35
COLUMBIA COUNTY BOARD OF COUNTY COMMISSIONERS POST OFFICE BOX 1529 LAKE CITY, FLORIDA 32056 - 1529 CONSENT AGENDA April 04, 2019 5:30 P.M. (1) BCC Administration - Welcome Center Renovations - Change Order 2 - ($131,607) (pg. 1) (2) BCC Administration - CDBG Interlocal Agreement with City of Lake City - Bell Road Corridor Utilities (pg. 6) (3) Clerk to Board Finance - Approval of Bills and Vouchers - $4,261,451 (pg. 12) (4) County Extension - BA 19-41 - University of Florida Weight Management Educational Program Donation - $1,000 (pg. 17) (5) Public Works - Residency Requirement Waiver - Kevin Kirby, Assistant County Manager - Operations (pg. 19) (6) Purchasing - Bid No. 2017-B - Bubba's Site Prep - Sand Loading and Hauling (pg. 22)

COLUMBIA COUNTY BOARD OF COUNTY COMMISSIONERS · 2019. 3. 29. · columbia county board of county commissioners post office box 1529 lake city, florida 32056 - 1529 consent agenda

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

  • COLUMBIA COUNTY BOARD OF COUNTY COMMISSIONERS POST OFFICE BOX 1529

    LAKE CITY, FLORIDA 32056 - 1529

    CONSENT AGENDA

    April 04, 2019

    5:30 P.M.

    (1) BCC Administration - Welcome Center Renovations - Change Order 2 - ($131,607)(pg. 1)

    (2) BCC Administration - CDBG Interlocal Agreement with City of Lake City - BellRoad Corridor Utilities (pg. 6)

    (3) Clerk to Board Finance - Approval of Bills and Vouchers - $4,261,451 (pg. 12)

    (4) County Extension - BA 19-41 - University of Florida Weight ManagementEducational Program Donation - $1,000 (pg. 17)

    (5) Public Works - Residency Requirement Waiver - Kevin Kirby, Assistant CountyManager - Operations (pg. 19)

    (6) Purchasing - Bid No. 2017-B - Bubba's Site Prep - Sand Loading and Hauling (pg.22)

  • COLUMBIA COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM REQUEST FORM

    The Board of County Commissioners meets the 1st and 3rd Thursday of each month at 5:30 p.m. in the Columbia CountySchool Board Administrative Complex Auditorium, 372 West Duval Street, Lake City, Florida 32055. All agenda items aredue in the Board’s office one week prior to the meeting date.

    Today's Date: 3/28/2019 Meeting Date: 4/4/2019

    Name: Ben Scott Department: BCC Administration

    Division Manager's Signature:

    1. Nature and purpose of agenda item:

    Welcome Center Renovations - Change Order 2 - ($131,607)

    2. Recommended Motion/Action:

    Approve Welcome Center Change Order 2 in the amount of ($131,607).

    3. Fiscal impact on current budget. This item has no effect on the current budget.

    p. 1

  • LITTLE & WILLIAMS 319 SW Solstice Cl

    Lake City, Florida 32024 Phone (386) 755-3139 Fax (386) 961-9539

    ro: Columbia County Board of

    County Commissioners

    PO Box 1529

    Lake City, FL 32056

    LETIER OF TRANSMITI AL

    )ATE: 3/27/19 JOB NO: Arch #1801

    ~TIENTION: Tommy Matthews

    RE: Welcome Center Renovations

    WE ARE SENDING YOU: o Attached Under separate cover via _ _ __ the following items:

    l Prints Plans Samples o Specifications I l Shop drawings

    o Copy of letter rJ Change order r ------------ - --------

    COPIES DATE NO. DESCRIPTION 3 Executed Change Order #2

    THESE ARE TRANSMITTED AS ehed

  • I AIA Document G701 111 -Change Order PROJECT: (NOJfte and addras) Welcome Center Renovations 43S NW Hall of Fame Drive Lake City, Florida 320SS

    OWNER (Na~ and addnss) Colwnbia Ccllnty Board of County Commissiooen P.O. Box IS29 Lake City, Florida 320S6-I S29

    lltE CONTRACT IS CHANGEO AS FOi.LOWS:

    CONTRACT INFORMATION: ConlnCt For. ()fflen) Construction

    Dare: December 20, 20 I 8

    ARCHITTCT: (Name and address) Kail Partners Atcbilectute and IntetiOl'S

    P. 0. Box 3S90SS Gainesville, Florida 3263S-90SS

    2017

    CHANGE OROER INFORMATION: Change Order Number. 002

    Date: March 26, 2019

    CONTRACTOR: (Name and addNtSs) Little & Willi.a.ms. Inc.

    319 S.W. Solstice Court Lake City, Florida 32024

    {lnsm a d

  • .. WELCOME CENTER RENOVATIONS

    LAKE C11TY, FL COLUMBIA COUNTY BOARD OF COUNTY COMMISSIONERS

    Date:

    Contractor:

    Project:

    VENDOR

    Baker Distributing

    DIRECT PURCHASE ORDER FORM

    LIST OF VENDORS (TYPEWRITIEN)

    March 20. 2019

    Little & Williams Inc.

    Welcome Center Renovations

    SUBCONTRACTOR & TELEPHONE CONTACT

    DL Williams, Inc. •

    ... 386 7541987

    George P. Coyle & Sons Ron Bohannon 904 356-4821

    Nelson & Company DL Williams, Inc.

    386 7541987 Derrick Williams

    Gator Gypsum, Inc. North Fl Acoustics 386 867 0049 Jim Steiner

    Gexpro P & R Electric 904 408-9495 Alex Robinson

    Interior Exterior Bldg Sply PatMac Systems, Inc. Lori McKivioan

    352 336-8808

    Sherwin Williams Pro Tech Coatings - 386 755-3691 Valerie Davis

    Taylor, Cotton & Ridley EdWackrow 904 733-8373

    Wayne's Carpet Plus Kristy Hardin 386 719-4200

    Total Material: $131,607.37

    Page 1 of 1

    MATERIALS

    Duct Work

    Toilet partitions, Toilet Accessories

    HVAC

    ACT

    Electrical

    Metal Studs, Drywall

    Paint

    Doors, Frames, Hdwr

    Carpet, VCT, Cove Base

    p. 4

  • little Williams, Inc. 3/20/19

    Vendor & Address

    Baker Distributing 278 SW Summers Lane Lake City, FL 32025 George P. Coyle & Sons 2361 Dennis Street Jacksonville. FL 32204 Nelson & Company 3914 Beach Blvd Jacksonville, FL 32207 Nelson & Company 3914 Beach Blvd Jacksonville. FL 32207 Gator Gypsum, Inc. 5017 SW 41st Blvd Gainesville, FL 32068 Gexpro 6602 Executive Part CT. N. Jacksonville, FL 32216 Interior Exterior 5440 NW 13th St. Gainesville, FL 32653 Sherwin WIiiiams 1912 W 90 Lake City, Fl 32055 Taylor Cotton & Ridley 4873 Vlctor St. Jacksonville,m FL 32207 Wayne's Carpet Plus 3325 S. US Hwy 441 Lake City, Fl 32025

    Description of Material

    Duct Worl<

    Toilet Part & Acces

    Heat Pump, AHU

    Dehumidification coils

    ACT

    Li!lhting & Switch Gear

    Stud, track, insul, etc.

    Paint, etc.

    Doors & Hardware

    Carpet, VCT, Cove Base

    • Welcome Center Renovations ,

    Contact Phone No. Email Subcontractor Amount of

    PO

    Jamie Albritton 386 754-1987 [email protected] DLWllliams 10,589.31

    904 356-4821 Ron Bohannon Ext 104 rbohannon""covl.._and·sons.com Suoolier 7,370.57

    Rory 904 625-1621 m iBllti@ncfax&Q!ll D L Williams 18,489.00

    Rorv 904 625-1621 rstiSlitz@ncjax1c2m DLWilliams 4,326.00

    Tom Gotro 352 376-9815 m&:1-.... tnr .. .,- ... m .. -m North Fl Acoustics 6,018.97

    Joe Doney 904 350 7015 .................. h . . - X -- ·- P & R Electric 23,370.00

    Darren Jemiaan 352 244-9004 diorni ...... JJ:1.jntori- .. e--rinr. --• Pat Mac S=tems 17,369.93

    valtrie@grotechi;;QiSingssgecialists.co Corey Couture 386 755-3691 m Pra Tech Coating 7,000.00

    EdWackrow 904 733-8373 W ... ""·krnw&:\tavlor""ttonridl"' .com Sunnlier 18,778.56

    Kristy Hardin 386 7194200 waynes [email protected] Supplier 18,295.03

    Total Material 131,607.37

    p. 5

  • COLUMBIA COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM REQUEST FORM

    The Board of County Commissioners meets the 1st and 3rd Thursday of each month at 5:30 p.m. in the Columbia CountySchool Board Administrative Complex Auditorium, 372 West Duval Street, Lake City, Florida 32055. All agenda items aredue in the Board’s office one week prior to the meeting date.

