MAYOR PAMNI HENDERSON SCOTT COMMISSIONERS DAVIS DAVID GRIGGS BOBI PELLETIER KENNETHAYERS.E ASHLEY ROBYCK, CITy CLERK CITY OF CALLAWAY BOARD OF COMMISSIONERS CALLAWAY. ARTS & CONFERENCE CENTER 500CALLAWAYPARK WAY CALLAWAY,FL 32404 KEITH' EDDIE" ÇooK, CITYN MANAGER REGULAR MEETING AGENDA TUESDAY,JANUARY CAT 14, 2025-6:00P.M. FLORIDP KEVIN OBOS, CITy ATTORNEY CALLTOORDER ROLL CALL PRESENTATION INVOCATION & PLEDGE OF ALLEGIANCE Presentation BCSO December Statistics Deputy Kip McKenzie MAYORSINSTRUCTIONS- - Call for Additions/Deletions to the Agenda. PUBLICPARTICIPATION Speakers must come to the podium to be heard. Comments are limited to three (3) minutes. Public Participation will be heard at the end of Commission discussion. for each item and at the end oft the meeting for non-agenda items. APPROVAL OF MINUTES December 10, 2024 Financial Statements PUBLIC HEARING 1. Ordinance 1108 Regular Meeting November 2024 Rezoning 247N. Highway 22A. REGULAR AGENDA 2. Resolution 25-01 3. Resolution 25-02 4. Resolution 25-03 5. Development Order Review 6. Development Order Review 7, Discussion 8. - Discussion 9, Board Appointments 10. Budget Amendment 11.1 Preliminary Plat Review 12. Bid Award LAP Agreement- Cherry St West Sidewalks Code Enforcement Nuisance Abatement Lien Transportation Alt. Program-S. Gay Sidewalks 5824 Cherry Street Park Place Phase 3 &4 City Clerk & City Manager Expectations Moving City Elections to November Planning Board Boat Race Road Round-a-Bout Fox Glenn Subdivision Beacon Point Plaza- North Outparcel COMMISSIONSTAPF COMMENTS ANNOUNCEMENIS AIl meetings will be held at the Callaway Arts & Conference Center, 500. Callaway Park Way, Callaway, FL, unless otherwise noted. January 21,2025 January 28, 2025 Planning Board Meeting (Potential) Commission Meeting 6:00 p.m. 6:00 p.m. PUBLIC PARTICIPATION ADJOURNMENT Dnapk Ashley Robyck City Clerk PURSUANT TO FLORIDA STATUTE 286.0105: Any person who decides to appeal any decision made at a meeting(s) announced in this notice with respect to any matter considered. at such mecting(s) will need a record of the proceedings and for such purpose may need to ensure that a verbatim record of the proceedings is made, which record includes the testimony and evidence upon which the appeal is to be based. Any person requiring a special accommodation at this meeting because ofa disability or physical impairment should contact Callaway's_City" Clerk, at 6601 E. Highway 22, Callaway, FL 32404; or by phone at (850) 871- Ifyous are hearing or speech impaired, and you possess TDD equipment, you may contact the City Clerk using the Floridal Dual Party 6000 at least five calendar days prior to the meeting. Relay System, which can be reached at 1-800-955-8770 (Voice) or I-800-955-7661 (TDD). en - #e s 16e CITY OF CALLAWAY BOARD OF COMMISSIONERS REGULAR MEETING MINUTES DECEMBER 10, 2024-6:00 P.M. The City of Callaway Commission met in al Regular Session on December 10, 2024. In attendance were Pamn Henderson, Mayor, David Griggs, Mayor Pro tem, and Commissioners Bob Pelletier, Scott Davis; and Kenneth Ayers. Also in attendance were Eddie Cook, City Manager, Kevin Obos, City Attorney; Ashley Robyck, City Clerk; David Schultz, Director of Finance; Billl Frye, Director of Public' Works/Planning; The meeting was called to order by Mayor Henderson, followed by the Pledge of Allegiance and roll call. Deputy McKenzie reviewed the November stats from the Bay County Sheriff's office. Jeff Peterman with Baskerville Donovan gave insight on the engineering aspect of the Berthe Bridge. MAYOR'S INSTRUCTIONS: Call for Additions/Deletions to the Agenda. Tim Légare, Director of Leisure Services; and David. Joyner, Fire Chief. Commissioner Pelletier asked to tabled items 3 and 5. APPROVAL OF MINUTES November 19,2024, Regular Meeting Motion: Motion made by. Commissioner Griggs and seconded by Commissioner Ayers/Davis to approve the minutes of December 10, 2024. Motion carried unanimously. PUBLICHEARING Ordinance 1107- Rezoning 157 Larry Drive, 2d Reading City Attorney Obos read the Ordinance as follows: AN ORDINANCE REZONING FROM R-6M TO R-5 THAT CERTAIN PARCEL OF LAND LYING WITHIN THE CITY OF CALLAWAY, FLORIDA, CONTAINING APPROXIMATELY 3.415 ACRES; LOCATED AT 157 N. LARRY DRIVE; PARCEL ID 06129-000-000; ALL AS MORE PARTICULARLY DESCRIBED IN THE BODY OF THE ORDINANCE; REPEALING ALL ORDINANCES OR PARTS OF ORDINANCES IN CONFLICT HEREWITH; AND PROVIDING THAT THIS ORDINANCE SHALL TAKE EFFECT IMMEDIATELY UPON ITS PASSAGE Mayor Henderson called for Public Participation, there was none. Motion: Motion made by Commissioner Ayers and seconded by Commissioner Griggs to approve Ordinance 1107- Rezoning 1571 N. Larry Drive. The motion carried unanimously upon roll-call voté. City of Callaway Regular Meeting Minutes: - December 10, 2024 Page 1 REGULAR AGENDA Ordinance 1108- Rezoning 2471 NI Hwy 22A 1 reading. City Attorney Obos read the Ordinance as follows: AN ORDINANCE REZONING FROM R-6M TO SERVICE COMMERCIAL THAT CERTAIN PARCEL OF LAND LYING WITHIN THE CITY OF CALLAWAY, FLORIDA, CONTAINING APPROXIMATELY .446 ACRES; LOCATED AT 247 HIGHWAY 22A; PARCEL ID 24831-000-000; ALL AS MORE PARTICULARLY DESCRIBED IN THE BODY OF THE ORDINANCE; REPEALING ALL ORDINANCES OR PARTS OF ORDINANCES IN CONFLICT HEREWITH; AND PROVIDING THAT THIS ORDINANCE SHALL TAKE EFFECT IMMEDIATELY UPONITSF PASSAGE. Bill Frye, Director of Public Works/Planning reviewed the application for rezoning and advised that this is currently an animal hospital and has been for many years and was probably zoned residential by Commissioner Pelletier asked how. many more properties in the city are non-conforming. Director Frye mistake when zoning was done in the 1990s. advised he does not have a number right now. Discussion ensued. Mayor Henderson called for Public Participation, there was none. Motion: Motion made by Commissioner Ayers and seconded by Commissioner Griggs to approve Ordinance 1108-Rezoning 2471 N. Highway 22A. The motion carried unanimously upon roll-call voté. Development Order Review- 5824 Cherry Street Development Order Extension- 429 Burkett Drive This item was tabled. Director Frye advised that this is an extension oft the development order and that it meets today's code so he sees no reason to deny. It is currently sitting vacant and has not started construction. Commissioner Pelletier noted that there is a for sale sign on the land. advised that property is more yaluable with a development order. Mayor Henderson called for Public Participation, there was none, Commissioner Griggs asked why the extension ifthey have the property up for sale. City Attorney Obos City of Callaway Regular Meeting Minutes - December 10, 2024. Page 2 Motion: Motion made by Commissioner Ayers and seconded by Commissioner Griggs to approve the Development Order Extension for 429 Burkett Drive. The motion carried unanimously. Discussion- City Clerk and City Manager Expectations This item was tabled. Board Appointments- Planning Board & Audit Committee City Clerk Robyck advised that there are expiring terms on both the Planning Board and Audit Committee. The Planning Board! has one member who reapplied, and one is planning on reapplying and will have his appliçation in by the next regular Commission meeting where vacancies will also be taken Mayor Henderson expressed her appreciation fort those who serve on these committees. Commissioner Griggs also expressed his appreciation for volunteers. Discussion ensued regarding the care of. AIl members oft the Audit Committee have reapplied. Citizen's Advisory Board and the TPO. Mayor Henderson called for Public Participation; appointments. The motion carried unanimously, Motion: Motion made by Commissioner Davis and seconded by Commissioner Pelletier to approve the Board Re- Variance Request- 1139 & 1149S. Comet Ave- To: allow two homes to be build prior to platting. Director Frye advised that Habitat for Humanity. would like to begin construction on lots 12 and 13 on what will become Habitat Village. These two face Comet Ave and all infrastructure will come off of Comet. Iti is his recommendation that the variance is allowed. Habitat for Humanity has received a grant and needs to: show progress tol keep the grant. Mayor Henderson called for Public Participation; David Agosta. 6601 Pridgen Street. spoke in favor of the variance. increase the value of the neighborhood and is in favor of the Habitat Village. Annal Pelletier. 7724 Shadow Bay Drive, advised that she has been told that Habitat homes usually Motion: Motion made by Commissioner Ayers and seconded by Commissioner Griggs to approve the Variance Request. The motion carried unanimously. City of Callaway Regular Meeting Minutes - December 10,2024. Page3 Contract Award- Legislative Paving City Clerk Robyck advised Staff issued an Invitation to Bid on' Thursday, October 31, 2024 with a closing date of Friday, November 22, 2024. Two bids were received as follows: Roberts & Roberts Inc C.W. Roberts Contracting, Inci $818,268.70 $946,602.02 She advised staff recommendation is to approve award to Roberts & Roberts, Inc in the not-to-exceed City Manager Cook advised this is the paving for Boat Race Road, Big Oak Lane and Hardwood Court. Commissioner Griggs noted the liquidated damages amount int the contract for substantial complétion. Commissioner Pelletier questioned if we could have had more bids had the liquidated damages amount Commissioner Ayers asked ift this includes all of Boat Race Road. City Manager Cook confirmed. amount of $818,268.70. been lower. City Attorney Obos advised. Discussion ensued. Mayor Henderson called for Public Participation; there was none. Motion: unanimously, Motion made by Commissioner Ayers and seconded by Commissioner Griggs to approve the Contract award to Roberts & Roberts, Inc in the not to exceed amount of $818,268.70. The motion carried Contract Award- Berthe & Boat Race Roundabout City Clerk Robyck advised Staffi issued an) Invitation to Bid on Wednesday November 6, 2024 witha closing date of Tuesday, November 26, 2024. Three bids were received as follows: C.W. Roberts Contracting, Inc GCUC Roberts & Roberts Inc $805,996.00 $871,800.00 $746,059.00 Staff recommendation is to approve award to Roberts & Roberts, Inc in the not-to-exceed amount of City Manager Cook advised that while we previously were budgeting $750,000 for this project but after receiving the cost estimate, we lowered the budget amount to $500,000 so the budget will need to be Commissioner Pelletier asked what substantial completion means. City Manager Cook advised. $746,059.00. adjusted. Mayor Henderson called for Public Participation; there was none Motion: unanimously. Motion made by Commissioner Ayers and seconded by Commissioner Davis to approve the Contract award to Roberts & Roberts, Inc in the not to exceed amount of $805,996.00, The motion carried City of Callaway Regular Meeting Minutes - December 10, 2024. Page 4 COMMISSIONSTAFF COMMENTS- The following were points of discussion: Pamn Henderson, Mayor FDOT Compliments to City Clerk department 5Year Plan with School System TPO) Meeting & 5-year plan Ethics Training Cemetery Fencing Scott Davis, Commissioner, Ward FPLI Light Program Beacon Point David Griggs, Commissioner, Ward II Berthe Ave Striping Bob) Pelletier, Commissioner, Ward) III Kenneth Ayers, Commissioner, Ward IV Compliments to Public Works Callaway Cemetéry Events attended Eddie Cook, City Manager Cherry Street update Fencing update Parker Median project Berthe Spillway update PUBLICPARTICIPATION Upcoming meeting with Superintendent McQueen and FDOT Wished everyone al Merry Christmas & Happy New Year Wished everyone a Merry Christmas and Happy New Year Compliments to City Manager & his initiative on projects Gore Park Community Center remodel update David Agosta, 6609 Pridgen Street, advised he will not be running for office again and asked what Commissioner Ayers is doing for the City at the County Commission meetings. Anna Pelletier 7724 Shadow Bay Drive.asked if there is al limit to the number of questions a commissioner can ask for each agenda item, are there any rulés that prohibit a spouse or family member from using their three minutes to speak, does the city have its own Ethicsg guidelines that would prohibit Theresa Langston. 6031 Lance Street, does not believe the grant for the bridge is saving the citizens money, does not agree with the City Manager, advised that citizens thought. someone from RJ Gorman would be at the meeting; not the design engineer or the process to award contracts. Citizen, commented allowing the current contractor to participate in future bids and can they be banned. an elected official from attempting to sway a vote for engineer or developer. City Manager Cook addressed. Discussion ensued. City of Callaway Regular Meeting Minutes - December 10,2024. Page 5 Jose Reyes. 932S. Comet Ave.asked about the original budget for the bridge and how much has been paid so far, what recourse do we have to hold them accountable, and: about the original schedule for the Don) Hennings, 431 Tanya Pass, spoke on the engineer's presentation and shortening the length of bridge. meetings. ANNOUNCEMENIS Mayor Henderson read the announcements. as follows: December 13, 2024, December 17, 2024 January 14, 2025 Christmas in Callaway Commission Meeting 6:00 p.m, 6:00 p.m. Planning Board Meeting (Potential) 6:00 p.m. ADJOURNMENT There being no further business, the meeting was adjourned at 8:24 p.m: Attest: Ashley Robyck, City Clerk Pamn Henderson, Mayor City of Callaway Regular Meeting Minutes - December 10, 2024. Page 6 E CALL FLORIDP Financial Statements Unaudited For Period Ended November 30, 2024 CITY OF CALLAWAY Fiscal Year 2025 BUDCET-INBRIEF as of November 30, 2024 1647ofTear! Elapsed YTPCkywide Expense Allocation Community! Redevelopment Fund Budget Year-to-Date % 2,565,711 3,184,707 Debt Service Fund Disaster Recovery, 0.2% Revenues &1 Trfrs In Expenditures 0.0% 37,004 1.2% Personnel Svc, 38.7% Incrl (Decr) to Fund Balance (618,996) (37,004) Non- Operating, 3.7% Capilal Transfers, 0.0% _Principal Debt Pmts, 0.0% Budget Year-to-Date % Operating, 50.0% Transfers In Debt Service Pmts. Incr/( (Decr) toF Fund Balance 0.0% 0.0% Capital Projects Fund Budget Year-to-Date % 20,196,016 2,044,744 General Fund Revenues Budget Year-to-Date % 2,414,572 2,230,749 1,482,474 5,650,737 262,602 51,500 496,700 79,796 900 1,940 1,090,642 General Fund Expenditures Revenues Adv valorem Taxes Other Taxes Permits, Fees, &L Licenses Grants & Shared Revenue" FEMA PublicA Assistance Financing Proceeds Service Charges Judgements, Fines, & Forfeits Interest & Other Earnings Rents &F Royalties Sales ofF ixed Assets Contributions & Donations Miscellaneous Revenue Transfersin Total Revenues Expenditures Executive (Commission) City Manager Finance Legal Code Enforcement Information' Technology City Clerk Elections General Government Human Resources Law Enforcement Fire Department Emergency & Disaster Relief Utlity Billing Streets Maintenance Shop Leisure Services Cost Allocation Transfers Interest Expense Transfers/Payments Total Expenditures Revenues &1 Trfrs In 0.0% 357,570 17.5% 181,525 7.5% 1/2 Centl Infrasturcture' Tax 444,823 19.9% 410,408 7.3% 0,0% 0.0% 50,629 19.3% Expenditures 12,175 23.6% 10,171 12.7% 2.796 0.0% 316 0.0% 1,101 56.8% 0.0% 291,688 19.7% Total Revenues and Trans In 22,240,760 357,570 1.6% 26,334,613 13,773 0.1% 71,771 14.4% Incrl (Decr) to Fund Balance (4,093,853) 343,797 WaterF Fund Budget Year-to-Date % 4,350,859 748,567 17.2% 4,054,455 504,077 12.4% 296,404 244,490 Sewer Fund Budget Year-to-Date % 6,935,644 1,014,687 14.6% 6,855,169 679,204 9.9% 80,475 335,483 Budget Year-to-Date % 1,118,968 833,599 13,762,612 $ 1,477,403 10.7% Budget Year-to-Date % 56,550 251,630 447,380 58,500 426,391 95,907 158,688 3,309,123 96,311 2,656,718 2,409,351 116,045 1,328,547 295,145 2,177,690 (862,966) (143,828) 16.7% 741,602 Budget Year-to-Date Revenues & Trfrs In Expenses & Trfrs Out Incr/( (Decr) to Net Assets 9,054 16.0% 38,030 15.1% 52,489 11.7% 9,612 16.4% 42,706 10.0% 0.0% 13,314 13.8% 442,786 16.7% 372,728 15.5% 4,214 3,6% 0.0% 224.499 16.9% 44,297 15.0% Revenues 283,606 13,0% Expenses &1 Trfrs Out 0.0% 0.0% 19,442 20.3% Revenues &1 TrfrsIn 14,637 9.2% Expenses &1 Trfrs Out 156,605 4.7% Incrl (Decr) to Net Assets Solid Waste Fund 193,571 17.3% 82,616 9.9% 13,762,612 $ 1,584,190 11.5% Incr/ (Decr) tol Net Assets 285,369 110,954 Budget Year-to-Date (4,050,601) 890,933 General Fund Increase/Decrease to Fund Balance Chywide Increase/Decrease: toF Fund Balance Net Assets Incrl (Decr) to Fund Balance/Net Assets Incrl (Decr) to Fund Balance (106,787) CITY OF CALLAWAY Fiscal Year 2025 BUDCET-IN-BRIEF Quarterly Summary as of November, 30, 2024 16.07%0 of the Year Elapsed General Fund Revenues Revenues Adv valorem Taxes Other Taxes Permits, Fees, & Licenses Grants & Shared Revenue** FEMA Public Assistance Financing! Proceeds Service Charges Judgements, Fines, &F Forfeits Interest & Other Earnings Rents & Royalties Sales of Fixed Assets Contributions & Donations Miscellaneous Revenue Transfers In Total Revenues Expenditures Executive (Commission) City Manager Finance Legal Code Enforcement Information Technology City Clerk Elections General Government Human Resources Law Enforcement Fire Department Emergency & Disaster Relief Utility Biling Streets Maintenance Shop Leisure Services Cost Allocation Transfers Interest Expense Transfers &L Loan Payments Total Expenditures Incr/(Decr) toFund Balance Budget 2,414,572 $ 181,525 $ 2,230,749 1,482,474 5,650,737 262,602 51,500 496,700 79,796 900 1,940 1,090,642 13,762,612 $ 1,474,607 $ Budget $ 56,550 $ 9,054 $ 251,630 447,380 58,500 426,391 95,907 158,688 3,309,123 96,311 2,656,718 2,409,351 116,045 1,328,547 295,145 2,177,690 (862,966) (143,828) 741,602 13,762,612 $ 1,584,190 $ Budget Budget 2,565,711 3,184,707 1stQTR 2nd QTR 3rdQTR 4thQTR Year-to-Date Variance % $ 181,525 $ 2,233,047 7.5% 444,823 1,785,926 19.9% 291,688 1,190,786 19.7% 410,408 5,240,329 7.3% 444,823 291,688 410,408 50,629 12,175 71,771 10,171 316 1,101 #DIV/O! 0.0% 211,973 19.3% 39,325 23,6% 424,929 14.4% 69,625 12.7% 0.0% 584 0,0% 839 56.8% 1,090,642 0.0% 50,629 12,175 71.771 10.171 316 1,101 $ 1,474,607 $ 12,288,005 10.7% General Fund Expenditures 1stQTR 2nd QTR 3rdQTR 4thQTR Year-to-Date Variance % $ $ 38,030 52,489 9,612 42,706 19,442 14,637 13,314 4,214 44,297 9,054 $ 47,496 16.0% 38,030 52,489 9,612 42,706 19,442 14,637 156,605 13,314. 442,786 372,728 4,214 224,499 44,297 283,606 213,600 15.1% 394,891 11.7% 48,889 16.4% 383,685 10.0% 76,465 20.3% 144,051 9.2% 0.0% 82,997 13.8% 111,831 0.0% 0.0% 250,848 15.0% 0.0% 741,602 0.0% 156,605 3,152,518 4.7% 442,786 2,213,932 16.7% 372,728 2,036,623 15.5% 224,499 1,104,048 16.9% 283,606 1,894,084 13.0% (143,828) (719,138) 16.7% $ 1,584,190 $ 12,178,422 11.5% (109,583) 109,583 $ $ General Fund Increase/Decrease to Fund Balance 1st QTR 2nd QTR 3rd QTR 4thQTR Year-to-Date Variance 1stQTR 2nd QTR 3rd QTR 4th QTR Year-to-Date Variance (109,583) Community Redevelopment Fund Revenues &1 Trfrs In Expenditures 2,565,711 0.0% 37,004 3,147,703 1.2% (37,004) $ (581,992) 37,004 Incr/(Decr) to Fund Balance $ (618,996) $ (37,004) $ $ CITY OF CALLAWAY Fiscal Year 2025 BUDOET-IN-BRIEF Quarterly Susamary as of November 30, 2024 16.07%ofthe) Year Elapsed Capital Projects Fund Budget 20,196,016 2,044,744 22,240,760 26,334,613 Budget 3,826,885 523,974 687,438 38,800 1,180,314 2,147,903 4,054,455 Budget 5,389,670 873,679 1,545,974 141,008 6,935,644 1,014,687 616,633 71,136 15,000 1,426 2,331,955 349.763 3,891,581 256,879 6,855,169 679,204 80,475 $ 335,483 $ Budget 1,065,895 53,073 1,118,968 261,690 128,211 443,698 833,599 Budget 1stQTR 2nd QTR 3rd QTR 4thQTR Year-to-Date Variance % Revenues & Trfrs In 1/2 Cent Infrasturcture Tax Total Revenues and Trans In Expenditures 20,196,016 0.0% 357,570 1,687,174 17.5% 357,570 21,883,190 1.6% 13,773 26,320,840 0.1% a 343,797 $ (4,437,650) 357,570 357,570 13,773 Incr/(Decr) to Fund Balance $ (4,093,853) $ 343,797 $ Water Fund 1stQTR 2nd QTR 3rdQTR 4th QTR Year-to-Date Variance % Revenues Charges for Services Other Income Expenditures Salaries & Benefits Contratual Services Cost of Water Other Expenditures 684,241 64,326 748,567 103,394 3,323 199,977 197,383 504,077 684,241 3,142,644 17.9% 748,567 3,602,292 17.2% 197,383 1,950,520 9.2% 504,077 3,550,378 12.4% 244,490 $ 51,914 64,326 103,394 3,323 199,977 459,648 12.3% 584,044 15.0% 35,477 8.6% 980,337 16.9% Total Revenues 4,350,859 Total Expenditures Incr/(Decr) to Net Assets S 296,404 $ 244,490 $ Sewer Fund 1stQTR 2nd QTR 3rdQTR 4th QTR Year-to-Date Variance % Revenues Charges for Services Other Income Expenditures Salaries & Benefits Contratual Services Cost ofT Treatment Other Expenditures Total Expenditures Incr/(Decr) to! Net Assets 873,679 4,515,991 16.2% 141,008 1,404,966 9.1% 1,014,687 5,920,957 14.6% 349,763 1,982,192 15.0% 256,879 3,634,702 6.6% 679,204 6,175,965 9.9% $ 335,483 $ (255,008) Total Revenues 71.136 1,426 545,497 11.5% 13,574 9.5% $ Solid Waste Fund 1stQTR 2nd QTR 3rd QTR 4th QTR Year-to-Date Variance % 887,088 16.8% 38,309 27.8% 925,397 17.3% 227,891 12.9% 127,743 0.4% 395,349 10.9% Revenues Charges for Services Other Income Expenditures Salaries & Benefits Contratual Services Other Expenditures 178,807 14,764 193,571 33,799 468 48,349 82,616 178,807 14,764 193,571 33,799 468 48,349 82,616 1,036,352 9.9% 110,954 $ 174,415 888,137 $ 4,938,738 Total Revenues Total Expenditures Incr/(Decr) to Net Assets a 285,369 $ 110,954 $ $ Citywide Increae/Detreasel toFund Balance Net Assets 1stQTR 2nd QTR 3rdC QTR 4thQTR Year-to-Date Variance Incr/(Decr) toF Fund Balance/Net Assets (4,050,601) $ 888,137 $ $ City ofCallaway Balance Sheet For Period Ended November. 30, 2024 General 2,904,264 12,152 168,822 3,671,211 33,515 92,405 CRA CIP 6,956 8,314,924 184,345 Water 2,608,779 523,083 550,832 2,991 Sewer Solid Waste Total Current Assets Cash & Cash Equivalents Cash- Restricted Cash- Infrastructure Tax Cash-ARPA Restricted Investments Investments Restricted Receivables Inyentory Prepaid Items Other Current/ Assets Total Current Assets: Non Current Assets Capital Assets Other Noncurrent Assets Deferred Outflow Total Non Current Assets: Total Assets: Current Liabilities Payable Unearned Revenue Other Current Liability Total Current Liabilities: Non Current Liabilities Non-Current: Liability Deferred Inflowi Total Non Current Liabilities: Fund Balance Fund Balancel Restricted 6,604,480 $ 1,409,028 $ (1,384,826) $ 2,665,310 $ 10,464,139 $ 1,965,331 $ 21,723,463 1.347,305 2,415,766 1,679,722 1,474,000 6,867,303 8,314,924 12,152 3,107,670 6,175,478 43,024 95,396 1,474,000 89,368 9,509 13,486,849 $ 1,409,028 $ 7,121,399 $ 6,350,994 $ 17,380,932 $ 2,064,208 $ 47,813,411 $ 8,830,252 $ 9,216,677 $ 243.003 $ 18,289,932 12,303,266 $ 18,596,881 $ 274,394 $ 31,174,542 3,363,146 109,869 9,286,030 94.174 12,649,176 235,434 31,391 13,486,849 $ 1,409,028 $ 7,121,399 $ 18,654,260 S 35,977,813 $ 2,338,602 $ 78,987,952 250,781 $ 15,375 $ 13,565 $ 153,154 $ 441,154 $ 11,630 $ 885,659 3,472,684 $ 15,375 $ 20,521 $ 1,873,574 $ 1,318,154 $ 11,630 $ 6,711,937 3,211,293 10,610 6,956 3,218,249 2,608,029 1,720,419 877,000 6,779,615 $ 7.719,218 $ 114,794 $ 14,613,626 6,797,444 $ 7,734,500 $ 119,887 $ 14,651,830 5,602,155 $ 19,965,364 $ 1,853,128 $ 34,324,266 17,829 15,282 5,093 38,204 Total Liabilities: $ 3,472,684 $ 15,375 $ 20,521 $ 8,671,017 $ 9,052,654 $ 131,517 $ 21,363,768 Fund) Balance Unrestricted $ 6,903,620 $ 3,217,332 1,430,658 6,757,081 4,136,598 6,448,813 243,003 22,233,486 Total Liabilities and Fund $ 13,593,636 $ 1,446,032 $ 6,777,602 $ 18,409,771 $ 35,466,831 $ 2,227,648 $ 77,921,519 Retained Earnings: $ (106,787) $ (37,004) $ 343,797. $ 244,490 $ 510,983 $ 110,954 $ 1,066,433 Totall Liabilities, Fund 13,486,849 $ 1,409,028 $ 7,121,399 $ 18,654,260 S 35,977,813 $ 2,338,602 S 78,987,952 Cash and Investments Unrestricted $ 6,640,835 Restricted $ 11,394,966 Total $ 18,035,800 Untestricted $ 6,640,835 17%1 Reservers s 4,027,712 Net Available for Operations $ 2,613,123 Government Funds Enterprise Funds Total Funds 36.89 $ 15,094,780 63.2% $ 6,894,932 100.0% $ 21,989.712 $ 15,094,780 $ 1,996,348 S 13,098,432 68.6% $ 21,735,615 31.4% $ 18,289,898 100,0% 40,025,513 $ 21,735,615 $ 6,024,060 $ 15,711,554 54.3% 45,7% 100.0% City of Callaway General Fund Revenue & Expenditures For YTD Period Ended November 30, 2024 2025 Budget Current Month Yearto Date Encumbered Budget Amount Available Bud. Used %of Description YTDVar Revenues and Sources of] Funds Property and Other Taxes Ad Valorem Taxes Local Option) Fuel" Tax Pub Svc Utility Tx-Electricity Pub Svcl Utility Tax- Water Pub Svc Utility Tax Nat. Gas Pub Svc Utility Tx-Bottled Gas Communications Services Tax Local) Business License Tax Permits, Fees and Licenses Building Permits Electric Franchise Fees Gas Franchise Fees Refuse Collection Permits Stormwater Fees Other Licenses &I Permits Comp Plan &1 LDRI Permits Impact Fees Transportation Res. Impact Fees- Transportation Comm. Grants & Shared Revenues State and Federal Grants FEMA Reimbursement- -PA Triumph Grant Loan Proceeds MRS-S Sales Tax Portion MRS Motor Fuell Tax Mobile Home License Tax Alcoholic Beverage Lic. Tax Local Govt Half Cent Sales Tx Firefighter Supplemental Comp Motor Fuel Tax Refund 2,414,572 $ 176,898 $ 181,525 $ 2,233,047 $ 2,233,047 7,52% 262,574 14,64% 936,322 21.72% 252,755 18.79% 55,299 15.01% 8,166 11.73% 264,869 17.90% 5,940 69.18% 4,018,974 13.48% $ 28,848 17.58% 664,490 20.76% 54,277 13,43% 82,828 19.89% 88,998 16,64% 1,259 61,13% 7,244 7.65% 212,842 22.60% 50,000 0.00% 1,190,786 19,68% 3,000,053 0.00% 0,00% 0,00% 0.00%. 586,565 15.94% 127,886 15,94% 1,079 10.08% 1,424 68.37% 1,509,602 15.25% 2,970 0.00% 10,750 0,00% 5,240,329 7.26% 307,602 1,196,059 310,877 65,063 9,252 322,624 19,272 20,830 118,298 32,899 4,850 517 29,966 963 45,028 259,737 58,122 9.764 1,086 57,755 13,333 262,574. 936,322 252,755 55,299 8,166 264,869 5,940 Subtotal $ 4,645,321 $ 385,221 $ 626,347 $ 4,018,974 $ 35,000 $ 2,683 $ 6,152 $ 28,848 $ 838,541 62,697 103,387 106,766 3,239 7,844 275,000. 50,000 74,243 4,157 12,168 8,883 65 300 18,094 174,051 8,420 20,559 17,768 1,980 600 62,158 664,490 54,277 82,828 88,998 1,259 7,244 212,842 50,000 Subtotal $ 1,482,474 $ 120,593 $ 291,688 S 1,190,786 $ 3,000,053 S. 697,788 152,136 1,200 4,500 1,781,340, 2,970 10,750 3,000,053 $ 586,565 127,886 1,079 1,424 1,509,602 2,970 10,750 55,612 12,125 66 125,418 111,223 24,250 121 3,076 271,738 Subtotal $ 5,650,737 $ 193,221 S 410,408 $ 5,240,329 $ City of Callaway General Fund Revenue & Expenditures For YTD Period Ended November 30, 2024 2025 Budget Current Month Yearto Date Encumbered Budget Amount Available Bud.Used %of Description YTDVar Charges for Services Certify, Copy, Research Retum Check Service) Fees Lien! Search Fees Fire Protection Services (Co.). Collection ofE Bad Debt Penalties Other Charges for Services Forclosure Registrations Other Revenues Judgements, Fines, &1 Forfeits Interest & Dividends Concession: Stand Rent A&CCE Rentall Fees Sports Field Rental) Fees Rec Complex Facility Rentals Rents- Other Disposition of Fixed Assets Sale ofs Scrap Donations Private Sources Donations Veteran's Memorial Wall Voluntary Parkl Fees Collected Insurance Proceeds Non-Res. Rec League Fee Other Misc. Revenue Other Misc. Revenuc Mowing Gen) Fund Over/Short 50$ 6,100 23,000: 208,142 2,500 20,660 2,150 50 $ 5,450 21,050 161,310 (8) 2,010 20,311 1,800. 50 0.00% 5,450 10,66% 21,050 8.48% 161,310 22.50% (8) 0.00% 2,010 19.61% 20,311 1.69% 1,800 16.28% 211,973 19.28% $ 39,325 23.64% 424,929 14.45% 3,600 0,00% 43,986 7,40% (1,600) 132.00% 910 9.00% 22,729 -0.15% 0,00% (2,796) 0,00% 400 0.00% 0.00% 184 63,26% 0,00% (150) 115.96% 989 1.13% 0.00% 0.00% 532,506 15.59% 11,194,567 11.66% 0.00% 349,040 0,00% 741,602 0.00% 1,090,642 0,00% 12,285,209 10.73% 270 900 15,611 8. 206 189 300 650 1,950 46,832 8 490 349 350 Subtotal S 262,602 $ 17,484 $ 50,629 $ 211,973 $ $ 51,500 $ 6,054 $ 12,175 $ 39,325 $ 496,700 3,600 47,500 5,000 1,000 22,696 400 500 940 1,000 35,730 3,514 2,400 (315) 2,796 300 3 71,771 3,514 6,600 90 (33) 2,796 316 1.090 II 424,929 3,600 43,986 (1,600) 910 22,729 (2,796) 400 184 (150). 