HomeMy WebLinkAbout1999-200i
fJ
•
s
SUBMIT PROPOSAL TO: I I.
DEPT. OF AGRICULTURE AND CONSUMER SERVICES
PURCHASING - MAYO BUILDING, ROOM SB.8
407 SOUTH CALHOUN STREET
TALLAHASSEE, FLORIDA 32399.0800
Telephone Number: (850) 488.7552
Pago Io
f 136 PROPOSALS WILL BE OPENED
pages and may not bo withdraws) within
AGENCY MAILING DATE; I PROPOSALTITLE:
STATE OF FLORIDA
REQUEST FOR PROPOSAL
CONTRACTUAL SERVICES
Bidder Acknowledgment
@ 2:30 P.M. AUGUST 18, 1999 PROPOSALNO.
90 days after smh data and time. I RFP/DF-99/00.01
MAY 13, 1999 1999 URBAN AND COMMUNITY FORESTRY (UBCF) GRANT PROGRAM
STATE PURCHASING SUBSYSTEM (SPURS) VENDOR NUMBER
VENDOR NAME
VENDOR MAILING ADDRESS
_1890 25th STREET
CITY - STATE - ZIP
AREACODEPHONENUMBER
561 FREE NUMBER
I certify the this P=AAtIs-Ado wilhoulpnorundorsFindlrg,agreement, orcennechon wills any comc,il n
Gel,or monsubmitting a proposal lot me some mamnefs, supptles or equlPanel, and is In all respects
left end Wilhoul colluslan dz baud. proposal
�� to abide by ell conditions of this Proposer Rod cal iry that l am
Au-Odzed to srggn this P-pOshifor the lrroposol And that the Propolsorls In compliance with ell rcquiremnnls
of the Request lar Proposal mduding Out nal limited lo, cenilic"', regln ""a In suWulliitg a Proposal to
Rn agenty fpr the Stale of Florida, the Proposer oilers end agrees IhAI C the Proposal is Attapled, It,,
Prrtpoaer will convey, sell, ASS gn or "ads'er to Iia Slnot .1
Flod1A ah right.', titin and Irllnrnxl In ...........
nd In ell
Ce uses of AcllOn 11 may new
Or hOoh"nor Acquire under'he Aall•lmsl IaWs 0l Ihn Unlmd Stems and Ilio
SIAre of '."A ler pprich
""a .,A
Io inn pnrllcutm cpmmodillhs or earvlchs purclm",, nr acqunad l n
A
Stele of FloddA A! the Stele's discrellOn, such ass/gnmenl shell o. made And become
erlecrrve
ellho rime Iho purchasing egancy leaden ho.payment to Iho Proposer.
REASON FOR NO PROPOSAL
Did tabulations with reCemmanded awards p0,letl IW review by interested pAnie9 AI the
Irrcnlinn whom hillsworn opened nett wilwilll rmm�ioen po'tell for n omu
en of 72 has Failure In file ;I
protest within the lime. proscribed in Section 120 57(3), or failure to post the bond or other security
,on ad by law vi the Time al1.,Od for band IIA11 con, Idule a wA,vA, of oroc a 0a,ogA under
Chnplth l2o.F Itla S,alutOs Posting will he \ our.
a �JOBER 20 7999—
t� y
AUTHORIZED SIGNATURE (MANUAL)
KENNEVII R. MACIITy_ _CIIAIRMAN, -BD.. OF-COilUll.
AUTHORIZED SIGNATURE (TYPED) TITLE
Approved 7/27/99
GENERAL CONDI'
SEALED PROPOSALS: All proposal &heals and this original acknowledgment form must be
execuled and submitted In a Bellied envelope. (DO NOT INCLUDE MORE THAN ONE PROPOSAL
PER ENVELOPE.) The Ince of the envelope shall conrnln, In Addition to the nhnvo nddfn,,. the Ifull,,
Intl time of
Iho proposal opening and the proposal number. Proposal prices not submilted on Alin Chud
proposal price sheets when required shall be rejected. All prOPO5B1, are subject to the condilions
specified herein. Those which do nal comply with these condlllons ere subject to rejection
1. EXECUTION OF PROPOSAL: Proposal must contain a manual signature of aathonaed
representative In the space provided above. Proposal must be typed or printed In Ink. Use of
erasable Ink Is not permitted. All corrections made by proposer to his proposal price must be
Inllieled. The company name and SPUnS vendor number shall Appear on each prion of Ihn hid
as required. Complete ordering Insiru<Ilons must be lublifed with the proponal. II you are ,It a
registered vendor with the Department of Management Services, contact Slate Purchasing, 4050
Esplanade Why. Suite 760, TAIIAhAasae, FL 32309.0950. (850) 4117.4634 Immndlntoly.
