03-23-98
UNION METAL LAMP STANDARD S
SBCTION S-HHIDO$ TBAPPIC AND fPYC7AL LIONTINO ~,
u~,.am r,
urti
V,-• NY,Oa
I AuWUVilu Specl(itatfwls
I 1. All tist prices are based F. O. B. Canton,
~,y,d Ohio, and are subject to discount.
2. List prices cover Union Metal Lamp Stand-
ards complete with anchor rods and top nngs.
adapted to receive General Electric Lighting
+ Units. List prices do not include lighting units
consisting of such items as casings, globes, veH-
tilators, sockets, lamps, etc., nor do they include
S wiring or any other electrical equipment. List
s prices do not include tubular steel trolley poles
s but they wilt be quoted upon and furnished by us
~ when desired.
3. Where desired we are Dleased to quote on
Union Metal Lamp Standards complete with G. E.
Lighting Units or any other material ceferred to
in Item 2.
~. Specified heights can be changed to meet
u v I varying lighting Conditions without materially af-
fecting the tort.
5. Many different designs or combinations may
be treated by interchanging bees, shafts, and
w heads of Union Metal Lamb Standuds.
~r
6. All Standards are given shop priming cwt
of high grade metallastic paint, both inside and
,~..~ outside before leaving the factory and should be
%+ given finishing coat after erection. Following spe-
cial finishes are furnished at extra charge when
r•
. specified: Natural Copper. Vvde Antique, Ozi-
~
a
.~
t i dized Copper or Statuary Bronze.
7. All designs can be furnished with copper
jacketed shafts at an extra Charge. Prices quoted
upon application.
~+ B. Always specify exact form of lighting nail
that will be used on top of standard.
0.mevamv print Dew`v Nv. 163a ComNeaviov
Lifhrivt avd Tro? Siaval Sravdad. Aypros
'f
0
ro
er
aaippiva wegYe Snedard ealr 635IN.,
Poo 775 la.
THE UNION METAL MANUFACTURING CO., CANTON, OHIO
Page S-611
UNION METAL LAMP STANDARD S
BECTION f-HRIDG$ TRAFFIC AND BPHCIAL LiGNTINO
'~~®' Description and Specifications
This special Standard ~cas first developed for At-
• lantic City to serve as a Combination lighting unit and
support for traffic signal. The standard is installed at
street intersections and with a 15 ft. arm, the traffic
signal is thrown out to practically the center of the
street.
The principal support in this standard is a standard
8'-i"-6' tubular steel trolley pole with ornamental
Rase, casing and capital telescoped over it.
Kormalty the standard would be anchored by ex-
tending the tubular steel trolley pole some 5 or 6 ft.
into the ground or cement foundation. However, on
account of the sandy soil, the mounting of this unit in
Atlantic City entailed some rather serious engineer-
ing considerations.
Dni`n 1628 Combination
s~a,re .'ii C.ralE
As above stated, this traffic standard was installed
Fotm s xoralvx vn:t
and Crov,< Hind, TraHie at street intersections and a smaller, Design No. 1627,
signal. sholen on page 5-612 of this catalog, was installed in
between the intersections.
Detailed dimension print with further specifications
gill be found on back of this page.
~~
J
THE UNION METAL MANUFACTURING CO., CANTON, OHIO
Page S-61o
~'
~_• J~~~.`~ ~ r-tot-*~?~
* I ~T.
't_ '-
:.iu-
µY~
.Y r ...i
- - t:,
f ~~ `
i•
:.~'
s the world leader in
traffic pole design,
Union Metal sets the
standard by com-
bining turn-of--the-century charm
with state-of--the-arc technology.
The Nostalgia Traffic Pole Series,
like our Nostalgia Lighting Series,
is designed to provide elegance,
ease of installation and long life.
We manufacture every pole, baze
and accessory with the quality
you'd expect from the pioneer in
decorative lighting standards.
We invite you to consider the
Nostalgia Traffic Pole Series in
conjunction with our Nostalgia
Lighting Series, or az a stand-alone
application. Wha[ever your
historical design needs may be,
Union Metal can meet [hem with
our extensive Nostalgia Series
products. Our expert in-house
engineering department awaits
your challenge. [f you have special
requirements, we'll work with yon
to get the job done. Contact us
toda}' for more information.
"?-.
i! t
. - .,
~' r _,
~:
;_„ { - . .
!:: '•' ,,
.. ~
Y i
.~, ~-
.`t,1~ ,r ~ ...
I ,'
;
'' t'
:"ti` a Fp`r
~~~
~
'
POLE SHA FTS ~~'
"
~
~;
( =
,`•~+
'
I
~I
• Available in IG-flute and round shapes ,
+ •, .;{
-
~) • Lengths can be extended [o provide x , ;
combination pole capabilities to meet a
variety of luminaire mounting heights
• Concentric four (4) bolt anchorage pattern
ARM S
• Available in IG-flure, octaflute and
round shapes
• Up ro 75 foot spread using telescopic joint
• Multiple arm rises and curvatures designed
to specification `- ~~~ _ _ ~-~"""~~
• Rigid Flange plate mounting or optional j."~"'/'
CURVED CLL.\IP-OV
clamp-on arm connexions provide arm
rotation capabilities
'1r -
/ II STR41GFiT
;i
IG-FLU"FE OCl~.4FLUTE ROL'NU ~~
BASES
IG-FLUTE
~~~
ROUND
.T : .v.
~1.-:
.~: '-~ ~
:!:':.
~- ,
iC ~~cURVen RLCID
I~
• Available in a variety of styles ro complement the IQostalgia
Lighting Series
• Two-piece split construction for ease of installation
• Twin doors provide convenient interior access
I ~~ 1
~~~I1.
I'
n~I
;~ '\\
~~~t
~ i
\fETROPOLITA\
NA"ru>NAL r:juru: evANSroN COL.U\IISIAN
~~~t, .
'nl ii',
i~:~l
r ~~I~I~~
;.~ ~~aw
J. -
:-
-._ -. : _zl.-r_ :5:-
mores't~f n thin!
Canton, Ohio
.` 'x
~'~~<'.
cc
,. .
Canton, Ohio 44711
Phone(216)45G-7653
Faz(21G)45G-0196
Arn Code f330) ss of 11uch'96
All structures ue desired in
conformance with cvrtent
AASHTO criteria.
MEMPHIS
==
ST. PAUL
:"-- '
P.O. Box 9920
~~
t
} _ :! ~ `~-
'a.
77ie Nostalgia Traffic Pole Series...
combining the charm of yesterday with
today's engineering technology.
pn.j~.~. I'uf~~ ,hefi, and erne, ni.r: he
,pcut~rd in nnuu! ur t~utal ,h.i!, r,.
uid me,[, c.ui be,incle.rt double
end .n curumud.uc cr: u~el ur hun-
zrn;;el sinel di,plec,. l hnan:cn~.tl
h.ue, tome in uve::d ,n~ln and
frenuc ,!,Iit-be+e enn,~nic~iuu tar
ra,v inu.;ILaiun. It dc,iicd, lu,u, nr
cmhlc:m mac he ina n!~ura~nl uuu
:br accc„ .!ru ~r, ut [iic ~rc,t u~ the
hex,. (knanicn~al !~ulc n~!„ arc
ev.~il.iblc it a^ ercr: u; .{..-Tura[^:c
,h.,;,c,. - --.
i _ .... _- ~ ----`-~
~~ r
I .
- -- - -
T{~e ~1'astalgirr
Traffic Pole Series...
setting Nye standard for strengt{~,
,~Terihilitj~ acrd stti~le. ~ -~ -
f'
~. .~! • ~ ,
__ 'J
~. _~.
trength. Hidden behind
the beauty of a Union
Meal Nostalgia Traffic
Pole is real strength. Our
unique mandrel-formed mono[ube
process -the same process used
on our convcntional round traffic
Poles -gives us the strongest Fluted
pole in the industry, This enables our
poles to carry hightt design loads and
support longer matt arm lengths (up
ro 75 fect), while retaining the ele-
gance of cone-piece fluted shaft.
lexibiliry.
Unlike ordina
round poles
with a separa[t
fluted sheathing, our
one-ptece
E~`i I
fluted traffic ~r'"~
poles can be
.}~i~tY'" ~'.
• l:~.f~ .`1r
--- `.' -
...
~:.
couplings, scrolls, banncr arms and
flag holders. This eliminates the need
for unsightly banding or damps.
Md our polo are casier to modify
in height
and function to
meet your specifitations.
tyle. Designed ro coordinare
with our Nostalgia Ligh[ing
Series, our Nostalgia Traffic
Pole Series offers a variety
of historical styles ro add continuity ~~
to your restoration
+r~ '- casilywelded i~ ;!
~., _ I':
[o accommodate
i~ ~ ~- mountings for ~j ~ ~
i ~~~ - .,
- -
s~ r " `. features like ~ i
~° ~f``~r~~j" pedestrian signal
' `~ b ' ' '
M
4Y~Jh ".: i%" -
~t.
:i=• . ti
.:~:':.'' .. .. a.`
am xrcco
across America
arc lined with
hi~attic ardtitrc-
nuc and dr~it~n. From ro[ura[iun
and enhancanent m new derelop-
mcnt prujecn, arcfu[c'cn, en~inecn
and p':am[er~ are revi[alizing our
urccn with doitFn, that rdic~[ our
:~oird~ia I i~luirn, Jcria lamb
porn and fsuac+ include mam~
ul l;nion Ak[al', orieinal [urn
ot-thr-anntn~ dc,i~n,.
\o~r, thr manul~aurcr of
:America'e tint [rallic signal
pole, -and unlati'S Iradin,,
wppliet - introduer~ the
V~o~tal:;ia'I r.dhc Pole Srric ~.
Complement }'our historical
lit~htin~ pa[jra with our_
Kox.dt;ia Irat}ic and Pe~le+[rian
Pole- lh~,ignrd ro mardt dtc ~ -
\'o,tahia Li~h[ing Scrie~, [he
tio~talgia 1ra7Ge Pule Srriee
providc~ drsign anninuin~ and
hiuoric charm to rnh.mar your
rnure pngea.
lrChl[CilnLil hefl(a E;C IJ~C Onr ~Ul Ll hla Llgh^R~'
-- -- --
-~_s- -- Srrie., [hr
P~Airl STREET
.~ .
-
',~ t ~:;~~!t ~fe:a' '=~~
~ -.-J Grtpntat.uu i~ Au~tal,~.a Iiatti~ Pole ~~ ~ --
-
. l .~~: n~ be part uFtl t 1 ~ :;a~~e _ lerie~ retain, d:~ h. n.;~. and `' ~ ~.-
~
~~, - _.
\ti: ~,'vr been panidir.,, G~ b.:in,~ .unhenticir.~ u(n~~.tn~: oFour ~'"
-•r,:
.-
' • ~ it 1 ~ ~c
,~
aa.
. ,ite amcnitir~ Gtr n;ar,: original dc~i,n+. addim~ nnlac
e _
'
`
u
- u
,: r,,:, a,nt» the counv: ,iace [c~hno ot•~:
I for durahilin' ar,d " E-
,„
1 `)UG. In f.i~t. nut p~,pular
~.
ti; r.nah. - - T(j. ...
~' Pfi ~r)'
~`
_ i
i,~ ,
F t[[ i t IIIIIIIIIillpii~ii~~~, F t -~~r-j~
tt..- u' I I I
.,: t ~..:,..(.~':.
~,
ii
't, ~
r . ~F.. ~
• ~.
~~~
•+ _ t
r
..
i
j
f
~~~ #-
r> ..
_
~ s
. x i
- ~
~ y
Y' s
r .; ~j i
7 ~ + ~'"
F
~'- : '-
1. '
±f j
1
~~
~'
a. j fJ~
:~
'
.
~
.
~
e ~ i'~~r
: ur..
v 5
//.
y~_~ ^~~
~a
,
° ~ .
y ~ _..
(~ r f
> ~~ ~` '
. ~ The A
t
l
i
,~, >< . os
a
g
a
' ~' ' ~~ ; ~~ ~ ~= Traffic Pole Series
..
" ~
' ~ '
~' '
~,
1 ~ - ~~
, creating lighting
_
~ _
~
`'b~~ '~:i^ 5` ..
ti = ~ ~ ~~,? ~ :~ }' :E ~; and traffic pole
~ ~ _- ~~ s.
'~f ~P ~
.
~_
; .
~ x~ ,
~.< coiltl)l!lltj' tbrottgb
: ~_ ,
1R ~
~' •
; ~--'
~ dlstlllclll~e design.
~ _ ~
~_
_ _ ar~.:_
~'
~_
,~~
;.'.
~..,
,{,,
~~
r;a'e
': S_ _
.,
~''.i
- ~.
t'+~
Y
Y
~ '_r ~ ~ r f~r `.
5e'SC0
John Montgomery
P O. Box 9771, Jac ksomll; e, F L 32239
Phone 19041743.4942
J
C 11~~11 ",
OLE SERIEi,S'
e" i' ,' ,
f
• ~. .
~,+ C'
1. ~~ S[
I
i~`~' - '
:~ .
,Union Metal
" ~ CORPORATION
~~
7F
3 -23-88
uoo sANVrIrEa LA.YE
ATLANTIC BEACH. FWRIDN 522J5A101
TELEPHONE (904) 24T5034
FAX (901) 247-500.1
MEMORANDUM
DATE: March 17, 1998
TO: Im arboL'/City Manager
FROM: Robert S. Kosoy/Director of Public Works
SUBJECT: Traffic Signal At Atlantic Boulevard and Ocean Boulevard
On March 12, I spoke with the City of Jacksonville's Traffic Engineer, Mr. Fred Kyle, P.E.,
regazding the traffic signal at Ocean and Atlantic Boulevazds. He advised that any replacement
signal would require dual indicators mounted on mast arms and that post mounted signals aze not
permitted due to the fact that motorists do not expect to see them on the side of the roadway. He
added that new loop detectors may be required to trigger the light automatically. Lastly, he
provided the name of the two vendors, Valmont and Union Metal that may provide further
information on historic-type light standards.
On March 17, I spoke with Mr. John Montgomery of SESCO, who is a sales representative with
information on historical type mast arms. He is an Atlantic Beach resident. The catalog he
delivered should assist us with selection of a suitable light standazd. He feels that loop detector
equipment is probably not necessary and, if absolutely necessary, could be installed into the Light
standard, rather than excavate the pavement or bricks to install. He provided the name of a local
electrical contractor, James D. Minson, who would provide a quote for this type of work, after
we agree upon the type of installation desired.
RSK/cst
Attachment: Catalog
cc: Chief David Thompson/Director ofPublic Safety
File -Street -Ocean Boulevard
CITY OF
~~llact~ic $'caelc - ~lauda
1200 SANDPIPER LANE
i_-_. _._. .._- _._.. .._. ___._.. ATLANTIC BEACH, FLORIDA 32233-4381
TELEPHONE (904) 24T-5818
~\ FAX (904) 24T-5819
January 27, 1998
CITY OF ATLANTIC BEACH
REQUEST FOR PROPOSALS
The City of Atlantic Beach, utilizing the procedures of the Consultants
Competitive Negotiations Act, notifies interested Professional Engineers
the City seeks proposals for providing CONSTRUCTION ENGINEERING AND
RESIDENT OBSERVATION FOR THE BUCCANEER WASTEWATER TREATMENT PLANT
EXPANSION PROJECT.
Interested engineers should submit their qualifications packages and
resume(s) of resident observer(s) indicating a strong sewer background,
with specific experience with construction of Sequencing Batch Reactors.
Please submit packages to the Purchasing Agent, City of Atlantic Beach,
1200 Sandpiper Lane, Atlantic Beach, Florida 32233, (904) 247-5818, no
later than 4:30 PM, Wednesday, March 4, 1998.
FLORIDA TIMES-UNION: Please publish one time in LEGAL SECTION on Sunday,
February 1, 1998. Submitted by Joan LaVake -
247-5818.
****~*r******r**k+t***a*xrr***x*t***r*******~**nr*z*n***,t***********a***~
AGENDA ITEM: CONSTRUCTION ENGINEERING AND RESIDENT
OBSERVATION FOR THE BUCCANEER WASTEWATER
TREATMENT PLANT EXPANSION PROJECT
In summary, the proposals of Eder Associates and Smith and Gillespie aze both very strong.
However, Staff is unfamiliaz with the resident observer(s) proposed by Eder and has some
concern about electrical reviews being performed out-of-state.
RECOMMENDATION: Authorize Staff to negotiate with Smith & Gillespie for a cost
proposal for Construction Engineering and Resident Observation
for the Buccaneer Wastewater Treatment Plant Expansion.
ATTACHMENTS: -Request for Proposal
- Proposals Are On File With The City Clerk
REVIEWED BY CITY
r ~
AGENDA ITEM NO: 7 E
COMMISSION MEETING DATE: 3 • Z ~' 9~
CITY OF ATLANTIC BEACH
CITY COMMISSION MEETING
STAFF REPORT
AGENDA ITEM: CONSTRUCTION ENGINEERING AND RESIDENT
OBSERVATION FOR THE BUCCANEER WASTEWATEF
TREATMENT PLANT EXPANSION PROJECT
SUBM-TTF>n RY: Robert S. Kosoy/Director of Public Works "~t~
DATE: Mazch 17, 1998
BACKGROUND: The Buccaneer Wastewater Treatment Expansion Project will
require an engineering firm to coordinate the technical activities on this project and provide a
resident observer to provide a daily review of the construction activities. In response to a
Request for Proposal (RFP), we received packages from three engineering firms: Eder
Associates (a division of Gannett Fleming), Gee & Jenson and Smith and Gillespie. The RFP
requested that the proposed resident observer have a strong sewer background, with specific
experience with construction of Sequencing Batch Reactors (SBRs).
Staff reviewed the three proposals and a brief summary of each is provided:
Eder Associates -This firm, with Andy May, P.E., as the proposed Project Manager,
designed the plant expansion and, therefore, is most familiar with the details of the
project plans and specifications. Their proposed resident observer(s) demonstrates
experience in SBR technology but their past experience is in the Pennsylvania area. The
proposed construction team demonstrates competency to handle all phases of
construction; however, electrical reviews will be performed by a subconsultant in New
Jersey.
