Loading...
HomeMy WebLinkAboutSt. Johns River Water Management District Cost-Share Agreement Water Protection and Sustainability Program 2009 04 15Contract #25339 COST-SHARE AGREEMENT WATER PROTECTION AND SUSTAINABILITY PROGRAM THIS AGREEMENT is entered into by and between the GOVERNING BOARD of the ST. JOHNS RIVER WATER MANAGEMENT DISTRICT ("the District"), whose address is 4049 Reid Street, Palatka, Florida 32177, and the CITY OF WINTER SPRINGS ("Recipient"), whose address is 1126 East SR 434, Winter Springs, Florida 32708. All references to the parties hereto include the parties, their officers, employees, agents, successors, and assigns. WITNESSETH THAT: WHEREAS, section 373.0361(1)(b), Fla. Stat., requires the District to initiate water supply planning for each water supply planning region where existing and reasonably anticipated sources of water and conservation efforts may not be adequate to supply water for all existing legal uses and reasonably anticipated future needs and to sustain the water resources and related natural systems; and WHEREAS, pursuant to section 373.0361(1), Fla. Stat., the District completed the 2005 District Water Supply Plan (DSWP) to identify means to assure that all parts of the District will have adequate water for all existing legal uses and reasonably anticipated future needs, and to sustain the water resources and related natural systems, and, pursuant to section 373.536(6)(a)4, Fla. Stat., developed the Water Resource Development Work Program for implementation of the DWSP; and WHEREAS, section 373.0831(2)(b), Fla. Stat., requires the District to take the lead in identifying and implementing water resource development projects and be responsible for securing the necessary funding for regionally significant water resource development projects; and WHEREAS, pursuant to sections 373.0831, 373.1961(3) and 403.890, Fla. Stat., the Florida Legislature has established the Water Protection and Sustainability Program ("the Program") to help fund alternative water supply water resource development projects; and WHEREAS, pursuant to subsection 373.1961(3)(e), Fla. Stat., applicants for projects under the Program must pay at least 60 percent of construction costs, unless a financially disadvantaged small local government as defined in section 403.885(4), Fla. Stat.; and NOW, THEREFORE, in consideration of the aforesaid premises, which are hereby made a part of this Agreement, and the payments hereinafter specified, Recipient agrees to furnish and deliver all materials and perform all labor required pursuant to this Agreement ("the Work"). Recipient shall complete the Work in conformity with the contract documents and all attachments and other items incorporated by reference herein. This Agreement consists of all of the following documents: (1) Agreement, (2) Exhibit A- Statement of Work; (3) Exhibit B - Supplemental Information Package; and (4) Exhibit C - Cost Schedule. The parties, each intending to be legally bound, hereby agree to the following terms and conditions. TERM; WITHDRAWAL OF OFFER (a) The term of this Agreement is from the date upon which the last party has dated and executed the same ("Effective Date") until April 30, 2012 ("Completion Date"). Recipient shall not commence Work until all required submittals are received and approved. Time is of the essence for each and every aspect of this Agreement. Where additional time is allowed for the completion of the Work, the new time limit shall also Page 1 Contract #25339 be of the essence. All provisions of this Agreement that by their nature extend beyond the Completion Date shall survive the termination or expiration of this Agreement. (b) This Agreement constitutes an offer until authorized, signed and returned to the District by Recipient. This offer terminates sixty (60) days of receipt by Recipient. 2. AMOUNT OF FUNDING. For satisfactory performance of the "Work", the District shall pay Recipient not-to-exceed $1,280,000 or up to thirty percent (30%) of the total construction cost of the Work, whichever is less. The not-to-exceed funding limit is not subject to modification based upon price escalation in implementing the Work during the term of this Agreement. Recipient shall provide at least sixty percent (60%) of the construction costs, unless a different amount is authorized pursuant to section 373.1961(3)(e), Fla. Stat. Recipient shall be responsible for payment of all costs necessary to ensure completion of the Work; provided, however, that if Recipient's cost share exceeds sixty percent (60%) of the estimated cost, Recipient may elect to complete the Work at its expense or discontinue the Work and return all funds provided hereunder to the District. Recipient shall notify the District's Project Manager in writing upon receipt of any additional State funding for the completion of the Work. Multi-Year Funding Allocation. The amount expended hereunder shall be paid in accordance with and subject to the following multi-year funding allocations for each District fiscal year: Fiscal Year: October 1, 2008- September 30, 2009 Amount: $550,000 Fiscal Year: October 1, 2009- September 30, 2010 Amount: $730,000 Funding for each applicable fiscal year is subject to District Governing Board budgetary appropriation. The parties may agree in writing to re-allocate funding from the amounts described above. 