HomeMy WebLinkAbout08-11-2025 City Council Agenda Packet
CITY OF FAIRHOPE
CITY COUNCIL REGULAR AGENDA
Monday, August 11, 2025 - 6:00 PM
City Council Chamber
Council Members
Jack Burrell
Corey Martin
Jimmy Conyers
Jay Robinson
Kevin G. Boone
Invocation and Pledge of Allegiance
1. Approve minutes of the July 28, 2025, Regular City Council Meeting and minutes of
the July 28, 2025, Work Session.
2. Report of the Mayor
3. Public Participation – Agenda Items – (3 minutes maximum)
4. Council Comments
5. Public Hearing – Ordinance – Amend Zoning Ordinance No. 1253 - Public hearing
to consider the request of the Applicant, Lieb Engineering Company, on behalf of
the Owner, Gold Kist Corner LLC, is requesting conditional annexation to B-2,
General Business District. The property is approximately 4.65 acres and is located
on the southwest corner of State Highway 104 and State Highway 181. PPIN #:
19982.
6. Public Hearing – Ordinance – Amend Zoning Ordinance No. 1253 - Public hearing
to consider the request of the Applicant, Lieb Engineering Company, on behalf of
the Owner, Advantage Holdings, LLC, is requesting conditional annexation to B-2,
General Business District. The property is approximately 2.23 acres and is located
at 21905 State Highway 181. PPIN #: 66242.
7. Ordinance - Amending Ordinance No. 1800 known as the Personnel Rules, Policies
and Procedures; specifically XII. Use of City Vehicles, Section D. Assignment of
Vehicles (Item No. 1) Take-Home Vehicles regarding the Police Department.
8. Resolution - That the City Council hereby authorizes Mayor Sullivan to enter into an
agreement with the State of Alabama, acting by and through the Alabama
Department of Transportation relating to a project for: Sidewalk along CR-13 from
Sedgefield Drive to Fox Hollow Phase 3, and from Pecan Park to Nichols Avenue
with pedestrian crossing at Nichols Avenue; Project# CRPES-0224( ); CPMS Ref#
100078292 and 100078293.
9. Resolution - To award (Bid No. 25-056-2025-PWI-024) to Asphalt Services, Inc. for
Public Works & Utility Parking & Operations Yard Expansion and Paving Project
with a bid proposal not-to-exceed $497,783.10.
10. Resolution - That the City Council hereby authorizes Mayor Sherry Sullivan to have
City Staff assist with the Bicycle Racks at the Eastern Shore Art Center as presented
in the Work Session on July 28, 2025 which includes pouring concrete pads and
installing the racks.
Page 1 of 243
City Council Regular Meeting
11. Resolution - That the City of Fairhope approves the award of the Request for Quotes
for Labor and Materials to Construct a New 24' x 50' Covered Batting Cage at
Founders Park to TEC Construction for a not-to-exceed project cost of $34,072.00.
This Public Works project will be less than $100,000.00, and therefore does not
need to be formally let out for bid; and authorizes the Treasurer to transfer
$34,072.00 from Founders Park Playground Equipment project previously approved
to be funded by Impact Fees by Resolution No. 5205-24, adopted September 30,
2024. This project (“a New 24’ x 50’ Covered Batting Cage at Founders Park for a
not-to-exceed project cost of $34,072.00”) shall be paid from the Impact Fess
Account and meets the criteria for use of these funds for "Parks and Recreation."
12. Resolution - That the City of Fairhope approves the award of the Request for Quotes
for Labor and Materials for the Willow Bridge Street Sewer Tie-In to Ball Con for a
not-to-exceed project cost of $36,900.00. This Public Works project will be less than
$100,000.00 and therefore does not need to be formally bid out. Authorize
Treasurer to transfer $36,900.00 in FY25 Budget from Wastewater Repairs and
Maintenance to Wastewater System Improvements-Collections.
13. Resolution - That Mayor Sherry Sullivan is hereby authorized to execute a Contract
with O’Donnell & Associates, Inc. for Professional Hydrogeological Services (RFQ
PS25-033) with a not-to-exceed amount of $41,274.00.
14. Resolution - To rescind Resolution No. 5433-25 awarding Bid No. 25-022 Joint Use
Attachment Inventory for City of Fairhope Electric Department; and to authorize the
re-bid of this purchase under Code of Alabama 1975, Section 41-16-57(d).
15. Resolution - That the City of Fairhope approves the replacement of the engine in
Bucket Truck 1038 for the Electric Department for the estimated cost of $33,123.01
from Lazzari Truck Repair, Inc.; and authorize the Treasurer to make a budget
transfer of $30,000.00 from Maintenance-Plant.
16. Resolution - That the City Council to reject all bids (Bid No. 25-055) to procure a
Fire Extinguisher Inspection Services Annual Contract; and authorize the re-bid of
the annual contract under Code of Alabama 1975, Section 41-16-57(d).
17. Resolution - That Mayor Sherry Sullivan is hereby authorized to execute the
Discontinuance of Service with Tyler Technologies for the Incode Court Online
Component for the Municipal Court Magistrates.
18. Public Participation – (3 minutes maximum)
19. Adjourn
Page 2 of 243
City Council Regular Meeting
Regular Meetings of the City Council shall be held on the 2nd and 4th Monday
of each month immediately following the 4:30 p.m. Work Session
unless prescheduled and announced otherwise.
Next Regular City Council Meeting, Monday, August 25, 2025, 6:00 p.m.
Fairhope Municipal Complex
161 North Section Street
Fairhope, AL 36532
Page 3 of 243
CITY OF FAIRHOPE
AGENDA MEMORANDUM Item ID: 2025-1081
FROM: Lisa Hanks, CITY CLERK
SUBJECT: Approve minutes of the July 28, 2025, Regular City Council Meeting
and minutes of the July 28, 2025, Work Session.
AGENDA
DATE:
August 11, 2025
RECOMMENDED ACTION:
City Council Approval
BACKGROUND INFORMATION:
BUDGET IMPACT/FUNDING SOURCE:
Account No. Account Title Current Budget Cost Available
Budget
$___ $___ ($____)
GRANT:
LEGAL IMPACT:
FOLLOW UP IMPLEMENTATION:
For time-sensitive follow up, select deadline date for follow up:
Individual(s) responsible for follow up:
Action required (list contact persons/addresses if documents are to be mailed or
emailed):
Page 4 of 243
STATE OF ALABAMA )(
:
COUNTY OF BALDWIN )(
The City Council, City of Fairhope, met in regular session at
6:00 p.m., Fairhope Municipal Complex Council Chamber,
161 North Section Street, Fairhope, Alabama 36532, on
Monday, 28 July 2025.
Present were Council President Jack Burrell, Councilmembers: Corey Martin,
Jimmy Conyers, Jay Robinson, and Kevin Boone, City Attorney Marcus E.
McDowell, and City Clerk Lisa A. Hanks. Mayor Sherry Sullivan was absent.
There being a quorum present, Council President Burrell called the meeting to
order at 6:03 p.m. The invocation was given by Councilmember Kevin Boone and the
Pledge of Allegiance was recited.
Council President Burrell stated there was a need to add on an agenda
item after Agenda Item Number 27: an application for Restaurant Liquor License by
John S. MacArthur, Fairhope Hemp, LLC d/b/a Johnny Mac’s, located at 505
Fairhope Avenue, Fairhope, Alabama 36532.
Councilmember Boone moved to add on the above-mentioned item not on the
printed agenda. Seconded by Councilmember Martin, motion passed unanimously by
voice vote.
Councilmember Robinson moved to approve minutes of the 14 July 2025,
regular meeting; and minutes of the 14 July 2025, work session. Seconded by
Councilmember Conyers, motion passed unanimously by voice vote.
The Fairhope Police Department was officially accredited by the Alabama
Association of Chiefs of Police by Andalusia Police Chief Paul Hudson. Chief
Hollinghead said this is a historic moment for the Fairhope Police Department. Chief
Hudson read the Certificate of Accreditation and said the Fairhope Police Department
was one of the first in the State to receive this Accreditation. Chief Hollinghead
thanked the City Council and thanked her “Team” for all of their hard work.
The following individuals spoke during Public Participation for Agenda Items:
1) Rachel Ball, 210 South Mobile Street, addressed the City Council regarding
Agenda Item No. 21. Ms. Ball is a Mobile Baykeeper representative; and not
against dredging but against where the disposal goes. She said this should be
offshore disposal not onshore.
2) Dev Wakeley, 8856 Lakeview Drive, addressed the City Council regarding
Agenda Item No. 21 and said he was in agreement with Ms. Ball. Mr. Wakeley is
in favor of the City of Fairhope signing this letter; and said this is a universal
good idea.
Page 5 of 243
28 July 2025
3) Jeffrey Lovingood, 10864 Eastwood Avenue, addressed the City Council
regarding Agenda Item No. 23; and said he was here to discuss the terms and
conditions of Theatre 98 lease. He said they are not following the lease. Mr.
Lovingood said there were no children performances, and the premises have not
been kept in good condition. He told the City Council to thoroughly look at the
lease and make sure they are following it.
4) Jennifer Walker, 152 Fels Avenue, addressed the City Council regarding Agenda
Item No. 23; and said she was a Theatre 98 Board member. Ms. Walker said she
was appreciative of the lease and the use of the building. She said they were
keeping the building up to Code and the historic form for our Community.
Building Official Erik Cortinas said he would look at inspections and fire code
issues if any. Council President Burrell read the paragraph and explained.
Councilmember Martin gave an update on the Fairhope Environmental
Advisory Committee. He said there is a new member to be appointed on the agenda,
and they are working with Planning Director Hunter Simmons on mapping out
greenspace.
Councilmember Conyers congratulated the Fairhope Police Department on
their Certificate of Accreditation; and said it is really impressive being the one of the
first to receive this award.
Councilmember Robinson thanked the Police Department for their Back to
School Bash; and said congratulations for Accreditation Award. He thanks Recreation
Director Pat White and his staff for their hard work this past weekend for a successful
Charity Tournament at Volanta Park. Councilmember Robinson recognized the 8U
from Fairhope as the Southwest Regional Runner up. He said his 12-year-old Team
will be leaving on August 8, 2025 to Branson Missouri for the Southwest Region in
the Cal Ripken World Series.
Council President Burrell also congratulated the Fairhope Police Department
for being in the top three to receive this Accreditation in Alabama.
Councilmember Conyers introduced in writing, and moved for the adoption of
the following resolution, a resolution that Mayor Sherry Sullivan is hereby authorized
to execute a contract for Extension No. 3 of (Bid No. 023-22) Disaster Debris
Removal Monitoring Services 2022 with True North Emergency Management, LLC
per the terms and conditions of the original contract. This is a two (2) month
extension to allow for bid process of contract rebid. Seconded by Councilmember
Martin, motion passed unanimously by voice vote.
Page 6 of 243
28 July 2025
RESOLUTION NO. 5507-25
BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE,
ALABAMA, That Mayor Sherry Sullivan is hereby authorized to execute a contract for Extension
No. 3 of (Bid No. 023-22) Disaster Debris Removal Monitoring Services 2022 with True North
Emergency Management, LLC per the terms and conditions of the original contract. This is a two
(2) month extension to allow for bid process of contract rebid.
ADOPTED ON THIS 28TH DAY OF JULY, 2025
____________________________
Jack Burrell, Council President
Attest:
_____________________________
Lisa A. Hanks, MMC
City Clerk
Councilmember Martin introduced in writing, and moved for the adoption of
the following resolution, a resolution that Mayor Sherry Sullivan is hereby authorized
to execute a contract for Extension No. 3 of (Bid No. 028-22) Disaster Debris
Removal and Disposal Services 2022 with CrowderGulf, LLC per the terms and
conditions of the original contract. This is a two (2) month extension to allow for bid
process of contract rebid. Seconded by Councilmember Robinson, motion passed
unanimously by voice vote.
RESOLUTION NO. 5508-25
BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE,
ALABAMA, That Mayor Sherry Sullivan is hereby authorized to execute a contract for Extension
No. 3 of (Bid No. 028-22) Disaster Debris Removal and Disposal Services 2022 with
CrowderGulf, LLC per the terms and conditions of the original contract. This is a two (2) month
extension to allow for bid process of contract rebid.
ADOPTED ON THIS 28TH DAY OF JULY, 2025
_____________________________
Jack Burrell, Council President
Attest:
_____________________________
Lisa A. Hanks, MMC
City Clerk
Page 7 of 243
28 July 2025
Councilmember Martin introduced in writing, and moved for the adoption of
the following resolution, a resolution that Mayor Sherry Sullivan is hereby authorized
to execute Change Order No. 1 for (RFQ PS23-024) Professional Engineering
Services for Pecan Avenue Watershed Management with a not-to-exceed cost of
$8,000.00; and to award Contract Amendment No. 1 to JADE Consulting, LLC. The
new contract total will be $60,000.00. Seconded by Councilmember Conyers, motion
passed unanimously by voice vote.
RESOLUTION NO. 5509-25
BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF
FAIRHOPE, ALABAMA, as follows:
[1] That Mayor Sherry Sullivan is hereby authorized to execute Contract Order No. 1 for
(RFQ PS23-024) Professional Engineering Services for Pecan Avenue Watershed
Management with a not-to-exceed cost of $8,000.00; and to award Contract Amendment
No. 1 to JADE Consulting, LLC. The new contract total will be $60,000.00.
ADOPTED ON THIS 28TH DAY OF JULY, 2025
____________________________
Jack Burrell, Council President
Attest:
_____________________________
Lisa A. Hanks, MMC
City Clerk
Councilmember Robinson introduced in writing, and moved for the adoption
of the following resolution, a resolution that Mayor Sherry Sullivan is hereby
authorized to execute Contract Amendment No. 2, Extension No. 1 of (Bid No. 24-
056) Citywide Tree Maintenance Annual Contract Public Works Department with
Chris Francis Tree Care, LLC per the terms and conditions of the original contract.
Seconded by Councilmember Martin, motion passed unanimously by voice vote.
*
*
Page 8 of 243
28 July 2025
RESOLUTION NO. 5510-25
BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE,
ALABAMA, That Mayor Sherry Sullivan is hereby authorized to execute Contract
Amendment No. 2, Extension No. 1 of Bid No. 24-056 Citywide Tree Maintenance Annual
Contract Public Works Department with Chris Francis Tree Care, LLC per the terms and
conditions of the original contract.
ADOPTED ON THIS 28TH DAY OF JULY, 2025
_____________________________
Jack Burrell, Council President
Attest:
_____________________________
Lisa A. Hanks, MMC
City Clerk
Councilmember Martin introduced in writing, and moved for the adoption of
the following resolution, a resolution authorizing Mayor Sullivan to enter into an
agreement with Alabama Department of Transportation for the Cooperative
Maintenance of State Right-of-Way of all Pedestrian related Facilities being
constructed on the Parker Road Sidewalk Project within the State right-of-way (i.e.
Sidewalk, ADA Ramps, Crosswalks, Pedestrian Signals, etc.) from milepost 42.99 to
43.00. Seconded by Councilmember Conyers, motion passed unanimously by voice
vote.
RESOLUTION NO. 5511-25
BE IT RESOLVED, BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE
AS FOLLOWS:
1. WHEREAS, the City of Fairhope, Alabama enter into an agreement with the
Alabama Department of Transportation, acting by and through its
Transportation Director hereinafter referred to as the (“State”) for:
The Cooperative Maintenance of all Pedestrian related Facilities being
constructed on the Parker Road Sidewalk Project within the State right -of-
way (i.e., Sidewalk, ADA Ramps, Crosswalks, Pedestrian Signals, etc.) from
milepost 42.99 to 43.00.
2. WHEREAS, the agreement shall be executed in the name of the City of
Fairhope, by its Mayor Sherry Sullivan, for and on its behalf.
Page 9 of 243
28 July 2025
3. WHEREAS, the agreement shall be attested by the City Clerk Lisa A. Hanks,
and the seal of the City of Fairhope affixed thereto.
BE IT FURTHER RESOLVED that upon the completion of the execution of the
Agreement by all parties, that a copy of such agreement be kept on file by the City Clerk.
Adopted and Approved this 28th day of July, 2025
_________________________________
Jack Burrell, Council President
Attest:
________________________________
Lisa A. Hanks, MMC
City Clerk
Councilmember Robinson introduced in writing, and moved for the adoption
of the following resolution, a resolution that the City of Fairhope approves the
procurement of a 2026 T380 Sidewinder with Automated Side Loader Garbage Truck
that is on Sourcewell (Contract #032824-KTC) with Truckworx and therefore does
not have to be let out for bid. The total amount not-to-exceed of $337,511.00. The
cost will be included in the FY2026 Budget. Seconded by Councilmember Conyers,
motion passed unanimously by voice vote.
RESOLUTION NO. 5512-25
BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE,
ALABAMA, That the City of Fairhope approves the procurement of a 2026 T380
Sidewinder with Automated Side Loader Garbage Truck that is on Sourcewell
(Contract #032824-KTC) with Truckworx and therefore does not have to be let out for
bid. The total amount not-to-exceed $337,511.00. The cost will be included in the
FY2026 Budget.
ADOPTED ON THIS 28TH DAY OF JULY, 20252025
_________________________________
Jack Burrell, Council President
Attest:
_____________________________
Lisa A. Hanks, MMC
City Clerk
Page 10 of 243
28 July 2025
Councilmember Martin introduced in writing, and moved for the adoption of
the following resolution, a resolution to award (Bid No. 25-043) to Underground, Inc.
for Rehabilitation of Lakewood Lift Station with a bid proposal not-to-exceed
$317,700.00. Seconded by Councilmember Robinson, motion passed unanimously by
voice vote.