989 Subtotal $ 630,836 $ 50,482 $ 98,330 $ 532,506 Total Taxes and Revenues Use ofl Reserves Trasfer from Sewer Un) Rest, Budgeted Use of Reserves (UN) Budgeted Use of! Reserves (RES) 12,671,970 $ 767,001 $ 1,477,403 $ 11,194,567 $ 349,040 741,602 349,040 741,602 1,090,642 $ Subtotal $ 1,090,642 $ Total Revenues and! Sources ofFunds $ 13,762,612 $ 767,001 $ 1,477,403 $ 12,285,209 City ofCallaway General Fund Revenue & Expenditures For YTD Period Ended November 30, 2024 2025, Budget Current Month Year to Date Encumbered Budget Amount Available Bud.Used %of Description YIDVar Expenditures and Uses of Funds Executive (Commission) Executive Salarics. Benefits Other Expesnes City Manager Salaries: and. Wages Benefits Other Expenses Finance Dept. Salaries and Wages Benefits. Audit/ Accounting Other Contractual Service Other Expenses Legal City Attorey Fees Other Expenses Code Enforcement Salaries and. Wages Benefits Other Contractual Services Animal Control Other Expenses Captial Outlay- Fixed Assets Information Technology IT-C Contracted: Services Other Contractual; Services IT-E Equipment < $1,000 City Clerk. Salaries & Wages Benefits Other Expenses. 50,000 $ 4,167 $ 8,333 S 41,667 $ $ 41,667 16.67% 3,297 16,54% 2,532 2.60% 47,496 16.01% $ 139,604 15.37% 66,230 14.94% 7,766 11.75% 213,600 15.11% $ 193,608 15,04% 90,429 14.89% 59,700 0,00% 34,247 0,95% 16,907 10,90% 394,891 11.73%. 46,389 17,16% 2,500 0.00% 48,889 16.43% $ 139,244 15.03% 60,031 15.23% 32,016 16,84% 130,000 0.00% 22,245 3.43% 0.00% 150 $ 383,535 10.02% $ 59,292 16,38% 0,00% 17,173 31.31% 76,465 20.27% 91,295 10.58% 41,410 8.34% 11,347 0.64% 144,051 9.22% 3,950 2,600 327 653 68 3,297 2,532 Subtotal Commission $ 56,550 $ 4,493: $ 9,054 $ 47,496 $ $ 164,965 $ 12,680 $ 25,361 $ 139,604 $ 77,865 8,800 251,630 106,246 59,700 34,575 18,975 5.818 18,499 7,909 147 1,016 11,635 1,034 38,030 15,817 328 2,068. 66,230 7,766 213,600 90,429 59,700 34,247 16,907. Subtotal City Manager 227,884 S 17,138 $ 34,276 $ 193,608 $ Subtotal Finance $ 447,380 $ 26,210 $ 52,489 S 394,8911 S $ 56,000 S 3,253 S. 9,612 $ 46,389 $ 2,500 2,500 Subtotal Legal" $ 58,500 S 3,253 $ 9,612 $ 48,889 $ $ 163,881 $ 12,319 $ 24,637 $ 139,244 $ 70,820 38,500 130,000 23,190: 5,395 451 229 10,789 6,484 795 60,031 32,016 130,000 22,395 150 Subtotal Planning/ Code $ 426,391 $ 18,393 $ 42,706 $ 383,685 $ $ 70,907 $ 5,945 $ 11,615 $ 59,292 $ 25,0001 102,091 45,177 11,420 7,827 10,796 3,767 73 17,173 91,295 41,410 11,347 Subtotal Information Tech. $ 95,907 $ 5,945 $ 19,442. $ 76,465 $ 5,377 1,879 52 Subtotal City Clerk $ 158,688 $ 7,307 $ 14,637 $ 144,051 $ City ofCallaway General Fund Revenue & Expenditures For YTD Period Ended November 30, 2024 2025 Budget Current Month Vear to Date Encumbered Budget Amount Available Bud.Used %of Description YTDVar Elections Other Contractual Services Other Expenses Gen Govt/Administration Salaries and Wages Benefits Other Contractual: Services Commumiaiiom/Tetpiome Utilitics Repair and! Maintenance Other Expenses Captial Outlay- Fixed Assets Human Resources Salaries & Wages Benefits Other Expenses Law Enforcement Other Contractual Services Utilitics Fire Department Salaries and Wages Benefits Communiatio/Tesphone Utilities Insurance Repair and Maintenance Other Expenses Capital Outlay- Fixed Assets 0.00% 0,00% 0.00% 50,775 14.06% 25,4311 13.68% 63,987 3.90% 22,045 11.82% 13,727 12.00% 2,500 0.00% 580,548 19.02% 2,388,637 0.00% 59,340 15,27% 15,413 14.03% 8,244 1,27% 82,997 13.82% 2,213,932 16.67% 2,213,932 16.67% 1,050,680 15.08% 678,664 15.14% 10,223 14.81% 23,216 14.01% 0.00% 82,592 6.93% 96,370 15.06% 24.221 29.63% Subtotal Elections $ 59,081 $ 4,139 $ 8,306 $ 50,775 $ 29,461 70,000 25,000 15,600 2,500 718,844 2,388,637 70,033 17,928 8,350 2,012 1,327 1,894 919 50,016 4,030 2,728 2,955 1,873 136,713 25,431 67,272 22,045 13,727 2,500 582,131 2,388,637 59,340 15,413 8.244 3,285 1,583 Subtotal Gen Govt/Admin $ 3,309,123 $ 60,307 $ 156,605 $ 3,152,518 $ 4,868 $ 3,147,650 4.73% 5,346 1,258 47 10,693 2,515 106 Subtotal Human Resources $ 96,311 $ 6,651 $ 13,314 $ 82,997 $ 2,656,718 $ 221,393 $ 442,786 $ 2,213.932 $ 0.00% Subtotal Law Enforcement $ 2,656,718 $ 221,393 $ 442,786 $ 2,213,932 $ 1,237,269 $ 90,198 $ 186,589 $ 1,050,680 $ 799,704 12,000 27,000 94,160 122,600 116,618 58,440 884 1,888 3,885 4,521 33,724 121,040 1,777 3,784 6,522 18,464 34,552 678,664 10,223 23,216 87,638 104,136 82,066 5,046 7,766 57,845 Subtotall Fire Dept. $ 2,409,351 $ 193,538 $ 372,728 S 2,036,623 70,657 S 1,965,966 15.47% City of Callaway General Fund Revenue & Expenditures For YTD Period Ended November 30, 2024 2025 Budget 22,471 Current Month 2,037 Year to Date 4,214 Encumbered Budget Amount Available Bud.Used %of Description YTDVar 18,257 Emergency & Disaster Relief Professional Services Legal Fces (City Atty). Contracted: Services Debris Monitoring Debris Removal- Vegatatiye Debris- Operal & Grinding Debris Removal Construction Debris- Hazardous Trees Buildings Improvements OT Buildings Machinery & Equipment Drainage Projects Utility Billing Salaries & Wages Benefits Contractual Services UB Tranportation & Postage Other Expenses CA-UB- Operating Exp 18,257 18.75% 0.00% 0.00% 0.00% 0.00% 0,00% 0,00% 0.00% 0.00% 0.00% 93,574. 0,00% 111,831 3.63% 273,064 13,98% 127,766 12.70% 63,556 8.51% 33,494 16.18% 130,201 16.05% (629,486) 13.77% 1,403 $ (1,403) 0.00% 93,574 93,574 Subtotal E & DRelief $ 116,045 $ 2,037 $ 4,214 $ 111,831 $ 317,445 $ 22,107. $ 44,381 $ 273,064 $ 146,351 69,467 39,960 156,770 9,220 2,764 2 11,485 18,585 5,911 6,466 25,165 127,766 63,556 33,494 131,605 1,403 (729,993) (45,576). (100,507) (629,486) Subtotal Utility Billing S City of Callaway General Fund Revenue & Expenditures For YTD Period Ended November 30, 2024 RI YTDVar 201,273 16,468 25,000 157,638 56,771 52,842 38,541 17,240 13,540 44,795 2025 Budoct 232,478 18,000 25,000 185,400 74,500 60,000 40,000 20,000 20,875 95,594 Current Month 15,205 751 13,881 11,639 3,184 311 787 1,862 50,799 Year to Date 31,205 1,532 27,762 17,729 7,158 1,459 2,760 7,335 50,799 Encumbered Budget Amount Available Bud.Used %of Deseription Planning/ Street Department Salaries and Wages Benetits Contractual Services Stormwater Services Street Lighting Repair and Maintenance Fuel &I Lubricants Road Materials & Supplies Sidewalk Repairs Other Expenses Captial Outlay Fixed Assets Paving Maintenance: Shop Salaries and Wages Benefits Contracted Services Utilities Repair and Maintenance Operating Supplies Other Expenses Capital Outlay- Fixed Assets Leisure Services Salaries and Wages Benefits Contracted Services Utilities Repair and Maintenance Operating Supplies Other Expenses Captial Outlay- Fixedy Assets Operating Expenses Cost Allocation" Transfers Transfers Out Increase to! Reserves Unrealized Gain/Loss onl Invest Interest Expense Total Expenditures Net Fund Revenues & Expenditures 556,700 S 37,885 S 76,759 $ 479.941 $ 479,941 13.79% 201,273 13,42% 15,289 8.51% 22,420 0.00% 157,638 14.97% 54,133 23.80% 52,842 11.93% 38,092 3.65% 17,240 13.80% 13,540 35.14% 5,371 53.14% 0.00% 1,180 2,580 2,638 449 39,424 Subtotal Street Dept. $ 1,328,547 $ 136,304 $ 224,499 $ 1,104,048 $ 46,271 $ 1,057,777 16.90% $ 163,113 $ 12,412 $ 24,824 $ 138,289 $ 138,289 15,22% 53,421 15.29% 11,777 24.17% 8,176 7.93% 7,690 3.17% 6,852 12.95% 14,711 15.12% 0.00% 63,062 16,600 8,880 10,400 10,000 23,090 4,821 1.155 330 19 702 2,521 9,641 4,012 704 330 1,295 3,491 53,421 12,588 8,176 10,070 8,705 19,599 811 2,381 1,853 4,889 Subtotal Maintenance Shop $ 295,145 S 21,959 $ 44,297 $ 250,848 9,934 $ 240,915 15.01% $ 740,924 13,29% 341,955 12.64% 14,292 43,74% 83,829 18.61% 137,544 20.41% 18,596 46,87% 72,094 12.88% 381,930 4.90% $ (719,138) 16.67% 741,602 0.00% 0.00% 0.00% 0.00% 22,464 118.51% 854,440 $ 58,158 $ 113,516 $ 740,924 $ 391,423 29,750 103,000 180,000 35,000 83,900 500,177 25,080. 10,857 13,297 11,104 8,070 6,623 24,498 49,468 13,013 19,171 36,729 16,404 10,806 24,498 341,955 16,737 83,829 143,271 18,596 73,094 475,679 2,445 5,727 1,000 93,749 Subtotal Leisure Services $ 2,177,690 $ 157,687 $ 283,606 $ 1,894,084 $ 102,920 $ 1,791,164 13.02% (862,966) $ (71,914) $ (143,828) $ (719,138) $ 741,602 741,602 Sutotal Other Operating Expenses $ (121,364) $ (71,914) $ (143,828) $ 22,464 $ 13,762,612 $ 812,062 S 1,584,190 S 12,178,422 $ 236,203 $ 11,942,219 11.51% (45,061) $ (106,787) $ 106,787 (236,203) $ 342,991 City ofCallaway CRA Fund Revenues & Expenditures For YTD Period Ended November 30, 2024 2025 Budget Current Yearto Month Encumbered Budger Amount Available Bud.Used %of Description Date YTDVar Revenues and Other Sources of Funds Property Taxes, Revenue Sharing and Grants Ad Valorem' Tax (from City) Stormwater Grants Intergovt Revenue from Bay Co Other Revenues Sources & Reserves Interest Earned Transfers from General Fund Budgeted User ofReserves 376,692 1,412,719 776,300 376,692 1,412,719 776,300 2,565,711 376,692 1,412,719 776,300 2,565,711 0.00% 0.00% 0,00% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 0.00% 500 0.00% 6,200 0,00% 0.00% 0,00% 0.00% 250 0,00% 0.00% 505 49.50% 0.00% 25,000 0.00% 0.00% 74,260 18.80% 525 299,012 0.15% 180,703 2,528,249 0.69% 5,000 0.00% 7,500 0.00% 20,000 0.00% 0.00% 1-16% Subtotal 2,565.711 618,996 3,184,707 618,996 618,996 3,184,707 618,996 618,996 3,184,707 Subtotal 618,996 Total Revenues and Sources of Funds Expenditures and Uses of Funds Engincering Services Legal Fees- City Attorey Auditl/Accounting Other Contractual Services Transportiation/Posiage Printing & Binding Other Current Charges Office Supplies & Small! Equip Books, Publications, & Dues Education Land Buildings Improvements OTI Buildings Stormwater Projects- Cemetary Drainage Stormwater Projects. Berthe Spillway Redevelopment Grants Residential Grants Commercial Demolition Grants Budgeted Increase tol Reserves Total Expenditures 500 6,200 250 1,000. 25,000 91,450 300.000 2,727,807 5.000 7,500 20,000 3,184,707 500 6,200 250 495 505 25,000 17,190 74,260 464 299,537 18,856 2,708,952 5,000 7,500 20,000 464 14,911 15,375 37,004 3,147,703 181,228 2,966,476 (181.228) 218,232 Net Fund Revenues & Expenditures (15,375) (37,004) 37,004 City ofCallaway Capital Projects Fund Revenues & Expenditures For YTD Period Ended November 30, 2024 2025 Budget Current Yearto Month Encumbered Budget Amount Available Bud. Used %of Description Date $ 166,676 297,120 YTDVar Revenues and Other Sources of) Funds Grants & Shared Revenues Federal Grants 428 Infrastructure Half Cent Tax Berthe Ave Bridge 80/20 FEMA CDBG- Sandy Creek Rehab CDBG- Spine Road Hugh) Thomas FDOT- Beautify Grant Tyndal FDOT Grant Cherry Street Sidewalk FDOT Grant- West Cherry Street Paving Grant- State CDBG Grant Lift Station Rehabs Other Sources Interest- Infrastructure Insurance Proceeds Transfers from General Fund Budget Use ofReserves Expenditures and Uses ofl Funds Street Department Stormwater Improvements Sidewalk Repairs Sidewalk Projects- Various! Repairs Engineeering Various ADA/Grants Fox &I Lannie Row Pond Clean-UP Berthe Ave Spillway Bridge FDOT Tyndall Median Beautification Cherry Street Drainage FlexNet Meter Reading CDBG- Spine Road Hugh Thomas Paving 2,315,010 FDOT Grant- -Cherry Street Sidewalk Roadl Paving State Grant- Road Paving Cheny St Paving &2 2nds Sidewalk Boat Race Round About- Impact Fces FDOT Grant- Yellow Bluffs Side FDOT Grant Hickory St Sidewalk FDOT Grant S Berthe Sidewaik FDOT Grant West Cherry Sidewalk Lif Station! Rehabs- -CDBG Sandy Creek) Rehab ÇDBG 2,305,673 $ 1,775,763 1,312,265 $,470,200 2,650,000 275,000 2,553,262 421,811 2,000,000 2.466,203 2,305,673 $ 1,478,643 1,312,265 5,470,200 2,650,000 275,000 2,553,262 421,811 2,000,000 2.466,203 2,305,673 0,00% 1,478,643 16.73% 1,312,265 0.00% 5,470,200 0.00% 2,650,000 0.00% 275,000 0.00% 2,553,262 0.00% 421,811 0.00% 2,000,000 0.00% 2,466,203 0,00% 20,933,057 1.40% 208,530 22.47% 0.00% 741,602 0.00% 4,093,853 0.00% 25,977,043 1:36% $ 150,800 0,00% 0,00% 50,000 0.00% 25,000 0,00% 141,500 0,00% 978.963 0.00% 275,000 0.00% 4,448,524 0,00% 13,360. 1,00% 2,315,010 0,00% 461,747 2,078,359 0.03% 1,175.134 0,42% 729,532 4,452,321 0,00% 590,802 0.00% 65,000 0.00% 0,00% 64,000 0,00% 421,811 0.00% 2,516,203 0,00% 5,810 5,127,344. 0.10% 1,431,709 $ 24,889,131 0.05% Subtotal 21,230.177 166,676 297,120 20,933,057 268,981 $ 30,482 $ 60,451 $ 208,530 741,602 4,093,853 741,602 4,093,853 Totall Revenues and Sources of) Funds $ 26,334,613 S 197,157 $ 357,570 $ 25.977,043 $ 150,800 $ 50,000 25,000 141,500 978,963 275,000 4,448,524 250,480 2,540,989 1,180,134 5,181,853 590,802 65,000 64,000 421,811 2,516,203 5,138,544 Subtotal $ 7,654,747 $ $ 150,800 $ 50,000 25,000 141,500 978,963 275,000 4,448,524 2,500 247,980 2,315,010 883 2,540,106 5,000 1,175,134 5,181,853 590,802 65,000 64,000 421,811 2,516,203 5,390 5,133,154 2,500 883 5,000 234,620 0,00% Subtotal S 18,679,866 $ 8,383 $ 8,383 $ 18,671,483 $ 1,425,899 $ 17,245,584 0,04% $ 5,390 $ 7,649,357 $ 5,810 $ 7,643,547 0.07% Totall Expenditures and Uses of Funds $ 26,334,613 $ 8,383 $ 13,773 5 26,320,840 Net Fund Revenues & Expenditures 188,774 $ 343,797 $ (343,797) $(1,431,709) $ 1.087.912 City of Callaway Water Fund Revenues & Expenditures For YTD Period Ended November 30, 2024 2025 Budget Current Year to Month Encumbered Budget %of Amount Available Bud.Used Deseription Date YTDVar Revenues and Other Sourcés of Funds Permits, Fees. & Licenses Special Capital Ext Fce Impact Fees- Water Res. Impact Fees Water Comm. State Grants- Storms &1 Floods Charges for Services Water Charges Collection of! Bad Debt Reconnect Fees Penalties System Taps Other Utility Income Utilities Over/Short Service Work Charges Interest & Other Earnings Interest Interest- Impact Fees Interest Spec Cap Ext Fees Disposition of Fixed Assets Insurancel Proceeds Use of Reserves Budgeted Usec of Reserves (UN) Budgeted Use of Reserves (RES) $ 5,000 $ 115,000 10,000 $ 1,984 $ 3,016 22,411 990 S 3,016 39.69% 92,589 19,49% 9,010 9,90% 0.00% 104,614 19.53% $ 2,783,919. 18.19% (54) 0.00% 110,819 14,64% 63,477 17.91% 10,516 8.45% 173,968 15.27% > 3,142,644 17.88% 101,987 15.01% 44,517 19,06% 0.00% (62) 0.00% (7,220) 0,00% 139,221 20.44% 0.00% 200,000 0.00% 200,000 0.00% 3,602,292 17,21% 4,251 990 92,589 9,010 Subtotal $ 130,000 $ 5,242 S 25,386 $ 104,614 $3,402,940 $ 351,855 5 619,021 $ 2,783,919 $ (54) 110,819 63,477 10,516 173,968 54 10,050 5,835 13,631 54 19,000 13,850 970 31,345 129,819 77,327 11,486 205,313 0.00% 0.00% Subtotal $ 3,826,885 $ 381,425 $ 684,241 $ 3,142,644 120,000 $ 9,113 $ 18,013 $ 101,987 $ 55,000 5,267 5,455 10,483 62 7,220 44,517 (62) (7:220). Subtotal $ 175,000 $ 19,835 $ 35,779 $ 139,221 $ $ 200,000 $ Subtotal $ 200,000 S $ $ $ 200,000 $ 200,000 $ Totall Revenues & Sources of Funds $ 4,350,859 $ 408,082 $ 748,567 $ 3,602,292 $ City of Callaway Water Fund Revenues & Expenditures For YTD Period Ended November 30, 2024 ORIDH YTDVar 2025 Budget 213,377 38,800. 1,180,314 5,500: 2,500 18,000 162,000. 40,000 20,000 128,500 331,250. 256,416 38,143 364,996 380,598 296,404 Current Month Yearto Date Encumbered Budget %of Amount Available Bud. Used Description Expenditures and Uses of Funds Salaries and' Wages Benefits Engineering Services Contractual Services Cost of Water Commumicutiomyleiplione Transportation/Postage Utilities Insurance Repair and Manitenance Fuel &I Lubricants Operating Supplies Other Expenses Capital Outlay Fixed Assets Interest Pmt Amortization- Loss on AdvRef UB Cost Allocation Cost Allocation' Transfer Budgeted Incr to! Reserves (UN) Budgeted Incr tol Reserves (RES Transfer to CIP Total Expenditures 474,061 $ 35,890 $ 72,462 $ 401,599 401,599 15.29% 182,445 14.50% 0.00% 29,581 8.57% 980,337 16.94% 5,001 9.07% 2,500 0.00% 16,704 7.20% 0.00% 146,538 6,88% 34,511 13.72% 15,791 20.03% 115,001 1.80% 14,351 306,399 3.17% 214,314 16.42% 31,785 16.67% 314,743 13.77% 317,166 16.67% 296,404 0.00% 15,123 2,255 82,571 45 580 3,219 2,508 1,126 969 5,250 21,051 3,179 22,788 31,716 30,932 182,445 3,323 35,477 199,977 980,337 499. 5,001 2,500 1,296 16,704 11,140 150,860 5,489 34.511 4,007. 15,993 2,307 126,193 10,500 320,750 42,102 214,314 6,358 31,785 50,253 314,743 63,432 317,166 296,404 5,895 4,322 203 11,192 0,00% 0.00% $4,350,859 $ 228,370 S 504,077 $3,846,782 S 35,963 $3 3,810,820 11.59% (35,963) $ (208,527) Net Fund Revenues & Expenditures S 179,712 $ 244,490 $ (244,490) City of Callaway Sewer Fund Revenues & Expenditures For YTD Period Ended November 30, 2024 ORI9 YTDVar 2025 Budget Current Yearto Month Encumbered Budget Amount Available Bud. Used %of Description Date Revenues and Other Sources of Funds Permits, Fees, & Licenses Special Capital Ext Fee Impact Fees Sewer Res. Impact Fees Sewer Comm. State Grants Storms & Floods 2,500 $ 120,000 10,000 897,000 $ 2,526 $ 32,820 675 (26) $ 87,180 9,325 897,000 (26) 101.02% 87,180 27.35% 9,325 6.75% 897,000 0.00% 993,479 3,50% 675 Subtotal $ 1,029,500 $ 675 $ 36,021 $ 993,479 Charges for Services Charges for Serives Collection of Bad Debt Account Fees Reconnect Fees Penalties System Taps Other Utility Income Sewer Wastewater Charges Interest & Other Earnings Dividends Interest Eamed Interest- Impact Fees Interest- Spec Cap Ext Fees Interest- Sandy Creck Assmts Interest- Bondl Proceeds Disposition of Fixed Assets > 128 16,739 1,020 130,284 9,425 11,594 500 $,230,553 435,238 0.00% (128) 0,00% 14,289 14.64% 0.00% 107,727 17.31% 10,784 6.99% 500 0.00% 4,382,819 16.21% 4,515,991 16.21% 128 2,450 22,557. 810 847,734 4,382,819 (128) 14,289 107,727 10,784 500 Subtotal $ 5,389,670 S 445,810 S 873,679 S 4,515,991 $ 400,000 97,500 0.00% 322,110 19.47% 78,505 19,48% 0.00% 0,00% 0.00% (4.940) 0.00% 395,675 20.47% 0.00% 15,812 16.66% 15,812 16.66% 38,339 9,490 77,890 18,995 4,940 322,110 78,505 (4,940) Subtotal $ 497,500 S 47,829 $ 101,825 $ 395,675 Other Sources Transfer from General Fund Amort-Premium 2015 Refunding 18,974 1,581 3,162 15,812 Subtotal $ 18,974 $ 1,581 $ 3,162 $ 15,812 $ Use of Reserves Transfer to General Fund Budgeted Use of Reserves (UN) Budgeted Use of Reserves (RES) $ Subtotal $ 0,00% 0.00% 0.00% Total Revenues & Sources of Funds $ 6,935,644 $ 495,895 $ 1,014,687 S 5,920,957 5,920,957 14.63% City of Callaway Sewer Fund Revenues & Expenditures For YTD Period Ended November 30, 2024 RID YTDVar 2025 Budget Current Vearto Month Encumbered Budget Amount Availabie Bud. Used %of Description Date Expenditures and Uses of Funds Salaries and' Wages Benefits Engineering Services Contractual Services Cost ofTreatment Communiciionylalphone Transportation/Postage Utilities Insurance Repair and Maintenance Fuel &1 Lubricants Operating Supplies Other Expenses Capital Outlay Fixed Assets Principal Pmt Amortization of Bond Costs Interest Pmt Interest Pmt/ /Sandy Creck Amort. ofl Deferred Loss on Ref Bond Issuance Cost UB Cost Allocation Cost Allocation Transfers. Budgeted Incr to) Reserve (UN) Budgeted Incr to Reserves (RES Total Expenditures 417,054 $ 26,095 $ 49,391 $ 367,663 $ 367,663 11.84% 177,834 10.90% 0.00% 12,401 9.51% 1,982,192 15.00% 4,747 10.44% 2,640 0.00% 76,283 16.17% 0.00% 144,750 16.74% 63,327 15.00% 13,359 19.04% 40,687 11.91% 400,000 0.00% 0.00% 214,314 16.42% 0.00% 31,785 16,67% 2,750 50,00% 314,743 13.77% 292,366 16,67% 80,475 0.00% 0.00% 199,579 15,000 2,331,955 5,300 2,640 91,000 181,000 74,500 16,500 46,700 2,058,046 400,000 256,416 38,143 5,500 364,996 350,840 80,475 11,219 608 175,500 70 5,911 13,322 6,167 1,259 382 15,750 21,051 3,179 22,788 29,237 21,745 1,426 349,763 1,982,192 553 14,717 30,291 11,173 3,141 5,564 31,500 2,026,546 42,102 6,358 2,750 50,253 58,474 177,834 13,574 4,747. 2,640 76,283 150,709 63,327 13,359 41,136 400,000. 214,314 31,785 2,750 314,743 292,366 80,475 1,173 5,959 449 173,315 1,853,231 1.53% $6,935,644 $ 332,538. S 679,204 $ 6,256,440 $ 180,896 $ 6,075,544 9.79% Net Fund Revenues & Expenditure: $ 163,358 S 335,483 $ (335,483) (180,896) $ (154,587) City of Callaway Solid Waste Fund Revenues & Expenditures For YTD Period Ended November 30, 2024 ORID YTDVar 2025 Budget Current Month Yearto Date Encumbered Budget %of Amount Available Bud.Used Description Revenues and Other Sources of Funds Charges for Services Collection of BadI Debt Penalties Other Utility Income State Grants Storms & Floods Solid Waste Service Fees Interest & Other Earnings Interest Disposition ofl Fixed Assets Sales of Surplus or Scrap Trasfer From General Fund $ 27,586 1,038,309 21 $ 2,021 86,884 21$ 4,847 173,939 (21) $ 22,739 864,370 (21) 0.00% 22.739 17.57% 0.00% 0,00% 864,370 16.75% 887,088 16.78% $ 36,785 27.98% 0.00% 1,524 23.79% 0.00% $ 38,309 27.82% Subtotal S 1,065,895 $ 88,926 $ 178,807 $ 887,088 $ 51,073 $ 7,179 $ 14,288 $ 36,785 $ 2,000 476 476 4,524 Subtotal $ 53,073 $ 7,655 $ 14,764 $ 38,309 $ Use ofl Reserves Budgeted Use of Reserves (UN) $ $ $ 0.00% Total Revenues & Sources of Funds $ 1,118,968 $ 96,581 $ 193,571 $ 925,397 $ $ 925,397 17.30% Expenditures and Uses of Funds Salaries and Wages Benefits Contracted Services Repair and Maintenance Tipping Fees Fuel & Lubricants Other Expenses Capital Outlay Fixed Assets Cost. Allocation Transfer Budgeted Increase to Reserves Totall Expenditures 183,057 $ 12,228 $ 26,061 $ 156,996 $ 156,996 14.24% 70,895 9.84% 127,743 0.37% 38,832 9.53% 125,352 11.85% 36,172 9.57% 7,322 4.54% 0.00% 109,606 16,67% 285,369 0:00% 78,633 128,211 47,000 150,000 40,000 7,670 131,528 285,369 3,669 230 786 8,440 1,914 (58) 10,961 7,738 468 4,478 17,772 3,828 349 21,922. 70,895 127,743 42,522 132,228 36,172 7,322 109,606 285,369 3,690 6,876 1,118,968 $ 38,171 $ 82,616 $ 1,036,352 10,566 $ 1,025,785 7,38% (10,566) $ (100,388) Net Fund Revenues & Expenditures $ 58,410 $ 110,954 $ (110,954) Agenda Item # CITY OF CALLAWAY BOARD OF COMMISSIONERS AGENDA ITEM SUMMARY DATE: JANUARY 14, 2025 ITEM: ORDINANCE No. 1108 - REZONING OF PROPERTY LOCATED AT 247 HIGHWAY 22A, PARCEL ID 24831-000-000 1.F PLACED ON AGENDA BY: EDDIE COOK, CITY MANAGER 2. AGENDA: PRESENTATION PUBLICHEARING OLD BUSINESS REGULAR & BILL FRYE, PLANNING/PUBLIC WORKS DIRECTOR 3. Is THIS ITEM BUDGETED (IF APPLICABLE)? YES E No N/A 4. BACKGROUND: (wHY,WHAT.WHO. WHERE, WHEN, HOW, & DAMTEYALLATACNENTS Nikki Korda Palgut, property owner, has submitted a Rezoning Application for property. located at 247 Highway 22A, Parcel ID 24831-000-000, to change from Residential Single Family R-6M to Service Planning staff has analyzed the proposed rezoning and finds that all of the information given is true Commercial. and accurate to the best ofits knowledge. Planning Board met on Tuesday, December 3r4, 2024 and recommended approval. ATTACHMENTS: Ordinance: No. 1108 Application for Rezoning Vicinity Map Deed Proof of Ownership REQUESTED MOTION/ACTION: Approval oft the 2nd, reading of Ordinance No. 1108 for Rezoning, upon roll-call vote. ORDINANCE NO. 1108 AN ORDINANCE REZONING FROM R-6M TO SERVICE COMMERCIAL THAT CERTAIN PARCEL OF LAND LYING WITHIN THE CITY OF CALLAWAY, FLORIDA, CONTAINING APPROXIMATELY .446 ACRES; LOCATED AT 247 HIGHWAY 22A; PARCEL ID 24831-000-000; ALL AS MORE PARTICULARLY DESCRIBED IN THE BODY OF THE ORDINANCE; REPEALING ALL ORDINANCES OR PARTS OF ORDINANCES IN CONFLICT HEREWITH; AND PROVIDING THAT THIS ORDINANCE SHALL TAKE EFFECT IMMEDIATELYUPON. ITS PASSAGE. WHEREAS, Nikki Korda Palgut, the owner of the real property designated herein, has initiated this ordinance by filing a petition with the City praying that said real property, being more particularly described below be rezoned from R-6M to Service Commercial as shown below; and WHEREAS, this ordinance changes only the zoning map designation oft the real property described WHEREAS, the City of Callaway Planning Board reviewed the proposed zoning change, WHEREAS, based upon competent substantial evidence adduced in aj properly advertised public hearing conducted. on January 14, 2024 the City found the requested change to be consistent with the currently applicable Comprehensive Growth Development Plan and to reasonably accomplish a legitimaté herein; and conducted a public hearing on December 3, 2024, and recommended approval and public purpose. NOW, THEREFORE, BE IT ENACTED BY THE PEOPLE OF THE CITY OF SECTIONI I. The following described parcel of real property situate within the municipal limits CALLAWAVPLORIDA: of the City of Callaway, Florida, is rezoned from R-6M to Service Commercial; to wit, EXHIBIT "A" And the City's zoning map is amended accordingly. Ordinance No. 1108 Page lof3Pages SECTION2. All Ordinances or parts of ordinances in conflict herewith arel hereby repealed to the extent of such conflict. SECTION3. This ordinance shall take effect as provided by law. PASSED, APPROVED AND ADOPTED at the regular meeting of the City Commission of the City of Callaway, Florida, this 14th day of January 2025. CITY OF CALLAWAY, FLORIDA By: Pamn Henderson, Mayor ATTEST: Ashley Robyck, City Clerk PASSED ON FIRST READING: DECEMBER 10, 2024 PASSED ON SECOND! READING: JANUARY 14.2024 NOTICEPUBLISHEDON: JANUARY3.2024 VOTE OF COMMISSION DAVIS GRIGGS HENDERSON PELLETIER AYERS APPROVED. ASTOFORMANDIEGAL SUPACIENCYFORTHECTHECIYOFCALLAWAY ONLY: Kevin Obos, City Attorney Ordinance! No. 1108 Page 2of3Pages EXHIBIT "A" ORDINANCE NO. 1088 REZONING FOR 2471 N. HWY22A PARCEL ID: 24831-000-000 PARCELC ONE: Lots 15, 16,17, Block 2, Thousand Oaks Subdivision, according toj plat on file in Plat Book 7, Page 69, public records of Bay County, Florida; Ordinance No. 1108 Page3of3Pages CAL FLORIDE Public Works Department 324 S Berthe Avenue, Callaway, FL32404 Phone (850)871-1033 www.clyotcalway.com APPLICATION FOR REZONING 1 Applicant(s) name: NI6KL Korda Palgut Applicant(f)address: 5530 Piehee Rd P.CLFL 32404 Applicant(s) phone: 85D-381-08 Olaaydhegaal.cow Date ofa application: 1-(0-24 2. Rezone from: Residep-tial to Commcreial 3. Parcel ID#: 2#771-000-000 4. Legal Description of site to ber rezoned: Srz Jerh 5, Driving directions to site: 6. Name and address of property ownerlS)accordingi to mostr recent ad valorem taxi records: (Yearloz) MKWSDAI4L 7. Ifapplicant does not own the property, give name(s), address(s) and telephone number(s) of the owner(s). (Must attach statement of consent form): Nia January 15, 2019 8. Property address to ber rezoned: 741 N Hwy 22A Panawa Cty FL 32404 (Address must be obtained from County priort to Planning Board Meeting) 9. Present Property Tax Classification: 10. Proposed Property Tax Classification:. 