Corporation with
Brunswick-Kroeschell Company and York Heating & Ventilating Corporation. In 1978, Carrier Corporation, a
corporation organized in the State of Delaware, became a wholly owned subsidiary of United Technologies
Corporation, and was subsequently spun off as a stand alone company in April of 2020. Carrier Corporation is the
leading manufacturer of heating, ventilation and air conditioning equipment and service in the United States with sales
totaling approximately $19 Billion in 2020.
*
10 What are your company’s expectations in the event of an
award?
Carrier is currently an incumbent vendor of Sourcewell. Upon award, Carrier will schedule a roll out meeting with the
customer to plan and prepare for the execution of the awarded contract, as needed. *
11 Demonstrate your financial strength and stability with meaningful
data. This could include such items as financial statements,
SEC filings, credit and bond ratings, letters of credit, and
detailed reference letters. Upload supporting documents (as
applicable) in the document upload section of your response.
Carrier Global Corporation is an American multinational home appliances corporation based in Palm Beach Gardens,
Florida. Carrier was founded in 1915 as an independent company manufacturing and distributing heating, ventilating
and air conditioning (HVAC) systems, and has since expanded to include manufacturing commercial refrigeration and
foodservice equipment, and fire and security technologies.
As of 2020, it was an $18.6 billion company with over 53,000 employees serving customers in 160 countries on six
continents Carrier's Moody rating is Baa3, and the outlook is stable. Carrier's Baa3 senior unsecured rating reflects
its long-established leadership position in the global equipment industry. Carrier's significant scale positions it as one
of the largest competitors in the sector. The business is exposed to cyclicality with about 70% of revenue derived
from new equipment sales. The ratings consider sizeable debt levels and high financial leverage following the spinoff
from United Technologies Corporation in early 2020.
Refer to annual report for full financial statements.
*
12 What is your US market share for the solutions that you are
proposing?
Carrier is a leading manufacturer of HVAC equipment in both North America and globally. Specific market share
information is confidential. Please refer to our website for HVAC applications and installation. *
13 What is your Canadian market share for the solutions that you
are proposing?
N/A *
14 Has your business ever petitioned for bankruptcy protection? If
so, explain in detail.
No *
15 How is your organization best described: is it a manufacturer,
a distributor/dealer/reseller, or a service provider? Answer
whichever question (either a) or b) just below) best applies to
your organization.
a) If your company is best described as a
distributor/dealer/reseller (or similar entity), provide your written
authorization to act as a distributor/dealer/reseller for the
manufacturer of the products proposed in this RFP. If
applicable, is your dealer network independent or company
owned?
b) If your company is best described as a manufacturer or
service provider, describe your relationship with your sales and
service force and with your dealer network in delivering the
products and services proposed in this RFP. Are these
individuals your employees, or the employees of a third party?
Manufacturer and service provider.
a) N/A
b) Carrier Commercial Service self performs most work, or will serve as a general if specialty sub-contractors are
needed on a project. Carrier has 99 service offices throughout North America, and may procure product or
materials through our corporate owned warehouses, or through local distribution centers.
*
16 If applicable, provide a detailed explanation outlining the
licenses and certifications that are both required to be held,
and actually held, by your organization (including third parties
and subcontractors that you use) in pursuit of the business
contemplated by this RFP.
Carrier is subject to various registration and licensing requirements in the states and local jurisdictions where it does
business and has hundreds of licenses in place in the United States, and Canada. *
17 Provide all “Suspension or Debarment” information that has
applied to your organization during the past ten years.
N/A *
Bid Number: RFP 070121 Vendor Name: Carrier Global Corp
DocuSign Envelope ID: 8B146823-77D9-4BC0-98F4-B947F9AA0E19
Table 3: Industry Recognition & Marketplace Success
Line Item Question Response *
18 Describe any relevant industry awards or recognition that your
company has received in the past five years
The OptiClean™ Dual-Mode Air Scrubber & Negative Air Machine, Carrier’s pioneering solution to help provide
healthier indoor air, has been crowned Air Conditioning Innovation of the Year in the RAC Cooling Industry Awards,
one of the UK’s top building technology awards.
The recognition follows the OptiClean unit being named one of TIME's 100 Best Inventions of 2020. The product,
currently available in North America and Asia, is expected to launch in Europe this year. Carrier is part of Carrier
Global Corporation (NYSE: CARR), a leading global provider of healthy, safe and sustainable building and cold
chain solutions.
As an air scrubber, the OptiClean unit can improve the indoor air quality of classrooms, restaurants, dental offices,
commercial buildings and more, by pulling in air, scrubbing it using a HEPA filter, and then exhausting cleaner air
back into the room. It has a footprint of less than three square feet and can plug into a standard wall outlet.
*
19 What percentage of your sales are to the governmental sector
in the past three years
Carrier Corporation is a 19 billion dollar, global entity. Less that 1% of those sales were recognized from the
government sector. *
20 What percentage of your sales are to the education sector in
the past three years
Carrier Corporation is a 19 billion dollar, global entity. Less that 1% of those sales were recognized from the
education sector. *
21 List any state, provincial, or cooperative purchasing contracts
that you hold. What is the annual sales volume for each of
these contracts over the past three years?
Carrier is a leading manufacturer of HVAC equipment in both North America and globally. Specific market share
information is confidential. Please refer to our website for HVAC applications and installation. *
22 List any GSA contracts or Standing Offers and Supply
Arrangements (SOSA) that you hold. What is the annual sales
volume for each of these contracts over the past three years?
Carrier is a leading manufacturer of HVAC equipment in both North America and globally. Specific market share
information is confidential. Please refer to our website for HVAC applications and installation. *
Table 4: References/Testimonials
Line Item 23. Supply reference information from three customers who are eligible to be Sourcewell participating entities.
Entity Name *Contact Name *Phone Number *
County of Passaic Steve Orsini 201-937-2576 *
Mount Olive Board of Education Glenn Miller 973 691-4008 x8505 *
Rutgers University Glen Vliet 848 445-3714 *
Table 5: Top Five Government or Education Customers
Line Item 24. Provide a list of your top five government, education, or non-profit customers (entity name is optional), including entity type, the state or province the entity is located in,
scope of the project(s), size of transaction(s), and dollar volumes from the past three years.
Entity Name Entity Type *State / Province *Scope of Work *Size of Transactions *Dollar Volume Past Three Years *
Houston Independent
School District
Education Texas - TX HVAC preventive maintenance, retrofits,
repairs, energy saving upgrades.
Carrier is a leading manufacturer of
HVAC equipment in both North
America and globally. Specific
market share information is
confidential. Please refer to our
website for HVAC applications and
installation.
Carrier is a leading manufacturer of
HVAC equipment in both North
America and globally. Specific
market share information is
confidential. Please refer to our
website for HVAC applications and
installation.
*
Redondo Beach
School District
Education California - CA HVAC capital chiller installations and retrofits,
to include boilers, air handlers, and controls
systems.
Carrier is a leading manufacturer of
HVAC equipment in both North
America and globally. Specific
market share information is
confidential. Please refer to our
website for HVAC applications and
installation.
Carrier is a leading manufacturer of
HVAC equipment in both North
America and globally. Specific
market share information is
confidential. Please refer to our
website for HVAC applications and
installation.
*
BIRMINGHAM
BOARD OF
EDUCATION
Education Alabama - AL HVAC preventive maintenance, retrofits,
repairs, energy saving upgrades.
Carrier is a leading manufacturer of
HVAC equipment in both North
America and globally. Specific
market share information is
confidential. Please refer to our
website for HVAC applications and
installation.
Carrier is a leading manufacturer of
HVAC equipment in both North
America and globally. Specific
market share information is
confidential. Please refer to our
website for HVAC applications and
installation.
*
Elk Grove School
District
Education California - CA Supply HVAC equipment, perform startup, and
warranty repairs.
Carrier is a leading manufacturer of
HVAC equipment in both North
America and globally. Specific
market share information is
confidential. Please refer to our
website for HVAC applications and
installation.
Carrier is a leading manufacturer of
HVAC equipment in both North
America and globally. Specific
market share information is
confidential. Please refer to our
website for HVAC applications and
installation.
*
University of Central
Florida
Education Florida - FL HVAC capital chiller installations and retrofits,
to include boilers, roof top units, and controls
systems.
Carrier is a leading manufacturer of
HVAC equipment in both North
America and globally. Specific
market share information is
confidential. Please refer to our
website for HVAC applications and
installation.
Carrier is a leading manufacturer of
HVAC equipment in both North
America and globally. Specific
market share information is
confidential. Please refer to our
website for HVAC applications and
installation.
*
Bid Number: RFP 070121 Vendor Name: Carrier Global Corp
DocuSign Envelope ID: 8B146823-77D9-4BC0-98F4-B947F9AA0E19
Table 6: Ability to Sell and Deliver Service
Describe your company’s capability to meet the needs of Sourcewell participating entities across the US and Canada, as applicable. Your response should address in detail at least the
following areas: locations of your network of sales and service providers, the number of workers (full-time equivalents) involved in each sector, whether these workers are your direct
employees (or employees of a third party), and any overlap between the sales and service functions.
Line
Item Question Response *
25 Sales force.In North America, Carrier Commercial Service is geographically managed through the Service Center of Excellence, in
Charlotte, NC. This centralized location works with 99 field offices that cover the entire continental United States,
Hawaii, and Canada.
*
26 Dealer network or other distribution methods.Carrier has both company owned direct sales offices, independent distributors and joint venture distributors. In May
1999 Carrier and Watsco, Inc. formed a joint venture to distribute Carrier, Bryant, Payne equipment and Totaline parts.
The new name for this distribution network is Carrier Enterprises. These distributors were previously owned 100% by
Carrier.
*
27 Service force.Commercial Service employs over 2,000 management, professional, clerical personnel, service technicians and technical
engineers. We have over 30 million man-hours of service experience. Service technicians belong to local pipefitters
unions (optional in right-to-work states), which are part of the United Association of Plumbers and Steamfitters.
*
28 Describe in detail the process and procedure of your
customer service program, if applicable. Include your
response-time capabilities and commitments, as well as any
incentives that help your providers meet your stated service
goals or promises.
When you partner with Carrier, you will work with a single source, dedicated Service Account Team that will provide
360 degrees of comprehensive solutions. Carrier will work with our client to develop a smart, effective and
customized plan, designed to deliver the most value for the equipment and facility. Service options are matched to
your required level of coverage; from inspections and annual maintenance, to planned and full maintenance options.
When it comes to predictive maintenance services, Carrier is proactive, keeping your equipment at its operating peak
performance. In-depth analysis, with our proprietary diagnostic tools, increases reliability and minimizes downtime.
Carrier Commercial Service will notify you of any potential issues long before you realize there is a problem. In the
event of an emergency outage, Carrier's response time to "tech on site" is typically 4 hours. For routine calls, the
response time is generally 8 hours.
*
29 Describe your ability and willingness to provide your
products and services to Sourcewell participating entities in
the United States.
Carrier Corporation is a proud incumbent provider to Sourcewell. Carrier will continue to respond to requests from
current, and prospective, members of the Sourcewell program. *
30 Describe your ability and willingness to provide your
products and services to Sourcewell participating entities in
Canada.
Carrier Commercial Service in Canada currently provides services to governmental facilities. Our Canada team will
respond accordingly to all requests for Sourcewell services. *
31 Identify any geographic areas of the United States or
Canada that you will NOT be fully serving through the
proposed contract.
Carrier has over 900 dispatch points operating out of 99 service offices in the US and Canada. Carrier Commercial
Service provides services to all regions of the US, except Alaska. *
32 Identify any Sourcewell participating entity sectors (i.e.,
government, education, not-for-profit) that you will NOT be
fully serving through the proposed contract. Explain in detail.
For example, does your company have only a regional
presence, or do other cooperative purchasing contracts limit
your ability to promote another contract?
Carrier can, and will, service all sectors throughout the US and Canada (except Alaska) via the Sourcewell program.
*
33 Define any specific contract requirements or restrictions that
would apply to our participating entities in Hawaii and
Alaska and in US Territories.
Carrier Commercial Service provides services to all regions of the US and Canada, to include Hawaii. Carrier does
not service Alaska. *
Table 7: Marketing Plan
Line Item Question Response *
34 Describe your marketing strategy for promoting this
contract opportunity. Upload representative samples
of your marketing materials (if applicable) in the
document upload section of your response.
Carrier sends quarterly and annual email correspondence to customers associated with these markets. In addition to our
email marketing campaign, Carrier annually attends and participates in the NIGP Forum and trade show. Carrier looks
forward to partnering with Sourcewell in a strategic relationship at the show. Examples of Carrier’s marketing materials for
market solutions may be found at www.carrier.com. Included with the submission package is Carrier Strategic Accounts
Marketing brochure.
*
35 Describe your use of technology and digital data
(e.g., social media, metadata usage) to enhance
marketing effectiveness.
Carrier’s web site www.carrier.com is an effective platform for communicating our offerings to the general public, and
prospective clients alike. The site allows us to showcase products and services, sustainable building solutions, and newly
developed innovations. Carrier is also active in Linkedin and Twitter, as a means of communicating current news, and during
times of emergency, to alert our customers of our temporary solutions for heating, cooling and power supply.
*
36 In your view, what is Sourcewell’s role in promoting
contracts arising out of this RFP? How will you
integrate a Sourcewell-awarded contract into your
sales process?
Carrier will encourage Sourcewell to facilitate introductions on behalf of Carrier with parties that represent a match to our
service offerings. The master services agreement will be introduced to the national sales team during the award rollout, and
will be accessible to all service personnel on our internal, National Accounts web site. *
37 Are your products or services available through an e-
procurement ordering process? If so, describe your e-
procurement system and how governmental and
educational customers have used it.
N/A
*
Bid Number: RFP 070121 Vendor Name: Carrier Global Corp
DocuSign Envelope ID: 8B146823-77D9-4BC0-98F4-B947F9AA0E19
Table 8: Value-Added Attributes
Line Item Question Response *
38 Describe any product, equipment, maintenance,
or operator training programs that you offer to
Sourcewell participating entities. Include details,
such as whether training is standard or optional,
who provides training, and any costs that apply.
At the customers option, Carrier may provide equipment operation training at the customer’s facility. This training generally lasts
several hours in duration, and encompasses unit operation, weekly routine operations checks, and minor troubleshooting. In
addition, the customer may attend factory training at the Service Center of Excellence in Charlotte, N.C. *
39 Describe any technological advances that your
proposed products or services offer.
Carrier® SMART Service is a dynamic, proactive strategy for enhanced equipment and system management. Through the
identification and analysis of chiller and system operating
trends, more informed decisions can now be made relative to meeting comfort demands, implementing service, maintenance or
repair events and improving a building’s financial performance. The benefits include insight into chiller operation and trends,
early indication of equipment problems, maximum operating efficiency, mitigating risks by identifying and correcting minor
problems before they lead to expensive repairs.
*
40 Describe any “green” initiatives that relate to
your company or to your products or services,
and include a list of the certifying agency for
each.
One of the U.S. Government's testing agencies recently found that Carrier’s variable-speed screw chiller consumed less energy
and offered a greater range of operating conditions than alternative water-cooled chiller technology. Overseen by the General
Services Administration, the Green Proving Ground program appointed Oak Ridge National Laboratory to perform real-world
testing of two chillers: one with variable-speed screw technology and the other with maglev centrifugal technology. The findings
showed variable-speed screw technology, like that in Carrier's AquaEdge® 23XRV water-cooled chiller, was more efficient, more
versatile and required less maintenance than the maglev centrifugal and at a lower installed cost. When compared across a
broad range of operating conditions, the variable-speed screw chiller consumed 11 percent less energy than the maglev
centrifugal chiller. Based on the data, the variable-speed screw chiller also has an equipment price that is more than 30
percent lower than the maglev centrifugal chiller with the same cooling capacity.
*
41 Identify any third-party issued eco-labels, ratings
or certifications that your company has received
for the equipment or products included in your
Proposal related to energy efficiency or
conservation, life-cycle design (cradle-to-cradle),
or other green/sustainability factors.
With Weather Series Rooftop Units featuring EcoBlue™ Technology, Carrier is proving that not all rooftops are created equal.
EcoBlue™ Technology includes a more compact vane axial fan, which is an industry first for packaged rooftop units, along with
a simplified design that helps lower installation and maintenance costs. Turn to the experts today to learn more and see how
we've put a whole new spin on rooftops. Silver award winner of Consulting - Specifying Engineer 2019 Product of the Year. *
42 Describe any Women or Minority Business
Entity (WMBE), Small Business Entity (SBE), or
veteran owned business certifications that your
company or hub partners have obtained. Upload
documentation of certification (as applicable) in
the document upload section of your response.
Carrier is a publicly traded, fortune 500 corporation and is not minority owned.
*
43 What unique attributes does your company, your
products, or your services offer to Sourcewell
participating entities? What makes your
proposed solutions unique in your industry as it
applies to Sourcewell participating entities?
When you partner with Carrier, you’ll work with recognized HVAC professionals – all with a clear focus on the importance of
every aspect of your investment. Our technicians are certified as Carrier Specialists or Masters - each trained on our products,
customer service and thoroughly tested to our standards. Carrier’s Tech360 Certification Program is the most progressive
learning program in the industry. As Carrier’s own servicing entity, we have access to the latest engineering advancements and
the most advanced technical servicing tools. Our expansive OEM service network has strategically-located offices in the United
States and Canada. Translation: we’ll be there whenever you need us... 24/7/365. Environmental Health and Safety (EH&S) is
rooted in our culture. We support a multi-faceted EH&S management system which ensures a focused approach to safety every
day. On all levels, we adhere to the most stringent safety standards, which translate to safety on your jobsite. Our Achieving
Competitive Excellence (ACE) operating system brings you standardized solutions, no guesswork, no variables. We focus on
quality, efficiency and consistency at your jobsite and in all our day-to-day business practices.
*
Table 9A: Warranty
Describe in detail your manufacturer warranty program, including conditions and requirements to qualify, claims procedure, and overall structure. You may upload
representative samples of your warranty materials (if applicable) in the document upload section of your response in addition to responding to the questions below.
Line Item Question Response *
44 Do your warranties cover all products, parts, and labor?Carrier warrants that all equipment manufactured by Carrier Corporation and all Carrier equipment, parts or
components supplied hereunder will be free from defects in material and workmanship. Carrier shall at its
option repair or replace, F.O.B. point of sale, any equipment, part or component sold by Carrier and
determined to be defective within one (1) year from the date of initial operation or eighteen (18) months
from date of shipment, whichever is earlier. Carrier does not warrant products not manufactured by Carrier
Corporation, but it does pass on to Customer any available manufacturer’s warranty for those products.
Carrier warrants that all service provided by Carrier hereunder shall be performed in a workmanlike
manner. In the event any such service is determined to be defective within ninety (90) days of completion
of that service, Carrier shall at its option re-perform or issue a credit for such service, Carrier’s obligation
to repair or replace any defective equipment, parts or components during the warranty period shall be
Customer’s exclusive remedy. Carrier shall not be responsible for labor charges for removal or
reinstallation of defective equipment, parts or components, for charges for transportation, handling and
shipping or refrigerant loss, or for repairs or replacement of such equipment, parts or components,
required as a consequence of faulty installation, misapplication, vandalism, abuse, exposure to chemicals,
improper servicing, unauthorized alteration or improper operation by persons other than Carrier.
*
45 Do your warranties impose usage restrictions or other limitations that
adversely affect coverage?
No *
46 Do your warranties cover the expense of technicians’ travel time and
mileage to perform warranty repairs?
Yes *
47 Are there any geographic regions of the United States or Canada (as
applicable) for which you cannot provide a certified technician to
perform warranty repairs? How will Sourcewell participating entities in
these regions be provided service for warranty repair?
No
*
48 Will you cover warranty service for items made by other manufacturers
that are part of your proposal, or are these warranties issues typically
passed on to the original equipment manufacturer?
Carrier will warranty products per the manufacturer’s guidelines. *
49 What are your proposed exchange and return programs and policies?No items will be accepted for return without prior written authorization. Returned goods may be subject to
a restocking charge. Special order and non-stock items cannot be returned. *
50 Describe any service contract options for the items included in your
proposal.
Carrier offers its customers long-term service agreements providing them with knowledge on new cost-
saving and environmental technologies, preventive maintenance, and recommendations on current controls
systems. In addition, Carrier has a unique remote diagnostic monitoring tool that can detect potential
service problems before they occur.
Carrier seeks to reduce the clients operating costs through equipment optimization, equipment baseline
analysis, building management solutions, energy savings solutions, equipment modernization, including:
retrofit and upgrades and turnkey replacement solutions. Other key resources include: Field service
engineers, standard work instructions, expedited parts availability and CarrierROLE®, remote online experts
*
Bid Number: RFP 070121 Vendor Name: Carrier Global Corp
DocuSign Envelope ID: 8B146823-77D9-4BC0-98F4-B947F9AA0E19
Table 9B: Performance Standards or Guarantees
Describe in detail your performance standards or guarantees, including conditions and requirements to qualify, claims procedure, and overall structure. You may upload representative
samples of your performance materials (if applicable) in the document upload section of your response in addition to responding to the questions below.
Line Item Question Response *
51 Describe any performance standards or guarantees that
apply to your services
Carrier warrants that all equipment manufactured by Carrier Corporation and all Carrier equipment, parts or
components supplied hereunder will be free from defects in material and workmanship. Carrier shall at its option
repair or replace, F.O.B. point of sale, any equipment, part or component sold by Carrier and determined to be
defective within one (1) year from the date of initial operation or eighteen (18) months from date of shipment,
whichever is earlier. Carrier does not warrant products not manufactured by Carrier Corporation, but it does pass on
to Customer any available manufacturer’s warranty for those products. Carrier warrants that all service provided by
Carrier hereunder shall be performed in a workmanlike manner. In the event any such service is determined to be
defective within ninety (90) days of completion of that service, Carrier shall at its option re-perform or issue a credit
for such service, Carrier’s obligation to repair or replace any defective equipment, parts or components during the
warranty period shall be Customer’s exclusive remedy. Carrier shall not be responsible for labor charges for removal
or reinstallation of defective equipment, parts or components, for charges for transportation, handling and shipping or
refrigerant loss, or for repairs or replacement of such equipment, parts or components, required as a consequence of
faulty installation, misapplication, vandalism, abuse, exposure to chemicals, improper servicing, unauthorized alteration
or improper operation by persons other than Carrier.
*
52 Describe any service standards or guarantees that apply to
your services (policies, metrics, KPIs, etc.)
Quality Assurance of Products & Services
In early 1990, Carrier's Service Marketing Division developed a process for Service Product Design and
Implementation. Once a concept is established, it progresses through a feasibility study, where customers are
consulted via focus groups or questionnaires. If management approval is obtained, a multi-functional team selected
from marketing and operations is formed to undertake the project.
Consequently, field training must take place for the proper delivery of the service product. This can be a concurrent
activity with the technical training that must accompany each product. Training sessions are held at the region or
district offices, with all office personnel involved. This includes the clerical people who administer the product, the
engineers who may be called upon to install the product, the managers who manage the product’s introduction, and
the technicians who are involved in product installation and delivery.
In product introduction, the project manager meets with quality review teams and suppliers to assure that the final
product meets the initial goals for the product. Once the product is field implemented, the Customer Service Report
(CSR) provides the means to communicate product deficiencies. Service marketing compiles the data via statistical
analysis and the information is passed on to the appropriate suppliers.
What service was sold versus what service was performed is a key indicator in the service business. Method of
documentation of this indicator includes a computerized scheduling system, and the Customer Service Report (CSR)
time tickets.
The Customer Service Report (CSR), is a critical document for conformity. The CSR consists of several sections.
The equipment information, model and serial numbers are recorded to identify the machine. A task code is used to
identify the work done. Additionally, operating log readings are taken to verify the proper operation of the machine
within design conditions. Calculations are done by the mechanic to confirm that operation is within the design
specifications. Space on the form is dedicated to parts used, written description of work done and abnormalities
discovered by the servicing mechanic. Finally, after all service is performed, customer signatures are obtained to
verify that the work was done to the customer’s satisfaction.
The service performance key indicators are measured monthly by management. If any discrepancies are noted, the
next level of management meets with the entity, determines the root cause of the existing performance as a
comparison to plan and develop action plans to rectify the situation. These action plans detail specific areas of
concern, outlining actions to be taken, timing, and responsibilities. Monthly follow-ups are conducted and actual
results compared to planned results. Further corrective actions are taken as required.
For product hardware, statistics and data compiled by the CSR Report feedback process determines product
deficiencies. Its purpose is to allow the mechanic to receive technical assistance during startup, to give feedback to
engineering on problems encountered with the unit. This information is shared with the components supplier and
action items implemented to correct the situation. Management makes a required vendor visit to assure that the
proper actions are implemented.
In a distributed technical organization, there is the need to communicate service instructions across the nation. The
principle vehicles for these transfers of information are the Service Bulletin and Equipment Technical Manuals.
The need to generate technical bulletins is created by the input received from the field service organization through
Customer Service Report (CSR) documents which are reviewed by U.S Field Operations (USFO) customer assurance
personnel and field requests for assistance.
Carrier uses both formal and informal approaches to assess the quality of its systems, processes, practices, products
and services. Formally, Carrier Systems and Services assess the quality of the above with measurements. Some of
the measurements include yearly audits (i.e., policies, procedures, purchasing, signature authority, safety), product
failure rates on a monthly basis, service agreement cancellations, customer surveys (customer satisfaction index), and
customer complaints.
There are Product Management Councils set up to monitor, review and take action for specific products. Examples
are the chiller, airside products, and controls products quality councils which meet on a quarterly basis or as required.
Carrier is committed to delivering a quality product or service at an appropriate price. We have or are implementing
processes that allow us to measure the quality of our current offerings, assess opportunities for improvement and
implement changes, when needed, to improve our quality or modify our products to meet new customer requirements.
*
Bid Number: RFP 070121 Vendor Name: Carrier Global Corp
DocuSign Envelope ID: 8B146823-77D9-4BC0-98F4-B947F9AA0E19
Table 10: Payment Terms and Financing Options
Line
Item Question Response *
53 Describe your payment terms and accepted payment
methods?
Net 30. Payment is accepted via check, credit card, or wire. *
54 Describe any leasing or financing options available for use
by educational or governmental entities.
N/A *
55 Briefly describe your proposed order process. Include enough
detail to support your ability to report quarterly sales to
Sourcewell as described in the Contract template. For
example, indicate whether your dealer network is included in
your response and whether each dealer (or some other
entity) will process the Sourcewell participating entities’
purchase orders.
Rather than utilize a dealer network, Carrier Corp directly employs its sales and service force.
As a Sourcewell incumbent, Carrier has successfully provided quarterly reports since 2017.
*
56 Describe any standard transaction documents that you
propose to use in connection with an awarded contract
(order forms, terms and conditions, service level agreements,
etc.). Upload a sample of each (as applicable) in the
document upload section of your response.
Carrier has created a pricing template which details contract labor rates, material markups,
and equipment discounts from master pricing. This document is distributed to our field upon contract award,
and stored on a shared drive for all company employees to access. Template uploaded to this RFP
as a reference.
*
57 Do you accept the P-card procurement and payment
process? If so, is there any additional cost to Sourcewell
participating entities for using this process?
Yes, and at no additional costs. *
Table 11: Pricing and Delivery
Provide detailed pricing information in the questions that follow below. Keep in mind that reasonable price and product adjustments can be made during the term of an awarded Contract as
described in the RFP, the template Contract, and the Sourcewell Price and Product Change Request Form.
Line Item Question Response *
58 Describe your pricing model (e.g., line-item discounts or product-category
discounts). Provide detailed pricing data (including standard or list pricing and the
Sourcewell discounted price) on all of the items that you want Sourcewell to
consider as part of your RFP response. If applicable, provide a SKU for each
item in your proposal. Upload your pricing materials (if applicable) in the document
upload section of your response.
See attached pricing template.
*
59 Quantify the pricing discount represented by the pricing proposal in this response.
For example, if the pricing in your response represents a percentage discount from
MSRP or list, state the percentage or percentage range.
See attached pricing template. *
60 Describe any quantity or volume discounts or rebate programs that you offer.None. *
61 Propose a method of facilitating “sourced” products or related services, which may
be referred to as “open market” items or “nonstandard options”. For example, you
may supply such items “at cost” or “at cost plus a percentage,” or you may supply
a quote for each such request.
Sourced Parts are generally marked up using a pre-negotiated Mark up schedule. See
attached pricing template for rates. *
62 Identify any element of the total cost of acquisition that is NOT included in the
pricing submitted with your response. This includes all additional charges
associated with a purchase that are not directly identified as freight or shipping
charges. For example, list costs for items like pre-delivery inspection, installation,
set up, mandatory training, or initial inspection. Identify any parties that impose
such costs and their relationship to the Proposer.
Trip charges and consumable charges apply to every visit.
*
63 If freight, delivery, or shipping is an additional cost to the Sourcewell participating
entity, describe in detail the complete freight, shipping, and delivery program.
All shipments shall be F.O.B. shipping point, freight prepaid and allowed to the job site.
Shipment dates quoted are approximate. Carrier does not guarantee a particular date for
shipment or delivery.
Carrier shall have the right to ship any portion of the equipment included in this Agreement
and invoice Customer for such partial shipment.
*
64 Specifically describe freight, shipping, and delivery terms or programs available for
Alaska, Hawaii, Canada, or any offshore delivery.
Same as above. *
65 Describe any unique distribution and/or delivery methods or options offered in your
proposal.
Any unique requirements will be discussed on a customer by customer basis. *
Table 12: Pricing Offered
Line
Item The Pricing Offered in this Proposal is: *Comments
66 c. better than the Proposer typically offers to GPOs, cooperative procurement organizations, or state purchasing departments.
Table 13: Audit and Administrative Fee
Line Item Question Response *
67 Specifically describe any self-audit process or program that you plan to employ to verify
compliance with your proposed Contract with Sourcewell. This process includes ensuring that
Sourcewell participating entities obtain the proper pricing, that the Vendor reports all sales
under the Contract each quarter, and that the Vendor remits the proper administrative fee to
Sourcewell.
Carrier Corporation utilizes a pricing tool that can be pre-loaded with Sourcewell's
pre-negotiated rates, and markups. This ensures that users are compliant while
creating competitive bids for Sourcewell members. A National Account Manager will
review all bids prior to submission to ensure consistencey, and correctness.
*
68 If you are awarded a contract, provide a few examples of internal metrics that will be tracked
to measure whether you are having success with the contract.
The Carrier National Account Manager will use two tools to track the Sourcewell
contract usage. One is a tracking list maintained by the National Account Manager,
and the equipment team. The second resides in our service-sales software, which
will track and report quoted or sold jobs throughout the life of the contract.
*
69 Identify a proposed administrative fee that you will pay to Sourcewell for facilitating,
managing, and promoting the Sourcewell Contract in the event that you are awarded a
Contract. This fee is typically calculated as a percentage of Vendor’s sales under the
Contract or as a per-unit fee; it is not a line-item addition to the Member’s cost of goods.
(See the RFP and template Contract for additional details.)
2%
*
Bid Number: RFP 070121 Vendor Name: Carrier Global Corp
DocuSign Envelope ID: 8B146823-77D9-4BC0-98F4-B947F9AA0E19
7DEOH$'HSWKDQG%UHDGWKRI2IIHUHG(TXLSPHQW3URGXFWVDQG6HUYLFHV
/LQH
,WHP 4XHVWLRQ 5HVSRQVH
70 Provide a detailed description of the equipment, products, and
services that you are offering in your proposal.
Heating, ventilation, air-conditioning and refrigeration systems, controls, services, and sustainable solutions for
commercial, industrial, and transportation applications. *
71 Within this RFP category there may be subcategories of
solutions. List subcategory titles that best describe your
products and services.
Parts sales, new equipment factory startup, turnkey product installations, upgrades, indoor air quality solutions. *
7DEOH%'HSWKDQG%UHDGWKRI2IIHUHG(TXLSPHQW3URGXFWVDQG6HUYLFHV
Indicate below if the listed types or classes of equipment, products, and services are offered within your proposal. Provide additional comments in the text box provided, as necessary.
/LQH
,WHP &DWHJRU\RU7\SH 2IIHUHG
&RPPHQWV
72 HVAC, IAQ, and water heating or treatment
infrastructure, equipment, components,
products, parts, and related technology
Yes
No
Carrier offers a full line of products and solutions for building occupants' comfort, health, and well
being, and industrial cooling. This includes new equipment, parts, labor, warranty, and turnkey
installations.
*
73 Sensors, controls, thermostats, gauges, and
system automation or management products
and technology
Yes
No
Carrier sells a full line of OEM replacement components, and can source parts from all other
HVAC manufacturers as well. *
74 Services related to the offering of the
solutions described in Lines 72 and 73 of
Table 14B above, including installation,
maintenance, repair, refurbishment,
replacement, system upgrades, emergency or
short-term HVAC equipment rental,
assessment, integration, training, support, and
customization
Yes
No
Carrier seeks to reduce the clients operating costs through equipment optimization, equipment
baseline analysis, building management solutions, energy savings solutions, equipment
modernization, including: retrofit and upgrades and turnkey replacement solutions. Other key
resources include: Field service engineers, standard work instructions, expedited parts availability
and CarrierROLE®, remote online experts *
([FHSWLRQVWR7HUPV&RQGLWLRQVRU6SHFLILFDWLRQV)RUP
Only those Proposer Exceptions to Terms, Conditions, or Specifications that have been accepted by Sourcewell have
been incorporated into the contract text.
'RFXPHQWV
(QVXUH\RXUVXEPLVVLRQGRFXPHQWVFRQIRUPVWRWKHIROORZLQJ:
1. Documents in PDF format are preferred. Documents in Word, Excel, or compatible formats may also be provided.
2. Documents should NOT have a security password, as Sourcewell may not be able to open the file. It is your sole responsibility to ensure that the uploaded document(s) are not either
defective, corrupted or blank and that the documents can be opened and viewed by Sourcewell.
3. Sourcewell may reject any response where any document(s) cannot be opened and viewed by Sourcewell.
Bid Number: RFP 070121 Vendor Name: Carrier Global Corp
4. If you need to upload more than one (1) document for a single item, you should combine the documents into one zipped file. If the zipped file contains more than one (1) document,
ensure each document is named, in relation to the submission format item responding to. For example, if responding to the Marketing Plan category save the document as “Marketing
Plan.”
Pricing - Sourcewell RFP 5-19-21 Carrier Equipment Products and Pricing.xlsx - Wednesday June 30, 2021 15:03:46
Financial Strength and Stability - Carrier-2020-Annual-Report.pdf - Monday June 21, 2021 10:32:55
Marketing Plan/Samples - Strategic Accounts Overview.pdf - Monday June 28, 2021 09:17:40
WMBE/MBE/SBE or Related Certificates (optional)
Warranty Information - Carrier Warranty and Terms.pdf - Monday June 21, 2021 10:33:20
Standard Transaction Document Samples - Sourcewell RFP 5-19-21 Carrier Equipment Products and Pricing.xlsx - Wednesday June 30, 2021 15:04:38
Upload Additional Document - RFP_070121_HVAC_Systems_Services_Contract_Template Sourcewell redline for Carrier 5.25.2021.docx - Monday June 21, 2021 10:33:43
DocuSign Envelope ID: 8B146823-77D9-4BC0-98F4-B947F9AA0E19
Addenda, Terms and Conditions
PROPOSER AFFIDAVIT AND ASSURANCE OF COMPLIANCE
I certify that I am the authorized representative of the Proposer submitting the foregoing Proposal with the legal authority to bind the Proposer to this Affidavit and Assurance of Compliance:
1. The Proposer is submitting this Proposal under its full and complete legal name, and the Proposer legally exists in good standing in the jurisdiction of its residence.
2. The Proposer warrants that the information provided in this Proposal is true, correct, and reliable for purposes of evaluation for contract award.
3. The Proposer, including any person assisting with the creation of this Proposal, has arrived at this Proposal independently and the Proposal has been created without colluding with
any other person, company, or parties that have or will submit a proposal under this solicitation; and the Proposal has in all respects been created fairly without any fraud or
dishonesty. The Proposer has not directly or indirectly entered into any agreement or arrangement with any person or business in an effort to influence any part of this solicitation or
operations of a resulting contract; and the Proposer has not taken any action in restraint of free trade or competitiveness in connection with this solicitation. Additionally, if Proposer
has worked with a consultant on the Proposal, the consultant (an individual or a company) has not assisted any other entity that has submitted or will submit a proposal for this
solicitation.
4. To the best of its knowledge and belief, and except as otherwise disclosed in the Proposal, there are no relevant facts or circumstances which could give rise to an organizational
conflict of interest. An organizational conflict of interest exists when a vendor has an unfair competitive advantage or the vendor’s objectivity in performing the contract is, or might be,
impaired.
5. The contents of the Proposal have not been communicated by the Proposer or its employees or agents to any person not an employee or legally authorized agent of the Proposer and
will not be communicated to any such persons prior to Due Date of this solicitation.
6. If awarded a contract, the Proposer will provide to Sourcewell Participating Entities the equipment, products, and services in accordance with the terms, conditions, and scope of a
resulting contract.
7. The Proposer possesses, or will possess before delivering any equipment, products, or services, all applicable licenses or certifications necessary to deliver such equipment,
products, or services under any resulting contract.
8. The Proposer agrees to deliver equipment, products, and services through valid contracts, purchase orders, or means that are acceptable to Sourcewell Members. Unless otherwise
agreed to, the Proposer must provide only new and first-quality products and related services to Sourcewell Members under an awarded Contract.
9. The Proposer will comply with all applicable provisions of federal, state, and local laws, regulations, rules, and orders.
10. The Proposer understands that Sourcewell will reject RFP proposals that are marked "confidential" (or "nonpublic," etc.), either substantially or in their entirety. Under Minnesota
Statutes Section 13.591, subdivision 4, all proposals are considered nonpublic data until the evaluation is complete and a Contract is awarded. At that point, proposals become public
data. Minnesota Statutes Section 13.37 permits only certain narrowly defined data to be considered a "trade secret," and thus nonpublic data under Minnesota's Data Practices Act.
11 . Proposer its employees, agents, and subcontractors are not:
1. Included on the “Specially Designated Nationals and Blocked Persons” list maintained by the Office of Foreign Assets Control of the United States Department of the Treasury
found at: https://www.treasury.gov/ofac/downloads/sdnlist.pdf;
2. Included on the government-wide exclusions lists in the United States System for Award Management found at: https://sam.gov/SAM/; or
3. Presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota; the United States federal
government or the Canadian government, as applicable; or any Participating Entity. Vendor certifies and warrants that neither it nor its principals have been convicted of a
criminal offense related to the subject matter of this solicitation.
By checking this box I acknowledge that I am bound by the terms of the Proposer’s Affidavit, have the legal authority to submit this Proposal on behalf of the Proposer, and that this
electronic acknowledgment has the same legal effect, validity, and enforceability as if I had hand signed the Proposal. This signature will not be denied such legal effect, validity, or
enforceability solely because an electronic signature or electronic record was used in its formation. - Alex Relf, Strategic Account Manager, Carrier Global Corp
The Proposer declares that there is an actual or potential Conflict of Interest relating to the preparation of its submission, and/or the Proposer foresees an actual or potential Conflict of
Interest in performing the contractual obligations contemplated in the bid.
Yes No
The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document.
Check the box in the column "I have reviewed this addendum" below to acknowledge each of the addenda.
File Name
I have reviewed the
below addendum and
attachments (if
applicable)
Pages
Addendum_4_HVAC_Systems_Services_RFP_070121
Tue June 22 2021 04:10 PM 1
Addendum_3_HVAC_Systems_Services_RFP_070121
Wed May 26 2021 04:55 PM 1
Addendum_2_HVAC_Systems_Services_RFP_070121
Tue May 18 2021 03:45 PM 1
Addendum_1_HVAC_Systems_Services_RFP_070121
Mon May 17 2021 01:50 PM 1
Bid Number: RFP 070121 Vendor Name: Carrier Global Corp
DocuSign Envelope ID: 8B146823-77D9-4BC0-98F4-B947F9AA0E19
VILLAGE OF NORTH PALM BEACH
CAPITAL IMPROVEMENT PLAN
2022 - 2026
Strategic Result : Department :
People and Organizational Performance Public Works
Project Name :Year(s) :2022
Village Hall Air Handler and Chiller Replacement
Project Description :
Link to Strategic Plan :
Need, Justification, Benefits :
Location & Area Map Project Photo
Comments :
Village Hall A/C air handler and chiller replacement.
A/C chiller is past its seven (7) year life expectancy. Two (2) chiller coils were replaced in 2020.
The bottom of the unitl is failing and the system is deteriorating. This unit is significatly defiencient
and needs to be replaced.
Both the air handler and chiller are necessary to maintain the building and provide the appropriate
environmental workplace conditions for staff.
VILLAGE OF NORTH PALM BEACH
CAPITAL IMPROVEMENT PLAN
FINANCIAL INFORMATION
2022 - 2026
Project Name :
Strategic Result :
Department :
2022 2023 2024 2025 2026 Total
Project Budget :
Land acquisition $0
Planning / Design 0
Engineering 0
Construction 0
Equipment 190,000 190,000
Vehicle 0
Other 0
Total Budget $190,000 $0 $0 $0 $0 $190,000
Funding Sources :
General revenues $0
Impact fees 0
Grant revenues 190,000 190,000
Debt Service 0
Infrastructure Surtax 0
Fund balance 0
Other 0
Total Revenues $190,000 $0 $0 $0 $0 $190,000
Operating Impact:
Personnel $0
Operating 0
Capital 0
Other 0
Total Operating $0 $0 $0 $0 $0 $0
ARPA funding will be used for the air handler as this will improve air
quality in Village Hall.
Village Hall Air Handler and Chiller Replacement
People and Organizational Performance
Public Works
Grant Information
Comment(s) No significant impact. Capital expenditure is designed to replace
existing equipment.
Beginning Balance $88,407
Transfers in:Resolution / Ordinance Amount Total
FY 2022 Transfer in (transfer during budget process) Ordinance # 2021‐17 660,000
FY 2022 Transfer in (use of FY21 Net Income)on 4/28/22 agenda 2,000,000
Total Transfers in $2,660,000
Less: Purchases
Description Resolution #Amount Total
Fiscal Year 2022
Community Center Playground Equipment Resolution # 2022‐08 3,315
Boat Engine Replacement Resolution # 2022‐12 44,500
Webstreaming Resolution # 2022‐15 39,690
Increase in Grapple Truck Purchase Price Resolution # 2022‐18 7,750
Village Hall Air Handler & Chiller Replacement on 4/28/22 agenda 203,868
Anchorage Park Playground Replacement on 4/28/22 agenda 250,000
Lighthouse Drive Bridge Conceptual Designs on 4/28/22 agenda 91,288
Total Purchases (640,411)
CIP Fund Available Balance $2,107,996
Village of North Palm Beach
CIP Fund Recap
Fiscal Year 2022
VILLAGE OF NORTH PALM BEACH
PARKS AND RECREATION DEPARTMENT
TO: Honorable Mayor and Council
THRU: Andrew D. Lukasik, Village Manager
FROM: Zakariya Sherman, Director of Leisure Services
DATE: April 28, 2022
SUBJECT: RESOLUTION – Accepting a proposal submitted by Advanced Recreational Concepts,
LLC (ARC) and Playspace Services, Inc. to remove and replace the Anchorage Park
Playground at a total cost of $438,063.19.
The playground at Anchorage Park is heavily used by children and families year-round. The existing
equipment has reached the end of its useful life (installed in 2009) and needs to be replaced with a more
modern structure that will provide shade. Staff received the following proposals to remove and replace
the Anchorage Park Playground equipment:
Vendor Cost
Advanced Recreational Concepts, LLC (ARC) and Playspace Services, Inc.
$438,063.19 Advanced Recreational Concepts, LLC $251,831.86
Playspace Services, Inc. $186,231.33
Miracle Recreation Equip. Co. $431,699.80
Playmore Recreational Products & Services $396,247.88
An online community survey was conducted from April 1-18, 2022 to give residents an opportunity to
choose their preferred design amongst those provided by the vendors identified above. The design by
Playmore Recreational Products was not considered as part of the survey due to a design that did not
meet our needs, including a lack of shade. Tabulation of results revealed that the community preferred
the design from Advanced Recreational Concepts, LLC (ARC) and Playspace Services, Inc. by a margin
of 204 to 104 (62.01% to 31.61%). 21 respondents (6.38%) said either option was acceptable.
Additionally, the Recreation Advisory Board reviewed both plans and approved the design from Advanced
Recreational Concepts, LLC (ARC) and Playspace Services, Inc. as well. Renderings of their proposed
playground are attached. Staff also took into account the Needs Assessment conducted by Dr. Barth
Associates, LLC and ensured the design had sufficient shade.
Pricing:
The proposal from Advanced Recreational Concepts, LLC (ARC) and Playspace Services, Inc. is
pursuant to pricing established in an existing contract with Clay County (Bid No. 18/19-2) expiring May
27, 2022. The Village’s purchasing policies and procedures authorize concurrent competitive purchasing
on other state and local government contracts.
Funding:
The Village has been approved for a $400,000 State of Florida Department of Environmental Protection
Land and Water Conservation Fund (LWCF) Grant for the playground replacement at Anchorage Park.
The Grant requires a one-to-one Village match ($200,000).
$250,000 was originally budgeted for this project. This amount was comprised of $125,000 from the
Village’s CIP Fund and $125,000 from the LWCF grant. Increasing the Village’s contribution by $125,000
through the use of funding made available by the transfer of FY2021 Net Income to the Capital Projects
Fund (as was recommended to the Audit Committee and the Village Council) will allow the Village to
maximize the grant match and secure a playground with greater shade and amenities -- this increases
the total project budget to $450,000.
The following budget amendment is required to provide the necessary funding for this project:
Budget Amendment – Capital Projects Fund:
Account Description Use Source
K5541-66000 CIP Fund $250,000
K5541-49102 Transfer Out to Recreation Grant Fund $250,000
Total $250,000 $250,000
Budget Amendment – Special Revenue Recreation Grant Fund:
Account Description Use Source
U3900-09132 Transfer In from Capital Projects Fund $250,000
U2128-33012 Grant Revenue – Land & Water 200,000
U8028-66210 Construction & Major Renovation $450,000
Total $450,000 $450,000
The attached Resolution has been prepared and/or reviewed for legal sufficiency by the Village Attorney for
legal sufficiency.
Recommendation:
Village Staff requests Council consideration and approval of the attached Resolution accepting
the proposal submitted by Advanced Recreational Concepts, LLC (ARC) and Playspace Services,
Inc. to remove and replace the Anchorage Park playground at a total cost of $438,063.19, with
funds expended from Account No. U8028-66210 (Construction & Major Renovation); authorizing
the Mayor and Village Clerk to execute the required budget amendment to appropriate the
required project funds and authorizing the Mayor and Village Clerk to execute Contracts relating
to such services in accordance with Village policies and procedures.
Page 1 of 2
RESOLUTION 2022-
A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF
NORTH PALM BEACH, FLORIDA APPROVING A PROPOSAL FROM
ADVANCED RECREATIONAL CONCEPTS, LLC FOR THE PURCHASE OF
NEW PLAYGROUND EQUIPMENT FOR ANCHORAGE PARK AND
APPROVING A PROPOSAL FROM PLAY SPACE SERVICES, INC. FOR THE
REMOVAL AND DISPOSAL OF THE EXISTING EQUIPMENT AND THE
INSTALLATION OF NEW EQUIPMENT PURSUANT TO PRICING
ESTABLISHED IN AN EXISTING CLAY COUNTY CONTRACT;
AUTHORIZING THE MAYOR AND VILLAGE CLERK TO EXECUTE
CONTRACTS FOR SUCH SERVICES; APPROVING A BUDGET
AMENDMENT TO TRANSFER FUNDS FROM THE CAPITAL
IMPROVEMENT FUND TO FACILITATE THE PURCHASE; PROVIDING
FOR CONFLICTS; AND PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the Village was awarded a matching $400,000.00 Florida Department of
Environmental Protection Land and Water Conservation Fund (LWCF) Grant for the replacement
of playground equipment at Anchorage Park; and
WHEREAS, Village Staff recommends accepting the proposal from Advanced Recreational
Concepts, LLC for the purchase of the new playground equipment and a proposal from its related
entity, Play Space Services, Inc., for the removal of the existing equipment and the installation of
the new equipment both utilizing pricing established in an existing Clay County Contract (RFP
No. 18/19-2 – Various Equipment and Amenities for Parks and Playgrounds) at a total cost of
$438,063.19; and
WHEREAS, in order to fund the purchase, the Village Council wishes to amend the Capital
Projects Fund Budget and the Recreational Grant Fund Budget to account for the receipt of the
grant funds and provide an additional $250,000.00 in CIP funds; and
WHEREAS, the Village Council determines that the adoption of this Resolution is in the best
interests of the Village and its residents.
NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE
OF NORTH PALM BEACH, FLORIDA as follows:
Section 1. The foregoing recitals are ratified as true and incorporated herein.
Section 2. The Village Council hereby accepts the proposal from Advanced Recreational
Concepts, LLC for the purchase of the new playground equipment and a proposal from Play Space
Services, Inc., for the removal of the existing equipment and the installation of the new equipment
at Anchorage Park both utilizing pricing established in an existing Clay County Contract (RFP No.
18/19-2 – Various Equipment and Amenities for Parks and Playgrounds) at a total cost of
$438,063.19, with funds expended from Account No. U8028-66210 (Grant Expense –
Construction & Major Renovation). The Village Council further authorizes the Mayor and Village
Page 2 of 2
Clerk to execute Contracts for such equipment and services, copies of which are attached hereto
and incorporated herein by reference.
Section 3. In order to reflect the receipt of grant funds and provide additional CIP funds to
fully fund this purchase, the Village Council hereby approves the following budget amendments:
Budget Amendment – Capital Projects Fund:
Account Description Use Source
K5541-66000 CIP Fund $250,000
K5541-49102 Transfer Out to Recreation Grant Fund $250,000
Total $250,000 $250,000
Budget Amendment – Special Revenue Recreation Grant Fund:
Account Description Use Source
U3900-09132 Transfer In from Capital Projects Fund $250,000
U2128-33012 Grant Revenue – Land & Water 200,000
U8028-66210 Construction & Major Renovation $450,000
Total $450,000 $450,000
Section 4. The Mayor and Village Clerk are hereby authorized and directed to execute the
budget amendment for and on behalf of the Village of North Palm Beach.
Section 5. All resolutions in conflict with this Resolution are hereby repealed to the extent of
such conflict.
Section 6. This Resolution shall take effect immediately upon its adoption.
PASSED AND ADOPTED THIS ____ DAY OF ____________, 2022.
(Village Seal)
MAYOR
ATTEST:
VILLAGE CLERK
Page 1 of 6
CONTRACT
This Contract is made as of this _______ day of ______________, 2022, by and between the
VILLAGE OF NORTH PALM BEACH, 501 U.S. Highway One, North Palm Beach, Florida 33408,
a Florida municipal corporation (hereinafter “VILLAGE”), and ADVANCED RECREATIONAL
CONCEPTS, LLC, 3125 Skyway Circle, Melbourne, Florida 32934, a Florida limited liability
company (hereinafter “CONTRACTOR”), whose F.E.I. Number is 20-0520823.
RECITALS
WHEREAS, the VILLAGE is in need of a contractor to supply playground equipment for Anchorage
Park; and
WHEREAS, Clay County, through its competitive selection process, awarded a Contract for Various
Equipment and Amenities for Parks and Playgrounds (RFP No. 18/19-2) (“Clay County Contract”)
to CONTRACTOR; and
WHEREAS, the VILLAGE requested that CONTRACTOR provide the requested equipment based
on the pricing established in the Clay County Contract; and
WHEREAS, as authorized by the VILLAGE’s purchasing policies and procedures, the VILLAGE
desires to retain CONTRACTOR’s services by “piggy-backing” the Clay County Contract, including
all terms, conditions and pricing set forth therein.
NOW THEREFORE, in consideration of the mutual promises set forth herein, the receipt and
sufficiency of which are hereby acknowledged, the parties hereto agree as follows:
1. Recitals. The parties agree that the recitals set forth above are true and correct and are fully
incorporated herein by reference.
2. CLAY COUNTY Contract. Clay County’s Contract for Various Equipment and Amenities
for Parks and Playgrounds (RFP No. 18/19-2) with CONTRACTOR, attached hereto as Exhibit “A,”
and incorporated herein by reference.
3. CONTRACTOR’s Services and Time of Completion.
A. In accordance with the terms and conditions of the Clay County Contract and at the direction
of the VILLAGE, CONTRACTOR supply playgournd equipment for Anchorage Park in accordance
with is Proposal dated March 16, 2022, attached hereto as Exhibit “B” and incorporated herein by
reference.
B. The total cost of such equipment shall not exceed $251,831.86
C. The equipment to be provided by CONTRACTOR shall be commenced subsequent to the
execution and approval of this Contract by the VILLAGE and upon written notice from the VILLAGE
to CONTRACTOR to proceed and shall be supplied within ninety (90) days of such written notice.
4. Conflict of Terms and Conditions. Conflicts between documents shall be resolved in the
following order of precedence:
Page 2 of 6
A. This Contract
B. Exhibit “A” (CLAY COUNTY Contract)
C. Exhibit “B” (CONTRACTOR’S Proposal)
5. Compensation to CONTRACTOR. Payments by the VILLAGE to CONTRACTOR under
this Contract shall not exceed the amount of compensation stated in Section 3(B) above without prior
written consent of the VILLAGE. The VILLAGE shall pay fifty percent (50%) of the total
compensation upon execution of this Contract and the remaining fifty percent (50%) upon receipt and
acceptance of the equipment by the VILLAGE. CONTRACTOR shall submit invoices to the
VILLAGE for review and approval by the VILLAGE’s representative, indicating that goods and
services have been provided and rendered in conformity with this Contract, and they then will be sent
to the Finance Department for payment. CONTRACTOR waives consequential or incidental
damages for claims, disputes or other matters in question arising out of or relating to this Contract.
In order for both parties herein to close their books and records, CONTRACTOR will clearly state
“final invoice” on CONTRACTOR’s final/last billing to the VILLAGE. This certifies that all goods
and services have been properly performed and all charges have been invoiced to the VILLAGE.
Since this account will thereupon be closed, any and other further charges if not properly included in
this final invoice are waived by CONTRACTOR. The VILLAGE will not be liable for any invoice
from CONTRACTOR submitted thirty (30) days after the provision of all goods and services.
6. Term and Termination.
A. This Contract shall be for the term as indicated in the Clay County Contract. Extensions or
renewals to the Clay County Contract or any modification including new products, terms, or price
changes to the Clay County Contract shall be submitted by CONTRACTOR to the VILLAGE for
approval. In the event the Clay County Contract expires and no new contract is let by the Clay
County, the VILLAGE reserves the right, upon written agreement with CONTRACTOR to renew
this Contract under the same terms and conditions for an additional period of one (1) year.
B. This Contract may be terminated by the VILLAGE, with or without cause, upon providing ten
(10) days’ notice to CONTRACTOR. This Contract may be terminated by CONTRACTOR upon
providing thirty (30) days’ notice to the VILLAGE. Upon any such termination, CONTRACTOR
waives any claims for damages from such termination, including, but not limited to, loss of anticipated
profits. Unless the VILLAGE is in breach of this Contract, upon termination by the VILLAGE or
CONTRACTOR, CONTRACTOR shall refund all monies paid for equipment not yet received and
accepted. Unless the CONTRACTOR is in breach of this Contract, the VILLAGE shall pay
CONTRACTOR for equipment received and accepted through the date of termination.
7. Insurance. CONTRACTOR shall obtain and maintain during the term of this Contract all
insurance required under the Clay County Contract, with the VILLAGE named as an additional
insured.
8. Indemnification.
A. To the fullest extent permitted by applicable laws and regulations, CONTRACTOR shall
indemnify and save harmless and defend the VILLAGE, its officials, agents, servants, and employees
from and against any and all claims, liability, losses, and/or causes of action arising out of or in any
Page 3 of 6
way related to the services furnished by CONTRACTOR pursuant to this Contract, including, but not
limited to, those caused by or arising out of any act, omission, negligence or default of
CONTRACTOR and/or its subcontractors, agents, servants or employees.
B. CONTRACTOR shall not be required to indemnify the VILLAGE, its officials, agents,
servants and employees when the occurrence results solely from the wrongful acts or omissions of
the VILLAGE, its officials, agents, servants and employees. The terms of this Section shall survive
completion of all services, obligations and duties provided for in this Contract as well as the
termination of this Agreement for any reason.
C. Nothing contained in this Contract shall create a contractual relationship with or a cause of
action in favor of a third party against either the VILLAGE or CONTRACTOR, nor shall this Contract
be construed a waiver of sovereign immunity beyond the limited waiver provided in § 768.28, Florida
Statutes.
9. Compliance with all Laws, Regulations and Ordinances. In performing the services
contemplated by this Contract, CONTRACTOR shall obtain all required permits (if any) and comply
with all applicable federal, state and local laws, regulations and ordinances, including, but by no
means limited to, all requirements of the Village Code and the Florida Building Code.
10. Warranty/Guaranty. Unless a longer period is stated in the Clay County Contract,
CONTRACTOR warrants that its goods and services provided under this Contract will be free of
defects in materials and workmanship for a period of one (1) year following delivery and completion
of those goods and services.
11. Access/Audits. CONTRACTOR shall maintain adequate records to justify all charges,
expenses, and costs incurred in estimating and performing services pursuant to this Contract for at
least five (5) years after termination of this Contract. The VILLAGE shall have access to such books,
records, and documents as required in this section for the purpose of inspection or audit during normal
business hours, at CONTRACTOR’s place of business. Under no circumstances will
CONTRACTOR be required to disclose any confidential or proprietary information regarding its
products and service costs.
12. Miscellaneous Provisions.
A. Failure of a party to enforce or exercise any of its right(s) under this Contract shall not be
deemed a waiver of that parties’ right to enforce or exercise said right(s) at any time thereafter.
B. This Contract shall be governed by the laws of the State of Florida. Any and all legal action
necessary to enforce the Contract will be held in Palm Beach County. No remedy herein conferred
upon any party is intended to be exclusive of any other remedy, and each and every such 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 hereunder shall preclude any other or further exercise thereof. The parties
knowingly, voluntarily and intentionally waive any right they may have to trial by jury with
respect to any litigation arising out of or in connection with this Contract.
C. If any legal action or other proceeding is brought for the enforcement of this Contract, or
because of an alleged dispute, breach, default or misrepresentation in connection with any provisions
Page 4 of 6
of this Contract, the successful or prevailing party or parties shall be entitled to recover reasonable
attorney’s fees, court costs and all expenses (including taxes) even if not taxable as court awarded
costs (including, without limitation, all such fees, costs and expenses incident to appeals), incurred in
that action or proceeding, in addition to any other relief to which such party or parties may be entitled.
D. If any term or provision of this Contract, or the application thereof to any person or
circumstances shall, to any extent, be held invalid or unenforceable, to remainder of this Contract, or
the application of such terms or provision, to persons or circumstances other than those as to which
it is held invalid or unenforceable, shall not be affected, and every other term and provision of this
Contract shall be deemed valid and enforceable to the extent permitted by law.
E. All notices required in this Contract shall be sent by certified mail, return receipt requested,
and sent to the addresses appearing on the first page of this Contract.
F. The VILLAGE and CONTRACTOR agree that this Contract sets forth the entire agreement
between the parties, and that there are no promises or understandings other than those stated herein.
None of the provisions, terms and conditions contained in this Contract may be added to, modified,
superseded or otherwise altered, except by written instrument executed by the parties hereto . Any
provision of this Contract which is of a continuing nature or imposes an obligation which extends
beyond the term of this Contract shall survive its expiration or earlier termination.
G. CONTRACTOR warrants and represents that CONTRACTOR and all subcontractors are in
compliance with Section 448.095, Florida Statutes, as may be amended. CONTRACTOR has
registered to use, and shall continue to use, the E-Verify System (E-Verify.gov) to electronically
verify the employment eligibility of newly hired employees and has received an affidavit from each
subcontractor stating that the subcontractor does not employ, contract with or subcontract with an
unauthorized alien. If the VILLAGE has a good faith belief that CONTRACTOR has knowingly
violated Section 448.09(1), Florida Statutes, the VILLAGE shall terminate this Contract pursuant to
Section 448.095(2), Florida Statutes, as may be amended. If the VILLAGE has a good faith believe
that a subcontractor has knowingly violated Section 448.09(1), Florida Statutes, but CONTRACTOR
has otherwise complained, it shall notify CONTRACTOR, and CONTRACTOR shall immediately
terminate its contract with the subcontractor.
H. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS
CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (561)
841-3355; NPBCLERK@VILLAGE-NPB.ORG; OR 501 U.S. HIGHWAY ONE,
NORTH PALM BEACH, FL 33408.
In performing services pursuant to this Contract, CONTRACTOR shall comply with all relevant
provisions of Chapter 119, Florida Statutes. As required by Section 119.0701, Florida Statutes,
CONTRACTOR shall:
1. Keep and maintain public requires required by the VILLAGE to perform the service.
2. Upon request from the VILLAGE’s custodian of public records, provide the VILLAGE with
a copy the requested records or allow the records to be inspected or copied within a reasonable
Page 5 of 6
time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as
otherwise provided by law.
3. Ensure that public records that are exempt or confidential and exempt from public records
disclosure requirements are not disclosed except as authorized by law for the duration of the
Contract term and following completion of the Contract if the CONTRACTOR does not
transfer the records to the VILLAGE.
4. Upon completion of the Contract, transfer, at no cost, to the VILLAGE all public records in
possession of CONTRACTOR or keep and maintain public records required by the VILLAGE
to perform the services. If CONTRACTOR transfers all public records to the VILLAGE upon
completion of the Contract, CONTRACTOR shall destroy any duplicate public records that
are exempt or confidential and exempt from public records disclosure requirements. If
CONTRACTOR keeps and maintains public records upon completion of the Contract,
CONTRACTOR shall meet all applicable requirements for retaining public records. All
records stored electronically must be provided to the VILLAGE, upon request from the
VILLAGE’s custodian of public records, in a format that is compatible wi th the information
technology systems of the VILLAGE.
I. CONTRACTOR is aware that the Inspector General of Palm Beach County has the authority to
investigate and audit matters relating to the negotiation and performance of this Contract, and in
furtherance thereof, may demand and obtain records and testimony from CONTRACTOR and its
subcontractors. CONTRACTOR understands and agrees that in addition to all other remedies and
consequences provided by law, the failure of CONTRACTOR or its subcontractors to fully cooperate
with the Inspector General when requested may be deemed by the VILLAGE to be a material breach
of the Contract justifying termination.
IN WITNESS WHEREOF, the VILLAGE and CONTRACTOR hereto have made and executed this
Contract as of the day and year first above written.
ADVANCED RECREATIONAL CONCEPTS, LLC
By:
Print Name:__________________________
Position:_____________________________
VILLAGE OF NORTH PALM BEACH
By: ________________________________
DEBORAH SEARCY
MAYOR
ATTEST:
BY:________________________________
VILLAGE CLERK
Page 6 of 6
APPROVED AS TO FORM AND
LEGAL SUFFICIENCY
BY: ________________________________
VILLAGE ATTORNEY
Page 1 of 6
CONTRACT
This Contract is made as of this _______ day of ______________, 2022, by and between the
VILLAGE OF NORTH PALM BEACH, 501 U.S. Highway One, North Palm Beach, Florida 33408,
a Florida municipal corporation (hereinafter “VILLAGE”), and PLAY SPACE SERVICES, INC.,
3125 Skyway Circle, Melbourne, Florida 32934, a Florida limited liability company (hereinafter
“CONTRACTOR”), whose F.E.I. Number is 59-3136444.
RECITALS
WHEREAS, the VILLAGE is in need of a contractor to remove and dispose of existing playground
equipment at Anchorage Park and install new equipment; and
WHEREAS, Clay County, through its competitive selection process, awarded a Contract for Various
Equipment and Amenities for Parks and Playgrounds (RFP No. 18/19-2) (“Clay County Contract”)
to CONTRACTOR; and
WHEREAS, the VILLAGE requested that CONTRACTOR provide the requested services based on
the pricing established in the Clay County Contract; and
WHEREAS, as authorized by the VILLAGE’s purchasing policies and procedures, the VILLAGE
desires to retain CONTRACTOR’s services by “piggy-backing” the Clay County Contract, including
all terms, conditions and pricing set forth therein.
NOW THEREFORE, in consideration of the mutual promises set forth herein, the receipt and
sufficiency of which are hereby acknowledged, the parties hereto agree as follows:
1. Recitals. The parties agree that the recitals set forth above are true and correct and are fully
incorporated herein by reference.
2. CLAY COUNTY Contract. Clay County’s Contract for Various Equipment and Amenities
for Parks and Playgrounds (RFP No. 18/19-2) with CONTRACTOR, attached hereto as Exhibit “A,”
and incorporated herein by reference.
3. CONTRACTOR’s Services and Time of Completion.
A. In accordance with the terms and conditions of the Clay County Contract and at the direction
of the VILLAGE, CONTRACTOR shall remove and dispose of the existing equipment and install
new playground equipment at Anchorage Park in accordance with is Proposal dated March 16, 2022,
attached hereto as Exhibit “B” and incorporated herein by reference.
B. The total cost of such services shall not exceed $186,231.33.
C. The services to be provided by CONTRACTOR shall be commenced subsequent to the
execution and approval of this Contract by the VILLAGE and upon written notice from the VILLAGE
to CONTRACTOR to proceed and shall be completed within ninety (90) days of such written notice.
4. Conflict of Terms and Conditions. Conflicts between documents shall be resolved in the
following order of precedence:
Page 2 of 6
A. This Contract
B. Exhibit “A” (CLAY COUNTY Contract)
C. Exhibit “B” (CONTRACTOR’S Proposal)
5. Compensation to CONTRACTOR. Payments by the VILLAGE to CONTRACTOR under
this Contract shall not exceed the amount of compensation stated in Section 3(B) above without prior
written consent of the VILLAGE. The VILLAGE shall pay fifty percent (50%) of the total
compensation upon execution of this Contract and the remaining fifty percent (50%) upon completion
of all services. CONTRACTOR shall submit invoices to the VILLAGE for review and approval by
the VILLAGE’s representative, indicating that goods and services have been provided and rendered
in conformity with this Contract, and they then will be sent to the Finance Department for payment.
CONTRACTOR waives consequential or incidental damages for claims, disputes or other matters in
question arising out of or relating to this Contract. In order for both parties herein to close their books
and records, CONTRACTOR will clearly state “final invoice” on CONTRACTOR’s final/last billing
to the VILLAGE. This certifies that all goods and services have been properly performed and all
charges have been invoiced to the VILLAGE. Since this account will thereupon be closed, any and
other further charges if not properly included in this final invoice are waived by CONTRACTOR.
The VILLAGE will not be liable for any invoice from CONTRACTOR submitted thirty (30) days
after the provision of all goods and services.
6. Term and Termination.
A. This Contract shall be for the term as indicated in the Clay County Contract. Extensions or
renewals to the Clay County Contract or any modification including new products, terms, or price
changes to the Clay County Contract shall be submitted by CONTRACTOR to the VILLAGE for
approval. In the event the Clay County Contract expires and no new contract is let by the Clay
County, the VILLAGE reserves the right, upon written agreement with CONTRACTOR to renew
this Contract under the same terms and conditions for an additional period of one (1) year.
B. This Contract may be terminated by the VILLAGE, with or without cause, upon providing ten
(10) days’ notice to CONTRACTOR. This Contract may be terminated by CONTRACTOR upon
providing thirty (30) days’ notice to the VILLAGE. Upon any such termination, CONTRACTOR
waives any claims for damages from such termination, including, but not limited to, loss of anticipated
profits. Unless the CONTRACTOR is in breach of this Contract, the VILLAGE shall pay
CONTRACTOR for all services satisfactorily performed through the date of termination.
7. Insurance. CONTRACTOR shall obtain and maintain during the term of this Contract all
insurance required under the Clay County Contract, with the VILLAGE named as an additional
insured.
8. Indemnification.
A. To the fullest extent permitted by applicable laws and regulations, CONTRACTOR shall
indemnify and save harmless and defend the VILLAGE, its officials, agents, servants, and employees
from and against any and all claims, liability, losses, and/or causes of action arising out of or in any
way related to the services furnished by CONTRACTOR pursuant to this Contract, including, but not
Page 3 of 6
limited to, those caused by or arising out of any act, omission, negligence or default of
CONTRACTOR and/or its subcontractors, agents, servants or employees.
B. CONTRACTOR shall not be required to indemnify the VILLAGE, its officials, agents,
servants and employees when the occurrence results solely from the wrongful acts or omissions of
the VILLAGE, its officials, agents, servants and employees. The terms of this Section shall survive
completion of all services, obligations and duties provided for in this Contract as well as the
termination of this Agreement for any reason.
C. Nothing contained in this Contract shall create a contractual relationship with or a cause of
action in favor of a third party against either the VILLAGE or CONTRACTOR, nor shall this Contract
be construed a waiver of sovereign immunity beyond the limited waiver provided in § 768.28, Florida
Statutes.
9. Compliance with all Laws, Regulations and Ordinances. In performing the services
contemplated by this Contract, CONTRACTOR shall obtain all required permits (if any) and comply
with all applicable federal, state and local laws, regulations and ordinances, including, but by no
means limited to, all requirements of the Village Code and the Florida Building Code.
10. Warranty/Guaranty. Unless a longer period is stated in the Clay County Contract,
CONTRACTOR warrants that its goods and services provided under this Contract will be free of
defects in materials and workmanship for a period of one (1) year following delivery and completion
of those goods and services.
11. Access/Audits. CONTRACTOR shall maintain adequate records to justify all charges,
expenses, and costs incurred in estimating and performing services pursuant to this Contract for at
least five (5) years after termination of this Contract. The VILLAGE shall have access to such books,
records, and documents as required in this section for the purpose of inspection or audit during normal
business hours, at CONTRACTOR’s place of business. Under no circumstances will
CONTRACTOR be required to disclose any confidential or proprietary information regarding its
products and service costs.