3. FUNDING LIMITATION. Funding under this Agreement is designated solely for the construction of alternative water supplies and may not be used for any work associated with the research, design, engineering, and permitting aspects of the Work. 4. FUNDING CONTINGENCY. This Agreement is contingent upon funding availability, which may include a single source or multiple sources, including, but not limited to: (1) ad valorem tax revenues appropriated by the District's Governing Board; (2) annual appropriations by the Florida Legislature, or (3) appropriations from other agencies or funding sources. Agreements that extend for a period of more than one Fiscal Year are subject to annual appropriation of funds in the sole discretion and judgment of the District's Governing Board for each succeeding Fiscal Year. Should the Work not be funded, in whole or in part, in succeeding Fiscal Years, the District shall so notify Recipient and this Agreement shall be deemed terminated for convenience five (5) days after receipt of such notice, or within such additional time as the District may allow. For the purpose of this Agreement, "Fiscal Year" is defined as the period beginning on October 1 and ending on September 30. 5. PERMITS. Recipient shall obtain any and all governmental permits necessary for the Work. Any Work not properly permitted prior to implementation or completed without proper permits does not comply with this Agreement, shall not constitute Work hereunder, and shall not be approved for payment. Recipient is solely responsible for any fines or penalties associated therewith and the cost of removal of unauthorized construction. Page 2 Contract #25339 6. WATER CONSERVING RATE STRUCTURE. A Recipient receiving funding through this Agreement that operates a public water supply utility must develop a rate structure for water customers in its service area that will: (1) promote the conservation of water; and (2) promote the use of water from available alternative water supplies. Recipient, if operating a public water supply utility, acknowledges that it either has a water conserving rate structure in effect or will implement a water conserving rate structure within nine months after the Effective Date. Failure to comply with this paragraph constitutes a material breach that shall constitute a failure to complete the Project pursuant to paragraph 14. 7 PROJECT MANAGEMENT (a) The Project Managers listed below shall be responsible for overall coordination and management of the Work. Either party may change its Project Manager by providing not less than three (3) business days prior written notice to the other party. Should either party change its address, written notice thereof shall be sent to the other party within five (5) business days. All notices shall be in writing to the Project Managers at the addresses below and shall be hand-delivered or sent via U.S. certified mail, e-mail or fax. Notices via certified mail are delivered upon receipt. Notices via e-mail or fax are delivered on the date transmitted and received. DISTRICT John Wester, Project Manager St. Johns River Water Management District 4049 Reid Street Palatka, Florida 32177 (386) 329-4457 E-mail: jwester@sjrwmd.com 9 CONTRACTOR Kip Lockcuff, P.E., Project Manager City of Winter Springs 1126 East SR 434 Winter Springs, F132708 (407) 327-5989 E-mail: klockcuff@winterspringsfl.org (b) The District's Project Manager shall have sole responsibility for transmitting instructions, receiving information, and communicating District policies and decisions regarding all matters pertinent to performance of the Work. PROGRESS REPORTS AND PERFORMANCE MONITORING (a) Quarterly Progress Reports. Recipient shall provide to the District quarterly project update/status reports by September 1"; December 1'; March 0 and June 1' of each year, or as submitted as part of the invoices. Reports will provide detail on progress of the Work and outline any potential issues affecting completion or the overall schedule. Reports may be submitted in any form agreed to by District's Project Manager and Recipient, and may include emails, memos, and letters. (b) Annual Update. In accordance with section 373.0361 (7) (b), Fla. Stat., the Recipient shall provide an annual update to the District detailing the progress of the project. (c) Performance Monitoring. For as long as the Work is operational, the District shall have the right to inspect the operation of the Work during normal business hours upon reasonable prior notice. Recipient shall make available to the District any data that is requested pertaining to performance of the Work. LIABILITY AND INSURANCE. Each party is responsible for all personal injury and property damage attributable to the negligent acts or omissions of that party and the officers, employees and Page 3 Contract #25339 agents thereof Nothing contained herein shall be construed or interpreted as denying to any party any remedy or defense available under the laws of the State of Florida, nor as a waiver of sovereign immunity of the State of Florida beyond the waiver provided for in section 768.28, Fla. Stat., as amended. Each party shall acquire and maintain throughout the term of this agreement such liability, workers' compensation, and automobile insurance as required by their current rules and regulations. 