2, NO PROPOSAL SUBMITTED: R nor subombog a proposal, mspond by lot
only t his proposer acknowledgment form. thinking II'NO PROPOSAL rind n,ploin he,nn,nn in
I hnepncn rynvldnd nlrnv I. Fnllurn Inm,pun-1 In n pua'ummnnl nnlvAlnllun.,,I l p,,uull Ir &alliin
,Arian for such lellure, non-eontonnenee to contract condilions. or other portend In-lors dnomea
reasonable and valid shall be Cause for removal of the supplier's name from the proposal mailim,
list. NOTE: To qualify as a respondent, proposer must submit a -NO PROPOSAL-, and it test
be received no later than the staled proposal opening data and hour.
3. F:nGPCj5ALUPEPIAU: Shall be public. on[he dala, location and the time specified on
the acknowledgment form. It Is the proposers responsibilily to Assure that his proposal h dnlivnrnd
at me proper Ilmo And Place of the proposal opening. Proposals whlch for tiny ronson aro not se.
delivered, will not be considered. Offers by lalegmm or telephone are not acceplable. A proposal
may not be altered after opening of price proposals. NOTE: Proposal labulalions will be f.mishnl
upon written request with an enclosed, self addressed, stamped envelope and payment of a
prodemrmined fee. Proposal files may be examined during normal working hours by appoinlmenl
Proposal tabulations will not be provided by lolophone
4. PRICES, TERMS AND PAYMENT: Firm prices shall ba proposed And include. all
services rendered to the purchn&or.
(a) TAXES: The State of Florida does net pay Fadnrnf Excise nal Snlns mins on dhoti
purchases of services. Soo lax exemption numbor oo Inco of purchase
order. This exemption does not apply to purchases of sarvicos In the pedorrwnco of conlifes
for in. Improvomonl of state-owned real properly as dolined in Chapter 192, F. S.
(b) DISCOUNTS: Cash discounts ler Prompt payment shall net in. cpnsimm�n
In determining the lowest net cost for proposal evaluation purpose,.
(C) MISTAKES: PIOPosers are expected loexamine the conditions, scope of work. proposal
prices, extensions, And all Instructions pertaining In the orvicnn Invnlvnd ruihn, In if,, -
will bA at if,. proposer', ,tall. Unit prices fill] will fl—un In ..A"]
(d Indian Rjvor C ubmission
Ounly A;,:,.. ,vr, r, �., I, cnm,acl
--__ _ .__._ II•Inirenu,
f.l l')ilni�_r-1^,1 YI - Ase older
no three
oiler "a or oiner
/ y
below
I is 17 Palm eel
uAla the
i To'nauase
VIA" 1850)
(
It
„
....... ........ ..... .....
_.__ IIIIc
Intel'
i ) nn in;Iwnln
... 1 cul npl n,•v„
•- `•--•-_-- Onpe rumen,
,e Invoke Is
t rein is nal
n, IO seceon
rot. To obtain
uy Pmvl„nn
eel pen,"”"
eel m,a,
welch have to be ho urned In a vend., bCCAU,o el vCnOo, pod___en�,a .ell _u11 In
rfelayinlhopaymenl The lnBn
voce payer lmquiremems do not slAn unlit A m.p,,dycomPt,hd
voice Is Provided In Ore agency A Vendor Ombudsman has been established wllhm me
Dnpndmanl of ❑nnkmq and Finance. Tllo dulros til lei, imdlvltluol inC --ring As an anvocam
of vendors who may be, axpaiencing Problems In obtaining imply paymenl(s) from a Slate
Agency The Vendor Ombudsman may be conmcled n (050) 4882924 or by CAlbng the SIAIA
Con,junllnl'n Ifullln u. I-nen-n4n.1712 SIAIn Plllchnslnq shllll rnvmw Iho cnmbion, Anrl
curunl5lentas sI mluintinn non.paymnnl, and unless file,. 19 A bona fine dispute. SIAIA
Pill luuslnl n14y, m wulluq. ,II Ilhnlru Iho cnn n,I ,upplinl In Merl mid rotten pumhusn anter,
Irom soul ngnncy until sato kmo as oro Agerky Compb.s vnih Inn provis�s CI Sectron 2l5 422.F S
(e) ANNUAL APPROPRIATIONS: The slam of Rondo's Penolmaoce andebkgahon to
pay undo, this contract I, contingnnl upon an annual appr-priation by ;h. L•-91'I.ul
5. CONFLICT OF INTEREST. Tho a..nrdhemunderlssublocf to the Pmvl,IonsofChnpm,
112, F.S. Proposals must disclo90 with Ihnir Proposal the name of tiny o0cer, diroClor, or agent
v,he lr. also nn mumnyen of me. Side. til Finian. Arany of.h ognnain9 r ,her aA mup„er, moa
'..II,,.II,II,n nnum el nly::Inl..,nelil„yn,•whe a.•mn, dum.11y n mNu, 11..I ...toslul Ii IS -.,)u
h'..
