HomeMy WebLinkAbout2008-182Si tic cc, /'0 is fraf (
AMENDMENT OF CONTRACT FOR
PROFESSIONAL SERVICES BETWEEN INDIAN RIVER COUNTY
AND FLORIDAFFINITY, INC.
(the "Contract")
This Amendment of the Contract for professional services between Indian River County and
FloridAffmity, Inc., dated May 24, 2007, is made and agreed to as of the day of June, 2008, by and
between the parties to the Agreement, Indian River County, a political subdivision of the State of Florida
(the "County"), and FloridAffmity, Inc., a Florida corporation ("FloridAffinity"). The parties agree as
follows:
1. Background and Consid . tion@ The parpes entered into a Contract for professional services relating
to the County Road 512 Exchange on May 24, 2007, and both parties have been performing in accordance
with it. In order to continue the services described in the Contract to completion, the County has asked
FloridAffinity.to continue to provide consulting services in accordance with the Contract, as limited by
this Amendment.
2. Extension of Term. Paragraph 3, Term, is hereby amended to extend the term of the Contract until
December 31, 2008, subject to the other provisions for termination by the County as set forth in the
Contract.
3. Cg=asation. Paragraph 4, Compensation, is hereby amended to increase the total compensation
under the Contract to a maximum of $40,000.
4. Other Pro -visions, Pro-visions,All other provisions of the Agreement not specifically amended herein shall remain
in full force and effect.
IN WITNESS WHEREOF, the parties have caused this Extension to the Agreement to be duly executed
on the date set forth above.
FLORJDAFFINITY, INC., a Florida
corporation
CPhareles4ardce, President
Date signed:QS k osi
FEID: 59-318362_
ryl
FO
rl
William K. DelkaaP
Deputy County Attorney
INDIAN RIVER COUNTY, a political
subdivision of the State of Florida
CONTRACT
THIS CONTRACT is entered into by and between the INDIAN RIVER COUNTY,
Department of Community Development, 1840 25th Street, Vero Beach FL 32960,
hereafter "COUNTY," and FLORIDAFFINITY, INC_ whose address is 1117 Harbert St.
Tallahassee FL 32303 hereafter "CONTRACTOR."
NOW THEREFORE, the COUNTY and the CONTRACTOR, for the
considerations hereafter set forth, agree as follows:
1. PROJECT DESCRIPTION. The CONTRACTOR shall provide the services
and perform the specific responsibilities and obligations, as set forth in the Scope of
Work attached as Exhibit A and made a part hereof (the "Project").
2. PERFORMANCE. The CONTRACTOR shall perform the services described in
the Scope of Work in a proper and satisfactory manner. Any and all equipment, products
or materials necessary or appropriate to perform under this Contract shall be supplied by
the CONTRACTOR. The CONTRACTOR shall be licensed as necessary to perform
under this Contract as may be required by law, rule, or regulation, and shall provide
evidence of such compliance to the COUNTY upon request. The CONTRACTOR shall
procure all supplies, pay all charges, fees, taxes and incidentals that may be required for
the completion of this Contract. By acceptance of this Contract, the CONTRACTOR
warrants that it has the capability in all respects to fully perform the contract
requirements and the integrity and reliability that will assure good -faith performance as a
responsible vendor. The CONTRACTOR shall comply with Chapter 287, F.S., and all
other applicable laws, rules and ordinances.
3. TERM. This Contract shall begin upon execution by both parties and end upon
COUNTY notice to Contractor of completion of the Project, or May 31, 2008, whichever
is earlier. In accordance with Section 287.058(2), Florida Statutes, the CONTRACTOR
shall not be eligible for reimbursement for services rendered prior to the execution date of
this Contract nor after the termination date of the Contract.