12. Miscellaneous Provisions.
A. Failure of a party to enforce or exercise any of its right(s) under this Contract shall not be
deemed a waiver of that parties’ right to enforce or exercise said right(s) at any time thereafter.
B. This Contract shall be governed by the laws of the State of Florida. Any and all legal action
necessary to enforce the Contract will be held in Palm Beach County. No remedy herein conferred
upon any party is intended to be exclusive of any other remedy, and each and every such 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 hereunder shall preclude any other or further exercise thereof. The parties
knowingly, voluntarily and intentionally waive any right they may have to trial by jury with
respect to any litigation arising out of or in connection with this Contract.
C. If any legal action or other proceeding is brought for the enforcement of this Contract, or
because of an alleged dispute, breach, default or misrepresentation in connection with any provisions
of this Contract, the successful or prevailing party or parties shall be entitled to recover reasonable
Page 4 of 6
attorney’s fees, court costs and all expenses (including taxes) even if not taxable as court awarded
costs (including, without limitation, all such fees, costs and expenses incident to appeals), incurred in
that action or proceeding, in addition to any other relief to which such party or parties may be entitled.
D. If any term or provision of this Contract, or the application thereof to any person or
circumstances shall, to any extent, be held invalid or unenforceable, to remainder of this Contract, or
the application of such terms or provision, to persons or circumstances other than those as to which
it is held invalid or unenforceable, shall not be affected, and every other term and provision of this
Contract shall be deemed valid and enforceable to the extent permitted by law.
E. All notices required in this Contract shall be sent by certified mail, return receipt requested,
and sent to the addresses appearing on the first page of this Contract.
F. The VILLAGE and CONTRACTOR agree that this Contract sets forth the entire agreement
between the parties, and that there are no promises or understandings other than those stated herein.
None of the provisions, terms and conditions contained in this Contract may be added to, modified,
superseded or otherwise altered, except by written instrument executed by the parties hereto . Any
provision of this Contract which is of a continuing nature or imposes an obligation which extends
beyond the term of this Contract shall survive its expiration or earlier termination.
G. CONTRACTOR warrants and represents that CONTRACTOR and all subcontractors are in
compliance with Section 448.095, Florida Statutes, as may be amended. CONTRACTOR has
registered to use, and shall continue to use, the E-Verify System (E-Verify.gov) to electronically
verify the employment eligibility of newly hired employees and has received an affidavit from each
subcontractor stating that the subcontractor does not employ, contract with or subcontract with an
unauthorized alien. If the VILLAGE has a good faith belief that CONTRACTOR has knowingly
violated Section 448.09(1), Florida Statutes, the VILLAGE shall terminate this Contract pursuant to
Section 448.095(2), Florida Statutes, as may be amended. If the VILLAGE has a good faith believe
that a subcontractor has knowingly violated Section 448.09(1), Florida Statutes, but CONTRACTOR
has otherwise complained, it shall notify CONTRACTOR, and CONTRACTOR shall immediately
terminate its contract with the subcontractor.
H. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS
CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (561)
841-3355; NPBCLERK@VILLAGE-NPB.ORG; OR 501 U.S. HIGHWAY ONE,
NORTH PALM BEACH, FL 33408.
In performing services pursuant to this Contract, CONTRACTOR shall comply with all relevant
provisions of Chapter 119, Florida Statutes. As required by Section 119.0701, Florida Statutes,
CONTRACTOR shall:
1. Keep and maintain public requires required by the VILLAGE to perform the service.
2. Upon request from the VILLAGE’s custodian of public records, provide the VILLAGE with
a copy the requested records or allow the records to be inspected or copied within a reasonable
Page 5 of 6
time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as
otherwise provided by law.
3. Ensure that public records that are exempt or confidential and exempt from public records
disclosure requirements are not disclosed except as authorized by law for the duration of the
Contract term and following completion of the Contract if the CONTRACTOR does not
transfer the records to the VILLAGE.
4. Upon completion of the Contract, transfer, at no cost, to the VILLAGE all public records in
possession of CONTRACTOR or keep and maintain public records required by the VILLAGE
to perform the services. If CONTRACTOR transfers all public records to the VILLAGE upon
completion of the Contract, CONTRACTOR shall destroy any duplicate public records that
are exempt or confidential and exempt from public records disclosure requirements. If
CONTRACTOR keeps and maintains public records upon completion of the Contract,
CONTRACTOR shall meet all applicable requirements for retaining public records. All
records stored electronically must be provided to the VILLAGE, upon request from the
VILLAGE’s custodian of public records, in a format that is compatible wi th the information
technology systems of the VILLAGE.
I. CONTRACTOR is aware that the Inspector General of Palm Beach County has the authority to
investigate and audit matters relating to the negotiation and performance of this Contract, and in
furtherance thereof, may demand and obtain records and testimony from CONTRACTOR and its
subcontractors. CONTRACTOR understands and agrees that in addition to all other remedies and
consequences provided by law, the failure of CONTRACTOR or its subcontractors to fully cooperate
with the Inspector General when requested may be deemed by the VILLAGE to be a material breach
of the Contract justifying termination.
IN WITNESS WHEREOF, the VILLAGE and CONTRACTOR hereto have made and executed this
Contract as of the day and year first above written.
PLAY SPACE SERVICES, INC.
By:
Print Name:__________________________
Position:_____________________________
VILLAGE OF NORTH PALM BEACH
By: ________________________________
DEBORAH SEARCY
MAYOR
ATTEST:
BY:________________________________
VILLAGE CLERK
Page 6 of 6
APPROVED AS TO FORM AND
LEGAL SUFFICIENCY
BY: ________________________________
VILLAGE ATTORNEY
ANCHORAGEPARK MIXEDSystem Type:
2-12For Ages:
From:Donna Fish
To:Paul Bickham
Subject:RE: Copy of contract
Date:Monday, November 4, 2019 2:33:18 PM
Attachments:1819-2 Equip & Amenities Parks & Playgrounds.pdf
051519 Discount spreadsheet.pdf
F&A - BCC minutes.pdf
Hi Paul,
See attached discount spreadsheet that has all awarded vendors and their discount percentages.
There are no contracts or award letters, we use the spreadsheet and approval minutes by our board
for backup for any purchases. The initial term is good until 5/27/22. Let me know if you need
anything else.
Thank you,
Donna Fish, Buyer 1
Clay County Purchasing Division
P O Box 1366
477 Houston Street
Green Cove Springs, FL 32043
PH: 904-278-3761
Fax: 904-278-3728
Email address: donna.fish@claycountygov.com
From: Paul Bickham [mailto:PBickham@arcflorida.com]
Sent: Monday, November 04, 2019 2:24 PM
To: Donna Fish <Donna.Fish@claycountygov.com>
Subject: Copy of contract
CAUTION: This email originated from outside of the organization. Do not click links or open attachments unless you
recognize the sender and know the content is safe.
Hi Donna,
Can you help me get a copy of the contract 18/19-2, Various Equipment and Amenities for Parks and
Playgrounds and confirmation that Advanced Recreational Concepts and Playspace Services are on
the contract? Any help would be appreciated. Thanks in advance.
Paul Bickham
Design Manager
Advanced Recreational Concepts / Playspace Services
3125 Skyway Cir.
Melbourne, FL. 32934
Office: 321-775-0600
Mobile: 321-514-3184
Fax: 866-957-2356
pbickham@arcflorida.com
www.arcflorida.com
Under Florida law, e-mail addresses are public records. If you do not want your e-mail address
released in response to a public-records request, do not send electronic mail to this entity.
Instead, contact this office by phone or in writing. The information contained in this email
and/or attachment(s) may be confidential and intended solely for the use of the individual or
entity to whom it is addressed. This email and/or attachment(s) may contain material that is
privileged or protected from disclosure under applicable law. If you are not the intended
recipient or the individual responsible for delivering to the intended recipient, please notify
sender immediately by telephone to obtain instructions as to whether information in this email
and/or attachment(s) is confidential and privileged or protected from disclosure under
applicable law.
FINANCE AND AUDIT COMMITTEE
MEETING MINUTES
May 21, 2019
Administration Building,
4th Floor, BCC Meeting Room, 477 Houston
Street,
Green Cove Springs, FL 32043
3:00 PM
PUBLIC COMMENTS
Chairman Hendry called the meeting to order at 3:00 P.M.
Chairman Hendry opened the public comment period.
There were no public comments to be heard.
Chairman Hendry closed the public comment period.
Com m it t ee Agenda I t em s
1. Solid Waste Collection Assessment Rate
Approval of the Solid Waste Collection Assessment rate for Fiscal Year
2019-2020. This rate will be used in the preparation of the Solid Waste
Collection Assessement Roll and included in the notice to affected
property owners for the upcoming year. Funding Source: Revenue (M.
Towns)
After discussion, Commissioner Gayward Hendry moved, seconded by
Commissioner Wayne Bolla, and Carried 2 - 0, to pull for full Board
discussion at the May 28th BCC meeting.
2. Bid #18/19-17, Household Hazardous Waste Buildings
Approval to post notice of intent and award Bid #18/19-17, Household
Hazardous Waste Buildings to MCC Development, Inc. at a cost of
$233,900.00. Approval will be effective after 72 hour period for protest
has expired. Funding Source: 401-3802-562000 (Solid Waste Fund /
Environmental Services / Buildings) (M. Towns)
After discussion, Commissioner Gayward Hendry moved, seconded by
Commissioner Wayne Bolla, and Carried 2 - 0, approval to go before
the Board on the May 28th Consent Agenda.
3. Florida Department of Veterans' Affairs (FDVA) Memorandum of
Agreement
Approval of the Memorandum of Agreement with the Florida Department
of Veterans' Affairs, formalizing the Interlocal relationship as an
authorized user of FDVA's VetraSpec technology, for a term to continue
until terminated by either party. Funding Source: Not Applicable (T. Nagle)
After discussion, Commissioner Gayward Hendry moved, seconded by
Commissioner Wayne Bolla, and Carried 2 - 0, approval to go before
the Board on the May 28th Consent Agenda.
4. RFP #18/19-2, Various Equipment and Amenities for Parks and
Playgrounds
Approval to post notice of intent and to award RFP No. 18/19-2, Various
Equipment and Amenities for Parks and Playgrounds, to multiple
companies for a term of three years. All bids are based upon the %
discount offered for products and service. This bid is also a means for
qualifying vendors for Ball Park lighting services. Qualifying vendors will
be requested to provide pricing on a project by project basis based on
discount pricing.Approval will be effective after 72 hour bid protest period
has expired. Submittals are available for review in the Purchasing
Department. Funding Source: 001-3201-546100 (General Fund - Parks &
Rec - Repairs & Maint) (J. Householder)
After discussion, Commissioner Gayward Hendry moved, seconded by
Commissioner Wayne Bolla, and Carried 2 - 0, approval to go before
the Board on the May 28th Consent Agenda.
5. Division of Historical Resources Grant Application for the Clay County
Historical Courthouse Building Restoration Project
Approval to apply for a Department of State Historic Preservation Grant
funding through the Division of Historical Resources for the Clay County
Historical Courthouse Building Restoration Project. The grant requires a
50% match. The application deadline is June 1, 2019. Staff is still in the
process of finalizing the grant application. (J. Householder)
James Householder, Director of Facilities & Maintenance, stated that the
amount of the grant application is a total of $300,000.00 and that the
required 50% County match of $150,000.00 is to be in the FY 19/20
County Budget.
After discussion, Commissioner Gayward Hendry moved, seconded by
Commissioner Wayne Bolla, and Carried 2 - 0, approval to go before
the Board on the May 28th Consent Agenda.
6. Discussion regarding Agreements related to the SWEAT Program
Discussion regarding the following Agreements related to the SWEAT
Program:
1. Program Director Services - Curtis Enterprises, LLC
2. Mentoring and Tutoring Services - Bright Minds Youth
Development, Inc. (K. Thomas)
After discussion, Commissioner Gayward Hendry moved, seconded by
Commissioner Wayne Bolla, and Carried 2 - 0, approval to go before
the Board on the May 28th Consent Agenda, with the additional approval
to waive the Purchasing Policy and extend the Program Director
Services and Mentoring and Tutoring Services Agreements.
7. Tourist Development Council Event Marketing Grant Awards
Approval of TDC Marketing Grant Applications for Ham Jam 2019 in the
amount of $2,200.00 and Clay County Veterans Event in the amount of
$1,000.00. Funding Source 109-1910-548005 (Tourism Development
Fund - Tourism & Film Development - Reimbursement Grants) (K.
Morgan)
After discussion, Commissioner Wayne Bolla moved, seconded by
Commissioner Gayward Hendry, and Carried 2 - 0, approval to go
before the Board on the May 28th Consent Agenda.
8. Interlocal Agreement for Reimbursement of Property Appraiser
(Stormwater Maintenance MSBU)
Approval of the Interlocal Agreement for Reimbursement of Property
Appraiser (Stormwater Maintenance MSBU). The purpose of this
Agreement is for the County and the Property Appraiser to establish and
agree upon the undertaking of their mutual responsibilities pursuant to
Section 197.3632, Florida Statutes, in order for the County to implement
the Uniform Method for the notice, levy, collection, and enforcement of
certain non-ad valorem assessments herein described; and to provide for
reimbursement and payment by the County to the Property Appraiser for
all necessary administrative costs incurred by the Property Appraiser in
such activity as provided in said statute. Funding Source: 101-3701-
546100 (Transportation Trust Fund / Streets & Drainage / R&M) (C.
Grimm)
After discussion, Commissioner Wayne Bolla moved, seconded by
Commissioner Gayward Hendry, and Carried 2 - 0, approval to go
before the Board on the May 28th Consent Agenda.
9. Interlocal Agreement for Reimbursement of Tax Collector (Stormwater
Maintenance MSBU)
Approval of the Interlocal Agreement for Reimbursement of Tax Collector
(Stormwater Maintenance MSBU). The purpose of this Agreement is for
the County and the Tax Collector to establish and agree upon the
undertaking of their mutual responsibilities pursuant to Section 197.3632,
Florida Statutes, in order for the County to implement the Uniform
Method for the notice, levy, collection, and enforcement of certain non-ad
valorem assessments herein described; and to provide for
reimbursement and payment by the County to the Tax Collector for all
necessary administrative and collection costs incurred by the Tax
Collector in such activity as provided in said statute. Funding Source:
101-3701-546100 (Transportation Trust Fund / Streets & Drainage /
R&M) (C. Grimm)
After discussion, Commissioner Wayne Bolla moved, seconded by
Commissioner Gayward Hendry, and Carried 2 - 0, approval to go
before the Board on the May 28th Consent Agenda.
10. FY 19/20 Nonprofit Grant Applicants - Session 1 of 2
Presentations of the FY 19/20 Nonprofit Agency Grant Applicants for
budget funding for the upcoming fiscal year. (D. Sileo)
Florida Art License Plate Fund:
A. Clay County Community Band, Inc. (not presenting)
B. First Coast Highlanders, Inc. (not presenting)
General Fund:
C. Challenge Enterprises of North Florida, Inc.
D. Episcopal Children's Services, Inc.
E. Kids First of Florida, Inc.
F. Quigley House, Inc.
County Alcohol & Drug Abuse Fund:
G. Clay Behavioral Health Center, Inc.
Presentations were heard by Nonprofit Grant Applicants on the agenda.
Acting County Manager Mock explained the process in which agency
funding is determined during the budget process.
James Householder, Director of Facilities & Maintenance, responded to
Vice Chairman Bolla's inquiry pertaining to Veteran parking spaces at the
Administration Building.
There being no further business, the meeting was adjourned at 4:32 P.M.
Attest:
_____________________________________ _____________________________________
Committee Chairman Recording Secretary
Agenda Item
Clay County Board of County Commissioners
Clay County Administration Building
Tuesday, May 21 3:00 PM
TO: Finance and Audit Committee DATE: 5/13/2019
FROM: Milton Towns, Environmental Services
Dept.
SUBJECT: Approval of the Solid Waste Collection Assessment rate for Fiscal Year 2019-2020. This rate will be used in the
preparation of the Solid Waste Collection Assessement Roll and included in the notice to affected property owners for the
upcoming year. Funding Source: Revenue (M. Towns)
AGENDA ITEM TYPE:
BACKGROUND INFORMATION:
Clay County utilizes the non-as valorem Solid Waste Collection Assessment to fund the cost of residential solid waste collection.
The assessment is levied against certain residential properties within the Solid Waste and Recovered Materials Collection
Services Municipal Service Benefit Unit (MSBU) established by Ordinance No. 2006-53. The Board must approve the
assessment rate and adopt the assessment roll annually. This approval follows a public hearing for the Annual Rate Resolution
held in August of each year.
ATTACHMENTS:
Description
Curbside Collection Assessment Rate Fiscal Year 2019-20
Recommendation
Staff recommends a rate adjustment for FY20 due to increasing costs
Costs are increasing by roughly 3% per year due to CPI and fuel adjustments
Contract cost represents about 96% of the total budget, TC 2%, Ad min 2%
Return to the 2010 & 2011 rate 154.44 current 139.20
Moderate adjustment 1.27 mo 15.24 year
Total SW assessments will be less than the amount paid in 10 of the 13 years since beginning
$4.35/week for waste collection & disposal (G, Recy, YT, & Bulk) $1.45/p-up
Compare Clay St Johns Putnam Clay St Johns Putnam
Total $226.44 $230.00 $331.00 month $18.87 $19.17 $27.58
Adjustment is necessary because, for 7 of the 8 years since 2012, we have -
1 Charged homeowners less than the full cost of garbage collection
2 Have essentially been using our savings account to make up the difference
3 Without a rate adjustment, the savings account will be drained next year, 2020
Reserve funds (savings) also used to pay for extra debris cleanup in case of localized events
Best financial practices advocate a fund balance that is 20% of the total annual costs
Should be approximately $2 million for this fund ($10m budget)
Background -how did we get here?
Dec-16 Collection contract was amended -included a 6% cost reduction
Oct-17 Reduced ALL solid waste fees for collection & disposal
Collection assessment lowered to pass on cost reduction to homeowners
2017-19 Over next 3 years used over $1 million of fund balance (savings)
Residential Solid Waste & Recycling Collection Program
(Enterprise Fund 402-3820)
Collection Assessment1 Paid to Contractor Annual Revenue/Expense Reserves
Fiscal
Year Est.'
Annual
Amount Monthly Rate
Annual
Amount Monthly Rate Revenue Expense Yearly Total
06/072 $ 110.00 $ 12.22 $ 97.92 $ 10.88 $ 6,671,772 $ 5,958,888 $ 712,883 $ 712,883
07/08 $ 146.00 $ 12.17 $ 133.32 $ 11.11 $ 8,470,817 $ 8,262,781 $ 208,036 $ 920,919
08/09 $ 150.00 $ 12.50 $ 138.36 $ 11.53 $ 8,917,917 $ 8,480,382 $ 437,535 $ 1,358,454
09/10 $ 154.44 $ 12.87 $ 136.68 $ 11.39 $ 9,196,523 $ 8,453,301 $ 743,222 $ 2,101,676
10/11 $ 154.44 $ 12.87 $ 136.68 $ 11.39 $ 9,177,393 $ 8,670,954 $ 506,439 $ 2,608,115
11/12 $ 139.44 $ 11.62 $ 136.68 $ 11.39 $ 8,364,059 $ 8,864,202 $ (500,142) $ 2,107,972
12/13 $ 146.40 $ 12.20 $ 138.72 $ 11.56 $ 8,906,676 $ 9,082,256 $ (175,579) $ 1,932,393
13/14 $ 146.40 $ 12.20 $ 139.92 $ 11.66 $ 8,933,847 $ 9,273,278 $ (339,431) $ 1,592,962
14/15 $ 146.40 $ 12.20 $ 141.18 $ 11.77 $ 9,004,322 $ 9,262,401 $ (258,079) $ 1,334,884
15/16 $ 146.40 $ 12.20 $ 134.60 $ 11.22 $ 9,146,482 $ 8,727,812 $ 418,670 $ 1,753,554
16/174 $ 139.20 $ 11.60 $ 134.19 $ 11.18 $ 8,771,684 $ 8,831,740 $ (60,056) $ 1,693,498
17/18 $ 139.20 $ 11.60 $ 136.23 $ 11.35 $ 9,040,956 $ 9,294,346 $ (253,390) $ 1,440,108
18/19 Proj. $ 139.20 $ 11.60 $ 137.97 $ 11.50 $ 9,000,120 $ 9,722,429 $ (722,309) $ 717,799
19/20 est: $ 154.44 $ 12:87. $ · 138:84 $ . 11.57. $ 10,198,623 $ 9,864,803 $ 333,820 $ 1,022,924
20/21 est. $ 154.44 $ 12.87 $ 141.99 $ 11.83 $ 10,387,610 $ 10,129,470 $ 258,140 $ 1,281,064
19/20 0% $ 139.20 $ 11.60 $ 138.84 $ 11.57 $ 9,194,206 $ 9,856,864 $ (662,658) $ 26,446
Note: 1 Residential Assessment Resolution #06/07-14 provides that the assessment rate not exceed $161.00
2 Annual assessment rate of $146.66 reduced for nine month period (January -September) at inception
3 "Est." reflects projected budget amounts
4 Collection assessment rate reduced to decrease fund balance
Agenda Item
Clay County Board of County Commissioners
Clay County Administration Building
Tuesday, May 21 3:00 PM
TO: Finance and Audit Committee DATE: 5/16/2019
FROM: Karen Thomas, Administrative &
Contractual Services
SUBJECT: Approval to post notice of intent and award Bid #18/19-17, Household Hazardous Waste Buildings to MCC
Development, Inc. at a cost of $233,900.00. Approval will be effective after 72 hour period for protest has expired. Funding
Source: 401-3802-562000 (Solid Waste Fund / Environmental Services / Buildings) (M. Towns)
AGENDA ITEM TYPE:
BACKGROUND INFORMATION:
Bid provides replacement of three hazardous waste storage buildings to store residential household hazardous wastes until it is
ready for shipment.
Is Funding Required (Yes/No):
Yes
If Yes, Was the item budgeted (Yes\No\N/A):
Yes
Funding Source: Solid Waste Fund / Environmental Services / Buildings
Account # 401-3802-562000 Amount - $233,900.00
Sole Source (Yes\No):
No
Advanced Payment (Yes\No):
No
ATTACHMENTS:
Description
BID 18/19-17 Househol d Hazardous Waste Bu i ldings-Cl ay County
sov
• B[D #18/19-17, Household Hazardous \Vaste Buildings Specifications (Hazmat
Storage Buildings)
• Manufacture and deliver buildings only
• Buildings will meet EPA, NFPA 30 and OSHA standards for storage of household
hazardous wastes
• Building Size Exterior (maximum) -24' x IO' x IO'
• Roof will slope front (door side) to back and away from pennanent building
• All welded heavy gauge steel construction
• Exterior walls 12 gauge minimum
• Interior walls -20 gauge minimum
• Floor grates -10 gauge minimum
• Sump containment area IO gauge minimum
• Tie down pads at four (4) corners compliant. County/Installer to determine proper
anchoring requirements of State of Florida Building Codes and Wind Codes for Eastern
Clay County.
• Forklift pockets for lifting and moving building
• Exterior Coating
• Walls and roof painted the color selected by the County
• Weather and chemical resistant coating, including on underside of
building
• Four (4) hour fire rating
• Separation walls dividing each unit, including sump floor
• Lockable roll up doors for each room (6'8" minimum height)
• Low profile door threshold (IO gauge steel), each door.
• Secondary Containment sump in floor -750 gallon minimum
• Galvanized steel grate flooring with r.:movable sump access grate
• Explosion proof exhaust fan in each room
• Explosion prooflight(s) in each room
• Automatic Fire Suppression System for each room
• Chemical fire suppression for five of six rooms (standard ABC dry
chemical)
• Water suppression in oxidizer room (1/3 sized room, East side of Building
3)
• Power connection locations
• Building #I mount box at corner of unit on the East side at the South end
• Building #2 --mount box at center of unit on the South end
• Building #3 --mount box at center of unit on the West end
• Interior Coating
• Walls and shelving will be anti-corrosive resin coated to protect against chemical
corrosion
• Walls and shelves painted bright white in color
• BID #18/19-17, Household Hazardous Waste Buildings Specifications (Hazmat
Storage Buildings) Con't
• Adjustable and removable shelving for each room
• Mounting brackets, shelves and hardware shall be of the same design and
size for universal fit within all three buildings
• Mounting hardware and shelving shall be installed on the rear and side
walls of each room (3 walls)
• Brackets will allow shelves to be mounted at 16" above floor, 16" below ceiling and at
any height in between with adjustment intervals of no larger than 2"
• Shelves will have a minimum depth of 18"
• Shelving will extend end to end (corner to corner) on each wall
• Install four (4) vertical shelves each wall
• Shelves will be of a solid surface and will have a leak proof containment
lip (IS' minimum) on all four sides to contain spilled liquids
• Corrosion resistant, fitted shelfliners will be supplied for each shelf
• Buildings #I & #2 (East (back) side of HHW building]
• Each Building will be divided into two (2) rooms of equal size with the Door opening in
center of each room
• 6' wide roll up door for each room
• Tag board holders (10 ¾" x IO¾'") adjacent to each door
• Building #3 (South (right) side of HHW building]
• Divided into two (2) rooms of unequal size
• East side (left side when facing front) shall be 1/3 of total size (oxidizer room)
• West side (right side when facing front) shall be 2/3 of total size
• Door opening in center of each room
• 5' wide roll up door East room ( I /3)
• 6' wide roll up door -West room (2/3)
• Tag board holders (IO¾" x 10 ¾'') adjacent to each door
• Warranty
• Structure and systems l O year minimum
• Chemical resistant coatirigs and paint --3 year minimum
MCC DEVELOPMENT, INC.
Bid No. 18/19-17, Household Hazardous Waste Buildings
Total Price ofThree Buildings per specifications pages 15:18: $ 'd 33) 9fllJ, {I?)
Total Cost Written in WorddlJ,,Q /-kl)Jru/ fh;rf-.{flif <l. 11<JvSgl'l,/
\\JuJt \Avfll:lcpJ Do\\~rs gvy,( -Zero wVJ-:i-5
(Bid based on above total) Bids require a five (5%) percent bid bond and may not be
withdrawn after the scheduled opening time for a period of thirty (30) days.
CORPOR<\.TE DETAILS
Failure to complete all fields may result in your bid being rejected as non-responsive.
SAFETY
STORAGE® INC.
855 N. 5" Street, Charleston. IL 61920
Ph: (800) 727-2067 FAX: (217) 3454428
http:1Ayww4a,fetysforsge.com
2 MVL
Exhaust Ventilation, Exterior low Mount (Explosion Proof) (Class I,
Division 1 Grouos C&Dl with Snap-Tvne Switch /Non Explosion-Proof)
2 FS2
Fan Switch, Snap-Type. Upgrade to Expiosion-Proof Switch (Class I,
Division 1 Groups C&D)
2 LE02
Interior LED Low Profile Lighting Fixture. 20W (Class I. Division 2
Grouos A-D) with Exterior Lioht Swttch (Non E1mlosion-Proof)
2 LS2
Upgrade Light Switch to Explosion Proof (Class I, Division 1 Groups
C&Dl
1 ELAE
Emergency Local Alarm System. Explosion-Proof Switch (Class I,
Division 1 Grouos C&D\ Non Exolosion-Proof Alarm
1 ELAA
Additional Emergency Local Alarm Switch (Class I, Division 1 Groups
C&Dl
1 LC1 Load Center, Sinole Phase (Nema 3Rl
1 CCP Custom Color (Excludes Safetv Colors)
1 TTU2 Two-Tone Finish
1092 MAX INT/EXT Soeclal Coatino • Maxshell (Interior & Exterior)
240 CTU Coal Tar Undercoat ( Per So. Ft!
240 FRC Florida Roof Coat, Reouired in Hurricane Zone ( Per Sq. Ft)
2 TRITEM1071
FLSS
Upgrade Roll up Door to be installed in factory ( Additional freight
charges may apply)
Florida State Seal
Item B: One {1) Model 2410FR4 Safety Storage Buildlng ..........................*$92,627.00
Qtv Quote Ref Oescriotion
1 2410FR4 24L x 10W x 9H "4FR" Series Storaae Buildina
OVHT 120" Overall Heiaht
10 GA HRS Sump Floor Upgrade (Per Square Ft) -Sump Wall not
1
TRITEM93 Included240
TRITEM1979 Uoorade Roof Only to 150 MPH Wind Load, Model 2410
Upgrade Skin to 14Ga Galvannealed, 120" Overall Building Height
19
1
TRITEM545 maximum (Per Skin)
Upgrade Skins to 20Ga Galvannealed, 120" Overall Building Height
21 TRITEM552 maximum (Per Skin)
-1 DR60 Door, Double, 60"W x 80"H, 3HR Fire-Rated
Rollup Door, 72'W X 80"H Fire-Rated, Non-Insulated, Chain Operated,
Windstorm Door FL Approved (Shipped loose and installed and tested on
TRITEM1980 site bv others)1
Rollup Door, 60'W X 80"H Fire-Rated, Non-Insulated, Chain Operated,
Windstorm Door FL Approved (Shipped loose and installed and tested on
1 TRITEM1981 site bv others)
Custom Threshold, Painted 10Ga HRS (Shipped loose and installed on
2 site bv others)TRITEM1978
1 PW4FR3 Partition Wall, 4Hr Fire-Rated (With Sumo Seoaratorl, 10W Building
1 HDB3 Hold-Down Bracket, 3-Hole, Uoorade from Standard (4 Brackets)
DC2 Dru Chemical Fire Sunnression Svstem /Rated for Class A. B and C fires)
1
1
WS1 Water Sorinkler Subassemblv, One /1) Sorinkler Head
Shelving with Standards, Stainless Steel (Adjustable, 22'0) (Per Linear
ft.)46 SH22
Shelving W/0 Standards, Stainless Steel (Adjustable, 22'D) (Per Linear138 SH22A
Ft.)
2 SIGN? Sian. "CONFINED ENTRY"
Exhaust Ventilation, Exterior Low Mount (Explosion Proof) (Class I,
2 MVL Division 1 Grouos C&D) with Snap-Tvoe Sw!ch /Non Exolosion-Proof)
Fan Switch, Snap-Type, Upgrade to Explosion-Proof Switch (Class I,
2 FS2 Division 1 Grouns C&D)
Heat Sensor -Exhaust Shutdown (Explosion-Proof) (Class I, Division 1
1 HS Grouos C&Dl
Interior LED Low Profile Lighting Fixture, 20W (Class I, Division 2 Groups
2 LED2 A-Dl with Exterior Liaht Switch (Non Ex, lesion-Proof)
2 LS2 Unnrade Liaht Switch to Exolosion Proof /Class I, Division 1 Groups C&Dl
Emergency Local Alarm System, Explosion-Proof Switch (Class I, Division
1 ELAE 1 Grouos C&Dl Non Exolosion-Proof Alamn
Additional Emergency Local Alamn Switch (Class I, Division 1 Groups
1 ELM C&Dl
1 LC1 Load Center, Sinale Phase /Nema 3R)
1 CCP Custom Color (Excludes Safetv Colors)
1 TTU2 Two-Tone Finish
1092 MAX INT/EXT Soecial Coatina -Maxshell (Interior & Exterior)
240 CTU Coal Tar Undercoat I Per Sa. Ft)
240 FRC Florida Roof Coat, Reauired in Hurricane Zone ( Per Sa. Fil
Upgrade Roll up Door to be installed in factory ( Additional freight charges
2 TRiTEM1071 may apply)
FLSS Florida State Seal
Total Purchase Price (3) Buildings $277,297.00
Estimated Freight $13.630.50
Total Purchase Price $290.927.60
Building
configuration
notes: ITEM A BUILDINGS
1.) H3 Occupancy for storage only of fiammable liquids (1A Flammables not allowed)
2.) Class I Div 2 min. Interior/ General Purpose Exterior
3.) Building will meet wind load requirements
4.) Door threshold height to be approved by end user before production
5.) Ducting, if required, to be supplied and installed on site by others
6.) Backup power to be supplied and installed on site by others
7.) Due to the ventilation requirements in hazardous material areas, Safety Storage
cannot guarantee humidity control/condensation build up. Pre-conditioned air, if required,
must be supplied and installed on site by others.
8.) Egress door may be required by the LAHJ and must be supplied and installed on site
by others. SSI can supply at an additional cost
9.) Shelving will have 1.5" lip
Exceptions:
1.) Any additional requirements, not specifically identified in this quote, will be the sole
responsibility of the end user
BID #18/19-17, Household Hazardous Waste Buildings
SCOPE OF SERVICES
(As provided by Environmental Services Department)
Clay County is located in Northeast Florida just south of Jacksonville. The County's household
hazardous waste program is operated by the Department of Enviromnental Services. The County
utilizes three (3) Hazardous Waste Storage Buildings to store residential household hazardous
wastes until it is ready for shipment. These storage buildings are integrated into the main building.
The intent of this Bid is to procure new hazmat storage buildings to replace the existing buildings.
Contractor's Responsibilitv:
The Contractor will manufacture and deliver three (3) new portable hazardous materials storage
buildings that adhere to the specifications provided by the County. The County will be responsible
for installation of the buildings aud power connection. The portable buildings must fit in the
existing footprint and must align with openings in the pennanent household hazardous waste
(HHW) building. It shall be the responsibility of the Contractor to ensure that the new storage
buildings will properly fit in the area provided. It is strongly recomme11ded that the Contractor
1·isit the site mu/ confirm all measurements.
All systems (doors, lights, exhaust fans, fire safety equipment, shelves, etc.) shall be properly
tested prior to delivery to the County.
The Contractor will deliver the units to the County's site at 3545 Rosemary Hill Road, Green Cove
Springs, FL 32043. No less than 15 days prior to delivery, the Contractor shall: (I) notify the
County of the scheduled delivery date, (2) provide the gross weight of each building, and (3)
deliver a schematic of each building that includes the lifting points for unloading and moving.
The existing buildings will be removed by the County's landfill maintenance Contractor.
Specifications (Hazmat Storage Buildings)
• Three (3) New Portable Hazardous Materials Storage Buildings
• Manufacture and deliver buildings only
• Must meet EPA, NFPA 30 and OSHA standards for storage of household
hazardous wastes
• Buildings must fit into existing footprint and must align with building openings
• Proper alignment includes floor height level with permanent building
and door openings between building support girders. (Height of floor
is I 0.5'' from concrete pad)
• Building Size (length x width x height) shall be equal to or larger than cul'l'ent
units
• Exterior (maximum) 24' x 10' x 10·
• Existing units size (exterior)-22'5" x 8'6" x 8'
15
• Current building measurements are for reference only. Contractor is
responsible for new buildings proper fit.
• Roof must slope front (door side) to back and away from permanent building
• All welded heavy gauge steel construction
• Exterior walls -12 gauge minimum
• Interior walls -20 gauge minimum
• Floor grates -10 gauge minimum
• Sump containment area•· IO gauge minimum
• Tie down pads at four (4) corners compliant with anchoring requirements of
State of Florida Building Codes and Wind Codes for Eastern Clay County.
• Forklift pockets for lifting and moving building
• Exterior Coating
• Walls and roof painted the color selected by the County
o Contractor will provide County with color options
• Weather and chemical resistant coating. including on underside of
building
• Provide touch up paint of same color (one half gallon minimum)
• Four (4) hour fire rating
• Separation walls dividing each unit, including sump floor
• Lockable roll up doors for each room (6'8" minimum height)
• Low profile door threshold (10 gauge steel), each door. Must extend to
connect flush with floor of pennanent building. ( current threshold extends
2.5")
• Secondary Containment sump in floor 750 gallon minimum
• Galvanized steel grate flooring with removable sump access grate
• Explosion proof exhaust fan in each room
• Explosion proof light(s) in each room
• Automatic Fire Suppression System for each room
• Chemical fire suppression for five of six rooms (standard ABC dry
chemical)
• Water suppression in oxidizer room (1/3 sized room, East side of
Building 3)
• Power connection locations
• Building#I mount box at comer of unit on the East side at the South
end
• Building #2 -mount box at center of unit on the South end
• Building #3 -mount box at center of unit on the West end
• Interior Coating
• Walls and shelving will be anti-corrosive resin coated to protect
against chemical corrosion
16
• Walls and shelves painted bright white in color
• Adjustable and removable shelving for each room
• Mounting brackets, shelves and hardware shall be of the same design
and size for universal fit within all three buildings
• Mounting hardware and shelving shall be installed on the rear and side
walls of each room (3 walls)
o Brackets must allow shelves to be mounted at l 6" above floor,
16" below ceiling and at any height in between with adjustment
intervals of no larger than 2"
o Shelves will have a minimum depth of 18''
o Shelving will extend end to end ( corner to corner) on each wall
o Must install four (4) vertical shelves each wall
• Shelves will be of a solid surface and will have a leak proof
containment lip{] S' minimum) on all four sides to contain spilled
liquids
• Corrosion resistant, fitted shelf liners will be supplied for each shelf
• Buildings #l & #2 (East (back) side of HHW building)
• Each Building will be divided into two (2) rooms of equal size
• Door opening in center of each room
o 6' wide roll up door for each room
o Tag board holders (l O¾" x l O ¾") adjacent to each door
• Building #3 (South (right) side of HHW building)
• Divided into two (2) rooms of unequal size
o East side (left side when facing front) shall be l/3 of total size
(oxidizer room)
o West side (right side when facing front) shall be 213 of total
size
• Door opening in center of each room
o 5' wide roll up door-East room (1/3)
o 6' wide roll up door -West room (2/3)
o Tag board holders (IO¾'' x 10 ¾'") mljacent to each door
• Contractor's Warranty
• Structure and systems --IO year minimum
• Chemical resistant coatings and paint - 3 year minimum
Bidders may be requested to provide a schedule of values at time of bid review.
17
Bid Invitations Sent to the Following Compa nies for :
Bid #18/19-17, Household Hazardous Waste Buildings
U.S. Chemical Storage
Chem-Stor
ECP Environmental Compliance Products
Safety Storage, Inc.
Fr e edom Steel Buildings
DJ Haycook Con struction Co.
MCC Development, Inc.
Handi Hous e of Orange Park
LO Buildings
HC Buildings
Southern Structures, Inc.
Cooks Portable Warehouses
Kee n 's Buildings
Thomas May Construction Company
Core Construction Company
Construction Journal
Construct Connect
Dodge Data & Analytics
Mid State Builders Exchange, Inc.
Prime Vendor, Inc
NAPC Data Specialist
Conner Se rvices, LLC
DOI Southeast
Dodge Data & Analyt ics
Ide al Sales
Agenda Item
Clay County Board of County Commissioners
Clay County Administration Building
Tuesday, May 21 3:00 PM
TO: Finance and Audit Committee DATE: 5/10/2019
FROM: Administrative and Contractual Services
SUBJECT: Approval of the Memorandum of Agreement with the Florida Department of Veterans' Affairs, formalizing the Interlocal
relationship as an authorized user of FDVA's VetraSpec technology, for a term to continue until terminated by either party.
Funding Source: Not Applicable (T. Nagle)
AGENDA ITEM TYPE:
BACKGROUND INFORMATION:
This will assist Clay County Veterans Services with tracking veteran's claims and assist veterans and eligible dependents in
accessing all benefits to which they are entitled.
Is Funding Required (Yes/No):
No
If Yes, Was the item budgeted (Yes\No\N/A):
No
Funding Source: Not Applicable
Sole Source (Yes\No):
No
Advanced Payment (Yes\No):
No
Planning Requirements:
Public Hearing Required (Yes\No):
No
Hearing Type:
Initiated By:
Not Applicable
ATTACHMENTS:
Description
----
CLAY COUNTY
AGREEMENT/CONlRACT#
Memorandum of Agreement
between
Florida Department of Veterans' Affairs
and
Clay County
on behalf of the
County Veteran's Service Officer
Table of Contents
1. Purpose . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2
2. Ba ckg round . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2
3. Scope . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2
4. Roles and Responsibilities .............................................................. 3
4.1 FDVA shall: .....................................................................................................3
4.2 County shall: ..................................................................................................3
5. Terms of the Agreement and Period of Effectiveness ....................... 5
6. FDVA Point of Contact ................................................................... 5
7. Execution of Agreement ................................................................ 6
Authority and Reference .............I ••• I I •• I ••• I I ••• I I •• I •• 11 •• I I •• I I I I •• I I •• I I •• I ••• I I ••• I 6I
Acronyms I •• I I. 11 •••••••• I I. 11 •• 11 •• I I •• I •• I I •• I I ••••••• I ••• 11 •••••• I ••• I •• 111 I •• I I •• I I •• I •••• I ••• I 7I
Memorandum of Agreement Between
Florida Department of Veterans' Affairs (FDVA)
and Clay County Veteran's Service Office
1. Purpose
In order to create greater efficiencies through cooperation as contemplated by Section
163.01, Florida Statutes, this Memorandum of Agreement (herein referred to as "MOA'')
establishes and formalizes the interlocal relationship between the State of Florida
Department of Veterans' Affairs (herein referred to as "FDVA'') and ~County, a political
subdivision of the State of Florida, on behalf of the County Veteran's Service Officer (herein
referred to as "the County'') under Section 292.11, Florida Statutes, as an authorized user
of FDVA's VetraSpec technology acquired through its contract with DataSpec, Inc., Contract
No. FDVA-ITN-15-004N, to manage veterans' case files and records in furtherance of
FDVA's mission to advocate with purpose and passion for Florida veterans and link them to
superior services, benefits and support. In this MOA, FDVA and the County will collectively
be known as "the Parties."
2. Background
VetraSpec is a secure, web-based application that FDVA has purchased and implemented
as a solution to track veterans' claims, and assist veterans and eligible dependents in
accessing all benefits to which they may be entitled.
FDVA makes this application available for authorized users of FDVA and Florida County
Veteran Service Officers (herein referred to as "CVSOs'') that have paid, directly to
DataSpec, Inc., for the licenses to receive services. Qualifying CVSOs become authorized
users through the execution of this MOA and in compliance with the terms and conditions
of this agreement.
FDVA, in its sole discretion, shall determine if a person qualifies as an authorized user of
the FDVA VetraSpec application (herein referred to as "VetraSpec'').
3. Scope
The Parties to this MOA agree to be bound by its terms and conditions governing access to
VetraSpec by authorized users. Authorized users of VetraSpec shall be responsible for the
confidentiality of veteran records and shall not access records of veterans for whom the
authorized user does not have specific, written authorization to access on behalf of the
veteran.
This MOA applies to all FDVA's VetraSpec authorized users that may include CVSOs; system
administrators; and system users.
No person shall have access to VetraSpec without first being approved by FDVA, in writing,
as an authorized user.
Authorized users shall operate, at all times, in compliance with the terms and conditions of
this MOA and at the express direction of the FDVA.
2
Memorandum of Agreement Between
Florida Department of Veterans' Affairs (FDVA)
and Clay County Veteran's Service Office
4. Roles and Responsibilities
4.1 FDVA shall:
4.1.1 Approve qualifying persons as authorized users and coordinate access to
VetraSpec for intended use under this MOA.
4.1.2 Monitor usage of VetraSpec by authorized users through compliance checks
and quality assurance measures, including conducting audits of authorized user
VetraSpec credentials and written authorizations from veterans allowing authorized
users to access veteran records.
4.1.3 Ensure all authorized users receive training by DataSpec, Inc., for use of
VetraSpec prior to gaining rights and credentials to access and work within the
application, and partake in additional training should VetraSpec upgrades so require.
4.1.4 Freely cooperate with authorities legally empowered to investigate, audit, or
otherwise review the procedures, data and conduct including the operation and its
authorized users under the licensed database held by FDVA.
4.1.5 Report any violation of intended use of accessing VetraSpec under the licensed
FDVA database. All violations shall be promptly reported to FDVA and DataSpec, Inc.
4.1.6 Revoke authorized user access to the FDVA VetraSpec database for those
whom, in the sole discretion of FDVA, have been deemed to have violated the
intended use of the application.
4.1.7 All electronic discharges that are in the possession of FDVA will be maintained
in VetraSpec under the "FDVA" office code.
4.2 County shall:
4.2.1 Pay the annual fee per user in the amount of $399.00, or subsequently
assessed current rate, to DataSpec, Inc. All payments are billed annually on
anniversary of signing up for the system and are due and payable to DataSpec, Inc., in
accordance with Chapter 218, Part VII, Florida Statutes.
4.2.2 Provide the resources necessary, including computer hardware, software, and
personnel support, to effectively operate VetraSpec by each authorized user.
4.2.3 Allow only accredited County Veteran' Service Officers (''CVSOs'') under Section
292.11, Florida Statutes, representing or assisting veterans and eligible dependents
within the authorized user's office, to access and use VetraSpec. For purposes of this
MOA, "authorized user" means any person appointed or designated by FDVA, in
writing, to act on behalf of, or in place of a veteran or veteran's eligible dependent.
3
Memorandum of Agreement Between
Florida Department of Veterans' Affairs (FDVA)
and Clay County Veteran's Service Office
4.2.4 Access or view only files within the County as authorized by the veteran or
eligible dependent, or as required and essential to assisting the veteran or eligible
dependent in accessing benefits to which they may be entitled.
4.2.S Cooperate fully in the mandate that: if a veteran or eligible dependent chooses
representation outside his or her home county, the home county office will not access
or view that veteran's file unless subsequently authorized to do so, in writing, by the
veteran or veteran's eligible dependent which authority can only be granted when the
power granted supersedes and replaces the earlier authorization.
4.2.6 Ensure that all inquiries and use of veterans' records are \\For Official Use Only."
To verify that all access to VetraSpec is \\For Official Use Only," authorized users must
comply with the following requirements:
(a) Have and keep on file written authorization for release of information,
including written appointment of authorized agent, if applicable, executed by
the veteran or eligible dependent for whom information is being accessed.
(b) Ensure that all work and inquiries pertaining to a veteran's file shall be
limited to, and shall not exceed, the scope of the specific purpose in assisting
the veteran and eligible dependent.
(c) Access records of discharges from the US Armed Forces in the possession
of FDVA that are not part of an active claim, provided that the authorized user
accessing the discharge record has authorization in accordance with section
4.2.6(a).
(d) Ensure that all discharge records in the possession of FDVA will not be
viewed outside the scope of official business.
(e) Obtain and review a copy of the release of a discharge to verify that a
veteran has authorized access to the record, or if the veteran is deceased, that
a qualified official has signed on behalf of the veteran or dependent.
4.2.7 Abide by the existing policies and instructions, as listed in Appendix A to this
MOA, for supporting the transmission, use, release, or storage of veterans' and
dependents' information.
4.2.8 The Parties acknowledge that VetraSpec facilitates access to data that is
protected by State and Federal law. Therefore, strict adherence to the terms and
conditions of this MOA are of paramount importance for both Parties to achieve legal
compliance. Recognizing that all information in the VetraSpec database is subject to
the public records laws of the State of Florida, protecting the privacy of veterans and
dependents is imperative. Information obtained under this agreement shall only be
disclosed to persons to whom disclosure is authorized under Florida and Federal law.
CVSOs shall not use or disclose any information received from VetraSpec under this
MOA that is identified as confidential or exempt from public disclosure in accordance
4
Memorandum of Agreement Between
Florida Department of Veterans' Affairs (FDVA)
and Clay County Veteran's Service Office
with Chapter 119 and Section 282.318, Florida Statutes, and HIPAA Privacy and
Security Rules. Disclosure is restricted to authorized intended uses to assist the
veteran or eligible dependent. No information may be disclosed outside these limits
without written consent from the veteran and eligible dependents.
Any person who willfully and knowingly violates any of the provisions of this section
may be charged with noncriminal infractions up to a third degree felonies as provided
in Section 119.10, Florida Statutes, and subject to penalties found in Chapter 775,
Florida Statutes. In addition, any person who knowingly discloses any information in
violation of HIPAA may be subject to criminal sanctions and civil liability. The duty of
each CVSO, to maintain confidentiality of information under this section, continues and
survives beyond the term of this MOA or separation from employment by the County.
4.2.9 Information from veterans' files will only be used to assist veterans and eligible
dependents. At no time will any CVSO use information for any other purposes
including but not limited to:
• Recruitment for membership to organizations, including veterans'
organizations.
• Solicitation for firms, whether "for profit'' or "not for profit" organizations,
seeking to do business with veterans.
• Listing of names for inclusion or inscription on monuments or memorials.
4.2.10 All requests for customization of access to VetraSpec or its reporting or other
capabilities shall be submitted to FDVA, in writing, for consideration. FDVA will
determine if such customization is beneficial to the State, and if approved, FDVA will
submit the request to DataSpec, Inc.
s. Terms of the Agreement and Period of Effectiveness
This MOA will be effective on the date last signed below by the Parties, and will be reviewed
annually by the signatories or successors. This MOA shall remain in effect until it is
modified or terminated by the Parties. Minor modifications may be made when mutually
agreed upon by written addendum, signed by FDVA and the County. Either party, upon 90
days' advance written notice, may terminate this MOA. FDVA may terminate immediately,
if, in FDVA's sole discretion, it determines that the County has failed to comply with the
terms and conditions of this MOA.
6. FDVA Point of Contact Clay County Point of Contact
Alene Tarter Name: Kimberley Glover
FDVA Director, Benefits and Assistance Title: Veteran's Services Officer
727-319-7421 Phone: 904-269-6326
tartere@fdva.state.fl.us E-mail: Kimberley.Glover@claycountygov ,(.o HI
5
Memorandwn of Agreement Between
Florida Department of Veterans' Affairs (FDVA)
and Clay County Veteran's Service Office
7. Execution of Agreement
The Parties have taken all actions necessary and secured all levels of approval to enter
into this MOA. Each signatory has legal authority to bind the public entity it represents and
hereby signs to memorialize accord with all terms and conditions.
Clay County Florida Department
A political subdivision of the State of Florida of Veterans' Affairs
By: Mike Cella, Chairman
(printed name) Colonel Alfred D. Carter, US Army Ret.
Deputy Executive Director
Signature:____________
Signature:___________
Date: _____________
Date: _____________
ATTEST:
By: Lorin L. Mock. Acting County Manager and
Reviewed as to form and legal sufficiency:
Clerk to the Board (printed name)
By:-------------
(Signature)
Date: ____________
Reviewed as to form and legal sufficiency:
6
APPENDIX A
Authority and Reference
5 U.S.C. 552, Freedom of Information Act
38 U.S.C. 5902, Recognition of Representatives of Organizations
45 Code of Federal Regulations, HIPAA Privacy
Privacy Act of 1974 as amended by 5 U.S.C. 552a
Section 1106 (A), Social Security Act
Florida Administrative Code, Chapter SSA-3.009, Accreditation to the United States Department
of Veterans Affairs
Florida Statutes 119.10, Public Records
Florida Statutes 292.11, County and City Veteran Service Officer
Florida Statutes 775, General Penalties
Acronyms
HIPAA Health Insurance Portability and Accountability Act
MOA Memorandum of Agreement
FDVA Florida Department of Veterans Affairs
POC Point of Contact
us United States
cvso County Veteran Service Officer
7
Agenda Item
Clay County Board of County Commissioners
Clay County Administration Building
Tuesday, May 21 3:00 PM
TO: Finance and Audit Committee DATE: 5/1/2019
FROM: Karen Thomas, Administrative &
Contractual Services
SUBJECT:
Approval to post notice of intent and to award RFP No. 18/19-2, Various Equipment and Amenities for Parks and Playgrounds, to
multiple companies for a term of three years. All bids are based upon the % discount offered for products and service. This bid is
also a means for qualifying vendors for Ball Park lighting services. Qualifying vendors will be requested to provide pricing on a
project by project basis based on discount pricing.Approval will be effective after 72 hour bid protest period has expired.
Submittals are available for review in the Purchasing Department. Funding Source: 001-3201-546100 (General Fund - Parks &
Rec - Repairs & Maint) (J. Householder)
AGENDA ITEM TYPE:
BACKGROUND INFORMATION:
Bid provides playground equipment, amenities and lighting for all parks in Clay County as needed and other entities wishing to
utilize this RFP. Pricing will be utilized for repairing, adding additional equipment, and new park projects.
Is Funding Required (Yes/No):
Yes
If Yes, Was the item budgeted (Yes\No\N/A):
Yes
Funding Source: General Fund / Parks & Recreation / Repairs and Maintenance
Account # 001-3201-546100 Amount - Varies by project
Sole Source (Yes\No):
No
Advanced Payment (Yes\No):
No
ATTACHMENTS:
Description
SURFACING
Distributor Manufacturer Surfacing
Discount Allowed
from MRSP Installation Discount Catalog Provided
Current MSRP List
Supplied Warranty
Bliss Products (904) 751-0830
dewitt@blissproducts.com Dura Play
Safety Surface
Systems 5% Priced Per Job Yes Request Quote In Catalog
Fibar
Playground Safety
Surfaces 10% Priced Per Job Yes Request Quote On Website
First Coast Mulch
Mulch, Erosion
Control 5% Priced Per Job www.firstcoastmulch.com Request Quote On Website
Forestry Resources
Mulches, Sod,
Fertilizer, Sod 5% Priced Per Job www.gomulch.com Request Quote On Website
Innovative Mulching Mulch 10% Priced Per Job www.innovativemulching.com Request Quote On Website
PlayGuard
Surfacing for Patios,
Playgrounds, Play
Spaces 5% Priced Per Job www.playguardsurfacing.com Request Quote On Website
Playsafe Surfacing
Rubber Surface for
playgrounds, play
spaces 5% Priced Per Job Yes Request Quote On Website
Premier Tennis Courts
Tennis Court
Surfacing 5% Priced Per Job No Website Request Quote No Website
Rubber
Recycling/Playsafer
Recylced Rubber
Mulch, Map 5% Priced Per Job Yes Request Quote On Website
Sand Lock Sandbox
Sandboxes,
Accessories, covers 5% Priced Per Job www.sandlock.com Request Quote On Website
Shaw Industries
Carpet, Hardwood,
Tile ect 5% Priced Per Job www.shawfloors.com Request Quote On Website
Stewart Tennis Courts
Tennis, Bocce, Basketball,
Shuffleboard Courts Priced Per Job Priced Per Job www.stewarttennis.com Request Quote On Website
Wood Mulch
Products Mulch 5% Priced Per Job www.woodmulchproducts.com Request Quote On Website
Tennis Unlimited Tennis Court Sufacing Priced per job Priced Per Job N/A Request Quote On Website
X-Grass Syntheitc Turf 5% Priced Per Job Yes Request Quote On Website
Advanced Recreational Concepts (321)
775-0600 info@arcflorida.com
Manufacturer Product
Discount Allowed
from MSRP Installation Discount Catalog Provided
Current MSRP List
Supplied Warranty
Rubber Designs Rubber Surface for
playgrounds, play
spaces 5% 5% Yes Digital Copy Digital Copy
Boiling Forest Mulch 4
You and Inovative Mulch 5% 75% No Digital Copy Digital Copy
Polysoft Surfacing Recreation Surfacing 2% 75% Yes Digital Copy Digital Copy
Playspace Services Installation Services N/A Per Discount Catalog Yes Digital Copy Digital Copy
Miracle Recreation/True North (407)
883-8463
Manufacturer Product
Discount Allowed
from MSRP Installation Discount Catalog Provided
Current MSRP List
Supplied Warranty
No Fault
Rubber Surface for
playgrounds, play 5% Priced Per Job Yes Yes Yes
IMC-Nuplay
Rubber Mulch
Nuggets 10% Priced Per Job www.imcoutdoorliving.com Yes Yes
Swartz Associates (813)-949-2288
mail@ParkPlayUSA.com
Manufacturer Product
Discount Allowed
from MSRP Installation Discount Catalog Provided
Current MSRP List
Supplied Warranty
Cowart Mulch Engineered Wood
Mulch 10% 60% Flyer Attached to Flyer Yes International Mulch
Co
Recylced Rubber
Mulch, 6% 50% Flyer Attached to Flyer Yes
USA Mulch Natural Mulch 10% 60% Flyer Attached to Flyer Yes`
Manufacturer Product
Discount Allowed
from MSRP Installation Discount Catalog Provided
Current MSRP List
Supplied Warranty
Playmore West, Inc (239) 791-2400
info@playmoreonline.com Playmore Surfacing Wood, Rubber Mulch 5% varies-see price list Flyer Included in Flyer Yes
Robertson Industries, Inc/Totturf Safety
Surfacing (954) 882-1366 ghaab@totturf.com
Manufacturer Product
Discount Allowed
from MSRP Installation Discount Catalog Provided
Current MSRP List
Supplied Warranty
Robertson Industries
Turf, Rubber Tiles,
Aquatic Surfacing 10% Included in Discount Yes Yes Yes
Playspace Services (321) 775-0600
info@playspaceservices.com
Manufacturer Product
Discount Allowed
from MSRP Installation Discount Catalog Provided
Current MSRP List
Supplied Warranty
Boiling Forest Mulch 4
You and Inovative
Mulch Mulch Installation N/A 75% Digital Copy Digital Copy Digital Copy
Polysoft Surfacing
Recreation Surfacing
Installation N/A 75% Digital Copy Digital Copy Digital Copy
Play Space Services Surfacing Installation N/A Per Discount Catalog Yes Yes Yes
Rubber Designs Rubber Surface for
playgrounds, play spaces
Installation
5% or per discount
catalog 5% Digital Copy Digital Copy Digital Copy
Playworx Playsets LLC (386) 697-4426
Tracy@playworx.com
Manufacturer Product
Discount Allowed
from MSRP Installation Discount Catalog Provided
Current MSRP List
Supplied Warranty
No Fault Safety
Surfacing Rubber Turf 2% Included n SF Price Flyer No Yes
Shawgrass Syntheitc Turf 2% Included in SF Price Flyer No Yes
Manufacturer Product
Discount Allowed
from MSRP Installation Discount Catalog Provided
Current MSRP List
Supplied Warranty
Vitriturf Cushioned Flooring 2% Included in SF Price Yes Yes Yes
Rep Services, Inc (407) 831-9658
nathan@repservices.com No Fault
Rubber Mulch,
Synthetic Turf 2% 50% Yes Yes Yes
Irvine Wood Recovery
Engineered Wood
Mulch 2% 50% Flyer Yes Yes
Robertson
Recreatonal Surfaces Rubber Synthetic Turf 2% Included in SF Price Flyer Yes Yes
Forever Lawn Playground Grass 2% Included in SF Price Flyer Yes Yes
Miller Recreation Equipment & Design
(941) 792-4580
MRECFLA@TAMPABAY.RR.COM
Manufacturer Product
Discount Allowed
from MSRP Installation Discount Catalog Provided
Current MSRP List
Supplied Warranty
Fibar
Wear Mats, Acces
Ramps, Engineered 5% 27% Yes No Yes
Foerverlawn Sythetic Grass 5% 27% www.foerverlawn.com No No
No Fault
Playground and
Athletic Surfaces 5% N/A Yes No No
I
SHELTERS, SHADES & STRUCTURES
Distributor Manufacturer Shelters, Shades, Structures
Discount Allowed
from MRSP
Installation
Discount Catalog Provided
Current MSRP List
Supplied Warranty
Alterations & More
Bliss Products (904) 751-0830
dewitt@blissproducts.com
Fabrics for shade structues,
canopies, and pads 5% Priced Per Job N/A Request Quote N/A
CemRock Artificial Environments 5% Priced Per Job www.cemrock.com Request Quote On Website
G & A Manufacturing Inc.