n IIIA Plnpn.^,til A IIInI til IIIIy til u, hlnllfnn.9 In Ilfanrtllulcn with (Chapel 267, FS , u.
Par on o, firm rocnlving n conirn Cl Iho, has nal boon procured pursuant Io Section 267.057(2) or
(3). F.S., to padorm a leasibllliy study of the potential imOl—entAtion of A subsequent centrad.
par,icipaling In the dralling of A rOn lost for PIOPOsnls. or developing a program to, future
impl.mculnllon shell ba eligible to Contract with Ino Agency for any comrade donhng with Thal
specific subject mntun: and propose,$ must dlscia9a with Ihnlr proposal Any such eonlikt of Inteousl.
PUR 7033 Rev. 6/1/90
i
AWAn DS: As the best Intefest of the Slate may require, the fight Is rosomed to relect
any and all proposals or weals any minor lnenuladty or technically In proposals rocehred.
Proposera ato cautioned to make no assumptions unless their proposal has been evaluated
As being (aaponshro. All awerds made as a resuft of this proposal shall contain to appltable
Florida Slatums
INTERPRETATIONSIDISPU'fES: Any questions concerning Conditions and
specifications shall be directed Ir, willing to (hie office for receipt no later then ten (10) days
prior to the bid opening. Inqurrtes must reference the dole of bid opening and bid number.
No hletpnletion shall be Considered binding unless provided in writing by the State of
Flacons
In response to r"Asta In fun compliance with this provision. Any person who Is
edvmety affedad by • 81ate Purohaeing decision or Intended decision concerning a
PrOCunrnem solicitation or contract amend AM who wants to protest such decision or Intended
decision shall Ole a protest In compliance with Chapter 28.110, Flonda Administrative Code.
Failure to me a protest within the Ilme prescribed In Swim 120.57(36 RS. or Inlfure to post
the bond other securely required by law within the time allowed for filing a bond shat constitute
a waiver of proceedings under Chapter 120, F.S.
NOTICE OF BID PROTEST BONDING REQUIREMENT: Any panne
who Ikea an action protesting a decision or Intended decision pertaining to contracts
administered by Slate Purchasing or a Slate agency pursuant to Section 120.57(31, F S..
shall pool with Slate Purchasing or the Stale agency at the lime of riling the formal wrilinn
protest, or within the t0 day Period allowed for filing the formal wrilton protest, a bond
Payable to the Slate Purchasing or the Slate agency in an amount equal to
I percent of Slits Purchasing or SIMS ageneys estimate of the lolnl volume of the Contract of
$5,000, whichever Is leu, which bond shall be conditioned upon the payment of an costs
which may be adjudged against him In Ihs administrative heeding in which the action is
brought and In any Subsequent appellate court proceedtrg. For protest of decision! or
Intended decisions of State Purchasing pertaining to agencies' requests lot approval of
exceptional purchases, the boron shag be M the amount equal to 1 portent of the requesting
agency* estimate of the contract amount for the excepllonei purchase requested or $5.000.
whichever Is falls. In Nou of a bond State Purchasing or the Slate agency may. In either
case, Accept a cashiers, Check or, money order In the amount of the bond. FAILURE TO
FILE THE PROPER BOND AT THE REQUIRED TIME WILL RESULT IN A DENIAL OF
THE PROTEST,
GOVERNMENTAL RESTRICTIONS: In the event any govemmemal restrictions
may be Imposed which would necessitate anetation of the malarial quality of the services
offered on this proposal to their completion, it Shan be the responsi611ny of the successful
proposer to notify the purchaser at once, Indicating In his letter the Specific regulation which
required an allerelion, Including Any price Adjustments occasioned thereby, or to cancel the
contract at no further expense to the Stan.