10. DIVERSITY REPORTING. The District is committed to the opportunity for diversity in the performance of all cost-sharing agreements, and encourages Recipient to make a good faith effort to ensure that women and minority-owned business enterprises (W/MBE) are given the opportunity for maximum participation as contractors. The District will assist Recipient by sharing information on W/MBEs. Recipient shall provide with each invoice a report describing: (1) the company names for all W/MBEs; (2) the type of minority, and (3) the amounts spent with each during the invoicing period. The report will also denote if there were no W/MBE expenditures. 11. PAYMENT OF INVOICES (a) Recipient shall submit quarterly itemized invoices by one of the following two methods: (1) by mail to the St. Johns River Water Management District, Director, Division of Financial Management, 4049 Reid Street, Palatka, Florida 32177, or (2) by e-mail to acctpay@sjrwmd.com. Recipient shall be reimbursed for thirty percent (30%) of approved construction costs with each invoice until the not-to-exceed amount of the District cost-share under this Agreement has been expended. Each invoice shall be submitted in detail sufficient for proper pre-audit and post-audit review. If necessary for audit purposes, the District may require and Recipient shall provide additional supporting information to document invoices. Failure to submit the final invoice within 90 days after the Completion Date shall be a forfeiture of any remaining amount due under this Agreement. (b) All invoices shall include the following information: (1) contract number; (2) Recipient's name and address (include remit address, if necessary); (3) District Project Manager; (4) Recipient's Project Manager; (5) supporting documentation as to cost and/or project completion, as per the cost schedule and other requirements of the Statement of Work; invoices for construction work shall include receipts from contractors and/or suppliers for the specified construction expenditures and proof of payment (check number or copy of cancelled check); (6) Progress Report (if required); (7) Diversity Report (if otherwise required herein). (c) Invoices that do not correspond with this paragraph shall be returned without action within twenty (20) business days of receipt, stating the basis for rejection. Payments shall be made within forty-five (45) days of receipt of an approved invoice. The provisions in this paragraph relating to payment of funds shall supersede any other provisions or attachments contained in this Agreement. 12. AUDIT; ACCESS TO RECORDS; REPAYMENT OF FUNDS. (a) Maintenance of Records. Recipient shall maintain its books and records in such a manner that receipt and expenditure of the funds provided hereunder shall be shown separately from other expenditures in a format that can be easily reviewed. Recipient shall keep the records of receipts and expenditures, copies of all reports submitted to the District, and copies of all invoices and supporting documentation for at least five (5) years after expiration of this Page 4 Contract #25339 Agreement. In accordance with generally accepted governmental auditing standards, the District shall have access to and the right to examine any directly pertinent books, documents, papers, and records involving transactions related to this Agreement. In the event of an audit, Recipient shall maintain all required records until the audit is completed and all questions are resolved. Recipient will provide proper facilities for access to and inspection of all required records. (b) Repayment of Funds. District funding shall be subject to repayment after expiration of this Agreement if, upon a post-project audit examination, the District finds any of the following: (1) Recipient has spent funds for purposes other than those provided for herein; (2) Recipient has failed to perform a continuing obligation of this Agreement; (3) Recipient has received duplicate funds from the District for the same purpose; and/or (4) Recipient has received more than forty percent (40%) contributions through cumulative public agency cost-share funding. Recipient shall refund any such reduction of payments. 