4. COMPENSATION. As consideration for the services rendered by the
CONTRACTOR under the terms of this Contract, the COUNTY shall pay the
CONTRACTOR on the basis of time spent by the CONTRACTOR on the Project at an
hourly rate of $110 per hour; provided that the total consideration to be paid under this
CONTRACT shall not exceed $25,000. COUNTY will also reimburse CONTRACTOR
for routine expenses including, overnight and postage charges, telecommunications (over
and above normal phone services), photocopies. CONTRACTOR will also be
reimbursed for other specific expense approved in advance by COUNTY. If out of town
travel is required, COUNTY will also reimburse CONTRACTOR in accordance with s.
112.061, F.S. Prior approval for travel and extraordinary expenses will be obtained from
the Client.
5. PAYMENTS. The COUNTY shall pay the CONTRACTOR for satisfactory
service upon submission of invoices. Each invoice shall include the Contractor's Federal
Employer Identification (FEID) Number. The COUNTY shall not provide advance
payment. All bills for amounts due under this Contract shall be submitted in detail
sufficient for a proper pre -audit and post -audit thereof. Invoices shall be submitted
monthly.
Section 215.422, F.S. provides that agencies have 5 working days to inspect and approve
goods and services, unless bid specifications or the Contract specifies otherwise. With
the exception of payments to health care providers for hospital, medical, or other health
care services, if payment is not available within 40 days, measured from the latter of the
date the invoice is received or the goods or services are received, inspected and approved,
a separate interest penalty set by the Comptroller pursuant to Section 55.03, F.S., will be
due and payable in addition to the invoice amount. To obtain the applicable interest rate,
please contact the Agency's Fiscal Section at 850/488-3323 or Purchasing Office at
850/488-3428. Payments to health care providers for hospitals, medical or other health
care services, shall be made not more than 35 days from the date of eligibility for
payment is determined, and the daily interest rate is .03333%. Invoices returned to a
vendor due to preparation errors will result in a payment delay. Invoice payment
requirements do not start until a properly completed invoice is provided to the agency.
A Vendor Ombudsman, whose duties include acting as an advocate for vendors who may
be experiencing problems in obtaining timely payment(s) from a State agency, may be
contacted at (850) 410-9724 or by calling the State Comptroller's Hotline, 1-800-848-
3792.
For Contracts whose term extends beyond the State fiscal year in which encumbered
funds were appropriated, the State of Florida's performance and obligation to pay is
contingent upon an annual appropriation by the Legislature.
6. CONTRACTOR ELIGIBILITY AND COMPLIANCE WITH LAW. The
CONTRACTOR shall be licensed as necessary to perform under this Agreement as may
be required by law, rule, or regulation, and shall provide evidence of such compliance to
THE COUNTY upon request. The CONTRACTOR shall procure all supplies, pay all
charges, fees, taxes and incidentals that may be required for the completion of this
Agreement. By acceptance of this Agreement, the CONTRACTOR warrants that it has
the capability in all respects to fully perform the Contract requirements and the integrity
and reliability that will assure good -faith performance as a responsible vendor. The
CONTRACTOR shall comply with Chapter 287, F.S., and all other applicable laws, rules
and ordinances.
7. TERMINATION. This Contract shall terminate immediately upon the
COUNTY giving written notice to the CONTRACTOR in the event of breach of this
Contract. The COUNTY may terminate this Contract at any time with or without cause
by a written notice by certified mail, return receipt requested, from the COUNTY to the
CONTRACTOR. Upon receipt of such notice, the CONTRACTOR shall, unless the
notice directs otherwise, immediately discontinue all work and services. Upon
termination of this Contract, the CONTRACTOR shall promptly render to the COUNTY
all property belonging to the COUNTY. For the purposes of this section, property
belonging to the COUNTY shall include, but shall not be limited to, all books and
records kept on behalf of the COUNTY.
8. TAXES. The CONTRACTOR recognizes that the State of Florida, by virtue of
its sovereignty, is not required to pay any taxes on the services or goods purchased under
the terms of this Contract.