2. Gee & Jenson -This firm, with David Bolam, P.E. as the Project Manager, has had
experience with designing and permitting SBRs. Their proposed resident observer(s)
have no experience in SBR plants. The proposed construction team demonstrates
competency to handle the engineering review phases of construction but the RFP
requested a resident observer with SBR experience.
3. Smith & Gillespie -This firm, with Doug Layton, P.E., as the proposed Construction
Coordinator, has had experience with SBR design and construction. Their proposed
resident observer, Cazl Taylor, recently completed an SBR project in MacClenny,
Florida, using Fluidyne equipment. The proposed construction team demonstrates
competency to handle all phases of construction.
..~ i
Hanna Construction Company
~.. ~a-~,sn.
ass. Perron aa.
Jacbanae aesch, fl.. 3229D
Tekpfnne 2449088
Change Order
DATE: March 5, 1998
SLT_RMITTED TO:
City of Atlamic Beach
800 Seminole Rd.
Atlantic Beach, FI., 32233-5445
JOB LOCATION:
1200 Sandpiper Ln.
Atlantic Beach Fl., 32233-5445
DETAIL OF WORK TO BE PERFORMED:
Re: BID NO. 9798-4 DESIGN-BUII,D ANIMAL. KENNEL BUILDING
1. Install Chain link fencing over the tops of dog bins.
TOTAL FOR CHANGE: S 585.00
PAYMENTS TO BE MADE AS FOLLOWS: Ihre on completion of job.
RESPECTFULLY SUBMITTED:
FOR. HANNA CONSTRUCTION COMPANY
A('('i'.PTANCF. OF CFIAN(:F. OR .R
The above prices and specification are satisfactory and aze hereby accepted. You are
authorized to do the work as specified. Payments aze to be made as stated above.
DATE:
SIGNATURE:
. ~
CITY OF ATLANTIC BEACH
CITY COMMISSION MEETING
STAFF REPORT
70
3-t3~98
AGENDA ITEM: Change Order on Animal Control Building
DATE: Mazch 17, 1998
SUBMITTED BY: David E. Thompson, Director of Public Safety
BACKGROUND: The construction on the Animal Control Building is progressing, and it
should be ready for completion within the next few weeks. As the plans have been reviewed
during construction, there is one area identified that was not adequately addressed, and it needs to
be changed.
L1 the original plans, the City provided fairly detailed specifications on the construction of the
holding pens. Through the pre-bid conference and the specifications, the pens were described
such that they would include chain link sepazations all the way to the ceiling. This would prevent
animals from climbing or jumping out of the tops of the pens. When the project was rebid, the
details relative to the fencing were not clearly spelled out. As a result, the curtest plans show
individual pens constructed of concrete up to four (4) feet in height. However, they do not
specify the chain link tops for those pens.
After discussion with Hanna Construction, chain link can be run along the tops of the pens to
keep the animals from getting out. If we run the walls all the way to the ceiling, then rt will
eliminate possible storage space while limiting access to the windows. The attached change order
would provide the chain link tops for the pens along with appropriate gates, etc.
RECOMMENDATIONS: We recommend that approval of the attached change order for
$585.00 to secure the animal pens with chain link fencing.
ATTACHMENTS: See Change Order Attached.
REVIEWED BY CITY
AGENDA ITEM:
nHR-04-90 08:40 AM HEr+Gri 8'JGG iES 8 4X4•S 90• 242 BE?2
l:~1•CJRAL•17%OA'.•1B~ILr7:...
HI?AC'II NI?G(~ils` c?c 4 X 1's I;~C'.
20 I)unncr Koud
Atlstntit• Ileac6, b'I, 32233
(9U•t) 242 - 0392
;1i~'- :i117U
P. 03
T-
i
I
I
i
i
.Special4brl in Jeep Repair
.a.e~? Certified ' 1' Yaam /i~7,Triencr
l'amilp On'nrd Xr Operated
('F.R771~7(~'-ITIOh:ti & {71.'9LI77(~4%%Oh:S
hT?LLV ('I'I'1', COI:\T1'.rc S'I'AI'F. ('F:KTIFIEL ,4\1) KF:GISTEKI~:U
D1F.~7RF:R OF"I'IIF. NF:ITER BIiSIk1,SS BI3RF.AL~
ASE h 49 DF.AI.KKSIIIV ('ERIIMT('Al'IO'_`S:
lln;jne Rcpnir• Brakes
" Engine Pnrform+mre * Electrical Rkctronic S)staro+,
" Manual Urine 'train and Axles • liesrling ^nd Air Conditioning
Suspembrn and SteerlnC A.'C (7+a Y.1nC. Rceacery .i
Bosch h.drt Futl lnjettiun Rccyc4ng
i
• Grneral M1lutors "C'('C"' ('nmputn~
tiPt;('lAl . AC'FI (}' VLAiF,NTS
('re,Aur n(the "Cumhuction Chamber Service"
Driveahlily Prublen+, with [he ! A IAta• and the 3.0 lifa• F;rtgiaes. Dut+l cool»ct eilh
('lurs{er Ynelnern in the attempt (o improee some 1993 - 1996 %is Elrcu•ic+rl and i
llricu+UGlq Prohlunc.
nHR-0a-90 00:a2 an BE:.CM BV GGl ES & oxq•S 904 2a2 0392 F.06
i+.'IG.C, EbI pak W W a:1:1 Y:MY AVI NJ'4.M'Y Y.F I
I
'~~~I~~7, fE~I; ~~((~~ ~ CJ1~r7~fr? 1 ~ E 4 ~
;.t ~' raoz ~~l]UU'~1~.115~
!I
~ BEACH BUGGIES & 4X4's
~ 'll~ "THE JEEP SPECIALISTS"
1! 2C Donner Road , .
ATlAN1iC BEACH, FL 32233
I 1
i
.._•___- -----_._ _.- --_. _-_--_-._. .L_.-_
<:wT, i Vlv .._ ._
- -
~
~
CR'~ :JiJI! rJ R: 1 YOG3
•
GJUMLICM R9fW.TT 1'Y'f U1CO LY ~
]
T
~
f
11
•
n,RP9~RU
SCil4? i
C6 i
-- ~ --- ~----1----
--- - - ------~----
-- --1 I
;
n .,,.s:.r,
~ F ~ ~ 5 ;
_. RF v F. TED r- a I
~ nEEUGE SEV,Vi I DESCF',i TIJS ?ARfS V.:Cfi I REF'N-Srr 1:N'
,~C ~Ia.IJf~S ~asL. rct~$TAr~%ifss 3Lyf5 _-~.~F.QQ' 3 ~ ~ _ _. {~
X .,IRAcr~.SJ=.,~ S5 t,~r~x1~~F2nme._.masr~~-----I _--
e~+~ct~~-S~i4 fi!aL~JQollv.~fA.rk..d --±~0~ ~
-1J~~ ~-- I
I
a, cZ.i- ----
-- . -. - I I'
n
_i
LX - - LOi~-_~.L!-!q !'ACI:AgE.'~ ~r~cl,~ r ,vex _
_
--. --- --
I
~~ .-ter r .. -. If ------ _ -
~ I
~
f'
. ~
-
~Sj
'-_' ~
---~
----
-~ 1
I`~
J
re~e_(
.~j(~(
n2
f.~ _yI7-Pi.Sr-Trod-tG~J .S~ooL=
'1~l l
~
{'F
S
fr
~~
L
b
~
~
oZ ~ -._
~ ~
j
,
,~ip; £2
_r~fsJ{~GTren?
tT2
<.1.5
. X _
,_4~?~+1
~J
_L
~X IO.S ~R,.[~
~~O
x
I iRAn,nLTir
~S ,
i ---
-- -
~- 1
- -!
'
!
-.. -
,_.
~
_
-
L
4~~
~j~
~
/
I L
O~ ~ 1
~~
a
K,~l TAr.t,
rgl,r Baa. w
TA,_fFSS -
J(
- __
, _ _ _ .
i
~I~FtLiroUC _ 'AR ~1~,.~1~~L_nr~t9~f_- -'~!~9 I
! ~[
~
-
a.~ ~
--
--
-
I_
~' 1 I '~1~r.S~SCS ~erG"or.vTr4r.L i„~61; ~_. __~ _
-~
--
-
I
~or+~~11.~7E S~Y~£T~J~2hooes..- _-. ~ ~J~
X f --- `-- - ~
;
I
i :j
, ~
_. . _- .,_ -- I -----
~ ----
- - r ---- - ----- '-
~
'
I ~ -- - --
__
- - - ---- - -- - -- --- -- ,
(
- - I ,
'---- ~
- - -
; --
r
I TOTALS i
I T•c abo+e !5 an est:matz DaSC•d on w' inspeclbn a-d cces nst TC L1L PhT?TS . .. ... ~ O >- ~~'•/~=~ ~-
;G:Er am atl~ tsna' i.Rns r• e:M' wtvah nwr Ge roauhei a4rr [h. I .. ... - ~` -- i
Ottasixz!li. «~•~.. or dr..aa~Ed Gans a'c ~ T
3_~.~ 3_ ~Y-
«orx 'as beer: ~ arleJ
w'
S
3$ ~ l
803 ~
' '
-
.
_
,
.
QTA
. -
_ LA
5:0,'?'rte .Lh C~ no n~' :6 C+.oenl o' :nC fi•.! inSYYIKn ~ I
I Be:ause o' t•~s, r.t roo.o Frees are not g.,arzntecn O_c:a' ens ~ TOTA'- F.E~ NIS'/ .... ... .... S ... =-- "'-
j Ofl Q2C5 d-d 12!%x Src w^?f`t ar1. SubjBC'. to chars ~';. I ~/~J I
?UTNOPoIATIOI. FOR RFFA't Yoe me ^ereD au:-or.:e0 to ~ ~.-~p T• n , .. I . '
, rr:a*e ]M ahnve rnP:ir5. i L
S
-
_-__ -.
-...
i
I SC;NED- __._ ___ __. .-- .-__. -
(i3~l~i:sc~~ s1'~s~~(a'-tiCi
....
TOTAL. ~
i
rf'F -' __.
PRrcF.~ Nf4oT/~BE.E P[.•>yN5 A.r...•'- ~~ 5..~
MAR-04-98 0&:4l r:n BEf.CM BVGGfES i 4Y.4.5 904 242 1,+392 P. P3
4pK Yb:4010: L°4 ~p:1•p; nl1'K.•t1 t)r i
~ ~' .. ~
I I'CI' ~~ 5I(~'~ 1063 1
BEACH BUGGIES ~ 4X4's
'TNE JECP SPECIALISTS"
20 Doncu Roa9 I
A1lA'eTIC BEACH, FL 32233 ~
(904) 242-0392 i
I:.4E n ' wpv: pw~C ~
- K£LATI-~~fr9LH ~aren~-.~e.Q ~.. -- ------, 3~3/R~ ~,
sr...: ,.. ,i
Kwi ~ t.'.At ; t "~ I I
19 7T7 n -- - ----~ ~ 7--- -- -- --- - --- I
~~ Sya]ELG L ..! ~E eP__ ~ oa,u.-, I r:,w:.:a.,.t:: t. _.''
,I MA ( -. I1-NTt Yom. t CQ ems[ 1d (~ I
.~n'iJV.A:Q1 IJ-ANS-'S.IEArs: LL~/ ) ~/.iL6~!L~. ~ NIL! ___ -JVL~.Y ~~TT -__ f~
•J)Y.1~~
. - - - . w - ~ - f ~ N~iL
PEP.ACE PEPA9 JCSi.9 F'I:.Y. j vti iTe I :lHM IREC•Fn*I Slll'~+.
I I
i JAI AFL STw:-+1~.~1_-.~~(YJ 1~5 D .__ -_.~
/~ n I
_ x ~L.-OMQLES.G . V"A~eeT' ~ab '~tSyS-~ac1GL-`~S.:lar..l I ~-~0 ~-- 1 i
-Y('.~,u,pcer~'~..hasstsC2s-1~aul.~ptsle6prcoce~, ~10.~. -. -1J',
~7 I ~ ~;
_ --~I_X ~ OM~1.~rE (fLEBJ/L~~..IG.`F f4J~aJ ~j__- -. .+. _-1 --
i
~- I I
be)di,I.n3tsyCnR6,L~rvt~baf~JwA.Y •--- ~,~a3L I - -~ -li
~ _.Ly/Wdce,suhP.e( CyLNde~S,CEiLyx~s.Y ..__-.-- -- I --- -~
~- --1- -- Frfa~Sl~~3rJaJtiress~'le~~frr~. -'3ao.!?j.o ! -+I
~ ~_ - -
f ~. I ~ N£•J A~~odi2rd._£Y aas~3r~L~s~r1n -- - -15L~ a, o ; - . _ _1
. --, i
t__X I _ ~Aanenr~D Dvs~r~d ~ltr~.sx~_~e~,:SoIE,-..' -- i I
c T 1 ~~,L..GiI.C I-rcdlGSl-~~. ~~Q- -1. _1~
. a' ~ .. ~~6BrcArfl.~r oc F~~-•~~. chy - ~ - ---• ---~ --.I
((~~ ~~~ I
VrC-S~i '-~GV , I - - - 1 I
!.~(...; -~ATFR~Of_.+~~5_`~= 8 ^~`r Cel+, S le, -_. ~~q~-~_I. Q1 --~ -1 i
I ! II
.){ .! .. ~,rrtE~ ,~J -~iJec..Ta..IK/nQSt~..-~'~ 1- a 1
r
- ~CA/'fG Tn..)eu~~cefcr•Mf..~!~fe_ St3 t~
• ~ -~ - TOTALS . I - I -- ~ ~i
The aha•e 6 Rr esL'fafc bases or. 7u' '.rSper.L~l arc Goes "~I -'
Gr.el 2fy aCOioo'a pd4S Or LIECr w'h;ch O.Ai M 'caw'ed atio' Ch9 ~ TQ-A'- °?.R-erg ~. .......... 3 .
T '•c '•5' Stilletl O'ca5ia+aily wJ'r c' Cah'iG5r: parlY NC `w 3S~ (~.~~ S
- - 1~
I O s4nYP~ w ~-cn -,ar rat be evide^: en :~e h:1 ~npY_co^. I TOTA. L4ECR rw . .......... ..-
2.-ca~5c )' ths. the aB:.e pric4a B•? nOl p'...'arleC1 Ouo:a:woi I TOTAL REFh Sh . .... ..... S
--
I an a;r and Linn ar<rere~I and S.iD;>~ to cYer.~~
i xJ"HCRIUT:OII FOR 9E'P.~q yw ~ u I:o:cby a.anolizei t)
I ma:e:'e aCCae rSFa~rS: TNC. ...... .. ... 5-...
: I S _-
I s:-'"'° --- -- - I
-----
: TOTAL ... .. .. .... S .-
I GG-E .._-._ --_ --_ .- ._ I
" - -- I I
!~
- - I
_ ._.. .._ -.. { I
i
_ - -- ~ I
_. ~.)
I
Proposal (•ontinucd
Pxgr 2
Mr+lical Persoarll'Pxtirnt [~titinxtiun
Rrnr Floor N xtrnsioa •1'rxy, Resruc
itoard, Pxlirnt I.igblinR ~4 }tiddra
Mvdic:J tiupply Storxgc
iry[[thr+mo[•r, upon ('aropl+Nioa of this Project, w•c would like hold x "Vthic}r ;
Upw'ntiun 5wninnr^' fw' rll pc+•suati urin¢ fb/f ~'uhielu. 1•hi, will ++t+yur•~ propp' u.ugc xnd
upa•ation as edl as proper N:untr[-ance and can for your nrw imrstmcnt.
N'e vncerrly tlnu+k you fur yuw~ s•onsidrrin~ this project. li 1 ran !rr of fu[thr+
assistants, plrasr iccl free to contact meat anytime.
Sincerely,
(.ltluchmenls)
B~~ilt
Uwnc[•;TcchNcian
I
i
•~~a.w w~
AJAR-p4-99 p8:39 AM EEAC~-i BVGG IES & 4X4.5 904 242 0392
P. 02
I3H:.ac:tT t3ucc.IN:s.~ 4 ~ a'S tNC. '
~o voyN!•:x -toAn i
:1'I'1,ANTIG Kh:ACl1, M'T, 32233
(9U4) 242-(1392
A1:u ch 3, 1998
i
kT:: City' of Atl:mtlt Beach
Bench Yafrol Jrrii
Attn: Chip nl'y%dall•
J_'HUPUT:U.
\t'e here nt Reich Bu{:prs .~ ! x 4's fns. are Very happy .tr enthusiastic about povsihly
huilding Florida's First Tndeshuctihfe. Reach Proot Y:IU~oI Jeep. Enclosed i. a Compl.ie
F.dimate of what it L•tkes to build such n .leep, with a feu of ow- nN•n recommendations far
ACrI'SCOI7C5.
R'e would likelo donate to the City of Atlantic Bench a 19?' CJ-7, V-8, Mnnunl
transmission. 4 x ~, with a ('Iran Title, ff Rxtimatr encMsrd is cnmplMely authotizrd. R'r
scnuld also IO~PCI' our labor liafe from SA3.l1U per how• to 535.00 per hotte•, to case the bw den
un the City°s Badpet. t!pon re~icw of the FstGnalr, please consider past years Atalntcn:mce
.~ Repair Records of the Patrol Jeep and Costly Attempts to butter i(s performance artd
slructurul iatcgrily. I think you'll find our Rstimate Very reasonrhlc.
Tf rou decide to hns•r Beach 13uggj~~s 4 X 4's Inc. build this "l.ifrsaving Vehicle", we
proloise to put IOU3o Qunliry VlWoliemanship and Paris into this project as well as a 12
monlhs~12,1100 Inilr written ~Vatranty. We have blucptintrd this vehicle ust~t{; the theory of
"What Could Cro V-'rnng?" and con•eeted aU potential failures such av;
1'RQIi1.F R1
Flcchical C'nn'osinn J4 .N'ailw s
Urisclrain Failures
Brake Failures
l.i;Ming Problentc
Toss inl; ('apobililic•s
Fr.tmc%tfndy F:IIi);ur .'L• ('on'osinn
Fxh:un[ ('occasion
SOLD"1'fUN
Marine \k'uine, Stltinlrss Dash s4~ C;angrs
All Nc~v I)rivMrain
Nex• synetrt w~~stailtlesx l..in~w
Stainless I\ighibl:vcrs LiKht Bar
3K hitch .ti ItcN•c»d Spools
F'ratne 1h•ains .~ 1.5Kerglass Rudy
Anoducd Exhaust
'Traction PloLls-~m
t?Ictlronic F:gnipment ('on•ucicn
7~ires, R'inc h .tY Rcarcnd Spools
VV>,terproof('entrrlQ c)vtaficad('onsole
lC
3-Z3~98
CITY OF ATLANTIC BEACH
CITY COMMISSION MEETING
STAFF REPORT
AGENDA ITEM: Purchase of Lifeguard Vehicle
DATE: March 17, 1998
SUBMITTED BY: David E. Thomps~Director of Public Safety
BACKGROUND: For 1997-98, the budget for the Lifeguards includes 514,000 for the
purchase of a vehicle. The source of this funding is from Jacksonville through the Interlocal
Agreement which allocates capital project money annually for Lifeguard expenses.
