Loading...
08/12/2019Monday, August 12, 2019 9:00 AM City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 Main Library - Council Chambers Council Work Session Work Session Agenda August 12, 2019Council Work Session Work Session Agenda 1. Call to Order 2. Presentations August Service Awards2.1 3. Solid Waste Amend Appendix A, Clearwater Code of Ordinances, Schedule of Fees, Rates and Charges, Section XXIV, Public Works Fees, Rates and Charges (3)(c ) Solid Waste collection rates; (3)(d) Recycling rates; and (5) (b) Solid Waste Roll-Off Container and Receptacle service; to increase specific collection fees for Solid Waste and Recycling for the fiscal years 2020 through 2024, and pass Ordinance 9307-19 on first reading. 3.1 Authorize surplus disposition of G3669, G3948, and G3950 via auction to the highest bidder, pursuant to Clearwater Code of Ordinances Section 2.622, Surplus Personal Property, and authorize the appropriate officials to execute same. (consent) 3.2 4. Engineering Approve a decrease of residential and commercial Stormwater Utility rates by 8.5% per Equivalent Residential Unit (ERU) beginning October 1, 2019 and increases of residential and commercial Stormwater Utility rates by 0.5% ERU beginning October 1, 2020 and October 1, 2021; and pass Ordinance 9305-19 on first reading. 4.1 Approve the request from the owner of property addressed as 1572 Eunice Ln. to vacate the East 1.5 feet of a platted 30-foot Drainage Easement, lying over that portion of property described in Official Records Book 10868, Page 781, also being a portion of Lot 6, Brookhill Terrace, as recorded in Plat Book 49, Page 14, of the Public Records of Pinellas County, Florida, and pass Ordinance 9304-19 on first reading. 4.2 Approve the request from City of Clearwater to vacate the North portion of the 50 foot right-of-way of Meadow Lark Lane (also known as Meadowlark Lane) in Revised Map, Town of Bay View, as recorded in Plat Book H6, Page 23, of the Public Records of Hillsborough County, Florida, of which Pinellas County was once a part; lying South of Gulf to Bay Boulevard (State Road 60) and North of a line located parallel and 330 feet South of the East/West Centerline of Section 16, Township 29 South, Range 16 East, also being the centerline of Gulf to Bay Boulevard (State Road 60); less the 25 foot-wide portion previously vacated as recorded in Official Records Book 19332, Page 1499 of the Public Records of Pinellas County, Florida, and pass Ordinance 9306-19 on first reading. 4.3 Page 2 City of Clearwater Printed on 8/10/2019 August 12, 2019Council Work Session Work Session Agenda Accept a Water Line Easement from FDC Clearwater SPE, LLC for the construction, installation and maintenance of city water lines on real property located at 1551 Flournoy Circle W., Clearwater and adopt Resolution 19-24. 4.4 Award Request for Proposals Number 29-19 (RFP 29-19), Aquatic Sites Invasive Species Maintenance, to Aquatic Systems, Inc., of Pompano Beach, FL, for the maintenance of city-owned lakes, ponds, wetlands, and mitigation sites, in the annual not-to-exceed amount of $167,762, with three, one-year extensions at the City’s discretion and authorize the appropriate officials to execute same. (consent) 4.5 Accept an Access Easement from Drs. Kiran and Pallavi Patel 2017 Foundation for Global Understanding, Inc., for vehicular and pedestrian access rights across the easement premises to the adjacent city owned property otherwise known as Coopers Point and adopt Resolution 19-25. 4.6 Approve the final plat for Union Place, physically located at 1625 Union Street. (consent) 4.7 Approve the final plat for Towns at Spring Lake, physically located at 1895 Virginia Avenue. (consent) 4.8 Approve Change Order 1 to David Nelson Construction Company of Clearwater, FL, for the Seminole Street Boat Ramp/North Marina District Improvements (16-0020-PL) in the amount of $358,275.99 and authorize the appropriate officials to execute same. (consent) 4.9 5. City Manager Approve a recommendation by the Public Art & Design Board for the commission of a public art installation for the Morningside Recreation Complex located at 2400 Harn Boulevard, as designed by Guy Kemper for a total cost of $36,052.50; and authorize the appropriate officials to execute same. (consent). 5.1 6. Economic Development and Housing Page 3 City of Clearwater Printed on 8/10/2019 August 12, 2019Council Work Session Work Session Agenda Declare surplus for the purpose of sale, through Request for Proposals 48-19, real property located at the northwest corner of Grant Street and North Martin Luther King, Jr. Blvd., legally described as Lots 6, 7 and 8, Block B, First Addition to Norwood, according to the map or plat thereof as recorded in Plat Book 5, Page 79 of the Public Records of Pinellas County, Florida and real property located at 1415 Taft Avenue, legally described as Lot 16, Block 1 Lincoln Place Addition to Clearwater Florida according to the plat thereof, as recorded in Plat Book 3, Page 17, of the Public Records of Pinellas County, Florida whereby the successful proposal meets the terms set by Council. (APH) SUMMARY: 6.1 7. Parks and Recreation Declare approximately 85,000 square feet of used artificial turf and 38,000 pounds of rubber surplus to the needs of the City and donate to Pinellas County School Board in accordance with Code of Ordinances Section 2.621 Sale of Surplus Property and authorize the appropriate officials to execute same. (consent) 7.1 Award Request for Proposals 33-19, Food and Beverage Concession Services, to Kinney’s Kitchen, LLC, for concession services at Eddie C. Moore Softball Complex, for the period August 2019 through July 2022, with the option of one three-year renewal term and authorize the appropriate officials to execute same. (consent) 7.2 8. Fire Department Approve an agreement between Pinellas County and City of Clearwater to provide Emergency Medical Services ALS First Responder services to the Clearwater Fire District and authorize the appropriate officials to execute same. (consent) 8.1 Approve the Fire Protection Services Agreement between Pinellas County Fire Protection Authority and City of Clearwater for a five-year term extending through September 30, 2024 and authorize the appropriate officials to execute same. (consent) 8.2 9. Planning Presentation of the 2019 Spring Break free park and ride program.9.1 10. Public Utilities Page 4 City of Clearwater Printed on 8/10/2019 August 12, 2019Council Work Session Work Session Agenda Authorize a blanket purchase order to Huber Technology, Inc. of Huntersville, NC, for the purchase of barscreen replacement parts and services, in the annual not-to-exceed amount of $100,000, with option for two one-year term extensions, pursuant to Clearwater Code of Ordinances Section 2.564 Exceptions to Bidding and authorize the appropriate officials to execute same. (consent) 10.1 Authorize the award of Invitation to Bid 34-19, Biosolids Management Services, to T. Wayne Hill Trucking, Inc of Bartow, FL, in the annual not-to-exceed amount of $590,000 with two one-year extensions at the City’s discretion and authorize the appropriate officials to execute same. (consent) 10.2 11. Legal Request for authority to settle the case of Milagros Medina v. City of Clearwater, Case No. 16-00004-CI for $180,000.00. (consent) 11.1 12. City Manager Verbal Reports Declare miscellaneous furniture, minor equipment, and fixtures, surplus to the needs of the City for disposition in accordance with Clearwater Code of Ordinances 2.621 Sale of Surplus Personal Property and authorize the appropriate officials to execute same. (consent) 12.1 Imagine Clearwater12.2 13. City Attorney Verbal Reports 14. Council Discussion Item 5G Small Cell Technology - Councilmember Allbritton14.1 15. New Business (items not on the agenda may be brought up asking they be scheduled for subsequent meetings or work sessions in accordance with Rule 1, Paragraph 2). 16. Closing Comments by Mayor 17. Adjourn 18. Presentation(s) for Council Meeting August Service Awards18.1 Page 5 City of Clearwater Printed on 8/10/2019 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6530 Agenda Date: 8/12/2019 Status: Agenda ReadyVersion: 1 File Type: PresentationIn Control: Council Work Session Agenda Number: 2.1 SUBJECT/RECOMMENDATION: August Service Awards SUMMARY: 5 Years of Service Seth Eigenmann Engineering/Parking Patrick Shackton Gas Lisa Baughman Library Vicki Sugar Library Christopher Brown Gas Tina Burdo Utility Customer Service Matthew Smith Legal 10 Years of Service Mary Beth Setter Finance 15 Years of Service Milisa Harris Human Resources Dzavit Lika Library Sam Elliott Public Utilities Timothy Ferlanie Public Utilities Blaise Sciarra Fire Robert Palisi Fire Robert Lee Fire 20 Years of Service Theroun Winston Solid Waste Steve Berenguer Public Utilities Rodgerick Scott Public Utilities 25 Years of Service Thomas Wiggins Engineering/Stormwater Erick Swinton Solid Waste Page 1 City of Clearwater Printed on 8/10/2019 File Number: ID#19-6530 Page 2 City of Clearwater Printed on 8/10/2019 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: 9307-19 Agenda Date: 8/12/2019 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: Solid Waste/General Services Agenda Number: 3.1 SUBJECT/RECOMMENDATION: Amend Appendix A, Clearwater Code of Ordinances, Schedule of Fees, Rates and Charges, Section XXIV, Public Works Fees, Rates and Charges (3)(c ) Solid Waste collection rates; (3) (d) Recycling rates; and (5)(b) Solid Waste Roll-Off Container and Receptacle service; to increase specific collection fees for Solid Waste and Recycling for the fiscal years 2020 through 2024, and pass Ordinance 9307-19 on first reading. SUMMARY: Earlier this year Stantec Consulting Services Inc. of Tampa, FL performed a rate sufficiency analysis on the City’s Solid Waste and Recycling Utility Enterprise Fund. Stantec conducted similar studies during 2014 and 2017. The objectives for this study included evaluation of the utility’s current rates and identifying a new multi-year plan of increases that provides sufficient revenues to fund operations and maintenance costs, capital improvement costs, adjustments to scenarios evaluated in prior studies related to timing and costs, and to ensure adequate operating reserves over the entire five year planning period (Fiscal Year 2020 - Fiscal Year 2024) and ten year projection period (Fiscal Year 2025 - Fiscal Year 2029). Staff provided historical and budgeted financial information for the utility, assumptions regarding growth, interest earning rates, and policies affecting the utility to Stantec for the study. Based on Stantec’s study and analysis of rate increase scenarios discussed with staff, it is recommended that fees for Solid Waste and Recycling be increased by 3.75% for the fiscal years 2020 through 2024. Residential solid waste and recycling rates will increase as follows: Current Rate 10/1/2019 10/1/2020 10/1/2021 10/1/2022 10/1/2023 Solid Waste $28.80 $29.88 $31.00 $32.16 $33.37 $34.62 Recycling $ 2.92 $ 3.03 $ 3.14 $ 3.26 $ 3.38 $ 3.51 Total $31.72 $32.91 $34.14 $35.42 $36.75 $38.13 Appendix A of the Code of Ordinances currently contains a listing of various residential, commercial and roll-off collection fees for Solid Waste and Recycling. Therefore, staff is recommending that the Appendix A of the Code of Ordinances be amended to increase rates in accordance with the attached rate study prepared by Stantec. Page 1 City of Clearwater Printed on 8/10/2019 File Number: 9307-19 Page 2 City of Clearwater Printed on 8/10/2019 ORDINANCE NO. 9307-19 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE CLEARWATER CODE OF ORDINANCES - APPENDIX A, SCHEDULE OF FEES, RATES AND CHARGES, ARTICLE XXV, PUBLIC WORKS-FEES, RATES AND CHARGES, SECTIONS (3)(C) SOLID WASTE COLLECTION RATES, (3)(D) RECYCLING, AND (5) OTHER MISCELLANEOUS CHARGES; PROVIDING AN EFFECTIVE DATE. WHEREAS, the Solid Waste/General Services Department (the Department) desires to comply with the 2019 Stantec Consulting Services Inc. Revenue Sufficiency Analysis rate recommendations and to establish fair and reasonable fees, rates and service charges based on the cost to serve the various classes of customers, as detailed by the proposed changes to Appendix A, Schedule of Fees, Rates, and Charges, Article XXV, Public Works Fees, Rates, and Charges, Sections (3)(c) through (5)(b)(ii)(7) of this ordinance; now therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. That Appendix A, Schedule of Fees, Rates, and Charges, Article XXIV Public Works--Fees, Rates, and Charges, Section (3)(c) Solid Waste Collection Rates be amended by adding the underlined language and deleting the stricken language as follows: XXV. PUBLIC WORKS—FEES, RATES AND CHARGES ********* (3) Rates: ********* (c) Solid waste collection rates. 1. Effective January 11, 2016, solid waste collection in prescribed containers will be once weekly. a. Single-family, multiple-family dwellings, and commercial buildings unable to have commercial container service: (i) Curbside pickup: One residential refuse container will… Ordinance No. 9307-19 2 Effective 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 Each living unit, minimum $24.869.88 $25.7931.00 $26.7632.16 $27.7633.37 $28.8034.62 Each additional container (multiple- family, commercial, or refusal of assessment) 24.869.88 25.7931.00 26.7632.16 27.7633.37 28.8034.62 Each additional container (single- family with assessment) 7.468.96 7.749.30 8.039.65 8.3310.01 8.6410.39 (ii) Side or rear yard... Effective 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 Each living unit $49.7259.76 $51.5862.00 $53.5264.32 $55.5266.74 $57.6069.24 Each additional container 17.3620.92 18.0521.70 18.7322.51 19.4323.36 20.1624.23 Ordinance No. 9307-19 3 (iii) Base charge: ... Effective 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 Each account, minimum $8.289.96 $8.6010.33 $8.9210.72 $9.2511.12 $9.6011.54 (iv) Service outside of the municipal ... b. Motels, apartment motels, ... (i) Curbside pickup: First living unit, minimum Effective 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 $24.869.88 $25.7931.00 $26.7632.16 $27.7633.37 $28.8034.62 All additional living units, per unit Effective 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 $13.034.94 $12.905.50 $13.386.08 $13.886.69 $14.407.31 (ii) Side or rear yard premium service: First living unit, minimum Effective 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 $49.7259.76 $51.5862.00 $53.5264.32 $55.5266.74 $57.6069.24 Ordinance No. 9307-19 4 All additional living units, per unit Effective 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 $24.869.88 $25.7931.00 $26.7632.16 $27.7633.37 $28.8034.62 c. Motels, apartment motels, or apartments … d. Commercial buildings of … (i) Residential refuse container service: … Effective 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 $24.869.88 $25.7931.00 $26.7632.16 $27.7633.37 $28.8034.62 (ii) Residential refuse container service: Side or rear yard premium service, per container Effective 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 $49.7259.76 $51.5862.00 $53.5264.32 $55.5266.74 $57.6069.24 2. Monthly charges for daily commercial (except Saturday, Sunday and holidays) collection for solid waste in prescribed containers (no larger than 32 gallons with maximum weight of 50 pounds). a. Curbside pickup: (i) Per container Effective 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 $65.0578.20 $67.4981.13 $70.0284.17 $72.6587.33 $75.3790.60 Ordinance No. 9307-19 5 (ii) Each additional container, each day Effective 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 $3.61 $3.1175 $3.2389 $3.354.04 $3.484.19 b. Side or rear yard premium service: (i) Per container: Effective 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 $130.1056.40 $134.9862.26 $140.0468.34 $145.3074.66 $150.7481.20 (ii) Each additional container, each day Effective 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 $7.22 $6.227.50 $6.467.78 $6.708.08 $6.968.38 c. Commercial containers: (i) Uncompacted commercial: Fiscal Year 201520 Effective Date 10/1/201419 Size Times per Week Pickup (cubic yard)1 2 3 4 5 6 7 1 $63.8376.71 $115.75139.14 $166.11199.69 $229.44275.81 $303.30364.59 $440.34529.32 $504.19606.10 2 115.82139.23 211.56254.31 307.31369.41 423.13508.64 563.27677.10 828.56996.02 944.371,135.22 3 149.81180.09 273.73329.04 397.64478.00 547.53658.18 728.84876.14 1,072.161,288.84 1,241.951,468.89 4 179.95216.32 331.98399.07 484.05581.87 668.03803.05 890.561,070.55 1,311.871,577.00 1,491.821,793.32 5 180.25216.68 360.43433.27 540.65649.90 758.64911.96 1,022.411,229.04 1,521.731,829.26 1,701.942,045.91 6 243.36292.54 451.71543.00 660.09793.48 912.161,096.51 1,326.691,594.81 1,794.482,157.14 2,037.842,449.68 8 307.25369.34 572.00687.59 836.771,005.89 1,157.061,390.91 1,544.571,856.72 1,857.752,233.21 2,154.142,589.49 Ordinance No. 9307-19 6 Fiscal Year 201621 Effective Date 10/1/201520 Size Times per Week Pickup (cubic yard)1 2 3 4 5 6 7 1 $66.2179.59 $120.09144.36 $172.34207.18 $238.04286.15 $314.67378.26 $456.85549.17 $523.10628.83 2 120.16144.45 219.49263.85 318.83383.26 439.00527.71 584.39702.49 859.631,033.37 979.781,177.79 3 155.43186.84 283.99341.38 412.55495.93 568.06682.86 756.17909.00 1,112.371,337.17 1,267.771,523.97 4 186.70224.43 344.43414.04 502.20603.69 693.08833.16 923.961,110.70 1,361.071,636.14 1,547.761,860.57 5 187.01224.81 373.95449.52 560.92674.27 787.09946.16 1,060.751,275.13 1,578.791,897.86 1,765.762,122.63 6 252.49303.51 468.65563.36 684.84823.24 946.371,137.63 1,376.441,654.62 1,861.772,238.03 2,114.262,541.54 8 318.77383.19 593.45713.37 868.151,043.61 1,200.451,443.07 1,602.491,926.35 1,927.422,316.96 2,234.922,686.60 Fiscal Year 201722 Effective Date 10/1/201621 Size Times per Week Pickup (cubic yard)1 2 3 4 5 6 7 1 $68.6982.57 $124.59149.77 $178.80214.95 $246.97296.88 $326.47392.44 $473.98569.76 $542.72652.41 2 124.67149.87 227.72273.74 330.79397.63 455.46547.50 606.30728.83 891.871,072.12 1,016.521,221.96 3 161.26193.85 294.64354.18 428.02514.53 589.36708.47 784.53943.09 1,154.081,387.31 1,315.311,581.12 4 193.70232.85 357.35429.57 521.03626.33 719.07864.40 958.611,152.35 1,412.111,697.50 1,605.801,930.34 5 194.02233.24 387.97466.38 581.95699.56 816.61981.64 1,100.531,322.95 1,637.991,969.03 1,831.982,202.23 6 261.96314.89 486.22584.49 710.52854.11 981.861,180.29 1,428.061,716.67 1,931.592,321.96 2,193.542,636.85 8 330.72397.56 615.70740.12 900.711,082.75 1,245.471,497.19 1,662.581,998.59 1,999.702,403.85 2,318.732,787.35 Fiscal Year 201823 Effective Date 10/1/201722 Size Times per Week Pickup (cubic yard)1 2 3 4 5 6 7 1 $71.2785.67 $129.26155.39 $185.51223.01 $256.23308.01 $338.71407.16 $491.75591.13 $563.07676.88 2 129.35155.49 236.26284.01 343.19412.54 472.54568.03 629.04756.16 925.321,112.32 1,054.641,267.78 3 167.31201.12 305.69367.46 444.07533.82 611.46735.04 813.95978.46 1,197.361,439.33 1,364.631,640.41 4 200.96241.58 370.75445.68 540.57649.82 746.04896.82 994.561,195.56 1,465.061,761.16 1,666.022.002.73 5 201.30241.99 402.52483.87 603.77725.79 847.231.018.45 1,141.801,372.56 1,699.412,042.87 1,900.682,284.81 6 271.78326.70 504.45606.41 737.16886.14 1,018.681,224.55 1,481.611,781.05 2,004.022,409.03 2,275.802,735.73 8 343.12412.47 638.79767.87 934.491,123.35 1,292.181,553.33 1,724.932,073.54 2,074.692,493.99 2,405.682,891.88 Fiscal Year 201924 Effective Date 10/1/201823 Size Times per Week Pickup (cubic yard)1 2 3 4 5 6 7 1 $73.9488.88 $134.11161.22 $192.47231.37 $265.84319.56 $351.41422.43 $510.19613.30 $584.19702.26 2 134.20161.32 245.12294.66 356.06428.01 490.26589.33 652.63784.52 960.021,154.03 1,094.191,315.32 Ordinance No. 9307-19 7 3 173.58208.66 317.15381.24 460.72553.84 634.39762.60 844.471,015.15 1,242.261,493.30 1,415.801,701.93 4 208.50250.64 384.65462.39 560.84674.19 774.02930.45 1,031.861,240.39 1,520.001,827.20 1,728.502.077.83 5 208.85251.06 417.61502.02 626.41753.01 879.001.056.64 1,184.621,424.03 1,763.142,119.48 1,971.962,370.49 6 281.97338.94 523.37629.15 764.80919.37 1,056.881,270.47 1,537.171,847.84 2,079.172,499.37 2,361.142,838.32 8 355.99427.94 662.74796.67 969.531,165.48 1,340.641,611.58 1,789.612,151.30 2,152.492,587.51 2,495.893,000.33 (ii) No new one-yard commercial containers shall be provided after January 3, 1991. EXTRA DUMP CHARGES (Collection charge for picking up an uncompacted container over the stated times per week, per collection.) Fiscal Year 201520 201621 201722 201823 201924 Effective Date 10/01/201419 10/01/201520 10/01/201621 10/01/201722 10/01/201823 Size (Cubic Yard) 1 $14.737.70 $15.288.36 $15.859.05 $16.449.76 $17.0620.50 2 26.7232.12 27.7233.32 28.7634.57 29.8435.87 30.967.22 3 34.5741.57 35.8743.13 37.2244.75 38.6246.43 40.0748.17 4 41.529.92 43.0851.79 44.7053.73 46.3855.74 48.1257.83 5 41.6050.01 43.1651.89 44.7853.84 46.4655.86 48.2057.95 6 56.1667.52 58.2770.05 60.4672.68 62.7375.41 65.0878.24 8 70.9185.24 73.5788.44 76.3391.76 79.1995.20 82.1698.77 (iii) Compacted commercial: Fiscal Year 201520 Effective Date 10/1/201419 Size Times per Week Pickup (cubic yard)1 2 3 4 5 6 7 1 $135.54162.93 $271.06325.84 $406.55488.72 $570.53685.83 $768.89924.28 $1,144.371,375.63 $2,124.682,554.08 2 231.70278.52 463.40557.06 695.07835.55 975.381,172.51 1,314.491,580.14 1,956.442,351.84 2,321.572,790.75 3 327.89394.17 655.73788.25 983.561,182.34 1,380.211,659.15 1,860.082,236.00 2,768.503,328.01 3,284.893,948.77 4 424.12509.83 848.211,019.63 1,272.311,529.44 1,785.382,146.20 2,406.132,892.40 3,581.224,304.99 4,249.655,108.50 6 616.37740.93 1,232.721,481.86 1,849.072,222.77 2,594.713,119.10 3,496.864,203.57 5,204.636,256.48 6,176.107,424.29 8 808.68972.12 1,617.391,944.26 2,426.042,916.35 3,404.434,092.46 4,588.055,515.29 5,518.316,633.57 7,366.318,855.04 Fiscal Year 201621 Effective Date 10/1/201520 Size Times per Week Pickup (cubic yard)1 2 3 4 5 6 7 1 $140.62169.04 $281.22338.06 $421.80507.05 $591.92711.55 $797.72958.94 $1,187.281,427.22 $2,204.362,649.86 2 240.39288.96 480.78577.95 721.14866.88 1,011.961,216.48 1,363.781,639.40 2,029.812,440.03 2,408.632,895.40 Ordinance No. 9307-19 8 3 340.19408.95 680.32817.81 1,020.441,226.68 1,431.971,721.37 1,929.832,319.85 2,872.323,452.81 3,408.074,096.85 4 440.02528.95 880.021,057.87 1,320.021,586.79 1,852.332,226.68 2,496.363,000.87 3,715.524,466.43 4,409.015,300.07 6 639.48768.71 1,278.951,537.43 1,918.412,306.12 2,692.013,236.07 3,627.994,361.20 5,399.806,491.10 6,407.707,702.70 8 839.011,008.57 1,678.042,017.17 2,517.023,025.71 3,532.104,245.93 4,760.105,722.11 5,725.256,882.33 7,642.559,187.10 Fiscal Year 201722 Effective Date 10/1/201621 Size Times per Week Pickup (cubic yard)1 2 3 4 5 6 7 1 $145.89175.38 $291.77350.74 $437.62526.06 $614.12738.23 $827.63994.90 $1,231.801,480.74 $2,287.022,749.23 2 249.40299.80 498.81599.62 748.18899.39 1,049.911,262.10 1,414.921,700.88 2,105.932,531.53 2,498.953,003.98 3 352.95424.29 705.83848.48 1,058.711,272.68 1,485.671,785.92 2,002.202,406.84 2,980.033,582.29 3,535.874,250.48 4 456.52548.79 913.021,097.54 1,369.521,646.29 1,921.792,310.18 2,589.973,113.40 3,854.854,633.92 4,574.355,498.82 6 663.46797.54 1,326.911,595.08 1,990.352,392.60 2,792.963,357.42 3,764.044,524.75 5,602.296,734.52 6,647.997,991.55 8 870.471,046.39 1,740.972,092.81 2,611.413,139.17 3,664.554,405.15 4,938.605,936.69 5,939.957,140.42 7,929.159,531.62 Fiscal Year 201823 Effective Date 10/1/201722 Size Times per Week Pickup (cubic yard)1 2 3 4 5 6 7 1 $151.36181.96 $302.71363.89 $454.03545.79 $637.15765.91 $858.671,032.21 $1,277.991,536.27 $2,372.782,852.33 2 258.75311.04 517.52622.11 776.24933.12 1,089.281,309.43 1,467.981,764.66 2,184.902,626.46 2,592.663,116.63 3 366.19440.20 732.30880.30 1,098.411,320.41 1,541.381,852.89 2,077.282,497.10 3,091.783,716.63 3,668.474,409.87 4 473.64569.37 947.261,138.70 1,420.881,708.03 1,993.862,396.81 2,687.093,230.15 3,999.414,807.69 4,745.895,705.03 6 688.34827.45 1,376.671,654.90 2,064.992,482.32 2,897.703,483.32 3,905.194,694.43 5,812.386,987.06 6,897.298,291.23 8 903.111,085.63 1,806.262,171.29 2,709.343,256.89 3,801.974,570.34 5,123.806,159.32 6,162.707,408.19 8,226.499,889.06 Fiscal Year 201924 Effective Date 10/1/201823 Size Times per Week Pickup (cubic yard)1 2 3 4 5 6 7 1 $157.04188.78 $314.06377.54 $471.06566.26 $661.04794.63 $890.871,070.92 $1,325.911,593.88 $2,461.762,959.29 2 268.45322.70 536.93645.44 805.35968.11 1,130.131,358.53 1,523.031,830.83 2,266.832,724.95 2,689.883,233.50 3 379.92456.71 759.76913.31 1,139.601,369.93 1,599.181,922.37 2,155.182,590.74 3,207.723,856.00 3,806.044,575.24 4 491.40590.72 982.781,181.40 1,474.161,772.08 2,068.632,486.69 2,787.863,351.28 4,149.394,987.98 4,923.865,918.97 6 714.15858.48 1,428.301,716.96 2,142.432,575.41 3,006.363,613.94 4,051.634,870.47 6,030.347,249.07 7,155.948,602.15 8 936.981,126.34 1,873.992,252.71 2,810.943,379.02 3,944.544,741.73 5,315.946,390.29 6,393.807,686.00 8,534.9810,259.90 EXTRA DUMP CHARGES (Collection charge for picking up an uncompacted container over the stated times per week, per collection.) Ordinance No. 9307-19 9 Fiscal Year 201520 201621 201722 201823 201924 Effective Date 10/01/201419 10/01/201520 10/01/201621 10/01/201722 10/01/201823 Size (Cubic Yard) 1 $31.287.60 $32.459.01 $33.6740.47 $34.9341.99 $36.2443.56 2 53.4864.29 55.4966.70 57.5769.20 59.7371.80 61.9774.49 3 75.6690.95 78.5094.36 81.4497.90 84.49101.57 87.66105.38 4 99.07119.09 102.7923.56 106.6428.19 110.6433.00 114.7937.99 6 142.57171.40 147.9277.83 153.4784.50 159.2391.42 165.2098.60 8 186.62224.34 193.62232.75 200.8841.48 208.4150.54 216.2359.94 3. The charge for the collection and disposal of loose trash or garbage shall be as specified below: a. Disposal fees will be charged to the customer at the current market rate (i.e., the same rate at which the city is charged). b. Time charges: Effective 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 For time on the site, up to 15 minutes $57.0268.55 $59.1671.12 $61.3873.79 $63.6876.56 $66.0779.43 Each additional minute, after 15 minutes $3.794.55 $3.934.72 $4.084.90 $4.235.08 $4.395.27 4. Each single-family or multi-family dwelling… 5. Only city-owned waste receptacles, utilized by… (d) Recycling. 1. Recovered materials dealer annual application fee (effective 10/1/2007) .....$57.50 2. Curbside recycling: a. Monthly charges for curbside service for once-weekly collection for each living unit: Effective Ordinance No. 9307-19 10 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 $2.523.03 $2.613.14 $2.713.26 $2.813.38 $2.923.51 b. Charge for replacement of… c. Special collection of recyclables... d. Service outside of the municipal limits... 