13. FLORIDA SINGLE AUDIT ACT. The Florida Single Audit Act (FSAA), section 215.97, Fla. Stat., applies to all sub-recipients of state financial assistance, as defined in section 215.97(2)(q), Fla. Stat., awarded by the District through a project or program that is funded, in whole or in part, through state financial assistance to the District. This Agreement involves the disbursement of state funding in the amount of $640,000. If Recipient receives more than $500,000 of state financial assistance during the course of its fiscal year, which includes assistance from District and non-District programs, Recipient must comply with the FSAA. In such event, Recipient shall provide the District with a copy of its FSAA audit, as it pertains to the Work, no later than 20 days after preparation. This information shall be directed to: St. Johns River Water Management District, Director, Division of Financial Management, 4049 Reid Street, Palatka, Florida 32117. Recipient is solely responsible for complying with the FSAA. 14. TERMINATION (a) Termination for Default. If Recipient materially fails to fulfill its obligations under this Agreement, including any specific milestones established herein, the District shall provide written notice of the deficiency by forwarding a Notice to Cure, citing the specific nature of the breach. Recipient shall have thirty (30) days to cure the breach. If Recipient fails to cure the breach within the thirty (30) day period, the District shall issue a Termination for Default Notice and this Agreement shall be terminated upon receipt or said notice. In such event Recipient shall refund to the District all funds provided to Recipient pursuant to this Agreement within thirty (30) days of such termination. The District reserves the right to terminate this Agreement immediately without notice in the event any of the representations contained in the Project Proposal are found to be false. (b) Termination for Convenience. The District may terminate this Agreement at any time for convenience upon sixty (60) calendar days prior written notice to Recipient. Upon receipt of notice, Recipient shall place no further orders for materials, equipment, services, or facilities, for which reimbursement would otherwise be sought. Recipient shall also make every reasonable effort to cancel, upon terms satisfactory to the District, all orders or subcontracts related to the Work for which reimbursement would otherwise be sought. 15. FAILURE TO COMPLETE WORK. Should Recipient fail to complete the Work, Recipient shall refund to the District all of the funds provided to Recipient pursuant to this Agreement. However, the District, in its sole judgment and discretion, may determine that Recipient has failed to complete the Work due to circumstances that are beyond Recipient's control, or due to a Page 5 Contract #25339 good faith determination that the Work is no longer environmentally or economically feasible. In such event, the District may excuse Recipient from the obligation to return funds provided hereunder. If the Work has not been completed within 30 days after the Completion Date, Recipient shall provide the District with notice regarding its intention as to completion of the Work. The parties shall discuss the status of the Work and may mutually agree to revise the Completion Date or the scope of the Work. Failure to complete the Work within 180 days after the Completion Date shall constitute failure to complete the Work for the purposes of this provision. This provision shall survive the termination or expiration of this Agreement. 16. INDEPENDENT CONTRACTOR. Recipient is an independent contractor. Neither Recipient nor Recipient's employees are employees of the District. Recipient controls and directs the means and methods by which the Work is accomplished. Recipient is solely responsible for compliance with all labor and tax laws pertaining to Recipient, its officers, agents, and employees. 17. NON-LOBBYING. Pursuant to section 216.347, Fla. Stat., as amended, Recipient agrees that funds received from the District under this Agreement shall not be used for the purpose of lobbying the Legislature or any other state agency. 18. RELEASE OF INFORMATION. Records of Recipient that are made or received in the course of performance of the Work may be public records that are subject to the requirements of chapter 119, Fla. Stat. Each party reserves the right to cancel this Agreement for refusal by the other party to allow public access to all documents, papers, letters, or other material related hereto and subject to the provisions of chapter 119, Fla. Stat., as amended. 19. ROYALTIES AND PATENTS. Recipient shall pay all royalties and patent and license fees necessary for performance of the Work and shall defend all suits or claims for infringement of any patent rights and save and hold the District harmless from loss on account thereof. 