The Atlantic Beach Patrol has used several types of vehicles over the years, and they have found
that a 4 Wheel Drive Jeep, with a trailer, gets the job done. However, the salt and sand take a toll
on the vehicles, and most lfeguazd vehicles have a very limited life expectancy. Typically, it is
not cost effective to purchase new vehicles, and used vehicles often require a small fortune in
maintenance and upgades.
From a purchasing standpoint, it is not feasible to purchase a used vehicle by utilizing a bid
process. Simply finding a reliable used vehicle is a difficult assignment, and writing bids
specifications to make such a purchase is not realistic in the market. For this reason, the purchase
of a used vehicle has been brought before the City Commission in the past. The purchase price is
above the threshold for staff approval, and the standazd purchasing guidelines are not applicable.
The Lifeguards, along with Ryder, have searched fora "good" used 4X4 Jeep, but they have not
found any "good" deals. As a result, they have explored the possibility of rebuilding a Jeep. A
local company, Beach Buggies and 4X4's, rebuilds all types of 4x4's. They strip the vehicles down
to the frame and rebuild them to har~dle the high demands of the user. in the case of the
Lifeguards, they have presented a proposal to provide a completely rebuilt 4X4 Jeep, including the
attached specifications and with abumper-to-bumper, one (1) year warranty. The total price tag on
this Jeep is 513,921.50. This includes a donated CJ-7 frame and discounted labor rates.
The business owner is planning to attend the Ciry Commission Meeting to answer any questions
about the operation. The Chiefs of the Beach Patrol, Fire Department, and Police Department
have visited the business site.
RECOMMENDATION: We recommend the approval of the purchase of the vehicle as
submitted on the attached proposal from Beach Buggies and 4x4's.
ATTACHMENTS: See Attached Proposal
REVIEWED BY CITY MANAGER:
AGENDA ITE
including, without limitation lawsuits, claims, demands, liabilities, losses, and
expenses for or on account of:
A. Any delays or interference or damage to the General Contractor.
B. Bodily injury, sickness, disease, or death sustained by any person
or
persons or injury to damage to, or loss, or destruction of, any
property as a result of a equipment defect or failure of equipment
to meet specifications;
TIMELINESS OF DELIVERY: The time of delivery is of the essence of this contract
and Equipment Manufacturer shall promptly, diligently, and vigorously perform in a
manner that will assure all described equipment, drawings, installation instructions,
operation and maintenance manuals, and on-site services are delivered and performed
in a timely manner and as required by this equipment purchase contrail. Equipment
Manufacturer shall cooperate with Owner, Contrailor, and Engineer to assure
maximum coordination and efficiency.
ARBITRATION: Any controversy or Gaim relating to this contract, including the
construction or application of this contrail, will be settled by binding arbitration under
the rules of the American Arbitration Association, and any judgment granted by the
arbitrator(s) may be enforced in any court of proper jurisdiction. ,
GOVERNING LAW: This Equipment Purchase Contract shall be construed in
accordance with the laws of the State of Florida.
ENTIRE AGREEMENTlAMENDMENT: This Equipment Purchase Contract contains
the entire agreement of the parties and there are no other promises or conditions in any
other agreement whether oral or written except those which have been incorporated
into this Contrail or referenced including Contract Documents and Spermcations as
defined above. This Equipment Purchase Contrail may be modified or amended in
writing, if the writing is signed by the party obligated under the amendment.
SEVERABILITY: If any portion of this Equipment Purchase Contrail shall be held to be
invalid or unenforceable for any reason, the remaining provisions shall continue to be
valid and enforceable. If a court finds that any provision of this Equipment Purchase
Contract is invalid or unenforceable, but that by limiting such provision, it would become
valid and enforceable, then such provision shall be deemed to be written, construed,
and enforced as so limited.
WAIVER: The failure of either party to enforce any provisions of this Equipment
Purchase Contract shall not be construed as a waiver or limitation of that partys right to
subsequently enforce and compel strict compliance with every provision of this
Equipment Purchase Contract.
DEFAULTS: Equipment Manufacturer shall be in default of this Equipment Purchase
Contract if Equipment Manufacturer fails to fulfill any obligation or tens by which
Equipment Manufailurer is bound. Subject to any governing provisions of law to the
contrary, Owner may elect to cure any default and the cost of such ailion shall be the
responsibility of the Equipment Manufailurer and the Equipment manufacturer shall
pay all costs, damages, and expenses (including reasonable attorney fees and
further warrants that the strength of all equipment, parts, materials, and supplies
delivered shall be adequate and as specified and sufficient to meet the
performance requirements of the Contract Documents and Specifications. The
warranty herein expressed shall not be the sole and exclusive warranty, but, rather,
shall be in addition to any other warranties expressed or implied by law, or under
the Contract Documents and Specifications.
B. Warranty period: Equipment Manufacturer shall promptly and without charge,
correct any failure to fulfill any warranty provision of the Contract Documents or
Specifications that may be discovered or develop at any time within twelve (12)
months from the date of acceptance by the Owner or such longer period as may be
prescribed in the Contract Documents or Specifications or by law. The date of
acceptance is defined as the Owner's acknowledgment that successful start-up has
been completed as per the Specifications and Contract Documents. In no event will
any warranty period begin before Owner receives written certification from the
Equipment Manufacturer that the purchased equipment consistently achieves the
specified performance criteria of the Specifications and Contract Documents during
the field performance testing period.
C. Duty to Corect: In the event of any claim that the equipment is defective,
damaged, flawed, unsuitable, nonconforming, or the equipment fails to fulfill any
waranty under the Contract Documents or Specifications, Equipment Manufacturer
shall be given a reasonable opportunity to confirm the validity of such claim, but
Equipment Manufacturer shall not, unless authorized in writing by Owner, delay
corection of the claimed defect, damage, flaw unsuitability, nonconformity, or
failure while making such determination. In the event any such claim is shown to be
invalid following such corection by Equipment Manufacturer, Owner shall pay the
cost of such correction.
D. Owners Right to Cortect: If, within one business day (24 hours) after Owner gives
Equipment Manufacturer notice of any defect, damage, flaw, unsuitability,
nonconformity, or failure to meet waranty subject to corection by the Equipment
manufacturer, Equipment Manufacturer fails, refused, or neglects to make, either
with its own resources or with contract resources, the corections and to recover
from Equipment Manufacturer all resulting cost, expenses, losses, or damages,
including attorney's fees and administrative expenses.
If in the judgment of the Owner, the delay required to give Equipment Manufacturer
the aforesaid one day notice would cause serious damage or harm that could be
avoided by immediate action, Owner shall have the right, without giving prior notice,
to perform, or to have performed, all work necessary to make the corections and to
recover from Equipment Manufacturer shall be notified as promptly as possible and
shall assist in making the necessary corections.
INDEMNIFICATION: Equipment Manufacturer shall indemnify, save harntess, and
defend Owner and Engineer against any and all lawsuits, claims, demands,
liabilities, losses, and expenses, including attorney's fees and administrative
expenses, that may arise, out of or in connection with the purchase of the described
equipment or the equipment's performance or failure to perform in accordance with
the Specifications, except to the extent cause by the sole negligence of the Owner,
The Equipment Manufacturer shall provide additional local service support upon
request by the owner.
OPERATIONS AND MAINTENANCE: Equipment Manufacturer will provide to Owner
and Engineer Operations and Maintenance manuals for the purchased equipment in
accordance with Specifications.
EQUIPMENT MANUFACTURERS REPRESENTATIONS:
A. Review of ConVail: Equipment Manufacturer hereby represents to Owner that k
has carefully examined, reviewed, and accepted this Equipment Purchase Contract
and all of the Contrail Documents and Specifications prior to exewtion of this
contrail and there are no discrepancies, errors, omissions, ambiguities, or
conflicts in this conVail that are material to Equipment Manufacturer's
performance, supply of equipment, delivery of equipment, contrail price, or
contrail time that has not already been clarified in writing by Owner to the
satisfaction of Equipment Manufacturer. Equipment Manufailurer shall hereafter
have no claim for payment or compensation in excess of the conVact price based
upon discrepancies, errors, omissions, ambiguities, or conflicts of the contrail of
ConVail Documents.
B. Specifications: Equipment Manufacturer hereby represents that the purchased
equipment meets all criteria set forth in the Specifications and Contract
Documents.
C. Time: Equipment Manufailurer hereby represents that it is ready, willing, able, and
prepared to deliver the described equipment upon the direction of the General
Contractor in full compliance with, and as required by or pursuant to, this contract,
Contract Documents, and Specifications, for the contrail price, to the Site at the
time and in the manner determined by the General Contractor.
D. Taxes and Benefits: Equipment Manufacturer has excluded from the contract price
all state and local sales, use, and excise taxes.
E. Affirmation of Warranties: Equipment Manufailurer hereby acknowledges that it
has carefully read, reviewed, and understood, and hereby agrees to honor the
Equipment Warranties set forth in the Contrail Documents, Specifications, an this
purchase contract.
F. Enforceable Obligation: This conVail constitutes the legal, valid, and binding
obligation of Equipment Manufacturer, and is fully enforceable against Equipment
Manufacturer in accordance with its terms.
WARRANTY:
A. Scope of Warranty: Equipment Manufailurer warrants that its equipment shall be
free from defeils and flaws in design, workmanship, construction, and materials;
shall strictly conform to the requirements of this contrail. Contract Documents,
Specifications, and shall be fit, sufficient, and suitable for the purposes expressed
in, or reasonably inferred from the Contract Documents, Equipment Manufacturer
The purchase price of the equipment covers the Equipment Manufacturers cost for the
inspection and certification that the equipment arrived to the Site free of damage from
shipping.
MANUFACTURER'S SERVICES: Equipment Manufacturer shall provide necessary
assistance fora successful start-up of the equipment and operational Vaining.
Equipment Manufacturer shall provide, perform, and complete the foregoing services in
a proper and workmanlike manner, consistent with the highest standards of
professionalism and in full compliance with, and as required by or pursuant to, this
Equipment Purchase Contract. Further, Equipment Manufacturer shall fumish the
services of a factory trained representative for a maximum of 1 trip and 10 eight-hour
days at the job site to inspect the equipment installation, supervise the initial operation
of the equipment, and instruct the plant operating personnel in proper operating and
maintenance.
Additionally, Equipment Manufacturer shall fumish the services of a Vained
representative for one(1) trip consisting of two (2) eight-hour days at the site after starf-
upfor process assistance.
Equipment Manufacturer will provide owner with written certification that all equipment
specified herein has been installed by the General ConVactor In accordance with the
manufacturer 's instructions and in compliance with the ConVact Documents and
Specifications.
Equipment Manufacturer shall certify In writing to the owner that the purchased
equipment complies with the respective performance requirements contained in the
Specifications and Contract Documents based upon performance during the field
testing period. Field performance testing period will begin upon successful start-up of
the purchased equipment as outlined in the Perforance Guarantee.. In the event
that the purchased equipment fails to consistently achieve the specified performance
criteria during the field performance testing period, the owner at its discretion may
direct the Equipment Manufacturer to immediately cure any defects. In the event the
Equipment Manufacturer fails to cure the defects or in the event the purchased
equipment does not consistently achieve the specified performance criteria within a
reasonable time, the Owner may demand that the Equipment Manufacturer replace the
defective equipment at the sole cost and expense of the Equipment Manufacturer, and
such cost shall include removal and reinstallation of subject equipment In the
alternative and in the discretion of the Owner the Equipment Manufacturer shall pay all
costs to remove the equipment and reimburse the entire purchased amount of the
equipment to the owner.
The purchase price of the equipment covers the Equipment Manufacturer's cost for all
necessary inspections. The Equipment Manufacturers representative is responsible for
coordinating and scheduling the inspection(s) with the General Contacor.
Any additional visits by Equipment Manufacturer's representative, when requested by
the General Contractor, shall be at the Contractofs expense.
operation of all equipment in complete compliance with the Contract
Documents and Specifications, to be deposited in an warranty escrow
account.
No compensation will be made for claims or additional costs by the Equipment
Manufacturer's omission of items from the bid which are necessary for the complete
and operable installation of the equipment purchased.
DEDUCTIONS: Owner shall have the right at any Ume to deduct and withhold from
payment that may be or become due under this contract such amount as may
reasonable appear necessary to compensate owner for any actual or prospective loss
due to:
a. Equipment that is defective, damaged, flawed, unsuitable,
nonconforming, or incomplete;
b. Damage for which Equipment Manufacturer is liable
c. State or local sales, use, or excise taxes from which owner is
exempt
d. Delay in the delivery of equipment
e. Inability of Equipment Manufacturer to deliver equipment
f. Any other failure of Equipment Manufacturer to perform any of its
obligations under this contract.
Owner shall be entitled to retain any and all amounts withheld until Equipment
Manufacturer has either performed the obligations in question or furnished security for
such performance satisfactory to owner. Owner shall be entitled to apply any money
withheld to reimburse itself for any and all costs, expenses, losses, damages, liabilities,
suits, judgments, awards, and administrative expenses incurred by owner and
chargeable to Equipment Manufacturer under this contract.
SHIPMENT: Equipment Manufacturer shall deliver F. O. B. to the Construction Site the
Sequencing Batch Reactor (SBR) System/ SBR Treatment Process Equipment as
described in Contrail Documents and Specifications in the manner, time, and place as
specified by the General Contrailor at the direction of the owner. The General
Contrailor shall be responsible for coordinating the delivery and the Equipment
Manufacturer shall comply with the schedule and terms developed by the General
Contractor for the delivery of the equipment. Upon delivery to the Construction Site,
the General Contractor shall be responsible for the unloading and storage of all
equipment. The General Contractor will furnish facilities reasonably suited to the
receipt and security of the equipment. All costs of storage shall be at owners expense.
Prior to delivery, Equipment Manufacturer shall recommend to General Contractor the
necessary storage facilities to properly store the equipment, including but not limited to
size and requirements for adequate protection for units or components that should not
be exposed to the elements.
Upon arrival of equipment, the General Contractor, Engineer, and the Equipment
Manufacturer representative shall jointly inspect the equipment for damage prior to
unloading. The Equipment Manufacturer will certify that delivery is complete and all
items have been delivered and that all equipment received is in accordance with the
Contract Documents and Specifications.
INCORPORATION OF CONTRACT DOCUMENTS AND SPECIFICATIONS: The
Contract Documents and Specifications, including all statements and bid proposals
which accompanied the bid are accepted herewith and shall be part of this Equipment
Purchase ConVact that is entered into for the purchase of the described equipment in
Exhibit 1. Such terms contained in the Contract Documents and Specifications which
are herein incorporated shall have full force and effect as if set forth in this Equipment
Purchase ConVail.
GENERAL: Owner hereby purchases Sequencing Batch Reactor (SBR) System/ SBR
Treatment Process Equipment as described in Exhibit 1 from Equipment Manufacturer
and the Equipment Manufacturer does hereby sell, assign and Vansfer to the Owner
said Sequencing Batch Reactor (SBR) System/ SBR Treatment Process Equipment as
described in the ConVact Dowments and Specifications. Equipment Manufacturer
further agrees to provide a detailed set of installation instructions and drawings within
30 days after the exewtion of this Equipment Purchase Contrail.
The Equipment Manufacturer warrants that the equipment is being transferred to the
owner free and clear of any liens and encumbrances.
CONTRACT PRICE: Owner hereby agrees to pay Equipment Manufacturer the amount
of $374,131.00 in full satisfaction for providing the described equipment, certifications,
and performing on site inspections, field testing, and Vaining and for completing all
obligations set forth in the ConVact Documents, Specifications and this equipment
purchase contract.
The conVact price is based upon the Equipment Manufacturer's bid and any additions
or subtractions that have hereto agreed by the parties.
Equipment Manufacturer shall accept the conVact price in full satisfaction and payment
for providing, performing, and completing within the directed time delivery of the
equipment and service requirements as required by the contract, Specifications, and
ConVact Documents. The acceptance by Equipment Manufacturer of final payment
shall operate as a full and complete release of owner of and from any and all lawsuits,
claims, demands, damages, liabilities, losses, and expenses of by, or to the Equipment
Manufacturer for anything done, furnished for, arising out of, or relating to, the
purchase of the described equipment or in connection with this conVail.
TAXES: The contrail price does not include any local, state and federal taxes, permits
or other fees. This Equipment Purchase is tax exempt any taxes or fees that may
apply will be paid by the owner.
METHOD OF PAYMENT: Payments to the Equipment Manufacturer will be made in
the following manner.
a. 90% of contrail amount will be paid by the owner upon delivery of
all equipment in satisfactory condition to the Construction Site as
specified by the terms of the conVail;
b. 10% of contract amount will be paid after successful start-up and
EQUIPMENT PURCHASE CONTRACT
Fluidyne corporation (the "Equipment Manufacturef'), of 2816 West First SVeet, Cedar
Falls, IA, 50613 does hereby sell, assign and transfer to the City of Atlantic Beach (the
owner), of 800 Seminole Road, Atlantic Beach, FL 32233, Sequencing Batch Reactor
(SBR) SystenUSBR Treatment Process Equipment described in the Contract
Documents and Specifications and Exhibit 1 for the amount of $374,131.00.
Equipment Manufacturer and Owner, in consideration of mutual covenants hereinafter
set forth, agree as follows:
DEFINITIONS: "Contract Documents" as used in this agreement shall inGude the
instructions to bidders, bid package, the Equipment Purchase Contract, Specifications,
general conditions, requirements, applicable addenda, and any modifications thereof
incorporated in the aforementioned documents before their execution.
"Owner" refers to and indicates the City of Atlantic Beach, or its duly authorized
representatives.