11. Purpose of rezoning: Ths pwpcity has beev operatng a5 alusijess (Callauay Avimal Hospital)_fw 41 yeac aud was a bousi N65 befor Hhat as well 12. Additional pertinent information: Signature ofa mpicanslurlwr Kada Aelyato LDate A-6-24 Date: Tob be submitted with application: Incomplete submittals will not be reviewed a) 3copies oft the deed to the property. b) 3copies of as survey of the property. c) Ac copy of the most recent Ad Valorem tax statement. d) Acheck for $300. Ift the Zoning Application is submitted with al Petition for Annexation, the feei is $500 for both. (Dol Not Write Bclow This Line) Planning Board Action Date Restrictions or Special Conditions: City Commission Action Date Rezone: Received From To. Fee Paid Reviewed by. January 15, 2019 eAYS sus" 6 V swIs OAVS sus- e o AV 6 & biGes 8 8 8 8 8 -VZZAEMYDIHN- VZZEMGHNNCZ AEMySIHN 6 - - éHN-VZAPMN e 2 3 T 6 - € # & IS epuvo- epupo OFFICIAL RECORDS BK 1225 PG 1476 QUIT-CLAINI DRED FILE! 89-12274 BAY COUNTY, FLORIDA THIS QUIT-CLAIM DEED, Executed this 6th day of April A.D., 1989, by JEFFREY D. PALGUT and wife, NIKKI KORDA first party, to CALLAWAY ANIMAL HOSPITAL, INC., whose post PALGUT, address is 247 North Highway 22-A, Panama City, F1 32404, office second party: (wherever used herein the terms "first party! and "second party" shall include singular and plural, heirs, representatives, and assigns of individuals, and the successors legal and assigns of corporations, wherever the context so admits or WITNESSETH, That the said first party, for and consideration of the sum of $ 1,00, in hand second party, the receipt whereof is hereby acknowledged, paid by hereby remise, release and quit-claim unto the said second forever,all the right, title, interest, claim and demand which party the said first party has in and to the following described lat, piece or parcel of land, situate, lying and being in the Parcel One: Lots 15, 16, 17, Block 2, Thousand Oaks Subdivision, according to plat on file in Plat Book 7, Page 69, public records of Bay County, Florida. TO HAVE AND TO HOLD the same together with all and singular the appurtenances thereunto belonging or in anywise appertaining, and all the estate, right, titie, interest, lien, equity and claim whatsoever of the said first party, either in law. or equity, to the only property use, benefit and behoof of the said IN WITNESS WHEREOF, The said first party has signed and sealed these presents the day and year first above written. signedy-sealeg and delivered in presence of: 741724 u L requires.) the in does said County of Bay State of Florida, to-wit: second party forever. Witness JEPFREY'D. E WuklKode NIKKI KORDA PALGUT Belyt STATE OF FLORIDA, COUNTY OF BAY HEREBY CERTIFY that on this day, before me, an officer duly authorized in the State aforesaid and in the County aforesaid to. take acknowledgments, personally appeared JEFFREY D, PALGUT and wife, NIKKI KORDA PALGUT to me known to be the persons described in and who executed the foregoing instrument and they acknowledged before me that they executed the same. WITNESS my hand and official seal in the County and State last aforesaid this day of March, A.D., 1989. RAe Se1 Notary Public NGI3/27/89:fh Notary Publisiated Reda7o, My Commission Epiregbie 1993 dendau fhiv leg'aa Documenlary Tax Pd. $55 lninnilla T n. t 11/25/24, 12:38F PM Detail by Entity Name DIVISION OF CORPORATIONS ION org CORPORTONE Phorine Denartment: oSlale / Divisionof Cororalians 1 SmarchResoris / Search by EnliyName I Detail by Entity Name Florida Profit Corporation CALLAWAY ANIMAL HOSPITAL, INC. Fillng.nformation Document Number FEI/EIN Number Date Filed State Status PrincipalAddress 247 NH HWY2 22A PANAMACITY FL 32404 Changed: 07/05/1984 Mailing Address 5530 Pinetree Rd Panama City, FL 32404 Changed: 04/19/2023 Registered Agent) Name & Address Palgut, Nikki K 5530 Pinetree Rd Panama City, FL 32404 Name Changed: 04/19/2023 Address Changed: 04/19/2023 Officer/Director Detail Name & Address Title P, VP, Secretary, Treasurer PALGUT, NIKKI 5530 PINETREE ROAD PANAMA CITY, FL32404 Annual Reports G31313 59-2313159 04/01/1983 FL ACTIVE htps/searhsunzongunyCoporaionsalonseuc.SeacResapaingapepereanylamadirsiomtpe-htassachameOrder-CALLAWA. 1/2 11/25/24, 12:38F PM Report Year 2022 2023 2024 Documentimages Detall by Entity Name Filed Date 04/11/2022 04/19/2023 04/24/2024 04/24/2024 -A ANNUALREPORI View magoi in PDF lormat 04/19/2023-A ANNUALREPORT Viewi imagei in PDF format 04/11/2022-- ANNUALI REPORT Viewi imagei inF PDF format 02/01/2021-/ ANNUALI REPORT Viewi imagei inF PDF format 01/30/2020--A ANNUALREPORI Viewi imagei in PDF format AT2IR-ARUALREPORT Viewi imagei inF PDF format 04/23/2018- = ANNUAL REPORT Viewi imagei inf PDF format 04/06/2017-- ANNUALI REPORT Viewi imagei in PDF format 03/17/2016-- ANNUALI REPORT Viewi imagei in PDF format 04/07/2015-- ANNUAL REPORT Viewi imagei ini PDF format 04/27/2014 - ANNUAL REPORT View imagei in PDF format 04/01/2013- - ANNUALI REPORT Viewi imagei inF POF format 03/24/2012. - ANNUAL REPORT View image inF PDF format 03/05/2011. -ANNUALI REPORT View image inF PDF format 03/31/2010 -A ANNUAL REPORT Viewi image in PDF format. 04124/2009 -A ANNUAL REPORT Viewi image inF PDF format 03/20/2008 ANNUAL REPORT Viewi imagei inF PDF format P9S2007-ANNVAL REPORT Viewi image inF PDF formal 03/23/2006- A ANNUALJ REPORT Viewi imagei in PDF format 04/24/2005- -A ANNUAL REPORT View imagei in PDF format 04/05/2004 - ANNUALJ REPORT Viewi image in PDF format 02/10/2003 = ANNUALE REPORT Viewi imagei in PDF format 05/14/2002: -ANNUALREPORI Viewi magei in! PDF format 94252001-ANMUAL REPORT View imagei in PDF format 04/24/2000 --ANNUALI REPORT Viewi imagei inF PDF format 04/22/1999: - ANNUALJ REPORT View imagei in PDF format 04/22/1998 --ANNUALE REPORT Viewi imagei in PDF format 04/17/1997 - ANNUAL REPORT View imagei inf PDF format 04/22/1996- - ANNUALREPORT View imagei inf PDF format 04/28/1995- ANNUALREPORT View imagei in PDF formal ntps/searchsumbiz.oiygury.CopoalonsemehSaarciesuiDataifhnguinope-éntpAamesdrecsionlyp-ntalisarchNamaOrderCALLAWA. 2/2 Agenda Item # 7 CITY OF CALLAWAY BOARD OF COMMISSIONERS AGENDA ITEM SUMMARY DATE: JANUARY 14, 2025 ITEM: RESOLUTION No. 25-01-FDOTI LAP. AGREEMENT - CHERRY STREET SIDEWALK PROJECT 1. PLACED ON AGENDA BY: Eddie Cook, City Managen 2. AGENDA: PRESENTATION PUBLIC HEARING OLD BUSINESS REGULAR 3. ISTHIS ITEM BUDGETED (IF APPLICABLE)?: YES E No NIA 4. - BACKGROUND: (wHY.WHAT.WHO.V WHERE, WHEN, HOW. & IDENTIFY ALLATTACHMENTS) FDOT, through its Local Agency Program (LAP), has awarded the City $528,511 in Federal Grants for sidewalks. The City intends to apply. these funds towards Construction and CEI of the Cherry Street-West Sidewalk project. FDOT requires acceptance of the agreement by Resolution as attached. ATTACHMENTS: Resolution No, 24-01 LAP Agreement 5. - REQUESTED MOTION/ACTION: COMMISSION APPROVAL OF RESOLUTION NO. 24-01 UPON ROLL-CALL VOTE. RESOLUTION: NO.25-01 A RESOLUTION OF THE CITY OF CALLAWAY, FLORIDA, APPROVING A LOCAL AGENCY PROGRAM AGREEMENT WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) FOR SIDEWALK IMPROVEMENTS: AUTHORIZING THE CITY MANAGER TO EXECUTE THE AGREEMENT; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Callaway has been allocated $528,511.00 in Federal Grants for WHEREAS, the City intends to apply these funds towards CEI & Construction of CR NOW THEREFORE BE IT RESOLVED by the City Commission of the City of SECTION 1. That the Local Agency Program Agreement is hereby approved with the Florida Department of Transportation for CEI & Construction of CR 3026 Cherry Street- West CEI & Construction; and, 3026 Cherry Street- West Side Sidewalks, Callaway as follows: Side, SECTION2. That the City Manager is hereby authorized to execute the Agreement, a copy of which is on file in the City Clerk's Office. SECTION: 3. This resolution shall become effective upon adoption. PASSED AND ADOPTED this 14th day of January 2025, by the CALLAWAY CITY COMMISSION meeting in regular session. CITY OF CALLAWAYFLORIDA By: Pamn Henderson, Mayor VOTE OF COMMISSION: Attest: Ashley Robyck, City Clerk Ayers Davis Griggs Henderson Pelletier APPROVED ASTO FORM ANDL LEGALITY FOR THE CITY OF CALLAWAY ONLY: Kevin Obos, City Attorney STATEOFF FLORIDA DEPARTMENT OF TRANSPORTATION, LOCAL AGENCY PROGRAM AGREEMENT PROGRAM MANAGEMENT 525-010-40 OGC/OOC-C 07/24 Page 10f15 FPN: 438106-2-58-01 Federal No (FAIN): D321027B Federal Award Date: Fund: TALLTALT Org Code: FLAIR Approp: FLAIR Obj: County No: 46-Bay FPN: 438106-2-68-01 Federal No (FAIN): D325007B Federal Award Date: Fund: TALT Org Code: FLAIR Approp: FLAIR Obj Contract No: FPN: Federal No (FAIN): Federal Award Date: Fund: Org Code: FLAIR Approp: FLAIR Obj;, Recipient Vendor No: F591005908004 Recipient Unique Entity ID (UEI) No: M7J1RBTDQNM5 Catalog of Federal Domestic Assistance (CFDA): 20.205 Highway Planning and Construction THIS LOCAL AGENCY PROGRAM AGREEMENT ("Agreement"), is entered into on by and between the State of Florida Department of Transportation, an agency, (This date to be entered by DOT only) of the State of Florida ("Department), and City of Callaway ("Recipient"). NOW, THEREFORE, in consideration of the mutual benefits to be derived from joint participation on the Project, the Parties 1. Authority: The Department is authorized to enter into this Agreement pursuant to Section 339.12, Florida Statutes. The Recipient by Resolution or other form of official authorization, a copy of which is attached as Exhibit "D" and made a part of this Agreement, has authorized its officers to execute this Agreement on its 2. Purpose of Agreement: The purpose of this Agreement is to provide for the Department's participation in CR 3026 CHERRY STREET WEST SIDE, as further described in Exhibit "A", Project Description and Responsibilities attached to and incorporated in this Agreement ("Project"), to provide Department financial assistance to the Recipient; state the terms and conditions upon which Department funds willl be provided; and 3. Term of Agreement: The Recipient agrees to complete the Project on or before 12/31/2025. Ift the Recipient does not complete the Project within thist time period, this Agreement wille expire on the last day of the scheduled completion as provided in this paragraph unless an extension of the time period is requested by the Recipient and granted, in writing by thel Department prior to the expiration oft this Agreement. Expiration oft this Agreement will be considered termination of the Project. The cost of any work performed after the term of this Agreement agree tot thef following: behalf. to set forth the manner in which the Project will be undertaken and completed. will not be reimbursed by the Department. 4. Project Cost: a. The estimated cost of the Project is $ 528,511. This amount is based upon the Schedule of Financial Assistance in Exhibit "B", attached to and incorporated in this Agreement. Exhibit "B" may be modified b. The Department agrees to participate in the Project cost up to the maximum amount of $528,511 and as more fully described in Exhibit"B", This amount includes Federal-aid funds which are limited tot the actual amount of Federal-aid participation. The Department's participation may be increased or reduced upon determination of the actual bid amounts of the Project by the mutual execution of an amendment. The Recipient agrees to bear all expenses in excess of the total cost of the Project and any deficits incurred in Project costs eligible for Department participation will be allowed only from the date of this Agreement. It by mutual execution of an amendment as provided for in paragraph 5.i. connection with the completion of the Project. is understood that Department participation in eligible Project costs is subject to; STATEOF FLORIDA DEPARTMENT OFT TRANSPORTATION LOCAL AGENCY PROGRAM AGREEMENT PROGRAMA MANAGEMENT 525-010-40 OGCI00C-07/24 Page2 2015 Legislative approval of the Department's appropriation request in the work program year that the Project is scheduled to be committed; ii. Availability off funds as stated in paragraphs 5.1, and 5.m. of this Agreement; ii, Approval of all plans, specifications, contraçts or other obligating documents and all other terms of iv. Department approval of the Project scope and budget at thet time appropriation authority becomes this Agreement: and available. 5. Requisitions and Payments a. The Recipient shall provide quantifiable, measurable, and verifiable units of deliverables. Each deliverable must specify the required minimum! level of service to be performed andt the criteriat fore evaluating successful completion. The Project andi the quantifiable, measurable, and verifiable units of deliverables are described Invoices shall be submitted by the Recipient in detail sufficient for a proper pre-audit and post-audit based on the quantifiable, measurable and verifiable units of deliverables as established in Exhibit' "A". Deliverables must be received and accepted in writing by the Department's Project Manager prior to payments. Requests for reimbursement byt the Recipient shalli include an invoice, progress report and supporting documentation for the period ofs services being billed that are açceptable tot the Department The Recipient shall use the format for the invoice and progress report that is approved by, the The Recipient shall charge to the Project account all eligible costs of the Project except costs agreed to be borne by the Recipient or its contractors and subcontractors. Costs in excess of the programmed funding or attributable to actions which have not received the required approval of the Department shall not be considered eligible costs. All costs charged to the Project, including any approved services contributed by the Recipient or others, shall be supported by properly executed. payrolls, time records, invoices, contracts d. Supporting documentation must establish that the deliverables were received and accepted in writing by the Recipient and must also establish that the required minimum level of service to be performed based on the criteria for evaluating successful completion as specified in Exhibit "A" was met. All costs invoiced shall be supported by properly executed payrolls, time records, invoices, contracts or vouchers evidencing in proper detail the nature and propriety of charges as described in Exhibit "F", Contract Payment Bills for travel expenses specifically authorized in this Agreement shall be submitted on the Department's Contractor Travel Form No. 300-000-06 and will be paid in accordance with Section 112.061, Florida Statutes and the most current version of the Disbursement Handbook for Employees and Managers. Payment shall be made only after receipt and approval of goods and services unless advance payments are authorized by the Chief Financial Officer of the State of Florida under Chapters 215 and 216, Florida Statutes or the Department's Comptroller under Section 334.044(29), Florida Statutes. more fully in Exhibit "A", Department. or vouchers evidencing in proper detail the nature and propriety of the charges. Requirements. If this box is selected, advance payment is authorized for this Agreement and Exhibit "H" Alternative Advance Payment Financial Provisions is attached andi incorporated into this Ifthe Department determines that the performance of the Recipient is unsatisfactory, the Department shall notify the Recipient of the deficiency to be corrected, which correction shall be made within a time-frame to be specified byt the Department. The Recipient shall, within thirty (30) days after notice fromt the Department, provide thel Department: with a corrective action plan describing howt the Recipient will address all issues of contract non-periormance, unacceptable performance, failure to meet the minimum performance levels, deliverable deficiencies, or contract non-compliance. If the corrective action plan is unacceptable to the Agreement. STATEOFF FLORIDA DEPARTMENT OF TRANSPORTATION LOCAL AGENCY PROGRAM AGREEMENT PROGRAM! MANAGEMENT 525-010-40 00C/0OC-07/24 Page: 30f15 Department, the Recipient will) not be reimbursed to the extent of the non-performance. The Recipient will not be reimbursed until the Recipient resolves the deficiency. Ift the deficiency is subsequently resolved, the Recipient may billt the Department for the unpaid reimbursement request(s) during the next billing period. If the Recipient is unable to resolve the deficiency, the funds shall bef forfeited at the end oft the Agreement's Agencies providing goods and services to the Department should be aware of the following time frames. Inspection and approval of goods or services shall take no longer than 20 days from the Department's receipt of the invoice. The Department has 20 days to deliver a request for payment (voucher) to the Department of Financial Services. The 20 days are measured from the latter of the date the invoice is Ifa payment is not available within 40 days, a separate interest penalty at a rate as established pursuant to Section 55.03(1), F.S., will be due and payable, in addition to the invoice amount, to the Recipient. Interest penalties of less than one (1) dollar wil not be enforced unless the Recipient requests payment. Invoices that have to be returned to an Recipient because of Recipient preparation errors will result in a delay in the payment. The invoice payment requirements do not start until ap properly completed invoice is AN Vendor Ombudsman has been established within the Department of Financial Serviçes. The duties of this individual include acting as an: advocate for Agencies who may be experiencing problems in obtaining timely payment(s) from a state agency, The Vendor Ombudsman may be contacted at (850) 413-5516, h. The Recipient shall maintain an accounting system or separate accounts to ensure funds and projects are tracked separately. Records of costs incurred under the terms oft this Agreement shall be maintained and made available upon request to the Department at all times during the period oft this Agreement and for five years after final payment is made. Copies of these documents and records shall be furnished to the Department upon request. Records of costs incurred include the Recipient's general accounting records and the project records, together with supporting documents and records, of the contractor and all subcontractors performing work on the project, and all other records of the Contractor and subcontractors Prior to the execution of this Agreement, al Project schedule of funding shall be prepared by the Recipient and approved by the Department. The Recipient shall maintain said schedule of funding, carry out the Project, and shalli incur obligations against and make disbursements of Project funds onlyi in conformity with the latest approved schedule of funding for the Project. The schedule of funding may be revised by execution of a Local Agency Program ("LAP") Supplemental Agreement between the Department and the Recipient. The Recipient acknowledges and agrees that funding for this project may be reduced upon If, after Project completion, any claim is made by the Department resulting from an audit or for work or services performed pursuant to this Agreement, the Department may offset such amount from payments due for work or services done under any agreement which it has with the Recipient owing such amount if, upon demand, payment oft the amount is not made within 60 days tot the Department. Offsetting any amount pursuant to this paragraph shall not be considered a breach of contract by thel Department. The Recipient must submit the final invoice on the Project to the Department within 120 days after the completion of the Project. Invoices submitted after the 120-day time period may not be paid. The Department's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. Ifthe Department's funding fort this Project is in multiple fiscaly years, funds approval from the Department's Comptroller must be received each fiscal year prior to costs being incurred. See Exhibit "B" for funding levels by fiscal year. Project costs utilizing these fiscal year funds are not eligible for reimbursement fi incurred prior tot funds approval being received, The Department will notify the m. Int the event this Agreement is in excess of $25,000 and has a term for a period of more than one year, the term. received or the goods or services are received, inspected, and approved. provided tot the Department. considered necessary by the Department for a proper audit of costs, determination of the Recipient's contract award amount. Recipient, in writing, when funds are available. provisions of Section 339.135(6)(a), Florida Statutes, are hereby incorporated: STATEOFF FLORIDAL DEPARTMENT OF TRANSPORTATION LOCAL AGENCY PROGRAM AGREEMENT PROGRAM MANAGEMENT 525-010-40 OGCIOOC-07/4 Page4 40f15 "The Department, during any fiscal year, shall not expend money, incur any liability, or enter into any contract which, byi its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written, made in violation of this subsection is null and void, and no money may be paid on such contract. The Department shall require a statement from the comptroller oft the Department that funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding 1 year, but any contract so made shall be exeçutory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years, and this paragraph shall bei incorporated verbatimi in all contracts of the Department which are for an amount in excess of $25,000 and which have a term for a period of more than 15 year." 6. Department Payment Obligations: by notice in writing not to make a payment if: Subject to other provisions of this Agreement, the Department will honor requests for reimbursement to the Recipient pursuant to this Agreement. However, notw/ithstanding any other provision of this Agreement, the Department may elect a. The Recipient shall have made misrepresentation of a material nature in its appliçation, or any supplement on amendment to its application, or with respect to any document or data furnished with its application or pursuant to b. There is any pending litigation with respect to the performance by the Recipient of any of its duties or obligations which mayj jeopardize or adversely affect the Project, the Agreement or payments to the Project: The Recipient shall have taken any action, pertaining to the Project which, under this Agreement, requires the approval of the Department or has made ar related expenditure ori incurred related obligations without having been this Agreement; advised by the Department that same are approved; d. There has been any violation of the conflict of interest provisions contained inj paragraph 14.f or e. The Recipient has been determined byt the Department to bei in default under: any oft the provisions of the Agreement. Thel Department may suspend or terminate payment for that portion of thel Project which thel Federal Highway Administration In determining the amount of the payment, the Department will exclude all Project costs incurred by the Recipient prior to the Department'si issuance of al Notice to Proceed ("NTP"), costs incurred after the expiration of the Agreement, costs which are not provided for in the latest approved schedule off funding in Exhibit "B" for the Project, costs agreed to be borne by the Recipient or its contractors and subcontractors for not meeting the Project commencement. and final invoice time lines, and costs attributable to goods or services received under a contract or other arrangements which have noth been approved ("FHWA"), or the Department acting in lieu of FHWA, may designate as ineligible for Federal-aid. in writing by the Department. 7. General Requirements: The Recipient shall complete the Project with all practical dispatch, in a sound, economical, and efficient manner, and in accordance with the provisions int this Agreement, and all applicable laws. The Project will be performed in accordance with all applicable Department procedures, guidelines, manuais, standards, and directives as described in the Department's Local Agency Program Manual (FDOT Topic No. 525-010-300), which by this reference is made a part of this Agreement. Time is of the essence as to each and every obligation under this Agreement. a. Afullt time employee of the Recipient, qualified to ensure that thev work being pursued is complete, accurate, and consistent with the terms, conditions, and specifications of this Agreement shall be in responsible charge of the Project, which employee should be able to perform the following duties and functions: STATEOFF FLORIDA DEPARTMENT OF TRANSPORTATION LOCAL AGENCY PROGRAM AGREEMENT PROGRAM MANAGEMENT 525-010-40 OGCI0OC-07/24 Pagosof15 Administers inherently governmental project açtivities, including those dealing with cost, time, adherence to contract requirements, construction quality and scope of Federal-aid projects; ii. Maintains familiarity of day to day Project operations, including Project safety issues; iii. Makes or participates in decisions about changed conditions or scope changes that require iv. Visits and reviews the Project on a frequency thati is commensurate with the magnitude and V. Reviews' financial processes, transactions and documentation to ensure that safeguards are in vi. Directs Project staff, agency or consultant, to carry out Project administration and contract vii. Is aware of the qualifiçations, assignments and on-the-job performance of the Recipient and b. Once the Department issues the NTP for the Project, the Recipient shall be obligated to submit an invoice oro other request for reimbursement to the Department no less than once every 90 days (quarterly), beginning from the day the NTP is issued. If the Recipient fails to submit quarterly invoices to the Department, and in the event the failure to timely submit invoices to the Department results in the FHWA removing any unbilled funding or the loss of state appropriation authority (which may include the loss of state andf federal funds, ifthere are: state funds programmed tot the Project), then the Recipient will bes solely. responsible toj provide alll funds neçessary to complete the Project and the Department will not be obligated top provide any additional funding fort the Project. The Recipient waives the right to contest such removal of funds byt the Department, ift the removal is related tol FHWAswithdrawal. of funds or ift the removali is related to the loss of state appropriation authority. In: addition to the loss of funding fort the Project, the Department will also consider the de-certification of the Recipient for future LAP Projects. No cost may be incurred under this Agreement until after the Recipient has reçeived a written NTP from the Department. The Recipient agrees to advertise or put the Project out to bid thirty (30) days from the date the Department issues the NTP to advertise the Project. Ift the Recipient is not able to meet the scheduled advertisement, Ifall funds are removed from the Project, including amounts previously billed. to the Department and reimbursed to the Recipient, and the Project is off the State Highway System, then the Department will have to request repayment for the previously billed amounts from the Recipient. No state funds can be used on off-system projects, unless authorized pursuant to Exhibit "", State Funds Addendum, which will be attached to and incorporated in this Agreement int the event state funds are used on the Project. d. Int the event that any election, referendum, approval, permit, notice or other proceeding or authorization is required under applicable law to enable the Recipient to enter into this Agreement or to undertake the Project ort to observe, assume or carry out any of the provisions of the Agreement, thel Recipient willi initiate and consummate, as provided by law, all actions necessary with respect to any such matters. The Recipient shall initiate and prosecute to completion all proceedings necessary, including Federal-aid requirements, to enable the Recipient to provide the necessary funds for completion oft the Project. The Recipient shall submit to the Department such data, reports, reçords, contraçts, and other documents relating to the Project as the Department and FHWA may require. The Recipient shall make such. Federal-aid funds shall not participate in any cost which is noti incurred in conformity with applicable federal and state laws, ther regulations in 23 Code of Federal Regulations (C.F.R.) and 49 C.F.R, and policies and procedures prescribed by the Division. Administrator of FHWA. Federal funds shall not be paid on account of any cost incurred prior to authorization by FHWA to the Department to proceed with the Project or part change orders or supplemental agreements; complexity of the Project; place to minimize fraud, waste, and abuse; oversight, including proper documentation; consultant staff at all stages of the Project. the Department District LAP Administrator should be notified as soon as possible, submissions using Deparment-desgnated information systems. STATEOFF FLORIDAD DEPARTMENT OF TRANSPORTATION LOCAL AGENCY PROGRAM AGREEMENT PROGRAMA MANAGEMENT 525-010-40 OGCI0OC-0724 Page6of15 thereof involving such cost (23 C.F.R. 1.9 (a)). If FHWA or the Department determines that any amount claimed is not eligible, federal participation may be approved in the amount determined to be adequately supported andt the Department shall notify thel Recipient in writing citingt ther reasons why items and amounts are not eligible for federal participation. Where correctable non-compliance with provisions of law or FHWA requirements exists federal funds may bey withheld until compliance is obtained. Where non-compliance is not correctable, FHWA or the Department may deny participation in parcel or Project costs in part or in total. For any amounts determined to be ineligible fort federal reimbursement for which the Department has advanced payment, the Recipient shall promptly reimburse the Department for all such amounts within 90 h. For any project requiring additional right-of-way, the Recipient must submit to the Department an annual report ofi its real property acquisition and relocation assistance activities on the project. Activities shall be reported on af federal fiscal year