    Today's Date: 3/28/2019 Meeting Date: 4/4/2019

    Name: David Kraus Department: BCC Administration

    Division Manager's Signature:

    1. Nature and purpose of agenda item:

    Interlocal Agreement between City and County specific to City's CDBG application for Bell Road Sewer and Gas

    2. Recommended Motion/Action:

    To approve Interlocal Agreement with City of Lake City

    3. Fiscal impact on current budget. This item has no effect on the current budget.

    p. 6

  • District No. 1 - Ronald Williams District No. 2 - Rocky Ford District No. 3 - Bucky Nash District No. 4 - Toby Witt District No. 5 - Tim Murphy

    M E M O R A N D U M

    TO: Columbia County Board of County Commissioners

    FR: David Kraus, Assistant County Manager

    DATE: March 28, 2019

    RE: Interlocal Agreement - Bell Road CDBG City Grant

    As a part of the Bell Road Corridor utilities project, the County and has been assisting the City with a CDBG Economic Development Grant application. As part of the application, the Department of Economic Opportunity would like an Interlocal Agreement between the City and County specific to this CDBG grant.

    The CDBG Economic Development Grant request for $1,500,000 would cover extending sewer and gas service to the “job creator”. This grant will not address the full buildout of the utilities along Bell Road. The application for the grant includes a budget of $850,000 for sewer, $380,000 for gas, 120,000 for grant administration costs and $150,000 for engineering/permitting related expenses. The City currently plans to contract with a private firm for grant administration.

    Under this agreement, the City shall maintain the responsibility for grant administration and project implementation. All public records associated with the grant will be maintained by the City. The County will provide assistance to the City with the CDBG grant and the selection for any contractors or professional services. In addition, the County will maintain the right to review any plans for construction in the County right-of-way.

    The City will hold the 2nd Public Hearing for the grant on April 1, 2019 with plans to submit the application by April 15. At that time the City will also consider this Interlocal Agreement.

    Staff requests the Columbia County Board of County Commissioners to approve the Community Development Block Grant Interlocal Agreement with the City of Lake City.

    BOARD MEETS FIRST AND THIRD THURSDAY AT 5:30 P.M.

    P.O. BOX 1529 LAKE CITY, FLORIDA 32056-1529 PHONE (386) 755-4100 p. 7

  • COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) INTERLOCAL AGREEMENT BETWEEN

    COLUMBIA COUNTY, FLORIDA AND

    CITY OF LAKE CITY, FLORIDA

    THIS AGREEMENT entered this first day of April 2019, by and between the CITY

    OF LAKE CITY, FLORIDA, a municipal corporation organized under the laws of the State

    of Florida, hereafter referred to as “CITY”, and COLUMBIA COUNTY, FLORIDA, a

    political subdivision of the State of Florida, hereinafter referred to as “COUNTY”.

    WHEREAS, the CITY owns and operates drinking water, sewer and gas utilities

    in and around the CITY OF LAKE CITY, including the part of COLUMBIA COUNTY

    known as “Bell Road”; and

    WHEREAS, the CITY and the COUNTY agree that there is a need for upgrades of

    said water, sewer and gas mains and appurtenance to serve the Bell Road area; and

    WHEREAS, the CITY and COUNTY agree to cooperate on a Community

    Development Block Grant application through the Florida Department of Economic

    Opportunity, hereinafter referred to as “FDEO”; and

    WHEREAS, subject to FDEO approval, the COUNTY and the CITY agree that the

    CITY shall be the 2018-19 CDBG applicant and seek CDBG funding for said extensions

    of gas, water and sewer mains to to the Bell Road area in the unincorporated County;

    and

    WHEREAS, the COUNTY and CITY desire to improve the facilities and services

    for the purpose of economic development to benefit the low-to-moderate income (LMI)

    citizens of the COUNTY and CITY; and

    WHEREAS, this Agreement is necessary to fulfill the requirements of the CITY’S

    2018-19 Community Development Block Grant Application which the CITY may seek

    for economic development outside CITY limits; and

    WHEREAS, Florida Statute 125.0101 and Florida Statute 180.02 respectively,

    1

    p. 8

  • authorize the COUNTY and CITY to enter into such an inter-local government agreement

    for provision of the services contemplated by this Agreement; and

    WHEREAS, the COUNTY and the CITY do hereby agree that the CITY shall take

    a program management lead by supervising the bidding, design, construction, and all

    grant program requirements, all subject to the COUNTY’S review and according to the

    CITY’S Codes and policies.

    NOW, THEREFORE, in consideration of the mutual covenants herein

    contained, the parties agree as follows:

    1. GRANT. The COUNTY and CITY agree that the CITY shall apply for a

    $1,500,000 CDBG (the “GRANT”) for the extension of the CITY’S water, sewer and gas

    utilities to Bell Road, in the 2018-19 Federal Funding Year. .

    2. PROJECT. The project consists of extension of CITY water, sewer and gas

    mains and related restoration in the public right-of-way (the “Facility”) to and along Bell

    Road in the unincorporated County (outside the current CITY limits). A project area map

    for the work is attached to this document and incorporated in as “Exhibit A”.

    3. CITY RESPONSIBILITIES. The CITY shall be the grant administration

    lead and shall take the lead role in applying for and implementing the grant. The CITY

    shall advertise and procure appropriate professional services to administer and

    implement the grant. The CITY’S designated staff shall coordinate design, bidding and

    construction. The CITY shall keep all public records associated with the grant and make

    them available to the COUNTY at any time. The CITY’S policies and procedures shall

    govern the project at all times. The CITY, as the applicant and owner, will sign all

    applicable forms, including, but not limited to, the award agreement, environmental

    review and closeout package, amendments, other administrative forms, construction

    contract and similar documents.

    4. COUNTY RESPONSIBILITIES. The COUNTY shall have the right to review

    all professional or bid contracts and design specifications as the project is in the

    2

    p. 9

  • COUNTY along a COUNTY road. The COUNTY shall be included in any selection

    committees and selection process for professional services or contractors. The COUNTY

    shall provide guidance and support in implementing the CDBG grant.

    5. COMPREHENSIVE PLAN CONSISTENCY. The COUNTY and CITY affirm

    that all activities, projects areas, and service areas are consistent with both CITY and

    COUNTY comprehensive plans.

    6. FACILITY OPERATION. The CITY, upon final grant closeout, shall be

    responsible for operation and maintenance of the Facility.

    7. NO THIRD-PARTY BENEFICIARIES. This Agreement shall be construed

    solely to benefit the parties hereto and no third person, corporation, or other legal entity

    shall ever have the right to bring action to enforce the terms hereof.

    8. AMENDMENT. This Agreement may be amended only by written

    agreement of both parties. No employee or agent has the authority to waive or amend

    this Agreement.

    9. EFFECTIVE DATE. This Agreement shall become effective on the first date

    written above and shall run until such time as the grant closeout is approved by the

    appropriate agency.

    In WITNESS WHEREOF the parties have hereunto set their hands and seals this

    date above written.

    COLUMBIA COUNTY, a political subdivisionof the State of Florida BY ITS BOARD OF COUNTY COMMISSIONERS

    By: , Chairman

    ATTEST:

    , Clerk of Court

    LEGAL REVIEW: APPROVED AS TO FORM:

    , Board Attorney

    3

    p. 10

  • CITY OF LAKE CITY, FLORIDA

    By: _________________________ Stephen M. Witt, Mayor

    ATTEST:

    By: _____________________________ Audrey E. Sikes, City Clerk

    APPROVED AS TO FORM AND LEGALITY:

    By: _____________________________ Frederick L. Koberlein, Jr., City Attorney

    4

    p. 11

  • COLUMBIA COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM REQUEST FORM

    The Board of County Commissioners meets the 1st and 3rd Thursday of each month at 5:30 p.m. in the Columbia CountySchool Board Administrative Complex Auditorium, 372 West Duval Street, Lake City, Florida 32055. All agenda items aredue in the Board’s office one week prior to the meeting date.

    Today's Date: 3/29/2019 Meeting Date: 4/4/2019

    Name: Danielle Beard Department: Clerk To Board Finance

    Division Manager's Signature:

    1. Nature and purpose of agenda item:

    This item requests Board approval for the payment of bills and vouchers in the amount of $4,261,451.13 submittedMarch 20, 2019. All funds authorized for the issuance of these checks have been budgeted. The Clerk to Boardoffice reviews bills and vouchers submitted for approval. If for any reason, any of these bills are not recommendedfor approval, the Clerk to Board office will notify the Board. Copies of invoices and supporting documentation aremaintained in the Clerk to Board office for review.

    2. Recommended Motion/Action:

    Approve payment of bills and vouchers in the amount of $4,261,451.13 submitted March 20, 2019.