10. DEFAULT: Fnlluro to perlorm according to this proposal andror resulting conlmct shag be
cause for our final to be found in delnull In which event tiny and all reprocuremont costs may be
Charged against your firm. Any violations of these slipulallona may also result In:
A) Coninclor'e name being removed Iron Slate Purchasing vendor mailing list.
b) all Slate ngentics being advised not to do business with the contractor without wells.
approval of Stale Purchasing.
11. LEGAL REQUIREMENTS: Applicable provisions of all Federal, State, county and
local laws, and of all ordinances, rules, and regulations shall govern development. submittal
and evaluation of all proposals received In response hereto and shall govern any and an claims
and disputes which may arise between person(!) submitting a proposal response hereto and
the State of Florida, by and through its odicers, employees AM authorized representatives, w
any person, natural of otherwise: And lack Of knowledge by any proposer shall hot constitute a
cognizable defense against the legal anect thereof.
12. ADVERTISING: In submitting a proposal, proposer agrees novo use the results lherohom
as a part at any commercial advertising.
13. ASSIGNMENT: Any Pmchn%n Omit iii-ndr-surmno IN% rnmunst for peer—al „ars inn
monies which may become due hereunder are not assignable except win the prior written
app—I muchase,.
14. LIABILITY: On any convect rationing from this proposal the proposer shall hold and save
the Slate of Florida, its of "re. agents. andemployees harmless against Claims by third partial
n sulenq IMm Inn ennlraetnr'a beach al 1Me enalrael lir the Contractor's negligence This
renuimmont dons not Apply to COMncls between governmental agencies.
15. FACILITIES: The Stale maer, na one right to IAaPAcI the Proposers facility at any
time with prior notice.
16. CANCELLATION: The State shall have the aght of Unilateral cancenaiion for refusal by
Ihn cnnlrar;inr In AH r puMk afF.aa%to all documents. paper%, letters, or Olner melena) auhjoCt
to Ilio P—is ma of ChaP16r 119. F.S S. end made or reeanad by the contractor in conlumeon
with the contract
17. PUBLIC RECORDS: Any material out—fled In responso to this Request for Proposal
wig becomes public document pursuant to Section 119.07, RS. This includes material which
the responding proposer might Consider to be confidential or a trade Secret. Any cnun at
confidentiality is waived upon submission, defective after opening pursuant to Section 1 t9.07,F.S.
NOTE:
ANYANDALL SPECIAL CONDITIOI,S AND SPECIFICATIONS ATTACHED HERETO WHICH VARY FROM THESE GENERAL CONDITIONS SHALL HAVE PRECEDENCE. THIS
SHEET AND THE ACCOMPANYING BID CONSTITUTE AN OFFER FROM THE BIDDER. IF ANY OR ALL PARTS OF THE BIO ARE ACCEPTED BY THE STATE OF
FLORIDA. AN AUTHORIZED REPRESENTATIVE OF THE AGENCY SHALL AFFIX HIS SIGNATURE HERETO, AND THIS SHALL THEN CONSTITUTE THE WRITTEN
AGREEMENT BETWEEN PARTIES. THE CONDITIONS OF THIS FORM BECOME A PART OF THE WRITTEN AGREEMENT BETWEEN THE PARTIES.
STATE OF FLORIDA, DEPARTMENT OF:
BY: Contract Number
airy lenxlara — — ---�
ry :iivn
PI In 7n ti n-, Gil/nn
40
40
•
•
ATTACHMENT B
STATE OF FLORIDA
DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES
DRUG-FREE WORKPLACE PROGRAM - BIDDER CERTIFICATION
IDENTICAL TIE BIDS - preference shall be given to businesses with drug- free workplace
Programs. Whenever two or more bids which are equal with respect to price, quality, and
service are received by the State. or by any political subdivision for the procurement of
commodities or contractual services, a bid received from a business that certifies that It has
implemented a drug-free workplace program shall be given preference in the award process.
Established procedures for processing tie bids will be followed If none of the tied vendors have
a drug-free workplace program. In order to have a drug-free workplace program, a business
shall:
1) Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controll-,d substance Is prohibited in the workplace
and specifying the actions that will be taken against employees for violations of such
prohibition.
2) Inform employees about lite dangers of drug abuse in the workplace, the business's
Policy of maintaining a drug-free workplace, any available drug counseling,
rehabilitation, and employee assistance programs, and the penalties that may be
imposed upon employees for drug abuse violations.