basis, from October 1 through September 30. The reportmust bey prepared using the format prescribed in 49C.F.R. Part 24, Appendix B, and be submitted tot the Department no later days of written notice. than October 15 of each year. 8. Audit Reports: The administration of resources awarded through the Department to the Recipient by this Agreement may be subject to audits and/or monitoring by the Department The following requirements do not limit the authority of the Department to conduct or arrange for the conduct of additional audits or evaluations of federal awards or limit the authority of any state agency inspector general, the State of Florida Auditor General, or any other state official. The Recipient shall comply with a. In addition to reviews of audits conducted inj accordance with 2 CFR Part 200, Subpart F - Audit Requirements, monitoring procedures may include, but not bel limited to, on-site visits by Department staff and/or other procedures including, reviewing any, required performance and financial reports, following up, ensuring corrective action, and issuing management decisions on weaknesses found through audits when those findings pertain to federal awards provided through the Department by this Agreement, By entering into this Agreement, the Recipient agrees to comply and cooperate fully with any monitoring procedures/processes deemed appropriate by the Department. The Recipient further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Department, State of Florida Chief Financial Officer ("CFO"), or State of Florida Auditor General, b, The Recipient, a non-federal entity as defined by 2 CFR Part 200, as a subrecipient of a federal award awarded by all audit and audit reporting requirements as specified below. the Department through this Agreement is subject to the following requirements: In the event the Recipient expends a total amount of federal awards equal to or in excess of the threshold established by 2 CFR Part 200, Subpart F - Audit Requirements, the Recipient must have a federal single or program-spec.ific audit for such fiscal year conducted in accordance with the provisions of 2 CFR Part 200, Subpart F - Audit Requirements. Exhibit "E" to this Agreement provides the required federal award dentification information needed by the Recipient tof further comply with the requirements of 2 CFR Part 200, Subpart F - Audit Requirements. In determining federal awards expended ini a fiscal year, the Recipient must consider all sources of federal awards based on when the açtivity related to the federal award occurs, including the federal award provided through thel Department byt this Agreement. The determination of amounts oft federal awards expended should be in accordance with the guidelines established by 2 CFR Part 200, Subpart F - Audit Requirements. An audit conducted by the State of Florida Auditor General in accordance with the provisions of 2CFR Part 200, Subpart F - Audit Requirements, will meet the requirements of this part. ii, In connection with the audit requirements; the Recipient shall fulfill the requirements relative to the auditee responsibilities as provided in 20 CFR Part 200, Subpart F. -Audit Requirements. STATEOF FLORIDAL DEPARTMENT OFT TRANSPORTATION LOCAL, AGENCY PROGRAM AGREEMENT PROGRAMN MANAGEMENT 525-010-40 OGC/OOC- 07/24 Page70f16 iii. In the event the Recipient expends less than the threshold established by 2 CFR Part 200, Subpart F - Audit Requirements, in federal awards, the Recipient is exempt from federal audit requirements for that fiscal year. However, the Recipient must provide a single audit exemption statement to the Department at DOTSAssAssmau no later than nine months after the end of the Recipient's audit period for each applicable audit year. Int the event the Recipient expends less than the threshold established by 2 CFR Part 200, Subpart F - Audit Requirements, in federal awards in a fiscal year and elects to have an audit conducted in accordance with the provisions of2CFR Part 200, Subpart F - Audit Requirements, the cost of the audit must be paid from non-federal resources (.e., the cost of such an audit must be paid from the iv. The Recipient must electronically submit to the Federal Audit Clearinghouse ("FAC") at ntps/narvester.census.goV/acweb) the audit reporting package as required by 2 CFR Part 200, Subpart F. - Audit Requirements, within the earlier of 30 calendar days after receipt of the auditor's report(s) or nine months after the end oft the audit period. The FAC is the repository of record for audits required by 2 CFR Part 200, Subpart F - Audit Requirements, and this Agreement. However, the Department requires a copy of the audit reporting package also bes submitted to DOTSneAgatRasia.w us within the earlier of 30 calendar days after receipt of the auditor's report(s) or niner months after the end of the audit period as required by 2CFR Part Within six months of acceptance oft the audit report by the FAC, the Department will review the Recipient's audit reporting package, including corrective action plans and management letters, to the extent neçessary to determine whether timely and appropriate action on all deficiencies has been taken pertaining to the federal award provided through the Department by this Agreement. If the Recipient fails to have an audit conducted in accordançe with 2 CFR Part 200, Subpart F - Audit Requirements, the Department may impose additional conditions to remedy noncompliance. If the Department determines that noncompliance cannot be remedied by imposing additional conditions, the Department may take appropriate actions to enforce compliance, which Recipient's resources obtained from other than federal entities). 200, Subpart F = Audit Requirements. actions may include but not be limited to the following: 1 Temporarily withhold cash payments pending correction of the deficiency by the Recipient 2. Disallow (deny both use of funds and any applicable matching credit for) all or part oft the 4. Initiate suspension or debarment proceedings as authorized under 2 C.F.R. Part 180 and federal awarding agency regulations (or in the case of the Department, recommend such a or more severe enforcement action by the Department; cost of the activity or action not in compliance; 3. Wholly or partly suspend or terminate the federal award; proceeding be initiated by the federal awarding agency); 5. Withhold further federal awards fort the Project or program; Take other remedies that may be legally available. vi. As a condition of receiving this federal award, the Recipient shall permit the Department or its designee, the CFO, or State of Florida Auditor General access to the Recipient's records including financial statements, the independent auditor's working papers, and project records as necessary. Records related to unresolved audit. findings, appeals, or litigation shall be retained until the action is complete or the dispute is resolved. Vii. The Department's contact information for requirements under this part is as follows:, Office of Comptroller, MS24 605 Suwannee Street Tallahassee, Florida 32399-0450 DOTSingleAudit@otstate.f.us The Recipient shall retain sufficient records demonstrating its compliancer witht thet terms of this Agreement for a period oft five years from the date the audit report is issued and shall allow the Department or its designee, the CFO, or State of Florida Auditor General access to such records upon request. The Recipient shall ensure that the audit working papers are made available to the Department or its designee, the CFO, or State of Florida Auditor General upon request for a period of fivey years from the datet the audit report isi issued, unless extended iny writing byt thel Department. STATEOFFLORIDAI DEPARTMENT OFT TRANSPORTATION LOCAL AGENCY PROGRAM, AGREEMENT PROGRAMI MANAGEMENT 525-010-40 OGCI00C-0724 PageB Bof15 9. Termination or Suspension of Project: The Department may, by written notice to the Recipient, suspend any or all of the Department's obligations under this Agreement for the Recipient's failure to comply with applicable law or the terms of this Agreement until such time as the event or condition resulting in such suspension has ceased or been corrected. a. Ifthe Department intends to terminate the Agreement, the Department shall notify the Recipient of such termination in writing at least thirty (30) days prior to the termination oft the Agreement, with instructions to the effective date of termination or specify the stage of work at which the Agreement is to be terminated, b. The Parties to this Agreement may terminate this Agreement when its continuation would not produce beneficial results commensurate with the further expenditure of funds. In this event, the Parties shall agree Ifthe Agreement is terminated before performance is completed, the Recipient shall be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment, howèver, may not exceed the equivalent percentage of the Department's maximum financial assistance. If any portion oft the Project is located on the Department's right-of-way, then all work in progress on the Department right-of- way will become the property of the Department and willl be turned over promptly by the Recipient. d. In the event the Recipient fails to perform or honor the requirements and provisions of this Agreement, the Recipient shall promptly refund in full to the Department within thirty (30) days of the termination of the Agreement any funds that were determined by the Department: to have been expended in violation oft the e. The Department reserves the right to unilaterally cancel this Agreement for failure by the Recipient to upon the termination conditions, Agreement. comply with the Public Records provisions of Chapter 119, Florida Statutes. 10. Contracts of the Recipient: a. Except as otherwise authorized in writing by the Department, the Recipient shall not execute any contract or obligate itself in any manner requiring the disbursement of Department funds, including consultant or construction contracts or amendments thereto, with any third party with respect to the Project without the written approval of the Department. Failure to obtain such approval shall be sufficient cause for nonpayment by the Department. The Department specifically reserves the right to review the qualifications of any consultant or contractor and to approve or disapprove the employment of such consultant or b. Itisu understood and agreed by the parties tot this Agreement that participation byt the Department in a project with the Recipient, where said project involves a consultant: contract for engineering, architecture or surveying services, is contingent on the Recipient's complying in full) with provisions of Section. 287.055, Florida Statutes, Consultants' Competitive Negotiation Act, the federal Brooks Act, 23 C.F.R. 172, and 23 U.S,C. 112, At the discretion of the Department, the Recipient willi involve thel Department in the consultant selection process for all projects funded under this Agreement. In all cases, the Recipient shall certify to the Department that selection has been accomplished in compliançe with the Consultants' Competitive The Recipient shall comply with, and require its consultants and contractors to comply with applicable federal law pertaining to the use of Federal-aid funds. The Recipient shall comply with the provisions in the FHWA-1273 form as set forth in Exhibit' "G", FHWA 1273 attached to and incorporated int this Agreement. The Recipient shall include FHWA-1273 in all contracts with contractors performing work on the Project. d. The Recipient shall require its consultants and contractors to take emergency steps to close any public road whenever thère is a risk to life, health and safety of the travelling public. The safety of the travelling public is the Department's first priority for the Recipient. If lane or road closures are required by the LAto ensure the life, health, and safety of the travelling public, the LA must notify the District Construction Engineer and! District" Traffic Operations Engineer immediately once thet travelling public are nota ati imminent risk. The Department expects professional engineering judgment be applied in all aspects of locally contractor. Negotiation Act and the federal Brooks Act. STATEOFFLORIDAD DEPARTMENT OF TRANSPORTATION LOCAL AGENCY PROGRAM AGREEMENT PROGRAMA MANAGEMENT 525-010-40 OGCI0OC-0724 Page9of15 delivered projects. Defect management and supervision of LAP project structures çomponents must be proactively managed, monitored, and inspected by department prequalified structures engineer(s). The District Construction Engineer must be notified immediately of defect monitoring that occurs in LAP project construction, whether or not the defects are considered an imminent risk to life, health, or safety of the travelling public. When defects, including but not limited to, structural cracks, are initially detected during bridge construction, the engineer of record, construction engineering inspector, design-build firm, or local agency that owns or is responsible for the bridge construction has the authority to immediately close the bridge to construction personnel and close the road underneath. The LA shall also ensure, compliance with the CPAM, Section 9.1.8 regarding actions for maintenance of traffic and safety concerns. 11. Disadvantaged Business Enterprise (DBE) Policy and Obligation: Itis the policy of the Department that DBE's, as defined in 49 C.F.R. Part 26, as amended, shall have the opportunity to participate in the performance of contracts financed in whole or in part with Department funds under this Agreement. The The Recipient and its contractors agree to ensure that DBE's have the opportunity to participate int the performance of this Agreement. In this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with applicable federal and state laws and regulations to ensure that the DBE's have the opportunity to compete for and perform contracts. The Recipient and its contractors and subcontractors shall not discriminate on the basis of race, color, national DBE requirements of applicable federal and state laws and regulations apply to this Agreement. origin or sex in the award and performance of contracts, entered pursuant to this Agreement. 12. Compliance with Conditions and Laws: The Recipient shall comply and require its contractors and subcontractors to comply with all terms and conditions of this Agreement and all federal, state, and local laws and regulations applicable to this Project. Execution of this Agreement constitutes a certification that the Recipient is in compliance with, and will require its contractors and subcontractors to comply with, all requirements imposed by applicable federal, state, and local laws and regulations, including the. "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered" Transactions," in4 49 C.F.R. Part 29, and2C.F.R. Part 200 when applicable. 13. Performance Evaluations: Recipients are evaluated on a project-by-project basis. The evaluations provide information about oversight needs and provide input for the recertification process. Evaluations are submitted to the Recipient's person in responsible charge or designee as part of the Project closeout process. The Department provides the evaluation to the Recipient no more than 30 days after final acceptance, Each evaluation will result in one of three ratings. A rating of Unsatisfactory, Performance means the Recipient failed to develop the Project in accordance with applicable federal and state regulations, standards and procedures, required excessive District nvolvemenloversignt. or the Project was brought in-house by the Department. A rating of Satisfactory Performance means the Recipient developed the Project in accordance with applicable federal and state regulations, standards and procedures, with minimal District involvemenloversgnt. Arating of Above Satisfactory Performance means the Recipient developed the Project in accordance with applicable federal and state regulations, standards and procedures, andt the Department did not have to exceed the minimum oversight and monitoring requirements identified for the b. The District will determine which functions can be further delegated to Recipients that continuously earn project. Satisfactory and Above Satisfactory evaluations. 14. Restrictions, Prohibitions, Controls, and Labor Provisions: subcontractors to include in each: subcontract the following provisions: During the performance of this Agréement, the Recipient agrees as follows, and agrees to require its contractors and a. The Recipient will comply with all the requirements imposed by Title VI oft the Civil Rights Act of 1964, the regulations oft the U.S. Department of Transportation issued thereunder, and the assurance byt the Recipient pursuant thereto. The Recipient shall include the attached Exhibit "C",Title VI Assurances in all contracts STATEOFF FLORIDAL DEPARTMENT OF1 TRANSPORTATION LOCAL AGENCY PROGRAM AGREEMENT PROGRAMI MANAGEMENT 525-010-40 OGC/00C-07/24 Page 100f15 with consultants and contractors performing work on the Project that ensure compliance with Title) VI of the The Recipient will comply with all the requirements as imposed by the ADA, the regulations oft the Federal A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may nots submit a bid on a contract to provide any goods or services to a public entity; may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids on leases of real property to ap 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 in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the d. In accordance with Section 287,134, Florida Statutes, an entity or affiliate who has been placed on the Discriminatory Vendor List, kept by the Florida Department of Management Services, may not submit ab bid on a contract top provide goods or services to a public entity; may not submit al bid on a contract with aj public entity fort the construction or repair of a public building or public work; may nots submit bids 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 nott transact business with any public entity. Anentity or affiliate who has had its Certificate of Qualification suspended, revoked, denied or have further been determined by the Department to be a non-responsible contractor may not submit a bid or perform work for the construction on repair ofa a public building or public work on a contract with the Recipient. Neither the Recipient nor any of its contractors or their subcontractors shall enter into any contract, subcontract. or arrangement in connection with the Project or any property included or planned to be included in the Project in which any member, officer or employee of the Recipient or the locality during tenure or for 2 years thereafter has any interest, direct or indirect. If any such present or former member, officer or employee involuntarily acquires or had acquired priort toi thel beginning of tenure any suchi interest, and if such interest is immediately disclosed to the Recipient, the Recipient, with prior approval of the Department, may waive the prohibition contained in this paragraph provided that any such present member, officer or employee shall not participate in any action by the Recipient or the locality relating to such contract, subcontract or arrangement. The Recipient shall insert in all contracts entered into in connection with the Project or any property included or planned to be included in any Project, and shall require its "No member, officer or employee of the Recipient or of the locality during his tenure or for 2 years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof." The provisions of this paragraph shall not be applicable to any agreement between the Recipient and its fiscal depositories or to any agreement for utility services the rates for which are fixed or controlled by a No member or delegate to the Congress oft the United States shall be admitted to any share or part oft this Civil Rights Act of 1964, 49 C.F.R. Part 21, and related statutes and regulations. Government issued thereunder, and assurance by the Recipient pursuant thereto. convicted vendor list. contractors to insert in each of their subcontracts, thet following provision: governmental agency. Agreement or any benefit arising therefrom. 15. Indemnification and Insurance: a. Itis specifically agreed between the parties executing this Agreement that it is not intended by any of the provisions of any part. of this Agreement to create in the public or any. member thereof, a third-party beneficiary under this Agreement, or to authorize anyone not a party to this Agreement to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Agreement, The Recipient guarantees the payment of all, just claims for materials, supplies, tools, or labor and other just claims against the Recipient or any subcontractor, in connection with this Agreement. STATE OF FLORIDAL DEPARTMENT OF TRANSPORTATION LOCAL AGENCY PROGRAM AGREEMENT PROGRAM MANAGEMENT 525-010-40 OGCI00C-07/24 Page 110f15 b. Tot thee extent provided by law, Recipient shall indemnify, defend, and hold harmless the Department against any actions, claims, or damages arising out of, relating to, or resulting from negligent or wrongful act(s) of Recipient, or any of its officers, agents, or employees, acting within the scope of their office or employment, in connection with the rights granted to or exercised by Recipient hereunder, to the extent and within the limitations of Section 768.28, Florida Statutes Thei foregoing indemnification shall not constitute a waiver of the Department's or Recipient's sovereign immunity beyond the limits set forth in Florida Statutes, Section 768, 28, nor shall the same be construed to constitute agreement by Recipient to indemnify the Department for the negligent acts or omissions oft the Department, its officers, agents, or employees, or for the acts of third parties. Nothing herein shall be construed as consent by Recipient to be sued by third parties in any manner arising out of this Agreement. This indemnification shall survive the termination of Recipient agrees to include the following indemnification in all contracts with, contractors, subcontractors, consultants, or subconsultants (each referred to as "Entity" for the purposes of the below indemnification) "To the extent provided by law, [ENTITYI shall indemnify defend, and hold harmless the [RECIPIENTI and the State of Florida, Department of Transportation, including the Department's officers, agents, and employees, against any actions, claims, or damages arising out of, relating to, or resulting from negligent or wrongful act(s) of [ENTITY), or any of its officers, agents, or employees, acting within the scope of their office or employment, in connection with the rights The foregoing indemnification shall not constitute a waiver oft the Department's or RECIPIENTIS sovereign immunity beyond the limits set forth in Florida Statutes, Section 768.28. Nor shall the same be construed to constitute agreement by [ENTITYI to indemnify [RECIPIENTI for the negligent acts or omissions of [RECIPIENT), its officers, agents, or employees, or third parties. Nor shall the same be construed to constitute agreement by [ENTITY) to indemnify the Department for the negligent acts or omissions of the Department, its officers, agents, or employèes, or third d. The Recipient shall, or cause its contractor or consultant to carry and keep in force, during the term of this Agreement, a general liability insurance policy or policies with a company or companies authorized to do business in Florida, affording public liability insurance with combined bodily injury limits of at least $200,000 per person and $300,000 each. occurrence, and property damage insurance of at least $200,000 each occurrence, for the services to be rendered in accordance with this Agreement. The Recipient shall also, or cause, its contractor or consultant to carry and keep in force Workers' Compensation Insurance as required by the State of Florida under the Workers' Compensation Law. With respect to any general liability. insurance policy required pursuant to this Agreement, all such policies shall be issued by companies licensed to do business in the State of Florida, The Recipient shall provide to the Department certificates showing the required coverage to be in effect with endorsements showing the Department to be an additional insured prior to commencing any work under this Agreement Policies that include Self Insured Retention will not be accepted. The certificates and policies shall provide that in the event of any material change in or cancellation of the policies reflecting the required coverage, thirty days advance notice shall this Agreement. who perform work in connection with this Agreement: granted to or exercised by [ENTITY). parties. This indemnification shall survive the termination of this Agreement." be given to the Department or as provided in accordance with Florida law. 16. Maintenance Obligations: In the évent the Project includes construction then the following provisions are incorporated into this Agreement: a. The Recipient agrees to maintain any portion of the Project not located on the State Highway System constructed under this Agreement for its useful life If the Recipient çonstructs any improvement on Department right-of-way, the Recipient shall shall not N/A STATE OF FLORIDAD DEPARTMENT OF TRANSPORTATION LOCAL AGENCY PROGRAM AGREEMENT PROGRAM MANAGEMENT 525-010-40 OGC/00C-0724 Page 120f15 maintain the improvements located on the Department right-of-way for their useful life. If the Recipient is required to maintain Project improvements located on the Department right-of-way beyond final açceptance, then Recipient shall, prior to any disbursement of the state funding provided under this Agreement, also execute a Maintenance Memorandum of Agreement in a form that is acceptable to the Department, The Recipient has agreed to the foregoing by resolution, and such resolution is attached and incorporated into this Agreement as Exhibit "D". This provision will survive termination of this Agreement. a. The Recipient will be solely responsible for compliance with all applicable environmental regulations, for any liability arising from non-compliance with these regulations, and will reimburse the Department for any lossi incurred in connection therewith. Thel Recipient willl ber responsible for securing any applicable permits. The Recipient shalli include in all contracts and subcontracts for amounts in excess of $150,000, ap provision requiring compliance with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251- 0. The Department shall not be obligated or liable hereunder to any, individual or entity not a party to this Innoe event shall the making by the Department of any payment to the Recipient constitute or be construed as a) waiver by the Department of any breach of covenant or any default which may, then exist on the part oft the! Recipient and the making of such payment byt the Department, while any such breach or default shall exist, shall in no way impair or prejudice any. right or remedy available to the Department with respect to d. Ifany provision of this Agreement is held invalid, the remainder of this Agreement shall not be affected. In such an instance, the remainder would then continue to conform to the terms and requirements of . By execution of the Agreement, the Recipient represents that it has not paid and, also agrees not to pay, any bonus or commission for the purpose of obtaining an approval of its appliçation for the financing Nothing int the Agreement shall require the Recipient to observe or enforce compliance with any provision or perform any act or do any othert thing in contravention of any applicable state law. Ifany oft thej provisions oft the Agreement violate any applicable state law, the Recipient willa at once notify the Department in writing in order that appropriate changes and modifications may be made by the Department and the Recipient to Int the event that this Agreement involves constructing and équipping of facilities, the Recipient shall submit tot the Department for approval all appropriate plans and specifications covering the Project. The Departmént will review all plans and specifications and will issue to the Recipient a written approval with any approved portions of the Project and comments or recommendations. covering any remainder of the Project deemed appropriate. After resolution of these comments and recommendations. to the. Department's satisfaction, the Department willi issue to the Recipient ay written approval with said remainder of the Project. Failure to obtain this written approval shall be sufficient cause of nonpayment by the h. Upon completion of right-of-way activities on the Project, the Recipient must çertify compliance with all applicable federal and state requirements. Certification is required prior to authorization for advertisement for or solicitation of bids for construction of the Project, including if no right-of-way is required. The Recipient will certify in writing, prior to Project closeout that the Project was completed in accordance with applicable plans and specifications is in place on the Recipient's facility, adequate title is in the Recipient's name, and the Project is accepted by the Recipient as suitable for the intended purpose. 