Ramps, Stars, Gangways,
Docks, Railings 5% Priced Per Job www.gamanufacturing.com Request Quote On Website
Newsome Fence Fencing 5% Priced Per Job www.newsomfence.com Request Quote On Website
Outback Shelters Shade Structures 5% Priced Per Job N/A Yes On Price Sheet
RCP Shelters
Pavilions, Gazebos, Fabric
Shades, Concessions 5% Priced Per Job www.rcpshelters.com Request Quote On Website
Shade America Canopies 10% Priced Per Job Yes Request Quote In Catolog
Spiral Court King Spiral Stairs 5% Priced Per Job www.spiralstarsofamerica.com Request Quote On Website
Structural Wood Systems
Structural Glued Laminated
Timber 5% Priced Per Job www.structuralwood.com Request Quote On Website
Superior Shade Umbrellas, Canopies, Sails 5% Priced Per Job Yes Yes In Catolog
Superior Shelters Shelters, Gazebos, Shades 5% Priced Per Job Yes Yes In Catolog
Manufacturer Product
Discount Allowed
from MSRP
Installation
Discount Catalog Provided
Current MSRP List
Supplied Warranty
Advanced Recreational Concepts (321) 775-0600
info@arcflorida.com
Superior Recreation
Shades Domes, Umbrellas, Shades 5% 49% Yes Digital Copy Digital Copy
UltraShade Shade Canopies 5% 49% Yes Digital Copy Digital Copy
Icon Shleters Shade Shelters, Entry Ways, 5% 69% Yes Digital Copy Digital Copy
Superior Shelters Shelters, Gazebos, Shades 5% 69% Yes Digital Copy Digital Copy
Cedar Forest Products
Shelters, Bridges, Dugouts,
Gazebos 5% 69% Yes Digital Copy Digital Copy
Playspace Services Installation Services N/A
Per Discount
Catalog Yes Digital Copy Digital Copy
Manufacturer Product
Discount Allowed
from MSRP
Installation
Discount Catalog Provided
Current MSRP List
Supplied Warranty
Southern Recreation Inc (904) 387-4390
terry@southernrecreation.com SRP Shades Sails, Shades, Canopies 5% 30% Yes ?? Yes
SRP Shelters Gazebos, Pavilions 5% 30% Yes ?? Yes
Manufacturer Product
Discount Allowed
from MSRP
Installation
Discount Catalog Provided
Current MSRP List
Supplied Warranty
Miracle Recreation/True North (407) 883-8463
miracle@truenorthrecreation.com USA Shade Shades, Canopies 5% N/A Yes Yes Yes
Manufacturer Product
Discount Allowed
from MSRP
Installation
Discount Catalog Provided
Current MSRP List
Supplied Warranty
Custom Canopies, Inc (888) 776-3350 ext 1
chrs@customshadecanopies.com Custom Canopies Inc. Sails, Shades, Canopies 5% Priced Per Job Yes Yes Yes
Manufacturer Product
Discount Allowed
from MSRP
Installation
Discount Catalog Provided
Current MSRP List
Supplied Warranty
Playmore West, Inc (239) 791-2400
info@playmoreonline.com USA Shade Shade Canopies 5% 180% Yes In Catalog Yes
Classic Recreation
Systems, Inc Shelters, 5% 75% Yes In Catalog Yes
Manufacturer Product
Discount Allowed
from MSRP
Installation
Discount Catalog Provided
Current MSRP List
Supplied Warranty
RCP Shelters, Inc (772) 288-3600
info@rcpshelters.com RCP Shelters
Pavilions, Gazebos, Fabric
Shades, Concessions, 15% 175% Yes Yes Yes
Manufacturer Product
Discount Allowed
from MSRP
Installation
Discount Catalog Provided
Current MSRP List
Supplied Warranty
Regal Contractors Inc (561) 906-7321
regalcontractorsinc@gmail.com Shade Systems Inc
Installation of Shade
Structures N/A 100% No No No
Apollo Sunguard (Shade)
Systems Inc
Installation of Shade
Structures N/A 110% No No No
RCP Shelters
Installation of Shade
Structures N/A 150% No No No
Poligon by Porter
Installation of Shade
Structures N/A 150% No No No
Ball Fabrics
Installation of Shade
Structures N/A 110% No No No
Manufacturer Product
Discount Allowed
from MSRP
Installation
Discount Catalog Provided
Current MSRP List
Supplied Warranty
Top Line Recreation Inc. (386) 575-8359
info@toplinerec.com Shade Systems Inc Shades, Sails 5% 125% Yes In Catalog In Catolog
Americana Building
Products
Gazebos, Walkway Covers,
Roofs 5% 100% Yes In Catalog In Catolog
Manufacturer Product
Discount Allowed
from MSRP
Installation
Discount Catalog Provided
Current MSRP List
Supplied Warranty
Playspace Services (321) 775-0600
info@playspaceservices.com Cedar Forest Products
Shelters, Bridges, Dugouts,
Gazebos Installation 5% 69% Digital Copy Digital Copy Digital Copy
Playworx Playsets LLC (386) 697-4426
Tracy@playworx.com
SRP Shades
Sails, Shades, Canopies
Installation N/A 49% Digital Copy Digital Copy Digital Copy
Ultra Shades
Sails, Shades, Canopies
Installation N/A 49% Digital Copy Digital Copy Digital Copy
Icon Shleters
Shade Shelters, Entry Ways,
Installation N/A 69% Digital Copy Digital Copy Digital Copy
SRP Shelters Gazebos, Pavilions Installation N/A 69% Digital Copy Digital Copy Digital Copy
Manufacturer Product
Discount Allowed
from MSRP
Installation
Discount Catalog Provided
Current MSRP List
Supplied Warranty
USA Shade Shade Canopies 5% 75% No No No
Rep Services, Inc (407) 831-9658
nathan@repservices.com Manufacturer Product Discount Allowed
from MSRP
Installation
Discount Catalog Provided Current MSRP List
Supplied Warranty
Skyways Shade Sails, Shades, Canopies 2% 75% Yes Yes Yes
USA Shade Sails, Shades, Canopies 2% 75% Yes Yes Yes
Poligon/Parasol Shade Gazebos, Shelters, Canopies 2% 75% Yes Yes Yes
Porter/Poligon Shelters Gazebos, Shelters, Canopies 2% 75% Yes Yes Yes
Miller Recreation Equipment & Design (941) 792-
4580 MRECFLA@TAMPABAY.RR.COM
Manufacturer Product Discount Allowed
from MSRP
Installation
Discount Catalog Provided Current MSRP List
Supplied Warranty
USA Shade Shade Canopies 5% N/A Yes No No
RCP Shelters
Pavilions, Gazebos, Fabric
Shades, Concessions 5% N/A No No No
Coverworx Shelters Pavilions, Gazebos, Shelters 5% N/A Yes No No
SITE AMENITIES & FURNISHINGS
Distributor Manufacturer Site Amenities & Furnishings Discount Allowed
from MRSP
Installation
Discount Catalog Provided Current MSRP List
Supplied Warranty
Bliss Products (904) 751-0830
dewitt@blissproducts.com Dero Bike Racks 5% Priced Per Job Yes Yes In Catalog
Doty & Sons Concrete Concrete Containers, Benches,
Tables 5% Priced Per Job www.dotyconcrete.com Request Quote On Website
Forte Plastic Fixtures, Trash Cans, ect 5% Priced Per Job www.forteproducts.com Request Quote Yes
GT Grandstands Bleachers 10% Priced Per Job Yes Yes On Website
Jayhawk Plastics/FROG Tables, Benches, Trash Cans 10% 35% Yes Yes In Catalog
Kay Park Bleachers, Bike Racks, Barriers,
Stages, Fountains, ect 5% Priced Per Job www.kaypark.com Request Quote On Website
Kings River Casting Benches, Receptacles, Tables, Bike
Racks 5% Priced Per Job www.kingsrivercasting.co
m Request Quote On Website
Most Dependable Fountains Fountains 5% Priced Per Job Yes Request Quote In Catalog
Murdock Fountains Fountains 5% Priced Per Job Yes Yes In Catalog
Ultra Site Benches, Receptacles, Tables, 5% Priced Per Job Yes Yes In Catalog
Wausau International Banches, Tables, Trash Cans, ect 5% Priced Per Job www.wausaumade.com Request Quote On Website
Manufacturer Product Discount Allowed
from MSRP
Installation
Discount Catalog Provided Current MSRP List
Supplied Warranty
Advanced Recreational Concepts (321) 775-0600
info@arcflorida.com
Superior Recreational Site
Amenities Tables, Benches, Trash Cans 2% 75% Yes Digital Copy Digital Copy
Bison Ameneties Tables, Benches, Bike Racks, Trash
Cans 2% 75% Yes Digital Copy Digistal Copy
Playcraft Amenities Tables, Benches, Bike Racks, Trash
Cans 2% 75% Yes Digital Copy Digital Copy
Ultrasite Amenities Tables, Benches, Bike Racks, Trash
Cans 2% 75% Yes Digital Copy Digital Copy
Park Catalog Amenities Tables, Benches, Bike Racks, Trash
Cans 2% 75% No Digital Copy Digital Copy
Paris Amenities Tables, Benches, Bike Racks, Trash
Cans 2% 75% Yes Digital Copy Digital Copy
Kay Park Bleachers, Bike Racks, Barriers,
Stages, Fountains, ect 2% 75% Yes Digital Copy Digital Copy
Playspace Services Installation Services N/A Per Discount
Catalog Yes Digital Copy Digital Copy
Manufacturer Product Discount Allowed
from MSRP
Installation
Discount Catalog Provided Current MSRP List
Supplied Warranty
Southern Recreation Inc (904) 387-4390
terry@southernrecreation.com SRP Amenities Tables, Benches, Bike, Racks, Trash
Cans 5% 30% Yes ?? Yes
Kay Park Bleachers, Bike Racks, Barriers,
Stages, Fountains, ect 5% 30% Yes ?? Yes
Ultra Site Tables, Benches, Bike Racks, Trash
Cans 5% 30% Yes ?? Yes
Manufacturer Product Discount Allowed
from MSRP
Installation
Discount Catalog Provided Current MSRP List
Supplied Warranty
Miracle Recreation/True North (407) 883-8463
miracle@truenorthrecreation.com Wabash Valley Tables, Benches, Trash Cans Tier Priced Per Job www.wabashvalley.com Yes Yes
Manufacturer Product Discount Allowed
from MSRP
Installation
Discount Catalog Provided Current MSRP List
Supplied Warranty
Recycled Plastic Factory (941) 473-1618
cgoogins@recycledplasticfactory.com Recycled Plastic Factory Recycled benches, tables, lumber,
Parking Curbs 25% 15% N/A Yes Yes
Manufacturer Product Discount Allowed
from MSRP
Installation
Discount Catalog Provided Current MSRP List
Supplied Warranty
Wausau Tile, Inc (863) 816-8070
kprecast@msn.com Wausau Tile, Inc Planters, Benches, Bike Racks 10% N/A Yes Yes Yes
Manufacturer Product Discount Allowed
from MSRP
Installation
Discount Catalog Provided Current MSRP List
Supplied Warranty
Swartz Associates (813)-949-2288
mail@ParkPlayUSA.com MyTCoat Tables, Benches, Bike Racks, Trash
Cans 8% 35% Yes In Catalog Yes
Frog Furnishings Tables Benches, Trash Cans, Kiosks 8% 35% Yes In Catalog Yes
Kay Park Bleachers, Bike Racks, Barriers,
Stages, Fountains, ect 6% 35% Yes In Catalog Yes
SiteScapes Inc. Tables, Benches, Trash Cans, Bike
Racks 5% 35% Yes In Catalog Yes
Superior Site Amenities Tables, Benches, Bike, Racks, Trash
Cans 8% 35% Yes In Catalog Yes
Vista Furnishings Benches, Trash Cans, Bike Racks 6% 35% Yes In Catalog Yes
Manufacturer Product Discount Allowed
from MSRP
Installation
Discount Catalog Provided Current MSRP List
Supplied Warranty
Dominica Recreation Products (800) 432-0162
robd@gametime.com Ultrasite Furnishings Benches, Bike Racks, Tables, 5% 30% Yes No Yes
Manufacturer Product Discount Allowed
from MSRP
Installation
Discount Catalog Provided Current MSRP List
Supplied Warranty
Playmore West, Inc (239) 791-2400
info@playmoreonline.com Wabash Valley Tables, Benches, Trash Cans 5% 32% Yes In Catalog Yes
Manufacturer Product Discount Allowed
from MSRP
Installation
Discount Catalog Provided Current MSRP List
Supplied Warranty
Regal Contractors Inc (561) 906-7321
regalcontractorsinc@gmail.com Ultrasite Site Furnishing Installation N/A 45% No No No
Dumor Site Furnishings Site Furnishing Installation N/A 75% No No No
Wausau Tile, Inc Site Furnishing Installation N/A 100% No No No
Manufacturer Product Discount Allowed
from MSRP
Installation
Discount Catalog Provided Current MSRP List
Supplied Warranty Top Line Recreation Inc. (386) 575-8359
info@toplinerec.com Premier Polysteel Benches, Tables, Trash Cans, Bike
Racks 5% 45% Yes In Catalog In Catalog
Patterson-Williams Benches, Tables, 5% 45% Yes In Catalog In Catalog
Frog Furnishings Benches, Tables, Trash Cans, 5% 45% Yes In Catalog In Catalog
MyTCoat Benches, Tables, Trash Cans 5% 45% Yes In Catalog In Catalog
Manufacturer Product Discount Allowed
from MSRP
Installation
Discount Catalog Provided Current MSRP List
Supplied Warranty
Playspace Services (321) 775-0600
info@playspaceservices.com SRP Amenities Tables, Benches, Bike, Racks, Trash
Cans Installation N/A 75%
Digital Copy Digital Copy Digital Copy
Bison Ameneties Tables, Benches, Bike Racks, Trash
Cans Installation N/A 75%
Digital Copy Digital Copy Digital Copy
Playcraft Amenities Tables, Benches, Bike Racks, Trash
Cans Installation N/A 75%
Digital Copy Digital Copy Digital Copy
Ultrasite Amenities Tables, Benches, Bike Racks, Trash
Cans Installation N/A 75%
Digital Copy Digital Copy Digital Copy
Park Catalog/Highlands
Amenities
Tables, Benches, Bike Racks, Trash
Cans Installation N/A 75%
Digital Copy Digital Copy Digital Copy
Kay Park Bleachers, Bike Racks, Barriers,
Stages, Fountains, Installation N/A N/A Digital Copy Digital Copy Digital Copy
Paris Amenities Tables, Benches, Bike Racks, Trash
Cans Installation N/A 75% Digital Copy Digital Copy Digital Copy
Playworx Playsets LLC (386) 697-4426
Tracy@playworx.com Manufacturer Product Discount Allowed
from MSRP
Installation
Discount Catalog Provided Current MSRP List
Supplied Warranty
Wabash Valley Tables, Benches, Trash Cans 2.50% 50% Yes In Catalog Yes
Rep Services, Inc (407) 831-9658
nathan@repservices.com
Manufacturer Product Discount Allowed
from MSRP
Installation
Discount Catalog Provided Current MSRP List
Supplied Warranty
Dumor Site Furnishings
Benches, Trash Cans, Bike Racks,
Tables 2% 50% Yes Yes Yes
Anova Site Furnishings Tables Benches, Trash Cans, 2% 50% Yes Yes Yes
Miller Recreation Equipment & Design (941) 792-
4580 MRECFLA@TAMPABAY.RR.COM
Manufacturer Product Discount Allowed
from MSRP
Installation
Discount Catalog Provided Current MSRP List
Supplied Warranty
Murdock Fountains Water Fountains 5% 27% Yes No No
Wabash Valley Tables, Benches, Trash Cans 5% 27% Yes In Catalog In Catalog
Recycle Design Benches 5% 27% Yes No No
Kay Park
Bleachers, Bike Racks, Barriers,
Stages, Fountains, Installation 5% 27% Yes No Yes
Madrax Bike Lockers 5% 27% www.madrax.com No No
I
PLAYGROUND EQUIPMENT & STRUCTURES
Distributor Manufacturer
Playground Equipment &
Structures
Discount Allowed
from MSRP Installation Discount Catalog Provided
Current MSRP List
Supplied Warranty
Bliss Products (904) 751-0830
dewitt@blissproducts.com Action Play
Boarders, Ramp Systems,
Mats 5% Priced Per Job Yes Yes Varies Per Product
Bark Park Dog Park Products 8% 35% Yes Yes On Price Sheet
Big Toys Interactive Playgrounds 5% 42% Yes Yes On Price Sheet
Dynamo Playgrounds Innovative Playgrounds 10% Priced Per Job Yes Yes In Catalog
Elephant Play Playgrounds 10% 35% Yes Yes In Catalog
Everlast Climbing
Climbing Walls, Jungle Gyms,
ect 10% Priced Per Job Yes Request Quote In Catalog
Free Note- Harmony Park Musical Play Equipment 5% Priced Per Job Yes Yes On Website
Jensen Swings Playgournd Swings, Slides 5% Priced Per Job
www.jensenswing.c
om Yes On Price Sheet
Play & Park Structures
Playgrounds, Play Structures,
Swings 10% 42% Yes Yes In Catalog
Safety 1st Surfacing
Expand, Install, Renew,
Relocate 5% Priced Per Job
www.safetyfirstplay
ground.com Request Quote On Website
Sportsplay Playground Equip 5% Priced Per Job Yes Yes In Catalog
Ultra Play Playground Equip 5% Priced Per Job Yes Yes In Catalog
Manufacturer Product
Discount Allowed
from MSRP Installation Discount Catalog Provided
Current MSRP List
Supplied Warranty
Advanced Recreational Concepts (321) 775-0600
info@arcflorida.com Playcraft Systems
Playground Equip, Tables,
Benches, Bike Racks 2% 37% Yes Digital Copy Digital Copy
Dynamo Playgrounds Innovative Playgrounds 2% 37% Yes Digital Copy Digital Copy
Free Note- Harmony Park Musical Play Equipment 2% 37% Yes Digital Copy Digital Copy
ID Sculptures Climb and Play Structures 2% 60%
www.idsculpture.co
m Digital Copy Digital Copy
Superior Recreation Playgrounds Playground Sets, 2% 37% Yes Digital Copy Digital Copy
Childforms Playground Sets, 2% 37% Yes Digital Copy Digital Copy
Ultra Play Playground Equip, Dog Parks 2% 37% Yes Digital Copy Digital Copy
Sportsplay Playground Equip 3% 75% Yes Digital Copy Digital Copy
Playspace Services Installation Services N/A Per Discount Catalog Yes Digital Copy Digital Copy
Manufacturer Product
Discount Allowed
from MSRP Installation Discount Catalog Provided
Current MSRP List
Supplied Warranty
Southern Recreation Inc (904) 387-4390
terry@southernrecreation.com SRP Playgrounds Playground, Fitness Equip 5% 30% Yes ?? Yes
Sportsplay Playground Equipment, 5% 30% Yes In Catalog Yes
Free Note- Harmony Park Musical Play Equipment 5% 30% Yes ?? Yes
Ultra Play Playground Equip, Dog Parks 5% 30% Yes ?? Yes
Manufacturer Product
Discount Allowed
from MSRP Installation Discount Catalog Provided
Current MSRP List
Supplied Warranty
Miracle Recreation/True North (407) 883-8463
miracle@truenorthrecreation.com Miracle/True North Playground Equipment, Tier System 30% Yes Yes Yes
Manufacturer Product Discount Allowed
from MSRP Installation Discount Catalog Provided Current MSRP List
Supplied Warranty
Swartz Associates (813)-949-2288
mail@ParkPlayUSA.com Henderson Recreation Playground Equipment, 6% 35% Yes In Catalog Yes
Action Play
Boarders, Ramp Systems,
Mats 10% 35% Yes In Catalog Yes
Big Toys Playgrounds, Musical, Benches 6% 35% Yes In Catalog Yes
Manufacturer Product Discount Allowed
from MSRP Installation Discount Catalog Provided Current MSRP List
Supplied Warranty
Dominica Recreation Products (800) 432-0162
robd@gametime.com GameTime Playground Equipment, 10% 30% Yes In Catalog In Catalog
Manufacturer Product Discount Allowed
from MSRP Installation Discount Catalog Provided Current MSRP List
Supplied Warranty
Rosette Equipment Co. (904) 271-0561
JRose20@comcast.net Kidstuff Playstystems Playground Equpment 18% 20% Yes No Yes
Manufacturer Product Discount Allowed
from MSRP Installation Discount Catalog Provided Current MSRP List
Supplied Warranty
Playmore West, Inc (239) 791-2400
info@playmoreonline.com Playworld Playground Equpment 5% 32% Yes No Yes
Manufacturer Product Discount Allowed
from MSRP Installation Discount Catalog Provided Current MSRP List
Supplied Warranty
Dynamo Industries, Inc (613) 446-0030
ivan.hoffmann@dynamoplaygrounds.com Dynamo Playgrounds Playgrounds, 10% 45% Yes Yes Yes
Dynamo Playgrounds Ropes Course 5% 42% Yes Yes Yes
Dynamo Playgrounds Custom Products 5% 42% Yes Yes Yes
Dynamo Playgrounds Nature Play 5% 42% Yes Yes Yes
Manufacturer Product Discount Allowed
from MSRP Installation Discount Catalog Provided Current MSRP List
Supplied Warranty
Regal Contractors Inc (561) 906-7321
regalcontractorsinc@gmail.com Landscape Structures Inc Playground Installation N/A 40% No No No
Playcore Branded Products Playground Insallation N/A 45% No No No
GameTime Playground Installation N/A 45% No No No
Playworld Systems Inc Playground Installation N/A 40% No No No
Henderson Recreation Playground Installation N/A 45% No No No
Miracle Recreation Playground Installation N/A 45% No No No
PlayPower/Little Tikes Playground Installation N/A 45% No No No
Manufacturer Product Discount Allowed
from MSRP Installation Discount Catalog Provided Current MSRP List
Supplied Warranty
Top Line Recreation Inc. (386) 575-8359
info@toplinerec.com BCI Burke Company Playground Equipment, 7% 34% Yes In Catalog In Catalog
Manufacturer Product Discount Allowed
from MSRP Installation Discount Catalog Provided Current MSRP List
Supplied Warranty
Playworx Playsets LLC (386) 697-4426
Tracy@playworx.com Little Tikes Playground Equipment, 10% 40% Yes In Catalog Yes
Manufacturer Product Discount Allowed
from MSRP Installation Discount Catalog Provided Current MSRP List
Supplied Warranty
Rep Services, Inc (407) 831-9658
nathan@repservices.com Landscape Structures Inc Playground Equip 2% 50% Yes Yes Yes
Manufacturer Product Discount Allowed
from MSRP Installation Discount Catalog Provided Current MSRP List
Supplied Warranty
Miller Recreation Equipment & Design (941) 792-4580
MRECFLA@TAMPABAY.RR.COM Miracle Recreation Equip Playground Equip 8-20% 27% Yes Yes Yes
Action Play
Boarders, Ramp Systems,
Mats 5% 25% No No No
Elephant Play Playgrounds 5% 25% No No No
Ultra Play Playground Equip, Dog Parks 5% 27% No No No
UPC Parks Nature Play 5% 27% Yes No No
Manufacturer Product Discount Allowed
from MSRP Installation Discount Catalog Provided Current MSRP List
Supplied Warranty
Playspace Services (321) 775-0600
info@playspaceservices.com Playcraft Systems Playground Equiment N/A 37% Digital Copy Digital Copy Digital Copy
Dynamo Playgrounds Playground Equiment N/A 37% Digital Copy Digital Copy Digital Copy
SRP R3 Recycled Playground Equiment N/A 37% Digital Copy Digital Copy Digital Copy
Free Note- Harmony Park Musical Play Equipment N/A 37% Digital Copy Digital Copy Digital Copy
ID Sculptures Climb and Play Structures N/A 60% Digital Copy Digital Copy Digital Copy
Childforms Playground Sets, N/A 37% Digital Copy Digital Copy Digital Copy
Ultra Play Playground Equip, Dog Parks N/A 37% Digital Copy Digital Copy Digital Copy
SPLASH FEATURES, SKATE PARKS, OUTDOOR RECREATION
Distributor Manufacturer
Splash Features, Skate
Parks, Outdoor Rec
Discount Allowed from
MRSP
Installation
Discount Catalog Provided
Current MSRP List
Supplied Warranty
Bliss Products (904) 751-0830
dewitt@blissproducts.com
Compac Filtration Pads, Structures,
Filtration 5% Priced Per Job Yes Request Quote Priced Per Job
Spohn Ranch/True
Ride Skate Park 5% Priced Per Job www.spohnranch.com Request Quote On Website
Waterworks
International
Architectural Fountains,
SplashPads 5% Priced Per Job www.waterworksinternational.com Request Quote On Website
Zeager
Wood Carpet, Synthetic
Turf, 5% Priced Per Job Yes Request Quote On Website
Manufacturer Product
Discount Allowed from
MSRP
Installation
Discount Catalog Provided
Current MSRP List
Supplied Warranty
Advanced Recreational Concepts (321) 775-0600
info@arcflorida.com Water Splash Splash Parks 2% 75% Yes Digital Copy Digital Copy
Manufacturer Product
Discount Allowed from
MSRP
Installation
Discount Catalog Provided
Current MSRP List
Supplied Warranty
Playspace Services (321) 775-0600
info@playspaceservices.com
Water Splash
Installation Splash Parks N/A 75% Digital Copy Digital Copy Digital Copy
Manufacturer Product
Discount Allowed from
MSRP
Installation
Discount Catalog Provided
Current MSRP List
Supplied Warranty
Rep Services, Inc (407) 831-9658
nathan@repservices.com Aquatix
Splash Pads, Water
Playgrounds 2%
Included in price
per SF Yes Yes Yes
I
SPORTS & FITNESS EQUIPMENT
Distributor Manufacturer Sports & Fitness Equipment
Discount Allowed
from MRSP Installation Discount Catalog Provided
Current MSRP List
Supplied Warranty
Bliss Products (904) 751-0830
dewitt@blissproducts.com Athletic Connection Team Sports, Fitness, Facilties, 5% Priced Per Job Yes In Catalog In Catalog
Burbank Netting Safety Netting 5% Priced Per Job www.burbanksportnets.com Yes On Website
Colorado Time Systems Scoreboards 5% Priced Per Job Yes Request Quote On Website
Electro-Mech Scoreboards 10% Priced Per Job www.electro-mech.com Yes On Website
Gared Sports Team Sports, Fitness, Facilties, 10% Priced Per Job Yes Yes On Website
GT Grandstands
Bleachers, Press Boxes,
Benches 10% Priced Per Job Yes Yes On Website
JayPro Sports Team Sports, Fitness, Facilties, 5% Priced Per Job Yes On Website Varies Per Product
Major Display Scoreboards Scoreboards 5% Priced Per Job www.majordisplay.com Yes On Website
National Recreation Systems Bleachers, Benches 5% Priced Per Job Yes Yes In Catalog
Pro Mats Netting, Padding, Equipment 5% Priced Per Job Yes Yes On Website
Sandee Sod, Inc (Support Services) Priced per job Priced Per Job N/A Request Quote No Website
Sportsplay Sports Equip 5% Priced Per Job Yes Yes In Catalog
Ultra-Action Fitness Fitness Parks and Equiment 5% Priced Per Job Yes Yes In Catalog
Manufacturer Product
Discount Allowed
from MSRP Installation Discount Catalog Provided
Current MSRP List
Supplied Warranty
Advanced Recreational Concepts (321) 775-0600
info@arcflorida.com Sportsplay Sports Equip 3% 75% Yes Digital Copy Digital Copy
Bison Sports Sports Equip 3% 75% Yes Digital Copy Digital Copy
Action Fit Outdoor Fitness Equip 3% 75% Yes Digital Copy Digital Copy
Paris Outdoor Fitness Outdoor Fitness Equip 3% 75% Yes Digital Copy Digital Copy
JayPro Sports Sports Equip 3% 75% Yes Digital Copy Digital Copy
GT Grandstands
Bleachers, Press Boxes,
Benches 3% 75% Yes Digital Copy Digital Copy
Playspace Services Installation Services N/A Per Discount Catalog Yes Digital Copy Digital Copy
Manufacturer Product Discount Allowed
from MSRP Installation Discount Catalog Provided Current MSRP List
Supplied Warranty
Swartz Associates (813)-949-2288
mail@ParkPlayUSA.com National Recreation Systems Bleachers, Benches 6% 35% Yes In Catalog Yes
JayPro Sports Team Sports, Fitness, Facilties, 6% 35% Yes In Catalog Yes
Manufacturer Product Discount Allowed
from MSRP Installation Discount Catalog Provided Current MSRP List
Supplied Warranty
Rosette Equipment Co. (904) 271-0561
jrose20@comcast.net Sportsplay Sports Equip 13% 20% No No ??
Manufacturer Product Discount Allowed
from MSRP Installation Discount Catalog Provided Current MSRP List
Supplied Warranty
Greenfields Outdoor Fitness Inc (888) 315-9037
sam@greenfieldsfitness.com Greenfields Outdoor Fitness Outdoor Fitness Equipment 2% Varies Yes Yes In Catalog
Manufacturer Product Discount Allowed
from MSRP Installation Discount Catalog Provided Current MSRP List
Supplied Warranty
Nevco Sports, LLC (618) 664-0360
sales@nevco.com Nevco Sports, LLC Scoreboards 10% Minimum Available upon Request No Yes Yes
Manufacturer Product Discount Allowed
from MSRP Installation Discount Catalog Provided Current MSRP List
Supplied Warranty
Regal Contractors Inc (561) 906-7321
regalcontractorsinc@gmail.com Greenfields Outdoor Fitness Fitness Equipment Installation N/A 40% No No No
Manufacturer Product Discount Allowed
from MSRP Installation Discount Catalog Provided Current MSRP List
Supplied Warranty
Musco Sports Lighting LLC (800) 825-6030
musco.contracts@musco.com Musco Sports Lighting Sports Lighting Prices as listed / No Yes Yes
Top Line Recreation Inc. (386) 575-8359
info@toplinerec.com
Manufacturer Product Discount Allowed
from MSRP Installation Discount Catalog Provided Current MSRP List
Supplied Warranty
Burke Fitness Fitness Course 7% 34% Yes No In Catalog
Patterson-Williams Athletics Sports Equip, Bleachers 5% 45% Yes In Catalog In Catalog
Manufacturer Product Discount Allowed
from MSRP Installation Discount Catalog Provided Current MSRP List
Supplied Warranty
Playspace Services (321) 775-0600
info@playspaceservices.com
Sportsplay Sports Equip Installation N/A 75% Digital Copy Digital Copy Digital Copy
Bison Sports Sports Equip Installation N/A 75% Digital Copy Digital Copy Digital Copy
Action Fit
Outdoor Fitness Equip
Installation N/A 75% Digital Copy Digital Copy Digital Copy
Paris Outdoor Fitness
Outdoor Fitness Equip
Installation N/A 75% Digital Copy Digital Copy Digital Copy
JayPro Sports Team Sports, Fitness, Facilties, N/A 75% Digital Copy Digital Copy Digital Copy
Playcraft Systems Fitness Equipment N/A 37% Digital Copy Digital Copy Digital Copy
GT Grandstands
Bleachers, Press Boxes,
Benches N/A 75% Digital Copy Digital Copy Digital Copy
Miller Recreation Equipment & Design (941) 792-
4580 MRECFLA@TAMPABAY.RR.COM
Manufacturer Product Discount Allowed
from MSRP Installation Discount Catalog Provided Current MSRP List
Supplied Warranty
Bison Sports
Sports Equip, Bleachers,
Padding 5% 27% Yes No Yes
Douglas Sports Sports Equipment 5% 27% Yes No No
RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND
PLAYGROUNDS – SCOPE OF SERVICES
(Provided by Parks and Recreation Department)
SCOPE:
The purpose of this bid invitation:
1. Establish a firm, fixed percentage discount from manufacturer’s and/or bidder’s current
catalog/supply/product information price list for the purchase of various equipment and
amenities for parks and playgrounds as requested by the Clay County Division of Parks
and Recreation. The County reserves the right to award to multiple bidders.
2. Establish a firm, fixed percentage of manufacturer’s and/or bidder’s current
catalog/supply/product information price list, after applying the above requested discount
for purchase, for the installation of various equipment and amenities. It is understood that
bidder’s current catalog/supply/product information price list are subject to change;
however, percentages shall remain fixed. No extra charges or compensation will be
allowed for installation above and beyond what has already been presented in your bid. If
the bidder offers specialized catalogs, the catalogs must be submitted separately from any
other catalog offered by the bidder.
3. This bid is also a means for qualifying vendors for ball park lighting services. Qualifying
vendors will be requested to provide pricing on a project by project basis as defined in the
method of ordering section of this bid utilizing prices provided in bid response. The
qualified vendor(s) providing the lowest responsive quote will be awarded the project.
4. There is no guarantee any purchases will be made after award. Purchase orders will be
issued subject to availability of funds.
RESPONSIBILITY:
Bidder shall be responsible for all labor, materials, equipment, supervision, off-loading, storage,
and installation, of various equipment and amenities for parks and playground equipment or
amenities ordered, unless otherwise specified by the County. The County may elect, in certain
circumstances, to purchase only materials and have those materials installed by others (e.g.,
volunteers, County staff). These items will be shipped to a designated location and off-loaded by
the bidder or bidder’s representative.
QUALIFICATION OF INSTALLERS:
If a bidder utilizes a sub-contracted installer for any park or playground equipment, a list of sub-
contracted installers must be included with their bid. Additionally, the bidder must supply
WRITTEN FACTORY/MANUFACTURER CERTIFICATION that its installer, or its sub-
contracted installer, is an authorized installer, certified to install various equipment and amenities
for parks and playground equipment as required by each manufacturer.
CATALOGS AND MANUFACTURER SUGGESTED RETAIL PRICE (MSRP) LISTS:
Each bidder shall submit with this bid, at no charge, two (2) sets of each current
catalog/supply/product information price list as well as current MSRP list for each catalog
submitted. All catalogs and/or MSRP lists shall clearly identify bidder’s name, address and
telephone number.
The vendor shall supply at no charge, two (2) sets of each then current catalog/supply/product
information price list as well as current MSRP list for each catalog submitted upon price changes.
At renewal time Vendor may request that new manufacturers be added. County reserves the right
to approve or deny this request.
Bidders must strictly comply with Federal, State and local building and safety codes. Equipment
must meet all State and Federal safety regulations. The following publications (issue in effect on
date of invitation to bid) shall form a part of this specification:
A. American Society for Testing and Materials (ASTM):
ASTM-F1487 Standards – Methods of testing Playground Equipment for
Public Use.
ASTM-F1292 Standards -Method for testing various surfacing materials to
determine their “critical height” (the fall height below which
a life threatening head injury would not be expected to
occur)
Copies may be obtained from the -American Society for Testing and Materials
100 Barr Harbor Drive
West Conshohocken, PA 19428
B. Consumer Product Safety Commission (CPSC) – printed Handbook for Public
Playground Safety.
Copies may be obtained from the - US Consumer Product Safety Commission
4330 East West Highway
Bethesda, MD 20814
(301) 504-7923
C. National Playground Safety Institute (NPSI) – identification of 12 leading causes
of injuries on playgrounds.
Copies may be obtained from the -National Recreation and Park Association
22377 Belmont Ridge Road
Ashburn, VA 20148-4150
(703) 858-0784
D. Americans with Disabilities Act (ADA) Regulations for Title III, Appendix A,
Standards for Accessible Design, issued by the Department of Justice.
COMPLIANCE WITH LAWS AND CODES:
Copies may be obtained by calling: (800) 514-0301
Bidders certify that all products (materials, equipment, processes, age appropriate signage, or other
items supplied in response to this bid) contained in its bid meet all Federal and State requirements,
Upon completion of installation of play equipment and/or playground surfacing, bidder shall
furnish to the County a certificate so stating the equipment /surfacing and its installation
meet all Federal and State requirements as outlined in the above publications.
Bidders further certify that if the product(s) delivered and/or installed are subsequently found to
be deficient in any of the aforementioned requirements in effect on date of delivery, all costs
necessary to bring the product(s) and installation into compliance shall be borne by the bidder.
INVOICING:
Invoices may be issued once equipment, materials, and supplies are delivered and/or installed to
the county’s satisfaction. At a minimum, invoices must include: Purchase Order Number, Item
Number and Description, Date of Shipment, Quantity Ordered, Unit Price, Unit of Measure, and a
total for all purchases. Standard payment terms are Net 45 days per the Local Government Prompt
Payment Act.
TERMS OF CONTRACT:
The term of bid award for various equipment and amenities for parks and playgrounds will be three
(3) years, with two (2) one (1) year renewal options. Discounts from this solicitation shall prevail
for the full duration of the contract and including subsequent extensions. County reserves the right
to use other available bids or contracts when in the best interest of the County.
METHOD OF ORDERING:
The County may generate a Request for Quotation, on an “as needed” basis, for park and
playground equipment and/or ball field lighting together with a request for additional services
required to complete that project (see attached Quote sample sheet). The County reserves the right
to send such Request for Quotation to any or all awarded bidders. The Request for Quotation can
define the project exactly or the Request for Quotation can describe a desired end result, allowing
the bidder to design the park or playground site.
After generating a Request for Quotation for a project, and before bidder’s submission of its
quotation in response to the Request for Quotation, the County may require requested bidder (s)
to attend a site visit with County personnel to familiarize the bidder(s) with the site and determine
additional services that may be required to complete the project. Bidders will be responsible for
the accuracy of all fixed measurements.
The bidder’s quotation in response to the Request for Quotation must contain each of the
following:
• A detailed breakdown of the cost for the entire project. Descriptions of additional services
related to the project, together with their price, shall also be listed.
• Include Catalog Name, Number and associated discount. When quoting projects where
freight would be charged, those costs must be included in quote so freight charges can
appear on the purchase order. Freight charges for equipment must be pre-paid and added
to the invoice.
• Names of any and all subcontractors on the project. It is understood the bidder remains
responsible for project completion and acceptance by the County. The County reserves the
right to reject any quotation in response to a Request for Quotation if said quotation names
a subcontractor who has, in the sole opinion of the County, previously failed in the proper
performance of an award or failed to deliver on time contracts of a similar nature, or who
is not in a position to perform properly under this award.
• Project Completion Date.
• Include an updated catalog, if needed and updated MSRP lists for the park and play
equipment specifically quoted.
The County will generate purchase orders as a result of approved “Request for Quotations”
submitted, at the sole discretion of the County. The County reserves the right to not award to any,
or to use other available bids or contracts when in the best interest of the County.
PROMOTIONAL PRICING:
During the contract period, bidders shall extend any pricing offered on a “promotional” basis from
the manufacturer to the county. It will be the bidder’s responsibility to monitor said items and
report any that are or will be offered at lower prices.
SUPERVISION:
A bidder’s job supervisor/representative shall be on the work site at all times and be thoroughly
knowledgeable of the materials, job requirements, plans, specifications and installation functions.
Contractors shall be responsible for the appearance of all working personnel assigned to the project
(clean and appropriately dressed at all times).
JOB COMPLETION:
Bidder/installer shall be responsible for all materials received and signed for from date of order to
completion of job installation.
Bidder/installer shall be responsible for cleanup and removal of all debris resulting in job
completion.
Bidder/installer shall be responsible for restoring the work site to its original condition at the
completion of the project. This shall include re-sodding of the area affected by their work with
sod which is of the same variety and quality as the surrounding sod. Where no sod exists prior to
installation, the contractor shall restore grade to a level consistent with the surrounding grade.
RESPONSIBILITY FOR DAMAGES AND PRESERVATION OF PROPERTY:
The bidder shall use due care to avoid damaging all property associated with, adjacent to, or in any
way affected by the work being performed. The bidder shall be responsible for the protection of
all buildings, structures, and utilities that are underground, above ground, or on the surface from
their operations that may be hazardous and/or damaging to said facilities. Bidder shall leave work
site in a neat and orderly fashion at the end of each work day. Any damage occurring to such items
by bidder shall be immediately repaired or replaced to a condition at least equal to that which
existed prior to the damage. All costs incurred for repair or replacement shall be borne by the
successful bidder. Any damages not repaired or replaced by the bidder within ten (10) calendar
days from notification will be fixed by the County or its contractor and the cost shall be paid by
the bidder or deducted from their invoice.
VIOLATIONS/DEFAULT:
In the event the awarded bidder(s) should violate any provisions of this bid, such bidder will be
given written notice stating the deficiencies and given ten (10) days to correct deficiencies found.
The County reserves the right to terminate any bid, contract, or purchase order at any time due to
any violation.
In the event the awarded bidder(s) should breach this contract, the County reserves the right to
seek all remedies in law and/or in equity. Failure of an awarded bidder to adhere to completion
dates defined by bidder and County may result in no further purchase being made with such bidder
under this Bid.
Bid Invitations Sent to the Following Companies for:
RFP #18/19-2, Various Equipment And Amenities For Parks And Playgrounds
Miracle Recreation -True North
Musco
Playmore Recreation Products
REP Services
Advanced Recreational Concepts
Southern Recreation, Inc.
J. Durgan Associates, Inc.
Victor Stanley, Inc.
Robertson Recreational Surfaces
Recycled Plastic Factory, LLC
Greenfields Outdoor Fitness, Inc.
Gulf Coast Sports, LLC
Bliss Products
Apollo Sunguard Systems, Inc.
Miller Recreation Equipment & Design, Inc.
Dominica Recreation Products/Game Time
Site Horizons
M. Gay Constructors, Inc.
Advanced Eco Designs
Florida Playstructures, Inc.
Seating Constructors UDS, Inc.
Shell Scape of Florida, LLC
ParknPool Corporation
Prosales
Hunter Knepshield Company
Team C Sports
Gary Yeomans Ford
Kompan, Inc.
BASCA, Inc.
Qua lite Sports Lightin g
Bill Fritz Sports Corporation
American Park & Recreation
Top Line Recreation
Atlantic Coast Recreation
Gopher Sports
Foreverlawn Palm Beach
Sail Shade Structures
Park Warehouse
Custom Canopies, Inc.
Dynamo Playgrounds
Prescision Playgrounds
Playworx Playsets, LLC
Rosette Equipment Company
Prime Vendor, Inc.
Regal Contractors, Inc.
No Fault Sport Group
Korkat Playgrounds & Site Amenities
Co nstruction Journa l
Wausau Tile, Inc.
Project Innovations, Inc.
Coast to Coast Recreation, LLC
Vortex
RCP Shelters, Inc.
Sail Shade Structures
Swartz Associates, Inc.
Nevco
Medley Sports Construction
Agenda Item
Clay County Board of County Commissioners
Clay County Administration Building
Tuesday, May 21 3:00 PM
TO: Committee DATE:
FROM: Purchasing Dept.
SUBJECT: Approval to apply for a Department of State Historic Preservation Grant funding through the Division of Historical
Resources for the Clay County Historical Courthouse Building Restoration Project. The grant requires a 50% match. The
application deadline is June 1, 2019. Staff is still in the process of finalizing the grant application. (J. Householder)
AGENDA ITEM TYPE:
Is Funding Required (Yes/No):
Yes
If Yes, Was the item budgeted (Yes\No\N/A):
Yes
Matching funds will be paid pending approval of the FY19/20 budget.
Sole Source (Yes\No):
No
Advanced Payment (Yes\No):
No
REVIEWERS:
Department Reviewer Action Date Comments
Administrative
and
Contractural
Services
Thomas, Karen Approved 5/15/2019 - 1:14 PM
County
Manager Mock, Lorin Approved 5/15/2019 - 2:38 PM
Agenda Item
Clay County Board of County Commissioners
Clay County Administration Building
Tuesday, May 21 3:00 PM
TO: Committee DATE:
FROM: Purchasing Dept.
SUBJECT:
Discussion regarding the following Agreements related to the SWEAT Program:
1. Program Director Services - Curtis Enterprises, LLC
2. Mentoring and Tutoring Services - Bright Minds Youth Development, Inc. (K. Thomas)
AGENDA ITEM TYPE:
BACKGROUND INFORMATION:
When the program was initially started the Board approved waiving the Purchasing Policy related to selecting William F.
Curtis/Curtis Enterprises, LLC as the Program Director based on his experience with the Department of Juvenile Justices
System.
A Request for Proposals was issued in FY 16/17 for Mentoring and Tutoring Services in which only 2 proposals were
received. The proposal from K16 Ready Society, Inc. far exceeded the Program budget and was being offered by an out of State
company. Bright Minds Youth Development, Inc. was award the bid and issued an Agreement.
Is Funding Required (Yes/No):
Yes
If Yes, Was the item budgeted (Yes\No\N/A):
Yes
Funding Source: Grant Funding
Sole Source (Yes\No):
No
Advanced Payment (Yes\No):
No
REVIEWERS:
Department Reviewer Action Date Comments
Administrative
and
Contractural
Services
Thomas, Karen Approved 5/15/2019 - 1:13 PM
County
Manager Mock, Lorin Approved 5/15/2019 - 2:38 PM
Agenda Item
Clay County Board of County Commissioners
Clay County Administration Building
Tuesday, May 21 3:00 PM
TO: Board of County Commissioners DATE: 5/17/2019
FROM: Teresa Capo
SUBJECT:
Approval of TDC Marketing Grant Applications for Ham Jam 2019 in the amount of $2,200.00 and Clay County Veterans Event in
the amount of $1,000.00. Funding Source 109-1910-548005 (Tourism Development Fund - Tourism & Film Development -
Reimbursement Grants) (K. Morgan)
AGENDA ITEM TYPE:
BACKGROUND INFORMATION:
The Tourism Department Staff received two TDC Event Marketing Grant Applications. Using the Board approved scoring metrics
for all TDC Event Marketing Grant awards, the Tourism Department Staff scored both applications in order to supply a
recommendation at their May 15, 2019 TDC meeting.
At that meeting, the TDC awarded the following:
• Ham Jam 2019 - $2,200
• Clay County Veterans Event - $1,000
Is Funding Required (Yes/No):
Yes
If Yes, Was the item budgeted (Yes\No\N/A):
Yes
Funding Source: Tourism Development Fund - Tourism & Film Development - Reimbursement Grants
Account # 109-1910-548005 Amount - $2,200.00 Ham Jam 2019
Account # 109-1910-548005 Amount - $1,000.00 Clay County Veterans Event
Sole Source (Yes\No):
No
Advanced Payment (Yes\No):
No
ATTACHMENTS:
Description
Kimberly Morgan
From: webform@claycountygov.com
Sent: Thursday, May 09, 2019 3:32 PM
To: Kimberly Morgan
Subject: Clay County, FL: 2018/19 TDC Grant Application
A new entry to a form/survey has been submitted.
Form Name: 2018/19 Clay County TDC Grant Application
Date & Time: 05/09/2019 3:31 PM
Response#: 18
Submitter ID: 20167
IP address: 172.24.96.110
Time to complete: 10 min. , 33 sec.
Survey Details
Page 1
Clay County Tourist Development Council Grant Application 2018/19
(October 1, 2018 through September 30, 2019)
1. General Organization Information
Name of Organization Clay County Veterans Services Department
Event Name 3rd Annual Veterans Appreciation Day Event
Address PO Box 1366
City Green Cove Springs
State Florida
Postal Code 32043
Phone (904) 278-3735
Website cl ayco u ntygov. com
Contact Name Kimberley Glover
Contact Email Address karen.thomas@claycountygov.com
Contact Phone (904) 278-373S
Contact Cell Phone (904) 540-3389
2. Requesting Organization's Net Reported Assets in 2017
Upload Document last yr budget TDC.pdf
3. Event Information
Event Name 3rd Annual Veterans Appreciation Day Event
Date(s) of Event 09/28/2019
lime(sl of Event 9:00-3:00
Location of Event Moosehaven
Website www.claycountygov.com
1
Not acceptable: To create goodwill within our community. OR To boost local awareness of our organization.
Acceptable: Create an event experience that will generate 100 room nights, a 30% increase over last year, by using a
digital marketing campaign that will run 1 month prior to our event and will target southeast Georgia, Orlando and
Tampa.
6. 2018/19 Event Funding
Event Budget (both draft budget.pdf
revenue and
expenditures)
Sponsorship Sponsor list TDC.xlsx
Plan/Commitments
What alternative source of funding will you seek if your request is not eligible for funding?
Seek additional sponsorships.
7. 2018/19 Event Marketing Plan
Include size/length of Advertising Plan.pd!
advertisement,
distribution channel(s)
used, when
advertisement will
appear, targeted
audiences, etc.
Visitor Survey
Thank you,
Clay County, FL
This is an automated message generated by the Vision Cqntent Management System'". Please do not reply directly to this email.
3
1 CLAY COUNTY FLORIDA PAGE NUMBER:
DATE: 05/09/2019 CLAY COUNTY BOCC FY 2019
TIME: 12:01:36 EXPENDITURE AUDIT TRAIL
SELECTION CRITERIA: orgn.fund='OOl' and expledgr.key_orgn='l601'
ACCOUNTING PERIODS: 1/18 THRU 13/18
SORTED BY: FUND,FUNCTION,ACTIVITY,DEPARTMENT,DIVISION,ACCOUNT
TOTALED ON: FUND,FUNCTION,ACTIVITY,DEPARTMENT,DIVISION
PAGE BREAKS ON: DEPARTMENT
FUND -001 -GENERAL FUND
DIVISION -1601 -VETERANS SERVICE OFFICER
ACCOUNT
DATE T/C ENCUMBRANC REFERENCE VENDOR BUDGET EXPENDITURES ENCUMBRANCES
001-550-553-1601-050-1601 -VETERANS SERVICE OFFICER
512000 REGULAR SALARIES .00 .00 .00
10/04/17 11-1
10/10/17 19-1
10/10/17 19-1
10/10/17 19-1
10/20/17 22-1
11/02/17 22-2
11/03/17 19-2
11/03/17 19-2
11/16/17 22-2
12/01/17 22-2
12/14/17 22-3
12/28/17 22-3
01/11/18 22-4
01/25/18 22-4
02/08/18 22-5
02/22/18 22-5
03/08/18 22-6
03/22/18 22-6
04/05/18 22-7
04/19/18 22-7
05/03/18 22-8
05/17/18 22-8
06/01/18 22-8
06/14/18 22-9
06/28/18 22-9
07/12/18 22-10
07 /26/18 22-10
08/09/18 22-11
08/23/18 22-11
09/07/18 22-12
09/20/18 22-12
10/05/18 22-13
10/09/18 19-13
TOTAL REGULAR
48,226.00
20180030 331.00
20180028 -331. 00
20180029 331.00
2,402.88
1,615.38
20180131 -37.50
20180138 -37.50
1,615.38
1,615.39
1,999.99
1,907.69
1,807.69
1,807.69
1,807.69
1,807.69
1,807.69
1,807.69
1,807.69
1,807.69
1,807.69
1,807.69
1,807.69
1,807.69
1,807.69
1,807.69
1,807.69
1,807.69
1,807.69
1,807.69
1,807.69
1,807.69
20181655 -361. 00
SALARIES 48,226.00 47,105.51 .00
BEGINNING BALANCE
POSTED FROM BUDGET SYSTEM
P/R ACCRUAL FY 17
P/R ACCRUAL FY17
REVERSAL OF JE20180028
PAYROLL
PAYROLL
OPT OUT
OPT-OUT
PAYROLL
PAYROLL
PAYROLL
PAYROLL
PAYROLL
PAYROLL
PAYROLL
PAYROLL
PAYROLL
PAYROLL
PAYROLL
PAYROLL
PAYROLL
PAYROLL
PAYROLL
PAYROLL
PAYROLL
PAYROLL
PAYROLL
PAYROLL
PAYROLL
PAYROLL
PAYROLL
PAYROLL
REVERSE
CHARGES
CHARGES
PPE 10/17/17
PPE 10/03/17
CHARGES
CHARGES
CHARGES
CHARGES
CHARGES
CHARGES
CHARGES
CHARGES
CHARGES
CHARGES
CHARGES
CHARGES
CHARGES
CHARGES
CHARGES
CHARGES
CHARGES
CHARGES
CHARGES
CHARGES
CHARGES
CHARGES
CHARGES
CHARGES
P/R ACCRUAL
1,120.49
AUDIT21
CUMULATIVE
DESCRIPTION BALANCE
* THERE IS A NOTE ASSOCIATED WITH THIS TRANSACTION
3 CLAY COUNTY FLORIDA PAGE NUMBER:
DATE: 05/09/2019 CLAY COUNTY BOCC FY 2019
TIME: 12:01:36 EXPENDITURE AUDIT TRAIL
SELECTION CRITERIA: orgn.fund='OOl' and expledgr.key_orgn='l601'
ACCOUNTING PERIODS: 1/18 THRU 13/18
SORTED BY: FUND,F1JNCTION,ACTIVITY,DEPARTMENT,DIVISION,ACCOUNT
TOTALED ON: FUND,F1JNCTION,ACTIVITY,DEPARTMENT,DIVISION
PAGE BREAKS ON: DEPARTMENT
FUND -001 -GENERAL FUND
DIVISION -1601 -VETERANS SERVICE OFFICER
ACCOUNT CUMULATIVE
DATE T/C ENCUMBRANC REFERENCE VENDOR BUDGET EXPENDITURES ENCUMBRANCES DESCRIPTION BALANCE
522000 RETIREMENT CONTRIBUTIONS (cont'd)
522000 RETIREMENT CONTRIBUTIONS .00 .00 .00 BEGINNING BALANCE
10/04/17 11-1 3,850.00 POSTED FROM BUDGET SYSTEM
10/10/17 19-1 20180030 26.00 P/R ACCRUAL FY 17
10/10/17 19-1 20180028 -26.00 P/R ACCRUAL FY17
10/10/17 19-1 20180029 26.00 REVERSAL OF JE20180028
10/20/17 22-1 187.34 PAYROLL CHARGES-FRINGE
11/02/17 22-2 127.94 PAYROLL CHARGES-FRINGE
11/16/17 22-2 127.94 PAYROLL CHARGES-FRINGE
12/01/17 22-2 127.94 PAYROLL CHARGES-FRINGE
12/14/17 22-3 158.40 PAYROLL CHARGES-FRINGE
12/28/17 22-3 143 .17 PAYROLL CHARGES-FRINGE
01/11/18 22-4 143.17 PAYROLL CHARGES-FRINGE
01/25/18 22-4 143 .17 PAYROLL CHARGES-FRINGE
02/08/18 22-5 143.17 PAYROLL CHARGES-FRINGE
02/22/18 22-5 143.17 PAYROLL CHARGES-FRINGE
03/08/18 22-6 143.17 PAYROLL CHARGES-FRINGE
03/22/18 22-6 143.17 PAYROLL CHARGES-FRINGE
04/05/18 22-7 143.17 PAYROLL CHARGES-FRINGE
,94/19/18 22-7 143.17 PAYROLL CHARGES-FRINGE
05/03/18 22-8 143.17 PAYROLL CHARGES-FRINGE
05/17/18 22-8 143.17 PAYROLL CHARGES-FRINGE
06/01/18 22-8 143.17 PAYROLL CHARGES-FRINGE
06/14/18 22-9 143.17 PAYROLL CHARGES-FRINGE
06/28/18 22-9 149. 32 PAYROLL CHARGES-FRINGE
07/12/18 22-10
07/26/18 22-10
08/09/18 22-11
149. 32
149. 32
149.32
PAYROLL CHARGES-FRINGE
PAYROLL CHARGES-FRINGE
PAYROLL CHARGES-FRINGE
08/23/18 22-11
09/07/18 22-12
09/20/18 22-12
10/05/18 22-13
149. 32
149.32
149.32
149.32
PAYROLL CHARGES-FRINGE
PAYROLL CHARGES-FRINGE
PAYROLL CHARGES-FRINGE
PAYROLL CHARGES-FRINGE
10/09/18 19-13 20181655
TOTAL RETIREMENT CONTRIBUTIONS 3,850.00
-30.00
3,781.33
REVERSE P/R ACCRUAL
.00 68 .67
523000 HEALTH INSURANCE .00 .00 .00 BEGINNING BALANCE
10/04/17 11-1
11/02/17 22-2
11/03/17 19-2 20180131
17,828.00
37.50
37.50
POSTED FROM BUDGET SYSTEM
PAYROLL CHARGES
OPT OUT PPE 10/17/17
AUDIT21
* THERE IS A NOTE ASSOCIATED WITH THIS TRANSACTION
5 CLAY COUNTY FLORIDA PAGE NUMBER:
DATE: 05/09/2019 CLAY COUNTY BOCC FY 2019 AUDIT21
TIME: 12:01:36 EXPENDITURE AUDIT TRAIL
SELECTION CRITERIA: orgn.fund='001' and expledgr.key_orgn='l601'
ACCOUNTING PERIODS: 1/18 THRU 13/18
SORTED BY: FUND,FUNCTION,ACTIVITY,DEPARTMENT,DIVISION,ACCOUNT
TOTALED ON: FUND,FUNCTION,ACTIVITY,DEPARTMENT,DIVISION
PAGE BREAKS ON: DEPARTMENT
FUND -001 -GENERAL FUND
DIVISION -1601 -VETERANS SERVICE OFFICER
ACCOUNT CUMULATIVE
DATE T/C ENCUMBRANC REFERENCE VENDOR BUDGET EXPENDITURES ENCUMBRANCES DESCRIPTION BALANCE
523100 LIFE INSURANCE {cont'd)
03/22/18 22-6
04/05/18 22-7
2.16
2.16
PAYROLL CHARGES-FRINGE
PAYROLL CHARGES-FRINGE
04/19/18 22-7 2.16 PAYROLL CHARGES-FRINGE
05/03/18 22-8 2.16 PAYROLL CHARGES-FRINGE
05/17/18 22-8 2.16 PAYROLL CHARGES-FRINGE
06/01/18 22-8 2.16 PAYROLL CHARGES-FRINGE
06/14/18 22-9 2.16 PAYROLL CHARGES-FRINGE
06/28/18 22-9 2.16 PAYROLL CHARGES-FRINGE
07/12/18 22-10 2.16 PAYROLL CHARGES-FRINGE
08/09/18 22-11 2.16 PAYROLL CHARGES-FRINGE
08/23/18 22-11 2.16 PAYROLL CHARGES-FRINGE
09/07/18 22-12 2.16 PAYROLL CHARGES-FRINGE
09/20/18 22-12 2 .16 PAYROLL CHARGES-FRINGE
10/05/18 22-13 2.16 PAYROLL CHARGES-FRINGE
TOTAL LI FE INSURANCE 52.00 51.84 . 00 .16
523200 DENTAL INSURANCE .00 .00 .00 BEGINNING BALANCE
10/04/17 11-1 194.00 POSTED FROM BUDGET SYSTEM
10/20/17 22-1 7.52 PAYROLL CHARGES-FRINGE
11/02/17 22-2 7.52 PAYROLL CHARGES-FRINGE
11/16/17 22-2 7.52 PAYROLL CHARGES-FRINGE
12/01/17 22-2 7.52 PAYROLL CHARGES-FRINGE
12/14/17 22-3 7.52 PAYROLL CHARGES-FRINGE
12/28/17 22-3 7.97 PAYROLL CHARGES-FRINGE
01/11/18 22-4 7.97 PAYROLL CHARGES-FRINGE
02/08/18 22-5 7.97 PAYROLL CHARGES-FRINGE
02/22/18 22-5 7.97 PAYROLL CHARGES-FRINGE
03/08/18 22-6 7.97 PAYROLL CHARGES-FRINGE
03/22/18 22-6 7.97 PAYROLL CHARGES-FRINGE
04/05/18 22-7 7.97 PAYROLL CHARGES-FRINGE
04/19/18
05/03/18
05/17/18
06/01/18
06/14/18
06/28/18
07/12/18
08/09/18
22-7
22-8
22-8
22-8
22-9
22-9
22-10
22-11
7.97
7.97
7.97
7.97
7.97
7.97
7.97
7.97
PAYROLL
PAYROLL
PAYROLL
PAYROLL
PAYROLL
PAYROLL
PAYROLL
PAYROLL
CHARGES-FRINGE
CHARGES-FRINGE
CHARGES-FRINGE
CHARGES-FRINGE
CHARGES-FRINGE
CHARGES-FRINGE
CHARGES-FRINGE
CHARGES-FRINGE
• THERE IS A NOTE ASSOCIATED WITH THIS TRANSACTION
CLAY COUNTY FLORIDA
DATE: 05/09/2019
TIME; 12:01:36
CLAY COUNTY BOCC
EXPENDITURE AUDIT
FY 2019
TRAIL
PAGE NUMBER:
AUDIT21
7
SELECTION CRITERIA:
ACCOUNTING PERIODS:
orgn.fund='OOl' and expledgr.key_orgn='l601'
1/18 THRU 13/18
SORTED BY: FUND,FUNCTION,ACTIVITY,DEPARTMENT,DIVISION,ACCOUNT
TOTALED ON: FUND,FUNCTION,ACTIVITY,DEPARTMENT,DIVISION
PAGE BREAKS ON: DEPARTMENT
FUND -001 -GENERAL FUND
DIVISION -1601 -VETERANS SERVICE OFFICER
ACCOUNT CUMULATIVE
DATE T/C ENCUMBRANC REFERENCE VENDOR BUDGET EXPENDITURES ENCUMBRANCES DESCRIPTION BALANCE
541100 TELEPHONE/COMMUNICATIONS {cont'd)
08/03/18
09/07/18
21-11
21-12
324337
325225
904949 AT&T MOBILITY NA
904949 AT&T MOBILITY NA
53.84
53.84
.00 ATT CELL PHONES
.00
10/17/18 25-13 180281 108.00 FROM OFFICE SUPPLIES
10/18/18 21-13 326584 904949 AT&T MOBILITY NA 53.84 .00 WIRELESS CHARGES
TOTAL TELEPHONE/COMMUNICATIONS 708.00 638.97 .00 69.03
541200 POSTAGE AND FREIGHT .00 .00 .00 BEGINNING BALANCE
10/04/17 11-1 700.00 POSTED FROM BUDGET SYSTEM
11/03/17
11/21/17
19-2
25-2
20180134
180039 -300.00
4.29 POSTAGE EXP OCT 1-27/17
TO TELECOMMUNICATIONS
12/05/17 19-3 20180266 20.32 DIST POSTAGE EXP EACH DEP
01/04/18
01/16/18
02/07/18
19-4
19-4
19-5
20180406
20180459
20180584
33.48
9 .21
1.41
POSTAGE 12/1-12/3117
POST EXP 1/1-11/18
DISTRIBUTE EXP 1-12-2-18
02/21/18 19-5 20180644 2.35 DIST POSTAGE EXPENSE
03/07/18
04/03/18
04/17/18
19-6
19-7
19-7
20180708
20180852
20180916
12.84
4.50
15.79
POSTAGE EXP 2/16-3/5/18
DIST POSTAGE 3/19-1/18
DIST POSTAGE EACH DEPT
05/01/18 19-7 20180976 9.78 DISTRIB POST 4/16-29/18
05/17/18 19-8 20181051 10.21 DIST POSTAGE 4/30-5-13/18
06/06/18 19-9 20181135 32.23 VET SVC
06/20/18 19-9 20181186 4.70 VET SVC
07/03/18 19-10 20181242 10.67 VET SVC
07/18/18 19-10 20181307 6.58 VET SVC
08/08/18 19-11 20181388 31.25 VET SVC
08/24/18 19-11 20181472 19.47 VET SVC
09/06/18 19-12 20181525 15.03 VET SVC
09/21/18 19-12 20181590 5 .17 VET SVC
10/04/18 19-13 20181646 48.63 DIST POST EXP 9/17-30/1B
TOTAL POSTAGE AND FREIGHT 400.00 297.91 . 00 102. 09
543000 UTILITY SERVICES .00 .00 .00 BEGINNING BALANCE
10/04/17 11-1
TOTAL UTILITY SERVICES
.00
.00 .00 . 00
POSTED FROM BUDGET SYSTEM
. 00
546100 REPAIRS AND MAINTENANCE .00 .00 .00 BEGINNING BALANCE
* THERE IS A NOTE ASSOCIATED WITH THIS TRANSACTION
CLAY COUNTY FLORIDA PAGE NUMBER: 9
DATE: 05/09/2019 CLAY COUNTY BOCC FY 2019 AUDIT21
TIME: 12:01:36 EXPENDITURE AUDIT TRAIL
SELECTION CRITERIA: orgn.fund='001' and expledgr.key_orgn='l601'
ACCOUNTING PERIODS: 1/18 THRU 13/18
SORTED BY: FUND,FUNCTION,ACTIVITY,DEPARTMENT,DIVISION,ACCOUNT
TOTALED ON: FUND,FUNCTION,ACTIVITY,DEPARTMENT,DIVISION
PAGE BREAKS ON: DEPARTMENT
FUND -001 -GENERAL FUND
DIVISION -1601 -VETERANS SERVICE OFFICER
CUMULATIVE
DATE T/C ENCUMBRANC REFERENCE VENDOR BUDGET EXPENDITURES ENCUMBRANCES DESCRIPTION BALANCE
548200 VETERANS DAY EVENT (cont'd)
02/15/18 19-5
02/23/18 19-5
02/23/18 19-5
02/23/18 19-5
03/02/18 19-6
20180625
20180655
20180655
20180655
20180702
-50.00
-50.00
-3,000.00
-250.00
-50.00
HtmTER DOUGLAS/VA VENDOR
CAMP CHOW/VA
CAMP CHOW/VA
CAMP CHOW/VA
CHOW, VA, COPIES, RECORD
03/07/18 19-6 20180721 -50.00 VA DAY
03/07/18 19-6 20180721 -50.00 VA DAY
03/07/18 19-6 20180721 -3,000.00 VA DAY
03/07/18 19-6 20180721 -300.00 VA DAY
03/09/18 19-6 20180742 -2,000.00 CHOW, VA, RENT, REC FEE
03/12/18 19-6 20180750 -250.00 CAMP CHOW & VA
03/12/18 19-6 20180750 -50.00 CAMP CHOW & VA
03/15/18 19-6
03/15/18 19-6
03/15/18 17-6
20180766
20180766
20182085-01 905376 TRUGREEN
-100.00
-100.00
CAMP CHOW/VA
CAMP CHOW/VA
475.00 INSECT AND LAWN TREATMENT
03/15/18 17-6 20182086-01 905949 SPEEDPRO IMAGING 465.57 RETRACTABLE BANNER STANDS
03/21/18 17-6 20182138-01 904732 CLAY TODAY/CLAY 270.00 ADVERTISEMENT FOR MONTHLY
03/23/18 19-6 20180808 -100.00 CHOW, VA, & RETIREE
03/23/18 17-6 20182184-01 906267 FL TIMES UNION M 1,180.00 ADVERTISEMENT ON BASE 2 W
03/26/18 19-6 20180809 -50.00 CHOW, VA, RENTALS
03/26/18 19-6 20180809 -250.00 CHOW, VA, RENTALS
03/27/18 19-6 20180821 -500.00 CHOW,VA,RENT,CC JURY DUTY
03/28/18 17-6 20182221-01 906265 GOLF CAR SERVICE 200.00 4 GOLF CARTS FOR THE 2ND
03/28/18 17-6 20182222-01 905832 EVANS MEDIA SOUR 3,500.00 ENTERTAINMENT AND ASSISTA
03/28/18 17-6 20182223-01 906232 SPACE WALK OF JA 1,065.00 KIDS ZONE ITEMS FOR 2 ANN
03/28/18 17-6 20182224-01 906273 GEORGE L ASPINAL 600.00 PERFORMANCE DURING THE 2N
03/29/18 17-6 20182237-01 905949 SPEEDPRO IMAGING 1,311.97 BANNERS & SIGNS AND RETRA
04/02/18 17-6 20182258-01 100501 BRADFORD COUNTY 500.00 ADVERTISEMENT FOR 2ND ANN
04/03/18 21-7 20182085-01 320888 905376 TRUGREEN 75.00 -75.00 INSECT AND LAWN TREATMENT
04/03/18 21-7 20182085-01 320888 905376 TRUGREEN 175.00 -175.00 INSECT AND LAWN TREATMENT
04/03/18 21-7 20182086-01 320920 905949 SPEEDPRO IMAGING 465.57 -465.57 RETRACTABLE BANNER STANDS
04/03/18 21-7 2018213 8-01 320861 904732 CLAY TODAY/CLAY 270.00 -270.00 ADVERTISEMENT FOR MONTHLY
04/03/18 21-7 20182221-01 320947 906265 GOLF CAR SERVICE 200.00 -200.00 4 GOLF CARTS FOR THE 2ND
04/03/18 21-7
04/03/18 21-7
04/03/18 21-7
04/04/18 19-7
20182222-01 320916
20182223-01 320944
20182224-01 320950
20180856
905832 EVANS MEDIA SOUR
906232 SPACE WALK OF JA
906273 GEORGE L ASPINAL
3,500.00
1,065.00
600.00
-100.00
-3,500.00 ENTERTAINMENT AND ASSISTA
-1,065.00 KIDS ZONE ITEMS FOR 2 ANN
-600.00 PERFORMANCE DURING THE 2N
RENTALS/VA
04/04/18 19-7
04/04/18 17-7
20180856
20182282-01 905850 THE MORGAN COMPA
-500.00 RENTALS/VA
1,420.20 EVENT TOTE BAGS (1000) FO
~ THERE IS A NOTE ASSOCIATED WITH THIS TRANSACTION
CLAY COUNTY FLORIDA PAGE NUMBER: 11
DATE: 05/09/2019 CLAY COUNTY BOCC FY 2019 AUDIT21
TIME: 12:01:36 EXPENDITURE AUDIT TRAIL
SELECTION CRITERIA: orgn.fund='001' and expledgr.key_orgn='l601'
ACCOUNTING PERIODS: 1/18 THRU 13/18
SORTED BY: FUND,FUNCTION,ACTIVITY,DEPARTMENT,DIVISION,ACCOUNT
TOTALED ON: FUND,FUNCTION,ACTIVITY,DEPARTMENT,DIVISION
PAGE BREAKS ON: DEPARTMENT
FUND -001 -GENERAL FUND
DIVISION -1601 -VETERANS SERVICE OFFICER
ACCOUNT
DATE T/C ENCUMBRANC REFERENCE VENDOR BUDGET
549100 OTHER CURRENT CHARGES {cont'd)
06/05/18 21-9 20182569-01 322593 905029 CARROT-TOP INDUS
TOTAL OTHER CURRENT CHARGES 1,700.00
549300 TRAINING & CERTIFICATION .DO
10/04/17 11-1 400.00
12/05/17 21-3 317796 906149 DISABLED AMERICA
06/01/18 21-8 322353 160000 CLAY CO CHAMBER
06/01/18 21-8 322353 160000 CLAY CO CHAMBER
06/06/18 21-9 322671 906127 KIMBERLEY GLOVER
TOTAL TRAINING & CERTIFICATION 400.00
551000 OFFICE SUPPLIES .OD
10/04/17 11-1 500.00
11/21/17 25-2 180039 -200.00
01/08/18 21-4 318620 605979B OFFICE DEPOT BUS
01/08/18 21-4 318620 605979B OFFICE DEPOT BUS
03/02/18 21-6 319950 605979B OFFICE DEPOT BUS
05/16/18 21-8 322070 605979B OFFICE DEPOT BUS
07/05/18 25-10 180160 300.00
07/06/18 21-10 323334 605979B OFFICE DEPOT BUS
10/17/18 25-13 180281 -108.00
TOTAL OFFICE SUPPLIES 492.00
552000 OPERATING SUPPLIES .DO
10/04/17 11-1 900.00
11/17/17 17-2 20180846-02 906142 LYNCH PROMOTIONA
11/21/17 21-2 20180846-02 317411 906142 LYNCH PROMOTIONA
12/28/17 21-3 318036 00901641 WINNING CONCEPTS
03/21/18 17-6 20182146-01 902991 LOGO X PRESS
04/10/18 21-7 321181 159500 CLAY COUNTY AUTO
06/01/18 21-8 322449 659015 PRIDE ENTERPRISE
07/03/18 21-10 323216 00901641 WINNING CONCEPTS
07/05/18 21-10 20182146-01 323392 902991 LOGO X PRESS
08/17/18 21-11 324739 659015 PRIDE ENTERPRISE
TOTAL OPERATING SUPPLIES 900.00
EXPENDITURES
395.68
1,364.00
.OD
70.00
50.00
50.00
160.00
330.00
.DO
80.70
5.46
99.61
76.57
76. 97
339.31
.DO
217.58
9.00
81.85
29.00
67.14
60.96
29. 00
494. 53
CUMULATIVE
ENCUMBRANCES DESCRIPTION BALANCE
-395.68 8 X 12" US FLAGS FOR CEME
.00 336.00
.00 BEGINNING BALANCE
POSTED FROM BUDGET SYSTEM
. 00 SEMINAR
.00 INDIVIDUAL TICKET
.00 INDIVIDUAL TICKET
.00 TRAVEL EXPENSE
.00 70.00
.00 BEGINNING BALANCE
POSTED FROM BUDGET SYSTEM
TO TELECOMMUNICATIONS
.00 OFFICE SUPPLIES
.00 OFFICE SUPPLIES
.00 OFFICE SUPPLIES
.00 PAPER, TAPE ETC
FROM PRINTING & BINDING
.00 OFFICE SUPPLIES
TO TELECOMMUNICATIONS
.00 152.69
.00 BEGINNING BALANCE
POSTED FROM BUDGET SYSTEM
205.00 TABLECLOTH FOR VETERAN SE
-205.00 TABLECLOTH FOR VETERAN SE
.00 NAME BADGES
60.96 TWO CORNERSTONE POLO SHIR
.00 TITLE & TAG TRANSFER
.00 BUSINESS CARDS
.00 PURCHASING STAMP
-60.96 TWO CORNERSTONE POLO SHIR
.00 CLAY CO BUSINESS CARD
.00 405.47
* THERE IS A NOTE ASSOCIATED WITH THIS TRANSACTION
Estimated Budget for 3nd Annual Veterans Appreciation Day Event:
Revenue: Total
County Promotional Budget 5,000.00
County Budget plus reserves 16,068.00
Sponsorship Funds 5,055.00
Committed sponsor/donations (not received) 8,000.00
TOTAL REVENUES 34,123.00
Expenses (estimates)
Rental Fee 4,500.00
Kid Zone 3,500.00
Entertainment 4,500.00
Marketing & Advertisment 5,000.00
Portable Toilets 6,000.00
Parade of Flags 150.00
Sight and Sound (tents & sound system) 6,500.00
Signage/Printed material (estimate) 1,000.00
Golf Carts 250.00
Dumpster 300.00
Security 500.00
32,200.00
Current Net Income/Loss:
Revenues 34,123.00
Expenses 32,200.00
Adjusted Account Balance 1,923.00
Advertising/Marketing Plan:
Florida Times-Union
Clay Today
Bradford Telegraph
Starke Journal
Palatka Daily News
Neighbor to Neighbor
Action News Jax
First Coast News
WOKV Radio
WAY Radio in Green Cove Springs
Officials from the Cecil Field POW/MIA Memorial
Jaxairnews
Mayport
The Public Affairs officer at NAS Jacksonville
The Public Affairs officer at Camp Blanding and the Florida National Guard
Vietnam Veterans of America Florida State Council
Patriot Reader (based in St. Johns County)
Vets4Vets (based in Duval County)
VVA Florida State Council
St. Johns Veterans Council
Surrounding VSO offices (Baker, Bradford, Dual, Nassau, Putnam, St. Johns)
Surrounding Counties Local Paper (Baker, Bradford, Dual, Nassau, Putnam, St. Johns)
Social Media Outlets
Local Events
Local Meetings
Local Partners
Kimberly Morgan
Samantha Radomski
FW: Clay County, FL: 2018/19 TDC Grant Application
Monday, May 20, 2019 8:54:14 AM
From:
To:
Subject:
Date:
Ham Jam 2019 Application I re-entered for compliance purposes.
Kimberly Morgan
Director of Tourism & Film Development
Clay County Board of County Commissioners
P.O. Box 1366
477 Houston Street
Green Cove Springs, Florida 32043
Phone: 904-278-3734
Cell: 904-295-5802
www.exploreclay.com
kimberly.morgan@claycountygov.com
From: webform@claycountygov.com [mailto:webform@claycountygov.com]
Sent: Friday, May 17, 2019 4:44 PM
To: Kimberly Morgan <Kimberly.Morgan@claycountygov.com>
Subject: Clay County, FL: 2018/19 TDC Grant Application
A new entry to a form/survey has been submitted.
Form Name: 2018/19 Clay County TDC Grant Application
Date & Time: 05/17/2019 4:44 PM
Response #: 19
Submitter ID: 20178
IP address: 12.199.59.138
Time to complete: 39 min. , 58 sec.
Survey Details
Page 1
Clay County Tourist Development Council Grant Application 2018/19
(October 1, 2018 through September 30, 2019)
1. General Organization Information
Name of Organization Frist Coast Ham Jam
Event Name Ham Jam
munsey69@att.net
(904) 838-5530
Address 739 Duart Drive
City Orange Park
State Florida
Postal Code 32073
Phone (904) 276-4746
Website firstcoasthamjam.com
Contact Name Ronnie Munsey
Contact Email Address
Contact Phone
Contact Cell Phone (904) 838-5530
2. Requesting Organization’s Net Reported Assets in 2017
Upload Document
3. Event Information
Event Name First Coast Ham Jam
Date(s) of Event 10/17/19
Time(s) of Event 10:00 am
Location of Event County Fairgrounds
Website
Projected Number of Event
www.firstcoasthamjam.com
25000
Attendees
Local (Clay County) 16000
Attendees
Out-of-Town Attendees 9000
Projected Number of 100
Vendors
Projected Number of Hotel 300
Room Nights
TDC Event Marketing Grant Request
$15,000
What method was used to determine your projected numbers for this event?
Historical data of previous Ham Jam events.
4. Event History
Date of Past Event 11/07/2007
Location of Past Event Reynolds Park
Number of Attendees 2000
Number of Vendors 90
Estimated Economic Impact $2,500,000
How did you estimate the economic impact?
Clay County Chamber of Commerce
Hotel Room Nights 300
Generated by this Event
How many years has the 20
event existed?
What method was used to capture the number of attendees?
Ticket sales
What method was used to capture the number of vendors?
Applications and rental fees from each vendor
What method was used to capture the number of hotel room nights?
In 2007, we didn't have the method of tracking hotels rooms, the hotels corresponded with Ham Jam
verbally. However, promotional codes are available now and that is what we will be using to track rooms.
Of the number of 8850
attendees, how many were
day visitors
(tourists/visitors from
outside of Clay County, but
not staying overnight in
hotels)?
5. 2018/19 Event Information
Share 3 Event Objectives (Must be SMART- Specific, Measurable, Achievable, Realistic/Relevant, Time-
bound)
submitted seperately
Not acceptable: To create goodwill within our community. OR To boost local awareness of our
organization.
Acceptable: Create an event experience that will generate 100 room nights, a 30% increase over last
year, by using a digital marketing campaign that will run 1 month prior to our event and will target
southeast Georgia, Orlando and Tampa.
6. 2018/19 Event Funding
Event Budget (both HamJam 2019.pdf
revenue and expenditures)
Sponsorship HamJam 2019.pdf
Plan/Commitments
What alternative source of funding will you seek if your request is not eligible for funding?
sponsorships
7. 2018/19 Event Marketing Plan
Include size/length of HamJam 2019.pdf
advertisement, distribution
channel(s) used, when
advertisement will appear,
targeted audiences, etc.
Visitor Survey
Thank you,
Clay County, FL
This is an automated message generated by the Vision Content Management System™. Please do not reply
directly to this email.
2019 Ham Jam
Event Marketing Plan
Advertising
Television
Chnnel 4 50-15 sec spots
Channel 12 50-15 sec spots
Radio
WQIK 200-30 sec spots
WSOS 200-30 sec spots
WYKB 200-30 sec spots
Written Advertisement
Billboards 6 total @ 20'x30'
Flyers 3000 total @ 8 1/2" x 11"
Posters 100 Total @ 30" x 20"
2019 Ham Jam
Projected Revenue:
Sponsorship $ 50,000.00
Vendors $ 15,000.00
Ticket Sales $ 500,000.00
Bev Sales $ 25,000.00
$ 585,000.00
Projected Expenses:
Entertainment:
Easton Corbin $ 40,000.00
Mark Chestnut $ 20,000.00
Brett Meyers $ 7,500.00
Entertainer Exp $ 5,000.00
Lights, Sound & Stage $ 15,000.00
Security $ 35,000.00
Boy Scouts (Parking, Trash) $ 5,000.00
Advertisement: $ 25,000.00
Radio $ 15,000.00
Television $ 3,000.00
Billboards $ 5,000.00
Adv. Admin. Supplies $ 2,000.00
Catering $ 7,500.00
C.O.G.S. (Beverages) $ 5,000.00
C.O.G.S. (other) $ 1,500.00
Lease $ 5,500.00
Utilities $ 4,500.00
Insurance $ 3,000.00
Misc Supplies $ 1,000.00
$ 205,500.00
Fields Cadillac
Hanaina Auto Group
Rick Baker R/V
Quality Mobile Homes
Metro PCS
Champion Brands
ST Vincents
OP Medical Center
WQIK Radio
Coca Cola
Ronnies Wings
Reynolds Park
Go Minis
Sam's Club
Clay County Transmission
Holiday Inn
Simply Architectural
Winn Dixie
Unicorn Web
Budweiser
State Farm Ins.
