Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
2-12-24 Draft Agenda
City of Atlantic Beach Draft Agenda Regular City Commission Meeting Monday, February 12, 2024 - 6:30 p.m. Commission Chamber, City Hall 800 Seminole Road, Atlantic Beach, FL 32233 INVOCATION AND PLEDGE TO THE FLAG CALL TO ORDER Page(s) 1. APPROVAL OF MINUTES 2. COURTESY OF FLOOR TO VISITORS PUBLIC COMMENT 3. CITY MANAGER REPORTS 3.A. Accept the 90 -Day Calendar (Feb. - Apr. 2024) 5 - 8 90 -Day Calendar (Feb. - Apr. 2024) 3.B. • Dora Street Update • 100 1st West Update • 0 Mayport Road Update • CIP Update 4. REPORTS AND/OR REQUESTS FROM CITY COMMISSIONERS 5. UNFINISHED BUSINESS FROM PREVIOUS MEETINGS 6. CONSENT AGENDA 7. COMMITTEE REPORTS 8. ACTION ON RESOLUTIONS 8.A. RESOLUTION NO. 24-05 A RESOLUTION OF THE CITY OF ATLANTIC BEACH, FLORIDA, AUTHORIZING THE PUBLIC WORK DEPARTMENT TO PURCHASE TWO NEW TRUCKS; AUTHORIZING THE CITY MANAGER TO EXECUTE CONTRACTS AND PURCHASE ORDERS IN ACCORDANCE WITH AND AS NECESSARY TO EFFECTUATE THE PROVISIONS OF THIS RESOLUTION; AND PROVIDING AN EFFECTIVE DATE. Resolution No. 24-05 9-23 8.B. RESOLUTION NO. 24-06 25 - 35 A RESOLUTION OF THE CITY OF ATLANTIC BEACH, FLORIDA, AUTHORIZING THE Page 1 of 67 Regular City Commission - 12 Feb 2024 PURCHASE AND INSTALLATION OF THREE (3) HIGH MAST LIGHT POLES AT THE WASTEWATER TREATMENT PLANT; AUTHORIZING THE CITY MANAGER TO EXECUTE CONTRACTS AND PURCHASE ORDERS IN ACCORDANCE WITH AND AS NECESSARY TO EFFECTUATE THE PROVISIONS OF THIS RESOLUTION; AND PROVIDING AN EFFECTIVE DATE. Resolution No. 24-06 8.C. RESOLUTION NO. 24-07 A RESOLUTION OF THE CITY OF ATLANTIC BEACH, FLORIDA, AWARDING BID NO. 2324-02 FOR BUCCANEER LIFT STATION FLOOD PROOFING; AUTHORIZING THE CITY MANAGER TO EXECUTE CONTRACTS AND PURCHASE ORDERS IN ACCORDANCE WITH AND AS NECESSARY TO EFFECTUATE THE PROVISIONS OF THIS RESOLUTION; AND PROVIDING AN EFFECTIVE DATE. Resolution No. 24-07 8.D. RESOLUTION NO. 24-08 A RESOLUTION OF THE CITY OF ATLANTIC BEACH AUTHORIZING THE MAYOR TO EXECUTE FEDERALLY -FUNDED SUBAWARD AND GRANT AGREEMENT NUMBER Z4086 AND ANY AMENDMENTS THERETO; AND PROVIDING AN EFFECTIVE DATE. Resolution No. 24-08 8.E. RESOLUTION NO. 24-09 A RESOLUTION OF THE CITY OF ATLANTIC BEACH, FLORIDA, AUTHORIZING CHANGE ORDERS FOR THE PUBLIC WORKS BUILDING RENOVATIONS PROJECT; AUTHORIZING THE CITY MANAGER TO EXECUTE THE CONTRACTS AND PURCHASE ORDERS IN ACCORDANCE WITH AND AS NECESSARY TO EFFECTUATE THE PROVISIONS OF THIS RESOLUTION; AND PROVIDING AN EFFECTIVE DATE. Resolution No. 24-09 37 - 46 47-60 61-64 9. ACTION ON ORDINANCES 9.A. ORDINANCE NO. 20-24-171 AN ORDINANCE AMENDING THE OPERATING BUDGET FOR THE CITY OF ATLANTIC BEACH, FLORIDA FOR THE FISCAL YEAR BEGINNING OCTOBER 1, 2023 AND ENDING SEPTEMBER 30, 2024, AND PROVIDING AN EFFECTIVE DATE. Ordinance No. 20-24-171 65-67 10. MISCELLANEOUS BUSINESS 11. CITY ATTORNEY/CITY CLERK REPORTS AND/OR REQUESTS 12. CLOSING COMMENTS BY CITY COMMISSIONERS AND CITY MANAGER 13. ADJOURNMENT This meeting will be live -streamed and videotaped. The video recording will be posted within Page 2 of 67 Regular City Commission - 12 Feb 2024 four business days on the City's website. To access live or recorded videos, visit www.coab.us/live. If any person decides to appeal any decision made by the City Commission with respect to any matter considered at any meeting, such person may need a record of the proceedings, and, for such purpose, may need to ensure that a verbatim record of the proceedings is made, which record shall include the testimony and evidence upon which the appeal is to be based. Any person wishing to speak to the City Commission on any matter at this meeting should submit a request to the City Clerk prior to the meeting. For your convenience, forms for this purpose are available at the entrance to the Commission Chamber. Every effort is made to indicate what action the City Commission is expected to take on each agenda item. However, the City Commission may act upon any agenda subject, regardless of how the matter is stated on the agenda. In accordance with the Americans with Disabilities Act and Section 286.26, Florida Statutes, persons with disabilities needing special accommodation to participate in this meeting should contact the City Clerk's Office at (904) 247-5821 or at City Hall, 800 Seminole Road, Atlantic Beach, FL 32233, no later than 5:00 PM on the Thursday prior to the meeting. Page 3 of 67 Page 4 of 67 Agenda Item #3.A. 12 Feb 2024 CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM: 90 -Day Calendar for the Mayor and Commission SUBMITTED BY: Yvonne Calverley, Executive Assistant to the City Manager/v TODAY'S DATE: January 24, 2024 MEETING DATE: February 12, 2024 BACKGROUND: The 90 -day calendar is included on the agenda for the purpose of setting meeting dates and determining the location, time and whether to videotape special meetings and workshops. The rolling 90 -day calendar will be revised after receiving input from City staff and the Commission, and will be included in each agenda for consideration. NOTES: N/A BUDGET: None RECOMMENDATION: Approve the 90 -Day Calendar for February — April 2024 ATTACHMENT: 1) Mayor and Commission 90 -Day Calendar (February— April 2024) REVIEWED BY CITY MANAGER: Page 5 of 67 MAYOR AND COMMISSION February 2024 SUNK. -\Y MIOND:1Y TUESDAY WEDNESDAY THURSDAY FRIDAY SATURDAY 4 Farmers Market loam— 2pm (Russell Park) Songwriters Concert 6 pm (Bull Park) 11 Fanners Market 10 am — 2 pm (Russell Park) 18 Farmers Market 10 am-2pm (Russell Park) 25 Fanners Market 10 am —2 pin (Russell Park) Priority Setting Meeting 5:30 pm 12 Commission Mtg 6:30 pm (Invoc-Waters) 19 President's Day City Offices Closed 26 Commission Mtg 6:30 pm (Invoc-Kelly) 6 13 ARCC Meeting bpm 20 Community Development Board Mtg 6 pin 27 ARCC Workshop 1:00 pm 7 Atlantic Beach Teen Council 5 pm 14 ESC Tree Subcommittee 5:15 pm ESC Meeting 6 pm 21 ESC Outreach Subcommittee 4:45 pm 28 Charter Review Committee 6 pm 8 Pension Board Meetings 6:30 pm 15 STOP Committee Meeting 6 pm 22 Sustainability and Resiliency Subcommittee 9 am 29 2 9 16 23 10 17 Black History Month Music & Trivia 3-5 pm (Veterans Park) 24 Black History Month Movie in the Park 6:30 pm (Jordan Park) MAYOR AND COMMISSION March 2024— SUNDAY MONDAY TUESDAY WEDNESDAY '1'1-IURSDAY FRIDAY SATURDAY 3 Farmers Market 10 am — 2 p (Russell Park) Songwriters Concert 6 pm Bull Park 10 Farmers Market 10 am-2pm (Russell Park) 4 11 Commission Meeting 6:30 pm (Invoc-Ring) 17 18 Farmers Market 10 am-2pm (Russell Park) 24 Farmers Market 10 am — 2 pm (Russell Park) Acoustic Night Bull Park 6-8 pm 31 Fanners Market 10 am — 2 pm (Russell Park) 25 Commission Meeting 6:30 pm (Invoc-Ford) 5 ARCC Workshop 1 pm 12 ARCC Meeting 6 pm 19 26 6 Atlantic Beach Teen Council 5 pm 13 Tree Subcommittee Mtg 5:15 pm Environmental Committee 6 pm 20 CI)B Meeting 6pm 27 Charter Review Committee 6 pm 7 8 Code Enforcement Special Magistrate Hearing 2 pm 14 15 21 STOP Committee 6 p 28 Sustainability and Resiliency Subcommittee 9am 22 29 2 9 Tour de Parks 9am — 11 am (Russell Park) Wild Wonders 1-2 pm (Dutton Island) 16 Wild Wonders 1-2 pm (Dutton Island) 23 Paws in the Park loam -1 pm Jordan Park 30 Egg Hunt 10 am — 1 pm Jordan Park MAYOR AND COMMISSION April 2024 SUNDAY MONDAY TUESDAY WEDNESDAY THURSDAY FRIDAY SATURDAY 7 Farmers Market 10 am — 2 pin (Russell Park) Songwriters Concert 6 pm 14 Farmers Market 10 am-2pm (Russell Park) 21 Farmers Market 10 am — 2 pm (Russell Park) ' 28 Farmers Market 10 am— 2pm (Russell Park) Opening of the Beaches Parade (Jax Beach) aJ CD 00 0 rn 1 8 Commission Meeting 6:30 pm (Invoc-Bole) 15 22 Commission Meeting 6:30 pm (Invoc-Waters) 29 2 9 ARCC Meeting 6 pm 16 CDBG Meeting 6 pm 23 30 3 Atlantic Beach Teen Council 5 pm 10 Tree Subcommittee Mtg 5:15 pm Environmental Committee 6 pm 17 Environmental Outreach Mtg 4:45 pm 24 Charter Review Committee 6 pm 4 11 18 STOP Committee 6 p 25 Sustainability and Resiliency Subcommittee 9am 5 12 19 26 13 Town Hall Meeting 10 am (Baker Center) 20 Arts in the Park 10 am —4 pm Johansen Park 27 Agenda Item #8.A. 12 Feb 2024 CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM: Resolution No. 24-05 authorizing the purchase of two new 2024 GMC Sierra 1500 Crew Cab work trucks for the Public Works Department SUBMITTED BY: Scott Williams, Public Works Director TODAY'S DATE: January 11, 2024 MEETING DATE: February 12, 2024 BACKGROUND: The FY23-24 budget for Public Works contains funding for two new trucks for the Parks Division and the Building Maintenance Division. Staff has received a quote from Alan Jay Fleet Sales, and intends to purchase the following per Quote 50759-1: two (2) 2024 GMC Sierra 1500 Crew Cab work trucks through Sourcewell's (formerly NJPA) Contract # 2024 091521 -NAF & 060920 -NAF in the amount of $46,979.00 per truck. The City received $8,000.00 as trade-in credits for two older vehicles no longer in service, for a total amount of $85,958.00 for both new vehicles. BUDGET: The Parks & Recreation account 001-6020-572-6401 (Motor Vehicles) has $42,979.00, and the Building Maintenance account 001-1012-519-6401 (Motor Vehicles) has $42,979.00. RECOMMENDATION: Authorize the City Manager to approve a purchase order in the amount of $85,958.00 to Alan Jay Fleet Sales for the above referenced vehicles. ATTACHMENT(S): Resolution No. 24-05 Quote 50759-1 from Alan Jay Fleet Sales dated 12/09/2023 REVIEWED BY CITY MANAGER: k-),\• Page 9 of 67 Agenda Item #8.A. 12 Feb 2024 RESOLUTION NO. 24-05 A RESOLUTION OF THE CITY OF ATLANTIC BEACH, FLORIDA, AUTHORIZING THE PUBLIC WORK DEPARTMENT TO PURCHASE TWO NEW TRUCKS; AUTHORIZING THE CITY MANAGER TO EXECUTE CONTRACTS AND PURCHASE ORDERS IN ACCORDANCE WITH AND AS NECESSARY TO EFFECTUATE THE PROVISIONS OF THIS RESOLUTION; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the FY23-24 budget for Public Works contains funding for one new truck for the Parks Division and one for the Building Maintenance Division; and WHEREAS, the price quoted from Alan Jay Fleet Sales through Sourcewell's (formerly NJPA) Contract #2024 091521 -NAF & 060920 -NAF for two new 2024 Sierra 1500 Crew Cab work trucks is $46,979.00 per truck, and WHEREAS, Alan Jay Fleet Sales has given the City of Atlantic Beach a trade-in credit of $8,000.00 for two vehicles no longer in service; and WHEREAS, the total cost of the two new vehicles will be $85,958.00; and WHEREAS, there is $42,979.00 funded for each truck in each of the Motor Vehicle accounts for the Parks Division and Building Maintenance Division. NOW THEREFORE, be it resolved by the City Commission of the City of Atlantic Beach as follows: SECTION 1. The City Commission hereby authorizes Public Works to enter a requisition for two new 2024 GMC Sierra 1500 Crew Cab work trucks as quoted by Alan Jay Fleet Sales; and SECTION 2. The City Commission hereby authorizes the City Manager to approve a purchase order to Alan Jay Fleet Sales in the amount of $85,958.00 for the two trucks. PASSED AND ADOPTED by the City of Atlantic Beach, this 12th day of February, 2024. Curtis Ford, Mayor Attest: Donna L. Bartle, City Clerk Approved as to form and correctness: Jason Gabriel, City Attorney Page 10 of 67 Agenda Item #8.A. 12 Feb 2024 Sourcewell ra,mariyn,v., Call Us first, for all of your Fleet Automotive, & Light Truck needs. Quote PHONE (800) ALANJAY(252-6529) DIRECT 863-385-9610 WWW.ALANJAY.COM 50759-1 1 Corporate 2003 U.S. 27 South MOBILE 904-838-4999 Mailing P.O. BOX 9200 Office I Sebring, FL 33870 FAX 863-402-4221 Address Sebring, FL 33871-9200 ORIGINAL QUOTE DATE 1216/2023 QUICK QUOTE SHEET REQUESTING AGENCY ATLANTIC BEACH, CITY OF REVISED QUOTE DATE 1219/2023 CONTACT PERSON MATT KRUG