"Equipment Manufacturer "refers to and indicates any individual, fine, or corporation
having submitted an approved proposal for equipment as specified in all Contract
Documents.
"Specifications" refer to and indicate descriptions, provisions, drawings, and
requirements contained in the Purchase Contract and attached exhibits, together with
all written agreements made or to be made, pertaining to time, method, manner of
delivery, technical specifications and requirements of acquired items, performance
specifications, drawings, and warranties.
Words "as required", "as directed", "as permitted" and words of like imp~ri, mead that
requirements, direction, or permission of owner are intended, similarly, the words
"approved", "acceptable", "satisfactory", and words of like import shall mean approved
by, acceptable to, or satisfactory to owner.
Materials or work described in words which so applied have swell-known technical or
trade meaning shall be held to refer too such recognized standards.
"General Contractor" refers to and indicates any individual, firm, or corporation having
obtained by competitive bidding procedures the contract to construct the new facilities.
"Construction Site" or "Site" refers to and indicates the Buccaneer Sewer Plant,
Wonderwood Drive and Mayport Road, Atlantic Beach, FL.
"Engineer" refers to Eder Associates, Jacksonville, FL as designated by Owner to
perform any or all of the functions of engineer under this contract as well as the duly
authorized officers, employees, agents, and representatives of such firth.
"Equipment "refers to a Sequencing Batch Reactor (SBR) System and SBR Treatment
Process Equipment as defined in the Contract Documents and Specifications.
11
Page Two
Equipment Purchase Contract
incuded in the draft because their spec cations required a set number of days
rather than a Performance Guarantee and Escrow Reserve.
The third item is in the "Owners Right to Correct paragraph. You have changed
the two business days to 24 hours. We will agree to 24 hours but it must be
stated as one business day.
The last item is the terms of payment. The draft showed 75°k, upon shipment,
15°k upon installation and the final 10°r6 upon startup. These terms were
specifically for the City of Beckley because their bid documents required them.
Our proposal to you called for payment terms of net 30 days. We have modified
the terms in the Equipment Purchase Contract to 90°k upon shipment with 10%
due upon startup and placed in Escrow.
trust these changes are acceptable to you and your people and the information
proves helpful in expediting the final contract. If you have any changes, please
contact myself or Erick Mandt in my absence.
Sincerely,
Fluidtn
Ron Lichtneger
FWIDYNE 1~~~
CORPORATION
2816 West First Street
Cedar Falts, Iowa 50613
Phone: (319) 266-9967
Fax: (319)277-6034
January 15, 1998
City of Atlantic Beach
1200 Sandpiper Lane
Atlantic Beach, FL 32233
Attention: Mr. Robert Kosoy, P.E.
Director of Public Works
RE: Equipment Purchase Contract
SBR Equipment - Buccaneer WWTP
Gentlemen:
RECEIVED
JAN 1 61998
PL]BLIC WORKS
Enclosed please find a copy of the Equipment Purchase Contract along with
Exhibits 1 through 7. We have incorporated the changes you indicated on the
sample copy you returned to us. We have also included this information on a
diskette to expedite any further changes required. These are done in Microsoft
Word.
The draft copy that was forwarded to you was for the City of Beckley and
contained items that were specific to their bid documents. We have eliminated
those items and modified others to conform more closely to the terms of our
original proposal. There are four items that were effected by those specifics.
First is the paragraph regarding penalties. This is an issue that we have never
had included in a contract. The operation of the plant is not our responsibility,
therefore, we have no control of the biological balance required to maintain good
effluent quality. Our Perfonnance Guarantee requires us to show that the
treatment plant will meet the effluent parameters and the Escrow Reserve
provides the financial backing to insure that.
The second item is the Non-Compliance Assistance. This is redundant and is
being eliminated. The Performance Guarantee and Escrow Reserve insure you
that we will provide the necessary assistance to enable the plant and city
personnel to operate within the established guidelines. The paragraph was
O1/1J/98 li:L8 DYU, oo, obba nc,nnnu n,.ucnc„ t...,v
O1/l.l/98 '1'l~E 18:D1 FfL~L 804 Lao YYJO uua.~.vw,. '-'
,
FLUIDYNE BILL OF MATERIALS
No.: - - - - Pay!. 2 of 2
~~~~
70 ~ 3 1" ELECTRIC OPERATED DECANT VENT VALVES
7i ? 3 12" BACKFLUSH BUTTERFLY VALVE W/ HANDWHEEL GPERATOR
72 ! 3 18" ELECTRIC OPERATED INFLUENT PLUG VALVE
73 ~ 3 16" ELECTRIC OPERATED DECANT BUTTERFLY VALVE
~ : 3 75 HP'PD' BLOWER PACKAGES 1NClUDING: 6244tCS ROOTS BLOWER
75 HP ,46013'60, TEFC MOTOR, STEEL TABLE TOP STYLE BASE;
Y-BELT DRNE, 304S/S OSHA BELT GUARD, UNVERSAL
RISI'-8110 INLET SILENCER. UNIVERSAL SDY~/10, DISCHARGE
SILENCER, FLEIXIBLE CONNETOR8, CHECK VALVE,
TEMPERATURE GAUGES, PRESSURE REUEF VALVE, PRESSURE
GAUGES, B" LEVER OPERATED BFV
90 t 3 FAIRBANKS MORSE 14" -85721 HORIZONTAL DRY PIT
ANC3lEFLOW PUMPS WITH 50 HP, 460!3180, TEFC MOTOR,
STRUCTURAL STEEL BASE fJET MOTNE)
91 ' 3 FAIRBANKS MORSE 4" -85721 HORIZONTAL DRY PIT
ANGLEFLOW PUMPS WRH 3 HP, 480!3160, TEFC MOTOR,
STRUCTURAL STEEL BASE (WASTE SLUDGE)
iD0':` 1 INEMA 12 CONTROL PANEL, A-B 5/03 PLC. DTAM, LIGHTS.
I (SWITCHES AND ALARM
01/13/98 17:28 ~ $J078578889 dE1~HARD RI\TERPK ',QJ OU3
CL: 13/98 1'[t. iu::>~ YM :rvv -u+ awv .. _..__.... _.
01~ No.:
~u nTr
1 ` 3
2 3
3
4
5
6
7
8
9
10
11
12
13
3
3
3
3
3
3
6
3
1 LOT
1 LOT
FLUIDYNE f31LL 4F MATERfALS
- pagf:l of 2
)ET AERATION HEADER SECTION W/ 16" LIQUID & 8" AIR LINES,
9 - BI-DIRECTIONAL 2JA NOZZLES (FL X FJ)
JET AERATION HEADER SECTION W/ 16" LIQUID 8 8" AIR LINES,
8 - BI-DIRECTIONAL 2JA NOZZLES (FL X CAP)
B"AIR LINE W! 90 DEGREE ELBOW (FJ X FJ)
e" AIR LINE W! 90 DEGREE ELBOW (FJ X FL)
12" BACFLUSN LINE W! 80 DEGREE ELBOW (FL X FL) '
12" BACFLUSH LINE Wt 45 DEGREE ELBOW (FL X PE)
15 LONG DECANTER W! 12" DIA. STUB PIECE - RH DISCHARlE
15 LONG DECANTER W/17' DUI. STUB PIECE - LH DISCHARGE
12" DIA U-TRAPS (FJ X FJ)
'~ 15' X 1T X 12" DECANT MANIFOLD (FL X FJ X FJ}
FIELD WELD MATERIALS
ADD'L 16" DIA PIPE -UNCOATED FOR FIELD FlT-UP
ADO'L 8" DIA PIPE -UNCOATED FOR FIELD FlT-l1P
20 : 3 5 - FLUA I CruR.nc i ~
21 24 DECANTER IQdEE BRACES
22 ' 21 16" LIQUID LINE H-SUPPORTS
23 : 21 HSUPPORT CROSS BRACES
24 ; 21 18" SADDLE STRAPS
25 ~ 6 e" AIR UNE !-5UpPORTS
26 ; 6 8" SADDLE STRAPS
27 ~ 8 12" 6ACKFLUSH 1-SUPPORTS
28 . 9 12" SADDLE gFRAPS
29 ' S7 BASE PLATES
u.onwenF3M1S~ ~S
~ ~i 16 FLOATS
41 15 CORD COMPRESSION FlTT1NG$
42 ' 48 318"X2" HX HD CAPSCREIN, 318 SS
43 f 32 318" X 31/2' HX HD CAPSCREW, 318 SS
44 ~ 180 318" NYLOC NUT, 316 SS
a5 ~ 360 3f8" FLAT WASHER 316 55
- 46 ~ 21 18" NEOPRENE SUPPORT PADS
47 6 8"NEOPRENE SUPPORT PADS
ag g 17' NEOPRENE SUPPDRT PADS
.'
O1/1J/98 17:28 $3078578889 REYFARD Y;Ih'IERPS ~ 002
Page 2
The above prices are firm for delivery in '1998, based on receipt of a purchase
order in January 1998 and release to manufacture no later than March 1998.
If we can supply any additional information or assistance, please do not hesitate
to contact us.
Best regards,
HEYWARDINCORPORATED-FOR
FLUIDYNE CEO (R[PO~R~A7~1ON~
W~U4"`n""T
ay Wlielchel ~" .
Winter Park Office
JDWAb
cc: Mr. Andy May
Eder Assoaates
9471 Baymeadows Road
Suite 106
Jacksonville, FL 32256
Att.
sucaow
01/13/88 17:28 ~ $407858888 HEYWARD FINTERPR
Heyward
INCORPORATED
January 13, 1998
Mr. Robert S. Kosoy
City of Atlantic Beach
800 Seminole Road
Atlantic Beach, Florida 32233
Subject Buccaneer Waste Water Treatment Plant
Dear Mr. Kosoy:
®001
NTRY ClU6 OPJVE
PARK FLORIDA 32789
Attached please find our Bill of Material for the equipment on the Atlantic Beach
project.
The Fluidyne system will require 126 -1/2' anchors for the header supports. 99 -
1/2" bolts or welds for the air line and baddlush supports. The blowers and
pumps will require 48 - 518' anchors.
Please note that our price now includes "premium° efficiency motors. As of
October 1997, the Federal government requires all motor manufacturers to
cease manufacture of "standard' efficiency motors and produce only premium'
efficiency motors.
Priang is as follows:
Base Price $361,702
Add 16' Elect. Effluent Valve $ 10,553
Add 304 S/S Blower Belt Guaros $ 1,876
TOTAL PRESENT PRICE FOR DELNERY IN 1998 5374,131
The additional cost for a spare Roots 624-RCS blower and a 75 HP premium
efficiency motor is 514,463.
s~nwc rrrE soun+eASr srnrce rsoe•
Table I
Engineering Evaluation of SBR Proposals
Buccaneer WWiP Expansion
EDER File No. 1587-01
ammeter Iwd ne Jet- ech ua-Aerobrcs
Avg. Daiy Fbw Max. Daay Fbw Avg. Da4y Fbw Max. Da~7y Flow Avg. Daily Fkrx Max. Daily Fbar
Cycle Times
)ecant Volume Per Tank (gal)
121,820.0 121,820.0
158,333.0
N/A
:ycles per day per Tank 5.2 5.2 12.0 5.0
'otal time per cycle (minutes) 277.0 277.0 360.0 288.0
Anoxic Fill N/A N/A 54.0 N/A
Aerated Fill N/A N/A 66.0 WA
Total Fill time 92.0 92.0 120.0 N/A
Read Period 46.0 46.0 114.0 N/A
Settle Period 45.0 45.0 45.0 WA
Decant Time 41.0 41.0 179.0 N/A
Idle Time 53.0 53.0 2.0 WA
~tonn Cycle Time 58.0 58.0 WA WA
Sludge Production
iludge Yield Fador
0.7 0.7
WA
WA
iludge Yield (Ibs/day) 2,218.0 2,218.0 WA NIA
iludge Concentration from SBR (%) 0.7 0.7 N/A WA
iludge Wasting Rate (gild) 38,000.0 38,000.0 WA 29,448.0
Haste Sludge%yde (gal) 2,436.0 1,218.0 WA WA
NAS Pumping Rate (gpm) 200.0 200.0 WA 98.0
Haste Sludge Cycle Time (min) 12.0 6.0 N/A 20.0
ALSS at TWL (mgA) 2,500.0 2,500.0 N/A N!A
.S at BWL (mg/I) 4,000.0
Equipment
Slower model
(3) Roots 624-RCS, 75 hp
(4) Roots 616, 60 hp
(5) Roots 68, 40 hp
let Motive Pump (3) Hydromatic 50 hp jet (3) Goulds Dry Pik 40 hp j (6) F-M Dry Pik 30 hp
Haste Sludge Pumps (3) Hydromatic Dry Pit, 3 h WA ~ (3) Flygt Submers. 2 hp
nBuent valves (3) 16" Auto DeZurik Plug (3) 14" Auto Keystone Plug (3) 16" Auto Dezurik Plug
ffluent (decant) valves (3) 12" (3) 16" Auto Keystone BFV (3) 14" Auto Dezurik BFV
Proposal Price
SBR system to meet current limft
5297,500
-
-
!. Basic control panel package $34,675 - -
l. Total Package Price 5334,051 ' $374,133 $606,160
1. SBR system mod. to meet future 511,400 $193,256
i. Optional PC-SCADA based syst $36,350 $9,007 574,520
.. Adder for 304E SS header $26,600 $85,480 no bid
process Warran Period 3 ears WA 2 ears
•~a. s~s7a for ss nen guava
'age 2 ..._ .~
Table I
Engineering Evaluation of SBR Proposals
Buccaneer WWiP Expansion
EDER File Nn 1 SA7-M
ammeter lui
Avg. Daffy Flow d ne
Max. Daffy Fbw Jet-
Avg. Daly Flow ech
Max. DaTy Fbw A ua-Aerobics
Avg. Daly Fbw Max. Daily Fbw
=low 1.9 3.8 1.9 1.9 3.8
nfluent W/VN concenVafion (mg/I)
BOD 200.0 100.0 200.0 200.0
TSS 200.0 100.0 200.0 200.0
T~ N/A 20.0 40.0 40.0
?ffluentWNV concentration (mgA)
80D 20.0 5.0 5.0 20.0
TSS 20.0 5.0 5.0 20.0
TKN N/A 3.0 2.0
~XygPn Requirements
~ 02/Ib BOD
1.5
1.5
1.5
1.5
1.0
~ 02/Ib TKN 4.6 4.6 4.6 4.6 4.6
>2 demand for BOD and NH3 (#ld) 4,754.0 7,669.0 6,922.0 7,670.0
)2 generated by denitrification - - 0.0 -
~ctual 02 Demand (#/d) 7,669.0 7,669.0 6,922.0 7,670.0
dpha 0.90 0.90 0.85 0.85
ie~ 0.95 0.95 0.95 0.95
beta 1.02 1.02 1.02 N/A
>perating D.O. (mg/I) 1.00 1.00 1.00 N/A
~OR/AOR Ratio 1.25 1.25 1.37 N/A
standard 02 Demand (#/day) 5,959.0 9,613.0 9,510.0 11,730.0
Aeration System
eration hours/day
7.4
11.7
12.0
N/A
:lean water efficiency 19.0% 19.0% 17.1% 17.1% N/A
it flow rate (scfm/tank) 1,365.0 1,393.0 1,491.0 1,950.0 1,219.0
lower Capacity Provided 1,365.0 1,393.0 1,950.0 1,950.0 1,220.0
CFM per nozzle 40.0 40.0 53.5 30.5
umber of nozzles per tank 34.0 34.0 28.0 40.0
lower efficiency 60.0% 60.0% 65.0% 70.0%
lower BHP/basin 55.0 57.0 60.0 58.0
ump BHP/tank 43.0 43.0 36.0 91.0
otal Horsepower, 8HP/tank 99.0 100.0 96.0 149.0
otal Design Equiv. power, BHP 91.0 146.0 143.0 178.6
Basin Design
o. of Tanks
3.0
3.0
3.0
3.0
3.0
ank Process Volume (MG) 1.4 1.4 1.4 1.6
iameter (feet] 72.0 72.0 72.0 72.0
op Water Level 15.0 15.0 15.0 17.8
ottom Water Level 11.0 11.0 9.9 12.6
orm Water Level 13.7 13.7 NIA N/A
o. of Decanters per Tank 1.0 1.0 1.0 .1.0
ecanter Type Fixed Fixed Floating Foating
tal Decant Volume (gallons) 365,459.0 365,459.0 1,902,396 N/A
ecant Volume per Cycle (gal) 70,280.0 70,280.0 158,533.0 N/A
ant flowrate (gpm) 3,000.0 3,000.0 2,000.0 2,932.0
is Depnt Rate at start 3,300.0 3,300.0 N/A WA f
o
3
3
J
3
J
age 1
eder associates
Robert S. Kosoy, P.E.
City of Atlantic Beach
September 9, 1996
-2-
EDER recommends that the Ciry select Fluidyne Corporation to supply the SBR equipment
because of the following factors:
1. Their presence and record of performance in the United States and in Florida is very strong.
Fluidyne has the most operating SBR plants and oldest in Florida.
2. Fluidyne's proposed process design meets our specified performance specifications.
3. The company's experience and the technical support has been exemplarily.
4. Fluidyne's proposal was the lowest~ost submitted, approximately $40,000 lower ihan the
next manufacturer, Jet-Tech.
The City of Atlantic Beach should consider direct purchase of the equipment. This could provide
the City with savings in two ways: 1) sales tax savings of over $21,000, and 2) potential to
negotiate a lower price.
EDER is willing to ateet with you, the City Manager, and the City Commission to discuss these
recommendations.
Please feel free to call me at (904) 739-5888 to discuss this letter at your convenience.
Sincerely,
EDER ASSOCIATES
An w R ay, P.E.
M ager of Engineering Services
ARMCjr
Enclosure
cc: Jim Jazbce, City Manager
eder associates
environmental scientists and engineers
September 9, 1996
File No.: 1587-00
Robert S. Kosoy, P.E.
Director of Public Services/City Engineer
City of Atlantc Beach
1200 Sandpiper Lane
Atlantic Beach, Florida 32233
Re: SBR Equipment Evaluation
Buccaneer Wastewater Treatment Plant Rx an scion
Dear Bob:
S ~ P 1 21996
By-
Eder Associates CEDER) has solicited proposals from four (SBR) manufacturers to supply the
secondary biological unit processes at the Buccaneer WWTP.