3) Give each employee engaged in providing the commodities or contractual services that
are under bid a copy of tite statement specified in subsection (1)
4) In the statement specified in subsection (1), notify the employees that, as a condition
Of working on tite commodities or contractual services that are under bid, the
employee will abide by tite terms of the statement and will notify tite employer of any
conviction of, or pies of guilty or nolo contpndere to, any violation of chapter 893 or
of any controlled substance law of the United States or any state, for a violation
occurring in the workplace no later than five (5) days after such conviction.
5) Impose a sanction nn
pation In a drug abuse
assistance or rehabilitation program II such ais1available nsfactory athe 'employee's community,
by any employee who is so convicted.
6) Make a good faith effort to continue to maintain a drug-free workplace tftroug h
Implementation of this section.
As the person authorized to sign the statement
above requiremehts.
36
I certify that this firm complies fully with the
�4 D IGNATURE
401
0
0
U.S. DEPARTMENT OF AGRICULTURE
Certirication Regarding Debament, Suspension, Ineligibility
and Voluntary Exclusion - Lower Tier Covered Transactions
This cera fieation Is required by the regulations implementing Executive Order 12549, Debarment and
Suspension, 7 CFR Part 3017, Section 3017.510, Participants' responsibilities. The regulations were: published
as Part N of the January 30, 1989, Fe,Qtrat Rtelgftr (pages 4722-4733). Copies of the regulations may be
obtained by contacting the Department or Agriculture agency with which this transaction originated.
(BEFORE COMPLETING CERTIFICATION, RJAD INSTRUCTIONS ON REVERSE)
(1) The prospective lower tier participanl certifies, by submission or this proposal, that neither It nor
Its principals Is presently debarred, suspended, proposed for debarment, declared Ineligible, or
voluntarily excluded from participation in this transaction by any Federal department or agency.
(2) Where the prospective lower tier participant is unable to certify to any or the statements in this
certification, such prospective participant shall attach an explanation to this proposal.
Indian River County CR 512 Corridor Improvements, Phase 11
Orsaniiation Name PR/Arnrd Number or Project Name
Kenneth R. Macht, Chairman, Indian River County Board of County Commissioners
Names) and Tides) or Authorised Repmstnutbt(s)
tures)
Due
Indian River County I Approved
1 r1^;r
Actministralion
Budget
E
-rVf
Legal ) F
7-_I-cf
Risk Management
_
0.
..l
I
f)c;tr,�r,ment
Form AD -10.48 (1/92)
Division
37
C
•
•
instructions for Certification
1. By signing and submitting this form, the prospective lo,+er tier participant is providing the certification
scl out on the reverse side in accordance with these instructions.
2. 'the certification in this clause Is a material representation of fact upon which reliance was placed when
this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly
rendered an erroneous certification, in addition to other remedies available to the federal Government, the
department or agency with which this transaction originated may pursue available remedies, including
suspension and/or debarment.
3. The prospective lower tier participant shall provide immediate writien notice to the person to which this
proposal is submitted if at any time the prospective lower tier participant learns that its certification was
erroneous when submitted or has become erroneous by reason of changed circumstances.
4. The terms 'covered transaction; 'debarred,' 'suspended,' 'ineligible; 'lower tier covered transaction,'
'participant; 'person,' 'primary covered transaction,' 'pri-icipal,' 'proposal,' and 'voluntarily excluded,' as
used In this clause, have the meanings set out in the Definitions nod Covcnge sections of rales implementing
Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in
obtaining a copy of those regulations.
5. The prospective lower tier participant agrees by submitting this form that, should the proposed covered
transaction be entered into, It shall not knowingly enter into any lower tier covered transaction with a person
who is debarred, suspended, declared ineligible, or voluntarily excluded from pnrticipation in this covered
transaction, unless authorized by the department or agency with which this transaction originated.
6. The prospective lower tier participant further agrees by submitting this form that it will include this
clause tilled 'Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion • Lo,%cr
Tier Covered Transactions; without modification, in all lower tier covered transactions and in all solicitations
for lower tier covered transactions.
7. A participant in a covered transaction may rely upon a certification of a prospective participant in a
lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the
covered transaction, unless it knows that the certification is erroneous. A participant may decide the method
and frequency by which it determines the eligibility of its principals. Each participant may, but is not required
to, check the Nonprocurement List.