EMAIL MKRUGt8ICOAB.US PHONE 904-463-5792 MOBILE FAX SOURCEWELL (FORMERLY NJPA) CONTRACT # 2024 091521 -NAF & 06 MODEL TC10543 ISA 2024 GMC SIERRA 1500 CREW CAB 2WD 5.5' BED WORK TRUCK 147" WB www.NationalAutoFleetGroup.com MSRP $43,400.00 CUSTOMER ID NJPA PRICE $42,109.00 itE 5.5' BED ** All vehicles will be ordered white w/ darkest interior unless clearly stated otherwise on purchase order. FACTORY OPTIONS DESCRIPTION GAZ Summit White $0.00 H2G Jet Black, Vinyl seat trim $0.00 L84 Engine, 5.3L EcoTec3 V8 51,595.00 MHT 1SA Transmission, 10 -speed automatic, (Column shifter) electronically controlled $0.00 OPTIONS Pro Preferred Equipment Group $0.00 51-11 Key equipment, two additional key fobs 545.00 AKO Glass, deep -tinted $0.00 AZ3 Seats, front 40/20/40 split -bench $0.00 C49 Defogger, rear -window electric $0.00 C5H GVWR, 6900 Ibs. (3130 kg) $0.00 CTT Hitch Guidance $0.00 DLF Mirrors, outside heated power -adjustable 50.00 FE9 Emissions, Federal requirements $0.00 G80 Auto -locking rear differential GU5 5395.00 Rear axle, 3.23 ratio $0.00 IOR Audio system, GMC Infotainment System with 7" diagonal color touch -screen, AM/FM stereo 1L1 Trailer brake controller, integrated K34 Cruise control, steering wheel -mounted KC4 $0.00 5275.00 $0.00 Cooling, external engine oil cooler $0.00 KNP Cooling, auxiliary external transmission oil cooler $0.00 KW7 Alternator, 170 amps $0.00 PCI QBN QBR Convenience Package $1,070.00 Tires, 255/70R17 all -season, blackwall 50.00 Tire, spare 255/70R17 all -season, blackwall $0.00 QT5 Tailgate, gate function manual with EZ Lift $0.00 RD6 Wheels, 17" x 8" (43.2 cm x 20.3 cm) painted steel, Silver $0.00 RVQ LPO, Black tubular assist steps, 6" rectangular $850.00 UF2 LED Cargo Area Lighting $0.00 VK3 License plate kit, front $0.00 Z82 Trailering Package $395.00 CONTRACT OPTIONS DESCRIPTION NEW -TAG -CITY New CITY tag Includes temp tag & two way overnight shipping for signature. FACTORY OPTIONS $4,625.00 CONTRACT OPTIONS 5245.00 NJPA_ATLANTIC BEACH, CITY OF_50759_Quote_1.PDF Page 1 of 3 $245.00 Page 11 of 67 .07d - - --FLAEAW'2P— .giE7LLL . SOURCEWELL (FORMERLY NJPA) CONTRACT # 2024 091521 -NAF & 06 TRADE IN 2003 FORD F450 WIf[T-'.1$55 Miles VIN: NU FORD TRANSIT Agenda Item #8.A. 12 Feb 2024 Sourcewefl «,.:mcrly:11PA www.NationalAutoFleetGroup.com TOTAL COST 546,979.00 ($3,000.00) ($5,000.00) TOTAL COST LESS TRADE IN(S) QTY 2 $85,958.00 Estimated Annual payments for 60 months paid in advance: $8,729.69 Extended: $17,459.39 Municipal finance for s essential use vehicle, requires lender approval, WAC. Comments ORDERED UNIT VIN: [VIN NA], [VIN NA] VEHICLE QUOTED BY CHRISTY SELF GOVERNMENT ACCOUNT MANAGER christv.selfealaniay.com "l Want to be Your Fleet Provider" i appreciate the opportunity to submit this quotation. Please review it carefully. If there are any errors or changes, please feel free to contact me at any time. I am always happy to be of assistance. NJPA_ATLANTIC BEACH, CITY OF_50759_Quote_1.PDF Page 3 of 3 Page 12 of 67 GSI Alan Jay Fleet Ashlee Wilson 1 863-402-4234 1 ashlee.wilson@alanjay.com Vehicle: [Fleet] 2024 GMC Sierra 1500 (TC10543) 2WD Crew Cab 147" Pro ( Complete ) Note:Photo may not represent exact vehicle or selected equipment. Window Sticker SUMMARY [Fleet] 2024 GMC Sierra 1500 (TC10543) 2WD Crew Cab 147" Pro Interior:Jet Black, Vinyl seat trim Exterior 1:Summit White Exterior 2:No color has been selected. Engine, 5.3L EcoTec3 V8 Transmission, 10 -speed automatic, (Column shifter) electronically controlled OPTIONS CODE MODEL TC10543 [Fleet] 2024 GMC Sierra 1500 (TC10543) 2WD Crew Cab 147" Pro OPTIONS ISA Pro Preferred Equipment Group 5H1 Key equipment, two additional key fobs AKO Glass, deep -tinted AZ3 Seats, front 40/20/40 split -bench C49 Defogger, rear -window electric C51 -I GVWR, 6900 lbs. (3130 kg) Inc. Inc. Agenda Item #8.A. 12 Feb 2024 MSRP:$43,400.00 MSRP $43,400.00 $0.00 $45.00 $0.00 $0.00 This document contains information considered Confidential between GM and its Clients uniquely. The information provided is not intended for public disclosure. Prices, specifications, and availability are subject to change without notice, and do not include certain fees, taxes and charges that may be required by law or vary by manufacturer or region. Performance figures are guidelines only, and actual performance may vary. Photos may not represent actual vehicles or exact configurations. Content based on report preparer's input is subject to the accuracy of the input provided. Data Version: 20320. Data Updated: Aug 29, 2023 6:52:00 PM PDT. Aug 30, 2023 Page 2 Page 13 of 67 Agenda Item #8.A. 12 Feb 2024 GM Itr� Alan Jay Fleet Ashlee Wilson 1 863-402-4234 1 ashlee.wilson@alanjay.com Vehicle: [Fleet] 2024 GMC Sierra 1500 (TC10543) 2WD Crew Cab 147" Pro ( Complete ) CTT Hitch Guidance Inc. DLF Mirrors, outside heated power -adjustable Inc. FE9 Emissions, Federal requirements $0.00 G80 Auto -locking rear differential $395.00 GAZ Summit White $0.00 GU5 Rear axle, 3.23 ratio Inc. H2G Jet Black, Vinyl seat trim $0.00 IOR Audio system, GMC Infotainment System with r diagonal color $0.00 touch -screen, AM/FM stereo JL1 Trailer brake controller, integrated $275.00 K34 Cruise control, steering wheel -mounted Inc. KC4 Cooling, external engine oil cooler Inc. KNP Cooling, auxiliary external transmission oil cooler Inc. KW7 Alternator, 170 amps Inc. L84 Engine, 5.3L EcoTec3 V8 $1,595.00 MHT Transmission, 10 -speed automatic, (Column shifter) electronically Inc. controlled PCI Convenience Package $1,070.00 QBN Tires, 255/70R17 all -season, blackwall $0.00 QBR Tire, spare 255/70R17 all -season, blackwall $0.00 QT5 Tailgate, gate function manual with EZ Lift Inc. RD6 Wheels, 17" x 8" (43.2 cm x 20.3 cm) painted steel, Silver $0.00 RVQ LPO, Black tubular assist steps, 6" rectangular $850.00 UF2 LED Cargo Area Lighting Inc. VK3 License plate kit, front $0.00 Z82 Trailering Package $395.00 SUBTOTAL $48,025.00 Adjustments Total $0.00 Destination Charge $1,995.00 TOTAL PRICE $50,020.00 FUEL ECONOMY Est City:16 MPG This document contains information considered Confidential between GM and its Clients uniquely. The information provided is not intended for public disclosure. Prices, specifications, and availability are subject to change without notice, and do not include certain fees, taxes and charges that may be required by law or vary by manufacturer or region. Performance figures are guidelines only, and actual performance may vary. Photos may not represent actual vehicles or exact configurations. Content based on report preparers input is subject to the accuracy of the input provided. Data Version: 20320. Data Updated: Aug 29, 2023 6:52:00 PM PDT Aug 30, 2023 Page 3 Page 14 of 67 Agenda Item #8.A. 12 Feb 2024 Alan Jay Fleet Ashlee Wilson 1 863-402-4234 1 ashlee.wilson@alanjay.com Vehicle: [Fleet] 2024 GMC Sierra 1500 (TC10543) 2WD Crew Cab 147" Pro ( Complete ) Est Highway:21 MPG Est Highway Cruising Range:504.00 mi This document contains information considered Confidential between GM and its Clients uniquely. The information provided is not intended for public disclosure. Prices, specifications, and availability are subject to change without notice, and do not include certain fees, taxes and charges that may be required by law or vary by manufacturer or region. Performance figures are guidelines only, and actual performance may vary. Photos may not represent actual vehicles or exact configurations. Content based on report preparers input is subject to the accuracy of the input provided. Data Version: 20320. Data Updated: Aug 29, 2023 6:52:00 PM PDT. Aug 30, 2023 Page 4 Page 15 of 67 Alan Jay Fleet Ashlee Wilson 1 863-402-4234 1 ashlee.wilson@alanjay.com Vehicle: [Fleet] 2024 GMC Sierra 1500 (TC10543) 2WD Crew Cab 147" Pro ( Complete ) Standard Equipment Package Mechanical Exterior Agenda Item #8.A. 12 Feb 2024 GMC Pro Safety includes (UEU) Forward Collision Alert, (UE4) Following Distance Indicator, (UKJ) Front Pedestrian Braking, (TQ5) IntelliBeam, (UHX) Lane Keep Assist with Lane Departure Warning, and (UHY) Automatic Emergency Braking (Includes (T8Z) Buckle to Drive.) Pickup bed (Deleted when (ZW9) pickup bed delete is ordered on Regular Cab models.) Engine, TurboMax (310 hp [231 kW] @ 5600 rpm, 430 lb -ft of torque [583 Nm] @ 3000 rpm) (Not available with (VYU) Snow Plow Prep Package, (ZW9) pickup bed delete, (KC4) external engine oil cooler or (X31) X31 Off - Road Package. Includes (KW5) 220 -amp alternator.) (STD) Transmission, 8 -speed automatic, (Column shifter) electronically controlled with overdrive and tow/haul mode. Includes Cruise Grade Braking and Powertrain Grade Braking (Standard and only available with (L3B) TurboMax engine.) (STD) Rear axle, 3.42 ratio (Included and only available with (L3B) TurboMax engine.) GVWR, 6800 lbs. (3084 kg) (Requires Crew Cab 2WD and (L3B) TurboMax engine. Requires Double Cab 2WD model with (L3B) TurboMax engine or with (L84) 5.3L EcoTec3 V8 engine. Requires Regular Cab 4WD TK10703 or 2WD TC10903 model a with (L3B) TurboMax engine or (L84) 5.3L EcoTec3 V8.) (STD) Push Button Start Automatic Stop/Start (Not available with (FI•IS) E85 FlexFuel capability.) Suspension Package, Standard Rear wheel drive Battery, heavy-duty 730 cold -cranking amps/80 Amp -hr, maintenance -free with rundown protection and retained accessory power (Included and only available with (L84) 5.3L EcoTec3 V8 engine or (L3B) TurboMax engine.) Frame, fully -boxed, hydroformed front section Cargo tie downs (12), fixed Steering, Electric Power Steering (EPS) assist, rack-and-pinion Brakes, 4 -wheel antilock, 4 -wheel disc with DURALIFE rotors Capless Fuel Fill Exhaust, single outlet Exhaust, aluminized stainless-steel muffler and tailpipe Wheels, 17" x 8" (43.2 cm x 20.3 cm) painted steel, Silver (STD) Tires, 255170R17 all -season, blackwall (STD) Tire, spare 255170R17 all -season, blackwall (Included with (QBN) 255/70R17 all -season, blackwall tires.) (STD) This document contains information considered Confidential between GM and its Clients uniquely. The information provided is not intended for public disclosure. Prices, specifications, and availability are subject to change without notice, and do not include certain fees, taxes and charges that may be required by law or vary by manufacturer or region. Performance figures are guidelines only, and actual performance may vary. Photos may not represent actual vehicles or exact configurations. Content based on report preparers input is subject to the accuracy of the input provided. Data Version: 20320. Data Updated: Aug 29, 2023 6:52:00 PM PDT. Aug 30, 2023 Page 5 Page 16 of 67 Agenda Item #8.A. 12 Feb 2024 Alan Jay Fleet Ashlee Wilson 1 863-402-4234 1 ashlee.wilson@alanjay.com Vehicle: [Fleet] 2024 GMC Sierra 1500 (TC10543) 2WD Crew Cab 147" Pro ( Complete ) Exterior Wheel, 17" x 8" (43.2 cm x 20.3 cm) full-size, steel spare Tire carrier lock keyed cylinder lock that utilizes same key as ignition and door (Deleted with (ZW9) pickup bed delete.) Bumper, front chrome lower (Requires (VJH) rear chrome bumper and (E63) pickup bed. Required with (PQA) 1SA Safety Plus Package on 1 SA unless ordered with (WBP) Graphite Edition.) Bumper, rear chrome with bumper CornerSteps (Requires (V46) front chrome bumper and (E63) pickup bed.) CornerStep, rear bumper Grille (Chrome header with flat black grille insert bars) Headlamps, LED projectors with Fade-on/Fade-off animation, LED turn signals and Daytime Running Lamps IntelliBeam, automatic high beam on/off (Included and only available with (PDI) GMC Pro Safety.) Taillamps, LED LED signature taillight and Fade-on/Fade-off animation, incandescent stop, turn and reverse light