Responses were solicited from the following manufacturers:
• Fluidyne Corporation;
• U.S. Filter/Jet-Tech;
• Aqua-Aerobic Systems, Inc.; and
• Austgeu Biojet.
Austgen Biojet declined to submit, stating they could not meet the requirements.
Table 1 summarizes the equipment proposed and costs.
We have performed a detailed evaluation of the systems proposed by the three manufacturers,
including a review of each manufacturer's ability to utilize the existing tankage; performance
parameters, and the materials of construction. Field visits were made to the cities of Bartow and
Mulberry to review the working installations of the Fluidyne equipment, and to United Water
Florida's Monterrey WWTP in Jacksonville where Jet-Tech's equipment is being installed.
Additionally, the City's staff visited the Austgen Biojet facility in Julington Creek.
Continued......
~~g- 8ucc ~u/TP
t°o°"c~"~•*ty OFFICES: T~J~~•
t~° °. Locust Valley. NY
~ ~
25 Madison, WI
°
YEARS Ann Arbor, MI
o' Augusta. G.4
>6 ,,~` Jacksonville. FL
'~ 4 Trenton. NJ
Tampa. FL
9471 BAYMEADOWS ROAD, SUITE 105. JACKSONVILLE, FLORIDA 32256 • (904) 739.5888 • FAX (904) 739.0160
WARRANTY ESCROW RESERVE
for the
CITY OF ATLANTIC BEACH, FLORIDA
Corporation (Manufacturer) hereby agrees to place a $ warranty escrow
account at its corporate financial institution, Bank. The duration of the escrow
account shall coincide with the original warranty, one yeaz from beneficial use or acceptance
whichever is first and shall serve as waranty reserve to be drawn upon in the event that funds aze
required for the modification or repair of the manufactured equipment supplied on the above
referenced project. Expenditure of escrow account monies shall be required if the manufactured
equipment fails to perform due to causes related to structural failure or failure to meet operational
requirements. At the end of the stated warranty period, all funds and accrued interest remaining in
the account shall revert to Corporation. The contractor shall make fmal payment
directly to said account. The Manufacturer shall be responsible to ensure that the initial account
balance is $ .The funds in said escrow account shall be released by the Manufacturer if
corrections arising from the Manufacturer's lack of performance aze necessary at any time during
the warranty to correct the supplied equipment.
Funds may be withdrawn from the escrow account only upon the written authorization to so release
the funds by both the City of Atlantic Beach, Florida, and the Manufacturer or at the termination of
the warranty period. If the Manufacturer authorizes the release of funds from this agreement in order
to correct an alleged deficiency which may or may not be attributed to the Manufacturer, the
authorization of the Manufacturer to release said funds shall not constitute a waiver of the right of
the Manufacturer to take the position that said deficiencies aze not attributed to it and recover the
funds released from the escrow account, together with this interest Lrre:ecn, from the City. Further,
the City of Atlantic Beach reserves the right to make repairs on the Manufacturer supplied equipment
which may or may not be attributed to the City, said repairs shall not constitute a waiver of the right
of the City and take the position that said deficiencies aze the responsibility of the Manufacturer.
The interest accruing on the funds in the escrow account shall be the property of and paid to the
Manufacturer. At the end of the stated warranty term, all funds in the escrow account, together with
any accrued interest thereon, shall be released to the Manufacturer and said funds shad be the sole
property of the Manufacturer.
The provisions of this Warranty Escrow Reserve shall apply only when all payments to the
Manufacturer aze made in full and in a timely manner.
City of Atlantic Beach, Florida
President, Corporation
PERFORMANCE GUARANTEE SPECIFICATION
A. The SBR equipment supplied shall be capable of meeting the final effluent limitations as
specified and defined herein. Specifically, the SBR system shall be capable of meeting the
30-day average limits as specified and shall be capable of producing a final effluent of 20
ppm BOD and 20 ppm TSS for flows up to 3.8 MGD. For purposes of validating the
performance of the plant, the equipment manufacturer will conduct a performance validation
test. The following tests shall be run on the raw wastewater and SBR effluent: BOD,
(biochemical oxygen demand) and TSS (total suspended solids). Raw wastewater samples
shall becollected on atwenty-four hour composite basis during the test day. In addition, one
grab sample shall be collected and tested from each SBR tank for BOD, and TSS. All
laboratory testing shall be completed by a licensed independent testing laboratory. The
Owner, at its option, may have its operator collect and test duplicate samples during the test
¢ay. In the event pollutant concentrations in the SBR effluent exceed the instantaneous
limits listed above, the equipment manufacturer shall modify the plant as required and retest
at its expense until satisfactory performance is achieved. It is expressly understood that the
performance of the plant in accordance with the effluent limitations as defined in Table 1
shall be coriiingent upomm the intlueni to the reactor basin consisting primarily of
biodegradable domestic sewage as represented herein, and that the wastewater is flee of toxic
and hazardous substances and shall be further contingent upon the proper operation and
maintenance of the plant by the Owner's personnel. Performance shall be guaranteed by the
establishment of an escrow account in the amount of 10% of the cost of the SBR equipment
package. Seller shall agree to deposit 10% of the monies it actually receives from the project
into an escrow account to be available for corrective measures if required. The escrow
period shall rtmn one year from date of equipment start-up. At the end of the escrow period,
all monies remaining with the escrow account shall revert to the equipment manufacturer.
eder associates
Robert S. Kosoy, P.E.
City of Atlantic Beach
September 16, 1996
-2-
modification or replacement.
Enclosed is Attachment A, which is a sample specification of the warranty escrow account clause.
Also attached is an example of a warranty escrow agrcement, which would be signed by the
Mayor and the equipment manufacturcr.
Should you wish to discuss any of the above further, please do not hesitate to call me.
Sincerely,
EDER ASSOCIATES
An w R ay, P.E.
Manager of Engineering Services
ARM/nb
Enclosure
cc: Mr. Jim Jarboe, City of Atlantic Beach
Steve Hadjiyane, P.E., Eder
Fi1c- Butt r/p/1
~ eder associates
environmental scientists and engineers
September 16, 1996
File No.: 1587-03
4O~~p CUEklj~ OFFICES fxP'
~~~ °~ Locust Vaue~J. tJY
~',•
u Mad~so ,. VJI
°
< Arn Ar~O!. MI
YEARS
o'
:wg~s:a. GA
S ~+' TfEnton ":J
Tampa FL
V
Robert S. Kosoy, P.E.
Director of Public Services/City Engineer
City of Atlantic Beach
1200 Sandpiper Lane
Atlantic Beach, Florida 32233
Re: SBR Fiuipment Evaluation
B ,rranerr Wastewater Treatment Phnt Fxo n
Deaz Bob:
SEP 1 71996
By
We have asked each of the SBR equipment manufacturer's representatives the expiration date
of their price proposal, in response to }roar request The general response from each is as follows:
Fluidyne Until end of December, 1996, possibly longer
Jet-Tech Until end of December, 1996
Aqua-Aerobics "As long as the City wants to hold it"
The problem from the tnanufacturer'sstandpoirt is that much of the ancillary equipment, such
as pumps, blowers, etc. have price increases at the beginning of the new year. In reality, we hope
that once Ciry Commission concurs with our recommended selection, and design finalized, a
revised price can be negotiated. Since we now have abase-line proposal, we hope to negotiate
better equipment or materials of construction for the same price, or obtain an even lower price.
We further discussed equipment performance assurances that may be required of the
manufacturer. EDER does not recommend requiring a performance bond of the manufacturer
at the time of direct purchase, as this will add a minimum of 1% to 2% of the SBR equipment to
the cost of the project. This requirement is hazder on smaller manufacturers, as they have to
provide 100% cash or equity to the bonding company, which ties up their financial resources. In
the event of a default, it is usually difficult to collect the money from a bonding company, often
requiring additional expenditures for attorney's and engineer's fees.
We suggest instead that the City either withhold a portion of the payment, say 10%, or require
a like amount of money to be deposited in a warranty escrow account, until satisfactory start-up.
This option makes the money much more accessible to the City should funds be required for
Continued.....
9471 BAYMEADOWS FiOAU. SUITE 106. JACKSONVILLE, FLURIUA 32256 • (904) 739-5888 • FAX (904) 739-0160
770 l:J ~ .J.W'r'1 rRU'1 t:Jth h7 ;~.1, l f. ~ c.~ Jr/. i u c~.
~' G~n1~t f1eI11Nlg FAX
ti+GatEFAS arts vtun~ns
Eder Associates Date: Jan~~rS('( 23, 1998
9471 Baymcadows Road
Jacksonville, FL 32256 Job A: 34647
Telephone (904) 739-5888
Facsitnil~ (904) 739-0160 FAX To :24;
TO:. Bob Kosoy, P.E. CC:
Duector of Atblic Rrorks/City of Atlantic Beach
FROM: Aadrew R. May, P.E.
S1iJB:TF,CI': Fluidyac Pre-purcltasc
Ne have done a cursory review of the City Commission staff report for
equipment contraM.
Additional points that you tray wish to point out to commission include
1) Tite City wilt still save almost 562,000 in profit and sales tax by dirt
equipment. Although the equipment price is higher than that quoted in
still realize tremendous savings by going this route.
2) The original quote from Fluidyne was based on projected equipment a
fatal price reflects equipment required by the final design. Once the esct
increase dollazs are subtracted, there is amazingly little cost increase. In
pleased that the final price tracks so close to the initial quotes, as they wt
final design. It was Hat our intent, at the time the SBR manufacturers wt
to expect their information would go unchanged during the final design p
there has been little change to the specified equipment should lend credet
our ezpttiertce in designing these systems.
Number of Pages to Follow: 0
I(you receive this communication in error, or if you e¢countered any proble¢a with the
telephone us ar (904) 739-5888.
This facsimile is privileged std cannderuial sad is i¢[eaded only for the individual or et1t1
who have been specifially auttpraed to «ceive i[. ((you are not the mte¢ded «ciP~. 5
arty disxmination, distribution or t~pying of this cottununication is Strictly prohibited.
Original will follow: ^ No ^ by Regulaz Mail ^
Fluidyne
AL
i
i
~uite 106
I
I
I
I
trcltase of~ihe
1996, the~City can
piping sizes. The
ion and motor
ter words ~ we aze
not basedon a
submitting quotes,
css. The'{act that
to Fluidyge's and
i
I
I
I
i
ansmission. Rleax
Honed above and others
[ ate be«by notified that
by Federal Express
TOTG7t. P.01
Page 3
PROJECT: AIIanGc Beach, Florida
POWER CONSUMPTION CALCULATIONS
Eledrlc motor effiaency 0.9 0.9
Pump effiaency 0.75 0.75
Blower effidenq 0.6 0.6
Pump horsepower, BHPftank 43 43
Blower horesepower, BHPftank 57 57
Total horsepower, BHPftank 100 100
Total design equivalent horsepower, BHP 146 146
SLUDGE PRODUCTION
Sludge Yeld Fador 0.7 0.7
Sludge Wield (Itu/d) 2,218 2,218
Sludge Concentration (%) from SBR 0.7 0.7
Sludge Wasting Rate (gpd) 38,000 38,000
Waste Sludge /cycle (gaq 2,436 1,218
WAS Pumping Rate (gpm) 200 200
Waste Sludge Cycle Time (min) 12 6
Thickened Sludge Concentration (°k) 1.5 1.5
Thickened, Digested Sludge (gpd) 17,733 17,733
MLSS (mg/I) @ T1NL 2,500 2,500
Sludge inventory pbs) 28,574 28,574
SRT (1ldays) 12.88 12.88
F/M 0.11 0.11
SVI (mUg) 200 200
Sludge blanket level (ft) 7.51 7.51
Organic loading (Ibs BOD/1000 ft3) 17.30 17.30
Page 2
PROJECT: Atlantic Beach, Florida
SBR TANK CONFIGURATION
No. of tanks
Diameter(ft)
Top of Wall(ft)
Bottom water level (ft)
Top water level (ft)
Storm water level (ft)
Cyde water level (ft)
72 72
17 17
11 11
15 15
13.67 13.67
12.00 12.00
No. Depntersftank ~ 1 1
Total Tan a Volumed TWL(MG) _... 1.37 1.37 !__
CYCLE TIMESlCAPACITY CALCULATIONS
Total decant volume (col)ic feet) 48,858 48,858
Total decant volume (gallons) 365,459 365,459
Decant volume per tank (gallons) 121,820 121,820
Number of cydes per day 5.20 10.40
Total time per Cyde (minutes) 277 138
FiII time (minutes) 92 46
React Period (minutes) 23 12
Settle period (minutes) 45 30
Average decant rate (gpm/ft decanter) 100 100
Decanter length (feet) 30 30
Decanting time (minutes) 41 41
Decanting rate (gpm) 3,000 3,000
Peak decanting rate (gpm at start of decant) 3,300 3,300
Idle period time (minutes) 76 10
Zero idle timer flow rate (MGD)~______.._._~_.. ~ 3.23 _ ____ 4.27 ~_
EQUIPMENT SELECTION
SCFM per Nozzle (SCFM) 41 41
Number of nozzles required (per tank) 33.97 33.97
Number of nozzles provided (per tank) 34 34
Blower capadty provided (scfm) 1394 1394
FLUIDYNE SEQUENCING BATCH REACTOR CALCULATIONS
PROJECT: Atlantic Beach, Florida
FOR: Eder Associates
DATE & TIME:
Average Flow Max
Daily Daily
INFLUENT CONDITIONS
Site Elevation (n feet)
30 30
Flow (mgd) 1.9 3.8
BOD (mgA) 200 100
Qyd) - 3169 3169
TSS (mg/I) 200 100
(Ib/~ 3169 3169
TKN (mgA) 40 20
(Ib/~ 634 634
EFFLUENTS LIMITS
BOD (mgA) 20 20
TSS (rt!~__._.___ ---- --.--_---. 20 _- -• 20--
Pound of OxygeN pound of 8OD 1.5 1.5
Pound of OxygeNpound of TKN 4.6 4.6
Actual Oxygen Demand (Ib OZ/d) Total 7669 7669
Alpha 0.9 0.9
Beta 0.95 0.95
Theta 1.024 1.024
Operating Dissolved oxygen (mgA) 1 1
Clean Water oxygen sat. at op. temp (mgA) 8.38 8.38
Clean Water oxygen sat. at std. temp (mg/I) 9.09 9.09
Clean water 02 sat, std temp,mid depth(mgA} 11.30 11.30
Std. condition ambiant pressure (psia) 14.7 14.7
Oper. condition ambient pressure (psia) 14.7 14.7
Wastewater temperature (c) 25 25
SOR/AOR ratio 1.25 1.25
Standard Oxygen Demand (Ib 02/d) total 9,613 9,613
Standard Oxygen Demand (Ib 02/hr/tank) 274 274
Pounds of oxygeNpound of air 0.23 0.23
Aeration hours per day 11.7 11.7
Clean water efficenq (%) 19 19
Pounds of air/cubic Foot of air 0.075 0.075
Air flaw rate (scfm/lank) 1393 1393
Air pressure losses (lines and noule) 0.7 0.7
Maximum air pressure (prig) 6.33 6.33
Average air pressure (prig) 5.63 5.63
WARRANTY ESCROW RESERVE
FOR
CITY OF ATLANTIC BEACH, FLORIDA
Fluidyne Corporation hereby agrees to place a $37,413.00 warranty escrow account at it's
corporate financial institution, Norwest Bank of Cedar Falls. The duration of the escrow
account shall coincide with the original equipment warranty, one year from beneficial use or
acceptance whichever is first and shall serve as warranty reserve to be drawn upon in the
event that funds are required for mod~cetion or repair of the Fluidyne manufactured
equipment supplied on the above referenced project. Expenditure of escrow account monies
shall be required if Fluidyne manufactured equipment fails to perform due to causes related to
structural failure or failure to meet operational requirements. At the end of the stated warranty
period, all funds and accrued interest remaining in the account shall revert to Fluidyne
Corporation. The contractor ,the City of Atlantic Beach, shall make final payment directly to
said account. Fluidyne shall be responsible to insure that the initial account balance is
$37,413.00. The funds in said account shall be released by Fluidyne if corrections arising
from Fluidyne's lack of pertormance are necessary at any time during the warranty to correct
Fluidyne'supplied equipment.
Funds may be withdrawn from the escrow account only upon the written authorization to so
release the funds by both the City of Atlantic Beach and Fluidyne or at the termination of the
warranty period. If Fluidyne authorizes the release of funds from this agreement in order to
correct an alleged deficiency which may or may not be attributed to Fluidyne, the authorization
of Fluidyne to release funds shall not constitute a waiver of the right of Fluidyne to take the
position that said deficiencies are not attributed to it and to recover the funds released from
the escrow account, together with the interest thereon, from the City of Atlantic Beach.
Further, the City of Atlantic Beach reserves the right to make repairs on the Fluidyne supplied
equipment which may or may not be attributed to the City of Atlantic Beach, said repairs shall
not constitute a waiver of the right of the City of Atlantic Beach to take the position
deficiencies are the responsibility of Fluidyne.
The interest accruing of the funds in the escrow account shall be the property of and paid to
Fluidyne. At the end of the stated warranty term, all funds in the escrow account, together with
any accrued interest thereon, shall be released to Fluidyne and said funds shall be the sole
property of Fluidyne.
The provisions of the Warranty Escrow Reserve shall apply only when all payments to
Fluidyne are made in full and in a timely manner.