3. Monthly charges for once-weekly collection of recyclables at each multi-family complex, per living unit: Effective 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 $1.882.26 $1.952.34 $2.022.43 $2.102.52 $2.182.61 4. Commercial recycling: a. Service with commercial container (uncompacted). i. Cardboard recycling: Fiscal Year 201620 Effective Date 10/1/201519 Size Times per Week Pickup (cubic yard)1 2 3 4 5 2 $29.4934.18 $53.8862.44 $79.6092.23 $107.7824.87 $143.4666.22 3 38.1644.21 69.7180.76 101.2617.33 139.2561.34 185.63215.07 4 45.8453.11 84.5797.98 123.3042.86 170.1497.14 226.8462.84 6 61.9871.81 115.0633.31 168.1394.80 232.3369.19 310.0259.20 8 78.2690.67 145.7068.81 213.1246.93 294.70341.46 393.41455.83 Fiscal Year 201721 Effective Date 10/1/201620 Size Times per Week Pickup (cubic yard)1 2 3 4 5 2 $30.605.46 $55.9064.78 $82.5995.69 $111.8229.55 $148.8472.45 Ordinance No. 9307-19 11 3 39.5945.87 72.3283.79 105.0621.73 144.4767.39 192.59223.14 4 47.5655.10 87.74101.65 127.9248.22 176.52204.53 235.3572.70 6 64.3074.50 119.3738.31 174.43202.11 241.0479.28 321.6572.67 8 81.1994.07 151.1675.14 221.1156.19 305.7554.26 408.1672.92 Fiscal Year 201822 Effective Date 10/1/201721 Size Times per Week Pickup (cubic yard)1 2 3 4 5 2 $31.756.79 $58.0067.21 $85.6999.28 $116.0134.41 $154.4278.92 3 41.077.59 75.0386.93 109.0026.29 149.8973.67 199.81231.51 4 49.3457.17 91.03105.46 132.7253.78 183.14212.20 244.1882.93 6 66.7177.29 123.8543.50 180.97209.69 250.0889.75 333.7186.65 8 84.2397.60 156.8381.71 229.4065.80 317.2267.54 423.4790.65 Fiscal Year 201923 Effective Date 10/1/201822 Size Times per Week Pickup (cubic yard)1 2 3 4 5 2 $32.948.17 $60.189.73 $88.90103.00 $120.3639.45 $160.2185.63 3 42.619.37 77.8490.19 113.0931.03 155.5180.18 207.3040.19 4 51.199.31 94.44109.41 137.7059.55 190.01220.16 253.3493.54 6 69.2180.19 128.4948.88 187.76217.55 259.46300.62 346.22401.15 8 87.39101.26 162.7188.52 238.0075.77 329.1281.32 439.35509.05 Fiscal Year 2024 Effective Date 10/1/2023 Size Times per Week Pickup (cubic yard)1 2 3 4 5 2 $39.60 $72.34 $106.86 $144.68 $192.59 3 51.22 93.57 135.94 186.94 249.20 4 61.53 113.51 165.53 228.42 304.55 6 83.20 154.46 225.71 311.89 416.19 8 105.06 195.59 286.11 395.62 528.14 Ordinance No. 9307-19 12 ii.Mixed recycling (single stream) Fiscal Year 201620 Effective Date 10/1/201519 Size Times per Week Pickup (cubic yard)1 2 3 4 5 2 $41.287.84 $75.4387.39 $111.4429.13 $150.8874.82 $200.8432.70 3 53.4261.90 97.60113.09 141.7664.26 194.96225.89 259.88301.11 4 64.1774.36 118.3937.18 172.61200.00 238.1975.98 317.5767.96 6 86.77100.53 161.0786.63 235.3872.73 325.2676.86 434.02502.89 8 109.5626.94 203.9736.33 298.36345.70 412.5878.03 550.77638.15 Fiscal Year 201721 Effective Date 10/1/201620 Size Times per Week Pickup (cubic yard)1 2 3 4 5 2 $42.839.63 $78.2690.67 $115.6233.97 $156.5481.38 $208.3741.43 3 55.4264.22 101.2617.33 147.0870.42 202.2734.36 269.63312.40 4 66.5877.15 122.8342.32 179.08207.50 247.1286.33 329.4881.76 6 90.02104.30 167.1193.63 244.2182.96 337.4690.99 450.30521.75 8 113.6731.70 211.6245.19 309.5558.66 428.0595.96 571.42662.08 Fiscal Year 201822 Effective Date 10/1/201721 Size Times per Week Pickup (cubic yard)1 2 3 4 5 2 $44.4451.49 $81.1994.07 $119.9638.99 $162.4188.18 $216.1850.48 3 57.5066.63 105.0621.73 152.6076.81 209.8643.15 279.74324.12 4 69.0880.04 127.4447.66 185.80215.28 256.3997.07 341.8496.08 6 93.40108.21 173.38200.89 253.3793.57 350.11405.65 467.19541.32 8 117.9336.64 219.5654.38 321.1672.11 444.10514.56 592.85686.91 Fiscal Year 201923 Ordinance No. 9307-19 13 Effective Date 10/1/201822 Size Times per Week Pickup (cubic yard)1 2 3 4 5 2 $46.1153.42 $84.2397.60 $124.4644.20 $168.5095.24 $224.2959.87 3 59.6669.13 109.0026.29 158.3283.44 217.7352.27 290.23336.27 4 71.6783.04 132.2253.20 192.77223.35 266.00308.21 354.66410.93 6 96.90112.27 179.88208.42 262.87304.58 363.24420.86 484.71561.62 8 122.3541.76 227.7963.92 333.2086.06 460.75533.86 615.08712.67 Fiscal Year 2024 Effective Date 10/1/2023 Size Times per Week Pickup (cubic yard)1 2 3 4 5 2 $55.42 $101.26 $149.61 $202.56 $269.62 3 71.72 131.03 190.32 261.73 348.88 4 86.15 158.95 231.73 319.77 426.34 6 116.48 216.24 316.00 436.64 582.68 8 147.08 273.82 400.54 553.88 739.40 b. Service with semi-automated carts: i.Cluster of 1, 2, 3 or 4 carts with once-weekly collection: Fiscal Year Beginning 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 $32.288.80 $33.4940.26 $34.7541.77 $36.0543.34 $37.4044.97 ii.Each additional cluster: Fiscal Year Beginning 10/1/201419 10/1/201520 10/1/201621 10/1/201722 10/1/201823 $32.288.80 $33.4940.26 $34.7541.77 $36.0543.34 $37.4044.97 ********* ********* Section 2. That Appendix A, Schedule of Fees, Rates, and Charges, Article XXV Public Works--Fees, Rates, and Charges, Section (5) Other Miscellaneous Charges be amended by adding the underlined language and deleting the stricken language as follows: XXV. PUBLIC WORKS—FEES, RATES AND CHARGES Ordinance No. 9307-19 14 ********* (5) Other miscellaneous charges: ********* (b) Solid waste roll-off container or waste receptacle service: ********* (ii) Public service fees: ********* 2. Pull charges. A pull being the hauling, dumping and returning of a roll-off container or compactor for one round trip: In the City of Clearwater Roll-Off or Compactor Size Effective 10/1/201419 Effective 10/1/201520 Effective 10/1/201621 Effective 10/1/201722 Effective 10/1/201823 10 or 20 yard, per pull $117.7341.52 $122.1446.83 $126.7252.34 $131.4758.05 $136.4063.98 30 yard, per pull $123.3348.25 $127.9553.81 $132.7559.58 $137.7365.56 $142.8971.77 40 yard, per pull $128.9555.02 $133.7960.83 $138.8166.86 $144.0273.12 $149.4279.61 Outside the City Limits of Clearwater and within Pinellas County Roll-Off or Compactor Size Effective 10/1/201419 Effective 10/1/201520 Effective 10/1/201621 Effective 10/1/201722 Effective 10/1/201823 10 or 20 yard, per pull $137.7465.59 $142.9171.80 $148.2778.24 $153.8384.82 $159.6091.85 30 yard, per pull $144.3073.45 $149.7179.95 $155.3286.70 $161.1493.70 $167.18200.96 40 yard, per pull $150.8681.36 $156.5288.16 $162.3995.22 $168.48202.54 $174.80210.14 ********* Section 3. That Appendix A, Schedule of Fees, Rates, and Charges, Article XXV Public Works--Fees, Rates, and Charges, Section (5) Other Miscellaneous Charges be amended by adding the underlined language and deleting the stricken language as follows: Ordinance No. 9307-19 15 XXV. PUBLIC WORKS—FEES, RATES AND CHARGES ********* (5) Other miscellaneous charges: ********* (b) Solid waste roll-off container or waste receptacle service: ********* (ii) Public service fees: ********* 5. Other service charges. a. Rental……………………………………………. $4.90 A (effective 10/1/2015) : per day rental charge will be assessed for containers not pulled and dumped a minimum of once each month. Daily rental charge Effective 10/1/2019 Effective 10/1/2020 Effective 10/1/2021 Effective 10/1/2022 Effective 10/1/2023 $5.78 $6.00 $6.22 $6.46 $6.70 ********* ********* ********* Section 4. Upon adoption, this ordinance shall take effect on October 1, 2019. PASSED ON FIRST READING _____________________ PASSED ON SECOND AND FINAL _____________________ READING AND ADOPTED ___________________________ George N. Cretekos Mayor Ordinance No. 9307-19 16 Approved as to form: Attest: ______________________________________________________ Michael Fuino Rosemarie Call Assistant City Attorney City Clerk City of Clearwater, FL Solid Waste & Recycling Revenue Sufficiency Analysis Financial Planning & Rate-Setting History City’s practice – adopt multi-year rate plans Current approved plan of 3.75% expired in FY 2019 City conducts annual or bi-annual revenue sufficiency studies for all its utility funds Validate, revise, and/or develop plans as needed Interactive model & decision support Key Challenges $540K6.0% Annual Rate Increases at Pinellas County landfill -13% Increase in Personnel Costs per Compensation & Classification Study Reduction in Roll off revenues $16M Funding of Transfer Station Financial Plan Summary Financial Plan Fiscal Year FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 Rate Adjustment 3.75%3.75%3.75%3.75%3.75% Monthly Bill $32.91 $34.14 $35.42 $36.75 $38.13 $ Change $1.19 $1.23 $1.28 $1.33 $1.38 Operating Fund CIP Spending Revenues vs. Expenses CIP Funding $0.0M $10.0M $20.0M $30.0M $40.0M 18 19 20 21 22 23 24 Current Plan Target $0.0M $10.0M $20.0M $30.0M $40.0M 19 20 21 22 23 24 O&M Cash In Cash Out BelleairCity of TampaClearwaterSt. PetersburgGulfportLargoDunedinHillsborough County OldsmarPasco CountyPinellas Park $- $ 5 $ 10 $ 15 $ 20 $ 25 $ 30 $ 35 $ 40 FY 19 & FY 20 Residential Solid Waste & Recycling BillLocal Cost Comparison Note: The bill comparisons presented on this survey do not consider frequency of trash and recycling pick up service or additional sanitation services/charges provided by each community. The level of service provided varies significantly by community. Recommendations Summary •Approve a new 5-year plan of annual rate adjustments (FY 2020 thru FY 2024) •Financial Management Plan as presented: Ensures adequate reserve balances •Annual or bi-annual updates so necessary changes can be made to Financial Plan Driven by: updated revenue and expense data changes in economic conditions contractual service costs regulatory requirements 2020 Utility Bill Impact Analysis Typical Single-Family Residential Monthly Utility Bill 3,000 gallons of water & sewer volume FY 19 FY 20 $ Change % Change Domestic Water $22.29 $23.18 $0.89 4.0% Sewer 30.66 31.89 1.23 4.0% Solid Waste 28.80 29.88 1.08 3.75% Recycling 2.92 3.03 0.11 3.75% Stormwater 14.65 13.40 -1.25 -8.50% 10% Utility Tax on Water 2.23 2.32 0.09 4.0% Total $101.55 $103.70 $2.15 2.12% Questions & Discussion Schedule 12 - Allocation - Solid Waste vs Recycling Schedule 11 - Senior Lien Debt Summary Clearwater, FL - Solid Waste & Recycling Assumptions & Preliminary Results Workbook FY 2019 Solid Waste & Recycling Revenue Sufficiency Analysis Schedule 10 - Detailed Funding by Fund Schedule 1 - Assumptions Schedule 2 - Beginning Balances Schedule 3 - Cash Inflows Schedule 4 - Cash Outflows Schedule 5 - Cost Escalation Factors Schedule 6 - Capital Improvement Program Schedule 7 - FAMS Control Panel Schedule 8 - Pro Forma Statements Schedule 9 - Capital Project Funding Summary Prepared by Stantec Consulting Services Inc. on 7/25/2019 1 Assumptions Schedule 1 FY 2018 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 Rate Increase Adoption Date 10/1/2017 10/1/2018 10/1/2019 10/1/2020 10/1/2021 10/1/2022 10/1/2023 10/1/2024 10/1/2025 10/1/2026 10/1/2027 10/1/2028 Annual Growth Solid Waste Ending # of Accounts 30,394 30,394 30,394 30,394 30,394 30,394 30,394 30,394 30,394 30,394 30,394 30,394 Account Growth N/A - - - - - - - - - - - % Change in Accounts N/A 0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00% Roll-Off Ending # of Accounts 716 623 585 568 568 568 568 568 568 568 568 568 Account Growth N/A (93) (37) (18) - - - - - - - - % Change in Accounts1 N/A -13.01%-6.00%-3.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00% Recycling Ending # of Accounts 28,647 28,647 28,647 28,647 28,647 28,647 28,647 28,647 28,647 28,647 28,647 28,647 Account Growth N/A - - - - - - - - - - - % Change in Accounts N/A 0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00% Capital Spending Annual Capital Budget (Future Year Dollars)13,645,000$ 3,869,348$ 2,275,631$ 4,922,380$ 725,953$ 747,732$ 782,104$ 805,567$ 829,734$ 854,626$ 880,265$ Annual Percent Executed 100%100%100%100%100%100%100%100%100%100%100% Average Annual Interest Earnings Rate On Fund Balances 2.00%2.25%2.50%2.50%2.50%2.50%2.50%2.50%2.50%2.50%2.50% Operating Budget Reserve Target (Number of Months of Reserve)6.0 6.0 6.0 6.0 6.0 6.0 6.0 6.0 6.0 6.0 6.0 Operating Budget Execution Percentage Personal Services 100%100%100%100%100%100%100%100%100%100%100% Operations and Maintenance 100%100%100%100%100%100%100%100%100%100%100% Capital Outlay 100%100%100%100%100%100%100%100%100%100%100% 1 Reflects staff's assumption that large capital projects throughout the City, for which the Solid Waste department provided services in the recent years, are slowing down. As such, an assumption has been made that the demand for roll-off services will be decreasing. Prepared by Stantec Consulting Services Inc. on 7/25/2019 2 FY 2019 Beginning Balances Schedule 2 Sources: "Unaudited FY18 Solid Waste-Recycling Combined Statements Updated 2019-02-11" and "CIP Analysis FY07 thru FY20" Stantec Grouping of Funds in Model Revenue Fund 315-96426 Facility R & R 315-96443 Res.Container Acquisition 315-96444 Comm. Container Acquisition SRTS 180001 (previously 96447) SW Transfer Station Upgrade & Retrofit 315-96448 Solid Waste CNG Station 315-96804 Recycling Container Acq 315-96805 Recycling Exp/Prom & R&R SR 180003 (previously 96809 & 10) Processing Center Bldg Replacement 315-96445 Solar Trash/Recy Kiosks 315-96449 Solid Waste Truck Wash Facility Current Unrestricted Assets Cash and Cash Equivalents 39,938,631$ - - - - - - - - - - Accrued Interest Receivable 142,923$ - - - - - - - - - - Accounts and Contracts Receivable (net of Allowance for Uncoll.)2,170,815$ - - - - - - - - - - Due from Other Governments 82,821$ - - - - - - - - - - Customer deposits - current restricted 1,150,666$ - - - - - - - - - - Total Assets 43,485,856$ - - - - - - - - - - Current Liabilities Accounts and Contracts Payable (1,225,042)$ - - - - - - - - - - Accrued Payroll (194,005)$ - - - - - - - - - - Due to Other Funds -$ - - - - - - - - - - Accrued Interest Payable (13,672)$ - - - - - - - - - - Accrued Compensated Absences (254,046)$ - - - - - - - - - - Customer deposits - current restricted (1,150,666)$ - - - - - - - - - - Calculated Fund Balance (Assets - Liabilities)40,648,425$ - - - - - - - - - - Plus/(Less): 315-96426 Facility R & R (824,539)$ 824,539 - - - - - - - - - Plus/(Less): 315-96443 Res.Container Acquisition (472,235)$ - 472,235 - - - - - - - - Plus/(Less): 315-96444 Comm. Container Acquisition (667,998)$ - - 667,998 - - - - - - - Plus/(Less): 315-96445 Solar Trash/Recy Kiosks (25,232)$ - - - - - - - - 25,232 - Plus/(Less): SRTS 180001 (previously 96447) SW Transfer Station Upgrade & Retrofit (16,111,649)$ - - - 16,111,649 - - - - - - Plus/(Less): 315-96448 Solid Waste CNG Station (150,000)$ - - - - 150,000 - - - - - Plus/(Less): 315-96449 Solid Waste Truck Wash Facility (555,500)$ - - - - - - - - - 555,500 Plus/(Less): 315-96804 Recycling Container Acq (343,760)$ - - - - - 343,760 - - - - Plus/(Less): 315-96805 Recycling Exp/Prom & R&R (117,149)$ - - - - - - 117,149 - - - Plus/(Less): SR 180003 (previously 96809 & 10) Processing Center Bldg Replacement (3,859,675)$ - - - - - - - 3,859,675 - - Available Fund Balance 17,520,688$ 824,539 472,235 667,998 16,111,649 150,000 343,760 117,149 3,859,675 25,232 555,500 Fund Summary Revenue Fund 17,520,688$ 315-96426 Facility R & R 824,539$ 315-96443 Res.Container Acquisition 472,235$ 315-96444 Comm. Container Acquisition 667,998$ SRTS 180001 (previously 96447) SW Transfer Station Upgrade & Retrofit 16,111,649$ 315-96448 Solid Waste CNG Station 150,000$ 315-96804 Recycling Container Acq 343,760$ 315-96805 Recycling Exp/Prom & R&R 117,149$ SR 180003 (previously 96809 & 10) Processing Center Bldg Replacement 3,859,675$ 315-96445 Solar Trash/Recy Kiosks 25,232$ 315-96449 Solid Waste Truck Wash Facility 555,500$ Net Unrestricted Fund Balance 40,648,425$ CAPITAL PROJECT SUB FUNDS Prepared by Stantec Consulting Services Inc. on 7/25/2019 3 Schedule 3 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 1 Fee Revenue Growth Assumptions 2 Solid Waste 3 % Change in Revenue from Growth 0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00% 4 Roll-Off 5 % Change in Revenue from Growth1 -13.01%-6.00%-3.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00% 6 Recycling 7 % Change in Revenue from Growth 0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00%0.00% 8 Assumed Fee Increases 9 Assumed Solid Waste Rate Increase 3.75%2 3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75% 10 Assumed Roll-Off Rate Increase 3.75%2 3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75% 11 Assumed Recycling Rate Increase 3.75%2 3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75% 12 Fee Revenue3 13 Solid Waste Fee Revenue 20,622,159$ 21,395,490 22,197,821 23,030,239 23,893,873 24,789,893 25,719,514 26,683,996 27,684,646 28,722,820 29,799,926 14 Roll-Off Fee Revenue 2,000,000$ 1,950,500 1,962,934 2,036,544 2,112,915 2,192,149 2,274,355 2,359,643 2,448,130 2,539,935 2,635,182 15 Recycling Fee Revenue 2,222,633$ 2,305,982 2,392,456 2,482,173 2,575,255 2,671,827 2,772,021 2,875,971 2,983,820 3,095,713 3,211,803 16 Total Fee Revenue 24,844,792$ 25,651,972 26,553,211 27,548,957 28,582,043 29,653,869 30,765,889 31,919,610 33,116,596 34,358,468 35,646,910 17 Other Operating Revenue 18 Franchise Fee Pinellas 9,000$ 9,000 9,000 9,000 9,000 9,000 9,000 9,000 9,000 9,000 9,000 19 Contractor Collect Fee4 565,439$ 531,513 515,567 515,567 515,567 515,567 515,567 515,567 515,567 515,567 515,567 20 Late Payment Fee 85,000$ 85,000 85,000 85,000 85,000 85,000 85,000 85,000 85,000 85,000 85,000 21 Compactor Rentals 310,000$ 310,000 310,000 310,000 310,000 310,000 310,000 310,000 310,000 310,000 310,000 22 Gen Revenue Non-Tax 160,036$ 160,036 160,036 160,036 160,036 160,036 160,036 160,036 160,036 160,036 160,036 23 Other Licenses & Permits 400$ 400 400 400 400 400 400 400 400 400 400 24 Late Payment Fee 8,000$ 8,000 8,000 8,000 8,000 8,000 8,000 8,000 8,000 8,000 8,000 25 Sale Of Recyclables Multi-Fam 5,000$ 5,000 5,000 5,000 5,000 5,000 5,000 5,000 5,000 5,000 5,000 26 Sale Of Recyclables Commercial5 100,000$ 100,000 100,000 100,000 100,000 100,000 100,000 100,000 100,000 100,000 100,000 27 Other General Revenue 1,200$ 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 1,200 28 Total Other Operating Revenue 1,244,075$ 1,210,148 1,194,203 1,194,203 1,194,203 1,194,203 1,194,203 1,194,203 1,194,203 1,194,203 1,194,203 29 Non-Operating Revenue 30 Other Licenses & Permits 1,000$ 1,000 1,000 1,000 1,000 1,000 1,000 1,000 1,000 1,000 1,000 31 Other General Revenue 25,000$ 25,000 25,000 25,000 25,000 25,000 25,000 25,000 25,000 25,000 25,000 32 Workers Comp Reimburse 2,000$ 2,000 2,000 2,000 2,000 2,000 2,000 2,000 2,000 2,000 2,000 33 Total Non-Operating Revenue 28,000$ 28,000 28,000 28,000 28,000 28,000 28,000 28,000 28,000 28,000 28,000 34 Interest Income 35 Unrestricted 672,088$ 582,207 604,799 549,148 509,617 519,443 525,959 529,034 528,342 523,054 517,628 36 Total Interest Income 672,088$ 582,207 604,799 549,148 509,617 519,443 525,959 529,034 528,342 523,054 517,628 37 Total Cash Inflows 26,788,955$ 27,472,327 28,380,213 29,320,308 30,313,862 31,395,516 32,514,051 33,670,847 34,867,141 36,103,726 37,386,742 2 A 3.75% rate increase became effective at the beginning of FY 2019 (October 1, 2018). Projected revenues for FY 2019 reflect those effective rate increases. 4 Contractor collect fee revenue is directly correlated to roll-off fee revenue, per input from City staff. As such, roll-off growth assumptions as shown in the "Fee Revenue Growth Assumptions" section above also apply to this revenue projection. 5 Per input from City staff and expectations of further reductions in revenue generated from the sale of recyclables, the FY 2019 budget has been adjusted from $175,000 to $100,000. Projection of Cash Inflows 1 Reflects staff's assumption that large capital projects throughout the City, for which the Solid Waste department provided services in the recent years, are slowing down. As such, an assumption has been made that the demand for roll-off services will be decreasing. 3 All fee revenue reflects actual FY 2018 revenue adjusted for the 3.75% fee increase in FY 2019, assumed change in accounts as shown in the the "Fee Revenue Growth Assumptions" section above, and assumed annual rate adjustments as shown in the "Assumed Fee Increases" section above . Prepared by Stantec Consulting Services Inc. on 7/25/2019 4 Projection of Cash Outflows Schedule 4 Expense Line Item 1 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 1 Solid Waste 02082 S-W Collection-Residential 2 Personal Services 3 510100 Full Time Salaries & Wages 1,810,160$ 1,850,480 1,924,499 2,001,479 2,081,538 2,164,800 2,251,392 2,341,448 2,435,105 2,532,510 2,633,810 4 510500 Overtime 97,400$ 97,400 101,296 105,348 109,562 113,944 118,502 123,242 128,172 133,299 138,631 5 520100 Life Ins $2500 Empl & Pens 10$ 10 11 11 12 13 13 14 15 16 17 6 520300 Samp Life Insurance 210$ 230 244 258 274 290 308 326 346 367 389 7 520400 Major Medical Ins-Emp 473,410$ 489,240 518,594 549,710 582,693 617,654 654,713 693,996 735,636 779,774 826,561 8 520600 Social Security-Employee 27,660$ 28,230 29,359 30,534 31,755 33,025 34,346 35,720 37,149 38,635 40,180 9 520700 Emp Pension Plan 247,670$ 252,390 263,353 273,888 284,843 296,237 308,086 320,410 333,226 346,555 360,417 10 520900 Workers Compensation 89,810$ 89,810 93,402 97,138 101,024 105,065 109,268 113,638 118,184 122,911 127,828 11 522000 CWA Life 9,040$ 9,070 9,614 10,191 10,803 11,451 12,138 12,866 13,638 14,456 15,324 12 Other Operating 13 530100 Professional Services 4,940$ 4,940 5,236 5,551 5,884 6,237 6,611 7,007 7,428 7,874 8,346 14 542900 Interfd Admin Service Chg 312,050$ 308,840 318,105 327,648 337,478 347,602 358,030 368,771 379,834 391,229 402,966 15 543100 Advertising 3,000$ 3,000 3,090 3,183 3,278 3,377 3,478 3,582 3,690 3,800 3,914 16 543200 Other Promotion Activity 7,270$ 7,270 7,488 7,713 7,944 8,182 8,428 8,681 8,941 9,209 9,486 17 543400 Printing & Binding 5,000$ 5,000 5,150 5,305 5,464 5,628 5,796 5,970 6,149 6,334 6,524 18 543500 Dump Fee 1,900,000$ 2,150,000 2,279,000 2,415,740 2,560,684 2,714,325 2,877,185 3,049,816 3,232,805 3,426,773 3,632,380 19 545100 Insurance 86,780$ 86,780 89,383 92,065 94,827 97,672 100,602 103,620 106,728 109,930 113,228 20 546500 Garage Eq Repair Svcs 65,000$ 65,000 65,000 65,000 65,000 65,000 65,000 65,000 65,000 65,000 65,000 21 547100 Uniforms-Employee 20,340$ 20,340 20,950 21,579 22,226 22,893 23,580 24,287 25,016 25,766 26,539 22 547200 Travel Expense-Emp 4,000$ 4,000 4,120 4,244 4,371 4,502 4,637 4,776 4,919 5,067 5,219 23 550100 Office Supplies 1,140$ 1,140 1,174 1,209 1,246 1,283 1,322 1,361 1,402 1,444 1,487 24 550400 Operating Supplies & Matls 38,120$ 38,120 39,264 40,442 41,655 42,904 44,192 45,517 46,883 48,289 49,738 25 557100 Memberships/Subs/Lic Emp 4,950$ 4,950 5,099 5,251 5,409 5,571 5,738 5,911 6,088 6,271 6,459 26 557200 Officl Recognition-Emp 490$ 490 505 520 535 551 568 585 603 621 639 27 557300 Training & Ref Employee 2,700$ 2,700 2,781 2,864 2,950 3,039 3,130 3,224 3,321 3,420 3,523 28 Internal Services2 29 540100 Garage Services 2,266,050$ 2,334,032 2,404,052 2,476,174 2,550,459 2,626,973 2,705,782 2,786,956 2,870,564 2,956,681 3,045,382 30 540300 Telephone Service Variable 3,500$ 3,605 3,713 3,825 3,939 4,057 4,179 4,305 4,434 4,567 4,704 31 540500 Radio Svc-Fixed 29,150$ 30,025 30,925 31,853 32,809 33,793 34,807 35,851 36,926 38,034 39,175 32 540700 Postal Service 4,000$ 4,120 4,244 4,371 4,502 4,637 4,776 4,919 5,067 5,219 5,376 33 540900 Risk Mgmt Service 13,410$ 13,812 14,227 14,653 15,093 15,546 16,012 16,493 16,987 17,497 18,022 34 541000 Info Technology Charge 124,080$ 127,802 131,636 135,586 139,653 143,843 148,158 152,603 157,181 161,896 166,753 35 541500 Garage Variable3 815,660$ 202,420 84,013 86,533 89,129 91,803 94,557 97,394 100,316 103,325 106,425 36 541800 Administrative Charge 247,550$ 254,977 262,626 270,505 278,620 286,978 295,588 304,455 313,589 322,997 332,686 37 542000 Employee Benefits-Fixed 10,670$ 10,990 11,320 11,659 12,009 12,369 12,741 13,123 13,516 13,922 14,340 38 Capital Outlay 39 571300 Principal-Leased Equipment 38,230$ 38,230 38,230 38,230 38,230 38,230 38,230 38,230 38,230 38,230 38,230 40 572300 Interest-Leased Equipt 3,900$ 3,900 3,900 3,900 3,900 3,900 3,900 3,900 3,900 3,900 3,900 41 Total Solid Waste 02082 S-W Collection-Residential 8,767,350$ 8,543,342 8,775,605 9,144,159 9,529,798 9,933,375 10,355,792 10,797,997 11,260,989 11,745,819 12,253,596 42 Solid Waste 02083 S-W Collection-Commercial 43 Personal Services 44 510100 Full Time Salaries & Wages 948,120$ 977,420 1,016,517 1,057,177 1,099,465 1,143,443 1,189,181 1,236,748 1,286,218 1,337,667 1,391,173 45 510200 Part Time Salaries & Wages 18,760$ 18,840 19,594 20,377 21,192 22,040 22,922 23,839 24,792 25,784 26,815 46 510500 Overtime 52,400$ 52,400 54,496 56,676 58,943 61,301 63,753 66,303 68,955 71,713 74,582 47 520100 Life Ins $2500 Empl & Pens 10$ 10 11 11 12 13 13 14 15 16 17 48 520300 Samp Life Insurance 270$ 300 318 337 357 379 401 426 451 478 507 49 520400 Major Medical Ins-Emp 276,440$ 283,400 300,404 318,428 337,534 357,786 379,253 402,008 426,129 451,697 478,798 50 520600 Social Security-Employee 15,940$ 16,390 17,046 17,727 18,437 19,174 19,941 20,739 21,568 22,431 23,328 51 520700 Emp Pension Plan 130,070$ 133,880 141,779 147,450 153,348 159,482 165,861 172,496 179,395 186,571 194,034 52 520900 Workers Compensation 26,280$ 26,280 27,331 28,424 29,561 30,744 31,974 33,253 34,583 35,966 37,405 53 522000 CWA Life 4,730$ 4,770 5,056 5,360 5,681 6,022 6,383 6,766 7,172 7,603 8,059 54 Other Operating 55 530100 Professional Services 4,940$ 4,940 5,236 5,551 5,884 6,237 6,611 7,007 7,428 7,874 8,346 56 542200 Elec-Util Charges 6,620$ 6,620 6,819 7,023 7,234 7,451 7,674 7,905 8,142 8,386 8,638 57 542900 Interfd Admin Service Chg 153,660$ 152,080 156,642 161,342 166,182 171,167 176,302 181,591 187,039 192,650 198,430 58 543100 Advertising 2,060$ 2,060 2,122 2,185 2,251 2,319 2,388 2,460 2,534 2,610 2,688 59 543200 Other Promotion Activity 60$ 60 62 64 66 68 70 72 74 76 78 60 543400 Printing & Binding 1,030$ 1,030 1,061 1,093 1,126 1,159 1,194 1,230 1,267 1,305 1,344 61 543500 Dump Fee 1,700,000$ 1,700,000 1,802,000 1,910,120 2,024,727 2,146,211 2,274,983 2,411,482 2,556,171 2,709,542 2,872,114 62 543600 Taxes 12,880$ 12,880 12,880 12,880 12,880 12,880 12,880 12,880 12,880 12,880 12,880 Prepared by Stantec Consulting Services Inc. on 7/25/2019 5 Projection of Cash Outflows Schedule 4 Expense Line Item 1 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 63 544100 Equipt Rental 100$ 100 103 106 109 113 116 119 123 127 130 64 545100 Insurance 55,570$ 55,570 57,237 58,954 60,723 62,545 64,421 66,353 68,344 70,394 72,506 65 546200 Other Equip Svc & Repair 410$ 410 422 435 448 461 475 490 504 519 535 66 546500 Garage Eq Repair Svcs 20,600$ 20,600 20,600 20,600 20,600 20,600 20,600 20,600 20,600 20,600 20,600 67 547100 Uniforms-Employee 12,710$ 12,710 13,091 13,484 13,889 14,305 14,734 15,176 15,632 16,101 16,584 68 547200 Travel Expense-Emp 2,500$ 2,500 2,575 2,652 2,732 2,814 2,898 2,985 3,075 3,167 3,262 69 550100 Office Supplies 900$ 900 927 955 983 1,013 1,043 1,075 1,107 1,140 1,174 70 550400 Operating Supplies & Matls 56,650$ 56,650 58,350 60,100 61,903 63,760 65,673 67,643 69,672 71,763 73,915 71 557100 Memberships/Subs/Lic Emp 1,250$ 1,250 1,288 1,326 1,366 1,407 1,449 1,493 1,537 1,583 1,631 72 557200 Officl Recognition-Emp 260$ 260 268 276 284 293 301 310 320 329 339 73 557300 Training & Ref Employee 2,800$ 2,800 2,884 2,971 3,060 3,151 3,246 3,343 3,444 3,547 3,653 74 Internal Services2 75 540100 Garage Services 1,442,750$ 1,486,033 1,530,613 1,576,532 1,623,828 1,672,543 1,722,719 1,774,401 1,827,633 1,882,462 1,938,935 76 540300 Telephone Service Variable 2,020$ 2,081 2,143 2,207 2,274 2,342 2,412 2,484 2,559 2,636 2,715 77 540500 Radio Svc-Fixed 10,720$ 11,042 11,373 11,714 12,065 12,427 12,800 13,184 13,580 13,987 14,407 78 540900 Risk Mgmt Service 7,330$ 7,550 7,776 8,010 8,250 8,497 8,752 9,015 9,285 9,564 9,851 79 541000 Info Technology Charge 23,960$ 24,679 25,419 26,182 26,967 27,776 28,609 29,468 30,352 31,262 32,200 80 541500 Garage Variable3 440,200$ 109,050 45,341 46,701 48,102 49,545 51,031 52,562 54,139 55,763 57,436 81 541800 Administrative Charge 172,020$ 177,181 182,496 187,971 193,610 199,418 205,401 211,563 217,910 224,447 231,180 82 542000 Employee Benefits-Fixed 5,830$ 6,005 6,185 6,371 6,562 6,759 6,961 7,170 7,385 7,607 7,835 83 Total Solid Waste 02083 S-W Collection-Commercial 5,612,850$ 5,370,729 5,538,464 5,779,772 6,032,633 6,297,643 6,575,429 6,866,653 7,172,013 7,492,245 7,828,126 84 Solid Waste 02084 Solid Waste Transfer 85 Personal Services 86 510100 Full Time Salaries & Wages 448,710$ 467,780 486,491 505,951 526,189 547,236 569,126 591,891 615,567 640,189 665,797 87 510500 Overtime 22,300$ 22,300 23,192 24,120 25,084 26,088 27,131 28,217 29,345 30,519 31,740 88 520400 Major Medical Ins-Emp 107,090$ 107,640 114,098 120,944 128,201 135,893 144,047 152,689 161,851 171,562 181,856 89 520600 Social Security-Employee 6,830$ 7,100 7,384 7,679 7,987 8,306 8,638 8,984 9,343 9,717 10,106 90 520700 Emp Pension Plan 61,070$ 63,430 66,259 68,909 71,666 74,532 77,513 80,614 83,839 87,192 90,680 91 520900 Workers Compensation 22,280$ 22,280 23,171 24,098 25,062 26,064 27,107 28,191 29,319 30,492 31,711 92 522000 CWA Life 2,200$ 2,210 2,343 2,483 2,632 2,790 2,957 3,135 3,323 3,522 3,734 93 Other Operating 94 530300 Other Contractual Serv -$ 14,400 14,832 15,277 15,735 16,207 16,694 17,194 17,710 18,241 18,789 95 542200 Elec-Util Charges 40,000$ 40,000 41,200 42,436 43,709 45,020 46,371 47,762 49,195 50,671 52,191 96 542300 Gas,Water & Sanitation Utl 20,000$ 20,000 20,600 21,218 21,855 22,510 23,185 23,881 24,597 25,335 26,095 97 542900 Interfd Admin Service Chg 67,620$ 66,930 68,938 71,006 73,136 75,330 77,590 79,918 82,315 84,785 87,328 98 545100 Insurance 35,380$ 35,380 36,441 37,535 38,661 39,821 41,015 42,246 43,513 44,818 46,163 99 546200 Other Equip Svc & Repair -$ 10,000 10,300 10,609 10,927 11,255 11,593 11,941 12,299 12,668 13,048 100 547100 Uniforms-Employee 4,940$ 4,940 5,088 5,241 5,398 5,560 5,727 5,899 6,076 6,258 6,446 101 547200 Travel Expense-Emp 1,230$ 1,230 1,267 1,305 1,344 1,384 1,426 1,469 1,513 1,558 1,605 102 550100 Office Supplies 500$ 500 515 530 546 563 580 597 615 633 652 103 550400 Operating Supplies & Matls 5,000$ 8,000 8,240 8,487 8,742 9,004 9,274 9,552 9,839 10,134 10,438 104 557100 Memberships/Subs/Lic Emp 370$ 370 381 393 404 416 429 442 455 469 483 105 557200 Officl Recognition-Emp 110$ 110 113 117 120 124 128 131 135 139 144 106 557300 Training & Ref Employee 1,200$ 1,200 1,236 1,273 1,311 1,351 1,391 1,433 1,476 1,520 1,566 107 Internal Services2 108 540100 Garage Services 618,870$ 637,436 656,559 676,256 696,544 717,440 738,963 761,132 783,966 807,485 831,710 109 540300 Telephone Service Variable 1,150$ 1,185 1,220 1,257 1,294 1,333 1,373 1,414 1,457 1,500 1,546 110 540500 Radio Svc-Fixed 10,290$ 10,599 10,917 11,244 11,581 11,929 12,287 12,655 13,035 13,426 13,829 111 540600 Telephone Svc Fixed 390$ 402 414 426 439 452 466 480 494 509 524 112 540900 Risk Mgmt Service 3,010$ 3,100 3,193 3,289 3,388 3,489 3,594 3,702 3,813 3,927 4,045 113 541000 Info Technology Charge 24,600$ 25,338 26,098 26,881 27,688 28,518 29,374 30,255 31,163 32,097 33,060 114 542000 Employee Benefits-Fixed 2,390$ 2,462 2,536 2,612 2,690 2,771 2,854 2,939 3,028 3,118 3,212 115 Other Expenses4 116 571500 Principal-Interfund Loans 321,950$ 321,950 321,950 321,950 321,950 321,950 321,950 321,950 321,950 321,950 - 117 572500 Interest-Interfund Loans 74,860$ 74,860 74,860 74,860 74,860 74,860 74,860 74,860 74,860 74,860 - 118 Total Solid Waste 02084 Solid Waste Transfer 1,904,340$ 1,973,131 2,029,837 2,088,386 2,149,143 2,212,198 2,277,643 2,345,573 2,416,089 2,489,297 2,168,495 119 Solid Waste 02087 S-W Container Maintenance 120 Personal Services 121 510100 Full Time Salaries & Wages 367,430$ 381,660 396,926 412,803 429,316 446,488 464,348 482,922 502,239 522,328 543,221 122 510500 Overtime 18,000$ 18,000 18,720 19,469 20,248 21,057 21,900 22,776 23,687 24,634 25,620 123 520400 Major Medical Ins-Emp 94,690$ 97,730 103,594 109,809 116,398 123,382 130,785 138,632 146,950 155,767 165,113 Prepared by Stantec Consulting Services Inc. on 7/25/2019 6 Projection of Cash Outflows Schedule 4 Expense Line Item 1 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 124 520600 Social Security-Employee 8,900$ 9,220 9,589 9,972 10,371 10,786 11,218 11,666 12,133 12,618 13,123 125 520700 Emp Pension Plan 43,160$ 44,780 54,034 56,195 58,443 60,781 63,212 65,741 68,370 71,105 73,949 126 520900 Workers Compensation 11,300$ 11,300 11,752 12,222 12,711 13,219 13,748 14,298 14,870 15,465 16,083 127 521000 Disability Insurance 90$ 90 95 101 107 114 120 128 135 143 152 128 522000 CWA Life 1,780$ 1,790 1,897 2,011 2,132 2,260 2,395 2,539 2,691 2,853 3,024 129 Other Operating 130 530300 Other Contractual Serv 5,500$ 5,500 5,665 5,835 6,010 6,190 6,376 6,567 6,764 6,967 7,176 131 542300 Gas,Water & Sanitation Utl 27,730$ 27,730 28,562 29,419 30,301 31,210 32,147 33,111 34,104 35,128 36,181 132 542900 Interfd Admin Service Chg 67,620$ 66,930 68,938 71,006 73,136 75,330 77,590 79,918 82,315 84,785 87,328 133 543400 Printing & Binding 310$ 310 319 329 339 349 359 370 381 393 404 134 544100 Equipt Rental 120$ 120 124 127 131 135 139 143 148 152 157 135 545100 Insurance 9,050$ 9,050 9,322 9,601 9,889 10,186 10,491 10,806 11,130 11,464 11,808 136 546200 Other Equip Svc & Repair 3,090$ 3,090 3,183 3,278 3,377 3,478 3,582 3,690 3,800 3,914 4,032 137 546500 Garage Eq Repair Svcs 5,210$ 5,210 5,210 5,210 5,210 5,210 5,210 5,210 5,210 5,210 5,210 138 547100 Uniforms-Employee 1,990$ 1,990 2,050 2,111 2,175 2,240 2,307 2,376 2,447 2,521 2,596 139 547200 Travel Expense-Emp 280$ 280 288 297 306 315 325 334 344 355 365 140 550400 Operating Supplies & Matls 40,130$ 45,000 46,350 47,741 49,173 50,648 52,167 53,732 55,344 57,005 58,715 141 557100 Memberships/Subs/Lic Emp 90$ 90 93 95 98 101 104 107 111 114 117 142 557200 Officl Recognition-Emp 90$ 90 93 95 98 101 104 107 111 114 117 143 557300 Training & Ref Employee 400$ 400 412 424 437 450 464 478 492 507 522 144 Internal Services2 145 540100 Garage Services 56,050$ 57,732 59,463 61,247 63,085 64,977 66,927 68,934 71,002 73,133 75,327 146 540300 Telephone Service Variable 670$ 690 711 732 754 777 800 824 849 874 900 147 540500 Radio Svc-Fixed 3,000$ 3,090 3,183 3,278 3,377 3,478 3,582 3,690 3,800 3,914 4,032 148 540600 Telephone Svc Fixed 390$ 402 414 426 439 452 466 480 494 509 524 149 540900 Risk Mgmt Service 2,740$ 2,822 2,907 2,994 3,084 3,176 3,272 3,370 3,471 3,575 3,682 150 541000 Info Technology Charge 15,770$ 16,243 16,730 17,232 17,749 18,282 18,830 19,395 19,977 20,576 21,194 151 542000 Employee Benefits-Fixed 2,180$ 2,245 2,313 2,382 2,454 2,527 2,603 2,681 2,762 2,844 2,930 152 Total Solid Waste 02087 S-W Container Maintenance 787,760$ 813,584 852,936 886,446 921,347 957,701 995,572 1,035,026 1,076,133 1,118,967 1,163,604 153 Solid Waste 02088 Solid Waste Administration 154 Personal Services 155 510100 Full Time