17. Miscellaneous Provisions: 1387). Agreement. such breach or default. applicable law, hereunder. the end that the Recipient may proceed as soon as possible with the Project. Department. STATEOF FLORIDA DEPARTMENT OF TRANSPORTATION LOCAL AGENCY PROGRAM AGREEMENT PROGRAM! MANAGEMENT 525-010-40 OGC/00C-0724 Page 130f15 The Recipient agrees that no ederaly-appropnated funds have been paid, or willl be paid by or on behalf oft the Recipient, to any person for influencing or attempting to influence any officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federall loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any federal contract, grant, loan or cooperative agreement. Ifany funds other thant ederaly-appropnated funds have been paid byt the Recipient to any person fori influencing or attempting to influence an officer or employee of any federal agency, al Member of Congress, an officer or employee of Congress or an employee of al Member of Congress in connection with this Agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. Thel Recipient shall require that thel language of this paragraph bei included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify. and disclose açcordingly. Nof funds received pursuant toi this contract may be expended forl lobbying thel Legislature, the The Recipient may not permit the Engineer of Record to perform Construction, Engineering and Inspection The Recipient shall comply with all applicable federal guidelines, procedures, and regulations. If atany time a review conducted by Department and or FHWA reveals that the applicable federal guidelines, procedures, and regulations were not followed by the Recipient and FHWA requires reimbursement of the funds, the Recipient will be responsible for repayment to the Department of all funds awarded under the judicial branch or a state agency. services on the Project. terms of this Agreement. m. The Recipient shall: utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by Recipient during the term of the contract, and i. expressly. require any contractor and subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's E Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. n. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original, but all of which shall constitute the same Agreement A facsimile or electronic transmission of this Agreement with a signature on behalf of aj party, willl be legal and binding on such party. 0. The Parties agrée to comply with s.20.055(5), Florida Statutes, and to incorporate in all subcontracts the p. Ifthe Project is procured pursuant to Chapter 255, Florida Statutes, for construction services and the cost of the Project is to be paid from state-appropriated funds, then the Recipient must comply with the a. Exhibits "A", "B","C","D", "E" and' "F" are attached to and incorporated into this Agreement. b. R If this Project includes Phase. 58 (construction) activities, then Exhibit "G", FHWA FORM 1273, is Alternative, Advance Payment Financial Provisions are used on this Project. If an Alternative Pay Method is used on this Project, then Exhibit "H", Alternative Advance Payment Financial Provisions, is attached d. State funds are used on this Project. If state funds are used on this Project, then Exhibit "", State Funds Addendum, is attached and incorporated into this Agreement. Exhibit "J", State Financial Assistance (Florida Single Audit Act), is attached and incorporated into this Agreement. obligation to comply with s.20,055(5), Florida Statutes. requirements of Section 255.0991, Florida Statutes. 18. Exhibits: attached and incorporated into this Agreement. and incorporated into this Agreement. STATEOFFLORIDAD DEPARTMENT OF TRANSPORTATION LOCAL AGENCY PROGRAM AGREEMENT PROGRAM MANAGEMENT 526-010-40 OGCI0OC-07/24 Page 140115 e. This Project utilizés Advance Project Reimbursement. If this Project utilizes Advance Project Reimbursement, then Exhibit' "K", Advançe Project Reimbursement is attached and incorporated intot this f. This Project includes funding for landscaping. If this Project includes funding for landscaping, then Exhibit "L'Landscape Maintenance, is attached andi incorporated into this Agreement This Project includes funding for a roadway lighting system. Ift the Project includes funding for roadway lighting system, Exhibit "M'y Roadway Lighting Maintenance is attached and incorporated into this h. This Project includes funding for traffic signals and/or traffic signal systems. If this Project includes funding for traffic signals and/or traffic signals systems, Exhibit "N", Traffic Signal Maintenance is attached DAp portion or all of the Project will utilize Department right-of-way and, therefore, Exhibit' "O", Terms and Conditions of Construction in) Department Right-of-Way, is attached and incorporated into this Agreement. Agreement. Agreement: andi incorporated into this Agreement. The following Exhibit(s) are attached andi incorporated into this Agreement: Exhibit and Attachment List Exhibit A: Project Description and Responsibilities Exhibit B: Schedule of Financial Assistance Exhibit C: Title VI Assurances Exhibit D: Recipient Resolution Exhibit E: Federal Financial Assistance (Single Audit Act) Exhibit F: Contract Payment Requirements B Exhibit G: FHWA Form 1273 Exhibit H: Alternative Advance Payment Financial Provisions E Exhibit 1 State Funds Addendum Exhibit J: State Financial Assistance (Florida Single Audit Act) Exhibit K: Advance Project Reimbursement Exhibit L: Landscape Maintenance Exhibit M: Roadway Lighting Maintenance Exhibit N: Traffic Signal Maintenance Additional Exhibit(s): Exhibit 0: Terms and Conditions of Construction in Department Right-of-Way Indicates that the Exhibit is only attached and incorporated if applicable box is selected. STATE OF FLORIDAD DEPARTMENT OFT TRANSPORTATION LOCAL AGENCY PROGRAM AGREEMENT PROGRAMI MANAGEMENT 525-010-40 OGCI00C-0724 Page 150f15 INWITNESS WHEREOF, the parties have exeçuted this Agreement on the day and year written above. RECIPIENT City of Callaway Name: Title: STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION By; By: Name: Tim Smith, P.E. Title: Director of Transportation Development Legal Review: ALF Form 525-010-40A STATEOF FLORIDA DEPARTMENT OFT TRANSPORTATION LOCAL AGENCY PROGRAM AGREEMENT 525-011-0A PROGRAM MANAGEMENT 05/21 EXHIBIT A PROJECT DESCRIPTION AND RESPONSIBILITIES FPN: 438106-2-58-01/43106-2-68-01 This exhibit forms an integral part of the Agreement between the State of Florida, Department of Transportation, and City of Callaway (the Recipient) PROJECT LOCATION: The project is on the National Highway System. The project is on the State Highway System, PROJECTLENGTH AND MILE POST LIMITS: 0.500 PROJECT DESCRIPTION: This projéct is for the construction and CEI services for CR 3026 CHERRY STREET- WEST SIDE. Project will begin at SR 22A Bob Little Road to SR (US 98) Tyndall Parkway and will consist of constructing 6' sidewalks on the N side of roadway. No additional right-of-way will be required for the project. SPECIAL CONSIDERATIONS BY RECIPIENT: The Recipient is required to provide a copy of the design plans that include the most current minimum Design Standards and current Cost Estimate for the Department's review and approval to coordinate permitting with the Department, and The Department hereby notifies the Recipient that for projects that are classified as A, Bor C, the Recipient is required to The Department hereby notifies the Recipient that for projects that are classified as D and or estimate cost of less than $250,000 and are not located on the Department's right-of-way, the Recipient is advised to hire a contractor prequalified by The Department herby notifies the Recipient, for the provision of Construction Engineering Inspection (CEI) services for projects that are. classified as A, B or C, the Recipient is required to hire a Department pre-qualified consultant in the The Department herby notifies the Recipient, for the provision of Construction Engineering Inspection (CEI) services for projects that are classified D the Recipient is advised to hire a Department pre-qualified consultant in the appropriate work. The Department herby notifies the Recipient, in açcordance with Section 337.14, F.S. the Entity performing Design and The Recipient shall be responsible for all permitting activities related to the project and notify the Department prior to notify the Department prior to commencement. of any right-of-way: activities. hire a contractor prequalified by the Department the Department. appropriate work type. type. Construction Engineering Inspection (CEI) seryices may not be the same Entity, commencement of any right-of-way activities. Page 1 of2 The Recipient shall submit tot the Department the! bid tabulations and awardi intent forr review and concurrence prior to award Off the State Highway System (Off-System) construction projects must be administered in accordance with latest version of the Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways Florida (also known as the Florida Greenbook)- as above: all bridge projects; box culverts; and all projects with a construction value The Recipient shall commence the project's activities subsequent to the execution of this Agreement and shall perform in and will submit the signed construction contract for records upon execution of the final document. of$10 million or more. accordance with the following schedule: a) Study to be completed by b)! Design to be completed by d) Right-of-Way to be certified by e) Construction contract to be let by f) Construction to be completed by 12/31/2025 c) Right-of-Way requirements identified and provided to the Department by Ift this schedule cannot be met, the Recipient will notify the Department in writing with a revised schedule or the project is subject to the withdrawal of funding. SPECIAL CONSIDERATIONS BY DEPARTMENT: The Department will provide concurrence to advertise for construction to the Recipient after final plans and construction The Department will issue a Letter of Concurrence for construction and CEI to the Recipient after bid tabulations, score estimate, and all necessary certifications have been reviewed and approved. cards and draft contracts have been reviewed and approved. Page 2of2 AILF Form 525-910-408 STATEOFF FLORIDA DEPARTMENT OFT TRANSPORTATION LOCAL AGENCY PROGRAM AGREEMENT SCHEDULE OF FINANCIAL ASSISTANCE 525-011-08 MANAGEMENT PROGRAM 8/21 Pageioti EXHIBIT B RECIPIENT NAME & BILLING ADDRESS: FINANCIAL PROJECT NUMBER: 438106-2-5-01/438106-2-68-01 City of Callaway 6601 East Hwy 22 Callaway, FL32404 MAXIMUM PARTICIPATION (2) LOCALF FUNDS (1),. TOTAL PROJECT FUNDS (3) (4). PHASE OF WORK By Fiscal Year Design- Phase 38 EY: (Insert Program Name) FY: (Insert Program Name) FY: (Insert Program Name) Right-of-Way- Phase 48 FYS (Insert Program Name) FY: (Insert Program Name) FY: (Insert Program Name) Construction- Phase 58 EY: 2025 Cransportation. Alternative) EX: (Insert Program Name) FY: (Insert Program Name) Construction Engineering and! Inspection (CEI)- Phase 68 EY: 2025 (Transportation/ Alternative) FY: (Insert Program Name) FY: (Insert Program Name) Kinsert Phase) EY: (Insert Program Name) FY: (Insert Program Name) FY: (Insert Program Name) STATE FUNDS FEDERAL FUNDS Total Design Cost 0.00 0.00 $ 0.00 $ 0.00 Total Right-of-Way/ Cost 5 0.00 0.00 $0.00 $ $ 0.00 $0.00 0.00 0.00 $0.00 0.00 $0.00 0.00 0.00 $471.885.00 $471.885.00 $56.626.00 $56,626.00 $471.885.00 Total Construction Cost $471,885.00 $56.626.00 Total CEI Cost $56,626.00 Total Phase Costs $ 0.00 $ 0.00 0.00 $ 0.00 $ 0.00 $ 0.00 $528,511.00 TOTAL COST OF THE PROJECT $528,511.00 COST ANALYSIS CERTIFICATION AS REQUIRED BY SECTION: 216.3475, FLORIDA STATUTES: Section 216.3475,F.S. Documentation is onf fle evidencing ther methodology used and the conclusions reached, certify that the cost for each line item budget category has been evaluated and determined tot be allowable, reasonable, and necessary as required by Maria Showalter, Local Programs Administrator District Grant Manager Name Signature Date Alt Form525-010-40C STATEOFF FLORIDA DEPARTMENT OFT TRANSPORTATION LOCAL AGENCY PROGRAM AGREEMENT 525-011-0C MANAGEMENT PROGRAM 05/21 Page1of2 EXHIBIT C TITLE VI ASSURANCES During the performance of this contract, the consultant or contractor, for itself, its assignees and successors in (1.) Compliance with REGULATIONS: The contractor shall comply with the Regulations relative to nondiscrimination in federally-assisted programs of the U.S, Department of Transportation (hereinafter, "USDOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the. REGULATIONS), which are herein (2.) Nondiscrimination; The Contractor, with regard tot the work performed by it during the contract, shall not discriminate on the basis ofrace, color, national origin, ors sexi int the selection and retention ofsub- contractors, including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the REGULATIONS, including employment practices when the contract covers a program set forth in (3.) Solicitations for Sub-contractors, including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under sub-contract, including procurements of materials or leases of equipment, each potential sub-contractor. or supplier shall be notified by the contractor of the contractor's obligations under this contract and the REGULATIONS relative to nondiscrimination ont the! basis of race, color, (4.) Information and Reports: The contractor shall provide all information and reports required by the REGULATIONS or directives issued pursuant thereto, and shall permit access to its books, records. accounts, other sources of information, and its facilities as may be determined by the Florida Department of Transportation or the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and Federal Motor Carrier Safety Administration to be pertinent to ascertain compliance with such REGULATIONS, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor. shall so certify to the Florida Department. of Transportation, or the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, or Federal Motor Carrier Safety Administration as appropriate, (5.) Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the Florida Department of Transportation shall impose such contract sanctions as itor the Federal Highway Administration, Federal Transit Administration, interest (hereinafter collectively referred to as the! contractor") agrees as follows: incorporated by reference and made a part of this contract. Appendix B of the REGULATIONS. national origin, or sex. and shall set forth what efforts it has made to obtain the information, Federal Aviation Administration, or 525-011-0C PROGRAMI MANAGEMENT 05/21 Page20/2 Federal Motor Carrier Safety Administration: may determine to be appropriate, including, butr not limited to: a. b. withholding of payments to the contractor under the contract until the contractor cancellation, termination or suspension oft the contract, in whole ori inj part. complies, and/or (6.) Incorporation of Provisions: The contractor shall include the provisions of paragraphs (1) through (7) in every sub-contract, including procurements of materials and leases of equipment, unless exempt by the REGULATIONS, or directives issued pursuant thereto, The contractor shall take such action with respect. to any sub-contract or procurement as the Florida Department of Transportation or the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, or Federal Motor Carrier Safety Administration may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that, in the event a contractor beçomes involved in, ori is threatened with, litigation with a sub-contractor or supplier as a result of such direction, the contractor may request the Florida Department of Transportation to enter into suchl litigation to protect the interests oft the Florida Department of Transportation, and, in addition, the contractor may request the United States to enter into (7.) Compliance with Nondiscrimination: Statutes and Authorities: Titie Vi of the Civil Rights Act of 1964 (42 U.S.C. S 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part: 21; The Uniform Relocation. Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C, 5 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); Federal-Aid Highway Act of 1973, (23 U.S.C. S 324 et seq.), (prohibits discrimination on the basis of sex); Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. $7 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part27; The Age Discrimination, Act of 1975, as amended, (42 U.S.C. $6101 et seq.). (prohibits discrimination on thet basis of age); Airport and Airway Improvement Acto of 1982, (49USC $471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI oft the Civil Rights Acto of 1964, The Age Discrimination Acto of1 1975 and Section 504 oft the Rehabilitation: Acto of1 1973, bye expanding the definition of the terms programs ora activities" toi include all oft the programs or activities oft the Federal-aid recipients, sub-recipients and contractors; whether such programs or activities are Federally funded or not): Titles I and 1l of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation: systems, places of public accommodation, and certain testing entities (42 US.C. SS 12131 - 12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; The Federal Aviation Administration's Non-discrimination: statute (49 U.S.C. $47123) (prohibits discrimination on the basis of race, çolor, national origin, and sex); Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures non- discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and ow-income populations; Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because ofl limited English proficiency (LEP). To ensure compliance with Title Vi, your mustt take reasonable steps to ensure that LEP persons have meaningful access to) your programs (70 Fed. Reg. at7 74087 to 74100): Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating such litigation to protect the interests of the United States. because of sexi ine education programs or activities (20U.S.C. 1681 ets seq). Alt Form 525-010:40D STATE OF FLORIDA DEPARTMENTI OFT TRANSPORTATION. LOCAL AGENCY PROGRAM AGREEMENT 525-011-OD PROGRAM) MANAGEMENT 05/21 Pageipti EXHIBIT D RECIPIENT RESOLUTION The Recipient's Resolution authorizing entry intot this Agreement is attached and incorporated into this Agreement. AILF Form 525-010-40E STATE OFF FLORIDAI DEPARTMENT OFT TRANSPORTATION. LOCAL AGENCY PROGRAM AGREEMENT 525-011-0E PROGRAM) MANAGEMENT 11/22 Pageioti EXHIBIT E FEDERAL FINANCIAL ASSISTANCE (SINGLE AUDIT ACT) FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE AS FOLLOWS: CFDA No.; 20.205 CFDA Title: Highway Planning and Construction Federal-Aid Highway Program, Federal Lands Highway Program CFDA Program tps/petasam.sov2836c.409A860lc785472eMaw/erwerss:20.2056sort: Site: vancaindeectanan, active-trueépagesi Awarding Florida Department of Transportation Award Amount: $528,511.00 Agency: Award is for No R&D: Indirect Cost N/A Rate: FOLLOWING: Awards FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE SUBJECT TOTHE 2CFR Part 200 - Uniform Administrative Requirements, Cost Principles & Audit Requirements for Federal FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT MAY ALSO BE SUBJECT TOT THE htp/www.ect.govlcg-sintext-aknoode:2.11.22.1 FOLLOWING: Title 23 - Highways, United States Code Atp/scode.house.gowepEImANe23aedhon-prelm Title 49- -Transportation, United States Code http/uscode.nouse.govbrowselpelm@tte49seditionsprelim tpsy/ww.congress. /17MIsM2BELS-11hoeBkemratr Federal Highway: Administration = Floridal Division http://www.: fhwa.dot. gov/fldiv/ https/www.fsrs.gov Infrastructure Investment and. Jobs Act (IIJA) (PublicL Law_117-58, also known as the' Bipartisan Infrastructure Law") Federal Funding Accountability and Transparency Act (FFATA) Sub-award Reporting System (FSRS) AILF Farm5 525-010-40F STATEOFF FLORIDA DEPARTMENT OFT TRANSPORTATION LOCAL AGENCY PROGRAM AGREEMENT 525-011-0F MANAGEMENT PROGRAM 04/24 Pageiar2 EXHIBIT F CONTRACT PAYMENT REQUIREMENTS Cost Reimbursement Contracts Florida Department of Financial Services, Reference Guide for State Expenditures Invoices for cost reimbursement contracts must be supported by an itemized listing of expenditures by category (salary, travel, expenses, etc.). Supporting documentation shall be submitted for each amount for which reimbursement is being claimed indicating that the item has been paid. Documentation for each amount for which reimbursement is being claimed must indicate that the item has been paid. Check numbers may be provided in lieu of copies of actual checks. Each piece of documentation should clearly reflect the dates of service. Only expenditures for categories in the approved agreement budget may be reimbursed. These expenditures must be allowable (pursuant to law) and directly Listed below are types and examples of supporting documentation for cost Salaries: Timesheets that support the hours worked on the project or activity must be kept. A payroll register, or similar documentation should be maintained. The payroll register should show gross salary charges, fringe benefits, other deductions and net pay. Ifani individual for whom reimbursement is being claimed is paid by the hour, a document Fringe benefits: Fringe benefits should be supported by invoices showing the amount paid on behalf of the employee, e.g., insurance premiums paid. If the contract specifically states that fringe benefits will be based on a specified percentage rather than the actual cost of fringe benefits, then the calculation for the fringe benefits amount must be shown. Exception: Governmental entities are not required to provide check numbers or copies of Travel: Reimbursement for travel must be in accordance with S. 112.061, F.S., which includes submission of the claim on the approved state travel voucher along with Other direct costs: Reimbursement will be made based on paid invoices/receipts and proof of payment processing Canceledprocessed checks and bank statements). If nonexpendable property is purchased using state funds, the contract should include a provision for the transfer of the property to the State when services are terminated. Documentation must be provided to show compliance with DMS Rule 60A-1.017,F.A.C. regarding the requirements for contracts which include services and that provide for the contractor to purchase tangible personal property as defined in S. 273.02, F.S., for Indirect costs: If the contract stipulates that indirect costs will be paid based on a specified rate, then the calculation should be shown. Indirect costs must be in the approved agreement budget and the entity must be able to demonstrate that the costs are not duplicated elsewhere as direct costs. All indirect cost rates must be evaluated for reasonableness and for allowability and must be allocated consistently. related to the services being provided. reimbursement agreements: reflecting the hours worked times the rate of pay will be acceptable, checks for fringe benefits. supporting receipts and invoices. subsequent transfer to the State. Contracts between state agencies may submit alternative documentation to substantiate the embursementreques, whichmay be int the form ofFLAIRreports The Florida Department of Financial Services, online Reference Guide for State ittps/www.myforidaclo.comdocs-sfacounting-and-auditing.lbraries/state- or other detailed reports. Expenditures can be found at this web address agencies/reference.guse-orstale-expenditures.pd: AILF Form 525-010-40G STATEOFFLORIDA DEPARTMENT OFT TRANSPORTATION LOCAL AGENCY PROGRAM AGREEMENT 525-011-0G PROGRAMI MANAGEMENT 10/23 Page 101 EXHIBIT G FHWA FORM 1273 FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE AS FOLLOWS: LEGAL REQUIREMENTS AND RESPONSIBILITY TOTHE PUBLIC-COMPLIANCE The FHWA-1273 version dated October 23, 2023 is appended in its entirety to this Exhibit. FHWA-1273 may also be Sub-recipients oft federal grants awards for Federal-Aid Highway construction shall take responsibility to obtain this WITH FHWA 1273. referenced on the Department's website att thef following URL address: http/www. fhwa. dago-lrpsmaminsent/72nZAnd information and comply with all provisions contained in FHWA-1273. Agenda Item # 3 CITY OF CALLAWAY BOARD OF COMMISSIONERS AGENDA ITEM SUMMARY DATE: JANUARY14,2025 ITEM; RESOLUTION No. 25-02 - CODE ENFORCEMENTI LIEN FOR NUISANCE ABATEMENT 1. PLACED ON AGENDA BY: Eddie Cook, City Manager Presented By: Kevin Obos, City Attorney Bonnie Poole, Director ofCode Enforcement 3. ISTHIS ITEM BUDGETED (IF APPLICABLE)?: YES No[ 2. AGENDA: PRESENTATION PUBLICI HEARING OLD BUSINESS REGULAR N/A 4. BACKGROUND: (WIy.WHAT.WIO. WHERE, WHEN. HOW,& IDENTIFYA ALLATTACHMENTS) Due to the presence of nuisances, Code Enforcement issued orders of nuisance abatement for Code violations occurring on the following property in the City ofCallaway: PROPERTY ID NO. PRESENT OWNERS ADDRESS OF SUBJECT PROPERTY 6709 Lance St. Callaway, FL32404 AMOUNT OF LIEN $335.24 06947-472-000 Stephan Henriques Code Enforcement recommends that the City Commission authorize staff to file and record the nuisance abatement lien on the above listed property. The amount of the abatement lien may also be placed on the property owner'st tax bill for collection pursuant to Ordinances 949 and 950. Attachments Resolution No. 25-02 Nuisance Abatement Liens 5. - REQUESTED MOTION/ACTION: Approval of Resolution No. 25-02 upon roll-call vote. RESOLUTION25-02 A RESOLUTION OF THE CITY OF CALLAWAY, FLORIDA, APPROVING AMOUNTS TO BE LIENED ON CERTAIN PROPERTIES WITHIN THE CITY, TO WIT: 6709 LANCE STREET., FOR COSTS INCURRED IN THE ABATEMENT OF NUISANCES UPON SUCH PROPERTIES, AUTHORIZING THE, APPROPRIATE OFFICERS OF, THE CITYTO: RECORD THE LIENS AND NOTIFY INTERESTED PARTIES OF SUCH LIENS, AND PROVIDING AN WHEREAS, pursuant to Section 9.7-7 of the City's Code of Ordinances, the City has undertaken the abatement of emergency conditions and a nuisance as prohibited by Section 9.7-2 of the City Code, following notice and non-action by the Owner(s). to come into compliance with IMMEDIATELY EFFECTIVE DATE. the City Code; and WHEREAS, pursuant to Section 9.7-8 of the City's Code, the City Commission shall assess the entire cost of the abatement of the emergency conditions and nuisance against the property, inclusive of all administrative, legal, postal and publication expenses, and any other direct or indirect costs associated therewith. NOW THEREFORE BE IT RESOLVED by the City Commission that liens be assessed against the following properties in the amounts set forth below: PROPERTY IDNO. 06947-472-000 PRESENT OWNERS Stephen Henriques ADDRESS OF 6709 Lance Street. Callaway, FL 32404. AMOUNT $335,24 SUBJECT PROPERTY OF LIEN AND BE IT FURTHER RESOLVED that the appropriate officers of the City are hereby authorized and directed to record such lien and notify the Tax Collector and all interested parties of such liens. This resolution shall become effective upon adoption. PASSED AND ADOPTED this 14th day of January 2025, by