9. NOTICES. Any and all notices shall be delivered to the parties at the following
addresses (or such changed address or addressee as may be provided by notice). A notice
or other communication shall be deemed received by the addressee on the next business
day after having been placed in overnight mail with the U. S. Postal Service, or other
overnight express service such as FedEx, UPS, or similar service. Notices sent by means
other than overnight delivery shall be deemed received when actually received by the
addressee:
COUNTY Project Manager
Roland DeBloia
Chief - Environmental Planning
Indian River County
184025 th Street
Vero Beach FL 32960
772.226.1258
CONTRACTOR
Charles Hardee, President
FloridAffinity, Inc.
1117 Harbert St.
Tallahassee FL 32303
850.222.8518
FAX 866.394.8358
10, AMENDMENT. No waiver or modification of this Contract or of any covenant,
condition, or limitation herein contained shall be valid unless in writing and lawfully
executed by the -patties. The COUNTY may at any time, by written order designated to
be a Modification, make any change in the work within the general scope of this Contract
(e.g., specifications, schedules, method or manner of performance, requirements, etc.).
However, all Modifications are subject to the mutual agreement of both parties as
evidenced in writing. Any Modification that causes an increase or decrease in the
CONTRACTOR's cost or the term of the Contract shall require a formal amendment.
11. RELATIONSHIP OF THE PARTIES. The CONTRACTOR shall perform as
an independent contractor and not as an agent, representative, or employee of the
COUNTY. The CONTRACTOR covenants that it presently has no interest and shall not
acquire any interest which would conflict in any manner or degree with the performance
of services required. The parties agree that there is no conflict of interest or any other
prohibited relationship between the CONTRACTOR and the COUNTY.
12. INSURANCE. To the extent required by law, the CONTRACTOR will either
be self-insured for Worker's Compensation claims, or will secure and maintain during the
life of this Contract, Workers' Compensation Insurance for all of its employees connected
with the work of this project. If any work is subcontracted, the CONTRACTOR shall
require the subcontractor similarly to provide Workers' Compensation Insurance for all of
the latter's employees unless such employees are covered by the protection afforded by
the CONTRACTOR. Such self-insurance program or insurance coverage shall comply
fully with the Florida Workers' Compensation law. In case any class of employees
engaged in hazardous work under this Contract is not protected under Workers'
Compensation statutes, the CONTRACTOR shall provide, and cause each subcontractor
to provide, adequate insurance satisfactory to the COUNTY, for the protection of his
employees not otherwise protected.
13. PUBLIC RECORDS. Records made or received in conjunction with this
contract maybe public records under Chapter 119, Florida Statutes. This Contract may
be unilaterally canceled by the COUNTY for refusal by the CONTRACTOR to 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 the CONTRACTOR in
conjunction with this Contract.
14. RECORD KEEPING REQUIREMENTS. The CONTRACTOR shall maintain
accurate books, records, documents and other evidence that sufficiently and properly
reflect all direct and indirect costs of any nature expended in the performance of this
Contract, in accordance with generally accepted accounting principals. The
CONTRACTOR shall allow the COUNTY, the State, or other authorized representatives,
access to periodically inspect, review or audit such documents as books, vouchers,
records, reports, canceled checks and any and all similar material. Such audit may
include examination and review of the source and application of all funds whether from
the state, local or federal government, private sources or otherwise. These records shall
be maintained for five (5) years following the close of this Contract. In the event any
work is subcontracted, the CONTRACTOR shall require each subcontractor to similarly
maintain and allow access to such records for audit purposes.
15. LIABILITY. The CONTRACTOR shall be solely responsible for any and all
liability, claims, judgments or costs of whatsoever kind and nature for injury to, or death
of any person or persons and for the loss or damage to any property resulting from the
use, service, operation or performance of work under the terms of this Contract, resulting
from the acts or omissions of the CONTRACTOR, his subcontractor, or any of the
employees, agents or representatives of the CONTRACTOR or subcontractor.
16. NON-DISCRIMINATION. No person, on the grounds of race, creed, color,
national origin, age, sex, or disability, shall be excluded from participation in, be denied
the proceeds or benefits of, or be otherwise subjected to discrimination in performance of
this Contract.