RESOLUTION NO. 5513-25
BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE,
ALABAMA, as follows:
[1] That the City of Fairhope did request, receive, and open bids for (Bid No. 25-043) to
Underground, Inc. for Rehabilitation of Lakewood Lift Station for the City of Fairhope
Water and Sewer Department.
[2] At the appointed time and place, the following bids were opened and tabulated as
follows:
Underground, Inc. $317,700.00
Hemphill Construction Company, Inc. $320,715.00
Taylor Corporation $485,000.00
[3] After evaluating the bid proposals with the required bid specifications, Underground,
Inc. is now awarded (Bid No. 25-043) for Rehabilitation of Lakewood Lift Station for the
City of Fairhope Water and Sewer Department with a bid proposal not-to-exceed
$317,700.00.
ADOPTED ON THIS 28TH DAY OF JULY, 2025
_________________________________
Jack Burrell, Council President
Attest:
_______________________________
Lisa A. Hanks, MMC
City Clerk
Councilmember Conyers introduced in writing, and moved for the adoption of
the following resolution, a resolution that Mayor Sherry Sullivan is hereby authorized
to execute a Contract with Sawgrass Consulting, LLC. for Professional Construction
Engineering and Inspection (CE&I) Services for (RFQ PS25-032) Bon Secour at
Grand Drainage Project with a not-to-exceed amount of $39,900.00; and to authorize
Treasurer to transfer $39,900.00 from General Fund to Capital Projects Fund .
Seconded by Councilmember Robinson, motion passed unanimously by voice vote.
Page 11 of 243
28 July 2025
RESOLUTION NO. 5514-25
BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE,
ALABAMA, That Mayor Sherry Sullivan is hereby authorized to execute Contract with
Sawgrass Consulting, LLC for Professional Construction Engineering and Inspection (CE&I)
Services for (RFQ PS25-032) Bon Secour at Grand Drainage Project with a not-to-exceed
amount of $39,900.00. Authorize Treasurer to transfer $39,900.00 from General Fund to
Capital Projects Fund.
ADOPTED ON THIS 28TH DAY OF JULY, 2025
_____________________________
Jack Burrell, Council President
Attest:
_____________________________
Lisa A. Hanks, MMC
City Clerk
Councilmember Martin introduced in writing, and moved for the adoption of
the following resolution, a resolution that certain items are declared surplus, and the
Mayor and City Treasurer are hereby authorized and directed to dispose of personal
property owned by the City of Fairhope via "GovDeals". Seconded by
Councilmember Conyers, motion passed unanimously by voice vote.
RESOLUTION NO. 5515-25
WHEREAS, the City of Fairhope, Alabama, has certain items of personal property which are
no longer needed for public or municipal purposes; and
WHEREAS, Section 11-43-56 of the Code of Alabama of 1975 authorizes the municipal
governing body to dispose of unneeded personal property.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF FAIRHOPE,
ALABAMA, AS FOLLOWS:
SECTION 1. That the following personal property owned by the City of Fairhope, Alabama,
is not needed for public or municipal purposes, and hereby declared surplus:
18 Light Poles
3 Water Pumps - New
Page 12 of 243
28 July 2025
SECTION 2. That the Mayor and City Treasurer are hereby authorized and directed to
dispose of the personal property owned by the City of Fairhope, Alabama, described in
Section 1, above, by the following method:
a. Receiving bids for such property (via “GovDeals”). All such property shall be sold
to the highest bidder, provided, however, that the City Council shall grant the
authority to the Mayor to reject all bids when, in her opinion, she deems the bids to
be less than adequate consideration for the personal property.
ADOPTED AND APPROVED THIS 28TH DAY OF JULY, 2025
_______________________________
Jack Burrell, Council President
ATTEST:
______________________________
Lisa A. Hanks, MMC
City Clerk
Councilmember Conyers introduced in writing, and moved for the adoption of
the following resolution, a resolution that the City Council approves the selection by
Mayor Sherry Sullivan for Professional Services for (RFQ PS25-033) for
Hydrogeological Services Annual Contract to O'Donnell & Associates, Inc.; and
hereby authorize Mayor Sullivan to negotiate the not-to-exceed fee to be approved by
Council. Seconded by Councilmember Martin, motion passed unanimously by voice
vote.
RESOLUTION NO. 5516-25
BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE,
ALABAMA, That the City Council approves the selection by Mayor Sherry Sullivan for
Professional Services for (RFQ PS25-033) for Hydrogeological Services Annual Contract to
O’Donnell & Associates, Inc.; and hereby authorize Mayor Sullivan to negotiate the not-to-
exceed fee to be approved by Council.
DULY ADOPTED THIS 28TH DAY OF JULY, 2025
_______________________________
Jack Burrell, Council President
ATTEST:
______________________________
Lisa A. Hanks, MMC
City Clerk
Page 13 of 243
28 July 2025
Councilmember Martin introduced in writing, and moved for the adoption of
the following resolution, a resolution to award (Bid No. 25-044-2025-PWal-007) to
MAD Dash, Inc. d/b/a Southern Steel Structures for Pre-Engineered Metal Building
with Foundation Truck Shed for City of Fairhope - Water and Sewer Department with
a bid proposal not-to-exceed $142,733.00. Seconded by Councilmember Conyers,
motion passed unanimously by voice vote.
RESOLUTION NO. 5517-25
BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF
FAIRHOPE, ALABAMA, as follows:
[1] That the City of Fairhope did request, receive, and open bids for (Bid No. 25-044-
2025-PWal-007) for a Pre-Engineered Metal Building with Foundation Truck Shed
for the City of Fairhope Water and Sewer Department.
[2] At the appointed time and place, the following bids were opened and tabulated as
follows:
Please see attached Bid Tabulation for
Bid Number 25-044-2025-PWal-007
Pre-Engineered Metal Building with Foundation Truck Shed
[3] After evaluating the bid proposals with the required bid specifications, MAD Dash
Inc., dba Southern Steel Structures is now awarded (Bid No. 25-044-2025-PWal-007)
for a Pre-Engineered Metal Building with Foundation Truck Shed for the City of
Fairhope Water and Sewer Department with a bid proposal not-to-exceed
$142,733.00.
ADOPTED ON THIS 28TH DAY OF JULY, 2025
_________________________________
Jack Burrell, Council President
Attest:
_______________________________
Lisa A. Hanks, MMC
City Clerk
Page 14 of 243
28 July 2025
Councilmember Boone introduced in writing, and moved for the adoption of
the following resolution, a resolution that the City of Fairhope approves the
procurement for the addition of Invoice Cloud to the Munis Financial System from
Tyler Technologies, a Sole Source Provider. The cost is a not-to-exceed of $7,000.00.
Seconded by Councilmember Conyers, motion passed unanimously by voice vote.
Page 15 of 243
28 July 2025
RESOLUTION NO. 5518-25
BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE,
ALABAMA, That the City of Fairhope approves the procurement for the addition of
Invoice Cloud to the Munis Financial System from Tyler Technologies, a Sole Source
Provider. This cost is a not-to-exceed of $7,000.00.
ADOPTED ON THIS 28TH DAY OF JULY, 2025
_____________________________
Jack Burrell, Council President
Attest:
_____________________________
Lisa A. Hanks, MMC
City Clerk
Councilmember Conyers introduced in writing, and moved for the adoption of
the following resolution, a resolution that the City Council reject all bids for (Bid No.
25-038) for Fairhope Municipal Jail; and to award (Bid No. 25-038) to Global
Tel*Link b/d/a ViaPath Technologies for negotiated submitted proposal for Inmate
Telephone Services for Fairhope Municipal Jail with a bid proposal of Inmate Calling
Rates of $0.12 and Cost of Recovery for Prepaid Calls is $0.12, pursuant to the Code
of Alabama 1975, Section 41-16-50(4). Seconded by Councilmember Robinson,
motion passed unanimously by voice vote.
RESOLUTION NO. 5519-25
BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE,
ALABAMA, That the City Council to reject all bids (Bid No. 25-038) for Fairhope Municipal Jail;
and to award (Bid No. 25-038) to Global Tel*Link b/d/a ViaPath Technologies for negotiated
submitted proposal for Inmate Telephone Services for Fairhope Municipal Jail with a bid proposal
of Inmate Calling Rates of $0.12 and Cost of Recovery for Prepaid Calls is $0.12, pursuant to the
Code of Alabama 1975, Section 41-16-50(4).
ADOPTED ON THIS 28TH DAY OF JULY, 2025
_____________________________
Jack Burrell, Council President
Attest:
_____________________________
Lisa A. Hanks, MMC
City Clerk
Page 16 of 243
28 July 2025
Councilmember Martin introduced in writing, and moved for the adoption of
the following resolution, a resolution that the City Council hereby approves and
authorizes the City of Fairhope to execute a Memorandum of Understanding for the
purpose of operating a unified School Resource Officer Program, between the
Baldwin County Commission, Baldwin County Sheriff's Office, and the City of
Fairhope pursuant to Section 36-21-49, Code of Alabama 1975. Seconded by
Councilmember Conyers, motion passed unanimously by voice vote. Councilmember
Conyers commented this is a great program and kids interact with the School
Resource Officers.
RESOLUTION NO. 5520-25
BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF
FAIRHOPE, ALABAMA, That the City Council hereby approves and authorizes the
City of Fairhope to execute a Memorandum of Understanding for the purpose of
operating a unified School Resource Officer Program, between the Baldwin County
Commission, Baldwin County Sheriff’s Office, and the City of Fairhope pursuant to
Section 36-21-49, Code of Alabama 1975.
ADOPTED ON THIS 28TH DAY OF JULY, 2025
______________________________
Jack Burrell, Council President
Attest:
______________________________
Lisa A. Hanks, MMC
City Clerk
Councilmember Martin introduced in writing, and moved for the adoption of
the following resolution, a resolution that the City Council hereby authorizes Mayor
Sherry Sullivan to sign on behalf of the City of Fairhope for Mobile Baykeeper a
letter to Senator Katie Britt with regard to dredging. Seconded by Councilmember
Conyers, motion passed unanimously by voice vote.
*
*
Page 17 of 243
28 July 2025
RESOLUTION NO. 5521-25
BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE,
That the City Council hereby authorizes Mayor Sherry Sullivan to sign on behalf of the City
of Fairhope for Mobile Baykeeper a letter to Senator Katie Britt in regard to dredging.
Adopted on this 28th day of July, 2025
_________________________________
Jack Burrell, Council President
Attest:
________________________________
Lisa A. Hanks, MMC
City Clerk
Councilmember Boone introduced in writing, and moved for the adoption of
the following resolution, a resolution that the City Council hereby approves and
authorizes Mayor Sherry Sullivan to execute a Memorandum of Understanding
Agreement between the City of Fairhope and Fairhope/Point Clear Community
Foundation, an affiliate of the Community Foundation of South Alabama, for a
partnership to construct a park and splash pad to be known as “Foundation Park.”
Seconded by Councilmember Conyers, motion passed unanimously by voice vote.
RESOLUTION NO. 5522-25
BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE,
ALABAMA, that the City Council hereby approves and authorizes Mayor Sherry
Sullivan to execute a Memorandum of Understanding Agreement between the City of
Fairhope and Fairhope/Point Clear Community Foundation, an affiliate of the
Community Foundation of South Alabama, for a partnership to construct a park and
splash pad to be known as “Foundation Park.”
ADOPTED ON THIS 28TH DAY OF JULY, 2025
______________________________
Jack Burrell, Council President
Attest:
______________________________
Lisa A. Hanks, MMC
City Clerk
Page 18 of 243
28 July 2025
Councilmember Conyers introduced in writing, and moved for the adoption of
the following resolution, a resolution that Mayor Sherry Sullivan is hereby authorized
to renew the lease for a ten-year term pursuant to the Municipal Lease Agreement
between the City of Fairhope, Alabama (“Lessor”) and Theatre 98, Inc. (“Lessee”) for
use of the premises located at 350 Morphy Avenue, Fairhope, Alabama. Seconded by
Councilmember Robinson, motion passed unanimously by voice vote. Council
President Burrell said we need to look at the terms and conditions.
RESOLUTION NO. 5523-25
WHEREAS, on July 27, 2015, via Ordinance No. 1544, the City Council authorized
the execution of a Municipal Lease Agreement between the City of Fairhope,
Alabama (“Lessor”) and Theatre 98, Inc. (“Lessee”) for use of the premises located at
350 Morphy Avenue, Fairhope, Alabama; and
WHEREAS, Lessee promises and agrees in lieu of rent to maintain the premises and
keep them in good repair; and shall perform services for the City and the local
community by putting on at least four (4) performances per year for City and County
residents; and
WHEREAS, the City Council is desirous of renewing the lease for an additional ten
(10) years, with the same terms and conditions, which will expire on July 31, 2025.
BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF
FAIRHOPE, That Mayor Sherry Sullivan is hereby authorized to renew the lease for
a ten-year term pursuant to the Municipal Lease Agreement between the City of
Fairhope, Alabama (“Lessor”) and Theatre 98, Inc. (“Lessee”) for use of the premises
located at 350 Morphy Avenue, Fairhope, Alabama.
Adopted on this 28th day of July, 2025
_______________________________
Jack Burrell, Council President
Attest:
_____________________________
Lisa A. Hanks, MMC
City Clerk
Page 19 of 243
28 July 2025
Councilmember Martin introduced in writing, and moved for the adoption of
the following resolution, a resolution that the City Council accepts the Gulf of
America Alliance's grant award for the Clean and Resilient Marina Certification
project for the Fairhope Docks Marina in the amount of $17,349.17; and authorizes
Mayor Sherry Sullivan to sign all necessary documents. The award will fund
necessary equipment to complete the Clean Marina certification process including a
weather station, green cleaning supplies for slip owners, a spill kit and boom for the
fuel dock and signage. Seconded by Councilmember Robinson, motion passed
unanimously by voice vote.
RESOLUTION NO. 5524-25
BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF
FAIRHOPE, ALABAMA, as follows:
[1] That the City Council accepts the Gulf of America Alliance’s grant award for
the Clean and Resilient Marina Certification project for the Fairhope Docks Marina
in the amount of $17,349.17; and authorizes Mayor Sherry Sullivan to sign all
necessary documents. The award will fund necessary equipment to complete the
Clean Marina certification process including: a weather station, green cleaning
supplies for slip owners, a spill kit and boom for the fuel dock and signage.
ADOPTED ON THIS 28TH DAY OF JULY, 2025
___________________________
Jack Burrell, Council President
Attest:
_____________________________
Lisa A. Hanks, MMC
City Clerk
Councilmember Martin moved to approve the recommendations from the
Street & Traffic Control Committee: (1) Removing the current speed-calming devices
on Volanta Avenue (West End, from N. Section Street to the Fairhope Yacht Club),
and install four (4) standard (rubber/bolt down) speed bump devices; (2) Lowering
the speed limit from 25 mph to 15 mph on Volanta Avenue (West end, from N.
Section Street to Fairhope Yacht Club); (3) Adding a fourth speed table to Summer
Lake Street (residents would pay for the additional speed calming device); and (4)
Lowering the speed limit from 25 mph to 20 mph on Summer Lake Street. Seconded
by Councilmember Boone, motion passed unanimously by voice vote.
Page 20 of 243
28 July 2025
Councilmember Martin moved to grant the request of Gary Gover, Director
and President of Earth Day Mobile Bay, Inc. requesting the use of South Beach Park
for Earth Day 2026. Seconded by Councilmember Robinson, motion passed
unanimously by voice vote.
Councilmember Martin moved to appoint Carl Couret to the Fairhope
Environmental Advisory Board for a four-year term which will expire July 2029.
Seconded by Councilmember Robinson, motion passed unanimously by voice vote.
City Council reviewed an application for a Restaurant Liquor License by John
S. MacArthur, Fairhope Hemp LLC d/b/a Johnny Mac’s, located at 505 Fairhope
Avenue, Fairhope, Alabama. Councilmember Conyers moved to approve the issuance
of the license. Seconded by Councilmember Martin, motion passed unanimously by
voice vote.
Councilmember Boone moved to adjourn the meeting. Seconded by
Councilmember Conyers, motion passed unanimously by voice vote.
There being no further business to come before the City Council, the meeting
was duly adjourned at 6:51 p.m.
Jack Burrell, Council President
________________________________
Lisa A. Hanks, MMC
City Clerk
Page 21 of 243
Page 22 of 243
Page 23 of 243
Page 24 of 243
Page 25 of 243
Page 26 of 243
Page 27 of 243
Page 28 of 243
Page 29 of 243
Page 30 of 243
Page 31 of 243
Page 32 of 243
Page 33 of 243
Page 34 of 243
Page 35 of 243
CITY OF FAIRHOPE
AGENDA MEMORANDUM Item ID: 2025-1659
FROM: Hunter Simmons, PLANNING DIRECTOR
SUBJECT: Public Hearing – Ordinance – Amend Zoning Ordinance No. 1253 -
Public hearing to consider the request of the Applicant, Lieb
Engineering Company, on behalf of the Owner, Gold Kist Corner
LLC, is requesting conditional annexation to B-2, General Business
District. The property is approximately 4.65 acres and is located on
the southwest corner of State Highway 104 and State Highway 181.