Corporation
City of Atlantic Beach
M.G. Mandt, President, Fluidyne
FLUIDYNE
PERFORMANCE GUARANTEE SPECIFICATION
FOR
CITY OF ATLANTIr BEACH
The SBR equipment supplied shall be capable of meeting the final effluent
limitations as specified and defined herein. Specifically, the SBR system shall
be capable of meeting the 30-day average limits as specified and shall be
capable of producing a final effluent of 20 ppm BOD and 20 ppm TSS for flows
up to 3.8 MGD. For purposes of validating the performance of the plant, the
equipment manufacturer will conduct a performance validation test. The
following tests shall be run on the raw wastewater and SBR effluent: GODS
(biochemical oxygen demand) and TSS (total suspended solids). Raw
wastewater samples shall be collected on a twenty-four hour composite basis
during the test day. In addition, one grab sample shall be collected and tested
from each SBR tank for BODS and TSS. All laboratory testing shall be completed
by a licensed independent testing laboratory. The Owner, at its option, may
have its operator collect and test duplicate samples during the test day. In the
event pollutant concentrations in the SBR effluent exceed the instantaneous
limits listed above, the equipment manufacturer shall modify the plant as
required and retest at its expense until satisfactory pertormance is achieved. It
is expressly understood that the pertormance of the plant in acxordance with the
effluent limitations shall be contingent upon the influent to the reactor basin
consisting primarily of biodegradable domestic sewage as represented herein,
and that the wastewater if free of toxic and hazardous substances and shall be
further contingent upon the proper operation and maintenance of the plan by the
Owner's personnel. Performance shall be guaranteed by the establishment of
an escrow account in the amount of 10°,6 of the cost of the SBR equipment
package. Seller shall agree to deposit 10°~ of the monies it actually receives
from the project into an escrow account to lie available for corrective measures ff
required. The escrow period shall run one year from date of equipment start-up.
At the end of the escrow period, all monies remaining with the escrow account
shall revert to the equipment manufacturer.
FLUIDYNE BILL OF MATERIALS
PROJECT: ATLANTIC BEACH Date:12123/97
Project No.: Page: 2 of 2
E ui ment: SBR EQUIPMENT By:RWL Rev.:
ITEM QTY DESCRIPTION
VALVES
70 3 1" ELECTRIC OPERATED DECANT VENT VALVES
71 3 12" BACKFLUSH BUTTERFLY VALVE W/ HANDWHEEL OPERATOR
72 3 16" ELECTRIC OPERATED INFLUENT PLUG VALVE
73 3 16" ELECTRIC OPERATED DECANT BUTTERFLY VALVE
BLOWERS
80 3 75 HP'PD' BLOWER PACKAGES INCLUDING: 624-RCS ROOTS BLOWER
75 HP ,460/3/60, TEFC MOTOR, STEEL TABLE-TOP STYLE BASE,
V-BELT DRIVE, 304S/S OSHA BELT GUARD, UNIVERSAL
RISY-8/10 INLET SILENCER, UNIVERSAL SDY-8/10, DISCHARGE
SILENCER, FLEIXIBLE CONNETORS, CHECK VALVE,
TEMPERATURE GAUGES, PRESSURE RELIEF VALVE, PRESSURE
GAUGES, 8" LEVER OPERATED BFV
PUMPS
90 3 FAIRBANKS MORSE 14" - 65721 HORIZONTAL DRY PIT
ANGLEFLOW PUMPS WITH 50 HP, 460/3/60, TEFC MOTOR,
STRUCTURAL STEEL BASE (JET MOTIVE)
91 3 FAIRBANKS MORSE 4" - 85721 HORIZONTAL DRY PIT
ANGLEFLOW PUMPS WITH 3 HP, 460/3/60, TEFC MOTOR,
STRUCTURAL STEEL BASE (WASTE SLUDGE)
CONTROLS
100 1 NEMA 12 CONTROL PANEL, A-B 5/03 PLC, DTAM, LIGHTS,
SWITCHES AND ALARM
FLUIDYNE BILL OF MATERIALS
PROJECT: ATLANTIC BEACH Date:12/23/97
Project No.: Page: 1 of 2
Equipment: SBR EQUIPMENT By:RWL Rev.:
ITEM QTY DESCRIPTION
FRP
1 3 JET AERATION HEADER SECTION W/ 16" LIQUID & 8" AIR LINES,
9 - BI-DIRECTIONAL 2JA NOZZLES (FL X FJ)
2 3 JET AERATION HEADER SECTION W/ 16" LIQUID & 8" AIR LINES,
8 - BI-DIRECTIONAL 2JA NOZZLES (FL X CAP)
3 3 8" AIR LINE W/ 90 DEGREE ELBOW (FJ X FJ)
4 3 8" AIR LINE W/ 90 DEGREE ELBOW (FJ X FL)
5 3 12" BACFLUSH LINE W/ 90 DEGREE ELBOW (FL X FL)
6 3 12" BACFLUSH LINE W/ 45 DEGREE ELBOW (FL X PE)
7 3 15' LONG DECANTER W/ 12" DIA. STUB PIECE - RH DISCHARGE
8 3 15' LONG DECANTER W/ 12" DIA. STUB PIECE - LH DISCHARGE
9 6 12" DIA. U-TRAPS (FJ X FJ)
10 3 16" X 12" X 12" DECANT MANIFOLD (FL X FJ X FJ)
11 1 LOT FIELD WELD MATERIALS
12 1 LOT ADD'L 16" DIA. PIPE -UNCOATED FOR FIELD FIT-UP
13 1 LOT ADD'L 8" DIA. PIPE -UNCOATED FOR FIELD FIT-UP
316 STAINLESS STEEL
20 3 5-FLOAT BRACKETS
21 24 DECANTER KNEE BRACES
22 21 16" LIQUID LINE H-SUPPORTS
23 21 H-SUPPORT CROSS BRACES
24 21 16" SADDLE STRAPS
25 6 8" AIR LINE I-SUPPORTS
26 6 8" SADDLE STRAPS
27 9 12" BACKFLUSH I-SUPPORTS
28 9 12" SADDLE STRAPS
29 57 BASE PLATES
HARDWARE 8 MISCELLANEOUS
40 16 FLOATS
41 15 CORD COMPRESSION FITTINGS
42 48 3/8" X 2" HX HD CAPSCREW, 316 SS
43 132 318" X 3 1/2" HX HD CAPSCREW, 316 SS
44 180 3/8" NYLOC NUT, 316 SS
45 360 3/8" FLAT WASHER, 316 SS
46 21 16" NEOPRENE SUPPORT PADS
47 6 8" NEOPRENE SUPPORT PADS
48 9 12" NEOPRENE SUPPORT PADS
CHANGE ORDER -EQUIPMENT SCOPE
Change standard painted steel OSHA approved belt guards to 304
Stainless steel OSHA approved belt guards on three blowers.
2. Change Decanter Effluent Valves from manual operators to electric
operators for opeNGose service. This was necessitated to increase the
decant height (volume) do to site hydraulic limitations.
FLUIDYNE CORPORATION
TERMS OF SALE
The conditions stated below shall constitute a part of the charges of 1 percent per month will apply commencing 30
agreement resulting from the acceptance of an order for the days from date of equipment completion H purchaser asks the
whole or any part of the equipment covered by this quotation, delivery be delayed after production is startetl. Billing will be
unless expressly excepted therein: made at time of completion of equipment and paid per
7. ACCEPTANCE: standard terms.
All orders shall be matle out to Fluidyne Corp.. 2816 West First 6. TERMS OF PAYMENT:
Street, Cedar Falls. Iowa 50613, and shall De subject to Terms of payment require net cash payment within 30 days
acceptance by Fluidyne. Orders may not be canceled without from date of invoice, unless specifically excepted on the face
Fluidyne's written consent, and then only on terms of this quotation. Accounts not paid on net cash due date
indemnifying Fluidyne against loss. Fluidyne reserves the bear interest at the rate of two (2) percent per month from date
right to correct any typographical or clerical errors in the of Invoice.
proposal, pricing, or specification. 7. INSTALLATION AND INITIAL OPERATION:
Acceptance of any contract by Fluidyne shalt be contingent All equipment shall be installed by and at the expense of the
upon credit approval. Performance shall be subject to Purchaser unless otherwise stipulated. The Seiler will furnish
strikes, fires, accidents, or curtailment in manufacturing or at Its option, engineers to supervise the installation and
due to delays unavoidable or beyond the control of Fluidyne. starting up of the equipment Field service will be provided by
No direct or liquitlated damages or penalties shall be afaciorytrainedrepresentativeataperdiemrateo 5 •s0
accepted. Receipt of the original copy of this proposal, plus travel and expenses and on any atl0itional period not
signed by the purchaser, snail constitute a purchase order. stated in this contract
The drawings and bulletin illustrations submitted with this 8. WARRANTY:
proposal shall general type, arrangement and approximate Fluidyne warrants the equipment proposed and described
dimensions of the equipment to be furnished. Fluidyne herein against tlefects in material and workmanship under
reserves the right t0 alter such details in design Or normal service far a period of one year after date of start-up,
arrangement of its equipment which in its jutlgement would not to excee0 eighteen months from date of shipment Pans
constitute an improvement in construction, application or of products manufactured by others and provided Dy Fluidyne
operation. All necessary engineering information for are warranted only to the extent of the original manufacturers
installation of its equipment shall be promptly forwarded by warranty. This warranty is valid provided that the installation
Fluidyne to the purchaser upon receipt of this accepted operation and maintenance of the equipment is made in
proposal. Any changes in equipment: arrangement of accordance with Fluidyne's instructions. The purchaser must
equipment: or application of equipment requested by promptly give written notice of any equipment detects to
purchaser after acceptance of proposal will be made at Fluidyne. Under warranty, Fluidyne will provide, without cost
purchaser's expense. to the purchaser, such reblacement pars as maybe required
2. TAXES to repair or replace the detective equipment. Ail labor as may
The prices quoted are subject to any addition which may be be required to make such replacements must be made by
necessary to cover any tax charge now existing or hereaher purchaser unless stated otherwise on this proposal. Ali
imposed try Federal, State, or Municipal authorities upon startup service must be performed by qualified Fluidyne
equipment or services herein described or the production, personnel or its agents, or this warranty is void. Fluidyne will
sale, distribution or delivery thereof, or upon any feature of not wanant nor replace any material involved when repairs are
this transition. made without prior aumorization from Fluidyne.
3. BINDING RESPONSIBILITIES: THIS IS FLUIDYNE'S SOLE WARRANTY' FLUIDYNE MAKES
Sales representatives are not authorized to bind us. NO OTHER WARRANTY OF ANY KIND, IMPLIED OR
Typographical enors are not binding. EXPRESSED: ALL IMPLIED OR EXPRESSED WARRANTY
4. CANCELLATION: MADE BY ANY PERSON, AGENT OR REPRESENTATIVE
After acceptance, an ortler shall not be subject to WHICH EXCEEDS FLUIDYNE'S AFOREMENTIONED
cancellation unless cancellation charges are borne by the OBLIGATION ARE HEREBY DISCLAIMED BY FLUIDYNE AND
Purchaser for work done by the Seller up to the time of receipt IXCLUDED FROM THIS WARRANTY.
of cancellation notice; nor shalt such orders be subject to 9. PATENTS:
change unless price increases are borne by the Purchaser. The equipment provided by Fluidyne may be covere0 by
5. SHIPMENT AND DELIVERY: patents pending or issued. Fluidyne grants the right to use
All deliveries quoted are estimates based on Fluidyne's best this equipment with further charges. Fluidyne tloes not grant
jutlgement at the time of this proposal, but shipment on these rights to use, royahies, or protection against patent litigation
dates is not guaranteed. Deliveries are figured ham date of arising from use of this equipment in patented processes
receipt in Cedar Falls, Iowa of approved order and technical controlled by others unless otherwise listed above.
data. FluiOyne will riot accept any claims caused by delay in
sh~ ent or Oelive Ii is further understood that storage .
ACCEPTID BY:
NE CORPORATION (Sign aM Trtle)
~
4
DATE: ~,
p
ROJECT: (Company Name)
FLUIDYNE CORPORATION
2816 West First Street
Cedar Falls, IA 50613
Proposal No. HYF 072996
Project: Atlantic Beach, FL
Date: July 29, 1996
EXCLUSIONS: Not furnished by Fluidyne are the following; Any pipe and supports;
fittings or valves except those specifically included above, anchor bolts and intertacing
flange hardware and gaskets; out of basin pipng or valuing; electrical and mechanical
installation labor; off-loading of equipment; jobsite storage; insurance and other items
not specifically mentioned in the body of this proposal.
SHIPMENT: The price quoted is based on a target shipment date of 12 to 14 weeks
after receipt of approval drawings.
TAXES: Any applicable duties, sales, use, excise or similar taxes are not included in
the quoted price.
TERMS OF PAYMENT: Warranties shall apply only when payments are made in full
and according to the following schedule:
Net 30 days
Unless other terms are specified, all payments shall be in United States Dollars and pro
rata payments shall become due as deliveries are made. If date of delivery is delayed
by purchaser, date of readiness for delivery shall be deemed to be date of delivery for
payment purposes. If manufacture is delayed by
purchaser, a payment shall be made based on the purchase price and percentage of
completion; balance payable in accordance with the terms stated.
If, at any time in Company's judgment, purchaser may be or may become unable or
unwilling to meet the terms specified, Company may require satisfactory assurances or
full or partial payrnent as a condition of commencing or continuing manufacture; or in
advance of shipment, or if shipment has been made, recover the product(s) from the
carrier.
DURATION: This proposal shall remain in effect for 60 days after proposal date,
unless changed in the interim upon written notice.
FLUIDYNE CORPORATION
2816 West First Street
Cedar Falls, IA 50613
Ladies and Gentlemen:
Proposal No. HYF 072996
Project: Atlantic Beach, FL
Date: July 29, 1996
We propose to furnish Fluidyne Sequencing Batch Reactor (SBR) Equipment for the
Buccaneer Wastewater Treatment Plant Expansion in Atlantic Beach, Florida. The
proposal includes the following equipment:
ITEM:
Three (3) 16" Electric Operated Influent Plug Valves with ductile iron body and electric
actuator with manual override.
Three (3) Fluidyne model# BDM2JA34 Jet AeratioNMixing Headers with 16" liquid
piping, 8" air piping terminating with an 8" flange connection at just above the top water
Idvel, 12" backflush riser pipe, 12" manual butterfly backflush valve, and all in-basin
submersed 304 stainless steel header, air riser and backflush piping supports.
Three (3) 50HP Dry Pit Centrifugal Jet Motive Pumps with TEFC motor, 460/3/60
service, cast iron construction.
Three (3) 75HP Roots Positive Displacement Blower Packages model# 624-RCS with
Table Top Base, V-belt drive, 460/3/60 TEFC motor, inlet and discharge silencers, inlet
filters, check valve, PRV, pressure gauge, temperature gaupge, isolation butterfly valve
and vibration isolation pads. Package to have standard carbon steel painted guard in
lieu of the stainless steel guard.
Three (3) Fluidyne model# SED-22 Solids Excluding Decanter with U-trap, siphon
control mechanism, vent valve assembly, 12" manual operated decant control valve,
and stainless steel decanter supports.
Three (3) 3HP Dry Pit Centrifugal Waste Sludge Pumps with TEFC motor, 460/3/60
service, cast iron construction.
Three (3) Sets of Float Level Sensors
One (1) NEMA 12 Control Panel including run indicating lights, switches, alarms,
operator interface and Allen - Bradleyf'L-~--to-controlalifunctions of the 3 Tank SBR.
The price of the above equipment is $ 33~ , r 75•°o FOB-factory with freight allowed to
the jobsite. We are not offering the alternate 304 stainless steel jet aeration system at
this time, notification did not allow us sufficient time to work up a cost.
SERVICE: Service is provided by a service technician or representative in the amount
of twelve (12) days to be provided in two (2) Vips. Travel and living expenses are
included.
FLVIDYNE ~
CORPORATION
2816 West First Street
Cedar Falls, Iowa 50613
Phone: (319) 266.9967
Fax: (319) 277034
PROPOSAL
FLUIDYNE CORPORATION (HEREINAFTER CALLED THE COMPANY) AGREES TO
SELL TO THE PURCHASER AND THE PURCHASER AGREES TO BUY AND
ACCEPT FROM THE COMPANY, THE ITEM(S) DESCRIBED HEREIN.
PROJECT: Atlantic Beach, Florida
Buccaneer WTTP Expansion
Sequencing Batch Reactor
ENGINEER: Eder Associates
PROPOSAL NO.: HYF 072996
DATE WRITTEN: July 29, 1996
BID DATE: July 31, 1996
Representation & Coordination provided by:
Heyward Incorporated
1865 N. Semoran Blvd., #240
Winter Park, FL 32792
407-679-1333
EXHIBIT 1
The following documents are included with Exhibit 1:
1. Fluidyne Corporation Proposal dated July 29, 1996
2. Speafication incuded in the Bid Request
3. Change Order -Equipment Scope
4. Fluidyne Bill of Material
5. Fluidyne Performance Guarantee
6. Warranty Escrow Reserve
7. • Fluidyne SBR Calculations
e~enses) suffered by Owner by reason of Equipment Manufacturer defaults.
NOTICE: Notices under this Equipment Purchase Contract shall not be deemed valid
unless given or served in writing and forwarded by mail, postage prepaid, addressed as
follows:
Owner
Name: City of AUantic Beach
Address: 1200 Sandpiper Lane
Atlantic Beach, FL 32233
Attention: Mr. Robert Kosoy, P.E.,
Director of Public Works
Etc uioment Manufacturer
Name: Fluidyne Corporation
Address: 2816 West First Street
Cedar Falls, IA 50613
Such Addresses may be changed from time to Ume by either party by providing notice
as set forth above.
Equipment Manufacturer.
Fluidyne Corporation:
By:
Owner.
City of AUantic Beach
By:
CITY OF ATLAA"ITC BEACH
CITY CO~SSION DHrETING
STAFF REPORT
AGE~iDA TTE~i:
SUB.~IIT`TED BY:
DATE:
BACKGROUA'D:
MAJOR EQUIPMENT SELECTION FOR BUCCANEER
WASTEWATER TREATMENT PLANT EXPANSION
PROJECT
Robert S. Kosoy/Director of Public Works a~
September 19, 1996
During the selection process of an Engineering Consultant to design the Buccaneer
Wastewater Treatment Plant Expansion Project #BS9601, EDER Associates was selected
primarily because of their commitment to bring the construction costs for t}ie project under
budget using a Sequencing Batch Reactor (SBR) design wncept. ,
TTte design engineer was directed to solicit quotes from the major manufacturers of SBRs
azound one system pror to design of the plant expansion After receiving quotes and
evaluating the data received from three manufacturer's, the Design Engineer recommended
the Fluidyne Corporation's system. Their analysis was submitted on September 9, 1996.
As further assurance to the City, the Design Engineer was directed to obtain assurances from
the SBR equipment manufacturers as to the expiration daft of their price proposal. This
information was received and summarized in a September 16, 1996, letter from the Design
Engineer. It is suggested that the Ciry require a Performance Guarantee Specification and
Warranty Escrow Reserve for this equipment.
