No preview available
 /
     
03-16-2009 Voting Order Mayor Thomas Councilwoman Rogers Councilwoman Bennington Councilwoman Rhodes Councilman Cooper AGENDA - AMENDED CITY COUNCIL OF EDGEWATER REGULAR MEETING March 16, 2009 6:00 P.M. COUNCIL CHAMBERS We respectfully request that all electronic devices are set for no audible notification . 1. CALL TO ORDER, ROLL CALL, PLEDGE OF ALLEGIANCE, INVOCATION 2. APPROVAL OF MINUTES a. Regular Meeting – January 5, 2009 b. Regular Meeting – January 26, 2009 3. PRESENTATIONS/PROCLAMATIONS/PLAQUES/CERTIFICATES/DONATIONS a. Randell Brown, Regional Director Department of Financial Services discussing a new program called “Safeguarding our Seniors”, recently initiated by Chief Financial Officer for the State of Florida, Alex Sink. 4. CITIZEN COMMENTS This is the time for the public to come forward with any comments they may have. Citizen comments relating to any agenda matter may be made at the time the matter is before Council. “3” please limit your comments to three Please state your name and address, and minutes or less . 5. APPROVAL OR CHANGES/MODIFICATIONS TO THE AGENDA 6. CITY COUNCIL REPORTS 7. CONSENT AGENDA a. Authorization for East Volusia Mosquito Control District to make low level aerial inspection and spray flights. b. Request to approve disposal of Fixed Assets. PUBLIC HEARINGS, ORDINANCES AND RESOLUTIONS 8. 9. BOARD APPOINTMENTS a. Economic Development Board - Councilwoman Rhodes appointment due to the expired term of Robert Williams, who seeks reappointment. City Council Agenda March 16, 2009 Page –2 b. Economic Development Board – Councilman Cooper’s appointment due to the resignation of Robert Overton. 10. OTHER BUSINESS c. Award bid proposal for Replacement of the Fuel System at the Environmental Services Public Works facility. d. Interlocal Agreement between the City of Edgewater and the City of New Smyrna Beach to accept solid waste from New Smyrna Beach’s City Parks. 11. OFFICER REPORTS a. City Clerk b. City Attorney 1. Settlement of Ayubo v. City of Edgewater, et al c. City Manager 12. CITIZEN COMMENTS 13. ADJOURN NoteApril6, 2009 . All items for inclusion on the , agenda must be received by the City Clerk’s office Thursday, March 26, 2009 no later than 12:00 pm, . Pursuant to Chapter 286, F.S., if an individual decides to appeal any decision made with respect to any matter considered at a meeting or hearing, that individual will need a record of the proceedings and will need to ensure that a verbatim record of the proceedings is made. The City does not prepare or provide such record. In accordance with the Americans with Disabilities Act, persons needing assistance to participate in any of these proceedings should contact City Clerk Bonnie Wenzel, 104 N. Riverside Drive, Edgewater, Florida, telephone number 386-424-2400 x1101, 5 days prior to the meeting date. If you are hearing or voice impaired, contact the relay operator at 1-800-955-8771. &L AGENDA REQUEST c.A. #2009-015 Date: March 3. 2009 PUBLIC HEARING RESOLUTION ORDINANCE BOARD APPOINTMENT CONSENT 03/16/2009 OTHER BUSINESS ITEM DESCRIPTION: Authorization for East V olusia Mosquito Control District to make low level aerial inspection and spray flights. BACKGROUND: East V olusia Mosquito Control District annually requests cities to approve low level inspection and spray flights under 500 foot altitudes with its helicopters over congested portions of incorporated municipalities and unincorporated portions of V olusia County. The letter of request dated February 25,2009, is attached. STAFF RECOMMENDATION: Staff recommends the City Council approve the attached Letter of Authorization and authorize its execution. ACTION REQUESTED: Motion to approve the annual request to perform low level flights over the City of Edgewater and authorize the Mayor or City Manager to execute the document. FINANCIAL IMPACT: (FINANCE DIRECTOR) (SPECIFY IF BUDGET AMENDMENT IS REQUIRED) PREVIOUS AGENDA ITEM: YES NO---.X DATE: AGENDA ITEM NO. Respectfully submitted, /} Concurrence: ~~8k Robin L. Matusick C-- Paralegal rIm \~,~ ~. Volusia County FLORIDA ~ -- Public Works Department Mosquito Control Division CITY OF EOGEWATER REceIVED MAR 03 tUUY February 25, 2009 CITY CLERK City of Edgewater Attn: Bonnie Wenzel, City Clerk P. O. Box 100 Edgewater, FL 32132-100 Dear Ms. Wenzel: It is necessary under Federal Air Regulations of the Federal Aviation Agency for the Volusia County Mosquito Control program to annuallv obtain a written request and authorization from an appropriate official in each incorporated municipality and the V olusia County Government, authorizing the low level flights under 500 foot altitude with helicopters and fixed wing aircraft over congested portions of incorporated municipalities and unincorporated portions of V olusia County. This FAA requirement is to make communities aware that aircraft will be making flights under the minimum 1000 foot altitude threshold for general aircraft operations. Mosquito control aircraft need to fly under 500 feet to inspect for immature mosquitoes, spray for immature mosquitoes and spray for adult mosquitoes. Populations of both potential disease bearing i.e. West Nile, Eastern Equine Encephalitis and pest mosquitoes will be suppressed by spray flights in all areas where conditions warrant. Inspection flights and aircraft landings will be made for the purpose of finding and treating immature stages of mosquitoes in their breeding sites. This is our primary defense against large populations of mosquitoes. We realize some people want to be notified prior to an adult mosquito spray operation. Our office will notify people on our call list, from your area, who have requested prior notification before aerial spraying. We will also post a map of our aerial residential spray areas prior to spraying on the www.volusia.org website. All such flights will be made in the public interest at such times as are considered necessary, and under such conditions as are considered effective and safe, for the purpose of providing comfort and public health protection for residents and visitors. Weare concerned about communication towers in areas where we perform aerial spraying. Please involve us in the planning of these towers to insure continued mosquito service to our citizens. 801 South Street . New Smyrna Beach, Florida 32168-5864 Tel: (386) 424-2920 . Fox: (386) 424-2924 www.volusia.org/mosquito A Public Notice will be published in V olusia County newspapers. Enclosed is an authorization form for your governing body signature. Please sign this form or one like it and return it to us no later the March 31, 2009. If there are any questions you may wish to discuss, please call me at (386) 424-2920. Sincerely yours, 91 Jonas Stewart Director JS/km Attachments LETTER OF AUTHORIZATION We hereby give authorization to Volusia County Mosquito Control to perform low-level flights over our city/town in connection with their inspection and aerial application of insecticides for the control of mosquito larvae and adults in compliance with FAA regulations explained in a letter from Volusia County Mosquito Control during calendar year 2009 through March 31, 2010. Signed: Date: Name (Typed): Title: City/Town: State: Zip Code: &b AGENDA REQUEST CA #2009- Asset TransferlDisposal Date: February 19, 2009 PUBLIC HEARING RESOLUTION ORDINANCE BOARD APPOINTMENT OTHER CONSENT March 16, 2009 BUSINESS ITEM DESCRIPTION: Request to approve Disposal of Fixed Assets. BACKGROUND: The City has fixed assets that will be auctioned or otherwise disposed of and need to be removed from the property records in the Finance Department. STAFF RECOMMENDATION: Approve the removal of the fixed assets that will be disposed. ACTION REQUESTED: Motion to approve the removal of the fixed assets from the property records in the Finance Department. FINANCIAL IMPACT: f (Finance Director) (SPECIFY IF BUDGET AMENDMENT IS REQUIRE PREVIOUS AGENDA ITEM: If so, DATE: YES NO YES NO AGENDA ITEM # Concurrence: ~~~ Robin L. Matusick "'\ Paralegal Method of Asset Number Description Department Disposal 510 Jacobson CR50 Mower Refuse Auction 1455 1989 Chevy C1500 Street Department Auction 507 1990 Chevy C1500 Field Operations Auction 978 1990 Chevy C1500 Field Operations Auction 1591 2004 Crown Vic Police Department Auction 1169 2000 Crown Vic Police Department Auction 1307 2001 Crown Vic Police Department Auction 106 1994 Fod F150 Code Enforcement Auction 1221 7500 Dell Laptop MIS Auction 662 1998 Chevy Pickup Leisure Services Auction 183 1995 Crown Vic Leisure Services Auction 331 1200 ft 5in Fire Hose Fire Department Replace 1409 Thermal Imager wI transmitter Fire Department Parts 111 Lennox Air Conditioner Police Department Surplus 116 2/5 ton Whirlpool Air Conditioner Police Department Surplus 118 FED JET sonic light bar Police Department Surplus 175 12X24 Shed Police Department Surplus 1313 Intel Computer Police Department Surplus 1396 Video Rendering Machine Police Department Surplus 125 Merlin Phone System Police Department Surplus 127 A T& T Phone System Police Department Surplus 119 FED JET sonic light bar Police Department Surplus 139 7.5 Ton Rudd Air Conditioner Police Department Surplus 296 Merlin Phone System Police Department Surplus 76 1000 VA Ext Phone System OGS Surplus 1386 Attendent answering system OGS Surplus 59 AT&T Phone System OGS Surplus 70 800 VA UPS Backup OGS Surplus 75 IBM RISC System OGS Surplus 52 AlC Unit OGS Surplus 57 AT&T Phone System OGS Surplus 58 AT&T Phone System OGS Surplus 239 Crown Vic -3009 Police Department Auction 279 Crown Vic - 3028 Police Department Donation 278 Crown Vic - 3027 Police Department Auction 276 1998 Ford Taurus Police Department Trade-in 287 1999 Chyrsler Cirrus Police Department Trade-in 569 Janitrol Central Heating & AlC Leisure Services Surplus 30 Blueprinting Machine Planning Auction Hardware package designed for 1516 building department Building Surplus Software package designed for 1517 building department Building Surplus Software package designed for 1570 building department (phone support) Building Surplus 1660 HP Compaq Microcomputer Finance Department Parts 1647 HP DC5000 Finance Department Parts 1385 Computer Finance Department Parts 1545 CPU Finance Department Parts Method of Asset Number Description Department Disposal 1652 HP Laptop Finance Department Parts 432 Computer Fire Department Surplus 1546 Laptop Computer Fire Department Surplus 1547 Laptop Computer Fire Department Surplus 1469 Compaq Computer and Monitor Fire Department Surplus 1470 Compaq Computer and Monitor Fire Department Surplus 5 Compaq Computer and Monitor City Manager Surplus 43 Lanier Recorder City Clerk Surplus 45 HP Laser Printer City Clerk Auction 681 AlC Unit - City Hall OGS Surplus 684 AlC Unit - Community Center OGS Surplus 685 AlC Unit - City Hall OGS Surplus 532 Gas Pressure Washer Public Works Destroyed 735 Vacuum Regulator Package Water Department Surplus 1156 Line Printer MIS Auction The City of Edgewater Finance Department 104 Riverside Drive Edgewater, FL 32132 REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL TO: FROM: SUBJECT: DATE: Finance Department REFUSE REQUEST FOR FIXED ASSET TRANSFER / DISPOSAL 2/19/09 ALL FIXED ASSET ITEMS MUST HAVE CITY 1.0. NUMBERS, SERIAL NUMBERS, ETC., IN ORDER TO MAKE PROPER IDENTIFICATION OF EACH ITEM TO BE REMOVED FROM YOUR PROPERTY RECORDS BY THE FINANCE DEPARTMENT. Item Description - Indicate Inventory Estimated Method of Date Disposal No Property ID Number Number if Appropriate Value Disposal Reauired 1 510 Jacobson CR50 Mower Auction 2 Auction 3 Auction REASON FOR TRANSFERIDISPOSAL: Transferred** Trade In*** Not Cannot (Notate Receiver's (What & How Item Obsolete Repairable Stolen* Sold Locate Department Number) Much) 1 No No No No No 2 No No No No No 3 No No No No No * Stolen Property - A copy of the police report must be sent along with this request. **Disposal of surplus property will be within current approved policy ***Attach documentin evidence. Si natures A rove Disa rove Iicable: Rev 3/08 The City of Edgewater Finance Department 104 Riverside Drive Edgewater, FL 32132 REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL TO: FROM: SUBJECT: DATE: Finance Department STREET REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL 2/19/09 ALL FIXED ASSET ITEMS MUST HAVE CITY I.D. NUMBERS, SERIAL NUMBERS, ETC., IN ORDER TO MAKE PROPER IDENTIFICATION OF EACH ITEM TO BE REMOVED FROM YOUR PROPERTY RECORDS BY THE FINANCE DEPARTMENT. Item Description - Indicate Inventory Estimated Method of Date Disposal No Property 10 Number Number if Appropriate Value Disposal Reauired 1 1455 1989 Chevy C1500 Auction 2 Auction 3 Auction REASON FOR TRANSFER/DISPOSAL: Transferred** Trade In*** Not Cannot (Notate Receiver's (What & How Item Obsolete Repairable Stolen* Sold Locate Department Number) Much) 1 No No No No No 2 No No No No No 3 No No No No No * Stolen Property - A copy of the police report must be sent along with this request. **Disposal of surplus property will be within current approved policy ***Attach documentin evidence. Si natures I A rove Disa rove licable: if transferred item : Rev 3/08 The City of Edgewater Finance Department 104 Riverside Drive Edgewater, FL 32132 REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL TO: FROM: SUBJECT: DATE: Finance Department FIELD OPERATIONS REQUEST FOR FIXED ASSET TRANSFER / DISPOSAL 2/19/09 ALL FIXED ASSET ITEMS MUST HAVE CITY I.D. NUMBERS, SERIAL NUMBERS, ETC., IN ORDER TO MAKE PROPER IDENTIFICATION OF EACH ITEM TO BE REMOVED FROM YOUR PROPERTY RECORDS BY THE FINANCE DEPARTMENT. Item Description - Indicate Inventory Estimated Method of Date Disposal No Property ID Number Number if Appropriate Value Disposal Required 1 507 1990 Chevy C 1500 Auction 2 978 1990 Chevy C1500 Auction 3 Auction REASON FOR TRANSFER/DISPOSAL: Transferred** Trade In*** Not Cannot (Notate Receiver's (What & How Item Obsolete Repairable Stolen* Sold Locate Department Number) Much) 1 No No No No No 2 No No No No No 3 No No No No No * Stolen Property - A copy of the police report must be sent along with this request. **Disposal of surplus property will be within current approved policy *** Attach documentin evidence. Si natures A rove Disa rove licable: if transferred item : Rev 3/08 Date of Dis osal: The City of Edgewater Finance Department 104 Riverside Drive Edgewater, FL 32132 REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL TO: FROM: SUBJECT: DATE: Finance Department POLICE DEPARTMENT REQUEST FOR FIXED ASSET TRANSFER / DISPOSAL 2/19/09 ALL FIXED ASSET ITEMS MUST HAVE CITY I.D. NUMBERS, SERIAL NUMBERS, ETC., IN ORDER TO MAKE PROPER IDENTIFICATION OF EACH ITEM TO BE REMOVED FROM YOUR PROPERTY RECORDS BY THE FINANCE DEPARTMENT. Item Description - Indicate Inventory Estimated Method of Date Disposal No Property ID Number Number if Appropriate Value Disposal Required 1 1591 2004 Crown Vic Auction 2 1169 2000 Crown Vic Auction 3 1307 2001 Crown Vic Auction REASON FOR TRANSFER/DISPOSAL: Transferred** Trade In*** Not Cannot (Notate Receiver's (What & How Item Obsolete Repairable Stolen* Sold Locate Department Number) Much) 1 No No No No No 2 No No No No No 3 No No No No No * Stolen Property - A copy of the police report must be sent along with this request. **Disposal of surplus property will be within current approved policy *** Attach documentin evidence. Si natures A rove Disa rove Iicable: if transferred item : Rev 3/08 Date of Dis osal: The City of Edgewater Finance Department 104 Riverside Drive Edgewater, FL 32132 REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL TO: FROM: SUBJECT: DATE: Finance Department Cotl..... t;:N ~r.::.l.,..., eA.: REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL 2/19/09 ALL FIXED ASSET ITEMS MUST HAVE CITY 1.0. NUMBERS, SERIAL NUMBERS, ETC., IN ORDER TO MAKE PROPER IDENTIFICATION OF EACH ITEM TO BE REMOVED FROM YOUR PROPERTY RECORDS BY THE FINANCE DEPARTMENT. Item Description - Indicate Inventory Estimated Method of Date Disposal No Property ID Number Number if Appropriate Value Disposal Required 1 106 1994 Ford F150 Auction 2 Auction 3 Auction REASON FOR TRANSFERIDISPOSAL: Transferred** Trade In*** Not Cannot (Notate Receiver's (What & How Item Obsolete Repairable Stolen* Sold Locate Department Number) Much) 1 No No No No No 2 No No No No No 3 No No No No No * Stolen Property - A copy of the police report must be sent along with this request. **Disposal of surplus property will be within current approved policy ***Attach documentin evidence. Si natures A rove Disa rove licable: if transferred item : Rev 3/08 Date of Dis osal: The City of Edgewater Finance Department 104 Riverside Drive Edgewater, FL 32132 REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL TO: FROM: SUBJECT: DATE: Finance Department MIS REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL 12/29/08 ALL FIXED ASSET ITEMS MUST HAVE CITY 1.0. NUMBERS, SERIAL NUMBERS, ETC., IN ORDER TO MAKE PROPER IDENTIFICATION OF EACH ITEM TO BE REMOVED FROM YOUR PROPERTY RECORDS BY THE FINANCE DEPARTMENT. Item Description - Indicate Inventory Estimated Method of Date Disposal No Propertv ID Number Number if Appropriate Value Disposal Reauired 1 00001221 7500 Dell Laptop 0.00 Auction 2009 2 3 REASON FOR TRANSFER/DISPOSAL: Transferred** Trade In*** Not Cannot (Notate Receiver's (What & How Item Obsolete Repairable Stolen* Sold Locate Department Number) Much) 1 Yes No No No No 0.00 2 Yes Yes Yes Yes Yes 3 Yes Yes Yes Yes Yes * Stolen Property - A copy of the police report must be sent along with this request. **Disposal of surplus property will be within current approved policy ***Attach documentin evidence. Si natures Disa rove licable: Rev 3/08 The City of Edgewater Finance Department 104 Riverside Drive Edgewater, FL 32132 REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL TO: FROM: SUBJECT: DATE: Finance Department Liesure Service REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL 11/24/08 ALL FIXED ASSET ITEMS MUST HAVE CITY 1.0. NUMBERS, SERIAL NUMBERS, ETC., IN ORDER TO MAKE PROPER IDENTIFICATION OF EACH ITEM TO BE REMOVED FROM YOUR PROPERTY RECORDS BY THE FINANCE DEPARTMENT. Item No 1 2 3 Pro ert ID Number 662 0183 Description - Indicate Inventory Number if Appropriate 1998 Chevy Pickup 1995 Crown Victoria Estimated Method of Value Disposal auction auction Date Disposal Re uired REASON FOR TRANSFER/DISPOSAL: Transferred** Trade In*** Not Cannot (Notate Receiver's (What & How Item Obsolete Repairable Stolen* Sold Locate Department Number) Much) 1 No No No Yes No 2 No No No Yes No 3 No No No No No * Stolen Property - A copy of the police report must be sent along with this request. **Disposal of surplus property will be within current approved policy ***Attach documentin evidence. Si natures A rove Disa rove Iicable: Rev 3/08 Date of Dis osal: ~< .~.. '"~ I.,,,,,,. C, .'. . r~'\l<i'i' . . ~ . ,li.' ':,' , ~.' ~,';:---::-::.r\l \~ t~.i(.l\~jt ~-="":~ - - . The City of Edgewater Finance Department 104 Riverside Drive Edgewater, FL 32132 REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL TO: FROM: SUBJECT: DATE: Finance Department Fire Department REQUEST FOR FIXED ASSET TRANSFER / DISPOSAL 1 0/24/08 ALL FIXED ASSET ITEMS MUST HAVE CITY 1.0. NUMBERS, SERIAL NUMBERS, ETC., IN ORDER TO MAKE PROPER IDENTIFICATION OF EACH ITEM TO BE REMOVED FROM YOUR PROPERTY RECORDS BY THE FINANCE DEPARTMENT. Item Description - Indicate Inventory Estimated Method of Date Disposal No Property 10 Number Number if Appropriate Value Disposal Required 331 Misc fire equp - 1200 ft Sin replaced 10/21/08 1 hose 2 1409 thermal imager w/ transmitter parts 10/21/08 3 REASON FOR TRANSFER/DISPOSAL: Transferred** Trade In*** Not Cannot (Notate Receiver's (What & How Item Obsolete Repairable Stolen* Sold Locate Department Number) Much) 1 Yes Yes No No No 2 No Yes No No No 3 Yes Yes Yes Yes Yes * Stolen Property - A copy of the police report must be sent along with this request. **Disposal of surplus property will be within current approved policy ***Attach documentin evidence. Si natures A rove Disa rove licable: Rev 3/08 The City of Edgewater Finance Department 104 Riverside Drive Edgewater, FL 32132 REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL TO: FROM: SUBJECT: DATE: Finance Department Police Department REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL 10/27/08 ALL FIXED ASSET ITEMS MUST HAVE CITY 1.0. NUMBERS, SERIAL NUMBERS, ETC., IN ORDER TO MAKE PROPER IDENTIFICATION OF EACH ITEM TO BE REMOVED FROM YOUR PROPERTY RECORDS BY THE FINANCE DEPARTMENT. Item Description - Indicate Inventory Estimated Method of Date Disposal No Property 10 Number Number if Appropriate Value Disposal Required 1 111 lennox AlC surplus 2 116 2/5 ton whirlpool AlC surplus 3 118 FED JET sonic light bar surplus REASON FOR TRANSFER/DISPOSAL: Transferred** Trade In*** Not Cannot (Notate Receiver's (What & How Item Obsolete Repairable Stolen* Sold Locate Department Number) Much) 1 Yes No No No No 2 Yes No No No No 3 Yes No No No No * Stolen Property - A copy of the police report must be sent along with this request. **Disposal of surplus property will be within current approved policy ***Attach documentin evidence. Si natures A rove Disa rove Iicable: Rev 3/08 Date of Dis osal: The City of Edgewater Finance Department 104 Riverside Drive Edgewater, FL 32132 REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL TO: FROM: SUBJECT: DATE: Finance Department Police Department REQUEST FOR FIXED ASSET TRANSFER / DISPOSAL 10/27/08 ALL FIXED ASSET ITEMS MUST HAVE CITY I.D. NUMBERS, SERIAL NUMBERS, ETC., IN ORDER TO MAKE PROPER IDENTIFICATION OF EACH ITEM TO BE REMOVED FROM YOUR PROPERTY RECORDS BY THE FINANCE DEPARTMENT. Item Description - Indicate Inventory Estimated Method of Date Disposal No Property fD Number Number if Appropriate Value Disposal Required 1 175 12x24 shed surplus 2 1313 intel computer surplus 3 1396 video rendering computer surplus REASON FOR TRANSFER/DISPOSAL: Transferred** Trade In*** Not Cannot (Notate Receiver's (What & How Item Obsolete Repairable Stolen* Sold Locate Department Number) Much) 1 Yes No No No No 2 Yes No No No No 3 Yes No No No No * Stolen Property - A copy of the police report must be sent along with this request. **Disposal of surplus property will be within current approved policy ***Attach documentin evidence. Si natures A rove Disa rove Iicable: Rev 3/08 The City of Edgewater Finance Department 104 Riverside Drive Edgewater, FL 32132 REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL TO: FROM: SUBJECT: DATE: Finance Department Police Department REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL 10/27/08 ALL FIXED ASSET ITEMS MUST HAVE CITY 1.0. NUMBERS, SERIAL NUMBERS, ETC., IN ORDER TO MAKE PROPER IDENTIFICATION OF EACH ITEM TO BE REMOVED FROM YOUR PROPERTY RECORDS BY THE FINANCE DEPARTMENT. Item Description - Indicate Inventory Estimated Method of Date Disposal No Prooertv 10 Number Number if Appropriate Value Disposal Required 1 125 merlin phone system surplus 2 127 A T& T phone system surplus 3 119 FED JET sonic light bar surplus REASON FOR TRANSFER/DISPOSAL: Transferred** Trade In*** Not Cannot (Notate Receiver's (What & How Item Obsolete Repairable Stolen* Sold Locate Department