    3. Fiscal impact on current budget. This item is currently budgeted. The account number to be charged is various

    p. 12

  • PREPARED 3/20/2019, 7:13:03 ACCOUNTS PAYABLE PRELIMINARY CHECK REGISTER PAGE 1 PROGRAM: GM348U COLUMBIA COUNTY

    DISBURSEMENT PERIOD 06/2019 BANK 00 BOARD OF COUNTY COMM - CLAIMS TD BANK ------------------------------------------------------------------------------------------------------------------------------------CHECK

    NUMBER VENDOR VENDOR NUMBER SEQ# NAME

    CHECK DATE

    CHECK DISCOUNTS/RETAINAGE AMOUNT TAKEN ------------------------------------------------------------------------------------------------------------------------------------

    28277 28278 28279 28280 28281 28282 28283 28284 28285 28286 28287 28288 28289 28290 28291 28292 28293 28294 28295 28296 28297 28298 28299 28300 28301 28302 28303 28304 28305 28306 28307 28308 28309 28310 28311 28312 28313 28314 28315 28316 28317 28318 28319 28320 28321 28322 28323 28324 28325 28326 28327

    2013 00 3069 00 2706 00

    189 00 5374 00 1207 00 1547 00 4730 00 3894 00

    111 00 2985 00 3368 00 3637 00 1479 00 3800 00

    218 00 3089 00 5251 00

    211 00 4015 00

    273 00 3643 00 4746 00

    250 00 262 00

    2733 00 4680 00

    319 00 4890 00 3914 00

    221 00 268 00

    3201 00 302 00 348 00

    8097 00 2501 00

    382 00 2978 00

    304 00 2636 00 4421 00

    308 00 4273 00

    321 00 8191 00

    350 00 2039 00

    325 00 2822 00

    353 00

    AT&T AT & T ACCENT WIRE-TIE ADAPCO, INC. ADASHI SYSTEMS, LLC ADVANCE AUTO PARTS ADVANCED ENVIRONMENTAL LABORATORIES ADVANCED SCALE COMPANY, LLC AMERICAN PIPE AND TANK, INC ANDERSON COLUMBIA CO., INC. APPLIED TECHNOLOGY AND MANAGEMENT AT & T AT & T PRO-CABS/IBS AUTOMATED LAUNDRY SYSTEMS AV'S CUSTOM TRAILERS,LLC BAKER & TAYLOR BOOKS BANK OF AMERICA BATTERIES PLUS BAYA URGENT CARE LLC BAYWAY SERVICE BCC - LANDFILL DEPOSIT BEARD EQUIPMENT CO. INC. BEAVER BULK, INC. BEST PLUMBING SPECIALTIES, INC. BIELLINGS TIRE BLOCK 60 HOLDINGS, LLC BLUE SUMMIT WATERS, LLC BOYS' CLUB OF COLUMBIA COUNTY, INC. BRAMD ACCELERATION, INC. BRENT HAYDEN, M.D. P.A. BRODART CO. BUREAU OF FIRE STANDARDS & TRAINING CALVIN THOMAS FARMS CAREER SOURCE FLORIDA CROWN CENTRAL STATES ENTERPRISE, INC. CHAMBER OF COMMERCE CINTAS CORPORATION #148 CITY ELECTRIC SUPPLY,INC. CITY OF JACKSONVILLE CITY OF LAKE CITY - UTILITIES CITY OF LIVE OAK CITY OF PERRY CLAY ELECTRIC COOPERATIVE,INC. COLLINSON AND COMPANY, INC COLUMBIA COUNTY HEALTH DEPT. COLUMBIA COUNTY SCHOOL BOARD COLUMBIA COUNTY SENIOR SERV., INC. SHERIFF COLUMBIA COUNTY COLUMBIA READY MIX COMCAST COMCAST BUSINESS

    03/20/2019 03/20/2019 03/.20/.2019 03/.20/.2019 03/.20/2019 03/.20/2019 03/20/2019 03/20/.2019 03/20/2019 03/20/2019 03/.20/2019 03/20/2019 03/20/2019 03/20/.2019 03/20/.2019 03/20/2019 03/.20!2019 03/.20/.2019 03/.20/.2019 03/.20/.2019 03/20!2019 03!20/.2019 03!20!2019 03 /.2 0 /.2 019 03!20/2019 03/.20/.2019 03{20!2019 03/20/2019 03/20/.2019 03/.20/2019 03/20/.2019 03/20/2019 03/20/2019 03/.20/.2019 03/20/2019 03/.20/.2019 03/20/.2019 03/20/2019 03/20/.2019 03/20/2019 03/.20/2019 03/20/2019 03!20/2019 03/.20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019

    19,602.49 45.81

    490.00 879.00

    5,655.00 246.06 120.00 400.00

    1,846.00 665,278.68 31,178.17

    105.66 508.21 756.62 480.30

    2,382.83 8,671.48

    74.50 70.00

    325.00 530.84

    1,689.61 51,867.44 1,042.59

    105.00 2,671.52

    610.70 7,500.00 3,330.00

    360.00 104.05

    10.60 187.50

    2,833.00 39. 79

    17,500.00 2,409.79

    39.49 18,875.00 26,308.99

    182.63 19.53

    11,137.48 2,000.00

    25,630.66 1,404.54

    62,500.00 2,625,272.00

    805.86 624.82 777.69

    .00

    .00 .oo

    .00 .oo

    .00 .oo .oo

    .00 .oo

    .00

    .00

    .00 .oo

    .00

    .00 .oo

    .00

    .00 .oo

    .00

    .00

    .00

    .00 .oo .oo .oo .oo

    .00

    .00 .oo .oo

    .00 .oo .oo .oo .oo .oo .oo

    .00 .oo

    .00

    .00

    .00

    .00

    .00 .oo .oo .oo .oo .oo

    13

    p.

  • PREPARED 3/20/2019, 7:13:03 ACCOUNTS PAYABLE PRELIMINARY CHECK REGISTER PAGE 2 PROGRAM: GM348U COLOMBIA COUNTY DISBURSEMENT PERIOD 06/2019 B.ANK 00 BOARD OF COUNTY COMM• CLAIMS TD BANK 00

    CHBCK0000

    VBNDOR000

    VENDOR CHECK CHECK DISCOUNTS/RETAINAGE NUMBER NUMBER SEQ# NAME DATE AMOUNT TAKEN

    ------------------------------------------------------------------------------------------------------------------------------------28328 28329 28330 28331 28332 28333 28334 28335 28336 28337 28338 28339 28340 28341 28342 28343 28344 28345 28346 28347 28348 28349 28350 28351 28352 28353 28354 28355 28356 28357 28358 28359 28360 28361 28362 28363 28364 28365 28366 28367 28368 28369 28370 28371 28372 28373 28374 28375 28376 28377 28378

    4830 00 3614 00 5379 00

    445 00 440 00

    3341 00 977 00

    1256 00 4422 00

    615 00 5377 00

    660 00 534 00

    1156 00 2990 00 3822 00

    633 00 4250 00 5343 00

    642 00 613 00

    4045 00 806 00 702 00 762 00 724 00 745 00 794 00

    4163 00 756 00

    2155 00 743 00

    5034 00 2416 00 5365 00 4804 00

    820 00 4041 00

    818 00 896 00

    2133 00 5382 00

    952 00 5367 00

    942 00 942 00 942 00 911 00

    1004 00 4322 00 4829 00

    COMCAST CABLE COMMUNICATIONS, INC . CO2 DIRECT GAS, INC. D & L TRAINING SOLUTIONS, INC. DAAABI AND ASSOC. , INC. DELL MARKETING L.P. DEPT. OP CORRECTIONS DISH NETWORK,LLC DONALD P. LEE & ASSOC, INC. DR. JOHN WELLS JR. DUKE ENERGY EMMA MILES ENNIS•FLINT, INC. EVACREK'S TREE SERVICE FASTENAL FEDEX FERGUSON ENTERPRISES INC #52 FHBG FGC BOOKSTORE FLAGLER CONSTRUCTION EQUIPMENT LLC FLORIDA HIGH SCHOOL RODEO ASSOC INC FLORIDA PEST CONTROL FLORIDA POWER & LIGHT FPL G.W. HUNTER, INC. GALLS, LLC GENESIS DOOR & HARDWARE, INC. GRAINGER GREAT AMERICA FINANCIAL SVCS GREEN'S MARINE & SPORTING GOODS GRBYSON TECHNOLOGIES GTC, INC. GUARDIAN COMMUNITY RESOURCE MGMT IN GUERRY FUNERAL HOME GULFTRACE CONTRACTING, LLC HAIR HOME & AUTO CENTER, INC. HALIE CORBITT HAWKINS, INC. HEATHER JANNEY HERITAGE TITLE SERVICES OP NORTH FL HILL MANUFACTURING CO., INC. HOBART SERVICE HOME DEPOT CREDIT SERVICE/TRE HYATT REGENCY ORLANDO ICS CREMATION l\ND FUNERAL HOME IMMAC POWER SOLUTIONS INC. INTEGRITY TITLE S8RV1CE,LLC INTEGRITY TITLE SERVICE,LLC INTEGRITY TITLE SERVICE,LLC INTERSTATE SUPPLY JIM'S AUTO SERVICE KAIL PARTNERS, LLC KENNEDY ENTERPRISES, LLC