17. PROHIBITION OF DISCRIMINATORY VENDORS. In accordance with
Section 287.134, Florida Statutes, an entity or affiliate who has been placed on the
discriminatory vendor list may not submit a bid, proposal, or reply on a contract to
provide any goods or services to a public entity; may not submit a bid, proposal or reply
on a contract with a public entity for the construction or repair of a public building or
public work; may not submit bids, proposals, or replies on leases of real property to a
public entity; may not be awarded or perform work as a contractor, supplier,
subcontractor, or consultant under a contract with any public entity; and may not transact
business with any public entity.
18. PUBLIC ENTITY CRIMES. In accordance with Section 287.133(2)(a), F.S., a
person or affiliate who has been placed on the convicted vendor list following a
conviction for a public entity crime may not perform work as a grantee, contractor,
supplier, subcontractor, consultant or by any other manner under a contract with any
public entity, and may not transact business with any public entity in excess of the
threshold amount provided in Section 287.017, F.S., for Category Two, for a period of 36
months from the date of being placed on the convicted vendor list.
19. PROHIBITION OF UNAUTHORIZED ALIENS. The employment of
unauthorized aliens by any contractor/vendor is considered a violation of Section
274A(e) of the Immigration and Nationality Act. If the Contractor/vendor knowingly
employs unauthorized aliens, such violation shall be cause for unilateral cancellation of
this Contract. The CONTRACTOR shall be responsible for including this provision in
all subcontracts with private organizations issued as a result of this Contract.
20. NON -ASSIGNMENT. This Contract is an exclusive contract for services and
may not be assigned in whole or in part without the written approval of the COUNTY.
Any such assignment or attempted assignment shall be null and void.
21. PROHIBITION OF CONTINGENT FEES. The CONTRACTOR warrants
that it has not employed or retained any company or person, other than a bona fide
employee working solely for the CONTRACTOR, to solicit or secure this Contract and
that it has not paid or agreed to pay any person, company, corporation, individual, or
firm, other than a bona fide employee working solely for the CONTRACTOR, any fee,
COUNTY, percentage, gift or other consideration contingent upon or resulting from the
award or making of this Contract.
22. REMEDIES. The CONTRACTOR shall perform the services in a proper and
satisfactory manner as determined by the COUNTY. If the COUNTY determines that the
CONTRACTOR or successors are in violation of the terms of this Agreement, it may
seek any remedy available at law or equity.
23. SEVERABILITY. This Contract has been delivered in the State of Florida and
shall be construed in accordance with the laws of Florida. Wherever possible, each
provision of this Contract shall be interpreted in such manner as to be effective and valid
under applicable law, but if any provision of this Contract shall be prohibited or invalid
under applicabld law, such provision shall be ineffective to the extent of such prohibition
or invalidity, without invalidating the remainder of such provision or the remaining
provisions of this Contract.
24. NO THIRD PARTY RIGHTS. The parties hereto do not intend nor shall this
Contract be construed to grant any rights, privileges or interest to any person not a party
to this Contract.
25. JURY TRIAL WAIVER. As part of the consideration for this Contract, the
parties hereby waive trial by jury in any action or proceeding brought by any party
against any other party pertaining to any matter whatsoever arising out of or in any way
connected with this Contract, or with the products or services provided under this
Contract; including but not limited to any claim by the CONTRACTOR of quantum
meruit.
26. ENTIRE AGREEMENT. This Contract with all incorporated attachments and
exhibits represents the entire agreement of the parties. Any alterations, variations,
changes, modifications or waivers of provisions of this Contract shall only be valid when
they have been reduced to writing, and duly signed by each of the parties hereto, unless
otherwise provided herein.
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed
through their duly authorized signatories on the day and year last written below.
FLORIDAFFINITY, INC.
Charles J. Hardee, President
Date: 5/24/07
INDIAN RIVER COUNTY
G—Inl A A A A2��)
seph B ird, County,/Administrator
Date: 5 --CZ 7 -0 r/
A nroye as to f an e
p ounty Attorney
P.