At this time an equipment selection must be made in order that design may proceed
expeditiotuly.
RECOMT1iENDATIO\: Authorize EDER Associates to proceed with design of
Fluidvne Corporation's Sequencin¢ Batch Reactor Equipment.
Have the City Attorney review recommended Performance
Guarantee Specification and Warranty Escrow Reserve for
the equipment
ATTACHMENTS: Letter dated 9/16/96 from Andy May, EDER Associates
Letter dated 9/09/96 from Andy May, EDER Associates
RE~TE~~'ED BY CITY
AGENDA ITEM NO: rI E
Minutes Page 6
D. Authorize funding for continuation of professional services during
construction of Water Treatment Plant No. 3, through unezpended
funds from the Atlantic Beach Wastewater Treatment Plant
Expansion Project.
Motion: Authorize funding for continuation of professional services
during construction of Water Treatment Plant No. 3 through
unezpended funds from the Atlantic Beach Wastewater Treatment
Plant Expansion Project
There was no discussion and the motion carved unanimously.
E. Authorize Eder Associates to proceed with design of Fluidyne
Corporation's Sequencing Batch Reactor Equipment for
Buccaneer Wastewater Treatment Plant Expansion
Motion: Authorize Eder Associates to proceed with design of
Fluidyne Corporation's Sequencing Batch Reactor Equipment for
Buccaneer Wastewater Treatment Plant Expansion as
recommended by Public Works Director Kosoy.
There was no discussion and the motion carried unanimously.
F. Authorize ezecution of rental contract between the City and
YMCA for Fiscal Year 1996/97
G. Authorize ezecution of rental contract between the City and
Beaches Habitat and action on Habitat's request for nine keys to
Adele Grage Community Center
H. Authorize ezecution of rental contract between the City and
Atlantic Beach Athletic Association (ABAA)
I. Authorize ezecution of rental contract between City and Atlantic
Beach Ezperimental Theater (ABET)
In order to treat all groups renting city owned facilities fairly and equitably,
Mayor Fletcher requested that Items F - I be considered at the same time and
deferred those items to Commissioner Meserve and City Manager Jarboe for
study and clariScation of terms to ensure impartiality in the arrangement to be
used for the rental of the facilities by all groups.
NAME OF
COMMRS.
M
S V
Y V
N
MESERVE X X
REED X X
ROSENBLOOM X
SHAUGHNESSY X
FLETCHER X
ESERVE X
ED X X
OSENBLOOM X
SHAUGHNESSY X X
FLETCHER X
AGENDA ITEM: DIRECT EQUIPMENT PURCHASE OF SEQUENCING BATCH
REACTOR (SBR) EQUIPMENT FOR BUCCANEER
WASTEWATER TREATMENT PLANT EXPANSION
Page: 2.
An Equipment Purchase Contract has been submitted from Fluidyne and the Performance
Guarantee Specification and Warranty Escrow Reserve portions were previously reviewed with
the City Attorney and found to be acceptable. The technical portions have been reviewed by
Eder Associates.
RECOMMENDATION: Approve Equipment Purchase Contract with Fluidyne Corporation
and Authorize City Manager to Sign..
ATTACHMENTS: 1. Letter from Heywazd, Incorporated dated 1/13/98.
2. Equipment Purchase Contract from Fluidyne with cover
letter dated I/15/98.
REVIEWED BY CITY MANAGER:
AGENDA ITEM NO:~ p
COMMISSION MEETING DATE: / - Z G ' 9 p
CITY OF ATLANTIC BEACH
CITY COMMISSION MEETING
STAFF REPORT
AGENDA ITEM: DIRECT EQUIPMENT PURCHASE OF SEQUENCING BATCH
REACTOR (SBR) EQUIPMENT FOR BUCCANEER
WASTEWATER TREATMENT PLANT EXPANSION
SUBMITTED BY: Robert S. Kosoy/Drrector of Public Works -~_~f
DATE: January 22, 1998 ll ~l ~I~
BACKGROUND: t p.,~, W""
At the September 23, 1996 City Commission meeting the City Commission authorized Eder
Associates to proceed with the design of Fluidyne Corporation's Sequencing Batch Reactor
Equipment for the Buccaneer Wastewater Treatment Plant Expansion. The estimated total
package price at that time was $334,051, without the contractor's mazk-up of approximately
10%, and 6-1/2% sales tax, which is passed on to the City when purchased by the Contractor. If
these costs were added, the estimated price would have been $389,169.
The design and permitting process has been arduous since the Florida Department of
Environmental Protection (FDEP) has reduced their effluent limitations and has been concerned
with metals, particulazly copper and mercury effluent limitations. Finally, after many meetings
and conversations with the FDEP, we received a draft permit on 01/05/98 and it is ready to
advertise in the newspaper. In addition, we have received the 100% plans from Eder Associates
and the project is ready to bid.
Concurrent with the design and permitting, we maintained dialo with the Fluidyne Corporation
and on January 13, 1998, received a letter from Mr. Jay Whelc el from Heyward Incorporated,
the Florida representative for Fluidyne Corporation. Due to the fact that as of the end of
October, 1997, Federal Law required motor manufacturers to cease manufacturing standazd
efficiency motors in favor of premium efficiency motors, escalation from the 1996 price quote
due to the permitting delay and the addition of a 16" electric effluent valve and belt guazds, the
present price for delivery in 1998 is $374,131. If the City purchases directly from Fluidyne
(represented locally by Heywazd, Incorporated) there will be no additional costs.
hWR-18-1998 15 12 COMiELLY $ WICKER INC
P.05
ITEM
NO. DESCRIPTION ESTIMATED
QUANTITY UNIT UNR
PRICE ESTIMATEA
AMOUNT
24 10" PVC Waterline, C-900, DR78 1,668 LF 11.75 519,599.00
25 1Z' PVC Waterline, C-900, DR18 18 LF 27.50 5495.00
26 12' x 16" Tapping $keve 8 Valve 1 EA 4,180.00 54,180.00
27 6" x 6' Tapping Sleeve 8 Valve 1 EA 2,750.00 52.750.00
28 Fire Hydrant Assembly 7 EA 2,750.00 519,250.00
29 6" Gate Valve 4 EA 935.00 53,740.00
30 8" Gate Valve 4 EA 1,045.00 $4,180.00
31 10" Gate Valve 4 EA 1,155.00 54,620.00
32 Directional Bore InG. 18' Casing and 12' Camer 100 LF 1,000.00 $100,000.00
E0.00
50.00
50.00
50.00
50.00
50.00
50.00
50.00
50.00
50.00
50.00
50.00
50.00
50.00
50.00
50.00
50.00
50.00
50.00
SUBTOTAL 5399,587.73
1G%. CONT. (39,958.77
TOTAL 5439.546.50
Page 2
TOTHL P. @5
hWR-18-1998 15 12 COtJNEILY 8 WICKER INC
,~~ CONNELLY 8~ WICKER INC.
y Consulting Engineers
COST ESTIMATE
P.04
PROJECT TITLE Levy Road Imnrovement4 __ SHEET _~ OF -2 _
PART ~yport Road to Main Street (wNVatertina Altefnatel TAKE OFF BY _ B. Kientz _ ._
JOB NO. 9204-10 DATE 18Ma[98 ESTIMATED BY B_ Kien~
ITEM
NO. DESCRIPTION ESTIMATED
t]UANTITY UNIT UNIT
PRICE ESTIMATED
AMOUNT
1 Mobilization 1 LS 5,000.00 $5,000.00
2 Clearing and Grubbing 1 LS 2,500.00 $2,500.00
3 Maintenance of Traffic 1 LS 3,500.00 $3.500.00
4 Existing Pavement Removal 4,744 SY 3.50 $16,604.00
5 Earthwork 1 LS 15,000.00 $15,000.00
6 Fine Grading and Seeding 9,000 SY 2.00 $18,000.00
7 12" Stabilized Subgrade. LBR 40 7.225 SY 3.63 $26,226.75
8 8" Limerock Base 7,077 SY 7.80 $55,200.60
9 Asphalt Concrete. Type S-III, 3!4" Thick 6.289 SY 2.85 $16,665.85
10 Asphalt Concrete, Type S-I, 1-114' Thick 6,961 SY 3.85 $26,876.85
11 Concrete Driveway Repair 72 SY 35.00 $2.520.00
12 Asphalt Driveway Repair 154 SY 25.00 $3.850.00
13 Stone Driveway Repair 15 SY 15.00 S225.00
14 New Concrete Curb 115 LF 12.00 $1,380.00
15 Thermoplastic Pavement SViping 1 LS 3.500.00 $3,500.00
16 Adjust Manhole Castings and Valve Jackets 1 LS 750 l)0 $750.00
17 Sodding 5,604 SF 0.42 $2.353.68
18 Detector Loop Conduit (Jacked) 190 LF 44.00 $8,360.00
19 Detector Loop Pull BexeS 2 EA 248.00 $496.00
20 Detector Loop. Type'F' Modified 11 EA 550.00 $6,050.00
21 Effluent Out-all Improvements (Allowance) 1 LS 25,01)0.00 $25,000.00
22
i 6' PVC Waterline, C-900, DR18 21 LF 15.00 $315.00
23 8- PVC Watedine, C-900. DR18 20 LF 20.00 5400.00
PaSe 1
t1RR-18-1998 15 11 COFAELLY 8 WICKER INC P.03
IT[M
NO. DESCRIPTION ESTIMATED
QUANTITY UNIT UNIT
PRICE ESTIMATED
AMOUNT
x0.00
50.00
E0.00
S0.00
50.00
ao.oo
ao.oo
so.oo
So.oo
So.oo
So.oo
so.oo
ao.oo
so.oo
So.oo '
ao.oo
so.oo
io.oo
so.oo
$o.oo
so.oo
So.oo
ao.oo
So.oo
So.oo
So.oo
so.oo
SUBTOTAL 5240,056.73
107. CONT. 524,005.87
TOTAL 5264.064.60
Pege 2
• ~ MRR-18-1998 15.11 CONtJELLY 8 WICKER ItJC P.02
~~ ~,~~ CONNELLY 1& WICKER INC.
\ ~,~ Consulting Engineers
COST ESTIMATE
PROJECT TITLE Law Road Imnroveme0ts SHEET ~_ OF ~
PART Mavport Road to Main Street _ TAKE OFF BY B. Kuntz
JOB NO. 9204.10 DATE ~@Mar98 ESTIMATED BY B. Kientz
ITEM
NO. DESCRIPTION ESTIMATED
QUANTITY UNIT UNIT
PRICE ESTIMATED
AMOUNT
1 Mobilization 1 LS 5.000.00 $5.000.00
2 Clearing and Grubbing 1 LS 2,500.00 $2,500.00
3 Maintenance of TroKk 1 LS 3,500.00 $3,500.00
4 Existing Pavement Removal 4,744 SY 3.50 $16,604.00
5 Earthwork 1 LS 15,000.00 $15,000.00
6 Fine Gratling and Seeding 9,000 SY 2.00 $18.000.00
7 12" Stabilized Subgrode, LBR 40 7,225 SY 3.63 $26,226.75
8 8' Limerock Base 7,077 SY 7.80 $55,700.60 i
9 Asphalt Concrete, Type 5-III. 3/4' Thick 6,289 SY 2.65 $16.665.85
10 Asphalt Concrete, Type S-I, 1-1l4' Thick 6.981 SY 3.85 $26,876.85
11 Concrete Driveway Repair 72 SY 35.00 $2.520.00
12 Asphalt Driveway Repair 154 SY 25.00 $3.850.00
13 Stone Driveway Repair 15 SY 15.00 $225.00
14 New Concrete Curb 115 LF 12.00 $1,380.00
15 7hennoDlastic Pavement Striping 1 LS 3,500.00 $3,500.00
16 Adjust Manhole Castings and Valve Jackets 1 LS 750.00 $750.00
17 Sodding 5,604 SF 0.42 $2.353.68
18 Detector Loop Conduit (Jacked) 190 LF 44.00 $8,360.00
19 Detector Loop Pull Boxes 2 EA 248.00 $496.00
20 Detector Loop, Type "F" Modified 11 EA 550.00 $6.050.00
21 Ettluent Outfall Improvements (Allavance) 1 LS 25,000.00 $25,000.00
$0.00
$0.00
$0.00
1:\4119306-IOSPCICST0318A.98
AGENDA ITEM NO: 1
COMMISSION MEETING DATE:.3' Z3' CIS
CITY OF ATLANTIC BEACH
CITY COMMISSION MEETING
STAFF REPORT
AGENDA ITEM: LEVY ROAD IMPROVEMENTS
SUBMITTED BY: Robert S. Kosoy/Director of Public Works q~" Q
DATE: Mazch 18, 1998
BACKGROUND: On Mazch 6, 1998, we received final plans and specifications for
the Levy Road Improvements Project. The project proposes to construct a new 10"
diameter water main on the north side and reconstruct the roadway from Mayport Road to Main
Street. The reconstruction of the roadway will provide two 12' wide lanes with 2' paved
shoulders on each side. The existing roadway will be removed to permit construction of the 12"
stabilized sub-base, 8" limerock base course and 2" of asphalt.
In addition, the emergency effluent outfall sewer line that is located on the south side of Levy
Road will be televised and point repairs made as required. The project will make necessary
drainage improvements due to the reconstruction of the roadway and intersection improvements,
widening of the fuming radii and turning lanes, will be constructed at Mayport Road. The project
does not include new sidewalks but they can be constructed if desired.
Staff final review comments aze being transmitted to the design engineer, Connelly & Wicker,
and a permit for the new water line will be submitted to the Department of Health during the
week of 3/23/98. The FDOT permit will be submitted by the Design Engineer this week.
A preliminary cost estimate has been submitted by the Design Engineer for $264,065 for the base
bid and $439,547 if the water line work is added to the project.
In summary, the project should be ready to bid by 4/30/98, or whenever permits aze approved.
RECOMMENDATION: Appropriate Funds for Levy Road Improvement Project
ATTACHMENTS: Cost estimate from Design Engineer.
Draft plans and specifications aze on file at the Department of
Public Works
REVIEWED BY CITY
F,S.1997 MUNICIPAL POLICE OFFICERS' RETIREMENT TRUST FUNDS Ch. 1t1S
(8) Death benefit, if any, should not exceed:
(a) One hundred limas the estimated normal
monthly retirement income, based on the assumption
toot the present rate of compensation continues with-
outchange to normal retirement date, or
(b) Twice the annual rate of compensation as of the
date of termination of service, or
(c) The single-sum value of the axrued deferred
retirement income (beginning at normal retirement
data) at date of termination of service, whichever is
greatest.
(7) An insurance plan may provide that the assign-
ment of insurance contract to separating officer shall be
at least equivalent to the return of the officers contdbu-
Gons used to purchase the contract. An assignment of
contract discharges the municipality from all further
obligation to the participant under the plan even though
the cash value of such contract may be less than the
employee's contributions.
(8) Provisions shall be made, either by issuance of
separate policies, or otherwise, that the separating offi-
cer does not receive cash values and other benefits
under the policies assigned to the officer which exceed
the present value of his or her vested interest under the
retirement plan, inclusive of the officers contribution to
the plan, the contributions by the state shall not be
exhausted faster merely because the method of fund-
ing adopted was through insurance companies.
(9) The police officer shall have the right at anytime
to give the board of trustees written instructions desig-
nating the primary and contingent beneficiaries to
receive death benefit or proceeds and the method of
me settlement of the death benefit or proceeds, or
requesting a change in the beneficiary, designation or
method of settlement previously made, subject to the
terms of the policy or policies on the officers tile. Upon
receipt of such written instructions, the board of trust-
ees shall take the necessary steps to effectuate the
designation or change of beneficiary or settlement
option.
Nslory.-s 1, N. 59-720, s. 2, N. 91119. s. 912. N. 95117.
185.07 Creation and maintenance of fund.-
(1) The municipal police officers' retirement trust
land in each municipality described in s. 185.03 shall
Eecreated and maintained in the following manner.
(a) By the net proceeds of the .85-percent excise
tax which may be imposed by the respective cities and
Wwns upon certain casualty insurance companies on
Itleir gross receipts of premiums from holders of poti-
oes, which policies cover property within the corporate
lirriit5 of such municipalities, as is hereinaher expressty
authorized.
(b) ey 5 percent of the salary of each full-time
Wixa officer duly appointed and enrolled as a member
of such police department, which shall be deducted by
~ municipality and paid over to the board of trustees
of the retirement trust fund wherein such police officer
n employed, provided that no deductions shall be
node after an ohicer has passed his or her normal
Rbemenl date. No police officer shall have any right to
~ apt so paid into said fund except as provided
(c) By all fines and lodeitures imposed and coi-
lectedfrom any police officer because of the violation of
any rule and regulation promulgated by the board of
INSIBBS.
(d) By payment by municipality or other sources of
a sum equal to the normal cost and the amount
required to fund over a 40-year basis any actuarial defi-
ciency shown by a quinquennial actuarial valuation.
The first such actuarial valuation shall be conducted for
the calendar year endng December 31, 1963.
(e) By all gifts, bequests and devises when
donated for the fund.
(f) 8y all accretions to the fund by way of interest
on bank deposits or otherwise.
(g) By ail other sources of income now or hereafter
authorized bylaw for the augmentation of such munici-
pal police officers' retirement trust fund.
(2) Under no circumstances may a municipality
reduce the member contribution to less than 1 percent
of salary.
Ipatary.-s. a. 01.29270. 195J: a. 7. N. 29925.1955; a. s.IT. s9-720; i z. t0.
61-1t9; s. a. N. 9612. s. 917. d~. 93-111; a. S. tl~ 93-250.
185.08 State excise taz on casualty insurance pre-.
mlums authorized; procedure.-
(1) Each incorporated municipality in thls state
described and classified in s. 185.03, as well as each
other city or town of this slate which on July 31, 1953,
had a lawfully established municipal police oificers'
retirement trust fund or city fund providing pension or
relief benefits to police officers by whatever name
known, may assess and impose on every insurance
company, corporation, or other insurer now engaged in
or carrying on, or who shall hereafter engage in orcarry
on, the business of casualty insurance as shown by
records of the Department of Insurance, an excise tax
in addition to any lawful license or excise tax now levied
by each of the said municipalities, respectively,
amounting to .85 percent of the gross amount of
receipts of premiums from policyholders on all premi-
ums collected on casualty insurance policies covering
property within the corporate limits of such municipali-
ties, respectively.