    03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019

    108.85 109.25

    6,900.00 21,268.18 12,044.95 43,122.7S

    114. 87 210.00 350.00

    2,886.72 36.84

    306.52 410.00 335.36

    29.85 1,229.70 1,452.00

    32.97 3,400.00

    362.00 1,285.27

    72,817.81 27,657.98

    776.01 225.00 14.64

    462.95 249.78 307.50 209.38

    5,666.68 2,700.00 1,962.50

    383.49 101.46 56.00 62. 30

    12,000.00 350.00

    2,886.74 43.94

    338.00 900.00 920.00

    25,000 .00 18,000.00 12,000.00

    459.85 330.00

    1,073.61 950.00

    .00 .oo .oo

    .00

    .00

    .00 .oo

    .00

    .00

    . 00

    . 00 .oo

    . 00

    .00

    . 00

    . 00

    . 00

    .00

    .00

    .00

    .00

    .00

    .00

    . 00

    .00

    .00

    .00 .oo .oo .oo .oo .oo .oo .oo .oo

    .00

    .00 .oo .oo .oo

    .00 .oo .oo .oo .oo .oo

    .00 .oo .oo

    .00 .oo

    14

    p.

  • PREPARED 3/20/2019, 7:13:03 ACCOUNTS PAYABLE PRELIMINARY CHECK REGISTER PROGRAM: GM3 48U COLOMBIA COUNTY

    PAGB 3 DISBURSEMENT PERIOD 06/2019

    BANK 00 BOARD OF COUNTY COMM• CLAIMS TD BANK ------------------------------------------------------------------------------------------------------- ------------------ -----------CKBCl< VENDOR VENDOR CHECK CHECK DISCOONTS/RBTAINAGB

    N'OMBBR NUMBER SBQlf NAME DATE AMOUNT TAKEN ------------------------------------------------------------------------------------------------------------------------- -----------

    28379 28380 28381 28382 28383 28384 28385 28386 28387 28388 28389 28390 28391 28392 28393 28394 28395 28396 28397 28398 28399 28400 28401 28402 28403 28404 28405 28406 28407 28408 28409 28410 28411 28412 28413 28414 28415 28416 28417 28418 28419 28420 28421 28422 28423 28424 28425 28426 28427 28428 28429

    1254 00 3298 00 1212 00 1230 00 1241 00 1204 00 3359 00 4441 00 3020 00 5063 00 4290 00 1262 00 1216 00 1299 00 1319 00 1351 00 1329 00 1346 00

    812 00 4 942 00 1434 00 1429 00 3663 00 3767 00 1622 00 4881 00 1629 00 4851 00 1736 00 1707 00 1041 00 1711 00 5214 00 2803 00 2314 00 1973 00 4063 00 1793 00 4345 00 1812 00 4555 00 1183 00 1907 00 4635 00 2960 00 4240 00 1911 00 2053 00 8297 00 2986 00 2764 00

    LAINE INDUSTRIES, INC . PETE'S APPLIANCE & REFRIGERATION LAKE CITY AOTO PARTS LAKE CITY INDUSTRIES LAKE CITY REPORTER LAKE CITY REPORTER, INC. LANGUAGE LINE SERVICE LAWN ENFORCEMENT AGENCY LEVY JONES LITTLE & WILLIAMS, INC. LKQ NORTH FLORIDA LOWE'S PROX LUBE SPECIALISTS LUSTRE-CAL MCCRIMON' $ OFFICE SUPPLY METAL MASTERS OP FLORIDA INC. MIDWEST TAPE EXCHANGE MIKBLL'S POWER EQUIPMENT MOTION INDUSTRIES, INC. MUNICIPAL EMERGENCY SERVICES, INC. NE-RO TIRE & BRAKE SERVICE NEXTRAN TRUCK CENTER NORTH FLORIDA PROFESSIONAL SERVICES O'REILLY AUTO PARTS OFPICE DEPOT OPTIMUM WATER SOLUTIONS, INC. ORIENTAL TRADING CO. BRAND, INC. PARTS TOWN LLC PEARSON EDUCATION PBLONI'S PUMPING PETE OLIN AUTO PARTS, INC. PETTY CASH MAIN LIBRARY PIONEER RESEARCH PITNEY BOWES GLOBAL POWER SECURE SERVICE, INC. PREFERRED GOVERNMENTAL INS . TRT PREMIER PAPER & JANITORIAL SUPPLIES PREMIER WATER & ENERGY TEC. PRITCHETT TRUCKING, INC. QUALITY EQUIPMENT & PARTS, INC. QUEST LINER RELIABLE SHREDDING SERVICE RING POWER CORP. ROBERT DOMINGOB ROBERT L. BOSTIC ROTARY CLUB OF LAKE CITY ROUNTREE-MOORE FORD SAWYER HOME GAS, INC. SECURITY SAFE CO.,INC. SHARE CORPORATION SHAWN liBNDBRSON

    03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019

    44.16 246.00

    1,485.22 224.49

    83.00 918.75 35.24

    156.00 136 .90

    68,899.50 125.00 377.50 160.61 345.00 118 .10 683.70 185.98 50.85

    238.00 605.00 504.32

    7,533.75 10,658.00

    27. 99 3,083.57

    48.00 143. 77 45.38 97.03

    785.00 182.47 117 .65 404.05 345.00

    4,825.00 36,704.25 1,403.67

    598.00 3,273.08

    246 .41 5,027.77

    55.00 2,626.48

    150.00 1,200.00

    200.00 588.59 173.19

    66.00 423.00 234.87

    .00 .oo .oo

    .00

    .00

    .00

    . 00

    .00

    .00

    .OD

    . 00

    . 00

    .OD

    .OD

    .OD

    . OD

    . 00

    .00

    .00

    .00

    . 00

    . 00

    .00

    .00

    .00

    .00

    .00

    .00

    .00

    .00

    .00 .oo

    .00 .oo .oo .oo .oo

    .00 .oo .oo .oo

    .00

    .OD

    .00 .oo

    .00

    .00

    .00

    .00

    .00

    .00

    15

    p.

  • PREPARED 3/20/2019, 7:13:03 ACCOUNTS PAYABLE PRELIMINARY CHSCK REGISTER PAGE 4 PROCRAM: GM348U COLOMBIA COUNTY BANK 00 BOARD OF COUNTY COMM - CLAIMS TO BANK

    CHECK NUMBER

    VENDOR VENDOR ~BER SEQ# NAME

    CHECK DATE

    DISBURSEMENT PERIOD 06/2019

    CHECK DISCO'IJNTS/RBTAINAGE AMOUNT TAKEN

    ------------------------------------------------------- --------------- --------------------------------------------------------------28430 28431 28432 28433 28434 28435 28436 28437 28438 28439 28440 28441 28412 28443 28444 28445 28446 28447 28448 28449 28450 28451 28452 28453 284S4 284SS 28456 28457 28458 28459 28460 28461 28462 28463 28464 28465 28466

    2021 00 5281 00

    287 00 5304 00 4289 00 1442 00 2020 00 3610 00 4857 00 5142 00 8074 00 4899 00 2163 00 2147 00 5203 00 2220 00 2117 00 1458 00 2132 00 2109 00 4627 00 220S 00 4180 00 4909 00 4922 00

    223 00 2673 00 3050 00 2320 00 2999 00 2462 00

    129 00 5190 00 2500 00 4884 00 Sl66 00 1152 00

    NUMBER OF CHECKS

    SHERWIN-WILLIAMS CO . STORB#2741 SOUTHERN EXPOSURE SEED EXCHANGE SOUTHERN SPECIALIZBD LLC SPORTS DESTINATION MANAGEMBNT SPORTSEVENTS MAGAZINE SPRINT STAFFORD FIRE EXT. CO. STANLEY CRAWFORD STRICTLY TSCHNOLOCY LLC SUMMERVILLE SYSTEMS SUWANNSB RIVER SUPPLY SYNERGY RECYCLING, LLC TEBKO GRAPHICS TBN-8 FIRE EQUIPMENT INC. THE LAW OFFICE OF JOEL F. FOREMAN, THE STORE THOMAS TIRE INC. TOM NEHL TRUCK COMPANY TOWN OF BALDWIN TOWN OF PT. WHITE TRANE US, INC. U.S. BANK TRUST N.A. ULINE UNITED REFRIGERATION, INC. UNIVERSAL ENVIRONMENTAL SERVICES VANN CARPET ONE VERIZON NIRBLESS VOICE FOR CHILDREN VULCAN INC. WADE D'ANTONIO WHITEHSAD HARDWARE COMPANY WINDSTREAM WINSUPPLY XEROX CORP Z.EAGER BROS, INC ZOLL ~EDICAL CORP 111-WASTE PRO - LAKE CITY