Number) Much) 1 Yes No No No No 2 Yes No No No No 3 Yes No No No No * Stolen Property - A copy of the police report must be sent along with this request. **Disposal of surplus property will be within current approved policy ***Attach documentin evidence. Si natures A rove Disa rove Rev 3/08 The City of Edgewater Finance Department 104 Riverside Drive Edgewater, FL 32132 REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL TO: FROM: SUBJECT: DATE: Finance Department Police Department REQUEST FOR FIXED ASSET TRANSFER / DISPOSAL 10/27/08 ALL FIXED ASSET ITEMS MUST HAVE CITY I.D. NUMBERS, SERIAL NUMBERS, ETC., IN ORDER TO MAKE PROPER IDENTIFICATION OF EACH ITEM TO BE REMOVED FROM YOUR PROPERTY RECORDS BY THE FINANCE DEPARTMENT. Item Description - Indicate Inventory Estimated Method of Date Disposal No Property ID Number Number if Appropriate Value Disposal Required 1 139 7.5 ton rudd AlC surplus 2 296 Merlin phone system surplus 3 REASON FOR TRANSFER/DISPOSAL: Transferred** Trade In*** Not Cannot (Notate Receiver's (What & How Item Obsolete Repairable Stolen* Sold Locate Department Number) Much) 1 Yes No No No No 2 Yes No No No No 3 Yes No No No No · Stolen Property - A copy of the police report must be sent along with this request. **Disposal of surplus property will be within current approved policy ***Attach documentin evidence. Si natures A rove Disa rove Rev 3/08 The City of Edgewater Finance Department 104 Riverside Drive Edgewater, FL 32132 REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL TO: FROM: SUBJECT: DATE: Finance Department OGS REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL 1 0/22/08 ALL FIXED ASSET ITEMS MUST HAVE CITY 1.0. NUMBERS, SERIAL NUMBERS, ETC., IN ORDER TO MAKE PROPER IDENTIFICATION OF EACH ITEM TO BE REMOVED FROM YOUR PROPERTY RECORDS BY THE FINANCE DEPARTMENT. Item Description - Indicate Inventory Estimated Method of Date Disposal No Property 10 Number Number if Appropriate Value Disposal Required 1 76 1000 VA EXt phone system 10/21/08 2 1386 Attendent answering system 10/21/08 3 10/21/08 REASON FOR TRANSFER/DISPOSAL: Transferred** Trade In*** Not Cannot (Notate Receiver's (What & How Item Obsolete Repairable Stolen* Sold Locate Department Number) Much) 1 Yes Yes No No No 2 Yes Yes No No No 3 Yes Yes No No No * Stolen Property - A copy of the police report must be sent along with this request. **Disposal of surplus property will be within current approved policy ***Attach documentin evidence. Si natures Disa rove licable: Rev 3/08 The City of Edgewater Finance Department 104 Riverside Drive Edgewater, FL 32132 REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL TO: FROM: SUBJECT: DATE: Finance Department OGS REQUEST FOR FIXED ASSET TRANSFER / DISPOSAL 1 0/22/08 ALL FIXED ASSET ITEMS MUST HAVE CITY 1.0. NUMBERS, SERIAL NUMBERS, ETC., IN ORDER TO MAKE PROPER IDENTIFICATION OF EACH ITEM TO BE REMOVED FROM YOUR PROPERTY RECORDS BY THE FINANCE DEPARTMENT. Item Description - Indicate Inventory Estimated Method of Date Disposal No Property 10 Number Number if Appropriate Value Disposal Required 1 59 AT&T 10 station circuit pack 10/21/08 2 70 800 VA UPS Backup 10/21/08 3 75 IBM RISC ssytem 10/21/08 REASON FOR TRANSFER/DISPOSAL: Transferred** Trade In*** Not Cannot (Notate Receiver's (What & How Item Obsolete Repairable Stolen* Sold Locate Department Number) Much) 1 Yes Yes No No No 2 Yes Yes No No No 3 Yes Yes No No No * Stolen Property - A copy of the police report must be sent along with this request. **Disposal of surplus property will be within current approved policy ***Attach documentin evidence. Si natures Disa rove Iicable: Rev 3/08 The City of Edgewater Finance Department 104 Riverside Drive Edgewater, FL 32132 REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL TO: FROM: SUBJECT: DATE: Finance Department OGS REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL 10/22/08 ALL FIXED ASSET ITEMS MUST HAVE CITY 1.0. NUMBERS, SERIAL NUMBERS, ETC., IN ORDER TO MAKE PROPER IDENTIFICATION OF EACH ITEM TO BE REMOVED FROM YOUR PROPERTY RECORDS BY THE ANANCEDEPARTMEN~ Item Description - Indicate Inventory Estimated Method of Date Disposal No Property 10 Number Number if Appropriate Value Disposal Required 1 52 NC unit 10/21/08 57 AT&T Merlin Phone system- 10/21/08 2 PO 58 AT& T Merlin phone system- 10/21/08 3 CH REASON FOR TRANSFERIDISPOSAL: Transferred** Trade In*** Not Cannot (Notate Receiver's (What & How Item Obsolete Repairable Stolen* Sold Locate Department Number) Much) 1 Yes Yes No No No 2 Yes Yes No No No 3 Yes Yes No No No * Stolen Property - A copy of the police report must be sent along with this request. **Disposal of surplus property will be within current approved policy ***Attach documentin evidence. Si natures Disa rove Iicable: Rev 3/08 Date of Dis osal: The City of Edgewater Finance Department 104 Riverside Drive Edgewater, FL 32132 REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL TO: FROM: SUBJECT: DATE: Finance Department Police Department REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL 11/18/08 ALL FIXED ASSET ITEMS MUST HAVE CITY 1.0. NUMBERS, SERIAL NUMBERS, ETC., IN ORDER TO MAKE PROPER IDENTIFICATION OF EACH ITEM TO BE REMOVED FROM YOUR PROPERTY RECORDS BY THE FINANCE DEPARTMENT. Item No 1 2 3 Description - Indicate Inventory Number if Appropriate REASON FOR TRANSFER/DISPOSAL: T ransferred** Trade In*** Not Cannot (Notate Receiver's (What & How Item Obsolete Repairable Stolen* Sold Locate Department Number) Much) 1 No No No Yes No 2 No No No Yes No 3 No No No No No * Stolen Property - A copy of the police report must be sent along with this request. **Disposal of surplus property will be within current approved policy ***Attach documentin evidence. Si natures A rove Disa rove ~ Rev 3/08 The City of Edgewater Finance Department 104 Riverside Drive Edgewater, FL 32132 REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL TO: -_. FROM: SUBJECT: DATE: Finance Department Police Department REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL 11/18/08 ALL FIXED ASSET ITEMS MUST HAVE CITY I.D. NUMBERS, SERIAL NUMBERS, ETC., IN ORDER TO MAKE PROPER IDENTIFICATION OF EACH ITEM TO BE REMOVED FROM YOUR PROPERTY RECORDS BY THE FINANCE DEPARTMENT. Item No 1 2 3 Date Disposal Re uired .03 . ,-6g' REASON FOR TRANSFER/DISPOSAL: Not Cannot Item Obsolete Repairable Stolen" Locate 1 No No No 2 No No No 3 No No No No No * Stolen Property - A copy of the police report must be sent along with this request. **Disposal of surplus property will be within current approved policy **"Attach documentin evidence. Si natures Transferred*" (Notate Receiver's Department Number) Trade In*"* (What & How Much) cc l> A rove Disa rove licable: Rev 3/08 The City of Edgewater Finance Department 104 Riverside Drive Edgewater, FL 32132 REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL TO: FROM: SUBJECT: DATE: Finance Department Liesure Service REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL 10/27/08 ALL FIXED ASSET ITEMS MUST HAVE CITY 1.0. NUMBERS, SERIAL NUMBERS, ETC., IN ORDER TO MAKE PROPER IDENTIFICATION OF EACH ITEM TO BE REMOVED FROM YOUR PROPERTY RECORDS BY THE FINANCE DEPARTMENT. Item No 1 2 3 Pro ert ID Number 569 Description - Indicate Inventory Estimated Number if Appropriate Value Janitrol Central heating & AlC Method of Disposal Date Disposal Re uired 10/27/08 REASON FOR TRANSFER/DISPOSAL: Transferred- Trade In*** Not Cannot (Notate Receiver's (What & How Item Obsolete Repairable Stolen. Sold Locate Department Number) Much) 1 Yes Yes No No No 2 Yes Yes Yes Yes Yes 3 Yes Yes Yes Yes Yes · Stolen Property - A copy of the police report must be sent along with this request. -Disposal of surplus property will be within current approved polley ***Attach documentin evidence. Si natures A rove Disa rove Iicable: Rev 3/08 Date of Dis osal: The City of Edgewater Finance Department 104 Riverside Drive Edgewater, FL 32132 REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL TO: FROM: SUBJECT: DATE: Finance Department Plannino REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL 1 0/22/08 ALL FIXED ASSET ITEMS MUST HAVE CITY 1.0. NUMBERS, SERIAL NUMBERS, ETC., IN ORDER TO MAKE PROPER IDENTIFICATION OF EACH ITEM TO BE REMOVED FROM YOUR PROPERTY RECORDS BY THE FINANCE DEPARTMENT. Item Description - Indicate Inventory Estimated Method of Date Disposal No Property ID Number Number if Appropriate Value Disposal Required 1 30 Blueprinting Machine Auction 10/21/08 2 3 REASON FOR TRANSFER/DISPOSAL: Transferred.. Trade In*** Not Cannot (Notate Receiver's (What & How Item Obsolete Repairable Stolen. Sold Locate Department Number) Much) 1 Yes Yes No Yes No 2 No No No No No 3 No No No No No · Stolen Property - A copy of the police report must be sent along with this request. ..Disposal of surplus property will be within current approved policy ...Attach documentin evidence. Si natures A rove Disa rove Rev 3/08 The City of Edgewater Finance Department 104 Riverside Drive Edgewater, FL 32132 REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL TO: FROM: SUBJECT: DATE: Finance Department Buildino Department REQUEST FOR FIXED ASSET TRANSFER / DISPOSAL 10/15/08 ALL FIXED ASSET ITEMS MUST HAVE CITY 1.0. NUMBERS, SERIAL NUMBERS, ETC., IN ORDER TO MAKE PROPER IDENTIFICATION OF EACH ITEM TO BE REMOVED FROM YOUR PROPERTY RECORDS BY THE FINANCE DEPARTMENT. Item Description -Indicate Inventory Estimated Method of Date Disposal No Pro e ID Number Number if Appropriate Value Disposal Re uired 00001516 Hardware pkg. designed for 10/15/08 1 Suildin De t. 00001517 Software pkg. designed for 10/15/08 2 Suildin De t. 00001570 Software pkg. designed for 10/15/08 3 Suildin De t hone su ort REASON FOR TRANSFER/DISPOSAL: Transferred** Trade In.*. Not Cannot (Notate Receiver's (What & How Item Obsolete Repairable Stolen* Sold Locate Department Number) Much) 1 Yes No No No No 2 Yes No No No No 3 Yes No No No No * Stolen Property - A copy of the police report must be sent along with this request. **Disposal of surplus property will be within current approved policy *** Attach documentin evidence. Si natures A rove Disa rove Iicable: Rev 3/08 The City of Edgewater Finance Department 104 Riverside Drive Edgewater, FL 32132 REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL TO: FROM: SUBJECT: DATE: Finance Department Finance Department REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL 10/16/08 All FIXED ASSET ITEMS MUST HAVE CITY 1.0. NUMBERS, SERIAL NUMBERS, ETC., IN ORDER TO MAKE PROPER IDENTIFICATION OF EACH ITEM TO BE REMOVED FROM YOUR PROPERTY RECORDS BY THE FINANCE DEPARTMENT. Item Description - Indicate Inventory Estimated Method of Date Disposal No Property 10 Number Number if Appropriate Value Disposal Reauired 1 1660 HP compaq microcomputer parts 10/15/08 2 1647 HP DC5000 parts 10/15/08 3 REASON FOR TRANSFER/DISPOSAL: Transferred** Trade In*** Not Cannot (Notate Receiver's (What & How Item Obsolete Repairable Stolen* Sold Locate Department Number) Much) 1 Yes Yes No No No 2 Yes Yes No No No 3 Yes Yes No No No * Stolen Property - A copy of the police report must be sent along with this request. **Disposal of surplus property will be within current approved policy ***Attach documentin evidence. Si natures Disa rove licable: Rev 3/08 Date of Dis osal: The City of Edgewater Finance Department 104 Riverside Drive Edgewater, FL 32132 REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL TO: FROM: SUBJECT: DATE: Finance Department Finance Department REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL 10/16/08 ALL FIXED ASSET ITEMS MUST HAVE CITY 1.0. NUMBERS, SERIAL NUMBERS, ETC., IN ORDER TO MAKE PROPER IDENTIFICATION OF EACH ITEM TO BE REMOVED FROM YOUR PROPERTY RECORDS BY THE FINANCE DEPARTMENT. Item Description - Indicate Inventory Estimated Method of Date Disposal No Property 10 Number Number if Appropriate Value Disposal Required 1 1385 computer parts 10/15/08 2 1545 CPU parts 10/15/08 3 1652 HP laptop parts 10/15/08 REASON FOR TRANSFER/DISPOSAL: Transferred** Trade In*** Not Cannot (Notate Receiver's (What & How Item Obsolete Repairable Stolen* Sold Locate Department Number) Much) 1 Yes Yes No No No 2 Yes Yes No No No 3 Yes Yes No No No * Stolen Property - A copy of the police report must be sent along with this request. **Disposal of surplus property will be within current approved policy ***Attach documentin evidence. Si natures Disa rove Iicable: Rev 3/08 The City of Edgewater Finance Department 104 Riverside Drive Edgewater, FL 32132 REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL TO: FROM: SUBJECT: DATE: Finance Department Fire Department REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL 1 0/22/08 ALL FIXED ASSET ITEMS MUST HAVE CITY I.D. NUMBERS, SERIAL NUMBERS, ETC., IN ORDER TO MAKE PROPER IDENTIFICATION OF EACH ITEM TO BE REMOVED FROM YOUR PROPERTY RECORDS BY THE FINANCE DEPARTMENT. Item Description - Indicate Inventory Estimated Method of Date Disposal No Property 10 Number Number if Appropriate Value Disposal Reauired 1 432 Computer System Surplus 2 1546 laptop computer Surplus 3 1547 laptop computer Surplus REASON FOR TRANSFER/DISPOSAL: Transferred** Trade In*** Not Cannot (Notate Receiver's (What & How Item Obsolete Repairable Stolen* Sold Locate Department Number) Much) 1 Yes Yes No No Yes 2 Yes Yes No No Yes 3 Yes Yes No No Yes * Stolen Property - A copy of the police report must be sent along with this request. **Disposal of surplus property will be within current approved policy ***Attach documentin evidence. Si natures Disa rove licable: Rev 3/08 The City of Edgewater Finance Department 104 Riverside Drive Edgewater, FL 32132 REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL TO: FROM: SUBJECT: DATE: Finance Department Fire Department REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL 1 0/22/08 ALL FIXED ASSET ITEMS MUST HAVE CITY 1.0. NUMBERS, SERIAL NUMBERS, ETC., IN ORDER TO MAKE PROPER IDENTIFICATION OF EACH ITEM TO BE REMOVED FROM YOUR PROPERTY RECORDS BY THE FINANCE DEPARTMENT. Item Description - Indicate Inventory Estimated Method of Date Disposal No Property ID Number Number if Appropriate Value Disposal Required 1 1469 Compaq computer & monitor Surplus 2 1470 Compaq computer & monitor Surplus 3 Surplus REASON FOR TRANSFER/DISPOSAL: Transferred** Trade In*** Not Cannot (Notate Receiver's (What & How Item Obsolete Repairable Stolen* Sold Locate Department Number) Much) 1 Yes Yes No No No 2 Yes Yes No No No 3 Yes Yes No No No * Stolen Property - A copy of the police report must be sent along with this request. **Disposal of surplus property will be within current approved policy ***Attach documentin evidence. Si natures Disa rove licable: Rev 3/08 The City of Edgewater Finance Department 104 Riverside Drive Edgewater, FL 32132 REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL TO: FROM: SUBJECT: DATE: Finance Department City Manaaer REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL 10/22/08 ALL FIXED ASSET ITEMS MUST HAVE CITY I.D. NUMBERS, SERIAL NUMBERS, ETC., IN ORDER TO MAKE PROPER IDENTIFICATION OF EACH ITEM TO BE REMOVED FROM YOUR PROPERTY RECORDS BY THE FINANCE DEPARTMENT. Item Description - Indicate Inventory Estimated Method of Date Disposal No Property 10 Number Number if Appropriate Value Disposal Reauired 1 5 Compaq laptop computer Surplus 2 3 REASON FOR TRANSFER/DISPOSAL: Transferred** Trade In*** Not Cannot (Notate Receiver's (What & How Item Obsolete Repairable Stolen* Sold Locate Department Number) Much) 1 Yes Yes No No No 2 Yes Yes No No No 3 Yes Yes No No No * Stolen Property - A copy of the police report must be sent along with this request. "Disposal of surplus property will be within current approved policy ***Attach documentin evidence. Si natures Iicable: Disa rove \Q) if transferred item : Rev 3/08 The City of Edgewater Finance Department 104 Riverside Drive Edgewater, FL 32132 REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL TO: FROM: SUBJECT: DATE: Finance Department City Clerk REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL 1 0/22/08 ALL FIXED ASSET ITEMS MUST HAVE CITY 1.0. NUMBERS, SERIAL NUMBERS, ETC., IN ORDER TO MAKE PROPER IDENTIFICATION OF EACH ITEM TO BE REMOVED FROM YOUR PROPERTY RECORDS BY THE FINANCE DEPARTMENT. Item Description - Indicate Inventory Estimated Method of Date Disposal No Property 10 Number Number if Appropriate Value Disposal Required 1 43 Lanier Recorder Surplus 2 45 HP Laser Priner Auction 3 REASON FOR TRANSFER/DISPOSAL: Transferred** Trade In*** Not Cannot (Notate Receiver's (What & How Item Obsolete Repairable Stolen* Sold Locate Department Number) Much) 1 Yes Yes No No No 2 Yes Yes No Yes No 3 Yes Yes No No No * Stolen Property - A copy of the police report must be sent along with this request. "Disposal of surplus property will be within current approved policy ***Attach documentin evidence. Si natures Disa rove Fleet Mana ement or MIS when a licable: De artment Head: Receivin De artment Director if transferred item : Finance Director: Rev 3/08 The City of Edgewater Finance Department 104 Riverside Drive Edgewater, FL 32132 REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL TO: FROM: SUBJECT: DATE: Finance Department OGS REQUEST FOR FIXED ASSET TRANSFER / DISPOSAL 1 0/22/08 ALL FIXED ASSET ITEMS MUST HAVE CITY I.D. NUMBERS, SERIAL NUMBERS, ETC., IN ORDER TO MAKE PROPER IDENTIFICATION OF EACH ITEM TO BE REMOVED FROM YOUR PROPERTY RECORDS BY THE FINANCE DEPARTMENT. Item Description - Indicate Inventory Estimated Method of Date Disposal No Property ID Number Number if Appropriate Value Disposal Required 1 681 (:...~ I\~" AlC unit 10/21/08 2 684 L- Lh....- AlC unit 10/21/08 3 685 C-- r. f..-' AlC unit 10/21/08 REASON FOR TRANSFER/DISPOSAL: Transferred** Trade In*** Not Cannot (Notate Receiver's (What & How Item Obsolete Repairable Stolen* Sold Locate Department Number) Much) 1 Yes Yes No No No 2 Yes Yes No No No 3 Yes Yes No No No * Stolen Property - A copy of the police report must be sent along with this request. **Disposal of surplus property will be within current approved policy ***Attach documentin evidence. Si natures A rove Disa rove Iicable: Rev 3/08 The City of Edgewater Finance Department 104 Riverside Drive Edgewater, FL 32132 REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL TO: FROM: SUBJECT: DATE: Finance Department Public Works REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL 11/26/08 ALL FIXED ASSET ITEMS MUST HAVE CITY I.D. NUMBERS, SERIAL NUMBERS, ETC., IN ORDER TO MAKE. PROPER IDENTIFICATION OF EACH ITEM TO BE REMOVED FROM YOUR PROPERTY RECORDS BY THE FINANCE DEPARTMENT. Item Description - Indicate Inventory Estimated Method of Date Disposal No Property ID Number Number if Appropriate Value Disposal Required 1 532 Gas pressure washer destroyed 2 3 REASON FOR TRANSFERIDISPOSAL: Transferred** Trade In*** Not Cannot (Notate Receiver's (What & How Item Obsolete Repairable Stolen* Sold Locate Department Number) Much) 1 No Yes No No No 2 No No No No No 3 No No No No No * Stolen Property - A copy of the police report must be sent along with this request. **Disposal of surplus property will be within current approved policy ***Attach documentin evidence. Si natures A rove Disa rove Rev 3/08 Date of Dis osal: pr~ > ')...J ,-~ u......&' ~<l...-- UJ<->-> (2..1./,0 (J <..J {/- b~ e..'t.... ,('~ .4 - f~r ~ \ lu... r.- \ ~.r" ~ I The City of Edgewater Finance Department 104 Riverside Drive Edgewater, FL 32132 REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL TO: FROM: SUBJECT: DATE: Finance Department Water Department REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL 10/28/08 ALL FIXED ASSET ITEMS MUST HAVE CITY 1.0. NUMBERS, SERIAL NUMBERS, ETC., IN ORDER TO MAKE PROPER IDENTIFICATION OF EACH ITEM TO BE REMOVED FROM YOUR PROPERTY RECORDS BY THE FINANCE DEPARTMENT. Item Description - Indicate Inventory Estimated Method of Date Disposal No Property ID Number Number if Appropriate Value Disposal Required 1 735 vacuum regulator package Surplus 2 3 REASON FOR TRANSFERIDISPOSAL: Transferred.... Trade In...... Not Cannot (Notate Receiver's (What & How Item Obsolete Repairable Stolen" Sold Locate Department Number) Much) 1 Yes No No No No 2 Yes Yes No No No 3 Yes Yes No No No .. Stolen Property - A copy of the police report must be sent along with this request. ....Disposal of surplus property will be within current approved policy *....AUach documentin evidence. Si natures A rove Disa rove Rev 3/08 The City of Edgewater Finance Department 104 Riverside Drive Edgewater, FL 32132 REQUEST FOR FIXED ASSET TRANSFER I DISPOSAL TO: FROM: SUBJECT: DATE: Finance Department IT department REQUEST FOR FIXED ASSET TRANSFER / DISPOSAL 3/04/2009 ALL FIXED ASSET ITEMS MUST HAVE CITY I.D. NUMBERS, SERIAL NUMBERS, ETC., IN ORDER TO MAKE PROPER IDENTIFICATION OF EACH ITEM TO BE REMOVED FROM YOUR PROPERTY RECORDS BY THE FINANCE DEPARTMENT. Item Description - Indicate Inventory Estimated Method of Date Disposal No Property 10 Number Number if Appropriate Value Disposal Required 1 t1~' Line printer 2 3 REASON FOR TRANSFER/DISPOSAL: Transferred** Trade In*** Not Cannot (Notate Receiver's (What & How Item Obsolete Repairable Stolen* Sold Locate Department Number) Much) 1 Yes No No Yes No 2 No No No Yes No 3 No No No No No * Stolen Property - A copy of the police report must be sent along with this request. **Disposal of surplus property will be within current approved policy *** Attach documentin evidence. Si natures licable: Disa rove if transferred item : Rev 3/08 gLl AGENDA REQUEST EDB-APT-RW Date: March 5, 2009 PUBLIC HEARING RESOLUTION ORDINANCE BOARD APPOINTMENT March 16. 