Safe Touch Security
Southern Enclosers
United Health
Sponsorship Commitments
First Coast Ham Jam
Sponsorship Sample package
Ham Jam Sponsorship Target List
Clay Electric
North Florida Well Drilling
Orange Park Florist
Orange Park Furniture
Vallancourt Const.
Prestige Builders
Carlton Const.
Vystar Credit Union
Farm Credit
Kileys Tire
Clay county Tire
Miller Electric
Pats Nursery
Community First Bank
WW Gay
Sun Pass Florida
Custom Graphics
John Deer
Outhouse Portables
AA propane
Thrasher Horn Center
Partridge Well Drilling
Burkhardt Sales
Zachs Mowers
Du Val Fields CPA Group, PA
428 Walnut Street
Green Cove Springs, FL 32043
(904) 269-1069
info@duvalfields.com
March 15, 2019
HAM JAM CHARITIES, INC.
739 DUART DRIVE
ORANGE PARK, FL 32073
Dear Client,
Enclosed is the 2017 U.S . Form 990-N, Electronic Notice for Tax-Exempt Organization not
Required to File Form 990 or 990-EZ, for HAM JAM CHARITIES, INC. for the tax year ending
October 31, 2018.
Your 2017 U.S. Form 990-N, Electronic Notice for Tax-Exempt Organization not Required to
File Form 990 or 990-EZ, return wiH be electronically filed.
We very much appreciate the opportunity to serve you. If you have any questions regarding this
return, please do not hesitate to call.
Sincerely,
Stephen J . DuVal, CPA, MBA, CVA , CBM
Form 990-N
Electronic Notice {e-Postcard) for
Tax-Exempt Organization Not Required to File
Form 990 or 990-EZ
For Electronic Filing Only
DO NOT MAIL -· e-POSTCARD WILL BE SENT FOR YOU
Small tax-exempt organization with gross receipts of $50,000
or less is required to use this form per enactment of the
Pension Protection Act of 2006 (PPA)
For calendar year 2017, or tax year
be innin Nov 1 , 2017, endin Oct 31 , 2018
2017
Part I -Identifying Information
Name of Organization .... . .. HAM JAM CHARI TIES, INC.
Address. . . . .... 739 DUART DRIVE-------------------Room/Suite .
City ..... . . .. ORANGE PARK
State .. : . . . .. FL
ZIP Code .. 32073
Employer Identification Number . . 5 4 -2 0 8 0 3 7 2
Part II -Required Information
A W Check this box to verify that organization's annual receipts are normally $50,000 or less
Note: Not eligible to file Form 990-N if gross receipts are more than $50,000
B Other Names Organization is Doing Business As
C Website: ...
D Principal Officer of the Organization ....... _R_O_N_N_I_E_M_U_N_S_E_Y______________
Person . . . . W Business . . .. ► D
Address. . . . . . . 7 3 9 DUART DRIVE
City . . . . . . . . . ORANGE PARK State . FL ZIP Code .. .c.3.;::2...;;._0_7..::.3___
Foreign Country . .
E Check this box if organization is going out of business D
Form 990-N, also known as thee-Postcard, must be filed
electronically with the Internal Revenue Service. There will be no
paper form accepted by the Internal Revenue Service.
Do Not mail this form to the Internal Revenue Service.
TEEA6001.SCR 04/30/15
---------
---------
----------
----------
Agenda Item
Clay County Board of County Commissioners
Clay County Administration Building
Tuesday, May 21 3:00 PM
TO: Finance and Audit Committee DATE: 5/17/2019
FROM: Courtney K. Grimm
SUBJECT:
Approval of the Interlocal Agreement for Reimbursement of Property Appraiser (Stormwater Maintenance MSBU). The purpose of
this Agreement is for the County and the Property Appraiser to establish and agree upon the undertaking of their mutual
responsibilities pursuant to Section 197.3632, Florida Statutes, in order for the County to implement the Uniform Method for the
notice, levy, collection, and enforcement of certain non-ad valorem assessments herein described; and to provide for
reimbursement and payment by the County to the Property Appraiser for all necessary administrative costs incurred by the
Property Appraiser in such activity as provided in said statute. Funding Source: 101-3701-546100 (Transportation Trust Fund /
Streets & Drainage / R&M) (C. Grimm)
AGENDA ITEM TYPE:
Is Funding Required (Yes/No):
Yes
If Yes, Was the item budgeted (Yes\No\N/A):
Yes
Funding Source: 101-3701-546100 (Transportation Trust Fund / Streets & Drainage / R&M)
Sole Source (Yes\No):
No
Advanced Payment (Yes\No):
No
ATTACHMENTS:
Description
(a) the County is authorized to impose non-ad valorem assessments and by
appropriate resolution has expressed its intent to use the uniform method of levy, collection and
enforcement of non-ad valorem assessments as provided in Section 197.3632, Florida Statutes,
under which assessments are included on an assessment roll and certified, in a compatible
electronic medium tied to the property identification number, by the County to the Tax Collector
for merging with the ad valorem tax roll, for collection by utilizing the tax notice provisions
described in Section 197.3635, Florida Statutes, and for sale of tax certificates and tax deeds
under the non-payment provisions of the ad valorem tax laws (the “Uniform Method”);
(b) the Uniform Method, with its enforcement provisions including the use of tax sale
certificates and tax deeds to collect delinquent annual payments, is less expensive and more
equitable to the delinquent landowner than the traditional lien and foreclosure methodology;
(c) the Uniform Method will provide for more efficient collection by virtue of the
assessment being on the tax notice issued by the Tax Collector and will produce positive
economic benefits to the affected landowners and the County;
(d) the Uniform Method will promote local government accountability;
(e) this Agreement is intended to conform with the requirements of Section 197.3632,
Florida Statutes, that the County and the Property Appraiser enter into a written agreement
providing for reimbursement of necessary administrative and actual costs incurred as a result of
the use of the Uniform Method, such administrative and actual costs including, but not being
limited to those costs associated with personnel, forms, supplies, data processing, computer
equipment and programming;
Clay County Agreement/Contract No. 2018/2019-____
INTERLOCAL AGREEMENT FOR REIMBURSEMENT OF PROPERTY APPRAISER
(STORMWATER MAINTENANCE MSBU)
This Interlocal Agreement for Reimbursement of Property Appraiser (the “Agreement”)
is made and entered into as of __________________, 2019, by Clay County, a political
subdivision of the State of Florida (the “County”), and Roger A. Suggs, in his official capacity as
Property Appraiser of Clay County, Florida (the “Property Appraiser”).
Now therefore, in consideration of the mutual promises, covenants, representations, and
agreements contained herein, together with the ten dollars ($10.00) and other good and valuable
consideration exchanged between the parties, the parties to this Agreement do undertake,
promise and agree for themselves, and their successors as follows:
ARTICLE I
1
Section 1.01. Findings, Recitals and Acknowledgments. It is hereby ascertained,
determined and declared by the County that:
(f) the duties of the Property Appraiser under Section 197.3632, Florida Statutes, are
ministerial; and,
(g) this Agreement is entered into in order to allow for the use of the Uniform
Method relative to non-ad valorem assessments to be imposed and levied by the County for
stormwater maintenance within the unincorporated area of Clay County, said area being more
particularly described in Resolution No. 18/19-20 adopted by the Board of County
Commissioners of the County on D ecember 11, 2018.
Section 1.02. Incorporation. The findings, recitals and acknowledgments contained
herein are true, correct and incorporated into this Agreement.
ARTICLE II
Section 2.01. Purpose. The purpose of this Agreement is for the County and the
Property Appraiser to establish and agree upon the undertaking of their mutual responsibilities
pursuant to Section 197.3632, Florida Statutes, in order for the County to implement the Uniform
Method for the notice, levy, collection, and enforcement of certain non-ad valorem assessments
herein described; and to provide for reimbursement and payment by the County to the Property
Appraiser for all necessary administrative costs incurred by the Property Appraiser in such
activity as provided in said statute.
ARTICLE III
Section 3.01. Compliance With Laws and Regulations. The parties shall abide by all
statutes, rules and regulations pertaining to the levy and collection of non-ad valorem
assessments, and any ordinance promulgated by the County, not inconsistent with, nor contrary
to, the provisions of Sections 197.3632 and 197.3635, Florida Statutes, as amended, and any
applicable rules, including Rule 12D-18, Florida Administrative Code, duly promulgated by the
Florida Department of Revenue.
ARTICLE IV
Section 4.01. Duties and Responsibilities of the County. The County shall:
(a) be solely responsible for imposing and levying valid non-ad valorem assessments;
(b) reimburse the Property Appraiser for the necessary administrative costs incurred
by the Property Appraiser in performing his duties under this Agreement. Said costs are more
particularly provided for in Rule 12D-18.004(2), Florida Administrative Code, and Section
197.3632, Florida Statutes.
(c) to the extent not prohibited by law, hold the Property Appraiser harmless from
any liability he may incur arising out of any court action brought against him by any third party
challenging the validity of the non-ad valorem assessments levied by the County, including but
not limited to attorneys fees and costs incurred by the Property Appraiser in the defense thereof;
2
provided, the Property Appraiser must first notify the County Attorney promptly upon receipt of
a summons and complaint or any other process served on him in said action, simultaneously
providing a copy thereof to the County Attorney, and the County reserves the right to provide
competent counsel at its expense to represent the Property Appraiser in such action, and to
directly pay all reasonable costs and expenses associated therewith. If the County exercises such
right and performs in accordance therewith, the Property Appraiser may nevertheless retain his
own counsel to represent him in the action, but all expenses associated therewith, including fees
and costs, shall be borne solely by him, and the hold harmless provisions hereof for any liability
and for such fees and costs shall not apply. Moreover, the hold harmless provisions hereof shall
not apply in the event either (1) the Property Appraiser does not reasonably cooperate with and
assist the County in defending the suit challenging the validity of the assessment, or (2) the
Property Appraiser brings an action directly against the County pertaining to the assessment.
(d) make all reimbursement or payment to the Property Appraiser hereunder in
accordance with the Florida Prompt Payment Act, Chapter 278, Part VII, Florida Statutes, or its
successor in function.
(e) designate and authorize a person, other than the Property Appraiser, to receive
and process any request for changes, modifications or corrections to the subject non-ad valorem
assessment roll, and if necessary, file with the Property Appraiser an appropriate certificate of
correction.
Section 4.02. Duties and Responsibilities of the Property Appraiser. The Property
Appraiser shall:
(a) annually by June 1 provide to the County at least the following information by
compatible electronic medium: (1) the legal description of the property affected by the levy, (2)
the names and addresses of the owners of such property, (3) the property identification number
of each parcel in a manner that conforms to the format of the ad valorem tax roll submitted to the
Department of Revenue.
(b) although the Property Appraiser is not required by law to submit information
other than items (1), (2), and (3) in paragraph (a) of this Section, furnish to the County other
information as is found on the ad valorem roll submitted to the Department of Revenue as
requested by the County 60 days prior to each June 1; and,
(c) provide to the County a written itemized statement of any necessary
administrative costs incurred by the Property Appraiser for which reimbursement is sought, and
allow the County to audit back up material supporting the same; provided, the Property
Appraiser in his discretion may elect not to seek reimbursement for any of the duties provided
herein.
3
Section 5.01. Term. The term of this Agreement shall commence upon the date first
above written and shall run through the end of the collection period for the non-ad valorem
assessments levied for the upcoming fiscal year. This Agreement shall be automatically renewed
thereafter, for successive one year periods, to run through the end of each collection period for
assessments imposed in subsequent years. However, the County shall inform the Property
Appraiser and the Tax Collector and the Florida Department of Revenue by January 10 in any
calendar year the County intends to discontinue using the Uniform Method of collecting the non-
ad valorem assessments referred to in this Agreement. Either the County or the Property
Appraiser may terminate this Agreement upon thirty days’ written notice to the other.
______________________________________
ARTICLE V
ARTICLE VI
Section 6.01. Compensation and Reimbursement. In consideration of the performance of
the various duties and tasks of the Property Appraiser provided under Section 4.02 hereof, the
Property Appraiser shall be entitled to compensation for administrative costs for which an
itemized statement is submitted as provided under Section 4.02(c) hereof.
IN WITNESS WHEREOF, the County and the Property Appraiser have executed and
delivered this Agreement as the date first above written.
County:
Clay County, a political subdivision of the
State of Florida
By: ________________________________
Mike Cella, Its Chairman
Attest:
Lorin L. Mock Acting County Manager and
Clerk of the Board of County Commissioners
4
____________________________________
Property Appraiser:
Roger A. Suggs in his official capacity as
Property Appraiser of Clay County, Florida
5
Ordinances/stormwater msbu/2018-creation/propertyappraiser agt
6
Agenda Item
Clay County Board of County Commissioners
Clay County Administration Building
Tuesday, May 21 3:00 PM
TO: Finance and Audit Committee DATE: 5/17/2019
FROM: Courtney K. Grimm
SUBJECT:
Approval of the Interlocal Agreement for Reimbursement of Tax Collector (Stormwater Maintenance MSBU). The purpose of this
Agreement is for the County and the Tax Collector to establish and agree upon the undertaking of their mutual responsibilities
pursuant to Section 197.3632, Florida Statutes, in order for the County to implement the Uniform Method for the notice, levy,
collection, and enforcement of certain non-ad valorem assessments herein described; and to provide for reimbursement and
payment by the County to the Tax Collector for all necessary administrative and collection costs incurred by the Tax Collector in
such activity as provided in said statute. Funding Source: 101-3701-546100 (Transportation Trust Fund / Streets & Drainage /
R&M) (C. Grimm)
AGENDA ITEM TYPE:
Is Funding Required (Yes/No):
Yes
If Yes, Was the item budgeted (Yes\No\N/A):
Yes
Funding Source: 101-3701-546100 (Transportation Trust Fund / Streets & Drainage / R&M)
Sole Source (Yes\No):
No
Advanced Payment (Yes\No):
No
ATTACHMENTS:
Description
Clay County Agreement/Contract No. 2018/2019-____
INTERLOCAL AGREEMENT FOR REIMBURSEMENT OF TAX COLLECTOR
(STORMWATER MAINTENANCE MSBU)
This Interlocal Agreement for Reimbursement of Tax Collector (the “Agreement”) is
made and entered into as of_________________, 2019, by and between Clay County, a political
subdivision of the State of Florida (the “County”), and Jimmy Weeks, in his official capacity as
Tax Collector of Clay County, Florida (the “Tax Collector”).
Now therefore, in consideration of the mutual promises, covenants, representations, and
agreements contained herein, together with the sum of ten dollars ($10.00) and other good and
valuable consideration exchanged between the parties, the parties to this Agreement do
undertake, promise and agree for themselves, and their successors as follows:
Section 1.01. Findings, Recitals, and Acknowledgments. It is hereby ascertained,
determined and declared by the parties that:
(a) the County is authorized to impose non-ad valorem assessments and by
appropriate resolution has expressed its intent to use the uniform method of levy, collection and
enforcement of non-ad valorem assessments as provided in Section 197.3632, Florida Statutes,
under which assessments are included on an assessment roll and certified, in a compatible
electronic medium tied to the property identification number, by the County to the Tax Collector
for merging with the ad valorem tax roll, for collection by utilizing the tax notice provisions
described in Section 197.3635, Florida Statutes, and for sale of tax certificates and tax deeds
under the non-payment provisions of the ad valorem tax laws (the “Uniform Method”);
(b) the Uniform Method, with its enforcement provisions including the use of tax sale
certificates and tax deeds to collect delinquent annual payments, is less expensive and more
equitable to the delinquent landowner than the traditional lien and foreclosure methodology;
(c) the Uniform Method will provide for more efficient collection by virtue of the
assessment being on the tax notice issued by the Tax Collector and will produce positive
economic benefits to the affected landowners and the County;
(d) the Uniform Method will promote local government accountability;
(e) this Agreement is intended to conform with the requirements of Section 197.3632,
Florida Statutes, that the County and the Tax Collector enter into a written agreement providing
for reimbursement of necessary administrative and actual costs incurred as a result of the use of
the Uniform Method, such administrative and actual costs including, but not being limited to
those costs associated with personnel, forms, supplies, data processing, computer equipment and
programming;
ARTICLE I
1
(f) the duties of the Tax C ollector under Section 197.3632, Florida Statutes, are
ministerial;
(g) this Agreement is entered into in order to allow for the use of the Uniform
Method relative to non-ad valorem assessments to be imposed and levied by the County for
stormwater maintenance within the unincorporated area of Clay County, said area being more
particularly described in Resolution No. 18/19-20 adopted by the Board of County
Commissioners of the County on December 11, 2018; and
(h) Section 197.3632(7), Florida Statutes, provides that the County shall bear all costs
associated with any separate notice mailed thereunder in the event the Tax Collector is unable to
merge a non-ad valorem assessment roll with the ad valorem tax roll to produce a combined
notice under Section 197.3635, Florida Statutes.
Section 1.02. Incorporation. The findings, recitals and acknowledgments contained
herein are true, correct and incorporated into this Agreement.
ARTICLE II
Section 2.01. Purpose. The purpose of this Agreement is for the County and the Tax
Collector to establish and agree upon the undertaking of their mutual responsibilities pursuant to
Section 197.3632, Florida Statutes, in order for the County to implement the Uniform Method
for the notice, levy, collection, and enforcement of certain non-ad valorem assessments herein
described; and to provide for reimbursement and payment by the County to the Tax Collector for
all necessary administrative and collection costs incurred by the Tax Collector in such activity as
provided in said statute.
ARTICLE III
Section 3.01. Compliance With Laws and Regulations. The parties shall abide by all
statutes, rules and regulations pertaining to the levy and collection of non-ad valorem
assessments, and any ordinance promulgated by the County, not inconsistent with, nor contrary
to, the provisions of Sections 197.3632 and 197.3635, Florida Statutes, as amended, and any
applicable rules, including Rule 12D-18, Florida Administrative Code, duly promulgated by the
Florida Department of Revenue.
ARTICLE IV
Section 4.01. Duties and Responsibilities of the County. The County shall:
(a) be solely responsible for imposing and levying valid non-ad valorem assessments;
(b) cooperate with the Tax Collector to implement the Uniform Method of notice,
levy, collection and enforcement of the subject non-ad valorem assessment roll, pursuant to, and
consistent with, all the provisions of Chapter 197 and, specifically, Sections 197.3632 and
197.3635, Florida Statutes, as amended;
2
(c) reimburse the Tax Collector for the necessary administrative costs incurred by the
Tax Collector in performing the duties under this Agreement. Said costs include those provided
for in Rule 12D-18.004(2), Florida Administrative Code, and in Section 197.3632(8)(c), Florida
Statutes.
(d) to the extent not prohibited by law, hold the Tax Collector harmless from any
liability he may incur arising out of any court action brought against him by any third party
challenging the validity of the non-ad valorem assessments levied by the County, including but
not limited to attorneys fees and costs incurred by the Tax Collector in the defense thereof;
provided, the Tax Collector must first notify the County Attorney promptly upon receipt of a
summons and complaint or any other process served on him in said action, simultaneously
providing a copy thereof to the County Attorney, and the County reserves the right to provide
competent counsel at its expense to represent the Tax Collector in such action, and to directly
pay all reasonable costs and expenses associated therewith. If the County exercises such right
and performs in accordance therewith, the Tax Collector may nevertheless retain his own counsel
to represent him in the action, but all expenses associated therewith, including fees and costs,
shall be borne solely by him, and the hold harmless provisions hereof for any liability and for
such fees and costs shall not apply. Moreover, the hold harmless provisions hereof shall not
apply in the event either (1) the Tax Collector does not reasonably cooperate with and assist the
County in defending the suit challenging the validity of the assessment, or (2) the Tax Collector
brings an action directly against the County pertaining to the assessment.
(e) make all reimbursement or payment to the Tax Collector hereunder in accordance
with the Florida Prompt Payment Act, Chapter 278, Part VII, Florida Statutes, or its successor in
function;
(f) designate and authorize a person, other than the Tax Collector, to receive and
process any request for changes, modifications or corrections to the subject non-ad valorem
assessment roll, and if necessary, file with the Tax Collector an appropriate certificate of
correction;
(g) pursuant to Section 197.3632(7), Florida Statutes, pay for or alternatively
reimburse the Tax Collector for any separate tax notices if the Tax Collector cannot merge the
non-ad valorem assessment roll certified by the County; and
(h) cause the Chairperson of the Board of County Commissioners of the County, or
his or her designee, to certify, by September 15 of each year to the Tax Collector the non-ad
valorem assessment roll on compatible electronic medium, tied to the property parcel
identification number, in a manner that conforms to the format of the ad valorem tax roll
submitted by the Property Appraiser to the Florida Department of Revenue.
Section 4.02. Duties and Responsibilities of the Tax Collector. The Tax Collector shall:
(a) merge all rolls, prepare a collection roll and prepare a combined notice for both
the ad valorem and non-ad valorem assessments in accordance with Chapter 197, Florida
3
Statutes, any applicable rules promulgated by the Florida Department of Revenue and in
accordance with any specific ordinances and resolutions adopted by the County, so long as said
ordinances and resolutions shall themselves not be inconsistent with or contrary to the provisions
of Chapter 197, and, specifically, Sections 197.3632 and 197.3635, Florida Statutes;
(b) collect the non-ad valorem assessments of the County pursuant to the non-ad
valorem assessment roll as certified no later than September 15 of each year to the Tax Collector;
provided, such non-ad valorem assessment roll is on compatible electronic medium tied to the
property identification number for each parcel and in the format used by the Property Appraiser
for the ad valorem roll submitted to the Florida Department of Revenue and such non-ad valorem
roll is free of errors and omissions;
(c) provide the County with a written itemized statement of any necessary
administrative costs incurred by the Tax Collector for which reimbursement is sought, and allow
the County to audit back-up material supporting the same; provided, the Tax Collector in his
discretion may elect not to seek reimbursement for any of the duties provided herein;
(d) if he discovers any errors or omissions on any roll, request the County to file a
corrected roll or the correction of the amount of any assessment by filing with the Tax Collector
a certificate of correction, with a copy to the Property Appraiser and the Florida Department of
Revenue, pursuant to the applicable rules promulgated by the Florida Department of Revenue;
and
(e) upon determining that a separate mailing is required pursuant to Section
197.3632(7), Florida Statutes, mail, or require the County to mail, a separate notice of the
particular non-ad valorem assessment.
ARTICLE V
Section 5.01. Term. The term of this Agreement shall commence upon the date first
above written and shall run through the end of the collection period for the non-ad valorem
assessments levied for the upcoming fiscal year. This Agreement shall be automatically renewed
thereafter, for successive one year periods, to run through the end of each collection period for
assessments imposed in subsequent years. However, the County shall inform the Property
Appraiser and the Tax Collector and the Florida Department of Revenue by January 10 in any
calendar year the County intends to discontinue using the Uniform Method of collecting the non-
ad valorem assessments referred to in this Agreement. Either the County or the Tax Collector
may terminate this Agreement upon thirty days’ written notice to the other.
ARTICLE VI
Section 6.01. Compensation and Reimbursement. In consideration of the performance of
the various duties and tasks of the Tax C ollector provided under Section 4.02 hereof, the Tax
Collector shall be entitled to compensation and reimbursement as follows:
4
______________________________________
(a) for collecting the non-ad valorem assessments, the Tax Collector shall be
compensated in accordance with Sections 197.3632(8)(c) and 192.091(2)(b)2, Florida Statutes,
and is entitled to deduct the compensation to which he is entitled hereunder at the time of
distribution of collections; and
(b) for performing the various duties required of him under Section 4.02 hereof other
than collecting and disbursing the non-ad valorem assessments, pursuant to Section 197.3632(2),
Florida Statutes, the Tax Collector shall be reimbursed by the County for actual costs incurred by
him thereby and for which an itemized statement is submitted as provided under Section 4.02(c)
hereof.
IN WITNESS WHEREOF, the County and the Tax Collector have executed and
delivered this Agreement as of the date first above written.
County:
Clay County, a political subdivision of the
State of Florida
By: ________________________________
Mike Cella, Its Chairman
Attest:
Lorin L. Mock Acting County Manager and
Clerk of the Board of County Commissioners
5
____________________________________
Tax Collector:
Jimmy Weeks in his official capacity as
Tax Collector of Clay County, Florida
6
Ordinances/stormwater msbu/2018-creation/taxcollector agt
7
Agenda Item
Clay County Board of County Commissioners
Clay County Administration Building
Tuesday, May 21 3:00 PM
TO: Finance & Audit Committee DATE: 5/13/2019
FROM: Angela Goodermote
SUBJECT:
Presentations of the FY 19/20 Nonprofit Agency Grant Applicants for budget funding for the upcoming fiscal year. (D. Sileo)
Florida Art License Plate Fund:
A. Clay County Community Band, Inc. (not presenting)
B. First Coast Highlanders, Inc. (not presenting)
General Fund:
C. Challenge Enterprises of North Florida, Inc.
D. Episcopal Children's Services, Inc.
E. Kids First of Florida, Inc.
F. Quigley House, Inc.
County Alcohol & Drug Abuse Fund:
G. Clay Behavioral Health Center, Inc.
AGENDA ITEM TYPE:
BACKGROUND INFORMATION:
Presentations from the nonprofit agency grant applicants allow the Board of County Commissioners the opportunity to ask
questions from each applicant.
Is Funding Required (Yes/No):
No
If Yes, Was the item budgeted (Yes\No\N/A):
No
Funding sources and amounts to be determined within the approval of the FY 19/20 Clay County Budget.
Sole Source (Yes\No):
No
Advanced Payment (Yes\No):
No
ATTACHMENTS:
Description
Budget
Office
County
Manager Mock, Lorin Approved 5/14/2019 - 3:01 PM
Clay County Nonprofit Agency Funding Program
FY 2019-2020
Agency Name Funding Source
Service
Provided to
Citizens
Applic
FY 15/16
ations
FY 16/17 FY 17/18 Approved
FY 18/19
Requested
FY 19/20
Increase
(Decrease) in
REQUESTED
%
Increase /
(Decrease)
Challenge Enterprises of N FL, Inc General Fund Grants in Aid 61,200 61,200 61,200 61,200 61,200 -0%
Episcopal Children's Services General Fund Grants in Aid 108,000 108,000 108,000 108,000 112,000 4,000 4%
Kids First of Florida, Inc General Fund Grants in Aid 45,000 45,000 45,000 45,000 45,000 -0%
Quigley House, Inc General Fund Grants in Aid 51,412 51,412 51,412 51,412 70,170 18,758 36%
The Way Free Medical Clinic, Inc General Fund Health 15,000 15,000 15,000 15,000 25,000 10,000 67%
BASCA, Inc General Fund Grants in Aid --- 10,000 50,000 40,000 400%
Children's Home Society of FL (CPS) General Fund Grants in Aid ---- 60,384 60,384 100%
JC Penney Memorial Scenic Highway General Fund Grants in Aid ---- 40,000 40,000 100%
Town of Penney Farms General Fund Grants in Aid ---- 40,000 40,000 100%
GENERAL FUND AID TO NONPROFIT ORGS 280,612 280,612 280,612 290,612 503,754 213,142
Clay Behavioral Health Center County Alcohol & Drug Abuse
Fund Mental Health 10,000 5,000 5,000 4,000 4,000 -0%
General Fund Transfer to 105-County Alcohol
& Drug Abuse Fund General Fund Transfer Mental Health 340,000 345,000 345,000 346,000 396,000 50,000 14%
COUNTY ALCOHOL & DRUG ABUSE FUND 350,000 350,000 350,000 350,000 400,000 50,000
Clay County Community Band, Inc Florida Art License Plate Fund Culture /
Recreation 1,412 1,000 1,000 1,000 1,600 600 60%
First Coast Highlanders, Inc (FKA Clay County
Sheriff's Office Pipes & Drums, Inc) Orange Park Chorale
Florida Art License Plate Fund
Florida Art License Plate Fund
Culture /
Recreation 1,063 1,000 1,000 1,000 2,000 1,000 100%
FLORIDA ART LICENSE PLATE FUND 2,475 2,000 2,000 2,000 3,600 1,600
0%
OVERALL AID TO OTHER AGENCIES /
NONPROFIT GRANTS 633,087 632,612 632,612 642,612 907,354 264,742 -
as of 5/16/2019
Clay County Board of County Commissioners
Nonprofit Agency Grant Application
Funding request for FY 2019-2020
A. Applicant Information:
Applicant Name: Cl C C • B day ounty ommun1ty an
PhysicalAddress:2750 Moody Ave Orange Park FL. 32073
Mailing Address: 602 Lorn Ct. City/State: O. P. FL I Zip: 32073
Phone: (904)891-2053 Fax: (904)779-1202
Website: I Federal Tax ID#: www .claycountyband.com 59-3755221
Executive Director: Jim Layton
Primary Contact: Burk Shields Title: Grant Comm. Ch .air
Email: . @b II thtra1nut e sou .net (904)477-0395
Amount Awarded (Budget omce use only):Amount Requested:$ l 600.00
I. Please provide a brief statement of your organization's mission and goals.
Mission:
Goals: I . Plea<;e sec attached page /\ 1
2.
3.
2. Please provide a brief description of all agency programs and services and indicate the number of years (or
months) you have provided each program or service. Please place an asterisk in front of any program or service
that is suppo1ted by County funds.
*30 years of providing musical entertainment and cultural enlightenment via Concert Band and Swing Hand
performances for Municipal and Civic activities and fund raising performances for other Public Services
organizations.
Application is due no later than 4:00 pm Monday, March 11, 2019
3. Board Member Listing -Please provide a list of your agency's board members and their affiliation.
Board Member Affiliation
Ji1n Layton President
Burk Shields Vice President
Kathy Robertson Treasurer
Bobby Rahn Secretary
Billy Bullock At Large
B. Grant Purpose
I. Describe the services to be provided by County grant funds.
Support of a continuing program of live, in person musical performances utilizing local, non professional
volunteer musicians in a harmonious social context at the request of private and Civic organizations in NE
Florida and the surrounding area.
2. Describe the grant's target population and benefits received from the citizens of the County.
As the OFflCIAL BAND OF CLAY COUNTY our primary target audience is the entire population of
Clay County and as much of the population of the surrounding area as possible
3. Describe the qualifications of key staff and volunteers that will be responsible for implementing the grant.
Our By-Laws state that all expenditures of less that $250.00 may be voted on and approved by a majority
vote of the 5 member Board. Any expenditure in excess of$250.00 or for durable goods are discussed by
the full Band and then voted on to approve or disapprove in accordance with our By-Laws.
Application is due no later than 4:00 pm Monday, March t 1, 2019 2
C. Accountability
I. Provide a timetable for accomplishing milestones, major aclivities, and main grant targets for the services lo
be provided by County grant funds. Please reference specific dates, months, stages, etc.
Milestone, Major Activity, Target Reference -Time/Date/Stage
D. N. A.
2. Please describe the method(s) you will use to evaluate whether your clients, participants or the citizenry have
benefited from services.
l listorically we have used feedback from our audiences, repeated requests from our prior clients and
audience participation in our events which have proven to be the most accurate indications as to our
bcnclil lo the community and our effectiveness in accomplishing our goals. Most recently we have
received feedback regarding our willingness lo perform at low key but needy events instead of focusing
purely on "high visibility" events. We are very proud of that accomplishment
D. Applicant Budget
I. Total budgeted agency revenue for Fiscal Year 2018-2019:
Total projected revenue for Fiscal Year 2019-2020:
Because all of our work is done on a volunteer basis we traditionally do
not work from a fixed budget. We work with what we have in the bank
and what we get during the season in donations and Grant funding.
Application is due no later than 4:00 pm Monday, March 11, 2019 3
2. Applicant Budget Detail:
Revenue FY 17/18
Actual
FY 18/19
Est. Actual
%of
Actuals
FY 19/20
Proposed
%of
Proposed
Budect
Clay County
Government $1000.00 $1000.00
Other Cities or Counties
State Funding
Federal Fundin<>
Foundations
Program-Generated
Revenue
Program-Specific
Revenue
$5064 00 $4000.00Total Revenue:
Note: If your agency is granted funds, this information may be included in your contract with the County.
Funds will be paid on a reimbursement basis only, and no monies will be distributed up frout nor for uses
other than requested above.
2. What percentage of grant funding goes to Administration and what percentage goes directly to Programming9
Administration 0 Programming 100%
F. Other
I. Along with submission of the funding request, the following supporting documents shall be furnished:
• IRS tax-exempt letter confirming 501(c)(3) nonprofit status
• most recent Solicitation License; if exempt, submit exemption letter
• Certificate of Liability Insurance
• most recent IRS income tax return (Form 990)
2. If funding is approved by the County, applicant acknowledges that it may be requested by the County to
provide documentation of expenditures, and an annual audit of all grant funds, financial statements, mid-year
program report, or any other additional documentation or supporting documents requested. Failure to comply
with any such request may jeopardize future funding from the County.
3. Submit seven (7) copies of your completed application no later than 4:00 PM Monday, March 11, 2019 to:
Clay County 13oard of County Commissioners
Attn: Budget Office
PO Box 1366
4 77 1 louston Street, 4th Floor
Green Cove Springs, FL 32043
Application is due no later than 4:00 pm Monday, M1uch 11, 2019 6
Signing below acknowledges that this funding application has been completed accurately. All information
submitted with this application will become a matter of public record, and open to inspection by any citizen
of the State of Florida subject to Chapter 119, Florida Statues.
Executive Director Board Chair
Jim Layton Burk Shields
(Type Name) .,;g,
Attachment Page 1-A
As the Official Band of Clay County, the Clay County
Community Band serves three primary functions. First,
to provide an opportunity for non-professional
volunteer musicians from within the community to
participate in a concert band, making a unique cultural
contribution to the life of the community.
Second, as a mentoring organization for Middle School
and High School musicians which they get educational
credit for.
Third, as a not for profit organization, to foster a spirit
of camaraderie among the wind and percussion
instrument players in the community, to bring a needed
complement to the area of amateur arts in the
community and to provide a musical experience not
provided by any other musical organizations.
This mission is accomplished by giving concerts both
for entertainment and to assist various civic groups in
their fund raising activities.
Our concerts will occasionally include vocal and Jazz
instrumental solo and groups. We play music from a
wide range of musical genre including marches, folk
tunes, musicals, contemporary pop, classical, swing and
jazz.
Clay County Community Band
Clay County Board of County
Commissioners
Grant Request for FY 2019/2020
Copy L{
RECEIVED
PURCHASING DIVISIO N
2019 HAR I I AM ,o: 44
f'.: ,\ ;' COUNTY BOA RD OF
. J~411.1ssio;~~R S
Clay County Purchasing Division
4 77 Houston Street
PO Box 1366
Green Cove Springs, FL 32043
Receipt for Bid #:
Company Name:Gh_:J C-0 .en;;;ro1,:n~ 6;;;d
3. Board Member Listing-Please provide a list of your agency's board members and their affiliation.
Board Member Affiliation
Evan Brown President
Scott Young Vice President
Will Wheeler Treasurer
Danise Young Secretary
Greg McClelland Member at Large
Arthur Tenney Band Manager
Gayward Hendry Executive Director
B. Grant Purpose
I. Describe the services to be provided by County grant funds.
The funding from this arts grant will be used to purchase needed equipment and uniforms as well as
maintaining and repairing older equipment and uniforms. We currently have sixt students. We also have
several people who showed interest in learning pipes or drums at the NE Florida Scottish Games.
2. Describe the grant's target population and benefits received from the citizens of the County.
Our target is anyone interested in learning the great highland bagpipe or highland drum as well as learning
Celtic culture. We teach anyone in Clay and surrounding counties without discrimination
3. Describe the qualifications of key staff and volunteers that will be responsible for implementing the grant.
Arthur Tenney is responsible for implementing the grant. He has over 45 years in the finance field
and has been involved with other musical organizations and responsible for grant programs in several of
those organizations.
Application is due no later than 4:00 pm Monday, March 11, 2019 2
C. Accountability
I. Provide a timetable for accomplishing milestones, major activities, and main grant targets for the services
to be provided by County grant funds. Please reference specific dates, months, stages, etc.
Milestone, Major Activity, Target Reference -Time/Date/Stage
2. Please describe the method(s) you will use to evaluate whether your clients, participants or the citizenry
have benefited from services.
Our mission is ongoing I 00% of the time. We accomplish our mission and goals at every
performance. The First Coast Highlanders is a successful organization. We receive many repeat requests to
perform at many Clay County functions. Last year we completed 32 performances in and around Clay County.
Some of the organizations we performed for included the Special Olympics opening, Children's Miracle
Network, Clay County Fair, The Allegro, police events, various veteran's and military group events, and other
non-profit groups. In addition, we have performed in several schools.
D. Applicant Budget
I. Total budgeted agency revenue for Fiscal Year 2018-2019: $ I 6,300
Total projected revenue for Fiscal Year 2019-2020: $19,200
Application is due no later than 4:00 pm Monday, March 11, 2019 3
2. Applicant Budget Detail:
Revenue
Donations
FY 17/18
Actual
FY 18/19
Est. Actual
¾of
Actuals
FY 19/20
Proposed
¾of
Proposed
Bud•el
$8,737.19 $5,350.00 $6,200
Performance Fees $5,950.00 $6,396.00 $7,000
Merchandise Sales $1,432.78 $1,287.00 $3,000
Grants $1,000.00 $2,400.00 $2,500
Other 0 0 $ 500
Program-Generated
Revenue
0 0 0
Program-Specific
Revenue
0 0 0
Fundraising 0 0 0
Total Revenue: $17,119.87 $15,483.00 $19,2000
If yes, please explain requirement:
4. Schedule of Positions:
% of Budget Allocated to Administration: 0%
Position Titles and/or Employee Name Full Time
Equivalent*
FY 17/18
Actual
Salary
FY 18/19
Estimated
Salary
FY 19/20
Proposed
Salary
% of
Proposed
Salary
Increase
$ $ $ %
$ $ $ %
$ $ $ %
$ $ $ %
$ $ $ %
$ $ $ %
$ $ $ %
$ $ $ %
$ $ $ %
$ $ $ %
$ $ $ %
* Full time staff will be noted as 1.00; half time as 0.50; quarter time as 0.25 , etc.
E. Budget Narrative
1. From your Grant Budget, please describe how you will expend County grant funds:
Th e fimding fi"om this arts g rant will be us ed t o purc h ase n eed ed equipment and un{forms as w ell a s
maintaining and repairing e quipment and unfforms
App lication is due no later than 4:00 pm Monday, March 11, 2019 5
Note: If your agency is granted funds, this information may be included in your contract with the
County. Funds will be paid on a reimbursement basis only, and no monies will be distributed up front
nor for uses other than requested above.
2. What percentage of grant funding goes to Administration and what percentage goes directly to
Programming?
None
F. Other
1. Along with submission of the funding request, the following supporting documents shall be furnished:
• IRS tax-exempt letter confirming 501(c)(3) nonprofit status
• most recent Solicitation License; if exempt, submit exemption letter
• Certificate of Liability Insurance
• most recent IRS income tax return (Form 990) E Postcard
2. If funding is approved by the County, applicant acknowledges that it may be requested by the County to
provide documentation of expenditures, and an annual audit of all grant funds, financial statements, mid-year
program report, or any other additional documentation or supporting documents requested. Failure to comply
with any such request may jeopardize future funding from the County.
3. Submit seven (7) copies of your completed application no later than 4:00 PM Monday, March 11, 2019 to:
Clay County Board of County Commissioners
Attn: Budget Office
PO Box 1366
477 Houston Street, 4th Floor
Green Cove Springs, FL 32043
Application is due no later than 4:00 pm Monday, March 11, 2019 6
Signing below acknowledges that this funding application has been completed accurately. All information
submitted with this application will become a matter of public record, and open to inspection by any
citizen of the State of Florida subject to Chapter 119, Florida Statues.
Executive Director Board Chair
Clay County Board of County Commissioners
Nonprofit Agency Grant Application
Funding request for FY 2019-2020
A. Applicant Information:
Applicant Name:
Challen2e Enterprises of North Florida, Inc.
Physical Address:
3530 Enterprises Way
Mailing Address: City/State: I Zip:
Green Cove Sprin~s, FL 32043
Phone: Fax:
904 284-9859 904 284-9497
Website: I Federal Tax ID#:
challen2eenterprises.or2 59-1478621
Executive Director:
Nancy C. Keating
Primary Contact: Title:
Katie Vineyard Chief Operations Officer
Email:
katiev(a),challen2eenterprises.or2
Amount Requested: Amount Awarded (Budget Office use only):
$61,200
l. Please provide a brief statement of your organization's mission and goals.
part by the State Agency for Persons with Disabilities. County support for this service enables the most vulnerable citizens
to access services with trained personnel to keep them safe, healthy and engaged in meaningful activities.
*Residential Services began in June, 1982 providing small group homes for adults seeking community living. Today, the
agency operates three small group homes for seven senior men and three women. A few of the first group home residents'
moved successfully into homeownership more than 12 years ago and are taxpayers in Clay County. Agency staff provides
coverage in the individual's homes to assist them with meal preparation, medication administration, financial guidance
and personal care. A few of the homeowners that are in their senior years now require additional supports to ensure their
health and safety to avoid nursing home settings.
*Work Opportunities: Challenge Enterprises utilizes a Social Entrepreneurial approach to assist individuals with a variety
of disabilities become successful workers, taxpayers, contributors and homeowners. Challenge Enterprises has secured
small work contracts providing job training and paid employment since 1974. This successful approach has provided
many individuals with significant disabilities and wounded warrior's long-tenn employment in a variety of business lines.
In March 2019, Challenge Enterprises employs 201 individuals with severe disabilities on 11 Federal Government
contracts (DOD, USMC, GSA, IRS, DOL, HUD, DeCA, DLA, USGS) and at a number of commercial contracts. These
include the Penney Farm Retirement Community, Clay Behavioral Health Centers, Supervisor of Elections and The Way
Free Clinic providing custodial and or grounds maintenance services. Job training and employment opportunities are
provided at the warehouse serving commercial customers: Armor Holdings, Landsberg, Global Consumer Innovations,
LLC Deluge Sandless Sandbags and other businesses for short term contract fulfillment services.
*Shred for Good division of Challenge Enterprises is a secure document destruction service with AAA Certification
awarded by the National Association oflnformation Destruction. This level of security has earned Shred for Good
customers from prominent federal, state, county and local governments. Shred for Good serves almost 200 commercial
operations including hospitals, medical offices, law finns, accountants, and commercial businesses.
*County Commodities Distribution is a Clay County Agreement that enables Challenge Enterprises trainees to engage in
receiving, material handling, sorting, packaging, and distribution at the warehouse in Green Cove Springs. Commodities
are now ordered, purchased and tracked for delivery on a monthly schedule to six locations in Clay County for income
eligible individuals to receive additional groceries. All equipment including trucks, pallet jacks, fork lift, dry, refrigerated,
frozen storage unit are available at the Challenge Enterprises warehouse. This is labor intense and provides work for a
number of the adults each month. The County Commodities Agreement is a separate agreement not included in this
request for funding.
3. Board Member Listing -Please provide a list of your agency's board members and their affiliation.
Board Member Affiliation
Denise Adams Retired, Education Administrator
Edward Kelly, Esq Rogers, Towers, Bailey, Jones & Gay, PA
Tim Simpson Kindred Hospital Regional Administrator
Tina L. Crowder First Citizens Bank
Bryan Campbell Duval County Medical Society
Bill Powers Business Owner/Florida Powertrain and Hydraulics
Iris King Wells Fargo Education and Training
Martin S. Kosiek Retired, United States Navy Captain
Application is due 110 later than 4:00 pm Monday, March 11, 2019 2
B. Grant Purpose
1. Describe the services to be provided by County grant funds.
The County grant will support a portion of the benefits for staff at the adult Life Skills Development center and the
Residential program, utilities and communication systems. The staff supervise, train and care for men and women with
intellectual and developmental disabilities in activities of daily living, self-help, prevocational training, employment and
recreational skills.
Financial support from the County is very important to maintain skilled, ethical, and compassionate personnel.
2. Describe the grant's target population and benefits received from the citizens of the County.
The population Challenge Enterprises serves, for this grant, is individuals with varying intellectual and developmental
disabilities ages 18 years through senior years. Prior to 1972, there were no organizations in Clay County providing
services and families were traveling to different areas in Jacksonville for specific medical services, therapies, and
programs. Since 1974, Challenge Enterprises' adults with developmental disabilities are participating in ongoing training,
employment and healthy living programs in Green Cove Springs and Orange Park Challenge Enterprises responded to the
needs of Clay County families when adults returned to the community after decades in State Sunland centers. Challenge
Enterprises opened its first group home in 1982, the ACT Lodge, in Green Cove Springs. The individuals served in the
three small group homes are long term Clay County citizens. Fifty-five percent of the residents had Fathers that gave a life
time of service to the US Military. The men and women receive quality care and protection under the supervision of
Challenge Enterprises personnel.
The Life Skills Development center for adult training is located at the Harbor Road Industrial Park in Green Cove Springs
and I 00% enrolled are Clay County citizens. The residential homes/apartments are located in Orange Park, Fleming
Island, Green Cove Springs, Middleburg and Lake Asbury. A number of the homes have adaptive equipment and are
accessible for health and safety as the residents as they advance in their senior years. The health and safety issues of
residents are the agency's primary focus.
Challenge Enterprises partners with the Clay County School Board and eight other job focus agencies to coordinate
Project SEARCH and intemship program for Clay County students to prepare for successful gainful employment. Job
placement and on the job training are essential to secure paid Competitive Integrated Employment. The Workforce
Innovation and Opportunity Act that went into effect June 2016, Federal Legislation, requires all Exceptional Education
students to engage in job searching upon leaving high school. Challenge Enterprises Employment Specialists are prepared
to evaluate, match skills with job openings and provide on-the-job supports. The agency will be actively educating
businesses and industry about an untapped resource that will be dependable and grateful for the work.
3. Describe the qualifications of key staff and volunteers that will be responsible for implementing the grant.
Challenge Enterprises staff that supervise the programs have earned professional level degrees including Masters and
Bachelor Degrees, Certificates equal to Associate Degrees, State Employment and Job Coach Certification and served in
the US Military for more than 20 years. All direct care staff at the training centers and residential programs meet and
exceed the required educational training for the programs standards and guidelines established by Agency for Persons
with Disabilities. The project managers meet and exceed the standards for all AbilityOne federal job programs. One staff
member hold a Masters level Certificate in Non Profit Management thanks to the support of the Reinhold Foundation's
mission for nonprofit capacity building. Many agency staff attend the professional development seminars offered by
Rollins College and sponsored by the Reinhold Foundation.
Before a new employee is hired to provide direct care services to an individual with disability, the new hire is
fingerprinted and background screened. On the job training and direct supervision is provided for a minimum of 30 hours
before the new employee can provide direct care or training independently with the individuals. This best practice is to
ensure the health and safety of all the individuals Challenge Enterprises serves. Volunteers providing support in the
training center, in the homes, or on recreational outings are also background screened and under the supervision of staff.
Some volunteers require a higher level of screening including fingerprinting and drug testing for authorization to work
Application is due no later than 4:00 pm Monday, March 11, 2019 3
independently with an adult(s) in the community for field trips, job seeking, and transportation to an event of their choice
or working side by side at the Shred for Good site.
C. Accountability
1. Provide a timetable for accomplishing milestones, major activities, and main grant targets for the services
to be provided by County grant funds. Please reference specific dates, months, stages, etc.
Milestone, Major Activity, Target Reference-Time/Date/Stage
Securing qualified personnel paid and volunteer to engage adults
Secure part time jobs for 10 adults at Florida Minimum wage or better
Increase census at two groups homes
Ongoing with growth/by September 2020/budget
committee authorizations for job postings
May/202017 interns in training for jobs, 3 seeking
first job
Ongoing/ July 2019/ currently intetviewing
Secure volunteer activities for adults to gain job skills in Green Cove Starts/ October 2019/implementation
development per individual
plan
2. Please describe the method(s) you will use to evaluate whether your clients, participants or the citizenry
have benefited from services.
The population Challenge Enterprises serves, for this grant, is individuals with varying intellectual and developmental that
have resided in state institutions and some never completed basic educational programs. The evaluation method used to
determine the satisfaction by the individuals and their families is an annual Satisfaction Survey. The survey seeks
comments on rights, dignity, respect, achieving personal goals and what other services are necessary for them to be
accomplishing their personal goals. Challenge Enterprises is a person center agency and each person has their own likes
and dislikes that address where they want to be with skills and work annually. Families and friends are recommended to
assist each person with their own survey for submission to the Challenge Enterprises receptionist. All responses are
reviewed and actions plans established to address any requests or unfavorable comments. Action plan is reviewed and
authorized by the executive staff. The surveys are for all training programs funded by the State of Florida Agency for
Persons with Disabilities.
The men and women that go to work for Challenge Enterprises receive annual evaluations on their work perfonnance and
have the opportunity to transfer or seek employment outside of Challenge Enterprises with Job Coach Support i frequested
by Vocational Rehabilitation. Collaborating with other nonprofits in Clay County offering employment opportunities to
their clientele enriches the citizenry of Clay County and the economic impact with the employees' new spending power.
The agency produces a one page annual report identifying the milestones, contracts, earnings for persons with disabilities
cumulative from 1988 which is now at$ 33,600.696. That's the POWER of Work!
The Board of Directors examine the financial reports monthly and direct specific questions to the COO for details on
expenditures and revenue streams. Independent audits are conducted annually to detennine if the funds are managed and
benefiting the mission.
D. Applicant Budget
I. Total budgeted agency revenue for Fiscal Year 2018-2019: $8,408,717
Total projected revenue for Fiscal Year 2019-2020: $8,576,891
Application is due no later than 4:00 pm Monday, March 11, 2019 4
2. Applicant Budget Detail:
Revenue FY 17/18
Actual
FY 18/19
Est. Actual
%of
Actuals
FY 19/20
Proposed
% of
Proposed
Bud2et
Clay County
Government
61,200 61,200 1% 61,200 1%
Other Cities or Counties
State Funding 1,036,949 1,002,072 11% 1,042,155 11%
Federal Funding
Foundations
Program-Generated
Revenue
Program-Specific
Revenue
74,898 86,263 1% 89,714 1%
Work contracts, federal &
commercial, rental, misc 6,675,784 7,259,182 87% 7,383,822 87%
Total Revenue: 7,848,831 8,408,717 100% 8,576,891 100%
4. Schedule of Positions:
% of Budget Allocated to Administration: 5%
Position Titles and/or Employee Name Full Time
Equivalent*
FY 17/18
Actual
Salary
FY 18/19
Estimated
Salary
FY 19/20
Proposed
Salary
%of
Proposed
Salary
Increase
CEO 1 111,388 116,957 116,957 0%
coo 1 96,789 101,628 101,628 0%
VP-Business Development 1 72,076 74,239 74,239 0%
VP-Human Resources 1 63,000 64,890 64,890 0%
Building & Fleet Manager 1 57,461 59,185 59,185 0%
Accounting Supervisor 1 50,646 52,672 52,672 0%
Residential Director 1 51,995 50,000 50,000 0%
Programs Manager 1 45,000 46,350 46,350 1%
SDD Sales 1 35,000 35,000 35,000 0%
Residential Supervisor 1 32,960 33,949 33,949 0%
Others & 201 employees (mostly pt} with
disabilities 159 $ 3,737,684 $ 4,178,491 $ 4,274,758 2%
* Full time staff will be noted as 1.00; halftime as 0.50; quarter time as 0.25, etc.
E. Budget Narrative
l. From your Grant Budget, please describe how you will expend County grant funds:
Clay Co11111rJi111ds 1ri// be 1/Sl'd 10 sup;wu hl'1ll:fils.fi>r pcrso1111d 1wm·idi11g clirl'CI nll'l' ,enk<'s lo the
inclin'duals 11-ith intcllcl'ltl(f/ and dc1-efo11111rn10I disahilitics. l:\prndi111rcs(or mwulated hrn!th
i11s111w1u· co1·crage ond other eligible ht'11c/i1s 11 i// he paid and rlicJl s11h111ifledfor rci111h11rs,'111c111.
( ·twllc11ge /-:11!e1prist·s in'// /)(!_1)or 111ilitics OIi(/ supplies al the progrwI1 lo he s11bll!it1cd tu 1/J,,
C·011111_1 )hr reimh11rscm,·111.
Application is due no later than 4:00 pm Monday, March 11, 2019 6
Note: If your agency is granted funds, this information may be included in your contract with the
County. Funds will be paid on a reimbursement basis only, and no monies will be distributed up front
nor for uses other than requested above.
2. What percentage of grant funding goes to Administration and what percentage goes directly to
Programming?
100% of the grant will be allocated towards support of direct care personnel and the program essentials of the
individuals enrolled in the training and activities.
F. Other
1. Along with submission of the funding request, the following supporting documents shall be furnished:
• IRS tax-exempt letter confirming 50l(c)(3) nonprofit status
• most recent Solicitation License; if exempt, submit exemption letter
• Certificate of Liability Insurance
• most recent IRS income tax return (Form 990)
2. If funding is approved by the County, applicant acknowledges that it may be requested by the County to
provide documentation of expenditures, and an annual audit of all grant funds, financial statements, mid-year
program report, or any other additional documentation or supporting documents requested. Failure to comply
with any such request may jeopardize future funding from the County.
3. Submit seven (7) copies of your completed application 110 later than 4:00 PM Monday, March 11, 2019 to:
Clay County Board of County Commissioners
Attn: Budget Office
PO Box 1366
477 Houston Street, 4th Floor
Green Cove Springs, FL 32043
Application is due no later than 4:00 pm Monday, March 11, 2019 7
Signing below acknowledges that this funding application has been completed accurately. All information
submitted with this application will become a matter of public record, and open to inspection by any
citizen of the State of Florida subject to Chapter 119, Florida Statues.
Executive Director
Nancy C Keating
(Type Name)
Board Chair
Denise Adams
(Type Name)
t~ ~~ ~}/.~~
(Signature)
03/11/2019 03/11/2019
(Date) (Date)
Application is due no later t han 4:00 pm l\londa)', !\larch 11 , 2019 8
Clay County Board of County Commissioners
N onprofitI A gency G rant A ppI'1ca f lfl.t
Funding request for FY 2019-20 /o, ~ (~ I~ ~ O WJ
L/ ~---
A. Applicant Information: Ui ~~ ~;; ~
A..._/
Applicant Name: I LBUDr,ET &Anu".11)-rr .,~. ,!Yl_1 Episcopal Children's Services ~,1,/, I ,.' ,."' 11/,-C;f:Oi llf',t,
.... ...: J1l1t,,JPhysical Address: ---8443 Baymeadows Rd., Suite 1
Mailing Address: City/State: I Zip:
8443 Bavmeadows Rd., Suite 1 Jacksonville, FL 32256
Phone: Fax:
904-726-1500 ext. 247 904-726-1520
Website: I Federal Tax ID#:
ecs4kids.or2 59-1146765
Executive Director:
Connie Stophel
Primary Contact: Title:
Teresa Matheny Chief of Programs and Administration
Email:
tmatheny@2ecs4kids.org
Amount Requested: Amount Awarded (Budget Office use only):
$112,000
Pl ease prov1'd ea b.nef statement of your organi zation ' s m1ss1on and goa s.
Mission: To Create opportunity so that the children we serve can achi eve their full potential.
Goals: I.To provide School Readiness (subsidized child care) to families that qualify so that they
can work or go to school in order to achieve economic self-sufficiency
'-2. To ensure that child care programs serving these children are of high quality and able to
promote school readiness
3.
2. Please provide a brief d e scription of all agency programs and services and indicate the number of ye ars (or
months) you have provided each program or service. Please place an asterisk in front of any program or servi ce
that is supported by County funds.
Child Care Resource and Referral (CCR&R) -ECS's Child Care Resource and Referral program provides
parents with free information about local child care providers so they can make info rmed decisions based on their
family's specific needs. CCR&R Calls Answered: 36,015 19 Years
Application is due no later than 4:00 pm Monday, March 11 , 2019
*School Readiness -Our School Readiness program helps lower-income families pay for child care so their
parents can work. We also work with child care providers to improve and maintain high-quality programs that
promote children's success in school. Children Served: 4,000 19 years
Voluntary Pre-Kindergarten (VPK) -VPK is a free pre-kindergarten program open to all Florida four-year old
children. It's offered during the school year and summer at Florida public schools, child care centers and private
schools. Children Served: 5,600; Providers Participating: 201. 14 Years
Early Head Start -Early Head Start provides high-quality educational, nutritional, health and social services to
low-income and at-risk children from birth to age three and their families. Our goal is to provide a strong
foundation for children entering Head Start and other Pre-K programs. 19 Years
Head Start -Our Head Start program reaches out to low-income and at-risk children ages three to five and their
families. We provide them with comprehensive educational, nutritional, health, and social services, as well as
tools and resources to promote their development so they enter kindergarten ready to learn. 19 Years
CoachJax! -Our staff works with directors and teachers to improve the quality of their environment, teaching
methods and curriculum, and to promote the Guiding Stars of Duval. This program is in partnership with
Jacksonville's Kid's Hope Alliance and provides for continuity of services for all programs hoping to receive
Jacksonville's Guiding Stars rating. 13 Years
Early Learning Center at Good Shepard-ECS 's Early Learning Center at Good Shepard is our newest center
that opened in the fall of October 2014 in the Riverside area of Jacksonville. It offers care for children ages one
to five years of age. 4.5 Years
Regional Training Institute-Our Regional Training Institute for Early Childhood Education provides a variety
of free or low-cost trainings monthly. Topics for trainings are based on provider, family, and community needs.
Training sessions are centered on the eight areas required for a Child Development Associate Credential. 17 years
3. Board Member Listing -Please provide a list of your agency's board members and their affiliation.
Board Member
Derrick Smith, President
Affiliation
Grand Central Ventures, LLC.
Vicki Adams, Vice President Vystar Credit Union
Jennifer Holden, Treasurer UBS Financial Services, Inc.
Kristi Aiello, Secretary Florida Blue
The Rt. Rev.
Howard
Mark Middlebrook
Samuel The Episcopal Diocese of Florida
Wells Fargo
Application is due no later than 4:00 pm Monday, March 11, 2019 2
Thabata Batchelor Wolfson Children's Hospital
Brooke Yencarelli Accounting Principals & Ajilon
Dr. Heidi Maier Marion Public Schools
Bob Ohrablo The Jacksonville Icemen
Fr. Wiley Ammons The Church of the Redeemer
Malachi Beyah M &M Maintenance Plus, Inc.
B. Grant Purpose
I. Describe the services to be provided by County grant funds.
The School Readiness (SR) program assists low income parents with the cost of quality child care and is
primarily funded by state and federal funds but requires 6% matching funds from local sources. The
lack of affordable care puts these parents at risk of unemployment and unable to attend classes that
would increase their ability to obtain high wage jobs.
The County grant funds will provide the matching funds required to draw down the state and federal
funding used to provide School Readiness, (subsidized child care) to families that work but are still at or
below 200% of the federal poverty level. This grant serves an average of over 950 children per month in
Clay County. At least 750 of these children's families qualified based on their income and working
status while the others may receive a referral from DCF of CareerSource. This is an increase of 50
children per month because of an increase in state funding. However, the increase in funding does
require increased match. This is the reason for the increase in our request this year from $108,000 to
$112,000.
At more than $8,000 per year per child, the high cost of child care is prohibitively expensive for many
working families, often approaching 15-50% ofa family's yearly income. The School Readiness
program serves families who want to work-who are active participants in the Clay County economy.
Without this funding many parents could not afford child care and would be forced to stay home with
their children-relying on public support as a result. With the loss of so many children from the child
care system, many of the 127 local child care programs in the county could not remain in business
2. Describe the grant's target population and benefits received from the citizens of the County.
Our target population is low income working parents and their children. These families have incomes at
or below 150% of the Federal Poverty Level at entry into the program and up to 200% thereafter. These
are the same families identified in the United Way ALICE report for Clay County which shows that a
ALICE family of 4 with one infant and one preschool child would pay $1,052 a month for child care
while that family's monthly income if living at the poverty line may only be $2,020.
Our largest source of referrals comes from child care providers that are participating in the SR and by
parents currently receiving services. The children and families served by this program are located
Application is due no later than 4:00 pm Monday, March 11, 2019 3
throughout the Clay County community. These children are in the urban Orange Park area, as well as the
rural areas of Keystone Heights and Green Cove Springs, and in all the other large and small
communities of Clay County.
School Readiness creates opportunities for a better life for the entire community but is especially critical
because of the impacts to both the child and the family. Each child benefits as early education creates
long-lasting academic and social benefits that extend into adulthood. Families can improve their
economic well-being as the full costs of quality childcare are out of reach for low-income working
parents leaving lower income parents the undesirable choice of whether to pay for child care and keep
working or pay the rent and remain housed. The choice is truly that stark because without subsidy a
single mother working full-time but earning 200% or less of the Federal Poverty Level spends at least
33% of her income on child care for just one child. With School Readiness that is reduced to I 0% on
average. This allows parents to provide stable homes and supportive environments for their children,
reducing homelessness and food insecurity.
While the benefits to each child and family are significant, the impact extends well beyond the
immediate recipients of services, as benefits accrue to:
• The school system as the significant achievement gaps created by poverty can be reduced, or even
eliminated with early childhood education
• The economic health of the community, as early education creates economic value
Early education makes economic sense.
Notably, the Federal Reserve Bank of Minneapolis, received national attention for their 2003 publication
"Early Childhood Development: Economic Development with a High Public Return", Rolnick and
Grunewald, 2003. Their research identified that quality early education offers a 12 percent return on
investment, even accounting for inflation, which exceeds the stock market.
The economic argument is further bolstered by the more recently "Preschool and Prosperity" by
Timothy Bartik published in 2014, which showcased the sizable benefits to state and local economies,
with a $2 to $3 return for every dollar invested. His analysis notes that investment in early education has
similar benefits to well-designed business incentives to fuel economic growth.
To maximize effectiveness, Episcopal Children's Services implements these services using a
two-generation approach that addresses the needs of the parents concurrently with addressing the needs
of the children leading to a stronger community.
3. Describe the qualifications of key staff and volunteers that will be responsible for implementing the grant.
The Family Services staff that qualify families for the School Readiness services this grant supports are fully
trained and certified Level II Specialists, a designation earned by completing an exam administered by Florida's
Office of Early Leaming. Additionally, each Family Services Specialist has undergone formal diversity training
to increase cultural sensitivity. A bachelor's degree in a related field is preferred for this position but in some
cases experience in the field may be substituted. The Program management staff for this grant has a Bachelor's
Degrees in accounting and over 19 years' experience with managing this grant successfully. ECS through its
partner and funder, the Early Leaming Coalition of North Florida has over I 00 volunteers that go into child care
programs and read to children as well as put on special programs for them. Many of these volunteers are retired
educators with many years of experience working with children.
Application is due no later than 4:00 pm Monday, March 11, 2019 4
C. Accountability
I. Provide a timetable for accomplishing milestones, major activities, and main grant targets for the services to
be provided by County grant funds. Please reference specific dates, months, stages, etc.
Milestone, Major Activity, Target Reference -Time/Date/Stage
Twelve-month average number of children served will be equal or
greater than economicallv disadvantaged children 750 served.
September JO, 2020
Contracted School Readiness childcare providers will submit contract
indicating which approved curriculum and agreeing to child screening
reauirements.
July I, 20 I 8 and ongoing as new providers join the
program.
Child screenings are completed annually at initial enrollment and then
annually. Referrals are made for additional follow-up as indicated by
the screening results
October I, 2018 and ongoing
October I, 2018 through September JO, 2019Parents receiving School Readiness Services will experience fewer
instances ofunemnloyment than narents on the waiting list for services
2. Please describe the method(s) you will use to evaluate whether your clients, participants or the citizenry have
benefited from services.
We will monitor the utilization of School Readiness services by Clay county clients to ensure that maximum
number of children possible are served. Additionally, we will survey parents both receiving and waiting for
services to assess the effectiveness of child care assistance on employment. We will track the number of children
screened and referred for additional services monthly. Lastly, child care providers will be monitored to ensure
they are using an approved curriculum and in instances where they are not, a corrective action plan will be
required.
Application is due no later than 4:00 pm Monday, March 11, 2019 5
Local Mileage 36,103 36,103
Other 0.00%
Match Funds (Direct Child Care 112,000.00 112,000.00 -100.00%Costs)
Oneration Expenses Sub-total: 13,783,026 I 12,000 13,671,026 .81%
Total Expenses 15,639,274 112,000 15,527,274 .72%
3. Is County funding a mandated requirement? YES NO X
If yes, please explain requirement:
4. Schedule of Positions: 27
%0fB u d !get A I locate d to Admm1strat10n: 7.65%
Position Titles and/or Employee Name Full Time
Equivalent*
Chief Executive Officer l
Chief Financial Officer l
Fiscal Staff 10
VP of HR l
HR Staff 6
Director of IT (Manager Promoted to
lDirector)
IT Staff l
Executive assistant l
Chief of Program Administration l
Family Services Specialists 3
Family Services Manager l
FY 17/18 FY 18/19 FY 19/20 ¾of
Actual Estimated Proposed Proposed
Salary Salary Salary Salary
Increase
187,000 $187,000 $189,592 1.38%
105,964 $110,988 $112,953 1.6%
620,343 $543,699 $554,664 2.0%
104,021 $108,854 $108,854 0.0%
218,893 $284,071 $291,546 2.63%
75,000 $76,200 $85,000 11.5%
31,200 $31,200 $32,000 2.56%
50,502 $51,310 $53,788 4.8%
116,595 $120,201 $122,000 1.5%
98,880 $99,730 $102,721 3.00%
43,260 $44802 $46,146 3.00%
* Full time staff will be noted as 1.00; halftime as 0.50; quarter time as 0.25, etc.
Application is due no later than 4:00 pm Monday, March 11, 2019 7
E. Budget Narrative
1. From your Grant Budget, please describe how you will expend County grant funds:
Clay County funding will be used solely for matching funds for the School Readiness program. One
hundred percent ofall county funds will be used to pay for child care direct services. Any
administrative or other programmatic expenses will be paid out with state or federal funds. The
$112,000 will allow ECS to draw down $1,754,667 in state andfederal funding.
Note: If your agency is granted funds, this information may be included in your contract with the County.
Funds will be paid on a reimbursement basis only, and no monies will be distributed up front nor for uses
other than requested above.
2. What percentage of grant funding goes to Administration and what percentage goes directly to Programming?
100% of this grant goes to direct services programming with no administrative costs taken out. Overall for all
grants and funding, administration costs for ECS are less than 8% and 92% of all funding goes to programming.
F. Other
1. Along with submission of the funding request, the following supporting documents shall be furnished:
• IRS tax-exempt letter confirming 501(c)(3) nonprofit status
• most recent Solicitation License; if exempt, submit exemption letter
• Certificate of Liability Insurance
• most recent IRS income tax return (Form 990)
2. If funding is approved by the County, applicant acknowledges that it may be requested by the County to
provide documentation of expenditures, and an annual audit of all grant funds, financial statements, mid-year
program report, or any other additional documentation or supporting documents requested. Failure to comply
with any such request may jeopardize future funding from the County.
Application is due no later than 4:00 pm Monday, March 11, 2019 8
3. Submit seven (7) copies of your completed application 110 later titan 4:00 PM Monday, March 11, 2019 to:
C lay County Board of County Commissioners
Attn: Budget Office
PO Box 1366
477 Houston Street, 4th F loor
Green Cove Springs, FL 32043
Signing below acknowledges that this funding application has been completed accurately. All information
submitted with this application will become a matter of public record, and open to inspection by any citizen
of the State of Florida subject to Chapter 119, Florida Statues.
Executive Director
Connie Stophe.
Board Chair
Derrick Smith
(Type Name) (Type Name):fJ£.
iliAA& 'fj-Jt5
ignature)
fbi#Jdu
(S (~
2/22/2019 2/22/2019
(Date) (Date)
Application is due no later than 4:00 pm Monday, March 11, 2019 9
Clay County Board of County Commissioners
Nonprofit Agency Grant Application
Funding request for FY 2019 -2020
A. Applicant Information:
Applicant Name:
Kids First of Florida, Inc.
Physical Address:
1726 Kingsley Ave, Suite 2
Mailing Address:
1726 Kin!!slcy Ave, Suite 2
City/State:
Orange Park, FL
Zip:
32073
Phone: Fax:
(904) 278-5644 Ext 2006 (904) 278-5658
Website: Federal Tax ID#:
www.KidsFirstOfFlorida.org 43-1992162
Executive Director:
Irene M. Toto
Primary Contact: Title:
Kevin Davidson CFO
Email:
Kevin.Davidson@Firstinclay.org
Amount Requested: Amount Awarded (Budget Office use only):
$45,000.00
Please provide a brief statement of your organization's mission and goals ..
Mission: To ensure the safety of children through a holistic approach designed to support the
health and well being of families.
Goals: 1. To keep at-risk children safe.
2. To provide services and ongoing outreach and education to the community in an effort
to reduce child abuse and neglect.
3. To finalize at least 50 adoptions in FY 2019-2020.
2. Please provide a brief description of all agency programs and services and indicate the number of years (or
months) you have provided each program or service. Please place an asterisk in front of any program or service
that is supported by County funds.