    190 GRANO T-OTAL

    03/20/2019 03/.20/2019 03/.20/2019 03/.20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/.20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019 03/20/2019

    962.28 81.70

    147 .49 1,500.00 1,395.00

    270.30 446.50

    3,284.00 4,370.36 4,204.30

    162.00 550.00 138.58

    4,062.84 986 .15 289. 48 257.50

    2,357.21 10,385.08

    160.43 195.47

    162,182.50 1,047.59 1,265.41

    75.00 68.97

    l,862.11 1,471.60

    608.50 44.99 41.28

    507.95 258.76 111.07

    2,030.98 112.29

    4,276.54

    4,261,451.13

    .00 .oo

    .00

    .00

    .00 .oo

    .00

    .00 .oo

    .00

    .00

    .00

    .00

    .00

    .00

    .00

    .00

    .00

    .00

    .00

    .00

    .00

    .00 .oo .oo .oo .oo .oo .oo .oo

    .00 .oo

    .00

    .00

    . 00

    .00

    .00

    16

    p.

  • COLUMBIA COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM REQUEST FORM

    The Board of County Commissioners meets the 1st and 3rd Thursday of each month at 5:30 p.m. in the Columbia CountySchool Board Administrative Complex Auditorium, 372 West Duval Street, Lake City, Florida 32055. All agenda items aredue in the Board’s office one week prior to the meeting date.

    Today's Date: 3/26/2019 Meeting Date: 4/4/2019

    Name: Heather Janney Department: County Extension

    Division Manager's Signature:

    1. Nature and purpose of agenda item:

    BA 19-41--Funds were donated as a part of the University of Florida grant project Rural LEAP. Rural LEAP was a Weight management and educational program that was offered to Columbia County residents and the meetings tookplace in the Extension office conference room. In exchange for the use of this room, a portion of the grant wasallotted to benefit Columbia County Extension future programming.

    2. Recommended Motion/Action:

    Approve BA 19-41 moving the donation amount of $1,000.00 from the Facility Rent Revenue Account(001.0000.632.20.00) to the Extension Operating Supplies account (001-3700-537.30-52).

    3. Fiscal impact on current budget. This item is not budgeted. The proposed budget amendment to fund this request is provided below. The budget amemdment number is BA 19-41.

    FROM: TO: AMOUNT: 001-0000-632.30-52 001-0000-632.30-52

    001-3700-537.30-52 001-3700-537.30-52

    $1,000.00

    p. 17

  • UF 'UN IVERSITY of ~ FLORIDA ~~

    MEMO March 21, 2019

    TO: Board of County Commissioners

    FR: Heather Janney ~ County ExtensiUirector

    RE: RuTal LEAP Program - Payment of Facilities Fee

    UF ·If J\S Extension Columbia Coun1y 97 1 W Duval Street. Suite 170

    l.ake City. Ft 32055-3708 Phone: (3[16)752·5384

    fa~: (Ji6)758 21 73 Enu1il: columhia,g ifaG .utl edu

    W c bsiti: : http/.'columhia. i fas.u tl.edu

    A check from the University of Florida in the amount of $1.000 has been received and deposited in the Facility Rent Revenue account (OOl .0000.632.20.00}. This is a facilities fee payment from a UF grant project called Rural LEAP. This weight management study and educational program was offered to Columbia County residents and the meetings took place in the Extension Office conference room. 1 would like a budget amendment for these funds to be allocated into the Extension Operating Supplies account (001-3 700-53 7 .30-S2)

    Thank you for your time and assistance with this request.

    The Foundation/or The Garor Nmioo An Equ.,J O ~"},n11 u 1t1t)· lm,b tu tum

    18

    p.

  • COLUMBIA COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM REQUEST FORM

    The Board of County Commissioners meets the 1st and 3rd Thursday of each month at 5:30 p.m. in the Columbia CountySchool Board Administrative Complex Auditorium, 372 West Duval Street, Lake City, Florida 32055. All agenda items aredue in the Board’s office one week prior to the meeting date.

    Today's Date: 3/28/2019 Meeting Date: 4/4/2019

    Name: Kevin Kirby Department: Public Works

    Division Manager's Signature:

    1. Nature and purpose of agenda item:

    Permission to reside on property located 1.4 miles into Suwannee Co. by Assistant Manager Kirby

    2. Recommended Motion/Action:

    Approve Waiver of Residency Requirement for Assistant County Manager

    3. Fiscal impact on current budget. This item has no effect on the current budget.

    p. 19

  • District No. 1 - Ronald Williams District No. 2 - Rocky Ford District No. 3 - Bucky Nash District No. 4 - Toby Witt District No. 5 - Tim Murphy

    Memo Date: March 25, 2019

    To: Ben Scott, County Manager

    From: Kevin Kirby, Assistant County Manager

    RE: Residing in Columbia County

    I have recently stumbled on a piece of property that I am very interested in purchasing. The property suits my family’s lifestyle and hobbies. Therefore, I would like to build my home on the property in the future.

    Attached is a map showing the location of the property which lies slightly over the Columbia County line in Suwannee County. There are two ways to access this property one off CR 137 in Suwannee County which connects to Pinemount Rd. and the other off Sabre Ave. (a Columbia County maintained road) 1.4miles west on 184th Rd. in Suwannee County

    Before I agree to purchase this property I am requesting memorialized permission from the Board of County Commissioners to perhaps one day reside on this piece of property which is 1.4 miles from the Columbia County line.

    Even though this property lies in Suwannee County it would actually provide closer access to Columbia County Operations than my current residence on Siloam Rd.

    Your consideration is greatly appreciated.

    BOARD MEETS FIRST AND THIRD THURSDAY AT 5:30 P.M.

    P.O. BOX 1529 LAKE CITY, FLORIDA 32056-1529 PHONE (386) 755-4100

    p. 20

  • -Suwannee County Property Appraiser Umat ./enl

  • COLUMBIA COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA ITEM REQUEST FORM

    The Board of County Commissioners meets the 1st and 3rd Thursday of each month at 5:30 p.m. in the Columbia CountySchool Board Administrative Complex Auditorium, 372 West Duval Street, Lake City, Florida 32055. All agenda items aredue in the Board’s office one week prior to the meeting date.

    Today's Date: 3/28/2019 Meeting Date: 4/4/2019

    Name: Ray Hill Department: Purchasing

    Division Manager's Signature:

    1. Nature and purpose of agenda item:

    Approve Winfield Solid Waste - Sand Loading and Hauling

    2. Recommended Motion/Action:

    Approve Winfield Solid Waste - Sand Loading and Hauling

    3. Fiscal impact on current budget. This item is currently budgeted. The account number to be charged is 40134005343134

    p. 22

  • District No. 1 - Ronald Williams District No. 2 - Rocky Ford District No. 3 - Bucky Nash District No. 4 - Toby Witt District No. 5 - Tim Murphy

    M E M O R A N D U M

    TO: Board of Commissioners

    FR: Ray Hill, Purchasing Director

    DATE: March 28, 2019

    RE: Contract Approval Bid No. 2017-B

    Attached is the revised contract for Bid No. 2017-B. This project has been on hold while waiting for an executed contract with White Springs Agricultural Chemicals, Inc. f.k.a. PCS. The bid was awarded on February 16, 2017.

    BOARD MEETS FIRST AND THIRD THURSDAY AT 5:30 P.M.

    P.O. BOX 1529 LAKE CITY, FLORIDA 32056-1529 PHONE (386) 755-4100

    p. 23

  • COLUMBIA COUNTY, FLORIDA

    CONTRACT Winfield Solid Waste - Sand Loading and Hauling

    THIS AGREEMENT is made and entered this ______ day of _________, 2019, by and between COLUMBIA COUNTY, FLORIDA, ("County"), with its principal place of business located at 135 NE Hernando Avenue, Lake City, Florida 32055, and its mailing address is Post Office Box 1529, Lake City, Florida 32056-1529, and NORTON HOME IMPROVEMENTS D/B/A BUBBA’S SITE PREP, a Florida corporation, ("Contractor"), whose mailing address is 3367 S US Hwy 441, Lake City, FL 32025.

    WHEREAS, County has accepted the bid proposal of Contractor for the Winfield Solid Waste -Sand Loading and Hauling, Columbia County Project No. 2017-B (herein "the project"); and

    WHEREAS, the parties wish to memorialize the County's acceptance of Contractors bid, and the specific terms and conditions of the agreement between the parties as set forth herein.