2009 CONSENT OTHER BUSINESS ITEM DESCRIPTION: Request for appointment to the Economic Development Board to fill one (I) expiring term. BACKGROUND: Mr. Robert Williams whose term is expiring on March 20, 2009, is seeking reappointment. STAFF RECOMMENDATION: At their regular meeting held on March 4,2009, the Economic Development Board voted unanimously to send the recommendation to reappoint Mr. Robert Williams for an additional 3-year term on the Economic Development Board. ACTION REQUESTED: Motion to reappoint Mr. Robert Williams for a 3-year term on the Economic Development Board. FINANCIAL IMP ACT:(Finance Director) N/ A (SPECIFY IF BUDGET AMENDMENT IS REQUIRED) YES NO PREVIOUS AGENDA ITEM: YES NOX If so, DATE: AGENDA ITEM # Respectfully submitted, Concurrence: ~ Economic Development Board Coordinator ~~'-JJ lFY~k::" Robin L. Matusick pa;r /td- ~cr!"arlOW CIty anager BFMC. &rC R4A Mm2M1 Cenatr March 3, 2009 Robert Lott, Chairman Economic Development Board City of Edgewater Park Avenue Edgewater, FL 32141 Dear Chairman Lott: My appointment to serve on the Economic Development Board will expire on March 20, 2009. At this time of economic uncertainty, I believe it is important for local businesses and the surrounding communities to work together to build a strong foundation for our future. I very much would like to be part of that endeavor. Therefore, please accept this as my formal request to remain a member of the Edgewater Economic Development Board. I have enjoyed serving the community of Edgewater and look forward to the opportunity of working with you and the City further. Sincerely, J:y Bob Williams President/CEO P.O. Box 1350 · New Smyrna Beach. FL 32170 1350 · (386) 424 5000 . Fax (386) 424 5074 . www bertfish.com 40 I Palmetto Street · New Smyrna Beach, FL 32168 l 8b AGENDA REQUEST EDB-APT-BJ Date: March 5, 2009 PUBLIC HEARING RESOLUTION ORDINANCE BOARD APPOINTMENT March 16, 2009 CONSENT OTHER BUSINESS ITEM DESCRIPTION: Request for appointment to the Economic Development Board to fill one (I) vacant term. BACKGROUND: Ms. Robert Overton resigned from the Economic Development Board in September 2007. His position has been vacant since that time. The Board has been diligently seeking applicants in the Education and Aviation Fields. Ms. Jamison has strong ties to Massey Airpark and the Board members feel her input would be helpful in advancing the Boards Program of Work. STAFF RECOMMENDATION: At their regular meeting held on March 4,2009, the Economic Development Board voted unanimously to send the recommendation to appoint Ms. Bliss Jamison to fill the position vacated by Mr. Robert Overton for a 3-year term on the Economic Development Board. Mr. Overton's term is due to expire on September 25,2009. ACTION REQUESTED: Motion to appoint Ms. Bliss Jamison for a 3-year term on the Economic Development Board. FINANCIAL IMP ACT:(Finance Director) N/ A (SPEC[FY IF BUDGET AMENDMENT [S REQUIRED) YES NO PREVIOUS AGENDA ITEM: YES NOX If so, DATE: AGENDA ITEM # Respectfully submitted, ~ Economic Development Board Coordinator Concurrence: ~~~~~, Robin L. Matusick Paralegal 4i;r#~ City anager CITY OF EDGEW^TEr~ RECEIVED FEB 2 0 20u~ No BOARD AND COMMITTEE MEMBERS MAY BE REQUIRED TO FiLE WITH: THE STATE, FINANCIAL.DISCLOSURE FORMS EACH YEAR . PLEASE-INDICATE THE BOARDS OR COMMITTEES YOU WOULD LIKE TO SERVEON AND RANK THEM ACCORDING TO CHOICE BY NUMBER ANIMAL CONTROL BOARD CITIZEN CODE ENFORCEMENT BOARD CONSTRUCTION REGULATION BOARD ,/ . ECONOMIC DEVELOPMENT BOARD FIREFIGHTERS PENSION BOARD GENERAL EMPLOYEES PENSION BOARD. LIBRARY BOARD. . RECREATION & CuLtuRAL SERVICES PLANNING &. ZONING BOARD POLICE PENSION BOARD. .... VETERANS PARK A YD. COMMITTEE Si~e~m~~ O're oJ I'd 0. 0 0'7 I I APPLICA nON FOR BOARD APPOINTMENT TO CITY BOARDS AND COMMITTEES Name Sherry Lester Address 2230 Needle Palm. Edgewater. FL 32141 Home Phone 386-423-3035 Business Phone 386-423-5595 Occupation General Manager Accent Employment and AMS Staff Leasing Are you a registered voter? yes Voting District 3 Are you a resident of Edgewater? yes How long? 10 ves Is your principle place of employment in Edgewater? yes If yes, how long 8 years Briefly state your interest in serving on a City board or a committee: help create a quality business climate and attract or expand iob generating businesses in the City of Edgewater State your experience/qualifications as an employment manager I understand the current hard- ships of our local businesses and as a multi-state workers compensation underwriter. I understand the cost of doing business. Are you employed by the City? no Do you hold public office no At the present time, do you serve on any other Boards or committees? no If so, list each: Have you served on any boards or committees? in Ohio If so, list each: Fairfield August I sl Alliance. Secretary to Lindenwald Little League Board BOARD AND COMMITTEE MEMBES MAY BE REQUIRED TO FILE WITH THE STATE, FINANCIAL DISCLOSURE FORMS EACH YEAR PLEASE INDICATE THE BOARDS OR COMMITTEES YOU WOULD LIKE TO SERVE ON AND RANK THEM ACCORDING TO CHOICE BY NUMBER _ANIMAL CONTROL BOARD -X-CITIZEN CODE ENFORCEMENT BOARD -.;;r-CONSTRUCTION REGULATION BOARD ~ECONOMIC DEVELOPMENT BOARD _FIREFIGHTERS PENSION BOARD GENERAL EMPLOYEES PENSION BOARD _LIBRARY BOARD _RECRATION & CULTURAL SERVICES _PLANNING & ZONING BOARD POLICE PENSION BOARD _VETERANS PARK A VD. COMMITTEE Signature ~ ~~ Date J.-- l d ~O~ \.. APPLICA TION FOR APPOINTMENT TO CITY BOARDS AND COMMITTEES Name 1;1l'1rr,ol'J2:. -.T. BIA-ck. Seo 05-14-07All :58 RCVO Address 33;z..'j U ^' ;+1 TR.E"& DIl..II/E E4.:fWItTr=~ Home Phone 3 g Ie - cf ;1 '7 - ~ 35'0 Business Phone '3 g-" - ;;J..?. ~ _ <t tf /3 Occupation 131t"'~ (t{ fhvA GEl!- - fSltN/c- Ot:- ~E1t;<"A Are you a registered voter? ~E5 Are you a resident of Edgewater? ''-if: 5 How long? y ~EItRS Voting District Lf If yes how long? Is your principal place of employment in Edgewater? No Briefly state your interest in serving on a City board or committee: 'Iv BE""" 4./7. r tJ r== Gra ~..'). 5 (J, '.,..'1 /h'- p oR r ;-)(,5 /1t~ IVP~4r~,a"~"r{I /-r State your experiencelqualificationsOF4'pE'fZ, 13 If Al'K (.)P- A. .....q.,:;,.-..4 / /6,v~ ~IC./ IJ.J 3 -~ 73&.~d~ /hto )~I\-"'€ '73t..=F,v Y€/4,./ 5Ve't!'iZPV.t'<::: . I~J Cvwl\-'j -r /J'#h)v; dt:J,t-d.B$' f1- $&<n'.€tZ.- t:Je;ANQ:t/-'nI'K./ Are you employed by the CitY?~Do you hold public office? f( () I f so, list each: 1J 0 ;V E At the present time, do you serve on any other Boards or committees? Have you ever served 011 any boards or committees? If SO, list each: 5~1\d:.,.,a {Jt="\ffCe -=4 L (fc.:;C<,'4 VlttllC'1E (BOARD AND COMMITTEE MEI\1DERS MA Y BE REQUIRED TO FILE WITH THE STATE, FINANCIAL DISCLOSURE FORMS EACH YEAR) PLEASE INDICATE THE BOARDS OR COMMITTEES YOU WOULD LIKE TO SERVE ON AND RANK THEM ACCORDING TO CHOICE BY NUMBER _ANIMAL CONTROL BOARD LCITlZEN CODE ENFORCEMENT BOARD _CONSTRUCTION REGULATION BOARD ~ECONOMIC DEVELOPMENT BOARD :pa:;; _GENERAL EMPLOYEES PENSION BOARD _ LIBRARY BOARD _RECREATION & CULTURAL SERVICES ~PLANNING & ZONING BOARD _POLICE PENSION BOARD - VETERANS PARK ADV. COMMITTEE 0-/0- cJ :;L. Date ~ ~1I\ tA '\ t') . l ~ \11> APPLICATION FOR APPOINTMENT TO CIlY BOARDS AND COMMITTEES Address ~y (l/ t!!..s-f <.. V"' ~ 2- c> l' e>'f LL U 1"'" -ri,..J C e.. 3d' ~ '1'2. 7 9'7 J- t/ Business Phone tV z, Vt Go !?('-+ 11r'-e.! CZ>;1-+lr"&-c.:fDo,... /"1-4.:'-1 e.sfdl--Ie. / V oling District Name \ W'\ Home Phone Occupation /J-1 t/<.$" 7"l.>J.- Are you a registered voter? YeS / Are you a resident ofEdgewnter? "2- y~S" / How long? 2- y v'> /'J,>,. i f2. ~A n:>h )/d- j f Is your principal place of employment in Edgewater? If yes how long? . Briefly state your interest in serving on a City board or committee: ~<!>okll-J.-t ~". (N/),YS" r;; :rt!./.(v~~ 7;: ?t'L~ ~v br~C'-"'/~-J.1'/lf Ji.",. 1;.-x 6A,('("o State your experience/qualifications fd~.5' t e lU ffz.)I flI ..... i 11-., ".IVL/~.$" (d...., / %.s,ord,fc- ~,-I.~ s./ eDIt,. of 1r0'-.:: -f~..... ./ i)~ra. 'r -t PC-< -< t\. "\- ~&J u ./(..1-' .,.. 0 P Pod UA/u. srJ.&.J1 Jav-i; X' ~:D {,od ~ 'U., ((7>&1.. T 0 7: ~ .../v ~rf 'r ll1..,! l"l4a.., T I 1"J 1 t ~ ~ d'\. "'-> ..... I ( :r.,rl'"1 ev- H.<2-- -\J ~".:t . / Are you employed by the City?....L!l.Q...Do you hold public office? /lJ 0 At the present time, do you serve on any other Boards or committees? IIJ [) If so, list each: Have you ever served on any boards or committees? tV lJ t { h V ~ I v ~ (L:c- u -'it (fso, list each: Zk.:-.-fv-c <..&..,/ -rw~f.t..c;fo..... - cPvl(..1~ 611(r.ie;.. .pI (BOARD AND COMMTITEE MEMBERS MAY BE REQUIRED TO FILE WITH THE STATE, FINANCIAL DISCLOSURE FORMS EACH YEAR) PLEASE INDICATE THE BOARDS OR COMMITTEES YOU WOULD LIKE TO SERVE ON AND RANK THEM ACCORDING TO CHOICE BY NUMBER _ANIMAL CONTROL BOARD _GENERAL EMPLOYEES PENSION BOARD _CITIZEN CODE ENFORCEMENT BOARD LIBRARY BOARD _CONSTRUCTION REGULATION BOARD _RECREATION & CULTURAL SERVICES i XECONOMIC DEVELOPMENT BOARD 2.XPLANNING & ZONING BOARD _FIREFIGHTERS PENSION BOARD _POLICE PENSION BOARD _VETERANS PARK ADV. COMMITIEE =";~~(nu~~'~ ~ Oa" MID 7D( APPLICATION FOR APPOINTMENT TO CITY 80ARDS AND COMMITTEES 04-11-07Al0:18 RCVD Name p- S(/l\~Aa-( l' \ '\j e.. ( ct 1)- U ~. ~ J ?;<:;SLz 4 t\O '+41 ~ Business Phone , 'Se I-C -PAV\ pl()(JL~ \}tI <) '-tr/<; Address Home Phone bu s \ r'UJ:::> 5 ~( Occupation Are you a resident of Edgewater? How long? wC>~ 5 ~'- r=> :s t (\(0 qCJ; C%: t- Are you a registered voter? Voting District Is your principal place of employment in Edgewater? (fyes how long? 'd'fJ. ~ ,5 '-{-e-s Briefly state your interest in serving on a City board or committee: -L.J ~<1 *- +0 b ~ ~ \J 0 \ V d (I'), wl,.-d l.s ~ (l \ .....~ 0'" State your experience/qualifications --L a. VV\ Q. r.e ~ \ P 3) tev\-e t v\ v e6tn r -h ~ \t> d UtA U ~1A~L,)c...k. Oev,"\ ':: ~ ~()\I<'\\0~ o..fCOlclccY1 ~ Cbr \.1~U"j i 0 ~~"-'" . Of'La Are you employed by the City? 00 Do you hold public office'? J0 [) At the present time, do you serve on any other Boards or committees? ) (fso, list each: ;\-- (3 , ~ S"" iJ v:>' I \ _, _ Have you ever served on any boards or committees? hi IV\. .s A ~ ~~f () L L If SO, list each: ~t e.. -Ce ~ '14<1.,'" . _:t. V 0 IcoN" b lJ ,~~, (BOARD AND COMMITTEE MEMBERS MAYBE REQUffiED TO FILE WUH THE STATE, \ h. D (3 , FINANCIAL DISCLOSURE FORMS EACH YEAR) PLEASE INDICATE TIlE 80ARDS OR COMMrn'EES YOU WOULD LIKE TO SERVE ON AND RANK THEM ACCORDING TO CHOICE BY NUMBER _ANIMAL CONTROL BOARD _GENERAL EMPLOYEES PENSION BOARD _ LIBRARY BOARD _CITIZEN CODE ENFORCEMENT BOARD _CONSTRUCTION REGULATION BOARD -, L ~,'!'f!ol"'--- 1~f1€P~oi\g(;-Dh"VEL.()PMENf'aOARD _FIREFIGHTERS PENSION BOARD _RECREATION & CULTURAL SERVICES .,,0'LANNING & ZONING BOARD _POLICE PENSION BOARD :.ill _ VETERANS PARK ADV. COMMITTEE SigDalure C)~Xlw.~_ tk-AJp/\ Dale :3 -IL.\.-Dl (REVISED (2-10-04) \1-\'L'" \0'1. '\,tP ,. :':7: "'I' : ~'" ~";""}f' ',:'.,: 'l i..". l;'~~:~ '. f. ';?t!, .:.'. -;~'{;:,: ~ If) '.' .THE CITYOF.E;D'GEWA.TER ., . . : ". .Po.STOFFICE BOXiOO-ED.GlJWAi'ER~'FLOiuDA '321~2-0100..' .AP.PLlcATIQN :FOR ~PO:nfrME~ '~. C.ITY ..' '. BOAlmSOR;Ca.:tMITTE2,S.." ". ~" I\Cjn~s.. \A!l~\e~' ,.' . :~DRESS " J.~3' \=lalj\er' AVe . . Hq,fE PHONE '. ~ ;). 2 - 5 ~ ~ 7 '.: 'OCCUPATION . reA lred Are 'yo~ a resident.of.Edgewater o 9 - ~! ~ - 0 7' A i I : 4 ~ t'N ". . BUSINESS paONE ; . .(~::'. '. How'long :3 t. ,!ears . Is your principal "place of 'empl~yment ih Edgew~te:r? :-.:. . ..... . if yes'how long?" .. .'3r.~eflY state your int.eres~ .in se.rvi~9 on. a"Ci~y Qoard o~ '. ~oIDmit'te~:' t WDlk\'d. . tk~ .to .see. ~u:r-: . c'\-l- rDW 'I'~.', .' 0.. S~~),-\:-O-incib\~ \",4T\t'\e;~. . y' 'e,:,e OYIY"'I<j nl~hes-\ o.V'\cl. bes . . Ll S e w\1 er.~. , o.pp. ro pn ~te.. . . . .'. sta te y<?u~ e.~per.:.ie!loe / qual~ f~'ca t,i.ons , . '. D,.. ('5' bUS\'fIe5S eX' '1€.\"'\C.e:.. '-. r-e. 0\ .5a e5 -: R. - '6r\k'tf\;' rea. es a. e Are.. you a r~gi~ ~red V'ot~r?, y~.s '. 'l\re: yo.u. emPlo~ed'by th~' Cit~? No :DO 'you '4'01~ :pubilc 'oiiice? ~.t'o '. .At the pr~seht ~i~e~ dQ.you: ~erve on ary other. Boards.or co~~ttee~? . '~e'5 '~f so; list ea'ch:. ....Q.\+-I:2.e.T"'\ Vo unh?er-', ...... .... . I . Have you eve!; served 'on list. 'each':: .' c.. \ f or committees? h . '. " If'so, . (l:l~' AND COMMl;TTEE ~ERS MAY BE. REQU!~D. TO :FILE WITH THE. STATE, FINANCIAL DISCLOSURE 'FORMs:"EACH r~) '. " ".- . . .' .. . PLEASE rNolCA'I'E BOARDS O~ COMMl:T'I'EES YOU .. WoULD LIKE '1'0 s~~w' ON AND'.RANK "THEM ACeoROING. TO CaOICE BY NUMBER , ~ANIMAL 'CONTROL BOARD --:-GENE~ ~MPLOt~ES PENSION. a.OARD' .' --=---~~BIVJ{Y . BOARD ~RECREATION. & CULTURAL SERVicES -L.~_j;~.I~G ~ ZON:r~G BOARD ~POLICE P~NSION ~QARD . VE~ERANS PARK ADV. COMMITTEE -.... . . . . ~CITIZEN.CODE E~FORCEMENT BOARD -. . . . ~CONSTRUCTION REGULATibN BOARD ~~~O~O~I? DEVELOPME~T" BOARD ~FIREFIGHTERS'PENSiON'BOAR~ SI:GNATuRE', ~ .ILJ~ . DATE: SEE REVERSE SIDE PO BOARD AND COMMITT~ES LISTINGS (2-10-03) .9.'- /7.- tJ7 \}(I\ , ~t> . 1.' '\ \"'\ , / " THE CITY OF' EIJGEWATER ,POST OFFICE BOX 1 OO-EDGEWA TER, '.FLORIDA "32132-0100 ,APPLIcATIQN 'FoR ~POINTMENT .~ CITY , BOAJIDS OR, COMMITTEE,S. NAME \(); d~G,-\, P a,' ~~~ \;l AnDRESS \~~.'~" '.~~\ HoJ.m PHO~ S"-\ \ I . C\(<"""l <IL S- .. . BUSINESS paONE ~ . OCCUPATION c2 '. Are YOt;! a resident Of'Edget>fater~HOw 'long Is your principal :Pla~e of 'em~i~~~~t 'ih Ed9~w~te~? . if y~s how long?' Bri.efly state your int.eresl;:. in se.rvi~g on a"'City Qoard 0;- committee: ~~l~. q W'~\-,-\e ..ti~.'~../a.~/.; '. 'j '. . '. ." -..... ." . '.", ". .. . . . . State your experienoe/qualifications ....~ .Q~,\t-~/\'c:~ ..' .". . '. Are', yoU' a r~gi~t~r~d. 'vot~~'? \..v', \ \ be. , . .Are: 'you el,llpl.oyed by the' CitY'?KD~ 'you .h'old .p~biic 'office? .' . At t}'le' present ~i~e~. dQ. you:' serve on any other Boards or coinr{i;i ttee.s? . N If so; list ea'ch: . ..,. '~l~, 1k:LY '. w Have you eve list. 'each:: or commi t tees,? If so, (t3~ AND C~TTEE. ~ERS MAY BE. REQU!~O. TO FILE ~ITH THE STATE, FINAN~IAL pISCL9.S~ 'FO~:)~ACH~) ." .'. ' .' .' PLEA$E INDI~TE BOAlWs o~ COHMl:TTEES YOU WOULD LIKE TO SE~vg' ON AND'~ 'THEM ACCoRDING, ~O CaOICE BY NUMBER " v-: [) ;~I{cj, /~J 4,}", ("u~:..::I-I~<. /1l?o ~G~ERAL EMt'LOYEES PENSION BOARD" ~ANIMAL 'CONTROL BOARD . . --'-u' ~MRY BOARD ~CITIZENCODE ENFORCEHENT BOARD ~~REA'I~ ' CD~TORAL SERVICES ~N'STRUCTION REGULAT.I.CiN BOARD .' PLANNING & ZON.I~G BOARD . ~ECONOMIC DEVELOPMENT BOARD _____POLICE PENSION ~OARD _FIRE. FIGHT~.P"r\O~il :0. Q _VETER,ANS PARi< ADV. COMMITTEE SIGNATURE ~ ~. _.. DATE: 0- \,'2.2 ' c:n SEE REVERSE SIDE FOR BOARD AND COMMITTEgs LISTINGS (2-10-03) .~ t.. . ~ "fA \0" rL,~ V \ qCL AGENDA REQUEST Date: March 5, 2009 PUBLIC HEARING RESOLUTION ORDINANCE BOARD APPOINTMENT CONSENT OTHER BUSINESS March 16. 2009 ITEM DESCRIPTION: Award bid proposal for Replacement of the Fuel System at the Environmental Services Public Works Facility. BACKGROUND: The Florida Department of Environmental Protection ruled that all single walled underground storage tanks be upgraded by December 31,2009. The City currently has three single walled underground storage tanks for diesel fuel and unleaded fuel. Requests for proposals were solicited and seven contractors submitted proposals on February 23,2009, to perform the work. STAFF RECOMMENDATION: After evaluation of all the proposals, staff recommends awarding the work to Southeastern General Contractors, Inc. as specified in the bid proposal. Abandonment and replacement of the fuel tanks and fuel system is not to exceed $124, 213.00. Sludge removal shall be in the amount of $1.25 per gallon and any contaminated soils discovered in the scope of the work will be in the amount of $20 per cubic foot for excavation and replacement, $20 per ton for transportation and incineration of contaminated soil, and $1.50 per cubic foot for fill compaction and rough grading where contaminated soils are found. ACTION REQUESTED: A motion to award the bid proposal to Southeastern General Contractors, Inc. in the amounts as specified in the proposal and to authorize the Mayor to execute the Agreement for Services. '~. ,.... .Il /IA (V I FINANCIAL IMPACT: (FINANCE DIRECTOR) _ ~ I r L ~ \ (SPECIFY IF BUDGET AMENDMENT IS REQUIRED)~ PREVIOUS AGENDA ITEM: YES NO XX DATE: AGENDA ITEM NO. Respectfully submitted, ~ / ~p;7LLJ ~rr-n':Wt"'CL Brenda L. Dewees Robin Matusick Interim Director of Env. Services Paralegal AGREEMENT FOR REPLACEMENT OF FUEL SYSTEM THIS AGREEMENT, made and entered into this day of March, 2009, by and between the City of Edgewater, a municipal corporation organized and existing under the laws of the State of Florida, hereinafter referred to as the "City" and SOUTHEASTERN GENERAL CONTRACTORS, INC., 508 Wilbanks Drive, Ground, GA 30107 hereinafter referred to as the ("Contractor"), sets forth that: WHEREAS, the City desires to engage a Contractor who has special and unique competence and experience in replacement of fuel tanks; and WHEREAS, the Contractor represents that it is duly licensed and it has such competence and experience in providing these services; and WHEREAS, the City in reliance on such representations has selected the Contractor in accordance with the requirements of law; and WHEREAS, at the City Council meeting of March 16, 2009, RFP of Contractor was duly considered and it was determined to be in the best interests of the City to enter into this Agreement with the Contractor; and WHEREAS, the City and the Contractor desire to reduce to writing their understanding and agreements on such; IT IS, THEREFORE, AGREED as follows: 1. TERM. This Agreement shall commence on the day it is executed by both parties and the term of the Agreement shall extend until completion of the project in accordance with the Project Schedule as set forth herein. 2. AGREEMENT DOCUMENTS. The Agreement Documents (also called AGREEMENT DOCUMENTS) consist of this Agreement, the Request for Proposal #09-PW-003, the proposal submitted by Contractor, all Addenda if any, any other documents listed in the Agreement Documents, and written modifications issued after execution of this Agreement, if any. ( a) Intent. The Scope of Work is an integrated part of the Agreement Documents and as such will not stand alone if used independently. These documents establish minimum design standards of quality for this Project. They do not purport to cover any details entering into the design and construction of materials or equipment. The intent of the Agreement Documents is to set forth requirements of performance. It is also intended to include all labor and materials, equipment, tools and transportation necessary for the proper execution of the Work, to require new material and equipment unless otherwise indicated, and to require complete performance of the Work in spite of omission of specific reference to any minor component part and to include all items necessary for the AGREEMENT FOR REPLACEMENT OF FUEL SYSTEM Page 1 of 1 proper execution and completion of the Work by the Contractor. Performance by the Contractor shall be required only to the extent consistent with the Agreement Documents and reasonably inferable from them as being necessary to produce the intended results. (b) Entire and Sole Agreement. Except as specifically stated herein, the Agreement Documents constitute the entire agreement between the parties and supersede all other agreements, representations, warranties, statements, promises, and understandings not specifically set forth in the Agreement Documents. Neither party has in any way relied, nor shall in any way rely, upon any oral or written agreements, representations, warranties, statements, promises or understandings not specifically set forth in the Agreement Documents. (c) Amendments. The parties may modify this Agreement at any time by written agreement. Neither the Agreement Documents nor any term thereof may be changed, waived, discharged or terminated orally, except by an instrument in writing signed by the party against which enforcement of the change, waiver, discharge or termination is sought. 3. ENGAGEMENT OF CONTRACTOR. The City hereby engages the Contractor and the Contractor hereby agrees to properly abandon three (3) existing tanks, leave in place and install (I) new above ground 16,000 gallon capacity minimum double wall, compartment tank split with a minimum 9,000 gallon capacity for unleaded fuel and 7,000 gallon capacity for diesel fuel, dispensing equipment, leak detection and piping and fuel management system, as described in the Agreement Documents. 4. SCOPE OF WORK AND RELATED DATA. The intent of the Scope of Work, and other Agreement Documents is that the Contractor furnishes all labor and materials, equipment, supervision, and transportation necessary to perform the Work. Unless specifically noted otherwise the Work is to be conducted as described in the Agreement Documents. The Contractor shall do all the work described in the Agreement Documents and all incidental work considered necessary to complete the Work entirely ready for use in a manner acceptable to the City. Any discrepancies found between the Agreement Documents and site conditions, or any errors or omissions in the Agreement Documents, shall be immediately reported to the City. The City shall promptly determine the validity and seriousness of the claimed condition and correct any such error or omission in writing, or otherwise direct Contractor. Any work done by the Contractor after his discovery of such discrepancies, errors or omissions shall be done at the Contractor's risk. Any correction of errors or omissions in the Agreement Documents may be made by the City when such correction is necessary for the proper fulfillment of their intention as construed by City. Where said correction of errors or omissions, except as provided in the next paragraph below, adds to the amount of work to be done by the Contractor, compensation for said additional work shall be AGREEMENT FOR REPLACEMENT OF FUEL SYSTEM Page 2 of 2 negotiated between the parties and must be issued as a written change order before any such additional work is performed or no additional compensation shall be made. The fact that specific mention of any part of work is omitted in the Agreement Documents, whether intentionally or otherwise, when the same are usually and customarily required to complete fully such work as is specified herein, will not entitle the Contractor to consideration in the matter of any claim for extra compensation, but the said work must be installed or done the same as if called for by the Agreement Documents. All work and material usual and necessary to make the Work complete in all its parts, whether or not they are indicated or mentioned in the Technical Specifications, shall be furnished and executed the same as if they were called for by the same. The Contractor will not be allowed to take advantage of any errors or omissions in the Technical Specifications. The City will provide full information when errors or omissions are discovered. 5. COMPENSATION. For satisfactory performance of the Work, the City will pay the Contractor the prices indicated in the Contractor's proposal. Payment shall be made for all Work completed by the Contractor during each calendar month which has been accepted by the City and has been properly documented. Payments shall not be made for Work deemed incomplete or deficient by the City. At the end of each month, the Contractor shall submit an invoice with the supporting documentation of all work completed and accepted by the City for that month to the Finance Department and payment of the approved invoice amount. Claims arising from changes or revisions made by the Contractor at the City's request shall be presented to the City before work starts on the changes or revisions. If the Contractor deems that extra compensation is due for work not covered herein, or in a Supplemental Agreement, the Contractor shall notify the City in writing of its intention to make claim for extra compensation before work begins on which the claim is based. If such notification is not given, then the Contractor hereby waives its request for such extra compensation. The City is not obligated to pay the Contractor if the City is not notified as described above. The Contractor may refuse to perform the additional work requested by the City until the parties execute an appropriate agreement. Such notice by the Contractor and the fact that the City has kept account of the costs as aforesaid shall not in any way be construed as proving the validity of the claim. 