PPIN #: 19982
AGENDA
DATE:
August 11, 2025
RECOMMENDED ACTION:
Council Approval
BACKGROUND INFORMATION:
Two conditional annexations are on the agenda. The two properties are adjacent to
each other and owned by separate family members. If approved, the existing
businesses would be allowed to remain but any alterations, changes, or additions would
have to follow Fairhope's requirements. The Planning Commission unanimously
recommends approval. Both Staff and Planning Commission recommend one condition
of approval, which, in short, would require a 20' buffer where this property abuts
residentially zoned property.
BUDGET IMPACT/FUNDING SOURCE:
Account No. Account Title Current Budget Cost Available
Budget
$___ $___ ($____)
GRANT:
LEGAL IMPACT:
Page 36 of 243
FOLLOW UP IMPLEMENTATION:
For time-sensitive follow up, select deadline date for follow up:
Individual(s) responsible for follow up:
Action required (list contact persons/addresses if documents are to be mailed or
emailed):
Page 37 of 243
ORDINANCE NO. ____
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF FAIRHOPE, ALABAMA as
follows:
The ordinance known as the Zoning Ordinance (No. 1253), adopted 27 June 2005, together with
the Zoning Map of the City of Fairhope, be and the same hereby is changed and altered in
respect to that certain property described below:
After the appropriate public notice and hearing, the Planning Commission of the City of
Fairhope, Alabama has forwarded a favorable recommendation of B-2, General Business
District,
The property of Gold Kist Corner LLC is located on the southwest corner of State Highway 104
and State Highway 181, Fairhope, AL.
(Case number ZC 25.04)
From the Northeast comer of Section 10, Township 6 South, Range 2 East, run N 89° 57'-W
33.0 feet; thence run South 40.0 feet to the POINT OF BEGINNING; thence run South along
the West margin of Belforest Road, 621.75 feet; thence run S 89° 51' -W 431.6 feet; thence
run North 622.76 feet to the South margin of Alabama Highway 104; thence run S 89° 57' - E
along said South margin of Alabama Highway 104, 431.6 feet to the POINT OF
BEGINNING, containing 6.165 acres, and being a part of the Northeast Quarter of the
Northeast Quarter of the Northeast Quarter of the Northeast Quarter of said Section 10,
Baldwin County, Alabama; EXCEPTING THEREFROM the South 130 feet previously
conveyed to John H. Lang.
A map of the property to be rezoned is attached as Exhibit A.
This property shall hereafter be lawful to construct on
such property any structures permitted by Ordinance No. 1253 and to use said premises for any
use permitted or building sought to be erected on said property shall be in compliance with the
building laws of the City of Fairhope and that any structure shall be approved by the Building
Official of the City of Fairhope and that any structure be erected only in compliance with such
laws, including the requirements of Ordinance No. 1253. A twenty foot (20’) landscape buffer
shall be required along all property lines abutting residentially zoned property in compliance
with Article V, Section B(2) of the Zoning Ordinance.
Page 38 of 243
Severability Clause - if any part, section or subdivision of this ordinance shall be held
unconstitutional or invalid for any reason, such holding shall not be construed to invalidate or
impair the remainder of this ordinance, which shall continue in full force and effect
notwithstanding such holding.
Effective Date – This ordinance shall take effect immediately upon its due adoption and
publication as required by law.
Page 39 of 243
Page 40 of 243
Page 41 of 243
Page 42 of 243
: Michelle Melton
Planning Commission (6 Ayes)(0 Nays) voted to recommend approval of ZC 25.04
City Council
August 11, 2025
Page 43 of 243
Page 44 of 243
Page 45 of 243
Page 46 of 243
Page 47 of 243
1 ZC 25.04 Smith Fresh Kitchen Conditional Annexation B‐2 – July 7, 2025
Summary of Request:
The Applicant/Owner, Gold Kist Corner, LLC, requests conditional annexation with rezoning to B‐2 “General
Business District.” The property is approximately 4.65 acres and is located at the southwest corner of State
Hwys 104 and 181. Lieb Engineering is the authorized agent.
Comments
The property is currently zoned B‐4 “Major Commercial District” by the County. There are two (2) operating
businesses on the subject property: Smith Fresh Kitchen (bka “The Hub” a gas station/convenience store) and
Sweat Tire. Permitted Uses for Baldwin County B‐4 are the following:
Applicant desires to be zoned B‐2 if annexed into the City.
Staff supports B‐2 zoning for the subject property if annexed into the City because B‐2 is the “most similar
district” per Article I, Section C(6)(c) to Baldwin County B‐4 zoning. Allowed uses in County B‐4 and City B‐2
zoning are similar and some of the very same uses, including the current uses on the subject property:
convenience store/gas station and automobile parts sales (i.e. tires).
Google Street View last visited on June 13, 2025.
Page 48 of 243
2 ZC 25.04 Smith Fresh Kitchen Conditional Annexation B‐2 – July 7, 2025
Table 3‐1 Use Table from Fairhope Zoning Ordinance
Page 49 of 243
3 ZC 25.04 Smith Fresh Kitchen Conditional Annexation B‐2 – July 7, 2025
Since the property is anticipated to be annexed into the City then City regulations shall apply once the property
is outright under the City’s jurisdiction going forward as B‐2. As such, future development of the site shall
come into compliance with city standards and connect to city utilities.
Convenience Stores in the City may operate with Special Conditions for the Use set forth in Article III, Section
D(4). Moreover, there are incompatible uses to the west. A Baldwin County RSF‐E parcel, which is residential,
and requires buffering. The Tree Ordinance makes reference to 10 ft buffer strips along the incompatible
property line(s) of the developing property and for property adjacent to public ROWs (Section 20.5‐4(11) and
(4), respectively and Article V, Section B(2) reads:
Because this is a rezoning case, Staff recommends requiring a 20’ landscape buffer abutting all residential
property that is compliant with Article V, Section B(2) above, but would support planting of trees and shrubs
at time of future development. The City Council, with Planning Commission recommendation, has the
authority and discretion to determine if any additional conditions are applicable to the zoning case at hand.
Citizen Comments
Citizen comments received do not favor this conditional annexation. Most of the comments are about
vehicular congestion due to the existing commercial activity and disappointment in ALDOT for missed
opportunities to improve the single ingress/egress for the Hollowbrook subdivision when ALDOT was
expanding Hwy 181. At least one (1) business (“Storage Pro” outdoor shed sales) that was operating on the
subject property has ceased doing business since the application. Re‐zoning from a County district to a
similar city district does not automatically increase any commercial activity in the area. It is currently a
heavily commercially zoned area via city or county zoning. See below.
Page 50 of 243
4 ZC 25.04 Smith Fresh Kitchen Conditional Annexation B‐2 – July 7, 2025
Conceptual Site Plan
Wetland
There are no wetlands whatsoever on the subject property per the Engineer of Record.
Utilities
Water, Sewer, and Gas shall be supplied by Fairhope Utilities. Riviera will provide power.
Criteria – The application shall be reviewed based on the following criteria:
(1) Compliance with the Comprehensive Plan;
Response:
Meets. All corners of Hwys 181 and 104 are considered Suburban Mixed‐Use Centers.
(2) Compliance with the standards, goals, and intent of this ordinance;
Response: Applicant intends to annex into the City of Fairhope and fall under the City’s development
guidelines.
(3) The character of the surrounding property, including any pending development activity;
Response: Meets. Most of the surrounding property is already commercially zoned by the county or city. The
Encounter Commercial Park already has existing businesses and is otherwise developing.
Page 51 of 243
5 ZC 25.04 Smith Fresh Kitchen Conditional Annexation B-2 – July 7, 2025
(4) Adequacy of public infrastructure to support the proposed development;
Response: This is a re-zoning request, without a Site Plan review. Future projects within the subject property
shall ensure adequate public infrastructure. Sweat Tire shall be connected to Fairhope Sewer and Water prior
to the City Council meeting for this case.
(5) Impacts on natural resources, including existing conditions and ongoing post-development conditions;
Response: None anticipated. The site is developed.
(6) Compliance with other laws and regulations of the City;
Response: At the time of any development all applicable laws of the City will be applied.
(7) Compliance with other applicable laws and regulations of other jurisdictions;
Response: At the time of additional development all applicable laws will be applied.
(8) Impacts on adjacent property including noise, traffic, visible intrusions, potential physical impacts, and
property values; and,
Response: The area is an existing commercial hub where such things are commonplace and tolerated. B -2
zoning allows for the same type of impacts that have already happened.
(9) Impacts on the surrounding neighborhood including noise, traffic, visible intrusions, potential physical
impacts, and property values.
Response: Staff do not anticipate any significant issues relating to this criterion because already developed
and no additional or different uses were submitted with the application.
Recommendation:
Staff and Planning Commission recommend that Case ZC 25.04 Smith Fresh Kitchen from County zoned B-4
to Fairhope B-2 “General Business District” be Approved, with the following condition:
1) A twenty-foot (20’) landscape buffer shall be required along all property lines abutting
residentially zoned property in compliance with Article V, Section B(2) of the Zoning Ordinance.
Page 52 of 243
Page 53 of 243
Page 54 of 243
Page 55 of 243
Page 56 of 243
Page 57 of 243
Page 58 of 243
Page 59 of 243
Page 60 of 243
CITY OF FAIRHOPE
AGENDA MEMORANDUM Item ID: 2025-1660
FROM: Hunter Simmons, PLANNING DIRECTOR
SUBJECT: Public Hearing – Ordinance – Amend Zoning Ordinance No. 1253 -
Public hearing to consider the request of the Applicant, Lieb
Engineering Company, on behalf of the Owner, Advantage Holdings,
LLC, is requesting conditional annexation to B-2, General Business
District. The property is approximately 2.23 acres and is located at
21905 State Highway 181. PPIN #: 66242
AGENDA
DATE:
August 11, 2025
RECOMMENDED ACTION:
Council Approval
BACKGROUND INFORMATION:
Two conditional annexations are on the agenda. The two properties are adjacent to
each other and owned by separate family members. If approved, the existing
businesses would be allowed to remain but any alterations, changes, or additions would
have to follow Fairhope's requirements. The Planning Commission unanimously
recommends approval. Both Staff and Planning Commission recommend one condition
of approval, which, in short, would require a 20' buffer where this property abuts
residentially zoned property.
BUDGET IMPACT/FUNDING SOURCE:
Account No. Account Title Current Budget Cost Available
Budget
$___ $___ ($____)
GRANT:
LEGAL IMPACT:
FOLLOW UP IMPLEMENTATION:
Page 61 of 243
For time-sensitive follow up, select deadline date for follow up:
Individual(s) responsible for follow up:
Action required (list contact persons/addresses if documents are to be mailed or
emailed):
Page 62 of 243
ORDINANCE NO. ____
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF FAIRHOPE, ALABAMA as
follows:
The ordinance known as the Zoning Ordinance (No. 1253), adopted 27 June 2005, together with
the Zoning Map of the City of Fairhope, be and the same hereby is changed and altered in respect
to that certain property described below:
After the appropriate public notice and hearing, the Planning Commission of the City of Fairhope,
Alabama has forwarded a favorable recommendation of B-2, General Business District,
The property of Advantage Holdings, LLC is located at 21905 State Highway 181, Fairhope, AL.
(Case number ZC 25.05)
Commencing at the point of intersection of the center line of the Silverhill Highway (Alabama
Highway No. 104) and the centerline of Belforest Road, which point is now presumed to be the
Northeast corner of Section 10, Township 6 South, Range 2 East, Baldwin County, Alabama; run
thence South along the centerline of the Belforest Road 661.75 feet to the POINT OF
BEGINNING; thence run South 8 9 ° 51' West, 67 3. 9 feet to a corner; thence run North 00 ° 30'
East, 208.56 feet to a corner; thence run North 89 ° 51' East, 208.56 feet to a corner; thence run
South 00 ° 30' West, 78.56 feet to a corner; thence run North 89 ° 51' East, 464.6 feet to a point
on the centerline of said Belforest Road; thence run South 130 feet to the POINT OF
BEGINNING; EXCEPTING THEREFROM the Belforest Road right-of-way; containing 2. 2 7
acres, more or less, in the Northeast Quarter of the Northeast Quarter of the Northeast Quarter of
Section 10, Township 6 South, Range 2 East, Baldwin County, Alabama.
A map of the property to be rezoned is attached as Exhibit A.
This property shall hereafter be lawful to construct on
such property any structures permitted by Ordinance No. 1253 and to use said premises for any
use permitted or building sought to be erected on said property shall be in compliance with the
building laws of the City of Fairhope and that any structure shall be approved by the Building
Official of the City of Fairhope and that any structure be erected only in compliance with such
laws, including the requirements of Ordinance No. 1253. A twenty foot (20’) landscape buffer
shall be required along all property lines abutting residentially zoned property in compliance
with Article V, Section B(2) of the Zoning Ordinance.
if any part, section or subdivision of this ordinance shall be held
unconstitutional or invalid for any reason, such holding shall not be construed to invalidate or
impair the remainder of this ordinance, which shall continue in full force and effect
notwithstanding such holding.
This ordinance shall take effect immediately upon its due adoption and
publication as required by law.
Page 63 of 243
Ordinance No. _____
Page 64 of 243
Page 65 of 243
Page 66 of 243
Planning Commission (6 Ayes)(0 Nays) voted to recommend approval of ZC 25.05
City Council
August 11, 2025
Page 67 of 243
Page 68 of 243
Page 69 of 243
Page 70 of 243
Page 71 of 243
Page 72 of 243
Page 73 of 243
Page 74 of 243
Page 75 of 243
6 ZC 25.05 Smith Straw Conditional Annexation B-2 – July 7, 2025
Recommendation:
Staff and Planning Commission recommend Case ZC 25.05 Smith Straw County zoned B-4 to Fairhope B-2
“General Business District” be Approved with the following condition(s):
1) Provide the City with the Lessor for the communications tower lease.
2) A twenty foot (20’) landscape buffer shall be required along all property lines abutting
residentially zoned property in compliance with Article V, Section B(2) of the Zoning Ordinance.
Page 76 of 243
Page 77 of 243
Page 78 of 243
Page 79 of 243
Page 80 of 243
Page 81 of 243
Page 82 of 243
Page 83 of 243
Page 84 of 243
Page 85 of 243
Page 86 of 243
Page 87 of 243
Page 88 of 243
CITY OF FAIRHOPE
AGENDA MEMORANDUM Item ID: 2025-1716
FROM: Stephanie Hollinghead, Chief
SUBJECT: Ordinance No. 1800 known as the Personnel Rules, Policies and
Procedures; specifically XII. Use of City Vehicles, Section D.
Assignment of Vehicles (Item No. 1) Take-Home Vehicles regarding
the Police Department.
AGENDA
DATE:
August 11, 2025
RECOMMENDED ACTION:
To amend Ordinance No. 1800 known as the Personnel Rules, Policies and
Procedures; specifically XII. Use of City Vehicles, Section D. Assignment of Vehicles
(Item No. 1) Take-Home Vehicles regarding the Police Department.
BACKGROUND INFORMATION:
XII. USE OF CITY VEHICLES
SECTION D. ASSIGNMENT OF VEHICLES
1. Certain employees will be assigned City vehicles for use in their positions and are
authorized to drive the vehicle to and from work. “Take-home” vehicles are authorized
based on the needs of the City and only for employees living inside the City’s police
jurisdiction.
Police Officers who live outside the police jurisdiction but within a 30-mile radius of the
City of Fairhope police station may be authorized by the Chief of Police and Mayor to
take home a City police vehicle to respond to calls for police assistance within the City
of Fairhope’s police jurisdiction. Except for commuting to and from work, City vehicles
may only be used for City business.
(The remainder of Section D. remains as written and adopted.)
BUDGET IMPACT/FUNDING SOURCE:
Account No. Account Title Current Budget Cost Available
Budget
$___ $___ ($____)
Page 89 of 243
GRANT:
LEGAL IMPACT:
FOLLOW UP IMPLEMENTATION:
For time-sensitive follow up, select deadline date for follow up:
Individual(s) responsible for follow up:
Action required (list contact persons/addresses if documents are to be mailed or
emailed):
Page 90 of 243
ORDINANCE NO. ____
AN ORDINANCE AMENDING ORDINANCE NO. 1800
KNOWN AS THE PERSONNEL RULES, POLICIES
AND PROCEDURES ORDINANCE
BE IT ORDAINED BY THE CITY OF FAIRHOPE GOVERNING BODY OF
THE CITY OF FAIRHOPE, FAIRHOPE, ALABAMA, as follows:
Section 1. The ordinance known as the Personnel Rules, Policies, and Procedures
Ordinance (No. 1800), adopted 10 June 2024, together with the Personnel Handbook of
the City of Fairhope, be and the same hereby is changed and altered in respect to the
certain sections below:
XII. USE OF CITY VEHICLES
SECTION D. ASSIGNMENT OF VEHICLES (Item No. 1)
1. Certain employees will be assigned City vehicles for use in their positions and
are authorized to drive the vehicle to and from work. “Take-home” vehicles are
authorized based on the needs of the City and only for employees living inside
the City’s police jurisdiction.
Police Officers who live outside the police jurisdiction but within a 30-mile
radius of the City of Fairhope police station may be authorized by the Chief of
Police and Mayor to take home a City police vehicle to respond to calls for
police assistance within the City of Fairhope’s police jurisdiction. Except for
commuting to and from work, City vehicles may only be used for City business.
(The remainder of Section D. remains as written and adopted.)