    NOW, THEREFORE, in consideration of the sum of Ten and No/100 ($10.00) Dollars, and the mutual covenants, rights and responsibilities set forth herein as well as other good and valuable consideration, which the parties acknowledge, they agree as follows:

    1. RECITALS: The recitals set forth herein are true and correct.

    2. SCOPE OF WORK: Contractor agrees with County, for the consideration herein mentioned, and at its own proper cost and expense, to do all the work and furnish all materials, equipment, supplies and labor necessary to carry out this agreement in the manner and to the full extent as set forth in the Project Bid, specifications, proposal and the accompanying plans, and the notes as attached to plans, all of which are hereby incorporated. All work shall be done to the satisfaction of the duly authorized representative of the County who shall have at all times full opportunity to inspect the materials to be furnished and the work to be done under the agreement.

    3. CONTRACT PRICE: The County agrees to pay Contractor for the strict performance of its work as described herein.

    a. $1.48 per cubic yard for loading of material and b. $7.48 per cubic yard for hauling of material.

    as provided in Contractor's bid proposal to County. This sum shall include all permits, fees, inspection costs and other taxes required by any division of the federal, state or local government, subject to addition and deductions for changes in the work as may be agreed upon, in writing, between the parties. Payment shall be made in accordance with the Project Bid and documents.

    4. INDEPENDENT CONTRACTOR: Contractor is an independent contractor, shall, at its sole cost and expenses, and without increase in the contract price, comply with all laws, rules, ordinances, and regulations of all governing bodies having jurisdiction over the work. To facilitate access, Contractor shall maintain route at White Springs Agricultural Chemical, Inc. (PCS) in order to complete project. Contractor shall have sole responsibility for the means and methods of performing the

    JFF 03/13/2019 Page 1 of 10

    p. 24

  • work required under this agreement. Contractor shall be responsible for securing timely inspections and approvals of its work from all such authorities and as required by the contract documents. Contractor shall obtain and pay for all necessary permits and licenses, including business licenses; pay all fees, manufacturer's taxes, sales taxes, use taxes, processing taxes, and all federal and state taxes, insurance and contributions for social security and unemployment or disability insurance, which are measured by wages, salaries, or other remunerations paid to Contractor's employees, whether levied under existing or subsequently enacted laws, rules, or regulations. Contractor shall maintain proof that it has complied with all aspects of the foregoing provision and shall make such proof available for review by the County at County's request.

    5. INSPECTION AND TESTING: All work and materials shall be subject to inspection and approval by the County or its designee or other representative. Approval by the County of work, materials and other items inspected or reviewed shall not relieve Contractor of responsibility of complying with the terms and conditions of this agreement.

    6. DEVIATIONS AND SUBSTITUTIONS: Contractor shall not deviate from the plans and specifications for the project without the prior written consent of the County or its representative. Contractor shall identify any variations from specifications on any specific items. Failure to identify any variations shall be interpreted to mean that the equipment, fixture or material meets all of the requirements of the specifications. Any additional costs to the County as a result of such changes or substitutions or the selection of options or alternates shall be borne by Contractor who shall indemnify and hold the County harmless from claims for additional costs.

    7. TIME IS OF THE ESSENCE: Contractor shall initiate its work when directed to proceed by the County and shall thereafter proceed and complete performance of the work promptly, diligently and in such a manner and sequence as to permit completion of the project within the time provided by the agreement, including the specifications. Contractor shall provide the County with schedule of work within five (5) days of receiving notice that the sand is in place. The County will monitor progress and if contractor is not meeting the proposed schedule’s timeline, the County reserves the right to assist Contractor with project, either with County forces or with the next lowest bidder. Material to be hauled at a rate of 6,000 cubic yards annually.

    When Contractor is informed by the County that sand is in place for loading and hauling Contractor shall load and haul the sand in a continuous fashion and in a timely manner until completed each year. Loading and hauling shall not to be spaced out over time to occupy the entirety of the year. Contractor acknowledges that such spacing is strictly forbidden by the suppliers of sand to be hauled under this Agreement. Contractor shall be responsible to meet all safety measures and certifications required of the County’s sand supplied prior to commencing work.

    Time is and shall remain of the essence in the performance of the obligations of Contractor, and should Contractor in any way cause delay resulting in loss or damage to the County or any loss or damage for which the County may become liable, Contractor and its surety, if any, shall be liable for such and shall indemnify and hold the County harmless therefrom to the fullest extent permitted by law.

    8. TIME EXTENSION: Should Contractor's performance of this agreement be delayed or disrupted by any acts of the County or other subcontractors of the County, or force majeure, or availability of materials as approved by the County representative, Contractor may receive an equitable extension of time for the performance of this agreement but shall not be entitled to any increase

    JFF 03/13/2019 Page 2 of 10

    p. 25

  • in the agreement price or to damages or additional compensation as a consequence of such delays or interruptions.

    9. PAYMENT TERMS: Based upon applications for payment submitted to the County and certificates of payment issued by Contractor, subject to verification thereof by County and its representatives, the County shall make progress payments on account of the contract sum to Contractor as provided herein and elsewhere in the project documents. Application for payment shall be on a form approved by the County or its project representative, which will include a breakdown showing the value of each phase of work in relation to the total contract price and include the date of the application. The terms of each payment shall be net 30 days from receipt of the application for payment approved by the County's representative. Each application for payment shall indicate the percentage of completion of each portion of the work as of the end of the period covered by the application for payment. Payments of invoices timely submitted and approved will be monthly. The County shall be entitled to a l 0% retainage, and final payment shall not be due until Contractor has submitted and filed its contractor's affidavit that all subcontractors and suppliers of labor and materials or services to the project have been paid in full. Lien releases shall be obtained from any subcontractor or supplier, which have provided notice to the County. Upon receipt of payment from the County for work performed by Contractor, Contractor shall in turn and in the same manner make payment to its suppliers and subcontractors upon payment to Contractor for work performed and materials furnished by said suppliers and subcontractors and to the extent of their respective interests therein. All material and work covered by payments shall become the property of the County, but this provision shall not relieve Contractor from the sole responsibility for all work and material upon which payments have been made. Contractor agrees that as a condition precedent to receiving partial payments from the County for work performed pursuant to this agreement, Contractor shall execute and deliver to County with its request for partial payment as above provided, a full and complete release of all claims and causes of action Contractor may have or claim to have against County through the date of execution of said release, save and except for those claims which Contractor shall specifically list on said release and described in a manner sufficient for the County to identify such claim or claims with certainty.

    10. RETENTION: Notwithstanding any provision of this agreement, it is agreed that the County shall retain 10% of the amount due Contractor as progress payments or under partial payment estimates for work performed by Contractor until final completion and acceptance of Contractor’s work by the County.

    11. GROUNDS FOR WITHHOLDING PAYMENT / NOTIFICATION: The County may withhold from progress payments an amount sufficient to protect the County because:

    a. Defective work has not been remedied. b. Claims, levies, attachments, stop notices or court orders have been filed or reasonable

    evidence indicates probable filing of such claims, levies, attachments, notices or orders, including claims covered by insurance until such claims are accepted by the insurance carrier.

    c. It is alleged that Contractor has failed to make payments properly to its subcontractors or for labor, materials or equipment, transportation or shipping costs, taxes, fees or any other claims arising out of Contractor's work or Contractor fails or refuses to produce proof requested by the County that such payments have been made.

    d. There exists reasonable doubt that Contractor's work can be completed for the unpaid balance of the contract price.

    JFF 03/13/2019 Page 3 of 10

    p. 26

  • e. There exists reasonable doubt that Contractor's work will be completed on schedule or in compliance with the schedule.

    f. Contractor is not satisfactorily prosecuting the work of this agreement. g. A petition for bankruptcy or reorganization has been filed by or against Contractor. h. Any other material breach of this agreement by Contractor, which has not been cured

    after reasonable notice from the County thereof.

    Amounts as are then due shall be paid or credited to Contractor when Contractor removes the above grounds for withholding payment.

    12. JOINT PAYMENT: The County reserves the right to issue joint checks to Contractor and its material suppliers, subcontractors, labor unions, equipment suppliers, etc., if, in the County's sole judgment, it is necessary to do so to ensure payment to the above named parties or if above named parties have filed a notice of nonpayment, lien or intent to lien, stop notice, etc.

    13. CONDITIONS PRECEDENT TO FINAL PAYMENT: All conditions of this contract, which apply to partial payments, shall also apply to final payments. Request for final payment must, if requested by County, be accompanied by written release of the County of all claims arising by virtue of this contract and an affidavit by Contractor that all labor, material and other bills have been paid. Final payment by the County shall not be construed as acceptance of defective work or improper materials. County, in its sole discretion, may require a consent of surety with power of attorney from Contractor's surety consenting to final payment, and shall be conditions precedent to the making of final payment by the County to Contractor.