6. RELEASES. When it is determined, as a result of a joint inspection of the Work by the Contractor and City that the Work has been completed in accordance with the terms of the Agreement Documents, the completion of the Work shall be certified by the City. At that time, the Contractor may submit the Contractor's final request for payment. Prior to final payment, the Contractor shall execute and deliver to the City a Contractor's Affidavit and Release of Claim for all claims against the City arising under or by virtue of the work order. Also, from each supplier or AGREEMENT FOR REPLACEMENT OF FUEL SYSTEM Page 3 of 3 subcontractor who has notified the City of his right to file a Claim (Notice to City) or who is listed in the Contractor's Affidavit and Release of Claim as an unpaid potential Claimant, a Claimant's Sworn Statement of Account, executed by the supplier or subcontractor, must be attached to each request for payment. 7. PROJECT SCHEDULEILIQUIDATED DAMAGES. The Contractor shall commence Work to be performed under this Agreement upon receipt of written Notice to Proceed from the Director of Environmental Services. The Contractor shall fully complete the Work on or before September 30, 2009. Failure to complete the project by such date will subject Contractor to liquidated damages of five hundred and no/lOO dollars ($500.00) per day until said project is complete. The Contractor shall perform all Work under this Agreement in a timely manner consistent with the assignment schedules as mutually agreed upon by the City and the Contractor. No extension of time shall be valid unless given in writing by the City. No monetary compensation shall be given for such delay. A delay beyond the Contractor's control occasioned by an "Act of God" may entitle the Contractor to an extension of time in which to complete the Work as determined by the City provided, however, the Contractor shall immediately give written notice to the City of the cause of such delay. "Rain day" extensions shall be granted upon written request of the Contractor to the City when the City determines that weather conditions make it counterproductive to work on said days. "Rain day" requests must be submitted at the end of each work week or be waived, and the cumulative "rain day" extensions granted shall be processed as a Change Order with each pay submittal. The City shall have the authority to suspend the Work wholly or in part, for such periods as may be deemed necessary and for whatever cause, by serving written notice of suspension to the Contractor. In the event that the Contractor or the City shall become aware of any condition that may be cause for suspension of the Work, they shall immediately advise the concerned parties of such condition. The Contractor shall not suspend operations under the provisions of this Paragraph without the City's permission. In the event that the City suspends the Work, the Contractor shall be granted an extension of time to complete the Work for as many calendar days as the Work was suspended; except that the Contractor will not be granted an extension of time to complete the Work if the suspension was caused by a fault of the Contractor. S.TERMINATION OF AGREEMENT. This Agreement may be terminated by the City with or without cause provided at least five (5) days written notice of such termination shall be given to the Contractor. Upon receiving notice of termination, the Contractor shall discontinue the Work on AGREEMENT FOR REPLACEMENT OF FUEL SYSTEM Page 4 of 4 the date and to the extent specified in the notice and shall place no further orders for materials, equipment, services or facilities except as needed to continue any portion of the Work that was not terminated. The Contractor shall also make every reasonable effort to cancel, upon terms satisfactory to the City, all orders or subcontracts related to the terminated Work. In the event of such termination, the Contractor shall be compensated for acceptable services rendered prior to the date of termination and for materials ordered prior to the receipt of notice of termination that cannot be returned to the Vendor. Any such materials and any work done by the Contractor shall become the property of the City. Contractor waives all claims for compensation in excess of that which is specifically provided for herein, including but not limited to, loss of anticipated profits, idle equipment, labor, facilities, and claims of subcontractors and vendors. 9. CITY'S PROJECT MANAGER. City shall designate a Project Manager. All work done shall be subject to the construction review of the City. Any and all technical questions which may arise as to the quality and acceptability of materials furnished, work performed, or work to be performed, interpretation of Technical Specifications and all technical questions as to the acceptable fulfillment of the Agreement on the part of the Contractor shall be referred to the Project Manager who will resolve such questions. All materials and each part or detail of the Work shall be subject at all times to construction review by the City. Such construction review may include mill, plant, or shop inspection, and any material furnished under the Technical Specifications is subject to such inspection. The City shall be allowed access to all parts of the Work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed review. The City shall not be responsible for the acts or omissions of the Contractor. Any changes to the scope of work or any deviations from the Agreement Documents must be approved in writing through the Finance Director. 10. CONTRACTOR'S DUTY. Contractor shall supervIse and direct the Work, usmg Contractor's best skill and attention. Contractor shall be solely responsible for and have control over construction means, methods, techniques, sequences and procedures and for coordinating all portions of the Work under this Agreement, unless the Agreement Documents give other specific instructions concerning these matters. Unless otherwise provided in the Agreement Documents, Contractor shall provide and pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, and other facilities and services necessary for the proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. AGREEMENT FOR REPLACEMENT OF FUEL SYSTEM Page 5 of 5 Unless otherwise provided in the Agreement Documents, Contractor shall pay all sales, use and other similar taxes. Contractor shall hold and maintain at all times during the term of this Agreement all required federal, state and local licenses necessary to perform the Work required under the Agreement Documents. 11. PERSONNEL. The Contractor represents that it will secure at its own expense all personnel and sub-Contractors required for services, which are necessary to complete the Work as described in this Agreement. All services under this Agreement shall be performed by the Contractor or sub-Contractor and all persons engaged in work under the Agreement shall be qualified to perform such services and authorized under federal, state and local laws to perform such services. Personnel who perform services under this Agreement shall not be employees of the City. All workers must have sufficient knowledge, skill and experience to perform properly the work assigned to them. Any worker, including supervisors, employed by the Contractor or subcontractors who, in the opinion of the City does not perform work under this Agreement in a skillful manner, or appears to be incompetent or to act in a disorderly or intemperate manner shall, at the written request of the City, be discharged immediately and shall not be employed again in any portion of the Work without the approval of the City. The Contractor shall at all times be responsible for the conduct and discipline of his employees and/or any subcontractor or persons employed by subcontractors. The Contractor shall provide a current listing of names and license numbers of all personnel executing work related to this Agreement. This listing shall be updated by the Contractor within three days of a personnel change. 12. PROTECTION OF PERSONS AND PROPERTY. The Contractor shall exercise precaution at all times for the protection of persons and property. The Contractor shall strictly comply with all safety provisions of all applicable laws and ordinances and shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work in accordance with the U.S. Department of Labor Occupational Safety and Health Act and the laws of the State of Florida. This Agreement requires that the Contractor and any and all subcontractors hired by the Contractor comply with all relevant standards of the Occupational Safety and Health Act. Failure to comply with the Act constitutes a failure to perform. The Contractor agrees to reimburse the City for any fines and/or court costs arising from penalties charged to the City for violations of OSHA committed by the Contractor or any and all subcontractors. The Contractor shall take all reasonable precautions for the safety of, and shall provide all reasonable protection to prevent damage, injury or loss to, all employees on the Work and all other persons who may be affected thereby; all the work materials and equipment to be incorporated AGREEMENT FOR REPLACEMENT OF FUEL SYSTEM Page 6 of 6 therein, whether in storage on or off the project site, under the care, custody or control of the Contractor or any of his subcontractors; and other property on the project site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, structures and utilities including, but not limited to, fire hydrants, swales, gutters, sewer inlets, drainage ditches, etc. Contractor shall insure that its Agreement work does not impair the proper functioning of these utilities. The Contractor shall perform any work and shall furnish and install materials and equipment necessary during an emergency endangering life or property. In all cases, the Contractor shall notify the City of the emergency as soon as practicable, but shall not wait for instructions before proceeding to properly protect both life and property. The City has the right to order the Contractor to discontinue hazardous work practices upon verbal or written notice. It is required that the Contractor keep and maintain all the necessary protective devices in place and in proper condition at all times where Work is being performed to prevent injury to persons or damage to public or private property. The Contractor shall be held fully responsible for such safety and protection until final written acceptance of the Work. 13. CONTRACTOR'S RESPONSIBILITY FOR WORK. Until acceptance of the Work by the City, the Work shall be under the charge and care of the Contractor, and it shall take every necessary precaution against injury or damage to the Work by the action of the elements or from any other cause whatsoever, whether arising from the execution or from the non-execution of the Work. The Contractor shall rebuild, repair, restore and make good, without additional compensation, all injury or damage to any portion of the Work occasioned by any cause, other than the sole and active negligence of the City, before its completion and acceptance. Materials and equipment shall be stored so as to incur the preservation of their quality and fitness for the Work. When considered necessary, they shall be placed on wooden platforms or other hard clean surfaces, and not on the ground, and/or they shall be placed under cover. Stored materials and equipment shall be located so as to facilitate prompt inspection. 14. CLEANING UP. The Contractor shall at all times keep the premises free from accumulation of waste materials or rubbish caused by its employees or work. At the completion of the Work, the Contractor shall remove all his rubbish, tools, scaffolding and surplus materials and shall leave its work area "broom clean" or its equivalent, unless more exactly specified, and shall insure that all debris and other unsightly objects are removed and disposed of in a satisfactory manner. At no additional expense to the City, the Contractor will restore to their original conditions or better, as nearly as practicable, those portions of the site not designated for alteration and all such AGREEMENT FOR REPLACEMENT OF FUEL SYSTEM Page 7 of7 property, structure, utilities, landscaping, etc., disturbed or damaged during the prosecution of the Work. Final payment will be withheld until such clean up and repairs are completed. The Work will be considered complete only after all debris and unused material due to or connected with the Work have been removed and the surrounding area left in a condition satisfactory to the City. In the event the City finds that the Contractor has not complied in keeping the job site clean, the City may, after twenty-four (24) hours written notice to the Contractor to correct the situation, elect to have the job site cleaned by an independent labor force. The cost of cleaning by said independent labor force shall be deducted from moneys due the Contractor. 15. SUBCONTRACTS AND ASSIGNABILITY. The Contractor shall not assign any interest in this Agreement and shall not transfer any interest in the same without the prior written consent of the City. Any sub-contracts or other work which is performed by persons or firms other than the Contractor under this Agreement or any work orders shall have prior written approval of the City. Any subcontracts, outside associates, or Contractors required by the Contractor in connection with services covered by this Agreement must be specifically approved by the City. 16. INDEMNIFICATION. For other and additional good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the Contractor shall indemnify, hold harmless and defend the City of Edgewater, its officers agents, officials, representatives and employees against any and all liability, loss, cost, damages, expenses, claim or actions, of whatever type, including but not limited to attorney's fees and suit costs, for trial and appeal which the City of Edgewater, its officers, officials, agents, officials representatives or employees or any other person(s) or business entity(ies) who may hereafter sustain, incur or be required to pay, arising wholly or in part due to any act or omission of Contractor, its agent(s), vendors, subcontractor(s), representatives, servants, or employees in the execution, performance or nonperformance or failure to adequately perform Contractor's obligations pursuant to this Agreement. 17. INTERESTS OF CITY OFFICIALS. No officers, members or employees of the City and no members of its governing body, and no other public official of the governing body of the locality or localities in which services for the facilities are situated or carried out, who exercises any functions or responsibilities in the review or approval of the undertaking or carrying out of this project, shall participate in any decision relating to this Agreement which affects his personal interest, or have any personal or pecuniary interest, direct or indirect, in this Agreement or the proceeds thereof. 18. CERTIFICATION OF RESTRICTIONS ON LOBBYING. The Contractor agrees that no Federal appropriated funds have been paid or will be paid by or on behalf of the Contractor to any person for influencing or attempting to influence any officer or employee of any AGREEMENT FOR REPLACEMENT OF FUEL SYSTEM Page 8 of 8 Federal agency, a member of Congress, an officer or employee of Congress or an employee of a member of Congress in connection with the awarding of any Federal Agreement, the making of any Federal Grant, the making of any Federal loan, the entering into of any cooperative agreement and the extension, continuation, renewal, amendment or modification of any Federal Agreement, Grant, loan or cooperative agreement. If any funds other than Federal appropriated funds have been paid by the Contractor to any person for influencing or attempting to influence an officer or employee of any Federal agency, a member of Congress, an officer or employee of Congress or an employee of a member of Congress in connection with any FOOT Joint Participation Agreement, the undersigned shall complete and submit Standard Form-LLL "Disclosure Form to Report Lobbying" in accordance with its instructions. 19. CONFLICT OF INTEREST. The Contractor covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which shall conflict in any manner or degree with the performance of services required to be performed under this Agreement. The Contractor further covenants that in the performance of this Agreement, no person having any such interest shall be employed. The Contractor shall not undertake any professional work which conflicts with his duties as the City's Contractor without the prior written consent of the City during the term of this Agreement. Any work where the Contractor can reasonably anticipate that it may be called to testify as a witness against the City in any litigation or administrative proceeding will constitute a conflict of interest under this Agreement. 20. COMPLIANCE WITH LAW. The Contractor expressly agrees to comply with all laws and regulations relating to providing services under this Agreement. The failure of the Contractor to adhere to any law or regulation pertaining to furnishing services under this Agreement shall constitute a material breach of this Agreement. 21. WAIVER. The waiver by the City of any of the Contractor's obligations or duties under this Agreement shall not constitute a waiver of any other obligation or duty of the Contractor under this Agreement. 22. PUBLIC ENTITY CRIME. The Contractor shall file a sworn statement with the City which is Attachment I, stating whether a person or affiliate as defined in Section 287. I 33 (I), Florida Statutes, has been convicted of a public entity crime subsequent to July I, 1989, in accordance with the provisions of Section 287.133 of the Florida Statutes. 23. COVENANT AGAINST CONTINGENT FEES. The Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Contractor to solicit or secure this Agreement and that it has not paid or agreed to pay AGREEMENT FOR REPLACEMENT OF FUEL SYSTEM Page 9 of 9 any person, company, corporation, individual or firm, other than a bona fide employee working solely for the Contractor any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this paragraph, the City shall have the right to terminate the Agreement without liability and, at its discretion, deduct from the Agreement price, or otherwise recover, the full amount of such fee, commission, percentage, gift or consideration. 24. DRUG-FREE WORKPLACE. The Agreement Documents also consist of the "Drug-Free Workplace Form" which is in accordance with Florida Statute 287.089 and must be signed. 25. GOVERNING LAW. This Agreement shall be governed by the laws of the State of Florida and venue for any action pursuant to the Agreement Documents shall be in Volusia County, Florida. The parties hereto expressly waive trial by jury in any action to enforce or otherwise resolve any dispute arising hereunder. 26. BOND. Payment & Performance Bond for 100% of the Agreement will be provided by the Contractor at the time this Agreement is executed. 27. CONSTRUING PROVISIONS. This Agreement shall not be construed against the party who drafted the same, as both parties have taking all necessary steps to review the legal and business adequacy of the same. In any conflict between the Technical Specifications, and the general terms of this Agreement, the provisions of the latter shall prevail. 28. INSURANCE. The Contractor agrees to carry insurance, of the types and subject to the limits as set forth below and maintain said insurance during the life of this agreement: (a) Workers' Compensation - Contractor shall purchase workers' compensation insurance as required by law or prove exemption status. (b) Commercial General Liability - Contractor shall purchase Commercial General Liability insurance with a $1,000,000 combined single limit for each occurrence to include the following coverage: operations, products and completed operations, personal injury, contractual liability covering this Agreement, "X-C-U" hazards and property damage in the amount of $1,000,000. (c) Commercial Auto Liability - Contractor shall purchase Commercial Auto Liability insurance with a combined single limit of at least $1,000,000. Further, Contractor shall maintain such insurance as is reasonably required to satisfy its obligations to protect the Work paid for by the City but not yet accepted. The insurance company selected shall be A- or better per the Best's Key Rating Guide. The Contractor and the insurance company(s) shall agree to furnish the City thirty (30) days written AGREEMENT FOR REPLACEMENT OF FUEL SYSTEM Page 10 of 10 notice of their intent to cancel or terminate said insurance. It is the full responsibility of the contractor to insure that all sub-contractors have full insurance coverage as stated above. The Contractor shall not commence the Work under this Agreement until it has obtained all the insurance required under this paragraph and certificates of such insurance have been submitted to the City, nor shall the Contractor allow any subcontractor to commence work on his subcontract until all insurance required has been so obtained and approved by the City. The Contractor shall carry and maintain until acceptance of the Work, insurance as specified herein and in such form as shall protect him and any subcontractor performing work under this Agreement, or the City, from all claims and liability for damages for bodily injury, including accidental death, under this Agreement, whether by himself or by any subcontractor or by anyone directly or indirectly employed by either of them. The Contractor shall furnish to the City certificates of insurance in duplicate showing proof of insurance, naming the City as an additional insured party, prior to the start of construction as provided in the Agreement. 29. GUARANTEE. Contractor warrants all equipment provided and work performed for a period of not less than one (I) year from the Agreement completion date. The making of the final payment by the City to the Contractor shall not relieve the Contractor of any warranty responsibilities. 30. INDEPENDENT CONTRACTOR. Contractor is an independent contractor of the City. Neither Contractor nor Contractor's employees are employees of the City. Contractor shall have the right to control and direct the means and methods by which the Work is accomplished. Contractor may perform services for others, which solely utilize Consultant's facilities and do not violate any confidentiality requirements of this Agreement. Contractor is solely responsible for compliance with all labor and tax laws pertaining to Contractor, its officers, agents, and employees, and shall indemnify and hold the City harmless from any failure to comply with such laws. Contractor's duties with respect to Contractor, its officers, agents, and employees, shall include, but not be limited to: (I) providing Workers' Compensation coverage for employees as required by law; (2) hiring of any employees, assistants, or subcontractors necessary for performance of the Work; (3) providing any and all employment benefits, including, but not limited to, annual leave, sick leave, paid holidays, health insurance, retirement benefits, and disability insurance; (4) payment of all federal, state and local taxes income or employment taxes, and, if Contractor is not a corporation, self-employment (Social Security) taxes; (5) compliance with the Fair Labor Standards Act, 29 V.S.C. ~~ 201, et seq., including payment of overtime in accordance with the requirements of said Act; (6) providing employee training for all functions necessary for performance of the Work; (7) providing equipment and materials necessary to the performance of the Work; and (8) providing AGREEMENT FOR REPLACEMENT OF FUEL SYSTEM Page 11 of 11 office or other facilities for the performance of the Work. In the event the City provides training, equipment, materials, or facilities or otherwise facilitate performance of the Work, this shall not affect any of Contractor's duties hereunder or alter Contractor's status as an independent contractor. 