the CALLAWAY CITY COMMISSION meeting in regular session. CITY OF CALLAWAVELORIDA Page 1 of2 By: Pamn Henderson, Mayor Attest: Ashley Robyck, City Clerk VOTEOF COMMISSION: Ayers Davis Griggs Henderson Pelletier APPROVED AS TO FORM ANDLEGALITY FOR THE CITY OF. CALLAWAY ONLY: Kevin Obos, City Attorney Page 2 of2 CITY OF CALLAWAY, FLORIDA 6601 East Highway 22 Callaway, FL 32404 In Re: Property located at: 6709 LANCE STREET CALLAWAY,FL32404 Parcel ID No. 06947-472-000 NOTICE OF CODE ENFORCEMENT NUISANCE ABATEMENT LIEN TO: STEPHAN A, HENRIQUES 6709 LANCE STREET CALLAWAY,FL32404 CHUCK PERDUE BAY COUNTY TAX COLLECTOR 850 WEST 11TH STREET PANAMA CITY,FL 32401 AND ANY AND ALL OTHER PERSONS INTERESTED IN THE FOLLOWING DESCRIBED PROPERTY: THE EAST 28 FEET OF LOT 17 AND THE WEST 39 FEET OF LOT 18, BLOCK "F" PINE WOODS DEVELOPMENT PHASE TWO. AS RECORDED IN PLAT BOOK 13, PAGES 44 & 45IN7 THE PBULIC RECORDS OF BAY COUNTY, FLORIDA 1) Pursuant to Section 1(1,2,4 & 13), Section 9.7-2, and LDR Section 9.7-1(3)oft the City ofCallaway Code ofOrdinances, the city has undertaken certain actions to abate the nuisance located at: 6709 2) The amount of the City's abatement lien, for costs incurred in abating the nuisance on the subject Lance St., Callaway, FL: 32404, as more particularly described above. property, is as follows: Labor: Equipment: Recording Fees: 225.28 $ 91.46 $ 18.50 TOTAL: $ 335.24 3) Pursuant to Sections 9.7-7 & 8, City of Callaway Code of Ordinances; notice is hereby given that there has been assessed, pursuant to1 the provisions ofs said law, against the above-named persons at the: above stated address, the nuisance abatement costs, which amount after demand for the payment thereof remains unpaid, and by virtue of the above referenced laws, constitutes al lien in favor of the City of Callaway, Florida, upon the title to and interest in, whether legal or equitable, the property herein above described; said lien shall be prior in dignity to all other liens, excepting County taxes and taxes and liens of equal dignity therewith. Callaway, Florida may foreclose or otherwise execute on the lien as provided for by the law. This assessment may become due and WITNESS: The official seal of the City of Callaway and the hand oft the City Clerk thereof, City payable at the same time and with the same priority as ad valorem taxes. ofCallaway, Bay County, Florida, Dated this 14th day of, January 2025. Page 1 of2 SEAL By: Ashley Robyck, City Clerk Page 2 of2 Agenda Item # A CITY OF CALLAWAY BOARD OF COMMISSIONERS AGENDA ITEM SUMMARY DATE: JANUARY 14, 2025 ITEM: RESOLUTION No. 25-03 - TRANSPORTATION. ALTERNATIVE PROGRAM- S. GAY AVE SIDEWALKS 1. PLACED ON AGENDA: BY: Eddie Cook, City Manager 2. AGENDA: PRESENTATION PUBLIC HEARING OLD BUSINESS REGULAR 3. Is THIS ITEM BUDGETED (IF APPLICABLE)7: YES N No NIA 4. BACKGROUND: W,MMAL.WHO.MHERE WHEN, HOW, &1 DEATIPYALLATACNENT Every year the city submits grant appliçations to the Bay County Transportation Planning Organization (TPO) for sidewalk or multi-use projects to be included in the FDOT District 3 Transportation Alternatives (TA) Set- Aside Program, To have these projects considered in the program, the city is required to adopt a Resolution to be submitted with each project application. This is a submittal of the application for the construction of a The purpose of this project is to address pedestrian safety issues, enhance mobility, and provide pedestrian connectivity within the City. South Gay Ave is an existing 25 mph residential road with minimal lighting, a mix of open and closed drainage and no existing shoulder, curb and gutter or sidewalk. Pedestrians need safe access to local points ofi interest; school children need safe access to school bus-stops and citizens in wheelchairs need The project proposes a 6' concrete sidewalk on the east side of South Gay Ave from Cherry Street to Boat Race Road. The proposed sidewalk provides pedestrian refuge, wheel-chair access, and connectivity to school bus routes, the pedestrian system, and places of worship. This meets and exceeds the project purpose by also reducing emissions and improving the quality of life for residents. This will provide a safe walking path for people of all ages and abilities to travel within the city, The services sought are the survey, design, and permitting of the sidewalk per Florida Department ofTransportation (FDOT) Design Standards along the east side of South Gay Ave from Cherry Street to Boat Race Road, approximately 1 mile. The work primarily consists of a new ADA compliant pedestrian walkway system including concrete sidewalks, crosswalks, pavement markings, and other appurtenances. AII proposed improvements on South Gay Ave shall be located sidewalk along South Gay Avenue. mobility. within the existing right-of-way. All proposed improvements shall be located within the existing right-of-way. ATTACHMENTS: Resolution No. 25-03 5. REQUESTED MOTION/ACTION: COMMISSION APPROVAL OF RESOLUTION NO. 25-03 UPON ROLL-CALLVOTE. RESOLUTION NO. 25-03 A RESOLUTION BY THE CITY OF CALLAWAY, FLORIDA TO CONTINUE TO SUPPORT CONSTRUCTION OF SIDEWALK ON THE EAST SIDE OF SOUTH GAY, AVENUE FROM CHERRY STREET TO BOAT RACE ROAD WITH TRANSPORTATION ALTERNATIVE PROGRAM FUNDING; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, walking helps meet the goals of Chapter 339.175 Florida Statutes - Metropolitan Planning Organization - to serve the mobility needs of people while minimizing transportation related fuel consumption and air pollution; and, WHEREAS, Congress created the Moving Ahead for Progress in the 215 Century (MAP- 21) in 2012 to address growing concerns about air quality, open space, and traffic congestion. The Transportation Alternatives (TA) Program strengthens the cultural, aesthetic, and environmental aspects of the Nation's intermodal transportation system; and, WHEREAS, the addition of pedestrian facilities helps meet. the goals of Chapter 163.3177 Florida Statutes - Comprehensive Plans - promoting alternatiye modes of transportation; and, WHEREAS, the Center of Disease Control (CDC) ençourages people to walk for fitness, WHEREAS, this support is consistent with the Florida Statutes, Bay County Transportation Planning Organization (TPO), FDOT, MAP-21, and CDC policies supporting transportation and fun; and, alternative means oft transportation. NOW, THEREFORE, BE IT RESOLVED by the City Commission of the City of Callaway, Florida that they continue to support the construction ofa sidewalk on the East side of South Gay Avenue PASSED, APPROVED AND DULY ADOPTED by the City Commission of the City ofCallaway, Florida, meeting in regular session this 14th.day of January, 2025. CITY OF CALLAWAY, FLORIDA By: Attest: Pamn Henderson, Mayor VOTE OF COMMISSION: Ayers Davis Griggs Henderson Pelletier Ashley Robyck, City Clerk APPROVED AS TO FORM FOR THE CITY OF CALLAWAY ONLY: Kevin D. Obos, City Attorney Agenda Item # 5 CITY OF CALLAWAY BOARD OF COMMISSIONERS AGENDA ITEM SUMMARY DATE: JANUARY14,2025 ITEM: DEVELOPMENT ORDER (DO) APPLICATION - CONSTRUCTION OF TOWNHOMES- 5824 CHERRY STREET, CALLAWAY, FL 1,1 PLACED ON AGENDA BY: EDDIE CoOK-C CITY MANAGER 2. AGENDA: PRESENTATION PUBLICHEARING OLDE BUSINESS REGULAR AND BILLI FRYE, DIRECTOR OF PUBLIC WORKS 3. ISTHIS ITEM BUDGETED (IF APPLICABLE): YES No[ N/A 4. BACKGROUND: GPIMAHTIOAMHEREA WHEN.HOW, & IDENTIFY ALLATTACHMENTS On behalf of Pricemark INC, Dr. Raouf Arafa, P.E. has submitted and application to construct a 7 unit townhome complex. The Public Works Department and Fire Department have reviewed the plans for the project and have no outstanding issues or concerns. The Planning Department has found that the The Planning Board reviewed the Development Order on December 3, 2024, and recommended plans meet the requirements ofLDR and Comprehensive Plan. approval. ATTACHMENTS: Development Order Application Zoning Map Engineered Plans dated November 20, 2024-Corrected & Initialed page 2 5. REQUESTED, MOTION/ACTION: City Commission approval, allowing staff to execute the Development Order and allow construction to begin. Date received: ORIDP Planning Department 324 S Berthe Avenue, Callaway, FL: 32404 Phone (850) 871-1033 www.clyptcalaway.com COMMERCIAL DEVELOPMENT ORDERAPPLICATION A. APPLICANT INFORMATION (Please print or type) 1. Name of applicant: PRICEMARK INC 2. The applicant is the: A) Properly owner X orE B) Authorized agent (Ift the applicanti is an agent, attach as signed statement from the property owner granting permission for the agent to obtain any, necessary, permits.) 3. Applicant address: 1106 W1 11th Street Panama City FL 32401 4. Applicant telephone: (850) 532-4665 Email: manmuisanto@amalcon 6, Project contact address: 1106 W 11th Street Panama City FL 32401 7. Contact telephone: (850) 532-4665 Email: amulgano@gmal.con 3. Name of person or firm the development order is to be issued to (lfr not same as the applicant): 5. Name ofp project contact: Mark Mulligan Pricemark Inc Address of recipient: 9. Review fee amount (Please attach check made payable to City of Callaway) Development Order Review $500.00* Deviation from Site Plan $500.00* *Plus, engineering and attorney review fees reimbursed as billed. (For a deviation from site plan, please attach ar narrative citing approved development order detailing all proposed changes from approved development order.) Oclober 19, 2023 B. PROJECT INFORMATION 1. Project name: 2. Proposed use ofs site (in acres) Townhomes 5824 Cherry St Number of buildings/sq. f.: 7 1townhomes 2Story 9,000 land use 18,000 total 5. Are proposed roads, easements, stormwater facilities, and/or on-site utilities to be private or 6. Ist this project part of an existing mulli-phase develapment? X No Yes; this projecti is part 7. Ist this project the start ofa a new multi-phase project? No X Yes; this is a multi-phase 8. Has the city previously issued any development orders for the subject parcel? XNo Yes Proposed intensity ini impervious surface ratio: dediçaled to the city?. explanation) of dedicated to the cily. x private combination (attach project anticipated to be developed in, 2 lfy yes, what is status of current development order? 9. Height oft tallest building above grade: 25 feet 10. Is this waterfront property: X No Yes lfyes, to which waterbody is this property adjacent? C.D DEVELOPMENT SITE INFORMATION 1. Current use ofs site (in acres): 3. Properly appraiser's parcel ID#(s), phases. This application is for phasels) Vacant Land 07058-010-000 2. Address of site: 5824 Cherry St SW Corner of Cherry St and S. Gay NOTE: Copy of deed with legal description MUSTA be included. 4. Size of property: 5, Name(s) of adjacent street(s): North- Cherry East- S.Gay D. SITE LAND USE DESIGNATIONS 1, Future Land Use Map Designation: 2, Future Land Usel Map Designation of adjacent parcels: square feet .69. South- West- Multi Family South- West- Multi Family South- West-. acres North- East- 3. Iss subject property in an overlay(s);. Yes XNo Jfyes, please specify Subject property/szoning district(s). 5.2 Zoning districts ofa adjacent parcels: North- East- Oclober 19, 2023 E. SITE UTILITIES (Check all applicable services) available capacity: City water Demand created by proposed development: 1. Water system 2. Sewer system available capacity: F.T TRAFFIC IMPACTS City Sewer Demand created by proposed development: Appendix A contains information on Transportation Impact Fees. 1. HURRICANE EVACUATION- -The subject property occurs in the following. Hurricane Evacuation Zone(s). Check all that apply: Tropical Storm Category 31 Hurricane Category 1H Hurricane Category 4-5 Hurricane Category 2Hurricane N/A G. SITE ENVIRONMENTAL INFORMATION (Check all thata apply) 1, 2. 3. 4. 5. 6. 7, Flood Zone Type: X: Elevation 30 Protected Trees (indicate type and size on site plan) Wetlands: Shoreline Coastal Area Aquifer Recharge Wildlife Habitat FDEP COE An environmental assessment should bei included with the application. This assessment should be prepared by al licensed environmental firm, and at ar minimum should address thet following: b). Wetland delineation including all welland buffers. Any recommended mitigation should be detailed C) Characterization of the shoreline habitat and aquatic resources (shellfish, seagrass beds, elc.) e). Ecosystem characterization, threatened and endangered species report, including recommended Survey of the Florida Master Site File (administered by the Bureau of Historic Preservation, Division of Historical Resources) to determine the presence ofi items of historical, cultural, or a) Hazardous materials inspection. d) Characterization of the upland's ecosystems and soils mitigation, ifnecessary archeological significance Oclober 19, 2023 H. REQUIRED PERMITS (Check allt that apply) 1. 2. 3. 4. 5. 6. 7. 8. 9. Dredge and Fill DEP. COE) FDOT Driveway Access Driveway Water Well ( NWFWMD FDEP Water Distribution FDEP Wastewater Collection and Transmission FDEP Stormwater Others (specify): Drainage Ulilily) Health Dept) Right-of-Way Use Bay County. City of Callaway) Bay County, X City of Callaway) Building Pemit CERTIFICATION OF RIGHT TO APPLY FOR DEVELOPMENT ORDER AND UNDERSTANDING OF TRANSPORTATION. CONCURRENCY AND WETLANDS REQUIREMENTS (hereby certify that the information contained herein is true and correct and that! am either thet true and sole owner oft the subject property or ama authorized to act on behalf oft the true owner(s) in all regards in this matter, pursuant to proof and authorization submitted with the corresponding development application or attached hereto. Ihereby represent that have the lawful right and authority to file this application. lunderstand that submission of the form initiates ap process and does lfurther certify that - understand thati issuance of a Certificate of Concurrency will require successful completion of Development Review, and that likewise no final development order willl bei issuede except upon successful completion oft this Concurrency Review. Ifurther understand that' Inquiry Only Review will result in no Certificate of Concurrency being issued, and therefore no binding assurance of future capacity, and that a Concurrency Review application will be required in conjunction with the first Ido hereby çertily my understanding that a thirly (30) foot buffer is required between DEP jurisdictional wetlands, and a fifty (50)f foot buffer is required between ther mean high-water line of East Bay andi its tributaries. lunderstand that all vegetation must be preserved within the 30-foot buffer with nol land clearing to occur. Ifurther understand that erosion control measures (e.g., hay bales, sill fence) must bei installed at the landward edge of the wetland buffer and along any ditch or other stormwater control structure prior to any clearing ont the site and maintained throughout construction including final grading. lunderstand that a City of Callaway Development Order does not authorize any land clearing inj jurisdictional wetlands and that permits must be obtained from the Department of Environmental Protection and/or the U. S. Army Corps of Engineers for development activities in wetlands. Bys signing this application, the owner hereby authorizes the Cilyo of Callaway Planning Department to access the subject properly to verify information contained in this application and accompanying submittal documents. Further, the person named as the Praject Contact is authorized on my behalf (if noti imply approval by the City of Callaway, final development order applied for on this property, applicable). Zk7/ligan Owner'sora authorized agent's signature Mark Mulligan (Please print or type name) 4-30-2024 Date Oclober 19,2023 ENGINEER'S CERTIFICATION . Dr. Raouf Arafa certify that Ihave reviewed and intend to comply with the Cilyof Callaway's Land Development Regulations. Those item(s) not in compliance with the City of Callaway's Land Development Regulations for which/ lam requesting à variance or special exception for are listed below: Non-Compliance Relevant Code Item Section Reason(s) 1 2 3 4 5 (Attach extra sheets ifn necessary) Variances wil be Approved or Disapproved! by the cily, Approval or disapproval of the requested variances or special exception will be with the City Commission. Dr. Raouf Arafa acomplete development review. am fully aware of the information required tos submit andi request The information contained in this submitted development package is true and correct to the best ofmy knowledge andi the package is complete, prepared with sound engineering principles, and complies wilh all applicable cily land development regulations unless noted otherwise. Certified by: Date: 4/30/24 Name: Dr.Raouf Arafa Title: Prof Engineer Telephone/8508549911 P.E. Registration No. 51761 Company Name and Address: EGS-PLAN 2108W33RD'ST AMAMACINAFE3ZAOS -ymmppns- Apaquix e eAyeg'N D 8 8 OAV Aeg S OAy keg S 8 8 8 8 H y 8 5 8 8 Da mexung- of e 8 Gejuy- 9 8 e 8e 0 e 8 8 88 8 Dioriswb@bor 2p2a 0S00-FIb(OSA) sorzenfyo mueued' bpang PIEE MgOIZ XOMJO ado?g VOrZE uebiinw ew ABD vzes SS3uGOV 3'd" "a'd novs Da yeaniy ubisaas nopsuop hoioua 2023 sasnoyumo1 Jos sun 1oJ ubisag uela pis 1D3coud FAB G3NDIS30 9NIN33NIDN3 vewb@oba appa' 0s00-41b(0s0) siun uaAas or inohet3 9 ueld a5. Nufahi soizencupt ewourd' joa49 PIgE MROLZ ouanisy ubjgaa nopsuophéioug 2423 uebinw> spPw LINEN AMNIHD vzas SSENOGV 3"aya' novi Da Meld as 1D3co8a ABC daNDISIQ ONISIBNIONS vorze sasnoyumo jos un shemaapa 8 Durued le. Joy sjepagey snoyad asn Ma.sz vofeg's AE ! o 9 eube 2p2a os00 VIb(oso) SovzEnEh2 aurued p0A9 PigE MROIZ n wbisads noppsuop ouaus 2023 asn joi suns sueld JOOl uonepunos hapfah uebinnw wew: IN3ND voizs 11 AMNIHD zes issaidav 'd"g'ya' Viy novu Da abjsag ueid as 530OHd AG GENDISIQ ONINBNIDNa D F E dy m - n 02 oubfaba appa 0S00-41b(0s0) SMPIAN MOReAPE 2PIS 91401 ueld 00l puonas SoreE pang Piee MROIE eonw wew: INENO hwfh kzes ISSaNOOV u"a'ua' inovi Da vorze rus ejsaa snopsuop Noisugs 2423 jo saun aj bjsaa uelda as 1Dacoud ABGENDISIQ ONIN3SNION3 5 fol - lo 24 G AR La ewb@oba ppa' 0500-vib(ose) gorgenEfus aweued 12349 Pige MgOLE ubjsags snopsuop hbipus 2023 MaAdE vorzE ANNEHO vzes SSINGOV qumoI jo suns Joj ubjsaa ueld aS b3co8d AC O3NDIS30 ew INEND novs Da a2Boppa os00-lb(os4) suopeAaia eaude.bodol mhaning sovzefu pweurd' aas PCE MROIZ bjepas nopsuoprbiaus 2423 rasn 4umo1 uebinw ew INaNS ai 2 415 AHARHD KzBS SS3MOGV a'd' 'a'ud nova Da 10j ubisao uela ais 53coud ABC GINDISEQ ONINBINION3 peaud M'O'8 09 OESRT 3:S lcpywwb@bs 0900 Vlb(osq) (ueld buipeig) 8 P1Hold WoReAT sovzenefyo uw oans PICE MROIZ uebunwx xew: NEND VORZET 11 a1s A8A3HO vz8S SSaGOV "arud VVNV snov" Ha opRnys Djsaa snopsuop! neupu3 2d23 asn 4UmoI jos SU0E ER 440Ju abjsaa uelas as 1030084 AB 03NDISIG ONIS33NIONS 12" Gorrugated Pipe SSSSS 5 0S00-415(0s9) pans' pce MOOIZ siejea uonejeisup sopn vorZE jo SOVZEnE nov" Na ONINEINIDNE narue bjeaas snopsuoph housus 2423 neupeba apa os00-vib(osA) aunion puod uonualas jos suoein2e2 sortencho Rurd ess PEE MGOLE yeuenns ojsaGF nojpsuop 6Jou3 2003 sashoyump) usunwX *M: INaTP hanès AHD zes as SsaaoV Dacoud) A9C 3a G3NDISI0 inova" a 000000 49 6f :Nas 2 :os 027 wwb@boppa 0900-415(059) oang' pice MROIZ sielea puod uonuejey VorzE Sovgenh2 uebinw PW: INEnS Izes IssaNOdV P'd"ad' VV. nov Da IAny ubsaas snopsuopA heupus 2023 sasnoyumo jo SAun Joj bjsad uejds ais: p3roud AS d3NDIS30 ONINSINIONS Boriewb@obo ap2a 0500-15(0s9) sovgenchuo tweued' pang PugE MROLZ 9 ubisaas nopsuopfe.ug 2493 sasnoyumoi jos sun slun UPA3S jor maA dE vorze PW INaNIS H83HS 285 SSINOOV d"a'ud novi" 4a Djsoa ueld as 1D3rOud AB d3NDIS3G ONISBINIDNE wb@pba appa 0900 +IB(05a) sueld Bude2spuengl 104u02 uoisous govzen joang Pvee MgOIE vebuinw yew INanD An any Djsoa snopsuophoisua 2a93 VoIzE 11 415 AVNIHD vzos 'SSTGOV 3'd* a'd VVV nov" Da sosnouumoi 1o sunEe Loyu ubjsoa ueld as 1bacou4 AS OAN9ISaQ ONIBINIONS & > 55 - - 8 Liopiewb@obos appa 0500-vib(0se) SovzEn eved oang pce MROLZ sueld buldepspuey dE uebnw> xuew: INENS vorze 11 dis ASUIHO Vzos ISSINOGV '"dyd novu Da Djs2a snopsuepreisua 2a23 sasnoyumoi jos sune 8 oy bisea uela Ds: D3co4d AB O3NDISaQ ONINBINIONI bo 8 Diooy iwb@pba pp2o 0900-VIb(099) soizenchuot wuurd" aans PIgE MROLZ uompauuo? aur abemas uedunw> xuew: INEN vovzeT 1 ds ABBHO wzes SSINOGV 3d"d'yd' novu 4a ubjeaas snopsuopheisua 2003 sasnoyumoi) jos sune EB 440j ubisaa ueld os 15acoud A9C GEN9ISB0 NIMRINI9NE Now 3AF 473 55555555 60,b0 p2o 0500-V1b(0sq) aa1s pge MROLZ nopsuop 0uau3 2023 asno o Sovzen an OEzE Zos aav a'd' "@'4d novs Da osoa ueld S 1o3coud AB GENDISIG ONINBSNIONE e e S5555555 TLTE E e - * Agenda Item # L0 CITY OF CALLAWAY BOARD OF COMMISSIONERS AGENDA ITEM SUMMARY DATE: JANUARY14,2025 ITEM: DEVELOPMENT ORDER DO/APLCATON-PARK PLACE PHASE3&4 1. PLACED ON AGENDA BY: EDDIE COOK-CITY! MANAGER 2. - AGENDA: PRESENTATION PUBLIC HEARING OLDI BUSINESS REGULAR AND BILLI FRYE, DIRECTOR OF PUBLIC WORKS 3. ISTHIS ITEM BUDGETED (IF APPLICABLE): YES NOD N/A BACKGROUND: MIWHAT.WIO,WAERE,WHENOW. & IDENTIFYALL ATTACHMENTS) On behalf of The St Joe Company, Doug Crook, P.E. has submitted a request for a Development Order to construct a subdivision of 193 single family homes. The Public Works Department and Fire Department have reviewed the plans for the project and have no outstanding issues or concerns. The Planning Department has found that the plans meet the requirements of LDR and Comprehensive The Planning Board reviewed the Development Order on January 7, 2025 and recommended approval, Plan. ATTACHMENTS: Sitel Map Development Order Application Engineered Plans dated December 2024 5. REQUESTED MOTION/ACTION: City Commission approval, allowing staff to execute the Development Order and allow construction to begin. Dale Received: PE#103509 LORIDR Planning Department 324S. Berthe Ave, Callaway, FL 32404 Phone (850) 871-1033 wcivocalaway.com SUBDIVISION OR MULTI-FAMILY DEVELOPMENT ORDER APPLICATION A. APPLICANT INFORMATION (Please print or type) 1. Name of applicant: The St. Joe Company 2. The applicant is the: A) Property Owner_ X or B) Authorized Agent (IF the applicant is an agent, attach as signed statement from the properly owner granting permission for the agent to obtain any necessary permits) 3. Applicant address: 130 Richard Jackson Blvd, Suite 200 Applicant telephone: (850) 231-6530 Email ustin.smitn@jpe.com Name of project contact: Doug Crook, P.E. Projech contact address: 600 Ohio Ave. Lynn Haven, FL3 32444 Panama City Beach, FL3 32407 7. Contact telephone: (850) 763-5200 Email dc@panhandleengineering.com 8. Name of person or firm the Development Orderi is to bei issued to (lfn nol same as the applicant): Address of recipient: 130 Richard Jackson Blvd, Suite 200 Panama City Beach, FL'32407 Review fee amount (Please attach check made payable to City of Callaway) Development Order Review $500.00* Deviation from Site Plan $500.00" $500.00 F Plus, Engineering and Attorney review fees reimbursed as billed. (Fora a deviation. from site plan, please attach a narralive citing approved development order detailing all proposed changes from approved development order) Seplember 19, 2023 B. PROJECT INFORMATION Project name: Park Place Phase 3&4 2. Proposed use ofs site (in acres): 113.64 ac 3. Number ofu units (or lotsi ifs subdivision): 193 lots 4. Number of bedrooms per dwelling: TBD 5. Proposed density in units per acre and intensity in impervious surface ratio. 1.7 b Are proposed roads, easements, stormwater facilities, and/or on-site utilities to be privale or 7 Is this project part of an existing muli-phase development? No. X Yes: this projecli is part 8. Is this project the slart ofa a new multi-phase project? x No Yes; this is ar multi-phase 9. Has the city previously issued any development order for the: subject parcel? X No Yes 17.3% dedicated to the city?. - X dedicaled to the city, private combination (attach explanation) of Park Place project anticipated tol be developedi in phases. This application is for phase(s) lfyes, what is status of current development order? 10. Height of tallest! building above grade: 2- Stories 11. Is this waterfront property: X No Yes lfyes, to which waterbody is this property adjacent? C.D DEVELOPMENT SITE INFORMATION 1 Current use ofs site (in acres): Vacant (113.636) 2. Address of site. BettyLouise Dr., Callaway, FL: 32404 3. Property appraiser's parcel ID#(s): 06617-926-000 NOTE: Copy of deed with legal description MUST be included. 4. Size of properly; 4,949,984.16 (square feet); 113.636 06617- 010-000 (acres) 5. Name(s) of adjacent sireet(s): North- Betty Louise Dr. East- Lawton Branch Way D. SITE LAND USE DESIGNATIONS South- N/A West- N/A 1 Future Land Use Map Designation: LDRES(CAL) 2. Future Land Use Map Designation of Adjacent Parcels: North- LDRES(CAL) East- LDRES(CAL) South- Conservation(BC) Wesl- LDRES(CAL) 3. Is subject property in an Overlay(s): Yes X No (fy yes, please specify) Seplember 19, 2023 4. Subject property's zoning disirici(s) North- R-8 East- R-6 5. Zoning distriçts of adjacent parcelsi North- R-8 East- R-6 South- CSVH Wesl-! R-9 South- CSVH Wesl R-9 S SITE UTILITIES (Check all applicable services) 1. Water system Available capacity: TBD 2. Sewer system Available capacity. TBD F. TRAFFIC IMPACTS Demand created by proposed development: 57,900GPD Demand created by proposed development: 48,250GPD Appendix A contains information on Transportalion Impact Fees, 1. HURRICANE EVACUATION- Thes subject property ocçurs in the following Hurricane Evacuation Zone(s): (Check all thal apply) Tropical Storm Category 31 Hurricane Calegory 1 Hurricane Category 2) Hurricane Category 4-5 Hurricane X_NA G. SITE ENVIRONMENTAL INFORMATION (Check all that apply) 1 X Flood Zone Type: Elevation 2. 4. 5. 6. Protected Trees (indicate type and size on site plan) 3. X Wetlands: XFDEP X_COE Shoreline Coastal Area Aquifer Recharge 7. X Wildlife Habitat An environmental assessment should be included with the appliçation, This assessment should be prepared by al licensed environmental firm, and at a minimum should address the following: b) Welland delineation including all wetland buffers, Any recommended mitigation should be detailed. c) Characterization of the shoreline habitat and aquatic resources (shellfish, seagrass beds, elc.) e) Ecosystem characterization, threatened and endangered species report, including recommended survey of the Florida Masier Site File (adminislered by the Bureau of Historic Preservation, Division of Historical Resources) lo determine the presence of items of historiçal, cultural, or archeological a) Hazardous materials inspection d) Characterization of the uplands ecosystems and soils. mitigation, if necessary. signifiçance. Seplember 19, 2023 H. REQUIRED PERMITS (Check all that apply) 1 X Dredge and Fill ( DEP X_COE) 2. 3. 4. 5. 