Section 2. The sections, paragraphs, sentences, clauses and phrases of this
ordinance are severable, and if any phrase, clause, sentence, paragraph or section of this
ordinance shall be declared unconstitutional by a court of competent jurisdiction, then
such ruling shall not affect any other paragraphs and sections, since the same would have
been enacted by the municipality council without the incorporation of any such
unconstitutional phrase, clause, sentence, paragraph or section.
Section 3. This Ordinance shall take effect immediately upon its due adoption and
publication as required by law.
Adopted this 11th Day of August, 2025
___________________________________
Jack Burrell, Council President
Attest:
_______________________________
Lisa A. Hanks, MMC
City Clerk
Adopted this 11th Day of August, 2025
___________________________________
Sherry Sullivan, Mayor
Page 91 of 243
D. Assignment of Vehicles
1. Certain employees will be assigned City vehicles for use in their positions and are
authorized to drive the vehicle to and from work. “Take-home” vehicles are authorized based on
the needs of the City and only for employees living inside the City’s police jurisdiction. Police
Officers who live outside the police jurisdiction but within a 15-mile radius of the City of Fairhope
police station and in Baldwin County, Alabama, may be authorized by the Chief of Police and
Mayor to take home a City police vehicle to respond to calls for police assistance within the City
of Fairhope’s police jurisdiction. Except for commuting to and from work, City vehicles may only
be used for City business.
2. City vehicles are normally assigned to an individual at the start of their work period
and are the employee’s responsibility until the completion of the assigned work period when the
vehicle is returned.
3. Employees should inspect the City-owned vehicle on a daily basis (i.e. oil, tires,
transmission fluid, etc.). It is the responsibility of the City employee to keep their assigned vehicle
clean (inside and outside).
4. It is the responsibility of the driver to make sure that the City-owned vehicle is
equipped with proof of insurance, current registration, and gas card. These items are issued to the
vehicle, not the driver, and must not be removed under any circumstances.
5. If the employee is going on vacation or will be off work for any length of time, the
employee’s supervisor may require the employee to park the City-owned vehicle at the workplace.
6. City employees authorized to use their personal vehicles for periodic City business
may be reimbursed for mileage at the rate established by the Internal Revenue Service, as approved
by the City Council.
7. The City will not pay for any traffic tickets or parking fines of an employee operating
a City-owned vehicle, nor will the City pay if the employee is authorized to use their personal
vehicle on City business. An employee found guilty of moving violations while in City vehicles
may be subject to disciplinary action. All such related fines received by the employee are their
personal responsibility.
8. An employee receiving a travel allowance and using a personal car for City business
assumes liability for bodily injuries or property damage arising out of an accident occurring in
connection with operation of their personal vehicle.
Page 92 of 243
CITY OF FAIRHOPE
AGENDA MEMORANDUM Item ID: 2025-1719
FROM: Richard Johnson, CITY ENGINEER
SUBJECT: An agreement with the State of Alabama, acting by and through the
Alabama Department of Transportation relating to a project for:
Sidewalk along CR-13 from Sedgefield Drive to Fox Hollow Phase 3,
and from Pecan Park to Nichols Avenue with pedestrian crossing at
Nichols Avenue; Project# CRPES-0224( ); CPMS Ref# 100078292
and 100078293.
AGENDA
DATE:
August 11, 2025
RECOMMENDED ACTION:
That the City Council hereby authorizes Mayor Sullivan to enter into an agreement with
the State of Alabama, acting by and through the Alabama Department of Transportation
relating to a project for: Sidewalk along CR-13 from Sedgefield Drive to Fox Hollow
Phase 3, and from Pecan Park to Nichols Avenue with pedestrian crossing at Nichols
Avenue; Project# CRPES-0224( ); CPMS Ref# 100078292 and 100078293.
BACKGROUND INFORMATION:
Preliminary Engineering and Construction Agreement for a Federal Aid Project between
the State of Alabama and the City of Fairhope (80/20 Match)
Preliminary Engineering estimated cost and participation by the various parties is CRP
Funds (Eastern Shore Area Dedicated) $20,000.00 and City Funds $5,000.00 for a total
estimated Indirect cost of $25,000.00.
Construction estimated cost and participation is CRP Funds (Eastern Shore Area
Dedicated) $200,000.00 and City Funds $50,000.00 for a total estimated CE&I and
Indirect Cost of $250,000.00
Project #2024-PWI 015
BUDGET IMPACT/FUNDING SOURCE:
Account No. Account Title Current Budget Cost Available
Budget
$___ $___ ($____)
Page 93 of 243
GRANT:
CRPES-0224 Federal Carbon Reduction Program (CRP) funds
LEGAL IMPACT:
FOLLOW UP IMPLEMENTATION:
For time-sensitive follow up, select deadline date for follow up:
Individual(s) responsible for follow up:
Action required (list contact persons/addresses if documents are to be mailed or
emailed):
Page 94 of 243
8
RESOLUTION NO. _____
BE IT RESOLVED, BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE AS
FOLLOWS:
That the City of Fairhope enter into an agreement with the State of Alabama, acting by and
through the Alabama Department of Transportation relating to a project for:
Sidewalk along CR-13 from Sedgefield Drive to Fox Hollow Phase 3, and from Pecan Park
to Nichols Avenue with pedestrian crossing at Nichols Avenue; Project# CRPES-0224( );
CPMS Ref# 100078292 and 100078293.
Which agreement is before this Council, and that the agreement be executed in the name
of the City, by the Mayor for and on its behalf and that it be attested by the City Clerk
and the official seal of the City be affixed thereto.
BE IT FURTHER RESOLVED that upon the completion of the execution of the
agreement by all parties, that a copy of such agreement be kept on file by the City Clerk.
Adopted and Approved this 11th day of August, 2025
___________________________________
Jack Burrell, Council President
Attest:
________________________________
Lisa A. Hanks, MMC
City Clerk
I, the undersigned qualified and City Clerk of the City of Fairhope, Alabama, do hereby certify that the
above and foregoing is a true copy of a resolution passed and adopted by the City Council of the City
of Fairhope therein, at a regular meeting of such Council held on the 11th of August 2025, and that
such resolution is on file in the City Clerk’s Office.
Seal
Lisa A. Hanks, City Clerk Date
Page 95 of 243
PRELIMINARY ENGINEERING
AND
CONSTRUCTION
AGREEMENT
FOR A
FEDERAL AID
PROJECT
BETWEEN THE STATE OF ALABAMA
AND THE
CITY OF FAIRHOPE
Baldwin County
Project No. CRPES-0224( )
CPMS Ref# 100078292 & 100078293
PART ONE (1): INTRODUCTION
This Agreement is made and entered into by and between the State of Alabama (acting by and through the Alabama Department of Transportation), hereinafter referred to as the STATE; and the City of Fairhope, Alabama, hereinafter referred to as the CITY.
WHEREAS, the STATE and the CITY desire to cooperate in the sidewalk along CR-13 from Sedgefield Dr. to Fox Hollow Ph.3, and from Pecan Park to Nichols Ave. with pedestrian crossing at Nichols Ave.; Project# CRPES-0224( ); CPMS Ref# 100078292 and 100078293.
NOW, THEREFORE, it is mutually agreed between the STATE and the CITY as follows:
PART TWO (2): FUNDING PROVISIONS
A. Project Funding: Funding for this Agreement is subject to availability of Federal Aid funds at the time of authorization. The STATE will not be liable for Federal Aid Funds in any amount. The project will be limited to $220,000.00 Federal Carbon Reduction Program (CRP) funds unless the Eastern Shores Area Metropolitan Planning Organization agrees, subject to the approval of the STATE, to reprogram the allocated Federal funds for the Eastern Shores Area Metropolitan Planning Organization sufficient to pay 80% of the project cost. Any overruns not covered by the MPO will be borne by the CITY. In the event of an underrun in project costs, the amount of Federal Aid funds will be the amount stated below, or 80% of the project costs, whichever is less.
B. The estimated cost and participation by the various parties is as follows:
PRELIMINARY ENGINEERING
FUNDING SOURCE ESTIMATED COSTS
CRP Funds (Eastern Shores Area Dedicated) $ 20,000.00
City Funds $ 5,000.00
----------------------
TOTAL (Incl Indirect Cost) $ 25,000.00
Page 96 of 243
CONSTRUCTION
FUNDING SOURCE ESTIMATED COSTS
CRP Funds (Eastern Shores Area Dedicated) $ 200,000.00
City Funds $ 50,000.00
----------------------
TOTAL (Incl CE&I & Indirect Cost) $ 250,000.00
It is further understood that this is a cost reimbursement program and no federal funds will be provided to the CITY prior to accomplishment of the work for which it is requested. Furthermore, no federal funds will be reimbursed for work performed prior to project authorization.
Any cost incurred by the CITY relating to this project which is determined to be ineligible for reimbursement by the FHWA or in excess of the limiting amounts previously stated will not be an eligible cost to the project and will be borne and paid by the CITY.
C. Time Limit: This project will commence upon written authorization to proceed from the STATE directed to the CITY.
The approved allocation of funds for projects containing Industrial Access funds shall lapse if a contract has not been awarded for construction of the project within (12) months of the date of the funding approval by the Board and the approved allocation shall be returned to the IARB for re-allocation. A time extension may be approved by the IARB upon formal request by the applicant.
The approved allocation of funds for projects containing Federal Transportation Alternatives Set-Aside funds may lapse if a project has not been authorized by FHWA within (24) months of the date of the funding approval by the Governor and the approved allocation shall be returned to the STATE for re-allocation. A time extension may be approved by the STATE upon formal request by the applicant. Failure to meet other project milestones, as set forth in the TAP Guidelines, may result in an approved allocation being returned to the STATE.
PART THREE (3): PROJECT SERVICES
A. The CITY will furnish all Right-of-Way for the project. Associated Right-of-Way acquisition costs will not be an eligible cost as part of this Agreement. The Right-of-Way acquisition phase is hereby defined as the appraisal fees, appraisal review fees and the cost of acquisition incurred.
All work accomplished under the provisions of this agreement will be accomplished on property owned by or which will be acquired by the CITY in accordance with applicable Federal and state laws, regulations, and procedures. Any exceptions to this requirement must be approved by the STATE in writing prior to incurring costs for which reimbursement is requested by the CITY. In cases where property is leased or easements obtained, the terms of the lease or easement will not be less than the expected life of the improvements.
Acquisition of real property by the CITY as a part of this project will conform to and be in accordance with the provisions of the Federal Uniform Relocation Assistance & Real Property Acquisition Policies Act (49 CFR 24, Subpart B), all federal environmental laws, and all other applicable state and federal laws.
Any property acquired shall be in the name of the CITY with any condemnation or other legal proceedings being performed by the CITY.
The CITY shall follow all Federal regulations related to the Management, Leasing, and Disposal of Right-of-Way, uneconomic remnants and excess Right-of-Way as found in
Page 97 of 243
CFR 23 § 710 Subpart D. Proceeds for Leases and Disposals shall be credited to the Project or to the Title 23 Collector Account.
No change in use or ownership of real property acquired or improved with funds provided under the terms of this Agreement will be permitted without prior written approval from the STATE or FHWA. The STATE or FHWA will be credited on a prorata share, as provided in Part Two, Section B, any revenues received by the CITY from the sale or lease of property.
B. The CITY will relocate any utilities in conflict with the project improvements in accordance with applicable Federal and State laws, regulations, and procedures. Associated Utility costs will not be an eligible cost as part of this Agreement.
C. The CITY will make the Survey, perform the Design, complete the Plans and furnish all Preliminary Engineering for the project with CITY forces or with a consultant approved by the STATE. Associated Survey, Design, Plan Preparation, and Preliminary Engineering costs will be an eligible cost as part of this Agreement.
If any Associated Survey, Design, Plan Preparation, and Preliminary Engineering costs are an eligible cost to the project, the CITY will develop and submit to the STATE a project budget for approval. This budget will be in such form and detail as may be required by the STATE. At a minimum, all major work activities will be described, and an estimated cost and source of funds will be indicated for each activity. A signature line will be provided for approval by the Region Engineer and date of such approval. All cost for which the CITY seeks reimbursement must be included in a budget approved by the STATE in order to be considered for reimbursement. Budget adjustments may be necessary and may be allowed, subject to the approval of the STATE in writing, in order to successfully carry out the project. However, under no circumstances will the CITY be reimbursed for expenditures over and beyond the amount approved by the STATE.
The CITY will undertake the project in accordance with this Agreement, plans approved by the STATE and the requirements, and provisions, including the documents relating thereto, developed by the CITY and approved by the STATE. The plans, including the documents relating thereto, is of record in the Alabama Department of Transportation and is hereby incorporated in and made a part of this Agreement by reference. It is understood by the CITY that failure of the CITY to carry out the project in accordance with this Agreement and approved plans, including documents related thereto, may result in the loss of federal or state funding and the refund of any federal or state funds previously received on the project.
Projects containing Industrial Access funds or State funds, with no Federal funds involved, shall have completed original plans furnished to the STATE in accordance with the Guidelines for Operations for Procedures for Processing State and Industrial Access Funded County and City Projects, and attached hereto as a part of this Agreement prior to the CITY letting the contract.
D. The CITY will furnish all construction engineering for the project with CITY forces or with a consultant approved by the STATE as part of the cost of the project. Construction Engineering & Inspection cost are not to exceed 15%, without prior approval by the State. Associated Construction Engineering & Inspection costs will be an eligible cost as part of this Agreement.
E. The STATE will furnish the necessary inspection and testing of materials when needed as part of the cost of the project. The CITY may request the use of an approved third-party materials inspection and testing provider, as approved by the STATE.
PART FOUR (4): CONTRACT PROVISIONS
A. The CITY shall not proceed with any project work covered under the provisions of this Agreement until the STATE issues written authorization to the CITY to proceed.
B. Associated Construction cost will be an eligible cost as part of this Agreement.
Page 98 of 243
For projects let to contract by the STATE, the STATE will be responsible for advertisement and receipt of bids, and the award of the Contract. Following the receipt of bids and prior to the award of the Contract, the STATE will invoice the CITY for its pro rata share of the estimated cost as reflected by the bid of the successful bidder plus Engineering & Inspection and Indirect Costs (if applicable). The CITY shall pay this amount to the STATE no later than 30 days after the date bids are opened. Failure to do so may lead to the rejection of the bid.
For projects let to contract by the CITY, the CITY shall comply with all Federal and State laws, rules, regulations and procedures applicable to the advertisement, receipt of bids, and the award of the contract. The CITY will, when authorized by the STATE, solicit bids and make awards for construction and/or services pursuant to this agreement. The CITY shall not solicit bids until the entire bid package (plans, specifications, estimates, etc.) has been reviewed and approved by the STATE. Following receipt of bids, the CITY will provide all bids to the STATE with a recommendation for award. The CITY shall not award the contract until it has received written approval from the STATE.
For projects with approval by the STATE to use CITY Forces, the Construction for the project will be performed by the CITY at actual costs for labor, materials, and equipment, as approved by the STATE.
The purchase of project equipment and/or services financed in whole or in part pursuant to this Agreement will be in accordance with applicable Federal and State laws, rules, regulations, and procedures, including state competitive bidding requirements applicable to counties and municipalities in the State of Alabama when the purchase is made by any such entity.
C. If necessary, the CITY will file an Alabama Department of Environmental Management (ADEM) National Pollutant Discharge Elimination System (NPDES) Notice of Registration (NOR) (Code Chapter 335-6-12) for this project without cost to the State or this project. The CITY will be the permittee of record with ADEM for the permit. The CITY and the contractor will be responsible for compliance with the permit and the State will have no obligation regarding the permit. The CITY will furnish the State (Region) a copy of the permit prior to any work being performed by the contractor.
The CITY will secure all permits and licenses of every nature and description applicable to the project in any manner and will conform to and comply with the requirements of any such permit or license, and with each and every requirement of any and all agencies, and of any and all lawful authorities having jurisdiction or requirements applicable to the project or to the project activities.
D. The CITY will comply with the Alabama Department of Transportation Standard Specifications for Highway Construction, Latest Edition, on this project and will ensure that work associated on this project meets the standards of the Alabama Department of Transportation and the project will be built in accordance with the approved plans.
E. Subject to the limitations on damages applicable to municipal corporations under Ala. Code § 11-47-190 (1975), to the maximum extent permitted by Alabama law and the Constitution of the State of Alabama, the CITY shall indemnify, and hold harmless the State of Alabama, the Alabama Department of Transportation, its officers, officials, agents, servants, and employees from and against (1) claims, damages, losses, and expenses, including but not limited to attorneys’ fees arising out of, connected with, resulting from or related to the work performed by the CITY, or its officers, employees, contracts, agents or assigns (2) the provision of any services or expenditure of funds required, authorized, or undertaken by the CITY pursuant to the terms of this Agreement, or (3) any damage, loss, expense, bodily injury, or death, or injury or destruction of tangible property (other than the work itself), including loss of use therefrom, and including but not limited to attorneys’ fees , caused by the negligent, careless or unskillful acts of the CITY its agents, servants, representatives or employees, or the misuse, misappropriation, misapplication, or misexpenditure of any source of funding,
Page 99 of 243
compensation or reimbursement by the CITY, its agents, servants, representatives or employees, or anyone for whose acts the CITY may be liable.
F. The CITY will be obligated for the payment of damages occasioned to private property, public utilities or the general public, caused by the legal liability (in accordance with Alabama and/or Federal law) of the CITY, its agents, servants, employees or facilities.