31. RIGHT OF THE OWNER TO TERMINATE AGREEMENT. If the Contractor shall be adjudged bankrupt; or if it should make a general assignment for the benefit of its creditors; or if a receiver should be appointed for the Contractor or any of his property; or if it should per- sistently or repeatedly refuse or fail to make prompt payment to a person(s) supplying labor or materials for the Work under the Agreement; or persistently disregard instructions of the Purchasing & Contracting Administrator; or fail to observe or perform any provisions of the Agreement Documents; or otherwise be guilty of a substantial violation of any provisions of the Agreement Document, then the City may -- by at least five (5) days prior written notice to the Contractor -- without prejudice to any other rights or remedies of the City under the Agreement, terminate the Contractor's right to proceed with the work. In such event, the City may take over the Work and proceed with same to completion -- by Agreement or otherwise -- and the Contractor and its Sureties shall be liable to the City for any excess cost incurred by the City. In such case, the City may take possession of and utilize in completing the work, such necessary materials, appliances, and plant as may be on the site of the project. The foregoing provisions are in addition to, and not in limitation of, the rights of the City under any other provisions of the Agreement Documents. AGREEMENT FOR REPLACEMENT OF FUEL SYSTEM Page 12 of 12 IN WITNESS WHEREOF, the parties hereto have accepted, made, and executed this Agreement upon the terms and conditions above stated. CONTRACTOR: Southeastern General Contractors, Inc. 508 Wilbanks Drive Ground, GA 30107 CITY: City of Edgewater P. O. Box 100 Edgewater, FL 32132 By By Michael L. Thomas, Mayor Name: Title: Date Date ATTEST: Bonnie Wenzel, City Clerk Robin L. Matusick, Paralegal AGREEMENT FOR REPLACEMENT OF FUEL SYSTEM Page 13 of 13 SWORN STATEMENT PURSUANT TO SECTION 287.133(3), FLA. STAT. PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOT AR Y PUBLIC OR OTHER OFFICIAL A UTHORIZED TO ADMINISTER OA THS. This statement is submitted to the City of Edgewater, Florida by: Name of Proposer Name and Title of Proposer's Representative Business Address City State Zip Code Proposer's Federal Identification Number or, if Proposer is an individual, Social Security Number I understand that a "public entity crime" as defined in Paragraph 287 .133( I )(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentations. I understand that "convicted" or "conviction" as defined in Paragraph 287 .133( I )(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: A. A predecessor or successor of a person convicted of a public entity crime; or B. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income AGREEMENT FOR REPLACEMENT OF FUEL SYSTEM Page 14 of 14 among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. I understand that a "person" as defined in Paragraph 287.133(1)( e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners. Shareholders, employees, members, and agents who are active in management of an entity. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Please mark (X) next to the statement which is applicable to your entity): [ ] Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate ofthe entity has been charged with ad convicted ofa public entity crime subsequent to July 1, 1989. [ ] The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. [ ] The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list (a copy of the final order must be attached to this form). Authorized Signature Sworn to and subscribed before me this _ day of , 20_ Signature of Notary Public - State of Florida Commission Expiration Type of Identification SEAL OR STAMP AGREEMENT FOR REPLACEMENT OF FUEL SYSTEM Page 15 of 15 DRUG-FREE WORKPLACE CERTIFICATION In case of tie proposals, preference must be given to vendors submitting a certification with their proposal certifying they have a drug-free workplace in accordance with Section 287.087, Florida Statutes. The drug-free certification form below must be signed and returned with your proposal. In order to have a drug-free workplace program, a business shall: (I) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. (2) Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under proposal a copy of the statement specified in the first paragraph. (4) In the statement specified in the first paragraph, notify the employees that, as a condition of working on the commodities or contractual services that are under proposal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. (5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. (6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies full with the above- listed requirements. ContractorN endor' s Signature, Title Date STATE OF COUNTY OF PERSONALLY APPEARED BEFORE ME, the undersigned authority , who, after being first sworn by me, affixed his/her signature in the space provided above on this day of ,2009. _ Personally Known Produced Notary Public - State of Florida AGREEMENT FOR REPLACEMENT OF FUEL SYSTEM Page 16 of 16 III ...iUcn QlIIlO 'tii &.0 ~ON QI'" - C)n.~ ~~~ _...CU o III ::s ~~.E U"G).f ::s LL 0 to tOO 10 tOO 10 Ol l"'l1O ...... <Xl 0 ..... ci .oci ci ..... .0 ~ ..... <Xl <:: <:: E III <:: E E ..Q ..Q ::;) :s ..Q 2 ::;) ..!!! ~ ~ -0 ~ -0 .0 0 "0 0 0 0 C/) C') 10 ~ 0 0 0 0 0 "0 C'! ...... ci ci C! .0 ci M 0 Q) ..... 10 10 ..... 0 10 lii l"'l ..... N <Xl <:: E 0 0 00 0 0 0 III C! C! C! C! C! C! C! "E 0 l"'l ......0 0 10 10 ON N N ..... N to ~ ...... U 0 l"'l to 0 0 0 0 0 to l"'l1O 10 l"'l 0 ci N .oM ci ..... .0 ... N ..... ...... ..... "0 10 N 10 Ol 0 1010 ... <Xl to l"'l Ol N ............ III M ~ ci .0 ~ ~ .0 I~ ..... Q) ~ ... Q) D. "0 I~ "0 ~ "0 ~ "0 ~ ... (;j Q) (;j III ~ ~ i!: ~ ~ 0 U III U ~ E Q) ~ i5 z g 0 0 0 0 "0 0 0 0 to C! 0 iXi 0 0 .0 <Xi U; ci 0 <Xi .0 to to 0 l"'l "<t e N. ..... N 0 Z ..... "<t III M N" ai ll'i ll'i ~ 0 l"'l N l"'l "<t<Xl "ii 0 0 0 -;f., 0 0 0 0 0 0 0 C! 10 <II M ci ci ci oi ci g ..... 10 0 ...... l"'l 0 N N Ol ...... ...... to ~ 0 0 ~ r-: cxi ci lIS r-: ... N D. N 10 to <Xl <Xl ...... - ..... ..... ..... ..... ..... NN S 0 I- ~ 0 0 0 l"'l 0 0 0 ~ 0 0 0 N 0 0 0 ~ ci N M to N oi .0 10 10 co Ol 0 to ..... "<t q ...... ...... 10 l"'l C/) N" lIS <Xi ll'i M M ~ ..... N ..... "<t ..... ..... l"'l ::;) II.. ! ::l ::l ::l ::l ::l::l :2 :2 lii :2 :2 :2:2 II.. II.. ~ II.. II.. 11..11.. I~ Qj Qj 0 Qj Qj Cii Gi iii I- iii iii Ci)C;) C/) iii ~ III III III III III III Qj :2 E :2 :2 :2:2 ::I lD II.. Qj Qj <II Qj Qj QjQj ::;) ::;) III ::;) ::;) ::;) ::;) II.. II.. Cl II.. II.. 11..11.. II Cl Cl Cl ~ Cl o Cl C! C! C! C! C!~ e <Xl 0 ...... "<t Ol ...... U; cu Ol ~. <Xl ...... N 0 I- "<to N. ~ ~ ~ o. it "<t to to ..... l"'l <Xl l"'l Ol ..... "<t ..... 10 <Xl Ol Q) ..... ..... ..... ..... ..... ..... Z - Cl 0 0 Cl 0 00 <::0 Cl 0 Cl Cl 0 Cl II) . <Xi ci ci <Xi .0 ~ E:2 <Xl Cl Cl 0 N 10 eN "<t <Xl Cl 10 to to or-: ci ll'i 0 r-: ai ci "0 .....N N ..... ..... 10 <:: ca .c <( .x: <II <II <:: 0 0 III <:: 0 1:) I- -_ '0 ~ o/l <II CU - EZ <:: <:: GI <:: 0 0 GI _0 i: u -= u E 0 ~u (ij z .9 <:: C/)E :g Qj ui .q C - ::;) ~ 4:f <:: Q) E <:: w 0 GI- GI <:: :.::i 'fi E e 0 Cl Q) 0 .9 Qj u .u o/l 2 <:: C/) .x: iii iii .~ D. Qj .s::: <:: III <:: w~ iii III t:: I- 0 0 GI III III III U U .= 0 Q) W <II .s::: E 8 C/) alii "5 l!! III -~ I- <II Q) 0 III "0 U ro ... C/) r:x: <( C/) <( ClCl tJ.L/~LlO"Oj .LV...JU -''.J .-----. . - SOUTHEASTERN GENERAL CONTRACTORS INC. 508 Wilbanks Drive Bail Ground, GA 30107 Phone 770-479-7611 Fax 770-720-9572 February 24,2009 Mr. Mike Penny City of Edgewater 104N Riverside Drive Edgewater FL, 32132 RE: Fuel System Bid Clarifications The single product dual hose dispenser was oversite on our part. We will provide one dual hose single product dispenser at no additional cost. .. If the city of Edge water would like to bave temporary fueling capability. We are able to provide one 550 gallon tank at no charge to the owner. This tank can be used for diesel fuel. ; . Proposal # 09- Due Date: February 2~l, 2009 @ 2:00 PM Post Date: January 30, 2009 PW-003 Purchasing Agent: Respond: 104 North Riverside (PO eox 100) Michelle Grenham Edaewater.':lorlda 32132 ProDosal Title/Name: ReDlace Fuel Sv'Stem CITY OF EDGEWA TER, Formal Request for Proposal PHONE (386) 424-2400 FAX (386) 424-2421 Critical Hesponse Data Name of Company submitting Proposal: Address: Notes: 1. Proposals will be opened and publicly read aloud in the City of Edgewater Council Chamber - City Hall, 104 North Riverside Drive, Edgewater, Florida at 2:00 pm on the 23rd day of February 2009. 2. Proposals must be submitted em the forms furnished by the City and in accordance with the specificatiom; contained herein. An original and two copies of the proposal package must be !;ubmitted. 3. This completed form must appear as the top sheet for all proposals submitted. 4. A Bid Bond equal to 5% of the proposal price must be submitted with sealed proposal. Bond may be in the foml of a bond, cashier's check or certified check. S. Payment and Perfonnance Bonc' equal to 100% of the total contract amount price will be required at contract e:(ecution A Mandatory Pre~Proposal Conference Has been scheduled for 9:00 AM on Febluary 9, 2009 at Edgewater Public Works, 409 ~llilo Tree Dr, Edgewater. This is not an order! PURSUANT TO CITY POUCY FAILURE OF A VENDOR TO AOVISE THE CITY OF PROPOSAL DISCREPANCIES IN ORDER TO GAIN A COJlPETITIVE ADVANTAGE MAY BE GROUNDS FOR A CANCELL.ATlON OF ANY CONTRACT OR PURt;HASE ORDER AWARDED UNDER THIS PROPOSAL. Idv1.J J13.00 pro~~ TiUe*: _ l\. .CoVJ" IGN THIS FORM Page 1 of 24 Content Page & Checklist Pa e Descri tion 1 Cover Page I -'7... \ 2 Content Page 1, - ),. \ .h Instructions/Response 4 No Proposal Form 5 Scope of Work 7 Fee Schedule J7 Vendor Information 8 General Terms & Conditions ~ 14 Proposer's Legal Certification 115 Questionnaire 116 Drug Free Workplace Certif. Received by Initials Items That Must Be Included With Submittal For Pro osal to Be Considered COMPLETED FORM COMPLETED FORM COMPLETED FORM rJlA COMPLETED FORM COMPLETED FORM COMPLETED FORM COMPLETED FORM COMPLETED FORM 0117 Public Entity Crimes COMPLETED FORM Addendum/Other (please list) Fc=r.:t --11- lodt Addendum # 1 Addendum # 2 Addendum # 3 Addendum # 4 dated dated dated dated Your proposal will not be considered if any of the following are not provided: II< 1. Proof that your firm is licensed in Florida to provide these services; .:. 2. A bid bond equal to 5% of the proposal amount; .. 3. A completed Drug Free Workplace Form; ... 4. A completed Public Entity Crimes Form must be included with this proposal for your proposal to be considered. Proposal No. 09-PW -003 Replace Fuel System Page 2 of 21 CITY OF EDGEWA TER INSTRucnONSIRESPONSE Proposal NamelTitle Og-PW-003, Replace Fuel System Preparation of Proposals );- Proposers are expected to examine this proposal form, attached drawings, specifications, if any, and all instructions. Failure to do so will be at Proposer's risk. ~ All prices and notations must be in ink or typewritten. No erasures are permitted. Mistakes may be crossed out and corrections typed adjacent and must be initialed and dated in ink by the person signing the proposal. The firm must sign all proposals. Obligations assumed by such signatures must be fulfilled. ~ Each proposer shall furnish the information required on the proposal form and each accompanying sheet thereof, on which an entry is made. ~ Unit price for each unit proposal shall be shown. A total shall be entered into the amount column for each item proposal. In case of discrepancy between a .unit price and the extended price, the unit price will be presumed to be correct. Special Items (applicable to this proposal only) a. b. c. Name of Company: SouT"H eA~.~ ~C:eJf<... ~N~.t.roe$ ::eNe. Proposal No. 09-PW-003 Replace Fuel System Page 3 of 21 Ploposal Amount ABANDON EXISTING TANKS AS SPECIFIED $ n \;(t.r, 5'. d..:) NUMERICAL S.e V-e 1t\:\e.eV) ~cO~A--Nl ik:o h \.:Vl clle:e.~ \ 51 'f'1y -PI ve ~ /;~- WRITTEN WORD PROPOSAL AMOUNT FURNISH AND INSTALL NEW TANK AS SPECIFIED $ q'LfJ '-Ier '8 ..- NUMERIC L t-ll fJl'(f(,vf.. lljQ~ fVvR-i/v,.;jJfC&D /.J( vt 'ltUst-if /rNiJ 'J~ WRITTEN WORD PROPOSAL AMOUNT ,:' FURNISH AND INSTALL NEW FUEL MANAGEMENT SYSTEM MANUFACTURER OF SYSTEM AND MODEL #ffYPE y f.}eL tYl~'~ .t==:V\-1 V $-121 ^1/50. {)o NUMERICAL -7'w.e(V~-r11OuS~ ~ lfi.)pVO~ y/Prl /fA.J?~ WRITTEN WORD PROPOSAL AMOUNT ALTERNATE MA" (NEW CANOPY) $ 3( cZ6S-- NUMERICAL -rffi~ri O/J& 'f11Oth4fvQ."1WD L-0AJD~) 5/~IyAvBA-A.)?%- WRITTEN WORD PROPOSAL AMOUNT ADDITIONAL KEYS/CARDS (SPECIFY WHAT TYPE) OVER 500 $ 3..8S'" NUMERIC ~~ J -:n~ k\JD 1Lc;c WRITTEN WORD PROPOSAL AMOUNT pe~ard Circle ~-,.... :G- 2D --Of Date ~~ C~~C-.. Proposal No. 09-PW-003 Replace Fuel System Page 8 of 24 CONTAMINATED SOIL 1. Excavate and replace contaminated soil 1d20.0V per cu. Ft. 2. Transport contaminated fill from project to site to incineratiol1- facility. , $ ;..J O. (,,;.) per ton 3. Removal and disposal of tank sludge existing three (3) tank(s) $ I ~1> .per SA-tlor.l 4. Furnish. install and compact fill in place to rough grade in areas I c:. where conta . fed soils are removed. $ _ r JO per cu. Ft. epresentative G- ~rlGEbLD6N I Name. Title and Company 2-Zo-oQ Date - SDvTt-ICA~"\'6P~ G--~ L C~TRA-LTDe:) ~~ Please list below any other special conditions included with this proposal. Proposal No. 09-PW-003 Replace Fuel System Page 8 of 21 RETURN BY DUE DATE ABOVE TO BUYER ABOVE At the City of Edgewater, P .0 Box 100, Edgewa.ter, FL 32132 Any questions regarding this proposal may be faxed to the attention of the Finance Department at 386-424-2421 or emailed to mgrenham@cityofedgewater.org at least ten (10) days prior to proposal opening date. By signing be/ow, I certify that I have read the attached and agree to its contents. VENDOR INFORMATION: COMPANY NAME AND ADDRESS: _ ::AJrltEt.1'sl1:JbJ C&vffAL C~i'm:.A~.- '50'6 V\Jl Lltf.Wt.S Vl..luE BAiL GttCO)JD I GfJ ?;bl 01- AUTHORIZED SIGNATURE: PRINTED SIGNATURE: TITLE: €Sive:~T DATE SIGNED: ::2- -2.4>-0 PHONE # 770 i.jf~ -?-G?lt FAX#'ibq Z23-5??C::. . "3e~c me e 9~' L(ol"1 sg ~ 211 "2 B@, I~G- DATE DUE: 2:00 p.m. Februa 23, 2008 Proof that your firm is licensed and insured to perfol1n the above work, a Bid Bond equal to 5% of the proposal amount, a completed Drug Free Workplace Fonn, and a completed Public Entity Crimes Fonn must be included with this proposal for your proposal to be considered. Proposal No. 09-PW-003 Replace Fuel System Page 9 of 21 PROPOSER'S LEGAL CERTlFICA TION As witnessed by my signature below, I have carefully examined the Request for Proposal, Instructions to Proposers, General and/or Special Conditions, Vendor's Notes, Specifications, proposed Agreement, and any/all other documents accompanying or made part of this proposal request. ~ I hereby propose to furnish the goods or services specified in the Request at the prices or rates quoted in my proposal. I agree that my proposal will remain firm for a period of up to ninety (90) days in order to allow the city adequate time to evaluate the proposals. ~ I agree to propose by all conditions of this proposal and understand that the Edgewater Law Enforcement Department prior to proposal award may conduct a background investigation. ~ I certify that all information contained in this proposal is truthful to the best of my knowledge and belief. I further certify that I am duly authorized to submit this proposal on behalf of the vendor/contractor as its act and deed and that the vendor/contractor is ready, willing, and able to perform if awarded the proposal. ~ I further certify, under oath, that this proposal is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm, or corporation submitting a proposal for the same product or service; no officer, employee, or agent of any other proposer is interested in said proposal; and that the undersigned executed this Proposer's Certification with full knowledge and understanding of the matters therein contained and was duly authorized to do so. ~t\ GN'feA<1Oe5 J;t-lt-l CUR..\lI~6- 1>12-€SIOEYJ f Name & Title, Typed or Printed Mailing Address (City, State & Zip Code): E:>A l L G1<OUN 0) G-A 30 l 0'1 Telephone/Fax / Number; '"l t () lfi9 - =tlo l , ' '7 70 J. () a...j - 3<'7] ( ~X"..' 9oe; ~J3'""<r:t7fo -\ State of County of FL . ]) LA vC;) I - . ~orn and SyDsc~ribed before me this Z ~-l'-day of /-e bL1tfl'7 .,/1 ~ C===~'- ,<" . .-.......,;>- Notaly IC .0 Personally Known 'd. CL L).-: ~ Produced 1.0. L r't V'--:, (,..t'-, ,,:e ,20 aq . Proposal No. 09-PW-003 Replace Fuel System .,."w,,{'f'p:.,, BRIAN DIAL g"l~"~ MY COMMISSION # 00 56663:J ~~~~~:{~ EXPIRES: June 21, 2010 "~,Cfr;,n.~'" 8o"~~~.111ru ~or~ry Puhllc Undenwttars Page 16 of21 QUESTIONNNAIRE This form is to be utilized to provide general information about your firm/company to the City of Edgewater. Please submit this form with your sealed proposal. Name of Company 56vn-tef.l~ GetJtrt:.ALGAt~~~I.D. # 58.-Zi~~Zg% , Please answer the following: 1. Number of years your firm/company has been in business: f ?:, t years. 2. Is your firm incorporated in the State of Florida? Yes X No. 3. Number of years your firm/company has provided the type of product/service req uired by the Request for Proposal: 13 t years. 4. Type of business (check which applies) Minority Owned Woman Owned Small Other 5. Headquarter address if different from business address "5 ArvJ (; 6. Names of key employees who will work on this project and their years of experience in the type of service related to work specified in this proposal: A. B. C. Name and Title ::k1#J C~eVlrJG- 'R~ Vnee.e.. PeEs i DENr V i~ p~es~O\f"Nr Years of Experience 20 Y ~{l.;$. (6 y~ Public Entitv Work References NamelTitle A. B. C. (qoY) 44 \ - 2 12 q ((01-8) S:+S -0424- ( 850) Please indicate below the names and addresses of your primary/secondary suppliers for the product covered under this proposal (if applicable.) Primarv M . i.. i GL' fAq 'J 511 / -'8Ci Name: EGo of' ('lba.TH r I oe.\OA Phone No. l' 01..\ 3"7 - Cc 7 I Address: '3 (.,,:;) b "P h DellI x A v t 1"Ay 'fl- })2U, Contact: --TON V RICH ft1lI)sO'\! Secondary Name: Address: Name of Person Completing Form: Phone No. Contact: :=r (h..t ~\ C' u rz.. V'I1\..l G- Proposal No. 09-PW-003 Replace Fuel System Page 17 of 21 DRUG-FREE WORKPLACE CERTIFICATION In case of tie proposals, preference must be given to vendors submitting a certification with their proposal certifying they have a drug-free workplace in accordance with Section 287.087, Florida Statutes. The drug-free certification form below must be signed and returned with your proposal. In order to have a drug-free workplace program, a business shall: (1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. (2) Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under proposal a copy of the statement specified in the first paragraph. (4) In the statement specified in the first paragraph, notify the employees that, as a condition of working on the commodities or contractual services that are under proposal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. (5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. (6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. d to sign the statement, I certify that this firm complies fully with the 17 ~ tOt;:1\) r - 20"- ocr STATE OF COUNTY OF PERSONAllY APPEARED BEFORE ME, the undersigned authority 7S"At1. C.A rvil'-J who, after being first swoOJ by me, affixed his/her signature in the space provided above on this Z.&-tL- day of t-e !J~"-'7 ,20 D'i ,--..... _Personally known Produced 1.0 FL. Vr i \,~ L..i ~ ~---' ---- ,~ . c--"T ...... . ? '-...." ~\."S;::=-.:~:::-..:._...--) -r ___.. ". Notary Public ..,}IlJ.~II'"" .:''<!l''''.f~ BRIAN DIAL ~*: J:~ MY COMMISSION 1/ DO 566633 ~,? EXPIRES; June 21,2010 .. . Bonded Thn/~.ry PUblic Undarwrffo,. Proposal No. 09-PW-003 Replace Fuel System Page 18 of 21 PLEASE COMPLETE AND SUBMIT WITH PROPOSAL PUBJ.,.IC ENTITY CRIMES Any person submitting a proposal, proposal or reply in response to this request or a contract, must execute the enclosed form PUR. 7069, sworn statement under section 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES, including proper check(s), in the space(s) provided, and enclose it with his quote, proposal, or proposal. If you are submitting a quote, bid or proposal on behalf of dealers or suppliers who will ship commodities and receive payment from the resulting contract, it is your responsibility to see that copy(ies) of the form are executed by them and are included with your quote, proposal, or proposal. Corrections to the form will not be allowed after the quote, bid, or proposal opening time and date. Failure to complete this form in every detail and submit it with your quote, bid, or proposal may result in immediate disqualification of your bid or proposal. The 1989 Florida Legislature passed Senate Bill 458 creating Sections 287.132 - 133, Florida Statutes, effective July 1, 1989. Section 287.132(3)(d), Florida Statutes, requires the Florida Department of General Services to maintain and make available to other political entities a "convicted vendor" list consisting of persons and affiliates who are disqualified from public contracting and purchasing process because they have been found guilty of a public entity crime. A public entity crime is described by Section 287.133, Florida Statutes, as a violation of any State or Federal law by a person with respect to and directly related to the transaction of business with any public entity in Florida or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any proposal or contract for goods or services to be provided to any public entity or with an agency or political subdivision and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. A public entity may not accept any bid, proposal or reply from, award any contract to, or transact any business in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO with any person or affiliate on the convicted vendor list for a period of 36 months following the date that person or affiliate was placed on the convicted vendor list unless that person or affiliate has been removed from the list pursuant to Section 287.133(3)(f), Florida Statutes. Therefore, effective October 1, 1990, prior to entering into a contract (formal contract or purchase order in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO) to provide goods or services to THE CITY OF EDGEWATER, a person shall file a sworn statement with the contracting officer or Finance Director, as applicable. The attached statement or affidavit will be the form to be utilized and must be properly signed in the presence of a notary public or other officer authorized to administer o'aths and properly executed. THE INCLUSION OF THE SWORN STATEMENT OR AFFIDAVIT SHALL BE SUBMITTED CONCURRENTLY WITH YOUR BID, PROPOSAL OR REPLY DOCUMENTS. NON-INCLUSION OF THIS DOCUMENT MAY NECESSITATE REJECTION OF YOUR QUOTE, PROPOSAL OR BID. Proposal No. 09-PW-003 Replace Fuel System Page 19 of21 SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted with the Jf. cYi - PI/\!