8, FDOT Right-of-Way Use ( Bay County Driveway Water Well NWFWMD 6. X FDEP Water Distribution FDEP Stormwater Driveway Access Drainage Health Dept) Utility) Cilyo of Callaway) Bay County. City of Callaway) 7. X FDEP Wastewater Collection and Transmission 9. XOthers (specify): NWFWMD Stormwater CERTIFICATION OF RIGHT TO APPLY FOR DEVELOPMENT ORDER AND UNDERSTANDING OF TRANSPORTATIONI CONCURRENCY AND WETLANDS REQUIREMENTS Thereby certify that thei information contained herein is true and correct and that! am either thel Irue and: sole owner of the subject property on am authorized to act on behalf oft the true owner(s) in all regards in this malter, pursuant to proof and authorizalion submitted with the corresponding development application or atlached hereto. hereby represent that have thel lawful righl and authority to file this application. understand that submission of the form initiales ap process and does Ifurther certify thatlunderstand thal issuance ofa a Certificate of Concurrency wil require successful completion of Development Review, and that likewise no final development order willl be issuede except upon successful completion of this Concurrency Review. lfurther understand that 'Inquiry Only Review will result in no Certificate of Concurrency being issued, and therefore no binding assurance of future capacity, and lhat a Concurrency Review application will be required in conjunction with Ihef first Idol hereby certify my underslanding that a thirly (30) foot buffer is required between DEP jurisdictional wetlands. and at fifly (50) foot buffer is required between the mean high-water line of East Bay andi its tributaries. lunderstand that ally vegetation must bep preserved within the 30-foot buffer with nol land clearing to occur, lfurther understand that erosion control measures (e.g.. hay bales, silt fence) must bei installed at the landward edge of the welland buffer and along any ditch or other stormwater control structure prior to any clearing on the site and maintained throughout construction including final grading. lunderstand that a City of Callaway Development Order does not authorize any land clearing inj jurisdictional wetlands and that permits must be obtained from the Department of Environmenlal Protection and/or the U. S. Army Corps of Engineers for development activities in wellands, noti imply approval by the City of Callaway: final development order applied for on this properly. Seplember 19, 2023 By signing this application, the owner hereby authorizes the Cilyo of Callaway Planning Department lo access the subjecl properly to verify information contained in this application and accompanying. submittal documents. Further, the person named as the Project Contacl is authorized on my behalf (if applicable). - Sazg -Owner's or Authorized Agent's signature Date Justin Smith (Please print or type name) Seplember 19, 2023 ENGINEER'S CERTIFICATION Doug Crook, P.E. Callaway's Land Development Regulations certily that Thave reviewed andi intend to comply with the Cily of Those item(s) not in compliance with the Cily of Callaway's Land Development Regulations for whichl lam requesting a vanance or special exception for are listed below: Non-Compliance Relevant Code Item Seclion Reason(s) 1 2 3 4 5 (Allach extra sheeisi fnecessary) Variances will be Approved or Disapproved by the cily. Approval or disapproval of ther requested variances on special exception willl be with the City Commission. Doug Crook, P.E. ac complete development review. am fully aware of the information required to submit andi request The information contained in this submilted development package is true and correct to the best ofmy knowledge and the package is complete, prepared with sound engineering principles, and complies witha all applicable city land development regulations unless noted otherwise, MES Certified by: Date: NO. .66556 STATEOF ELORIDP IONAL ENO Company Name and Address: Panhandle Engineering, Inc. 600 Ohio Ave. Lynn Haven, FI32444 Name, Doug Crook, P.E. Title: Vice President Te-plreL850)763-5200 P.E, Registration No. 66556 A CITY OF CALLAWAY DEVELOPMENT MEMORANDUM OF UNDERSTANDING FOR WATER AND/OR SEWER FACILITIES lfis hereby understood by and between the City of Callaway and, Justin Smith the Deveoper/Authorized Agent of The St. Joe Company from the City will comply with the following provisions" that all developments receiving water and sewer services 1. All water and sewer facilities being constructed by the developer in conjunction with this projec, shall be constructed in accordance with plans and specifications prepared and sealed by a registered professional 2. All water meters and appurtenances shall be approved by the City and installed by the developer al no cost to the city, All meters shall include meter transmitting units (MTU) and towers as determined byl lhe Cily tob be 3. Water and sewer facililies being constructed by the developer for which the Cily will be requested to assume maintenance and operation responsibilities shall be construcled in accordance with the City'sLand Itshall be the developer's responsibility to properly secure all appliçable Local, County, Slale, and Federal permits to construct these façilities, including the payment of all associaled fees. 5, Itshail be the developer's responsibly to ensure çompliance with all applicable laws, regulations, and 6. Water service for construction purposes only may be permitted by the cily upon specific metered fire hydrant or other above ground connection, The developer will be responsible for payment of water consumption 7. The developer shall ensure that no potable water service will be provided through these facilities until: B. The system has been approved for use by the Department of6 Environmental Protection. All required submittals have been received (ie. pump station valves, hydrants, meters, etc.) 8. The developer assumes full responsibility for payment of alle enforcement action fees, penallies, remedialion costs, or similar expenses imposed against the city by the Department ofE Environmental Proteclion or any settlement arising from such an enforcement action in any way ori in any part caused by or relaled lot this project and for legal and/or professional fees incurred by the city in defending or addressing any suche enforcement 9. No public utility service shall be provided to the development until all the above conditions are met, inspecled, and approved by the cily. ltis the developer's responsibility to call fori inspections as required 481 hours in engineer licensed lo participate in the State of Florida. necessary to provide al fixed network meter read system. Development Regulations and othér applicable ordinances. conditions during construction. permit A. Allb bacteriological and pressure testing has been completed. As-buill plans have been received by the cily. Alla applicable fees are paid in full. action. advanced. Byexecution below, the developer is certifying that he/she has read and understands the provisions outlined herein and accepts full responsibility for compliance therewith. Ifsigned by agent or anyone other than ownerldeveloper. documents authorizing the person to sign. please provide Justin Smith Developer (Print) The St. Joe Company Company, (Print) Authorized Agent (Print) $1/229 Date Date M 00 & 3 @ S a SISSINS 3 - L a 3 S - - I A : D1aus Nidl TOHINOO NOISOW3 y Nounowao" SNOLIONODE DNIISIS ONVC SvHd 30VdMevd 60SCOL N I Diasys ovdwr SVHd aoviey 609c01 AH3VI HIMNYISHBISWW: ausy ONVC 3SVHd 3oVld> MVd 60960L CAI ONV 30Vld) MVd 609C0L d # d d s B a a ày i y 3 a l si Vd xVd # a a S i 9 B B 4 N 4 W I S i # 4 # 4 di 4 4 4 # B 4 j B SOSE 4 d 4 a i 6DSEOL 4 S a E B 14 NVId BOMNIMNO ONVS ONICVD TIVAOT 3SVHd oVld *vd NVId 3DVNMOO 3oVld) XwVd NVid ONVE DNIOVHOT 3oVldsevd sT m NVld 39VNMIGO ONVE aSVHd oVid MaNd - Davs Nind 3OVNO ONVS ONIOVDT SVHd aovid wVd BIIT CIDIsys $318VL 3didoNV aSVHd 3oVdMeVd 605COL pp ONVE 609C01 30ZONOdPONVE BoVldweNd s MVd wavd G09C0L sovldy MwVd 251864s HONdONNNWIdA AVMOVOHT GNVE owes MMd 605E0L zzojasus aoud GNVN NVId MMOVOW SVHd 30Vldsvd 609COL ioHdo CNVNM oVld wd : 20109453 3oad 3SVHd 3oVd) MMd s20jeous 3HOHd ONVNVId AWMOVOW INV SVHd Bovldswvd BOSEOL a2510us HOHdONVN sVHd aoVd Mvd DOLU VRE 12510845 3SVHd ovid) Mwd 605CO ezDlesus BHOHAONVNVIA 3oMd wvd ONDVW IN3W3AMd ONV 30VNDIS 1WBAOI 3SVid 35Vd) MMd GOSCOL a muo ONVE 39VHd aoVid> xvd 609COL qevss S1130N NOUONHISNOO) ONVE aSvHd3 30VdrHVd 60SC0L s ONVE svid 3oVidsuvd 60SCOL 8 iRNINT gots 4oIT AInunFONVE: 3SV.30VIAMBVd 609C0L BI 1iv1a0 Ainune ONVC SVHd aoWd> MNd BOSEOL 8 4 Bovdvevd by MI30 Alnuns ONVC SVHd soVld> MVd 60SC01 de le MO NOIS INV aoVid vd 00 Agenda Item # CITY OF CALLAWAY BOARD OF COMMISSIONERS AGENDA ITEM SUMMARY DATE: JANUARY 14,2025 ITEM: DISCUSSION- CITY CLERK AND CITY MANAGER EXPECTATIONS 1.PLACED ON AGENDA BY: BOB PELLETIER, COMMISSIONER 2. AGENDA: PRESENTATION PUBLICHEARING OLD BUSINESS REGULAR 3. ISTHIS ITEM BUDGETED (IF APPLICABLE)?: YEs NoD N/A 4. BACKGROUND: WIy,WIAT.WIO. WHERE, WHEN.HOW, BANTIYAIATACINENTI COMMISSIONER PELLETIER WOULD LIKE TO DISCUSS EXPECTATIONS AND SET PARAMETERS CONCERNING THE CITY MANAGER AND CITY CLERK POSITIONS ATTACHMENTS: CITY MANAGER. JOB DESCRIPTION CITY CLERK JOB DESCRIPTION 5. REQUESTED MOTION/ACTION: Set Parameters for City Manager and City Clerk Positions ADMINISTRATION CITY MANAGER Salary Range: Department: Reports To: Approved. By: SUMMARY: $105.646-5195.197 Administrative City Commission City Commission Date: t/s/za Ah highly responsible management position; the chief administrative oflicer of the City IS responsible to the City Commission for the administration ofall City affairs as prescribed by City Charter or by ordinances of the City. POWER ANDDUTIES: Ensures that all laws. provisions of the Charter. ordinances, policies and procedures of the City. and other actsof the City Commission, subject to administrative enforcement by City staff are faithfullyexecuted. Appoints, supervises, disciplines, demotes. suspends or removes any City employce or appointed administrative oflicer, except the City Clerk and City Attorney, when deemed necessary for the good of the City, subject to City ordinances andresolutions, policies and procedures of the City, Directs, supervises and has responsibility for the administration of all departments. divisions. oftices and subordinate oflicers and employees, those powers which are necessary or expedient to the proper management, control and function ofs such departments, divisions. oflices and positions. Recommends to the Commission for adoption of such actions as deemed necessary or expedient in the Keeps the City Commission fully advised as to the financial condition and needs of the City monthly, and Performs suchother duties as may be prescribed or as may be required by ordinance or resolution. policies and procedures of the City Commission: such as responding timely to Commission questions and Purchases services. supplies. materials and equipment subject to City ordinances: and resolutions: provided that such purchases are otherwise in conformance with the requirements of the City Charter and general Signs such contracts. bonds and agreements of the City as required by the Charter or ordinances of the Responsible for the oversight of collection of all revenues and monies due the City and shall ensure that proper records of such collections are maintained. Has the authority to disburse funds appropriated by the City Commission and shall ensure that proper records of suchdisbursements are maintained. Ensures that a uniform system of accounts in which all linancial transactions of the City shall be entered is maintained. Requires the maintenance of a uniform system of accounting for each administrative department, division, office or position of the City, and may audit such accounts at any time. Daignatcsagulificiy, administrativer oflicer to assume and exercise the power and duties of thex oflice during temporary absences ordisability and notify Commission of such designation. Attends all meetings of the City Commission: interest of theCity. submits for its consideration an annual budget. implementing as directed Commissions adopted policies, procedures and directives. law and City policies and procedures. City, or as approved by the City Commission. QUALIFICATION REQUIREMENIS: Thorough knowledge of municipal programs, services, andfunctions. Ability to comprehend and implement complex rulings. regulations. policies anddirectives. Ability to interact with top level officials and others with tact anddiplomacy. County residency required within 6-months of employment. Prefer successful candidate live in the City, EDUCATION AND/OR EXPERIENCE: Bachelor's Degree in business related field (Master's Degreeprelerred). Five to ten years of leadership experience including organizational, financial and public relations skills Working knowledge in urban planning and community redevelopment and experience in administeringa may be substituted for education. community redevelopment plan is preferred. Experience as a City Manager is preferred. Experience with Grant Administration is required. Familiarity with Florida's Sunshine Laws and Ethics is required. Physical Demands: The physical demands described here are representative of those that must be met by an employee to successfully perform the essential functions oft this job. Reasonable accommodations may be made Lo enable individuals with While performing the duties of this job, the employce is frequently required to stand: walk; sit; use hands and fingers to handle or feel objects. tools or controls: reach with hands and arms; climb or balance, stoop, kneel, crouch, or craw!: talk or hear: and taste or smell. The employee must frequently lift and/or move up to 25 pounds, andoccasionally lift up to 50 pounds. Specific vision abilities required by thisj jobinclude close vision and distance disabilities to perform the essentiallunctions. vision. Work Environment: The work environment characteristics described here are representative of those an employee encounters while performing the essential functions of this job. Reasonable accommodations. may be made to enable individuals While performing the duties of this job. the employee occasionally works near moving mechanical parts. The with disabilities to perform the essential functions. noise level in the work environment is usually moderate. 2 ADMINISTRATION CITY CLERK LORIDP Salary Range: Department: Reports To: Approved By: SUMMARY: $57,000 - $94,640 Administration City Commission City Commission: 8/08/23 This is highly responsible administrative work in recording and/or maintaining official records, administrative manuals of the City, recording actions of the City Commission and records retention and archiving. This position also performs executive secretarial duties for the City Commission. Work is performed under the executive direction of the City Commission. The City Clerk is appointed by the City Commission and shall hold office at the pleasure of the City Commission. The compensation of the City Clerk shall be as determined by the City Commission. POWERS AND DUTIES: The City Clerk shall give public notice of all City meetings to the Commissioners and the public, as required by law, and shall attend all such meetings in person or by designee and Coordinate development of agendas for all City Commission and Board meetings to include public notice of same, with Commission, City Manager and Department Heads. Prepares minutes of each meeting and reviews for errors and confirmation of City actions prior Attends Commission and board meetings and records all motions, votes, and actions. Designates Records Clerk the responsibility of recording minutes if unable to attend a meeting Schedules and coordinates special events as well as keeps calendars for the City Commission shall keep minutes of the proceedings. tos submission for approval. requiring minutes. Maintains official Minute Book. and all Boards. Assist citizens and troubleshoots complaints in areas of responsibility. Directs the City's records (public records requests, archiving, etc). Records all ordinances, resolutions, contracts and deeds. Submit each to City Attorney for review prior to Commission. Charter, all ordinances, resolutions, contracts and deeds, Produce ordinances and resolutions as needed, keep up to date and assign numbers to each. The City Clerk or his/her designee shall authenticate by signature and be custodian of this and other City documents and shall perform such other duties as required by law or by the City Record and publish video for all meetings of the City Commission and boards to the City's Administers oaths, accepts affidavits, and maintains municipal deeds, leases, agreements and Maintains custody of the City's official seal. Signs documents and affixes seal. Commission. website. Attests City contracts and agreements. other records as required. Serves as official Records Management Liaison Officer for City. Works with the Supervisor of Elections during all municipal elections. Coordinate and track all Board appointment applications, Commission approval of appointment Bids/RFP's - Coordinate, notice and publish all with City Manager and Department Heads; hold recorded bid openings, produce minutes and finalize all contracts for Commission approval. Notify vendors of award of Bids/RFP's and Keep track of all original bonds submitted with Bids/RFP's, and any subsequent Payment & Performance Bonds required, returning to and expirations, to include background checks. vendor in a timely manner. Perform other duties assigned by the City Commission. QUALIFICATION REQUIREMENTS: To perform this job successfully, an individual must be able to perform each essential duty The requirements listed below are representative of the knowledge, skill, and/or ability required. Reasonable accommodations may be made to enable individuals with disabilities to satisfactorily. perform the essential functions. The employee filling this position is required to be bonded. Required to be Notary Public for State of Florida. Ability to read and interpret documents. Ability to write routine reports and correspondence. Ability to speak effectively before groups, as well as one on one. Ability to add, subtract, multiply, and divide in all units of measure, using whole numbers, Ability to compute rate, ratio and percent; and to draw and interpret bar graphs. common fractions, and decimals. Ability to calculate accurately. where only limited standardization exists. diagram, or schedule form. Ability to solve practical problems and to deal with a variety of concrete variables in situations Ability to interpret a variety of detailed and complex instructions furnished in written, oral, Knowledge of the ordinances, policies, and procedures of the City. Knowledge of legal requirements, rules and procedures of the City meetings. Knowledge of the organization, function and activities of the municipal government. Knowledge of office methods, procedures and equipment. Must be able to quickly acquire knowledge of the City; legal requirements, rules and procedures of the City meetings; the organization, function, and activities of the municipal government; office methods, procedures, and equipment. Ability to plan and supervise the work of clerical subordinates; accurately prepare and report City actions; establish and maintain effective working relationships with City officials, employees, and the general public; meet short and/or emergency deadlines in a competent and efficient manner, Any and all other duties as assigned by the City Commission. 2 EDUCATION AND/OR EXPERIENCE: Graduation from an accredited college or university with a Bachelor's degree in Public or Extensive experience in administration, including a minimum of 3 years of supervisory experience. Must be computer literate. Word processing, database and spreadsheet abilities Business Administration or related area is preferred. are required. Prefer previous work history oft taking minutes. Master Municipal Clerk Certification required. Proficient in Microsoft Office, Required to hold a valid Florida Notary Public license. Ac comparable amount of training or experience may be substituted for the minimum qualifications. PHYSICAL DEMANDS: The physical demands described here are representative of those that must be met by an employee to successfully perform the essential functions of this job. Reasonable accommodations may be While performing the duties of this job, the employee is frequently required to stand; walk, sit; use hands and fingers to handle or feel objects, tools or controls; reach with hands and arms; climb or balance, stoop, kneel; talk or hear; and smell. The employee must occasionally lift and/or move up to 25 pounds. Specific vision abilities required by this job include close vision and distance vision. The work environment characteristics described here are representative of those an employee encounters while performing the essential functions of this job. Reasonable accommodations may be While performing the duties of this job, the employee occasionally works near moving mechanical made to enable individuals with disabilities to perform the essential functions. WORK ENVIRONMENT: made to enable individuals with disabilities to perform the essential functions. parts. The noise level in the work environment is usually moderate, 3 Agenda Item # CITY OF CALLAWAY BOARD OF COMMISSIONERS AGENDA ITEM SUMMARY DATE: JANUARY 14,2025 ITEM: DISCUSSION- MOVING CITY ELECTIONS TOl NOVEMBER - PLACED ON AGENDA BY: KENNETHAYERS, COMMISSIONER 2. AGENDA: PRESENTATION PUBLICI HEARING OLD) BUSINESS REGULAR 3. ISTHIS ITEM BUDGETED (IF APPLICABLE)?: YES[ NOD L N/A 4. BACKGROUND: (WHY, WHAT,WHO, WHERE, WHEN.HOW.1 DENTIFYALLATTACHMENTS COMMISSIONER AYERS WOULD LIKE TO DISCUSS MOVING CITY ELECTIONS FOR MAYOR AND COMMISSIONERS FROM APRILTONOVEMBER 5. REQUESTED MOTION/ACTION: DISCUSSION Agenda Item # 9 CITY OF CALLAWAY BOARD OF COMMISSIONERS AGENDA ITEM SUMMARY DATE: JANUARY 14, 2025 ITEM: ADVISORY BOARD APPOINTMENTS 1. PLACED ON AGENDA BY: Eddie Cook, City Manager Ashley Robyck, City Clerk 2. AGENDA: PRESENTATION PUBLIC HEARING OLD BUSINESS REGULAR & 3. Is THIS ITEM BUDGETED (IF APPLICABLE)?: YES No N/A 4. BACKGROUND: WM.MHAL.PMO.MHERE WHEN, HOW, & DINTEYALATACNENT The Planning Board has 2 vacant seats due to expired terms. We've received the following applications: Planning Board X. Jeffery Carnahan Mr. Carnahan has applied for reappointment. The appointment: is for a 3-year term ending Applications were received as documented in the attachment, with terms as referenced therein. December 31, 2027, There is still one seat available and is advertised. ATTACHMENTS: Documentation of Application Received 5. REQUESTED MOTION/ACTION: Re-appointment of Mr. Carnahan to vacancy as documented. CITY OF CALLAWAY ADVISORY BOARD APPLICATION OFRED IHE CCRK 60IFNTINaN. CIN.FL324D4 TINON1ASDISAAN. WWWW.mOR MLAWS.COM ELORIDA NEW APPLICATION ARF-APPLICATION ALDIT CONMITTRIENemk C'iuzens for 3-Year lerms. and I Conmissioner for: 2-year lerms) HMPCINISIUNSINIANOVRNGIN CONNITTHE-ear Terms, 5 Members) PLANNING BOARD* 13-Vear Terms: 7Members) OTER: Name: LAAALAN Jertey (First) e (Middle) (Last) Address: 7152 Shase BAy Duvt Mailing Address (if difterent): Business Address: Occupation: Ret HomeCellPh. 175 750 9162 E-mail: Saprink FL yHd 4 Doyour reside within the City limits? Ves ONo ifyes. how long have your resided in the Ciy ofCallaway? 4 Do your own property in the CiyofCallaway? Yes ONo Are: you: a Registered Voter in Bay County:: Yes ONo Voter ID#: Work Ph.: Please rank your board prelerenceiss: PLAAMEAR Page Lof2 Haveyouevers served on a volunteer board or in: a volunteer capacity with the City ofCallaway before? OYes & No Ifyes. please indicate name of board and dates ofs service: A wouLD BE A G.eT BoEht ho e Botro Why would you like to: serve on this board? LAVO w Covchethe What special skills would you bring to this position?. LACINN, Paejasnm Please list fields of work experience: CLhLN Pauph A-x Roel List any licenses and/or degrees (location. and year): IBck- 4C1 Local References (Please list 3): 1. ShAzw Hces Hair 2. keass Rsbyy 3. StepfN Bipkii 509 231 2371 4yo EL L22 47E 514 11L6 Would youl haveap problem with the meeting dates and times for the board/agency for which; you are: applying? D Yes No Ifyes. please explain: Signed: 94 Lye Lavek Date: Scl22 SCIIEDULEOF BOARD MEETINGS Audit Committee" HalfCent Surtax Committec Planning Board* As Needed 3MTHURS March & October TBD 6:00 p.m. "aj"TUESofeach Month as needed 6:00 p.m. *These boards are subject to Financial Disclosure. Submit application to: Janice-l.-Pelers. City Clerk Pohw City ofCallaway Rso-ue 6601 E. Highway 22 Callaway.FL 32404 Page 2of2 Agenda Item # D CITY OF CALLAWAY BOARD OF COMMISSIONERS AGENDA ITEM SUMMARY DATE: JANUARY 14, 2025 ITEM: BUDGET AMENDMENT FOR FY2025 BOAT RACE ROUND ABOUT 1.F PLACED ON AGENDA BY: 2. AGENDA: PRESENTATION PUBLIC HEARING OLD BUSINESS REGULAR EDDIE COOK, CITY MANAGER, DAVID SCHULTZ, DIRECTOR OF FINANCE 3. ISTHIS ITEM BUDGETED (IF APPLICABLE)?: YES K No AND On the December 10, 2024 Commission approved the awarding of the bid for Boat Race Round About to Roberts and Roberts for $746,059. The budget about for FY 2025 was based on prior know information and budgeted at $590,802 leaving the budget short by Requesting to increase the budget to match the bid amount by $155,257. Fund for this $155,257. project will be paid out of Transportation Impact Fees. Attachment(s): Budget Amendment Request form and supporting documents. 4. REQUESTED MOTION/ACTION: Staff requests proceeding with adjusting the Budget to cover the increased cost of the project. S J 8 V Agenda Item # CITY OF CALLAWAY BOARD OF COMMISSIONERS AGENDA ITEM SUMMARY DATE: JANUARY14,2025 ITEM: PLATE REVIEW-I Fox GLENN SUBDIVISION-PARCELID06006-035-000 1, PLACED ON AGENDA BY: Eddie Cook - City Manager 2. AGENDA: PRESENTATION PUBLICI HEARING OLDBUSINESS REGULAR & Bill Frye, Director of Public Works/Planning 3. ISTHIS ITEM BUDGETED (IF APPLICABLE): YES No! N/A 4. BACKGROUND: (WHY.WHAT.WHO. WHERE, WHEN, HOW, & IDENTIFY ALL ATTACHMENTS) Scott Bolo, PE and Julius Hardin, Developer are requesting to plat and subdivide the property to be The Public Works Department and Fire Department have reviewed the Preliminary Plat and have no outstanding issues or concerns. The Planning Department has found that the plans meet the The Planning Board met on December 17, 2024, and voted to convey a recommendation of approval named Fox Glenn off North Fox Avenue. requirements ofLDR, and Comprehensive Plan. to the City Commission. ATTACHMENTS: Preliminary plat of Fox Glenn 5. REQUESTED MOTION/ACTION: Planning Board and Staff. City Commission approval of the Plat for the Fox Glenn Subdivision, as recommended by the feos & North Fox Avenne 66 R.O,W. paved F LOT ETENTION POND LOT LOT LOT AA Agenda Item # 12 CITY OF CALLAWAY BOARD OF COMMISSIONERS AGENDA ITEM SUMMARY DATE: JANUARY 14, 2025 ITEM: BID AWARD - CM2024-22 BEACON POINT PLAZA CONSTRUCTION- NORTH OUTPARCEL 1. PLACED ON AGENDA BY: Eddie Cook, City Manager Ashley Robyck, City Clerk 2. AGENDA: PRESENTATION PUBLIC HEARING OLDE BUSINESS REGULAR & 3. ISTHISI ITEM BUDGETED (IF APPLICABLE)?: YES K No 4. BACKGROUND: (wHY, WHAT, WHO, WHERE, WHEN, HOW, & IDENTIFY ALL ATTACHMENTS) Staffissued an Invitation to. Bid on Wednesday November 6, 2024 with a closing date of Friday December 20, 2024. Five Bids were received as follows: -Holley Development $1.556.560.00 60daycompletion BGN Contractors Inc $1.735.586.89 270 day completion Anderson Construction $1,258.774.00 270 day completion Culpepper Construction $2.230.000.00 270 day completion -JNB Contracting $1.852.000.00 270 day completion Staff recommendation is to approve award to Anderson Construction in the not-to-exceed amount of $1,258,774.00 contingent on state approval and authorization. ATTACHMENTS: BIDCERTIFICATION FORM AGREEMENT 5. REQUESTED MOTION/ACTION: Award of Agreement for Bid No. CM2024-22 to. Anderson Construction for the not-to-exceed amount of $1,258,774.00. Anderson Construction Name of Company: Company of North Florida BID/RFP CERTIFICATION FORM CITY OF CALLAWAY BID NO.: CM2024-22 BEACON. POINTE PLAZA REHABILITATION PROJECT PROPOSERS CERTIFICATION TO1 THE CITY OF CALLAWAY: I. The undersigned warrants that: (A)This Proposal iss submitted ini response to, and is in compliance with. all terms and conditions applicable thereto as set forth in the Advertisement, Instructions tol Proposers, General Instructions and Conditions, Special Instructions and Conditions, Bid/RFP Certification Forms, the Minimum Technical Specifications, Addendum, Exhibits, Agreement, Bonds, and Insurance Requirements, each of which has been carefully examined, (B) Proposer or Proposer's representative has made such investigation as is necessary to determine the character and extent of the work and their capability to perform the work, and (C) agrees that if the Proposal is accepted by the City, Proposer will provide the necessary labor, materials, machinery, equipment. tools or apparatus, and perform all the work or services requiredt to complete the assignment and/or contract within thet time specified according to the requirements of the City as herein and hereinafter set forth, and (D) he/she is authorized to legally execute binding contracts for and on behalf oft the Proposer. 2. Please check one: Proposer declares that the only person, persons, company, or parties interested in this Proposal are Proposer, or one or more of Proposer's officers, principals, or any owner of more than 5% in or of proposer, or members oft their immediate families: (A)haves a financial interest in anothercompany. project, or property that could benefit financially from this proposed project: and/or (B) another individual or business will be compensated by (or on behalf of proposer) if Proposer iss selected by the City for the requested services. (Attach a detailed explanation for either.) named in the Proposal. 