G. Upon completion and acceptance of this project by the State, the CITY will assume full ownership and responsibility for the project work and maintain the project in accordance with applicable State law.
PART FIVE (5): ACCOUNTING PROVISIONS
A. The CITY will, when appropriate, submit reimbursement invoices to the STATE for work performed in carrying out the terms of this Agreement. Requests for reimbursement will be made on forms provided by the STATE and will be submitted through the Region Engineer for payment. The CITY may invoice the STATE not more often than once per month for the funds due for work performed under this Agreement. Invoices for payment will be submitted in accordance with state law and will indicate that the payment is due, true, correct, unpaid, and the invoice will be notarized. Invoices for any work performed under the terms of this agreement will be submitted within twelve (12) months after the completion and acceptance by the STATE for the work. Any invoices submitted after this twelve-month period will not be eligible for payment.
B. The CITY will not assign any portion of the work to be performed under this Agreement or execute any contract, amendment or change order thereto, or obligate itself in any manner with any third party with respect to its rights and responsibilities under this Agreement, without the prior written approval of the STATE.
C. The CITY will establish and maintain a cost accounting system that must be adequate and acceptable to the STATE as determined by the auditor of the STATE.
All charges to the Project will be supported by properly executed invoices, contracts, or vouchers, as applicable, evidencing in proper detail the nature and propriety of the charges, in accordance with the requirements of the STATE. All checks, invoices, contracts, vouchers, orders or other accounting documents pertaining in whole or in part to the project will be clearly identified, readily accessible and to the maximum extent feasible, kept separate and apart from all other such documents.
The CITY will report to the STATE the progress of the project in such manner as the STATE may require. The CITY will also provide the STATE any information requested by the STATE regarding the project. The CITY will submit to the STATE financial statements, data, records, contracts and other documents and items of any respect related to the project as may be requested by the STATE.
The CITY will permit the STATE, the Comptroller General of the United States, and the Secretary of the USDOT, or either of them or their respective authorized representatives, to inspect, at any time, vehicles and equipment utilized or used in performance of the project; any and all data and records which in any way relate to the project or to the accomplishment of the project. The CITY will also permit the above noted persons to audit the books, records and accounts pertaining to the project at any and all times, and the CITY will give its full cooperation to those persons or their authorized representatives, as applicable.
The CITY will comply with all audit requirements set forth in the 2 CFR Part 200 requirements, or the most current version of those requirements under federal law.
D. The CITY will retain all books, records, and other documents relative to this Agreement for a minimum of three (3) years after project termination, expiration of Federal interest, or close out, and the STATE, the Comptroller General of the United States, and the Secretary of the USDOT, or either of them or their respective authorized representatives, will have full access to, and right to examine any of said materials at all reasonable times during said period.
Page 100 of 243
E. Any user fee or charge to the public for access to any property or services provided through the funds made available under this agreement, if not prohibited by a Federal, State or local law, must be applied for the maintenance and long-term upkeep of the project authorized by this agreement.
F. An audit report must be filed with the Department of Examiners of Public Accounts, upon receipt by the CITY, for any audit performed on this project in accordance with Act No. 94-414.
PART SIX (6): MISCELLANEOUS PROVISIONS
A. By entering into this agreement, the CITY is not an agent of the STATE, its officers, employees, agents or assigns. The CITY is an independent entity from the STATE and nothing in this agreement creates an agency relationship between the parties.
B. It is agreed that the terms and commitments contained in this agreement shall not be constituted as a debt of the State of Alabama in violation of Article 11, Section 213 of the Constitution of Alabama, 1901, as amended by Amendment 26. It is further agreed that if any provision of this agreement shall contravene any statute or Constitutional provision or amendment, either now in effect or which may, during the course of this agreement, be enacted, then the conflicting provision in this agreement shall be deemed null and void.
C. By signing this contract, the contracting parties affirm, for the duration of the agreement, that they will not violate Federal immigration law or knowingly employ, hire for employment, or continue to employ an unauthorized alien within the State of Alabama. Furthermore, a contracting party found to be in violation of this provision shall be deemed in breach of the agreement and shall be responsible for all damages resulting therefrom.
D. No member, officer, or employee of the CITY during their tenure of employment, and for one year thereafter shall have any interest, direct or indirect, in this Agreement or the proceeds, profits, or benefits therefrom.
E. The terms of this Agreement may be modified by revision of this Agreement duly executed by the parties hereto.
F. This agreement may be terminated by either party upon the delivery of a thirty (30) day notice of termination.
G. Nothing shall be construed under the terms of this Agreement that shall cause any conflict with Section 23-1-63, Code of Alabama, 1975.
H. Exhibits A, E, H, M, and N are hereby attached to and made a part of this Agreement.
Page 101 of 243
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed
by those officers, officials and persons duly authorized to execute same, and the Agreement
is deemed to be dated and to be effective on the date hereinafter stated as the date of its
approval by the Governor of Alabama.
City of Fairhope, Alabama ATTEST:
By: _______________________________ By: ___________________________________
As Mayor (Signature) Clerk (Signature)
_______________________________ ______________________________
Print Name of Mayor Print Name of Clerk
(AFFIX SEAL)
This contract has been legally reviewed and approved as to form.
By: _____________________________
Legal Counsel for
Alabama Department of Transportation
RECOMMENDED FOR APPROVAL:
______________________________ ___________________________________
Matthew J. Ericksen, P.E. Bradley B. Lindsey, P.E.
Southwest Region Engineer State Local Transportation Engineer
______________________________
Edward N. Austin, P. E.
Chief Engineer
STATE OF ALABAMA, ACTING BY AND THROUGH
THE ALABAMA DEPARTMENT OF TRANSPORTATION
__________________________________________________
John R. Cooper, Transportation Director
THE WITHIN AND FOREGOING AGREEMENT IS HEREBY EXECUTED AND
SIGNED BY THE GOVERNOR ON THIS ______DAY OF ________________, 20______.
______________________________
KAY IVEY
GOVERNOR, STATE OF ALABAMA
Page 102 of 243
RESOLUTION NUMBER________________________
BE IT RESOLVED, by the City of Fairhope as follows:
That the City enter into an agreement with the State of Alabama, acting by and through the Alabama Department of Transportation relating to a project for:
Sidewalk along CR-13 from Sedgefield Dr. to Fox Hollow Ph.3, and from Pecan Park to Nichols Ave. with pedestrian crossing at Nichols Ave.; Project# CRPES-0224( ); CPMS Ref# 100078292 and 100078293.
Which agreement is before this Council, and that the agreement be executed in the name of the City, by the Mayor for and on its behalf and that it be attested by the City Clerk and the official seal of the City be affixed thereto.
BE IT FURTHER RESOLVED, that upon the completion of the execution of the agreement by all parties, that a copy of such agreement be kept on file by the City.
I, the undersigned qualified and acting Clerk of the City of Fairhope, Alabama, do hereby certify that the above and foregoing is a true copy of a resolution lawfully passed and adopted by the City named therein, at a regular meeting of such Council held on the __________day of _________________, 20____ , and that such resolution is on file in the City Clerk’s Office.
ATTESTED:
_________________________________ ___________________________________
City Clerk Mayor
_______day of ______________________, 20_______, and that such resolution is of record in the Minute Book of the City.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the City
on this_________day of ____________________, 20_______ .
____________________________
City Clerk
(AFFIX SEAL)
Page 103 of 243
STD CONTRACT EXHIBITS
REV. 9/19/16
EXHIBIT A
PARTICIPATION BY DISADVANTAGED BUSINESS ENTERPRISES IN FEDERAL-
AID PROGRAM
Policy. It is the policy of the U.S. Department of Transportation that Disadvantaged Business Enterprises (DBE) as defined in 49 CFR Part 26 shall have the opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this AGREEMENT. Consequently, the DBE requirements of 49 CFR Part 26 apply to this AGREEMENT.
DBE Obligation. The recipient of funds under the terms of this AGREEMENT agrees to ensure that Disadvantaged Business Enterprises as defined in 49 CFR Part 26 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. The recipient shall take all necessary and reasonable steps in accordance with 49 CFR Part 26 to see that Disadvantaged Business Enterprises have the opportunity to compete for and perform contracts and shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of U.S. Department of Transportation assisted contracts.
Failure of the recipient of funds under the terms of this AGREEMENT, or failure of its subcontractor (if a subcontractor is authorized) to carry out the DBE requirements of this AGREEMENT shall constitute a breach of contract, and may result in termination of the contract by the STATE, or such other remedy may be undertaken by the STATE as it deems appropriate.
Page 104 of 243
STD CONTRACT EXHIBITS
REV. 9/19/16
EXHIBIT E
TERMINATION OR ABANDONMENT
a. The STATE has the right to abandon the work or to amend its project at any time, and
such action on its part shall in no event be deemed a breach of contract.
b. The STATE has the right to terminate this AGREEMENT at its sole discretion without cause and make settlement with the CITY upon an equitable basis. The value of the work performed by the CITY prior to the termination of this AGREEMENT shall be determined. In determining the value of the work performed, the STATE shall consider the following:
1. The ratio of the amount of work performed by the CITY prior to the termination of the AGREEMENT to the total amount of work contemplated by this AGREEMENT less any payments previously made.
2. The amount of the expense to which the CITY is put in performing the work to be terminated in proportion to the amount of expense to which the CITY would have been put had he been allowed to complete the total work contemplated by the AGREEMENT, less any payments previously made. In determining the value of the work performed by the CITY prior to the termination, no consideration will be given to profit, which the CITY might have made on the uncompleted portion of the work. If the termination is brought about as a result of unsatisfactory performance on the part of the CITY, the value of the work performed by the CITY prior to termination shall be fixed solely on the ratio of the amount of such work to the total amount of work contemplated by this AGREEMENT.
CONTROVERSY
In any controversy concerning contract terms, or on a question of fact in connection with the work covered by this project, including compensation for such work, the decision of the Transportation Director regarding the matter in issue or dispute shall be final and conclusive of all parties.
CONTRACT BINDING ON SUCCESSORS AND ASSIGNS
a. This contract shall be binding upon the successors and assigns of the respective parties hereto.
b. Should the AGREEMENT be terminated due to default by CITY, such termination shall be in accordance with applicable Federal Acquisition Regulations.
Page 105 of 243
STD CONTRACT EXHIBITS
REV. 9/19/16
EXHIBIT H
Page 1
EQUAL RIGHTS PROVISIONS
During the performance of this contract, the CITY for itself, its assignees and successors in interest
agrees as follows:
a. Compliance with Regulations
The CITY will comply with the Regulations of the Department of Transportation
relative to nondiscrimination in federally-assigned programs of the Department of
Transportation (Title 49, Code of Federal Regulations, Part 21, as amended by 23
CFR 710-405(b), hereinafter referred to as the Regulations), which are herein
incorporated by reference and made a part of this contract.
During the performance of this contract, the contractor, for itself, its assignees, and
successors in interest (hereinafter referred to as the "contractor") agrees to comply
with the following non-discrimination statutes and authorities; including but not
limited to:
Pertinent Non-Discrimination Authorities :
• Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 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. § 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. § 324 et seq.), (prohibits
discrimination on the basis of sex);
• Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.),
as amended, (prohibits discrimination on the basis of disability); and 49
CFR Part 27;
• The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101
et seq.), (prohibits discrimination on the basis of age);
• Airport and Airway Improvement Act of 1982, (49 USC § 4 71, 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 of the Civil Rights
Act of 1964, The Age Discrimination Act of 1975 and Section 504 of
the Rehabilitation Act of 1973, by expanding the definition of the
terms "programs or activities" to include all of the programs or
activities of the Federal-aid recipients, sub-recipients and contractors,
whether such programs or activities are Federally funded or not);
• Titles II and III 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 U.S.C. §§ 12131-
12189) as implemented by Department of Transportation regulations
at 49 C.P.R. parts 37 and 38;
Page 106 of 243
STD CONTRACT EXHIBITS
REV. 9/19/16
EXHIBIT H
Page 2
• The Federal Aviation Administration's Non-discrimination statute
(49 U.S.C. § 47123) (prohibits discrimination on the basis of race,
color, national origin, and sex);
• Executive Order 12898, Federal Actions to Address Environmental
Justice in Minority Populations and Low-Income Populations, which
ensures discrimination against minority populations by discouraging
programs, policies, and activities with disproportionately high and
adverse human health or environmental effects on minority and low-
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 of limited
English proficiency (LEP). To ensure compliance with Title VI, you
must take reasonable steps to ensure that LEP persons have
meaningful access to your programs (70 Fed. Reg. at 74087 to 74100);
• Title IX of the Education Amendments of 1972, as amended, which
prohibits you from discriminating because of sex in education
programs or activities (20 U .S.C. 1681 et seq).
b. Nondiscrimination
In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d,
Section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102,
Section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and
Federal transit law at 49 U.S.C. § 5332, the CITY agrees that it will not discriminate
against any employee or applicant for employment because of race, color, creed,
national origin, sex, age, or disability. The CITY will not participate either directly or
indirectly in the discrimination prohibited by Section 21.5 of the Regulations,
including employment practices where the contract covers a program set forth in
Appendix B of the Regulations.
The CITY will comply with all provisions of Executive Order 11246 of September
24, 1965 as amended by Executive Order 11375, and of the rules, regulations (41
CFR, Part 60) and relevant orders of the Secretary of Labor.
c. Solicitations
In all solicitations either by competitive bidding or negotiation made by the CITY for
work to be performed under a subcontract, including procurements of materials or
leases of equipment, each potential subcontractor, supplier or lessor shall be notified
by the CITY of the CITY'S obligation under this contract and the Regulations relative
to nondiscrimination on the ground of race, color, religion, sex or national origin.
d. Information and Reports
The CITY will provide all information and reports required by the Regulations, or
orders and instructions issued pursuant thereto, and will permit access to its books,
Page 107 of 243
STD CONTRACT EXHIBITS
REV. 9/19/16
EXHIBIT H
Page 3
records, accounts, other sources of information and its facilities as may be determined
by the STATE or the Federal Highway Administration to be pertinent to ascertain
compliance with such Regulations, orders and instructions. Where any information
required of a CITY is in the exclusive possession of another who fails or refuses to
furnish this information, the CITY shall so certify to the STATE, or the Federal
Highway Administration as appropriate, and shall set forth what efforts it has made
to obtain the information.
e. Sanctions for Noncompliance
In the event of the CITY'S noncompliance with the nondiscrimination provisions
provided for herein, the STATE shall impose such contract sanctions as it may
determine to be appropriate, including but not limited to,
1. withholding of payments to the CITY under contract until
the CITY complies, and/or
2. cancellation, termination or suspension of the contract, in whole
or in part.
f. Incorporation of Provisions
The CITY will include the foregoing provisions a. through f. in every subcontract,
including procurements of materials and leases of equipment, unless excepted by the
Regulations, orders or instructions issued pursuant thereto. The CITY will take such
action with respect to any subcontract, procurement, or lease as the STATE may direct
as a means of enforcing such provisions, including sanctions for noncompliance;
provided, however, that in the event a CITY becomes involved in, or is threatened
with, litigation with subcontractors, suppliers, or lessor as a result of such direction,
the CITY may request the STATE to enter into such litigation to protect the interest
of the STATE.
g. Equal Employment Opportunity – The following equal employment opportunity
requirements apply to the underlying contract:
1. Race, Color, Creed, National Origin, Sex – In accordance with Title VII
of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal
Transit laws at 49 U.S.C. § 5332, the CITY agrees to comply with all
applicable equal employment requirements of U.S. Department of Labor
(U.S. DOL) regulations, “Office of Federal Contract Compliance
Programs, Equal Employment Opportunity, Department of Labor,” 41
C.F.R. Parts 60 et seq., (which implement Executive Order No. 11246,
“Equal Employment Opportunity,” as amended by Executive Order No.
11375, “Amending Executive Order 11246 Relating to Equal Employment
Opportunity,” 42 U.S.C. § 2000e note), and with any applicable Federal
statutes, executive orders, regulations, and Federal policies that may in the
future affect construction activities undertaken in the course of the Project.
Page 108 of 243
STD CONTRACT EXHIBITS
REV. 9/19/16
EXHIBIT H
Page 4
The CITY agrees to take affirmative action to ensure that applicants are
employed, and that employees are treated during employment, without
regard to their race, color, creed, national origin, sex, or age. Such action
shall include, but not limited to, the following: employment, upgrading,
demotion or transfer, recruitment or recruitment advertising, layoff or
termination; rates of pay or other forms of compensation; and selection for
training, including apprenticeship. In addition, the CITY agrees to comply
with any implementing requirements FTA may issue.
2. Age – In accordance with Section 4 of the Age Discrimination in
Employment Act of 1967, as amended, 29 U.S.C. § 623 and Federal transit
law at 49 U.S.C. § 5332, the CITY agrees to refrain from discrimination
against present and prospective employees for reason of age. In addition,
the CITY agrees to comply with any implementing requirements FTA may
issue.
3. Disabilities – In accordance with Section 102 of the Americans with
Disabilities Act, as amended, 42 U.S.C. § 12112, the CITY agrees that it
will comply with the requirements of U.S. Equal Employment Opportunity
Commission, “Regulations to Implement the Equal Employment
Provisions of the Americans with Disabilities Act,” 29 C.F.R. Part 1630,
pertaining to employment of persons with disabilities. In addition, the
Contractor agrees to comply with any implementing requirements FTA
may issue.