- 003 Bid/Proposal for THE CITY OF EDGEW A TER. 2. This sworn statement is submitted by SLrn-\talSft~J~ G~ GJJ17<.tt;frt" me whose business address is 02 WILbAi;}/C aWE: I?/HI C1<.ootJl) GA ?J:;>IO:r and (if apPIiCabl~) its,Federal ~Ioyer Identification (FEIN) is _ I (02 . 3. My name IS JOI-tN L UR,1I1 Nlr (please print name of individual signing) and my relationship to the entity named above is ~r~6Io.eNT 4. I understand that a "public entity crime" as defined in Paragraph 287.133(1 leg), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid, proposal, reply or contract for goods or services, any lease for real property, or any contract for the construction or repair of a public building or public work, involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1 )(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 6. I understand that an "affiliate" as defined in Paragraph 287.133(1 )(a), Florida Statutes, means: (1) A predecessor or successor of a person convicted of a public entity crime; or (2) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 7. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, Proposal No. 09-PW-003 Page 20 of 21 Replace Fuel System directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 8. Based on information and belief, the statement that I have marked below is true in relation to the entity submitting this. sworn statement. (Please indicate which state~nt applies.) V Neither the entity submitting this swom statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members or ag.ents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND (Please indicate which additional statement applies.) . There has been a proceeding concerning the conviction before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer did not place the person or affiliate on the convicted vendor list. (Please attach a copy of the final order.) The person or affiliate was placed on the convicted vendor list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer determined that it was in the..public interest to remove the person or affiliate from the convicted vendor list. (Please attach a copy of the final order.) The person or affiliate has not been placed on the ~d vendor list. (Please desclibe any action taken by or pending wit e ep m int f5Pene~eNices.) D~: ,/- ~~i;n:t6e) 1:/ STATE OF FLO.RI.DA ( COUNTY OF ~) Vt va """"'" BRIAN DIAL .....~~Jf;t.f~;:,.. i..f "~.1 MY COMMISSION II DO 566633 ~\ :4 EXPIRES: June 21, 2010 "~ .' BQIlood Thru Notary Public Unde~vrft.", . . The foregoinQ instrument was acknowledged befpre me this 'Z.c;'f1-- day of Fr'0uw-r ,20ofl by J;.hf'l CWVf~ ' ffo"nJ?--.,f- (title) on behalf of 5c...: -ft, cask frl &-e" c...../....,b'lh Z:.c ~he is personally known to me or has produced fL J> tivh t.JU'''j't? as ide . Ication an.9..Qi.g~ ( ) did not ( ) take an oath. " ." ( " -=~~ ==.~-=~.~~~=~~:.~ -- otary 81g =e}--'--- Name: b,-:,,,,, ~ I My CommiSSion Expir~s: ..J ......rt-<.. "2 I, -z.." 1(, Commission Number:~l>b :Sb~C,S-~ Proposal No. 09-PW-003 Replace Fuel System Page 21 of 21 " ~ . r <~~~":;;""''''''-~'''$.~l~~?"' -, ; ,,':7', ':'~;:f~~;f:'.?ri:.~;,. - . STATE OF FLORI"oA AOIf ':,; f-, '....,. t r,:r!~ ' , '~~~~~T', OF $l~~*,~.:~w:~" ~ ',~ t PRO~ESS'ION~ REGUIiAT<tON' 'f tI - , ,~..~-' ''':-f QBOO].9182, ,0:(;/04/0706(1.'1,586':1'0, ,. ~~~j~~~~~;~~~$:t2~~~~a~8~~;-J .f , , '.. "'~ (NOT, ALIC~SETO'PERFG:RM:j;lOiU(~;;;:;.:;~;; ~ .~1~3~i~~~:~ri~~!j ". ., ".. -. L.-'_. ....__ .-....... "~'''''~H-.'''''__'.._ _~'_'_.. .f""~^""'_:;;~~,:j ~.S P:CCO~'i~'ij'5 OBl19I08 Og0020:'5;~2 CERT"POLliUWliMT "STOR,AGE'SYS G6~i ~~~ifGl!&*$ "~$~~ti$ f \ IS CERTIFIED" u~!i"r ,tl,,, J,',~~j;!,j;Orl.s:, Of.c~~/~~~'I:i:, ,f. Exp1ra.16n dA.e, Arm ,31, 2'01:0 L0808it,9:P2,96.'1 " .-.~t'''t'-'''''''''''''''''.~~:~~'''''''''''''J'';' n':1'-'.I~ ,.~~~o!,*~~i!~::8"1 ~~f;~1;tl1ii;>~~trr"';LDJ;z;iG! .d6~AACTOR ff: sbitlt~~~\f~f?~ GE~;:~~~~~~bRS INc .f , :tP;,;;k;~~!:~tr~ii;i;l;;;6Xr1;d~~6~~~:i~h~~;7 .FS '-~ SOUTHEASTERN GENERAL CONTRACTORS INC. 508 Wilbanks Drive Ball Ground, GA 30107 Phone 770-479-7611 Fax 770-720-9572 February 23,2009 City of Edge water, FL 104 North Riverside Drive Edgewater,FL To whom it may Concern: Southeastern General Contractors Inc has been installing and removing AST and UST since its conception in 1995. We have worked for a diverse client base in the South East. Recent Work in Florida "1.) Mr. David r:,6:t:WojeC~in~kson~viation Authority. Installation of a new Vehic1e fuel system at the Jacksonville International Airport. Included the removal of the existing fuel system. (904) 741-2229. 2) Mr. Greg Taylor, Senior Engineer Penske Truck Leasing, installation of a above ground fueling system Daytona, FL (770) 701-4501 3) Mr. Albert Sessions, Project Engineer, City of Tallahassee, FI Installation of a new aboveground Fueling System and removal of the existing UST system. Tallahassee Sheriff's Department. (850) 321-1602 ~!l()~:f=t. 4) Mr. David Lambert! Mrs. Laura Moore, Project Engineers Jacksonville Aviation Authority. Installation of a new aircraft Fueling System (Jet A, and A v GAS) and removal of the existing Aircraft Fueling UST System. Location: Herlong Airport Jacksonville, FL (904)741-2229 S) Mr. Greg Taylor, Senior Engineer, Penske Truck Leasing, installation of additional UST System and Canopy Addition. Jacksonville, FL (770) 701- 450 I. 6) Mr. Ken Bussen, Project Engineer, ECT Engineering. Design and Installation of3 projects for the City of Tallahassee (850) 671-7299 J / I ~---- Description Tanks aDd Accessone.o; 16,000 Gallon Solit Com1Jartment.FlarUeSJlj~d A~veLiOuncl St()r~~ AST Remote Fill System ________________.__ AST Remote Spill Container wI 3" Opening_________ AST Remote Spill Container wI (~U':.Qeenings ____ ... '-<\''<\:1... 3" swing check valve _._________ __ "f"i'. ~~ 3" Camlock Adapter Male Thread __.__ .____._________ J" Dustcap' ----------------------L__2 3" .FulIoort Ballvalve- Brass Positive ShuttoffOvertill Valve DisPcDscrslJ.nterface BoxeslPoint ofSale-{06-13-08} -----~=_== Gashoy Atlas Commercial Single Prod. Di~~!_(~~gPM) _._.__ ___ ICS 10:1 Pulser ---------___u___..._.__ Fuclmllster Fuel Management System _._____.._________ Plus System Prokee wI Pedestal, Modem, SU~~!..!:~L, 2 r'T~~e_c.:~n~~ _ Phone Line SimuIatorffor direct connect) _____ Fuelmaster Fuel Management Software for Windows J~O.~.Q:o.~!'_~ NT)_._ Prokee - Black Prokee Encoder wI USH Interfuce Flex Pipel.Entrv Boot,,-APT ----~=~~~==~==_:== APT XP I 112" Doublewall Flex PiE~___________________ Male Swivel Fitting I 1/2" ---._.__u__.__..__ I 112" Flexible Bulkllead Entry Boot l'Or~C:: Pip~._ _____._______...__ 3/4"/1" Electrical Entry Boot ____._._..___._ "_'__ ..__. _. _'.'___'_..___ Te.~t Boots \YI Aj~:____._______..___.___._u_.____ Sumps Fiberglass DiSlJCl1Ser Sump for Gasboy wI i8" Fra~c~_~~~~===--=-~= 3/4"/1" PeIlatbane Electrical Entry Boot 2" Studded Pellathane Slimp Penetration Fitting for 2" FRP o~~teel p.!E~ 30"x 30" FiberR:la~s Transition ~umE..l1Y~r~tected TOeJ2" _._____ Venti/ationNanor Recovery____.__. __________._______. _____ 2" Vent Cap -.---._..u___.______.___._ Vapor Recovery Adllpter 3"x 3~_____._____ __________ Vapor Recoverv CaD _____u__.__._.___. ...__ Submersible PumnslMcchanical Leal. J)etectors IRed Jacket 3/4 hp Quantum Sub~ V3!lable !"ell~--====--=-~~~~~= STP Control Boxes .1/3 - 2 hp pumps ..-----------_.___u_ Hoses, Nozzre.", Swivels & Bre.akaways ____ __'__.___.__.___ . ._______ 518"x14' Hoses Whip Hoses 3/4" Swivel -------..-- OPW IIAKP Unleaded Nozzle wI ~land rnsulatol:._.______ I I A Splashguards _..________..________..___________.._ I"x 14' Hose ------ -..-.-.----.---.-...---- ----- OPW 1" Breakaway '__ ___ _ _____...._____._.__.__.___..___.__ I" Swivel I " Whip Hoses OPW 7H Nozzle wI Hold Open Rack, Blac~ flandSi~1._=_=_=.- _~ 7A SpJashguards ____________._....._.__._________ Veeder Root Tank Management System _.____.._.. _._____ Veeder Root TLS300C 0-2 Tank Console WI Printer Veeder Root 300 Static 'nTank Tc.~t SEM 10' Mag Plus Inventory Only Probe wI Water~i~~=====- Mag Plus Probe Install Kits wI 4" Floats-Gas ____.__._.__.___ IMae; Plus Probe Install ~ wI 4" Floats- Die.~el .___.______.___ Interstitial Sensors for Steel Tanks 4" eap- & Adaptor Kit 2" Can & Adaptor Kit Overfill AJarm---===-=~~~~~-=-=--==~_--= _ Overfill Alann Acknowledgem~ch _______________ Mise. Equipment .__.__...._____..______ OPWl 1/2" Shear Valve, Female To/!..______.______ .___._____.__ 2" Ballvalves 2" antisvohon valve 5'-10' head ----- Q!L Part # lli~~n J MOR-515-0300AC J MOR-515-2300AC 2 MOR-246a1200av 2 ~OR-800fb0600Ic 2 MOR-800dcb0600Jc 2 Mor-691-IOOO-IV _J. OPW-6JFE2P::3050 2 9153KX F 1----1. __ I FM-FMU-2500Plus I FM-217557 J FM.-227838A 500 FM-I72405 IFM-94/D0108 50 APT-XP-150-SC 4 APT-MS-175-150 6 APT-FBB-150-SC 4 APT-FBB-075-D 4 APT-STB-150 2 OPW-DSF-I 123 2 DPM-BS-4 I 9 2 DPM-U8S-2.4 2 WestemFib3030 2 MOR-354-0200av 10PW-J6IIAV-1605 IOPVV-1711T-7085 2 R/J P75UIRJ2 2 R/J-880-041-5 1 GYR-FX-518X14 1 DA Y-JUMPER-314 J OPW-241-TPS-0241 1 OPw-] lAKP-0400 1 I GYR-PACE-IXI4 ] -oPW-66V-lJOO I. OPW-241-TPS-IOOO 1 DAY-JUMPER-J I OPW-7H-0400 I I VIR-848590-52] J V1R-330161-00J 2 VIR-846391-309 1 VIR-846400-000 I V/R-846400-o01 I VIR-794390-420 2 MOR-305XPA0200AK J MOR-305XPA2200AK I V/R-790091-001 J VlR-790G95-001 2 OPVV-JOBF-5725 2 Miscellaneous 2 ENT-63630001 City of Edgewater __._____________________.___ .--------.---.------ ~ -------.--.---. --- ..-------------..- -----...--...--.--------- -------.- -~----_. --.--------...---.-.--..--.-------- .-----.--------..--.-.-- -_.__..._--_...._....~--+-----++.__._---- .----.--....--..-- --._--~ -.----.-----.-.-.- .---.---.--.- --.-----. ---------_._-~------._-- --- --.-.-----__4 "___ __..___.__ L. MAY.-UR 12x3 NoSmokinaSto En .ncDccal ----.- --------------- 2 MAY-OR 12x3 Unleaded Gasoline Decal 2 MAY-OR 12x3 On Road Diesel Decal 2 MAY-OR DOT Diamond 1993 diesel 2 MAY-oR ~amond 1203 (~-_.m.h :~===-.__. 4 MAY-OR IOx2 Product ill Decals I Miscellaneous Misc. Freia t E ui ment Subtotal Sales Tax .--.------.-----. .-..-------- -.-..--...----.-.--.-----.-----.--- --'.---___u___ _...____.__. ._._ 7 ----------..--.-.----.--- .-.----.--.--..----.-----------.---- Equipment Total Proposal # 09- Due Date: February 23,2009 @ 2:00 PM Post Date: January 30,2009 PW -003 Purchasing Agent: Respond: 104 North Riverside (PO Box 100) Michelle Grenham Ed ewater, Florida 32132 Pro osal Title/Name: Re lace Fuel S stem CITY OF EDGEWA TER, Formal Request for Proposal PHONE (386) 424-2400 FAX (386) 424-2421 Critical Response Data Name of Company submitting Proposal: Address: Notes: 1. Proposals will be opened and publicly read aloud in the City of Edgewater Council Chamber - City Hall, 104 North Riverside Drive, Edgewater, Florida at 2:00 pm on the 23rd day of February 2009. 2. Proposals must be submitted on the forms furnished by the City and in accordance with the specifications contained herein. An original and two copies of the proposal package must be submitted. 3. This completed form must appear as the top sheet for all proposals submitted. 4. A Bid Bond equal to 5% of the proposal price must be submitted with sealed proposal. Bond may be in the form of a bond, cashier's check or certified check. 5. Payment and Performance Bond equal to 100% of the total contract amount price will be required at contract execution A Mandatory Pre-Proposal Conference Has been scheduled for 9:00 AM on February 9, 2009 at Edgewater Public Works, 409 Manoo Tree Dr, Edoewater. This is not an order! PURSUANT TO CITY POLICY FAILURE OF A VENDOR TO ADVISE THE CITY OF PROPOSAL DISCREPANCIES IN ORDER TO GAIN A COMPETITIVE ADVANTAGE MAY BE GROUNDS FOR A CANCELLATION OF ANY CONTRACT OR PURCHASE ORDER AWARDED UNDER THIS PROPOSAL. Total Amount of Proposal or Base $ Proposal Proposer's Signature: Proposer's Title*: Typed/Print Name: Date: Phone: Fax: E-Mail: *ONL Y AUTHORIZED REPRESENTATIVES OF THE PROPOSER SHOULD SIGN THIS FORM Proposal No. 09-PW-003 Replace Fuel System Page 1 of 1 Content Page & Checklist Received by Paqe Description Initials 1 Cover Page 2 Content Page 3 Instructions/Response 4 No Proposal Form 5 Scope of Work 7 Fee Schedule 7 Vendor Information 8 General Terms & Conditions 14 Proposer's Legal Certification 15 Questionnaire 16 Drug Free Workplace Certif. 17 Public Entity Crimes Items That Must Be Included With Submittal For Proposal to Be Considered COMPLETED FORM COMPLETED FORM COMPLETED FORM COMPLETED FORM COMPLETED FORM COMPLETED FORM COMPLETED FORM COMPLETED FORM COMPLETED FORM Addendum/Other (please list) Addendum # 1 dated Addendum # 2 dated Addendum # 3 dated Addendum # 4 dated Your proposal will not be considered if any of the following are not provided: 1. Proof that your firm is licensed in Florida to provide these services; 2. A bid bond equal to 5% of the proposal amount; 3. A completed Drug Free Workplace Form; 4. A completed Public Entity Crimes Form must be included with this proposal for your proposal to be considered. Proposal No. 09-PW-003 Replace Fuel System Page 2 of 2 CITY OF EDGEWA TER INSTRUCTIONS/RESPONSE Proposal NamelTitle 09-PW-003, Replace Fuel System Preparation of Proposals ~ Proposers are expected to examine this proposal form, attached drawings, specifications, if any, and all instructions. Failure to do so will be at Proposer's risk. ~ All prices and notations must be in ink or typewritten. No erasures are permitted. Mistakes may be crossed out and corrections typed adjacent and must be initialed and dated in ink by the person signing the proposal. The firm must sign all proposals. Obligations assumed by such signatures must be fulfilled. ~ Each proposer shall furnish the information required on the proposal form and each accompanying sheet thereof, on which an entry is made. ~ Unit price for each unit proposal shall be shown. A total shall be entered into the amount column for each item proposal. In case of discrepancy between a unit price and the extended price, the unit price will be presumed to be correct. Special Items (applicable to this proposal only) a. b. c. Authorized Signature: Name of Company: Proposal No. 09-PW-003 Replace Fuel System Page 3 of 3 "NO PROPOSAL" RESPONSE TO REQUEST FOR PROPOSAL If your firm is unable to submit a proposal at this time, please provide the information requested in the space provided below and return to: City of Edgewater Finance Department Post Office Box 100 Edgewater, FL 32132 Attention: Accounting Technician We have received Request for Proposal No. 09-PW-003 due on February 23,2009 at 2:00 PM: Reason for "No Proposal" (use company letterhead if necessary). Would you like to be considered for this type of purchase in the future? Yes ( ) No ( ) By: Signature: Name & Title, Typed or Printed Company Name Phone Number/Fax Proposal No. 09-PW-003 Replace Fuel System Page 4 of 4 Scope of Work Scope of Work: Properly abandon three (3) existing tanks, leave in place and install (1) new above ground 16,000 gallon minimum double wall, compartment tank split with a minimum 9,000 gallon capacity for unleaded fuel and 7,000 gallon capacity for diesel fuel, dispensing equipment, leak detection and piping and fuel management system. Required Work: All work includes providing equipment and installation . A minimum 16,000 gallon Flameshield or equivalent split compartment aboveground storage tank system on eight (8) inch thick concrete slab with bollard protection, electronic tank inventory and leak detection system, Veeder Root or equivalent. . A Fuel Master or equivalent fuel management system (500 cards, keys or other tracking devices) with two (2) mechanical dispensers, two (2) Dispenser stands, three (3) hoses (two unleaded, one diesel) with nozzles, break aways and swivels, shear valves and brackets and all associated pipe and fittings. . Overspill protection, overfill protection, submersible pump system . Secondary Containment Tank & Dispenser Sumps . Dismantle existing canopy and reinstall over new dispenser system. Alternate "A" Proposal amount will include an option for a new canopy to be installed at the City's discretion. . Proper abandonment of three (3) underground storage tanks as required per Florida Department of Environmental Protection regulations. (Two (2) 6,000 gallon tanks and one (1) 4,000 gallon tank) and closure of the site. . Obtain all permits and submit any required applications and plans, including but not limited to, Florida Department of Environmental Protection, Volusia County and the City of Edgewater. . Provide all notifications to regulating agencies and obtain approvals, inspections and certifications as required. · Complete FDEP "Storage Tank Registration Form" . Provide labor, materials and equipment for the installation of new aboveground storage tank and appurtenances as described above. . Provide labor, materials and equipment for the abandonment of existing storage ta n ks . Air test product piping to 50 psi & perform soap test Proposal No. 09-PW-003 Replace Fuel System Page 5 of 5 · Air test piping to 5 psi or per manufacturer recommendations . Perform hydrostat test on spill buckets · Provide all electrical services necessary for a working system as it relates to this project. . Haul off all the debris and dispose of in legal and safe manner. · Perform petroleum start-up procedures with a complete check of all installed equipment. . Provide the City of Edgewater Director of Environmental Services with photos of work during the construction progress, all permits, tank charts, product warranty information, closure report and all applicable state and/or County notifications and registration forms. TERMS AND CONDITIONS The City of Edgewater will be responsible for removal of existing tank contents prior to the contractor's abandonment of tanks. It is assumed no contaminated soil or water will be encountered. All sludge in tanks will be disposed of in accordance with Federal/State and local regulations. Any changes in the scope of work as requested by the City of Edgewater or the Contractor/Seller due to unforeseen conditions shall only be performed or changed after issuance of a Written Change Order and signed accepted by an authorized person for both the City of Edgewater and the Contractor/Seller. Verbal changes will not be valid. Work is to be completed no later than September 30, 2009. Equipment Manufacturer's /Parts Warranty or parts or components that are furnished as part of this scope of work or equipment sale shall be warranted in accordance with the warranty policy of the manufacturer of the specific equipment and/or part or component; and said manufacturer's Warranty shall be transferred directly to the City of Edgewater. Proposal No. 09-PW-003 Replace Fuel System Page 6 of 6 Proposal Amount ABANDON EXISTING TANKS AS SPECIFIED $ NUMERICAL WRITTEN WORD PROPOSAL AMOUNT FURNISH AND INSTALL NEW TANK AS SPECIFIED $ NUMERICAL WRITTEN WORD PROPOSAL AMOUNT FURNISH AND INSTALL NEW FUEL MANAGEMENT SYSTEM MANUFACTURER OF SYSTEM AND MODEL #ITYPE $ NUMERICAL WRITTEN WORD PROPOSAL AMOUNT ALTERNATE "A" (NEW CANOPY) $ NUMERICAL WRITTEN WORD PROPOSAL AMOUNT ADDITIONAL KEYS/CARDS (SPECIFY WHAT TYPE) OVER 500 $ NUMERIC Per Kev/Card Circle One WRITTEN WORD PROPOSAL AMOUNT Signature of Authorized Representative Date Name, Title and Company ADDITONAL UNIT COSTS AS MAY BE NEEDED Proposal No. 09-PW-003 Replace Fuel System Page 7 of 7 CONTAMINATED SOIL 1. Excavate and replace contaminated soil $ per cu. Ft. 2. Transport contaminated fill from project to site to incineration facility. $ per ton 3. Removal and disposal of tank sludge existing three (3) tank(s) $ per 4. Furnish, install and compact fill in place to rough grade in areas where contaminated soils are removed. $ per cu. Ft. Signature of Authorized Representative Date Name, Title and Company Please list below any other special conditions included with this proposal. Proposal No. 09-PW-003 Replace Fuel System Page 8 of 8 RETURN BY DUE DATE ABOVE TO BUYER ABOVE At the City of Edgewater, POBox 100, Edgewater, FL 32132 Any questions regarding this proposal may be faxed to the attention of the Finance Department at 386-424-2421 or emailed to mgrenham@cityofedgewater.org at least ten (10) days prior to proposal opening date. By signing below, I certify that I have read the attached and agree to its contents. VENDOR INFORMATION: COMPANY NAME AND ADDRESS: PHONE # FAX # E-MAIL FEIN# AUTHORIZED SIGNATURE: PRINTED SIGNATURE: TITLE: DATE SIGNED: DATE DUE: 2:00 p.m. February 23,2008 Proof that your firm is licensed and insured to perform the above work, a Bid Bond equal to 5% of the proposal amount, a completed Drug Free Workplace Form, and a completed Public Entity Crimes Form must be included with this proposal for your proposal to be considered. Proposal No. 09-PW-003 Replace Fuel System Page 9 of 9 GENERAL TERMS & CONDITIONS 1. Receipt of Proposals - Due Date: Sealed proposals (original and two copies) shall be submitted to the City Clerks Office no later than the date and time specified. Proposals will not be accepted after the advertised time and date. Proposals shall be addressed as follows: City Clerk City of Edgewater PO Box 100 Edgewater, FL 32132 Each proposal shall be submitted in a sealed envelope prior to the time established for the opening of proposals, and the envelope shall be marked with the proposal number, title of proposal, and proposal opening date. If submitted other than by mail, it shall be delivered to the City Clerks Office. Proposals submitted by mail must be received in the City Clerks Office by the time specified herein for the proposal opening. The City of Edgewater will take no responsibility for delay caused by poor mail delivery or miscalculation of delivery by the proposer. 2. Withdrawal of Proposals: Proposer may withdraw a proposal after it has been delivered to the City Clerk any time prior to the stipulated time for opening of the proposals. 3. Pre-Proposal Conference: a. Mandatory: Mandatory pre-proposal conferences must be attended by all or face disqualification. b. Optional: Optional pre-proposal conferences do not require attendance but proposers are encouraged to attend to obtain more information concerning this price quote. Prospective proposers will be invited to attend as designated in the request for Price Quote Form to review a job site and/or to discuss pertinent questions. Any additions to specifications derived from a pre-proposal conference will be addressed in the form of a Price Quote Amendment to all proposers. The type of pre-proposal conference (if any) applicable to this project is designated on the cover page. If, in the opinion of City officials a review of the job site is required, a mandatory pre-proposal conference will be scheduled at the job site as stated above. 