Mirrors, outside manual, Black (Not available on Regular Cab models.) Glass, solar absorbing, tinted Lamps, cargo area, cab mounted integrated with center high mount stop lamp, with switch in bank on left side of steering wheel Tailgate, standard (Deleted with (ZW9) pickup bed delete.) Tailgate, gate function manual, no lift assist (Deleted with (ZW9) pickup bed delete or (QK2) GMC MultiPro Tailgate.) Tailgate and bed rail protection caps, top Tailgate, locking utilizes same key as ignition and door (Deleted with (ZW9) pickup bed delete or (QK2) GMC MultiPro Tailgate.) Door handles, Black grained Entertainment Audio system, GMC Infotainment System with 7" diagonal color touch -screen, AM/FM stereo with seek -and - scan and digital clock, includes Bluetooth streaming audio for music and select phones; featuring wireless Android Auto and Apple CarPlay capability for compatible phones (STD) Audio system feature, 6 -speaker system (Requires Crew Cab or Double Cab model.) Bluetooth for phone connectivity to vehicle infotainment system Wireless, Apple CarPlay / Wireless Android Auto Wi-Fi Hotspot capable (Terms and limitations apply. See onstar.com or dealer for details.) Interior Seats, front 40/20/40 split -bench with covered armrest storage and under -seat storage (lockable) (STD) This document contains information considered Confidential between GM and its Clients uniquely. The information provided is not intended for public disclosure. Prices, specifications, and availability are subject to change without notice, and do not include certain fees, taxes and charges that may be required by law or vary by manufacturer or region. Performance figures are guidelines only, and actual performance may vary. Photos may not represent actual vehicles or exact configurations. Content based on report preparers input is subject to the accuracy of the input provided. Data Version: 20320. Data Updated: Aug 29, 2023 6:52:00 PM PDT. Aug 30, 2023 Page 6 Page 17 of 67 Agenda Item #8.A. 12 Feb 2024 GM Alan Jay Fleet Ashlee Wilson 1 863-402-4234 1 ashlee.wilson@alanjay.com Vehicle: [Fleet] 2024 GMC Sierra 1500 (TC10543) 2WD Crew Cab 147" Pro ( Complete ) Interior Seat trim, Vinyl Seat adjuster, driver 4 -way manual Seat adjuster, passenger 4 -way manual Seat, rear 60/40 folding bench (folds up), 3 -passenger (includes child seat top tether anchor) (Not available with Regular Cab model.) Floor covering, rubberized -vinyl (Not available with LPO floor liners.) Steering column, Tilt -Wheel, manual with wheel locking security feature Steering wheel, urethane Instrument cluster, 6 -gauge cluster featuring speedometer, fuel level, engine temperature, tachometer, voltage and oil pressure Driver Information Center, 3.5" diagonal monochromatic display Compass, located in instrument cluster Exterior Temperature Display, located in radio display Brake lining wear indicator Windows, power front, drivers express up/down Window, power front, passenger express down Windows, power rear, express down (Not available on Regular Cab models.) Door locks, power Remote Keyless Entry USB Ports, 2, Charge/Data ports located on instrument panel Power outlet, front auxiliary, 12 -volt Air conditioning, single -zone manual Air vents, rear (Not available with Regular Cab model.) Mirror, inside rearview. manual tilt Assist handles front A -pillar mounted for driver and passenger, rear B -pillar mounted GMC Connected Access capable (Subject to terms. See onstar.com or dealer for details.) Safety -Interior Automatic Emergency Braking (Included and only available with (PDI) GMC Pro Safety.) This document contains information considered Confidential between GM and its Clients uniquely. The information provided is not intended for public disclosure. Prices, specifications, and availability are subject to change without notice, and do not include certain fees, taxes and charges that may be required by law or vary by manufacturer or region. Performance figures are guidelines only, and actual performance may vary. Photos may not represent actual vehicles or exact configurations. Content based on report preparers input is subject to the accuracy of the input provided. Data Version: 20320. Data Updated: Aug 29, 2023 6:52:00 PM PDT. Aug 30, 2023 Page 7 Page 18 of 67 Agenda Item #8.A. 12 Feb 2024 GM Alan Jay Fleet Ashlee Wilson 1 863-402-4234 1 ashlee.wilson@alanjay.com Vehicle: [Fleet] 2024 GMC Sierra 1500 (TC10543) 2WD Crew Cab 147" Pro ( Complete ) Safety -Interior Airbags, Dual -stage frontal airbags for driver and front outboard passenger; Seat -mounted side -impact airbags for driver and front outboard passenger; Head -curtain airbags for front and rear outboard seating positions; Includes front outboard Passenger Sensing System for frontal outboard passenger airbag (Always use seat belts and child restraints. Children are safer when properly secured in a rear seat in the appropriate child restraint. See the Owner's Manual for more information.) OnStar and GMC Connected Services capable (Terms and limitations apply. See onstar.com or dealer for details.) HD Rear Vision Camera (Not available with (ZW9) pickup bed delete.) Following Distance Indicator (Included and only available with (PDI) GMC Pro Safety.) Forward Collision Alert (Included and only available with (PDI) GMC Pro Safety.) Lane Keep Assist with Lane Departure Warning (Included and only available with (PDI) GMC Pro Safety.) Seat Belt Adjustable Guide Loops, front row only (Included and only available with Crew Cab or Double Cab models.) Buckle to Drive (Included and only available with (PDI) GMC Pro Safety.) Tire Pressure Monitor System, auto learn includes Tire Fill Alert (does not apply to spare tire) Rear Seat Reminder (Requires Crew Cab or Double Cab model.) Rear seat belt warning (Requires Crew Cab or Double Cab model.) 3 Years of OnStar Remote Access. The OnStar Remote Access Plan gives you simplified remote control of your properly equipped vehicle and unlocks a variety of great features in your myGMC mobile app. See dealer for details. (OnStar Remote Access Plan does not include emergency or security services. Fleet customers will get Fleet Remote Access through OnStar Vehicle Insights. See onstar.com for details and limitations. Available on select Apple and Android devices. Service availability, features and functionality vary by vehicle, device, and the plan you are enrolled in. Terms apply. Device data connection required.) Safety -Mechanical Front Pedestrian Braking (Included and only available with (PDI) GMC Pro Safety.) StabiliTrak, stability control system with Proactive Roll Avoidance and traction control, includes electronic trailer sway control and hill start assist Safety -Exterior Daytime Running Lamps, LED signature lighting This document contains information considered Confidential between GM and its Clients uniquely. The information provided is not intended for public disclosure. Prices, specifications, and availability are subject to change without notice, and do not include certain fees, taxes and charges that may be required by law or vary by manufacturer or region_ Performance figures are guidelines only, and actual performance may vary. Photos may not represent actual vehicles or exact configurations. Content based on report preparer's input is subject to the accuracy of the input provided. Data Version: 20320. Data Updated: Aug 29, 2023 6:52:00 PM PDT. Aug 30, 2023 Page 8 Page 19 of 67 Agenda Item #8.A. 12 Feb 2024 GM Alan Jay Fleet Ashlee Wilson 1 863-402-4234 1 ashlee.wilson@alanjay.com Vehicle: [Fleet] 2024 GMC Sierra 1500 (TC10543) 2WD Crew Cab 147' Pro ( Complete ) WARRANTY Warranty Note: «< Preliminary 2024 Warranty »> Basic Years: 3 Basic Miles/km: 36,000 Drivetrain Years: 5 Drivetrain Miles/km: 60,000 Drivetrain Note: Sierra TurboMax: 5 Years/100,000 Miles; HD Duramax Diesel: 5 Years/100,000 Miles; Qualified Fleet Purchases: 5 Years/100,000 Miles Corrosion Years (Rust -Through): 6 Corrosion Years: 3 Corrosion Miles/km (Rust -Through): 100,000 Corrosion Miles/km: 36,000 Roadside Assistance Years: 5 Roadside Assistance Miles/km: 60,000 Roadside Assistance Note: Sierra TurboMax: 5 Years/100,000 Miles; HD Duramax Diesel: 5 Years/100,000 Miles; Qualified Fleet Purchases: 5 Years/100,000 Miles Maintenance Note: 1 Year/1 Visit This document contains information considered Confidential between GM and its Clients uniquely. The information provided is not intended for public disclosure. Prices, specifications, and availability are subject to change without notice, and do not include certain fees, taxes and charges that may be required by law or vary by manufacturer or region. Performance figures are guidelines only, and actual performance may vary. Photos may not represent actual vehicles or exact configurations. Content based on report preparer's input is subject to the accuracy of the input provided. Data Version: 20320. Data Updated: Aug 29, 2023 6:52:00 PM PDT. Aug 30, 2023 Page 9 Page 20 of 67 Agenda Item #8.A. 12 Feb 2024 7 SI Alan Jay Fleet Ashlee Wilson 1 863-402-4234 1 ashlee.wilson@alanjay.com Vehicle: [Fleet] 2024 GMC Sierra 1500 (TC10543) 2WD Crew Cab 147" Pro ( Complete ) Technical Specifications Chassis Weight Information Standard Weight - Front Base Curb Weight Gross Axle Wt Rating - Rear Curb Weight - Rear Option Weight - Rear Reserve Axle Capacity - Rear As Spec'd Payload Gross Combined Wt Rating Curb Weight Total Option Weight Payload Weight Rear Trailering Dead Weight Hitch - Max Trailer Wt. Wt Distributing Hitch - Max Trailer Wt. Fifth Wheel Hitch - Max Trailer Wt. Maximum Trailering Capacity Frame Frame Type Frame RBM Frame Thickness Suspension Suspension Type - Front Spring Capacity - Front Axle Type - Front Axle Capacity - Front Axle Ratio (:1) - Front 0.00 lbs N/A 3800 lbs 1894 lbs 0.00 lbs 1906.00 lbs 2286.00 lbs 15000 lbs 4614.00 lbs 0.00 lbs 0 lbs 5000 lbs 9400 lbs 8100 lbs 9700 lbs Hydroformed N/A N/A Independent 3700 lbs N/A 3700 lbs N/A Standard Weight - Rear Gross Axle Wt Rating - Front Curb Weight - Front Option Weight - Front Reserve Axle Capacity - Front As Spec'd Curb Weight Maximum Payload Capacity Gross Axle Weight Rating Reserve Axle Capacity Payload Weight Front Gross Vehicle Weight Rating Dead Weight Hitch - Max Tongue Wt. Wt Distributing Hitch - Max Tongue Wt. Fifth Wheel Hitch - Max Tongue Wt. Sect Modulus Rails Only Frame Strength Suspension Type - Rear Spring Capacity - Rear Axle Type - Rear Axle Capacity - Rear Axle Ratio (:1) - Rear 0.00 lbs 3700 lbs 2720 lbs 0.00 lbs 980.00 lbs 4614.00 lbs 2286.00 lbs 7500.00 lbs 2886.00 lbs 0 lbs 6900.00 lbs 500 lbs 940 lbs 2025 lbs N/A N/A Solid Axle 3850 lbs N/A 3800 lbs 3.23 This document contains information considered Confidential between GM and its Clients uniquely. The information provided is not intended for public disclosure. Prices, specifications, and availability are subject to change without notice, and do not include certain fees, taxes and charges that may be required by law or vary by manufacturer or region. Performance figures are guidelines only, and actual performance may vary. Photos may not represent actual vehicles or exact configurations. Content based on report preparers input is subject to the accuracy of the input provided. Data Version: 20320. Data Updated: Aug 29, 2023 6:52:00 PM PDT. Aug 30, 2023 Page 10 Page 21 of 67 Agenda Item #8.A. 12 Feb 2024 111 Alan Jay Fleet Ashlee Wilson 1 863-402-4234 1 ashlee.wilson@alanjay.com Vehicle: [Fleet] 2024 GMC Sierra 1500 (TC10543) 2WD Crew Cab 147" Pro ( Complete ) Chassis Suspension Shock Absorber Diameter - Front N/A Shock Absorber Diameter - Rear N/A Stabilizer Bar Diameter - Front 1.30 in Stabilizer Bar Diameter - Rear N/A Tires Front Tire Order Code QBN Rear Tire Order Code QBN Spare Tire Order Code QBR Front Tire Size 255/70R17 Rear Tire Size 255/70R17 Spare Tire Size 255/70R17 Front Tire Capacity 3700 lbs Rear Tire Capacity 3800 lbs Spare Tire Capacity N/A Revolutions/Mile @ 45 mph - Front N/A Revolutions/Mile @ 45 mph - Rear N/A Revolutions/Mile @ 45 mph - Spare N/A Wheels Front Wheel Size 17 x 8 in Rear Wheel Size 17 x 8 in Spare Wheel Size 17 x 8 in Front Wheel Material Steel Rear Wheel Material Steel Spare Wheel Material Steel Steering Steering Type Electric Rack & Steering Ratio (:1), Overall N/A Pinion Steering Ratio (:1), On Center N/A Steering Ratio (:1), At Lock N/A Turning Diameter - Curb to Curb 46.3 ft Turning Diameter - Wall to Wall N/A Brakes Brake Type Pwr Brake ABS System 4 -Wheel Brake ABS System (Second Line) N/A Disc - Front (Yes or ) Yes Disc - Rear (Yes or ) Yes Front Brake Rotor Diam x Thickness 13.5 x 1.18 in Rear Brake Rotor Diam x Thickness 13.6 x 0.79 in Drum - Rear (Yes or ) N/A Rear Drum Diam x Width N/A Fuel Tank Fuel Tank Capacity, Approx 24 gal Aux Fuel Tank Capacity, Approx N/A This document contains information considered Confidential between GM and its Clients uniquely. The Information provided is not intended for public disclosure. Prices, specifications, and availability are subject to change without notice, and do not include certain fees, taxes and charges that may be required by law or vary by manufacturer or region. Performance figures are guidelines only, and actual performance may vary. Photos may not represent actual vehicles or exact configurations. Content based on report preparers input is subject to the accuracy of the input provided. Data Version: 20320. Data Updated: Aug 29, 2023 6:52:00 PM PDT. Aug 30, 2023 Page 11 Page 22 of 67 Agenda Item #8.A. 12 Feb 2024 Alan Jay Fleet Ashlee Wilson 1 863-402-4234 1 ashlee.wilson@alanjay.com Vehicle: [Fleet] 2024 GMC Sierra 1500 (TC10543) 2WD Crew Cab 147" Pro ( Complete ) Chassis Fuel Tank Fuel Tank Location N/A Aux Fuel Tank Location N/A Dimensions Interior Dimensions Passenger Capacity Front Leg Room Front Hip Room Second Leg Room Second Hip Room Exterior Dimensions Wheelbase Length, Overall w/rear bumper Width, Max w/o mirrors Overhang, Front Front Bumper to Back of Cab Cab to End of Frame Ground to Top of Frame Ground Clearance, Front Body Length Cargo Area Dimensions Cargo Box Length © Floor Cargo Box Width © Floor Cargo Box (Area) Height Cargo Volume 6 44.53 in 61.18 in 43.4 in 60.24 in 147.43 in N/A 81.24 in N/A N/A N/A N/A 7.89 in 0.00 ft 69.92 in 71.4 in 22.4 in 62.9 ft3 Front Head Room Front Shoulder Room Second Head Room Second Shoulder Room Length, Overall w/o rear bumper Length, Overall Height, Overall Overhang, Rear w/o bumper Cab to Axle Ground to Top of Load Floor Frame Width, Rear Ground Clearance, Rear Cab to Body Cargo Box Width @ Top, Rear Cargo Box Width @ Wheelhousings Tailgate Width Ext'd Cab Cargo Volume 43.03 in 66.02 in 40.12 in 65.16 in N/A 231.92 in 75.49 in N/A N/A N/A N/A 7.89 in N/A N/A 50.63 in N/A N/A This document contains information considered Confidential between GM and its Clients uniquely. The information provided is not intended for public disclosure. Prices, specifications, and availability are subject to change without notice, and do not include certain fees, taxes and charges That may be required by law or vary by manufacturer or region. Performance figures are guidelines only, and actual performance may vary. Photos may not represent actual vehicles or exact configurations. Content based on report preparers input is subject to the accuracy of the input provided. Data Version: 20320. Data Updated: Aug 29, 2023 6:52:00 PM PDT. Aug 30, 2023 Page 12 Page 23 of 67 Page 24 of 67 AGENDA ITEM: Agenda Item #8.B. 12 Feb 2024 CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT Resolution No. 24-06 authorizing the replacement purchase and installation of three (3) high mast light poles at the Wastewater Treatment Plant. SUBMITTED BY: Troy Stephens, Public Utilities Director TODAY'S DATE: January 31, 2024 MEETING DATE: February 12, 2024 BACKGROUND: The wastewater treatment plant has three (3) high mast light poles that are old and damaged beyond repair. During the last hurricane, the lighting fixtures could not be lowered due to their age and current condition. This is a safety hazard and must be corrected. Staff solicited proposals from three (3) electrical companies: Miller Electric, Limbaugh Electric, and B&G Electrical, to include removing the three old 55' poles and light fixtures; installing new 35' poles, each with (4) LED lights, onto the existing concrete bases; wiring and connections. The lowest quote was received by B&G Electrical, for $61,860.00. BUDGET: The Public Utilities Account No. 410-5508-535-6300 has $85,000.00 for Project No. PU2328. RECOMMENDATION: Approve Resolution No. 24-06 authorizing the purchase and installation of the three (3) new 35' poles at the Wastewater Treatment Plant. ATTACHMENT(S): 1. Resolution No. 24-06 2. Quotes from Miller Electric, Limbaugh Electric & B&G Electrical 3. Photos of WWTP & Old Light Polps REVIEWED BY CITY MANAGER: °C.3 Page 25 of 67 Agenda Item #8.B. 12 Feb 2024 RESOLUTION NO. 24-06 A RESOLUTION OF THE CITY OF ATLANTIC BEACH, FLORIDA, AUTHORIZING THE PURCHASE AND INSTALLATION OF THREE (3) HIGH MAST LIGHT POLES AT THE WASTEWATER TREATMENT PLANT; AUTHORIZING THE CITY MANAGER TO EXECUTE CONTRACTS AND PURCHASE ORDERS IN ACCORDANCE WITH AND AS NECESSARY TO EFFECTUATE THE PROVISIONS OF THIS RESOLUTION; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, three (3) high mast light poles located inside the Wastewater Treatment Plant are old and beyond repair; and WHEREAS, the City solicited proposals for the replacement of the poles and light fixtures from three electrical contractors; and WHEREAS, B&G Electrical provided the lowest bid to replace the light poles for $61,860.00; and WHEREAS, funds are available in the Public Utilities Fund for this purpose in account number 410-5508-535-6300, for Project No. PU2328. NOW THEREFORE, be it resolved by the City Commission of the City of Atlantic Beach as follows: Section 1. The City Commission hereby authorizes the City Manager to approve the purchase and installation of the new electrical poles and light fixtures. Section 2. The City Commission hereby appropriates funds from City's Public Utilities Fund for this purpose. Section 3. The City Commission hereby authorizes the City Manager to execute contracts and purchase orders in accordance with and as necessary to effectuate the provisions of this Resolution; Section 4. This Resolution shall take effect immediately upon its passage and adoption. PASSED AND ADOPTED by the City of Atlantic Beach, this 12th day of February, 2024. Curtis Ford, Mayor Attest: Donna L. Bartle, City Clerk Approved as to form and correctness: Jason R. Gabriel, City Attorney Page 26 of 67 8 COMMERCIAL REFRIGERATION HEATING AND AIR ELECTRICAL 3230 KLINE ROAD, JACKSONVILLE, FL 32246 (904) 620-0081 FAX (904)620-9815 TOLL FREE (800) 965-0081 www.berefrixeration.com www.b electric.net www.bttheatinitandair.com LICENSES CAC1813635 E00001181 City Of Atlantic Beach 800 Seminole Rd Atlantic Beach FL32233 tstephens@coab.us Wednesday, December 20, 2023 RE: City Of Atlantic Beach Waste Water Treatment Plant DESCRIPTION: QUOTE IS TO REMOVE THREE EXISTING 55FT POLE LIGHTS THEN INSTALL THREE 35FT LIGHT POLES WITH FOUR LED LIGHTS EACH POLE QUOTE INCLUDES material, equipment, labor and necessary permits for the following work: SCOPE OF WORK: 1. EXISTING POLE LIGHTS WILL BE REMOVED USING A CRANE AND POLES WILL BE REMOVED FROM PROPERTY. WE WILL BE SUB CONTRACTING POLE REMOVAL TO MILLER WELL DRILLING UNDER ONE SUPERVISOR 2. WE WILL BE INSTALLING NEW BOLTS ON EXISTING CONCRETE BASE USING EPDXY 3. THE EXISTING WIRING TO POLES WILL BE REUSED IN CONCRETE BASES 4. NEW WIRING WILL BE INSTALLED IN NEW POLES TO FEED NEW LIGHTS THE THREE NEW POLE MODEL # VALMONT D52010-800E300-P2-FP-DB-FBC-LAB THE THREE NEW BULLHORNS MODEL # EXO BHH-490-PT2O-DBT THE TWELVE NEW LED LIGHTS MODEL # BEACON VP-F-4-540L-460-4K7-6X6-WNV-K-DBT AMOUNT Agenda Item #8.B. 12 Feb 2024 TOTAL $61,860.00 All credit card payments will incur a 5% service charge for Visa, Master Card, Discover and American Express. This is NOT reflected in the total above. Work not specifically mentioned above is excluded. Quotation is good for 10 days, however, since no schedule was provided prior to this quote, we reserve the right to decline this job based on schedule or manpower requirements. We hope this meets with your approval. If so, please sign and fax or e-mail to patrick@bgrefrigeration.com or susanbgrefrigerztion.corn. If you have any questions or concerns, please do not hesitate to call our office. Repair warranty, unless stated differently above, is 1 month part(s) and workmanship. I have authority to order the work/materials above, and agree that B&G retains title to equipment/materials furnished until final payment is made. If payment is not made as agreed, B&G can remove equipment/materials at my expense. Any damage resulting from said removal shall not be B&G's responsibility. A finance charge of 1.5% per month (18% annual) will be charged on all past due accounts. I shall be responsible for all of B&G's attorneys fees for any action or dispute arising out of or relating to this invoice, the work/material provided and/or the relationship of the parties (whether relating to this invoice or otherwise). There will be a 5% processing fee for all credit card payments. Except as otherwise expressly set forth in writing signed by B&G, all work and materials are furnished AS -IS, without any representations or warranties of any kind by B&G. Best Regards, Client Frank Carroll, Electrical Supervisor, B&G Electrical ssm Date: Page 27 of 67 Limbaugh Electrical Contracting, Inc. 42 West 8th Street Atlantic Beach, FI. 32233 904-241-9051- 904-249-0703 fax alexlimbaueh@bellsouth.net December 4th, 2023 City of Atlantic Beach C/O Gil Flores 1200 Sandpiper Lane Atlantic Beach, FI. 32233 904-524-2215 aflores@coab.us Labor and materials to do the following at the WWTP in order to remove the light pole #1 damaged by the last storm: - Remove the existing 55 foot light pole and raised heads. This will be done with a crane and the pole will be removed from the COAB WWPT property and disposed of. We will be sub -contracting WW Gay Mechanical Contractors and their crane service and certified riggers for this part of the project. The cost of this project as listed will be $14,115.00. 100 % due upon completion. Thank you, Alex 5. Limbaugh, President State Certified Electrical Contractor EC13002296 — ME295 Agenda Item #8.B. 12 Feb 2024 Page 28 of 67 Limbaugh Electrical Contracting, Inc. 42 West 8th Street Atlantic Beach, FI. 32233 904-241-9051- 904-249-0703 fax alexlimbaugh@bellsouth.net December 11, 2023 City of Atlantic Beach C/O Gil Flores 1200 Sandpiper Lane Atlantic Beach, FI. 32233 904-524-2215 efloresPcoab.us Labor and materials to do the following at the WWTP in order to replace the light pole #1 damaged by the last storm: - Using the existing wiring we will furnish and install 1 VALMONT DS2010-800E300-P2-FP-DB-FBC-LAB pole. This will be done using epoxy and bolts on the existing concrete stanchion. - Furnish and install 4 BEACON VP-F-4-540L-460-4K7-6X6-UNV-K-DBT LED light heads - Furnish and insta1ll-4 position EXO BHH-490-PT2O-DBT bullhorn bracket. This must be done after the old pole is removed. The cost of this project as listed will be $16,220.00. 