8. Nothing contained in the foregoing shall be construed to require establishment of a system of records
nnn.i fait. .6e .__.: r. __.:_'-__..'--, _.
in order In rcnri.r in p___ __,_,_ _„! _c,,,,,ca'lo„ .cyuf:cu by ii:is clause. The knowledge and information of
a participant Is not required to exceed that which is normally possessed by a prudent person in the ordinary
course or business dealings.
9. Except for transactions authorized under paragraph 5 of these instructions, Ira participant in a covered
transaction knowingly enters Into a lower tier covered transaction with a person who is suspended, debarred,
ineligible, or voluntarilyexcluded from participation in this transaction, in addition to other remedies available
to the Federal Government, the department or agency with which this transaction originated may pursue
available remedies, including suspension and/or debarment.
38
rorm AD. IWH (1/92)
4P
40
•
PROPOSAL #RFP/DF-99/00-01 9PENIP7G DATE_AUOUST lg,2:3l P.M.
Attachment D
FLORIDA
URBAN AND COMMUNITY FORESTRY GRANT PROPOSAL FORM
199
GENERAL INSTRUCTIONS: Please complete all items pertaining to the
Category Grant for which you are applying. The proposal packet must
not exceed thirty (30) one sided pages, excluding maps and plans. All
attachments must be 8 1/2" X 11", except any attached sketches, plans
and maps which must be no larger that; 2' X 3" and folded into 8 1/2"
X 11". Eight (8) copies (one copy with original signatures and (7)
seven copies) of the proposal packet including the proposal form, the
project description and all attachments must be received no later than
2:30 p.m. August 18, 1999 at:
Department of Agriculture and Ccnsur,er Services
Purchasing Office - U&CF - 99 PROPOSAL
Mayo Building - Room S -n -F
Tallahassee, FL 32399-08CO
Telephone (850) 488.7552
If you have any questions, please see Attachment K, "Division of
Forestry District/Center Contacts' -
PROPOSER INFORMATION (Please Print. or Type)
Project Title: CR 512 CORRIDOR IMPROVEMENTS, PHASE III
Proposer Name: INDIAN RIVER COUNTY
Name and Title of Contact Person: ROBERTS. SKOK
Address: 1840 25TH STREET, VERO BEACH,
FLORIDA
Zip:_ 32960
Phone:( 561) 567-8000 ext. t -)nn
Is your organization a Nonprofit corporation pursuant to Chapter 617,
Florida Statutes? Yes X No
FEID Number 59-6000674
As the duly authorized representative of the Proposer named above, I
hereby certify that allF
pars o,. t)ie proposal and required grant
information have been read and understood and that all information
submitted herein is true and correct.
Authorized Executive Officer': KENNETH R.
Title: CHAI ,_LiOAj�D OF COUNPX CQMMISSION
Signature: --
39
Date
C-1
PROPOSAL #RFP/DF-99/00_01
-OPENING DATE: AUGUST 18. 1999 - 9,30 P.M.
ATTACHMrNT
GRANT PROGRA1•: :rrnN
Specify Categcr;•'1, 3, 4 OP. 5 and designate the applicable subcategory
(see pages 15-22,"General Information,").
Category: 2 DENHONSTRATION OR SITE SPECIFIC PROJECTS
Sub -Category A. DEMONSTRATION TREE/PALM_PLANTING PROJECTS -`
SUMMARY OF ^S"' ASu match on behalf of the proposer .s required).
P.equested Grant s Match S
Contractual ccste
I Ii
Personnel costs
Travel costs
Equipment costs
Supplies costs
Operating costs
Tree costs $9.925.00
Overhead costs --
Tota: Request::: n:,1, 9,925_00
Total Matching CGsts(II) S
)
$9,925.00
-0•-
'__9,925.00 _
Tota. Program Costs(III) $__191 850.00
100
Add columns I and II for total III (lUG,�)
50 1 Grant request __ 50 'LLocal match
A budget, detailing all ggsts identified above_m-qst be attached
PROJECT LOrLUQN INFORMATION (Please Print or Type)
(Complete where applicable)
This project is for Region , 2, (circle one). ol- -- _
AttachmPnr _7 rc dctc- B R �(, or statewide
SCC
_ LII1111C Lne applicable recion.