EXHIBIT A
SCOPE OF WORK — the "PROJECT"
The CONTRACTOR will provide the following consulting services to the COUNTY in
regard to an exchange of lands with the Florida Board of Trustees of the Internal
Improvement Trust Fund, which exchange is generally described in the agenda item
approved by the Acquisition and Restoration Council ("ARC") on June 8, 2006 (a copy
of which is attached as Exhibit B), as that item is amended form time to time:
• Coordinate with Roland DeBlois, the COUNTY contract manager, as to all
aspects of this CONTRACT and the Project.
• As requested by the COUNTY, negotiate with the Project landowners to acquire
real property tracts which are part of the exchange.
• As requested by the COUNTY, draft proposed option and purchase agreements
for the consideration and use of COUNTY legal staff.
• As requested by the COUNTY, draft proposed exchange agreement for the
consideration and use of COUNTY legal staff.
■ Upon notice from the COUNTY in each instance, subcontract for services and
products necessary for real property acquisition, including but not limited to
• Surveys
• Appraisals
■ •Environmental assessments and analyses
• Management plans
■ Title insurance, and
• Other services specified by the COUNTY.
■ As requested by the COUNTY, attend meetings with ARC staff, and ARC
meetings.
-Coordinate with the Division of State Lands, ARC and ARC staff, other
divisions and offices within the Department of Environmental Protection, and with other
governmental agencies, in regard to:
• Issues pertaining to Project ARC issues;
• The ARC meeting and related processes;
■ Drafting of ARC agenda items for the Project, the exchange agreement,
and other documents needed in regard to the ARC action;
■ Other related governmental processes and procedures involved in the
Project, as requested by the County.
■ Provide other services related to the Project as requested by the COUNTY.
EXHIBIT B
Acquisition and Restoration Council (ARC)
Public Hearing and Council Meeting
Agenda
PUBLIC HEARING: Thursday, June 8, 2006 and
Friday, June 9, 2006
TIME: 9:00 a.m.
LOCATION: The Department of Environmental Protection
Conference Room A, Marjory Stoneman Douglas Building,
3900 Commonwealth Boulevard, Tallahassee, Florida.
ITEM 1: Announcements
ITEM 2: REQUEST: Consideration of April 20 and 21, 2006 public hearing and meeting summaries.
ITEM 3: For June 8th only: REQUEST: Receive public testimony on the 2006 cycle 1 Florida Forever
priority list and project evaluation reports for the new projects.
ITEM 4: For JUNE 9th only: REQUEST: Consider Project Evaluation Reports for new projects.
ITEM 5: REQUEST: Vote on New Projects for Placement on the 2006 cycle 1 Florida Forever list.
ITEM 6: REQUEST: Revise and approve the Florida Forever list for submittal to the Board of Trustees
of the Internal Improvement Trust Fund.
ITEM 7: REQUEST: Consider a boundary amendment to the Econ -St. Johns Ecosystem Florida
Forever project to add approximately 622 acres of a single ownership containing four parcels with a
tax -assessed value of $98,580.
ITEM 8: REQUEST: Consider a boundary amendment of the Wakulla Springs Projection Zone Florida
Forever project to add approximately 152 acres and seven ownerships, with a total tax assessed value
of approximately $94,268.
ITEM 9: REQUEST: Consideration of a 10 -year Management Plan Update for De Leon Springs State
Park, Lease number 3262.
ITEM 10: REQUEST: Consideration of a 10 -year Management Plan Update for Florida Caverns State
Park, Lease number 3619..
ITEM 11: REQUEST: Consideration of a 10 -year Management Plan Update for Pumpkin Hill Creek
Preserve State Park, Lease number 4074.