100 % due upon completion. Thank you, Alex S. Limbaugh, President State Certified Electrical Contractor EC13002296 — ME295 Agenda Item #8.B. 12 Feb 2024 Page 29 of 67 Agenda Item #8.B. 12 Feb 2024 Limbaugh Electrical Contracting, Inc. 42 West 8th Street Atlantic Beach, FL 32233 904-241-9051- 904-249-0703 fax alexlimbaughCa7bellsouth.net December 4th, 2023 City of Atlantic Beach C/0 Gil Flores 1200 Sandpiper Lane Atlantic Beach, FI. 32233 904-524-2215 afloresftcoab.us tstephens@. coab.us Labor and materials to do the following at the WWTP in order to remove the light poles #2 and #3 that were damaged by the last storm. They are unsafe: - Remove the 2 existing 55 foot light poles and raised heads. This will be done with a crane and the poles will be removed from the COAB WWTP property and disposed of. We will be sub -contracting WW Gay Mechanical Contractors and their crane service and certified riggers for this part of the project. The cost of this project as listed will be $16,616.00. 100 % due upon completion. Thank you, Alex S. Limbaugh, President State Certified Electrical Contractor EC13002296— ME295 Page 30 of 67 Limbaugh Electrical Contracting, Inc. 42 West 8th Street Atlantic Beach, FI. 32233 904-241-9051- 904-249-0703 fax alexlimbaul~h@bellsouth.net December 11, 2023 City of Atlantic Beach C/0 Gil Flores 1200 Sandpiper Lane Atlantic Beach, FI. 32233 904-524-2215 aflores@coab.us Labor and materials to do the following at the WWTP in order to replace the Tight poles #2 and #3 damaged by the last storm: - Using the existing wiring we will furnish and install 2 VALMONT DS2010-800E300-P2-FP-DB-FBC-LAB poles. This will be done using epoxy and bolts on the existing concrete stanchion. - Furnish and install 8 BEACON VP-F-4-540L-460-4K7-6X6-UNV-K-DBT LED light heads - Furnish and install 2-4 position EXO BHH-490-PT2O-DBT bullhorn brackets. This must be done after he poles are removed. The cost of this project as listed will be $35,440.000. 100 % due upon completion. Thank you, Alex S. Limbaugh, President State Certified Electrical Contractor EC13002296 — ME295 Agenda Item #8.B. 12 Feb 2024 Page 31 of 67 MILLER ELECTRIC COMPANY Powering the Possibilities City of Atlantc Beach 902 Assisi Lane Atlantic Beach, FL 32233 Attention: Troy Stephens RE: WWTP Light Replacement :larifications January 22, 2024 Agenda Item #8.B. 12 Feb 2024 PO Box 1799 (32201) FF;OS Southpoint Parkway Jacksonville, FL 32216 TOLL FREE: 800.554.4761 FAX: 904.389.8653 www.mecojax.com We are pleased to offer our pricing for the above -referenced project. We will provide ail Supervision, labor, Equipment, and Materials for the Replacement of Three Light Poles with Four fixtures Per Pole. Pricing for the above -referenced project Total $ 94,213.71 • All work is to be performed in strict accordance with NFPA 70E, Miller Electric Safety Policy, OSHA 29CFR1910.333, and OSHA 29CFR1926.416 • Due to the ever-increasing material cost, our price can not be guaranteed for more than 30 days. • Our Price is contingent on the fact that all existing Cicuits are to be reused. Atlanta, GA • Birmingham, AL • Charlotte, NC • Covington, VA • Dallas, TX • Deerfield Beach, FL Gainesville, FL • Jacksonville, FL - Little Pock, AP Melbourne, FL • Milwaukee, WI - Nashville, TN • Orlando, FL • Phoenix, AZ - Richmond, VA • Tampa, FL - Tempe, AZ Page 32 of 67 MILLER ELECTRIC COMPANY Powering the Possibilities Exclusions All restoration of landscape and sod. Any removal of and restoration of concrete or asphalt. Any permitting except Electrical. Any Pavement Marking. Exclusions completed. Agenda Item #8.B. 12 Feb 2024 PO Box 1799 (32201) 6805 Southpoint Parkway Jacksonville, FL 32216 TOLL FREE: 800.554.4761 FAX: 904.389.8653 www.mecojax.com We appreciate the opportunity to submit this proposal and look forward to working with you on this and any other projects you may have in the future. Should you require additional information, please feel free to call us. Sincerely, Miller Electric Company Bert Rogers Atlanta, GA • Birmingham, AL • Charlotte, NC • Covington, VA • Dallas, TX- Deerfield Beach, FL • Gainesville, FL • Jacksonville, FL • Little Rock, AR Melbourne, FL • Milwaukee, WI • Nashville, TN • Orlando, FL • Phoenix, AZ Richmond, VA • Tampa, FL • Tempe, AZ Page 33 of 67 Agenda Item #8.B. 12 Feb 2024 Page 34 of 67 Agenda Item #8.B. 12 Feb 2024 Page 35 of 67 Page 36 of 67 Agenda Item #8.C. 12 Feb 2024 CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM: Resolution No. 24-07 Awarding Bid 2324-02; Buccaneer Lift Station Flood Proofing SUBMITTED BY: Troy Stephens, Public Utilities Director TODAY'S DATE: January 31, 2024 MEETING DATE: February 12, 2024 itiAr BACKGROUND: The Buccaneer Master Lift Station at 739 Renault Drive is subject to periodic flooding during and following hurricanes and severe tropical storms. This is a very critical station that transfers the wastewater collected in the Mayport service area to the city's wastewater treatment facility. Staff received an engineering report from Saltus Engineering for the project, and budgeted $394,000 in the FY 2023-24 budget for the project. A bid opening was held on January 10, 2024, for Bid 2324-02; Buccaneer Lift Station Flood Proofing. The project consists of labor, equipment and materials necessary to furnish and install flood protection measures at Buccaneer Lift Station, including coordinating a new overhead electrical service, modification of existing electrical building, pumping station wet well cover, flood proofing electrical gear and building; construction of elevated standby generator concrete slab; and new 250 kW Stand-by generator. Three bids were received as follows: Bidders Hager Construction Sawcross Contractors Lump Sum Bid Amount $1,814,644.17 $981,000.00 SGS Contracting $1,019,700.00 The low bidder, Sawcross Contractors, has provided all required documentation in its bid submittal. BUDGET: The amounted budgeted in FY 2023-24 for this project is $394,000. The budget for the project is being modified by reallocating $250,000 from Project PU2331- Retrofitting Cavalla Lift Station for flood -proofing, and reallocating $336,400 from Project PU2330-Infiltration and Inflow Control Assessment into the Public Utilities Account No. 410-5506-535- 6300 for Project No. AR2207. These changes bring the total project cost to $981,000. RECOMMENDATION: Approve Resolution No. 24-07 awarding Sawcross Contractors Bid 2324- 02 in the amount of $981,000.00 and authorizing the City Manager to execute the contract. Page 37 of 67 ATTACHMENT(S): 1. Resolution No. 24-07 2. Bid Analysis 3. Photos of Buccaneer Lift Sta 'o., 6 REVIEWED BY CITY MANAGER: Agenda Item #8.C. 12 Feb 2024 Page 38 of 67 Agenda Item #8.C. 12 Feb 2024 RESOLUTION NO. 24-07 A RESOLUTION OF THE CITY OF ATLANTIC BEACH, FLORIDA, AWARDING BID NO. 2324-02 FOR BUCCANEER LIFT STATION FLOOD PROOFING; AUTHORIZING THE CITY MANAGER TO EXECUTE CONTRACTS AND PURCHASE ORDERS IN ACCORDANCE WITH AND AS NECESSARY TO EFFECTUATE THE PROVISIONS OF THIS RESOLUTION; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, Staff received an engineering report from Saltus Engineering for the Buccaneer Lift Station Flood Proofing Project; and WHEREAS, a project estimate was budgeted for $394,600 for the FY 2023-24; and WHEREAS, a bid opening was held on January 10, 2024, for Bid 2324-02 Buccaneer Lift Station Flood Proofing; and WHEREAS, the project consists of labor, equipment and materials necessary to furnish and install flood protection measures at Buccaneer Lift Station, including coordinating a new overhead electrical service, modification of existing electrical building, pumping station wet well cover, flood proofing electrical gear and building; construction of elevated standby generator concrete slab; and new 250 kW Stand-by generator; and WHEREAS, the lowest bid was received from Sawcross Contractors in the amount of $981,000; and WHEREAS, FY 2023-24 budget modifications have been submitted to reallocate $250,000 from Project PU2331—Retrofitting Cavalla Lift Station, and $336,400 from PU2330— Infiltration and Inflow Control Assessment into Project AR2207; and WHEREAS, upon execution of the budget modifications, sufficient will be available in the Public Utilities Fund for this purpose in Account No. 410-5506-535-6300, for Project No. AR2207, in the amount of $981,000. NOW THEREFORE, be it resolved by the City Commission of the City of Atlantic Beach as follows: Section 1. The City Commission hereby authorizes awarding Bid No. 2324-02 to Sawcross Contractors in the amount of $981,000.00 to perform the work for said bid in accordance with the bid specifications. Section 2. The City Commission hereby appropriates funds from City's Public Utilities Fund for this purpose. Section 3. The City Commission hereby authorizes the City Manager to execute contracts and purchase orders in accordance with and as necessary to effectuate the provisions of this Resolution; Section 4. This Resolution shall take effect immediately upon its passage and adoption. PASSED AND ADOPTED by the City of Atlantic Beach, this 12th day of February, 2024. Resolution No. 24-07 Page 1 of 2 Page 39 of 67 Curtis Ford, Mayor Attest: Donna L. Bartle, City Clerk Approved as to form and correctness: Jason R. Gabriel, City Attorney Agenda Item #8.C. 12 Feb 2024 Resolution No. 24-07 Page 2 of 2 Page 40 of 67 Bid 2324-02 Required Documents Submission in Triplicate - All Documents I ocument Requirements Checklist 'Rid Form Hid Bund - 5',0 of Rid 1.1V-9 Form _ Drug Free Workplace Public Entity Crimes Statement Pu Mk Records Provisions F,-1'eri(s Form New Vendor Information Form Business Tax Receipt ,proof of Rx perience - 3 years Qualifications - General Contractor •Pinaacial9 - 2 years Insurance References- 31w(Joh description and beginning h end dates; 4.0raa to Vasa Didjireclfisat400x Written ('ontirmatioa of Adenda IAddeadum I. & 31 r Grand Total as rD0 —h Ql CITY OF ATLANTIC BIiAGI{ BUCCANEER LIFT STATION I.1.(1ODPRO01•TNG 3anuaiv lit 2024 Hager Construction Sawcrosn Contractors SGS Contracting X j X X X X X X 1i X X X X X X X X N X X X X X x x X Will Proskle if Low Ridder X x X X X X x X X X X X X S1,8I4.644.17 5981,000.00 $189,701.00 ao CD CL Aral! M mow enD,ea" Dear,, Arm :.Na9flAtore.1 03 N _ -n fD CD nc N �# 0 00 N Buccaneer Lift Station Location Map 865c2 Ma? Rnaut Df Reoauil Dr Renauh Dr 8s5.1 May portA' 28B0-1 MayportAp Goog�eal ti•taypnrtAp+ I' Entrance Road to Lift Station on Regulus Dr. CfQ ro wa W N0.) 