    14. PAYMENT AND PERFORMANCE GUARANTEES: (Only if applicable to Project) As a condition precedent to the award of this contract agreement to Contractor by County, Contractor shall maintain in full force and effect during the term of agreement a good, sufficient and acceptable 100% performance bond and a 100% payment bond on a form approved by the County, written by a surety company acceptable to the County. The cost of the bond required herein is included in the contract price. No change, alteration or modification in or deviations from this agreement or the contract documents shall release or exonerate in whole or in part any surety on any bond given in connection with this agreement. The County shall not be under any obligation to notify the Surety or Sureties of any such change. Any increase in the contract amount shall automatically result in a corresponding increase in the penal amount of the bonds without notice to or consent from the Surety, such notice and consent being hereby waived. Decreases in the contract amount shall not, reduce the penal amount of the bonds unless specifically provided in said change order increasing or decreasing the scope of work.

    15. INSURANCE: Contractor shall purchase and maintain such insurance as will protect it and County from the claims set forth below which may arise out of or result from Contractor's operations under this agreement whether such operations be by Contractor or by anyone directly or indirectly employed by Contractor, including Contractor's subcontractors, or by anyone for by whose acts any of them may be liable:

    a. Claims under workers' compensation as required by state law, disability benefit and other similar employee benefit acts, which are applicable to the work to be performed. Contractor will require all his subcontractors to have and provide proof of workers’ compensation insurance.

    JFF 03/13/2019 Page 4 of 10

    p. 27

  • b. Claims for damages, other than to the work itself, because of injury to or destruction to tangible property including loss of use thereof.

    c. Claims for damages because of bodily injury or death or any personal property damage arising out of the ownership, maintenance or use of any motor vehicle.

    d. Commercial general liability insurance.

    Before starting the work, Contractor shall furnish a Certificate of Insurance on Contractor's insurance carrier's standard form, and, if requested by the County, copies of all insurance policies in duplicate to the County office. All policies are to be written through a company duly authorized to transact that class of insurance in the State of Florida and shall be with insurance companies acceptable to the County. The workers' compensation and employer’s liability policies shall contain waivers of subrogation in favor of the County. The Certificates of Insurance and policies for the commercial general liability and business automobile liability policies shall name the County as additional insured, shall be endorsed to be primary and noncontributory to any insurance which may be maintained by or on behalf of Contractor; shall be on an “occurrence" basis and shall include "Limits Apply Per Project" with respect to the commercial general liability coverages. Contractor's certificate shall further provide that insurance will not be canceled or changed prior to at least thirty (30) days' written notice to County. Commercial general and automobile liability insurance as required herein shall be written for not less than the following limits of liability or as required by the bid documents, whichever is greater. Commercial general liability $4,000,000 each occurrence general aggregate. Said policy shall name White Springs Agricultural Chemicals, Inc. as additional insured as required by its license agreement with County, said agreement being incorporated herein by reference. Commercial automobile coverage shall include $4,000,000 bodily injury each/person occurrence, and property damage aggregate for this project, combined single limits.

    16. INDEMNIFICATION: To the fullest extent permitted by law, Contractor and its surety covenant and agree to indemnify and hold County harmless of and from any and all claims, losses, demands, causes of action and the like, including but not limited to, attorneys ' fees and court costs which may be asserted against County by anyone other than Contractor, resulting from, arising out of, or occurring in connection with the failure of Contractor or supplier of Contractor to perform all work required within the scope of this agreement in strict accordance with the contract documents. To the full extent permitted by law, Contractor hereby agrees to defend and indemnify, protect and hold harmless County, its agents, employees, servants and sureties (individually the "Indemnified Party" and collectively the "Indemnified Parties") of and from any loss or damage and to reimburse the Indemnified Parties for any and all expenses, including legal fees, expert witness fees and other litigation costs to which the Indemnified Parties may be put because of:

    a. liability for claims and liens for labor performed or materials used or furnished through or under Contractor for the project for which Contractor is liable due to any failure of Contractor to adhere to the terms of this agreement or any of the contract documents;

    b. liability to County resulting from Contractor's failure to comply with applicable licensing requirements;

    c. any personal injury, loss, damage or death to any person or persons (including employees, officers or agents of County, Contractor and lower tier subcontractors) and any property damage arising out of, result from, or in connection with the performance or non-performance of work required in this contract or by reason of any act, omission, fault or negligence whether active or passive of Contractor whether on the project or proceeding to or from the site, including, without limitation, any personal injury, loss, damage, death or property damage caused (or alleged to be caused) by any negligent or grossly negligent act, error or omission of any person or entity, including any Indemnified Party whether

    JFF 03/13/2019 Page 5 of 10

    p. 28

  • such Indemnified Party's or the person's or entity's negligence be joint or concurrent however, Contractor shall not be required to indemnify an Indemnified Party for that party’s sole negligence; or

    d. liability imposed upon County directly or indirectly by Contractor's failure or the failure of any of its employees to comply with any law, ordinance, rule, regulation or requirement, including, but not limited to, any Occupational Safety and Health Administration violations and any penalties, including enhancements, resulting in whole or in part by subcontractor's acts or omissions as well as the Immigration Refo1m and Control Act of 1986 and all rules and regulations adopted pursuant thereto.

    To the fullest extent permitted by law, in addition to the express duty to indemnify County when there is any causal connection between Contractor's work and any injury, loss, damage, death or property damage, Contractor expressly undertakes a duty to defend County as a separate duty, independent of and broader than the duty to indemnify. The duty to defend agreed to by Contractor hereby expressly include all costs of litigation, attorney's fees, settlement costs and reasonable expenses in connection with the litigation, whether or not the claims made for loss, injury, damage or property damage are valid or groundless and regardless of whether the defense of County is maintained by the County or assumed by Contractor as long as the claims made could be causally connected to Contractor as reasonable determined by County (claims). Neither final payment by County nor acceptance of the work performed by Contractor shall constitute a waiver of the foregoing indemnities and duty to defend, and notwithstanding any other provision contained in this contract agreement, the provisions of this Article shall survive the termination of the contract agreement for any reason whatsoever.

    17. WARRANTIES AND GUARANTEES: Unless a longer period is provided in the contract documents, or by law, Contractor shall repair or replace at its own expense and at the convenience of County, any defects in workmanship or materials discovered within one year from the date of written acceptance of the work by County and its representative. Contractor and its surety shall remain liable to County for any defects or alleged defects, whether patent or latent, in materials or workmanship attributable to or caused by Contractor's work was not performed in accordance with the contract documents, such liability and responsibility to remain for so long a period of time as permitted by law. In any event, Contractor and/or its surety shall pay for all damage to the project resulting ng from defects in the work and expenses necessary to remove, replace and/or repair the work and any other work, which may be damaged in removing or repairing the work.

    18. ACCESS TO BOOKS AND RECORDS: Contractor shall permit access to its books, records and accounts by representatives of the County for purposes of investigation to ascertain compliance with this agreement when reasonably necessary. In the event of Contractor's noncompliance with the equal employment opportunity laws, this contract may be terminated for default. Records of costs incurred and payments made under the terms of this agreement shall be maintained by Contractor and made available upon request to County at all times during the term of this agreement and for five (5) years after final payment is made. Copies of these documents and records shall be forwarded to the County upon request. Records of costs incurred include County's general accounting records and the project records, together with supporting documents and records of second party and all subcontractors performing work on the project, and all other records of Contractor and subcontractors which may be necessary for audit purposes and public records required by Chapter 119, Florida Statutes. Contractor shall allow public access to all documents, papers, letters or other material subject to the provisions of Chapter 119, Florida Statutes, and made or received by Contractor in conjunction with this agreement. Contractor shall maintain such records for a minimum of five (5) years after final payment is made under this agreement.

    JFF 03/13/2019 Page 6 of 10

    p. 29

  • 19. CHANGES AND EXTRA WORK:Contractor recognizes that the County or its authorized representative shall be the binding and final authority on the interpretation of the plans and specifications. Contractor shall be bound by all interpretations of the County or its authorized representative. The County may at any time, unilaterally or by agreement with Contractor, without notice to the sureties make changes in the work covered by this agreement. Any mutual agreement must be agreed upon in writing signed by the parties. When the County requests a proposal, Contractor shall submit change order proposals within seven (7) calendar days, unless a shorter time is specified elsewhere in the Agreement, in a form acceptable to the County. The quotation shall be supported by a cost breakdown, which shall include a quantity survey, unit prices and unit labor hours, markup for overhead and profit and other information as requested by County. Upon written direction by the County, Contractor specifically stating that an equitable adjustment in contractor price will be made, Contractor shall proceed with specified extra work or changes so as not to delay the work. Contractor shall submit an estimate for the extra work or changes within seven (7) calendar days, unless a shorter time is specified elsewhere in the Agreement, of receipt of the directive. Unless otherwise stated in the Contract Documents, the sum to be paid to Contractor, including for its combined overhead and profit for additive changes shall be the cost of the change.