COST PRINCIPLES
The STATE'S cost principles for use in determining the allowability of any item of cost, both direct and indirect, in this AGREEMENT, shall be the applicable provisions of Volume I, Federal Acquisition Regulations, Parts 30 and 31. The CITY shall maintain costs and supporting documentation in accordance with the Federal Acquisition Regulations, Parts 30 and 31 and other Regulations referenced with these Parts where applicable. The CITY shall gain an understanding of these documents and regulations. The applicable provisions of the above referenced regulations documents are hereby incorporated by reference herein as if fully set forth.
EXECUTORY CLAUSE AND NON-MERIT SYSTEM STATUS
a. The CITY specifically agrees that this AGREEMENT shall be deemed executory only to the extent of moneys available, and no liability shall be incurred by the STATE beyond the moneys available for this purpose.
Page 109 of 243
STD CONTRACT EXHIBITS
REV. 9/19/16 EXHIBIT H
Page 5
b. The CITY, in accordance with the status of CITY as an independent contractor,
covenants and agrees that the conduct of CITY will be consistent with such status,
that CITY will neither hold CITY out as, or claim to be, an officer or employee of
the STATE by reason hereof, and that CITY will not, by reason hereof, make any
claim, demand or application to or for any right or privilege applicable to an officer
or employee of the STATE under the merit system or any other law of Alabama,
including but not limited to workmen's compensation coverage, or retirement
membership or credit or any Federal employment law. This paragraph also applies
in like manner to the employees of CITY.
CITYS’ CERTIFICATIONS
The CITY by acceptance of this contract certifies that the rates or composition of cost noted in
Article IV - PAYMENTS are based on the current actual hourly rates paid to employees, estimated
non- salary direct cost based on historical prices, the latest available audited indirect cost rate, and
estimated cost of reimbursements to employees for travel (mileage, per diem, and meal allowance)
based on the current policy of the CITY. The CITY agrees that mileage reimbursements for use
of company vehicles is based on the lesser of the approved rate allowed by the General Services
Administration of the United States Government or the reimbursement policies of the CITY at the
time of execution of the AGREEMENT. The CITY agrees that no mileage reimbursement will be
allowed for the purpose of commuting to and from work or for personal use of a vehicle. The
CITY agrees that the per diem rate will be limited to the rate allowed by the STATE at the time of
execution of the AGREEMENT. The CITY agrees that a meal allowance shall be limited to CITY
employees while in travel status only and only when used in lieu of a per diem rate.
The CITY shall submit detailed certified labor rates as requested, and in a timely manner, to the
External Audits Section of the Finance and Audits Bureau of The Alabama Department of
Transportation. The CITY agrees that material differences between rates submitted with a
proposal and rates provided as certified for the same proposal are subject to adjustment and
reimbursement.
Page 110 of 243
STD CONTRACT EXHIBITS
REV. 9/19/16
EXHIBIT M
CERTIFICATION FOR FEDERAL-AID CONTRACTS: LOBBYING
This certification is applicable to the instrument to which it is attached whether attached directly or indirectly with other attachments to such instrument.
The prospective participant/recipient, by causing the signing of and the submission of this Federal contract, grant, loan, cooperative AGREEMENT, or other instrument as might be applicable under Section 1352, Title 31, U. S. Code, and the person signing same for and on behalf of the prospective participant/recipient each respectively certify that to the best of the knowledge and belief of the prospective participant or recipient and of the person signing for and on behalf of the prospective participant/recipient, that:
a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the prospective participant/recipient or the person signing on behalf of the prospective participant/recipient as mentioned above, to any person for influencing or attempting to influence an 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 Federal 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.
b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an 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 this Federal contract, grant, loan, or cooperative agreement, or other instrument as might be applicable under Section 1352, Title 31, U. S. Code, the prospective participant/recipient shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.
This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U. S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.
The prospective participant/recipient also agrees by submitting this Federal contract, grant, loan, cooperative agreement or other instrument as might be applicable under Section 1352, Title 31, U.S. Code, that the prospective participant/recipient shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly.
Page 111 of 243
STD CONTRACT EXHIBITS
REV. 9/19/16
EXHIBIT N
FUNDS SHALL NOT BE CONSTITUTED AS A DEBT
It is agreed that the terms and commitments contained herein shall not be constituted as a debt of
the State of Alabama in violation of Article 11, Section 213 of the Constitution of Alabama, 1901,
as amended by Amendment Number 26. It is further agreed that if any provision of this
AGREEMENT shall contravene any statute or Constitutional provision of amendment, either now
in effect or which may, during the course of this AGREEMENT, be enacted, then the conflicting
provision in the AGREEMENT shall be deemed null and void.
When considering settlement of controversies arising from or related to the work covered by this
AGREEMENT, the parties may agree to use appropriate forms of non-binding alternative dispute
resolution.
TERMINATION DUE TO INSUFFICIENT FUNDS
a. If the agreement term is to exceed more than one fiscal year, then said agreement is subject
to termination in the event that funds should not be appropriated for the continued payment
of the agreement in subsequent fiscal years.
b. In the event of proration of the fund from which payment under this AGREEMENT is to
be made, agreement will be subject to termination.
NO GOVERNMENT OBLIGATION TO THIRD PARTY CONTRACTORS
The STATE and CITY acknowledge and agree that, notwithstanding any concurrence by the
Federal Government in or approval of the solicitation or award of the underlying contract, absent
the express written consent by the Federal Government, the Federal Government is not a party to
this contract and shall not be subject to any obligations of or liabilities to the STATE, CITY, or
any other party (whether or not a party to that contract) pertaining to any matter resulting from the
underlying contract.
The CITY agrees to include the above clause in each subcontract financed in whole or in part with
Federal assistance provided to FHWA. It is further agreed that the clause shall not be modified,
except to identify the subcontractor who will be subject to its provisions.
Page 112 of 243
STATE OF ALABAMA
DEPARTMENT OF TRANSPORTATION
GUIDELINES FOR OPERATION
SUBJECT: PROCEDURES FOR PROCESSING STATE AND INDUSTRIAL
ACCESS FUNDED COUNTY AND CITY PROJECTS
No work can be performed and no contracts can be let prior to having a fully
executed project agreement, submittal of project plans to Region and notification
from the Region that advertisement for bids can be made, or, in the case of force
account projects, work can begin.
A project agreement will be prepared and furnished to the County/City upon
receipt of grant award letter signed by the Director or Governor. The Region will
prepare and submit a F-7A Budget Allotment request upon receipt of a project
funding agreement at the time it is submitted to the County/City for their execution.
The County/City will submit plans prepared and signed by a registered professional
engineer showing work to be performed. Plans must match the project agreement
description. It is not necessary for the Region to perform an in-depth review of
plans. The County/City will submit a certification signed by a Registered
Professional Engineer stating that the plans have been prepared so that all items
included in the plans meet ALDOT specifications. The County/City will include a
letter certifying that the County/City owns all right-of-way on which the project is
to be constructed.
Upon receipt of the executed agreement, the executed F-7A, final plans from the
County/City, and right-of-way certification, the Region may notify the County/City
to proceed with advertising the project for letting or proceed with work in the case
of a force account project.
In the case where a County/City is using an inplace annual bid, the County/City will
furnish the Region a copy of their bid and this bid price will be used for
reimbursement.
1-20
Rev. 10/2017
Page 113 of 243
Where the County/City is letting a contract locally, the County/City will furnish to the
Region the three lowest bids with their recommendation for award. The Region will review
the bids, and, if in order, advise the County/City to proceed with award of the contract to
the lowest responsible bidder. The County’s/City’s estimate for reimbursement will be
based on the bid prices concurred in by the State and supported with documentation that
the contractor has been paid for work performed (copy of cancelled check).
A certification will be submitted with County/City final estimate stating that the project
was constructed in accordance with final plans submitted to the State and with the
specifications, supplemental specifications, and special provisions which were shown on the
plans or with the State’s latest specifications which were applicable at the time of plan
approval.
The County/City will notify the Region when the project is complete and the Region will
perform a final ride-through to determine whether the project was completed in
substantial compliance with original final plans. Final acceptance will be made by the
Region with a copy of the letter furnished to the Bureau of Local Transportation.
All required test reports, weight tickets, material receipts and other project documentation
required by the specifications, applicable supplemental specifications, and special
provisions will be retained by the County/City for a period of three (3) years following
receipt of final payment and made available for audit by the State upon request. If an audit
is performed and proper documentation is not available to verify quantities and
compliance with specifications, the County/City will refund the project cost to the State or
do whatever is necessary to correct the project at their cost.
All County/City Industrial Access or State funded projects let to contract by the State will
follow normal project procedures and comply with all current plan processing
requirements.
Page 114 of 243
CITY OF FAIRHOPE
AGENDA MEMORANDUM Item ID: 2025-1712
FROM: Richard Johnson, CITY ENGINEER
George Ladd , PUBLIC WORKS DIRECTOR
SUBJECT: The City Engineer, Richard Johnson, and the Director of Public
Works, George Ladd, has requested to procure a qualified contractor
to provide all material, equipment, labor, incidentals, overhead and
profit to conduct Resurfacing, Restoration and Rehabilitation (RRR),
parking lot expansion, striping, marking, crack sealing, fence/gate
construction, and limited leveling/base repair improvements for the
City of Fairhope's Public Works and Utilities Administration Parking
and Opration Yard located at 555 South Section Street, Fairhope,
Alabama.
AGENDA
DATE:
August 11, 2025
RECOMMENDED ACTION:
To approve the award of Bid No. 25-056-2025-PWI-024 Public Works & Utility Parking &
Operations Yard Expansion and Paving Project to Asphalt Services, Inc. with a bid
proposal not-to-exceed $497,783.10.
BACKGROUND INFORMATION:
The City Engineer, Richard Johnson, and the Director of Public Works, George Ladd,
have requested to procure a qualified contractor to provide all material, equipment,
labor, incidentals, overhead and profit to conduct Resurfacing, Restoration and
Rehabilitation (RRR), parking lot expansion, striping, marking, crack sealing, fence/gate
construction, and limited leveling/base repair improvements for the City of Fairhope's
Public Works and Utilities Administration Parking and Opration Yard located at 555
South Section Street, Fairhope, Alabama.
A service bid was issued on July 11, 2025, posted to the City of Fairhope's website, and
published in Gulf Coast Media. Two (2) responsive bids were received at the bid
opening on July 31, 2025 at 10:00 a.m.
The City Engineer and the Director of Public Works recommend the award be made to
Asphalt Services, Inc. for the low bid price of Four Hundred Ninety-Seven Thousand
Seven Hundred Eighty-Three Dollars and Ten Cents ($497,783.10).
Page 115 of 243
BUDGET IMPACT/FUNDING SOURCE:
Account No. Account Title Current Budget Cost Available
Budget
002-50475
Line 30
Gas - Capital
Improvements
$495,400.55 $497,783.10 ($2,382.55)
GRANT:
N/A
LEGAL IMPACT:
N/A
FOLLOW UP IMPLEMENTATION:
For time-sensitive follow up, select deadline date for follow up: N/A
Individual(s) responsible for follow up: N/A
Action required (list contact persons/addresses if documents are to be mailed or
emailed): N/A
Page 116 of 243
RESOLUTION NO. ________
, as follows:
[1] That the City of Fairhope did request, receive, and open bids for Bid No. 25-056-
2025-PWI-024 Public Works & Utility Parking & Operations Yard Expansion and
Paving Project for the City of Fairhope Public Works Department.
[2] At the appointed time and place, the following bids were opened and tabulated as
follows:
Please see attached Bid Tabulation for
Bid No. 25-056-2025-PWI-024
Public Works & Utility Parking & Operations Yard Expansion and Paving Project
[3] After evaluating the bid proposals with the required bid specifications, Asphalt
Services, Inc. is now awarded Bid No. 25-056-2025-PWI-024 Public Works & Utility
Parking & Operations Yard Expansion and Paving Project for the City of Fairhope
Public Works Department with a bid proposal not-to-exceed $497,783.10.
.
ADOPTED ON THIS 11TH DAY OF AUGUST, 2025
_________________________________
Jack Burrell, Council President
Attest:
_______________________________
Lisa A. Hanks, MMC
City Clerk
Page 117 of 243
Page 118 of 243
Page 119 of 243
Page 120 of 243
Page 121 of 243
Page 122 of 243
Page 123 of 243
Page 124 of 243
Page 125 of 243
Page 126 of 243
Page 127 of 243
Page 128 of 243
Page 129 of 243
Page 130 of 243
Page 131 of 243
Page 132 of 243
Page 133 of 243
Page 134 of 243
Page 135 of 243
Page 136 of 243
Page 137 of 243
Page 138 of 243
Page 139 of 243
Page 140 of 243
Page 141 of 243
Page 142 of 243
Page 143 of 243
Page 144 of 243
Page 145 of 243
Page 146 of 243
Page 147 of 243
Page 148 of 243
Page 149 of 243
Page 150 of 243
Page 151 of 243
Page 152 of 243
Page 153 of 243
Page 154 of 243
Page 155 of 243
Page 156 of 243
Page 157 of 243
Page 158 of 243
Page 159 of 243
Page 160 of 243
Page 161 of 243
Page 162 of 243
Page 163 of 243
Page 164 of 243
Page 165 of 243
Page 166 of 243
Page 167 of 243
Page 168 of 243
Page 169 of 243
Page 170 of 243
Page 171 of 243
Page 172 of 243
Page 173 of 243
Page 174 of 243
Page 175 of 243
Page 176 of 243
Page 177 of 243
Page 178 of 243
Page 179 of 243
Page 180 of 243
Page 181 of 243
Page 182 of 243
Page 183 of 243
Page 184 of 243
Page 185 of 243
Page 186 of 243
Page 187 of 243
Page 188 of 243
PRF Public Works Parking Project
Final Audit Report 2025-06-27
Created:2025-06-27
By:Erin Wolfe (erin.wolfe@fairhopeal.gov)
Status:Signed
Transaction ID:CBJCHBCAABAAxkJvb0GMNEfRpMxaU9-3vTuvZBew6n-K
"PRF Public Works Parking Project" History
Document created by Erin Wolfe (erin.wolfe@fairhopeal.gov)
2025-06-27 - 3:03:05 PM GMT
Document emailed to Suzanne Doughty (suzanne.doughty@fairhopeal.gov) for signature
2025-06-27 - 3:03:30 PM GMT
Email viewed by Suzanne Doughty (suzanne.doughty@fairhopeal.gov)
2025-06-27 - 3:14:48 PM GMT
Document e-signed by Suzanne Doughty (suzanne.doughty@fairhopeal.gov)
Signature Date: 2025-06-27 - 3:20:19 PM GMT - Time Source: server
Document emailed to Kimberly Creech (kimberly.creech@fairhopeal.gov) for signature
2025-06-27 - 3:20:21 PM GMT
Email viewed by Kimberly Creech (kimberly.creech@fairhopeal.gov)
2025-06-27 - 4:19:04 PM GMT
Document e-signed by Kimberly Creech (kimberly.creech@fairhopeal.gov)
Signature Date: 2025-06-27 - 4:19:35 PM GMT - Time Source: server
Document emailed to Sherry Sullivan (sherry.sullivan@fairhopeal.gov) for signature
2025-06-27 - 4:19:37 PM GMT
Email viewed by Sherry Sullivan (sherry.sullivan@fairhopeal.gov)
2025-06-27 - 5:01:07 PM GMT
Document e-signed by Sherry Sullivan (sherry.sullivan@fairhopeal.gov)
Signature Date: 2025-06-27 - 9:06:04 PM GMT - Time Source: server
Agreement completed.
2025-06-27 - 9:06:04 PM GMT
Page 189 of 243
CITY OF FAIRHOPE
AGENDA MEMORANDUM Item ID: 2025-1720
FROM: Jack Burrell, Council President
SUBJECT: Mayor Sherry Sullivan to have City Staff assist with the Bicycle
Racks at the Eastern Shore Art Center as presented in the Work
Session on July 28, 2025 which includes pouring concrete pads and
installing the racks.
AGENDA
DATE:
RECOMMENDED ACTION:
That the City Council hereby authorizes Mayor Sherry Sullivan to have City Staff assist
with the Bicycle Racks at the Eastern Shore Art Center as presented in the Work
Session on July 28, 2025 which includes pouring concrete pads and installing the racks.
BACKGROUND INFORMATION:
July 28, 2025, Work Session:
•
BUDGET IMPACT/FUNDING SOURCE:
Account No.Account Title Current Budget Cost Available
Budget
GRANT:
Page 190 of 243
LEGAL IMPACT:
FOLLOW UP IMPLEMENTATION:
For time-sensitive follow up, select deadline date for follow up:
Individual(s) responsible for follow up:
Action required (list contact persons/addresses if documents are to be mailed or
emailed):
Page 191 of 243
RESOLUTION NO. ______
BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF
FAIRHOPE, ALABAMA, That the City Council hereby authorizes Mayor Sherry
Sullivan to have City Staff assist with the Bicycle Racks at the Eastern Shore Art
Center as presented in the Work Session on July 28, 2025 which includes pouring
concrete pads and installing the racks.
Adopted on this 11th day of August, 2025
___________________________
Jack Burrell, Council President
Attest:
______________________________
Lisa A. Hanks, MMC
City Clerk
Page 192 of 243
CITY OF FAIRHOPE
AGENDA MEMORANDUM Item ID: 2025-1707
FROM: Pat White, PARKS & RECREATION DIRECTOR
SUBJECT: The Director of Parks and Recreation, Pat White, is requesting to
approve the award of the Request for Quotes for Labor and Materials
to Construct a New 24' x 50' Covered Batting Cage at Founders
Park.