(2) !n the case of multiple peril policies with a single
premium for both property and casualty coverages in
such policies, 30 percent of such premium shall be
used as the basis for the .BSpercent tax above.
(3) Said excise tax shall be payable annually March
1 0l each year after the passing of an ordinance
assessing and imposing the tax herein authorized.
Installments of taxes shall be paid accordng to the pro-
visions of s. 624.5092(2)(a), (b), and (c).
19atory.-a. 5. N.21230.1957; a. 2. flt a1-119, s. 1, 0.611%: ss. f 7.75, d1.
941%: s. 7, N.9612: s. 21. N.97A9: a. 15. tli 9620& a. 11,01. a?767; >.9N,
C,. % 1t7.
185.09 Repoli of premiums paid; date tax payable.
Whenever any municipality passes an ordinance
assessing and imposing the tax authorized in s.
185.08, a certified copy of such ordinance shall be
deposited with the division; and thereafter every insur-
ance company, corporation, or other insurer carrying
on the business of casualty insuring, on or before the
succeeding March 1 after dale of the passage of the
1367
ORDINANCE NO. 58-97-24
AN ORDINANCE OF THE CITY OF ATLANTIC BEACH, FLORIDA, AMENDING
CHAPTER 2, ADMINISTRATION, ARTICLE IV, EMPLOYEE BENEFITS, DIVISION 3,
RETIREMENT SYSTEM, SEC. 2-298(a), MEMBER CONTRIBUTIONS, TO REDUCE
CONTRIBUTIONS BY BENEFff GROUP POLICE, AND PROVIDING AN EFFECTIVE
DATE.
WHEREAS, Sec. 2-298 of the Code of Ordinances currently requires that contributions to the
retirement system by benefit goup police bargaining unit members shall be 2.315% of salary, and
WHEREAS, a new agreement between the City of Atlantic Beach and the Fraternal Order of Police,
Lodge 107, was ratified and approved by the City Commission on January 27, 1997, and
WHEREAS, Article 26 of the new ageement reduces the contributions to the retirement system by
benefit goup police bargaining unit members to 1.00% of salary for fiscal year 1997/98.
BE IT ENACTED BY THE CITY COMMISSION ON BEHALF OF THE PEOPLE OF THE CITY
OF ATLANTIC BEACH, FLORIDA:
SECTION 1. Sec. 2-298(a) of the Code of Ordinances of the City of Atlantic Beach, Florida, is hereby
amended to read as follows:
"Sec. 2-298. Member contributions.
(a) Member contributions by benefit goup fire shall be five and five hundred fifty-five thousandths (5.555)
percent of salary and by benefit goup police bargaining unit members covered by the current bargaining unit
contract shall be t~ve-ar~three-htfndred~+freer~t#iousadths f2.31-Sj one I.00 percent of salary and by other
benefit group police members shall be four and eight hundred fifteen thousandths (4.815) percent of salary
which shall be deducted from the member's pay and paid over into the retirement system at the same time as
city contributions are made."
SECTION 3. This Ordinance shall take effect October 1, 1997.
PASSED by the City Commission on fast reading this a25~ day of _ ~~',~u,o~ 1997.
~~~ ~
PASSED by the City Commission on second and final reading this ~~day of -~~
1997.
A T:
MA EN KING
Certified Municipal Clerk
Appr ved as to form and correctness:
AN C. SEN, ESQ., City Attorney
L T.FLETCHER
Mayor/Presiding Officer
traT;F!c.nrOPt
Y(il~~...'P ~i9 r,.5 dG cial Seal
mi: t-~~'Qilay °r ~~J
' ~.
26.3 Any employee covered by this Agreement who is assigned by
the Chief of Police to work in the Investigative Division
as a detective shall receive pay at a rate ten (10~)
percent above the employee's regular hourly rate of pay.
26.4 Any Employee covered by this Agreement who is
temporarily required by the Chief of Police or his
designee to perform the duties of a Sergeant or
Lieutenant shall receive pay at a rate five (5$) percent
above the employee's regular rate of pay, provided that
no other Sergeant or Lieutenant is on duty and that:
a. The duties and responsibilities of the higher
classification are assumed in full for a minimum of
four (4) uninterrupted hours; and
b. The assignment ie not for the purpose of on-the-job
training.
If the two (2) conditions set forth are not fully
satisfied, the employee will receive the rate of pay of
his regularly assigned classification for each hour
worked in the Sergeant or Lieutenant position.
26.5 Officers promoted to the rank of Police Sergeant
shall receive upon promotion a ten percent (10~) pay
increase above. the highest paid officer. Said promoted
officers shall serve in a probationary period for a
period of six (6) months. Should the promoted officer
fail to successfully complete his/her probationary
period, the officer shall return to their previous rank
and pay.
26.6 Any Employee covered by this Agreement who is required by
the Chief of Police or his designee to perform the duties
of a Field Training Officer (FTO) shall receive pay at a
rate of five (St) percent above the employee's regular
rate of pay while the employee is actually performing the
duties of an FTO.
4~
ARTICLE 26
26.1 Employees covered by this Agreement shall receive a one
percent (1%) bonus payable the first pay period following
the ratification of this Agreement for the 1996/1997
fiscal year. For the fiscal year 1997/1998, the employees
covered by this agreement shall receive a three
percent (3%) COLA (cost of living adjustment) effective
the first of October 1997. Additionally, as a portion of
the compensation provided to the unit members under this
Agreement, the City shall assume the responsibility for
certain pension contributions currently deducted from the
pay of the bargaining unit members. Zn the fiscal year
1996/1997 the deduction that is the responsibility of the
bargaining unit member shall be reduced from 4.815% of
salary to 2.315% of salary. For the fiscal year 1997/1998
the bargaining unit member contribution shall be reduced
from 2.315% of salary to .315% of salary. For the fiscal
year 1996-1997, the deduction of the employees pension
controbution will continue until such time as this change
has been voted on by the City of Atlantic Beach
Commission to comply with this Agreement. At such time as
approved by the Commission, the employees will be
reimbursed for this controbution retroactive back to
October 1, 1996.
26.2 Entrance Salary Determination
Except as provided herein, original appointment to the
classification of Police Officer will be made at the
entrance rate and advancement from the entrance rate to
the maximum rate shall be by successive steps. The City
Manager may approve initial compensation at a higher rate
than the minimum rate in the range for the position
classification, not exceed 6% above entrance rate, when
the needs of the service make such action necessary.
Such decision shall not be subject to the grievance or
arbitration provisions of this Agreement.
44
CITY OF
o~Cla.di.'c b~e4xek - ~la~uda
800 SEFIINOLE ROAD
ATLANTIC BEACH, FLORIDA 32233-5445
TELEPHO\E (9041247-5800
FAX i 904 ~ 247-5805
SUNCO\1 852-5800
LETTER OF UNDERSTANDING
This Letter of Understanding hereby amends Article 26, Section 26.1, of the Police Union
contract as pertains to fiscal year 1997/1998 to read as follows:
26.1 FROM:
` ...For the fiscal yeaz 1997/1998 the employees covered by this agreement shall receive
a three percent (3%) COLA (cost of living adjustment) effective the first of October
1997."
TO:
' ...For the fiscal year 1997/1998 the employees covered by this agreement shall receive
a three point six eight five percent (3.685%) COLA (cost of living adjustment) effective
the first of October 1997."
and
FROM:
' ...For the fiscal year ] 997/1998 the bargaining unit member contribution shall be
reduced from 2.315% of salary to .315% of salary..."
TO:
"...For the fiscal year 1997/1998 the bargaining unit member contribution shall be
reduced from two point three one five percent (2.315%) of salary to one percent (1%) of
salary.. "
FOR THE CITY
FOR THE FOP
James Jarboe Date Paul Fafeita Date
City Manager Staff Representative
Agenda Item: 7 A __
Date: 3.2 3.9$
CITY OF ATLANTIC BEACH
CITY COMMISSIONER MEETING
STAFF REPORT
AGGND.4 ITEM
Adjusting the salary for the police union members from three percent (3%) to three point six eight
Eve percent (3.685%) effective October 1, 1997.
BACKGROUND
The police union contract contained a three percent Cost Of Living P.uystm:,:: (COLA) and a
reduction to the union employees pension contributions to point three-one-tive percent (.31 S% )
of salary to be effective October 1, 1997.
Fiori~? s~*.ures do not allow police employee contributions to be less than one percent (1%) of
Salary: therefore, the police union employees had their pension contributions reduced from two
point three one five (2.31 S) to one percent (1%) rather than to point three-one-five percent
( 31 S%) 02 salary. However, police union members' salary was not adjusted for this change.
:'h~refore, this salary adjustment is required to provide police union members with the net pay
increase as agreed to by the City Commissioners within the current police union contract.
FUNDING
Sufficient funding should be available for this action as funds were approved within the overall
public saf ty budget and this action merely realigns these funds.
A::TION iiEOUESTED
AUTHORIZE THE C[TY MANAGER TO SIGN A LETTER OF UNDERSTANDING
ADJUSTING THE SALARY FOR THE POLICE UNION MEMBERS FROM THREE
PERCENT (3%} TO THREE POINT SIX EIGHT F[VE PERCENT (3.685%)
EFFEC'TIVF, OCTOBER 1, 1997.
ATTACHMENTS: 1. Proposed Letter of Understanding
2. Current Police Union Contract -Article 26
3. Ordinance Nol 58-97-24 changing contribution rate to one percent
4. Florida Statute 185.07(2)
~ , y~ ,(
REVIEWED BY CITY MANAGER: ~``~~
' to Pa a -8 contras
January 26, 1998
City Manager Jazboe responded that three proposals had been submitted to
City Commission in September 1996 and at that time the City Commission
accepted the Fluidyne proposal and authorized Eder Associates to proceed ~
the design of the Fluidyne system.
Alan Potter of 374 Second Street expressed concern that only one company
had bid on the project and stated the city should always receive at least three
bids on each project before awazding the bid. Mr. Potter indicated that
nationally there were several vendors which could provide such equipment a
he was opposed to dealing with a single source supplier. He then asked that
the bid be rejected and the project rebid.
Commissioner Bomo inquired as to what was being renlaced at the treatment
plant.
Andrew May of Eder Associates, the engineering firm who designed the
Buccaneer Wastewater Treatment Plant Expansion Project, explained that the
city was replacing equipment while utilizing the same tanks at the plant. He
further explained that three manufacturers of Sequencing Batch Reactor (SBF
equipment had submitted proposals, and Fluidyne Corporation's system was
chosen by the City Commission in September 1966. Mr. May indicated the
city saved sales tax and contractor fees by sepazating the purchase of this
equipment from the entire contract.
Commissioner Meserve summarized the previous actions of the Commission
relative to this project and pointed out the savings the city would realize whey
buying equipment for the contractor.
(Memo from Bob Kosoy dated January 22, 1998 is made part of this official
record as Attachment C).
There being no further comments or discussion, the motion carried
unanimously.
8. City Manager Reports and/or Correspondence:
A. Report relative to selection of independent engineer for Core City
review
City Manager Jazboe reported that only one engineering firm had submitted a
proposal to review the design of the core city infrastructure improvements. H
further stated he had spoken with Colonel Terry Rice of the U.S. A,my Corps
aI s
O E
T C
I O y
O N E N
STONERS N D S O
~~
January 26, 1998
D. Resolution No. 98-4
Resolution of Esteem -Ann Meuse, Finance Director
(Commissioner Beaver)
Mayor Shaughnessy read the Resolution in its entirety.
Motion:
Mayor Shaughnessy and Commissioner Beaver presented the framed
documept to Mrs. Meuse and on behalf of the entire Commission and
citizens of Atlantic Beach thanked her for her dedicated service to the
City of Atlantic Beach.
*The motion and vote are listed under Item 9 of the agenda.
6. Action on Ordinances:
None.
New Business:
A. Appointments to Tree Conservation Board (2) (Mayor
Shaughnessy)
Mayor Shaughnessy reappointed Mae Jones and nominated Mary Emerson-
Smith for appointment to the Tree Conservation Board. The appointments
were unanimously approved by the City Commission.
B. Authorize purchase of Sequencing Batch Reactor Equipment for
Buccaneer Wastewater Treatment Plant Eapansion and authorize
the City Manager to execute Equipment Purchase Contract with
Fluidyne Corporation
ht S
O E
T C
t O Y
O N E ~:
COh~IISStONERS N D S
Motion: Authorize purchase of Sequencing Batch Reactor BEAVER
Equipment for Buccaneer Wastewater Treatment Plant Expansio BDRNO
and authorize the City Manager to execute Equipment Purchase SERVE
MITCHELSON
Contract with Fluidyne Corporation. SHAUGHNESSY
- Mr. Potter inquired how many firms had bid on the equipment in question.
B. Effluent disposal capacity expansion I
C. Operations building or laboratory expansion. I
III. submittals
L•DER will submit five (5) sets of status plans and contract documents at the 30%,
GO%, and 100"/o design completion stages. A review meeting will beheld to discuss
comments within two weeks of submission. Meeting minutes will be prepared by
EDER, distributed for verification, and the comments subsequently incorporated into
the design. Three (3) sets of final plans will be submitted along with one (1) set of
reproducible mylars.
IV., Projccl Schedule
EDL-R will submit the final Engineering Design and Contract Documents liy October
1, 199G, in accordance with the City's Capital Improvement Project schedule. Interim
design progress submittals shall be made as described previously.
V. Compcnsalion
The City shall pay EDER for Uie services performed in accordance with the
Agreement, as detailed in Attachment B and summarized as below:
A. Compcnsalion for the Base Engineering Design and Contract Document
Preparation shall be billed at the contract hourly rates, not to exceed
$ ] 02,4G4.00.
B. Compensation for the additional Engineering Desigri and Contract Document
Preparation, Item I. M. above, shall be billed at the contract hourly rates, not to
exceed $14,398.00.
C. Project related and non-labor expenses shall be reimbursed at cost plus ten
percent for handling, and are estimated to be approximately $ 12,925.00.
~~; Z Page ~XC'a(-t~T -~. .
O~t~al ca nfrcic f"
--~~
P. Coordinate design support services to be performed by others, including a site
survey to verily property lines, elevations, and piping and structure location,
and subsurface investigation to delemiine suitability and bearing capacity of
native soil.
G. Design modification of the sludge holding tanks to provide sludge thickening,
and specify to be conshvcled as an additive altemale.
H. Complete associated electrical design, including MCC modification or
addition, lighting and service additions. Verify capacity of existing standby
generator to meet PDEP reliability requirements for plant expansion and
modifications.
I. Design instrumentation improvements to allow monitoring and control of the
facility flows and processes to PDEP permit and reliability requirements.
Instrumentation shall include flow measurement of the influent flows by either
metering or electronic conversion of level measurement at a control point.
1. Complete azsocialcd structural design, including repair and/or replacement to
the steel process tanks, walkways and handrail az identiGcd in the structural
report to the City by Nadeem Zabouni, P.E.
K. Prepare contract documents, including construction drawings (sec Attachment
A for a Preliminary Drawing List), technical specifications, bid form, General
and Special Conditions, contract forms and bond Corms.
L. Prepare preliminary and final estimates of the construction costs to coincide
with submittal completion points.
M. If authorized, design additional prestressed concrete secondary clarifier and
existing process tank modifications az needed to meet expanded capacity using
another conventional activated sludge or extended aeration treatment process.
Design Return Activated Sludge/Wazte Activated Sludge pumping station az
needed. L-valuate and reuse existing RAS pumps if feasible.
II. L-xclusions
The scope of design services does not include the design expansion of the following
unit processes, except for minor modification described above, az they were excluded
in flit City's Rcqucst for Proposals and/or described by City Staff az being not
:iccdcd:
A. Chlorinatio:~/dcchlorination capacity, including the chlorine contact chamber.
~o
d
A
e
0
a
d
E
a
a
d
a
W
1
0
z
L
d
ti
L
O
Y
LM
C"
O
d
e
d
E
u
v
r
a
_q
OD
G
3
A
as
e
Q
r
a
N
.~
N
A
N
G
O
•
U
N
~ N
a~ C O
w ~ '«. ~tC
F °' ~ ' a
v~ A
o w
ai ~= o2i a
.~ ~ y ~ ~
w a A a o
:o ~ ~ ~ a
O C C C C
~
4 O O O O
X ~ ~ ~ W
~ ~ ~ N
[--~ aaaa
o ~ ~ ~ ~
~ aaaa
~ c c c c
i~
a' ~ ~ ~ ~
~ w
~
w
W r
l
-l
W W W W
L
u
E
G
z N
° N ,r
0000
o~~o+ rrnar~~
.~
' /-y /-~ Fi ~ W
~
m
L
Q
V_ ~
pp
d C
~ '-' V
O .
U
°"' r
~ °'
~ v~ W
d Z
r .-. N t~ V v-i
Attachment B to Task Order No. 6
Effluent Pump Station Design
Detail of Manhour and Professional Fee Estimate
Buccaneer Wastewater Treatment Plant Expansion
City of Atlantic Beach
I. Estimate of Labor by Category -Design
Manhotus by Category
Task Principal Sr. Eng. Proj. Mgr Engineer CADD Clerical
i. Effluent Pump Station 0 24 50 10 40 2
TOTAL 0 24 50 l0 40 2
[I. Personnel Cost Summary
Principal
Senior Engineer
Project Manager
Engineer
CADD
Clerical
0 hrs @ 5110.00 hour = 50.00
24 hrs @ 590.00 hour= 52,160.00
s0 hrs @ 585.00 hour = 54,250.00
10 hrs @ 570.00 hour = 5700.00
40 hrs@ Ss0.00 hour= 52,000.00
2 hrs @ 528.00 hour = 556.00
Subtotal 59,166.00
III. Reimbursables (Cost plus 10%)
i. Reproduction & Telephone
ii. Printing
iii. Mileage
S 100.00
5125.00
Sso.oo
Subtotal 5275.00
Total 59,441.00
III. P1Q"lect Schedule
EDER will submit the final Engineering Design and Contract Documents to
correspond with the City's schedule for the Buccaneer W WTP Expansion.
N. Compensation
The City shall pay EDER for the services performed in accordance with the
Agreement, as detailed in Attachment B and summarized as below:
A. Compensation for the Effluent Pump Station Design shall be billed at the
contract hourly rates, not to exceed $9,441.00.