Salaries & Wages 431,960$ 449,450 467,428 486,125 505,570 525,793 546,825 568,698 591,446 615,103 639,707 156 510500 Overtime 4,400$ 4,410 4,586 4,770 4,961 5,159 5,365 5,580 5,803 6,035 6,277 157 520100 Life Ins $2500 Empl & Pens 40$ 40 42 45 48 50 54 57 60 64 68 158 520200 1% Life Insurance-Employee 760$ 790 837 888 941 997 1,057 1,121 1,188 1,259 1,335 159 520300 Samp Life Insurance 1,180$ 1,290 1,367 1,449 1,536 1,629 1,726 1,830 1,940 2,056 2,179 160 520400 Major Medical Ins-Emp 60,320$ 59,350 62,911 66,686 70,687 74,928 79,424 84,189 89,240 94,595 100,271 161 520600 Social Security-Employee 15,160$ 15,940 16,578 17,241 17,930 18,648 19,393 20,169 20,976 21,815 22,688 162 520700 Emp Pension Plan 36,870$ 37,810 61,362 63,816 66,369 69,024 71,785 74,656 77,642 80,748 83,978 163 520900 Workers Compensation 3,770$ 3,770 3,921 4,078 4,241 4,410 4,587 4,770 4,961 5,160 5,366 164 521000 Disability Insurance 230$ 230 244 258 274 290 308 326 346 367 389 165 522000 CWA Life 600$ 590 625 663 703 745 790 837 887 940 997 166 Other Operating 167 530100 Professional Services 700$ 700 742 787 834 884 937 993 1,053 1,116 1,183 168 530300 Other Contractual Serv 60$ 60 62 64 66 68 70 72 74 76 78 169 542200 Elec-Util Charges 12,000$ 15,400 15,862 16,338 16,828 17,333 17,853 18,388 18,940 19,508 20,094 170 542300 Gas,Water & Sanitation Utl 27,000$ 27,000 27,810 28,644 29,504 30,389 31,300 32,239 33,207 34,203 35,229 171 542500 Postage 140$ 140 144 149 153 158 162 167 172 177 183 172 542700 Interfd Svc Chg-Other Fund 5,880$ 4,330 4,460 4,594 4,732 4,873 5,020 5,170 5,325 5,485 5,650 173 542800 Interfd Other Serv Chgs 66,890$ 70,000 72,100 74,263 76,491 78,786 81,149 83,584 86,091 88,674 91,334 174 542900 Interfd Admin Service Chg 101,600$ 100,560 103,577 106,684 109,885 113,181 116,577 120,074 123,676 127,386 131,208 175 543200 Other Promotion Activity 2,000$ 2,000 2,060 2,122 2,185 2,251 2,319 2,388 2,460 2,534 2,610 176 543400 Printing & Binding 3,190$ 3,190 3,286 3,384 3,486 3,590 3,698 3,809 3,923 4,041 4,162 177 544100 Equipt Rental 1,000$ 2,000 2,060 2,122 2,185 2,251 2,319 2,388 2,460 2,534 2,610 178 545100 Insurance 2,400$ 2,400 2,472 2,546 2,623 2,701 2,782 2,866 2,952 3,040 3,131 179 547100 Uniforms-Employee 1,550$ 1,550 1,597 1,644 1,694 1,745 1,797 1,851 1,906 1,963 2,022 180 547200 Travel Expense-Emp 12,420$ 12,420 12,793 13,176 13,572 13,979 14,398 14,830 15,275 15,733 16,205 181 547300 Mileage Reimbursement 430$ 430 443 456 470 484 498 513 529 545 561 182 550100 Office Supplies 3,090$ 3,090 3,183 3,278 3,377 3,478 3,582 3,690 3,800 3,914 4,032 183 550400 Operating Supplies & Matls 4,120$ 4,120 4,244 4,371 4,502 4,637 4,776 4,919 5,067 5,219 5,376 184 557100 Memberships/Subs/Lic Emp 5,280$ 5,280 5,438 5,602 5,770 5,943 6,121 6,305 6,494 6,689 6,889 185 557200 Officl Recognition-Emp 70$ 70 72 74 76 79 81 84 86 89 91 Prepared by Stantec Consulting Services Inc. on 7/25/2019 7 Projection of Cash Outflows Schedule 4 Expense Line Item 1 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 186 557300 Training & Ref Employee 6,180$ 6,180 6,365 6,556 6,753 6,956 7,164 7,379 7,601 7,829 8,063 187 Internal Services2 188 540100 Garage Services 8,830$ 9,095 9,368 9,649 9,938 10,236 10,543 10,860 11,186 11,521 11,867 189 540300 Telephone Service Variable 7,390$ 7,612 7,840 8,075 8,318 8,567 8,824 9,089 9,361 9,642 9,932 190 540400 Messenger Service 1,320$ 1,360 1,400 1,442 1,486 1,530 1,576 1,623 1,672 1,722 1,774 191 540500 Radio Svc-Fixed 82,180$ 84,645 87,185 89,800 92,494 95,269 98,127 101,071 104,103 107,226 110,443 192 540600 Telephone Svc Fixed 4,490$ 4,625 4,763 4,906 5,054 5,205 5,361 5,522 5,688 5,858 6,034 193 540900 Risk Mgmt Service 1,830$ 1,885 1,941 2,000 2,060 2,121 2,185 2,251 2,318 2,388 2,459 194 541000 Info Technology Charge 27,270$ 28,088 28,931 29,799 30,693 31,613 32,562 33,539 34,545 35,581 36,649 195 541100 Bldg & Maint Dept Svc Fx 66,930$ 68,938 71,006 73,136 75,330 77,590 79,918 82,315 84,785 87,328 89,948 196 541200 Custodial Service 5,780$ 5,953 6,132 6,316 6,505 6,701 6,902 7,109 7,322 7,542 7,768 197 541600 Bldg & Maint-Variable 5,000$ 5,150 5,305 5,464 5,628 5,796 5,970 6,149 6,334 6,524 6,720 198 542000 Employee Benefits-Fixed 1,460$ 1,504 1,549 1,595 1,643 1,693 1,743 1,796 1,849 1,905 1,962 199 Total Solid Waste 02088 Solid Waste Administration 1,023,770$ 1,053,444 1,114,091 1,155,055 1,197,590 1,241,760 1,287,628 1,335,266 1,384,743 1,436,135 1,489,519 200 Solid Waste 02089 SW Roll-Off Collection 201 Personal Services 202 510100 Full Time Salaries & Wages 333,510$ 344,500 358,280 372,611 387,516 403,016 419,137 435,902 453,338 471,472 490,331 203 510500 Overtime 18,450$ 18,450 19,188 19,956 20,754 21,584 22,447 23,345 24,279 25,250 26,260 204 520400 Major Medical Ins-Emp 89,070$ 82,160 87,090 92,315 97,854 103,725 109,949 116,546 123,538 130,951 138,808 205 520600 Social Security-Employee 5,110$ 4,270 4,441 4,618 4,803 4,995 5,195 5,403 5,619 5,844 6,078 206 520700 Emp Pension Plan 45,770$ 47,170 49,071 51,034 53,075 55,198 57,406 59,702 62,090 64,574 67,157 207 520900 Workers Compensation 4,680$ 4,680 4,867 5,062 5,264 5,475 5,694 5,922 6,159 6,405 6,661 208 522000 CWA Life 1,810$ 1,810 1,919 2,034 2,156 2,285 2,422 2,568 2,722 2,885 3,058 209 Other Operating 210 530100 Professional Services 4,020$ 4,020 4,261 4,517 4,788 5,075 5,380 5,702 6,045 6,407 6,792 211 542500 Postage 80$ 80 82 85 87 90 93 96 98 101 104 212 542900 Interfd Admin Service Chg 34,800$ 34,440 35,473 36,537 37,634 38,763 39,925 41,123 42,357 43,628 44,936 213 543100 Advertising 2,060$ 2,060 2,122 2,185 2,251 2,319 2,388 2,460 2,534 2,610 2,688 214 543400 Printing & Binding 210$ 210 216 223 229 236 243 251 258 266 274 215 543500 Dump Fee 1,330,000$ 1,330,000 1,409,800 1,494,388 1,584,051 1,679,094 1,779,840 1,886,630 1,999,828 2,119,818 2,247,007 216 544100 Equipt Rental 65,200$ 65,200 67,156 69,171 71,246 73,383 75,585 77,852 80,188 82,593 85,071 217 545100 Insurance 16,510$ 16,510 17,005 17,515 18,041 18,582 19,140 19,714 20,305 20,914 21,542 218 546200 Other Equip Svc & Repair 1,640$ 1,640 1,689 1,740 1,792 1,846 1,901 1,958 2,017 2,078 2,140 219 546500 Garage Eq Repair Svcs 6,620$ 6,620 6,620 6,620 6,620 6,620 6,620 6,620 6,620 6,620 6,620 220 547100 Uniforms-Employee 3,480$ 3,480 3,584 3,692 3,803 3,917 4,034 4,155 4,280 4,408 4,541 221 547200 Travel Expense-Emp 680$ 680 700 721 743 765 788 812 836 861 887 222 550400 Operating Supplies & Matls 18,000$ 18,000 18,540 19,096 19,669 20,259 20,867 21,493 22,138 22,802 23,486 223 557100 Memberships/Subs/Lic Emp 540$ 540 556 573 590 608 626 645 664 684 705 224 557200 Officl Recognition-Emp 90$ 90 93 95 98 101 104 107 111 114 117 225 557300 Training & Ref Employee 700$ 700 721 743 765 788 811 836 861 887 913 226 Internal Services2 227 540100 Garage Services 644,880$ 664,226 684,153 704,678 725,818 747,593 770,020 793,121 816,915 841,422 866,665 228 540300 Telephone Service Variable 670$ 690 711 732 754 777 800 824 849 874 900 229 540500 Radio Svc-Fixed 8,570$ 8,827 9,092 9,365 9,646 9,935 10,233 10,540 10,856 11,182 11,517 230 540900 Risk Mgmt Service 2,190$ 2,256 2,323 2,393 2,465 2,539 2,615 2,693 2,774 2,857 2,943 231 541000 Info Technology Charge 8,430$ 8,683 8,943 9,212 9,488 9,773 10,066 10,368 10,679 10,999 11,329 232 541500 Garage Variable3 246,710$ 61,680 25,411 26,173 26,959 27,767 28,600 29,458 30,342 31,252 32,190 233 542000 Employee Benefits-Fixed 1,740$ 1,792 1,846 1,901 1,958 2,017 2,078 2,140 2,204 2,270 2,338 234 Total Solid Waste 02089 SW Roll-Off Collection 2,896,220$ 2,735,464 2,825,955 2,959,985 3,100,917 3,249,125 3,405,009 3,568,987 3,741,504 3,923,029 4,114,059 235 02041 Recycling - Residential 236 Personal Services 237 510100 Full Time Salaries & Wages 376,230$ 388,240 403,770 419,920 436,717 454,186 472,353 491,247 510,897 531,333 552,587 238 510500 Overtime 20,480$ 20,480 21,299 22,151 23,037 23,959 24,917 25,914 26,950 28,028 29,149 239 520400 Major Medical Ins-Emp 95,840$ 117,130 124,158 131,607 139,504 147,874 156,746 166,151 176,120 186,687 197,889 240 520600 Social Security-Employee 5,760$ 5,920 6,157 6,403 6,659 6,926 7,203 7,491 7,790 8,102 8,426 241 520700 Emp Pension Plan 51,500$ 53,070 55,259 57,469 59,768 62,159 64,645 67,231 69,920 72,717 75,626 242 520900 Workers Compensation 9,970$ 9,970 10,369 10,784 11,215 11,663 12,130 12,615 13,120 13,645 14,190 243 522000 CWA Life 2,010$ 2,010 2,131 2,258 2,394 2,538 2,690 2,851 3,022 3,204 3,396 244 Other Operating 245 530100 Professional Services 13,900$ 13,900 14,734 15,618 16,555 17,548 18,601 19,717 20,900 22,154 23,484 246 542900 Interfd Admin Service Chg 184,930$ 97,370 100,291 103,300 106,399 109,591 112,879 116,265 119,753 123,345 127,046 Prepared by Stantec Consulting Services Inc. on 7/25/2019 8 Projection of Cash Outflows Schedule 4 Expense Line Item 1 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 247 543100 Advertising 20,000$ 20,000 20,600 21,218 21,855 22,510 23,185 23,881 24,597 25,335 26,095 248 543200 Other Promotion Activity 134,400$ 134,400 138,432 142,585 146,863 151,268 155,806 160,481 165,295 170,254 175,362 249 543400 Printing & Binding 6,400$ 6,400 6,592 6,790 6,993 7,203 7,419 7,642 7,871 8,107 8,351 250 544100 Equipt Rental 2,500$ 2,500 2,575 2,652 2,732 2,814 2,898 2,985 3,075 3,167 3,262 251 545100 Insurance 11,930$ 11,930 12,288 12,657 13,036 13,427 13,830 14,245 14,672 15,113 15,566 252 546200 Other Equip Svc & Repair 5,000$ 5,000 5,150 5,305 5,464 5,628 5,796 5,970 6,149 6,334 6,524 253 546500 Garage Eq Repair Svcs 5,000$ 5,000 5,000 5,000 5,000 5,000 5,000 5,000 5,000 5,000 5,000 254 547100 Uniforms-Employee 4,120$ 4,120 4,244 4,371 4,502 4,637 4,776 4,919 5,067 5,219 5,376 255 547200 Travel Expense-Emp 800$ 800 824 849 874 900 927 955 984 1,013 1,044 256 550100 Office Supplies 1,200$ 1,200 1,236 1,273 1,311 1,351 1,391 1,433 1,476 1,520 1,566 257 550400 Operating Supplies & Matls 21,630$ 21,630 22,279 22,947 23,636 24,345 25,075 25,827 26,602 27,400 28,222 258 557100 Memberships/Subs/Lic Emp 600$ 600 618 637 656 675 696 716 738 760 783 259 557200 Officl Recognition-Emp 100$ 100 103 106 109 113 116 119 123 127 130 260 557300 Training & Ref Employee 1,000$ 1,000 1,030 1,061 1,093 1,126 1,159 1,194 1,230 1,267 1,305 261 Internal Services2 262 540100 Garage Services 480,520$ 494,936 509,784 525,077 540,829 557,054 573,766 590,979 608,708 626,970 645,779 263 540300 Telephone Service Variable 1,270$ 1,308 1,347 1,388 1,429 1,472 1,516 1,562 1,609 1,657 1,707 264 540700 Postal Service 5,000$ 5,150 5,305 5,464 5,628 5,796 5,970 6,149 6,334 6,524 6,720 265 540900 Risk Mgmt Service 2,740$ 2,822 2,907 2,994 3,084 3,176 3,272 3,370 3,471 3,575 3,682 266 541000 Info Technology Charge 19,980$ 20,579 21,197 21,833 22,488 23,162 23,857 24,573 25,310 26,069 26,851 267 541800 Administrative Charge 89,260$ 91,938 94,696 97,537 100,463 103,477 106,581 109,779 113,072 116,464 119,958 268 542000 Employee Benefits-Fixed 2,180$ 2,245 2,313 2,382 2,454 2,527 2,603 2,681 2,762 2,844 2,930 269 Total 02041 Recycling - Residential 1,576,250$ 1,541,749 1,596,685 1,653,635 1,712,746 1,774,106 1,837,807 1,903,944 1,972,619 2,043,936 2,118,004 270 02042 Recycling - Multifamily 271 Personal Services 272 510100 Full Time Salaries & Wages 125,720$ 128,880 134,035 139,397 144,972 150,771 156,802 163,074 169,597 176,381 183,436 273 510500 Overtime 6,150$ 6,150 6,396 6,652 6,918 7,195 7,482 7,782 8,093 8,417 8,753 274 520400 Major Medical Ins-Emp 34,380$ 35,400 37,524 39,775 42,162 44,692 47,373 50,216 53,229 56,422 59,808 275 520600 Social Security-Employee 1,910$ 1,960 2,038 2,120 2,205 2,293 2,385 2,480 2,579 2,682 2,790 276 520700 Emp Pension Plan 17,050$ 17,390 18,256 18,986 19,746 20,536 21,357 22,211 23,100 24,024 24,985 277 520900 Workers Compensation 1,680$ 1,680 1,747 1,817 1,890 1,965 2,044 2,126 2,211 2,299 2,391 278 522000 CWA Life 590$ 590 625 663 703 745 790 837 887 940 997 279 Other Operating 280 542900 Interfd Admin Service Chg 28,030$ 14,760 15,203 15,659 16,129 16,613 17,111 17,624 18,153 18,698 19,258 281 543100 Advertising 12,770$ 12,770 13,153 13,548 13,954 14,373 14,804 15,248 15,705 16,177 16,662 282 543400 Printing & Binding 1,300$ 1,300 1,339 1,379 1,421 1,463 1,507 1,552 1,599 1,647 1,696 283 545100 Insurance 4,790$ 4,790 4,934 5,082 5,234 5,391 5,553 5,720 5,891 6,068 6,250 284 546200 Other Equip Svc & Repair 1,250$ 1,250 1,288 1,326 1,366 1,407 1,449 1,493 1,537 1,583 1,631 285 546500 Garage Eq Repair Svcs 620$ 620 620 620 620 620 620 620 620 620 620 286 547100 Uniforms-Employee 930$ 930 958 987 1,016 1,047 1,078 1,110 1,144 1,178 1,213 287 547200 Travel Expense-Emp 200$ 200 206 212 219 225 232 239 246 253 261 288 550400 Operating Supplies & Matls 13,290$ 13,290 13,689 14,099 14,522 14,958 15,407 15,869 16,345 16,835 17,340 289 557200 Officl Recognition-Emp 30$ 30 31 32 33 34 35 36 37 38 39 290 557300 Training & Ref Employee 500$ 500 515 530 546 563 580 597 615 633 652 291 Internal Services2 292 540100 Garage Services 84,800$ 87,344 89,964 92,663 95,443 98,306 101,256 104,293 107,422 110,645 113,964 293 540700 Postal Service 1,000$ 1,030 1,061 1,093 1,126 1,159 1,194 1,230 1,267 1,305 1,344 294 540900 Risk Mgmt Service 820$ 845 870 896 923 951 979 1,008 1,039 1,070 1,102 295 541000 Info Technology Charge 6,010$ 6,190 6,376 6,567 6,764 6,967 7,176 7,392 7,613 7,842 8,077 296 541800 Administrative Charge 50,350$ 51,861 53,416 55,019 56,669 58,369 60,121 61,924 63,782 65,695 67,666 297 542000 Employee Benefits-Fixed 650$ 670 690 710 732 754 776 799 823 848 874 298 Total 02042 Recycling - Multifamily 394,820$ 390,429 404,934 419,833 435,312 451,396 468,110 485,480 503,534 522,301 541,810 299 02043 Recycling - Commercial 300 Personal Services 301 510100 Full Time Salaries & Wages 297,650$ 314,820 327,413 340,509 354,130 368,295 383,027 398,348 414,282 430,853 448,087 302 510500 Overtime 16,390$ 16,390 17,046 17,727 18,437 19,174 19,941 20,739 21,568 22,431 23,328 303 520100 Life Ins $2500 Empl & Pens 10$ 10 11 11 12 13 13 14 15 16 17 304 520300 Samp Life Insurance 160$ 180 191 202 214 227 241 255 271 287 304 305 520400 Major Medical Ins-Emp 76,670$ 87,810 93,079 98,663 104,583 110,858 117,510 124,560 132,034 139,956 148,353 306 520600 Social Security-Employee 4,550$ 4,790 4,982 5,181 5,388 5,604 5,828 6,061 6,303 6,555 6,818 307 520700 Emp Pension Plan 40,820$ 42,930 44,780 46,571 48,434 50,371 52,386 54,481 56,660 58,927 61,284 Prepared by Stantec Consulting Services Inc. on 7/25/2019 9 Projection of Cash Outflows Schedule 4 Expense Line Item 1 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 308 520900 Workers Compensation 6,390$ 6,390 6,646 6,911 7,188 7,475 7,774 8,085 8,409 8,745 9,095 309 522000 CWA Life 1,480$ 1,520 1,611 1,708 1,810 1,919 2,034 2,156 2,286 2,423 2,568 310 Other Operating 311 530300 Other Contractual Serv 422,200$ 422,200 434,866 447,912 461,349 475,190 489,446 504,129 519,253 534,830 550,875 312 531100 Inv Purchase-Resale 19,000$ 19,000 19,000 19,000 19,000 19,000 19,000 19,000 19,000 19,000 19,000 313 542200 Elec-Util Charges 8,240$ 8,240 8,487 8,742 9,004 9,274 9,552 9,839 10,134 10,438 10,751 314 542900 Interfd Admin Service Chg 27,920$ 14,700 15,141 15,595 16,063 16,545 17,041 17,553 18,079 18,622 19,180 315 543100 Advertising 22,230$ 22,230 22,897 23,584 24,291 25,020 25,771 26,544 27,340 28,160 29,005 316 543200 Other Promotion Activity 50$ 50 52 53 55 56 58 60 61 63 65 317 543400 Printing & Binding 2,320$ 2,320 2,390 2,461 2,535 2,611 2,690 2,770 2,853 2,939 3,027 318 544100 Equipt Rental 3,000$ 3,000 3,090 3,183 3,278 3,377 3,478 3,582 3,690 3,800 3,914 319 545100 Insurance 19,440$ 19,440 20,023 20,624 21,243 21,880 22,536 23,212 23,909 24,626 25,365 320 546200 Other Equip Svc & Repair 6,180$ 6,180 6,365 6,556 6,753 6,956 7,164 7,379 7,601 7,829 8,063 321 546500 Garage Eq Repair Svcs 11,360$ 11,360 11,360 11,360 11,360 11,360 11,360 11,360 11,360 11,360 11,360 322 547100 Uniforms-Employee 4,020$ 4,020 4,141 4,265 4,393 4,525 4,660 4,800 4,944 5,092 5,245 323 547200 Travel Expense-Emp 4,000$ 4,000 4,120 4,244 4,371 4,502 4,637 4,776 4,919 5,067 5,219 324 547300 Mileage Reimbursement 270$ 270 278 286 295 304 313 322 332 342 352 325 550100 Office Supplies 1,440$ 1,440 1,483 1,528 1,574 1,621 1,669 1,719 1,771 1,824 1,879 326 550400 Operating Supplies & Matls 30,100$ 30,100 31,003 31,933 32,891 33,878 34,894 35,941 37,019 38,130 39,274 327 557100 Memberships/Subs/Lic Emp 1,800$ 1,800 1,854 1,910 1,967 2,026 2,087 2,149 2,214 2,280 2,349 328 557200 Officl Recognition-Emp 90$ 90 93 95 98 101 104 107 111 114 117 329 557300 Training & Ref Employee 3,500$ 3,500 3,605 3,713 3,825 3,939 4,057 4,179 4,305 4,434 4,567 330 Internal Services2 331 540100 Garage Services 449,670$ 463,160 477,055 491,367 506,108 521,291 536,929 553,037 569,629 586,717 604,319 332 540500 Radio Svc-Fixed 860$ 886 912 940 968 997 1,027 1,058 1,089 1,122 1,156 333 540900 Risk Mgmt Service 2,460$ 2,534 2,610 2,688 2,769 2,852 2,937 3,025 3,116 3,210 3,306 334 541000 Info Technology Charge 28,130$ 28,974 29,843 30,738 31,661 32,610 33,589 34,596 35,634 36,703 37,804 335 541500 Garage Variable3 11,000$ 11,000 1,133 1,167 1,202 1,238 1,275 1,313 1,353 1,393 1,435 336 541800 Administrative Charge 89,260$ 91,938 94,696 97,537 100,463 103,477 106,581 109,779 113,072 116,464 119,958 337 542000 Employee Benefits-Fixed 1,960$ 2,019 2,079 2,142 2,206 2,272 2,340 2,411 2,483 2,557 2,634 338 Capital Outlay 339 571300 Principal-Leased Equipment 79,160$ 76,240 76,240 76,240 76,240 76,240 76,240 76,240 76,240 76,240 76,240 340 572300 Interest-Leased Equipt 6,790$ 8,250 8,250 8,250 8,250 8,250 8,250 8,250 8,250 8,250 8,250 341 Total 02043 Recycling - Commercial 1,700,570$ 1,733,780 1,778,822 1,835,597 1,894,406 1,955,327 2,018,441 2,083,832 2,151,588 2,221,801 2,294,565 342 Additional Expenses 343 Compensation Study -$ 543,000 564,720 587,309 610,801 635,233 660,643 687,068 714,551 743,133 772,858 342 Total Expenses by Category 344 Personal Services 7,691,300$ 8,471,280 8,871,468 9,255,739 9,657,146 10,076,481 10,514,571 10,972,287 11,450,539 11,950,284 12,472,521 345 Operations & Maintenance 16,844,550$ 16,100,753 16,483,960 17,127,816 17,800,926 18,504,763 19,240,881 20,010,919 20,816,604 21,659,759 22,145,496 346 Capital Outlay 128,080$ 126,620 126,620 126,620 126,620 126,620 126,620 126,620 126,620 126,620 126,620 347 Total Expenses 24,663,930$ 24,698,653 25,482,048 26,510,176 27,584,692 28,707,864 29,882,072 31,109,826 32,393,764 33,736,663 34,744,637 348 Expense Execution Factors 349 Personal Services 100%100%100%100%100%100%100%100%100%100%100% 350 Operations & Maintenance 100%100%100%100%100%100%100%100%100%100%100% 351 Capital Outlay 100%100%100%100%100%100%100%100%100%100%100% 352 Total Expenses at Execution 353 Personal Services 7,691,300$ 8,471,280 8,871,468 9,255,739 9,657,146 10,076,481 10,514,571 10,972,287 11,450,539 11,950,284 12,472,521 354 Operations & Maintenance 16,844,550$ 16,100,753 16,483,960 17,127,816 17,800,926 18,504,763 19,240,881 20,010,919 20,816,604 21,659,759 22,145,496 355 Capital Outlay 128,080$ 126,620 126,620 126,620 126,620 126,620 126,620 126,620 126,620 126,620 126,620 356 Total Expenses at Execution 24,663,930$ 24,698,653 25,482,048 26,510,176 27,584,692 28,707,864 29,882,072 31,109,826 32,393,764 33,736,663 34,744,637 357 Transfers Out 358 Transfers Out for Capital Projects 359 315-96426 Facility R & R 125,000$ 128,750 132,613 136,591 140,689 144,909 149,257 153,734 158,346 163,097 167,990 360 315-96443 Res.Container Acquisition 125,000$ 129,050 133,222 137,518 141,944 146,502 151,197 166,033 171,014 176,144 181,429 361 315-96444 Comm. Container Acquisition 250,000$ 258,550 267,357 276,427 285,770 295,393 305,305 350,514 361,029 371,860 383,016 362 315-96445 Solar Trash/Recy Kiosks 25,000$ 25,000 25,000 25,000 25,000 25,000 25,000 - - - - 363 SRTS 180001 (previously 96447) SW Transfer Station Upgrade & Retrofit -$ 93,349 - - - - - - - - - 364 315-96448 Solid Waste CNG Station -$ - 1,473,177 - - - - - - - - Prepared by Stantec Consulting Services Inc. on 7/25/2019 10 Projection of Cash Outflows Schedule 4 Expense Line Item 1 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 365 315-96804 Recycling Container Acq 90,000$ 92,700 95,481 98,345 101,296 104,335 119,405 122,987 126,677 130,477 134,392 366 315-96805 Recycling Exp/Prom & R&R 10,000$ 10,300 10,609 10,927 11,255 11,593 11,941 12,299 12,668 13,048 13,439 367 SR 180003 (previously 96809 & 10) Processing Center Bldg Replacement -$ - - 326,069 - - - - - - - 368 Interfund Transfers 369 4242082 590200 Transfer Out - Interfund 547,390$ 558,540 568,487 585,337 604,628 626,326 648,837 672,192 696,424 721,564 747,647 370 4242083 590200 Transfer Out - Interfund 398,370$ 406,480 413,719 425,982 440,021 455,811 472,194 489,191 506,826 525,121 544,103 371 4242084 590200 Transfer Out - Interfund 123,540$ 126,060 128,305 132,108 136,462 141,359 146,440 151,711 157,180 162,854 168,741 372 4242087 590200 Transfer Out - Interfund 101,750$ 103,820 105,669 108,801 112,387 116,420 120,604 124,945 129,450 134,122 138,971 373 4242088 590200 Transfer Out - Interfund 63,600$ 64,900 66,056 68,014 70,255 72,776 75,392 78,106 80,922 83,843 86,873 374 4242089 590200 Transfer Out - Interfund 11,690$ 11,930 12,142 12,502 12,914 13,378 13,859 14,358 14,875 15,412 15,969 375 4262041 590200 Transfer Out - Interfund 23,280$ 23,750 24,173 24,889 25,710 26,632 27,590 28,583 29,613 30,682 31,791 376 4262042 590200 Transfer Out - Interfund 46,100$ 47,040 47,878 49,297 50,921 52,749 54,645 56,612 58,653 60,770 62,966 377 4262043 590200 Transfer Out - Interfund 65,920$ 67,260 68,458 70,487 72,810 75,423 78,134 80,946 83,864 86,892 90,032 378 Total Transfers Out 2,006,640$ 2,147,479 3,572,345 2,488,295 2,232,061 2,308,606 2,399,798 2,502,211 2,587,539 2,675,886 2,767,359 379 Total Cash Outflows 26,670,570$ 26,846,132 29,054,393 28,998,470 29,816,753 31,016,469 32,281,870 33,612,037 34,981,303 36,412,549 37,511,996 1 FY 2019 expenses reflect the FY 2019 Approved Budget. FY 2020 expenses reflect the FY 2020 Proposed Budget. Each year thereafter reflects projected expenses from FY 2020 with the application of cost escalation factors as presented on Schedule 5 of this report. 2 Internal services expenses in FY 2019 reflect the FY 2019 Adopted Budget. Each year thereafter reflects projected expenses from FY 2019 with the application of cost escalation factors presented on Schedule 5 of this report. 4 Interim financing for the transfer station upgrades were provided to the Solid Waste fund. Annual payments of $396,812 will be made for ten years starting in FY 2019. 3 Per input from City staff, Garage Variable costs largely reflect direct haul costs to Pinellas County Solid Waste Facility. As the transfer station upgrades come to completion in December 2019 (FY 2020), direct haul costs are projected to decline significantly. As such, staff expects a reduction to these costs of approximately 75% in FY 2020 and 90% in FY 2021. Prepared by Stantec Consulting Services Inc. on 7/25/2019 11 Cost Escalation Factors Schedule 5 Expense Line Item Description Inflation Factor FY 20201 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 510100 Full Time Salaries & Wages Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 510200 Part Time Salaries & Wages Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 510400 Special Pay Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 510500 Overtime Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 510600 Vacation Leave Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 510700 Sick Leave Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 510800 Other Paid Leave Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 512200 Injury Time Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 512300 Funeral Time Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 512500 Jury Holiday Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 512600 Union Leave Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 512700 Holiday Time Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 520100 Life Ins $2500 Empl & Pens Health Insurance 6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00% 520200 1% Life Insurance-Employee Health Insurance 6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00% 520300 Samp Life Insurance Health Insurance 6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00% 520400 Major Medical Ins-Emp Health Insurance 6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00% 520600 Social Security-Employee Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 520700 Emp Pension Plan Pension Contribution 13.00%13.00%13.00%13.00%13.00%13.00%13.00%13.00%13.00% 520900 Workers Compensation Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 521000 Disability Insurance Health Insurance 6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00% 521100 Unemployment Compensation Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 522000 CWA Life Health Insurance 6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00% 529400 OPEB Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 529700 Net Pension Asset/Liab Adjust Pension Contribution 13.00%13.00%13.00%13.00%13.00%13.00%13.00%13.00%13.00% 530100 Professional Services Health Insurance 6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00% 530300 Other Contractual Serv Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 542200 Elec-Util Charges Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 542300 Gas,Water & Sanitation Utl Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 542500 Postage Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 542700 Interfd Svc Chg-Other Fund Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 542800 Interfd Other Serv Chgs Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 542900 Interfd Admin Service Chg Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 543100 Advertising Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 543200 Other Promotion Activity Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 543400 Printing & Binding Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 543500 Dump Fee Dump Fee 6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00% 544100 Equipt Rental Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 545100 Insurance Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 546200 Other Equip Svc & Repair Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 547100 Uniforms-Employee Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 547200 Travel Expense-Emp Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 547300 Mileage Reimbursement Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 547400 Meals-Employee Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 548100 Bad Debt Expense Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 549000 PCard Suspense Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 549500 PCard Disputes Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 550100 Office Supplies Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 550400 Operating Supplies & Matls Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 557100 Memberships/Subs/Lic Emp Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 557200 Officl Recognition-Emp Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 557300 Training & Ref Employee Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 540100 Garage Services Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 540300 Telephone Service Variable Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 540500 Radio Svc-Fixed Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 540600 Telephone Svc Fixed Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 540700 Postal Service Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 540900 Risk Mgmt Service Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 541000 Info Technology Charge Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 541500 Garage Variable Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 541600 Bldg & Maint-Variable Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Prepared by Stantec Consulting Services Inc. on 7/25/2019 12 Cost Escalation Factors Schedule 5 Expense Line Item Description Inflation Factor FY 20201 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 541800 Administrative Charge Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 542000 Employee Benefits-Fixed Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 530400 Lot Mowing Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 531100 Inventory Purch for Resale Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 542100 Utilities-Telephone Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 543800 Fines and Penalties Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 548000 Other Charges Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 548600 Loss on Disposal of Assets Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 552500 $1000-$4999 Mach & Equip Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 564000 >$5000 Machinery & Equip Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 565800 Cost Matl & Services Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 569600 Contra Acct-Capital Outlay Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 540200 Printing Services (Proj/Prog)Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 541300 Printing Services (Proj/Prog)Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 541400 Purchasing Svc Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 541700 Radio Service Chgs-Variable Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 510900 Special Acting Pay Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 551800 Computer Parts (9860)Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 562600 Buildgs-Matl Purchase Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 564200 >$5000 Furn & Off Equip Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 564300 >$5000 Computer Software Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 565400 Other Strc-Misc Costs Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 521500 Medical Examinations Health Insurance 6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00% 543900 Other Refunds Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 546100 Repairs & Svc-Office Equip Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 546700 R & R Structural Facil Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 547900 Strategies for Success Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 550800 Construction Materials Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 562200 St Walk Drn-Const City Emp Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 510200 Salaries & Wages-Part Time Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 