AGENDA
DATE:
August 11, 2025
RECOMMENDED ACTION:
To approve the award of the Request for Quotes for Labor and Materials to Construct a
New 24' x 50' Covered Batting Cage at Founders Park to TEC Construction for a not-to-
exceed project cost of $34,072.00. Authorize Treasurer to transfer $34,072.00 from
Founders Park Playground Equipment project previously approved to be funded by
Impact Fees by Resolution No. 5205-24, adopted September 30, 2024.
BACKGROUND INFORMATION:
The Director of Parks and Recreation, Pat White, is requesting approval for the
procurement of labor and materials to approve the award of the Request for Quotes for
Labor and Materials to Construct a New 24' x 50' Covered Batting Cage at Founders
Park. This Public Works project will be less than $100,000.00, and therefore does not
need to be formally bid out, but done as a Request for Quotes.
A Request for Quotes was sent to three (3) qualified contractors. The lowest quote was
from TEC Construction. The Director of Parks and Recreation requests approval to
award the Request for TEC Construction for the not-to-exceed cost of Thirty-Four
Thousand Seventy-Two Dollars ($34,072.00).
This project (“a New 24’ x 50’ Covered Batting Cage at Founders Park for a not-to-
exceed project cost of $34,072.00”) shall be paid from the Impact Fess Account and
meets the criteria for use of these funds for "Parks and Recreation" which is a Benefit
Area for (i) the acquisition of new public parks lands, (ii) the construction, development
and/or improvement of public recreational facilities, (iii) the construction, development
and/or improvement of public park amenities, (iv) the acquisition of new park vehicles,
and (v) the parks and recreation component of the "Impact Fee Study" prepared by
TischlerBise.
Page 193 of 243
Previous Actions:
Resolution No. 5205-24 adopted Ordinance No. 1625 on September 30, 2024, to
establish Impact Fees on new development in the City of Fairhope. Founders Park
Playground Equipment project was included in Resolution No. 5205-24 in the amount of
$45,000.00. The Covered Batting Cage will replace this previously approved project.
BUDGET IMPACT/FUNDING SOURCE:
Account No. Account Title Current Budget Cost Available
Budget
001250-
50475
Recreation -
Capital
Improvements
$45,000.00 $34,072.00 $10,928.00
Authorize Treasurer to transfer $34,072.00 of the $45,000.00 from Founders Park
Playground Equipment project previously approved to be funded by Impact Fees by
Resolution No. 5205-24, adopted September 30, 2024.
GRANT:
N/A
LEGAL IMPACT:
N/A
FOLLOW UP IMPLEMENTATION:
For time-sensitive follow up, select deadline date for follow up: N/A
Individual(s) responsible for follow up: N/A
Action required (list contact persons/addresses if documents are to be mailed or
emailed): N/A
Page 194 of 243
RESOLUTION NO. ________
, as follows:
[1] That the City of Fairhope approves the award of the Request for Quotes for Labor
and Materials to Construct a New 24’ x 50’ Covered Batting Cage at Founders Park
to TEC Construction for a not-to-exceed project cost of $34,072.00. This Public
Works project will be less than $100,000.00 and therefore does not need to be
formally let out for bid; and authorizes the Treasurer to transfer $34,072.00 from
Founders Park Playground Equipment project previously approved to be funded by
Impact Fees by Resolution No. 5205-24, adopted September 30, 2024.
[2] This project (“a New 24’ x 50’ Covered Batting Cage at Founders Park for a not-
to-exceed project cost of $34,072.00”) shall be paid from the Impact Fess Account
and meets the criteria for use of these funds for "Parks and Recreation" which is a
Benefit Area for (i) the acquisition of new public parks lands, (ii) the construction,
development and/or improvement of public recreational facilities, (iii) the
construction, development and/or improvement of public park amenities, (iv) the
acquisition of new park vehicles, and (v) the parks and recreation component of the
"Impact Fee Study" prepared by TischlerBise.
DULY ADOPTED ON THIS 11TH DAY OF AUGUST, 2025
_______________________________
Jack Burrell, Council President
Attest:
_______________________________
Lisa A. Hanks, MMC
City Clerk
Page 195 of 243
Page 196 of 243
Page 197 of 243
Page 198 of 243
PUR-004 - 082522
CITY OF FAIRHOPE
PURCHASING DEPARTMENT
PURCHASING REQUEST FORM
Under $5,000 No restrictions Not Required N/A N/A N/A
Utilities $5,001-$10,000 Operational -Budgeted Three Treasurer/Mayor
Greater than:
Gen Govt - $5,001
NON Required Required
N/A N/A
N/A N/A
Required Required
Required Required
*Budgeted items that meet or are under budget may be purchased with the Mayor and/or Treasurer’s approval if they are on the State Bid list or from an
approved buying group. Items that are over budget must go to Council for approval and will require a green sheet and resolution.
**Expenditure Threshold is a combined total of labor and materials, including materials provided by the City. If the total amount is within $10,000 of
the listed threshold, Purchasing/Treasurer may require a formal bid due to potential materials cost increases.
TEC Construction
Ron Bishop Construction
G.A.F. Companies
Check any applicable boxes: ☐ State Contract ☐ ALDOT ☐ Purchasing Group
☐ Sole Source (Attach Sole Source Justification)
1. What item or service do you need to purchase? Construction of a 24x50 covered batting cage
2. What is the total cost of the item or service? $34,072.00
3. How many do you need? Click or tap here to enter text.
4. Item or Service Is: ☒ New ☐ Used ☐ Replacement ☐ Annual Request
5. Vendor Name (Lowest Quote): TEC Construction
6. Vendor Number: Click or tap here to enter text.
If you do not have a Vendor Number, please go to the City of Fairhope page: www.FairhopeAL.gov, Departments,
Purchasing, Vendor Registration, and complete the required information.
1. Is it budgeted? ☒ Yes ☐ No ☐ Emergency Request
2. If budgeted, what is the budgeted amount? $45,000.00
3. Budget code: 1250 / 50475
Email completed form with quotes and other supporting documentation to
Erin.Wolfe@FairhopeAL.gov and Rhonda.Cunningham@FairhopeAL.gov.
Page 199 of 243
Page 200 of 243
Page 201 of 243
RESOLUTION NO. 5205-24
WHEREAS , the City of Fa irh ope ado pted Ordinance No. 1625 , An Ordin ance re pea ling and replaci ng Ordinance
No . 1331 to esta bli sh Imp act Fees on new deve lo pm ent in th e City of Fa irho pe on October 13 , 2018 in accordance
with Act No. 2006-300 enac ted by th e Leg islatu re of A la bama on April 4, 2006 ; and
WHEREAS , th e City des ires to use funds for "Po lice" whi ch is a Benefit Area for (i) th e cost recovery of the C ity's
cost and ex pe nse related to the con struct ion , development and improvement of its justice center, (ii) the cost
reco very of the City's cos t and expense re lated to the construction , development and imp rovemen t of its ani mal
shelter, (iii) the acquisition of police veh icl es , an d (iv) th e acquisition of poli ce-re lated apparatus and eq uip ment ,
and (v) the police co mpon en t of th e "Impac t Fee Stu dy" prepared by Tisc hl erB ise ; and
WHEREAS, the City des ires to use funds for "Fi re" which is a Benefit Area for (i) the constructio n, development
and/or im pro ve ment of fir e stations , (ii) the acq ui sition of fire fig htin g ve hicl es , an d (iii) the acq uis ition of
firefighting apparatu s, and (iv) the fire co mpon ent of the "Imp act Fee Stud y" prepare d by TischlerBise ; and
WHEREAS, the City des ires to use funds for "Transportation " whic h is a Benefit Area for the cost of intersection
improvemen ts made to addr ess additio na l demand ge nerated by New Develo pment and the tra nspo rtat ion
component of the "Imp ac t Fee Stud y" prepared by Tisch lerBi se ; and
WHEREAS, the C ity des ires to use funds for "Parks and R ecreation" whi ch is a B enefit Area for (i) the acqui sition
of new public park s land s, (ii) the construction , deve lopm ent and/or improvement of publi c recreational faci liti es ,
(iii) the co nstruc tion , develo pm ent and/o r impro veme nt of public park ameni ti es , (iv) the acquis itio n of new park
vehicles , an d (v) th e parks and recreation co mp one nt of th e "I mp act Fee Study" prepared by TischlerBise ; and
WHEREAS , th e following proj ect shall be pai d fro m the Imp act Fees Acco unt and have met the crite ri a state d to be
paid from said Acco unt:
POLICE FIRE TRANS-PARKS AND
PORTATION RECREATION
FY2025 BUDGET PROJECTS
1 New Police vehicle with equipment $37 ,000.00
Drone $7,000 .00
Speed Scout Trailer $8 ,500 .00
2025 W-Onw HR 100 Aerial Ladder Truck
1,350,0 00 .00
Drainag e $51 ,500.00
FY2025 Resurfacing $198 ,500.00
New Pla y ground equipment at new $35 ,000.00
baseball field Volanta Park
New playground equipment at Founders $45 ,000.00
Park
Open-air pavilion /s torm shelter at $46 ,750
Fairhope Soccer Comolex
Shade structures over bleacher seating at $170 ,000 .00
Volanta Park
Additional pla yg round equipment at $75 ,000 .00
Rotary Youth
New Tennis and Pickleball Courts $200 ,000 .00
New Tennis and Pickleball Court lights $245 ,000 .00
Impact Fees for FY 2025 $52,500.00 $1,350,000.00 $250,000.00 $8 16 ,7 50.00
Page 202 of 243
Resolution No. 5205-24
Page -2-
NOW BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE, ALABAMA, That
the City Council hereby auth orizes Mayor Sherry Sullivan to expend Imp act Fees for the above projects as
designated from the Imp act Fee Account for services for the "Police", "F ire", "Transportation", and "Parks and
Recreation" Benefit Areas.
DULY ADOPTED THIS 30TH DAY
Corey Martin, Council President
Attest:
~foL:
City Clerk
Page 203 of 243
CITY OF FAIRHOPE
AGENDA MEMORANDUM Item ID: 2025-1710
FROM: Daryl Morefield, WATER SUPERINTENDENT
SUBJECT: The Superintendent of Water/Wastewater, Daryl Morefield, is
requesting to approve the award of the Request for Quotes for Labor
and Materials for the Willow Bridge Street Sewer Tie-In.
AGENDA
DATE:
August 11, 2025
RECOMMENDED ACTION:
To approve the award of the Request for Quotes for labor and materials for the Willow
Bridge Street Sewer Tie-In Project to Ball Con for the low bid not-to-exceed cost of
$36,900.00. Authorize Treasurer to transfer $36,900.00 in FY25 Budget from
Wastewater Repairs and Maintenance to Wastewater System Improvements-
Collections.
BACKGROUND INFORMATION:
The Superintendent of Water/Wastewater, Daryl Morefield, is requesting approval for
the procurement of labor and materials for the award of the Request for Quotes for the
Willow Bridge Street Sewer Tie-In Project. This Public Works project will be less than
$100,000.00 and therefore does not need to be formally bid out, but done as a Request
for Quotes.
A Request for Quotes was sent to three (3) qualified contractors. One quote was
received from Ball Con and two no-quotes from other contractors. The Superintendent
of Water/Wastewater requests approval to award the Request for Quote to Ball Con for
the not-to-exceed cost of Thirty-Six Thousand Nine Hundred Dollars ($36,900.00).
BUDGET IMPACT/FUNDING SOURCE:
Account
No.
Account Title Current
Budget
Cost Available
Budget
004020-
59500
Wastewater - System
Improvements/Collection
$0.00 $36,900.00 ($36,900.00)
004020-
50366
Wastewater -
Maintenance Collection
System
$36,900.00 $0.00 $36,900.00
Page 204 of 243
Authorize Treasurer to transfer $36,900.00 in FY25 Budget from Wastewater -
Maintenance/Collection System to Waste Water System Improvements-Collections.
GRANT:
N/A
LEGAL IMPACT:
N/A
FOLLOW UP IMPLEMENTATION:
For time-sensitive follow up, select deadline date for follow up: N/A
Individual(s) responsible for follow up: N/A
Action required (list contact persons/addresses if documents are to be mailed or
emailed): N/A
Page 205 of 243
RESOLUTION NO. ________
, as follows:
[1] That the City of Fairhope approves the award of the Request for Quotes for Labor
and Materials for Willow Bridge Street Sewer Tie-In to Ball Con for a not-to-exceed
project cost of $36,900.00. This Public Works project will be less than $100,000.00
and therefore does not need to be formally bid out. Authorize Treasurer to transfer
$36,900.00 in FY25 Budget from Wastewater Repairs and Maintenance to
Wastewater System Improvements-Collections.
DULY ADOPTED ON THIS 11TH DAY OF AUGUST, 2025
_______________________________
Jack Burrell, Council President
Attest:
_______________________________
Lisa A. Hanks, MMC
City Clerk
Page 206 of 243
Page 207 of 243
PUR-004 - 082522
CITY OF FAIRHOPE
PURCHASING DEPARTMENT
PURCHASING REQUEST FORM
Under $5,000 No restrictions Not Required N/A N/A N/A
Utilities $5,001-$10,000 Operational -Budgeted Three Treasurer/Mayor
Greater than:
Gen Govt - $5,001
NON Required Required
N/A N/A
N/A N/A
Required Required
Required Required
*Budgeted items that meet or are under budget may be purchased with the Mayor and/or Treasurer’s approval if they are on the State Bid list or from an
approved buying group. Items that are over budget must go to Council for approval and will require a green sheet and resolution.
**Expenditure Threshold is a combined total of labor and materials, including materials provided by the City. If the total amount is within $10,000 of
the listed threshold, Purchasing/Treasurer may require a formal bid due to potential materials cost increases.
A-Long Boring
Check any applicable boxes: ☐ State Contract ☐ ALDOT ☐ Purchasing Group
☐ Sole Source (Attach Sole Source Justification)
1. What item or service do you need to purchase? Willow Bridge Street Sewer tie-in
2. What is the total cost of the item or service? $36,900.00
3. How many do you need? 1
4. Item or Service Is: ☒ New ☐ Used ☐ Replacement ☐ Annual Request
5. Vendor Name (Lowest Quote): Ball Con
6. Vendor Number:
7. If you do not have a Vendor Number, please go to the City of Fairhope page: www.FairhopeAL.gov, Departments,
Purchasing, Vendor Registration, and complete the required information.
1. Is it budgeted? ☒ Yes ☐ No ☐ Emergency Request
2. If budgeted, what is the budgeted amount? $200,000.00
Email completed form with quotes and other supporting documentation to
Erin.Wolfe@FairhopeAL.gov and Rhonda.Cunningham@FairhopeAL.gov.
Page 208 of 243
From:Mike Davis
To:Clint Steadham
Subject:FW: Polo Ridge
Date:Friday, July 18, 2025 10:56:01 AM
From: alongboringinc@bellsouth.net <alongboringinc@bellsouth.net>
Sent: Friday, July 18, 2025 9:06 AM
To: Mike Davis <michael.davis@fairhopeal.gov>
Subject: Polo Ridge
Mike, We appreciate the chance to bid the job at the entrance at Polo Ridge, but due to our current work load, we are unable to get to this project at this time. We hope you keep us in mind for future projects. Thanks, Scot WilliamsA-Long Boring, IncPO Box 1926Fairhope, AL 3653
CGBANNERINDICATOR
Mike,
We appreciate the chance to bid the job at the entrance at Polo Ridge, but due to our current work
load, we are unable to get to this project at this time. We hope you keep us in mind for future
projects.
Thanks,
Scot Williams
A-Long Boring, Inc
PO Box 1926
Fairhope, AL 36533
Cell 251-422-0488
alongboringinc@bellsouth.net
Page 209 of 243
Page 210 of 243
CITY OF FAIRHOPE
AGENDA MEMORANDUM Item ID: 2025-1709
FROM: Daryl Morefield, WATER SUPERINTENDENT
SUBJECT: The Superintendent of Water/Wastewater, Daryl Morefield, is
requesting the hiring of professional services for RFQ PS25-033 to
provide Professional Hydrogeological Services for an annual contract
for the Water/Wastewater Department for four pilot bores/test wells
and follow-up work at Well #4 Deep.
AGENDA
DATE:
August 11, 2025
RECOMMENDED ACTION:
To approve negotiated not-to-exceed amount of $41,274.00 for RFQ PS25-033
Professional Hydrogeological Services for an annual contract for four pilot bores/test
wells and follow-up work at Well #4 Deep and allow the Mayor to execute a contract
with O’Donnell & Associates, Inc.
BACKGROUND INFORMATION:
The Superintendent of Water/Wastewater, Daryl Morefield, is requesting the hiring of
professional services for RFQ PS25-033 Professional Hydrogeological Services for an
annual contract for four pilot bores/test wells and follow-up work at Well #4 Deep.
The work to be performed is for professional consulting services associated with the
project, which will include the following:
Each site’s work includes geologically logging the pilot bores to the proposed depths
(required for public supply wells), evaluating the e-logs and providing screen
recommendations (if warranted), well construction oversight (1-3 days) and pumping
test evaluation. All information gained can be incorporated into the source water
assessment documents.