ITEM 12: REQUEST: Consideration of a land exchange of 65 acres of Trustees -owned property
located in the Osprey Unit of Hilochee Wildlife Management Area within the Green Swamp Florida
Forever Project for 75 acres of privately owned property in the Green Swamp Florida Forever Project
and declare the 65 acres of Trustees' property as no longer needed for conservation purposes if
replaced by the 75 acres of private property to be donated to the state,
ITEM 13: REQUEST: Consider (a) a land exchange of 2.77 acres of Trustees -owned property located in
of -way within SSRPSP and declare the 2.77 acres of Trustee property as no longer needed for
conservation purposes if replaced by the 2.79 acres of county property to be donated to the state, and
(b) the associated land exchange of 6.84 acres of Trustees -owned property in SSRPSP for a 7.55 acre
island of county -owned property for a future stormwater retention pond necessary for the road
widening of County Road 512 and declare the 6.84 acres of Trustees' property as no longer needed for
conservation purposes if replaced by the 7.55 acres of county property to be donated to the state.
ITEM 14: REQUEST: For June 8th only: Receive public comment on general land acquisition and
management issues not included on this agenda.
ITEM 15: For June 9th only: Presentation by the Division of Forestry on wetland restoration, using
mitigation, on the Pt. Washington State Forest.
ITEM 16: For June 9th only: Presentation on St. Joe's Florida Wild Initiative by Mr. Tom Berger, St. Joe Land C
ITEM 13:
REQUEST: Consider (a).a land exchange of 2.77 acres of Trustees-owned property located in St.
Sebastian River Preserve State Park (SSRPSP) for 2.79 acres of existing county-owned road right-of-
way within SSRPSP and declare the 2.77 acres of Trustee property as no longer needed for
conservation purposes if replaced by the 2.79 acres of county property to be donated to the state, and
(b) the associated land exchange of 6.84 acres of Trustees-owned property in SSRPSP for a 7.55 acre
island of county-owned property for a future stormwater retention pond necessary for the road
widening of County Road 512 and declare the 6.84 acres of Trustees' property as no longer needed for
conservation purposes if replaced by the 7.55 acres of county property to be donated to the state.
LOCATION: Indian River County
DSL Staff Remarks: The Division of State Lands (DSL) received a request from the Indian River Board of
County Commissioners (County) to exchange approximately 2.77 acres of state-owned land for 2.79 acres of
land currently located within county-owned right-of-way. The County is in the process of widening County
Road 512 from a two-lane to a four-lane road as necessary to meet the County's projected growth in traffic
volume for the corridor. At the same time, the County would like to realign 102nd Terrace that currently crosses
through SSRPSP.
The parcel the County will convey is part of an existing two-lane road right-of-way road (102nd Terrace)
approximately 80 feet wide that runs directly through a portion of SSRPSP (2.79 acres). Current patterns have
heavy traffic entering onto County Road 512 from south 101st Avenue. Traffic subsequently heads west along
County Road 512 then turns north on 102"d Terrace, which is the road that travels through the SSRPSP.
Acquiring this portion of 102nd Terrace will not only assist with the safety issues associated with the widening of
County Road 512, there will be an overall net increase in acreage to the SSRPSP. Further, the unified traffic
signalization at 1015' Avenue will eliminate the need to locate more than one traffic signal within this short
stretch.
The 2.77 acre parcel the Board of Trustees will convey borders the extreme outer boundary of the SSRPSP
and will be approximately 70 feet wide. A proposed two-lane roadway (101St Avenue) would replace the
existing two-lane road that currently runs through the SSRPSP. The proposed road will be constructed in a
similar alignment as the current two-lane road and will also merge into 102nd Avenue. The new road will help
to alleviate some of the safety issues associated with the road widening project of County Road 512. The
County has agreed to restore the vacated portions of the new road right-of-way to natural conditions (i.e.,
remove fill, replant native species). Further, the County will move fill off the existing road to the new road.
The County has agreed to remove invasive species within SSRPSP. Specifically, the County is willing to
expand the area of exotics removal beyond the immediate footprint of the abandoned alignment to an area in
the vicinity of the abandoned alignment and the new alignment. Additionally, the County will remove invasive
species in the overall SSRPSP area west of the new alignment extending to and including the proposed
stormwater tract area.