520200 Life Ins 1% Employee Health Insurance 6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00%6.00% 542700 Interfund Svc Chgs-Enterprise Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 542800 Interfund Svc Chgs-Gen Fd Ops Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 541600 Bldg & Maint Chgs-Variable Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 511500 Commissions Pay 4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00%4.00% 541200 Custodial Service Chgs-Fixed Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 542300 Utilities-Gas Water Sanitation Inflation 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 540400 Messenger Service Chgs-Fixed Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 540600 Telephone Service Chgs-Fixed Internal Service Charges 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% Weighted Average Annual Operating Costs Adjustments 3.19%4.05%4.07%4.09%4.11%4.13%4.14%4.16%3.00% Default Inflation Factor 3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00%3.00% 1 Expenditures in FY 2019 reflect the FY 2019 Adopted Budget and FY 2020 expenditures reflect the FY 2020 Proposed Budget, with the exception of Internal Service Charges. Internal Service Charges in FY 2019 relfect the FY 2019 Adopted Budget. Each year thereafter reflects projected expenses from FY 2019 with the application of cost escalation factors presented on Schedule 5 of this report. Prepared by Stantec Consulting Services Inc. on 7/25/2019 13 Capital Improvement Program Schedule 6 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 1 Solid Waste Fund 2 315-96426 Facility R & R $ 125,000 125,000 125,000 125,000 125,000 125,000 125,000 125,000 125,000 125,000 125,000 3 315-96443 Res.Container Acquisition $ 135,000 135,000 135,000 135,000 135,000 135,000 135,000 135,000 135,000 135,000 135,000 4 315-96444 Comm. Container Acquisition $ 285,000 285,000 285,000 285,000 285,000 285,000 285,000 285,000 285,000 285,000 285,000 5 315-96445 Solar Trash/Recy Kiosks $ - - - - - - - - - - - 6 SRTS 180001 (previously 96447) SW Transfer Station Upgrade & Retrofit $ 13,000,000 3,111,649 - - - - - - - - - 7 315-96448 Solid Waste CNG Station $ - - 500,000 1,000,000 - - - - - - - 8 315-96449 Solid Waste Truck Wash Facility $ - - - - - - - - - - - 9 Recycling Fund 10 315-96804 Recycling Container Acq $ 90,000 90,000 90,000 90,000 90,000 90,000 100,000 100,000 100,000 100,000 100,000 11 315-96805 Recycling Exp/Prom & R&R $ 10,000 10,000 10,000 10,000 10,000 10,000 10,000 10,000 10,000 10,000 10,000 12 SR 180003 (previously 96809 & 10) Processing Center Bldg Replacement $ - - 1,000,000 2,859,675 - - - - - - - 13 Total CIP Budget (in current dollars) $ 13,645,000 3,756,649 2,145,000 4,504,675 645,000 645,000 655,000 655,000 655,000 655,000 655,000 14 Cumulative Projected Cost Escalation1 0.0%3.0%6.1%9.3%12.6%15.9%19.4%23.0%26.7%30.5%34.4% 15 Resulting CIP Funding Level $ 13,645,000 3,869,348 2,275,631 4,922,380 725,953 747,732 782,104 805,567 829,734 854,626 880,265 16 Annual CIP Execution Percentage 100%100%100%100%100%100%100%100%100%100%100% 17 Final CIP Funding Level $ 13,645,000 3,869,348 2,275,631 4,922,380 725,953 747,732 782,104 805,567 829,734 854,626 880,265 1 Escalation factors applied are consistent with average annual change in Engineering News Record Construction Cost Index. Prepared by Stantec Consulting Services Inc. on 7/25/2019 14 FAMS - Control Panel Schedule 7 FAMS-XL CITY OF CLEARWATER, FL FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 FY 2023 FY 2028 Solid Waste Rate Plan 0.00%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%20.19%44.49% Roll-Off Rate Plan 0.00%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%20.21%44.49% Recycling Rate Plan 0.00%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%PILOT 5.50% SF Solid Waste & Recycling Bill $31.72 $32.91 $34.14 $35.42 $36.75 $38.13 $39.56 $41.05 $42.59 $44.19 $45.84 PC Tip Fee % Inc 6.00% CALC SAVE CTRL LAST OVR Operating Fund CIP Spending Revenues vs. Expenses CIP Funding Expenses by Type $0.0M $5.0M $10.0M $15.0M $20.0M $25.0M 19 20 21 22 23 24 25 26 27 28 29 Capital Projects Funds $0.0M $10.0M $20.0M $30.0M $40.0M 18 19 20 21 22 23 24 25 26 27 28 29 Current Plan Target $0.0M $5.0M $10.0M $15.0M $20.0M $25.0M 19 20 21 22 23 24 25 26 27 28 29 Current Plan $0.0M $10.0M $20.0M $30.0M $40.0M 19 20 21 22 23 24 25 26 27 28 29 O&M Cash In Cash Out $0.0M $10.0M $20.0M $30.0M $40.0M 19 20 21 22 23 24 25 26 27 28 29 O&M PS CO TO $0.0M $5.0M $10.0M $15.0M $20.0M $25.0M 18 19 20 21 22 23 24 25 26 27 28 29 Current Plan Capital Project Funds Prepared by Stantec Consulting Services Inc. on 7/25/2019 15 Pro Forma Schedule 8 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 1 Operating Revenue 2 Solid Waste, Roll-Off And Recycling Rate Revenue 24,844,792$ 24,844,792 25,651,972 26,553,211 27,548,957 28,582,043 29,653,869 30,765,889 31,919,610 33,116,596 34,358,468 4 Subtotal 24,844,792$ 24,724,792 25,593,457 26,553,211 27,548,957 28,582,043 29,653,869 30,765,889 31,919,610 33,116,596 34,358,468 5 Weighted Average Rate Increase 3.75%1 3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75%3.75% 6 Additional Rate Revenue From Rate Increase -$ 927,180 959,755 995,745 1,033,086 1,071,827 1,112,020 1,153,721 1,196,985 1,241,872 1,288,443 7 Total Rate Revenue 24,844,792$ 25,651,972 26,553,211 27,548,957 28,582,043 29,653,869 30,765,889 31,919,610 33,116,596 34,358,468 35,646,910 8 Plus: Other Operating Revenue 1,244,075$ 1,210,148 1,194,203 1,194,203 1,194,203 1,194,203 1,194,203 1,194,203 1,194,203 1,194,203 1,194,203 9 Equals: Total Operating Revenue 26,088,867$ 26,862,120 27,747,414 28,743,160 29,776,246 30,848,072 31,960,092 33,113,813 34,310,799 35,552,671 36,841,114 10 Less: Operating Expenses 11 Personal Services (7,691,300)$ (8,471,280) (8,871,468) (9,255,739) (9,657,146) (10,076,481) (10,514,571) (10,972,287) (11,450,539) (11,950,284) (12,472,521) 12 Operations & Maintenance Costs (16,844,550)$ (16,100,753) (16,483,960) (17,127,816) (17,800,926) (18,504,763) (19,240,881) (20,010,919) (20,816,604) (21,659,759) (22,145,496) 13 Equals: Net Operating Income 1,553,017$ 2,290,088 2,391,987 2,359,604 2,318,173 2,266,829 2,204,640 2,130,607 2,043,655 1,942,628 2,223,097 14 Plus: Non-Operating Income/(Expense) 15 Non-Operating Revenue 28,000$ 28,000 28,000 28,000 28,000 28,000 28,000 28,000 28,000 28,000 28,000 16 Interest Income 672,088$ 582,207 604,799 549,148 509,617 519,443 525,959 529,034 528,342 523,054 517,628 20 Equals: Net Income 2,253,105$ 2,900,294 3,024,785 2,936,753 2,855,790 2,814,272 2,758,599 2,687,641 2,599,997 2,493,682 2,768,725 21 Cash Flow Test 22 Net Income Available For Debt Service 2,253,105$ 2,900,294 3,024,785 2,936,753 2,855,790 2,814,272 2,758,599 2,687,641 2,599,997 2,493,682 2,768,725 23 Less: Non-Operating Expenditures 24 Net Interfund Transfers (In - Out)(2,006,640)$ (2,147,479) (3,572,345) (2,488,295) (2,232,061) (2,308,606) (2,399,798) (2,502,211) (2,587,539) (2,675,886) (2,767,359) 25 Capital Outlay (128,080)$ (126,620) (126,620) (126,620) (126,620) (126,620) (126,620) (126,620) (126,620) (126,620) (126,620) 26 Net Cash Flow 118,385$ 626,195 (674,180) 321,838 497,109 379,047 232,181 58,810 (114,163) (308,824) (125,254) 27 Unrestricted Reserve Fund Test 28 Balance At Beginning Of Fiscal Year 17,520,688$ 17,639,073 18,265,268 17,591,088 17,912,926 18,410,035 18,789,081 19,021,263 19,080,072 18,965,909 18,657,085 29 Cash Flow Surplus/(Deficit)118,385$ 626,195 - 321,838 497,109 379,047 232,181 58,810 - - - 30 Reserve Fund Balance Used For Cash Flow Deficit -$ - (674,180) - - - - - (114,163) (308,824) (125,254) 31 Balance At End Of Fiscal Year 17,639,073$ 18,265,268 17,591,088 17,912,926 18,410,035 18,789,081 19,021,263 19,080,072 18,965,909 18,657,085 18,531,831 32 Minimum Working Capital Reserve Target 12,267,925$ 12,286,016 12,677,714 13,191,778 13,729,036 14,290,622 14,877,726 15,491,603 16,133,572 16,805,022 17,309,009 33 Excess/(Deficiency) Of Working Capital To Target 5,371,148$ 5,979,251 4,913,374 4,721,148 4,680,998 4,498,460 4,143,536 3,588,469 2,832,337 1,852,064 1,222,823 1 A 3.75% rate increase became effective at the beginning of FY 2019 (October 1, 2018). Projected revenues for FY 2019 on Line 2 reflect those effective rate increases. Prepared by Stantec Consulting Services Inc. on 7/25/2019 16 Capital Project Funding Summary by Sub Fund Schedule 9 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 315-96426 Facility R & R 125,000$ 128,750$ 132,613$ 136,591$ 140,689$ 144,909$ 149,257$ 153,734$ 158,346$ 163,097$ 167,990$ 315-96443 Res.Container Acquisition 135,000 139,050 143,222 147,518 151,944 156,502 161,197 166,033 171,014 176,144 181,429 315-96444 Comm. Container Acquisition 285,000 293,550 302,357 311,427 320,770 330,393 340,305 350,514 361,029 371,860 383,016 Srts 180001 (Previously 96447) Sw Transfer Station Upgrade & Retrofit 13,000,000 3,204,998 - - - - - - - - - 315-96448 Solid Waste Cng Station - - 530,450 1,092,727 - - - - - - - 315-96804 Recycling Container Acq 90,000 92,700 95,481 98,345 101,296 104,335 119,405 122,987 126,677 130,477 134,392 315-96805 Recycling Exp/Prom & R&R 10,000 10,300 10,609 10,927 11,255 11,593 11,941 12,299 12,668 13,048 13,439 Sr 180003 (Previously 96809 & 10) Processing Center Bldg Replacement - - 1,060,900 3,124,844 - - - - - - - 315-96445 Solar Trash/Recy Kiosks - - - - - - - - - - - 315-96449 Solid Waste Truck Wash Facility - - - - - - - - - - - Revenue Fund - - - - - - - - - - - Total Projects Paid 13,645,000$ 3,869,348$ 2,275,631$ 4,922,380$ 725,953$ 747,732$ 782,104$ 805,567$ 829,734$ 854,626$ 880,265$ Prepared by Stantec Consulting Services Inc. on 7/25/2019 17 Detailed Funding by Fund Schedule 10 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 315-96426 Facility R & R Balance At Beginning Of Fiscal Year 824,539$ 824,539 824,539 824,539 824,539 824,539 824,539 824,539 824,539 824,539 824,539 Annual Revenues 125,000$ 128,750 132,613 136,591 140,689 144,909 149,257 153,734 158,346 163,097 167,990 Less: Annual Expenses -$ - - - - - - - - - - Less: Payment Of Debt Service -$ - - - - - - - - - - Subtotal 949,539$ 953,289 957,151 961,129 965,227 969,448 973,795 978,273 982,885 987,635 992,528 Less: Restricted Funds -$ - - - - - - - - - - Total Amount Available For Projects 949,539$ 953,289 957,151 961,129 965,227 969,448 973,795 978,273 982,885 987,635 992,528 Amount Paid For Projects (125,000)$ (128,750) (132,613) (136,591) (140,689) (144,909) (149,257) (153,734) (158,346) (163,097) (167,990) Subtotal 824,539$ 824,539 824,539 824,539 824,539 824,539 824,539 824,539 824,539 824,539 824,539 Add Back: Restricted Funds -$ - - - - - - - - - - Plus: Interest Earnings 16,491$ 18,552 20,613 20,613 20,613 20,613 20,613 20,613 20,613 20,613 20,613 Less: Interest Allocated To Cash Flow (16,491)$ (18,552) (20,613) (20,613) (20,613) (20,613) (20,613) (20,613) (20,613) (20,613) (20,613) Balance At End Of Fiscal Year 824,539$ 824,539 824,539 824,539 824,539 824,539 824,539 824,539 824,539 824,539 824,539 315-96443 Res.Container Acquisition Balance At Beginning Of Fiscal Year 472,235$ 462,235 452,235 442,235 432,235 422,235 412,235 402,235 402,235 402,235 402,235 Annual Revenues 125,000$ 129,050 133,222 137,518 141,944 146,502 151,197 166,033 171,014 176,144 181,429 Less: Annual Expenses -$ - - - - - - - - - - Less: Payment Of Debt Service -$ - - - - - - - - - - Subtotal 597,235$ 591,285 585,456 579,753 574,178 568,737 563,432 568,268 573,249 578,379 583,663 Less: Restricted Funds -$ - - - - - - - - - - Total Amount Available For Projects 597,235$ 591,285 585,456 579,753 574,178 568,737 563,432 568,268 573,249 578,379 583,663 Amount Paid For Projects (135,000)$ (139,050) (143,222) (147,518) (151,944) (156,502) (161,197) (166,033) (171,014) (176,144) (181,429) Subtotal 462,235$ 452,235 442,235 432,235 422,235 412,235 402,235 402,235 402,235 402,235 402,235 Add Back: Restricted Funds -$ - - - - - - - - - - Plus: Interest Earnings 9,345$ 10,288 11,181 10,931 10,681 10,431 10,181 10,056 10,056 10,056 10,056 Less: Interest Allocated To Cash Flow (9,345)$ (10,288) (11,181) (10,931) (10,681) (10,431) (10,181) (10,056) (10,056) (10,056) (10,056) Balance At End Of Fiscal Year 462,235$ 452,235 442,235 432,235 422,235 412,235 402,235 402,235 402,235 402,235 402,235 315-96444 Comm. Container Acquisition Balance At Beginning Of Fiscal Year 667,998$ 632,998 597,998 562,998 527,998 492,998 457,998 422,998 422,998 422,998 422,998 Annual Revenues 250,000$ 258,550 267,357 276,427 285,770 295,393 305,305 350,514 361,029 371,860 383,016 Less: Annual Expenses -$ - - - - - - - - - - Less: Payment Of Debt Service -$ - - - - - - - - - - Subtotal 917,998$ 891,548 865,355 839,425 813,768 788,391 763,303 773,512 784,028 794,858 806,014 Less: Restricted Funds -$ - - - - - - - - - - Total Amount Available For Projects 917,998$ 891,548 865,355 839,425 813,768 788,391 763,303 773,512 784,028 794,858 806,014 Amount Paid For Projects (285,000)$ (293,550) (302,357) (311,427) (320,770) (330,393) (340,305) (350,514) (361,029) (371,860) (383,016) Subtotal 632,998$ 597,998 562,998 527,998 492,998 457,998 422,998 422,998 422,998 422,998 422,998 Add Back: Restricted Funds -$ - - - - - - - - - - Plus: Interest Earnings 13,010$ 13,849 14,512 13,637 12,762 11,887 11,012 10,575 10,575 10,575 10,575 Less: Interest Allocated To Cash Flow (13,010)$ (13,849) (14,512) (13,637) (12,762) (11,887) (11,012) (10,575) (10,575) (10,575) (10,575) Balance At End Of Fiscal Year 632,998$ 597,998 562,998 527,998 492,998 457,998 422,998 422,998 422,998 422,998 422,998 Srts 180001 (Previously 96447) Sw Transfer Station Upgrade & Retrofit Balance At Beginning Of Fiscal Year 16,111,649$ 3,111,649 - - - - - - - - - Annual Revenues -$ 93,349 - - - - - - - - - Less: Annual Expenses -$ - - - - - - - - - - Less: Payment Of Debt Service -$ - - - - - - - - - - Subtotal 16,111,649$ 3,204,998 - - - - - - - - - Less: Restricted Funds -$ - - - - - - - - - - Total Amount Available For Projects 16,111,649$ 3,204,998 - - - - - - - - - Amount Paid For Projects (13,000,000)$ (3,204,998) - - - - - - - - - Subtotal 3,111,649$ - - - - - - - - - - Add Back: Restricted Funds -$ - - - - - - - - - - Plus: Interest Earnings 192,233$ 35,006 - - - - - - - - - Less: Interest Allocated To Cash Flow (192,233)$ (35,006) - - - - - - - - - Balance At End Of Fiscal Year 3,111,649$ - - - - - - - - - - Prepared by Stantec Consulting Services Inc. on 7/25/2019 18 Detailed Funding by Fund Schedule 10 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 315-96448 Solid Waste Cng Station Balance At Beginning Of Fiscal Year 150,000$ 150,000 150,000 1,092,727 - - - - - - - Annual Revenues -$ - 1,473,177 - - - - - - - - Less: Annual Expenses -$ - - - - - - - - - - Less: Payment Of Debt Service -$ - - - - - - - - - - Subtotal 150,000$ 150,000 1,623,177 1,092,727 - - - - - - - Less: Restricted Funds -$ - - - - - - - - - - Total Amount Available For Projects 150,000$ 150,000 1,623,177 1,092,727 - - - - - - - Amount Paid For Projects -$ - (530,450) (1,092,727) - - - - - - - Subtotal 150,000$ 150,000 1,092,727 - - - - - - - - Add Back: Restricted Funds -$ - - - - - - - - - - Plus: Interest Earnings 3,000$ 3,375 15,534 13,659 - - - - - - - Less: Interest Allocated To Cash Flow (3,000)$ (3,375) (15,534) (13,659) - - - - - - - Balance At End Of Fiscal Year 150,000$ 150,000 1,092,727 - - - - - - - - 315-96804 Recycling Container Acq Balance At Beginning Of Fiscal Year 343,760$ 343,760 343,760 343,760 343,760 343,760 343,760 343,760 343,760 343,760 343,760 Annual Revenues 90,000$ 92,700 95,481 98,345 101,296 104,335 119,405 122,987 126,677 130,477 134,392 Less: Annual Expenses -$ - - - - - - - - - - Less: Payment Of Debt Service -$ - - - - - - - - - - Subtotal 433,760$ 436,460 439,241 442,106 445,056 448,095 463,166 466,748 470,437 474,238 478,152 Less: Restricted Funds -$ - - - - - - - - - - Total Amount Available For Projects 433,760$ 436,460 439,241 442,106 445,056 448,095 463,166 466,748 470,437 474,238 478,152 Amount Paid For Projects (90,000)$ (92,700) (95,481) (98,345) (101,296) (104,335) (119,405) (122,987) (126,677) (130,477) (134,392) Subtotal 343,760$ 343,760 343,760 343,760 343,760 343,760 343,760 343,760 343,760 343,760 343,760 Add Back: Restricted Funds -$ - - - - - - - - - - Plus: Interest Earnings 6,875$ 7,735 8,594 8,594 8,594 8,594 8,594 8,594 8,594 8,594 8,594 Less: Interest Allocated To Cash Flow (6,875)$ (7,735) (8,594) (8,594) (8,594) (8,594) (8,594) (8,594) (8,594) (8,594) (8,594) Balance At End Of Fiscal Year 343,760$ 343,760 343,760 343,760 343,760 343,760 343,760 343,760 343,760 343,760 343,760 315-96805 Recycling Exp/Prom & R&R Balance At Beginning Of Fiscal Year 117,149$ 117,149 117,149 117,149 117,149 117,149 117,149 117,149 117,149 117,149 117,149 Annual Revenues 10,000$ 10,300 10,609 10,927 11,255 11,593 11,941 12,299 12,668 13,048 13,439 Less: Annual Expenses -$ - - - - - - - - - - Less: Payment Of Debt Service -$ - - - - - - - - - - Subtotal 127,149$ 127,449 127,758 128,076 128,404 128,742 129,090 129,448 129,817 130,197 130,588 Less: Restricted Funds -$ - - - - - - - - - - Total Amount Available For Projects 127,149$ 127,449 127,758 128,076 128,404 128,742 129,090 129,448 129,817 130,197 130,588 Amount Paid For Projects (10,000)$ (10,300) (10,609) (10,927) (11,255) (11,593) (11,941) (12,299) (12,668) (13,048) (13,439) Subtotal 117,149$ 117,149 117,149 117,149 117,149 117,149 117,149 117,149 117,149 117,149 117,149 Add Back: Restricted Funds -$ - - - - - - - - - - Plus: Interest Earnings 2,343$ 2,636 2,929 2,929 2,929 2,929 2,929 2,929 2,929 2,929 2,929 Less: Interest Allocated To Cash Flow (2,343)$ (2,636) (2,929) (2,929) (2,929) (2,929) (2,929) (2,929) (2,929) (2,929) (2,929) Balance At End Of Fiscal Year 117,149$ 117,149 117,149 117,149 117,149 117,149 117,149 117,149 117,149 117,149 117,149 Sr 180003 (Previously 96809 & 10) Processing Center Bldg Replacement Balance At Beginning Of Fiscal Year 3,859,675$ 3,859,675 3,859,675 2,798,775 - - - - - - - Annual Revenues -$ - - 326,069 - - - - - - - Less: Annual Expenses -$ - - - - - - - - - - Less: Payment Of Debt Service -$ - - - - - - - - - - Subtotal 3,859,675$ 3,859,675 3,859,675 3,124,844 - - - - - - - Less: Restricted Funds -$ - - - - - - - - - - Total Amount Available For Projects 3,859,675$ 3,859,675 3,859,675 3,124,844 - - - - - - - Amount Paid For Projects -$ - (1,060,900) (3,124,844) - - - - - - - Subtotal 3,859,675$ 3,859,675 2,798,775 - - - - - - - - Add Back: Restricted Funds -$ - - - - - - - - - - Plus: Interest Earnings 77,194$ 86,843 83,231 34,985 - - - - - - - Less: Interest Allocated To Cash Flow (77,194)$ (86,843) (83,231) (34,985) - - - - - - - Balance At End Of Fiscal Year 3,859,675$ 3,859,675 2,798,775 - - - - - - - - Prepared by Stantec Consulting Services Inc. on 7/25/2019 19 Detailed Funding by Fund Schedule 10 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 315-96445 Solar Trash/Recy Kiosks Balance At Beginning Of Fiscal Year 25,232$ 50,232 75,232 100,232 125,232 150,232 175,232 200,232 200,232 200,232 200,232 Annual Revenues 25,000$ 25,000 25,000 25,000 25,000 25,000 25,000 - - - - Less: Annual Expenses -$ - - - - - - - - - - Less: Payment Of Debt Service -$ - - - - - - - - - - Subtotal 50,232$ 75,232 100,232 125,232 150,232 175,232 200,232 200,232 200,232 200,232 200,232 Less: Restricted Funds -$ - - - - - - - - - - Total Amount Available For Projects 50,232$ 75,232 100,232 125,232 150,232 175,232 200,232 200,232 200,232 200,232 200,232 Amount Paid For Projects -$ - - - - - - - - - - Subtotal 50,232$ 75,232 100,232 125,232 150,232 175,232 200,232 200,232 200,232 200,232 200,232 Add Back: Restricted Funds -$ - - - - - - - - - - Plus: Interest Earnings 755$ 1,411 2,193 2,818 3,443 4,068 4,693 5,006 5,006 5,006 5,006 Less: Interest Allocated To Cash Flow (755)$ (1,411) (2,193) (2,818) (3,443) (4,068) (4,693) (5,006) (5,006) (5,006) (5,006) Balance At End Of Fiscal Year 50,232$ 75,232 100,232 125,232 150,232 175,232 200,232 200,232 200,232 200,232 200,232 315-96449 Solid Waste Truck Wash Facility Balance At Beginning Of Fiscal Year 555,500$ 555,500 555,500 555,500 555,500 555,500 555,500 555,500 555,500 555,500 555,500 Annual Revenues -$ - - - - - - - - - - Less: Annual Expenses -$ - - - - - - - - - - Less: Payment Of Debt Service -$ - - - - - - - - - - Subtotal 555,500$ 555,500 555,500 555,500 555,500 555,500 555,500 555,500 555,500 555,500 555,500 Less: Restricted Funds -$ - - - - - - - - - - Total Amount Available For Projects 555,500$ 555,500 555,500 555,500 555,500 555,500 555,500 555,500 555,500 555,500 555,500 Amount Paid For Projects -$ - - - - - - - - - - Subtotal 555,500$ 555,500 555,500 555,500 555,500 555,500 555,500 555,500 555,500 555,500 555,500 Add Back: Restricted Funds -$ - - - - - - - - - - Plus: Interest Earnings 11,110$ 12,499 13,888 13,888 13,888 13,888 13,888 13,888 13,888 13,888 13,888 Less: Interest Allocated To Cash Flow (11,110)$ (12,499) (13,888) (13,888) (13,888) (13,888) (13,888) (13,888) (13,888) (13,888) (13,888) Balance At End Of Fiscal Year 555,500$ 555,500 555,500 555,500 555,500 555,500 555,500 555,500 555,500 555,500 555,500 Revenue Fund Balance At Beginning Of Fiscal Year 17,520,688$ 17,639,073 18,265,268 17,591,088 17,912,926 18,410,035 18,789,081 19,021,263 19,080,072 18,965,909 18,657,085 Net Cash Flow 118,385$ 626,195 (674,180) 321,838 497,109 379,047 232,181 58,810 (114,163) (308,824) (125,254) Less: Cash-Funded Capital Projects -$ - - - - - - - - - - Less: Payment Of Debt Service -$ - - - - - - - - - - Subtotal 17,639,073$ 18,265,268 17,591,088 17,912,926 18,410,035 18,789,081 19,021,263 19,080,072 18,965,909 18,657,085 18,531,831 Less: Restricted Funds (12,267,925)$ (12,286,016) (12,677,714) (13,191,778) (13,729,036) (14,290,622) (14,877,726) (15,491,603) (16,133,572) (16,805,022) (17,309,009) Total Amount Available For Projects 5,371,148$ 5,979,251 4,913,374 4,721,148 4,680,998 4,498,460 4,143,536 3,588,469 2,832,337 1,852,064 1,222,823 Amount Paid For Projects -$ - - - - - - - - - - Subtotal 5,371,148$ 5,979,251 4,913,374 4,721,148 4,680,998 4,498,460 4,143,536 3,588,469 2,832,337 1,852,064 1,222,823 Add Back: Restricted Funds 12,267,925$ 12,286,016 12,677,714 13,191,778 13,729,036 14,290,622 14,877,726 15,491,603 16,133,572 16,805,022 17,309,009 Plus: Interest Earnings 351,598$ 403,924 448,204 443,800 454,037 464,989 472,629 476,267 475,575 470,287 464,861 Less: Interest Allocated To Cash Flow (351,598)$ (403,924) (448,204) (443,800) (454,037) (464,989) (472,629) (476,267) (475,575) (470,287) (464,861) Balance At End Of Fiscal Year 17,639,073$ 18,265,268 17,591,088 17,912,926 18,410,035 18,789,081 19,021,263 19,080,072 18,965,909 18,657,085 18,531,831 Prepared by Stantec Consulting Services Inc. on 7/25/2019 20 Schedule 11 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 Term (Years)30 30 30 30 30 30 30 30 30 30 30 Interest Rate 5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00%5.00% Sources of Funds Par Amount -$ - - - - - - - - - - Uses of Funds Proceeds -$ - - - - - - - - - - Cost of Issuance 1.50%of Par -$ - - - - - - - - - - Debt Service Reserve 1 Year(s) of Debt Service -$ - - - - - - - - - - Total Uses -$ - - - - - - - - - - 1 Year Interest -$ - - - - - - - - - - Annual Debt Service -$ - - - - - - - - - - Total Debt Service -$ - - - - - - - - - - Cumulative New Annual Senior Lien Debt Service1 -$ - - - - - - - - - - 1Reflects interest-only payment due in year of issuance. Senior Lien Borrowing Projections Prepared by Stantec Consulting Services Inc. on 7/25/2019 21 Cost Allocation - Solid Waste vs Recycling Schedule 12 FY 2019 FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 FY 2025 FY 2026 FY 2027 FY 2028 FY 2029 Solid Waste Charges for Services - Solid Waste 20,622,159$ 21,395,490 22,197,821 23,030,239 23,893,873 24,789,893 25,719,514 26,683,996 27,684,646 28,722,820 29,799,926 Charges for Services - Roll-Off 2,000,000$ 1,950,500 1,962,934 2,036,544 2,112,915 2,192,149 2,274,355 2,359,643 2,448,130 2,539,935 2,635,182 Other Revenue 1,157,475$ 1,123,548 1,107,603 1,107,603 1,107,603 1,107,603 1,107,603 1,107,603 1,107,603 1,107,603 1,107,603 Interest Income 611,962$ 529,869 550,306 499,670 463,700 472,641 478,570 481,368 480,738 475,927 470,990 Subtotal Revenue 24,391,596$ 24,999,407 25,818,664 26,674,056 27,578,091 28,562,287 29,580,042 30,632,610 31,721,116 32,846,285 34,013,701 Personal Services 6,497,910$ 7,121,020 7,462,242 7,784,923 8,121,963 8,474,024 8,841,798 9,226,012 9,627,428 10,046,843 10,485,094 Operations & Maintenance 14,452,250$ 13,782,995 14,107,529 14,680,730 15,281,038 15,909,861 16,568,685 17,259,078 17,982,696 18,741,286 19,139,884 Capital Outlay 42,130$ 42,130 42,130 42,130 42,130 42,130 42,130 42,130 42,130 42,130 42,130 Transfers to General Fund 1,246,340$ 1,271,730 1,294,379 1,332,743 1,376,667 1,426,070 1,477,326 1,530,503 1,585,675 1,642,916 1,702,304 Cash Funded CIP (Including Escalation)525,000$ 634,699 2,031,368 575,536 593,402 611,804 630,759 670,281 690,390 711,101 732,434 Subtotal Expenses 22,763,630$ 22,852,574 24,937,648 24,416,063 25,415,200 26,463,889 27,560,697 28,728,005 29,928,319 31,184,277 32,101,846 % of Solid Waste Costs Recovered 107.2%109.4%103.5%109.2%108.5%107.9%107.3%106.6%106.0%105.3%106.0% Recycling Charges for Services - Recycling 2,222,633$ 2,305,982 2,392,456 2,482,173 2,575,255 2,671,827 2,772,021 2,875,971 2,983,820 3,095,713 3,211,803 Other Revenue 114,600$ 114,600 114,600 114,600 114,600 114,600 114,600 114,600 114,600 114,600 114,600 Interest Income 60,125$ 52,337 54,493 49,479 45,917 46,802 47,389 47,666 47,604 47,127 46,639 Subtotal Revenue 2,397,359$ 2,472,919 2,561,549 2,646,252 2,735,772 2,833,229 2,934,010 3,038,237 3,146,024 3,257,441 3,373,041 Personal Services 1,193,390$ 1,350,260 1,409,226 1,470,816 1,535,183 1,602,457 1,672,773 1,746,275 1,823,112 1,903,441 1,987,427 Operations & Maintenance 2,392,300$ 2,317,758 2,376,431 2,447,086 2,519,888 2,594,902 2,672,196 2,751,841 2,833,908 2,918,473 3,005,612 Capital Outlay 85,950$ 84,490 84,490 84,490 84,490 84,490 84,490 84,490 84,490 84,490 84,490 Transfers to General Fund 135,300$ 138,050 140,509 144,673 149,441 154,804 160,368 166,141 172,130 178,343 184,790 Cash Funded CIP (Including Escalation)100,000$ 103,000 106,090 435,342 112,551 115,927 131,346 135,286 139,345 143,525 147,831 Subtotal Expenses 3,906,940$ 3,993,558 4,116,745 4,582,408 4,401,554 4,552,580 4,721,173 4,884,032 5,052,984 5,228,272 5,410,150 % of Recycling Costs Recovered 61.4%61.9%62.2%57.7%62.2%62.2%62.1%62.2%62.3%62.3%62.3% Total Revenue 26,788,955$ 27,472,327 28,380,213 29,320,308 30,313,862 31,395,516 32,514,051 33,670,847 34,867,141 36,103,726 37,386,742 Total Expenses 26,670,570$ 26,846,132 29,054,393 28,998,470 29,816,753 31,016,469 32,281,870 33,612,037 34,981,303 36,412,549 37,511,996 % of Total Costs Recovered by Total Revenue 100.4%102.3%97.7%101.1%101.7%101.2%100.7%100.2%99.7%99.2%99.7% City of Clearwater, FL Solid Waste & Recycling Revenue Sufficiency Analysis Financial Planning & Rate-Setting History City’s practice – adopt multi-year rate plans Current approved plan of 3.75% expired in FY 2019 City conducts annual or bi-annual revenue sufficiency studies for all its utility funds Validate, revise, and/or develop plans as needed Interactive model & decision support Key Challenges $540K6.0% Annual Rate Increases at Pinellas County landfill -13% Increase in Personnel Costs per Compensation & Classification Study Reduction in Roll off revenues $16M Funding of Transfer Station Financial Plan Summary Financial Plan Fiscal Year FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 Rate Adjustment 3.75%3.75%3.75%3.75%3.75% Monthly Bill $32.91 $34.14 $35.42 $36.75 $38.13 $ Change $1.19 $1.23 $1.28 $1.33 $1.38 Operating Fund CIP Spending Revenues vs. Expenses CIP Funding $0.0M $10.0M $20.0M $30.0M $40.0M 18 19 20 21 22 23 24 Current Plan Target $0.0M $10.0M $20.0M $30.0M $40.0M 19 20 21 22 23 24 O&M Cash In Cash Out BelleairCity of TampaClearwaterSt. PetersburgGulfportLargoDunedinHillsborough County OldsmarPasco CountyPinellas Park $- $ 5 $ 10 $ 15 $ 20 $ 25 $ 30 $ 35 $ 40 FY 19 & FY 20 Residential Solid Waste & Recycling BillLocal Cost Comparison Note: The bill comparisons presented on this survey do not consider frequency of trash and recycling pick up service or additional sanitation services/charges provided by each community. The level of service provided varies significantly by community. Recommendations Summary •Approve a new 5-year plan of annual rate adjustments (FY 2020 thru FY 2024) •Financial Management Plan as presented: Ensures adequate reserve balances •Annual or bi-annual updates so necessary changes can be made to Financial Plan Driven by: updated revenue and expense data changes in economic conditions contractual service costs regulatory requirements 2020 Utility Bill Impact Analysis Typical Single-Family Residential Monthly Utility Bill 3,000 gallons of water & sewer volume FY 19 FY 20 $ Change % Change Domestic Water $22.29 $23.18 $0.89 4.0% Sewer 30.66 31.89 1.23 4.0% Solid Waste 28.80 29.88 1.08 3.75% Recycling 2.92 3.03 0.11 3.75% Stormwater 14.65 13.40 -1.25 -8.50% 10% Utility Tax on Water 2.23 2.32 0.09 4.0% Total $101.55 $103.70 $2.15 2.12% Questions & Discussion Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6536 Agenda Date: 8/12/2019 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Solid Waste/General Services Agenda Number: 3.2 SUBJECT/RECOMMENDATION: Authorize surplus disposition of G3669, G3948, and G3950 via auction to the highest bidder, pursuant to Clearwater Code of Ordinances Section 2.622, Surplus Personal Property, and authorize the appropriate officials to execute same. (consent) SUMMARY: G3669 2010 Ford Crown Victoria was involved in a traffic crash on June 28, 2019 and subsequently was removed from service on July 8, 2019, based upon damage sustained during this crash. The estimated retail value for this vehicle was $5,164.00. G3948 2013 Chevrolet Caprice needs extensive engine repairs due to camshaft failure. The estimated repair cost is $3,600.00. This vehicle is almost at the end of life and with an estimated value of $6,125.00 the Police Department has declined to spend the money to repair and has decided to turn the vehicle in for auction. G3950 2013 Chevrolet Caprice needs extensive engine repairs due to camshaft failure. The estimated repair cost is $2,800.00. This vehicle is almost at the end of life and with an estimated value of $6,125.00 the Police Department has declined to spend the money to repair and has decided to turn the vehicle in for auction. City Council authorization for surplus is required in accordance with Code Section 2.622, when the sale of common bulk items is estimated to exceed $5,000. APPROPRIATION CODE