County Indian R,iygx—CmIty
Describe the Specific Location of the Project: rOlRSiRY ROAn 5IZ__
FROM T-91; TO SE OSTTAN S WEST nTTY M�
T'_
Who has Maintenance Responsibility loc the Property(Cateuory 2
Grants) ? IN`nTAN RDMR COTI Try RQAn RRTnG1 nT)ITST(1N
Is the Land Ownership Public or Private?; PUBLIC
Name of Landowner: INDIAN RIVER COUNTY
40
40
40
0
0
-ROSAL #RFP1DF- 00- 1 OPENING DATE:_ AUGUST 1"299 - 2.30 P.M.
Project Title: CR 512 CORRIDOR IMPROVEMENTS PHASE III
Proposer Name: INDIAN RIVER COUNTY
Attachment D
PROJECT DESCRIPTION
(two page limit)
Urban. and Community Forestry Grant Proposal
Project Description
Indian River County, located along the Treasure Coast, is a unique community, having cities
resonant of old Florida, retaining much of the flavor and history significant to the area. These
improvements are designed to occur in the right-of-way of County Road 512, being one of only
two Interstate 95 exits into the county. Indian River County is growing in population very
rapidly. Land clearing for new development is taking place practically daily. Although
developer's are required to plant new trees within new development, new roads to support the
development usually take a back seat in enhancing the environment.
This project will provide much more than just enhancement of a major gateway to our county.
First, a wildlife habitat is being created and not destroyed. Second, tree planting helps reduce the
amount of pollutants entering waterways from road surfaces during and after rain storms. Third,
having more vehicles traveling new roads, trees help replace oxygen and breakdown carbon
dioxide. The overall environmental impact is substantial.
The Indian River (`nwnry P,—i -4r,O ._._..._ _..
..,.,,.,,.y vuunwsioners has passed a resolution approving of
the submittal of this application. It has been conceived to meet the needs of the residents of thio
county and is indirectly supported by the residents, through their elected representatives.
Enhancing the gateway to our county could raise awareness to every vehicle coming off 1-9S that
Indian River County is serious in supporting and influencing the continuation of other urban
forestry projects. To maximize use of grant monies, Indian River County proposes to use funds
received strictly for tree buying, providing as many trees as possible.
Indian River County would go bankrupt trying to replant a tree for every tree destroyed by
development. Financial help is needed because every tree planted is a big gain for today's
children to enjoy in the future.
41
40
dD
0
E
PROPOSAL #RFP/DF-99/00-01 OPENING DATE: A1[:iST 18 1999 2 JD P M
Attachment D
BUDGET
Please note: All proposals must include a detailed itemized budget
summary which lists all anticipated expenditures and explains all
project costs. Proposals for site specific demonstration tree
planting projects (category 2A and 2B) must list the quantity,
species, and arpzoxinrate size (contai::cr size, or call -per and height)
of trees to be planted.
**** IMPORTANT: THIS FORM MUST BE USED. PROPOSERS NOT USING THIS
FORM WILL BE RULED INELIGIBi.F- *—
Cost
* *
Cost Items
Quantity
Rate ._-
Grant Cost
Match Cost
(#i
Price k$;
!'ontractual
(description)
N/A
Personnel
(list
titles or
positions)
N/A
Travel
N/A
Cost Items
Quantity
Rate or
Grant cost
Match cost
(#)
Price ($)
($)
($)
M
40
40
Cost Items
Quantity
Rate or
Price (S)
Grant cost
(S)
(Match cost
(S)
Bouiemen_t_
(list
items)
N/A
13
40
40
PROPOSAL #RFP/DF-99/00 01 OPENING DATE: AUGUST 1B 19992:3Q P.M.
Cost Items
Quantity
+.
Rate or
Price t$)
Grant cost
($)
Match .cost
($)
(list
items',
N/A
44
40
40
•
•
PROPOSAL #RFA/nF Ou/n
0-Q1 QPENING_DATE_AUGUST 18 1
__���- 2:30 P M
Cost Items
Quantity
(4)
Rate or
Grant cost
M arch Cost
Ooerat{na
V
Price ($1
(S)
---
(S)
Costs
(list)
N/A
Trees (list
species and
size)
MAPLE
8 10 height
26
26 x $125 ea
$1,625.00
$1,625.00
1;" caliper
= $3,250
LAUREL OAK
212"-3" caliper
35
35 x $160 ea.
$2,800.00
$2,800.00
= $5,600
DAHOON HOLLY
22
22 x $500
8'-10' height
ea.
= $11,000
$5,500.00
$5,500.00
Overhead**
Total
83
,9,925.00
$9,925.00
* Grant dollars
** Overhead costs
ma;, not be used
to purchase
food as supplies.
a matching cost,
up to 5%- of
grant funds
total project
may not be
cost may only
be used as
used
for overhead
costs.