Kids First of Florida (KFF) is the non-profit Community Based Care (CBC) lead agency providing Child
Welfare services to Clay County. KFF is one of eighteen Lead Agencies in the state of Florida. KFF was
founded in 2003, in response to the Florida Legislature and the Department of Children and Families (DCF)
initiative to privatize child welfare services. KFF joined the collective expertise and resources of local
organizations to focus on the task of building a child protection system that is firmly rooted in the
community. KIT focuses on children and families in Clay County. KFF currently employs approximately
seventy staff. at our headquarters located on Kingsley Avenue. in Orange Park.
Application is due no later than ~:00 pm Monday, March 11, 2019
As the Lead CBC (Community Based Care) Agency for Clay County. KFF mmrnges the provision of the
following services to children and families:
❖ Protective Supervision (Provide supervision of at risk children in Clay County)
❖ Foster Care (Provide a safe home-like environment for children removed from their own homes)
❖ Case Management (Provide case manager for each child in care)
❖ Adoption Case Management (Provide a case manager for each child in adoption placement or in the legal
system to be adopted)
Adoption Subsidy (Provide payments to families who adopt a child)
❖ Independent Living (Provide ongoing support for former foster children who are between 18 to 23 years
old)
❖ Placement (Locate a safe alternative living environment for children in care)
Medicaid Assistance (Assist families and children in the foster care system to apply for Medicaid)
Relative Caregiver /TANF Assistance (Help families and children to apply for assistance from the state)
❖ Recruitment, Training and Licensing of Foster/Adoptive Parents (Develop community foster and adoptive
homes)
Development of a comprehensive network of service providers and resources (Provide access to physical
health, behavioral health and other needed services through a network of community providers)
All of the above services have been provided since 2004.
KFF continues to develop systems that efficiently and effectively care for vulnerable children and families
by focusing on early intervention, assessment and coordinated services in order to assure family
stabilization, reunification, and permanency for the children.
Cases arc referred to KFF by DCF, as a result of a report of alleged abuse, neglect or abandonment to the
Florida abuse hotline. The Child Protective Investigator (CPI) addresses allegations of child abuse, child
neglect, abandonment or other special circumstances that affect the health and safety of the children. The
CPI interviews all family members, observes family interaction and the conditions of the home to make a
preliminary determination of risk to the child(ren).
If the CPI needs access to the 24/7 services of crisis counseling or family preservation, access can be sought
through the established referral process with the provider. If it is determined that resources can be provided
to the family without jeopardizing the safety of the child, they will be made available.
When it is detennined that the child can remain safely at home, in-home services will be provided to the
family by KFF on a voluntary basis, when possible or court ordered, if necessary.
Services such as crisis counseling and preservation services. in home and group parenting services,
prevention assistance funding, individual, group and family counseling will be offered to the family
intending to ameliorate those situations that brought the family to the attention of the agency, including
mental health and substance abuse services. The Family Services Counselor monitors the family until it is
determined that the family no longer needs services and the case can be closed.
If it is determined that. for the child's safety, it is necessary that removal from the family unit take place.
the CPI notilies the KFF Placement Coordinator to seek appropriate shelter care placement. When
children arc removed from their homes. all efforts are made to ensure that the placements made will allo\v
children to stay connected to their community. near families. friends and schools. Each child who comes
Application is due no later than 4:00 pm Monday, March 11, 2019 2
into care has a medical evaluation within 72 hours. This evaluation will include a dental, vision, and
hearing screening with a referral for necessary services. Each child in care has a case plan that is
developed within 30 days. The case plan is designed to identify and target those areas that put the children
at risk and provide effective services to reduce that risk so the child can safely return home. KFF makes
needed referrals for the children and parents to assure each of their needs are addressed and parents receive
services to assist them in meeting the goals established in their case plan. The FSC has regular contact
with family members and service providers to monitor the family's progress and coordinate case
management activities. Reports to the court are made in compliance with Florida Statute.
3. Board Member Listing -Please provide a list of your agency's board members and their affiliation.
Board Member Affiliation
Don Martin J.P. Morgan Chase
Roy Buncome Buncome Technologies, Inc.
Mitchell Davis Law Offices of Joseph F. Pippen, Jr. & Assoc. PL
Alaina Rankin Regions Bank
Kyle Fresh WJW Associates, LTD
B. Grant Purpose
I. Describe the services to be provided by County grant funds.
KFF provides children protective supervision, foster care, case management, independent living,
adoptions, licensing of foster homes and child placement services. Additionally KFF provides prevention
services to families in Clay County to keep children safe and to prevent the need for more intensive
services. KFF utilizes County Funding to help in the provision of the services above.
2. Describe the grant's target population and benefits received from the citizens of the County.
The target populations are at risk children and families in Clay County.
3. Describe the qualifications of key staff and volunteers that will be responsible for implementing the grant.
Professional staff at KFF hold degrees from accredited universities and colleges. Many are also certified
and/or credentialed in specific areas. Family Service Counselors are certified through the State of Florida.
Irene Toto, the Chief Executive Officer. holds a Master of Science in Mental Health and is a Licensed
Mental Health Counselor. Irene has been \,orking in the non-profit field for 36 years and holds a
certification in Non-Profit Management from Rollins College. Irene has been the CEO for KFF since
2005.
Application is due no later than -t:00 pm Monday, March 11, 2019 ,
·'
Joanne Robertson. the Chief Operating Officer, holds a Master degree in Social Work from Boston
University and is a Licensed Clinical Social Worker. Joanne has worked in the non-profit field for over
31 years with a specific concentration in the field of child welfare for approximately 23 years. Joanne has
been the COO for KFF since 2017.
Kevin Davidson, the Chief Financial Officer, holds a Bachelor of Science in Accounting and a Master of
Business Administration. Kevin has worked in the non-profit social services field for 29 years. Kevin has
been with KFF since 2005.
KFF utilizes volunteers in various capac11Ies, primarily around act1v11Ies and events for children. A
number of community groups, churches and service organizations have focused on specific target groups
of youth and families to benefit from their volunteer activities.
C. Accountability
I. Provide a timetable for accomplishing milestones, major activities, and main grant targets for the services
to be provided by County grant funds. Please reference specific dates, months, stages, etc.
Milestone, Major Activity, Target Reference -Time/Date/Stage
Finalize at least 50 adoptions. Starting July 1, 2019 and finalized by June
30,2020
To maintain a community based system of care providing
foster care, independent living and child welfare services.
Ongoing review of programmatic success
indicators via DCF review and monitoring.
Meet with DCF, on a quarterly basis, to
assess the scorecard and key measurements.
2. Please describe the method(s) you will use to evaluate whether your clients, participants or the citizenry
have benefited from services.
KFF is a participant in the State-wide monitoring often contract performance measures, three additional
critical measures and the Florida State Families Network (FSFN) Data Trends. There are regular on site
monitoring of a number of programmatic and fiscal indicators by DCF. There is daily submission of data
into the statewide data system which tracks progress on all measures. There is an extensive internal QA
program monitored by our Qi\ Manager which tracks statewide indicators as well as internal indicators.
D. Applicant Budget
1. Total budgeted agency revenue for Fiscal Year 2018 -2019: $9,849,473.00
Total projected revenue for Fiscal Y car 2019 -2020: $10,280,307.00
Application is due-no Inter than -1:00 pm Monday, March 11, 2019 4
2. J\pplicant Budget Detail:
Revenue FY 17/18
Actual
FY 18/19 Est.
Actual
% of
Actuals
FY 19/20
Proposed
%of
Proposed
Budget
Clay County Government $45,000.00 $45,000.00 0.46% $45,000.00 0.44%
Other Cities or Counties --0.00% -0.00%
State Funding 4,284,502.00 4,600,000.00 46.70% 4,800,000.00 46.69%
Federal Funding 4,694,929.00 4,960,000.00 50.36% 5,185,000.00 50.44%
Foundations 2,500.00 4,000.00 0.04% 4,300.00 0.04%
Program-Generated Revenue I 84,542.00 205,000.00 2.08% 210,000.00 2.04%
Program-Specific Revenue --0.00% -0.00%
Individual, Church Donations 35,424.00 35,473.00 0.36% 36,007.00 0.35%
Total Revenue: 9,246,897.00 9,849,473.00 100.00% 10,280,307.00 100.00%
Temporary Employment 3,000 -3,000 0.00%
Furniture/ Equipment 10,000 -10,000 0.00%
Recruitment 10,000 -10,000 0.00%
Background Screenings 37,000 -37,000 0.00%
Professional Services 30,500 -30,500 0.00%
Vehicles 12,000 -12,000 0.00%
Insurance 115,000 -115,000 0.00%
Janitorial / Maintenance 15,000 -15,000 0.00%
Storage 15,000 -15,000 0.00%
Contracted Services 375,000 -375,000 0.00%
Misc/ Other Administration 33,000 -33,000 0.00%
Foster, Group Homes, Adoptive 4,250,000 -4,250,000 0.00%
Children Mental Health Services 95,051 -95,051 0.00%
Family Preservation 57,797 -57,797 0.00%
Family Support 29,059 -29,059 0.00%
Visitation Reunification Services 30,246 -30,246 0.00%
Adoption Services 11,308 -11,308 0.00%
Other Client Services 555,000 -555,000 0.00%
Prevention Services 40,000 -40,000 0.00%
Foster Care Training/ Pre-service 5,000 -5,000 0.00%
Life Skills 1,000 -1,000 0.00%
Safety Mgt Services 5,000 -5,000 0.00%
Unallowable 30,000 -30,000 0.00%
In-Kind 20,000 -20,000 0.00%
Depreciation 20,000 -20,000 0.00%
Fund raising 6,000 -6,000 0.00%
Bank Charges 2,000 -2,000 0.00%
Operating Expenses Sub-total: 6,461,461 -6,461,461 0.00%
Total Expenses 10,280,307 45,000 I 0,235,307 0.44%
3. Is County funding a mandated requirement? No
If yes, please explain requirement:
4. Schedule of Positions: 77
% of Budget Allocated to Administration: 6.0'¼,
Application is due no later than -l:00 pm Monday, March 11, 2019 6
Position Titles an<l/or Employee Name Full Time
Equivalent*
FY 16/17
Actual
Salary
FY 17/18
Budgeted
Salary
FY 18/19
Proposed
Salary
% of
Proposed
Salary
Increase
A/P I 39,491.71 41,071.38 41,892.81 2%
Receptionist I 20,800.00 21,632.00 22,064.64 2%
Family Service Counselor Adoptions I 40,771.52 42,402.38 43,250.43 2%
Family Service Counselor Adoptions I 43,664.69 45,411.28 46,319.50 20/,o
Family Service Counselor Adoptions I 40,771.52 42,402.38 43,250.43 2%
Family Service Counselor Adoptions I 40,771.52 42,402.38 43,250.43 2%
Family Service Counselor Adoptions
Supervisor I 55,295.88 57,507.72 58,657.87 2%
Family Service Counselor Supervisor I 48,900.28 50,856.29 51,873.42 2%
Family Service Counselor Supervisor I 48,900.28 50,856.29 51,873.42 2%
Family Service Counselor Supervisor I 48,900.28 50,856.29 51,873.42 2%
Family Service Counselor Supervisor I 48,900.28 50,856.29 51,873.42 2%
Family Service Counselor Supervisor I 48,900.28 50,856.29 51,873.42 2%
Family Service Counselor I 36,050.00 37,492.00 38,241.84 2%
Family Service Counselor I 36,050.00 37,492.00 38,241.84 2%
Family Service Counselor I 36,050.00 37,492.00 38,241.84 2%
Family Service Counselor I 36,050.00 37,492.00 38,241.84 2%
Family Service Counselor I 36,050.00 37,492.00 38,241.84 2%
Family Service Counselor I 36,050.00 37,492.00 38,241.84 2%
Family Service Counselor I 36,050.00 37,492.00 38,241.84 20/1/o
Family Service Counselor I 36,050.00 37,492.00 38,241.84 2%
Family Service Counselor I 36,050.00 37,492.00 38,241.84 2%
Family Service Counselor I 36,050.00 37,492.00 38,241.84 2~/0
Family Service Counselor I 36,050.00 37,492.00 38,241.84 ,o-,o
Family Service Counselor I 36,050.00 37,492.00 38,241.84 ,o,-,o
Application is due no later than ..J.:00 pm Monday, March 11, 2019 7
Family Service Counselor I 36,050.00 37,492.00 38,241.84 2%
Family Service Counselor I 36,050.00 37,492.00 38,241.84 2%
Family Service Counselor I 36,050.00 37,492.00 38,241.84 2%
Family Service Counselor I 37,080.00 38,563.20 39,334.46 2%
Family Service Counselor I 37,080.00 38,563.20 39,334.46 2%
Family Service/ ICPC Counselor I 44,912.12 46,708.60 47,642.78 2%
Family Service/ ICPC Counselor I 39,338.32 40,911.85 41,730.09 2%
Family Service/ ICPC Counselor I 40,430.94 42,048.18 42,889.14 2%
Family Service/ ICPC Counselor I 40,430.94 42,048.18 42,889.14 2%
Family Service Counselor I 37,080.00 38,563.20 39,334.46 2%
Family Service Counselor I 37,080.00 38,563.20 39,334.46 2%
Family Service Counselor I 37,080.00 38,563.20 39,334.46 2%
Family Service Counselor I 38,110.00 39,634.40 40,427.09 2%
Family Service Counselor I 38,110.00 39,634.40 40,427.09 2%
Family Service Counselor I 38,110.00 39,634.40 40,427.09 2%
Family Service Counselor I 38,110.00 39,634.40 40,427.09 2%
Family Service Counselor I 39,140.00 40,705.60 41,519.71 2%
Family Service Counselor I 39,140.00 40,705.60 41,519.71 2%
Program Director I 54,590.00 56,773.60 57,909.07 2%
Program Director I 68,711.86 71,460.33 72,889.54 2%
Program Director I 55,000.00 56,784.00 57,919.68 2%
Records Specialist I 20,800.00 21,632.00 22,064.64 2%
FSFN Accounting Coordinator I 42,774.09 44,485.05 45,374.75 2%
Quality Assurance Supervisor I 43,496.90 45,236.78 46,141.51 2%
Quality Assurance Coordinator I 39,253.30 40,823.43 41,639.90 70, -'°
Quality Assurance Coordinator I 35,000.00 36,400.00 37,128.00 2%
Application is due no Inter than -l:00 pm Monday, March 11, 2019 8
Maintenance Worker 0.5 8,190.00 13,520.00 13,790.40 2%
* Full time staff will be noted as 1.00; halftime as 0.50; quarter time as 0.25. etc.
E. Budget Narrative
1. From your Grant Budget, please describe how you will expend County grant funds:
KFF will utilize county funding to help subsidize the staff salaries for those who are providing children
protective supervision, foster care, case management, independent living, adoption, licensing and
placement services.
Note: If your agency is granted funds, this information may be included in your contract with the
County. Funds will be paid on a reimbursement basis only, and no monies will be distributed up front
nor for uses other than requested above.
2. What percentage of grant funding goes to Administration and what percentage goes directly to
Programming?
100% of the grant funding goes to support direct program service staff.
F. Other
I. Along with submission of the funding request, the following supporting documents shall be furnished:
• IRS tax-exempt letter confirming 501(c)(3) nonprofit status
• most recent Solicitation License; if exempt, submit exemption letter
• Certificate of Liability Insurance
• most recent IRS income tax return (Form 990)
2. If funding is approved by the County, applicant acknowledges that it may be requested by the County to
provide documentation of expenditures, and an annual audit of all grant funds. financial statements, mid-year
program report, or any other additional documentation or supporting documents requested. Failure to comply
with any such request may jeopardize future funding from the County.
3. Submit your completed application 110 later tha11 4:00 PM Mondav, March 11, 2019 to:
Clay County Board of County Commissioners
Attn: Budget Office
PO Box 1366
4 77 Ilouston Street. 4 th Floor
Green C\ne Springs. FL 32043
Application is due no later ttrnn -4:00 pm Monday, March 11, 2019 10
Signing below acknowledges that this funding application has been completed accurately. All
information submitted with this application will become a matter of public record, and open to inspection
by any citizen of the State of Florida subject to Chapter 119, Florida Statues.
Executive Director
Irene M. Toto
(Type N am e )
Board Chair
Don Martin
RECEIVED
PURCHASING 0IVISIO H
2019 MAR 11 AH 9: 08
,·,_,\Y COUNTY BOAR DOF
•'()'O ' !Cl'J /\ ~1rn s r~ , , V I \. ,_ f~ •
Clay County Purchasing Division
4 77 Houston Street
PO Box 1366
Green Cove Springs, FL 32043
Receipt for Bid #:
Company NaEk:
)o(, d~ js±o[ f?lDri~..J
Clay County Board of County Commissioners
Nonprofit Agency Grant Application
Funding request for FY 2019-2020
A. Applicant Information:
Applicant Name:
Quigley House, Inc.
Physical Address:
3373 U.S. Hwy 17 Green Cove Springs, FL 32043
Mailing Address:
P.O. Box 142
City/State:
Orange Park, FL
Zip:
32067-0142
Phone:
904-284-0340 x3 l 5
Fax:
904-284-7650
Website:
www.quigleyhouse.org
Federal Tax ID#:
59-2935027
Executive Director:
Anadelle Martinez-Mullen
Primary Contact:
Anadelle Martinez-Mullen
Title:
Chief Executive Officer
Email:
amartinez(alquigleyhouse.org
Amount Requested:
$70,170
Amount Awarded (Budget Office use only):
I. Please provide a brief statement of your organization's mission and goals.
Mission: Our Mission is to provide advocacy and empowerment to victims of domestic violence
and sexual assault while providing conununity education to heighten awareness.
Goals: I. Our number one priority is victim safety. Emergency shelter, the 24-hour hotline,
and other core services are designed to provide safety and meet the immediate,
basic needs of victims and their children.
2. We aim to break the generational cycle of violence through awareness and
prevention efforts. Our goal is to challenge the mindset and behaviors that promote
violent relationships, make the public aware of our free services, and influence
how others respond/report incidents of domestic and/or sexual violence.
3. Wrap around services such as case management, legal assistance, and economic
justice advocacy reduce barriers survivors face when escaping abuse. Our goal is
to give survivors the tools to live stable and self-sufficient lives while decreasing
future incidents of violence.
2. Please provide a brief description of all agency programs and services and indicate the number of years ( or
months) you have provided each program or service. Please place an asterisk in front of any program or service
that is supported by County funds.
Application is due no later than 4:00 pm Monday, March 11, 2019
Domestic Violence is a critical issue in Clay County, Florida. One-third of violent crimes in our county are
domestic related and while crime is down overall, incidents of domestic violence and sexual assault remain the
same. Quigley House is the only certified Domestic Violence and Sexual Assault Center for residents in Clay
County. We understand the complex needs that victims of domestic/sexual violence present and are best
positioned to meet those needs. Quigley House's mission is to provide advocacy and empowerment to victims
of domestic violence and sexual assault while providing community education to heighten awareness.
Quigley House is a trusted partner in North Florida. Our organization has served thousands of victims of
domestic violence for nearly 30 years, and victims of sexual assault for 21 years. ln 2018, we provided safe
shelter to 271 victims and their children and served an additional 1,000 individuals through outreach programs.
Pets are welcome too, allowing the entire family to be safe. Quigley House often operates at or near capacity
year round with an average stay of 3 ½ weeks. Specially trained staff and volunteers provide advocacy and
accompaniment to survivors of sexual assault 24/7 as well. Last year, staff provided 1,264 hours of sexual
assault counseling and accompanied survivors in 3 8 forensic medical exams. All services are free and
confidential. At Quigley House, we believe in taking a collective stand to end domestic violence and sexual
assault in our community. To that end, we reach tens of thousands of individuals through community education
and professional trainings each year.
Quigley House provides the following free services to victims ofdomestic violence and/or sexual assault:
• *24 Hour Emergency Shelter-Domestic violence victims and their families may stay in shelter
anywhere from a few days to eight weeks or longer depending on the case. This service has been
offered for 30 years.
• *24-Hour Crisis Hotline-Staffed by trained advocates who provide crisis intervention, safety
planning, and information and referral to primary and/or secondary victims of domestic violence.
This service has been offered for 30 years.
• Individual and Group Counseling-In-shelter as well as outreach (in the community) counseling is
offered to victims of domestic violence and sexual assault, helping survivors understand the
dynamics of power and control. This service has been offered for 30 years.
• *Advocacy -Advocates are responsible for meeting participant's immediate needs-safe shelter,
food, clothing, necessities. In addition to meeting basic needs, Advocates offer the emotional support
that facilitates healing. Advocates also answer the hotline and engage in safety planning. This
service has been offered for 30 years.
• *Victim Advocacy-Victim Advocates may be located at the courthouse, shelter, or outreach center.
Advocates assist victims of domestic violence and sexual assault in obtaining services from social
service agencies, legal and judicial system, medical and educational personnel, as well as from social
service agencies. The Victim Advocate provides service management, counseling, advocacy,
support, crisis intervention, safety planning, lethality assessment, and follow up services to Quigley
House adult clients and their families. Victim Advocates also help survivors secure safe, affordable
Application is due no later than 4:00 pm Monday, March 11, 2019 2
housing through the ESG (Emergency Solutions Grant-Rapid Rehousing) program. Advocacy has
been offered for 20 years and the ESG program for 5 years.
• Sexual Assault Advocacy-Trained advocates are available, 24 hours a day/365 days a year, to
provide on-the-scene advocacy, crisis intervention, and support after a sexual assault report. This
service has been offered for 20 years.
• Injunction for Protection Project Attorney-the Attorney provides legal counseling and represents
domestic violence victims so they may obtain injunctions for protection against violence from their
abusers. This service has been offered for two years.
• Economic Justice-Clients receive access to training and resources in order to address the economic
conditions that create barriers to long-term independence and safety of survivors and their children.
This service has been offered for two years.
• *Child Assessment and Counseling-Each child in shelter receives an assessment to evaluate their
needs and the most appropriate support services. Our Child Ad vacate engages children in healing
activities, teaches coping and conflict resolution skills, and helps them create a plan to stay safe upon
leaving shelter. The Child Advocate also works in the community to educate others on healthy
relationships. The Child Advocacy and Counseling programs have been provided for 24 years.
• Primary Prevention Program-We believe in taking a collective stand as a community to prevent
domestic violence before it begins. Primary prevention strategies introduce values and ways of
thinking that promote healthy, non-violent relationships. Staff and volunteers work with children in
early learning centers through college students. In February 2019, staff visited 11 Clay County
Junior High and High Schools for Teen Dating Violence Prevention Awareness. Nearly 1,200
students pledged to maintain healthy relationships free from violence. This program has been
provided for 10 years.
• Community Education-Quigley House also delivers professional trainings to law enforcement
officers, members of the judicial system, medical personnel and others who come into contact with
victims of domestic violence and/or sexual assault. Staff members also participate in events to
promote awareness of our services. Quigley House has provided Community Education Services for
30 years.
• Case Management-Each participant works with a Victim Advocate to assess needs, coordinate
services, and develop an individualized plan. Participants receive information and referral to the
appropriate agencies for housing assistance, W AGES/TANF benefits, job training, etc. Quigley
House has provided case management services for 30 years.
• Sexual Assault Center -Certified by the Florida Council Against Sexual Violence (FCASV),
Quigley House's Sexual Assault Center is the only certified provider of sexual assault services in
Clay County. A Sexual Assault Counselor is available on-call 24-hours a day, 365-days a year to
respond to the health and advocacy needs of victims upon sexual assault. Staff respond to calls in the
field, work with local law enforcement, contact the licensed physician and Sexual Assault Nurse
Application is due no later than 4:00 pm Monday, March 11, 2019 3
Examiner, stay with the victim throughout the forensic exam, and provide continued support through
advocacy and counseling. This service has been offered for 6 years.
• Pet Shelter -An on-site Pet Shelter Program with a I 0-run dog kennel and a l 60sft. small animal
facility allows victims to bring their pets with them as they seek refuge from abuse. Our program is
one of only a few such programs in the State of Florida! This service has been offered for IO years.
3. Board Member Listing -Please provide a list of your agency's board members and their affiliation.
Board Member Affiliation
Kathy Hester RN, Supervisor of Nursing
Orange Park Medical Center, HCA Healthcare
Jerry Coxen, Jr. Investigations, Public Defenders Office
David Mullennix Criminal Investigator, Public Defenders Office
Shannah Kosek Supervisor, Adult & Community Education, Clay County
School District
Raynetta Marshall Engineer, JEA
Wayne McKinney Chief of Support Services Division, Clay County Sheriffs
Office
Lorin Mock Acting County Manager
Esther Nichols CPA, The Nichols Group
Janie M. Simpson Licensed Clinical Social Worker, Retired
Nancy Edelenbos Retired Nurse
Billi West Branch Manager, Network Funding
Business Owner
Latanya Peterson Consultant
B. Grant Purpose
I. Describe the services to be provided by County grant funds.
Victim Advocates may be housed at the courthouse, shelter, or outreach center. Victim Advocates meet with
and evaluate the needs of clients served by Quigley House and throughout the community. They provide crisis
intervention, case management, safety planning, and referrals to other service providers. Understanding that
victims may be intimidated by the judicial system and unsure of options available to them, the advocate plays
an important role guiding clients through the legal process. Advocates may assist victims with filing injunctions
Application is due no later than 4:00 pm Monday, March 11, 2019 4
for protection, accompany them to court proceedings for support, or help them file victim's compensation
claims. Quigley House's attorney and Victim Advocates work closely with the Clerk of Courts and the State
Attorney's Office. In FY2017-2018, Victim Advocates provided 1,484 advocacy hours.
The Child Advocacy Program provides healing activities for children sheltered at Quigley House. The Child
Advocate leads individual and group sessions with topics including how to employ strategies to stay safe, conflict
resolution, and setting healthy boundaries. The Child Advocate also leads activities for the children while their
parent participates in group counseling. Each child receives an assessment to identify their needs and provide
referrals if needed. In FY 2017-2018, the Child Advocate provided 207 child assessments.
Sexual Assault Therapy-We hope to expand our therapy services offered by the Sexual Assault Center. We
seek to fund a part-time Therapist to reduce trauma and long-term consequences following an assault.
We are truly grateful for Clay County Government's partnership and dedication to the Sexual Assault
Center. Since Quigley House began providing forensic medical exams for the county, we have witnessed a
growing demand for services. In 2017, the Florida Dept. of Law Enforcement reported 133 incidents of sexual
assault and 41 incidents within the context of domestic violence. CCSO reported a rise in both sexual assault
and domestic violence reports in 2018. Last year, staff conducted 38 forensic medical exams and provided over
1,200 counseling hours. In an effort to enhance services offered, we added a support group specifically for teen
survivors of sexual violence. Quigley House provides the following services for survivors of sexual assault.
Core Services
I. 24/7 hotline services
2. Information and referral
3. Crisis intervention
4. Advocacy and accompaniment services
5. Community awareness
6. System coordination
Enhanced Services
I. Support groups/personal growth groups
2. Therapy
3. Prevention/risk reduction education
4. Medical intervention/forensic evidence collection
2. Describe the grant's target population and benefits received from the citizens of the County.
Quigley House primarily serves Clay County victims of domestic violence and sexual assault. Last year, 95% of
clients were Clay County residents. At times, we do provide shelter to victims outside the county when nearby
shelters reach capacity or if deemed safer to leave their own community. We always keep a room available for
Clay County residents. Quigley House services are available to all individuals without discrimination. In
FY2017-2018, we served 81 % female and 19% males; 67.4% White, 18.5% African American, 8.2% Hispanic
or Latino, .6% Asian American, .2% American Indian, 5% Other.
Application is due no later than 4:00 pm Monday, March 11, 2019 5
Additionally, of those we served in 2018, 28% were under the age of 18, 11 % were ages 18-24, 59% were ages
25-59, and 2% were older than 60. Approximately half of participants in shelter were children.
Typically, individuals have exhausted all other options when they tum to us for services. Once a person enters
shelter, additional needs are usually identified. Victim Advocates are able to help victims in a number of ways
that lead to independence and self-sufficiency, for example, securing a job and affordable housing. The needs for
safe housing and economic resources to maintain housing are the two most pressing concerns amongst individuals
leaving abuse. Offering emergency shelter reduces the number of displaced or homeless families, as domestic
violence is the leading cause of homelessness for women. With support from our partner organizations and donors,
we are able to provide all basics needs, such as food, clothing, personal items, diapers, and over-the-counter
medications. Participants in shelter and outreach also receive vouchers to the Thrift Store for clothing and other
household items. We offer transportation to job interviews, medical appointments, and counseling. The Child
Advocacy program allows children who have witnessed and felt the stress of domestic violence in their life a
chance to heal. When victims and their children are able to live and work without fear and interference from their
abuser, the result is a more stable workforce and healthier community.
Studies show that domestic and sexual violence has an enormous economic impact. According to a study by the
Center for Disease Control and Prevention, the cost of intimate partner violence exceeds $5.8 billion each year,
$4.1 billion of which is for direct medical and mental health services. After homicide, sexual violence is the most
costly violent crime in the U.S., costing $151,423 per incident (DeLisi, et al., The Journal ofForensic Psychiatry
& Psychology Vol. 21, No. 4, August 2010). Sexual violence survivors experience reduced income in adulthood
as a result of victimization in adolescence with a lifetime income loss estimated at $241,600. Sexual abuse also
interferes with an individual's ability to work. Fifty percent of sexual violence victims had to quit or were forced
to leave their jobs following an assault.
Early intervention can mitigate costs and consequences. A 2006 study found that when victims receive advocate
assisted services following assaults, they receive more referrals and services and experience less trauma and
psychological distress. Survivors with advocates are 59% more likely to have police reports taken that survivors
without advocates, whose reports were only taken 41 % of the time. Supportive interventions and therapy help
prevent complex, long term health and mental health struggles among survivors.
3. Describe the qualifications of key staff and volunteers that will be responsible for implementing the grant.
Victim Advocate
Qualifications: BA in human services field with experience in crisis intervention and working with victims
of domestic violence preferred. AA or equivalent considered with at least two years applicable experiences.
HS diploma or GED considered with at least four years applicable experience preferably working in a
certified domestic violence center. The Victim Advocate receives Core Competency Certification from the
Application is due no later than 4:00 pm Monday, March 11, 2019 6
Florida Coalition Against Domestic Violence and Advocacy Core Training from the Florida Council Against
Sexual Assault.
Responsibilities include:
• Direct services to shelter and/or adult domestic violence and/or sexual assault clients. Services include
case management, crisis intervention, legality assessment, safety planning, advocacy, information and
referral, and assistance filing victims' compensation.
• Contact and follow-up with referral providers to ensure that victims' needs are being met.
• Participate in coordinated community response meetings and other related community support
meetings to further implement services for victims. Network with referral sources and other service
providers as appropriate.
• Assists victims with completing, filing, and obtaining an IFP as well as support, preparation and
accompaniment to civil court hearings.
• Provides support, preparation and accompaniment for victims regarding criminal court hearings as well
as obtaining services from the State Attorney's Office.
• Preserves integrity and quality of client service programs by maintaining accurate and thorough
statistics and records of domestic violence and sexual assault client services and staff activities.
• Participates in community education presentations and/or public relations events promoting Quigley
House services and domestic violence education/prevention programs.
Child Advocate
Qualifications: Minimum high school diploma; two years of college preferred. Child Advocate must have
experience in working with children. Completion of advocacy training required within three months of hire.
Child Advocate must be certification in first aid and C.P.R. Child Advocate receives Core Competency
Certification from the Florida Coalition Against Domestic Violence and Advocacy Core Training from the
Florida Council Against Sexual Assault.
Responsibilities include:
• Coordinates basic needs assessment, intervention, and supportive counseling services for children.
• Provides guidance and counseling services in a group setting to children in shelter.
• Provides evening activities to children in shelter through educational and recreational activities to
include but not limited to, tutoring, birthday parties, and holiday events.
• Maintains contact with child's counselor and parent regarding their behavior, progress, and notes
any concerns.
Sexual Assault Therapist
Quigley House seeks to fund a part-time Licensed Therapist. Qualifications include:
• Minimum of a Master's Degree in psychology, social work, or related area. State of Florida License
or license eligible: LCSW or LMHC. Clinical experience with emphasis on domestic violence or
sexual assault is preferred.
• Knowledgeable about the principles of sound therapeutic practices with survivors of sexual violence,
working with the continuum of sexual violence services.
Application is due no later than 4:00 pm Monday, March 11,2019 7
• Evidence of using therapeutic practices including alternative/holistic methods of healing from trauma.
• Completion of ACT (Advocacy Core Training) training from the Florida Coalition Against Sexual
Violence
• *Therapy is a Direct Service Standard for certification through the Florida Coalition Against Sexual
Violence
C. Accountability
1. Provide a timetable for accomplishing milestones, major activities, and main grant targets for the services to
be provided by County grant funds. Please reference specific dates, months, stages, etc.
Milestone, Major Activity, Target Reference -Time/Date/Stage
QIHire Sexual Assault Therapist
Provide 400 sexual assault counseling hours Ongoing-total by the end of FY2019-2020
Provide shelter to 260 individuals. Ongoing-total by the end of FY2019-2020
Ongoing-total by the end of FY2019-2020
Ongoing-total by the end of FY2019-2020
Provide 1,000 domestic violence counseling hours
200 children served by Child Advocate
Assist 120 clients with filing for Victims Compensation Ongoing-total by the end of FY2019-2020
Provide 1,200 units of Information and Referral to other
services, supports, and resources (including legal, medical,
and other social services)
Ongoing-total by the end of FY2019-2020
97% of adult victims in shelter more than 72 hours will
have a safety and security plan when they leave shelter.
Ongoing
97% of adult survivors leaving emergency shelter will have
a case management in place.
Ongoing
20% of adults leaving emergency shelter will receive
housing assistance.
Ongoing
2. Please describe the method(s) you will use to evaluate whether your clients, participants or the citizemy have
benefited from services.
At Quigley House, our first responsibility is to the victim. We provide the necessary services to guide
domestic violence and sexual assault victims through the healing process while respecting each individual's
wishes and needs. Successful completion is difficult to measure for some of our services. We measure our
success by the successes of our clients. These can include: calling the crisis hotline in the first place ( which
takes a lot of courage), finding a job, relocating, pursuing legal and criminal charges, or regular attendance at
supp01t groups.
Program success is measured through various means. These may include follow-up surveys and questionnaires. Participants
are asked to fill out a survey; once the survey is complete the survey is placed in a sealed envelope and placed in the CEO's
mailbox.
Participants are asked:
Application is due no later than 4:00 pm Monday, March 11, 2019 8
SAC-Victim's
Compensation
$3,000 $3,500 .18% $3,500 .17%
Interest Income $4,845 $5,000 .26% $5,500 .27%
Thrift Store $210,281 $189,000 9.83% $190,000 9.32%
Total Revenue: $1,654573 $1,922,963 100% $2,037,791 100%
4. Schedule of Positions: 35.83 FTE
% of Budget Allocated to Administration: 16.1%
Full Time Position Titles and/or Employee Name Equivalent*
CEO 1.0
Administrative Assistant 1.0
Receptionist 1.0
Director of Shelter Services 1.0
Resident Advocates 8.0
Victim Advocates 2.0
CPI Advocate 1.0
Child Advocate 1.0
Lead Victim/Resident Advocate 1.0
Community Education Specialist 1.0
FY 17/18
Actual
Salary
$111,834
$37,886
$ 13,842
$49,755
$105,787
$41,061
$21,441
$23,031
$41,492
$19,615
FY 18/19
Estimated
Salary
$99,000
$38,688
$25,709
$50,000
$174,710
$59,906
$31,200
$28,080
$32,760
$29,120
FY 19/20
Proposed
Salary
$101,970
$39,850
$26,480
$51,500
$214,823
$58,675
$32,135
$29,900
$32,760
$30,000
%of
Proposed
Salary
Increase
3.00%
3.00%
3.00%
3.00%
22.96%
3.11%
3.00%
2.92%
0%
3.02%
Maintenance Coordinator 1.0 $20,935 $24,960 $25,700 2.96%
Director of Sexual Assault Services 1.0 $45,943 $50,000 $52,000 4%
Sexual Assault Advocates (I FT + 1.3 weekend on call) $32,742 $31,200 $32,100 2.88%
1.0 Sexual Assault Therapist $0 $0 $26,000 0%
1.0 Sexual Assault Counselor $ 34,665 $34,840 $34,840 0%
1.0 Finance Director $52,130 $54,080 $53,560 -.96%
1.0 IFP Attorney (Injunction for Protection) $62,143 $68,202 $70,240 2.99%
1.0 IFP Paralegal $0 $37,440 $37,440 0%
1.0 Economic Justice Advocate $35,771 $ 36,067 $37,150 3.00%
1.0 Finance Assistant $ 41,475 $40,560 $39,100 -3.60%
1.0 Outreach Advocate $ 19,688 $34,320 $35,350 3.00%
Application is due no later than 4:00 pm Monday, March I I, 2019 I I
I. Along with submission of the funding request, the following supporting documents shall be furnished:
• JRS ta:t-e:tcmpt letter confirming 501(c)(3) nonprofit status
• most recent Solicitation License; if exempt, submit exemption letter
• Certificate of Liability Insurance
• most recent IRS income tax return (Form 990)
2. If funding is approved by the County. applicant acknowledges that il may be requested by the County to
provide documentation of expenditures, and an annual audit of all grant funds, financial statements, mid-year
program report, or any other additional documentation or supporting documents requested. Failure to comply
with any such request may jeopardize future funding from the County.
3. Submit seven (7) copies of your completed application 110 later t/1011 ~:OU PM Mondav, March 11, 2019 to:
Clay County Board of County Commissioners
Attn: Budget Ollice
PO Box 1366
477 Houston Street, 4th Floor
Green Cove Springs, FL 32043
Signing below acknowledges that this funding application has hccn completed accurately. All information
submitted with this application will become a matter of puhlic record, and open to inspection by any citizen
or the State of lllorida subject lo Ch.,ptcr Il9, Florida Statues.
Executive Director
Anadelle M. Martinez-Mullen
(Type Numc)
Board Chair
Kathryn Hester
~(4U/V'7~
r (Signature)
RECEI VED
PURCHASING DIVI SIO N
2019M AR 11 PM 2: 49
"!.A VCOUNTY BOARD OF
'':i ~J
r,
uIc• ,,
-~
·1\/r t \rw r:r:-. Rs
. • , \J
Clay County Purchasing Division
4 77 Houston Street
PO Box 1366
Green Cove Springs, FL 32043
Receipt for Bid #:
Company Name:
Clay County Board of County Commissioners
Nonprofit Agency Grant Application
Funding request for FY 2019-2020
A. Applicant Information:
Applicant Name:
Clay Behavioral Health Center, Inc. (CBHC)
Physical Address:
3292 County Road 220, Middleburg, FL 32068
Mailing Address:
3292 County Road 220
City/State: I Zip:
Middlebunt 32068
Phone:
904-291-5561
Fax:
904-291-5575
Website:
www.ccbhc.org
I Federal Tax ID#:
59-2219317
Executive Director:
Irene M. Toto, LMHC
Primary Contact:
Tina M. Swathwood
Title:
Director of Business Operations
Email:
Tina.Swathwood(a)Firstinclay.org
Amount Requested:
$400,000
Amount Awarded (Budget Office use only):
Pl ease prov1'd b . f statemen o your orgamza ion s m1ss1on an d goa s.ea ne t f f
Mission: Mission Statement: Clay Behavioral Health Center is dedicated to improving the quality
oflife for Clay County residents by providing affordable mental health and substance
abuse services through a comprehensive community-based approach to care.
Vision Statement: Building a Healthier Community, One Life at a Time.
Goals: I. Create and sustain healthy communities that support prevention and wellness in areas
where people live, learn, work and play. Streamline services and reduce barriers to
services.
2. Advocate for increased access to behavioral health services, adequate funding and a
place in the overall continuum of healthcare services. Maximize agency resources and
maintain fiscal responsibility.
3. Increase community awareness of behavioral health issues.
2. Please provide a brief description of all agency programs and services and indicate the number of years ( or
months) you have provided each program or service. Please place an asterisk in front of any program or service
that is supported by County funds.
Application is due no later than 4:00 pm Monday, March 11, 2019
ACCESS/EMERGENCY SERVICES
* Crisis Intervention -Triage and/or referral for people experiencing mental health and substance abuse
problems can be obtained by dialing 904-291-5561 x 5002, 24 hours a day. Walk in intervention is also
available Monday-Friday, during regular business hours. (31 + years)
* Intake/ Admission Screening -Assessment for services and financial assistance to pay for services can
be obtained on walk in basis Monday through Friday. The Agency also offers Open Access allowing
individuals to walk in without an appointment and be seen by a counselor, based on availability, Monday
through Friday 8:00am ~ 4:00 pm. If a counselor is not available, an appointment will be scheduled for
an intake. (31 + years)
* Mobile Response Team -CBHC recently became the provider of Mobile Crisis Services to individuals
up to age 25 who live in Clay County and are experiencing a mental health crisis. Services available
24/7 365 days a year with a 60-minute response time. CBHC is coordinating crisis response in
collaboration with community partners including the Clay County School District and local law
enforcement (in implementation phase)
MEDICAL SERVICES
* Medication Management CBHC provides Psychiatric Evaluations and Medication Management
follow-up services for Clay County residents who have mental health or behavioral illnesses that require
medication. These services are provided by a staff of licensed Psychiatrists, Physicians, Nurse
Practitioners, Registered Nurses, and Certified Medical Assistants. This also includes injections, prior
authorizations, and collaboration/coordination with other programs and organizations. For example,
case management services, outpatient counseling services, substance abuse services, Clay County
schools, Clay County jail system, and other community wide organizations.
CBHC has several programs to assist clients who are low income or uninsured in obtaining costly
psychotropic medications which they can't afford or have access to. The Indigent Drug Program (ID P)
obtained through our state contract for over 30 years, provides access to over $50,000 annually for
discounted psychotropic medications. The Patient Assistance Program provides needed medications
through drug companies that offer medications to these clients through an application process.
Approximately 100 county residents are participating currently. They are receiving over $800,000
annually in psychotropic medications from this particular program. Americares is a program which
provides donated medications to medical providers. CBHC applied for membership in 2015 when
psychotropic medications were added to the available stock. These medications are available to any one
of our approximately 1500 active medication management clients that exhibit the need.
* Health Matters -SAMHSA grant funded program to provide Integrated Health Care in a behavioral
health setting. Our program provides primary care 40 hours per week at our County Road 220 location
in Middleburg. Also, through the grant, we provide groups and classes in order to promote health and
wellness. Target participation of 101 clients was met for year one as well as 248 for year two. We
currently have met and exceeded our third-year goal of 387 participants. The goal is to improve client
outcomes based on treating the person as a whole person; integrating mental and physical health while
providing support and coping skills, not just treating isolated symptoms. Grant will end September 30,
2019. We will provide transition services to our clients linking them with primary care providers in the
community to continue to promote and integrate physical health with their psychological wellbeing.
(5 years)
Application is clue no later than 4:00 pm Monday, March 11, 2019 2
CLINICAL SERVICES
Intensive Family Services
* In-home Family Counseling and Reunification Program provides prevention, intervention,
preservation, and treatment services to high risk families involved with the child welfare system. These
families have had children removed from the home due to abuse and neglect or are at risk of having their
children removed. Services are individualized and may be provided in home or out of home depending
on the family's needs. The goal of services is to preserve and/or reunify families. The client is
successfully discharged upon completion of their treatment plans goals which are developed with the
child, family, and clinician. (12 years)
* Trauma-Informed Care Certified Trauma Professionals available to assist in providing treatment to
children and adults in Clay County who are experiencing a traumatic event. Trauma Clinicians
participate with DCF, Kids First of Florida and Law Enforcement. Crisis Intervention services available
to those experiencing an immediate traumatic even such as but not limited to -death of a parent, death
of a child, fire, suicide, etc. The client is successfully discharged upon completion of their trauma
informed treatment plans goals which are developed with the child, family, and clinician; utilizing
trauma focused cognitive behavioral therapy. (7 years)
* In-home Parenting Education and Support -Preventative services for parents who are at risk oflosing
their children or are requesting more skills to better parent their children in their home utilizing
evidenced based practices. Active engagement and homework completion for 10 parent education and
suppmt session clients will be successfully discharged and receive a certificate of completion.
Attendance certificate will be given if they showed up for each session and were not actively engaged
and showing behavior changes. (11 years)
* Parenting Co-parenting-Program to assist parents who are not living together but co-parenting their
children. Services are provided to each parent individually in an environment that is comfortable to
them. Active engagement and homework completion for 10 parent education and support session clients
will be successfully discharged and receive a certificate of completion. Attendance certificate will be
given if they showed up for each session and were not actively engaged and showing behavior changes.
(6 years)
* Parenting In-jail-Program provides evidenced based services to a parent who is in jail and in need of
parent education, sessions occur at the jail. Active engagement and homework completion for 10 parent
education and support session clients will be successfully discharged and receive a certificate of
completion. Attendance certificate will be given if they showed up for each session and were not actively
engaged and showing behavior changes. (6 years)
* Parenting Group-Treatment services for parents who have lost custody of their children and are in
need of an evidenced based parent education program. Program meets in an office setting. Upon
completion and active engagement of entire six parenting groups participants will receive a certificate
of completion. Attendance ce1tificate will be given if they showed up for each session and were not
actively engaged and showing behavior changes. (22+ years)
* Therapeutic Visitation-Court ordered visitation with a master's level clinician. Sessions are driven by
the child's willingness to share and process feelings regarding removal or lack of contact with the
guardian. Three therapeutic visitations are given and then a letter regarding clinical recommendations
are given to the CPI/FSC. (3 years)
Adult Community Base<! Services
* Psychosocial Rehabilitation Intensive outpatient program for adults with serious and persistent
mental illness, focuses on independent living, pre-vocational and coping skills. (30+ years)
Application is due no later than 4:00 pm Monday, March 11, 2019 _)
,.,
* Life Skills -Structured education and counseling curriculum to develop coping/emotion regulation,
communication and interpersonal skills. Evidence based treatment -utilizing the Dialectical Behavioral
Therapy model. (23+ years)
* Lombard Apartments Supported Housing -Four apartments able to house eight clients who are
receiving case management services and who have an income to support independent living. (22+ years)
* Vocational Services -Support in finding, maintaining and keeping competitive employment. Includes
job coaching and on-call support to clients and employers. The vocational program has two contracts
with the Department of Education (VR) for Supported Employment and Employment Services. (23
years)
* Drop-in Center -Consumer-run peer support, providing social and recreational opportunities for
clients during non-treatment hours. (27+ years)
* Adult Crisis Alternative Program (ACAP) - A short-term community-based alternative to
hospitalization for people with mental illness. Designed to serve clients who are in need of respite
services to avoid the need for more restrictive and intensive interventions. The service may also be
utilized by individuals who have been hospitalized for psychiatric care, and are now ready for a less
restrictive setting, but not ready to be discharged home. It is a six-bed adult facility with 24-hour
staff. Performance indicators for most recent quarter show that 95% of persons receiving services will
not require a higher level of care within 30 days of admission, and 95% of persons served will achieve
an increased level of functioning from admission to discharge. (15 years)
* Unashamed-Overcoming victimization of sexual abuse. Unashamed is a 12-week program that meets
weekly. Information covered will include: effects of victimization; emotions; identifying personal
strengths; learning coping skills; understanding ambivalence; managing intrusive thoughts; the
psychobiology of trauma; establishing boundaries; and building self-esteem. Participants can obtain
individual counseling as a pmt of the group. (2 year)
* The Loss/Grief Group -This is a 10-week group that meets weekly at the Knight Boxx location. This
group will serve adult men and women who have experienced a grief or loss issue, such as loss of job,
limb, health, loved one, home, divorce, and so fo11h. The information covered will include the
following: dealing with loss; exploring myths about grief; learning about the differences between
mourning and grieving; identifying supports; increasing self-care; developing coping skills; and starting
the recovery journey. Participants may obtain individual counseling as a part of the group. The group
is "open" for two sessions then closes though clients may still be referred and will be seen individually
until the new group cycle opens. (2 years)
* After Life Skills -is a group targeted for adult clients who have successfully completed the Life Skills
program and desire continued interactions to incorporate learned skills to manage interpersonal
interactions, regulate their emotions, and tolerate distress. The purpose is to provide client's opportunity
to process current events in their own life that have necessitated the use of learned skills and to share
successes and barriers to their continued progress. The group is an open group meeting twice monthly.
(22+ years)
Children's Community Based Services
* School-Based Mental Health Clinicians -Services are provided within schools to students with
counseling indicated on their IEP and are referred only by the Clay County district office. These services
are designed to assist students with emotional/behavioral issues to increase their functioning and skills,
both at home and at school so that they can achieve maximum potential. (25+ years)
* School-Based Mental Health Clinicians -Services are provided in two Title I schools. Clinicians are
at the school daily to work with students and families both individually and in groups. (25+ years)
Application is cJuc no later than 4:00 pm Monday, March 11, 2019 4
* Student Assistance Program Services are provided at every Junior and Senior High. Staff meet with
at risk students individually and in groups to reduce risk factors and increase protective factors. Staff
engage students using the evidenced based curriculum, Too Good for Drugs. (21 years)
* Moving Up Program -One-day program of structured activities geared to increase positive behaviors,
socialization and provide improved confidence to students who are transitioning into the Junior High
School. This program is done in each Junior High School after the school year has ended. (5 years)
Adolescent Substance Abuse Services
* Outpatient Counseling -Outpatient Counselors provide individual and group counseling for youth
involved with alcohol and/or other drugs. This may include working in conjunction with the Department
of Juvenile Justice and other referral sources. Drug testing is included during the individual and group
process. (31 years).
* School-Based Prevention -Individual and group services provide support and prevention to at-risk
students in each Clay County Junior and Senior High school, including Bannerman. Students receive
education about choices involving alcohol and other drugs, and to avoid the need for more intensive
services. Prevention Specialist's use the Evidence Based Programs Project Success and Too Good for
Drugs. These services include an ongoing collaboration with the Clay County School Board and the
Clay Action Coalition. (21 years)
* Drug Testing -An initial drug test and consultation is available to parents who are concerned about a
child's suspected or potential drug use. If requested, recommendations for treatment can be provided.
(31 years)
* Community Action Treatment Team (CAT) is a team of therapists, case managers, mentors, nurse,
and psychiatrist. The team provides intensive services to high risk youth and their families. Wrap around
services are focused on keeping children, adolescents, and young adults in their homes, schools and
communities. Services are designed to coordinate multiple systems and resources while removing any
barriers that may prevent access to care. (2 years)
Adult Substance Abuse Services
* Outpatient Counseling -The Traditional Outpatient (8 weeks) and Extensive Outpatient (12 weeks)
programs use a solution-focused evidenced based treatment curriculum, Living in Balance, this program
can be used either individually or in a group setting for adults who are abusing substances. This is an
abstinence-based program whose referral sources can be The Department of Children and Families, Kids
First of Florida, Probation (Misdemeanor and Felony), Northeast Florida Safety Council as well as
others. The groups are offered in the morning and evening. Consumers who participate are drug tested
weekly, attend community support meetings and education is be provided for interested family members
and friends. (31 years)
* Intervention -Interactive 4-week education program for those at risk of substance abuse. This is
abstinence based and includes weekly drug screens and attendance at community support meetings. (31
years)
* Adult Drug Court Program -A coordinated effort between the courts, law enforcement, probation and
treatment services. The goal of Drug Court is to intervene and break the cycle of substance use, addiction
and crime, by offering a diversion from incarceration in certain cases. This program is a year-long
abstinence-based program that uses the Evidence Based curriculum, The Matrix. Clients participating
in the Drug Court program also can be referred for Psychiatric services and various other groups within
the agency, (Anger Management, DBT, Depression and Anxiety group among others). Adult Drug Com1
clients must complete Moral Reconation Therapy. Gender specific groups meet weekly. Group members
attend community support groups and are seen in court in the beginning weekly and then as they
progress, at lesser intervals. (l 4 years)
Application is due no later than 4:00 pm Monday, March 11, 2019 5
* Veterans Drug Court Program -A coordinated effort between the courts, law enforcement, Veterans
Administration and treatment services. The goal of Veterans' Drug Court is to intervene and break the
cycle of substance use, addiction or mental health, by offering a diversion from incarceration in certain
cases. This program is a year-long abstinence-based program that uses the Evidence Based curriculum.
The Matrix. Clients participating in the Drug Court program also can be referred for Psychiatric services
and various other groups within the agency, (Anger Management, DBT, Depression and Anxiety group
among others). Group members attend community support groups and are seen in court in the beginning
weekly and then as they progress, at lesser intervals. ( 4 years)
* HIV Edueation -Consumers are provided community-based education for HIV/AIDS. Substance
Abuse clients are required to complete a one-hour course before the end of their treatment. HIV testing
is available if requested. ( 16+ years)
* Marchman Court-Family members and friends can petition the court to intervene in a family members
substance use/abuse. The court system can order an evaluation and treatment if needed. CBHC assess
the client and makes a recommendation to the court. The court can then order the client to complete the
recommended treatment. ( ongoing)
* Dual Diagnosis/Co-Occurring Services -This 12-week group is designed specifically for individuals
with co-occmTing substance abuse and mental health disorders. This program uses a solution-focused
evidenced based treatment curriculum, Living in Balance. This can be used either individually or in a
group setting for adults who are abusing substances and have a mental health diagnosis who need
monitoring or treatment. This is an abstinence -based program that requires weekly drug screens and
attendance at community support meetings. ( 16+ years)
Outpatient Mental Health Services
* Outpatient Counseling Outpatient Mental Health Counselors use Cognitive Behavior Therapy as
well as other brief solution-focused treatment to provide individual and group counseling for children,
adolescents and adults. Groups include Adult and Adolescent Anger Management, Depression/Anxiety,
Social Skills for Elementary, Junior High and Services provided at our locations in Middleburg,
Keystone Heights and Green Cove Springs. Mental Health counseling services are provided in the Clay
County Schools for children who have counseling on their Individual Education Plan (IEP) (36 years)
* Outreach -CBHC provides a counselor one day per week at PACE Center for Girls. Students are seen
individually and, in the Teens, United group which provides social skills for teenage girls. (3 year)
* Outreach -In an effort to address higher than average suicide rates, CBHC and the Department of
Health -Clay County formed a collaboration to provide a Mental Health counselor at the Bear Run
Teen Clinic. Resource and referral information is provided to interested teens. (1 year)
* Parenting Program -Counseling and education program designed to help parents learn and apply
principles of positive parenting. Parenting, communication, and nurturing skills may be delivered either
in a group or individual format depending on the needs of the family. (21+ years)
Helping Everyone's Life Matter
* HELM Program -Services provided to individuals ages 15-36 who are experiencing their first episode
of psychosis. Using the evidence based NAVIGATE model, the program is recovery based and provides
Individual skills training along with family education and support. (3 years)
CASE MANAGEMENT SERVICES
* Adult Case Management-Case Managers provide advocacy, link with resources and monitor progress
of adults with serious and persistent mental illness who have a history of hospitalizations. Services are
designed to assist these individuals with remaining successfully in the community. (32+ years)
Application is due no later than 4:00 pm Monday, March I I, 2019 6
* Children's Case Management-Staff develops linkages for families in need of multiple services; client
advocacy, monitoring and liaison among schools, agencies and families. Services are designed to assist
youth in remaining in the least restrictive setting while receiving services and treatment for their
behavioral health issues. Clients will be successfully discharged from CCM when stable for four months
as reported by teachers, parents, and clinicians (32+ years)
* Family Intervention Specialist-Staff develops linkages and assessments for parents and adolescents in
need of substance abuse interventions. Staff completed Mental Health and Substance Abuse assessments
and recommends level of treatment individualized for each person. Discharge will occur when
parents/adolescents have engaged in substance abuse services for a minimum of half the recommended
treatment duration and show no need for outside supports. (12 years)
* Substance Abuse Case Management -The Case Manager can provide advocacy, link with resources
and monitor progress of adults with substance abuse issues. Services are designed to follow up with
individuals who are not attending substance abuse services, need additional drug screening or need to be
linked to additional services designed to help these individuals with remaining successfully in the
community. The Case Manager is available each week during Dependency Court. (22+ years)
3. Board Member Listing -Please provide a list of your agency's board members and their affiliation.
Board Member Affiliation
William J. Simmons, Ph.D. Board Chair
1828 North Glen Circle Retired Provost of St. John's River Community
Middleburg, FL 32068 College, Orange Park Campus
Nancy Sweatland Board Vice-Chair
1000 Pinewood Court Apt 206 Client Advocate
Green Cove Springs, FL 32043
Daniel Becton, Ph.D. Board Member
2408 Golden Bell Lane Retired School Board
Fleming Island, FL 32003
Mike Elia Board Member
2671 Countryside Drive Principal of Clay County School
Fleming Island, FL 32003
Maude B. Jackson Board Member
2774 Burroughs Road Retired School Teacher
Middleburg, FL 32068
Kent Rutherford Board Member
205 N. Ba11ram Trail Retired Florida Air Guard
Jacksonville, FL 32259-8816
Janet S. Fox Board Member
1476 Scarlett Way Retired LMH C
Fleming Island, Florida 32003
Rindetta D. Stewart Board Member
5315 Razorback Court Retired Educator
Middleburg, FL 32068
Nate Woodrum Board Member
2352 College Street Apt B Adams & Harper, P.A.
Jacksonville, FL 32204 Orange Park, FL 32073
Application is due no later than 4:00 pm Monday, March 11, 2019 7
B. Grant Purpose
1. Describe the services to be provided by County grant funds.
County Grant funding is allocated across many programs and services. Funding received from the County
grants is used as match funding required by our contract to leverage other state and federal dollars. The
funding provided by the County grant assists CBHC in meeting this match requirement which allows an
additional two million dollars in funding to be utilized to provide services to Clay County residents.
2. Describe the grant's target population and benefits received from the citizens of the County.
CBHC serves residents of Clay County. Our priority target population is legislatively mandated and is
outlined in our contract as follows:
• Adults with Severe and Persistent Mental Illness
• Adults with Serious and Acute Episodes of Mental Illness
• Adults with Mental Health Problems
• Families involved with the Child Welfare system.
• Children who are Seriously Emotionally Disturbed
• Children who are Emotionally Disturbed
• Children who are At Risk of Emotional Disturbance
• Adults with Substance Abuse Problems
• Children with Substance Abuse Problems
Clients may be self-referred or referred by family, the court system, local health care providers,
hospitals, community agencies, teachers, social workers and other school employees, local churches and
law enforcement, among others.
CBHC services are available to all residents of Clay County and clients served come from all areas of
the County. Demographics of clients served closely resemble overall demographics of the County.
Green Cove Springs, Middleburg and Orange Park are most represented in the number of residents
served, and the number of clients from Keystone Heights is growing. CBHC works in collaboration with
local schools, area churches and other agencies to coordinate care to the residents in the Keystone
Heights area. CBHC continues to operate Neighborhood Resource Centers in Keystone Heights and
Green Cove Springs, which allows community residents to access needed referrals and resources. The
space is also available for community partners to use for community events. DCF and the Florida
Department of Health are among the groups using the resource Centers to offer services to community
members. CBHC has recently opened an additional location in Orange Park to provide outpatient
substance abuse services including medication assisted treatment.
The most recent County Health Improvement Plan conducted by the Health Planning Council of
Northeast Florida and the Florida Department of Health identified Mental Health, Healthcare Access
and Healthy Behaviors and Prevention as priority issues. There is a need for community residents to
have access to affordable effective behavioral health services. CBHC continues to provide that access
to the degree possible with existing funding, although it is recognized that demand often exceeds
capacity. A work group of Community stakeholders including CBHC regularly meet to review the action
plans and update progress towards goals.
Application is due no later than 4:00 pm Monday, March 11, 2019 8
Research indicates 1 in 5 individuals experience a diagnosable mental illness in any given year. It is
important to acknowledge that behavioral health is as important to overall functioning as physical health.
Research also shows that behavioral health treatment works. The best treatments for mental illnesses
today are highly effective; between 70% and 90% of individuals have significant reduction of symptoms
and improved quality of life with a combination of pharmacological and psychosocial treatments and
supports. Recovery is possible, and prevention and intervention programs are effective and can prevent
the need for more intensive services.
Clay Behavioral Health Center, Inc. (CBHC) is the nonprofit agency providing mental health and
substance abuse services to the residents of Clay County. CBHC has been a community pai1ner to Clay
County since 1982. CBHC provides treatment services to children, adults and families in the community
who struggle with mental illness and substance abuse. These priority clients are able to access quality
services that allow them to function successfully in the community. CBHC provides outreach and
prevention services designed to identify problems and allow access to early intervention.
Services are provided on a sliding fee scale based on income. 94% of all persons served by CBHC are
indigent, at or below the poverty level.
In FY 2017-2018 Clay Behavioral Health Center provided services to 5,679 Clay County residents,
4,052 adults and 1,627 children. CBHC continues to advocate for ongoing state funding to maintain the
Crisis Alternative Program and expand services provided to those County residents experiencing a
mental health or substance abuse crisis.
CBHC maintains a relationship with local law enforcement and provides trainings to CCSO and police
department professionals. Trauma Certified therapists from CBHC are routinely contacted to assist DCF
and law enforcement with removals due to child abuse and other traumatic events involving children.
The impact of untreated mental illness on health and productivity in the United States has been long
underestimated, and recent data from studies conducted by the World Health Organization, among
others, reveals that mental illness accounts for over 15% ofthe disease burden in the United States. This
is more than the disease burden caused by all cancers. Mental Disorders are the leading cause of
disability in the United States.
Individuals with serious mental illness face an increased risk of having chronic medical conditions.
Adults with serious mental illness die years younger than other Americans, largely due to treatable
medical conditions.
In 2015 CBHC was awarded a grant from the Substance Abuse and Mental Health Services
Administration for the integration of primary care and behavioral health services. This has allowed
increased access to healthcare for underserved and high-risk populations and is an additional resource
for Clay County residents which aligns with the needs identified in the Health Improvement Plan.
CBHC continues to collaborate with local health care providers and to provide outreach for behavioral
health services to physical health care locations. CBHC works closely with the Way Free Clinic and
provides onsite counseling to high risk individuals. All efforts are targeted to reach priority populations
and to maximize resources. We maintain ongoing collaborations with Orange Park Medical Center.
Palms Medical Group. Azalea Health. St Vincent's Clay, Baptist Medical Center and the Clay County
Department of Health.
Application is due no later than 4:00 pm Monday, March 11, 2019 9
CBHC continues to emphasize the need to improve the integration of appropriate substance use/misuse
prevention messaging, screening and assessment into routine medical care, especially for youth. CBHC
works closely with and is a partner of the Clay Action Coalition. The Coalition is a group of community
stakeholders working to implement county wide strategies to combat underage drinking and address
other issues facing our youth. Underage drinking costs Florida $3.7 billion or an estimated $2,383 for
each youth. CBHC has increased services to at-risk students in Clay County schools, and currently has
Prevention Specialists located in junior and senior high schools throughout the county. Additionally,
qualified counselors provide onsite services to EBD students in Clay County schools, and CBHC has
expanded services to provide counseling at three Title I schools in the County.
Suicide is listed as one of the top ten leading causes of death in the county. Having a hour crisis line
available and providing walk in access and crisis intervention services at our Main Center allows CBHC
to provide outreach to county residents who may be experiencing a crisis. CBHC continues to have staff
trained in Suicide Risk Assessment techniques and Mental Health First Aid, allowing them to become
more proficient in assessing at risk individuals. CBHC also offers the Mental Health First Aid training
to interested community members at no charge. CBHC's Resource Centers provide outreach access and
follow up to parts of the county identified as high use areas.
CBHC was recently awarded the contract to provide a Mobile Response Team (MRT) to Clay County
residents. The MRT is a mobile crisis team that is available for individuals up to age 25. who are
experiencing a mental health crisis. The MRT is accessible 24/7 365 days a year and provides onsite
crisis response within 60 minutes of a call for assistance anywhere within Clay County.
The Florida Department of Children and Families utilizes a Managing Entity (ME) model to contract
for Mental Health and Substance Abuse Services in the state. In the North-East Florida Region, the ME
is Lutheran Services of Florida. (LSF) CBHC maintains compliance with all contractual requirements
of LSF and routinely meets or exceeds performance measures. Clients in crisis continue to be seen
immediately, and CBHC utilizes an Open Access Model, which reduces wait times for individuals
seeking services and allows same day service. For FY 18/19 the anticipated, uncompensated care total
is over 400,000.
Additional statistics from the Department of Children & Families indicate the following:
Despite being the third most populated state, Florida's per capita funding for mental health and substance
abuse services remains near the bottom of the funding scale in the nation.
• Nearly two thirds of Florida's inmates report significant alcohol and drug problems.
• 70% of youth in Juvenile Justice Systems have at least one mental health disorder with at
least 20% experiencing significant functional impairment from a serious mental illness.
• It is estimated that between 50% to 85% of all cases of child abuse and/or neglect involve
mental health or substance abuse.
• An estimated 50% of abused or neglected children in the child welfare system have a
mental health problem.
• A significant percentage of men (25 -50 %) who commit acts of domestic violence also
have substance abuse problems.
Application is due no later than 4:00 pm Monday, March 11, 2019 IO
3. Describe the qualifications of key staff and volunteers that will be responsible for implementing the grant.
Agency CEO Irene M. Toto has over 36 years of experience with non-profit agencies. She holds a Masters
Degree, a Certificate in Non Profit Management from Rollins College and is a Licensed Mental Health
Counselor. She has been with CBHC since 1994. Irene oversees the Senior Management Team of CBHC,
which includes Tina Swathwood, Director of Business Operations (20 years with CBHC) and Elizabeth
Franco, Director of Clinical Operations. (20 years with CBHC).
CBHC currently employs 136 regular employees (120 full-time, 16 part-time, including 6 peer specialists)
and 7 PT contract employees. The agency also has 8 interns. There are currently 8 full time vacancies. New
employees, interns and volunteers must satisfactorily complete a level 2 background screening which
includes FBI/FDLE fingerprinting, local county screening and a pre-employment drug screening. Level 2
background rechecks are completed with every five years of employment.
CBHC has a large number of professional, educated, experienced and dedicated staff. 20% of employees
are licensed in the State of Florida (MD, PSY, ARNP, RN, CMA, CNA, LMHC, LMFT, LCSW, CAP).
Professional licensure is verified at time of initial hire and then on an annual basis.
76% or 103 employees have earned advanced college degrees, 36% with Bachelor's degrees; 37% with
Master's degrees and 3% with higher level academic degrees. All clinical positions require a minimum of
one year's related work experience with a majority of employees coming to the agency with at least three
to five years' experience.
70% of positions provide direct service to clients; 22% are in program support positions; and 8% are in
senior management; mid-management or supervisory positions.
25% of employees have been with CBHC less than three years. 41 % of employees have been with the
agency at least three years; 16% have been with the agency five or more years; 9% have been with the
agency ten or more years; 9% have been with the agency over fifteen years.
C. Accountability
1. Provide a timetable for accomplishing milestones, major activities, and main grant targets for the services to
be provided by County grant funds. Please reference specific dates, months, stages, etc.
Milestone, Major Activity, Target Reference -Time/Date/Stage
To sustain a comprehensive community-based system of Added 1st episode psychosis services to
care, to meet the identified needs of the community. eligible children and young adults -latest
Expand existing resources and secure additional sources funding secured in July 2017. Awarded
of funding to meet the growing demand for services. contract through RFP for Community
CBHC continues to develop services and expand Action Team in October 2017 intensive
programs in response to community needs. wrap around services provided to high risk
youth and families in the community.
CBHC added care coordinator position in
2017 to provide outreach to local hospitals
and crisis stabilization units. Participating
in pilot project with Clay County DOH to
provide outreach to teens in the area of
suicide prevention. Annual and ongoing
Application is due no later than 4:00 pm Monday, March 11, 2019 1 1
review of achievement of fiscal and
programmatic benchmarks.
Secure recurring legislative funding through the
Department of Children and Families for the Community
Crisis Alternative Program
Submitted legislative funding request to
secure recurring funding for the Community
Crisis Program and for additional substance
abuse services for high risk individuals in
the community including parents involved
with the child welfare system. Request
submitted in November 2017, continued
funding approved pending Governors
approval.
CBHC submitted an additional legislative funding request Request submitted in December 2017
for funding to address the growing opioid crisis in Clay funding approved pending Governors
County. Collaborative partners arc St. Vincent's Clay and approval
Gateway Community Services
Activities and services for PBHCI (Primary and
Behavioral Health Care Integration) grant federal funding
through SAMHSA in partnership with community
providers.
Continue to offer primary care services to
individuals with Mental Health and
Substance Abuse Disorders plan to apply
for new grant funding at end of current
cycle. Current grant runs through 2019,
CBHC will submit new grant request for
additional 3 years of funding.
Maintain CARF accreditation -through reaccreditation
process
Re -accreditation achieved in June 2017.
Agency received maximum 3 year
accreditation with commendations.
2. Please describe the method(s) you will use to evaluate whether your clients, participants or the citizenry have
benefited from services.
CBHC has maintained accreditation through the Commission on Accreditation of Rehabilitation
Facilities (CARF) since 1996, with the most recent re-accreditation in 2017. Accreditation from CARF
indicates that programs and services substantially meet internationally recognized standards. CARF
accreditation also means that an organization has made a commitment to continually enhance the quality
of its services and programs. CBHC utilizes a Quality Improvement Program that establishes goals and
measures progress towards meeting those goals. Assessments are completed on each client served upon
admission, at regular intervals during treatment and at discharge. CBHC is required to meet specific
contractual perfonnance measures as defined by the regional managing entity, Lutheran Services of
Florida (LSF). Outcomes are reported on a monthly basis and are monitored regularly by the state. Each
person served is expected to participate fully in prescribed treatment and must follow the steps outlined
in an individual treatment or service plan. Clients are surveyed at discharge and at a period of time after
discharge to gauge satisfaction with and effectiveness of treatment. Pre and post tests are utilized in
many of the programs offered by CBHC to determine levels of functioning before and after treatment
interventions. Standardized functional assessments are also completed at regular intervals during
treatment to determine progress. Confidential client surveys are completed and turned into LSF
monthly. Currently CBHC has an overall satisfaction rating of 93% for Adult Services and 95% for
Children's Services.