AND AMOUNT: 566-00000-364413- Surplus Vehicles Page 1 City of Clearwater Printed on 8/10/2019 ITEM #ASSET G#ASSET ID NUMBER YEAR DESCRIPTION MILEAGE 1 G3669 2FABP7BV4AX117403 2010 FORD CROWN VIC 77,230 2 G3948 6G1MK5U24DL829562 2013 CHEVROLET CAPRICE 65,699 3 G3950 6G1MK5U25DL829392 2013 CHEVROLET CAPRICE 69,866 REASON FOR SURPLUS/DISPOSAL REPLACED BY wrecked 6/28/19 TBD Too costly to repair TBD Too costly to repair TBD 6/27/2019 2013 Chevrolet Caprice Police Patrol Vehicle Sedan 4D Police Prices, Values & Specs - NADAguides https://www.nadaguides.com/Cars/2013/Chevrolet/Caprice-V6/Sedan-4D-Police/Values/Print 1/2 NADAguides Value Report 6/27/2019 2013 Chevrolet Caprice Police Patrol Vehicle Sedan 4D Police Values  Rough Trade-In Average Trade-In Clean Trade-In Clean Retail Base Price $5,075 $6,250 $7,225 $9,925 Mileage (65,699)$1,050 $1,050 $1,050 $1,050 Total Base Price $6,125 $7,300 $8,275 $10,975 Options (add) Price + Options $6,125 $7,300 $8,275 $10,975 Certied Pre-Owned (CPO)+$800 Certied Price with Options $11,775 Rough Trade-In - Rough Trade-in values reect a vehicle in rough condition. Meaning a vehicle with signicant mechanical defects requiring repairs in order to restore reasonable running condition. Paint, body and wheel surfaces have considerable damage to their nish, which may include dull or faded (oxidized) paint, small to medium size dents, frame damage, rust or obvious signs of previous repairs. Interior reects above average wear with inoperable equipment, damaged or missing trim and heavily soiled /permanent imperfections on the headliner, carpet, and upholstery. Vehicle may have a branded title and un-true mileage. Vehicle will need substantial reconditioning and repair to be made ready for resale. Some existing issues may be difcult to restore. Because individual vehicle condition varies greatly, users of NADAguides.com may need to make independent adjustments for actual vehicle condition. Average Trade-In - The Average Trade-In values on nadaguides.com are meant to reect a vehicle in average condition. A vehicle that is mechanically sound but may require some repairs/servicing to pass all necessary inspections; Paint, body and wheel surfaces have moderate imperfections and an average nish and shine which can be improved with restorative repair; Interior reects some soiling and wear in relation to vehicle age, with all equipment operable or requiring minimal effort to make operable; Clean title history; Vehicle will need a fair degree of reconditioning to be made ready for resale. Because individual vehicle condition varies greatly, users of nadaguides.com may need to make independent adjustments for actual vehicle condition. Clean Trade-In - Clean Trade-In values reect a vehicle in clean condition. This means a vehicle with no mechanical defects and passes all necessary inspections with ease. Paint, body and wheels have minor surface scratching with a high gloss nish and shine. Interior reects minimal soiling and wear with all equipment in complete working order. Vehicle has a clean title history. Vehicle will need minimal reconditioning to be made ready for resale. Because individual vehicle condition varies greatly, users of NADAguides.com may need to make independent adjustments for actual vehicle condition. Clean Retail - Clean Retail values reect a vehicle in clean condition. This means a vehicle with no mechanical defects and passes all necessary inspections with ease. Paint, body and wheels have minor surface scratching with a high gloss nish and shine. Interior reects minimal soiling and wear with all equipment in complete working order. Vehicle has a clean title history. Because individual vehicle condition varies greatly, users of NADAguides.com may need to make independent adjustments for actual vehicle condition. Note: Vehicles with low mileage that are in exceptionally good condition and/or include a manufacturer certication can be worth a signicantly higher value than the Clean Retail price shown. Popular Chevrolet Mod… Chevrolet Silverado 1500 Chevrolet Equinox Chevrolet Silverado 2500HD Chevrolet Colorado Popular Chevrolet Vehi… 2019 Chevrolet Silverado 1500 2019 Chevrolet Equinox 2019 Chevrolet Corvette 2019 Chevrolet Colorado 6/27/2019 2013 Chevrolet Caprice Police Patrol Vehicle Sedan 4D Police Prices, Values & Specs - NADAguides https://www.nadaguides.com/Cars/2013/Chevrolet/Caprice-V6/Sedan-4D-Police/Values/Print 2/2 Chevrolet Corvette Chevrolet Camaro Chevrolet Traverse Chevrolet Tahoe Chevrolet Cruze Chevrolet Malibu 2019 Chevrolet Silverado 2500HD 2019 Chevrolet Traverse 2018 Chevrolet Silverado 1500 2018 Chevrolet Equinox 2018 Chevrolet Colorado 2018 Chevrolet Camaro Car Shopping Guides 10 Most Popular Midsize SUVs … Most Reliable Crossovers and S… 10 Most Popular Luxury Cars 2019 Vehicle Dependability: Mo… Most Dependable Family SUVs:… Most Dependable Trucks: 2018 … 2019 Vehicle Dependability: Mo… Most Reliable Luxury Crossover… 10 Most Popular Midsize Cars 2019 Vehicle Dependability: Mo… Cars By Price Under $15,000 $15,000 - $25,000 $25,000 - $35,000 $35,000 - $45,000 $45,000 - $55,000 $55,000 - $65,000 $65,000 - $75,000 Over $75.000 © 2019 J.D. Power. All rights reserved. ® A registered trademark of the National Automobile Dealers Association, under license to J.D. Power.      Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6534 Agenda Date: 8/12/2019 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 4.1 SUBJECT/RECOMMENDATION: Approve a decrease of residential and commercial Stormwater Utility rates by 8.5% per Equivalent Residential Unit (ERU) beginning October 1, 2019 and increases of residential and commercial Stormwater Utility rates by 0.5% ERU beginning October 1, 2020 and October 1, 2021; and pass Ordinance 9305-19 on first reading. SUMMARY: Council adopted five years of Stormwater rate increases in August 2017 at a rate of 0.5% per year for fiscal years 2018 through 2022. Per this agenda item, staff is recommending a revision of the remaining three years, fiscal years 2020 through 2022. Stantec Consulting Services’ (SCS) 2017 revenue sufficiency and financial forecast analysis showed that an increase of 0.5% was needed for fiscal year 2020 ($14.72). Due to project management and operating savings, SCS 2019 revenue sufficiency analysis shows Fiscal Year (FY) 2020 can be reduced to $13.40, an 8.5% decrease instead of a 0.5% increase as approved in 2017, with additional 0.5% increases needed for FY2021 ($13.47) and FY2022 ($13.54). Per Stantec’s analysis, additional 0.5% increases would be required for the remaining seven years of the ten-year rate study forecast. An equivalent alternative for council consideration is the same 8.5% decrease for FY2020 ($13.40), followed by 0.0% increases for FY2021 and FY2022. Per Stantec’s review, additional 1.0% increases would be required for the remaining seven years of the ten-year rate study forecast under this option. Since the 2017 rate increases were passed, several significant flood control and water quality projects have been completed, or are underway, including Mango Outfall, Magnolia Outfall, East Gateway, Hillcrest Bypass and Druid Rd/Allens Creek Storm System. Individual projects have previously been approved or will be presented to Council for future approval. Page 1 City of Clearwater Printed on 8/10/2019 ORDINANCE NO. 9305-19 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE CLEARWATER CODE OF ORDINANCES, APPENDIX A, SCHEDULE OF FEES, RATES AND CHARGES, ARTICLE XXIV,PUBLIC WORKS-FEES,RATES AND CHARGES, SECTION (3)(E)STORMWATER MANAGEMENT UTILITY RATES; PROVIDING AN EFFECTIVE DATE. WHEREAS, pursuant to the 2019 Stantec Consulting Services’ Stormwater Revenue Sufficiency Analysis, the City’s Engineering Department (the Department) determines that due to current capital and operating cost projections, the previously adopted .50% rate increase for 10/01/2019 can be changed to an 8.5% decrease in year 2020 and with years 2021 and 2022 remain at .50% rate increase; and WHEREAS, this ordinance reflects such proposed rate changes; and NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA THAT: Section 1. Appendix A, Article XXIV Public Works--Fees, Rates, and Charges, Section (3)(e) Stormwater Management Utility Rates, Clearwater Code of Ordinances be amended by adding the underlined language and deleting the stricken language as follows: XXIV. PUBLIC WORKS—FEES, RATES AND CHARGES ********* (3) Rates: ********* (e) Stormwater management utility rates. The stormwater management utility rates shall be based upon the revenue requirements for the construction, administration, management, engineering, operation and maintenance of the stormwater management system, and the adopted capital improvement program funding needs of the system. For the purpose of these rates, the terms shall have the meanings set forth in section 32.242 or, if not defined in section 32.242, in sections 32.002 or 1.02. [A04-01311 /204642/2]Ordinance 9061-17 1.Basic rate. The rate per month for one equivalent residential unit or ERU shall be established as specified below and shall be effective for bills issued on or after the dates indicated: Effective 10/1/17 19 10/1/18 20 10/ 1/19 21 Per ERU $14.72 $ 14.79 $ 14.86 $13.40 $ 13.47 $ 13.54 ********* Section 2. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED George N. Cretekos Mayor Approved as to form:Attest: Michael Fuino Assistant City Attorney Rosemarie Call City Clerk [A04-01311 /204642/2]2 Ordinance 9061-17 ORDINANCE NO. 9305-19 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, AMENDING THE CLEARWATER CODE OF ORDINANCES, APPENDIX A, SCHEDULE OF FEES, RATES AND CHARGES, ARTICLE XXIV,PUBLIC WORKS-FEES,RATES AND CHARGES, SECTION (3)(E)STORMWATER MANAGEMENT UTILITY RATES; PROVIDING AN EFFECTIVE DATE. WHEREAS, pursuant to the 2019 Stantec Consulting Services’ Stormwater Revenue Sufficiency Analysis, the City’s Engineering Department (the Department) determines that due to current capital and operating cost projections, the previously adopted .50% rate increase for 10/01/2019 can be changed to an 8.5% decrease in rates in year 2020, and with years 2021 and 2022 receiving 0% rate increases; and WHEREAS, this ordinance reflects such proposed rate changes; and NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA THAT: Section 1. Appendix A, Article XXIV Public Works--Fees, Rates, and Charges, Section (3)(e) Stormwater Management Utility Rates, Clearwater Code of Ordinances be amended by adding the underlined language and deleting the stricken language as follows: XXIV. PUBLIC WORKS—FEES, RATES AND CHARGES ********* (3) Rates: ********* (e) Stormwater management utility rates. The stormwater management utility rates shall be based upon the revenue requirements for the construction, administration, management, engineering, operation and maintenance of the stormwater management system, and the adopted capital improvement program funding needs of the system. For the purpose of these rates, the terms shall have the meanings set forth in section 32.242 or, if not defined in section 32.242, in sections 32.002 or 1.02. [A04-01311 /204642/2]Ordinance 9061-17 1.Basic rate. The rate per month for one equivalent residential unit or ERU shall be established as specified below and shall be effective for bills issued on or after the dates indicated: Effective 10/1/17 19 10/1/18 20 10/ 1/19 21 Per ERU $14.72 $ 14.79 $ 14.86 $13.40 $ 13.40 $ 13.40 ********* Section 2. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING PASSED ON SECOND AND FINAL READING AND ADOPTED George N. Cretekos Mayor Approved as to form:Attest: Michael Fuino Assistant City Attorney Rosemarie Call City Clerk [A04-01311 /204642/2]2 Ordinance 9061-17 City of Clearwater, FL Stormwater Revenue Sufficiency Analysis Financial Planning & Rate-Setting History City’s practice – adopt multi-year rate plans Current approved plan = 0.50% each year thru FY 2022 City conducts annual or bi-annual revenue sufficiency studies for all its utility funds Validate, revise, and/or develop rate plans as needed Interactive model & decision support Overview of the Process INPUTS Historical Financial Data Customer & Demand Forecast Capital & Operating Plans Policy Considerations Regulatory Requirements OUTPUTS Revenue & Operating Cost Forecast Capital Funding Plan & New Debt Reserves, Debt Coverage, KPI’s Rate Adjustment Requirements Customer Impacts FINANCIAL MANAGEMENT PLAN Interactive Model & Decision Support FAMS-XL Key Assumptions No future grant receipts although staff will continue to pursue No sizable costs stemming from regulations Retirement of 2014 Series Bonds in FY 2020 and 2013 Series Bonds in FY 2022 Key Financial Performance Targets Sufficient Operating Reserves (6 Mo. O&M) Indicative of financially strong utility per rating agencies Maintaining Sufficient Debt Coverage (1.5x) Indicative of financially strong utility per rating agencies Debt Service Coverage Net Income Debt Service Expense Financial Plan Summary Financial Plan Fiscal Year FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 OPTION 1 Rate Adjustment -8.5%0.5%0.5%0.5%0.5% Monthly Bill $13.40 $13.47 $13.54 $13.61 $13.68 $ Change -$1.25 $0.07 $0.07 $0.07 $0.07 OPTION 2 Rate Adjustment -8.5%0.0%0.0%1.0%1.0% Monthly Bill $13.40 $13.40 $13.40 $13.53 $13.67 $ Change -$1.25 $0.00 $0.00 $0.13 $0.14 Recommendation is to update rate adjustments for current plan thru FY 2022 only and then adopt new plan in the future FY 19 & FY 20 Residential Stormwater BillLocal Cost Comparison Recommendations Summary •Amend rate ordinance thru FY 2022 •Either Option (1 or 2) Both have 8.50% rate reduction in FY 2020 Both ensure adequate reserve balances Both ensure debt coverage > 2.0x •Annual or bi-annual updates so necessary changes can be made to Financial Plan Driven by: updated revenue and expense data changes in economic conditions contractual service costs regulatory requirements Questions & Discussion City of Clearwater, FL Stormwater Revenue Sufficiency Analysis Financial Planning & Rate-Setting History City’s practice – adopt multi-year rate plans Current approved plan = 0.50% each year thru FY 2022 City conducts annual or bi-annual revenue sufficiency studies for all its utility funds Validate, revise, and/or develop rate plans as needed Interactive model & decision support Overview of the Process INPUTS Historical Financial Data Customer & Demand Forecast Capital & Operating Plans Policy Considerations Regulatory Requirements OUTPUTS Revenue & Operating Cost Forecast Capital Funding Plan & New Debt Reserves, Debt Coverage, KPI’s Rate Adjustment Requirements Customer Impacts FINANCIAL MANAGEMENT PLAN Interactive Model & Decision Support FAMS-XL Key Assumptions No future grant receipts although staff will continue to pursue No sizable costs stemming from regulations Retirement of 2014 Series Bonds in FY 2020 and 2013 Series Bonds in FY 2022 Key Financial Performance Targets Sufficient Operating Reserves (6 Mo. O&M) Indicative of financially strong utility per rating agencies Maintaining Sufficient Debt Coverage (1.5x) Indicative of financially strong utility per rating agencies Debt Service Coverage Net Income Debt Service Expense Financial Plan Summary Financial Plan Fiscal Year FY 2020 FY 2021 FY 2022 FY 2023 FY 2024 OPTION 1 Rate Adjustment -8.5%0.5%0.5%0.5%0.5% Monthly Bill $13.40 $13.47 $13.54 $13.61 $13.68 $ Change -$1.25 $0.07 $0.07 $0.07 $0.07 OPTION 2 Rate Adjustment -8.5%0.0%0.0%1.0%1.0% Monthly Bill $13.40 $13.40 $13.40 $13.53 $13.67 $ Change -$1.25 $0.00 $0.00 $0.13 $0.14 Recommendation is to update rate adjustments for current plan through FY 2022 only and then adopt new plan in the future FY 19 & FY 20 Residential Stormwater BillLocal Cost Comparison Recommendations Summary •Amend rate ordinance thru FY 2022 •Either Option (1 or 2) Both have 8.50% rate reduction in FY 2020 Both ensure adequate reserve balances Both ensure debt coverage > 2.0x •Annual or bi-annual updates so necessary changes can be made to Financial Plan Driven by: updated revenue and expense data changes in economic conditions contractual service costs regulatory requirements Questions & Discussion Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ORD #9304-19 Agenda Date: 8/12/2019 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: Engineering Department Agenda Number: 4.2 SUBJECT/RECOMMENDATION: Approve the request from the owner of property addressed as 1572 Eunice Ln. to vacate the East 1.5 feet of a platted 30-foot Drainage Easement, lying over that portion of property described in Official Records Book 10868, Page 781, also being a portion of Lot 6, Brookhill Terrace, as recorded in Plat Book 49, Page 14, of the Public Records of Pinellas County, Florida, and pass Ordinance 9304-19 on first reading. SUMMARY: The property owner at 1572 Eunice Ln., Clearwater, has requested that the City vacate 1.5 feet of a platted 30-foot Drainage Easement along the rear of their property. The pool deck was constructed approximately 1 foot into the easement. The purpose of this vacation will be to allow the homeowner’s pool deck and screen enclosure to not encumber into a portion of the easement. There are no utilities present within this easement. Staff has reviewed this vacation and has no objection. Page 1 City of Clearwater Printed on 8/10/2019 1 Ord. No. 9304-19 ORDINANCE NO. 9304-19 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, VACATING THE EAST 1.5’ OF A PLATTED 30’ DRAINAGE EASEMENT, LYING OVER THAT PORTION OF PROPERTY DESCRIBED IN OFFICIAL RECORDS BOOK 10868, PAGE 781, ALSO BEING A PORTION OF LOT 6, BROOKHILL TERRACE, AS RECORDED IN PLAT BOOK 49, PAGE 14, OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA: PROVIDING AN EFFECTIVE DATE. WHEREAS, the owner in fee title of real property described and depicted in Exhibit “A”, attached hereto and incorporated herein, has requested that the City vacate a portion said easement; and WHEREAS, the City Council of the City of Clearwater, Florida finds that said easement is not necessary for municipal use and it is deemed to be in the best interest of the City and the general public that the same be vacated; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following: A portion of easement described as follows: See Exhibit “A” is hereby vacated, closed and released, and the City of Clearwater releases all of its right, title and interest thereto. Section 2. The City Clerk shall record this ordinance in the Public Records of Pinellas County, Florida, following adoption. Section 3. This ordinance shall take effect immediately upon adoption. 2 Ord. No. 9304-19 PASSED ON FIRST READING ________________________________ PASSED ON SECOND AND FINAL READING AND ADOPTED ________________________________ ________________________________ George N. Cretekos Mayor Approved as to form: Attest: ________________________________________________________________ Laura Lipowski Mahony Rosemarie Call Assistant City Attorney City Clerk EUNICE LANE(Right-of-Way Varies)Brookhill Terrace Plat Book 49, Page 14 Lot 6 Lot 7 Lot 530' Drainage EasementPB 49, PG 14OR 10868, PG 781 A Proposed Easement Vacation described as follows: The East 1.5' of a platted 30' Drainage Easement lying over that portion of property described in Official Records Book 10868, Page 781, also being a portion of Lot 6 of Brookhill Terrace as recorded in Plat Book 49, Page 14, of the Public Records of Pinellas County, Florida. CITY OF CLEARWATER ENGINEERING DEPARTMENT DRAWN BY CHECKED BY DATE DRAWN SEC-TWNSP-RNG DWG. NO.SHEET OFExhibit "A" Proposed Drainage Easement Vacation 1572 Eunice LaneJAB 07/08/19 Lgl_2019-13 1 1 23 29 S 15 E Legal Description BELLEAIR RD EUNICE LN 14301570 15691595 1587 1579 1580 1594 1582 1595 1571 1592 1588 1587 1596 1597 1576 15831591 1583 1575 1591 1572 AERIAL MAP Proposed Vacation1.5' Drainage Easement Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Proposed Drainage Easement Vacation1572 Eunice Ln.Parcel Number: 23-29-15-11880-000-0060 Document Path: V:\GIS\Engineering\Location Maps\1572 Eunice Ln.mxd ² N.T.S.Scale: Page 1 of 1Aerial Flown 2019 Date:7/11/2019RBReviewed By:23-29s-15eS-T-R:315AGrid #:WDMap Gen By: Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Ord #9306-19 Agenda Date: 8/12/2019 Status: Agenda ReadyVersion: 1 File Type: OrdinanceIn Control: Engineering Department Agenda Number: 4.3 SUBJECT/RECOMMENDATION: Approve the request from City of Clearwater to vacate the North portion of the 50 foot right-of-way of Meadow Lark Lane (also known as Meadowlark Lane) in Revised Map, Town of Bay View, as recorded in Plat Book H6, Page 23, of the Public Records of Hillsborough County, Florida, of which Pinellas County was once a part; lying South of Gulf to Bay Boulevard (State Road 60) and North of a line located parallel and 330 feet South of the East/West Centerline of Section 16, Township 29 South, Range 16 East, also being the centerline of Gulf to Bay Boulevard (State Road 60); less the 25 foot-wide portion previously vacated as recorded in Official Records Book 19332, Page 1499 of the Public Records of Pinellas County, Florida, and pass Ordinance 9306-19 on first reading. SUMMARY: City Staff recommends the vacation of the right-of-way. Said right-of-way is not necessary for municipal use and it is deemed to be in the best interest of the City and the general public that the same be vacated. Page 1 City of Clearwater Printed on 8/10/2019 [RE15-1313-080/237838/1]1 Ord. No. 9306-19 ORDINANCE NO. 9306-19 AN ORDINANCE OF THE CITY OF CLEARWATER, FLORIDA, VACATING THE NORTH PORTION OF A 50 FOOT RIGHT-OF-WAY OF MEADOW LARK LN (ALSO KNOWN AS MEADOWLARK LN) IN REVISED MAP, TOWN OF BAY VIEW, AS RECORDED IN PLAT BOOK H6, PAGE 23, OF THE PUBLIC RECORDS OF HILLSBOROUGH COUNTY, FLORIDA, OF WHICH PINELLAS COUNTY WAS ONCE A PART; LYING SOUTH OF GULF TO BAY BOULEVARD (STATE ROAD 60) AND NORTH OF A LINE LOCATED PARALLEL AND 330 FEET SOUTH OF THE EAST/WEST CENTERLINE OF SECTION 16, TOWNSHIP 29 SOUTH, RANGE 16 EAST, ALSO BEING THE CENTERLINE OF GULF TO BAY BOULEVARD (STATE ROAD 60); LESS THE 25 FOOT-WIDE PORTION PREVIOUSLY VACATED AS RECORDED IN OFFICIAL RECORDS BOOK 19332, PAGE 1499 OF THE PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA: PROVIDING AN EFFECTIVE DATE. WHEREAS, the City, owner in fee title of real property described and depicted in Exhibit “A”, attached hereto and incorporated herein, finds it appropriate to vacate said right-of-way with no effect upon said fee interest; and WHEREAS, the City Council of the City of Clearwater, Florida finds that said right-of-way is not necessary for municipal use and it is deemed to be in the best interest of the City and the general public that the same be vacated; now, therefore, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, FLORIDA: Section 1. The following: The right-of-way described as follows: See Exhibit “A” [RE15-1313-080/237838/1]2 Ord. No. 9306-19 is hereby vacated, closed and released, subject to the City of Clearwater’s fee interest in the underlying land, which is expressly reserved and unaffected by this vacation. Section 2. The City Clerk shall record this ordinance in the Public Records of Pinellas County, Florida, following adoption. Section 3. This ordinance shall take effect immediately upon adoption. PASSED ON FIRST READING ________________________________ PASSED ON SECOND AND FINAL READING AND ADOPTED ________________________________ ________________________________ George N. Cretekos Mayor Approved as to form: Attest: ________________________________________________________________ Laura Lipowski Mahony Rosemarie Call Assistant City Attorney City Clerk MEADOW LARK LANE(50' Right-of -Way)BAYVIEW AVENUE(Right -of -Way Var ies) COUN T Y R O A D 3 1 (Righ t - o f - W a y V a r i e s ) GULF TO BAY BOULEVARD (State Road 60) (Right-of-Way Varies) Vacate d 5 0 ' R i g h t - o f - W a y O.R. B o o k 4 2 5 1 , P a g e 1 5 3 Vacated 25 ' R igh t -o f -WayO.R . Book 19332 , Page 1499 Vacat e d R i g h t - o f - W a y O.R. B o o k 9 1 4 4 , P a g e 5 7 5 & O.R Bo o k 9 1 5 4 , P a g e 2 7 5 Vacat e d R i g h t - o f - W a y O.R. B o o k 9 7 6 2 , P a g e 1 8 7 2 Lot 1 Lot 2 Lot 3 Lot 4 Lot 1 Lot 2 Lot 3 Lot 4 Lot 3 Lot 2 South Right-of-Way Myron A. Smith's Bay View Subdivision Plat Book 25, Page 57 Town O f B a y V i e w Plat Bo o k H 6 , P a g e 2 3 Lot 1 Lot 1 Lot 3 Lot 2 Lot 2 Block 5 Block 6 Block 3 Block 7 Tract A Block 8 East/West Centerline of Section 16-29-16 and also being the centerline of Gulf to Bay Boulevard 32/01 32/02 Lot 1 Lot 4 CITY OF CLEARWATER UNINCORPORATED PINELLAS COUNTY REQUESTED VACATION A Right-of-Way vacation described as follows: The North portion of the 50 foot Right-of-Way of Meadow Lark Lane (also known as Meadowlark Lane) in Revised Map, Town of Bay View, as recorded in Plat Book H6, Page 23, of the Public Records of Hillsborough County, Florida, of which Pinellas County was once a part; lying South of Gulf to Bay Boulevard (State Road 60) and North of a line located parallel and 330 feet South of the the East/West Centerline of Section 16, Township 29 South, Range 16 East, also being the centerline of Gulf to Bay Boulevard (State Road 60); less the 25 foot wide portion previously vacated as recorded in Official Records Book 19332., Page 1499 of the Public Records of Pinellas County, Florida. Legal Description CITY OF CLEARWATER ENGINEERING DEPARTMENT DRAWN BY CHECKED BY DATE DRAWN SEC-TWNSP-RNG DWG. NO.SHEET OF50 Foot Right-of-Way Vacation at Meadow Lark Lane (Also Known as Meadowlark Lane)Justin Sepanski Tom Mahony 06/27/2019 Lgl_2019-11 1 1 16 29 S 16 E Bayview Park CR 31 GULF-TO-BAY BLVD BAY V I EW AVE MEADOW LARK LN Document Path: V:\GIS\Engineering\Location Maps\MeadowLarkLnVacation.mxd ² N.T.S.Scale: Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Page 1 of 1Aerial Flown 2019 Date:7/11/2019 Proposed Vacation Meadow Lark Ln. 301AGrid #:16-29s-16eS-T-R:WDMap Gen By: AERIAL MAP RBReviewed By: Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Resolution 19-24 Agenda Date: 8/12/2019 Status: Agenda ReadyVersion: 1 File Type: ResolutionIn Control: Engineering Department Agenda Number: 4.4 SUBJECT/RECOMMENDATION: Accept a Water Line Easement from FDC Clearwater SPE, LLC for the construction, installation and maintenance of city water lines on real property located at 1551 Flournoy Circle W., Clearwater and adopt Resolution 19-24. SUMMARY: The water line easement grants the City rights to operate and maintain water line facilities within the easement area. The City Engineering Department recommends acceptance of the easement. Page 1 City of Clearwater Printed on 8/10/2019 Resolution No. 19-24 RESOLUTION NO. 19-24 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA ACCEPTING A WATER LINE EASEMENT FROM FDC CLEARWATER SPE,LLC, FOR THE CONSTRUCTION, INSTALLATION, AND MAINTENANCE OF CITY WATER LINE FACILITIES; PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of Clearwater needs a water line easement from FDC Clearwater SPE, LLC for the construction, installation and maintenance of certain water line facilities; and WHEREAS,by this Resolution, the City Council of the City of Clearwater wishes to accept said grant of easement; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER FLORIDA: Section 1. The City Council of the City of Clearwater hereby accepts the Water Line Easement, a copy of which is attached hereto and incorporated herein as Exhibit “A” to Resolution 19-24. Section 2. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this ______ day of _________________, 2019. ________________________________ George N. Cretekos Mayor Approved as to form:Attest: ___________________________________________________________ Laura Mahony Rosemarie Call Assistant City Attorney City Clerk EXHIBIT A TO RESOLUTION 19-24 US-19 NE US-19 FRONTAGE RDW US-19 FRONTAGE RDVIA CIPRIANI HARN BLVD BELLEAIR RD NURSERY RD VIA CAPRI SUMMERLIN DR V IA T IV O L I TEAKWOOD DR S HAVEN DR OSAKA DR BRENTWOOD DR NAGANO DR FLOURNOY CIR WMORELAND DR BURMA AVE DICKENSON DR PERRY DR LACONIA DR ELACONIA DR WTEAHOUSE DR FLOURNOY WAY LOCATION MAP SiteLocation ^ ² N.T.S.Scale: Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Proposed New Water Line Easement to City of Clearwater 1551 Flournoy Cir. WParcel Number: 20-29-16-00000-330-0200 Page 1 of 1Date:7/11/2019 Document Path: V:\GIS\Engineering\Location Maps\1551 Flournoy Cir W.mxd OldTampaBay WDMap Gen By:318AGrid #:20-29s-16eS-T-R:RBReviewed By: Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6563 Agenda Date: 8/12/2019 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 4.5 SUBJECT/RECOMMENDATION: Award Request for Proposals Number 29-19 (RFP 29-19), Aquatic Sites Invasive Species Maintenance, to Aquatic Systems, Inc., of Pompano Beach, FL, for the maintenance of city-owned lakes, ponds, wetlands, and mitigation sites, in the annual not-to-exceed amount of $167,762, with three, one-year extensions at the City’s discretion and authorize the appropriate officials to execute same. (consent) SUMMARY: The Engineering Department - Environmental Division sought proposals (RFP 29-19) for the continued control of nuisance and exotic plant species in and around ponds, lakes, mitigation, and wetland sites owned by the City. Six proposals were evaluated by a committee comprised of representatives from the Environmental Division, Parks & Recreation, and Stormwater Maintenance. Proposal evaluations were based on technical ability, cost, and experience. Two firms were interviewed, and Aquatic Systems was selected. The contract will be effective September 1, 2019, for an initial one-year period at $167,762 with three one-year renewal terms available to the City with no annual increase for each renewal term. To cover unforeseen circumstances, include native plantings, water quality testing, or additional sites, a 15% contingency is added to the contract. APPROPRIATION CODE AND AMOUNT: 4191365-530300 Budgeted funds for FY19 are available in Stormwaters’ cost center 4191365-530300, Other Contractual Services: FY19 $13,981 (1 month) Future fiscal year budgets will include requests for funding: FY20 $167,762 FY21 $167,762 FY22 $167,762 FY23 $153,781 (11 months) Page 1 City of Clearwater Printed on 8/10/2019 Site Per Treatment Price Annual Frequency of  Treatment Annual Price Lake Hobart 239.00$                          6 1,434.00$                        Lake Hibiscus 315.00$                          6 1,890.00$                        Crest Lake 858.00$                          6 5,148.00$                        Terrace Lake 211.00$                          6 1,266.00$                        Westchester Lake 384.00$                          6 2,304.00$                        Lake Tangerine 110.00$                          6 660.00$                           Cypress Bend Pond 382.00$                          6 2,292.00$                        Hampton Road Pond 74.00$                            6 444.00$                           Sall's Lake 243.00$                          6 1,458.00$                        Lake Lucille 333.00$                          6 1,998.00$                        Lake Carol 107.00$                          6 642.00$                           Lake Louise 124.00$                          6 744.00$                           West Drive 56.00$                            6 336.00$                           North Old Coachman Road 259.00$                          6 1,554.00$                        US Highway 19 North 388.00$                          6 2,328.00$                        Frank Tack Park 229.00$                          6 1,374.00$                        D.D. Davis Park 138.00$                          6 828.00$                           Channel G Gabion 828.00$                          4 3,312.00$                        Tropic Hills Outfall Gabion 808.00$                          4 3,232.00$                        Allen's Creek Gabion's, North Section 782.00$                          4 3,128.00$                        Allen's Creek Gabion's, South Section 1,091.00$                       4 4,364.00$                        Stevenson Creek, Golf Course Gabion 181.00$                          4 724.00$                           Channel H Gabion's 315.00$                          4 1,260.00$                        Channel F Gabion's North Section 220.00$                          4 880.00$                           Channel F Gabion's South Section 875.00$                          4 3,500.00$                        Channel B Gabion 692.00$                          4 2,768.00$                        Kapok Park 409.00$                          24 9,816.00$                        Glen Oaks Park 285.00$                          24 6,840.00$                        Linn Lake & Gabion 348.00$                          12 4,176.00$                        Rice Lake 229.00$                          12 2,748.00$                        Lake Julia 157.00$                          12 1,884.00$                        Highland Ponds 233.00$                          12 2,796.00$                        Arcturas Avenue Pond 52.00$                            12 624.00$                           Drew Street Pond 56.00$                            12 672.00$                           Palmetto St. Pond 153.00$                          12 1,836.00$                        Prospect Lake 159.00$                          12 1,908.00$                        Byram Ditch 113.00$                          12 1,356.00$                        Power Company Right of Way 290.00$                          12 3,480.00$                        Landmark Drive 134.00$                          12 1,608.00$                        Moccasin Lake Park 77.00$                            12 924.00$                           Cooper's Bayou Park 429.00$                          12 5,148.00$                        Cliff Stephen's Park 975.00$                          12 11,700.00$                     Allen's Creek 1,606.00$                       12 19,272.00$                     Lake Chautauqua Park 217.00$                          12 2,604.00$                        Lake Chautauqua South 207.00$                          12 2,484.00$                        Woodlawn Terrace 120.00$                          12 1,440.00$                        Coachman Ridge Park 237.00$                          12 2,844.00$                        Lake Bellevue 536.00$                          12 6,432.00$                        Alligator Lake 285.00$                          12 3,420.00$                        Subtotal 145,880.00$                   21,882.00$                     167,762.00$                   671,048.00$                   Aquatic Systems Maintenance Cost of Clearwater's Aquatic Sites Contingency (15%) Annual Total 4‐Year Total  CLEARWATER DUNEDIN SAFETY HARBOR BELLEAIR 28 18 3 10 7 16 4 2 21 9 11 5 22 1 12 24 27 17 20 13 6 29 25 23 31 15 14 30 8 19 Location Map Pond, Channel & Mitigation Maintenance Contract - RFP29-19 Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com RH N.A.N.A.3/6/2019 Map Gen By:Reviewed By: S-T-R:Grid #:Date: 26 KN Locations 1. Lake Hobart2. Lake Hibiscus3. Crest Lake4. Terrace Lake5. Westchester Lake6. Lake Tangerine7. Cypress Bend Pond8. Hampton Rd Pond9. Sall's Lake10. Lake Lucille11. Linn Lake & Gabion12. Rice Lake13. Lake Julia14. Arcturas Ave Pond15. Drew Street Pond16. Prospect Lake17. Byram Ditch18. Allens Creek Park19. West Dr20. Power Company Right of Way21. Landmark Dr Area22. Frank Tack Park23. D.D. Davis Park24. Cooper's Bayou Park25. Moccasin Lake Park26. Highland Ponds27. Palmetto Street Ponds28. Alligator Creek Storm Basin, Channel G Gabion29. Tropic Hills Outfall Gabion30. Lake Carol31. Lake Louise32. Woodlawn Terrace33. Alligator Lake34. Lake Chautauqua Park35. Lake Chautauqua South36. Cliff Stephen's Park37. Kapok Park38. Glen Oaks Park39. Lake Bellevue40. Allen's Creek, North Section Gabion41. Allen's Creek, South Section Gabion42. Alligator Creek Storm Basin, Channel B Gabion43. Alligator Creek Storm Basin, Channel F, North Section Gabion44. Alligator Creek Storm Basin, Channel F, South Section Gabion45. Alligator Creek Storm Basin, Channel H Gabion46. Stevenson Creek, Golf Course Gabion47. N. Old Coachman Rd48. US Highway 19 N.49. Coachman Ridge Park & Alligator Creek Document Path: V:\GIS\_Staff\Kieffer\RFP29-19\Lake pond channel Maint_location map.mxd Gabions in Maint. Areas Maintanance Areas 32 35 34 33 37 36 39 38 40 42 4344 45 46 47 48 49 41 ² N.T.S.Scale:² N.T.S.Scale: Purchasing Office 100 S Myrtle Ave Clearwater FL 33756-5520 PO Box 4748, 33758-4748 727-562-4633 Tel v 11.2018 REQUEST FOR PROPOSALS #29-19 Aquatic Sites Invasive Species Maintenance April 30, 2019 NOTICE IS HEREBY GIVEN that sealed proposals will be received by the City of Clearwater (City) until 10:00 AM, Local Time, May 31, 2019 to provide Aquatic Sites Invasive Species Maintenance. Brief Description: The City of Clearwater’s Environmental Engineering Division oversees the protection and maintenance of the city’s surface water and natural resources. The City invites qualified companies to submit proposals for the purpose of controlling nuisance and exotic species in and around ponds, lakes, mitigation, and wetland sites within the City’s jurisdiction. Proposals must be in accordance with the provisions, specifications and instructions set forth herein and will be received by Purchasing until the above noted time, when they will be publicly acknowledged and accepted. Proposal packets, any attachments and addenda are available for download at: https://www.myclearwater.com/bid Please read the entire solicitation package and submit the bid in accordance with the instructions. This document (less this invitation and the instructions) and any required response documents, attachments, and submissions will constitute the bid. General, Process or Technical Questions concerning this solicitation should be directed, IN WRITING, to the following Sr. Procurement Analyst: Lori Vogel, CPPB Sr. Procurement Analyst Lori.Vogel@myclearwater.com This Request for Proposals is issued by: Alyce Benge, CPPO, C.P.M. Purchasing Manager Alyce.Benge@myclearwater.com INSTRUCTIONS Aquatic Sites Maintenance 2 RFP #29-19 i.1 VENDOR QUESTIONS: All questions regarding the contents of this solicitation, and solicitation process (including requests for ADA accommodations), shall be directed solely to the Purchasing Manager listed on Page 1. Questions should be submitted in writing via letter, fax or email. Questions received less than seven (7) calendar days prior to the due date and time may be answered at the discretion of the City. i.2 ADDENDA/CLARIFICATIONS: Any changes to the specifications will be in the form of an addendum. Addenda are posted on the City website and mailed to those who register on the City website when downloading solicitations no less than seven (7) days prior to the Due Date. Vendors are cautioned to check the Purchasing Website for addenda and clarifications prior to submitting their proposal. The City cannot be held responsible if a vendor fails to receive any addenda issued. The City shall not be responsible for any oral changes to these specifications made by any employees or officer of the City. Failure to acknowledge receipt of an addendum may result in disqualification of a proposal. i.3 VENDOR CONFERENCE / SITE VISIT: Yes No Mandatory Attendance: Yes No If designated above, attendance is mandatory as a condition of submitting a proposal. The conference/site visit provides interested parties an opportunity to discuss the City's needs, inspect the site and ask questions. During any site visit you must fully acquaint yourself with the conditions as they exist and the character of the operations to be conducted under the resulting contract. i.4 DUE DATE & TIME FOR SUBMISSION AND OPENING: Date: May 31, 2019 Time: 10:00 AM (Local Time) The City will open all proposals properly and timely submitted, and will record the names and other information specified by law and rule. All proposals become the property of the City and will not be returned except in the case of a late submission. Respondent names, as read at the bid opening, will be posted on the City website. Once a notice of intent to award is posted or 30 days from day of opening elapses, whichever occurs earlier, proposals are available for inspection by contacting Purchasing. i.5 PROPOSAL FIRM TIME: 90 Days from Opening Proposal shall remain firm and unaltered after opening for the number of days shown above. The City may accept the proposal, subject to successful contract negotiations, at any time during this time. i.6 PROPOSAL SECURITY: Yes No If so designated above, a proposal security in the amount specified must be submitted with the proposal. The security may be submitted in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, or cashier's check payable to the City of Clearwater (personal or company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. Such proposal security shall be forfeited to the City of Clearwater should the proposer selected fail to execute a contract when requested. PERFORMANCE SECURITY: Yes No If required herein, the Contractor, simultaneously with the execution of the Contract, will be required to furnish a performance security. The security may be submitted in one-year increments and in any one of the following forms: an executed surety bond issued by a firm licensed and registered to transact such business with the State of Florida; cash; certified check, cashier's check or money order payable to the City of Clearwater (personal and company checks are not acceptable); certificate of deposit or any other form of deposit issued by a financial institution and acceptable to the City. If the Contractor fails or refuses to fully comply with the terms and conditions of the INSTRUCTIONS Aquatic Sites Maintenance 3 RFP #29-19 contract, the City shall have the right to use all or such part of said security as may be necessary to reimburse the City for loss sustained by reason of such breach. The balance of said security, if any, will be returned to Contractor upon the expiration or termination of the contract. i.7 SUBMIT PROPOSALS TO: Use label at the end of this solicitation package City of Clearwater Attn: Purchasing 100 S Myrtle Ave, 3rd Fl, Clearwater FL 33756-5520 or PO Box 4748, Clearwater FL 33758-4748 Proposals will be received at this address. Proposers may mail or hand-deliver proposals; e-mail or fax submissions will not be accepted. No responsibility will attach to the City of Clearwater, its employees or agents for premature opening of a proposal that is not properly addressed and identified. i.8 LATE PROPOSALS. The proposer assumes responsibility for having the proposal delivered on time at the place specified. All proposals received after the date and time specified shall not be considered and will be returned unopened to the proposer. The proposer assumes the risk of any delay in the mail or in handling of the mail by employees of the City of Clearwater, or any private courier, regardless whether sent by mail or by means of personal delivery. It shall not be sufficient to show that you mailed or commenced delivery before the due date and time. All times are Clearwater, Florida local times. The proposer agrees to accept the time stamp in the City Purchasing Office as the official time. i.9 LOBBYING. The integrity of the procurement process is critical. Communication regarding this solicitation for purpose of influencing the process or the award, between any person or affiliates seeking an award from this solicitation and the City, including but not limited to the City Council, employees, and consultants hired to assist in the solicitation, is strongly discouraged. This does not prohibit public comment at any City Council meeting, study session or Council committee meeting. This shall not apply to vendor-initiated communication with the contact(s) identified in the solicitation or City-initiated communications for the purposes of conducting the procurement including but not limited to pre-bid conferences, clarification of responses, presentations if provided in the solicitation, requests for Best and Final Proposals, contract negotiations, protest/appeal resolution, or surveying non-responsive vendors. i.10 COMMENCEMENT OF WORK. If proposer begins any billable work prior to the City’s final approval and execution of the contract, proposer does so at its own risk. i.11 RESPONSIBILITY TO READ AND UNDERSTAND. Failure to read, examine and understand the solicitation will not excuse any failure to comply with the requirements of the solicitation or any resulting contract, nor shall such failure be a basis for claiming additional compensation. If a vendor suspects an error, omission or discrepancy in this solicitation, the vendor must immediately and in any case not later than seven (7) business days in advance of the due date notify the contact on page one (1). The City is not responsible for and will not pay any costs associated with the preparation and submission of the proposal. Proposers are cautioned to verify their proposals before submission, as amendments to or withdrawal of proposals submitted after time specified for opening of proposals may not be considered. The City will not be responsible for any proposer errors or omissions. i.12 FORM AND CONTENT OF PROPOSALS. Unless otherwise instructed or allowed, proposals shall be submitted on the forms provided. An original and the designated number of copies of each proposal are required. Proposals, including modifications, must be submitted in ink, typed, or printed form and signed by an authorized representative. Please line through and initial rather than erase changes. If the proposal is not properly signed or if any changes are not initialed, it may be considered non-responsive. In the event of a disparity between the unit price and the extended INSTRUCTIONS Aquatic Sites Maintenance 4 RFP #29-19 price, the unit price shall prevail unless obviously in error, as determined by the City. The City may require that an electronic copy of the proposal be submitted. The proposal must provide all information requested and must address all points. The City does not encourage exceptions. The City is not required to grant exceptions and depending on the exception, the City may reject the proposal. i.13 SPECIFICATIONS. Technical specifications define the minimum acceptable standard. When the specification calls for “Brand Name or Equal,” the brand name product is acceptable. Other products will be considered upon showing the other product meets stated specifications and is equivalent to the brand product in terms of quality, performance and desired characteristics. Minor differences that do not affect the suitability of the supply or service for the City’s needs may be accepted. Burden of proof that the product meets the minimum standards or is equal to the brand name product is on the proposer. The City reserves the right to reject proposals that the City deems unacceptable. i.14 MODIFICATION / WITHDRAWAL OF PROPOSAL. Written requests to modify or withdraw the proposal received by the City prior to the scheduled opening time will be accepted and will be corrected after opening. No oral requests will be allowed. Requests must be addressed and labeled in the same manner as the proposal and marked as a MODIFICATION or WITHDRAWAL of the proposal. Requests for withdrawal after the bid opening will only be granted upon proof of undue hardship and may result in the forfeiture of any proposal security. Any withdrawal after the bid opening shall be allowed solely at the City’s discretion. i.15 DEBARMENT DISCLOSURE. If the vendor submitting a proposal has been debarred, suspended, or otherwise lawfully precluded from participating in any public procurement activity, including being disapproved as a subcontractor with any federal, state, or local government, or if any such preclusion from participation from any public procurement activity is currently pending, the proposer shall include a letter with its proposal identifying the name and address of the governmental unit, the effective date of this suspension or debarment, the duration of the suspension or debarment, and the relevant circumstances relating to the suspension or debarment. If suspension or debarment is currently pending, a detailed description of all relevant circumstances including the details enumerated above must be provided. A proposal from a proposer who is currently debarred, suspended or otherwise lawfully prohibited from any public procurement activity may be rejected. i.16 RESERVATIONS. The City reserves the right to reject any or all proposals or any part thereof; to rebid the solicitation; to reject non-responsive or non-responsible proposals; to reject unbalanced proposals; to reject proposals where the terms, prices, and/or awards are conditioned upon another event; to reject individual proposals for failure to meet any requirement; to award by item, part or portion of an item, group of items, or total; to make multiple awards; to waive minor irregularities, defects, omissions, technicalities or form errors in any proposal. The City may seek clarification of the proposal from proposer at any time, and failure to respond is cause for rejection. Submission of a proposal confers on proposer no right to an award or to a subsequent contract. The City is responsible to make an award that is in the best interest of the City. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City’s discretion and made to favor the City. No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. i.17 OFFICIAL SOLICITATION DOCUMENT. Changes to the solicitation document made by a proposer may not be acknowledged or accepted by the City. Award or execution of a contract does not constitute acceptance of a changed term, condition or specification unless specifically acknowledged and agreed to by the City. The copy maintained and published by the City shall be the official solicitation document. i.18 COPYING OF PROPOSALS. Proposer hereby grants the City permission to copy all parts of its proposal, including without limitation any documents and/or materials copyrighted by the proposer. The City’s right to copy shall be for internal use in evaluating the proposal. i.19 CONTRACTOR ETHICS. It is the intention of the City to promote courtesy, fairness, impartiality, integrity, service, professionalism, economy, and government by law in the Procurement process. INSTRUCTIONS Aquatic Sites Maintenance 5 RFP #29-19 The responsibility for implementing this policy rests with each individual who participates in the Procurement process, including Respondents and Contractors. To achieve this purpose, it is essential that Respondents and Contractors doing business with the City also observe the ethical standards prescribed herein. It shall be a breach of ethical standards to: a. Exert any effort to influence any City employee or agent to breach the standards of ethical conduct. b. Intentionally invoice any amount greater than provided in Contract or to invoice for Materials or Services not provided. c. Intentionally offer or provide sub-standard Materials or Services or to intentionally not comply with any term, condition, specification or other requirement of a City Contract. i.20 GIFTS. The City will accept no gifts, gratuities or advertising products from proposers or prospective proposers and affiliates. The City may request product samples from vendors for product evaluation. i.21 PROTESTS AND APPEALS. If a Respondent believes there is a mistake, impropriety, or defect in the solicitation, believes the City improperly rejected its proposal, and/or believes the selected proposal is not in the City’s best interests, the Respondent may submit a written protest. All protests and appeals are governed by the City of Clearwater Purchasing Policy and Procedures Section 18 (“Purchasing Policy”). If there exists any discrepancy in this Section i.21 and the Purchasing Policy, the language of the Purchasing Policy controls. Protests based upon alleged mistake, impropriety, or defect in a solicitation that is apparent before the bid opening must be filed with the Purchasing Manager no later than five (5) business days before Bid Opening. Protests that only become apparent after the Bid Opening must be filed within the earlier of ten (10) business days of the alleged violation of the applicable purchasing ordinance. The complete protest procedure can be obtained by contacting Purchasing. ADDRESS PROTESTS TO: Alyce Benge, CPPO, C.P.M. Purchasing Manager 100 So Myrtle Ave, 3rd Fl Clearwater FL 33756-5520 or PO Box 4748 Clearwater FL 33758-4748 INSTRUCTIONS – EVALUATION Aquatic Sites Maintenance 6 RFP #29-19 i.22 EVALUATION PROCESS. Proposals will be reviewed by a screening committee comprised of City employees. The City staff may or may not initiate discussions with proposers for clarification purposes. Clarification is not an opportunity to change the proposal. Proposers shall not initiate discussions with any City employee or official. i.23 CRITERIA FOR EVALUATION AND AWARD. The City evaluates three (3) categories of information: responsiveness, responsibility, the technical proposal/price. All proposals must meet the following responsiveness and responsibility criteria. a) Responsiveness. The City will determine whether the proposal complies with the instructions for submitting proposals including completeness of proposal which encompasses the inclusion of all required attachments and submissions. The City must reject any proposals that are submitted late. Failure to meet other requirements may result in rejection. b) Responsibility. The City will determine whether the proposer is one with whom it can or should do business. Factors that the City may evaluate to determine "responsibility" include, but are not limited to: excessively high or low priced proposals, past performance, references (including those found outside the proposal), compliance with applicable laws, proposer's record of performance and integrity- e.g. has the proposer been delinquent or unfaithful to any contract with the City, whether the proposer is qualified legally to contract with the City, financial stability and the perceived ability to perform completely as specified. A proposer must at all times have financial resources sufficient, in the opinion of the City, to ensure performance of the contract and must provide proof upon request. City staff may also use Dun & Bradstreet and/or any generally available industry information. The City reserves the right to inspect and review proposer’s facilities, equipment and personnel and those of any identified subcontractors. The City will determine whether any failure to supply information, or the quality of the information, will result in rejection. c) Technical Proposal. The City will determine how well proposals meet its requirements in terms of the response to the specifications and how well the offer addresses the needs of the project. The City will rank offers using a point ranking system (unless otherwise specified) as an aid in conducting the evaluation. d) If less than three (3) responsive proposals are received, at the City’s sole discretion, the proposals may be evaluated using simple comparative analysis instead of any announced method of evaluation, subject to meeting administrative and responsibility requirements. For this RFP, the criteria that will be evaluated and their relative weights are: Evaluation Criteria (Proposal Format, pg. 25) Points Professional Experience of the Company, Personnel, and Certified Biologist(s) (Tab 2) 30 Understanding of Services to be Performed and Approach to Meeting Requirements (Tab 3) 20 Company’s Philosophy Regarding Maintenance of Natural Resources (Tab 4) 20 References – Minimum of Three (3) Required (Tab 5) 15 Cost of Services (Tab 6) 15 i.24 SHORT-LISTING. The City at its sole discretion may create a short-list of the highest scored proposals based on evaluation against the evaluation criteria. Short-listed proposers may be invited to give presentations and/or interviews. Upon conclusion of any presentations/interviews, the City will finalize the ranking of shortlisted firms. i.25 PRESENTATIONS/INTERVIEWS. Presentations and/or interviews may be requested at the City’s discretion. The proposer must provide a formal presentation/interview on-site at a City location upon request. INSTRUCTIONS – EVALUATION Aquatic Sites Maintenance 7 RFP #29-19 i.26 BEST & FINAL OFFERS. The City may request best & final offers if deemed necessary, and will determine the scope and subject of any best & final request. However, the proposer should not expect that the City will ask for best & finals and should submit their best offer based on the terms and conditions set forth in this solicitation. i.27 COST JUSTIFICATION. In the event only one response is received, the City may require that the proposer submit a cost proposal in sufficient detail for the City to perform a cost/price analysis to determine if the proposal price is fair and reasonable. i.28 CONTRACT NEGOTIATIONS AND ACCEPTANCE. Proposer must be prepared for the City to accept the proposal as submitted. If proposer fails to sign all documents necessary to successfully execute the final contract within a reasonable time as specified, or negotiations do not result in an acceptable agreement, the City may reject proposal or revoke the award, and may begin negotiations with another proposer. Final contract terms must be approved or signed by the appropriately authorized City official(s). No binding contract will exist between the proposer and the City until the City executes a written contract or purchase order. i.29 NOTICE OF INTENT TO AWARD. Notices of the City’s intent to award a Contract are posted to Purchasing’s website. It is the proposer’s responsibility to check the City of Clearwater’s website at https://www.myclearwater.com/bid to view relevant RFP information and notices. i.30 RFP TIMELINE. Dates are tentative and subject to change. Release RFP: April 30, 2019 Advertise Tampa Bay Times: May 1, 2019 Responses due: May 31, 2019 Review proposals: May 31 – June 14, 2019 Presentations (if requested): week of June 24, 2019 Award recommendation: July 10, 2019 Council authorization: August 1, 2019 Contract begins: August 2019 TERMS AND CONDITIONS Aquatic Sites Maintenance 8 RFP #29-19 S.1 DEFINITIONS. Uses of the following terms are interchangeable as referenced: “vendor, contractor, supplier, proposer, company, parties, persons”, “purchase order, PO, contract, agreement”, “city, Clearwater, agency, requestor, parties”, “bid, proposal, response, quote”. S.2 INDEPENDENT CONTRACTOR. It is expressly understood that the relationship of Contractor to the City will be that of an independent contractor. Contractor and all persons employed by Contractor, either directly or indirectly, are Contractor’s employees, not City employees. Accordingly, Contractor and Contractor’s employees are not entitled to any benefits provided to City employees including, but not limited to, health benefits, enrollment in a retirement system, paid time off or other rights afforded City employees. Contractor employees will not be regarded as City employees or agents for any purpose, including the payment of unemployment or workers’ compensation. If any Contractor employees or subcontractors assert a claim for wages or other employment benefits against the City, Contractor will defend, indemnify and hold harmless the City from all such claims. S.3 SUBCONTRACTING. Contractor may not subcontract work under this Agreement without the express written permission of the City. If Contractor has received authorization to subcontract work, it is agreed that all subcontractors performing work under the Agreement must comply with its provisions. Further, all agreements between Contractor and its subcontractors must provide that the terms and conditions of this Agreement be incorporated therein. S.4 ASSIGNMENT. This Agreement may not be assigned either in whole or in part without first receiving the City’s written consent. Any attempted assignment, either in whole or in part, without such consent will be null and void and in such event the City will have the right at its option to terminate the Agreement. No granting of consent to any assignment will relieve Contractor from any of its obligations and liabilities under the Agreement. S.5 SUCCESSORS AND ASSIGNS, BINDING EFFECT. This Agreement will be binding upon and inure to the benefit of the parties and their respective permitted successors and assigns. S.6 NO THIRD PARTY BENEFICIARIES. This Agreement is intended for the exclusive benefit of the parties. Nothing set forth in this Agreement is intended to create, or will create, any benefits, rights, or responsibilities in any third parties. S.7 NON- EXCLUSIVITY. The City, in its sole discretion, reserves the right to request the materials or services set forth herein from other sources when deemed necessary and appropriate. No exclusive rights are encompassed through this Agreement. S.8 AMENDMENTS. There will be no oral changes to this Agreement. This Agreement can only be modified in a writing signed by both parties. No charge for extra work or material will be allowed unless approved in writing, in advance, by the City and Contractor. S.9 TIME OF THE ESSENCE. Time is of the essence to the performance of the parties’ obligations under this