    20. CONTRACTOR/COUNTY DISPUTES: In the event of any dispute involving the work performed or to be performed, County shall issue a written decision or written directive, which shall be followed by Contractor, without interruption, deficiency, or delay. If Contractor does not agree with such decision, Contractor may make a claim pursuant hereto and the matter shall be resolved as set forth below.

    a. Under this contract, Contractor shall not have the right to compensation to satisfy any claim for additional compensation or costs incurred as a result of costs, liabilities, or debts of any kind whatever from any act or omission attributable to County unless Contractor has provided notice to the County or its representative within 10 days after Contractor learns of the event giving rise to the claim allowing County a reasonable time to cure any act or omission giving rise to the claim, and County determining that a claim for such additional compensation or costs exist, and if reasonably possible the detail claim therefor.

    b. Notwithstanding anything in the contract documents to the contrary, County, Contractor and Contractor's surety agree that all claims, disputes and other matters in controversy between County and Contractor arising out of or relating to the contract or the breach thereof unless otherwise mutually agreed by the parties, shall be submitted through litigation to the appropriate forum in Columbia County, Florida, determination in accordance with the laws of the State of Florida. Columbia County, Florida shall be the sole and exclusive venue for any such dispute resolution or legal action.

    c. Unless otherwise agreed in writing by the parties, Contractor shall carry on the work and maintain its progress during any litigation or mediation proceedings and County shall continue to make payments to Contractor in accordance with the contract documents.

    21. DEFAULT AND TERMINATION: Termination for Cause: If, in the opinion of County or its representative, Contractor at any time refuses or neglects to supply a sufficiency of skilled workmen or materials of the proper quality and quantity, or fails in any respect to prosecute the work with promptness and diligence, or causes by any actor omission the stoppage or delay of or interference with the work of any other contractors on the project, or fails in the performance of any of the agreements on its part contained herein, County shall be at liberty, if Contractor has failed to cure such default within three days' following written notice to Contractor, mailed or delivered to the last known address of the latter, to provide through itself or through others, any such labor or materials, and to deduct the cost

    JFF 03/13/2019 Page 7 of 10

    p. 30

  • thereof from any money due or thereafter to become due to Contractor under this Agreement, and County shall also be at liberty to terminate all or part of Contractor' right to proceed with the said work and to enter on the premises and take possession, for the purpose of completing the work included in this agreement, of all materials thereon, and to employ any other person or persons to finish the work, and to provide materials therefor. Contractor shall not be entitled to receive any further payment under this agreement until the said work shall be wholly finished. If the unpaid balance of the amount to be paid under this agreement shall exceed the expense incurred by County in finishing the said work, such excess shall be paid by the County to Contractor; but if such expense shall exceed such unpaid balance, then Contractor shall pay the difference to County. The expense incurred by County shall include the cost of furnishing materials and of finishing the work, and any damage incurred through the default of Contractor. It is recognized that if Contractor is adjudged a bankrupt or makes a general assignment for the benefit of creditors, or if a receiver is appointed for the benefit of its creditors, or if a receiver is appointed on account of its insolvency, such could impair or frustrate Contractor's performance of this agreement. Accordingly, it is agreed that upon the occurrence of such event, County shall be entitled to request of Contractor or its successor in interest adequate assurance of future performance in accordance with the terms and conditions hereof. Failure to comply with such request within ten (10) days of delivery of the request shall entitle County to terminate this Agreement and to the accompanying rights set forth above. In all events, pending receipt of adequate assurance of performance and actual performance in accordance therewith, County shall be entitled to proceed with the work with its own forces or with other contractors on a time and material or other appropriate basis, the cost of which will be back-charged against the contract sum hereof. In the event County terminates Contractor for any reason, Contractor agrees that all subcontracts or purchase orders which may have covering the work, which is the subject of this agreement, may, at County's option, be fully assigned by Contractor to County upon written notice to such subcontractors and vendors by County; and Contractor shall include in such subcontracts and purchase orders appropriate language to such effect.

    22. OTHER REMEDIES FOR DEFAULT OTHER THAN TERMINATION: Should Contractor (a) fail to correct, replace and/or re-execute faulty or defective work and/or materials furnished under the contract; (b) fail to complete or diligently proceed with this contract within the time required by County; (c) fails to correct or repair any damage to the work caused by Contractor, or those for whom it is responsible, or by virtue of Contractor's failure to protect its work; (d) refuse or fail to provide sufficient properly skilled workers, adequate supervision or materials; or (e) otherwise be in default of any provision of this contract or the contract documents, then County, upon three (3) days prior written notice to Contractor, shall have the right to correct, replace or otherwise remedy any such defects, deficiencies or delayed performance by any reasonable and expedient means, including taking over or supplementing Contractor's work and materials and employing such additional labor, equipment and materials as may be necessary to cure the default and achieve compliance with the contract and the contract documents. In such event, County may deduct and withhold from payments then or thereafter to become due Contractor the cost of correcting such deficiencies, plus overhead of fifteen percent (15%) to cover costs not readily ascertainable and not as a penalty. If payments then or thereafter-due Contractor are not sufficient to cover such amount, Contractor shall promptly pay the difference to the County.

    23. REMEDIES CUMULATIVE: No right or remedy in this contract is intended to be exclusive of any other right or remedy, but every such right or remedy shall be cumulative and shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law.

    JFF 03/13/2019 Page 8 of 10

    p. 31

  • 24. MISCELLANEOUS: a. Legal fees: If one party to this Agreement institutes litigation or mediation with the other

    party, arising out of the terms and conditions of this agreement, or performance under this agreement, the prevailing party shall be entitled to recover from the other party its reasonable attorney's fees and consultant's fee. The parties agree that the fee award need not be computed in accordance with any court schedule but shall be such as to fully reimburse all fees actually incurred in good faith, it being the intention of the parties to fully compensate for all fees paid or incurred in good faith. The prevailing party is that party receiving substantially the relief sought, whether by way of settlement, award or judgment.

    b. Notices: All notices, consents, requests or other communications hereunder shall be in writing, unless otherwise expressly provided to the contrary and shall be deemed to have been made or given when mailed, delivered, telegraphed or transmitted as electronic facsimile to the other party at the address noted in the Contract. Either party may designate a different address by notice given to the other.

    c. Severability: If any clause or provision of the contract documents should be determined to be illegal, invalid or unenforceable under present or future laws effective during the term of the contract, then and in that event, it is the express intention of the parties hereto that the remainder of the contract documents shall not be affected thereby, and it is also the express intention of the parties that in lieu of each clause or provision of the contract documents which may be determined to be illegal, invalid or unenforceable, there may be added as part of the contract documents a clause or provision as similar in terms of such illegal, invalid or unenforceable clause or provision as may be possible and be legal, valid and enforceable.

    d. Non-Waiver: No action, failure to act, delay, or omission by County to exercise any right or remedy shall impair such right or remedy or any other right or remedy or be construed to be a waiver of any default or acquiescence therein.

    e. Right of Assignment: This Contract and the proceeds from this contract shall not be assigned without the written consent of County, and if applicable, Contractor’s surety.

    f. Information Required by Owner: In addition to the information to be provided by Contractor pursuant to other provisions of this contract, Contractor hereby agrees to provide, at no additional cost to County, and in a prompt and timely fashion so as not to disrupt the performance of this contract, any and all additional information relating to this contract which is required either by the contract documents or by law.

    g. Venue: This contract shall be governed in accordance with the laws of the State of Florida and the state courts of Columbia County, Florida shall be the proper and sole venue for any legal action regarding this contract.

    [ REMAINDER OF PAGE BLANK ]

    JFF 03/13/2019 Page 9 of 10

    p. 32

  • _________________________________

    __________________________________ __________________________________ __________________________________ __________________________________

    ________________________________________

    IN WITNESS WHEREOF, the parties have executed this agreement the day and year first above written.

    NORTON HOME IMPROVEMENT CO., INC. D/B/A: BUBBA’S SITE PREP

    By: ______________________________ Its: ______________________________

    Witnesses as to Contractor:

    COLUMBIA COUNTY, FLORIDA

    By: Ron Williams, Chairman Board of County Commissioners

    ATTEST: _______________________________ P. DeWitt Cason, Clerk of Court

    JFF 03/13/2019 Page 10 of 10

    p. 33

    AgendaBCC Administration - Welcome Center Renovations - Change Order 2 - ($131,607)BCC Administration - CDBG Interlocal Agreement with City of Lake City - Bell Road Corridor UtilitiesClerk to Board Finance - Approval of Bills and Vouchers - $4,261,451County Extension - BA 19-41 - University of Florida Weight Management Educational Program Donation - $1,000Public Works - Residency Requirement Waiver - Kevin Kirby, Assistant County Manager - OperationsPurchasing - Bid No. 2017-B - Bubba's Site Prep - Sand Loading and Hauling