Application is due no later than 4:00 pm Monday, March 11, 2019 12
D. Applicant Budget
L Total budgeted agency revenue for Fiscal Year 2018-2019: $7,906,100
Total projected revenue for Fiscal Year 2019-2020: $7,766,000
2. Applicant Budget Detail:
Revenue FY 17/18
Actual
FY 18/19
Est. Actual
% of
Actuals
FY 19/20
Proposed
% of
Proposed
Budget
Clay County
Government
$596,205 $630,000 8% $680,000 9%
Other Cities or Counties $0 $0 0% $0 0%
State Funding $299,887 $810,000 10% $510,000 7%
Federal Funding $2,861,204 $3,125,500 39% $3,140,500 39%
Foundations $0 $0 0% $0 0%
Program-Generated
Revenue
$2,399,061 $2,550,600 32% $2,625,500 34%
Program-Specific
Revenue
$436,626 $450,000 6% $460,000 6%
Other $328,604 $340,000 5% $350,000 5%
Total Revenue: $6,921,587 $7,906,100 100% $7,766,000 100%
3. Is County funding a mandated requirement? YES
If yes, please explain requirement: Pursuant to Section 394.76(9)(a), Florida Statutes
4. Schedule of Positions: 129.25
% of Budget Allocated to Administration: 8°/41
Job Title
Full Time
Equivalent
FY 17/18
Actual
Salary
FY 18/19
Estimated
Salary
FY 19/20
Proposed
Salary
% of
Proposed
Salary
Increase
ACAP Coordinator 1.00 $33,959.64 $35,009.94 $36,060.24 3%
Access Clinician 1.00 $38,800.00 $40,000.00 $41,200.00 3%
Access ES Manager 1.00 $48,500.00 $50,000.00 $51,500.00 3%
Access/ES Specialist 1.00 $30,719.77 $31,669.87 $32,619.97 3%
Accounting Assistant 1.00 $31,428.00 $32,400.00 $33,372.00 3%
Accounts Rec Billing Spec 1.00 $27,290.86 $28,134.91 $28,978.96 3%
Administrative Assistant 1.00 $30,629.99 $31,577.31 $32,524.63 3%
Administrative Assistant 1.00 $22,504.15 $23,200.15 $23,896.15 3%
Administrative Assistant 1.00 $32,977.07 $33,996.98 $35,016.89 3%
Adult Case Manager 1.00 $34,712.21 $35,785.78 $36,859.35 3%
Adult Case Manager 1.00 $30,763.15 $31,714.59 $32,666.03 3%
Adult Case Manager 1.00 $26,974.10 $27,808.35 $28,642.60 3%
Adult Case Manager 1.00 $36,401.34 $37,527.15 $38,652.96 3%
Adult Community Services Clinician 1.00 $36,974.79 $38,118.34 $39,261.89 3%
Care Coordinator 1.00 $41,710.00 $43,000.00 $44,290.00 3%
Care Coordinator 1.00 $32,980.00 $34,000.00 $35,020.00 3%
CAT Case Manager 1.00 $31,040.00 $32,000.00 $32,960.00 3%
CAT Case Manager 1.00 $33,473.59 $34,508.86 $35,544.13 3%
CAT Clinician 1.00 $33,950.00 $35,000.00 $36,050.00 3%
CAT Clinician 1.00 $33,950.00 $35,000.00 $36,050.00 3%
CAT Clinician 1.00 $40,740.00 $42,000.00 $43,260.00 3%
CAT Therapeutic Mentor 1.00 $22,193.60 $22,880.00 $23,566.40 3%
CAT Therapeutic Mentor 1.00 $26,190.00 $27,000.00 $27,810.00 3%
CAT Therapeutic Mentor 1.00 $26,190.00 $27,000.00 $27,810.00 3%
CA TT Program Coordinator 1.00 $37,830.00 $39,000.00 $40,170.00 3%
CA TT Registered Nurse 1.00 $25,220.00 $26,000.00 $26,780.00 3%
CCPT Substance Abuse Clinician 1.00 $34,920.00 $36,000.00 $37,080.00 3%
Certified Medical Assistant 1.00 $27,259.79 $28,102.88 $28,945.97 3%
Certified Medical Assistant 1.00 $24,695.42 $25,459.20 $26,222.98 3%
Certified Medical Assistant 1.00 $26,228.80 $27,040.00 $27,851.20 3%
Certified Medical Assistant 1.00 $22,637.47 $23,337.60 $24,037.73 3%
Children's Case Manager 1.00 $25,220.00 $26,000.00 $26,780.00 3%
Children's Case Manager 1.00 $26,756.00 $27,583.50 $28,411.01 3%
Clerical Support Specialist 1.00 $27,237.60 $28,080.00 $28,922.40 3%
Clinical Director 1.00 $74,278.45 $76,575.72 $78,872.99 3%
Clinical Mgr Adult Comm Svc 1.00 $56,513.73 $58,261.58 $60,009.43 3%
Application is due no later than 4:00 pm Monday, March 11, 2019 14
Clinical MGR O/P MH Svcs 1.00 $48,500.00 $50,000.00 $51,500.00 3%
Clinical MGR O/P MH Svcs 1.00 $56,177.30 $57,914.74 $59,652.18 3%
Data Analyst 1.00 $43,533.76 $44,880.16 $46,226.56 3%
Director of Business Operations 1.00 $74,817.90 $77,131.86 $79,445.82 3%
Diversion Specialist 1.00 $26,228.80 $27,040.00 $27,851.20 3%
Diversion Specialist 1.00 $26,228.80 $27,040.00 $27,851.20 3%
Diversion Specialist 1.00 $26,228.80 $27,040.00 $27,851.20 3%
Diversion Specialist 0.25 $6,557.20 $6,760.00 $6,962.80 3%
Diversion Specialist 0.25 $6,557.20 $6,760.00 $6,962.80 3%
Doctor of Medicine 1.00 $168,780.00 $174,000.00 $179,220.00 3%
Drop In Center Assistant 0.25 $4,539.60 $4,680.00 $4,820.40 3%
Drop In Center Assistant 0.25 $4,503.08 $4,642.35 $4,781.62 3%
Drop In Center Assistant 0.25 $4,292.39 $4,425.15 $4,557.90 3%
Drug Court Clinician 1.00 $31,166.27 $32,130.18 $33,094.09 3%
Drug Screen Specialist 1.00 $21,404.72 $22,066.72 $22,728.72 3%
Eligibility Specialist 1.00 $26,228.80 $27,040.00 $27,851.20 3%
Emergency Services Specialist 1.00 $35,184.52 $36,272.70 $37,360.88 3%
Family Intensive Svcs Special 1.00 $36,860.00 $38,000.00 $39,140.00 3%
Family Intervention Specialist 1.00 $33,950.00 $35,000.00 $36,050.00 3%
Family Intervention Specialist 1.00 $33,950.00 $35,000.00 $36,050.00 3%
Family Preservation Clinician 1.00 $33,712.28 $34,754.93 $35,797.58 3%
Family Preservation Clinician 1.00 $33,950.00 $35,000.00 $36,050.00 3%
Family Preservation Specialist 1.00 $34,467.26 $35,533.26 $36,599.26 3%
Fiscal Relations Specialist 1.00 $28,823.84 $29,715.30 $30,606.76 3%
Fiscal Relations Supervisor 1.00 $40,612.87 $41,868.94 $43,125.01 3%
Front Desk Assistant 1.00 $20,176.00 $20,800.00 $21,424.00 3%
Front Desk Assistant 1.00 $21,352.86 $22,013.26 $22,673.66 3%
Front Desk Assistant 1.00 $20,176.00 $20,800.00 $21,424.00 3%
Front Desk Assistant 1.00 $20,176.00 $20,800.00 $21,424.00 3%
Front Desk Assistant 1.00 $21,404.72 $22,066.72 $22,728.72 3%
Front Desk Assistant 1.00 $21,404.72 $22,066.72 $22,728.72 3%
Front Desk Coordinator 1.00 $23,545.19 $24,273.39 $25,001.59 3%
Front Desk Coordinator 1.00 $24,211.20 $24,960.00 $25,708.80 3%
HELM Case Manager 1.00 $29,100.00 $30,000.00 $30,900.00 3%
HELM Clinician 1.00 $32,980.00 $34,000.00 $35,020.00 3%
HELM Clinician 1.00 $35,967.76 $37,080.16 $38,192.56 3%
HELM Peer Support Specialist 1.00 $22,193.60 $22,880.00 $23,566.40 3%
IFS -Support Services Specialist 1.00 $26,190.00 $27,000.00 $27,810.00 3%
IFS Coordinator 1.00 $41,212.91 $42,487.54 $43,762.17 3%
Information Mgmt Evaluator 0.50 $25,661.35 $26,455.00 $27,248.65 3%
Intensive Services Manager 1.00 $53,350.00 $55,000.00 $56,650.00 3%
Lead Nurse Care Coordinator 1.00 $53,511.80 $55,166.80 $56,821.80 3%
Maintenance Support Specialist 0.50 $27,289.24 $28,133.23 $28,977.23 3%
Manager Grants & Projects 1.00 $51,410.00 $53,000.00 $54,590.00 3%
Medical Records Assistant 1.00 $21,285.68 $21,944.00 $22,602.32 3%
Medical Records Assistant 1.00 $20,176.00 $20,800.00 $21,424.00 3%
Medical Records Assistant 1.00 $21,404.72 $22,066.72 $22,728.72 3%
Application is due no later than 4:00 pm Monday, March 11, 2019 15
Medical Records Assistant 1.00 $20,176.00 $20,800.00 $21,424.00 3%
Medical Records Coordinator 1.00 $26,753.38 $27,580.80 $28,408.22 3%
Medical Records Supervisor 1.00 $48,856.44 $50,367.46 $51,878.48 3%
Medication Mgmt Nurse 1.00 $49,230.86 $50,753.46 $52,276.06 3%
Medication Mgmt Nurse 1.00 $50,419.82 $51,979.20 $53,538.58 3%
Mobile Response Team Clinician 1.00 $48,500.00 $50,000.00 $51,500.00 3%
Outpatient Clinician 1.00 $33,959.64 $35,009.94 $36,060.24 3%i
Outpatient Clinician 0.50 $19,335.17 $19,933.16 $20,531.15 3%
Outpatient Clinician 1.00 $32,970.30 $33,990.00 $35,009.70 3%
Outpatient Clinician 0.50 $25,220.00 $26,000.00 $26,780.00 3%
Outpatient Clinician 0.50 $16,979.31 $17,504.45 $18,029.58 3%
Outpatient Clinician 1.00 $33,045.47 $34,067.49 $35,089.51 3%
Outpatient Clinician 1.00 $32,980.00 $34,000.00 $35,020.00 3%
Outpatient Clinician 1.00 $33,918.48 $34,967.50 $36,016.53 3%
Outpatient Mental Health Coordinator 1.00 $35,909.50 $37,020.10 $38,130.70 3%
Outpatient Services Specialist 1.00 $21,608.50 $22,276.80 $22,945.10 3%
Peer Support Specialist 0.50 $11,298.56 $11,648.00 $11,997.44 3%
Peer Support Specialist 1.00 $26,228.80 $27,040.00 $27,851.20 3%
Peer Support Specialist 1.00 $25,220.00 $26,000.00 $26,780.00 3%
PSR Coordinator 1.00 $33,955.20 $35,005.36 $36,055.52 3%
PSR Specialist I 1.00 $26,753.38 $27,580.80 $28,408.22 3%
Psychiatric ARNP 1.00 $116,400.00 $120,000.00 $123,600.00 3%
Psychiatric ARNP 1.00 $114,896.50 $118,450.00 $122,003.50 3%
Psychosocial Rehabilitation Clinician 1.00 $32,210.98 $33,207.20 $34,203.42 3%
Psychosocial Rehabilitation Clinician
QI/Training Manager
1.00 $32,987.76 $34,008.00 $35,028.24 3%
1.00 $49,955.00 $51,500.00 $53,045.00 3%
Resource & Refe1rnl Clinician
Coordinator 1.00 $41,759.47 $43,051.00 $44,342.53 3%
Saint Vincent's Clinician 1.00 $38,800.00 $40,000.00 $41,200.00 3%
SAP Coordinator 1.00 $36,533.49 $37,663.39 $38,793.29 3%
SAP Specialist 1.00 $23,745.60 $24,480.00 $25,214.40 3%
SAP Specialist 1.00 $23,280.00 $24,000.00 $24,720.00 3%
SAP Specialist 1.00 $23,745.60 $24,480.00 $25,214.40 3%
School Based Intervention/Prevention
Specialist 1.00 $26,201.93 $27,012.30 $27,822.67 3%
School Based Intervention/Prevention
Specialist 1.00 $25,212.27 $25,992.03 $26,771.79 3%
School Based Intervention/Prevention
Specialist 1.00 $26,755.97 $27,583.47 $28,410.97 3%
School Based Intervention/Prevention
Specialist 1.00 $24,697.75 $25,461.60 $26,225.45 3%
School Based Intervention/Prevention
Specialist 1.00 $26,201.93 $27,012.30 $27,822.67 3%
School Based Intervention/Prevention
Specialist 1.00 $24,240.30 $24,990.00 $25,739.70 3%
School Based Intervention/Prevention
Specialist 1.00 $29,328.84 $30.235.92 $31,143.00 3%
Application is due no later than 4:00 pm Monday, March 11,2019 16
School Based Outpatient Clinician 1.00 $30,872.31 $31,827.12 $32,781.93 3%
SOAR Specialist 1.00 $30,872.31 $31,827.12 $32,781.93 3%
Substance Abuse Clinician 1.00 $35,967.76 $37,080.16 $38,192.56 3%
Substance Abuse Clinician 1.00 $33,959.64 $35,009.94 $36,060.24 3%
Substance Abuse Coordinator 1.00 $42, I 62.19 $43,466.18 $44,770.16 3%
Substance Abuse Specialist 1.00 $32,010.00 $33,000.00 $33,990.00 3%
Support Assistant 1.00 $26,753.38 $27,580.80 $28,408.22 3%
Supported Employment Spec 1.00 $27,901.05 $28,763.97 $29,626.89 3%
Supported Employment Spec 1.00 $31,040.00 $32,000.00 $32,960.00 3%
Targeted Case Manager/Forensic
Specialist 1.00 $32,980.00 $34,000.00 $35,020.00 3%
Training Specialist 1.00 $24,211.20 $24,960.00 $25,708.80 3%
Trauma Treatment Clinician 1.00 $34,629.00 $35,700.00 $36,771.00 3%
Trauma Treatment Clinician 1.00 $33,950.00 $35,000.00 $36,050.00 3%
VA Court Clinician 1.00 $38,508.32 $39,699.30 $40,890.28 3%
* Full time staff will be noted as 1.00; half time as 0.50; quarter time as 0.25, etc.
E. Budget Narrative
1. From your Grant Budget, please describe how you will expend County grant funds:
All County nonprofit grant funds are used to support the availability of qualified professional staff to
provide needed services for Clay County children, adults and families. 76% of our total agency
budget is allocated to these line items, as our product is the staff who deliver outreach, education,
prevention, intervention, emergency response, treatment and follow up services. As the needs
increase, our capacity must be expanded to meet these demands. The County funding contributes to
this growth.
Note: If your agency is granted funds, this information may be included in your contract with the County.
Funds will be paid on a reimbursement basis only, and no monies will be distributed up front nor for uses
other than requested above.
2. What percentage of grant funding goes to Administration and what percentage goes directly to Programming?
I 00% to program funding, 0% to administration
Application is due no later than 4:00 pm Monday, March 11, 2019 17
F. Other
I . Along with submission of the funding request, the following supporting documents shall be furnished:
• IRS tax-exempt letter confirming 501(c)(3) nonprofit status
• most recent Solicitation License; if exempt, submit exemption letter
• Certificate of Liability Insurance
• most recent IRS income tax return (Form 990)
2. If funding is approved by the County, applicant acknowledges that it may be requested by the County to
provide documentation of expenditures, and an annual audit of all grant funds, financial statements, mid-year
program report, or any other additional documentation or supporting documents requested. Failure to comply
with any such request may jeopardize future funding from the County.
3. Submit seven (7) copies of your completed application no later than 4:00 PM Monday, March 11, 2019 to:
Clay County Board of County Commissioners
Attn: Budget Office
PO Box 1366
477 Houston Street, 4 th Floor
Green Cove Springs, FL 32043
Application is due no later than 4:00 pm Monday, March 11, 2019 18
Signing below acknowledges that this funding application has been completed accurately. All information
submitted with this application will become a matter of public record, and open to inspection by any citizen
of the State of Florida subject to Chapter 119, Florida Statues.
Executive Director
Irene M. Toto, CEO
(Type Name)
Board Chair
William Simmons, Ph.D.
(Type Name)
Clay County Board of County Commissioners
Nonprofit Agency Grant Application
Funding Request for FY 2019-2020
Clay Behavioral Health Center
------··········· ------------· ·----------
0 ;a
0 CD
3 g G)0
"O -· .., 0)0) "O ::, ....... CD '<
a' CD '< ::::J 0 z.., ~o0 ru -..Jc CD
3 a.: 0 ""U ......., ::,
~ 0 I'< ~:l!= (I) CD g ""U
"O O CJ) ....... C..,~->< 0 (')
cc ::::J ~ ::, ::r ru
CJ) ~ (/) CJ)_
-0) ~ ::::J
71 CD CC
r m_ o
vJ -· N <0 CJ).
~ vJ 0 -·
::::J
_,_!~c-~
5% or per discount catalog.
BOARD OF COUNTY COMMISSIONERS
CLAY COUNTY, FLORIDA
RFP NO. 18/19-2, VARIOUS EQUIPMENT AND
AMENITIES FOR PARKS AND PLAYGROUNDS
DUE DATE: Monday, March 18, 2019- 4:00 p.m.
OPEN DATE: Tuesday, March 19, 2019 -1:00 p.m.
Issued By:
Clay County Board of County Commissioners
Purchasing Department
TABLE OF CONTENTS
RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND
PLAYGROUNDS
Request for Proposal Advertisement .................................................................................... 3-5
Request for Proposal Instructions ....................................................................................... 6-12
Specifications ..................................................................................................................... 13-17
Bid Forms .......................................................................................................................... 18-20
Sample Quote Sheet ................................................................................................................. 21
Corporate Details ..................................................................................................................... 22
Certification Regarding Debarment ......................................................................................... 23
Scrutinized Companies Certification ....................................................................................... 24
No Bid Statement ..................................................................................................................... 25
Procedures for Bid Opening .............................................................................................. 26-37
Attachments:
Form W-9
2
REQUEST FOR PROPOSAL NOTICE
NOTICE IS HEREBY GIVEN that sealed proposals will be received until 4:00 P.M., Monday,
March 18, 2019, at the Clay County Administration Building, Fourth Floor, Reception Area, 477
Houston Street, Green Cove Springs, Florida 32043, for the following:
RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND
PLAYGROUNDS
Proposals will be opened at 1:00 P.M., or as soon thereafter as possible, on Tuesday, March 19, 2019
in the Clay County Administration Building, Conference Room “B”, Fourth Floor, 477 Houston
Street, Green Cove Springs, Florida, in the presence of the Purchasing Department staff and all other
interested persons.
The opened Proposals will be read aloud, examined for conformance to specifications, tabulated, and
preserved in the custody of the Purchasing Department. Proposals submitted will be evaluated by the
Finance and Audit Committee. The Finance and Audit Committee of the Board will present its
recommendation to the Board of County Commissioners as soon thereafter as possible. At the
discretion of the Board of County Commissioners or the Finance and Audit Committee, companies
submitting proposals may be requested to make oral presentations as part of the evaluation process.
Proposals will not be valid unless received by the proposal deadline and in a sealed envelope marked
“RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND
PLAYGROUNDS” to be received until 4:00 P.M., Monday, March 18, 2019. Envelopes are to be
submitted in person or delivered by courier to the above address. No postal mail will be accepted.
During the bidding process, all prospective proposers are hereby prohibited from contacting (i) any
member of the Board of County Commissioners, the County Manager or any County employee or
agent regarding the solicitation in any respect during the solicitation period, and (ii) the County
Manager or any County employee or agent regarding the solicitation in any respect during the
evaluation period. The violation of this rule shall result in the automatic disqualification of any
response to a bid solicitation submitted by the violator (as specified in Section P of Chapter 8 of the
Purchasing Manual attached hereto). The no-contact rule set forth shall not apply to inquiries
submitted to County employees or agents in the manner specifically provided in the bid solicitation
package regarding the distribution thereof, or to communications seeking clarification regarding
instructions or specifications submitted to County employees or agents in the manner specifically
provided for in the bid solicitation package, or to pre-bid conferences provided for in the bid
solicitation package, or to formal presentations by finalists to the Board of County Commissioners or
any committee thereof specifically contemplated in the bid solicitation package. For information
concerning procedures for responding to this Bid, contact the Purchasing Department, Donna Fish by
email purchasing@claycountygov.com or at (904) 278-3761.
The County reserves the right to waive formalities in any response, to reject any or all responses with
or without cause, to waive technical and non-technical or non-material defects in the solicitation or
submittal of any responses, including the lack of availability of adequate funds, regulatory agency
requirements, to make award in part or completely, and/or to accept the response that, in its
judgment, will be in the best interest of the County of Clay. Bid proposals in which the prices
obviously are unbalanced will be rejected.
3
FOLLOWING THE BID OPENING AND TABULATION, A “NOTICE OF INTENT TO AWARD BID”
OR A “NOTICE OF REJECTION OF ALL BIDS” WILL BE POSTED ON THE INTERNET AT:
http://www.claycountygov.com/departments/purchasing-division/bcc-bid-tabs-current-bids-intent-
bids-rejection-bids. THIS WEB PAGE CAN ALSO BE ACCESSED FROM THE HOMEPAGE OF THE
COUNTY’S WEBSITE AT: www.claycountygov.com BY FOLLOWING THE “NOTICE OF INTENT BIDS”
LINK UNDER THE “BUSINESS” ROLLOVER BUTTON ON THE COUNTY’S HOMEPAGE. NO OTHER
NOTICE WILL BE POSTED.
PROSPECTIVE BIDDERS ARE NOTIFIED THAT THE FAILURE TO INCLUDE WITHIN THE SEALED BID
ENVELOPE A PROPER BID BOND OR OTHER SECURITY APPROVED UNDER THE COUNTY’S PURCHASING
POLICY, OR THE FAILURE TO FILE A WRITTEN PETITION INITIATING A FORMAL PROTEST
PROCEEDING WITHIN THE TIMES AND IN THE MANNER PRESCRIBED IN SECTION 8. (N), OF SAID
POLICY, SHALL CONSTITUTE A WAIVER OF THE RIGHT TO PROTEST THE BID SOLICITATION, ANY
ADDENDUM THERETO, OR THE BID DECISION, AS APPLICABLE, AND TO INITIATE A FORMAL PROTEST
PROCEEDING UNDER SAID POLICY. THE COUNTY’S PURCHASING POLICY CAN BE VIEWED AT THE
COUNTY’S WEBSITE BY FOLLOWING THE APPROPRIATE LINKS FROM THE HOMEPAGE ADDRESS SET
FORTH ABOVE.
A person or affiliate who has been placed on the convicted bidder list following a conviction for a
public entity crime may not submit a bid on a contract to provide any goods or services to a public
entity, may not submit a bid on a contract with a public entity for the construction or repair of a
public building or public work, may not submit bids on leases of real property to a public entity, may
not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a
contract with any public entity, and may not transact business with any public entity in excess of the
threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period
of 36 months from the date of being placed on the convicted bidder list.
--------------------------------------------END OF NOTICE-----------------------------------------
4
REQUEST FOR PROPOSAL INSTRUCTIONS
RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND
PLAYGROUNDS
1. Delivery and Receipt of Bids: All sealed Proposals submitted shall be received by the
Purchasing Department of Clay County, Florida.
Proposals submitted in person or by courier services will be received at:
Clay County Administrative Building
Fourth Floor, Reception Area
477 Houston Street, Green Cove Springs, Florida 32043
Three copies of the Proposal must be received in a sealed envelope. Proof of liability insurance,
form W-9 taxpayer identification number, and bid information shall be included with all responses
submitted.
The words “RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND
PLAYGROUNDS” shall be clearly marked on the front and back of the envelope containing the
Proposal.
2. Due Date and Opening Date: Proposals will be received by carrier or in person until Monday,
March 18, 2019 at 4:00 p.m. and will be opened on Tuesday, March 19, 2019 at 1:00 p.m. or
soon thereafter, in the Clay County Administration Building, 477 Houston Street, Conference
Room “B”, Fourth Floor, Green Cove Springs, Florida. Bids will be reviewed by Clay County as
soon thereafter as possible.
A. All Proposals will be “clocked” at the time they are received to indicate the time and date of
receipt.
B. Proposals WILL NOT be accepted in person after the time and date specified.
C. Proposals received by carrier WILL NOT be accepted if they are received after the time and
date specified regardless of the circumstances.
D. No postal mail will be accepted.
3. Withdrawal of RFP: Proposals may be withdrawn by a written or faxed request by the Bidder
and received by the Purchasing Department before the date and time for receiving Proposals has
expired. Negligence on the part of the Bidder in preparing a Proposal is not grounds for
withdrawal or modification of a Proposal after such Proposal has been opened by the County.
Bidders may not withdraw or modify a Proposal after the appointed Bid Opening. Bidders may
not assign or otherwise transfer their Proposals.
4. Inquiries/Questions: Any questions regarding this RFP must be directed to Donna Fish (the
authorized contact person) via email at purchasing@claycountygov.com (preferred method) or
by calling (904) 278-3761. Written inquiries/questions must be received by March 6, 2019.
Responses to questions, clarifications, and addenda will be distributed to potential Bidders by
email. It is the responsibility of interested Bidders to verify if this information has been issued
prior to submitting a Bid.
6
5. No Contact Period: During the Bidding process, all prospective Bidders are hereby prohibited
from contacting (1) any member of the Board of County Commissioners, the County Manager or
any County employee or agent regarding the solicitation in any respect during the solicitation
period, and (2) the County Manager or any County employee or agent regarding the solicitation
in any respect during the evaluation period. The violation of this rule shall result in the
automatic disqualification of any Bid submitted by the violator, as specified in Section P of
Chapter 8 of the Clay County Purchasing Manual. Exceptions: The no-contact rule set forth
shall not apply to inquiries submitted to the authorized contact person, the pre-bid conference, or
to formal presentations by finalists to the Board of County Commissioners or to the County’s
evaluation committee.
6. Additional Evaluation: The County reserves the right to request any additional information
from Bidders after Bid Opening and before award as may be necessary to assist in review and
evaluation of any Bid prior to submittal of a recommendation for award to the Board of County
Commissioners.
7. Award: The Bid will be awarded to the responsible Bidder(s) submitting a Bid determined to
provide the best value to the County with price, technical, and other applicable factors
considered. The County reserves the right to award to multiple bidders.
8. Waiver of Formalities/Rejection of Bids: The County reserves the right to waive formalities in
any Bid, to reject any or all Bids with or without cause, to waive irregularities/technicalities, and
waive technical and non-technical or non-material defects in the Bid document or submittal of
any Bid. The County reserves the right to make award either in part or completely, and/or to
accept the Bid that, in its judgment, will be in the best interest of the County. Bids in which the
prices obviously are unbalanced will be rejected. The County reserves the right to reject any and
all Bids and to re-advertise for all or any part of this solicitation as deemed in its best interest.
9. Cancellation of Bid: Clay County reserves the right to cancel a solicitation at any time prior to
approval of the award. The decision to cancel a solicitation cannot be the basis for a protest under
the formal protest process as referenced herein.
10. No Bid: Each company not intending to respond to this Bid should reply with a written “No Bid
Statement”. Such action will maintain the company on the appropriate active Bidder solicitation
list. Three (3) failures to respond to solicitations may result in deletion from the Bidder
solicitation list.
11. Bid Errors: Where Bid forms have erasures or corrections, each erasure or correction must be
initialed in ink by the Bidder. In case of unit price Bid items, if an error is committed in the
extension of an item, the unit price as shown in the Bid response will govern. Errors between any
sum, computed by the Bidder, and the correct sum thereof will be resolved in favor of the correct
sum. Any discrepancy between words and numbers will be resolved in favor of the written
words.
12. Deviations: Bidders are hereby advised the County will only consider Bids that meet the
specifications and other requirements imposed upon them by this Bid document. In instances
where a deviation is stated in the Bid Form, said Bid will be subject to rejection by the County in
recognition of the fact that said Bid does not meet the exact requirements imposed upon the
Bidder by the Bid or Contract documents.
7
13. Bid Protests: Any company affected adversely by the County’s decision may file with the
County Purchasing Department a “Notice of Protest” in writing within 72 hours after the posting
of the recommended award. Failure to file a written Notice of Protest shall constitute a waiver of
proceedings under Chapter 8 (N) of the Clay County Purchasing Policies. Failure to file a written
petition initiating a formal protest proceeding within the time frame and in the manner prescribed
in Section 8 (N) of said policy shall constitute a waiver of the right to protest the Bid solicitation,
any addendum thereto, or the Bid award recommendation or decision, and to initiate a formal
protest proceeding under said policy. The County’s Purchasing Policy may be viewed at the
County’s website by following the appropriate links from the Homepage.
14. Public Entity Crimes: Pursuant to Section 287.133(2)(a) of the Florida Statutes, a person or
affiliate who has been placed on the convicted vendor list following a conviction for a public
entity crime may not submit a Bid for a Contract to provide any goods or services to a public
entity, may not submit a Bid for a Contract with a public entity for the construction or repair of a
public building or public work, may not submit Bids on leases of real property to a public entity,
may not be awarded or perform work as a Contractor, supplier, subcontractor, or consultant under
a Contract with any public entity, and may not transact business with any public entity in excess
of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY
TWO for a period of 36 months from the date of being placed on the convicted vendor list. By
submitting a Bid, Bidder attests that they have not been placed on the “Convicted Vendor List”.
15. Debarment: By submitting a Proposal, the Bidder certifies that it is not currently debarred from
submitting proposals for contracts issued by any political subdivision or agency of the State of
Florida and that it is not an agent of a person or entity that is currently debarred from submitting
proposals for contracts issued by any subdivision or agency of the State of Florida.
16. Laws and Regulations: The Bidder shall comply with all laws and regulations applicable to
provide the goods and/or services specified in this solicitation. The Bidder shall be familiar with
all federal, state and local laws that may affect the goods and/or services offered. All applicable
Federal and State laws, municipal and Clay County ordinances, and the rules and regulations of
all authorities having jurisdiction over any part of the project shall apply to the entire project and
Contract.
17.Scrutinized Companies Certification: In compliance with subsection (5) of Section
287.135(5), Florida Statutes the Bidder certifies that the company is not participating in a
boycott of Israel as defined in subsection (1) of the Statute; is not on the Scrutinized
Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the
Iran Petroleum Energy Sector List as referred to in subsection (2) of the Statute; and does not
have business operations in Cuba or Syria as defined in subsection (1) of the Statute. The
included Scrutinized Companies Certification Form must be completed and returned as part
of the bid submittal.
18. Laws and Regulations: The Bidder shall comply with all laws and regulations applicable to
provide the goods and/or services specified in this solicitation. The Bidder shall be familiar
with all federal, state and local laws that may affect the goods and/or services offered. All
applicable Federal and State laws, municipal and Clay County ordinances, and the rules and
regulations of all authorities having jurisdiction over any part of the project shall apply to the
entire project and Contract.
8
19. Copyright Restrictions: Both the County seal and the County logo are being registered for a
copyright. Neither the Clay County seal nor the logo may be used or provided to non-Clay
County government users for use on company Bids, presentations, etc.
20. Indemnification: The awarded Bidder shall indemnify and hold harmless the County, and its
officers and employees, from liabilities, damages, losses, and costs, including, but not limited to,
reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally
wrongful conduct of the company and other persons employed or utilized by the company in the
performance of the Contract. The provisions of Florida Statute 768.28 applicable to Clay
County, Florida apply in full to this Contract. Any legal actions to recover monetary damages in
tort for injury or loss of property, personal injury, or death caused by the negligent or wrongful
act or omission of any employee of the County acting within the scope of his/her office or
employment are subject to the limitations specified in this statute.
No officer, employee or agent of the County acting within the scope of his/her employment or
function shall be held personally liable in tort or named as a defendant in any action for any or
damage suffered as a result of any act, event, or failure to act. The County shall not be liable in
tort for the acts or omissions of an officer, employee, or agent committed while acting outside the
course and scope of his/her employment. This exclusion includes actions committed in bad faith
or with malicious purpose, or in a manner exhibiting wanton and willful disregard of human
rights, safety, or property.
21. Insurance Requirements: Prior to commencement of the project, the awarded Bidder shall
provide the County Purchasing Department with proof of the following insurance:
a. Commercial General Liability
1. General Aggregate $1,000,000
2. Products and Completed Operations Aggregate $1,000,000
3. Personal and Advertising Injury $1,000,000
4. Each Occurrence $1,000,000
5. Fire Damage (any one fire) $ 50,000
6. Medical Expense (any one person) $ 5,000
b. Automobile Liability
1. Any automobile-Combined bodily injury/property damage, $1,000,000
with minimum limits for all additional
coverages as required by Florida law
c. Workers Compensation/Employers Liability
1. Workers Compensation statutory limits
2. Employers Liability
a. Each Accident $ 100,000
b. Disease-Policy $ 500,000
c. Disease-Each Employee $ 100,000
d. Professional Liability
1. When required by Contract-per occurrence $ 1,000,000
9
The awarded Bidder must maintain insurance coverage at the above-prescribed levels through the
date of completion of the project and such coverage must include all independent Contractors and
Subcontractors. Either prior to, or simultaneously with the execution of the Contract, the
awarded Bidder must deliver certificates of insurance for the required insurance coverage to the
County naming “Clay County, a political subdivision of the State of Florida, the Board of County
Commissioners, Clay County, Florida; and all public agencies of Clay County, as their interests
may appear” as “Additional Insured.” Said certificates of insurance shall also include a thirty-
day prior written notice of cancellation, modification or non-renewal to be provided to the
County.
22. Performance and Payment Bond Requirements: Performance and Payment Bonds are not
required for projects of $200,000.00 or less. Prior to commencement of a project exceeding
$200,000.00, the awarded Bidder shall file a 100% Performance Bond and Payment Bond (using
Clay County’s Standard Form) in the Public Record of Clay County, Florida, Recording
Dept./Room 130, 825 North Orange Avenue, Green Cove Springs, Florida 32043. The recorded
Performance and Payment Bonds shall be provided prior to the commencement of construction to
Clay County Purchasing Department, PO Box 1366, Green Cove Springs, Florida 32043.
Performance and Payment Bonds must be increased in accordance with any change order
increases on the project.
23. Bid Preparation Costs: By submission of a Bid, the Bidder agrees that all costs associated with
the preparation of his/her Bid will be the sole responsibility of the Bidder and shall not be borne
by the County. The Bidder also agrees that the County bears no responsibility for any costs
associated with the preparation of their Bid and/or any administrative or judicial proceedings
resulting from the solicitation process.
24. Business Registration Requirement: In accordance with Chapters 605-623, Florida Statutes, in
order to do business in the State of Florida, corporations (and other business designations) are
required to be registered and in good standing with the Department of State, Division of
Corporations. To be eligible to receive a contract and/or purchase order registration must be
accomplished prior to the initial posting indicating intent to award to that vendor. Failure to be
registered may be cause for disqualification. Contact the Division of Corporations at (850) 245-
6000. Online-filing is available at: http://dos.myflorida.com/sunbiz
25. Contractor Qualifications and Requirements: At the time of Bid Opening, all Bidders
must be certified or registered pursuant to Chapter 489, Florida Statutes, or hold a Clay
County certification under Article III of Chapter 7 of the Clay County Code, as applicable, at
the time of submitting a Bid. All Bidders must submit evidence of current state certification
or registration, or County certification, as applicable, prior to award of this Bid.
The following licensing requirements shall apply when the applicable Florida statute mandates
specific licensing for Contractors engaged in the type of work covered by this solicitation.
a. State of Florida, Department of Professional Regulation, Construction Industries Licensing
Board and licensed by other federal, state, regional, county or municipal agencies having
jurisdiction over the specified construction work.
b. Said licenses shall be in the Bidder's name as it appears on the Bid Form. Bidder shall supply
a copy of each applicable license showing the appropriate license numbers, with expiration
10
dates as required by the County. Failure to hold and provide proof of proper licensing,
certification and registration may be grounds for rejection of the Bid and/or termination of
the Contract.
c. Subcontractors Contracted by the Prime Contractor shall be licensed in their respective fields
to obtain construction permits from the County. Said license must be in the name of the
subcontractor.
The following licensing requirements shall apply when applicable (Contractor Prequalification):
Florida Law and Rules of the State of Florida, Department of Transportation, require
contractors to be prequalified with the Department in order to bid for the performance of
road, bridge, or public transportation construction contracts greater than $250,000.00. The
Contractor Prequalification process results in the issuance of a Certificate of Qualification for
each successful applicant which lists the approved work classes and the Maximum Capacity
Rating in dollars. It is the responsibility of potential bidders to review the requirement and
meet the qualifications listed at: http://www.dot.state.fl.us/cc-
admin/PreQual_Info/prequalified.shtm. Contractors not meeting the applicable work types
associated with the scope of the work may utilize subcontractors to assist with meeting the
requirement of all necessary prequalification work classes.
26. Qualification: The County shall have the right to review the references, experience of assigned
personnel, and qualifications of the Contractor in order to make the final determination of
acceptability of the Contractor to be awarded the Contract and construct the work.
The Board of County Commissioners may reject, at its sole discretion, any Bidder the
Commission finds to lack, or who’s present or former executive employees, officers, directors,
stockholders, partners or owners are found by the Commission to lack honesty, integrity, or
moral responsibility. The Commission's finding may be based on any of the following factors:
the disclosure required herein, the County's own investigation, public records, or any other
reliable source of information. The Commission may also reject any Bidder failing to make the
disclosure required herein. By submitting a Bid, Bidder recognizes and accepts that the Board of
County Commissioners may reject any Bid at its sole discretion and the Bidder waives any claim
it might have for damages or other relief arising from the rejection of its Bid or resulting directly
or indirectly from the rejection of its Bid based on these grounds or from the disclosure of any
pertinent information relating to the reasons for rejection of its Bid.
27. Subcontractors: The County reserves the right to approve all Subcontractors for this Contract. If
Subcontractors are to be utilized, their names and references must be included within this Bid.
Responsibility for the performance of the Contract remains with the main Contractor exclusively.
After the commencement of the project, subcontractors may be added or modified during the
Contract period only with prior written permission from the County, and only for reasonable
cause, as judged by the County.
28. Interpretation of Plans and Specifications: No interpretation of the meaning of the plans,
specifications, or other Contract documents will be made to any Bidder orally. Every request
for interpretation should be in writing addressed to the Purchasing Department. To be given
consideration, such requests must be received no later than March 6, 2019.
11
Any and all such interpretations and any supplemental instructions will be in the form of a
written addendum. All Addenda issued shall become part of the Bid and Contract documents,
and receipt must be acknowledged on the Bid Form, by completion of the applicable information
on the Addendum, and submitting it with the Bid. Failure to acknowledge Addenda which have
no effect on the competitive nature of the bidding process may be a waiveable deviation at the
County’s sole discretion.
29. Conflict of Interest: The award hereunder is subject to Chapter 112, Florida Statutes. All
proposers must disclose with their Proposal, any personal or organizational conflicts of interest
pursuant to Section 112.313, Florida Statutes, the name of any officer, director, or agent who is
also an employee of the Clay County Board of County Commissioners. Further, all proposers
must disclose the name of any Clay County Board of County Commissioners employee who
owns, directly or indirectly, an interest of the proposer’s firm or any of its branches.
30. Use of Contract by Other Government Agencies: At the option of the Bidder, the use of the
Contract resulting from this solicitation may be extended to other governmental agencies,
including the State of Florida, its agencies, political subdivisions, counties, and cities.
Each governmental agency allowed by the Bidder to use this Contract shall do so independent of
any other governmental entity. Each agency shall be responsible for its own purchases and shall
be liable only for goods or services ordered, received and accepted. No agency receives any
liability by virtue of this bid and subsequent contract award.
31. Execution of Contract and Notice to Proceed: The awarded Bidder may be required to sign a
written Contract. Said Contract will evidence in written form the agreement between the parties.
32. All payments made under this Bid will be made in accordance with the Local Government
Prompt Payment Act; in effect, not later than 45 days from receipt of proper invoice.
33. At the discretion of the Board of County Commissioners any Committee contemplated herein,
Vendors submitting proposals may be requested to make oral presentations as part of the
evaluation process.
12
RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND
PLAYGROUNDS – SCOPE OF SERVICES
(Provided by Parks and Recreation Department)
SCOPE:
The purpose of this bid invitation:
1. Establish a firm, fixed percentage discount from manufacturer’s and/or bidder’s current
catalog/supply/product information price list for the purchase of various equipment and
amenities for parks and playgrounds as requested by the Clay County Division of Parks
and Recreation. The County reserves the right to award to multiple bidders.
2. Establish a firm, fixed percentage of manufacturer’s and/or bidder’s current
catalog/supply/product information price list, after applying the above requested discount
for purchase, for the installation of various equipment and amenities. It is understood
that bidder’s current catalog/supply/product information price list are subject to change;
however, percentages shall remain fixed. No extra charges or compensation will be
allowed for installation above and beyond what has already been presented in your bid. If
the bidder offers specialized catalogs, the catalogs must be submitted separately from any
other catalog offered by the bidder.
3. This bid is also a means for qualifying vendors for ball park lighting services. Qualifying
vendors will be requested to provide pricing on a project by project basis as defined in the
method of ordering section of this bid utilizing prices provided in bid response. The
qualified vendor(s) providing the lowest responsive quote will be awarded the project.
4. There is no guarantee any purchases will be made after award. Purchase orders will be
issued subject to availability of funds.
RESPONSIBILITY:
Bidder shall be responsible for all labor, materials, equipment, supervision, off-loading, storage,
and installation, of various equipment and amenities for parks and playground equipment or
amenities ordered, unless otherwise specified by the County. The County may elect, in certain
circumstances, to purchase only materials and have those materials installed by others (e.g.,
volunteers, County staff). These items will be shipped to a designated location and off-loaded by
the bidder or bidder’s representative.
QUALIFICATION OF INSTALLERS:
If a bidder utilizes a sub-contracted installer for any park or playground equipment, a list of sub-
contracted installers must be included with their bid. Additionally, the bidder must supply
WRITTEN FACTORY/MANUFACTURER CERTIFICATION that its installer, or its sub-
contracted installer, is an authorized installer, certified to install various equipment and amenities
for parks and playground equipment as required by each manufacturer.
CATALOGS AND MANUFACTURER SUGGESTED RETAIL PRICE (MSRP) LISTS:
Each bidder shall submit with this bid, at no charge, two (2) sets of each current
catalog/supply/product information price list as well as current MSRP list for each catalog
13
submitted. All catalogs and/or MSRP lists shall clearly identify bidder’s name, address and
telephone number.
The vendor shall supply at no charge, two (2) sets of each then current catalog/supply/product
information price list as well as current MSRP list for each catalog submitted upon price
changes. At renewal time Vendor may request that new manufacturers be added. County reserves
the right to approve or deny this request.
COMPLIANCE WITH LAWS AND CODES:
Bidders must strictly comply with Federal, State and local building and safety codes. Equipment
must meet all State and Federal safety regulations. The following publications (issue in effect on
date of invitation to bid) shall form a part of this specification:
A. American Society for Testing and Materials (ASTM):
ASTM-F1487 Standards – Methods of testing Playground Equipment for
Public Use.
ASTM-F1292 Standards - Method for testing various surfacing materials
to determine their “critical height” (the fall height below
which a life threatening head injury would not be expected
to occur)
Copies may be obtained from the - American Society for Testing and Materials
100 Barr Harbor Drive
West Conshohocken, PA 19428
B. Consumer Product Safety Commission (CPSC) – printed Handbook for Public
Playground Safety.
Copies may be obtained from the - US Consumer Product Safety Commission
4330 East West Highway
Bethesda, MD 20814
(301) 504-7923
C. National Playground Safety Institute (NPSI) – identification of 12 leading causes
of injuries on playgrounds.
Copies may be obtained from the - National Recreation and Park Association
22377 Belmont Ridge Road
Ashburn, VA 20148-4150
(703) 858-0784
D. Americans with Disabilities Act (ADA) Regulations for Title III, Appendix A,
Standards for Accessible Design, issued by the Department of Justice.
14
Copies may be obtained by calling: (800) 514-0301
Bidders certify that all products (materials, equipment, processes, age appropriate signage, or
other items supplied in response to this bid) contained in its bid meet all Federal and State
requirements, Upon completion of installation of play equipment and/or playground
surfacing, bidder shall furnish to the County a certificate so stating the equipment
/surfacing and its installation meet all Federal and State requirements as outlined in the
above publications.
Bidders further certify that if the product(s) delivered and/or installed are subsequently found to
be deficient in any of the aforementioned requirements in effect on date of delivery, all costs
necessary to bring the product(s) and installation into compliance shall be borne by the bidder.
INVOICING:
Invoices may be issued once equipment, materials, and supplies are delivered and/or installed to
the county’s satisfaction. At a minimum, invoices must include: Purchase Order Number, Item
Number and Description, Date of Shipment, Quantity Ordered, Unit Price, Unit of Measure, and
a total for all purchases. Standard payment terms are Net 45 days per the Local Government
Prompt Payment Act.
TERMS OF CONTRACT:
The term of bid award for various equipment and amenities for parks and playgrounds will be
three (3) years, with two (2) one (1) year renewal options. Discounts from this solicitation shall
prevail for the full duration of the contract and including subsequent extensions. County
reserves the right to use other available bids or contracts when in the best interest of the County.
METHOD OF ORDERING:
The County may generate a Request for Quotation, on an “as needed” basis, for park and
playground equipment and/or ball field lighting together with a request for additional services
required to complete that project (see attached Quote sample sheet). The County reserves the
right to send such Request for Quotation to any or all awarded bidders. The Request for
Quotation can define the project exactly or the Request for Quotation can describe a desired end
result, allowing the bidder to design the park or playground site.
After generating a Request for Quotation for a project, and before bidder’s submission of its
quotation in response to the Request for Quotation, the County may require requested bidder (s)
to attend a site visit with County personnel to familiarize the bidder(s) with the site and
determine additional services that may be required to complete the project. Bidders will be
responsible for the accuracy of all fixed measurements.
The bidder’s quotation in response to the Request for Quotation must contain each of the
following:
15
• A detailed breakdown of the cost for the entire project. Descriptions of additional
services related to the project, together with their price, shall also be listed.
• Include Catalog Name, Number and associated discount. When quoting projects where
freight would be charged, those costs must be included in quote so freight charges can
appear on the purchase order. Freight charges for equipment must be pre-paid and added
to the invoice.
• Names of any and all subcontractors on the project. It is understood the bidder remains
responsible for project completion and acceptance by the County. The County reserves
the right to reject any quotation in response to a Request for Quotation if said quotation
names a subcontractor who has, in the sole opinion of the County, previously failed in the
proper performance of an award or failed to deliver on time contracts of a similar nature,
or who is not in a position to perform properly under this award.
• Project Completion Date.
• Include an updated catalog, if needed and updated MSRP lists for the park and play
equipment specifically quoted.
The County will generate purchase orders as a result of approved “Request for Quotations”
submitted, at the sole discretion of the County. The County reserves the right to not award to
any, or to use other available bids or contracts when in the best interest of the County.
PROMOTIONAL PRICING:
During the contract period, bidders shall extend any pricing offered on a “promotional” basis
from the manufacturer to the county. It will be the bidder’s responsibility to monitor said items
and report any that are or will be offered at lower prices.
SUPERVISION:
A bidder’s job supervisor/representative shall be on the work site at all times and be thoroughly
knowledgeable of the materials, job requirements, plans, specifications and installation functions.
Contractors shall be responsible for the appearance of all working personnel assigned to the
project (clean and appropriately dressed at all times).
JOB COMPLETION:
Bidder/installer shall be responsible for all materials received and signed for from date of order
to completion of job installation.
Bidder/installer shall be responsible for cleanup and removal of all debris resulting in job
completion.
Bidder/installer shall be responsible for restoring the work site to its original condition at the
completion of the project. This shall include re-sodding of the area affected by their work with
sod which is of the same variety and quality as the surrounding sod. Where no sod exists prior to
installation, the contractor shall restore grade to a level consistent with the surrounding grade.
16
RESPONSIBILITY FOR DAMAGES AND PRESERVATION OF PROPERTY:
The bidder shall use due care to avoid damaging all property associated with, adjacent to, or in
any way affected by the work being performed. The bidder shall be responsible for the
protection of all buildings, structures, and utilities that are underground, above ground, or on the
surface from their operations that may be hazardous and/or damaging to said facilities. Bidder
shall leave work site in a neat and orderly fashion at the end of each work day. Any damage
occurring to such items by bidder shall be immediately repaired or replaced to a condition at
least equal to that which existed prior to the damage. All costs incurred for repair or replacement
shall be borne by the successful bidder. Any damages not repaired or replaced by the bidder
within ten (10) calendar days from notification will be fixed by the County or its contractor and
the cost shall be paid by the bidder or deducted from their invoice.
VIOLATIONS/DEFAULT:
In the event the awarded bidder(s) should violate any provisions of this bid, such bidder will be
given written notice stating the deficiencies and given ten (10) days to correct deficiencies found.
The County reserves the right to terminate any bid, contract, or purchase order at any time due to
any violation.
In the event the awarded bidder(s) should breach this contract, the County reserves the right to
seek all remedies in law and/or in equity. Failure of an awarded bidder to adhere to completion
dates defined by bidder and County may result in no further purchase being made with such
bidder under this Bid.
17
BID FORM
RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND
PLAYGROUNDS
Bidder:
Address:
City, State and Zip:
Phone: Email:
Contact Name(s):
Signature of Bidder
*Bidder can provide additional price information related to Ball Field Lighting
MANUFACTURER CATALOGS:
Manufacturer:
Fixed Percentage Discount off MSRP:
Installation (Fixed Percentage of cost after discounts of equipment):
Manufacturer:
Fixed Percentage Discount off MSRP:
Installation (Fixed Percentage of cost after discounts of equipment):
Manufacturer:
Fixed Percentage Discount off MSRP:
Installation (Fixed Percentage of cost after discounts of equipment):
Manufacturer:
Fixed Percentage Discount off MSRP:
Installation (Fixed Percentage of cost after discounts of equipment):
(MULTIPLE SHEETS CAN BE USED)
18
RFP #18-19-2, Various Equipment And Amenities For Parks And Playgrounds
SUB-CONTRACTOR EQUIPMENT INSTALLERS:
Business Name:
Address:
Phone Number:
Contact Name:
Business Name:
Address:
Phone Number:
Contact Name:
Business Name:
Address:
Phone Number:
Contact Name:
Note: Upon request bidders must supply WRITTEN CERTIFICATION (s) naming bidder, and/or each
of its sub-contractor installer(s), as an authorized installer certified to install park and playground
equipment as required by each manufacturer. Installers shall have a Certified National Playground Safety
Inspector (NPSI) present during installations and repairs.
(MULTIPLE SHEETS CAN BE USED)
19
WARRANTY INFORMATION FORM
MAKE AND MODEL OF EQUIPMENT PROPOSED:
Is there a warranty on the equipment proposed?
Yes No
Does the warranty apply to ALL components or only part? (State Explicitly)
Parts Warranty Period: Service Warranty Period:
Nearest source for parts and/or service center (s):
Name, address and phone number of the authorized service center (s):
1)
2)
3)
Name, address and phone number of the authority issuing this warranty: (Manufacturer, Distributor, etc.)
COPY OF COMPLETE WARRANTY STATEMENT IS SUBMITTED HEREWITH:
Yes No
Name of Bidder:
Signature
Title Phone Number
(MULTIPLE SHEETS CAN BE USED)
20
Example Request for Quotation
Various Equipment and Amenities for Parks and Playgrounds
Description of Project:
A site plan (not to scale), along with drawing of proposed amenities, is attached. A mandatory site visit is
scheduled for at .
Price Quotation:
Manufacturer Item and Page
Number
Quantity MSRP Unit
Price
Contract
Discount
Extended
Price
*When quoting projects where freight would be charged, include those costs so freight charges can appear
on the purchase order. Freight charges for equipment must be pre-paid and added to the invoice.
Additional Services Required:
Description Quantity Unit Price Extended Price
Total: $
List any Subcontractors:
1. Name
2. Address
3. Telephone Number
4. Contact Name
5. Designated Work
6. Subcontractor Cost
21
RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND
PLAYGROUNDS
CORPORATE DETAIL
Failure to complete all fields may result in your bid being rejected as non-responsive.
COMPANY NAME: ____________________________________________________
ADDRESS: ____________________________________________________
____________________________________________________
____________________________________________________
TELEPHONE: ____________________________________________________
FAX #: ____________________________________________________
E-MAIL: ____________________________________________________
Name of Person submitting Bid: ___________________________________________
Title: ___________________________________________
Signature: ___________________________________________
Date: __________________________________________
ADDENDA ACKNOWLEDGMENT:
Bidder acknowledges receipt of the following addendum:
Addendum No. _____ Date: __________ Acknowledged by: _________________________
Addendum No. _____ Date: __________ Acknowledged by: _________________________
Addendum No. _____ Date: __________ Acknowledged by: _________________________
22
Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion Form
RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND
PLAYGROUNDS
(1) The prospective Vendor, ________________________________, certifies, by submission
of this document, that neither it nor its principals is presently debarred, suspended,
proposed for debarment, declared ineligible, or voluntarily excluded from participation
in this transaction by any Federal Department or Agency.
(2) Where the Vendor is unable to certify to the above statement, the prospective Vendor
shall attach an explanation to this form.
Vendor:
______________________________________________
By: ___________________________________________
Signature
_______________________________________________
Name and Title
_______________________________________________
Street Address
_______________________________________________
City, State, Zip
________________________________
Date
23
Scrutinized Companies Certification
[Clay County RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND
PLAYGROUNDS]
Name of Company:1 _______________________________________________
In compliance with subsection (5) of Section 287.135(5), Florida Statutes (the Statute), the
undersigned hereby certifies that the company named above is not participating in a boycott of Israel
as defined in subsection (1) of the Statute; is not on the Scrutinized Companies with Activities in
Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List as
referred to in subsection (2) of the Statute; and does not have business operations in Cuba or Syria as
defined in subsection (1) of the Statute.
(Seal)
Insert Name of Company:
By:
Its
1 “Company” means a sole proprietorship, organization, association, corporation, partnership, joint venture, limited
partnership, limited liability partnership, limited liability company, or other entity or business association, including all
wholly owned subsidiaries, majority-owned subsidiaries, parent companies, or affiliates of such entities or business
associations, that exists for the purpose of making profit.
24
“NO BID” Statement
RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND
PLAYGROUNDS
If your company does not intend to bid on this procurement, please complete and return this form
prior to the date shown for receipt of Bids to: Clay County Purchasing Department, Attn: Donna
Fish, 477 Houston Street, Green Cove Springs, FL 32043
We, the undersigned, decline to bid on the above referenced invitation to bid for the following
reasons:
Specifications are too restrictive (please explain below or attach separately)
Unable to meet specifications
Specifications were unclear (please explain below or attach separately)
Insufficient time to respond
We do not offer this product or service
Our schedule would not permit us to perform at this time
Unable to meet bond requirements
Other (please explain below or attach separately)
Remarks:
_________________________________________________________________________
______________________________________________________________________
Company Name: Telephone #:_____________________
Signature: Fax #: ________________________
Print Name: Title: __________________________
Address: _________________________________________________________________
City:
Zip: _______________________________________
25
CHAPTER 8: PROCEDURES FOR PUBLIC BID OPENINGS
(A) Purpose: The purpose of this chapter is to specify procedures for the submittal, receipt,
opening and recording of all formal bids required by all of the various laws, ordinances, and
other procedures and manuals governing the solicitation and awarding of public bids in Clay
County, Florida, including but not limited to:
a. Section 336.44, Florida Statues (2001). b. Applicable Provisions of Clay County Code.
c. Florida Department of Transportation Standard Specifications, most recent edition.
(B) Time of Opening: All bids shall be submitted to the Purchasing department, 4th Floor,
Clay County Administration Building, 477 Houston Street, Green Cove Springs, Florida, which
shall record receipt thereof by date and time on the bid envelope. Upon receipt, the Purchasing
department will maintain custody and control of all bid submittals until after they have been
opened. The deadline for a particular bid submittal shall be 4:00 P.M., of the Monday
immediately preceding the Tuesday upon which the bid is to be opened. No bid shall be opened
unless and until proof by publisher's affidavit of publication of the bid solicitation is received and
filed by the Purchasing department. Bidders and the public are welcomed to attend the opening
and all subsequent committee and commission meetings related to the bids.
(C) Form of Bid Submittal: All bids shall be submitted in triplicate, (and if applicable only
on the forms provided by the County or its staff). Each bid and its accompanying materials shall
be submitted in a single, sealed and opaque envelope. The following items shall be prominently
marked on the cover of the envelope by the party making the submittal prior thereto:
a. The number assigned to the particular bid solicitation.
b. The title of the bid exactly as it appeared in the published solicitation.
c. The date of the bid opening.
(D) Bid Receipt Procedure: The County Manager shall, in cooperation with his or her
Department heads and the Purchasing department, assign a specific and discrete number and title
to each bid solicitation, which shall be contained in the Request for Bids, the newspaper
publication, specifications and the Bid Form thereof. Three copies of each request for bid shall
be submitted to the Purchasing department for distribution as provided in Section F hereof, and
the "Request For Bids" shall be signed prior to publication.
(E) Place of Opening: All bids properly submitted shall be opened in a public location so
designated in the bid solicitation.
(F) Distribution of Copies: Upon the opening of a bid, one copy shall be distributed to the
head of the originating department. Purchasing shall submit to the Finance committee of the
Board a tabulated list of all bidders and their bids, including bid number, name, staff assigned, a
recommendation to include but not be limited to the lowest responsive and responsible bid, or in
a proper circumstance the best bid, budget information and alternatives. All staff assigned to
evaluate bid and RFP responses shall do so observing all requirements of the Sunshine Law and
26
in meetings noticed at least 72 hours in advance thereof. The Purchasing department shall serve
as the permanent record holder for the County Manager.
(G) Committee Review, Report and Recommendations: Bids shall be reviewed by the
Board’s Finance committee following the bid opening. The Committee should, in the absence of
unusual circumstances, report its recommendation to the Board at the Board's next regularly
scheduled meeting, which shall include a tabulated list of all bidders and their bids. In all events,
the County Manager shall cause to be spread upon the minutes of the regular meeting of the
Board next following the opening of a particular bid, a list of all bidders and their bids. Upon
being awarded a bid, and if a contract is entered into with the successful bidder then the County’s
Standard Addendum and IRS Form W-9, Request for Taxpayer Identification and Certification
must be completed.
(H) Ineligible Bid: Any bid that does not meet the foregoing requirements for form, time of
submittal, number of copies or the specifications advertised will be rejected and the reasons
stated therefor; provided that the Purchasing department shall reject and return unopened all bids
which do not meet the foregoing requirements for time of submittal, or envelope markings. Bids
that do not meet requirements for form will be rejected and declared "No Bid". The Board
reserves the power to reject all bids and in its discretion to re-advertise the solicitation.
(I) Bid Withdrawal Period: Any bid submitted requires a five (5) percent bond unless
waived by the Board prior to solicitation, which cannot be withdrawn for a period of 30 days
subsequent to the date of the bid opening, notice of which shall be incorporated in all requests for
bids. As used herein, the term bond shall include cashier or certified checks payable to the
County. All such checks shall be held by the Finance department for safekeeping immediately
upon acceptance of the bid (but not deposited). The Finance department is hereby authorized to
return each bond to the submitting party, as soon as practicable, upon written request to the
Finance department, but only after a bid and contract have been awarded and executed between
the County and the successful bidder for a particular project, or in the event that all bids have
been rejected by the Board, or in the event the time provided that the bid shall remain in effect
shall have expired and the bid submitter requests its return in writing.
(1) Vendors bidding on SHIP rehabilitation projects are exempt from the bid bond requirements
delineated in 8(I) above or as may be otherwise stated elsewhere in this policy document.
(2) Vendors bidding on commodities price contracts, or any other type of contract that does not
commit the Board to an actual exchange transaction (purchase) but rather seeks only a fixed unit
price commitment from a vendor in the event a future purchase decision is made, shall be exempt
from the bid bond requirements delineated in 8(I) above or as may be otherwise stated elsewhere
in this policy document.
(J) Bid Addenda: All addenda distributed subsequent to the initial distribution of
specifications shall be sent by certified mail/return receipt requested, said return receipt to be
returned to the Purchasing department identified by bid number. Prior to mailing, a copy of each
addendum shall be received by the Purchasing department, provided that no addendum shall be
mailed later than five (5) working days prior to the scheduled bid opening date.
27
(K) Bid Tabulation Form: The bid Tabulation Form used at bid openings shall include a
place thereon for three witnesses to sign. This procedure will eliminate the need for signing each
individual bid at the time of opening, thus requiring the three witnesses to sign only once for
each bid number submitted.
(L) Authority to Delay Bid Openings: The County Manager is hereby authorized, without
seeking prior approval of the Board in any particular case, to order a delay of any bid opening
from its scheduled date and time to a time certain on the agenda of the next regularly scheduled
meeting of the Board, or such special meeting called for such purpose. The delay may be
ordered at any time prior to the time of the scheduled opening, provided that such order be in
writing, addressed and delivered to the Purchasing department with a copy delivered to the
County Manager, and that copies thereof be mailed by certified mail, return receipt requested to
all responding bidders as soon thereafter as is reasonably practicable. Upon receipt of the order,
the Purchasing department shall immediately record the date and time thereof. The Purchasing
department shall continue to accept sealed bids up until the applicable deadline. At the date and
time originally scheduled for the bid opening, the Purchasing department shall announce the
delay order to all in attendance and shall continue to maintain in its custody all properly
submitted sealed bids until further order of the Board. At the time certain scheduled before the
Board, the County Manager shall present his reason or reasons for the delay order and his
recommendation for disposition of bids submitted. The Board may order the bids to be opened
then and there, or at some other time and date certain; it may cancel the bid and order the return
of all bids unopened; it may order a further delay of the bid opening; or it may make any other
order appropriate to the circumstances. If the bids are ultimately opened, they shall be reviewed
as provided elsewhere herein. If a delay occurs as provided herein, then the 30 day withdrawal
period as provided in 8(I) shall commence upon the date of the actual bid opening, provided such
date is not more than 60 days subsequent to the originally scheduled date. No delay shall be
ordered beyond such 60 day period, unless the parties submitting timely bids consent to such
delay in writing. In no event is the County Manager authorized to extend the deadline for bid
submittals for any particular project, only the bid opening date.
(M) Contractor's Insurance Requirement:
1. Any Contractor submitting a bid for any public works project must include, within its initial
bid response, proof of the following insurance, in effect continuously from the date of submittal
through the 60 days subsequent to the scheduled bid opening date:
a. Commercial General Liability
1. General Aggregate $1,000,000
2. Products and Completed Operations Aggregate $1,000,000
3. Personal and Advertising Injury $1,000,000
4. Each Occurrence $1,000,000
5. Fire Damage (any one fire) $ 50,000
6. Medical Expense (any one person) $ 5,000
b. Automobile Liability
1. Any automobile-Combined bodily injury/property damage, $1,000,000
with minimum limits for all additional coverage as required by Florida law
28
c. Workers Compensation/Employers Liability
1. Workers Compensation statutory limits
2. Employers Liability
a. Each Accident $ 100,000
b. Disease-Policy $ 500,000
c. Disease-Each Employee $ 100,000
d. Professional Liability
1. When required by contract-per occurrence $1,000,000
2. Upon being awarded the bid, the contractor must provide proof that such insurance will be in
effect from the date of commencement of the project. The contractor will maintain insurance
coverage at the above-prescribed levels through the date of completion of the project and that
coverage will include all independent contractors and subcontractors. Either prior to or
simultaneously with the execution of the contract, the successful bidder must deliver certificates
of insurance for the required insurance coverages to the County naming “Clay County, a political
subdivision of the State of Florida; The Board of County Commissioners, Clay County, Florida;
and all public agencies of Clay County, as their interests may appear” as “Additional Insureds.”
Said certificates of insurance shall also include a thirty day prior written notice of cancellation,
modification or non-renewal to be provided to the County.
3. The Board reserves the right to waive, raise or lower the minimum coverages required for
particular projects prior to bid solicitation by affirmative action. The Board will not waive any
defects in a bid submittal pertaining to matters under this subsection.
(N) Bid Awards and Protests:
1. Both the INSTRUCTIONS and the PUBLISHED NOTICE for every sealed bid solicitation
shall include conspicuously the following statements:
FOLLOWING THE BID OPENING AND TABULATION, A “NOTICE OF
INTENT TO AWARD BID” OR A “NOTICE OF REJECTION OF ALL BIDS”
WILL BE POSTED ON THE INTERNET AT: [insert bid notice web address1].
THIS WEBPAGE CAN ALSO BE ACCESSED FROM THE HOMEPAGE OF THE
COUNTY’S WEBSITE AT: [insert County’s homepage address2] BY [insert suitable
directions3]. NO OTHER NOTICE WILL BE POSTED.
1 As of the date on which this Purchasing Policy was adopted, the bid notice web address was:
http://www.claycountygov.com/departments/purchasing-division/bcc-bid-tabs-current-bids-intent-bids-rejection-
bids
2 As of the date on which this Purchasing Policy was adopted, the County’s homepage address was:
http://www.claycountygov.com/.
3 As of the date on which this Purchasing Policy was adopted, suitable directions would be: “FOLLOWING THE
“Notice of Intent Bids” LINK UNDER THE “Business” ROLLOVER BUTTON”.
29
PROSPECTIVE BIDDERS ARE NOTIFIED THAT THE FAILURE TO INCLUDE
WITHIN THE SEALED BID ENVELOPE A PROPER BID BOND OR OTHER
SECURITY APPROVED UNDER THE COUNTY’S PURCHASING POLICY, IF
REQUIRED FOR THIS SOLICITATION, OR THE FAILURE TO FILE A
WRITTEN NOTICE OF PROTEST AND TO FILE A WRITTEN PETITION
INITIATING A FORMAL PROTEST PROCEEDING WITHIN THE TIMES AND
IN THE MANNER PRESCRIBED IN SECTION 8.N. OF SAID POLICY, SHALL
CONSTITUTE A WAIVER OF THE RIGHT TO PROTEST THE BID
SOLICITATION, ANY ADDENDUM THERETO, OR THE BID DECISION, AS
APPLICABLE, AND TO INITIATE A FORMAL PROTEST PROCEEDING
UNDER SAID POLICY. THE COUNTY’S PURCHASING POLICY CAN BE
VIEWED AT THE COUNTY’S WEBSITE BY FOLLOWING THE
APPROPRIATE LINKS FROM THE HOMEPAGE ADDRESS SET FORTH
ABOVE.
IF A PROSPECTIVE BIDDER IS IN DOUBT WHETHER THIS SOLICITATION
REQUIRES A BID BOND, SUCH PROSPECTIVE BIDDER IS SOLELY
RESPONSIBLE FOR MAKING APPROPRIATE INQUIRY.
2. Unless otherwise expressly directed by the Board in its decision on a bid award, immediately
following such decision the County Manager shall cause a “Notice of Intent to Award Bid” or a
“Notice of Rejection of All Bids” to be posted on the County’s website, with the time and date of
posting appearing thereon. Notice shall not be posted elsewhere. The notice shall be posted in
portable document format or other secure format.
3. The failure on the part of a prospective bidder to include within the sealed bid envelope a
proper bid bond or other security approved under this policy, if required for the particular bid
solicitation, or the failure by a prospective bidder to file a written notice of protest and to file a
written petition initiating a formal protest proceeding within the times and in the manner
prescribed in this section shall constitute a waiver of the prospective bidder’s right to protest the
bid solicitation, any addendum thereto, the Board’s bid decision, as applicable, and to initiate a
formal protest proceeding hereunder.
4. A prospective bidder is solely responsible for determining whether a particular bid
solicitation requires a bid bond, and for resolving any doubt by making appropriate inquiry.
5. The County Manager shall cause a copy of this policy to be posted on the County’s
website in portable document format or other secure format. The County Manager shall cause to
be established conspicuous and easy-to-follow links to the policy from the homepage.
6. Any person who is adversely affected by a bid solicitation, by any addendum thereto, or
by a bid decision may file with the County Manager a written notice of protest no later than 4:30
p.m. on the third business day immediately following the date notice is published, with respect to
a bid solicitation; no later than 4:30 p.m. on the third business day immediately following the
date of issuance, with respect to a bid addendum; and within 72 hours after the posting of the
notice, exclusive of hours occurring during days that are other than business days, with respect to
a bid decision.
30
7. A formal protest proceeding shall be deemed commenced upon the timely filing of a
written petition initiating the same. A written petition initiating a formal protest proceeding must
be filed with the County Manager no later than 4:30 p.m. on the tenth calendar day immediately
following the date on which the written notice of protest was filed; provided, if the tenth calendar
day is not a business day, then the petition must be filed no later than 4:30 p.m. on the first
business day immediately following said tenth calendar day. The petition must set forth with
particularity the facts and law upon which the protest is based. The petition must conform
substantially with the requirements for petitions set forth in Rule 28-106.201, Florida
Administrative Code. References in this section to a petition shall mean a written petition
initiating a formal protest proceeding filed in accordance with this subsection.