4. Familiarity with Site Conditions: The responsibility for the determination of accurate measurements, the extent of the work to be performed, and the conditions surrounding the performance thereof shall belong to the proposer. Submission of a proposal shall constitute acknowledgment by the proposer that he/she is familiar with all such conditions. The failure or neglect of a proposer to familiarize himself/herself with the site of the proposed work shall in no way relieve him/her from any obligations with respect to his/her proposal. 5. Questions Regarding Specifications or Proposal Process: To ensure fair consideration for all proposers, the City prohibits communication to or with any department, division, or employee during the submission process, except as provided in paragraph "b" below. Additionally, the City prohibits communication initiated by a proposer to the City official or employee evaluating or considering the proposals prior to the time a proposal decision has been made. Any communication between proposer and the City will be initiated by the appropriate City official or employee in order to obtain information or clarification needed to develop a proper accurate evaluation of the proposal. Such communication initiated by a proposer may be grounds for disqualification of the offending proposer from consideration of award for the proposal currently in evaluation and/or any future proposal depending on severity of the infraction. a. Any questions relative to interpretation of specifications or the proposal process, shall be addressed to the Finance Department, in writing, in ample time before the period set for the receipt and opening of proposals. Inquiries received within ten (10) days prior to the date set for the receipt of proposals will be not be given consideration. Any interpretation made to prospective proposers will be expressed in the form of an addendum to the specifications Proposal No. 09-PW-003 Page 10 of 10 Replace Fuel System which, if issued, will be conveyed to all prospective proposers no later than five (5) days before the date set for receipt of proposals. Oral interpretations will not be provided. b. It will be the responsibility of the proposer to contact the Finance Department prior to submitting a proposal to ascertain if any addenda have been issued, to obtain all such addenda, and return executed addenda or acknowledgment thereof with the proposal. c. Direct inquiries shall be posted with the Finance Department, City of Edgewater, P. O. Box 100, Edgewater, FL 32132. 6. Pricing/Shipment Cost: All prices must be firm for the delivery schedule quoted herein. Proposals stipulating "price in effect at time of shipment" or other similar conditions will be considered not responsive to the Proposal request and will not be accepted. All prices shall be quoted F.O.B. (Free On Board) delivered to any City of Edgewater department facility unless otherwise stipulated in the PROPOSAL request or exceptions taken by the Proposer. 7. Political Subdivision: Under Florida Law, prices contained in State Term Contracts, State Negotiated Agreement Pricing Schedules (SNAPS), Cooperative Proposals, or current proposals, shall be made available to the City of Edgewater unless otherwise accepted by the terms of this engagement. The City reserves the right to purchase any commodity or service from these said instruments if in the best interest of the City. Conversely, the City may disregard these instruments and purchase through alternate means. 8. Proposer's Certification Form: a. Each proposer shall complete the "Proposer's Certification" form included with this Request for Proposal, and submits the form along with the proposal. b. The failure of a proposer to submit this form shall be cause for reject of the proposal. c. The form must be acknowledged before a Notary Public with a notary seal affixed on the document. 9. "No Proposal" Response Form: In the event you elect not to submit a proposal, please complete and return the attached "No Proposal" form. 10. Alternatives/Substitutions to Specifications: Any alternatives or substitutions to the attached specifications must be clearly delineated, properly marked and submitted with the proposal (use separate sheets of paper and make them part of the price quote if necessary.) 11. Meeting Specifications: Vendor's price submittal shall be for items that fully meet the specifications. If it does not, please indicate variances, no matter how slight, and attach Vendor's detailed specifications for discrepant item(s) in proposal. Please note that the inability to meet specifications is grounds for proposal disqualification. 12. Period of Offer Validity: Prices quoted in the proposal must remain valid for a period of ninety (90) days from the date of the proposal opening unless otherwise instructed. 13. Evaluation of Proposal Award: The City reserves the right to award the proposal to the lowest most responsive and responsible proposer who submits a proposal meeting all specifications, whose proposal is most advantageous and represents the best value to the City. The City further reserves the right to consider matters such as, but not limited to, quality offered, delivery terms, discounts, and service reputation of the proposer, in determining the most advantageous proposal. 14. Criteria For Award or Rejection of Proposals: The purchase order will be awarded to the lowest, most responsive, and most responsible proposer complying with all the provisions of the Request for Proposal, provided the proposal price is reasonable and it is in the best interest of the City to accept it. The City reserves the right to reject any and all proposals and to waive any informality in proposal received whenever such rejection or waiver is in the City's best interest. The City also reserves the right to reject the proposal if a proposer who has previously failed to perform properly or complete on time contracts or purchase orders of a similar nature, or a proposal of a proposer whose investigation shows is not in a financial or other position to properly perform the contract. a. In determining responsibility, the following criteria (not prioritized), in addition to price, will be considered by the City: i. The ability, capacity, and skill of the proposer to perform the services required. Proposal No. 09-PW-003 Replace Fuel System Page 11 of 11 ii. Whether the proposer can perform or provide the requirements or provide the services promptly, or within the time specified, without delay or interference. Hi. The character, integrity, reputation, judgment, experience, and efficiency of the proposer. iv. The quality of performance of previous contracts, purchase orders or services rendered. v. Previous and existing compliance by the proposer with laws and ordinances relating to contracts, purchase orders or services. vi. The sufficiency of the financial resources as they relate to the ability of the proposer to perform the contract, purchase order, or provide the service. vii. The quality, availability, and adaptability of the supplies or services to the particular use required. viii. The ability of the proposer to provide future maintenance and service for the use of the subject matter if required by the proposal specifications. ix. Whether the proposer is in arrears to the City on a debt or is a defaulter on surety to the City or, whether the proposer's taxes or assessments are delinquent. x. Whether the proposer is in litigation or has caused the City to litigate against it or any of its associates, subsidiaries, etc. at any prior time. xi. Such other additional criteria as may be developed for a specific price quote. 15. Proposer's Signature: The City requires that all contracts or agreements with corporations licensed to do business in the State of Florida, such an agreement will be signed by a corporate official or principal (i.e., President, Vice President, Secretary, Treasurer, or other authorized official, e.g., Executive Director) with the corporate seal affixed. If the aforementioned corporate officers or the corporate seal are not readily available, a letter of authorization from a corporate official or principal may be submitted in lieu thereof. Such letter of authorization must be on corporate stationery, must clearly state that the person who signed the referenced agreement is duly authorized to enter into such an agreement on behalf of the corporation and must be signed by said corporate officials. Failure to submit letters of authorization within two (2) weeks after notification of award may result in award withdrawal. In the case of a partnership, the agreement must be signed by the general or managing partner and notarized as outlined above. In the case of a sole proprietorship the owner must sign the agreement and have such execution notarized. If you have any questions regarding the execution of the signature page, please feel free to contact the Finance Department at 386.424.2400, for further clarification. Strict adherence to criteria outlined above is of the utmost importance in the finalization of agreements awarded to successful proposers. 16. Selection/Rejection of Options: The City of Edgewater reserves the right to select/reject options based on price or other criteria deemed to be in the best interest of the City. 17. Submittal of Proposals: Proposals shall be submitted utilizing the proposal form(s) provided herein. All proposals shall be properly executed with all applicable blank spaces completed. The signatures of all persons signing shall be in longhand. Erasures, interlineations, or other corrections shall be authenticated by affixing in the margin immediately opposite the correction the initials of a person signing the proposal. If the unit price and total amount named by a proposer for any item are not in agreement, the unit price alone shall be considered, as representing the proposer's intention and the totals shall be corrected to conform thereto. 18. Proposal Tabulation: Proposers may request copies of the proposal tabulation documents in person or by enclosing a stamped, self-addressed envelope with the proposal. 19. Proposal Award: Award will be made approximately three to six weeks after the advertised proposal opening date. It is incumbent on proposers to contact the Finance Department at 386.424.2400, to determine the apparent successful proposer(s). Any appeal to the decision to Proposal No. 09-PW-003 Replace Fuel System Page 12 of 12 award must be filed in writing five (5) days from the award date to the Finance Department. The City's governing body shall consider and award all orders or contracts exceeding $15,000. 20. Proposer Qualification: The City reserves the right to conduct an inspection of the proposer's facility and equipment prior to the award of the agreement. The City will notify you in writing of our intent to conduct an inspection or survey of your facility. Proposals will be considered from firms who have adequate personnel and equipment and who are so situated as to perform prompt services and who maintain the regular business hours of 8:00 a.m. to 4:30 p.m., Monday through Friday, except for holidays. The City will only consider proposals from firms who maintain current City occupational license or state certifications. Proposals will be considered only from firms which are regularly engaged in the business as described in this proposal package; with a record of performance for a reasonable period of time, which have sufficient financial support, equipment, and organization to ensure that they can satisfactorily execute the services if awarded an agreement under the terms and conditions herein stated. The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well-established company in line with the best business practice in the industry and as determined by the City. 21. Legal Requirements: Federal, State, County and local laws, ordinances, rules and regulations that in any manner affect the item(s) to be procured hereby shall be duly observed. Lack of knowledge by the Proposer will in no way be cause for relief from responsibility and abidance. Failure to comply with all applicable legal requirements shall render your PROPOSAL as non- responsive. 22. Conflict of Interest: The award hereunder is subject to all applicable portions of Chapter 112, Florida Statutes. All Proposers must disclose with their PROPOSAL the name of any officer, director, or employee who is also an employee of the City of Edgewater. Further, all Proposers must disclose the name of any City of Edgewater employee who owns, directly or indirectly, an interest in one or more of the Proposer's firm(s) or any of its branches. 23. References: If required by the proposal document, proposers shall submit as a part of the proposal package, three (3) account references, with name of account, address, contact person, and telephone number. Governmental references are preferred. 24. Failure to Execute Purchase Order: Failure of the successful proposer to accept the purchase order as specified may be cause for cancellation of the award. In the event that the award is cancelled, the award may then be made to the second lowest responsive and responsible proposer, and such proposer shall fulfill every stipulation embraced herein as if he were the original party to whom the proposal award was made; or the City may reject all the proposals. Contractors who default are subject to suspension and/or removal from the approved vendor's list. 25. Trade Names: In cases where an item to be proposal is identified by a manufacturer's name, trade name, catalog number, or reference, it is understood that the proposer proposes to furnish the item so identified and does not propose to furnish an "EQUAL" unless the proposed "EQUAL" is indicated in the proposal response therein by the proposer. Generally, the reference to a name brand is intended to be descriptive but not restrictive and only to indicate to the prospective proposer articles that will be deemed acceptable. Proposals on other makes and catalogs will be considered provided each proposer clearly states in his proposal or proposal exactly what alternative he proposes to furnish and forwards with his proposal a cut illustration or other descriptive material which will clearly indicate the character of the article covered in this proposal. The City reserves the right to approve as an equal, or to reject as not being equal, any article the proposer proposes to furnish which contains major or minor variations from the specification requirements but may comply substantially therewith. If no particular brand, model, or make is specified and if no data is required to be submitted with the proposal, before the successful award and before manufacturing or shipment the vendor may be required to submit working drawings or detailed descriptive data sufficient to enable the City to judge if such data and specifications are in compliance with the City's requirements. 26. Right to Audit Records: The City shall be entitled to audit the books and records of the contractor or subcontractor to the extent that such books and records relate to the performance of the Proposal No. 09-PW-003 Replace Fuel System Page 13 of 13 Purchase Order or any supplement to the Purchase Order. Such books and records shall be maintained by the contractor or subcontractor for a period of three (3) years from the date of final payment under the Purchase Order unless a shorter period is otherwise authorized in writing by the City. 27. Fiscal Year Funding Appropriation: a. Specified Period: Unless otherwise provided by law, a purchase order for supplies or services may be entered into for any period of time deemed to be in the best interest of the City, provided the term of the purchase order and conditions of renewal or extension, if any, are included in the solicitations and funds are available for the initial fiscal period of the purchase order. Payment and performance obligations for succeeding fiscal periods shall be subject to the annual appropriation by City Council. b. Cancellation Due to Unavailability of Funds in Succeeding Final Periods: When funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period, the purchase order shall be cancelled and the contractor shall be entitled to reimbursement for the reasonable value of any work performed to the date of cancellation. 28. Execution of the Purchase Order/Contract: The successful proposer shall at the City's option, within fifteen (15) calendar days after notification of award is issued by the City of Edgewater, to enter into a purchase order or contract with the City on forms provided by the City for the performance of work awarded and shall simultaneously provide any required bonds, indemnities, insurance certificates or other required documentation. Failure to comply with the established deadline for submittal of required documents may be grounds for cancellation of the award. 29. Florida Prompt Payment Act/Invoicing and Payment: Suppliers shall be paid in accordance with the State of Florida Prompt Payment Act, Section 218.70 of the Florida Statutes, upon submission of proper invoice(s) to: Accounts Payable Division, City of Edgewater, P.O. Box 100, Edgewater, Florida 32132. Invoices are to be billed at the prices stipulated on the purchase order and as outlined in this PROPOSAL. All invoices must show the City of Edgewater purchase order number. 30. Discounts: Proposers may offer a cash discount for prompt payments. Discounts will be computed from the date of satisfactory delivery at place of acceptance and/or from receipt of correct invoice at the office specified whichever is later. Proposers are encouraged to reflect cash discounts in the unit prices proposal. 31. Florida Statutes on Drug-Free Workplace Programs: In case of tie proposals, preference must be given to vendors submitting a certification with their proposal/proposal certifying they have a drug-free workplace in accordance with Section 287.087, Florida Statutes. This form is included with this Request for Proposal and must be completed and returned with your proposal. 32. Equal Opportunity Employer: The City is an Equal Employment Opportunity (EEO) employer and as such encourages all contractors or vendors to voluntarily comply with EEO regulations with regards to gender, age, race, veteran status, country of origin, and creed. In addition, the contractor or vendor or anyone under his/her employ shall comply with all applicable rules, regulations and promulgation's thereby pertaining to the avoidance or appearance of sexual harassment or on the job discrimination. The contractor or vendor shall maintain a working environment free of discrimination or unwelcome actions of a personal nature. Any sub-contracts entered into shall make reference to this clause with the same degree of application being encouraged. When applicable, the contractor or vendor shall comply with all new State and Federal EEO Regulations. 33. Public entity crime: 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 proposal or reply on a contract to provide any goods or services to a public entity; may not submit a proposal or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals or replies 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; Proposal No. 09-PW-003 Replace Fuel System Page 14 of 14 and may not transact business with any public entity in excess of the threshold amount provided in F.S. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 34. Award Dispute Resolution: Proposal award challenges shall be posted in writing with the Finance Director who (as authorized by the City Manager) is the administrative head of the Finance Department. The Finance Director will gather evidence and discern facts and make a recommendation to the City Manager. The City Manager will present his recommendations to the governing body who will make the final decision on the matter. All decisions of the governing body are final. Pursuant to Florida Statutes, Chapter 120, a written notice of protest must be filed with the Finance Director within 5 days after posting of the proposal tabulation or after receipt of notice by the City of intended award. The nature of protest must be followed within 10 days of filing by a formal written notice fully detailing all elements, which promulgated the protest. 35. Proposal Award Cancellation: The City reserves the right to withdraw all proposal awards at anytime for any reason. 36. Suspension or Rescindment of Proposal Privileges: The City of Edgewater may remove any vendor, contractor, supplier, service provider, or other entity from its active vendor's list for violation of one or more of the issues listed below. . Continued failure to deliver products, services, work in accordance with the terms and conditions of the engagement documentation. . Disregard for the prudent use of taxpayer's funds. . Causing the City to litigate. . Shoddy workmanship. . Deliberate attempts to deceive the City. 37. Purchasing Policy: All terms and conditions contained in the City's Purchasing Policy dated April 21, 2008 shall apply to this proposal. THE CITY RESERVES THE RIGHT TO MODIFY, REMOVE, ADD CONDITIONS AT ANY TIME TO THESE GENERAL CONDITIONS TO PROTECT ITS BEST INTERESTS. Proposal No. 09-PW-003 Replace Fuel System Page 15 of 15 PROPOSER'S LEGAL CERTIFICA TION As witnessed by my signature below, I have carefully examined the Request for Proposal, Instructions to Proposers, General and/or Special Conditions, Vendor's Notes, Specifications, proposed Agreement, and any/all other documents accompanying or made part of this proposal request. ~ I hereby propose to furnish the goods or services specified in the Request at the prices or rates quoted in my proposal. I agree that my proposal will remain firm for a period of up to ninety (gO) days in order to allow the city adequate time to evaluate the proposals. ~ I agree to propose by all conditions of this proposal and understand that the Edgewater Law Enforcement Department prior to proposal award may conduct a background investigation. ~ I certify that all information contained in this proposal is truthful to the best of my knowledge and belief. I further certify that I am duly authorized to submit this proposal on behalf of the vendor/contractor as its act and deed and that the vendor/contractor is ready, willing, and able to perform if awarded the proposal. ~ I further certify, under oath, that this proposal is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm, or corporation submitting a proposal for the same product or service; no officer, employee, or agent of any other proposer is interested in said proposal; and that the undersigned executed this Proposer's Certification with full knowledge and understanding of the matters therein contained and was duly authorized to do so. Company Name: By: Signature Name & Title, Typed or Printed Mailing Address (City, State & Zip Code): Telephone/F ax Number: State of County of Sworn and subscribed before me this day of ,20 Notary Public o Personally Known o Produced 1.0. Proposal No. 09-PW-003 Replace Fuel System Page 16 of 16 QUESTIONNNAIRE This form is to be utilized to provide general information about your firm/company to the City of Edgewater. Please submit this form with your sealed proposal. Name of Company Fed 1.0. # Please answer the following: 1. Number of years your firm/company has been in business: years. 