Concurrent with the request above, and in association with the widening of County Road 512, the County
seeks ARC approval to exchange 6.84 acres of SSRPSP land it needs for a stormwater retention pond, for a
7.55 acre island in the St. Sebastian River. It will be necessary for the stormwater retention pond to be located
on the land currently within the SSRPSP's southwestern most boundary. The outfall for the pond ("Pond A")
will discharge to a new ditch that will parallel CR 512 (within the CR 512 R/W) and will go to "Pond B" at the
North County Park. Pond a will have an outfall that discharges into a ditch. That ditch goes across the
Sebastian River Middle School property and into a slough on property east of the school, and then discharges
to the south prong of the Sebastian River.
In exchange, the County has proposed to convey a 7.55 acre private island in the St. Sebastian River and
adjacent to the SSRPSP. The island will be added to the management of the SSRPSP and is within the
.__—optimum-managementboundades-for-the-SSFP-SF-.the-island-is-a-mixture-0f-estuar-ine-wetland, -mangrove —
fringe, linear uplands on the interior (evidenced by cabbage palms), with some Brazilian pepper encroachment
on the fringes. It is currently zoned conservation, 1 unit per 40 acres. Since the island is a stand-alone parcel,
zoning and land use regulations would allow a private owner to develop one residential unit on the island,
subject to obtaining all jurisdictional permits.
The County has agreed to eradicate exotic species from the island and while an appraisal is currently
underway, the list price of the island is $500,000. The County has also agreed to pay any difference in values
once an appraisal has been completed for the subject parcels.
Alternatives to the proposed retention pond were reviewed by the County and included an existing pond just to
the east of the road realignment and a private parcel in the area. The private parcel was too far removed from
the realignment project to be considered and the existing stormwater pond appears to have been a borrow pit;
it is too deep to be practically redesigned to meet the St. Johns River Water Management District stormwater
management standards. The County has attempted to minimize the tract size to the extent feasible, and is
"tucking" the pond into the southwest corner of the SSRPSP in an effort to minimize spatial impacts.
DEP staff is of the opinion that the proposed exchange will provide a net positive benefit to the SSRPSP by: 1)
addressing safety issues associated with the current alignment of 102nd Terrace; 2) restoring degraded
resources of 102"d Terrace (i.e., wetland alteration) associated with the new alignment of 102"d Terrace, 3)
eliminating exotic species within the SSRPSP; (4) providing a net increase in acreage for the SSRPSP; (5)
improving traffic safety issues associated with the widening of County Road 512, and (6) facilitating the road
widening project with the county's commitment to mitigate the exchange by providing comparable land of equal
or higher resource or economic value. The DRP, managing agency for SSRPSP, supports these exchanges.
Staff believes the exchanges to be in the public's best interest.
Pursuant to Article X, Section 18 of the Florida Constitution and Section 253.034(6), F.S., a determination is
required by the Board of Trustees that the subject parcel is no longer needed for conservation purposes. Staff
is requesting that ARC make a recommendation to the Board of Trustees to that effect.
DEP Staff Recommendations: Approve the exchange.
ARC Recommendation:
( ) APPROVE
( ) APPROVE WITH MODIFICATIONS:
( ) DEFER
( ) WITHDRAW
( ) NOT APPROVE
( ) OTHER:
� 'Itis `a ��
c'` � ,��
��1 � .�,;
\ r
'( , - `�
� .; 4. .. B
r
P
�A�,�
S� �h
V
r
� _�
�.
��
+- _ 1
.• 'S
i
i
_4..:
r�»sz:
1
eZ44
- ori =�.:,.:.
Y C�'
c",:��
v�,::�:7
��
��`�
4
Li:
�v�
-c-
&._
b.
��
��
�k �.
.y?':.1i.:1
�S (/ rYi
90-1,L-£ P-Il-ld (90-K-£ 1IBIHX3 ""N) 0MO'S116IH%all
_U
O
U
N
O
O
z
3113 OMO My
�
W
LrD
V)
p
�z
^ O
h Z
mm
QWQ
w�
SCO
ZLn
O�
=�
cn
O Q
v
1-
z
�N
QNMPQ
�z
O
=
V)
zc)
:lzok2
w