8. Any protest of a bid solicitation or bid addendum shall pertain exclusively to the terms,
conditions, and specifications contained in a bid solicitation or bid addendum, including any
provisions governing the methods for ranking bids, proposals, or replies, awarding contracts,
reserving rights of further negotiation, or modifying or amending any contract.
9. Upon receipt of a formal written notice of protest that has been timely filed, the County
Manager shall suspend the bid solicitation or bid award process until the subject of the protest is
resolved by final action as specified in this section, unless the County Manager sets forth in
writing particular facts and circumstances which require the continuance of the solicitation or
award process without delay in order to avoid an immediate and serious danger to the public
health, safety, or welfare. Such suspension shall be lifted immediately in the event the protesting
party shall have failed to timely file a petition.
10. Intervenors shall be permitted to participate in the formal protest proceeding in
accordance with the procedures governing intervenor practice set forth in Rule Chapter 28-106,
Florida Administrative Code, and shall be subject to all limitations provided therein applicable to
intervenors.
11. In his or her discretion, the County Manager may provide an opportunity to resolve the
protest by mutual agreement between the County Manager and the protesting party within 7
calendar days after receipt of a timely petition. Such agreement must be reduced to writing,
signed by the County Manager and the protesting party or such party’s authorized agent, and
submitted to the Board at the earliest opportunity. The agreement shall not be deemed effective
unless ratified by the Board. If the Board shall fail to ratify the agreement, then the protest shall
proceed to resolution as hereinafter provided.
12. Within 10 business days following the timely filing of a petition, or, if the Board shall
have considered but failed to ratify an agreement submitted to it under subsection 11, then within
10 business days thereafter, a hearing shall be conducted pursuant to subsection 13 before a
hearing officer, who shall be the County Manager or his or her designee. The County Manager
may designate any department head as the hearing officer; provided, a department head who is
substantially involved in or connected with the bid solicitation or bid award process shall be
deemed disqualified from serving as the hearing officer, unless such involvement or connection
is purely ministerial in nature.
31
13. All hearings shall be conducted pursuant to written notice to the protesting party, the
County Attorney’s Office and all intervenors by the hearing officer specifying the time, date and
place of the hearing. Particular rules and procedures governing each such hearing are as follows:
a. The audio thereof shall be recorded electronically.
b. Prior to the hearing only, motion practice may be permitted by the hearing officer
in his or her discretion in accordance with the rules governing the same set forth in Rule
Chapter 28-106, Florida Administrative Code. All motions shall be ruled upon prior to or
at the start of the hearing, except that rulings on motions in limine may be deferred to an
appropriate time during or after the hearing.
c. Prior to the hearing, the protesting party, the County and all intervenors must
confer and endeavor to stipulate to as many relevant and undisputed facts upon which the
decision is to be based as may be practicable. Such stipulation must also identify those
issues of material fact, if any, that remain in dispute. The stipulation must be reduced to
a writing signed by or on behalf of the protesting party, the County and all intervenors,
and be submitted to the hearing officer at least two business days prior to the hearing.
The stipulation may include an appendix comprising documents that shall be deemed
admitted and considered as evidence for purposes of the hearing, or referring to tangible
items deemed admitted and considered as evidence for purposes of the hearing, which
items shall either be presented at the hearing or, if such presentation is impractical,
submitted to the hearing officer by graphic, descriptive, representational, photographic,
videotape or similar medium properly depicting or characterizing the items.
d. The protesting party and all intervenors shall have the right to appear before the
hearing officer at the hearing in proper person or through counsel and, as to those issues
of material fact, if any, that remain in dispute, as identified in the stipulation, to present
relevant testimonial, documentary and tangible evidence, and to be heard on the
substantive issues bearing on the protest. The County shall be deemed a party to the
proceeding, and the County Attorney or any assistant county attorney may participate in
the protest proceeding, appear before the hearing officer, present evidence and be heard
on behalf of the County.
e. All witnesses shall be placed under oath by the hearing officer prior to testifying,
and shall be subject to cross-examination by any hearing participant.
f. Hearsay evidence shall be admissible unless the hearing officer shall determine
the same to be redundant, unreliable or prejudicial.
g. At the hearing any hearing participant may offer appropriate argument and
summation, and submit a written brief and a proposed order, but only after the conclusion
of the evidentiary portion of the hearing, if any.
32
h. Immediately following the hearing, the County Manager shall cause a written
transcript of all testimonial evidence introduced at the hearing to be prepared
expeditiously based upon the audio recording, and shall provide copies of the same to all
of the hearing participants.
i. Within 7 business days following the hearing, the hearing officer shall submit a
recommended order to the County Manager and serve copies on all hearing participants;
provided, if the County Manager is the hearing officer, then within 7 business days
following the hearing, the County Manager shall issue a recommended order and serve
copies on all hearing participants. The recommended order shall contain findings of fact
and, based upon such facts, a disposition of the protest; provided, no finding of fact may
be predicated solely upon the basis of hearsay.
j. The recommended order shall thereafter be submitted to the Board along with the
transcript of the hearing testimony and the entire written and tangible record of the
protest proceedings at the earliest opportunity to be considered at a time certain, with
notice thereof served upon the hearing participants. Each of the hearing participants shall
be allowed 3 minutes to address the Board regarding the recommended order, unless the
Chairman in his or her discretion shall allow additional time. If a hearing participant
intends to challenge any finding of fact in a recommended order that was based upon
testimonial evidence, such participant shall be allowed 2 additional minutes for such
purpose, and may direct the attention of the Board members to any portion of the
transcript relevant to the challenge. The other hearing participants shall each have the
right to offer argument in rebuttal to the challenge, and to direct the attention of the
Board members to any portion of the transcript relevant to the rebuttal. No testimony or
other evidence beyond the record and the transcript shall be presented to the Board.
Thereafter the Board shall render its decision on the protest. In so doing the Board shall
be bound by the findings of fact in the recommended order that are based upon
testimonial evidence, except those for which it upholds a challenge. A challenge shall be
upheld only if the finding of fact is not supported by competent, substantial evidence in
the record or in the transcript. Otherwise, the Board shall not be bound by any of the
provisions of the recommended order. The decision of the Board shall be reduced to a
written order signed by the Chairman, and shall constitute final action of the County on
the protest.
k. The date, type and substance of all ex parte communications between any Board
member and a hearing participant, including counsel therefor or any agent thereof, and
between any Board member and third party, must be publicly disclosed by the Board
member prior to the rendering of the Board’s decision. All such communications that are
written or received electronically must be filed for the record, and copies thereof
provided to each Board member and hearing participant.
14. All proceedings before the hearing officer shall be informal, and customary rules of
evidence shall be relaxed. In all respects both the hearing officer and the Board shall observe the
requirements of procedural and substantive due process that are the minimum necessary for
accomplishing a fair, just and expeditious resolution of the protest.
33
15. Ex parte communications between a hearing participant and the hearing officer are
forbidden. The hearing officer may take such steps as he or she may deem just and appropriate
to prevent or sanction attempted ex parte communications, including promptly disclosing the
attempted communication, or requiring the offending hearing participant to disclose promptly the
attempted communication, to the other hearing participants. Where necessary, the hearing
officer may recuse himself or herself, and the subsequently designated hearing officer may order
the offending participant to pay for all or any portion of the costs incurred by the County and any
other hearing participant strictly as a consequence of the ex parte communication or attempted ex
parte communication, else be excluded from further participation. Neither the County Attorney
nor any assistant county attorney shall be subject to this subsection or prohibited from engaging
in ex parte communications with the hearing officer.
16. The purpose of this policy is to promote fairness and public confidence in the competitive
bidding process. To further such end, and except as otherwise specifically provided herein, the
substantive law governing the resolution of bid protests found in the decisions of the Florida
appellate courts, as well as any statutes or agency rules that may be applicable to the particular
bid solicitation, shall guide the hearing officer and the Board in rendering a decision on a bid
protest under this section. The significant principles of law governing the bid protest and the
resolution thereof, which shall prevail to the extent not otherwise in conflict with any governing
statutes or agency rules, are as follows:
a. The burden is on the party protesting the award of the bid to establish a ground for
invalidating the award.
b. The standard of proof for the protest proceeding shall be whether the proposed award
was clearly erroneous, contrary to competition, arbitrary, or capricious.
c. The proposed award shall be deemed arbitrary or capricious if it is contrary in a
material way to any governing statutes, the County’s rules or policies, or the bid or
proposal instructions or specifications.
d. The scope of the inquiry is limited initially to whether the proposed award is improper
under the foregoing standard of proof. If and only if the hearing officer first determines
on the basis of competent and substantial evidence that the proposed award is improper,
then the hearing officer may recommend, in accordance with the law and this policy, an
alternate disposition for the proposed award. Such disposition may include, but shall not
be limited to, rejecting all bids, or awarding all or a portion of the bid to the protesting
party.
e. A bid protest proceeding may not serve as a vehicle for the Board to revisit the
proposed award absent a determination of impropriety as set forth above.
17. By written agreement amongst the protesting party, the County, and all then-existing
intervenors, any provision of this section pertaining to the procedures for resolving a protest for
which a petition has been timely filed may be modified or waived so long as such modification
34
or waiver shall not hinder or thwart the proper and expeditious resolution of the protest, or
otherwise operate to undermine the salutary purposes of competitive, public bidding.
18. Only to the extent necessary to avoid a miscarriage of justice or to prevent a manifest
violation of a hearing participant’s procedural or substantive due process rights, a hearing officer
may modify or suspend the applicability of any of the provisions or requirements of this section
in the course of conducting a protest proceeding hereunder; provided, a hearing officer may not
modify or suspend any of the provisions or requirements of subsections 3, 4, 6, 7, 8, 16, 20, 21
and 22 hereof.
19. Except and to the extent specifically provided in this section, and except and to the extent
otherwise specified provided by written agreement amongst the protesting party, the County, and
all then-existing intervenors, no provisions of Rule Chapter 28-106, Florida Administrative
Code, shall be deemed applicable to the resolution of protests under this section.
20. For purposes of this section, the filing with the County Manager of a written notice of
protest or of a written petition initiating a formal protest proceeding shall be deemed
accomplished only when the original written notice or original written petition has been
physically received by the County Manager or his or her designee. A notice or petition shall be
deemed original only if it bears the original signature of the protesting party or such party’s
authorized agent. No notice or petition may be filed by facsimile transmission or by e-mail, and
any notice or petition received in such manner shall be deemed unfiled and ineffective. The use
of an overnight delivery service or of the United States Postal Service to file a notice or petition
shall be entirely at the risk of the person submitting the same, and any such notice or petition so
received after the applicable deadline shall be deemed untimely.
21. For purposes of this section, a business day shall mean any 24-hour day that is not a
Saturday, a Sunday, or a holiday observed by the County.
22. For purposes of this section, counsel shall mean an attorney who is a member of the
Florida Bar in good standing.
23. For purposes of this section, all notices of protest and petitions initiating formal protest
proceedings, and all stipulations, briefs, proposed findings of fact, written motions and proposed
orders submitted to a hearing officer shall be on white, opaque paper 8 ½ by 11 inches in size.
The pages of all such documents shall have margins on all sides of not less than 1 inch; shall be
in Times New Roman or Courier New font no smaller than 12 in size, including footnotes and
endnotes; shall have standard double-spacing between lines, excluding quotations, footnotes and
endnotes; and shall be numbered at the bottom. All quotations shall be indented. Briefs shall not
exceed 15 pages in length, and may not include any appendices. A digital copy of all written
stipulations, briefs, proposed findings of fact, written motions and proposed orders submitted to
the hearing officer must be simultaneously provided to the hearing officer in Word format,
version 2000 or later, on compact disc or 3 ½” diskette.
24. For purposes of this section, a hearing participant shall mean and include the protesting
party, the County and any intervenor.
35
25. This section shall be construed and implemented so as to secure the just, speedy, and
inexpensive resolution of bid protests.
(O) UTILITY RELOCATION AGREEMENTS: Prior to soliciting bids for right of way
improvements and other public works projects that require the removal or relocation of utilities,
agreements with the affected utilities must be entered into providing for the terms, scheduling
and conditions of such relocation and removal. The County Manager may develop and maintain
such form of agreement as may be appropriate for accomplishing the requirements of this
section. (Resolution No. 09/10-65)
(P) NO-CONTACT RULE: (Resolution No. 09/10-81)
1. As used in this section and unless the context clearly requires otherwise, the following
terms and phrases shall have the meanings herein ascribed:
a. Contacting shall mean communicating or attempting to communicate by any
means, whether orally, telephonically, electronically or in writing.
b. Bidder shall mean any person or entity submitting a response to a bid solicitation,
and shall include all owners, shareholders, principals, officers, employees and agents
thereof.
c. Bid shall mean any bid, request for proposals and request for qualifications.
d. Solicitation period shall mean the time between the publication of the notice of
the bid and the opening of the bid.
e. Evaluation period shall mean the time between the opening of the bid and the
award thereof by the Board of County Commissioners.
2. The instructions for all solicitations of bids to be submitted under seal shall include
provisions prohibiting bidders from contacting (i) any member of the Board of County
Commissioners, the County Manager or any County employee or agent regarding the solicitation
in any respect during the solicitation period, and (ii) the County Manager or any County
employee or agent regarding the solicitation in any respect during the evaluation period. The
violation of this rule shall result in the automatic disqualification of any response to a bid
solicitation submitted by the violator, and the foregoing instructions shall so state.
3. The no-contact rule set forth in subsection 2 shall not apply to inquiries submitted to
County employees or agents in the manner specifically provided in the bid solicitation package
regarding the distribution thereof, or to communications seeking clarification regarding
instructions or specifications submitted to County employees or agents in the manner specifically
provided in the bid solicitation package, or to pre-bid conferences provided for in the bid
solicitation package, or to formal presentations by finalists to the Board of County
Commissioners or any committee thereof specifically contemplated in the bid solicitation
package.
36
4. The purpose of the no-contact rule set forth in subsection 2 is to prevent any one bidder
from gaining an advantage over other bidders through lobbying or otherwise attempting to
influence the procurement decision through discussions or the presentation of information or
materials outside of the process contemplated in the bid solicitation package and this purchasing
policy, and also to ensure that the dissemination of information from the County entity to bidders
regarding the bid solicitation is equal and uniform.
37
From:Paul Bickham
To:Lazaro Gonzalez; Calautti, Tommaso
Cc:Hamwey, Lara; Arguelles, Nadia
Subject:RE: Kennedy Park - Arc/Rainbow: Estimated costs of PIP walking surface ($12.68/SF)
Date:Monday, July 27, 2020 11:34:00 AM
Attachments:image001.png
image003.png
image006.png
image008.png
F&A - BCC minutes.pdf
1819-2 Equip & Amenities Parks & Playgrounds.pdf
Importance:High
Mr. Calautti,
I have attached for your review the BCC Clay County Minutes and the Clay County Contract. The attached
BCC Clay County minutes approves the Clay County Contract for Various Equipment and Amenities for Parks
and Playgrounds. Please reference Page 4 of the approval letter confirming the activation of the contract. It
is very important that you also reference in the Clay County Contract on page 12, bullet 30 confirming the
Clay County contract is allowed to be used by Other Government Agencies. Please let me know if you have
any questions regarding the Clay Contract.
I can be reached at:
321-514-3184
Pbickham@arcflorida.com
From: Lazaro Gonzalez <lgonzalez@arcflorida.com>
Sent: Monday, July 27, 2020 10:58 AM
To: Calautti, Tommaso <TCalautti@miamigov.com>
Cc: Hamwey, Lara <lhamwey@miamigov.com>; Arguelles, Nadia <narguelles@miamigov.com>; Paul
Bickham <PBickham@arcflorida.com>
Subject: RE: Kennedy Park - Arc/Rainbow: Estimated costs of PIP walking surface ($12.68/SF)
Good morning Mr. Calautti.
Thank you for the opportunity to provide additional information on the Kennedy Park Trail.
I'm currently on the road but our contracts manager Paul Bickham will be forwarding you the information
requested. Both our construction Company. Play Space Services, Inc and our Rep Firm, Advanced
Recreational Concepts, LLC are awarded the Clay County contract. Paul will send you the award letters for
both. Normally, we provide all materials through our Advanced Recreational Concepts company and the
labor is provided through the Play Space Services company. This helps our company deal with the Use Tax
issue in a favorable manner providing more value to the client. The contract pricing net result is exactly the
same.
Please feel free to contact me so we may discuss this any questions or concerns you may have. I will be at
my desk today after 2pm.
Thanks again for the opportunity to serve.
Lazaro Gonzalez
BOARD OF COUNTY COMMISSIONERS
CLAY COUNTY, FLORIDA
RFP NO. 18/19-2, VARIOUS EQUIPMENT AND
AMENITIES FOR PARKS AND PLAYGROUNDS
DUE DATE: Monday, March 18, 2019- 4:00 p.m.
OPEN DATE: Tuesday, March 19, 2019 -1:00 p.m.
Issued By:
Clay County Board of County Commissioners
Purchasing Department
TABLE OF CONTENTS
RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND
PLAYGROUNDS
Request for Proposal Advertisement .................................................................................... 3-5
Request for Proposal Instructions ....................................................................................... 6-12
Specifications ..................................................................................................................... 13-17
Bid Forms .......................................................................................................................... 18-20
Sample Quote Sheet ................................................................................................................. 21
Corporate Details ..................................................................................................................... 22
Certification Regarding Debarment ......................................................................................... 23
Scrutinized Companies Certification ....................................................................................... 24
No Bid Statement ..................................................................................................................... 25
Procedures for Bid Opening .............................................................................................. 26-37
Attachments:
Form W-9
2
REQUEST FOR PROPOSAL NOTICE
NOTICE IS HEREBY GIVEN that sealed proposals will be received until 4:00 P.M., Monday,
March 18, 2019, at the Clay County Administration Building, Fourth Floor, Reception Area, 477
Houston Street, Green Cove Springs, Florida 32043, for the following:
RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND
PLAYGROUNDS
Proposals will be opened at 1:00 P.M., or as soon thereafter as possible, on Tuesday, March 19, 2019
in the Clay County Administration Building, Conference Room “B”, Fourth Floor, 477 Houston
Street, Green Cove Springs, Florida, in the presence of the Purchasing Department staff and all other
interested persons.
The opened Proposals will be read aloud, examined for conformance to specifications, tabulated, and
preserved in the custody of the Purchasing Department. Proposals submitted will be evaluated by the
Finance and Audit Committee. The Finance and Audit Committee of the Board will present its
recommendation to the Board of County Commissioners as soon thereafter as possible. At the
discretion of the Board of County Commissioners or the Finance and Audit Committee, companies
submitting proposals may be requested to make oral presentations as part of the evaluation process.
Proposals will not be valid unless received by the proposal deadline and in a sealed envelope marked
“RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND
PLAYGROUNDS” to be received until 4:00 P.M., Monday, March 18, 2019. Envelopes are to be
submitted in person or delivered by courier to the above address. No postal mail will be accepted.
During the bidding process, all prospective proposers are hereby prohibited from contacting (i) any
member of the Board of County Commissioners, the County Manager or any County employee or
agent regarding the solicitation in any respect during the solicitation period, and (ii) the County
Manager or any County employee or agent regarding the solicitation in any respect during the
evaluation period. The violation of this rule shall result in the automatic disqualification of any
response to a bid solicitation submitted by the violator (as specified in Section P of Chapter 8 of the
Purchasing Manual attached hereto). The no-contact rule set forth shall not apply to inquiries
submitted to County employees or agents in the manner specifically provided in the bid solicitation
package regarding the distribution thereof, or to communications seeking clarification regarding
instructions or specifications submitted to County employees or agents in the manner specifically
provided for in the bid solicitation package, or to pre-bid conferences provided for in the bid
solicitation package, or to formal presentations by finalists to the Board of County Commissioners or
any committee thereof specifically contemplated in the bid solicitation package. For information
concerning procedures for responding to this Bid, contact the Purchasing Department, Donna Fish by
email purchasing@claycountygov.com or at (904) 278-3761.
The County reserves the right to waive formalities in any response, to reject any or all responses with
or without cause, to waive technical and non-technical or non-material defects in the solicitation or
submittal of any responses, including the lack of availability of adequate funds, regulatory agency
requirements, to make award in part or completely, and/or to accept the response that, in its
judgment, will be in the best interest of the County of Clay. Bid proposals in which the prices
obviously are unbalanced will be rejected.
3
FOLLOWING THE BID OPENING AND TABULATION, A “NOTICE OF INTENT TO AWARD BID”
OR A “NOTICE OF REJECTION OF ALL BIDS” WILL BE POSTED ON THE INTERNET AT:
http://www.claycountygov.com/departments/purchasing-division/bcc-bid-tabs-current-bids-intent-
bids-rejection-bids. THIS WEB PAGE CAN ALSO BE ACCESSED FROM THE HOMEPAGE OF THE
COUNTY’S WEBSITE AT: www.claycountygov.com BY FOLLOWING THE “NOTICE OF INTENT BIDS”
LINK UNDER THE “BUSINESS” ROLLOVER BUTTON ON THE COUNTY’S HOMEPAGE. NO OTHER
NOTICE WILL BE POSTED.
PROSPECTIVE BIDDERS ARE NOTIFIED THAT THE FAILURE TO INCLUDE WITHIN THE SEALED BID
ENVELOPE A PROPER BID BOND OR OTHER SECURITY APPROVED UNDER THE COUNTY’S PURCHASING
POLICY, OR THE FAILURE TO FILE A WRITTEN PETITION INITIATING A FORMAL PROTEST
PROCEEDING WITHIN THE TIMES AND IN THE MANNER PRESCRIBED IN SECTION 8. (N), OF SAID
POLICY, SHALL CONSTITUTE A WAIVER OF THE RIGHT TO PROTEST THE BID SOLICITATION, ANY
ADDENDUM THERETO, OR THE BID DECISION, AS APPLICABLE, AND TO INITIATE A FORMAL PROTEST
PROCEEDING UNDER SAID POLICY. THE COUNTY’S PURCHASING POLICY CAN BE VIEWED AT THE
COUNTY’S WEBSITE BY FOLLOWING THE APPROPRIATE LINKS FROM THE HOMEPAGE ADDRESS SET
FORTH ABOVE.
A person or affiliate who has been placed on the convicted bidder list following a conviction for a
public entity crime may not submit a bid on a contract to provide any goods or services to a public
entity, may not submit a bid on a contract with a public entity for the construction or repair of a
public building or public work, may not submit bids on leases of real property to a public entity, may
not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a
contract with any public entity, and may not transact business with any public entity in excess of the
threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period
of 36 months from the date of being placed on the convicted bidder list.
--------------------------------------------END OF NOTICE-----------------------------------------
4
REQUEST FOR PROPOSAL INSTRUCTIONS
RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND
PLAYGROUNDS
1. Delivery and Receipt of Bids: All sealed Proposals submitted shall be received by the
Purchasing Department of Clay County, Florida.
Proposals submitted in person or by courier services will be received at:
Clay County Administrative Building
Fourth Floor, Reception Area
477 Houston Street, Green Cove Springs, Florida 32043
Three copies of the Proposal must be received in a sealed envelope. Proof of liability insurance,
form W-9 taxpayer identification number, and bid information shall be included with all responses
submitted.
The words “RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND
PLAYGROUNDS” shall be clearly marked on the front and back of the envelope containing the
Proposal.
2. Due Date and Opening Date: Proposals will be received by carrier or in person until Monday,
March 18, 2019 at 4:00 p.m. and will be opened on Tuesday, March 19, 2019 at 1:00 p.m. or
soon thereafter, in the Clay County Administration Building, 477 Houston Street, Conference
Room “B”, Fourth Floor, Green Cove Springs, Florida. Bids will be reviewed by Clay County as
soon thereafter as possible.
A. All Proposals will be “clocked” at the time they are received to indicate the time and date of
receipt.
B. Proposals WILL NOT be accepted in person after the time and date specified.
C. Proposals received by carrier WILL NOT be accepted if they are received after the time and
date specified regardless of the circumstances.
D. No postal mail will be accepted.
3. Withdrawal of RFP: Proposals may be withdrawn by a written or faxed request by the Bidder
and received by the Purchasing Department before the date and time for receiving Proposals has
expired. Negligence on the part of the Bidder in preparing a Proposal is not grounds for
withdrawal or modification of a Proposal after such Proposal has been opened by the County.
Bidders may not withdraw or modify a Proposal after the appointed Bid Opening. Bidders may
not assign or otherwise transfer their Proposals.
4. Inquiries/Questions: Any questions regarding this RFP must be directed to Donna Fish (the
authorized contact person) via email at purchasing@claycountygov.com (preferred method) or
by calling (904) 278-3761. Written inquiries/questions must be received by March 6, 2019.
Responses to questions, clarifications, and addenda will be distributed to potential Bidders by
email. It is the responsibility of interested Bidders to verify if this information has been issued
prior to submitting a Bid.
6
5. No Contact Period: During the Bidding process, all prospective Bidders are hereby prohibited
from contacting (1) any member of the Board of County Commissioners, the County Manager or
any County employee or agent regarding the solicitation in any respect during the solicitation
period, and (2) the County Manager or any County employee or agent regarding the solicitation
in any respect during the evaluation period. The violation of this rule shall result in the
automatic disqualification of any Bid submitted by the violator, as specified in Section P of
Chapter 8 of the Clay County Purchasing Manual. Exceptions: The no-contact rule set forth
shall not apply to inquiries submitted to the authorized contact person, the pre-bid conference, or
to formal presentations by finalists to the Board of County Commissioners or to the County’s
evaluation committee.
6. Additional Evaluation: The County reserves the right to request any additional information
from Bidders after Bid Opening and before award as may be necessary to assist in review and
evaluation of any Bid prior to submittal of a recommendation for award to the Board of County
Commissioners.
7. Award: The Bid will be awarded to the responsible Bidder(s) submitting a Bid determined to
provide the best value to the County with price, technical, and other applicable factors
considered. The County reserves the right to award to multiple bidders.
8. Waiver of Formalities/Rejection of Bids: The County reserves the right to waive formalities in
any Bid, to reject any or all Bids with or without cause, to waive irregularities/technicalities, and
waive technical and non-technical or non-material defects in the Bid document or submittal of
any Bid. The County reserves the right to make award either in part or completely, and/or to
accept the Bid that, in its judgment, will be in the best interest of the County. Bids in which the
prices obviously are unbalanced will be rejected. The County reserves the right to reject any and
all Bids and to re-advertise for all or any part of this solicitation as deemed in its best interest.
9. Cancellation of Bid: Clay County reserves the right to cancel a solicitation at any time prior to
approval of the award. The decision to cancel a solicitation cannot be the basis for a protest under
the formal protest process as referenced herein.
10. No Bid: Each company not intending to respond to this Bid should reply with a written “No Bid
Statement”. Such action will maintain the company on the appropriate active Bidder solicitation
list. Three (3) failures to respond to solicitations may result in deletion from the Bidder
solicitation list.
11. Bid Errors: Where Bid forms have erasures or corrections, each erasure or correction must be
initialed in ink by the Bidder. In case of unit price Bid items, if an error is committed in the
extension of an item, the unit price as shown in the Bid response will govern. Errors between any
sum, computed by the Bidder, and the correct sum thereof will be resolved in favor of the correct
sum. Any discrepancy between words and numbers will be resolved in favor of the written
words.
12. Deviations: Bidders are hereby advised the County will only consider Bids that meet the
specifications and other requirements imposed upon them by this Bid document. In instances
where a deviation is stated in the Bid Form, said Bid will be subject to rejection by the County in
recognition of the fact that said Bid does not meet the exact requirements imposed upon the
Bidder by the Bid or Contract documents.
7
13. Bid Protests: Any company affected adversely by the County’s decision may file with the
County Purchasing Department a “Notice of Protest” in writing within 72 hours after the posting
of the recommended award. Failure to file a written Notice of Protest shall constitute a waiver of
proceedings under Chapter 8 (N) of the Clay County Purchasing Policies. Failure to file a written
petition initiating a formal protest proceeding within the time frame and in the manner prescribed
in Section 8 (N) of said policy shall constitute a waiver of the right to protest the Bid solicitation,
any addendum thereto, or the Bid award recommendation or decision, and to initiate a formal
protest proceeding under said policy. The County’s Purchasing Policy may be viewed at the
County’s website by following the appropriate links from the Homepage.
14. Public Entity Crimes: Pursuant to Section 287.133(2)(a) of the Florida Statutes, a person or
affiliate who has been placed on the convicted vendor list following a conviction for a public
entity crime may not submit a Bid for a Contract to provide any goods or services to a public
entity, may not submit a Bid for a Contract with a public entity for the construction or repair of a
public building or public work, may not submit Bids on leases of real property to a public entity,
may not be awarded or perform work as a Contractor, supplier, subcontractor, or consultant under
a Contract with any public entity, and may not transact business with any public entity in excess
of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY
TWO for a period of 36 months from the date of being placed on the convicted vendor list. By
submitting a Bid, Bidder attests that they have not been placed on the “Convicted Vendor List”.
15. Debarment: By submitting a Proposal, the Bidder certifies that it is not currently debarred from
submitting proposals for contracts issued by any political subdivision or agency of the State of
Florida and that it is not an agent of a person or entity that is currently debarred from submitting
proposals for contracts issued by any subdivision or agency of the State of Florida.
16. Laws and Regulations: The Bidder shall comply with all laws and regulations applicable to
provide the goods and/or services specified in this solicitation. The Bidder shall be familiar with
all federal, state and local laws that may affect the goods and/or services offered. All applicable
Federal and State laws, municipal and Clay County ordinances, and the rules and regulations of
all authorities having jurisdiction over any part of the project shall apply to the entire project and
Contract.
17.Scrutinized Companies Certification: In compliance with subsection (5) of Section
287.135(5), Florida Statutes the Bidder certifies that the company is not participating in a
boycott of Israel as defined in subsection (1) of the Statute; is not on the Scrutinized
Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the
Iran Petroleum Energy Sector List as referred to in subsection (2) of the Statute; and does not
have business operations in Cuba or Syria as defined in subsection (1) of the Statute. The
included Scrutinized Companies Certification Form must be completed and returned as part
of the bid submittal.
18. Laws and Regulations: The Bidder shall comply with all laws and regulations applicable to
provide the goods and/or services specified in this solicitation. The Bidder shall be familiar
with all federal, state and local laws that may affect the goods and/or services offered. All
applicable Federal and State laws, municipal and Clay County ordinances, and the rules and
regulations of all authorities having jurisdiction over any part of the project shall apply to the
entire project and Contract.
8
19. Copyright Restrictions: Both the County seal and the County logo are being registered for a
copyright. Neither the Clay County seal nor the logo may be used or provided to non-Clay
County government users for use on company Bids, presentations, etc.
20. Indemnification: The awarded Bidder shall indemnify and hold harmless the County, and its
officers and employees, from liabilities, damages, losses, and costs, including, but not limited to,
reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally
wrongful conduct of the company and other persons employed or utilized by the company in the
performance of the Contract. The provisions of Florida Statute 768.28 applicable to Clay
County, Florida apply in full to this Contract. Any legal actions to recover monetary damages in
tort for injury or loss of property, personal injury, or death caused by the negligent or wrongful
act or omission of any employee of the County acting within the scope of his/her office or
employment are subject to the limitations specified in this statute.
No officer, employee or agent of the County acting within the scope of his/her employment or
function shall be held personally liable in tort or named as a defendant in any action for any or
damage suffered as a result of any act, event, or failure to act. The County shall not be liable in
tort for the acts or omissions of an officer, employee, or agent committed while acting outside the
course and scope of his/her employment. This exclusion includes actions committed in bad faith
or with malicious purpose, or in a manner exhibiting wanton and willful disregard of human
rights, safety, or property.
21. Insurance Requirements: Prior to commencement of the project, the awarded Bidder shall
provide the County Purchasing Department with proof of the following insurance:
a. Commercial General Liability
1. General Aggregate $1,000,000
2. Products and Completed Operations Aggregate $1,000,000
3. Personal and Advertising Injury $1,000,000
4. Each Occurrence $1,000,000
5. Fire Damage (any one fire) $ 50,000
6. Medical Expense (any one person) $ 5,000
b. Automobile Liability
1. Any automobile-Combined bodily injury/property damage, $1,000,000
with minimum limits for all additional
coverages as required by Florida law
c. Workers Compensation/Employers Liability
1. Workers Compensation statutory limits
2. Employers Liability
a. Each Accident $ 100,000
b. Disease-Policy $ 500,000
c. Disease-Each Employee $ 100,000
d. Professional Liability
1. When required by Contract-per occurrence $ 1,000,000
9
The awarded Bidder must maintain insurance coverage at the above-prescribed levels through the
date of completion of the project and such coverage must include all independent Contractors and
Subcontractors. Either prior to, or simultaneously with the execution of the Contract, the
awarded Bidder must deliver certificates of insurance for the required insurance coverage to the
County naming “Clay County, a political subdivision of the State of Florida, the Board of County
Commissioners, Clay County, Florida; and all public agencies of Clay County, as their interests
may appear” as “Additional Insured.” Said certificates of insurance shall also include a thirty-
day prior written notice of cancellation, modification or non-renewal to be provided to the
County.
22. Performance and Payment Bond Requirements: Performance and Payment Bonds are not
required for projects of $200,000.00 or less. Prior to commencement of a project exceeding
$200,000.00, the awarded Bidder shall file a 100% Performance Bond and Payment Bond (using
Clay County’s Standard Form) in the Public Record of Clay County, Florida, Recording
Dept./Room 130, 825 North Orange Avenue, Green Cove Springs, Florida 32043. The recorded
Performance and Payment Bonds shall be provided prior to the commencement of construction to
Clay County Purchasing Department, PO Box 1366, Green Cove Springs, Florida 32043.
Performance and Payment Bonds must be increased in accordance with any change order
increases on the project.
23. Bid Preparation Costs: By submission of a Bid, the Bidder agrees that all costs associated with
the preparation of his/her Bid will be the sole responsibility of the Bidder and shall not be borne
by the County. The Bidder also agrees that the County bears no responsibility for any costs
associated with the preparation of their Bid and/or any administrative or judicial proceedings
resulting from the solicitation process.
24. Business Registration Requirement: In accordance with Chapters 605-623, Florida Statutes, in
order to do business in the State of Florida, corporations (and other business designations) are
required to be registered and in good standing with the Department of State, Division of
Corporations. To be eligible to receive a contract and/or purchase order registration must be
accomplished prior to the initial posting indicating intent to award to that vendor. Failure to be
registered may be cause for disqualification. Contact the Division of Corporations at (850) 245-
6000. Online-filing is available at: http://dos.myflorida.com/sunbiz
25. Contractor Qualifications and Requirements: At the time of Bid Opening, all Bidders
must be certified or registered pursuant to Chapter 489, Florida Statutes, or hold a Clay
County certification under Article III of Chapter 7 of the Clay County Code, as applicable, at
the time of submitting a Bid. All Bidders must submit evidence of current state certification
or registration, or County certification, as applicable, prior to award of this Bid.
The following licensing requirements shall apply when the applicable Florida statute mandates
specific licensing for Contractors engaged in the type of work covered by this solicitation.
a. State of Florida, Department of Professional Regulation, Construction Industries Licensing
Board and licensed by other federal, state, regional, county or municipal agencies having
jurisdiction over the specified construction work.
b. Said licenses shall be in the Bidder's name as it appears on the Bid Form. Bidder shall supply
a copy of each applicable license showing the appropriate license numbers, with expiration
10
dates as required by the County. Failure to hold and provide proof of proper licensing,
certification and registration may be grounds for rejection of the Bid and/or termination of
the Contract.
c. Subcontractors Contracted by the Prime Contractor shall be licensed in their respective fields
to obtain construction permits from the County. Said license must be in the name of the
subcontractor.
The following licensing requirements shall apply when applicable (Contractor Prequalification):
Florida Law and Rules of the State of Florida, Department of Transportation, require
contractors to be prequalified with the Department in order to bid for the performance of
road, bridge, or public transportation construction contracts greater than $250,000.00. The
Contractor Prequalification process results in the issuance of a Certificate of Qualification for
each successful applicant which lists the approved work classes and the Maximum Capacity
Rating in dollars. It is the responsibility of potential bidders to review the requirement and
meet the qualifications listed at: http://www.dot.state.fl.us/cc-
admin/PreQual_Info/prequalified.shtm. Contractors not meeting the applicable work types
associated with the scope of the work may utilize subcontractors to assist with meeting the
requirement of all necessary prequalification work classes.
26. Qualification: The County shall have the right to review the references, experience of assigned
personnel, and qualifications of the Contractor in order to make the final determination of
acceptability of the Contractor to be awarded the Contract and construct the work.
The Board of County Commissioners may reject, at its sole discretion, any Bidder the
Commission finds to lack, or who’s present or former executive employees, officers, directors,
stockholders, partners or owners are found by the Commission to lack honesty, integrity, or
moral responsibility. The Commission's finding may be based on any of the following factors:
the disclosure required herein, the County's own investigation, public records, or any other
reliable source of information. The Commission may also reject any Bidder failing to make the
disclosure required herein. By submitting a Bid, Bidder recognizes and accepts that the Board of
County Commissioners may reject any Bid at its sole discretion and the Bidder waives any claim
it might have for damages or other relief arising from the rejection of its Bid or resulting directly
or indirectly from the rejection of its Bid based on these grounds or from the disclosure of any
pertinent information relating to the reasons for rejection of its Bid.
27. Subcontractors: The County reserves the right to approve all Subcontractors for this Contract. If
Subcontractors are to be utilized, their names and references must be included within this Bid.
Responsibility for the performance of the Contract remains with the main Contractor exclusively.
After the commencement of the project, subcontractors may be added or modified during the
Contract period only with prior written permission from the County, and only for reasonable
cause, as judged by the County.
28. Interpretation of Plans and Specifications: No interpretation of the meaning of the plans,
specifications, or other Contract documents will be made to any Bidder orally. Every request
for interpretation should be in writing addressed to the Purchasing Department. To be given
consideration, such requests must be received no later than March 6, 2019.
11
Any and all such interpretations and any supplemental instructions will be in the form of a
written addendum. All Addenda issued shall become part of the Bid and Contract documents,
and receipt must be acknowledged on the Bid Form, by completion of the applicable information
on the Addendum, and submitting it with the Bid. Failure to acknowledge Addenda which have
no effect on the competitive nature of the bidding process may be a waiveable deviation at the
County’s sole discretion.
29. Conflict of Interest: The award hereunder is subject to Chapter 112, Florida Statutes. All
proposers must disclose with their Proposal, any personal or organizational conflicts of interest
pursuant to Section 112.313, Florida Statutes, the name of any officer, director, or agent who is
also an employee of the Clay County Board of County Commissioners. Further, all proposers
must disclose the name of any Clay County Board of County Commissioners employee who
owns, directly or indirectly, an interest of the proposer’s firm or any of its branches.
30. Use of Contract by Other Government Agencies: At the option of the Bidder, the use of the
Contract resulting from this solicitation may be extended to other governmental agencies,
including the State of Florida, its agencies, political subdivisions, counties, and cities.
Each governmental agency allowed by the Bidder to use this Contract shall do so independent of
any other governmental entity. Each agency shall be responsible for its own purchases and shall
be liable only for goods or services ordered, received and accepted. No agency receives any
liability by virtue of this bid and subsequent contract award.
31. Execution of Contract and Notice to Proceed: The awarded Bidder may be required to sign a
written Contract. Said Contract will evidence in written form the agreement between the parties.
32. All payments made under this Bid will be made in accordance with the Local Government
Prompt Payment Act; in effect, not later than 45 days from receipt of proper invoice.
33. At the discretion of the Board of County Commissioners any Committee contemplated herein,
Vendors submitting proposals may be requested to make oral presentations as part of the
evaluation process.
12
RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND
PLAYGROUNDS – SCOPE OF SERVICES
(Provided by Parks and Recreation Department)
SCOPE:
The purpose of this bid invitation:
1. Establish a firm, fixed percentage discount from manufacturer’s and/or bidder’s current
catalog/supply/product information price list for the purchase of various equipment and
amenities for parks and playgrounds as requested by the Clay County Division of Parks
and Recreation. The County reserves the right to award to multiple bidders.
2. Establish a firm, fixed percentage of manufacturer’s and/or bidder’s current
catalog/supply/product information price list, after applying the above requested discount
for purchase, for the installation of various equipment and amenities. It is understood
that bidder’s current catalog/supply/product information price list are subject to change;
however, percentages shall remain fixed. No extra charges or compensation will be
allowed for installation above and beyond what has already been presented in your bid. If
the bidder offers specialized catalogs, the catalogs must be submitted separately from any
other catalog offered by the bidder.
3. This bid is also a means for qualifying vendors for ball park lighting services. Qualifying
vendors will be requested to provide pricing on a project by project basis as defined in the
method of ordering section of this bid utilizing prices provided in bid response. The
qualified vendor(s) providing the lowest responsive quote will be awarded the project.
4. There is no guarantee any purchases will be made after award. Purchase orders will be
issued subject to availability of funds.
RESPONSIBILITY:
Bidder shall be responsible for all labor, materials, equipment, supervision, off-loading, storage,
and installation, of various equipment and amenities for parks and playground equipment or
amenities ordered, unless otherwise specified by the County. The County may elect, in certain
circumstances, to purchase only materials and have those materials installed by others (e.g.,
volunteers, County staff). These items will be shipped to a designated location and off-loaded by
the bidder or bidder’s representative.
QUALIFICATION OF INSTALLERS:
If a bidder utilizes a sub-contracted installer for any park or playground equipment, a list of sub-
contracted installers must be included with their bid. Additionally, the bidder must supply
WRITTEN FACTORY/MANUFACTURER CERTIFICATION that its installer, or its sub-
contracted installer, is an authorized installer, certified to install various equipment and amenities
for parks and playground equipment as required by each manufacturer.
CATALOGS AND MANUFACTURER SUGGESTED RETAIL PRICE (MSRP) LISTS:
Each bidder shall submit with this bid, at no charge, two (2) sets of each current
catalog/supply/product information price list as well as current MSRP list for each catalog
13
submitted. All catalogs and/or MSRP lists shall clearly identify bidder’s name, address and
telephone number.
The vendor shall supply at no charge, two (2) sets of each then current catalog/supply/product
information price list as well as current MSRP list for each catalog submitted upon price
changes. At renewal time Vendor may request that new manufacturers be added. County reserves
the right to approve or deny this request.
COMPLIANCE WITH LAWS AND CODES:
Bidders must strictly comply with Federal, State and local building and safety codes. Equipment
must meet all State and Federal safety regulations. The following publications (issue in effect on
date of invitation to bid) shall form a part of this specification:
A. American Society for Testing and Materials (ASTM):
ASTM-F1487 Standards – Methods of testing Playground Equipment for
Public Use.
ASTM-F1292 Standards - Method for testing various surfacing materials
to determine their “critical height” (the fall height below
which a life threatening head injury would not be expected
to occur)
Copies may be obtained from the - American Society for Testing and Materials
100 Barr Harbor Drive
West Conshohocken, PA 19428
B. Consumer Product Safety Commission (CPSC) – printed Handbook for Public
Playground Safety.
Copies may be obtained from the - US Consumer Product Safety Commission
4330 East West Highway
Bethesda, MD 20814
(301) 504-7923
C. National Playground Safety Institute (NPSI) – identification of 12 leading causes
of injuries on playgrounds.
Copies may be obtained from the - National Recreation and Park Association
22377 Belmont Ridge Road
Ashburn, VA 20148-4150
(703) 858-0784
D. Americans with Disabilities Act (ADA) Regulations for Title III, Appendix A,
Standards for Accessible Design, issued by the Department of Justice.
14
Copies may be obtained by calling: (800) 514-0301
Bidders certify that all products (materials, equipment, processes, age appropriate signage, or
other items supplied in response to this bid) contained in its bid meet all Federal and State
requirements, Upon completion of installation of play equipment and/or playground
surfacing, bidder shall furnish to the County a certificate so stating the equipment
/surfacing and its installation meet all Federal and State requirements as outlined in the
above publications.
Bidders further certify that if the product(s) delivered and/or installed are subsequently found to
be deficient in any of the aforementioned requirements in effect on date of delivery, all costs
necessary to bring the product(s) and installation into compliance shall be borne by the bidder.
INVOICING:
Invoices may be issued once equipment, materials, and supplies are delivered and/or installed to
the county’s satisfaction. At a minimum, invoices must include: Purchase Order Number, Item
Number and Description, Date of Shipment, Quantity Ordered, Unit Price, Unit of Measure, and
a total for all purchases. Standard payment terms are Net 45 days per the Local Government
Prompt Payment Act.
TERMS OF CONTRACT:
The term of bid award for various equipment and amenities for parks and playgrounds will be
three (3) years, with two (2) one (1) year renewal options. Discounts from this solicitation shall
prevail for the full duration of the contract and including subsequent extensions. County
reserves the right to use other available bids or contracts when in the best interest of the County.
METHOD OF ORDERING:
The County may generate a Request for Quotation, on an “as needed” basis, for park and
playground equipment and/or ball field lighting together with a request for additional services
required to complete that project (see attached Quote sample sheet). The County reserves the
right to send such Request for Quotation to any or all awarded bidders. The Request for
Quotation can define the project exactly or the Request for Quotation can describe a desired end
result, allowing the bidder to design the park or playground site.
After generating a Request for Quotation for a project, and before bidder’s submission of its
quotation in response to the Request for Quotation, the County may require requested bidder (s)
to attend a site visit with County personnel to familiarize the bidder(s) with the site and
determine additional services that may be required to complete the project. Bidders will be
responsible for the accuracy of all fixed measurements.
The bidder’s quotation in response to the Request for Quotation must contain each of the
following:
15
• A detailed breakdown of the cost for the entire project. Descriptions of additional
services related to the project, together with their price, shall also be listed.
• Include Catalog Name, Number and associated discount. When quoting projects where
freight would be charged, those costs must be included in quote so freight charges can
appear on the purchase order. Freight charges for equipment must be pre-paid and added
to the invoice.
• Names of any and all subcontractors on the project. It is understood the bidder remains
responsible for project completion and acceptance by the County. The County reserves
the right to reject any quotation in response to a Request for Quotation if said quotation
names a subcontractor who has, in the sole opinion of the County, previously failed in the
proper performance of an award or failed to deliver on time contracts of a similar nature,
or who is not in a position to perform properly under this award.
• Project Completion Date.
• Include an updated catalog, if needed and updated MSRP lists for the park and play
equipment specifically quoted.
The County will generate purchase orders as a result of approved “Request for Quotations”
submitted, at the sole discretion of the County. The County reserves the right to not award to
any, or to use other available bids or contracts when in the best interest of the County.
PROMOTIONAL PRICING:
During the contract period, bidders shall extend any pricing offered on a “promotional” basis
from the manufacturer to the county. It will be the bidder’s responsibility to monitor said items
and report any that are or will be offered at lower prices.
SUPERVISION:
A bidder’s job supervisor/representative shall be on the work site at all times and be thoroughly
knowledgeable of the materials, job requirements, plans, specifications and installation functions.
Contractors shall be responsible for the appearance of all working personnel assigned to the
project (clean and appropriately dressed at all times).
JOB COMPLETION:
Bidder/installer shall be responsible for all materials received and signed for from date of order
to completion of job installation.
Bidder/installer shall be responsible for cleanup and removal of all debris resulting in job
completion.
Bidder/installer shall be responsible for restoring the work site to its original condition at the
completion of the project. This shall include re-sodding of the area affected by their work with
sod which is of the same variety and quality as the surrounding sod. Where no sod exists prior to
installation, the contractor shall restore grade to a level consistent with the surrounding grade.
16
RESPONSIBILITY FOR DAMAGES AND PRESERVATION OF PROPERTY:
The bidder shall use due care to avoid damaging all property associated with, adjacent to, or in
any way affected by the work being performed. The bidder shall be responsible for the
protection of all buildings, structures, and utilities that are underground, above ground, or on the
surface from their operations that may be hazardous and/or damaging to said facilities. Bidder
shall leave work site in a neat and orderly fashion at the end of each work day. Any damage
occurring to such items by bidder shall be immediately repaired or replaced to a condition at
least equal to that which existed prior to the damage. All costs incurred for repair or replacement
shall be borne by the successful bidder. Any damages not repaired or replaced by the bidder
within ten (10) calendar days from notification will be fixed by the County or its contractor and
the cost shall be paid by the bidder or deducted from their invoice.
VIOLATIONS/DEFAULT:
In the event the awarded bidder(s) should violate any provisions of this bid, such bidder will be
given written notice stating the deficiencies and given ten (10) days to correct deficiencies found.
The County reserves the right to terminate any bid, contract, or purchase order at any time due to
any violation.
In the event the awarded bidder(s) should breach this contract, the County reserves the right to
seek all remedies in law and/or in equity. Failure of an awarded bidder to adhere to completion
dates defined by bidder and County may result in no further purchase being made with such
bidder under this Bid.
17
BID FORM
RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND
PLAYGROUNDS
Bidder:
Address:
City, State and Zip:
Phone: Email:
Contact Name(s):
Signature of Bidder
*Bidder can provide additional price information related to Ball Field Lighting
MANUFACTURER CATALOGS:
Manufacturer:
Fixed Percentage Discount off MSRP:
Installation (Fixed Percentage of cost after discounts of equipment):
Manufacturer:
Fixed Percentage Discount off MSRP:
Installation (Fixed Percentage of cost after discounts of equipment):
Manufacturer:
Fixed Percentage Discount off MSRP:
Installation (Fixed Percentage of cost after discounts of equipment):
Manufacturer:
Fixed Percentage Discount off MSRP:
Installation (Fixed Percentage of cost after discounts of equipment):
(MULTIPLE SHEETS CAN BE USED)
18
RFP #18-19-2, Various Equipment And Amenities For Parks And Playgrounds
SUB-CONTRACTOR EQUIPMENT INSTALLERS:
Business Name:
Address:
Phone Number:
Contact Name:
Business Name:
Address:
Phone Number:
Contact Name:
Business Name:
Address:
Phone Number:
Contact Name:
Note: Upon request bidders must supply WRITTEN CERTIFICATION (s) naming bidder, and/or each
of its sub-contractor installer(s), as an authorized installer certified to install park and playground
equipment as required by each manufacturer. Installers shall have a Certified National Playground Safety
Inspector (NPSI) present during installations and repairs.
(MULTIPLE SHEETS CAN BE USED)
19
WARRANTY INFORMATION FORM
MAKE AND MODEL OF EQUIPMENT PROPOSED:
Is there a warranty on the equipment proposed?
Yes No
Does the warranty apply to ALL components or only part? (State Explicitly)
Parts Warranty Period: Service Warranty Period:
Nearest source for parts and/or service center (s):
Name, address and phone number of the authorized service center (s):
1)
2)
3)
Name, address and phone number of the authority issuing this warranty: (Manufacturer, Distributor, etc.)
COPY OF COMPLETE WARRANTY STATEMENT IS SUBMITTED HEREWITH:
Yes No
Name of Bidder:
Signature
Title Phone Number
(MULTIPLE SHEETS CAN BE USED)
20
Example Request for Quotation
Various Equipment and Amenities for Parks and Playgrounds
Description of Project:
A site plan (not to scale), along with drawing of proposed amenities, is attached. A mandatory site visit is
scheduled for at .
Price Quotation:
Manufacturer Item and Page
Number
Quantity MSRP Unit
Price
Contract
Discount
Extended
Price
*When quoting projects where freight would be charged, include those costs so freight charges can appear
on the purchase order. Freight charges for equipment must be pre-paid and added to the invoice.
Additional Services Required:
Description Quantity Unit Price Extended Price
Total: $
List any Subcontractors:
1. Name
2. Address
3. Telephone Number
4. Contact Name
5. Designated Work
6. Subcontractor Cost
21
RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND
PLAYGROUNDS
CORPORATE DETAIL
Failure to complete all fields may result in your bid being rejected as non-responsive.
COMPANY NAME: ____________________________________________________
ADDRESS: ____________________________________________________
____________________________________________________
____________________________________________________
TELEPHONE: ____________________________________________________
FAX #: ____________________________________________________
E-MAIL: ____________________________________________________
Name of Person submitting Bid: ___________________________________________
Title: ___________________________________________
Signature: ___________________________________________
Date: __________________________________________
ADDENDA ACKNOWLEDGMENT:
Bidder acknowledges receipt of the following addendum:
Addendum No. _____ Date: __________ Acknowledged by: _________________________
Addendum No. _____ Date: __________ Acknowledged by: _________________________
Addendum No. _____ Date: __________ Acknowledged by: _________________________
22
Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion Form
RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND
PLAYGROUNDS
(1) The prospective Vendor, ________________________________, certifies, by submission
of this document, that neither it nor its principals is presently debarred, suspended,
proposed for debarment, declared ineligible, or voluntarily excluded from participation
in this transaction by any Federal Department or Agency.
(2) Where the Vendor is unable to certify to the above statement, the prospective Vendor
shall attach an explanation to this form.
Vendor:
______________________________________________
By: ___________________________________________
Signature
_______________________________________________
Name and Title
_______________________________________________
Street Address
_______________________________________________
City, State, Zip
________________________________
Date
23
Scrutinized Companies Certification
[Clay County RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND
PLAYGROUNDS]
Name of Company:1 _______________________________________________
In compliance with subsection (5) of Section 287.135(5), Florida Statutes (the Statute), the
undersigned hereby certifies that the company named above is not participating in a boycott of Israel
as defined in subsection (1) of the Statute; is not on the Scrutinized Companies with Activities in
Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List as
referred to in subsection (2) of the Statute; and does not have business operations in Cuba or Syria as
defined in subsection (1) of the Statute.
(Seal)
Insert Name of Company:
By:
Its
1 “Company” means a sole proprietorship, organization, association, corporation, partnership, joint venture, limited
partnership, limited liability partnership, limited liability company, or other entity or business association, including all
wholly owned subsidiaries, majority-owned subsidiaries, parent companies, or affiliates of such entities or business
associations, that exists for the purpose of making profit.
24
“NO BID” Statement
RFP No. 18/19-2, VARIOUS EQUIPMENT AND AMENITIES FOR PARKS AND
PLAYGROUNDS
If your company does not intend to bid on this procurement, please complete and return this form
prior to the date shown for receipt of Bids to: Clay County Purchasing Department, Attn: Donna
Fish, 477 Houston Street, Green Cove Springs, FL 32043
We, the undersigned, decline to bid on the above referenced invitation to bid for the following
reasons:
Specifications are too restrictive (please explain below or attach separately)
Unable to meet specifications
Specifications were unclear (please explain below or attach separately)
Insufficient time to respond
We do not offer this product or service
Our schedule would not permit us to perform at this time
Unable to meet bond requirements
Other (please explain below or attach separately)
Remarks:
_________________________________________________________________________
______________________________________________________________________
Company Name: Telephone #:_____________________
Signature: Fax #: ________________________
Print Name: Title: __________________________
Address: _________________________________________________________________
City:
Zip: _______________________________________
25
CHAPTER 8: PROCEDURES FOR PUBLIC BID OPENINGS
(A) Purpose: The purpose of this chapter is to specify procedures for the submittal, receipt,
opening and recording of all formal bids required by all of the various laws, ordinances, and
other procedures and manuals governing the solicitation and awarding of public bids in Clay
County, Florida, including but not limited to:
a. Section 336.44, Florida Statues (2001). b. Applicable Provisions of Clay County Code.
c. Florida Department of Transportation Standard Specifications, most recent edition.
(B) Time of Opening: All bids shall be submitted to the Purchasing department, 4th Floor,
Clay County Administration Building, 477 Houston Street, Green Cove Springs, Florida, which
shall record receipt thereof by date and time on the bid envelope. Upon receipt, the Purchasing
department will maintain custody and control of all bid submittals until after they have been
opened. The deadline for a particular bid submittal shall be 4:00 P.M., of the Monday
immediately preceding the Tuesday upon which the bid is to be opened. No bid shall be opened
unless and until proof by publisher's affidavit of publication of the bid solicitation is received and
filed by the Purchasing department. Bidders and the public are welcomed to attend the opening
and all subsequent committee and commission meetings related to the bids.
(C) Form of Bid Submittal: All bids shall be submitted in triplicate, (and if applicable only
on the forms provided by the County or its staff). Each bid and its accompanying materials shall
be submitted in a single, sealed and opaque envelope. The following items shall be prominently
marked on the cover of the envelope by the party making the submittal prior thereto:
a. The number assigned to the particular bid solicitation.
b. The title of the bid exactly as it appeared in the published solicitation.
c. The date of the bid opening.
(D) Bid Receipt Procedure: The County Manager shall, in cooperation with his or her
Department heads and the Purchasing department, assign a specific and discrete number and title
to each bid solicitation, which shall be contained in the Request for Bids, the newspaper
publication, specifications and the Bid Form thereof. Three copies of each request for bid shall
be submitted to the Purchasing department for distribution as provided in Section F hereof, and
the "Request For Bids" shall be signed prior to publication.
(E) Place of Opening: All bids properly submitted shall be opened in a public location so
designated in the bid solicitation.
(F) Distribution of Copies: Upon the opening of a bid, one copy shall be distributed to the
head of the originating department. Purchasing shall submit to the Finance committee of the
Board a tabulated list of all bidders and their bids, including bid number, name, staff assigned, a
recommendation to include but not be limited to the lowest responsive and responsible bid, or in
a proper circumstance the best bid, budget information and alternatives. All staff assigned to
evaluate bid and RFP responses shall do so observing all requirements of the Sunshine Law and
26
in meetings noticed at least 72 hours in advance thereof. The Purchasing department shall serve
as the permanent record holder for the County Manager.
(G) Committee Review, Report and Recommendations: Bids shall be reviewed by the
Board’s Finance committee following the bid opening. The Committee should, in the absence of
unusual circumstances, report its recommendation to the Board at the Board's next regularly
scheduled meeting, which shall include a tabulated list of all bidders and their bids. In all events,
the County Manager shall cause to be spread upon the minutes of the regular meeting of the
Board next following the opening of a particular bid, a list of all bidders and their bids. Upon
being awarded a bid, and if a contract is entered into with the successful bidder then the County’s
Standard Addendum and IRS Form W-9, Request for Taxpayer Identification and Certification
must be completed.
(H) Ineligible Bid: Any bid that does not meet the foregoing requirements for form, time of
submittal, number of copies or the specifications advertised will be rejected and the reasons
stated therefor; provided that the Purchasing department shall reject and return unopened all bids
which do not meet the foregoing requirements for time of submittal, or envelope markings. Bids
that do not meet requirements for form will be rejected and declared "No Bid". The Board
reserves the power to reject all bids and in its discretion to re-advertise the solicitation.
(I) Bid Withdrawal Period: Any bid submitted requires a five (5) percent bond unless
waived by the Board prior to solicitation, which cannot be withdrawn for a period of 30 days
subsequent to the date of the bid opening, notice of which shall be incorporated in all requests for
bids. As used herein, the term bond shall include cashier or certified checks payable to the
County. All such checks shall be held by the Finance department for safekeeping immediately
upon acceptance of the bid (but not deposited). The Finance department is hereby authorized to
return each bond to the submitting party, as soon as practicable, upon written request to the
Finance department, but only after a bid and contract have been awarded and executed between
the County and the successful bidder for a particular project, or in the event that all bids have
been rejected by the Board, or in the event the time provided that the bid shall remain in effect
shall have expired and the bid submitter requests its return in writing.
(1) Vendors bidding on SHIP rehabilitation projects are exempt from the bid bond requirements
delineated in 8(I) above or as may be otherwise stated elsewhere in this policy document.
(2) Vendors bidding on commodities price contracts, or any other type of contract that does not
commit the Board to an actual exchange transaction (purchase) but rather seeks only a fixed unit
price commitment from a vendor in the event a future purchase decision is made, shall be exempt
from the bid bond requirements delineated in 8(I) above or as may be otherwise stated elsewhere
in this policy document.
(J) Bid Addenda: All addenda distributed subsequent to the initial distribution of
specifications shall be sent by certified mail/return receipt requested, said return receipt to be
returned to the Purchasing department identified by bid number. Prior to mailing, a copy of each
addendum shall be received by the Purchasing department, provided that no addendum shall be
mailed later than five (5) working days prior to the scheduled bid opening date.
27
(K) Bid Tabulation Form: The bid Tabulation Form used at bid openings shall include a
place thereon for three witnesses to sign. This procedure will eliminate the need for signing each
individual bid at the time of opening, thus requiring the three witnesses to sign only once for
each bid number submitted.
(L) Authority to Delay Bid Openings: The County Manager is hereby authorized, without
seeking prior approval of the Board in any particular case, to order a delay of any bid opening
from its scheduled date and time to a time certain on the agenda of the next regularly scheduled
meeting of the Board, or such special meeting called for such purpose. The delay may be
ordered at any time prior to the time of the scheduled opening, provided that such order be in
writing, addressed and delivered to the Purchasing department with a copy delivered to the
County Manager, and that copies thereof be mailed by certified mail, return receipt requested to
all responding bidders as soon thereafter as is reasonably practicable. Upon receipt of the order,
the Purchasing department shall immediately record the date and time thereof. The Purchasing
department shall continue to accept sealed bids up until the applicable deadline. At the date and
time originally scheduled for the bid opening, the Purchasing department shall announce the
delay order to all in attendance and shall continue to maintain in its custody all properly
submitted sealed bids until further order of the Board. At the time certain scheduled before the
Board, the County Manager shall present his reason or reasons for the delay order and his
recommendation for disposition of bids submitted. The Board may order the bids to be opened
then and there, or at some other time and date certain; it may cancel the bid and order the return
of all bids unopened; it may order a further delay of the bid opening; or it may make any other
order appropriate to the circumstances. If the bids are ultimately opened, they shall be reviewed
as provided elsewhere herein. If a delay occurs as provided herein, then the 30 day withdrawal
period as provided in 8(I) shall commence upon the date of the actual bid opening, provided such
date is not more than 60 days subsequent to the originally scheduled date. No delay shall be
ordered beyond such 60 day period, unless the parties submitting timely bids consent to such
delay in writing. In no event is the County Manager authorized to extend the deadline for bid
submittals for any particular project, only the bid opening date.
(M) Contractor's Insurance Requirement:
1. Any Contractor submitting a bid for any public works project must include, within its initial
bid response, proof of the following insurance, in effect continuously from the date of submittal
through the 60 days subsequent to the scheduled bid opening date:
a. Commercial General Liability
1. General Aggregate $1,000,000
2. Products and Completed Operations Aggregate $1,000,000
3. Personal and Advertising Injury $1,000,000
4. Each Occurrence $1,000,000
5. Fire Damage (any one fire) $ 50,000
6. Medical Expense (any one person) $ 5,000
b. Automobile Liability
1. Any automobile-Combined bodily injury/property damage, $1,000,000
with minimum limits for all additional coverage as required by Florida law
28
c. Workers Compensation/Employers Liability
1. Workers Compensation statutory limits
2. Employers Liability
a. Each Accident $ 100,000
b. Disease-Policy $ 500,000
c. Disease-Each Employee $ 100,000
d. Professional Liability
1. When required by contract-per occurrence $1,000,000
2. Upon being awarded the bid, the contractor must provide proof that such insurance will be in
effect from the date of commencement of the project. The contractor will maintain insurance
coverage at the above-prescribed levels through the date of completion of the project and that
coverage will include all independent contractors and subcontractors. Either prior to or
simultaneously with the execution of the contract, the successful bidder must deliver certificates
of insurance for the required insurance coverages to the County naming “Clay County, a political
subdivision of the State of Florida; The Board of County Commissioners, Clay County, Florida;
and all public agencies of Clay County, as their interests may appear” as “Additional Insureds.”
Said certificates of insurance shall also include a thirty day prior written notice of cancellation,
modification or non-renewal to be provided to the County.
3. The Board reserves the right to waive, raise or lower the minimum coverages required for
particular projects prior to bid solicitation by affirmative action. The Board will not waive any
defects in a bid submittal pertaining to matters under this subsection.
(N) Bid Awards and Protests:
1. Both the INSTRUCTIONS and the PUBLISHED NOTICE for every sealed bid solicitation
shall include conspicuously the following statements:
FOLLOWING THE BID OPENING AND TABULATION, A “NOTICE OF
INTENT TO AWARD BID” OR A “NOTICE OF REJECTION OF ALL BIDS”
WILL BE POSTED ON THE INTERNET AT: [insert bid notice web address1].
THIS WEBPAGE CAN ALSO BE ACCESSED FROM THE HOMEPAGE OF THE
COUNTY’S WEBSITE AT: [insert County’s homepage address2] BY [insert suitable
directions3]. NO OTHER NOTICE WILL BE POSTED.
1 As of the date on which this Purchasing Policy was adopted, the bid notice web address was:
http://www.claycountygov.com/departments/purchasing-division/bcc-bid-tabs-current-bids-intent-bids-rejection-
bids
2 As of the date on which this Purchasing Policy was adopted, the County’s homepage address was:
http://www.claycountygov.com/.
3 As of the date on which this Purchasing Policy was adopted, suitable directions would be: “FOLLOWING THE
“Notice of Intent Bids” LINK UNDER THE “Business” ROLLOVER BUTTON”.
29
PROSPECTIVE BIDDERS ARE NOTIFIED THAT THE FAILURE TO INCLUDE
WITHIN THE SEALED BID ENVELOPE A PROPER BID BOND OR OTHER
SECURITY APPROVED UNDER THE COUNTY’S PURCHASING POLICY, IF
REQUIRED FOR THIS SOLICITATION, OR THE FAILURE TO FILE A
WRITTEN NOTICE OF PROTEST AND TO FILE A WRITTEN PETITION
INITIATING A FORMAL PROTEST PROCEEDING WITHIN THE TIMES AND
IN THE MANNER PRESCRIBED IN SECTION 8.N. OF SAID POLICY, SHALL
CONSTITUTE A WAIVER OF THE RIGHT TO PROTEST THE BID
SOLICITATION, ANY ADDENDUM THERETO, OR THE BID DECISION, AS
APPLICABLE, AND TO INITIATE A FORMAL PROTEST PROCEEDING
UNDER SAID POLICY. THE COUNTY’S PURCHASING POLICY CAN BE
VIEWED AT THE COUNTY’S WEBSITE BY FOLLOWING THE
APPROPRIATE LINKS FROM THE HOMEPAGE ADDRESS SET FORTH
ABOVE.
IF A PROSPECTIVE BIDDER IS IN DOUBT WHETHER THIS SOLICITATION
REQUIRES A BID BOND, SUCH PROSPECTIVE BIDDER IS SOLELY
RESPONSIBLE FOR MAKING APPROPRIATE INQUIRY.
2. Unless otherwise expressly directed by the Board in its decision on a bid award, immediately
following such decision the County Manager shall cause a “Notice of Intent to Award Bid” or a
“Notice of Rejection of All Bids” to be posted on the County’s website, with the time and date of
posting appearing thereon. Notice shall not be posted elsewhere. The notice shall be posted in
portable document format or other secure format.
3. The failure on the part of a prospective bidder to include within the sealed bid envelope a
proper bid bond or other security approved under this policy, if required for the particular bid
solicitation, or the failure by a prospective bidder to file a written notice of protest and to file a
written petition initiating a formal protest proceeding within the times and in the manner
prescribed in this section shall constitute a waiver of the prospective bidder’s right to protest the
bid solicitation, any addendum thereto, the Board’s bid decision, as applicable, and to initiate a
formal protest proceeding hereunder.
4. A prospective bidder is solely responsible for determining whether a particular bid
solicitation requires a bid bond, and for resolving any doubt by making appropriate inquiry.
5. The County Manager shall cause a copy of this policy to be posted on the County’s
website in portable document format or other secure format. The County Manager shall cause to
be established conspicuous and easy-to-follow links to the policy from the homepage.
6. Any person who is adversely affected by a bid solicitation, by any addendum thereto, or
by a bid decision may file with the County Manager a written notice of protest no later than 4:30
p.m. on the third business day immediately following the date notice is published, with respect to
a bid solicitation; no later than 4:30 p.m. on the third business day immediately following the
date of issuance, with respect to a bid addendum; and within 72 hours after the posting of the
notice, exclusive of hours occurring during days that are other than business days, with respect to
a bid decision.
30
7. A formal protest proceeding shall be deemed commenced upon the timely filing of a
written petition initiating the same. A written petition initiating a formal protest proceeding must
be filed with the County Manager no later than 4:30 p.m. on the tenth calendar day immediately
following the date on which the written notice of protest was filed; provided, if the tenth calendar
day is not a business day, then the petition must be filed no later than 4:30 p.m. on the first
business day immediately following said tenth calendar day. The petition must set forth with
particularity the facts and law upon which the protest is based. The petition must conform
substantially with the requirements for petitions set forth in Rule 28-106.201, Florida
Administrative Code. References in this section to a petition shall mean a written petition
initiating a formal protest proceeding filed in accordance with this subsection.
8. Any protest of a bid solicitation or bid addendum shall pertain exclusively to the terms,
conditions, and specifications contained in a bid solicitation or bid addendum, including any
provisions governing the methods for ranking bids, proposals, or replies, awarding contracts,
reserving rights of further negotiation, or modifying or amending any contract.
9. Upon receipt of a formal written notice of protest that has been timely filed, the County
Manager shall suspend the bid solicitation or bid award process until the subject of the protest is
resolved by final action as specified in this section, unless the County Manager sets forth in
writing particular facts and circumstances which require the continuance of the solicitation or
award process without delay in order to avoid an immediate and serious danger to the public
health, safety, or welfare. Such suspension shall be lifted immediately in the event the protesting
party shall have failed to timely file a petition.
10. Intervenors shall be permitted to participate in the formal protest proceeding in
accordance with the procedures governing intervenor practice set forth in Rule Chapter 28-106,
Florida Administrative Code, and shall be subject to all limitations provided therein applicable to
intervenors.
11. In his or her discretion, the County Manager may provide an opportunity to resolve the
protest by mutual agreement between the County Manager and the protesting party within 7
calendar days after receipt of a timely petition. Such agreement must be reduced to writing,
signed by the County Manager and the protesting party or such party’s authorized agent, and
submitted to the Board at the earliest opportunity. The agreement shall not be deemed effective
unless ratified by the Board. If the Board shall fail to ratify the agreement, then the protest shall
proceed to resolution as hereinafter provided.