2. Is your firm incorporated in the State of Florida? Yes No. 3. Number of years your firm/company has provided the type of producUservice required by the Request for Proposal: years. 4. Type of business (check which applies) Minority Owned Woman Owned Small Other 5. Headquarter address if different from business address 6. Names of key employees who will work on this project and their years of experience in the type of service related to work specified in this proposal: Name and Title Years of Experience A. S. C. Public Entity Work References Name/Title Phone Number A. S. C. Please indicate below the names and addresses of your primary/secondary suppliers for the product covered under this proposal (if applicable.) Primary Name: Address: Secondary Name: Address: Name of Person Completing Form: Phone No. Contact: Phone No. Contact: Proposal No. 09-PW-003 Replace Fuel System Page 17 of 17 DRUG-FREE WORKPLACE CERTIFICATION In case of tie proposals, preference must be given to vendors submitting a certification with their proposal certifying they have a drug-free workplace in accordance with Section 287.087, Florida Statutes. The drug-free certification form below must be signed and returned with your proposal. In order to have a drug-free workplace program, a business shall: (1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. (2) Inform employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under proposal a copy of the statement specified in the first paragraph. (4) In the statement specified in the first paragraph, notify the employees that, as a condition of working on the commodities or contractual services that are under proposal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. (5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. (6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Vendor's Signature, Title, Date STATE OF COUNTY OF PERSONALLY APPEARED BEFORE ME, the undersigned authority who, after being first sworn by me, affixed his/her signature in the space provided above on this day of , 20 _Personally known Produced I.D Notary Public Proposal No. 09-PW-003 Replace Fuel System Page 18 of 18 PLEASE COMPLETE AND SUBMIT WITH PROPOSAL PUBLIC ENTITY CRIMES Any person submitting a proposal, proposal or reply in response to this request or a contract, must execute the enclosed form PUR. 7069, sworn statement under section 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES, including proper check(s), in the space(s) provided, and enclose it with his quote, proposal, or proposal. If you are submitting a quote, bid or proposal on behalf of dealers or suppliers who will ship commodities and receive payment from the resulting contract, it is your responsibility to see that copy(ies) of the form are executed by them and are included with your quote, proposal, or proposal. Corrections to the form will not be allowed after the quote, bid, or proposal opening time and date. Failure to complete this form in every detail and submit it with your quote, bid, or proposal may result in immediate disqualification of your bid or proposal. The 1989 Florida Legislature passed Senate Bill 458 creating Sections 287.132 - 133, Florida Statutes, effective July 1, 1989. Section 287.132(3)(d), Florida Statutes, requires the Florida Department of General Services to maintain and make available to other political entities a "convicted vendor" list consisting of persons and affiliates who are disqualified from public contracting and purchasing process because they have been found guilty of a public entity crime. A public entity crime is described by Section 287.133, Florida Statutes, as a violation of any State or Federal law by a person with respect to and directly related to the transaction of business with any public entity in Florida or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any proposal or contract for goods or services to be provided to any public entity or with an agency or political subdivision and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. A public entity may not accept any bid, proposal or reply from, award any contract to, or transact any business in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO with any person or affiliate on the convicted vendor list for a period of 36 months following the date that person or affiliate was placed on the convicted vendor list unless that person or affiliate has been removed from the list pursuant to Section 287.133(3)(f), Florida Statutes. Therefore, effective October 1, 1990, prior to entering into a contract (formal contract or purchase order in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO) to provide goods or services to THE CITY OF EDGEWATER, a person shall file a sworn statement with the contracting officer or Finance Director, as applicable. The attached statement or affidavit will be the form to be utilized and must be properly signed in the presence of a notary public or other officer authorized to administer oaths and properly executed. THE INCLUSION OF THE SWORN STATEMENT OR AFFIDAVIT SHALL BE SUBMITTED CONCURRENTLY WITH YOUR BID, PROPOSAL OR REPLY DOCUMENTS. NON-INCLUSION OF THIS DOCUMENT MAY NECESSITATE REJECTION OF YOUR QUOTE, PROPOSAL OR BID. Proposal No. 09-PW-003 Replace Fuel System Page 19 of 19 SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted with the Bid/Proposal for THE CITY OF EDGEWATER. 2. This sworn statement is submitted by whose business address is and (if applicable) its Federal Employer Identification (FEIN) is 3. My name is (please print name of individual signing) and my relationship to the entity named above is 4. I understand that a "public entity crime" as defined in Paragraph 287.133(1 )(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to, any bid, proposal, reply or contract for goods or services, any lease for real property, or any contract for the construction or repair of a public building or public work, involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1 )(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 6. I understand that an "affiliate" as defined in Paragraph 287 .133( 1 )( a), Florida Statutes, means: (1) A predecessor or successor of a person convicted of a public entity crime; or (2) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 7. I understand that a "person" as defined in Paragraph 287 .133( 1 )( e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, Proposal No. 09-PW-003 Page 20 of 20 Replace Fuel System directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 8. Based on information and belief, the statement that I have marked below is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies.) Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND (Please indicate which additional statement applies.) There has been a proceeding concerning the conviction before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer did not place the person or affiliate on the convicted vendor list. (Please attach a copy of the final order.) The person or affiliate was placed on the convicted vendor list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer determined that it was in the public interest to remove the person or affiliate from the convicted vendor list. (Please attach a copy of the final order.) The person or affiliate has not been placed on the convicted vendor list. (Please describe any action taken by or pending with the Department of General Services.) (Signature) Date: STATE OF FLORIDA COUNTY OF behalf of produced The foregoing instrument was acknowledged before me this day of , 2008 by , (title) on . He/she is personally known to me or has as identification and did ( ) did not ( ) take an oath. (Notary Signature) Name: My Commission Expires: Commission Number: Proposal No. 09-PW-003 Replace Fuel System Page 21 of 21 City of Edgewater Fuel Tank Replacement Project Addendum 09-PW-003-Al Posted 02/11/09 o If new canopy is to be installed, it must be at a minimum size of the existing canopy. o The Veeder Root system can be either hard-wired or wireless. o The Veeder Root can be installed near the fueling system with a monitor at the office. The City cannot guarantee the integrity of the existing conduit. o Please provide information on the availability of a temporary fueling facility (temporary tanks with dispensers) that can be used while constructing new facility. Include size and pricing information. o Please provide a minimum of five references in Florida that the company has done previous work for. qb AGENDA REQUEST Date: March 5, 2009 PUBLIC HEARING RESOLUTION ORDINANCE BOARD APPOINTMENT CONSENT OTHER BUSINESS March 16. 2009 ITEM DESCRIPTION: Interlocal Agreement between the City of Edgewater and the City of New Smyrna Beach to accept solid waste from New Smyrna Beach's City Parks. BACKGROUND: The Parks and Recreation Department of the City of New Smyrna Beach collects their own solid waste from the Parks within their City. All other solid waste collection is contracted. The Director of Parks and Recreation requested to transport this solid waste to the City of Edgewater's Transfer Station rather than hauling it to the Volusia County Landfill in Daytona. The Florida Department of Environmental Protection has authorized the City of Edgewater to allow this. An agreement was written by our City Attorney to allow New Smyrna Beach to dispose of solid waste at the City's transfer station in the amount of $180 per month for up to 90 cubic yards per month and an additional $2.00 per cubic yard for any waste beyond the 90 cubic yard base amount. The City of New Smyrna Beach has executed the agreement as written. STAFF RECOMMENDATION: Approval ofthe agreement with the City of New Smyrna Beach for acceptance of solid waste at the City of Edgewater' s transfer station facility. ACTION REQUESTED: A motion to approve the agreement with the City of New Smyrna Beach for the acceptance of solid waste and authorize the City Manager to execute the agreement. FINANCIAL IMPACT: (FINANCE DIRECTOR) (SPECIFY IF BUDGET AMENDMENT IS REQUIRED) NO PREVIOUS AGENDA ITEM: YES NO xx DATE: AGENDA ITEM NO. Respectfully submitted, ~ud./ &(//(//7 ~~~ Brenda L. Dewees Robin atusick Interim Director of Env. Services Paralegal City of New 8myrna Beach February 25, 2009 Brenda L. DeWees Interim Director of Environmental Services City of Edgewater P. O. Box 100 Edgewater, Florida 32132-0100 Re: Interlocal Agreement Between the City of Edgewater and the City of New Smyrna Beach for the Acceptance of Solid Waste Dear Ms. DeWees, Enclosed please find the signed original of the Interlocal Agreement between the City of Edgewater and the City of New Smyrna Beach for the Acceptance of Solid Waste. sistance please do not hesitate to call. JRB/bb Enclosure as stated 210 6ams Avenue - New 6myrna l':>each, Florida 32168-9985 - 386-424-2100- Fax 386-424-2109 @ PRINTED ON RECYCLED PAPER " INTERLOCAL AGREEMENT BETWEEN THE CITY OF EDGEWATER AND THE CITY OF NEW SMYRNA BEACH FOR THE ACCEPTANCE OF SOLID WASTE / THIS AGREEMENT, is entered into by and between the City of Edgewater, a municipal corporation duly incorporated pursuant to the laws of the State of Florida, with its principal place of business located at 104 Riverside Drive, Edgewater, Florida 32132 (hereinafter "EDGEW A TER"), and the City of New Smyrna Beach, a municipal corporation duly incorporated pursuant to the laws of the State of Florida, with its principal place of business located at 210 Sams Avenue, New Smyrna Beach, Florida 32168 (hereinafter "NEW SMYRNA BEACH"). WHEREAS, EDGEW A TER and NEW SMYRNA BEACH are authorized by Chapter 166, Florida Statutes, to enter into agreements to conduct municipal government, perform municipal functions, and render municipal services; WHEREAS, Chapter 163, Part I, Florida Statutes, authorizes and provides for interlocal agreements between public entities, including cities; WHEREAS, public entities are authorized by S 163.01(14), Fla. Stat. (2007), to enter into contracts for the performance of service functions, but shall not be deemed to authorize delegation of constitutional or statutory duties and the parties expressly deny any intent, either express or implied, in this Agreement to provide for delegation of any constitutional or statutory duties; WHEREAS, the EDGEW A TER transfer station is capable of accepting solid waste generated within NEW SMYRNA BEACH; INTERLOCAL AGREEMENT BETWEEN THE CITY OF EDGEW A TER AND THE CITY OF NEW SMYRNA BEACH FOR THE ACCEPTANCE OF SOLID WASTE PAGE 1 OF8 WHEREAS, NEW SMYRNA BEACH desires to seek cooperative arrangements with EDGEW A TER for the disposal of Class I solid waste generated within NEW SMYRNA BEACH; and WHEREAS, EDGEW A TER and NEW SMYRNA BEACH, after evaluation of options for the provision to its residents of the municipal services enumerated herein, have made a legislative determination that the interests of their respective residents will best be served by contracting with each other as outlined herein. NOW, THEREFORE, in consideration of the mutual promises contained herein, the parties agree as follows: PART I. GENERAL PROVISIONS. 1. The foregoing provisions and representations are true and correct and are incorporated herein by reference. 2. Purpose. The purpose of this Agreement is for EDGEW A TER to provide limited solid waste services to NEW SMYNRA BEACH in lieu of NEW SMYRNA BEACH using its own personnel and equipment for the provision of such services. Specifically, EDGEW A TER will accept solid waste originating from NEW SMYRNA BEACH parks. The solid waste will be collected and transported to the EDGEW A TER transfer station by NEW SMYRNA BEACH using its own equipment and vehicle. 3. Effective Date. This Agreement shall become effective upon execution by the appropriate officials from EDGEW A TER and NEW SMYNRA BEACH along with the filing of this Agreement with the Clerk of the Circuit Court of Vol usia County, Florida. INTERLOCAL AGREEMENT BETWEEN THE CITY OF EDGEW A TER AND THE CITY OF NEW SMYRNA BEACH FOR THE ACCEPTANCE OF SOLID WASTE PAGE20F8 .' 4. Duration. This Agreement shall remain in effect for a period of three (3) years from the effective date, unless terminated by one of the parties. The parties may, by mutual agreement, renew this Agreement upon the same or modified terms prior to the termination date 5. Termination. This Agreement may be terminated by either party upon giving 30 days prior written notice to the other party. Such notice shall be delivered by certified mail, return receipt requested, and the date of the notice shall be the date the receipt therefore is signed by an employee, official, or representative of the recipient. 6. Sovereign Immunity. Except to the extent specifically and expressly provided herein, the parties agree this Agreement shall not waive the sovereign immunity they presently enjoy under the Constitution and statutes of the State of Florida, particularly with respect to Chapter 768, Florida Statutes. P ART II. SPECIFIC SERVICES. 1. NEW SMYRNA BEACH shall have the right to dispose of municipal/residential, Class I, solid waste generated within NEW SMYRNA BEACH parks at the EDGEW A TER transfer station, subject to all state and federal regulations related to solid waste. The solid waste will be collected and transported to the EDGEW A TER transfer station located at 409 Mango Tree Drive by NEW SMYRNA BEACH using its own equipment and vehicle during regular operating hours as set by EDGEW A TER. 2. At no time shall NEW SMYRNA BEACH deliver any solid waste to the EDGEW A TER transfer station that is prohibited by any applicable law. EDGEW A TER reserves INTERLOCAL AGREEMENT BETWEEN THE CITY OF EDGEW A TER AND THE CITY OF NEW SMYRNA BEACH FOR THE ACCEPTANCE OF SOLID WASTE PAGE 3 OF 8 the right to reject the delivery and unloading of any solid waste it determines to be unacceptable. Unacceptable solid waste shall be defined as any waste falling outside of Class I solid waste, as determined by Florida law, or otherwise failing to meet any state or federal law or regulation. EDGEW A TER's failure to exercise its right to reject an unacceptable delivery shall not constitute, and shall not be construed as, an acceptance of such material or any liability associated with it. NEW SMYRNA BEACH shall retain all responsibility and liability for any unacceptable solid waste delivered to EDGEW A TER's transfer station. 3. NEW SMYNRA BEACH shall pay EDGEWATER $180.00 per month for up to ninety (90) cubic yards of solid waste. For any solid waste beyond the base amount of ninety (90) cubic yards per month, NEW SMYRNA BEACH shall pay an additional $2.00 per cubic yard. EDGEW A TER reserves the right to increase the charges based on the tipping fees and/or fuel costs it incurs in disposing of NEW SMYRNA BEACH's waste left at the transfer station. 4. Except as otherwise provided herein, each party shall be liable for its own actions and negligence. To the extent permitted by law, NEW SMYRNA BEACH shall indemnify, defend, and hold harmless EDGEW A TER against any actions, claims, or damages arising out of NEW SMYRNA BEACH's negligence in connection with this Agreement, and EDGEWATER shall indemnify, defend, and hold harmless NEW SMYRNA BEACH against any actions, claims, or damages arising out of EDGEWATER's negligence in connection with this Agreement. The foregoing indemnification shall not constitute a waiver of sovereign immunity beyond the limits set forth in S 768.28, Fla. Stat. (2007), nor shall it be construed to constitute an agreement by either party to indemnify the other party for such other party's negligent, willful, or intentional acts or omissions, except as provided herein. INTERLOCAL AGREEMENT BETWEEN THE CITY OF EDGEW A TER AND THE CITY OF NEW SMYRNA BEACH FOR THE ACCEPTANCE OF SOLID WASTE PAGE40F8 " 5. EDGEW A TER shall not be liable to NEW SMYRNA BEACH and shall otherwise be excused from performance under this Agreement in the event its transfer station is rendered inoperable for any of the following reasons: a. An act of God, including hurricanes, tornadoes, landslides, lightning, earthquakes, fires, floods, and explosions; b. An act of a public enemy, war, terrorism, blockade or insurrection, riot, or civil disturbance; c. An order or judgment of any federal, state, or local court, administrative agency or governmental body; d. A change in law; e. Any unforeseen condition (including the presence of hazardous waste) which shall prevent the operation of the transfer station; f. The condemnation, taking, seizure, involuntary conversion, or requisition of title to or use of the transfer station, or any material portion or part thereof, by the action of any federal, state, or local governmental agency or authorities, other than EDGEW A TER; or INTERLOCAL AGREEMENT BETWEEN THE CITY OF EDGEW A TER AND THE CITY OF NEW SMYRNA BEACH FOR THE ACCEPTANCE OF SOLID WASTE PAGE 5 OF 8 .' g. Any act, event, or condition which is determined by mutual agreement of the EDGEW A TER and NEW SMYRNA BEACH to be of the same general type, and subject to the same conditions, as those set forth in subparagraphs (a) through (f) above. In the event EDGEW A TER is unable to accept the solid waste of NEW SMYRNA BEACH as set forth above, a credit for the monthly payment will be calculated based on the amount of solid waste actually delivered. PART III. MISCELLANEOUS. 1. Third Parties. In no event shall any of the terms of this Agreement confer upon any third person, corporation or entity other than the parties hereto any right or cause of action for damages claimed against any of the parties to this Agreement arising from the performance of the obligations and responsibilities of the parties herein or for any other reason. 2. Assignment. EDGEW A TER shall not assign the performance of this Agreement to any other governmental or private entity or in any manner contract with a third party without the express written consent of NEW SMYNRA BEACH. 3. Severability. If any provision of this Agreement is found to be unconstitutional, illegal or otherwise unenforceable by a judgment of a court of competent jurisdiction, such judgment shall not invalidate the remainder of this Agreement unless such judgment renders the purpose or performance of the Agreement no longer practical for either party. INTERLOCAL AGREEMENT BETWEEN THE CITY OF EDGEW A TER AND THE CITY OF NEW SMYRNA BEACH FOR THE ACCEPTANCE OF SOLID WASTE PAGE 6 OF 8 4. Notice. Any notice required to be provided herein shall be directed to the parties' Chief Executive Officers at the following addresses: City of Edgewater Office of the City Manager 104 Riverside Drive Edgewater, FL 32132 City of New Smyrna Beach Office of the City Manager 210 Sams Avenue, New Smyrna Beach, FL 32168 5. Entire Agreement. This Agreement reflects the full and complete understanding of the parties and may be modified only by written document, executed by the parties with the same formalities as this Agreement. IN WITNESS WHEREOF, the parties hereto have executed this Agreement by and through their duly authorized representatives on the respective dates set forth below. YRNA BEACH CITY OF EDGEW A TER By: Date: Date: ATTEST: INTERLOCAL AGREEMENT BETWEEN THE CITY OF EDGEW A TER AND THE CITY OF NEW SMYRNA BEACH FOR THE ACCEPTANCE OF SOLID WASTE PAGE70F8 I . " .- . . . . APPROVED AS TO FORM AND CORRECTNESS APPROVED AS TO FORM AND CORRECTNESS BY Carolyn S. Ansay, City Attorney / L// INTERLOCAL AGREEMENT BETWEEN THE CITY OF EDGEW A TER AND THE CITY OF NEW SMYRNA BEACH FOR THE ACCEPTANCE OF SOLID WASTE PAGE80F8 TENTATIVE AGENDA ITEMS APR 6 (items due Thurs 3/26) 1. Friendship Baptist Church - Special Activity Permit 2. General Employee Pension Board appointment 3. General Employee Pension Board appointment APR 20 (items due Thurs 4/9) MAY 4 (items due Thurs 4/23) MAY 18 (items due Thurs 517) JUNE 1 (items due Thurs 5/21) JUNE 15 (items due Thurs 6/4) JULY 6 (items due Thurs 6/25) JULY 20 (items due Thurs 7/9) AUGUST 3 (items due Thurs 7/23) AUGUST 17 (items due Thurs 8/6) UNSCHEDULED UPCOMING HEARINGS - PLANNING DEPART APPS RECEIVED 1) SeaGate - Edgewater Lakes Phase II PUD Agreement 2) Coastal Oaks - Haynes sm scale comp plan amend 3) Hickey Residential (RZ-0505) 4) 1st It. Ord. #2007-0-, 442 rezonings 5) Washington Park preliminary plat approval 6) 2nd Reading - 2008-0-05; JC Carder Comprehensive Plan Future Land Use Map amendment for property located north of Godfrey Road and east of US Highway 1 as Commercial wi Conservation Overlay and Low Density Residential with Conservation Overlay 7) 2nd Reading - 2008-0-09; JC Carder rezoning request for property located north of Godfrey Road and east of US Highway 1 as B-3 and R-l. DEVELOPMENTSERVICES~LANNING)DEPARTMENTPROJECTS 1) Subdivision Architectural Design Standards 2) US # 1 Corridor Guidelines 3) Capital Improvement Element 4) Recreation/Open Space Element 5) Capital Improvement Plan F:\Council Agenda's\Tentative Agenda Ljst\2009\~.doc Rev. 11/19/08