3. Bid Bond Ifthe Proposal is accepted by the City, it will become a binding contract on both parties. Ifa Bid Bond or Cashier's Check/Certified Check is required, its shall be submitted with the Proposal, Ifthe undersigned shall fail to deliver or perform, or if applicable, execute a Contract as stated herein. then the City may, at its option, determine that the undersigned has abandoned the Award/Contract, and thereupon such Bid and/or Award shall be null and void, and any Cashier's Check/Certified Check or Bond accompanying this Bid shall be forfeited to: and beçome the property ofthe City, and the full amount ofsaid check, or if a Bid Bond, the full amount of such bond, shall be paid to the City as partial liquidated damages; otherwise, any Bond or Cashier's Check/Certified Check accompanying this Bid shall be returned to the undersigned within 30 calendar days from the date of Award, ori ifprovisions foral Noticet to Vendor proposes and agrees to provide all materials, services or equipment required for the City of Callaway BEACON POINTE PLAZA REHABILITATION PROJECT - NORTH OUTPARCEL BID) NO.: CM2024-22, for the Total Sum(s) as follows (lotals mus! match attached breakdowngfcoss, for 5. Number of days from date oft thel Notiçe tol Proceed that willl be required for the final completion of all work Proceed are included, from the date oft the Notice to Proceed. 4. each Part): Onen Millon Two HandredF Fiy-EighiT Tnousands Seven Hundreds Sevenly-Four Dollars ($1,258,774 as described herein, 270 (Maximum 60 Calendar Days) 6. The City reserves the right to accept any or all prices itemized in any combination that best serves the interests oft the City. The City further reserves the right to accept or reject any of the components oft this BIDDER HEREBY ACKNOWLEDGES RECEIPT OF THE FOLLOWING ADDENDUMS: 1-6 Proposal, including alternates. 7. Page Tof3 BEACON POINTE PLAZA REHABILITATION PROJECT- NORTH OUTPARCEL Bid No.: CM2024-22 Proposed rehabilitation activities will not change the size or capacity of existing structures by more than 20 perçent and the activities do not involve a change in land use. ITEM DESCRIPTION QTY UNIT AMOUNT A. REHABILITATION OF 5,000 SF OUTPARCEL Reconstruction +/- 5,000s sfofo outparcel building into 3 suites of approximately 1,667 sfe each with drive-thru located on the east side ofthel building Reconstruction: of the existing pylon sign EAI $ 1,170,661 SUBTOTAL 1,170,661 25,175 62,938 BONDS AND INSURANCE (2%) MOBILIZATION AND GENERAL CONDITIONS (MAXIMUM5% TOTAL BID SUBMISSION $ 1,258,774 Name of Bidder: Anderson Construction Company of North Florida Business structure: MCoponation.0PartenhipOlmdividwl., (9 Other: IfaPartnership: Name(s) of Partner(s): IfaCorporation: Incorporated in State of: Florida Date of Incorporation: 2003 Unique Entity Identifier Number: 52-2388318 Business Address: 1729 St Andrews Blvd Ciy-Panama City StateFL Zip 32405 Telephone Number: 850-215-5060 Fax(nla Submitted By: Garrett Anderson Affix Corporate Seal (fCorporation). (Print) Title: President Signature: ATTEST: By:. 4 p Secretary Mhwln 171 Print Name Page 2 of3 State of Florida County of Bay The foregoing instrument was acknowledged before me by means of Physical Presence or JOnline Notarization The foregoingi instrument was acknowledged before me this 20 day of Dec 2024 by. Garrett Anderson whoi spersonally knowr to me or whoy presented SpavDaho [Signature of Notary Public] as identification, and who (did) (did not) take an oath. Stephanie Douglas [Printed, typed or stamped name of Notary Public) STEPHANIE DOUGLASI Notary Public-State of Florida! Commission # HH 488696 My February Commission, 20, 2026 Expires Contractor MBE/WBEOB Status (Check all that apply): Minority Business Enterprise Women's Businéss Enterprise Veteran-Owned Business Nota al Minority Business Enterprise, Women's Business Enterprise, or Veteran Owned Business NOTE: BIDS MAY BE REJECTED IF ALL DOCUMENTS ARE NOT COMPLETE AND EXECUTED, AND THE NUMBER OF COPIESSPECIFIEDREQVESTED OFEACHA ARE/ NOTSUEMITTED WITH THE BID. PAPLEASE NOTE THATSECTION: 3 FORMS MUST BE SUBMITTED WITH THE BIDPACKAGEH Page 3of3 CITY OF CALLAWAY BID NO.: CM2024-22 BEACON POINTE PLAZA REHABILITATION PROJECT-NORTH OUTPARCEL This Agreement made as ofthis 14h day of, January, 2025, by and between the City of Callaway, Florida - (the "CITY"), and Anderson Construction, authorized to do business in the State of Florida (the "CONTRACTOR), and whose address is PO Box 16226, Panama City F132404 Inconsideration oft the mutual promises contained! herein, the CITY and the CONTRACTOR agree Phone: 850-215-5060 as follows: ARTICLEI-SERVICES The CONTRACTOR'S responsibility under this Agreement is to construction oft the Beacon Pointe Plaza, which is supported by U.S Department of Housing and Urban Development (HUD) Community Development Block Grant = Disaster Recoyery (CDBG-DR). for BID NO. CM2024-12 - BEACON CONTRACTOR shall comply with, and shall ensure that all subcontractors comply with, all. applicable procedures, guidelines, manuals, standards, and directives as described in EXHIBIT A: Required ContractTerms. & Conditons-Hometown Revitalization Subrecipient. tAgreement M0038; EXHIBIT B: HUD-4010 - Federal Labor Standards Provisions and Davis Bacon Wage Decision; EXHIBIT C: Minority Business Enterprises and Women's Business Enterprises; EXHIBIT D: Environmental Review Record Required Mitigation Measures and Conditions; and EXHIBIT E: Services oft the CONTRACTOR shall be under the general direction of the CITY MANAGER, who may designate a person to act as the CITY'S representatiye (hereinafter REPRESENTATVE? during the POINTEPLAZA REHABILITATION PROJECT-NORTHOUTPARCEL. Section 3 Clause and Section 3 Required Forms. performance oft this Agreement. ARTICLE2-SCHEDULE The CONTRACTOR will commence the work. required by the CONTRACT DOCUMENTS within 10 calendar days after the date of the NOTICE TO PROCEED and will substantially complete the project within 270 consecutive calendar days, unless the period. for completion is extended otherwise by the CONTRACT DOCUMENTS. ARTICIE3-FAYMENTS TO CONTRACTOR A. The CITY shall pay to the CONTRACTOR for services satisfactorily performed $1,258,774.00, which includes all direct charges, indirect charges, and reimbursable expenses, if any. The B. The invoices received from the CONTRACTOR pursuant to this Agreement will be reviewed and approved by the City Manager's office, indiçating that services have been rendered in conformity with the. Agreement, and then will be sent to the Finance Department for payment. The invoice must specify the work performed. Five percent (5%) ofeach invoiced amount will be withheld and retained by the CITY until completion of the work to the satisfaction oft the CITY. In order for both parties herein to close their books and records, the CONTRACTOR will clearly CONTRACTOR will bill the CITY monthly. state "finali invoice" on the CONTRACTOR'S final/last billing to the CITY. This indicates that all services have been performed and all charges and costs have been invoiced to the CITY. Since this account will thereupon be closed, any and other further charges if not properly included on this CONTRACTOR acknowledges thati it has reviewed the scope of work and inspected the work site PROHIBITION OF CONTINGENCY FEES - Pursuant to Florida Statutes, no person may, in whole or inj part, pay, give, or réceive, or agree toj pay,give, or receive, ac contingency fee. However, this subsection does not apply to claims bills. Any person who violates this section commits a misdemeanor oft the first degree, punishable as provided in fs. 775.082 or 775.083. final invoice shall be waived by the CONTRACTOR. D. E. and does not anticipate having any CONTRACTOR requested change orders. ARTICLE4-TERMINATION This Agreement may bet terminated by the CONTRACTOR on 60 days prior written notice to the CITY in the event of substantial failure by the CITY toj perform in accordance with thet terms hereofthrough no fault of the CONTRACTOR. It may also be terminated by the CITY, with or without cause, immediately upon written notice to the CONTRACTOR. Unless the CONTRACTOR is in breach of this Agreement, the CONTRACTOR shall be paid for services rendered to the CITY'S satisfaction through the date of termination. After receipt of a termination notice and except as otherwise directed by the CITY the CONTRACTOR shall: A. Stop work on the date and to the extent specified. B. C. D. Terminate and settle all orders and subcontracts relating to the performance ofthe terminated work. Transfer all work inj process, completed work, and other material related to the terminated work to the CITY. Continue and complete all parts of the work that have not been terminated. ARTICLES-P PERSONNEL The CONTRACTOR represents that it has or will secure at its own expense all necessary personnel required to perform the services under this Agreement. Such personnel shall not be employees of or have any All of the services required herein under shall be performed by the CONTRACTOR or under its supervision, and all personnel engaged in performing the services shall be fully qualified and, ift required, The CONTRACTOR warrants that all services shall be performed by skilled and competent personnel to contractual relationship with the CITY. authorized or permitted under State and local law to perform such sèrvices. the highest professional standards int the field. ARTICLE6-SUBCONTRACTING The CITY reserves the right to accept the use of a subcontractor or to reject the selection of à particular subcontractor and to inspect all facilities of any subcontractors in order to make a determination as to the capability of the subcontractor to perform properly under this Agreement. The CONTRACTOR is encouraged to seek minority and women business enterprises for participation in subcontracting opportunities. Ifas subcontractor fails to perform or make progress, as required by this Agreement, and it is necessary to replace the subcontractor to complete the work in at timely fashion, the CONTRACTOR shall promptly do SO, subject to acceptance oft the new subcontractor by the CITY. ARTICLE 7-F FEDERALI ANDS STATETAX respect to this Agreement and the personnel ite employs. ARTICLES- INSURANCE & BONDS The CONTRACTOR shall be responsible for payment ofi its own FICA and Social Security benefits with A. The CONTRACTOR shall not commence work under this Agreement until it has obtained all insurance and bonds required under this paragraph and such insurance has been verified by the AII insurance policies shall bei issued by companies authorized to do business under the laws oft the The CONTRACTOR shall maintain, during the life ofthis Agreement, comprehensive automobile liability insurance int the amount of$1,000,000 and $2,000,000 combined single limit for property damage and bodily injury liability covering claims which may arise from the ownership, use, or maintenance of owned and non-owned automobiles, including rented automobiles, whether such operations be by the CONTRACTOR or by anyone directly or indirectly employed by the CONTRACTOR. CONTRACTOR shall purchase and maintain a policy or policies of commercial general liability insurance satisfactory in all respects to CITY, and casualty and extended coverage insurance, All policies shall be occurrence. form policies and shall name CITY as an additional insured, with the premium thereon fully paid by CONTRACTOR on or before their due date. The general liability insurance policy shall afford minimum protection of $1,000,000 and $2,000,000 Required insurance: shall be documented in Certificates ofInsurance which provide that CITY shall be notified at least 30 days in advance of cancellation, non-renewal or adverse change. New Certificates of Insurance are to be provided to CITY at least 15 days prior to coverage renewals. If requested by CITY, CONTRACTOR shall furnish complete copies of its insurance policies, For commercial general liability coverage, CONTRACTOR shall, at the option of CITY, provide an indication. oft the amount of claims, payments or reserves chargeable to the aggregate amount of Receipt of certificates or other documentation of insurance or policies or copies of policies by CITY, or by any of its representatives, which indicate less coverage than required does not constitute a waiver OfCONTRACTOR'S obligation to fulfill the insurance requirements herein. CONTRACTOR shall also purchase and maintain workers compensation insurance for all obligations imposed by law, with employer'sli liability limitso of at least the statutory limit, or provide notarized affidavit of exemption listing relevant statutes. CONTRACTOR shall also purchase any CITY. State of Florida. B. combined single limit coverage for bodily injury. City of Callaway, Florida is to be named as an additional insured entity. forms and endorsements. liability coverage. other coverage required by law. CONTRACTOR'S maintenance of the insurance policies required hereunder shall not limit or Int the event that a performançe or payment bond isr required duet to use of grant funds for the project, by City Commission or as otherwise required, the CONTRACTOR shall not commence work under this Agreement until it has obtained the required bonds and provided such bonds to1 the CITY. otherwise affect its liability hereunder. ARTICLE9- EXCUSABLE DELAYS The CONTRACTOR shall not be considered in default by reason of any failure in performance if such failure arises out of causes reasonably beyond the CONTRACTOR'S control and without its fault or negligence. Such causes mayi include but are notl limited to acts ofGod; the City'somissive and commissive failures; natural or public health emergencies; labor disputes; freight embargoes; and severe weather conditions. If failure to perform is caused by the failure oft the CONTRACTOR'S: subcontractor(s). and is without the fault or negligence of them, the CONTRACTOR shall not be deemed to be in default. Upon the CONTRACTOR'S request, the CITY shall consider the facts and extènt of any failure to perform the work and, if the CONTRACTOR* S failure to perform was without its fault or negligence as determined by the CITY, any affected provision oft this Agreement shall ber revised accordingly; subject to the CITY's rights to change, terminate, or stop any or all oft the work at any time. ARTICLE 10-I LIQUIDATED DAMAGES Liquidated damages shall be paid to the CITY at the rate of $500 per day for all work awarded under the contract until the work has been satisfactorily completed as provided by the Contract) Documents. Sundays Iti is agreed that the amount is the per-diem rate for damage incurred by reason of failure to complete the work. The said amount is hereby agreed upon as the reasonable costs which may be accrued by the CITY after the expiration of the time of completion. It is expressly understood and agreed that this amount is not to be considered in the nature of a penalty, but as liquidated damages which have accrued against the CONTRACTOR. The CITY shalll have the right to deduct such damages from any amount due, or that may become due the CONTRACTOR, or the amount of such damages shall be due and collectable from the and Legal Holidays shall be excluded in determining days in default. CONTRACTOR or Surety. ARTICLE11- ARREARS The CONTRACTOR shall not pledge the CITY'S credit or make it a guarantor of payment or surety for any contract, debt, obligation, judgment, lien, or any form ofindebtedness. ARTICLE12- DISCLOSURE AND OWNERSHIP OF DOCUMENTS The CONTRACTOR shall deliver to the CITY for approval and acceptance, and before being eligible for final payment of any amount due, all documents and materials prepared by and for the CITY under this All written and oral information not in the public domain or not previously known, and all information and data obtained, developed, or supplied by the CITY or at its expense will be kept confidential by the CONTRACTOR and will not be disclosed to any other party, directly or indirectly, without the CITY'S Agreement, prior written consent. Such information and data shall be and will remain the CITY'S property andr may be reproduced and reused All products generated by the CONTRACTOR for the CITY become the property oft the CITY. The CITY may require submission of any. electronic file version of reports, data, maps, or other submission of documentation produced for or as ar result ofthis project in addition to paper documents. The CITY and the CONTRACTOR shall comply with the provisions oft the Florida Public Records Law. Ifthe CONTRACTOR has questions regarding the application ofChapter 119, Florida Statutes, to the CONTRACTOR'S duty to provide public records relating to this contract, contact the custodian ofp public records, Audra Boswell, City Clerk, at850-215-6694, email at arobyck@cityofcallaway.com, or via mail, PUBLIC RECORDS LAW. CONTRACTOR acknowledges that it is familiar with the provisions of the CONTRACTOR agrees to comply with Chapter 119, Florida Statutes, and specifically per Florida Statute 119.0701, CONTRACTOR agrees to keep and maintain public records that would be required by the City of Callaway in order to perform the serviçes provided for in this Agreement; CONTRACTOR agrees to provide public access to any required. public records in the same manner as a public agency; CONTRACTOR agrees to protect exempt or confidential records from disclosure; CONTRACTOR agrees to meet public records retention requirement; and CONTRACTOR agrees that at the end of term of this Agreement, to transfer all public records to the City of Callaway and destroy any duplicate exempt or All products generated by the CONTRACTOR for the CITY become the property oft the CITY. The CITY may require submission of any electronic file version of reports, data, maps or other submission of documentation produced for or as a result ofthis Bid/Proposal in addition toj paper documents. Further, in accordance with the Public Records Laws of the State of Florida, Section 119.0701, (2013), A. Keep and maintain public récords that ordinarily and necessarily would be required by the public att the discretion of the CITY. at 6601 E. Hwy. 22, Callaway, FL 32404. Public Records Law of the State of Florida. confidential public records. Contractor must: agency in order to perform the service. or as otherwise provided by law. disclosed except as authorized by law. B. C. D. Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and atac cost that does not exceed the cost provided in this chapter Ensure that public records that are exempt or confidential and exempt from public records are not Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public reçords in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public record disclosure requirements. All reçords stored electronically must be provided to the public agency in a format that is compatible with the information technology systems ofthe public agency. E, Ifa contractor does not comply with a public records request, the public agency shall enforce the All covenants, agreements, representations, and warranties made herein, or otherwise made in writing by any party pursuant hereto shall survive the execution and delivery oft this Agreement and the consummation contract provision in accordance with the contract. oft the transactions contemplated hereby, ARTICLE] 13-INDEPENDENT CONTRACTOR RELATIONSHIP The CONTRACTOR is, and shall be, in the performance of all work services and activities under this Agreement, an independent contractor, and not an employee, agent, or servant of the CITY. All persons engaged in any of the work or services performed pursuant to this Agreement shall at all times, and in all places, be subject to the CONTRACTOR'S sole direction, supervision, and control. The CONTRACTOR shall exercise control over the means and manner in which it and its employees perform the work, and in all respects the CONTRACTORS relationship and the relationship ofi its employees to the CITY shall be The CONTRACTOR does not have the power or authority to bind the CITY in any promise, agreement, or The CONTRACTOR shall hold the CITY, its officers, agents and employees harmless and free from any loss, damage or expense arising out of any occurrençe relating to this Agreement or its performance and shall indemnify the CITY, its officers, agents and employees, customers, and successors against any damage or claim of any type arising from the negligent or intentional acts or omission of the that of an independent contractor and not as employees or agents oft the CITY. representation. CONTRACTOR. ARTICLE14-CONTRACT ASSIGNMENT The CONTRACTOR shall not sublet, sell, transfer, assign or otherwise dispose of the CONTRACT or any portion thereof, or of his right, title, or interest therein, without written consent of the CITY. The CONTRACTOR shall complete the work contemplated by the terms and conditions oft this Agreement in an amount equivalent to at least 50 percent (50%) oft the dollar value of work to be, performed under this Contract utilizing its own business or corporate entity, so that no single labor, material man, or subcontractor shall be permitted to perform more than 50% oft the work contemplated by this Contract. ARTICLE 15- AMENDMENT None of the provisions, terms and conditions contained in this Agreement may be added to, modified, superseded, or otherwise altered, except by a written instrument executed by thej parties hereto. ARTICLE 16-1 ENFORCEMENT COSTS Ifany legal action or other proceeding is brought for the enforcement oft this Agreement, or because of an alleged dispute, breach, default, or misrepresentation in connection with any provision, the successful or prevailing party or parties shall be entitled to recover reasonable attorney's fees, court costs and alle expenses even if not taxable as court costs (including, without limitation, all such fees, costs and expenses incident to appeals), incurred in that action or proceeding, in addition to any other relief to which such party or parties may be entitled. ARTICLE 17- AUTHORITYTOPRACTICE The CONTRACTOR hereby represents and warrants that it has and will continue to maintain all licenses and approvals required to conduct its business, and that it will at all times conduct its business activities in ar reputable manner. ARICEI-SVIEANILTY Ifany term or provision on this Agreement, or the appliçation thereof to any person or circumstances shall, to any extent, bel held invalid or unenforceable, the remainder ofthis Agreement, or the application ofs such terms or provisions to persons or circumstances other than those as tou which it is held invalid or unenforceable, shall not be affected, and every other term and provision ofthis Agreement shall be deemed valid and enforceable to the extent permitted by law. ARTICLE 19-C CITY'S REPRESENTATIVE AND AUTHORITY The person designated by the CITY MANAGER shall serve as the CITY'S REPRESENTATIVE and shall decide questions which may arise as to quality and acceptability ofmaterials furished and work performed The REPRESENTATIVE will not be responsible for the construction means, controls, techniques, The REPRESENTATIVE may assign Project Inspector(s) who shall serve to assist the REPRESENTATIVE in determining if the work performed and the materials used meet the Contract requirements. The Project Inspector shall be authorized to issue Field Orders. The Project Inspector shall be authorized to stop all or any portion of the work ifin his opinion the work is not proceeding according and shall interpret the intent of the Contract Documents with reasonable promptness. sequences, procedures, or construction safety. to the requirements oft the plans and specifications. ARTICLE 20-A MODIFICATION The CITY reserves the right to make changes in the work, including alterations, reductions therein or additions thereto. Upon receipt by the CONTRACTOR of the CITY'S notification of a contemplated change, the CONTRACTOR shall()ifrequested by CITY, provide an estimate for the increase or decrease inc cost due to the contemplated change, (2)notify the CITY ofany estimated change inj the completion date, and (3) advise the CITY in writing ift the contemplated change shall affect the CONTRACTOR'Sabiliy to Ift the CITY sO instructs in writing, the CONTRACTOR shall suspend work on that portion oft the work affected by a contemplated change, pending the CITY'S decision to proceed with the change. Ifthe CITY elects to make the change, the CITY shall issue a contraçt amendment or change order and the CONTRACTOR shall not commence work on any such change until such written amendment or change meet the completion dates or schedules oft this Agreement. order has been issued and signed by each oft the parties. ARTICUEIL-CONTRACT DOCUMENTS The other, documents which comprise the entire Agreement are attached hereto, made a part hereof and consist oft the following: B. A. Advertisement for Qualifications, Special Instructions and Conditions, C. E. General Instructions and Conditions, D. Minimum Technical Specifications, Bid) Forms RFQ Affidavit RFQ Affidavit of Solvency Conflict ofInterest Disclosure Form ClaimsLienslLltigation History Equal Opportunity Report Statement Certification Regarding Debarment Certification Regarding Lobbying Non-Collusion Certification Public Entity Crimes Statement, Addenda (ifany), G. Change Orders (ifa any), H. Notice of Award Notice to Proceed Subrecipient Agreement M0038 Certification ofNon-Segregated Facilities Drug-Free Workplace Certification Truth in Negotiation Certification F. I. J. K. L. N. EXHIBIT A: Required Contract Terms & Conditions - Hometown Revitalization EXHIBIT B: HUD-4010 = Federal Labor Standard Provisions and Davis Bacon Wage EXHIBIT C: Minority Business Enterprises and' Women's Business Enterprises M. EXHIBIT D: Environmental Review Record Required Mitigation Measures and Decision Conditions EXHIBIT E: Section 3 Clause and Section 3 Required. Forms In the event of a conflict between the terms of the above documents and the terms of this Agreement, the There are no contract documents othèr than those listed above. and there are no promises or understandings terms of this Agreement shall prevail. other than those stated herein. ARTICLEI2-VENUE All applicable laws, regulations and ordinances ofthe State ofFlorida, Bay County and the City ofCallaway will apply to consideration and award of any Bid/Proposal and the performance of the bidder/proposal pursuant thereto and shall be governed by the laws of the State of Florida both as to intention and performance. The venue for any action arising from the award or subsequent performance shall lie exclusively in the Circuit Court of Bay County, Florida, or the United States District Court for thel Northern District of Florida, as applicable. ARTICLE 23-NOTICE to the CITY shall be mailed to: City of Callaway 6601 East Hwy, 22 Callaway, Florida 32404 Attention: Ashley Robyck, City Clerk. Phone: (850)215-6694 Email: oycgsyercaliwayeon With a copy to: Kevin D. Obos, Esq. City Attorney All notices required in this Agreement shall be sent by certified mail, return receipt requested, and if sent Hand Arendall Harrison Sale, LLC 304 Magnolia Avenue Panama City, FL 32401 Phone: (850).769-3434 Fax: (850)769-6121 and ifs sent to the CONTRACTOR shall be mailed to: Contractor: Attn: Address: Phone: E-Mail: Bither party may change its address noted above by giving written notice to the other party in accordance with the requirements oft the Section. This Agreement is entered into as of the day and year first written above and is executed in at least two original copies of which one is to be delivered to the CONTRACTOR, and one to the CITY CLERK for filing in the official records. CITY CLERK CITY OF CALLAWAY,FLORIDA Attest: By: Ashley Robyck City Clerk Pamn Henderson, Mayor Contractor Witnesses: Witness: Contractor: Name Signature Business Name By: Signature Print Name and' Title APPROVED ASTOI FORM FOR THE RELIANCE OF THE CITY OF CALLAWAY ONLY: KEVIN D. OBOS, HAND ARENDALL HARRISON SALE CITY ATTORNEY