Agreement. S.10 COMPLIANCE WITH APPLICABLE LAWS. a. General. Contractor must procure all permits and licenses, and pay all charges and fees necessary and incidental to the lawful conduct of business. Contractor must stay fully informed of existing and future federal, state, and local laws, ordinances, and regulations that in any manner affect the fulfillment of this Agreement and must comply with the same at its own expense. Contractor bears full responsibility for training, safety, and providing necessary equipment for all Contractor personnel to achieve throughout the term of the Agreement. Upon request, Contractor will demonstrate to the City's satisfaction any programs, procedures, and other activities used to ensure compliance. b. Drug-Free Workplace. Contractor is hereby advised that the City has adopted a policy establishing a drug-free workplace for itself and those doing business with the City to ensure the safety and health of all persons working on City contracts and projects. Contractor will require a drug-free workplace for all Contractor personnel working under this Agreement. Specifically, all Contractor personnel who are working under this Agreement must be notified TERMS AND CONDITIONS Aquatic Sites Maintenance 9 RFP #29-19 in writing by Contractor that they are prohibited from the manufacture, distribution, dispensation, possession, or unlawful use of a controlled substance in the workplace. Contractor agrees to prohibit the use of intoxicating substances by all Contractor personnel, and will ensure that Contractor personnel do not use or possess illegal drugs while in the course of performing their duties. c. Federal and State Immigration Laws. Contractor agrees to comply with the Immigration Reform and Control Act of 1986 (IRCA) in performance under this Agreement and to permit the City and its agents to inspect applicable personnel records to verify such compliance as permitted by law. Contractor will ensure and keep appropriate records to demonstrate that all Contractor personnel have a legal right to live and work in the United States. (i) As applicable to Contractor, under this provision, Contractor hereby warrants to the City that Contractor and each of its subcontractors will comply with, and are contractually obligated to comply with, all federal immigration laws and regulations that relate to their employees (hereinafter “Contractor Immigration Warranty”). (ii) A breach of the Contractor Immigration Warranty will constitute as a material breach of this Agreement and will subject Contractor to penalties up to and including termination of this Agreement at the sole discretion of the City. (iii) The City retains the legal right to inspect the papers of all Contractor personnel who provide services under this Agreement to ensure that Contractor or its subcontractors are complying with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any such inspections. (iv) The City may, at its sole discretion, conduct random verification of the employment records of Contractor and any subcontractor to ensure compliance with the Contractor Immigration Warranty. Contractor agrees to assist the City in regard to any random verification performed. (v) Neither Contractor nor any subcontractor will be deemed to have materially breached the Contractor Immigration Warranty if Contractor or subcontractor establishes that it has complied with the employment verification provisions prescribed by Sections 274A and 274B of the Federal Immigration and Nationality Act. d. Nondiscrimination. Contractor represents and warrants that it does not discriminate against any employee or applicant for employment or person to whom it provides services because of race, color, religion, sex, national origin, or disability, and represents and warrants that it complies with all applicable federal, state, and local laws and executive orders regarding employment. Contractor and Contractor’s personnel will comply with applicable provisions of Title VII of the U.S. Civil Rights Act of 1964, as amended, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act (42 U.S.C. § 12101 et seq.), and applicable rules in performance under this Agreement. S.11 SALES/USE TAX, OTHER TAXES. a. Contractor is responsible for the payment of all taxes including federal, state, and local taxes related to or arising out of Contractor’s services under this Agreement, including by way of illustration but not limitation, federal and state income tax, Social Security tax, unemployment insurance taxes, and any other taxes or business license fees as required. If any taxing authority should deem Contractor or Contractor employees an employee of the City, or should otherwise claim the City is liable for the payment of taxes that are Contractor’s responsibility under this Agreement, Contractor will indemnify the City for any tax liability, interest, and penalties imposed upon the City. b. The City is exempt from paying state and local sales/use taxes and certain federal excise taxes and will furnish an exemption certificate upon request. TERMS AND CONDITIONS Aquatic Sites Maintenance 10 RFP #29-19 S.12 AMOUNTS DUE THE CITY. Contractor must be current and remain current in all obligations due to the City during the performance of services under the Agreement. Payments to Contractor may be offset by any delinquent amounts due the City or fees and charges owed to the City. S.13 OPENNESS OF PROCUREMENT PROCESS. Written competitive proposals, replies, oral presentations, meetings where vendors answer questions, other submissions, correspondence, and all records made thereof, as well as negotiations or meetings where negotiation strategies are discussed, conducted pursuant to this RFP, shall be handled in compliance with Chapters 119 and 286, Florida Statutes. Proposals or replies received by the City pursuant to this RFP are exempt from public disclosure until such time that the City provides notice of an intended decision or until 30 days after opening the proposals, whichever is earlier. If the City rejects all proposals or replies pursuant to this RFP and provides notice of its intent to reissue the RFP, then the rejected proposals or replies remain exempt from public disclosure until such time that the City provides notice of an intended decision concerning the reissued RFP or until the City withdraws the reissued RFP. A proposal or reply shall not be exempt from public disclosure longer than 12 months after the initial City notice rejecting all proposals or replies. Oral presentations, meetings where vendors answer questions, or meetings convened by City staff to discuss negotiation strategies, if any, shall be closed to the public (and other proposers) in compliance with Chapter 286 Florida Statutes. A complete recording shall be made of such closed meeting. The recoding of, and any records presented at, the exempt meeting shall be available to the public when the City provides notice of an intended decision or until 30 days after opening proposals or final replies, whichever occurs first. If the City rejects all proposals or replies pursuant to this RFP and provides notice of its intent to reissue the RFP, then the recording and any records presented at the exempt meeting remain exempt from public disclosure until such time that the City provides notice of an intended decision concerning the reissued RFP or until the City withdraws the reissued RFP. A recording and any records presented at an exempt meeting shall not be exempt from public disclosure longer than 12 months after the initial City notice rejecting all proposals or replies. In addition to all other contract requirements as provided by law, the contractor executing this agreement agrees to comply with public records law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, Rosemarie Call, phone: 727-562-4092 or Rosemarie.Call@myclearwater.com, 112 S. Osceola Ave., Clearwater, FL 33756. The contractor’s agreement to comply with public records law applies specifically to: a) Keep and maintain public records required by the City of Clearwater (hereinafter “public agency”) to perform the service being provided by the contractor hereunder. b) Upon request from the public agency’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided for in Chapter 119, Florida Statutes, as may be amended from time to time, or as otherwise provided by law. c) Ensure that the public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. TERMS AND CONDITIONS Aquatic Sites Maintenance 11 RFP #29-19 d) Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency’s custodian of public records, in a format that is compatible with the information technology systems of the public agency. e) A request to inspect or copy public records relating to a public agency’s contract for services must be made directly to the public agency. If the public agency does not possess the requested records, the public agency shall immediately notify the contractor of the request and the contractor must provide the records to the public agency or allow the records to be inspected or copied within a reasonable time. f) The contractor hereby acknowledges and agrees that if the contractor does not comply with the public agency’s request for records, the public agency shall enforce the contract provisions in accordance with the contract. g) A contractor who fails to provide the public records to the public agency within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. h) If a civil action is filed against a contractor to compel production of public records relating to a public agency’s contract for services, the court shall assess and award against the contractor the reasonable costs of enforcement, including reasonable attorney fees, if: 1. The court determines that the contractor unlawfully refused to comply with the public records request within a reasonable time; and 2. At least eight (8) business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the contractor has not complied with the request, to the public agency and to the contractor. i) A notice complies with subparagraph (h)2. if it is sent to the public agency’s custodian of public records and to the contractor at the contractor’s address listed on its contract with the public agency or to the contractor’s registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. A contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. S.14 AUDITS AND RECORDS. Contractor must preserve the records related to this Agreement for five (5) years after completion of the Agreement. The City or its authorized agent reserves the right to inspect any records related to the performance of work specified herein. In addition, the City may inspect any and all payroll, billing or other relevant records kept by Contractor in relation to the Agreement. Contractor will permit such inspections and audits during normal business hours and upon reasonable notice by the City. The audit of records may occur at Contractor’s place of business or at City offices, as determined by the City. S.15 BACKGROUND CHECK. The City may conduct criminal, driver history, and all other requested background checks of Contractor personnel who would perform services under the Agreement or who will have access to the City’s information, data, or facilities in accordance with the City’s current TERMS AND CONDITIONS Aquatic Sites Maintenance 12 RFP #29-19 background check policies. Any officer, employee, or agent that fails the background check must be replaced immediately for any reasonable cause not prohibited by law. S.16 SECURITY CLEARANCE AND REMOVAL OF CONTRACTOR PERSONNEL. The City will have final authority, based on security reasons: (i) to determine when security clearance of Contractor personnel is required; (ii) to determine the nature of the security clearance, up to and including fingerprinting Contractor personnel; and (iii) to determine whether or not any individual or entity may provide services under this Agreement. If the City objects to any Contractor personnel for any reasonable cause not prohibited by law, then Contractor will, upon notice from the City, remove any such individual from performance of services under this Agreement. S.17 DEFAULT. a. A party will be in default if that party: (i) Is or becomes insolvent or is a party to any voluntary bankruptcy or receivership proceeding, makes an assignment for a creditor, or there is any similar action that affects Contractor’s capability to perform under the Agreement; (ii) Is the subject of a petition for involuntary bankruptcy not removed within sixty (60) calendar days; (iii) Conducts business in an unethical manner or in an illegal manner; or (iv) Fails to carry out any term, promise, or condition of the Agreement. b. Contractor will be in default of this Agreement if Contractor is debarred from participating in City procurements and solicitations in accordance with Section 27 of the City’s Purchasing and Procedures Manual. c. Notice and Opportunity to Cure. In the event a party is in default then the other party may, at its option and at any time, provide written notice to the defaulting party of the default. The defaulting party will have thirty (30) days from receipt of the notice to cure the default; the thirty (30) day cure period may be extended by mutual agreement of the parties, but no cure period may exceed ninety (90) days. A default notice will be deemed to be sufficient if it is reasonably calculated to provide notice of the nature and extent of such default. Failure of the non- defaulting party to provide notice of the default does not waive any rights under the Agreement. d. Anticipatory Repudiation. Whenever the City in good faith has reason to question Contractor’s intent or ability to perform, the City may demand that Contractor give a written assurance of its intent and ability to perform. In the event that the demand is made and no written assurance is given within five (5) calendar days, the City may treat this failure as an anticipatory repudiation of the Agreement. S.18 REMEDIES. The remedies set forth in this Agreement are not exclusive. Election of one remedy will not preclude the use of other remedies. In the event of default: a. The non-defaulting party may terminate the Agreement, and the termination will be effective immediately or at such other date as specified by the terminating party. b. The City may purchase the services required under the Agreement from the open market, complete required work itself, or have it completed at the expense of Contractor. If the cost of obtaining substitute services exceeds the contract price, the City may recover the excess cost by: (i) requiring immediate reimbursement to the City; (ii) deduction from an unpaid balance due to Contractor; (iii) collection against the proposal and/or performance security, if any; (iv) collection against liquidated damages (if applicable); or (v) a combination of the aforementioned remedies or other remedies as provided by law. Costs includes any and all, fees, and expenses incurred in obtaining substitute services and expended in obtaining reimbursement, including, but not limited to, administrative expenses, attorneys’ fees, and costs. TERMS AND CONDITIONS Aquatic Sites Maintenance 13 RFP #29-19 c. The non-defaulting party will have all other rights granted under this Agreement and all rights at law or in equity that may be available to it. d. Neither party will be liable for incidental, special, or consequential damages. S.19 CONTINUATION DURING DISPUTES. Contractor agrees that during any dispute between the parties, Contractor will continue to perform its obligations until the dispute is settled, instructed to cease performance by the City, enjoined or prohibited by judicial action, or otherwise required or obligated to cease performance by other provisions in this Agreement. S.20 TERMINATION FOR CONVENIENCE. The City reserves the right to terminate this Agreement in part or in whole upon thirty (30) calendar days’ written notice. S.21 CONFLICT OF INTEREST F.S. Section 112. Pursuant to F.S. Section 112, the City may cancel this Agreement after its execution, without penalty or further obligation, if any person significantly involved in initiating, securing, drafting, or creating the Agreement for the City becomes an employee or agent of Contractor. S.22 TERMINATION FOR NON-APPROPRIATION AND MODIFICATION FOR BUDGETARY CONSTRAINT. The City is a governmental agency which relies upon the appropriation of funds by its governing body to satisfy its obligations. If the City reasonably determines that it does not have funds to meet its obligations under this Agreement, the City will have the right to terminate the Agreement without penalty on the last day of the fiscal period for which funds were legally available. In the event of such termination, the City agrees to provide written notice of its intent to terminate thirty (30) calendar days prior to the stated termination date. S.23 PAYMENT TO CONTRACTOR UPON TERMINATION. Upon termination of this Agreement, Contractor will be entitled only to payment for those services performed up to the date of termination, and any authorized expenses already incurred up to such date of termination. The City will make final payment within thirty (30) calendar days after the City has both completed its appraisal of the materials and services provided and received Contractor’s properly prepared final invoice. S.24 NON-WAIVER OF RIGHTS. There will be no waiver of any provision of this agreement unless approved in writing and signed by the waiving party. Failure or delay to exercise any rights or remedies provided herein or by law or in equity, or the acceptance of, or payment for, any services hereunder, will not release the other party of any of the warranties or other obligations of the Agreement and will not be deemed a waiver of any such rights or remedies. S.25 INDEMNIFICATION/LIABILITY. a. To the fullest extent permitted by law, Contractor agrees to defend, indemnify, and hold the City, its officers, agents, and employees, harmless from and against any and all liabilities, demands, claims, suits, losses, damages, causes of action, fines or judgments, including costs, attorneys’, witnesses’, and expert witnesses’ fees, and expenses incident thereto, relating to, arising out of, or resulting from: (i) the services provided by Contractor personnel under this Agreement; (ii) any negligent acts, errors, mistakes or omissions by Contractor or Contractor personnel; and (iii) Contractor or Contractor personnel’s failure to comply with or fulfill the obligations established by this Agreement. b. Contractor will update the City during the course of the litigation to timely notify the City of any issues that may involve the independent negligence of the City that is not covered by this indemnification. c. The City assumes no liability for actions of Contractor and will not indemnify or hold Contractor or any third party harmless for claims based on this Agreement or use of Contractor-provided supplies or services. S.26 WARRANTY. Contractor warrants that the services and materials will conform to the requirements of the Agreement. Additionally, Contractor warrants that all services will be performed in a good, workman-like and professional manner. The City’s acceptance of service or materials provided by Contractor will not relieve Contractor from its obligations under this warranty. If any materials or TERMS AND CONDITIONS Aquatic Sites Maintenance 14 RFP #29-19 services are of a substandard or unsatisfactory manner as determined by the City, Contractor, at no additional charge to the City, will provide materials or redo such services until in accordance with this Agreement and to the City’s reasonable satisfaction. Unless otherwise agreed, Contractor warrants that materials will be new, unused, of most current manufacture and not discontinued, will be free of defects in materials and workmanship, will be provided in accordance with manufacturer's standard warranty for at least one (1) year unless otherwise specified, and will perform in accordance with manufacturer's published specifications. S.27 THE CITY’S RIGHT TO RECOVER AGAINST THIRD PARTIES. Contractor will do nothing to prejudice the City’s right to recover against third parties for any loss, destruction, or damage to City property, and will at the City’s request and expense, furnish to the City reasonable assistance and cooperation, including assistance in the prosecution or defense of suit and the execution of instruments of assignment in favor of the City in obtaining recovery. S.28 NO GUARANTEE OF WORK. Contractor acknowledges and agrees that it is not entitled to deliver any specific amount of materials or services or any materials or services at all under this Agreement and acknowledges and agrees that the materials or services will be requested by the City on an as needed basis at the sole discretion of the City. Any document referencing quantities or performance frequencies represent the City's best estimate of current requirements, but will not bind the City to purchase, accept, or pay for materials or services which exceed its actual needs. S.29 OWNERSHIP. All deliverables, services, and information provided by Contractor or the City pursuant to this Agreement (whether electronically or manually generated) including without limitation, reports, test plans, and survey results, graphics, and technical tables, originally prepared in the performance of this Agreement, are the property of the City and will not be used or released by Contractor or any other person except with prior written permission by the City. S.30 USE OF NAME. Contractor will not use the name of the City of Clearwater in any advertising or publicity without obtaining the prior written consent of the City. S.31 PROHIBITED ACTS. Pursuant to Florida Constitution Article II Section 8, a current or former public officer or employee within the last two (2) years shall not represent another organization before the City on any matter for which the officer or employee was directly concerned and personally participated in during their service or employment or over which they had a substantial or material administrative discretion. S.32 FOB DESTINATION FREIGHT PREPAID AND ALLOWED. All deliveries will be FOB destination freight prepaid and allowed unless otherwise agreed. S.33 RISK OF LOSS. Contractor agrees to bear all risks of loss, injury, or destruction of goods or equipment incidental to providing these services and such loss, injury, or destruction will not release Contractor from any obligation hereunder. S.34 SAFEGUARDING CITY PROPERTY. Contractor will be responsible for any damage to City real property or damage or loss of City personal property when such property is the responsibility of or in the custody of Contractor or its employees. S.35 WARRANTY OF RIGHTS. Contractor warrants it has title to, or the right to allow the City to use, the materials and services being provided and that the City may use same without suit, trouble or hindrance from Contractor or third parties. S.36 PROPRIETARY RIGHTS INDEMNIFICATION. Without limiting the foregoing, Contractor will without limitation, at its expense defend the City against all claims asserted by any person that anything provided by Contractor infringes a patent, copyright, trade secret or other intellectual property right and must, without limitation, pay the costs, damages and attorneys' fees awarded against the City in any such action, or pay any settlement of such action or claim. Each party agrees to notify the other promptly of any matters to which this provision may apply and to cooperate with each other in connection with such defense or settlement. If a preliminary or final judgment is obtained against the City’s use or operation of the items provided by Contractor hereunder or any part thereof by reason of any alleged infringement, Contractor will, at its expense and without TERMS AND CONDITIONS Aquatic Sites Maintenance 15 RFP #29-19 limitation, either: (a) modify the item so that it becomes non-infringing; (b) procure for the City the right to continue to use the item; (c) substitute for the infringing item other item(s) having at least equivalent capability; or (d) refund to the City an amount equal to the price paid, less reasonable usage, from the time of installation acceptance through cessation of use, which amount will be calculated on a useful life not less than five (5) years, plus any additional costs the City may incur to acquire substitute supplies or services. S.37 CONTRACT ADMINISTRATION. The contract will be administered by the Purchasing Department and/or an authorized representative from the using department. All questions regarding the contract will be referred to the Purchasing Department for resolution. Supplements may be written to the contract for the addition or deletion of services. S.38 FORCE MAJEURE. Failure by either party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control, including acts of nature, acts of the public enemy, riots, fire, explosion, legislation, and governmental regulation. The party whose performance is so affected will within five (5) calendar days of the unforeseeable circumstance notify the other party of all pertinent facts and identify the force majeure event. The party whose performance is so affected must also take all reasonable steps, promptly and diligently, to prevent such causes if it is feasible to do so, or to minimize or eliminate the effect thereof. The delivery or performance date will be extended for a period equal to the time lost by reason of delay, plus such additional time as may be reasonably necessary to overcome the effect of the delay, provided however, under no circumstances will delays caused by a force majeure extend beyond one hundred-twenty (120) calendar days from the scheduled delivery or completion date of a task unless agreed upon by the parties. S.39 COOPERATIVE USE OF CONTRACT. The City has entered into various cooperative purchasing agreements with other Florida government agencies, including the Tampa Bay Area Purchasing Cooperative. Under a Cooperative Purchasing Agreement, any contract may be extended for use by other municipalities, school districts and government agencies with the approval of Contractor. Any such usage by other entities must be in accordance with the statutes, codes, ordinances, charter and/or procurement rules and regulations of the respective government agency. Orders placed by other agencies and payment thereof will be the sole responsibility of that agency. The City is not responsible for any disputes arising out of transactions made by others. S.40 FUEL CHARGES AND PRICE INCREASES. No fuel surcharges will be accepted. No price increases will be accepted without proper request by Contractor and response by the City’s Purchasing Division. S.41 NOTICES. All notices to be given pursuant to this Agreement must be delivered to the parties at their respective addresses. Notices may be (i) personally delivered; (ii) sent via certified or registered mail, postage prepaid; (iii) sent via overnight courier; or (iv) sent via facsimile. If provided by personal delivery, receipt will be deemed effective upon delivery. If sent via certified or registered mail, receipt will be deemed effective three (3) calendar days after being deposited in the United States mail. If sent via overnight courier or facsimile, receipt will be deemed effective two (2) calendar days after the sending thereof. S.42 GOVERNING LAW, VENUE. This Agreement is governed by the laws of the State of Florida. The exclusive venue selected for any proceeding or suit in law or equity arising from or incident to this Agreement will be Pinellas County, Florida. S.43 INTEGRATION CLAUSE. This Agreement, including all attachments and exhibits hereto, supersede all prior oral or written agreements, if any, between the parties and constitutes the entire agreement between the parties with respect to the work to be performed. S.44 PROVISIONS REQUIRED BY LAW. Any provision required by law to be in this Agreement is a part of this Agreement as if fully stated in it. S.45 SEVERABILITY. If any provision of this Agreement is declared void or unenforceable, such provision will be severed from this Agreement, which will otherwise remain in full force and effect. The parties will negotiate diligently in good faith for such amendment(s) of this Agreement as may TERMS AND CONDITIONS Aquatic Sites Maintenance 16 RFP #29-19 be necessary to achieve the original intent of this Agreement, notwithstanding such invalidity or unenforceability. S.46 SURVIVING PROVISIONS. Notwithstanding any completion, termination, or other expiration of this Agreement, all provisions which, by the terms of reasonable interpretation thereof, set forth rights and obligations that extend beyond completion, termination, or other expiration of this Agreement, will survive and remain in full force and effect. Except as specifically provided in this Agreement, completion, termination, or other expiration of this Agreement will not release any party from any liability or obligation arising prior to the date of termination. DETAILED SPECIFICATIONS Aquatic Sites Maintenance 17 RFP #29-19 1. INTRODUCTION. The City of Clearwater (City) is located on the West Coast of Florida in the Tampa Bay region. It is the third largest city in the region with an estimated population of 110,000 residents. The City of Clearwater is also a major tourist destination – Clearwater Beach has been rated #1 U.S. Beach by TripAdvisor, “Florida’s Best Beach Town 2013” by USA Today, and was on the “Top Ten List of Best Beaches from Maine to Hawaii”. The City of Clearwater is home to the Philadelphia Phillies Spring Training and Clearwater Threshers Minor League Baseball, as well as hosting several sports tournaments through the year that attract visitors from across the country. Clearwater is home for Winter the Dolphin and the Clearwater Marine Aquarium. Winter’s story made it all the way to Hollywood in the motion pictures “Dolphin Tale” and “Dolphin Tale 2”, both filmed here in Clearwater. 2. PROJECT GOAL. The City of Clearwater’s Environmental Engineering Division oversees the protection and maintenance of the city’s surface water and natural resources. The City invites qualified companies to submit proposals for the purpose of controlling nuisance and exotic species in and around ponds, lakes, mitigation, and wetland sites within the City’s jurisdiction. 