#1 Barnwell
#2 Well #4 Deep or Dyer Road Test
#3 Nichols Street Tank
#4 CR 32 & CR 13
#5 Possible developing sites north of 104
The Mayor and the Superintendent of Water and Wastewater Department would like to
establish a not-to-exceed amount for Professional Services of Forty-One Thousand Two
Hundred Seventy-Four Dollars ($41,274.00).
Page 211 of 243
BUDGET IMPACT/FUNDING SOURCE:
Account No. Account Title Current Budget Cost Available
Budget
004010-
50290
Water -
Professional
Services
$41,274.00 $41,274.00 $0.00
GRANT:
N/A
LEGAL IMPACT:
N/A
FOLLOW UP IMPLEMENTATION:
For time-sensitive follow up, select deadline date for follow up: N/A
Individual(s) responsible for follow up: N/A
Action required (list contact persons/addresses if documents are to be mailed or
emailed): N/A
Page 212 of 243
RESOLUTION NO. ________
as follows:
[1] That Mayor Sherry Sullivan is hereby authorized to execute Contract with
O’Donnell & Associates, Inc. for Professional Hydrogeological Services (RFQ
PS25-033) with a not-to-exceed amount of $41,274.00.
ADOPTED ON THIS 28TH DAY OF JULY, 2025
Attest:
_____________________________
Lisa A. Hanks, MMC
City Clerk
Page 213 of 243
Page 214 of 243
Page 215 of 243
Page 216 of 243
Page 217 of 243
Page 218 of 243
CITY OF FAIRHOPE
AGENDA MEMORANDUM Item ID: 2025-1641
FROM: Ben Patterson, ELECTRIC SUPERINTENDENT
SUBJECT: The Superintendent of Electric Department, Ben Patterson, has
requested to procure a qualified contractor to conduct an inventory of
attachments by joint-users to the City's Electric System, attachments
of the City's Electric System to others, and an inventory of the City's
Electric System with phasing diagrams.
AGENDA
DATE:
August 11, 2025
RECOMMENDED ACTION:
To rescind Resolution No. 5433-25 awarding Bid No. 25-022 Joint Use Attachment
Inventory for City of Fairhope Electric Department to Pike Engineering, LLC. and
authorize the re-bid of this purchase.
BACKGROUND INFORMATION:
The Superintendent of Electric Department has requested to procure a qualified
contractor to conduct an inventory of attachments by joint-users to the City's Electric
System, attachments of the City's Electric System to others, and an inventory of the
City's Electric System with phasing diagrams.
This contract was unsuccessfully bid twice before. Each of the previous bids received
one (1) bid submittal that was rejected for being too high of cost pursuant to Code of
Alabama 1975, Section 41-16-57(d).
A service bid was issued on February 19, 2025 as an informal bid. Two (2) responsive
bids were received at the bid opening on March 13, 2025 at 2:00 p.m.
The contract was issued to the awarded vendor. Before signature, an irregularity was
discovered in their bid that altered a mandatory requirement of the contract. The next
lowest bidder submitted a similar irregularity.
The Superintendent of Electric Department is requesting to rescind the award
and approval to re-bid the contract.
Previous Actions:
Resolution No. 5433-25 to approve award to Pike Engineering, LLC. with a total bid
proposal not-to-exceed $135,050.00.
Page 219 of 243
Resolution No. 5169-24 To Reject All Bids for Bid No. 25-054 and Authorize the Re-Bid
under Code of Alabama 1975, Section 41-16-57(d).
Resolution No. 5296-24 To Reject All Bids for Bid No. 25-001 under Code of Alabama
1975, Section 41-16-57(d).
BUDGET IMPACT/FUNDING SOURCE:
Account No. Account Title Current Budget Cost Available
Budget
003-50290 Electric -
Professional
Services
TBD TBD TBD
GRANT:
N/A
LEGAL IMPACT:
City Attorney reviewed options and agreed that award must be rescinded.
FOLLOW UP IMPLEMENTATION:
For time-sensitive follow up, select deadline date for follow up: N/A
Individual(s) responsible for follow up: N/A
Action required (list contact persons/addresses if documents are to be mailed or
emailed): N/A
Page 220 of 243
RESOLUTION NO. ________
, as follows:
[1] To rescind Resolution No. 5433-25 awarding Bid No. 25-022 Joint Use
Attachment Inventory for City of Fairhope Electric Department; and to authorize the
re-bid of this purchase order under Code of Alabama 1975, Section 41-16-57(d).
ADOPTED ON THIS 11TH DAY OF AUGUST, 2025
_______________________________
Jack Burrell, Council President
Attest:
_____________________________
Lisa A. Hanks, MMC
City Clerk
Page 221 of 243
RESOLUTION NO. 5433-25
BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF
FAIRHOPE, ALABAMA, as follows :
[1] That the City of Fairhope did request , receive , and open bids for Joint Use
Attachment Inventory (Bid Number 25-022) for the Electric Department.
[2] At the appointed time and place , the following bids were opened and tabulated as
follows:
Pike Engineering , LLC
The Fishel Company d/b /a Team Fishel
$135,050.00
$151 ,216.00
[3] After evaluating the bid proposals with the required bid specifications , Pike
Engineering , LLC is now awarded the bid for Joint Use Attachment Inventory (Bid
Number 25-022) for the Electric Department with a total bid proposal not-to-exceed
$135 ,050.00.
Adopted on this 29th day of April , 2025
Attest:
~lldL ISaA.nks, MMC
City Clerk
Page 222 of 243
Page 223 of 243
RESOLUTION N O. 5169-24
BE IT RESOLVED BY THE GOVERNING BODY OF THE CITY OF FAIRHOPE,
ALABAMA, as follows:
[1] That the City Council to reject all bids (Bid No. 24-054) to Procure Services for Joint
Use Attachment Inventory for the Electric Department; and authorize the re-bid the annual
contract under Code of Alabama 1975, Section 41-16-(d).
ADOPTED ON THIS 26TH D
Corey Martin , Council President
Attest:
~di~
City Clerk
Page 224 of 243
CITY OF FAIRHOPE
AGENDA MEMORANDUM Item ID: 2025-1711
FROM: Ben Patterson, ELECTRIC SUPERINTENDENT
SUBJECT: The Superintendent of Electric Department, Ben Patterson, is
requesting the procurement of the engine replacement for Bucket
Truck No. 1038.
AGENDA
DATE:
August 11, 2025
RECOMMENDED ACTION:
To approve the procurement of the engine replacement for Bucket Truck No. 1038 from
Lazzari Truck Repair, Inc. for the estimated cost of $33,123.01 and authorize the
Treasurer to a budget transfer of $30,000.00 from Maintenance-Plant.
BACKGROUND INFORMATION:
The Superintendent of Electric Department, Ben Patterson, is requesting the
procurement of the engine replacement for Bucket Truck No. 1038. The service was
sent to three (3) qualified companies. Lazzari Truck Repair, Inc. provided the low bid
price of Thirty-Three Thousand One Hundred Twenty-Three Dollars and One Cent
($33,123.01).
BUDGET IMPACT/FUNDING SOURCE:
Account No. Account Title Current Budget Cost Available
Budget
003-50440 Electric - Vehicle &
Equip Repair
$9,130.95 $33,123.01 ($23,992.06)
003-50365 Maintenance-Plant $30,000.00 $30,000.00
Authorize the Treasurer to a budget transfer of $30,000.00 from Maintenance -Plant.
GRANT:
N/A
LEGAL IMPACT:
N/A
Page 225 of 243
FOLLOW UP IMPLEMENTATION:
For time-sensitive follow up, select deadline date for follow up: N/A
Individual(s) responsible for follow up: N/A
Action required (list contact persons/addresses if documents are to be mailed or
emailed): N/A
Page 226 of 243
RESOLUTION NO. ________
, as follows:
[1] That the City of Fairhope approves the replacement of the engine in Bucket Truck
1038 for the Electric Department for the estimated cost of $33,123.01 from Lazzari
Truck Repair, Inc.; and authorize the Treasurer to make a budget transfer of
$30,000.00 from Maintenance-Plant.
DULY ADOPTED ON THIS 11TH DAY OF AUGUST, 2025
_______________________________
Jack Burrell, Council President
Attest:
_______________________________
Lisa A. Hanks, MMC
City Clerk
Page 227 of 243
Page 228 of 243
Page 229 of 243
Page 230 of 243
PUR-004 - 082522
CITY OF FAIRHOPE
PURCHASING DEPARTMENT
PURCHASING REQUEST FORM
Name: Ben Patterson Date: 7-31-2025
Department:
Expenditure Threshold** Distinctions Quotes Required Approval Green Sheet Resolution
Under $5,000 No restrictions Not Required N/A N/A N/A
Utilities $5,001-$10,000 Operational NON-Budgeted Three Treasurer/Mayor N/A N/A
Greater than:
Gen Govt - $5,001
Utilities - $10,001
Operational NON-Budgeted Three Council Required Required
Gen Govt - $5,001-$30,000
Utilities - $10,001 - $30,000
Operational Budgeted Three Treasurer N/A N/A
Over $30,000 Operational Budget* State Bid List or
Buying Group
Treasurer/Mayor N/A N/A
Over $30,000/$100,000 Operational Budgeted Bids Council Required Required
Professional Service Over $5,000 Budgeted or Non-Budgeted Mayor Select Council Required Required
*Budgeted items that meet or are under budget may be purchased with the Mayor and/or Treasurer’s approval if they are on the State Bid list or from an
approved buying group. Items that are over budget must go to Council for approval and will require a green sheet and resolution.
**Expenditure Threshold is a combined total of labor and materials, including materials provided by the City. If the total am ount is within $10,000 of
the listed threshold, Purchasing/Treasurer may require a formal bid due to potential materials cost incre ases.
QUOTES
Vendor Name Vendor Quote
1. Lazzari $ 33123.01
2. Ward $ 39212.73
3. Empire $ No Quote
Check any applicable boxes: ☐ State Contract ☐ ALDOT ☐ Purchasing Group
☐ Sole Source (Attach Sole Source Justification)
ITEM OR SERVICE INFORMATION
1. What item or service do you need to purchase? New engine in bucket truck 1038
2. What is the total cost of the item or service? 33123.01
3. How many do you need? 1
4. Item or Service Is: ☐ New ☐ Used ☒ Replacement ☐ Annual Request
5. Vendor Name (Lowest Quote): Lazzari
6. Vendor Number: Click or tap here to enter text.
If you do not have a Vendor Number, please go to the City of Fairhope page: http://www.fairhopeal.gov/
www.FairhopeAL.gov, Departments, Purchasing, Vendor Registration, and complete the required information.
BUDGET INFORMATION
1. Is it budgeted? ☒ Yes ☐ No ☐ Emergency Request
2. If budgeted, what is the budgeted amount? Equipment maintenance/repair
3. Budget code: 50440
Email completed form with quotes and other supporting documentation to
Erin.Wolfe@FairhopeAL.gov and Rhonda.Cunningham@FairhopeAL.gov.
Page 231 of 243
Page 232 of 243
Page 233 of 243
CITY OF FAIRHOPE
AGENDA MEMORANDUM Item ID: 2025-1713
FROM: Chris Ellis, Fire Chief
SUBJECT: Fire Chief Chris Ellis and Fire Maintenance Supervisor, John
Saraceno, is requesting to hire a qualified contractor to perform the
Fire Extinguisher Inspection Service Annual Contract.
AGENDA
DATE:
August 11, 2025
RECOMMENDED ACTION:
To reject all bids received with the original Bid No. 25-055 Fire Extinguisher Inspection
Services Annual Contract due to receiving two (2) bids that were of excessive pricing
and authorize the re-bid of the annual contract under Code of Alabama 1975, Section
41-16-57(d).
BACKGROUND INFORMATION:
A service bid was issued on July 7, 2025, posted to the City of Fairhope's website, and
advertised inGulf Coast Media newspaper. Two (2) responsive bids were received at
the bid opening on July 31, 2025 at 2:00 p.m.
The recommendation by the Fire Chief and Fire Maintenance Supervisor is to reject all
bids due to excessive pricing, and authorize the re-bid of the contract under Code of
Alabama 1975, Section 41-16-57(d).
BUDGET IMPACT/FUNDING SOURCE:
Account No. Account Title Current Budget Cost Available
Budget
GRANT:
N/A
LEGAL IMPACT:
N/A
FOLLOW UP IMPLEMENTATION:
Page 234 of 243
For time-sensitive follow up, select deadline date for follow up: N/A
Individual(s) responsible for follow up: N/A
Action required (list contact persons/addresses if documents are to be mailed or
emailed): N/A
Page 235 of 243
RESOLUTION NO. ________
[1] That the City Council to reject all bids (Bid No. 25-055) to procure a Fire
Extinguisher Inspection Services Annual Contract; and authorize the re-bid of the annual
contract under Code of Alabama 1975, Section 41-16-57(d).
ADOPTED ON THIS 11TH DAY OF AUGUST, 2025
Attest:
_____________________________
Lisa A. Hanks, MMC
City Clerk
Page 236 of 243
CITY OF FAIRHOPE
AGENDA MEMORANDUM Item ID: 2025-1708
FROM: Jeff Montgomery
SUBJECT: The Director of Information Technologies, Jeff Montgomery, is
requesting that the Mayor be authorized to execute the
Discontinuance of Service with Tyler Technologies for the Incode
Court Online Component for the Municipal Court Magistrates.
AGENDA
DATE:
August 11, 2025
RECOMMENDED ACTION:
To authorize the Mayor to execute the Discontinuance of Service with Tyler
Technologies for the Incode Court Online Component for the Municipal Court
Magistrates.
BACKGROUND INFORMATION:
The Director of Information Technologies, Jeff Montgomery, is requesting that the
Mayor be authorized to execute the Discontinuance of Service with Tyler Technologies
for the Incode Court Online Component for the Municipal Court Magistrates. This
system has been replaced by software implemented by the State of Alabama.
Previous Action:
Resolution No. 3092-18 on May 29, 2018 voted to procure the Municipal Court Module
to the City's MUNIS System from Tyler Technologies for the Municipal Court ("Incode").
BUDGET IMPACT/FUNDING SOURCE:
Account No. Account Title Current Budget Cost Available
Budget
GRANT:
N/A
LEGAL IMPACT:
N/A
Page 237 of 243
FOLLOW UP IMPLEMENTATION:
For time-sensitive follow up, select deadline date for follow up: N/A
Individual(s) responsible for follow up: N/A
Action required (list contact persons/addresses if documents are to be mailed or
emailed): N/A
Page 238 of 243
RESOLUTION NO. ________
[1] That Mayor Sherry Sullivan is hereby authorized to execute the Discontinuance of
Service with Tyler Technologies for the Incode Court Online Component for the
Municipal Court Magistrates.
ADOPTED ON THIS 11TH DAY OF AUGUST, 2025
Attest:
_____________________________
Lisa A. Hanks, MMC
City Clerk
Page 239 of 243
From:Accounts.Receivable
To:Rex, Paul
Subject:Form Needed to Discontinue Services for FAIRHOPE, AL CITY OF 47908 - Please sign and return
Date:Tuesday, July 22, 2025 8:36:42 PM
Attachments:sgimage0.png
July 22, 2025
PLEASE PRINT THIS PAGE - SIGN & REPLY TO THIS E-MAIL
Discontinuance of Recurring Services
Acknowledgement Document- FAIRHOPE, AL CITY OF 47908
Client requests NOT to receive the recurring services, as defined in the applicable agreement
with Tyler, set forth below (the “Cancelled Services”):
Online Record Search
Effective Date 7/31/2025
Client understands that it is losing the rights and benefits, and accepting the consequences,
summarized below:
Any Tyler obligations relating to the Cancelled Services, as set forth in the applicable
agreement with Tyler, will no longer apply;
Client may request that Tyler provide services equivalent to the Cancelled Services, and
if Tyler agrees to provide those services, they will be provided on a time and materials
basis at Tyler’s then-current rates;
If Client decides to reinstate Cancelled Services, Client will be required to repurchase
those services at Tyler’s then-current rates.
Tyler is dedicated to providing superior customer service to all our clients. In order to
improve our processes, we ask that you provide a reason for your discontinuance of
maintenance and support on the Cancelled Services by selecting one of the following:
___Don’t use
___Dissatisfied with product
___Dissatisfied with service
___Our decision is related to cost
___Other: __________________
_________________________________
Client Name
Page 240 of 243
_________________________________
Authorized Signature
_________________________________
Printed Name & Title
_________________________________
Date
PLEASE PRINT THIS PAGE - SIGN & REPLY TO THIS E-MAIL
Page 241 of 243
Discontinuance of Service: Prepared July 23, 2025
Fairhope, AL
c# 47908
Client requests NOT to participate in Annual Software Service on the following applications:
• Incode Court Online Component
o Service Period Last Invoiced: 8.1.25-7.31.26 Inv: 025-514580
o Effective Date 7.31.25
Client understands that per the T & C of their contract (31897) a 60-day written notice is required to
cancel online components.
The 60-day written notice takes effect upon the signature date below. Tyler has agreed to terminate
this portion of the contract in accordance with the 60-day notice term. All outstanding invoices,
including services through such date will need to be paid in full.
Client understands they are still liable for the per transaction fees through the cancellation date.
Invoices for these fees will be generated in the future, at the end of the quarter.
The undersigned agrees to the option selected above.
_________________________________
Client Name
_________________________________
Authorized Signature
_________________________________
Printed Name & Title
_________________________________
Date
Please return this form via email to: Liegh.puana@Tylertech.com
Page 242 of 243
Page 243 of 243