20. GOVERNING LAW, VENUE, ATTORNEY'S FEES, WAIVER OF RIGHT TO JURY TRIAL. This Agreement shall be construed according to the laws of Florida and shall not be construed more strictly against one party than against the other because it may have been drafted by one of the parties. In the event of any legal proceedings arising from or related to this Agreement: (1) venue for any state or federal legal proceedings shall be in Duval County if substantial performance of the Work is in Alachua, Baker, Bradford, Clay, Duval, Nassau, Putnam, and/or St. Johns counties, or in Orange County if substantial performance of the Work is in Brevard, Flagler, Indian River, Lake, Marion, Okeechobee, Orange, Osceola, Seminole, or Volusia counties; (2) each party shall bear its own attorney's fees, including appeals; (3) for civil proceedings, the parties hereby consent to trial by the court and waive the right to jury trial. IN WITNESS WHEREOF, the St. Johns River Water Management District has caused this Agreement to be executed on the day and year written below in its name by its Executive Director, and has caused this Agreement to be executed on the day and year written below in its name by its duly authorized representatives, and, if appropriate, has caused the seal of the corporation to be attached. This Agreement may be executed in separate counterparts, which shall not affect its validity. Upon execution, this Agreement constitutes the entire agreement of the parties, notwithstanding any stipulations, representations, agreements, or promises, oral or otherwise, not printed or inserted herein. This Agreement cannot be changed by any means other than written amendments referencing this Agreement and signed by all parties. Page 6 Contract #25339 ST. JOHNS RIVER WATER MANAGEME ISTRICT By: Kirby B. Green III, Exec ve Directo Date: c3? Z O O? CITY OF WINTER SPRINGS By: -?! Typed Name and Tit e Date: APPROVED BY THE OFFICE OF GENERAL COUNSEL Stanley J. Niego, C!j istant a ral Counsel ATTACHMENTS Exhibit A- Statement of Work Exhibit B - Supplemental Information Package Exhibit C - Cost Schedule Attest: Andrea Lorenzo-Luaces, City Clerk Typed Name and Title Page 7 Contract #25339 EXHIBIT A STATEMENT OF WORK WATER PROTECTION AND SUSTAINABILITY PROGRAM L INTRODUCTION/BACKGROUND The Florida Water Protection and Sustainability Program (WPSP) was created through passage of Senate Bills 360 and 444 during the 2005 legislative session and were subsequently signed into law. The purpose of this program is to provide cost-share funding for construction of alternative water supply projects. The St. Johns River Water Management District (District) will implement the program within its region as described below. To be considered eligible for this cost-share funding program, projects must first be identified in the District Water Supply Plan (DWSP). After projects are incorporated into the DWSP, they are further evaluated as to their suitability for this funding program. The identification of water supply development projects in the DWSP does not guarantee funding assistance through this funding program. For the purpose of this program, cost sharing is identified as reimbursement by the District for construction costs of alternative water supply development projects. Projects were evaluated in accordance with legislation requiring consideration of 12 specific factors, along with four additional factors added by the Governing Board and supplemental information provided by the sponsors. The results of the evaluations and proposed funding levels for Fiscal Year 2007 - 2008 were presented at a public meeting held at the District on July 13, 2007. On August 7, 2007, the District's Governing Board gave final approval of the Winter Springs Lake Jesup Reclaimed Water Augmentation Project. The City of Winter Springs (Recipient) is the lead agency on this Project. 11. OBJECTIVE The objective of this Project is to construct a 2.25 MGD surface water augmentation system to supplement reclaimed water for the service area. III. SCOPE OF WORK The Project consists of construction of filtration treatment, two 1.0 million gallons per day (MGD) ground storage tanks, pumping facilities, and high-level disinfection facilities and transmission lines. The project shall be constructed with expansion capacity to provide treated surface water to neighboring entities not in the Recipient's service area through interconnects, which are based on interlocal agreements. Recipient has purchased a site on the south shore of Lake Jesup for this project and has received CUP #105763 for this project. IV. TASK IDENTIFICATION The Recipient shall be responsible for the following: • Obtaining project final design, construction plans and specifications • Providing a copy of Recipient's executed construction contract documents to the District's Project Manager • Providing copies of any subsequent Change Orders to the contract to the District's Project Manager • Obtaining all required permits, including right of access to the project site, related to project construction and subsequent operation of the facility Page 8 Contract #25339 • Compliance with all permits • Procurement for project construction • Supervision and inspection of construction • Construction contract administration • Timely submittal of invoices for actual construction costs in accordance with this cost share agreement (i.e. quarterly, with appropriate substantiation) to enable proper review by the District's Project Manager prior to payment authorization. • Progress Reports to the District's Project Manager identifying project progress to date, key milestones reached, overall project schedule versus time for project completion, key issues to be resolved, project time and projected costs versus actual cost to date. • Certification of