45
40
O
40
0
Ili.0
CR512 CORRIDOR IMPROVEMENTS, PHASE III
3 YEAR MAINTENANCE PLAN
Mowing 30 cuts per year/ 3 years
Fertilization 2 application per year/3 years
Weeding & Pruning 6 cycles per year/3 years
Mulching
= 90 cuts
= 6 feet
= 18 weedings
as needed to maintain 2"-4" layer bimonthly = 18 times
Watering irrigation systems to provide adequate water requirements = Constant
40
•
•
0.0
1--7' L /,JJ TI I,1 Cj P ETP I L_
Q67 To
RUBDER HOSE OVER WIRE TO
PROTECT TREE, ATTACHED AT
DIFFERENT FfDOtITS ALONG TMM
U2'-3/4' PVC SLEEVES
6' SOIL. SAUCER TO HOLD WATER
11 UULCH
REWVE COVERNGS FROM ME TOP
A Va OF TME WAY DOWN T}E SDE
OF THE ROOTBALL
112 GAUGE DOUBLE STRAND
GALVANIZED WIRE, TWISTED
F71S}I GRADE
2' x 2' t J' STAKES, BURIED
J' BELOW GRADE
BACKFILL W/ PLANTINO WX OR
LOOSENED NATIVE SOIL (SEE SPEC -S)
EXISTING SUBGRADE
RECEIVING HOLE SHALL BE
APPROMATELY 1/3 LARGER
THAN ROOT BALL
COUPACTED SOL TO
PREVENT SETTLPIO
'1.
.S.
r , ,
r w � ., �� �..`'�`4y�-•'kJj,y � � u�,i\ S` .�� ti1 /' fir} +:V � t
/ • • 1. t L . �i x+�,� '•� t + t 'i '. + � � r;' C '
' .� L � -. rnl � J' � =y.�bK1 .{�,_��•A�1�+',� Y1M , 11'. � :�� �'�/ t �`1
•` -r. y h ti.+Y�'.�'raa1 �lw�J�r� �L�,��
t5 t
� ' • �+ �f J��y 5� h ,� L !./1C y1 Rarytly �'t { ii�J. ' r r �.. 31, � V'.
1, S .Y':,� 4��41f'i�1ii+.�- •:�t.�+l'���%��:\3!�PI j!t:.f+M,+ I1�• L .. �- � ''.' .
40
•
RESOLUTION NO. 99- 67
A RESOLUTION OF THE BOARD OF COUNTY
COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA,
FOR APPROVAL OF THE SUBMISSION OF APPLICATION TO
TIM DEPARTMENT OF AGRICULTURE & CONSUMER
SERVICES FOR URBAN AND COMMUNITY FORESTRY
GRANT FUNDS AND AUTHORIZING THE EXECUTION OF
AGREEMENTS AND DOCUMENTS ASSOCIATED WITI I TI IE
GRANT.
WHEREAS, the State of Florida, Department of Agriculture and Consumer Services
is requesting proposals from local governments for grant finds; and
WHEREAS, Indian River County approves of making application to the State of
Florida, Department of Agriculture and Consumer Services; and
WHEREAS, the State ofFlorida Department ofAtsnculture and Consumer Services has
requested Indian River County execute and deliver to the State of Florida an agreement for the
Request for Proposal;
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY
COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, that the Chairman of the Board
is hereby authorized to make, execute, and deliver to the State of Florida, Department of Agriculture
and Consumer Services and Agreement for the aforementioned.
The foregoing resolution was moved for adoption by Commissioner
Adams and the motion was seconded by Commissioner
dud, upon being put to a vote, the vote was as follows
Chairman Kenneth R. Macht
Aye
Vice Chairman Fran B. Adams
Aye
Commissioner Caroline D. Ginn
Aye
Commissioner John W. Tippin
Aye
Commissioner Ruth Stanbridge
Aye
c:'Corcnom«•nc.p U1 PIof«„-9 c i i R,,.Uhcr o e�i•�,. 1
RESOLUTION NO. 99-fi7
The Chairman thereupon declared the resolution duly passed and adopted this 7 7 day
of 1999.
BOARD OF COUNTY CONINUSSIONERS
INDIAN RIVER COUNTY, FLORIDA
By Kenneth)&t Chairman
t:
Jeffrey on, Clerk
/611
Q%C"etbmwX-P (.t FSI"\sct t Ra•U&CF arut—.pd