0 N - T e -F Cf) fD f3D N 7# 0 CO N n Flooding on 11-10-22 rCfQfD 3 a 0 N _ -+ T ,-1. f3D N 7# 0 CO N n Agenda Item #8.C. 12 Feb 2024 Page 45 of 67 ntrance Road to Lift Station 11 10M Agenda Item #8.C. 12 Feb 2024 Page 46 of 67 AGENDA ITEM: Agenda Item #8.D. 12 Feb 2024 CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT Resolution No. 24-08 to grant authorization for the Mayor to execute the master agreement and any subsequent amendments for a Federally - Funded Subaward and Grant provided by Federal Emergency Management Agency (FEMA). SUBMITTED BY: Brittany Percell, Director of Finance TODAY'S DATE: February 1, 2024 MEETING DATE: February 12, 2024 BACKGROUND: The City of Atlantic Beach has requested reimbursement for expenses related to Hurricane Idalia. These expenditures totaling $20,766 on overtime worked and equipment used by City staff pertain to Hurricane Idalia. Part of the process is to execute a Federally -Funded Subaward and Grant Agreement provided by Federal Emergency Management Agency (FEMA), and requires the Mayor to execute this agreement. This agreement is the master agreement for Hurricane Idalia funding for our City. When specific projects are approved for funding, amendments to this contract will be sent specifying the amount awarded for the project. This will also require the Mayor's signature. Staff recommends that the Commission grants authorization for the Mayor to execute the master agreement, and also authorize the Mayor to execute any subsequent amendments to the master agreement. BUDGET: None RECOMMENDATION: Commission review and vote on Resolution No. 24-08. ATTACHMENT(S): Resolution No. 24-08 Federally -Funded Subaward and Grant Agreement Z4086 REVIEWED BY CITY MANAGER: 1"-3 \ Page 47 of 67 Agenda Item #8.D. 12 Feb 2024 RESOLUTION NO. 24-08 A RESOLUTION OF THE CITY OF ATLANTIC BEACH AUTHORIZING THE MAYOR TO EXECUTE FEDERALLY - FUNDED SUBAWARD AND GRANT AGREEMENT NUMBER Z4086 AND ANY AMENDMENTS THERETO; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City incurred expenses related to Hurricane Idalia; and WHEREAS, the City has requested reimbursement from the Federal Emergency Management Agency (FEMA); and WHEREAS, FEMA requires that the Mayor of the City of Atlantic Beach execute the Federally -Funded Subaward and Grant Agreement Number Z4086 to obligate funds for any reimbursements requested. NOW, THEREFORE, BE IT RESOLOVED by the City Commission of the City of Atlantic Beach, that SECTION 1. The Commission authorizes the Mayor to execute Federally -Funded Subaward and Grant Agreement Number Z4086. SECTION 2. The Commission authorizes the Mayor to execute any subsequent amendments to the agreement as projects become obligated under the Federally -Funded Subaward and Grant Agreement Number Z4086. SECTION 3. This resolution shall take effect immediately up its passage and adoption. PASSED AND ADOPTED by the City Commission of the City of Atlantic Beach, this 12th day of February 2024. ATTEST: Donna L. Bartle Curtis Ford City Clerk Mayor Approved as to form and correctness: Jason Gabriel City Attorney Page 48 of 67 Agenda Item #8.D. 12 Feb 2024 Agreement Number: Z4086 FEDERALLY FUNDED SUBAWARD AND GRANT AGREEMENT for DR - 4734 - Hurricane Idalia The following Agreement is made and information is provided pur suant to 2 CFR §200.332(a)(1): Subrecipient's name: Subrecipient's unique entity identifier: Federal Award Date: Subaward Period of Performance Start and End Date (Cat A -B): Subaward Period of Performance Start and End Date (Cat C -G): Amount of Federal Funds Obligated by this Agreement: Total Amount of Federal Funds Obligated to the Subrecipient by the pass-through entity to include this Agreement: Total Amount of the Federal Award committed to the Subrecipient by the pass-through entity: Federal award project description (see Federal Funding Accountability and Transparency Act (FFATA): Name of Federal awarding agency: Name of pass-through entity: Contact information for the pass-through entity: Assistance Listing Number (Formerly CFDA Number): Atlantic Beach, City Of W2ZNQX64HDF5 09/01/2023 08/31/2023 - 2/29/2024 08/31/2023 - 2/28/2025 N/A Grant for communities to respond to and recover from maior disasters or emergencies and for limited mitigation measures. Department of Homeland Security [DHSI Federal Emeroencv Manaaement Aaencv (FEMA) Florida Division of Emergency Manaaement (FDEM) 2555 Shumard Oak Blvd. Tallahassee. FL 32399-2100 97.036 Disaster Grants - Public Assistance (Presidentially Assistance Listing Program Title (Formerly CFDA oroaram Title): Declared Disasters) THIS AGREEMENT is entered into by the State of Florida, Division of Emergency Management, with headquarters in Tallahassee, Florida (hereinafter referred to as the "Division"), and (hereinafter referred to as the "Subrecipient"). THIS AGREEMENT IS ENTERED INTO BASED ON THE FOLLOWING REPRESENTATIONS: A. The Subrecipient represents that it is fully qualified and eligible to receive these grant funds to provide the services identified herein; B. The Subrecipient, by its decision to participate in this grant program, bears the ultimate responsibility for ensuring compliance with all applicable State and Federal laws, regulations and policies, and bears the ultimate consequences of any adverse decisions rendered by the Division, the Federal Awarding Agency, or any other State and Federal agencies with audit, regulatory, or enforcement authority; Atlantic Beach, City Of 1 Page 49 of 67 Agenda Item #8.D. 12 Feb 2024 C. This Agreement establishes the relationship between the Division and the Subrecipient to allow the Division to pay grant funds to the Subrecipient. THEREFORE, the Division and the Subrecipient agree to the following: (1) APPLICATION OF STATE LAW TO THIS AGREEMENT 2 CFR § 200.302 provides: "Each state must expend and account for the Federal award in accordance with state laws and procedures for expending and accounting for the state's own funds." Therefore, section 215.971, Florida Statutes, entitled "Agreements funded with federal or state assistance," applies to this Agreement. (2) LAWS. RULES. REGULATIONS AND POLICIES a. Performance under this Agreement is subject to 2 CFR Part 200, entitled "Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards." b. In addition to the foregoing, the Subrecipient and the Division shall be governed by all applicable State and Federal laws, rules, and regulations. Any express reference in this Agreement to a particular statute, rule, or regulation in no way implies that no other statute, rule, or regulation applies. The applicable statutes, rules, or regulations are the statutes, rules, or regulations in effect at the time of the declaration of the incident through which federal funds are awarded, or as otherwise indicated as retroactively applied. (3) CONTACT a. In accordance with section 215.971(2), Florida Statutes, the Division's Grant Manager shall be responsible for enforcing performance of this Agreement's terms and conditions and shall serve as the Division's liaison with the Subrecipient. As part of his/her duties, the Grant Manager for the Division shall: i. Monitor and document Subrecipient performance; and ii. Review and document all deliverables for which the Subrecipient requests payment. b. The Division's Grant Manager for this Agreement is: Name Mr. Stephane Malet Title Grant Program Manager Bureau of Recovery Address: Florida Division of Emergency Management 2555 Shumard Oak Blvd. Tallahassee, FL 32399-2100 Telephone: (850) 815-4469 Email: Stephane.Maletiar].em.mvflorida.com c. The name and address of the Representative of the Subrecipient responsible for the administration of this Agreement is: Name: Kimberly Flower Address: 800 Seminole Road Atlantic Beach, FL 32233 2 Page 50 of 67 Agenda Item #8.D. 12 Feb 2024 Telephone: (904) 247-5823 Email: KflowerOcQahits d. In the event that different representatives or addresses are designated by either party after execution of this Agreement, notice of the name, title, and address of the new representative will be provided to the other party in writing via letter or electronic email. e. Systems Access: It is the Subrecipient's responsibility to maintain current active users in the Division's grants management system in accordance with Attachment B to this Agreement ("Systems Access Form"). (4) TERMS AND CONDITIONS This Agreement contains all the terms and conditions agreed upon by the parties. (5) EXECUTION This Agreement may be executed in any number of counterparts, of which may be taken as an original. (6) MODIFICATION Either party may request modification of the provisions of this Agreement. Changes which are agreed upon shall be valid only when in writing, signed by each of the parties, and attached to the original of this Agreement. (7) SCOPE OF WORK The Subrecipient shall perform the work as approved by FEMA and provide the necessary documentation to substantiate work completed. (8) PERIOD OF AGREEMENT/PERIOD OF PERFORMANCE The Period of Agreement establishes a timeframe for all Subrecipient contractual obligations to be completed. Upon execution by both parties, this Agreement shall begin on the first day of the incident period for the disaster applicable to the agreement and shall end upon closeout of the Subrecipient's account for this disaster by the Federal Awarding Agency, unless terminated earlier as specified elsewhere in this Agreement. This Agreement survives and remains in effect after termination for the herein referenced State and Federal audit requirements and the referenced required records retention periods. Work may only be performed during the timeframes established and approved by FEMA for each Category of Work type. (9) FUNDING a. The amount of total available funding for this subgrant is limited to the amount obligated by the Federal Awarding Agency for all projects approved for this Subrecipient for DR - 4734 - Hurricane !della Payments to Subrecipients are contingent upon the granting of budget authority to the Division. b. Pursuant to section 252.37(5)(a), Florida Statutes, unless otherwise specified in the General Appropriations Act, whenever the State accepts financial assistance from the Federal Government or its agencies under the Federal Public Assistance Program and such financial assistance is conditioned upon a requirement for matching funds, the State shall provide the entire match requirement for state agencies and one-half of the required match for grants to Local governments. Affected Local governments shall be required to provide one-half of the required match prior to receipt of such financial assistance. Section 252.37, Florida Statutes, does not 3 Page 51 of 67 Agenda Item #8.D. 12 Feb 2024 apply to Subrecipients that are considered Private Non -Profit entities, therefore the entire non-federal share shall be the responsibility of the Private Non -Profit Subrecipient. c. The Executive Office of the Governor may approve a waiver to local governments for the Non -Federal match requirement. The local government must apply for the waiver in accordance with Section 252.37(5)(b), Florida Statutes. Local governments must apply for the match waiver independently from their respective County. (10) PAYMENT a. The payment method used by the Division is either a Cost Reimbursement or an Advance Payment. Advance payments will be governed by Chapter 216, Florida Statutes. b. The Division's Grant Manager, as required by section 215.971(2)(c), Florida Statutes, shall reconcile and verify all funds received against all funds expended during the grant agreement period and produce a final reconciliation report. The final report must identify any funds paid in excess of the expenditures incurred by the Subrecipient. (11) REPAYMENTS a. Refunds or repayments of obligated funds may be paid to the Division through check or through a payment plan as approved by the Department of Financial Services. Additionally, FEMA may permit the Division to off -set against other obligated projects where deemed appropriate. In accordance with Chapter 255, Florida Statutes, the Subrecipient has 30 days to repay the funds from the issuance of the invoice from the Division. The Division may impose a 1% per month interest fee for unpaid invoices. b. All refunds or repayments due to the Division under this Agreement are to be made payable to the order of "Division of Emergency Management," and must include the invoice number and the applicable Disaster and Project number(s) that are the subject of the invoice, and be mailed directly to the following address: Division of Emergency Management Cashier 2555 Shumard Oak Boulevard Tallahassee FL 32399-2100 (12) RECORDS a. As required by 2 CFR § 200.334, and modified by Florida Department of State's record retention requirements (Fla. Admin. Code R. 1 B-24.003), the Subrecipient shall retain sufficient records to show its compliance with the terms of this Agreement and all relevant terms and conditions of the