construction phase completion by a Professional Engineer registered in the state of Florida • Compliance with cost accounting practices and procedures required for reimbursement of funds expended for the Florida Water Protection and Sustainability Program. V. TIME FRAMES AND DELIVERABLES • Recipient shall commence work under the Agreement within fifteen (15) calendar days after the effective date of the Agreement • Recipient shall provide District copies of the construction contract bid documents and the Cost Schedule for the awarded construction contract within thirty (30) days of construction contract award. The Cost Schedule, and the reimbursement percentage calculation, described in Section VI, below, shall be incorporated into this agreement as Exhibit C. • Recipient shall provide certification of construction completion within thirty (30) days of project completion. • Recipient shall complete the Project, including all tasks defined in this Agreement no later than April 30, 2012. VI. CONTRACT BUDGET The estimated total construction cost of this Project is $6,310,000. The total not to exceed cost share is as follows: Fiscal Year 2009: $550,000 Fiscal Year 2010: $730,000 District shall reimburse Recipient up to thirty percent (30%) of construction cost eligible in accordance with the WPSP, limited to an amount not to exceed $1,280,000. District's quarterly reimbursement to Recipient shall be a percentage of the amount paid the contractor during the reimbursement period. The percentage shall be calculated based on the amount allocated by District divided by the amount of the construction contract represented by the Cost Schedule. In the event the Project is completed below the contracted price, District shall reimburse Recipient the amount of the remaining funds provided for in this Agreement up to an amount not exceeding thirty percent (30%) of the total project cost or the total value of that portion of the as-built project that is eligible for WPSP funding, whichever is less. Page 9 Contract #25339 EXHIBIT B SUPPLEMENTAL INFORMATION PACKAGE Page 10 Contract #25339 EXHIBIT C COST SCHEDULE To be incorporated into the Agreement as Exhibit C upon execution of the construction contract. Page I I Contract #25339 ATTACHMENT I DISTRICT SUPPLEMENTAL INSTRUCTION Date: Contract Number: Contract name: To: From: ; Project Manager The Work shall be carried out in accordance with the following Supplemental Instructions, issued in accordance with the Agreement. The District's Project Manager, by issuance of these instructions, has determined that they will not result in a change in the Total Compensation or the Completion Date. Prior to proceeding in accordance with these instructions, please indicate your acceptance hereof as provided below and return to the District's Project Manager. 1. Contractor's supplemental instructions: 2. Description of Work to be changed: 3. Description of supplemental instruction requirements: Approved: District Project Manager CONTRACTOR approval: (choose one of the items below): Approved: (It is agreed that these instructions shall not result in a change in the Total Compensation or the Completion Date.) Date: Date: Approved: Date: (Contractor agrees to implement the Supplemental Instructions as requested, but reserves the right to seek a Change Order in accordance with the requirements of the Agreement.) Acknowledged: Connie Rozier, Senior Contracts Administrator cc: Financial Management Date: Page 12 Contract #25339 DATE: TO: ATTACHMENT 2 NOTICE TO PROCEED FROM: Connie Rozier, Senior Contracts Administrator RE: Notice to Proceed Work: Contract No. By receipt of this Notice, the Executive Director of the District authorizes work to begin on the above- referenced project for a total not to exceed amount of Date of Commencement shall begin on and substantial completion achieved by Final completion shall be Kirby B. Green, III, Executive Director Harold A. Wilkening III, P.E., Director, Department of Resource Management cc: Financial Management Date Date Date Page 13 0t- I HE LERK May 21, 2009 Ste o ns RiVerRECIPFIVED ? - Water Management District JUN - 2 2009 Kirby B. Green III, Executive Director • David W. Fisk, Assistant Executive Director CITY OF "INTER SPRINGS 4049 Reid Street • P.O. Box 1429 • Palatka, FL 32178-1429 • (386) 329-4500 On the Internet at www.sjrwmd.com. 7006 0810 0.006 3024 2049 City of Winter Springs 1126 East SR 434 Winter springs, Florida 32708 Mr. Rip Lockcuff. Enclosed is Contract #25339 - WPSP Winter Springs Lake Jesup Reclaimed Water Augmentation Project, executed by the District. If you have any questions please contact me. Thank you, Connie Rozier, CPP13 Senior Contracts Administrator St. Johns River Water Management District 4049 Reid Street Palatka, Florida 32177 (386) 329-4211 GOVERNING BOARD Susan N. Hughes, CHAIRMAN W. Leonard Wood, VICE CHAIRMAN Hersey "Herky' Huffman, SECRETARY Hans G. Tanzler III, TREASURER PONTE VEDRA FERNANDINA BEACH ENTERPRISE JACKSONVILLE Douglas C. Bournique Michael Ertel Maryam H. Ghyabi Richard G. Hamann Arlen N. Jumper VERO BEACH OVIEDO ORMOND BEACH GAINESVILLE FORT MCCOY