12. Within 10 business days following the timely filing of a petition, or, if the Board shall
have considered but failed to ratify an agreement submitted to it under subsection 11, then within
10 business days thereafter, a hearing shall be conducted pursuant to subsection 13 before a
hearing officer, who shall be the County Manager or his or her designee. The County Manager
may designate any department head as the hearing officer; provided, a department head who is
substantially involved in or connected with the bid solicitation or bid award process shall be
deemed disqualified from serving as the hearing officer, unless such involvement or connection
is purely ministerial in nature.
31
13. All hearings shall be conducted pursuant to written notice to the protesting party, the
County Attorney’s Office and all intervenors by the hearing officer specifying the time, date and
place of the hearing. Particular rules and procedures governing each such hearing are as follows:
a. The audio thereof shall be recorded electronically.
b. Prior to the hearing only, motion practice may be permitted by the hearing officer
in his or her discretion in accordance with the rules governing the same set forth in Rule
Chapter 28-106, Florida Administrative Code. All motions shall be ruled upon prior to or
at the start of the hearing, except that rulings on motions in limine may be deferred to an
appropriate time during or after the hearing.
c. Prior to the hearing, the protesting party, the County and all intervenors must
confer and endeavor to stipulate to as many relevant and undisputed facts upon which the
decision is to be based as may be practicable. Such stipulation must also identify those
issues of material fact, if any, that remain in dispute. The stipulation must be reduced to
a writing signed by or on behalf of the protesting party, the County and all intervenors,
and be submitted to the hearing officer at least two business days prior to the hearing.
The stipulation may include an appendix comprising documents that shall be deemed
admitted and considered as evidence for purposes of the hearing, or referring to tangible
items deemed admitted and considered as evidence for purposes of the hearing, which
items shall either be presented at the hearing or, if such presentation is impractical,
submitted to the hearing officer by graphic, descriptive, representational, photographic,
videotape or similar medium properly depicting or characterizing the items.
d. The protesting party and all intervenors shall have the right to appear before the
hearing officer at the hearing in proper person or through counsel and, as to those issues
of material fact, if any, that remain in dispute, as identified in the stipulation, to present
relevant testimonial, documentary and tangible evidence, and to be heard on the
substantive issues bearing on the protest. The County shall be deemed a party to the
proceeding, and the County Attorney or any assistant county attorney may participate in
the protest proceeding, appear before the hearing officer, present evidence and be heard
on behalf of the County.
e. All witnesses shall be placed under oath by the hearing officer prior to testifying,
and shall be subject to cross-examination by any hearing participant.
f. Hearsay evidence shall be admissible unless the hearing officer shall determine
the same to be redundant, unreliable or prejudicial.
g. At the hearing any hearing participant may offer appropriate argument and
summation, and submit a written brief and a proposed order, but only after the conclusion
of the evidentiary portion of the hearing, if any.
32
h. Immediately following the hearing, the County Manager shall cause a written
transcript of all testimonial evidence introduced at the hearing to be prepared
expeditiously based upon the audio recording, and shall provide copies of the same to all
of the hearing participants.
i. Within 7 business days following the hearing, the hearing officer shall submit a
recommended order to the County Manager and serve copies on all hearing participants;
provided, if the County Manager is the hearing officer, then within 7 business days
following the hearing, the County Manager shall issue a recommended order and serve
copies on all hearing participants. The recommended order shall contain findings of fact
and, based upon such facts, a disposition of the protest; provided, no finding of fact may
be predicated solely upon the basis of hearsay.
j. The recommended order shall thereafter be submitted to the Board along with the
transcript of the hearing testimony and the entire written and tangible record of the
protest proceedings at the earliest opportunity to be considered at a time certain, with
notice thereof served upon the hearing participants. Each of the hearing participants shall
be allowed 3 minutes to address the Board regarding the recommended order, unless the
Chairman in his or her discretion shall allow additional time. If a hearing participant
intends to challenge any finding of fact in a recommended order that was based upon
testimonial evidence, such participant shall be allowed 2 additional minutes for such
purpose, and may direct the attention of the Board members to any portion of the
transcript relevant to the challenge. The other hearing participants shall each have the
right to offer argument in rebuttal to the challenge, and to direct the attention of the
Board members to any portion of the transcript relevant to the rebuttal. No testimony or
other evidence beyond the record and the transcript shall be presented to the Board.
Thereafter the Board shall render its decision on the protest. In so doing the Board shall
be bound by the findings of fact in the recommended order that are based upon
testimonial evidence, except those for which it upholds a challenge. A challenge shall be
upheld only if the finding of fact is not supported by competent, substantial evidence in
the record or in the transcript. Otherwise, the Board shall not be bound by any of the
provisions of the recommended order. The decision of the Board shall be reduced to a
written order signed by the Chairman, and shall constitute final action of the County on
the protest.
k. The date, type and substance of all ex parte communications between any Board
member and a hearing participant, including counsel therefor or any agent thereof, and
between any Board member and third party, must be publicly disclosed by the Board
member prior to the rendering of the Board’s decision. All such communications that are
written or received electronically must be filed for the record, and copies thereof
provided to each Board member and hearing participant.
14. All proceedings before the hearing officer shall be informal, and customary rules of
evidence shall be relaxed. In all respects both the hearing officer and the Board shall observe the
requirements of procedural and substantive due process that are the minimum necessary for
accomplishing a fair, just and expeditious resolution of the protest.
33
15. Ex parte communications between a hearing participant and the hearing officer are
forbidden. The hearing officer may take such steps as he or she may deem just and appropriate
to prevent or sanction attempted ex parte communications, including promptly disclosing the
attempted communication, or requiring the offending hearing participant to disclose promptly the
attempted communication, to the other hearing participants. Where necessary, the hearing
officer may recuse himself or herself, and the subsequently designated hearing officer may order
the offending participant to pay for all or any portion of the costs incurred by the County and any
other hearing participant strictly as a consequence of the ex parte communication or attempted ex
parte communication, else be excluded from further participation. Neither the County Attorney
nor any assistant county attorney shall be subject to this subsection or prohibited from engaging
in ex parte communications with the hearing officer.
16. The purpose of this policy is to promote fairness and public confidence in the competitive
bidding process. To further such end, and except as otherwise specifically provided herein, the
substantive law governing the resolution of bid protests found in the decisions of the Florida
appellate courts, as well as any statutes or agency rules that may be applicable to the particular
bid solicitation, shall guide the hearing officer and the Board in rendering a decision on a bid
protest under this section. The significant principles of law governing the bid protest and the
resolution thereof, which shall prevail to the extent not otherwise in conflict with any governing
statutes or agency rules, are as follows:
a. The burden is on the party protesting the award of the bid to establish a ground for
invalidating the award.
b. The standard of proof for the protest proceeding shall be whether the proposed award
was clearly erroneous, contrary to competition, arbitrary, or capricious.
c. The proposed award shall be deemed arbitrary or capricious if it is contrary in a
material way to any governing statutes, the County’s rules or policies, or the bid or
proposal instructions or specifications.
d. The scope of the inquiry is limited initially to whether the proposed award is improper
under the foregoing standard of proof. If and only if the hearing officer first determines
on the basis of competent and substantial evidence that the proposed award is improper,
then the hearing officer may recommend, in accordance with the law and this policy, an
alternate disposition for the proposed award. Such disposition may include, but shall not
be limited to, rejecting all bids, or awarding all or a portion of the bid to the protesting
party.
e. A bid protest proceeding may not serve as a vehicle for the Board to revisit the
proposed award absent a determination of impropriety as set forth above.
17. By written agreement amongst the protesting party, the County, and all then-existing
intervenors, any provision of this section pertaining to the procedures for resolving a protest for
which a petition has been timely filed may be modified or waived so long as such modification
34
or waiver shall not hinder or thwart the proper and expeditious resolution of the protest, or
otherwise operate to undermine the salutary purposes of competitive, public bidding.
18. Only to the extent necessary to avoid a miscarriage of justice or to prevent a manifest
violation of a hearing participant’s procedural or substantive due process rights, a hearing officer
may modify or suspend the applicability of any of the provisions or requirements of this section
in the course of conducting a protest proceeding hereunder; provided, a hearing officer may not
modify or suspend any of the provisions or requirements of subsections 3, 4, 6, 7, 8, 16, 20, 21
and 22 hereof.
19. Except and to the extent specifically provided in this section, and except and to the extent
otherwise specified provided by written agreement amongst the protesting party, the County, and
all then-existing intervenors, no provisions of Rule Chapter 28-106, Florida Administrative
Code, shall be deemed applicable to the resolution of protests under this section.
20. For purposes of this section, the filing with the County Manager of a written notice of
protest or of a written petition initiating a formal protest proceeding shall be deemed
accomplished only when the original written notice or original written petition has been
physically received by the County Manager or his or her designee. A notice or petition shall be
deemed original only if it bears the original signature of the protesting party or such party’s
authorized agent. No notice or petition may be filed by facsimile transmission or by e-mail, and
any notice or petition received in such manner shall be deemed unfiled and ineffective. The use
of an overnight delivery service or of the United States Postal Service to file a notice or petition
shall be entirely at the risk of the person submitting the same, and any such notice or petition so
received after the applicable deadline shall be deemed untimely.
21. For purposes of this section, a business day shall mean any 24-hour day that is not a
Saturday, a Sunday, or a holiday observed by the County.
22. For purposes of this section, counsel shall mean an attorney who is a member of the
Florida Bar in good standing.
23. For purposes of this section, all notices of protest and petitions initiating formal protest
proceedings, and all stipulations, briefs, proposed findings of fact, written motions and proposed
orders submitted to a hearing officer shall be on white, opaque paper 8 ½ by 11 inches in size.
The pages of all such documents shall have margins on all sides of not less than 1 inch; shall be
in Times New Roman or Courier New font no smaller than 12 in size, including footnotes and
endnotes; shall have standard double-spacing between lines, excluding quotations, footnotes and
endnotes; and shall be numbered at the bottom. All quotations shall be indented. Briefs shall not
exceed 15 pages in length, and may not include any appendices. A digital copy of all written
stipulations, briefs, proposed findings of fact, written motions and proposed orders submitted to
the hearing officer must be simultaneously provided to the hearing officer in Word format,
version 2000 or later, on compact disc or 3 ½” diskette.
24. For purposes of this section, a hearing participant shall mean and include the protesting
party, the County and any intervenor.
35
25. This section shall be construed and implemented so as to secure the just, speedy, and
inexpensive resolution of bid protests.
(O) UTILITY RELOCATION AGREEMENTS: Prior to soliciting bids for right of way
improvements and other public works projects that require the removal or relocation of utilities,
agreements with the affected utilities must be entered into providing for the terms, scheduling
and conditions of such relocation and removal. The County Manager may develop and maintain
such form of agreement as may be appropriate for accomplishing the requirements of this
section. (Resolution No. 09/10-65)
(P) NO-CONTACT RULE: (Resolution No. 09/10-81)
1. As used in this section and unless the context clearly requires otherwise, the following
terms and phrases shall have the meanings herein ascribed:
a. Contacting shall mean communicating or attempting to communicate by any
means, whether orally, telephonically, electronically or in writing.
b. Bidder shall mean any person or entity submitting a response to a bid solicitation,
and shall include all owners, shareholders, principals, officers, employees and agents
thereof.
c. Bid shall mean any bid, request for proposals and request for qualifications.
d. Solicitation period shall mean the time between the publication of the notice of
the bid and the opening of the bid.
e. Evaluation period shall mean the time between the opening of the bid and the
award thereof by the Board of County Commissioners.
2. The instructions for all solicitations of bids to be submitted under seal shall include
provisions prohibiting bidders from contacting (i) any member of the Board of County
Commissioners, the County Manager or any County employee or agent regarding the solicitation
in any respect during the solicitation period, and (ii) the County Manager or any County
employee or agent regarding the solicitation in any respect during the evaluation period. The
violation of this rule shall result in the automatic disqualification of any response to a bid
solicitation submitted by the violator, and the foregoing instructions shall so state.
3. The no-contact rule set forth in subsection 2 shall not apply to inquiries submitted to
County employees or agents in the manner specifically provided in the bid solicitation package
regarding the distribution thereof, or to communications seeking clarification regarding
instructions or specifications submitted to County employees or agents in the manner specifically
provided in the bid solicitation package, or to pre-bid conferences provided for in the bid
solicitation package, or to formal presentations by finalists to the Board of County
Commissioners or any committee thereof specifically contemplated in the bid solicitation
package.
36
4. The purpose of the no-contact rule set forth in subsection 2 is to prevent any one bidder
from gaining an advantage over other bidders through lobbying or otherwise attempting to
influence the procurement decision through discussions or the presentation of information or
materials outside of the process contemplated in the bid solicitation package and this purchasing
policy, and also to ensure that the dissemination of information from the County entity to bidders
regarding the bid solicitation is equal and uniform.
37
BUSINESS CLASSIFICATIONS, DISCLAIMERS, AND RELATED FEES:
EXEMPTIONS:
OWNED BY:
LOCATION:
THE PERSON(S), OR ENTITY BELOW:
BREVARD COUNTY BUSINESS TAX RECEIPTSUBJECT TO COUNTY ZONING RESTRICTIONS
TAX RECEIPT SHOULD BE DISPLAYED ON PREMISES
ACCOUNT NO.
BUSINESS PERIOD:
EXPIRES:
ISSUED PURSUANT AND SUBJECT TO FLORIDA STATUTES AND BREVARD COUNTY CODE ISSUANCE
DOES NOT CERTIFY COMPLIANCE WITH ZONING OR OTHER LAWS.
BUSINESS TAX RECEIPT IS SUBJECT TO REVOCATION FOR ZONING VIOLATIONS, AND / OR FAILURE
TO MAINTAIN REGULATORY PRE-REQUISITES AS REQUIRED FOR BUSINESS CLASSIFICATION(S), OR
SUBSEQUENT ACTIVITIES. NOTIFY TAX COLLECTOR UPON CLOSING OF BUSINESS.
A PERMIT IS REQUIRED TO ADVERTISE (Including with signage) “GOING OUT OF BUSINESS”.
LISA CULLEN, CFC, Brevard County Tax CollectorP O Box 2500, Titusville, Florida 32781-2500
(321) 264-6969 or (321) 633-2199
MAIN OFFICE:
BRANCH OFFICES:
400 South St., 6th Floor, Titusville, FL 32780
Merritt Island Office, 1605 N. Courtenay Pkwy
Melbourne Office, 1515 Sarno Road
Palm Bay Office, 450 Cogan Dr. SE
Titusville Office, 800 Park Ave.
Indian Harbour Beach Office, 240 E. Eau Gallie Blvd.
Viera Office, 2725 Judge Fran Jamieson Way, #A108, Viera, FL 32940
UPON A CHANGE OF OWNERSHIP OR LOCATION,
BUSINESS TAX RECEIPT SHOULD BE TRANSFERRED WITHIN 30 DAYS.
0.00
Receipt Fee
820005
Paid
NSF Fee
300050
300520
480302
600
Transfer Fee
Fire Prevention Fee
37.00
0.00
Late Penalty
-
-
Hazardous Waste Fee
37.00
885020127
0.00
0.00
0.00
ADVANCED RECREATIONAL CONCEPTS LLC
0.00
RECEIPT AMT
BUILDING CONTR. -CERTIFIED
ROOFING CONTRACTOR
GENERAL RETAIL SALES
CITY RESTRICTIONS APPLY
0.00
Zoning Application Fee
3125 SKYWAY CIR
MELBOURNE, FL 32934
ADVANCED RECREATIONAL CONCEPTS LLC
702-18-00000656
0.00
October 01, 2018
2018
September 30, 2019
09/06/2018
2019
SEPTEMBER 30, 2019
3125 SKYWAY CIR
MELBOURNE, FL 32934
Building Occupancy Review Fee
JONATHAN ZACHEM, SECRETARYRICK SCOTT, GOVERNORSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONCONSTRUCTION INDUSTRY LICENSING BOARDTHE BUILDING CONTRACTOR HEREIN IS CERTIFIED UNDER THEPROVISIONS OF CHAPTER 489, FLORIDA STATUTESGONZALEZ, LAZARODo not alter this document in any form.ADVANCED RECREATIONAL CONCEPTS, LLCLICENSE NUMBER: CBC1261271EXPIRATION DATE: AUGUST 31, 2020This is your license. It is unlawful for anyone other than the licensee to use this document.3125 SKYWAY CIRCLEMELBOURNE FL 32934Always verify licenses online at MyFloridaLicense.com
Minority Business Certification
Advanced Recreational Concepts
10/16/2017 10/16/2019
Proposal
Date 3/16/2022
Quotation # 23980OrganizationVillage of North Palm Beach
603 Anchorage Dr.
North Palm Beach, FL 33408
Ship To Anchorage Park
603 Anchorage Dr
North Palm Beach, FL 33408
Advanced Recreational Concepts, LLC
3125 Skyway Circle
Melbourne, FL 32934
Net 30
Prices Valid Until 4/8/2022
Prepared For Steve Poh
County Palm Beach
Prepared By Paul Bickham
Payment Terms
Project Name Playground Replacement
Signature _______________________
Total
Subtotal
Sales Tax (0.0%)
Customer Phone 5619042128
Date ______________Print Name/Title ___________________________P.O. # _________________
Upon acceptance of this proposal please sign above and initial the 'ARC Site Preparation Check List' and
the 'ARC General Terms and Conditions' exhibits attached. Please return initialed copies to ARC.
Phone: 321-775-0605 / Fax: 321-242-2216
100% Financing Available – Flexible Terms
Ask Your ARC Sales Representative For More Information
Description QtyProduct ID U/M Price Total
PROPOSAL BASED ON SUPPLY & DELIVERY.
INSTALLATION SEPARATE ON PSS # 22012
RH5 Custom Play System - R50E74C4A 1PR-RH5 62,048.00 62,048.00T
Discount based on Clay County #18/19-2, -2% on
Playcraft Products
-1,240.96 -1,240.96
RH5 Custom Play System -R50A5E28A 1PR-RH5 28,428.65 28,428.65T
Discount based on Clay County #18/19-2, -2% on
Playcraft Products
-568.57 -568.57
PC 2120 Arch Swing (2B)1A2-2120-2B 3,346.00 3,346.00T
Discount based on Clay County #18/19-2, -2% on
Playcraft Products
-66.92 -66.92
PC 2120 Arch Swing (Left, 2B)1A2-2120-2B-AB 2,209.00 2,209.00T
Discount based on Clay County #18/19-2, -2% on
Playcraft Products
-44.18 -44.18
PC 2120 Arch Swing (Right, 2B)1A2-2120-2B-AB 2,209.00 2,209.00T
Discount based on Clay County #18/19-2, -2% on
Playcraft Products
-44.18 -44.18
PC 2120 Arch Swing (Left, 2INC)1A2-2120-ADAX2-
AB
3,615.00 3,615.00T
Discount based on Clay County #18/19-2, -2% on
Playcraft Products
-72.30 -72.30
UltraZip (Standard) Dragon Rider 52 1S-1445-R5-52JR 17,941.00 17,941.00T
Discount based on Clay County #18/19-2, -2% on
Playcraft Products
-358.82 -358.82
R5 Custom Play System - NF52AB0FA 1PR-R5 24,318.00 24,318.00T
Discount based on Clay County #18/19-2, -2% on
Playcraft Products
-482.76 -482.76
Page 1
Proposal
Date 3/16/2022
Quotation # 23980OrganizationVillage of North Palm Beach
603 Anchorage Dr.
North Palm Beach, FL 33408
Ship To Anchorage Park
603 Anchorage Dr
North Palm Beach, FL 33408
Advanced Recreational Concepts, LLC
3125 Skyway Circle
Melbourne, FL 32934
Net 30
Prices Valid Until 4/8/2022
Prepared For Steve Poh
County Palm Beach
Prepared By Paul Bickham
Payment Terms
Project Name Playground Replacement
Signature _______________________
Total
Subtotal
Sales Tax (0.0%)
Customer Phone 5619042128
Date ______________Print Name/Title ___________________________P.O. # _________________
Upon acceptance of this proposal please sign above and initial the 'ARC Site Preparation Check List' and
the 'ARC General Terms and Conditions' exhibits attached. Please return initialed copies to ARC.
Phone: 321-775-0605 / Fax: 321-242-2216
100% Financing Available – Flexible Terms
Ask Your ARC Sales Representative For More Information
Description QtyProduct ID U/M Price Total
Commodities Surcharge - Material Surcharge is
for current escalations in pricing for raw
materials, goods, and services being experienced
in the marketplace.
1SURCHARGE 18,492.34 18,492.34T
Freight 1 11,500.00 11,500.00
Florida Signed and Sealed Drawings (3 Sets)
CALCULATIONS provided.
1 1,000.00 1,000.00
Custom Shade Design - COLUMNS FOR CUSTOM
SAIL SHADE:
(1) COLUMN: 08” SCH 40 @ 14’ HT + 6” RECESS
TO BASE PLATE.
(1) COLUMN: 10” SCH 40 @ 12’ HT + 6” RECESS
TO BASE PLATE.
(1) COLUMN: 12.75" OD HSS @ 17’ HT + 6”
RECESS TO BASE PLATE.
(3) COLUMNS: 14” OD HSS
- 1 @ 15’ HT + 6” RECESS TO BASE PLATE.
- 2 @ 17’ HT + 6” RECESS TO BASE PLATE.
1 43,194.03 43,194.03T
Discount based on Clay County #18/19-2, -5% on
Superior Shade Products
-2,159.70 -2,159.70
Custom Shade Design - CANOPIES FOR CUSTOM
SAIL SHADE:
(4) TRIANGULAR CANOPIES AS PER DRAWING
WITH QUICK TENSION AND RELEASE
MECHANISMS, CABLES, & CLAMPS. FABRIC
COLOR: TBD
1 23,523.96 23,523.96T
Discount based on Clay County #18/19-2, -5% on
Superior Shade Products
-1,176.20 -1,176.20
Page 2
Proposal
Date 3/16/2022
Quotation # 23980OrganizationVillage of North Palm Beach
603 Anchorage Dr.
North Palm Beach, FL 33408
Ship To Anchorage Park
603 Anchorage Dr
North Palm Beach, FL 33408
Advanced Recreational Concepts, LLC
3125 Skyway Circle
Melbourne, FL 32934
Net 30
Prices Valid Until 4/8/2022
Prepared For Steve Poh
County Palm Beach
Prepared By Paul Bickham
Payment Terms
Project Name Playground Replacement
Signature _______________________
Total
Subtotal
Sales Tax (0.0%)
Customer Phone 5619042128
Date ______________Print Name/Title ___________________________P.O. # _________________
Upon acceptance of this proposal please sign above and initial the 'ARC Site Preparation Check List' and
the 'ARC General Terms and Conditions' exhibits attached. Please return initialed copies to ARC.
Phone: 321-775-0605 / Fax: 321-242-2216
100% Financing Available – Flexible Terms
Ask Your ARC Sales Representative For More Information
Description QtyProduct ID U/M Price Total
Material Surcharge is for current escalations in
pricing for raw materials, goods, and services
being experienced in the marketplace.
1 7,856.21 7,856.21T
Freight: Freight Out Billable and Handling Shade
Steel
1 3,142.00 3,142.00
Freight: Freight Out Billable and Handling Shade
Fabric
1 690.00 690.00
Engineering: Sealed Drawings & Fees 1 1,350.00 1,350.00
12" APS Playground Border 29APS-Border12"ea 53.94 1,564.26
Freight 1 494.00 494.00
Supply of ADA Wood Mulch: 70 cu. yd.
Price based on Clay County #18/19-2, -2% @46.5
per Cubic Yard
1 3,255.00 3,255.00
Freight 1 370.00 370.00
Special Customer Discount -2,500.00 -2,500.00
Page 3
$251,831.86
$251,831.86
$0.00
PROPOSALDate:3/16/2022 Proposal #22012
Organization:Village of North Palm Beach
603 Anchorage Dr.
North Palm Beach, FL 33408 Ship To Anchorage Park
603 Anchorage Dr
North Palm Beach, FL 33408
Payment Terms:Net 30
Proposal Valid Until:4/8/2022
Sales Rep PB
Prepared for:Steve Poh
Project:Playground Replacement
Signature:
TOTAL
Subtotal
Sales Tax (0.00)
Customer Phone:5619042128
Customer Fax:
Print Name/Title:
The above quotation is based upon site access for heay equipment and soil conditions of 2000 PSI. If during excavation of foundations necessary
per manufactureres specifications conditions exceed normal, our contractor shall notify the owner immediately. This shall include all types of
rock, vegetation and any unforseen hazards. There will be additional charges incurred to clear the area and or the abutement hole so that
installation can be completed.
________________________________________________Date P.O. #
3125 Skyway Circle
Melbourne, Fl. 32934
Phone 1-321-775-0600 Fax 1-321-242-2216
Toll Free - 888-653-7529
100% Financing Available - Flexible Terms
Ask Your ARC Sales Representative For More Information
DESCRIPTION
INSTALLATION IS BASED ON ARC PROPOSAL # 23980
REMOVAL
- Old equipment and 8" of mulch for 3340 sq ft.
Price based on Clay County #18/19-2, Maintenance / Repair Rate of $197.50 per hour and $271.96 per mobilization
TOTAL: $2,641.96
REMOVAL EQUIPMENT - Rentals to include ( Price based on Clay County #18/19-2, 37%)
- Bobcat: 2 Days @ $1650
- Dumpster 30 Yd: 4 @ $2100
TOTAL: $10,050.00
INSTALLATION (Footer installation listed separately) OF:
- Custom Shade Design - COLUMNS FOR CUSTOM SAIL SHADE: 6 Column
- Custom Shade Design - CANOPIES FOR CUSTOM SAIL SHADE: (4) TRIANGULAR CANOPIES
Includes 2nd mobilization for Shade fabric Installation. measurements for Shade Fabric must be done at the conclusion of Column Installation.
Production of Shade Fabric cannot begin without measurements.
Price based on Clay County #18/19-2, 49% on Material after discount.
TOTAL: $31,057.22
Page 1
PROPOSALDate:3/16/2022 Proposal #22012
Organization:Village of North Palm Beach
603 Anchorage Dr.
North Palm Beach, FL 33408 Ship To Anchorage Park
603 Anchorage Dr
North Palm Beach, FL 33408
Payment Terms:Net 30
Proposal Valid Until:4/8/2022
Sales Rep PB
Prepared for:Steve Poh
Project:Playground Replacement
Signature:
TOTAL
Subtotal
Sales Tax (0.00)
Customer Phone:5619042128
Customer Fax:
Print Name/Title:
The above quotation is based upon site access for heay equipment and soil conditions of 2000 PSI. If during excavation of foundations necessary
per manufactureres specifications conditions exceed normal, our contractor shall notify the owner immediately. This shall include all types of
rock, vegetation and any unforseen hazards. There will be additional charges incurred to clear the area and or the abutement hole so that
installation can be completed.
________________________________________________Date P.O. #
3125 Skyway Circle
Melbourne, Fl. 32934
Phone 1-321-775-0600 Fax 1-321-242-2216
Toll Free - 888-653-7529
100% Financing Available - Flexible Terms
Ask Your ARC Sales Representative For More Information
DESCRIPTION
FOOTER INSTALLATION to include 35 Cubic Yards of concrete for 6 footers; mobilization to site; rental equipment; waiting for inspections;
disposal of spoil, dumpster and rebar.
Note: Without sealed drawings for each structure, the footer sizes stated above are only estimates and will need to be revisited once the drawings
and calculations state actual dimensions.
TOTAL: $17,277.00
INSTALLATION OF :
- RH5 Custom Play System - R50E74C4A.
- RH5 Custom Play System - R50A5E28A
- PC 2120 Arch Swing (2B)
- PC 2120 Arch Swing (Left, 2B)
- PC 2120 Arch Swing (Right, 2B)
- PC 2120 Arch Swing (Left, 2INC)
- UltraZip (Standard) Dragon Rider 52
- R5 Custom Play System - NF52AB0FA
- Twenty-nine (29) Borders
Price based on Clay County #18/19-2, 37% on Material after discount.
TOTAL: $52,188.22
Special project Playground Discount
TOTAL: -$20,000.00
Special project Sail Shade Discount
TOTAL: -$3,000.00
Page 2
PROPOSALDate:3/16/2022 Proposal #22012
Organization:Village of North Palm Beach
603 Anchorage Dr.
North Palm Beach, FL 33408 Ship To Anchorage Park
603 Anchorage Dr
North Palm Beach, FL 33408
Payment Terms:Net 30
Proposal Valid Until:4/8/2022
Sales Rep PB
Prepared for:Steve Poh
Project:Playground Replacement
Signature:
TOTAL
Subtotal
Sales Tax (0.00)
Customer Phone:5619042128
Customer Fax:
Print Name/Title:
The above quotation is based upon site access for heay equipment and soil conditions of 2000 PSI. If during excavation of foundations necessary
per manufactureres specifications conditions exceed normal, our contractor shall notify the owner immediately. This shall include all types of
rock, vegetation and any unforseen hazards. There will be additional charges incurred to clear the area and or the abutement hole so that
installation can be completed.
________________________________________________Date P.O. #
3125 Skyway Circle
Melbourne, Fl. 32934
Phone 1-321-775-0600 Fax 1-321-242-2216
Toll Free - 888-653-7529
100% Financing Available - Flexible Terms
Ask Your ARC Sales Representative For More Information
DESCRIPTION
Permit administration, Fee's by Others
TOTAL: $400.00
Swing Safe Mat - 2 1/4" - Black , Quantity 6
Price based on Clay County #18/19-2, @144.38 per Swing Mat
TOTAL: $866.28
APS Slide Mat : 40" x 40" x 1 1/2" : Black. Quantity: 4
TOTAL: $540.00
FREIGHT for (6) Swing Safe Mat - (4) Slide Mat
TOTAL: $317.00
TURF INSTALLATION
- Provide, Delivery and install Playground Grass Academy for 8,330 SF using 100% plastic EPS perimeter nailer boards, stainless steel staples,
compacted stone base, 2" Safety Foam Pro & Silica Sand Infill.
TOTAL: 98,493.65
INSTALLATION OF: Supply and delivery of ADA Wood Mulch: 70 cu. yd..
Price based on Clay County #18/19-2, @ $20 per Cubic Yard.
TOTAL: $1,400.00
Special Customer Project Discount -$6.000
INCLUSIONS:
Proposal includes the following: labor and insurance in accordance with manufacturer specifications. State of Florida Contractors Licensing.
Page 3
PROPOSALDate:3/16/2022 Proposal #22012
Organization:Village of North Palm Beach
603 Anchorage Dr.
North Palm Beach, FL 33408 Ship To Anchorage Park
603 Anchorage Dr
North Palm Beach, FL 33408
Payment Terms:Net 30
Proposal Valid Until:4/8/2022
Sales Rep PB
Prepared for:Steve Poh
Project:Playground Replacement
Signature:
TOTAL
Subtotal
Sales Tax (0.00)
Customer Phone:5619042128
Customer Fax:
Print Name/Title:
The above quotation is based upon site access for heay equipment and soil conditions of 2000 PSI. If during excavation of foundations necessary
per manufactureres specifications conditions exceed normal, our contractor shall notify the owner immediately. This shall include all types of
rock, vegetation and any unforseen hazards. There will be additional charges incurred to clear the area and or the abutement hole so that
installation can be completed.
________________________________________________Date P.O. #
3125 Skyway Circle
Melbourne, Fl. 32934
Phone 1-321-775-0600 Fax 1-321-242-2216
Toll Free - 888-653-7529
100% Financing Available - Flexible Terms
Ask Your ARC Sales Representative For More Information
DESCRIPTION
EXCLUSIONS:
Proposal does not include the following: prevailing wage differences, performance bonds, site damages for sprinkler systems and sod, and access to
construction site, additional insurance, union fees, fall height testing, drainage, plans, engineered drawings.
Items to be managed by customer unless otherwise stated in proposal:
- Removal of old Playground, Old Turf and Site prep by others.
- Site security and safety requirements while job is in progress.
- Customer to provide 110 electrical power and water required for proper installation
- All underground utilities be marked prior to installation.
- Provide waste receptacle to accommodate construction debris.
- Provide benchmark for required elevation to be established.
- Complete site preparation , excavation and disposal of spoil.
- Provide required permitting and administration.
- Landscaping.; - Masonry repairs.
- Permit Fee's by others.
PROJECT NOTES:
- Pricing is based on unrestricted access to site for large machinery
- Pricing is based on staging/delivery area being next to installation area
- Pricing is based on offloading of equipment on site and immediate installation
- Customer is responsible for verifying the accuracy of all quantities and dimensions included in this estimate.
- Dumpster to be provided by Play Space Services
Page 4
___________________________...
In the unlikely event that Play/Space is required to file civil action or institute any collection
efforts against customer, customer agrees to pay any and all costs, fees, expenses and attorney
fees incurred by PlaySpace, regardless of whether suit is actually filed, and including but not
limited to any and all costs, fees, expenses and attorney fees incurred on appeal or in any post
judgement collection efforts or proceedings.$186,231.33
$186,231.33
$0.00
2/25/2022 Page 1 of 4
QUOTE: R0023220013
Miracle Recreation Equip. Co.
878 E. US Hwy 60
Monett, MO 65708
1-888-458-2752
QUOTE: R0023220013
Prepared For: Project Name & Location: Prepared by:
Stephen Poh Miracle of South Florida
Village of North Palm Beach
603 Anchorage Drive
North Palm Beach, FL 33408
561-904-2128 (phone)
spon@village-npb.org
Anchorage Park NPB
Version 3 Revised 2
Connie Brown
(954) 520-4523 (phone)
(954) 200-6828 (fax)
Connieb@miracleofsouthflorida.com
Quote Number: R0023220013
Quote Date: 2/25/2022
Valid For: 30 Days From Quote Date
CUSTOM KC PLAY STRUCTUE AGES 5-12
Product line: KidsChoice
Part Number Description Qty Weight Unit Price Total
Custom KC Custom KC 5-12 DWG# R0023_44599581159 1 11,080.0
0
118,134.00 118,134.00
CUSTOM KC PLAY STRUCTURE AGES 2-5
Product line: KidsChoice
Part Number Description Qty Weight Unit Price Total
Custom KC Custom Kids Choice 52-5 DWG#
R0023_44564602143
1 2,020.00 26,451.00 26,451.00
FREESTANDING PLAY AGES 2-12
Product line: Freestanding
Part Number Description Qty Weight Unit Price Total
4531 MM SPINATORIUM 1 85.00 1,235.00 1,235.00
4533 MM DYNAMICS LAB 1 395.00 6,180.00 6,180.00
4534 MM GRAND GALLERY 1 1,300.00 15,451.00 15,451.00
Risk Sign Included
Product line: Freestanding
Part Number Description Qty Weight Unit Price Total
787Z RISK MANAGEMENT SIGN - ENGLISH (NO PRICE) 1 0.00 0.00 0.00
2/25/2022 Page 2 of 4
QUOTE: R0023220013
FREESTANDING SWINGS AGES 2-12
Product line: Freestanding
Part Number Description Qty Weight Unit Price Total
2740 SWG PART THERAPEUTIC SWG SEAT W/CHAIN
(8' TR)
1 135.00 1,342.00 1,342.00
2740H SWG PART HARNESS (8' TR) 1 2.00 271.00 271.00
2840 SWG PART SLASH PROOF SEAT W/CHAIN (8' TR) 4 10.00 137.00 548.00
2990 SWG PART TOT SEAT 360 DEG W/CHAIN (8' TR) 3 15.00 202.00 606.00
7148522 5" OD ARCH SWG FRAME ONLY 2 SEAT REQ MC 1 410.00 3,206.00 3,206.00
7148522X 5" OD ARCH SWG FRAME EXTENSION MC 3 250.00 1,593.00 4,779.00
FREESTANDING PLAY AGES 5-12
Product line: Freestanding
Part Number Description Qty Weight Unit Price Total
4476 GRAVITY DIAMOND 1 700.00 11,078.00 11,078.00
ADDITIONAL ITEMS
Part Number Description Qty Weight Unit Price Total
Concrete
Curb
Concrete Curb Perimeter Per LF 415 0.00 24.00 9,960.00
Drawings Sealed Engineered Drawings & Calcs 1 0.00 2,500.00 2,500.00
GC GC Pull Permit (Excludes Permit Fees) 1 0.00 1,500.00 1,500.00
Mulch Engineered Wood Fiber (Installed) 31 0.00 65.00 2,015.00
Relocate Relocate Existing Mulch 1 0.00 2,500.00 2,500.00
Removal Remove/Dispose of Existing Equipment 1 0.00 5,000.00 5,000.00
Turf SyntheticTurf Surfacing w/rock base Installed per
Sq.ft
4000 0.00 25.00 100,000.00
USA Shade 40'x90'x16'/12'h Multi Panel Shade (Installed) 1 0.00 90,300.00 90,300.00
Totals:
Equipment Weight: 16,962.00 lbs
Equipment List: $189,281.00
Discount Amount: -$37,856.20
Equipment Price: $151,424.80
Freight: $0.00
Installation: $66,500.00
Additional Items Listed Above: $213,775.00
SubTotal: $431,699.80
Estimated Sales Tax*: $0.00
Grand Total: $431,699.80
Notes: Prices per Sourcewell #010521-LTS. Prices do not include remove/dispose of existing fence, building permit fees,
landscape fabric, storage of materials, site security, site preparation, soil testing, drainage, grading, landscape
repair/replace, zoning approval, underground line location or repair, fencing, site plan or survey, ADA or sidewalk access,
or any materials or services other than listed.
2/25/2022 Page 3 of 4
QUOTE: R0023220013
This Quote shall not become a binding contract until signed and delivered by both Customer and Miracle Recreation Equipment Company
(“Miracle”). Sales Representative is not authorized to sign this Quote on behalf of Miracle or Customer, and signed Quotes cannot be accepted from
Sales Representative. To submit this offer, please sign below and forward a complete signed copy of this Quote directly to "Miracle Sales
Administration" via fax (417) 235-3551 or email: orders@miraclerec.com. Upon acceptance, Miracle will return a fully-signed copy of the Quote to
Customer (with copy to Sales Representative) via fax or email.
THIS QUOTE IS LIMITED TO AND GOVERNED BY THE TERMS CONTAINED HEREIN. Miracle objects to any other terms proposed by
Customer, in writing or otherwise, as material alterations, and all such proposed terms shall be void. Customer authorizes Miracle to ship the
Equipment and agrees to pay Miracle the total amount specified. Shipping terms are FOB the place of shipment via common carr ier designated by
Miracle. Payment terms are Net-30 days from invoice date with approved credit and all charges are due and payable in full at PO Box 734154,
Dallas, TX 75373-4154, unless notified otherwise by Miracle in writing. Customer agrees to pay all additional service charges for past due
invoices. Customer must provide proper tax exemption certificates to Miracle, and shall promptly pay and discharge all other wise applicable taxes,
license fees, levies and other impositions on the Equipment at its own expense. Purchase orders and payments should be made to the order of
Miracle Recreation Equipment Company.
Quote Number: R0023220013 Quote Date: 2/25/2022 Equipment: $189,281.00 Grand Total: $431,699.80
CUSTOMER HEREBY SUBMITS ITS OFFER TO PURCHASE THE EQUIPMENT ACCORDING TO THE TERMS STATED IN THIS QUOTE
AND SUBJECT TO FINAL APPROVAL BY MIRACLE.
Submitted By Printed Name and Title Date
THE FOREGOING QUOTE AND OFFER ARE HEREBY APPROVED AND ACCEPTED BY MIRACLE RECREATION EQUIPMENT
By: Date:
ADDITIONAL TERMS & CONDITIONS OF SALE
1. Use & Maintenance. Customer agrees to regularly inspect and maintain the Equipment, and to provide, inspect and maintain appropriate
safety surfacing under and around the Equipment, in accordance with Miracle's product literature and the most current Consumer Product Safety
Commission Handbook for Public Playground Safety.
2. Default, Remedies & Delinquency Charges. Customer's failure to pay any invoice when due, or its failure to otherwise comply with the
terms of this Quote, shall constitute a default under all unsatisfied invoices ("Event of Default"). Upon an Event of Default, Miracle shall have all
remedies available to it at law or equity, including, without limitation, all remedies afforded a secured creditor under the Uniform Commercial Code.
Customer agrees to assist and cooperate with Miracle to accomplish its filing and enforcement of mechanic's or other liens with respect to the Equipment
or its location or its repossession of the Equipment, and Customer expressly waives all rights to possess the Equipment after an Event of Default. All
remedies are cumulative and not alternative, and no exercise by Miracle of a remedy will prohibit or waive the exercise of any other remedy. Customer
shall pay all reasonable attorneys fees plus any costs of collection incurred by Miracle in enforcing its rights hereunder. Subject to any limitations under
law, Customer shall pay to Miracle as liquidated damages, and not as a penalty, an amount equal to 1.5% per month of any payment that is delinquent
in such month and is not received by Miracle within ten (10) days after the date on which due.
3. Limitation of Warranty/ Indemnity. MIRACLE MAKES NO EQUIPMENT WARRANTIES EXCEPT FOR THOSE STANDARD
WARRANTIES ISSUED WITH THE EQUIPMENT, WHICH ARE INCORPORATED HEREIN BY THIS REFERENCE. MIRACLE SPECIFICALLY
DISCLAIMS ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE AND ANY LIABILITY FOR
INCIDENTAL OR CONSEQUENTIAL DAMAGES. CUSTOMER AGREES TO DEFEND, INDEMNIFY AND SAVE MIRACLE HARMLESS FROM ALL
CLAIMS OF ANY KIND FOR DAMAGES OF ANY KIND ARISING OUT OF CUSTOMERS ALTERATION OF THE EQUIPMENT, ITS FAILURE TO
MAINTAIN THE EQUIPMENT, ITS FAILURE TO PROPERLY SUPERVISE EQUIPMENT USE, OR ITS FAILURE TO PROVIDE AND MAINTAIN
APPROPRIATE TYPES AND DEPTHS OF SAFETY SURFACING BENEATH AND AROUND THE EQUIPMENT IN ACCORDANCE WITH MIRACLES
INSTALLATION AND OWNERS MANUALS AND THE MOST CURRENT CONSUMER PRODUCT SAFETY COMMISSION HANDBOOK FOR PUBLIC
PLAYGROUND SAFETY.
4. Restrictions. Until all amounts due hereunder are paid in full, Customer shall not: (i) permit the Equipment to be levied upon or attached
under any legal process; (ii) transfer title to the Equipment or any of Customer's rights therein; or (iii) remove or permit the removal of the Equipment to
any location not specified in this Quote.
5. Purchase Money Security Interest. Customer hereby grants, pledges and assigns to Miracle, and Miracle hereby reserves a purchase
money security interest in, the Equipment in order to secure the payment and performance in full of all of Customer's obligat ions hereunder. Customer
agrees that Miracle may file one or more financing statements, in order to allow it to perfect, acquire and maintain a superi or security interest in the
Equipment.
6. Choice of Law and Jurisdiction. All agreements between Customer and Miracle shall be interpreted, and the parties' obligations shall be
governed, by the laws of the State of Missouri without reference to its choice of law provisions. Customer hereby consents t o the personal jurisdiction of
the state and federal courts located in the city and county of St. Louis, Missouri.
7. Title; Risk of Loss; Insurance. Miracle Retains full title to all Equipment until full payment is received by Miracle. Customer assumes all
risk of loss or destruction of or damage to the Equipment by reason of theft, fire, water, or any other cause, and the occurrence of any such casualty
shall not relieve the Customer from its obligations hereunder and under any invoices. Until all amounts due hereunder are paid in full, Customer shall
2/25/2022 Page 4 of 4
QUOTE: R0023220013
insure the Equipment against all such losses and casualties.
8. Waiver; Invalidity. Miracle may waive a default hereunder, or under any invoice or other agreement between Customer and Miracle, or
cure such a default at Customer's expense, but shall have no obligation to do either. No waiver shall be deemed to have taken place unless it is in
writing, signed by Miracle. Any one waiver shall not constitute a waiver of other defaults or the same kind of default at an other time, or a forfeiture of
any rights provided to Miracle hereunder or under any invoice. The invalidity of any portion of this Quote shall not affect the force and effect of the
remaining valid portions hereof.
9. Entire Agreement; Amendment; Binding Nature. This fully-executed Quote, as supplemented by Change Orders and invoices containing
exact amounts of estimates provided herein, constitutes the complete and exclusive agreement between the parties. A Change Order is a written
instrument signed by the Customer and Miracle stating their agreement as to any amendment in the terms of this Quote. Customer acknowledges that
Change Orders may result in delays and additional costs. The parties agree that all Change Orders shall include appropriate adjustments in price and
time frames relating to any requested amendments. Upon full execution, this Quote shall be binding upon and inure to the benefit of the parties and
their successors and assigns.
10. Counterparts; Electronic Transmission. This Quote, any invoice, and any other agreement between the parties, may be executed in
counterparts, each of which shall constitute an original. The facsimile or other electronic transmission of any signed original document and
retransmission of any signed facsimile or other electronic transmission shall be the same as the transmission of an original. At the request of either
party, the parties will confirm facsimile or other electronically transmitt ed signatures by signing an original document.
Rev E 021815
VILLAGE OF NORTH PALM BEACH
CAPITAL IMPROVEMENT PLAN
2022 - 2026
Strategic Result :Department :
Quality of Life Parks & Recreation
Project Name :Year(s) :2022-2023
Anchorage Park Playground Replacement
Project Description :
Link to Strategic Plan :
Need, Justification, Benefits :
Location & Area Map Project Photo
Comments :
Replacement of the playground equipment at Anchorage Park.
The existing playgrounds at Anchorage Park has had several components removed due to safety
concerns. The remaining structures is over 12 years old and is unsightly in appearance. There are 2
playgrounds at Anchorage Park,one for ages 2-5 and the other is for ages 5-12. The playground at
Anchorage Park gets a lot of use not only from children that live in the neighborhood but also when
there are family events and pavilion rentals at Anchorage Park.Due to improper maintenance along
with its age, both playground systems should be replaced.
New playground equipment will address the need to provide safe and well-maintained amenities for
the community.
A State of Florida Land and Water Conservation Grant (LWCF), which was originally intended to
fund the Anchorage Park Dry Storage Project, could provide $125,000 toward the total project cost
of $250,000. Staff has inquired with the State about the ability to transfer this grant from the Dry
Storage Project to the replacement of the playground.
VILLAGE OF NORTH PALM BEACH
CAPITAL IMPROVEMENT PLAN
FINANCIAL INFORMATION
2022 - 2026
Project Name :Anchorage Park Playground Replacement
Strategic Result :Quality of Life
Department :Parks & Recreation
2022 2023 2024 2025 2026 Total
Project Budget :
Land acquisition $0
Planning / Design 0
Engineering 0
Construction 100,000 100,000
Vehicle 0
Equipment 150,000 150,000
Other 0
Total Budget $0 $250,000 $0 $0 $0 $250,000
Funding Sources :
General revenues $125,000 $125,000
Impact fees 0
Grant revenues 125,000 125,000
Debt Service 0
Infrastructure Surtax 0
Fund balance 0
Other 0
Total Revenues $125,000 $125,000 $0 $0 $0 $250,000
Operating Impact:
Personnel $0
Operating 0
Capital 0
Other 0
Total Operating $0 $0 $0 $0 $0 $0
Need to begin project in January 2022. 50% to be completed by May/June.
A time extention for the grant will be required.
LWCF Grant (50/50); The Village will appropriate any grant matching
requirements upon notification of grant approval. If targeted grant isn't
awarded, the Village will need to either suspend the project or seek
alternate funding sources.
Comment(s)
Grant Information
Village of North Palm Beach
Village Manager’s Office
TO: Chairman Magill and Audit Committee Members
FROM: Andrew D. Lukasik, Village Manager
DATE: March 4, 2022
SUBJECT: Recommendations for Deployment of FY2021 General Fund Net Income Funds
As you know, Village staff is estimating that the FY2021 General Fund Net Income will be approximately $2.2m.
Generally, this surplus would be rolled into the General Fund Unassigned Fund Balance. However, given that the Fund
Balance amount is healthy, Village staff believes that it is prudent to invest the net income amount in needed capital
improvements and equipment acquisition. Staff’s recommendation includes projects that have been in the CIP, can
be implemented – or begin to be implemented -- within the next year and have funding shortfalls.
Staff is requesting input from the Audit Committee before finalizing a recommendation to the Village Council. The
following is a list of recommended investments as prioritized by staff for the use of $2m of the Net Income:
Public Safety Uninterruptible Power Supply (UPS) System: $90,000
Currently, the replacement of the UPS System at the Public Safety Building is included in the Capital Improvement
Plan (CIP) as part of a large-scale project that was developed to secure grant funding. Unfortunately, funding for the
grant program is limited and the Village’s project didn’t receive any funding. No matching funds from the Village were
included in the CIP for this equipment.
Essentially, the UPS System is a battery backup power system that supplies power long enough for equipment to
properly shut down when utility power fails. It prevents the loss of data and minimizes the stress a hard shutdown
causes on electronic equipment. The UPS is also a surge protector that protects connected devices from power
problems, like surges or abnormal voltages, which can damage, reduce lifespan, or affect performance of electronic
equipment and devices.
Although the Building is equipped with a generator, the UPS is important to protect equipment during power outages
– especially during the arrival of a storm event.
Cardiac Monitors and Power Stretchers: $240,000
Cardiac monitor/defibrillator are a major component in providing high quality emergency medical services.
Technology advances require replacement every five (5) years. Four (4) of the Village’s cardiac monitors/defibrillators
are scheduled to be replaced in FY2023. However, the Assistance to Firefighters Grant Program, which wasn’t funded,
this year, was expected to fund the bulk of the expense. The CIP included a Village match amount of $40,000 to fund
the $160,000 acquisition. If net income is used, the Village share in the CIP will be reprogrammed for other projects –
in other words, we’ll redeploy it for other infrastructure needs over the next year or two.
Additionally, Fire Rescue requires the replacement of two (2) power stretchers that will have reached the end of their
useful life and will no longer be supported by the manufacturer by 2023. The power stretchers, and their associated
loading systems, provide a safer method of loading and off-loading patients reducing both the possibility of dropping
the patient or causing injury to the caregiver. The CIP included a Village match amount of $20,000 to fund the
$80,000 acquisition. If net income is used, the Village share in the CIP will be reprogrammed for other projects.
Anchorage Park Playground: $125,000
The playground at Anchorage Park is heavily used. It is reaching the end of its useful life (installed in 2009) and needs
to be replaced with a more modern structure that will provide shade. $250,000 is currently budgeted ($125,000 from
the General Fund and $125,000 from a LWCF grant).
Increasing the Village’s contribution by $75,000, for a total match of $200,000, will allow the Village to get the
maximum grant match of $200,000 for a total project cost of $400,000.
An additional $50,000, however, will allow the Village to secure a playground with greater shade and amenities. This
would take the use of net income to $125,000 for a total project cost of $450,000.
Air Handlers/Chiller Replacement: $440,000
Three of the Village’s facilities (Village Hall, the Library and the Public Safety Building) are in critical need of
investments in their air conditioning infrastructure.
The Village Hall is in need of new air handlers (installation) and a chiller. The total project cost is $190,000. No Village
funding is currently allocated for this work as grants were anticipated to fund the work. However, Village staff intends
to pay for the air handler/air purification system using ARPA funding ($10,000). Net income in the amount of
$180,000 would be used to purchase and install the new chiller and install the air handler.
Please note that staff is recommending for using the ARPA funds for the purchase of the air handler/air
purification system and NOT the installation of the equipment in order to facilitate the single audit process
that will be required due to the use of federal funding. The Village intends to program ARPA funds for use on
projects or equipment that are clearly eligible under Treasury’s guidance and avoid any instances of ambiguity.
In saying this, and at the risk of creating some confusion, it should be noted that the US Treasury developed its
final rule for the use of ARPA funding and it results in greater flexibility for the use of those funds. The final rule
allows municipal jurisdictions to spend a standard amount, up to $10 million (the Village is receiving $6.5
million), within the revenue loss category—even if they did not actually experience a revenue loss.
Municipalities have broad latitude to use their entire standard allocation to support local government services
and avoid many of the other categories’ additional requirements. The purpose of this new assumption is most
likely to eliminate the need for Treasury to review a flood of single audits.
While the final rule creates flexibility in the use of the ARPA funding, staff is not suggesting deviating from the
general policy guidelines that Council established for their use (water quality, air quality, software application
for Community Development to allow electronic submittal and review of development and permit
applications).
Village staff is proposing to replace five (5) condensing units at the Library with the purchase of a new chiller along
with replacement of the existing air handlers. The entire project is anticipated to cost $600,000. The CIP currently
has $400,000 allocated for this project. The new system will replace the originally installed system (1968). At this
time, we’re continuing to evaluate the design to determine the number of handlers needed. Because of the
uncertainty related to the air handlers, staff is recommending allocating $200,000 of the net income amount towards
this project.
The Public Safety Building is in need of three (3) air handlers. The work is identified in the CIP, but has been
anticipated to be funded solely by grants. Staff recommends allocating $60,000 from net income for the installation
of the air handlers.
In summary, staff is recommending the use of net income for the municipal facilities air handler/chiller replacement
project be used for 1) the purchase and installation of a chiller and air handler at Village Hall in the amount of
$180,000, 2) the purchase and installation of air handlers at the Library in the amount of $200,000 and 3) the
installation of air handlers at the Public Safety Building in the amount of $60,000. Total use of net income for this
project, then, is $440,000.
Work Order Software for Public Works: $100,000
The Department of Public Works maintains a system of disconnected software systems that are used to track activities
and inventory. These separate systems have made it difficult to manage data to fully understand workload and
activities, supply and inventory use and control, and asset management. Additionally, these software components are
not tied to the Village’s financial software.
To improve record keeping and data gathering, it is recommended that Public Works secure a comprehensive work
order software system. This proposed software acquisition is not included in the Village’s CIP. The redefined
leadership positions in the Department have led to a new perspective regarding operational needs – the software was
not previously identified as a needed work tool but has grown in importance as resource management, decision
making and efforts to work efficiently are being hindered by the lack of data integration.
Front Load Solid Waste Vehicle: $330,000
The Village’s Solid Waste Division operates three (3) front loaders to service commercial and multi-family accounts.
Two trucks are used for daily operations with the third being used as a spare. Although not the Village’s past practice,
those three trucks are being rotated in and out of service so that the spare doesn’t sit idle for long periods of time.
One front load truck is set for replacement in 2023 due to consistent mechanical and electronic failures requiring
frequent repairs. Currently, the time between ordering a vehicle and delivery is generally over one year. Staff is
recommending that funding be dedicated for this purpose now in order to begin the process to acquire a new front
load garbage truck.
Lighthouse Traffic Calming/Bridge Design: $115,000
The Lighthouse Bridge was constructed in 1958 and needs to be reconstructed as its nearing the end of its useful life.
Although it’s “health index” is good (at 92.8) it is functionally obsolete in that it does not adequately accommodate
pedestrians and bicyclists and its weight bearing capacity is limited. Regarding the “health index”, a score between 80
– 90 is generally considered to be “fair” while a score that is less than 80 is considered “poor”.
Design and engineering expenses are funded in the CIP in the amount of $100,000 in FY2022. Staff is recommending
that the amount be increased by $115,000 (for a total of $215,000) to address preliminary engineering activities
associated with the bridge as well as planning services associated with the introduction of traffic calming solutions on
Lighthouse Drive. It should be noted that traffic calming on Lighthouse Drive was identified as a “High Priority” action
item in the Citizens’ Master Plan. Additionally, members of the Village Council and Village staff receive many
complaints about speeding on Lighthouse Drive (and other local streets). Evidence of these concerns from the public
can be found on Nextdoor as a petition is currently being circulated requesting the installation of speed humps in
order to reduce speeds on Lighthouse Drive.
Additional funding for engineering services are included in FY2023. $250,000 has been programmed to fund
additional engineering associated with the design of the bridge.
East Alleyway Resurfacing and Wall Replacement and/or Anchorage Park Dry Storage: $560,000
These two projects have funding in the CIP but have been delayed and/or may experience shortfalls. Staff would
recommend reserving the sum of $360,000 from net income to apply towards one or both of these projects. Staff
would anticipate having the Village Council make a final policy decision once additional project information is
available.
East Alleyway:
The Village will pursue the resurfacing and design/replacement of the walls in the alley east of US1. Funding is
available in the CIP but has been delayed due to other obligations. Additionally, the funding is limited to $100,000
annually in fiscal years 2024, 2025 and 2026.
If this project is determined to be a priority by the Village Council, it is anticipated that the additional funding from net
income will be able to be combined with some operating and capital expenditure savings from FY2022. Delaying
construction until the availability of additional funds at the beginning of the next fiscal year will allow staff time to
secure feedback on wall designs from residents, Planning Commission and Council and coordinate planning and
implementation of the work with residents adjacent to the alley (the project will touch several residents’ back yards –
so communication regarding the scope and coordination of activities is more sensitive than many other projects).
Staff proposes to complete milling and resurfacing of the alley and the wall replacement concurrently. The section
that has deteriorated more than the others is between Yacht Club Drive and Anchorage Drive North – most likely due
to problems with the underlying stormwater infrastructure system. It is recommended that the Village complete
work on this section first.
Dry Storage:
This project does have funding in the CIP but costs, depending upon the materials selected and scope of work
(fencing, storage lot surface, etc), could exceed the budgeted amount. There continue to be policy decisions to be
made by the Village Council prior to finalizing the design. Those decisions could impact the budget. Staff is
recommending including this as a project for possible funding from FY2021 net income due to the uncertainty
regarding the project budget.
Summary:
The recommended list of capital investments identified above will expend most of the net income amount from FY
2021. With the exception of the Public Works Work Order Software Project and purchase of the Front End Loader, all
projects are currently included in the Village’s CIP (copies of the CIP project sheets are attached for your information).
Most of the projects were eligible for grant funding but those grants have been limited and have delayed
implementation of these important investments. As it relates to the Alley and Dry Storage Projects, the funding will
allow the Village Council flexibility to work on those projects based upon their priority.
Other Potential Projects for Funding:
Although the projects identified above represent staff recommendations, there are a number of other projects that
are currently in the CIP that could be considered as well:
• Additional street resurfacing projects: there are a number of streets that have been completed with more
scheduled soon. There are other streets that require milling and resurfacing as well, but the CIP has funding
from the infrastructure surtax proceeds for the next four years. It is possible, however, that infrastructure
surtax funding will end early.
o On November 8, 2016, Palm Beach County voters approved a ballot issue to levy a One-Cent
Infrastructure Sales Surtax to pay for the acquisition or improvements to public infrastructure.
Collections began on January 1, 2017 and will end on or before December 31, 2026. It will sunset if the
proceeds exceed $2.7 billion on or before September 1 of any year. Based upon County reports, it is
likely that collection of the surtax will end on December 31, 2025.
• Seawall replacement: seawalls at Lakeside Park and Anchorage Park are in poor condition.
o Lakeside Park would be able to be replace quickly as engineering plans have already been developed.
The CIP anticipates a project in 2025 using grant funding for 50% of the anticipated $750,000 cost.
o No engineering plans have been developed for Anchorage Park – and no decisions have been made
with respect to a Village Council policy question related to the replacement of the existing docks with
floating docks or boat lifts. Funding could be used to develop plans for the seawall ($137,000 is
included in the CIP in FY2023).
• Tennis Court Lighting and Fence Replacement ($350,000): may be some grant funding available in the future.
• Anchorage Park Path/Site Lighting: a $230,000 project is anticipated in FY2023 with 80% of the funding from
the Recreation Trails Program Grant.
• Fire Rescue Bathroom and Kitchen Remodel: improvements are needed, but it is a lower priority ($90,000).
Beginning Balance $88,407
Transfers in:Resolution / Ordinance Amount Total
FY 2022 Transfer in (transfer during budget process) Ordinance # 2021‐17 660,000
FY 2022 Transfer in (use of FY21 Net Income)on 4/28/22 agenda 2,000,000
Total Transfers in $2,660,000
Less: Purchases
Description Resolution #Amount Total
Fiscal Year 2022
Community Center Playground Equipment Resolution # 2022‐08 3,315
Boat Engine Replacement Resolution # 2022‐12 44,500
Webstreaming Resolution # 2022‐15 39,690
Increase in Grapple Truck Purchase Price Resolution # 2022‐18 7,750
Village Hall Air Handler & Chiller Replacement on 4/28/22 agenda 203,868
Anchorage Park Playground Replacement on 4/28/22 agenda 250,000
Lighthouse Drive Bridge Conceptual Designs on 4/28/22 agenda 91,288
Total Purchases (640,411)
CIP Fund Available Balance $2,107,996
Village of North Palm Beach
CIP Fund Recap
Fiscal Year 2022
FY22 Prioritization19‐01 Master Plan: Program Village Marketing and Branding ProgramNot started.FY202419‐06Roadway ProjectsPolicy decision for lane repurposing on US1 in accordance with the Master Plan.Waiting on FDOT opinion on the lane repurposing plan. FY202419‐07Code RewritesReview/revise/update Residential Zoning CodesAd Hoc Committee reviewed issues related to height, bulk/mass and permeability. Recommendations regarding height and permeability will be reviewed by the Planning Commission and Village Council in April. Other issues will be addressed subsequently.FY202219‐08Roadway ProjectsDevelop Plan for Alley Improvements; maintenance and design Preliminary planning and resident outreach regarding wall designs will begin in May.FY202419‐09Master Plan: InfrastructureVillage Wide Bicycle Network Plan. Recreation Trail Connection and Lighting (e.g. Country Club Drive). Ped facilities a common theme in the Rec Needs Assessment.Not started. Will initiate some community discussion with evaluation of Lighthouse Drive per the Citizens' Master Plan. Need to consider a plan for the entire Village ‐‐ goals/objectives/locations/etc (assign to Planning Commission?)REVISED19‐10Roadway ProjectsLighthouse Drive Bridge Replacement and Traffic Calming; Traffic Calming in accordance with the Master Plan. Evaluate Lighthouse/Alt A1A intersection to facilitate the right hand turning movement.Scope of engineering/design work finalized. Will bring to Council for approval. Use of FY2021 Net Income to develop traffic calming concepts AND preliminary engineering for the bridge reconstruction.FY202219‐13Economic Initiatives Twin City Mall regulatory framework to redevelop site in accordance with the Master Plan.Market Analysis completed. Anticipating a site development proposal along with LDRs to be submitted by the new property owner.FY202219‐18Country ClubCountry Club ‐ Insure viability of country club and restaurant. Develop Strategic Plan that includes marketing, management, fees. Not started. Need to address parking as well.FY202319‐20Country ClubDevelop CIP for Golf CourseWill develop plan during FY2022 for the FY2023 budget.FY202219‐21FinancialDevelop a white paper to identify and evaluate possible new fees based on services provided in order to reduce overall reliance on ad valorem taxes.Not started.FY202219‐24TechnologyIncrease LPR (license plate recognition) deployment.Not started.FY202319‐28Code RewritesUpdate Sign Code: commercialDeveloped a scope of work with code consultant. Will begin work shortly.FY202319‐31Parks ProjectsReconstruction of Anchorage Park South MarinaPlanning in FY2023. Construction in FY2026.FY202319‐34Neighborhood Projects Develop a Neighborhood Plan; focus on engaging neighborhood leaders to identify priorities.Held block party to engage neighborhood leaders on February 12. First meeting with new group was held in March 23. Next meeting will focus on neighborhood priorities ‐‐ identified assisting those in need as a high priority.FY202419‐35StormwaterDevelop a Stormwater Master Plan including: Revision to the single family residential stormwater fee being prepared for FY2023. Award contract for master plan (including an analysis of vulnerability) in May. The recommended consulting firm, based upon staff's selection process, will be Hazen & Sawyer.FY202219‐44Master Plan: Infrastructure Marina Drive Streetscape ImprovementsNot started.FY202619‐47Neighborhood Projects Village Wide Beautification Program in accordance with the Master PlanNot started. In January, Environmental Committee began evaluation of a "Community Greening" program.FY2022/2319‐48Economic InitiativesCommercial Business Initiatives: Reconstitution of business advisory board. Development of Recruitment and Retention strategies for businesses.Board has identified the need to develop a "Shop Local" program in addition to the recently initiated local business networking programs. REVISED19‐49Roadway ProjectsUS 1 Bridge Replacement/ Improvement Plan; collaborate with FDOTLFA with FDOT approved by Council on March 24th. Planning for the landscaped medians and purchase of materials will take place in FY2023.FY202219‐50Roadway ProjectsProsperity Farms Road/bridge improvements in accordance with the Master Plan; collaborate with Palm Beach CountyOngoing. Will continue into 2023 and 2024.FY202219‐51Roadway ProjectsProsperity Farms Road Corridor Improvements in accordance with the Master PlanNot started.FY202419‐54InfrastructureDevelopment of plan for Undergrounding power lines/5G technologies/Natural Gas Master Plan developed and presented to Council. Scope of work recently finalized and agreement executed with PFM to evaluate financial options and assessment methodologies for undergrounding. Evaluating "peer review" of budget numbers.FY2022Priority ScoreCurrent ScheduleStatus: April 22, 2022#CategoryDescription
FY22 PrioritizationPriority ScoreCurrent ScheduleStatus: April 22, 2022#CategoryDescription19‐56Organizational Performance Process refinement (Work Innovations Program)Not started.FY202519‐57Organizational Performance Initiate Charter Review Process including discussing changes to Council terms Not started.FY202319‐59Master Plan: Infrastructure Earman River/BoardwalkLow priority. Coordinate with redevelopment.not scheduled19‐60Master Plan: Infrastructure NPB/Palm Beach Gardens Coordination for Congress Avenue Industrial DistrictDiscussions initiated in response to a development proposal. Advanced discussions need to occur.FY202219‐61FinancialAggressively pursue Annexation.Working with TCRPC to develop a scope of work for a refined annexation plan. Discussions with property owners re Ellison Wilson Road. Initiating financial analysis for involuntary annexation of Hinda Road/Richard Road area.FY202219‐62Quality of LifeEnvironmental ‐ Take opportunities to purchase more land for green space/public use.Low priority. FY202520‐01Parks ProjectsRenovate dry storage area with new wall, resurface parking, striping, and trailer parking.Engineering plans developed. Reviewed with Advisory Boards and neighbors. Budget review with the Village Council prior to final design to occur in May.FY202220‐02Quality of LifeDevelop a beautification project for US1 after the lane repurposing pilot project for US1 is successfully completed. Consider as part of Project 19‐06.FY2023/2420‐03Country ClubGolf Course Pond Bank Stabilization: littoral shelf with plants Multi‐year project with a contract for the first phase, to be completed by Brightview, approved by the Village Council. First phase of stabilization is expected to begin June 20th and be completed by the end of August.FY202220‐07Public Works Projects Country Club GeneratorWorked with Ballard Partners to submit appropriations request for the current legislative session. Included in the Legislative Budget. Awaiting Governor's review.FY202320‐08Neighborhood ProjectsNorthlake Blvd Area Waterfront Neighborhoods Redevelopment opportunities: assessment of multifamily housing stock, consider redevelopment opportunities, rewrite the Code to encourage redevelopment, provide a Riverwalk/boardwalk, and activate the waterfront.Not started.FY202620‐09Country ClubSwim Wall Acquisition. In progress.FY202220‐12Country ClubFitness Center development: addition to tennis or pool area.Low prioirty. Revisit in FY2026not scheduled20‐13Country ClubTiki bar on ICW: Partnership with Farmer's Table.Farmers Table to initiate if desired. Low priority.not scheduled20‐14TechnologyCommunity Development Software: e‐permitting and e‐plan reviewWill be acquired throught the use of SLFRF funding. RFP developed. Responses will be received in mid‐April. Anticipate a recommendation to the Village Council in May.FY202220‐15Public Works Projects Public Works Complex: reinvest or relocateCompleted a Phase I analysis of the Public Works facility. Appraisal of the Public Works property is underway. Enganged in conversation with multiple property owners. Evaluating options. FY202220‐16InfrastructureSoutheast Seawall at Lakeside Park ReplacementEngineering plan is developed.FY202520‐17InfrastructureCanal Road/Monet Road: seawall repairConducted one meeting with the County to evaluate ROW ownership. County's response was received on March 31; they do not believe that the County has any financial responsibility. Village atty and staff are reviewing for a possible response and evaluating possible design alternatives.FY202620‐20Country ClubPurchase and installation of a pool slide to enhance pool amenities.Low priority.not scheduled22‐01Parks ProjectsOsborne Park Master Plan NEW: from the Recreation Needs AssessmentNEW22‐02Parks ProjectsCommunity Center Park Master PlanNEW: from the Recreation Needs AssessmentNEW22‐03Community Engagement Establish a Youth CommitteeEstablish goals: education and volunteerism? Input on recreation/parks? Other goals?NEW22‐04Quality of LifeDevelop more recreation programming optionsDefinition? Scope? Expectations? Pickleball opportunities?NEW
FY22 PrioritizationPriority ScoreCurrent ScheduleStatus: April 22, 2022#CategoryDescription22‐05Community Character Review/Refine Commercial Development CodeConsider: density bonuses, setbacks, timeframe to initiate development following approval, etcNEW22‐06Community Character Bank Stabilization Regulations: Earman River/C‐17Balance Earman River character with property protection.NEW22‐07All Neighborhoods as Desirable Places to LiveFuture Service Area ‐‐ Fire/Rescue ServicesAnnexation and commercial development impacts ‐‐ change in LOS?NEW22‐08Quality of LifeUS1 NORTH OF PARKER BRIDGE: design charetteIn progress. Evaluate traffic mitigation, street lighting, landscaping, longer turn lane on Lakeshore Dr/US 1 intersection (per Master Plan), reduce Park Bridge openings in the peak hour. NEW22‐09Quality of LifeConnect Club Drive with lighted pathway to the NPBCC (Master Plan)NEW22‐10Quality of LifeEvaluate turning movements onto and off of US1: facilitate right hand movementsNEW