award paid from funds under this Agreement, for a period of five (5) years from the date of submission of the final expenditure report. This period may be extended for reasons including, but not limited to, litigation, fraud, or appeal. As required by 2 CFR § 200.303(e), the Subrecipient shall take reasonable measures to safeguard protected personally identifiable information and other information the Federal Awarding Agency or the Division designates as sensitive or the Subrecipient considers sensitive consistent with applicable Federal, State, local, and tribal laws regarding privacy and responsibility over confidentiality. b. The Subrecipient shall maintain all records for the Subrecipient and for all subcontractors or consultants to be paid from funds provided under this Agreement, including documentation of all program costs, in a form sufficient 4 Page 52 of 67 Agenda Item #8.D. 12 Feb 2024 to determine compliance with the requirements and objectives of the award and all other applicable laws and regulations. (13) AUDITS a. The Subrecipient shall comply with the audit requirements contained in 2 CFR Part 200, Subpart F. b. As required by 2 CFR § 200.337(a), "The Federal awarding agency, Inspectors General, the Comptroller General of the United States, and the [Division], or any of their authorized representatives, shall enjoy the right of access to any documents, papers, or other records of the [Subrecipient] which are pertinent to the Federal award, in order to make audits, examinations, excerpts, and transcripts. The right also includes timely and reasonable access to the [Subrecipient's] personnel for the purpose of interview and discussion related to such documents." The right of access is not limited to the required retention period but lasts as long as the records are retained (2 CFR § 200.337(c)). c. As required by 2 CFR § 200.332(a)(5), the Division, the Chief Inspector General of the State of Florida, the Florida Auditor General, or any of their authorized representatives, shall enjoy the right of access to any documents, financial statements, papers, or other records of the Subrecipient which are pertinent to this Agreement, in order to make audits, examinations, excerpts, and transcripts. The right of access also includes timely and reasonable access to the Subrecipient's personnel for the purpose of interview and discussion related to such documents. (14) REPORTS a. Consistent with 2 CFR § 200.329, the Subrecipient shall provide the Division with quarterly reports and any applicable financial reporting, including reports required by the Federal Funding Accountability and Transparency Act (FFATA). These reports shall include the current status and progress by the Subrecipient and, as applicable, all subcontractors in completing the work described in the Scope of Work and the expenditure of funds under this Agreement, in addition to any other information requested by the Division. Reporting Time Period Subrecipient Report Submittal Deadline Quarter 1 (Q1) Quarter 2 (Q2) Quarter 3 (Q3) Quarter 4 (Q4) October 1 — December 31 January 15 January 1 — March 31 April 15 April 1 — June 30 July 15 July 1 — September 30 October 15 b. The Subrecipient agrees to submit quarterly reports to the Division no later than fifteen (15) days after the end of each quarter of the program year and to submit quarterly reports each quarter until one quarter past the closeout of each project in the Division's Grant Management System. The ending dates for each quarter of the program year are March 31, June 30, September 30, and December 31. c. The closeout report is due sixty (60) days after completion of each project worksheet associated with the applicant executing this Agreement, or sixty (60) days after termination of this Agreement, whichever first occurs. 5 Page 53 of 67 Agenda Item #8.D. 12 Feb 2024 d. The Subrecipient shall provide additional program reports, updates, or information that may be required by the Division or the Federal awarding agency. (15) MONITORING a. The Division shall monitor the performance of the Subrecipient under this Agreement to ensure that the Scope of Work is being accomplished within the specified time periods, and that other performance goals are being met. b. The Subrecipient agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Division. In the event that the Division determines that an audit of the Subrecipient is appropriate, the Subrecipient agrees to comply with any additional instructions provided by the Division to the Subrecipient regarding such audit. c. Small Projects, as defined in 44 CFR § 206.203, that are obligated above the Federal Simplified Acquisition Threshold (SAT) will be subject to enhanced oversight and monitoring by the Division as authorized by 2 CFR § 200.332(a)(2). (16) LIABILITY a. Unless the Subrecipient is a State agency or political subdivision, as defined in section 768.28(2), Florida Statutes, the Subrecipient is solely responsible to third parties it deals with in carrying out the terms of this Agreement. As authorized by section 768.28(19), Florida Statutes, Subrecipient shall hold the Division harmless against all claims of whatever nature by third parties arising from the work performance under this Agreement. For purposes of this Agreement, Subrecipient agrees that it is not an employee or agent of the Division but is an independent contractor. b. As required by section 768.28(19), Florida Statutes, any Subrecipient which is a State agency or political subdivision, as defined in section 768.28(2), Florida Statutes, agrees to be fully responsible for its negligent or tortious acts or omissions which result in claims or suits against the Division and agrees to be liable for any damages proximately caused by the acts or omissions to the extent set forth in section 768.28, Florida Statutes. Nothing herein is intended to serve as a waiver of sovereign immunity by any Subrecipient to which sovereign immunity applies. Nothing herein shall be construed as consent by a State agency or subdivision of the State of Florida to be sued by third parties in any matter arising out of any contract. (17) TERMINATION This Agreement terminates upon the completion of all eligible work and payment of all eligible costs in accordance with the Public Assistance Program requirements. The Division and Subrecipient agree that all records will be maintained until the conclusion of any record retention period. (18) PROCUREMENT a. The Subrecipient must ensure that any procurement involving funds authorized by the Agreement complies with all applicable Federal and State laws and regulations, including 2 CFR §§ 200.318 through 200.327 as well as Appendix II to 2 CFR Part 200 (entitled "Contract Provisions for Non -Federal Entity Contracts Under Federal Awards"). Additional requirements, guidance, templates, and checklists regarding procurement may be obtained through the FEMA Procurement Disaster Assistance Team. Resources found here: httos://www.fenna.00v/orants/orocurement. b. The Subrecipient must include all applicable federal contract terms for all contracts for which federal 6 Page 54 of 67 Agenda Item #8.D. 12 Feb 2024 funds are received. If the Subrecipient contracts with any contractor or vendor for performance of any portion of the work required under this Agreement, the Subrecipient must incorporate into its contract with such contractor or vendor an indemnification clause holding the Federal Government, its employees and/or their contractors, the Division, its employees and/or their contractors, and the Subrecipient and its employees and/or their contractors harmless from liability to third parties for claims asserted under such contract. c. The Subrecipient must monitor and document, in the quarterly report, the contractor's progress in performing its work on its behalf under this Agreement in addition to its own progress. d. The Subrecipient must ensure all contracts conform to sections 287.057 and 288.703, Florida Statutes, as applicable. (19) ATTACHMENTS a. All attachments to this Agreement are incorporated as if set out fully_ b. In the event of any inconsistencies or conflict between the language of this Agreement and the attachments, the language of the attachments shall control, but only to the extent of the conflict or inconsistency. c. This Agreement has the following attachments: i. AttachmentA— Certification Regarding Debarment ii. Attachment B — Systems Access Form iii. Attachment C — Certification Regarding Lobbying 7 Page 55 of 67 IN WITNESS WHEREOF, the parties hereto have executed this Agreement. SUBRECIPIENT: Atlantic Beach, City Of By: (Signature) Name: Curtis Ford Title: Mayor Date: STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT By: Governor's Authorized Representative Date: 8 Agenda Item #8.D. 12 Feb 2024 Agreement Number: Z4086 Page 56 of 67 Agenda Item #8.D. 12 Feb 2024 Attachment A CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY and VOLUNTARY EXCLUSION The Subrecipient certifies, to the best of its knowledge and belief, that it and its principals: 1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; 2. Have not within the five-year period preceding entering into this Agreement had one or more public transactions (Federal, State, or Local) terminated for cause or default; and 3. Have not within the five-year period preceding entering into this proposal been convicted of or had a civil judgment rendered against them for: a) the commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or Local) transaction or a contract under public transaction, or b) violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification, or destruction of records, making false statements, or receiving stolen property. The Subrecipient understands and agrees that the language of this certification must be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, contracts under grants, loans, and cooperative agreements) and that all contractors and sub -contractors must certify and disclose accordingly. The Subrecipient further understands and agrees that this certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. By: Signature Curtis Ford. Manor Name and Title 800 Seminole Road Street Address Atlantic Beach, FL, 32233 City, State, Zip Date 9 Atlantic Beach, City Of Subrecipient's Name Z4086 DEM Contract Number Page 57 of 67 Agenda Item #8.D. 12 Feb 2024 SYSTEMS ACCESS FORM (CONTACTS) FEMA/GRANTEE PUBLIC ASSISTANCE PROGRAM FLORIDA DIVISION OF EMERGENCY MANAGEMENT Subrecipient: Atlantic Beach, City Of Box 1: Authorized Agent (Full Access) Name Curtis Ford Signature Organization / Official Position City of Atlantic Beach / Mavor Mailing Address 800 Seminole Road City, State, Zip Atlantic Beach FL 32233 Daytime Telephone 0f141 247_SRnn E-mail Address cfordecoab.us Box 3: Alternate Contact (Full Access) Box 2: Primary Contact (Full Access) Name Kimberly Flower Signature Organization 1 Official Position Citv of Atlantic Beach/Grants Administrator Mailing Address 800 Seminole Road City, State, Zip Atlantic Beach. FL 32233 Daytime Telephone f9 43247-5823 E-mail Address kflsw r coab us Box 4: Other- finance/Point of Contact (Full Access) Name Name Bnttanv Percell Signature Signature Organization / Official Position Organization 1 Official Position City of Atlantic Beach / Director of Finance Mailing Address Mailing Address qn eninnla Pna i City, Sate, Zip City, State, Zip Atlantic Beach, FL 32233 Daytime Telephone Daytime Telephone (904) 247-5881 E-mail Address E-mail Address bpercell@coab.us Box 5: Other -Risk Mgmt-Insurance (Full Access) Box 6: Other -Environmental -Historic (Full Access) Name Name Signature Signature Organization / Official Position Organization / Official Position Mailing Address Mailing Address City, State, Zip City, State, Zip Daytime Telephone Daytime Telephone E-mail Address E-mail Address The above contacts may utilize the FDEM Grants Management System to perform the Subrecipient's responsibilities regarding the Public Assistance Grant according to their level of access. The Subrecipient is responsible for ensuring that all contacts are correct and up-to-date. Subrecipient Authorized Representative Signature Date 11 Page 58 of 67 SYSTEMS ACCESS FORM (CONTACTS) FEMA/GRANTEE PUBLIC ASSISTANCE PROGRAM FLORIDA DIVISION OF EMERGENCY MANAGEMENT Subrecipient: Atlantic Beach, City Of Box 7: Other (Read Only Access) Box 8: Name Name Date: Other (Read Only Access) Signature Signature Organization / Official Position Organization / Official Position Mailing Address Mailing Address City, State, Zip City, State, Zip Daytime Telephone Daytime Telephone E-mail Address E-mail Address Box 9: Other (Read Only Access) Box 10: Other (Read Only Access) Name Name Signature Signature Organization / Official Position Organization / Official Position Mailing Address Mailing Address City, State, Zip City, State, Zip Daytime Telephone Daytime Telephone E-mail Address E-mail Address Box 11: Other (Read Only Access) Agenda Item #8.D. 12 Feb 2024 Box 12: Other (Read Only Access) Name Name Signature Signature Organization / Official Position Organization / Official Position Mailing Address Mailing Address City, State, Zip City, State, Zip Daytime Telephone Daytime Telephone E-mail Address E-mail Address Subrecipient's Fiscal Year (FY) Start: Month: Day: Subrecipient's Federal Employer's Identification Number (EIN) 59-6000267 Subrecipient's Grantee Cognizant Agency for Single Audit Purposes: Florida Division of Emergency Management Subrecipient's: FIPS Number (If Known) 031-02400-00 12 1 1 Page 59 of 67 Agenda Item #8.D. 12 Feb 2024 Attachment C Certification Regarding Lobbying APPENDIX A, 44 CFR PART 18 — CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an 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 contract, 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 contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all Subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Subrecipient or contractor, City of Atlantic Beach. certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. Signature of Subrecipient/contractor's Authorized Official Curtis Ford Mavnr Name and Title of Subrecipient/contractor's Authorized Official Date 13 Page 60 of 67 Agenda Item #8.E. 12 Feb 2024 CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM: Resolution No. 24-09 authorizing funding for the change orders for the Public Works Building Renovations Project (City Bid No. 2223-03) SUBMITTED BY: Scott Williams, Public Works Director /&( TODAY'S DATE: January 31, 2024 MEETING DATE: February 12, 2024 BACKGROUND: The City has received notification of several change orders needed to complete the Public Works Building Renovations project. The contractor, Atlantic Coast Construction Group, met with City staff and discussed the change orders and costs. The original bid for this project was $1,989,000.00. The contractor worked with City staff to identify areas for savings, and the bid was revised to the final amount of $1,493,390.66. With the age of the building being 43 years old, and with the project being a remodel rather than new construction, there were unforeseeable conditions that were unknown until construction began. There were also changes required to bring the building up to the current building code. The change orders total $380,858.18, with the City's responsibility being $273,384.03, and Atlantic Coast Construction Group's responsibility being $107,474.15. To cover the additional costs for the change orders, funds that were budgeted for FY2324 to the Public Works Garage Building (Project No. PW2359) for $240,000.00 can be used. The remaining balance of $33,384.03 can be moved from the 2024 Milling & Paving (Project No. PW2345). This would leave $516,615.97 left for the 2024 Milling & Paving project. BUDGET: Reallocating $240,000 from the Public Works Garage Building (Project No. PW2359) for and $33.384.03 from the 2024 Milling & Paving (Project No. PW2345), totaling $273,384.03. RECOMMENDATION: The Commission adopt Resolution No. 24-09 authorizing the City to fund the change orders totaling $273,384.03, for the Public Works Building Remodel Project (City Bid No. 2223-03). ATTACHMENTS: Resolution No. 24-09 Public Works Building Change Order Worksheet REVIEWED BY CITY MANAGER: Page 61 of 67 Agenda Item #8.E. 12 Feb 2024 RESOLUTION NO. 24-09 A RESOLUTION OF THE CITY OF ATLANTIC BEACH, FLORIDA, AUTHORIZING CHANGE ORDERS FOR THE PUBLIC WORKS BUILDING RENOVATIONS PROJECT; AUTHORIZING THE CITY MANAGER TO EXECUTE THE CONTRACTS AND PURCHASE ORDERS IN ACCORDANCE WITH AND AS NECESSARY TO EFFECTUATE THE PROVISIONS OF THIS RESOLUTION; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, on Monday, August 14, 2023, the City Commission awarded Bid No. 2223- 03 Public Works Building Renovations to Atlantic Coast Sales & Service, Inc. dba Atlantic Coast Construction Group; and WHEREAS, the contractor submitted an original bid of $1,989,000.00 and worked with City staff to identify areas for savings and submitted a revised bid of $1,493,390.66; and WHEREAS, the existing Public Works building is 43 years old, and the building is being renovated, rather than demolished and rebuilt; and WHEREAS, unforeseeable conditions have arisen since construction began, and changes to the project's scope are required to bring the building up to the current building code; and WHEREAS, the City desires to execute change orders for the project totaling $380,858.18, with the City's responsibility being $273,384.03, and Atlantic Coast Construction Group's responsibility being $107,474.15; and WHEREAS, the City desires to reallocate $240,000 budgeted in FY 2023-24 for the Public Works Garage Building (Project No. PW2359) to partially fund the change orders; and WHEREAS, the City further desires to reallocate an additional $33,384.03 to fund the change orders from the $550,000 budgeted in FY 2023-24 for the 2024 Milling & Paving (Project No. PW2345), leaving a balance of $516,615.97 for the 2024 Milling & Paving project; and NOW THEREFORE, be it resolved by the City Commission of the City of Atlantic Beach as follows: SECTION 1. The City Commission hereby authorizes funding change orders for the Public Works Building Renovations Project (City Bid No. 2223-03) from the 2024 Milling & Paving Project No. PW2345 ($240,000) and SECTION 2. The City Commission hereby authorizes the City Manager to execute the change orders with Atlantic Coast Construction Group and approve a purchase order to said vendor in the amount of $273,384.03. SECTION 3. This Resolution shall take effect immediately upon its passage and adoption. Resolution No. 24-09 Page 1 of 2 Page 62 of 67 Agenda Item #8.E. 12 Feb 2024 PASSED AND ADOPTED by the City of Atlantic Beach, this 12t day of February, 2024. Curtis Ford, Mayor Attest: Donna L. Bartle, City Clerk Approved as to form and correctness: Jason Gabriel, City Attorney Resolution No. 24-09 Page 2 of 2 Page 63 of 67 rD crq 0, 0 rn CO #1 CO #2 CO #3 [CO #4 100 #5 [CO #6 Change Orders for the Public Works Building CO Total COAB At! Coast $ $9,983.53 $9,983.53 $4,899.81 $4,899.81 $4,812.50 $4,812.50 Grease Pit Fill In Floor Drain Relocation Bay / Bezz Electrical Demo Bay Door Grant West Windows Remaining Roof Panel Demo $4,950.00 $10,000.00 $4,950.00 $10,000.00 Upgrade stairs an put into compliance $26,348.54 $26,348.54 GWB & Insulation Int. Wall over block GWB & Insulation EXT. Wall rain damage 2nd Floor Beam cover $32,461.25 $22,085.19 $5,250.00 New Ext. Wall - Gas Pump Extension $11,561.55 New Ext. Walls in Stairwell - Gas Pump Controls $15,647.79 Window Return Framming and Finish $31,369.13 Shop Bay and Office Fire Wall $109,296.48 Window Floor Extension $4,023.50 Break Room Counters and Cabinets 2 Each $15,000.00 Shop Lights and all electrical outlets $16,000.00 Update shop electrical panel to hallway $27,071.00 Tingen Upgrade all Internet wiring and security Wires Conference Table and Chairs Conference Room and Kitchen TV Have Security Camera's Installed Convergint- Badge Reader -Fuel Pumps - Monitors / TV's- Training room - $32, 461.25 $22,085.19 $5,250.00 $11,561.55 $15,647.79 $31,369.13 $109,296.48 $4,023.50 $15,000.00 $8,000 $8,000 $27,071.00 $26,097.91 $26,097.91 $4,000.00 $4,000.00 SUB TOTALS $380,858.18 $273,384.03 $107,474.15 Highlighted item are to bring the building up to code O:\Draft Staff Reports\2024 Meetings\02-12-24\Placeholder - Public Works Building Remodel update\Staff Report for 2223-03 - Public Works Bldg. Remodel change orders 2/1/20248:52 AM Agenda Item #9.A. 12 Feb 2024 STAFF REPORT City of Atlantic Beach Commission Meeting AGENDA ITEM: Ordinance No. 20-24-171 to appropriate $750,000 to the General Fund for the purchase of 100 West First Street, and costs associated with the purchase. DATE: February 1, 2024 'Wgr SUBMITTED BY: Brittany Percell, Director of Finance BACKGROUND: At the Regular City Commission Meeting held on December 11, 2023, Resolution No. 23-55 was adopted by the Commission authorizing the execution of a purchase and sale agreement between the City and Watchcare, Inc., for the purchase of 0.44+- acres of real property in Atlantic Beach at 100 West First Street (Parcel ID 170715-0000) for the price of $700,000; designating General Fund, fund balance (reserves) to be used for this purpose. An additional $50,000 is being allocated for costs associated with closing. Funds were not appropriated for this purpose in the FY 2023-24 budget; Ordinance No. 20-24-171 is necessary to fund the purchase. RECOMMENDATION: The City Commission consider approving Ordinance No. 20-24- 171, moving the item to second and final reading on February 26, 2024. ATTACHMENT: Ordinance No. 20-24-171 REVIEWED BY CITY MANAGER: Page 65 of 67 Agenda Item #9.A. 12 Feb 2024 ORDINANCE NO. 20-24-171 AN ORDINANCE AMENDING THE OPERATING BUDGET FOR THE CITY OF ATLANTIC BEACH, FLORIDA FOR THE FISCAL YEAR BEGINNING OCTOBER 1, 2023 AND ENDING SEPTEMBER 30, 2024, AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City Charter of the City of Atlantic Beach requires that the City Commission approve all budgetary increases and transfers at the fund level; and WHEREAS, the nature of budgetary systems and those day-to-day decisions affecting such budgetary systems require adjustments from time -to -time, and WHEREAS, the City desires now to amend the current operating budget funds totaling $750,000 for the purchase of 0.44+- acres of real property in Atlantic Beach a 100 West First Street (Parcel ID 170715-0000) from Watchcare, Inc., in the General Fund. NOW, THEREFORE, BE IT ENACTED BY THE CITY COMMISSION ON BEHALF OF THE PEOPLE OF THE CITY OF ATLANTIC BEACH, FLORIDA that: SECTION 1. The Fiscal Year 2023/2024 Operating Budget is hereby amended as follows: GENERAL FUND Expenditures: Land and associated costs Total Expenses: 5750.000 Fund Balance: ($750.000) SECTION 2. This ordinance shall take effect immediately upon adoption. PASSED by the City Commission on first reading on the 12th day of February, 2024. PASSED AND ADOPTED by the City Commission on second and final reading on this 26th day of February, 2024. Ordinance No. 20-24-171 Page 1 of 2 Page 66 of 67 Agenda Item #9.A. 12 Feb 2024 ATTEST: Donna L. Bartle Curtis Ford City Clerk Mayor Approved as to form and correctness: Jason Gabriel City Attorney Ordinance No. 20-24-171 Page 2 of 2 Page 67 of 67