3. SCOPE OF SERVICES. The requested services shall be provided in an acceptable manner so as to maintain functioning wildlife habitat as well as being visually acceptable. The approach shall be an integrated program that incorporates FDEP’s Best Management Practices: https://www.sfwmd.gov/sites/default/files/documents/fl_green_bmp.pdf utilizing different treatments available for aquatic systems. This may be accomplished with a combination of biological, manual, mechanical, and chemical controls with emphasis on the reduction in the use of chemicals. Maintenance of City properties range in treatment frequency and required applications to provide for a well-balanced and natural habitat. Respondents must have the ability to provide all labor, materials, equipment, supervision, transportation, and ancillary supplies required to perform the required maintenance at all designated areas specified in this Request for Proposals and employ a Certified Biologist with a minimum of three (3) years’ experience. Specific Conditions A. Maintain and control of nuisance/exotic vegetation in waterbodies/sites at the treatment frequency listed in Table 1 (pages 18-19). Site maps are provided on FTP Site; note that access issues are typically due to the user’s system firewall/security settings: ftp://ftpserver.myclearwater.com Logon user name – vendor Logon password – clearwater (note the lower case “c”) Directory: Purchasing Folder: RFP 29-19 AQUATIC SITES MAINTENANCE DETAILED SPECIFICATIONS Aquatic Sites Maintenance 18 RFP #29-19 Table 1 – List of Waterbodies / Sites Name Location Acreage Treatment Frequency Lakes and Ponds (20) Lake Hobart North of Maple St.& Baker Ave. 1.0 6x/year Lake Hibiscus East of Kings Hwy. & Hibiscus St. 2.0 6x/year Crest Lake Northwest of Gulf to Bay Blvd. & Lake Dr. 13 6x/year Terrace Lake Southeast of Graham Dr.& Marilyn St. 2.2 6x/year Westchester Lake Northwest of Countryside Blvd.& Sabal Springs Dr. 1.4 6x/year Lake Tangerine West of S. Lake Dr.& Balmoral Dr. 0.5 6x/year Cypress Bend Pond East of Winding Wood Dr.& Dogwood Ct. 2.6 6x/year Hampton Road Pond Northeast of Gulf to Bay Blvd.& Hampton Rd. 0.3 6x/year Sall's Lake Southeast of St. Croix Dr.& Sue Dr. 1.7 6x/year Lake Lucille North of Long St.& Casler Ave. 5.5 6x/year Lake Carol Southwest of Glen Oak Ave. N.& Moss Ave. 0.5 6x/year Lake Louise Southwest of Lake Vista Dr.& Moss Ave. 0.7 6x/year Linn Lake & Gabion Southwest of Druid Rd. & Mark Dr. 2.5 1x/month Rice Lake Northeast of Belleair Rd. & S. Evergreen Ave. 1.7 1x/month Lake Julia South of Druid Rd & Arcturas Ave. 1.1 1x/month Highland Ponds Northeast of Kings Hwy. & Pine Brook Dr. 3.4 1x/month Arcturas Avenue Pond Southwest of S. Arcturas Ave.& Cleveland St. 0.6 1x/month Drew Street Pond Northeast of Drew Street & Bayview Ave. 0.6 1x/month Palmetto St. Ponds West of N. Highland Ave.& Palmetto St. 1.9 1x/month Prospect Lake East of S. Prospect Ave.& Pierce St. 4.0 1x/month Creeks, Channels, Ditches and Gabions (10) Channel G Gabion West of Fairwood Ave.& Fairwood Forest Dr. 0.6 4x/year Tropic Hills Outfall Gabion Northeast of US19 & Harn Blvd. 1.9 4x/year Allen’s Creek Gabion’s, North Section Southwest of Cleveland St. & S. Arcturas Ave. 1.3 4x/year Allen’s Creek Gabion’s, South Section Southwest of Wellington Dr.& Magnolia Dr. 2.0 4x/year Stevenson Creek, Golf Course Gabion East of N. Betty Ln.& Jackson Rd 0.26 4x/year Channel H Gabion’s East of Sharkey Rd.& Oberlin Dr. 0.31 4x/year Channel F Gabion, North Section Northeast of El Tair Trail & Stag Run Blvd. 0.13 4x/year Channel F Gabion’s, South Section West of Wetherington Rd.& Stag Run Blvd. 1.7 4x/year Channel B Gabion Southeast of SR590 & Owen Dr. 0.5 4x/year Byram Ditch Northeast of Byram Dr & Kings Hwy. 1.4 1x/month Right-of-Ways (5) West Drive West of West Dr.& South Dr. 0.3 6x/year N. Old Coachman Road Northeast of Drew St. & N. Old Coachman Rd. 1.0 6x/year US Highway 19 N. Northwest of US Hwy 19 N. & Drew St. 0.8 6x/year Power Company Right of Way Southwest of Druid Rd.& Bypass Dr. 3.2 1x/month Landmark Drive Northeast of Landmark Dr.& Oakbrook Cir. 3.2 1x/month DETAILED SPECIFICATIONS Aquatic Sites Maintenance 19 RFP #29-19 Parks and Recreational Areas (8) Frank Tack Park Northeast of Sunset Point Rd.& Hercules Ave. 2.1 6x/year D.D. Davis Park Southwest of Pine Oak Dr.& Barton Ln. 0.8 6x/year Moccasin Lake Park South of U.S. 590 & Owen Dr. 0.8 1x/month Cooper's Bayou Park East of N. Bayshore Blvd.& San Bernadino St. 3.7 1x/month Cliff Stephen's Park North of Fairwood Ave.& Brigadoon Dr. 16.9 1x/month Allen’s Creek Park East of S. Hercules Ave.& Lakeview Rd. 17.3 1x/month Lake Chautauqua Park South of Enterprise Rd. E.& Landmark Dr. 3.4 1x/month Lake Chautauqua South Northwest of Soule Rd. & Chancery Ln. 1.3 1x/month Environmental / Stormwater Monitoring Facilities (6) Woodlawn Terrace Northwest of Sunset Point Rd.& Kings Hwy 1.9 1x/month Coachman Ridge Park South of Old Coachman Rd.& Farrier Trail 3.2 1x/month Lake Bellevue West of S. M.L.K. Jr. Ave. & Kingsley St. 32.5 1x/month Alligator Lake East of McMullen Booth Rd.& Ruth Eckerd Hall Dr. 5.9 1x/month Kapok Park West of Glen Oak Ave. N.& Moss Ave. 18.2 2x/month Glen Oaks Park West of Court St.& S. Hillcrest Ave. 11.6 2x/month B. The selected vendor shall submit a maintenance program that contains a schedule detailing work protocol that will be followed for duration of contract within two (2) weeks of award. Upon approval of the maintenance program by the City, work shall commence within two (2) business days. C. Access to all sites shall be the sole responsibility of the vendor. D. Site must be maintained with less than five (5) percent of nuisance/exotic vegetation. Upon inspection by the City, any site(s) that are deemed non-compliant will result in delay of payment. E. Brown lining (intentionally eradicating all vegetation) is prohibited. F. Vendor shall collect trash and debris in the subject treatment area and dispose of trash at each maintenance event. Proper disposal of collected trash and debris is the responsibility of the Vendor. Extraordinary amounts of debris caused by hurricanes, tornadoes, vandalism, etc., will be the responsibility of the City. The Vendor shall report in a timely manner such accumulations of debris when encountered. G. The Vendor shall be responsible for damaged cause by his/her employees to any plant material or site feature. The Vendor shall notify the City in writing of the specific nature and cause of any damage and repair such damage at no cost to the City. H. The Vendor shall install turbidity control in the work area when performing activities that could cause sediment or debris to be discharged downstream. I. Any proposed chemical treatment must adhere to the following best management practices: a. Follow all specific labeling requirements b. Copper-based chemicals are permitted with City approval prior to application c. Drift retardant and tracing dyes shall be used on all sites, and at all times, for inspection purposes d. When using herbicides and pesticides that may harm human and/or domestic animals, the Vendor shall notify in advance all homeowners affected by the treatment e. All chemical applicators must maintain current licenses from the Department of Agriculture and Consumer Services for the spraying of herbicides and pesticides on any City-owned property; license copies must be provided to the City in a timely manner J. The control of nuisance and exotic vegetation shall include the List of Invasive Species from the Florida Exotic Pest Plant Council with any applicable updates during contract term (to include Category I and II) and also includes the species listed in Table 2 (page 20). DETAILED SPECIFICATIONS Aquatic Sites Maintenance 20 RFP #29-19 Table 2 – Additional Species Species Common Name Lemna minor Duckweed Spirodela polyrhiza Giant duckweed Typha Cat tail Wolffia spp. Water meal Wolffiella floridana Bog mat K. All aquatic system maintenance including treatment of depositional areas, spraying of adjacent transitional areas, and removal of trash and debris shall be completed during each maintenance event, with the City being notified with a monthly report of completion by email/mail for inspection. Failure to notify the City for completed work will result in a delay of payment for services. Some sites may qualify for exemption upon prior authorization by the City. L. Gabion maintenance shall allow for growth of small native plan species including grasses, ground cover, floating plants, and other categories allowing for a vegetative corridor that does not block significant flow of water. M. Gabion maintenance shall include treatment of any medium to large vegetative species, native or invasive/exotic that grows into, on top of, or near the gabion system whereas a species may grow to a size that will block significant water flow and or cause damage to the gabion system. N. Upon receiving notification from the Vendor, the City shall inspect the serviced location within five (5) business days. If, upon inspection, the work specified has not been completed, the City shall contact the Vendor to indicate the necessary corrective measures. The Vendor will be given two (2) business days from this notification to make appropriate corrections. If the work has been completed successfully then the City will pay for services when invoiced. O. The Vendor shall maintain individual monthly maintenance reports which shall include: location treated, type of waterbody treatment, amount of chemical used, immediate adjacent transitional treatment, mechanical equipment used, plan species controlled, ambient weather conditions, trash removed from waterbody (if any), and any relevant information concerning the program, such as recommended actions to be taken. P. One copy of the monthly maintenance reports and treatments schedule for the following month shall be submitted along with the monthly invoice to the City. Electronic submittals are acceptable. Q. Vendor shall provide an annual report for each August-to-July period in tabular form, with photographic documentation of before and after, summarizing all activities and proposing a list of recommendations to be implemented in the following months and years. This report is due annually on September 1st for the prior 12-month period. R. The Vendor shall supply a list of employees’ credentials and will be required to complete all maintenance work with direct employees of the company. The Vendor shall supply competent and physically capable employees and the City may require the Vendor to remove an employee if deemed careless, incompetent, insubordinate, or otherwise objectionable and who continued employment on City property is not in the best interest of the City. S. The City reserves the right to add/delete a location, area, and modify the frequency of site visits on the contract upon written notice. Payment for additional sites/visits will be based on Vendor’s site assessment and quote, mutually agreed to by the City. T. Frequency of spraying/mechanical maintenance shall be done at a minimum of contract requirements per year, per site. U. The method of payment will be per site, per month. Invoices must be submitted with itemized cost for sites serviced on a monthly basis. Payments will be disbursed monthly, Net 30 terms. DETAILED SPECIFICATIONS Aquatic Sites Maintenance 21 RFP #29-19 Site Specific Instructions The scope of work includes forty-nine (49) waterbodies/sites throughout the City. Lakes and Ponds Twenty (20) lakes and ponds – twelve (12) sites require treatment six (6) times per year; the remaining eight (8) sites require treatment one (1) time per month. Special considerations include: Westchester Lake – maintenance area is primarily west side of the lake Sall’s Lake – maintenance area is primarily north side of the lake Linn lake – maintenance area includes a gabion system that is in-between the north and south ends of the site Creeks, Channels, Ditches, and Gabions Ten (10) creeks, channels, ditches, and gabions – nine (9) sites requirement treatment four (4) times a year; the remaining one (1) site requires treatment one (1) time per month. Special considerations include: Channel F Gabion, North Sections – north bank of channel shall not be maintained; no spraying Allen’s Creek Gabions, South Section – a portion of the creek that is within unincorporated Pinellas County and should not be maintained/spraying. The gabion should be sprayed from Magnolia Drive to the fence line. On the south side of the unincorporated area, maintenance begins approximately five feet (5’) south of the gabion wall and continues to Hercules. The vegetated buffer on the south side of the gabion should not be maintained/sprayed. Byram Ditch – maintenance area includes depositional and transitional areas up to the top of banks and or fence lines at the west and north sides of the site Right-of-Ways Five (5) right-of-ways – three (3) sites require treatment six (6) times per year; the remaining two (2) sites require treatment one (1) time per month. Special considerations include: Landmark Drive – maintenance area includes stormwater treatment ponds, mitigation area, and an undeveloped area of vegetation US Highway 19 N. at Spectrum Field – maintenance area primarily the west side of wet pond Parks and Recreation Areas Eight (8) parks and recreation areas – two (2) sites require treatment six (6) times per year; six (six) sites require treatment one (1) time per month. Special considerations include: Frank Tack Park – maintenance area includes a vegetative island in middle of pond Cooper’s Bayou Park – maintenance area includes a pond and mitigation areas DD Davis Park – north bank of pond shall not be maintained or sprayed Allen’s Creek Park – maintenance area includes multiple sections of the creek, channels, stormwater ponds, wetlands, upland, and mitigation areas Environmental/Stormwater Monitoring Facilities Six (6) environmental/stormwater monitoring facilities – four (4) sites require treatment one (1) time per month; remaining two (2) sites require treatment two (2) times per month. In addition to the monthly maintenance and annual reports, a detailed letter for all six (6) sites shall be submitted annually by January 15th which documents current site conditions, describes maintenance activities conducted, and recommends future actions. These sites may require replanting of aquatic vegetation, with a combination of the species listed in Table 3 (page 22). DETAILED SPECIFICATIONS Aquatic Sites Maintenance 22 RFP #29-19 Table 3 – Planted Species Species Common Name Pontederia lancifolia Pickerelweed Spartina bakeri Cordgrass Saururus cernuus Lizard's tail Sagittaria latifolia Arrowhead Nymphaea odorata Water lily Scirpus calidus Soft stem bulrush Special considerations include: Woodlawn Terrace – maintenance area includes areas of rip-rap, peninsula section and island Coachman Ridge Park – maintenance area includes a section of Alligator Creek and two (2) wetland mitigation areas Lake Bellevue – maintenance area includes a mitigation area along the west side of the site Alligator Lake – maintenance area includes ponds, wetland, mitigation, transitional and vegetative buffer zones Kapok Park – maintenance area includes wetlands, channels, mitigation, transitional and vegetative buffer zones Glen Oaks Park – maintenance area includes ponds, transitional and vegetative buffer zones 4. MINIMUM QUALIFICATIONS. Companies responding to this RFP will explain their experience with aquatic sites maintenance in the proposal. With the Qualifications statement, a minimum of three (3) references, preferably from other public entities in the state of Florida for which similar services have been provided, are required. One (1) Certified Biologist with a minimum of three (3) years’ experience must be on the Respondent’s staff at the time of proposal. 5. INSURANCE REQUIREMENTS. The Vendor shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives or agents to acquire and maintain) during the term with the City, sufficient insurance to adequately protect the respective interest of the parties. Coverage shall be obtained with a carrier having an AM Best Rating of A-VII or better. In addition, the City has the right to review the Contractor’s deductible or self-insured retention and to require that it be reduced or eliminated. Specifically the Vendor must carry the following minimum types and amounts of insurance on an occurrence basis or in the case of coverage that cannot be obtained on an occurrence basis, then coverage can be obtained on a claims-made basis with a minimum three (3) year tail following the termination or expiration of this Agreement: a. Commercial General Liability Insurance coverage, including but not limited to, premises operations, products/completed operations, products liability, contractual liability, advertising injury, personal injury, death, and property damage in the minimum amount of $1,000,000 (one million dollars) per occurrence and $2,000,000 (two million dollars) general aggregate. b. Commercial Automobile Liability Insurance coverage for any owned, non-owned, hired or borrowed automobile is required in the minimum amount of $1,000,000 (one million dollars) combined single limit. c. Professional Liability/Malpractice/Errors or Omissions Insurance coverage appropriate for the type of business engaged in by the Respondent with minimum limits of $2,000,000 (two million dollars) per occurrence. If a claims made form of coverage is provided, the retroactive DETAILED SPECIFICATIONS Aquatic Sites Maintenance 23 RFP #29-19 date of coverage shall be no later than the inception date of claims made coverage, unless the prior policy was extended indefinitely to cover prior acts. Coverage shall be extended beyond the policy year either by a supplemental extended reporting period (SERP) of as great a duration as available, and with no less coverage and with reinstated aggregate limits, or by requiring that any new policy provide a retroactive date no later than the inception date of claims made coverage. d. Contractor shall maintain Pollution Liability Insurance to respond to bodily injury, property damage, and environmental damaged caused by a pollution incident. The minimum limits of liability shall be $1,000,000 per Occurrence/$2,000,000 Aggregate for the Project. e. Unless waived by the State of Florida and proof of waiver is provided to the City, statutory Workers’ Compensation Insurance coverage in accordance with the laws of the State of Florida, and Employer’s Liability Insurance in the minimum amount of $500,000 (five hundred thousand dollars) each employee each accident, $500,000 (five hundred thousand dollars) each employee by disease, and $500,000 (five hundred thousand dollars) disease policy limit. Coverage should include Voluntary Compensation, Jones Act, and U.S. Longshoremen’s and Harbor Worker’s Act coverage where applicable. Coverage must be applicable to employees, contractors, subcontractors, and volunteers, if any. The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies. Other Insurance Provisions. a. Prior to the execution of this Agreement, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this Agreement remains in effect, the Vendor will furnish the City with a Certificate of Insurance(s) (using appropriate ACORD certificate, SIGNED by the Issuer, and with applicable endorsements) evidencing all of the coverage set forth above and naming the City as an “Additional Insured” on the Commercial General Liability Insurance and the Commercial Automobile Liability Insurance. In addition when requested in writing from the City, Vendor will provide the City with certified copies of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows: City of Clearwater Attn: Purchasing Department, RFP #29-19 P.O. Box 4748 Clearwater, FL 33758-4748 b. Vendor shall provide thirty (30) days written notice of any cancellation, non-renewal, termination, material change or reduction in coverage. c. Vendor’s insurance as outlined above shall be primary and non-contributory coverage for Vendor’s negligence. d. Vendor reserves the right to appoint legal counsel to provide for the Vendor’s defense, for any and all claims that may arise related to Agreement, work performed under this Agreement, or to Vendor’s design, equipment, or service. Vendor agrees that the City shall not be liable to reimburse Vendor for any legal fees or costs as a result of Vendor providing its defense as contemplated herein. The stipulated limits of coverage above shall not be construed as a limitation of any potential liability to the City, and City’s failure to request evidence of this insurance shall not be construed as a waiver of Vendor’s (or any contractors’, subcontractors’, representatives’ or agents’) obligation to provide the insurance coverage specified. MILESTONES Aquatic Sites Maintenance 24 RFP #29-19 1. ANTICIPATED BEGINNING AND END DATE OF INITIAL TERM. August 2019 – July 2020. If the commencement of performance is delayed because the City does not execute the contract on the start date, the City may adjust the start date, end date and milestones to reflect the delayed execution. EXTENSION. The City reserves the right to extend the term of this contract, provided however, that the City shall give written notice of its intentions to extend this contract no later than thirty (30) days prior to the expiration date of the contract. 1. RENEWAL. At the end of the initial term of this contract, the City may initiate renewal(s) as provided herein. The decision to renew a contract rests solely with the City. The City will give written notice of its intention to renew the contract no later than thirty (30) days prior to the expiration. Three (3), one (1) year renewals are possible at the City’s option. 2. PRICES. All pricing shall be firm for the initial term of one (1) year except where otherwise provided by the specifications, and include all transportation, insurance and warranty costs. The City shall not be invoiced at prices higher than those stated in any contract resulting from this proposal. a. The Contractor certifies that the prices offered are no higher than the lowest price the Contractor charges other buyers for similar quantities under similar conditions. The Contractor further agrees that any reductions in the price of the goods or services covered by this proposal and occurring after award will apply to the undelivered balance. The Contractor shall promptly notify the City of such price reductions. b. During the sixty (60) day period prior to the renewal anniversary of the contract effective date, the Contractor may submit a written request that the City increase the prices in an amount for no more than the twelve month change in the Consumer Price Index for All Urban Consumers (CPI-U), US City Average, All Items, Not Seasonally Adjusted as published by the U.S. Department of Labor, Bureau of Labor Statistics (http://www.bls.gov/cpi/home.htm). The City shall review the request for adjustment and respond in writing; such response and approval shall not be unreasonably withheld. c. At the end of the initial term, pricing may be adjusted for amounts other than inflation based on mutual agreement of the parties after review of appropriate documentation. Renewal prices shall be firm for each one (1) year renewal term. d. No fuel surcharges will be accepted or paid by the City. RESPONSE ELEMENTS Aquatic Sites Maintenance 25 RFP #29-19 1. PROPOSAL SUBMISSION - Submit one (1) signed original proposal, four (4) copies of the proposal, and one (1) electronic format copy on a disc or thumb drive, in a sealed container/envelope. 2. PROPOSAL FORMAT (the following should be included and referenced with index tabs) Table of Contents: Identify contents by tab and page number TAB 1 - Letter of Transmittal. A brief letter of transmittal should be submitted that includes the following information: a. The proposer’s understanding of the work to be performed b. A positive commitment to perform the service within the time period specified c. The names of key persons, representatives, project managers who will be the main contacts for the City regarding this project TAB 2 – Professional Experience of the Company, Personnel, and Certified Biologist(s). Provide an overview of the company’s qualifications, abilities, experience and expertise in providing the requested services. Include what qualifies your company, including financially, to provide the City with these services for the required term, provide appropriate staffing, provide necessary resources and show a history of demonstrated competence. a. Identification of senior and technical staff to be assigned to the City. Staff named in the proposal may not be substituted without permission of the City. Resumes, including relevant experience may be included; resume required for Certified Biologist(s). TAB 3 – Understanding of Services to be Performed and Approach to Meeting Requirements. Clearly define the program being offered and your method of approach to include, but not limited to the following elements: a. Project Plan/Approach including scheduling variables b. Reporting (provide examples of forms and reports as applicable) TAB 4 – Company’s Philosophy Regarding Maintenance of Natural Resources. Provide an overview of the company’s natural resources philosophy. Include statement policies or other demonstrated commitment to the philosophy. TAB 5 – References. Provide a minimum of three (3) references, preferably from other public entities within the State of Florida, for whom you have provided similar services. Include the name of entity, contact person’s names, phone numbers, e-mail addresses, mailing addresses, type of service provided, and dates these services were provided. TAB 6 – Cost of Services. The cost portion of the proposal should include the site/location, treatment plan, and “per event” (service at the site) cost, multiplied to an annual amount per location. TAB 7 – Other Forms. The following forms should be completed and signed: 1. Exceptions/Additional Materials/Addenda form 2. Vendor Information form 3. Vendor Certification of Proposal form 4. Scrutinized Companies form(s) as required 5. Copies of licenses and/or certifications required 6. Include a current W-9 form (http://www.irs.gov/pub/irs-pdf/fw9.pdf) EXCEPTIONS / ADDITIONAL MATERIAL / ADDENDA Aquatic Sites Maintenance 26 RFP #29-19 Proposers shall indicate any and all exceptions taken to the provisions or specifications in this solicitation document. Exceptions that surface elsewhere and that do not also appear under this section shall be considered invalid and void and of no contractual significance. Exceptions (mark one): **Special Note – Any material exceptions taken to the City’s Terms and Conditions may render a Proposal non-responsive. No exceptions Exceptions taken (describe--attach additional pages if needed) Additional Materials submitted (mark one): No additional materials have been included with this proposal Additional Materials attached (describe--attach additional pages if needed) Acknowledgement of addenda issued for this solicitation: Prior to submitting a response to this solicitation, it is the vendor’s responsibility to confirm if any addenda have been issued. Addenda Number Initial to acknowledge receipt Vendor Name Date: VENDOR INFORMATION Aquatic Sites Maintenance 27 RFP #29-19 Company Legal/Corporate Name: Doing Business As (if different than above): Address: City: State: Zip: - Phone: Fax: E-Mail Address: Website: DUNS # Remit to Address (if different than above): Order from Address (if different from above): Address: Address: City: State: Zip: City: State: Zip: Contact for Questions about this proposal: Name: Fax: Phone: E-Mail Address: Day-to-Day Project Contact (if awarded): Name: Fax: Phone: E-Mail Address: Certified Small Business Certifying Agency: Certified Minority, Woman or Disadvantaged Business Enterprise Certifying Agency: VENDOR CERTIFICATION OF PROPOSAL Aquatic Sites Maintenance 28 RFP #29-19 By signing and submitting this Proposal, the Vendor certifies that: a) It is under no legal prohibition to contract with the City of Clearwater. b) It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents. c) It has no known, undisclosed conflicts of interest. d) The prices offered were independently developed without consultation or collusion with any of the other respondents or potential respondents or any other anti-competitive practices. e) No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the services and or goods/materials covered by this contract. f) It understands the City of Clearwater may copy all parts of this response, including without limitation any documents and/or materials copyrighted by the respondent, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. 119) or other applicable law, subpoena, or other judicial process. g) Respondent hereby warrants to the City that the respondent and each of its subcontractors (“Subcontractors”) will comply with, and are contractually obligated to comply with, all Federal Immigration laws and regulations that relate to their employees. h) Respondent certifies that they are not in violation of section 6(j) of the Federal Export Administration Act and not debarred by any Federal or public agency. i) It will provide the materials or services specified in compliance with all Federal, State, and Local Statutes and Rules if awarded by the City. j) It is current in all obligations due to the City. k) It will accept such terms and conditions in a resulting contract if awarded by the City. l) The signatory is an officer or duly authorized agent of the respondent with full power and authority to submit binding offers for the goods or services as specified herein. ACCEPTED AND AGREED TO: Company Name: Signature: Printed Name: Title: Date: SCRUTINIZED COMPANIES FORMS Aquatic Sites Maintenance 29 RFP #29-19 SCRUTINIZED COMPANIES THAT BOYCOTT ISRAEL LIST CERTIFICATION FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID/PROPOSAL. FAILURE TO SUBMIT THIS FORM AS REQUIRED MAY DEEM YOUR SUBMITTAL NONRESPONSIVE. The affiant, by virtue of the signature below, certifies that: 1. The vendor, company, individual, principal, subsidiary, affiliate, or owner is aware of the requirements of section 287.135, Florida Statutes, regarding companies on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 2. The vendor, company, individual, principal, subsidiary, affiliate, or owner is eligible to participate in this solicitation and is not listed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel; and 3. “Boycott Israel” or “boycott of Israel” means refusing to deal, terminating business activities, or taking other actions to limit commercial relations with Israel, or persons or entities doing business in Israel or in Israeli-controlled territories, in a discriminatory manner. A statement by a company that it is participating in a boycott of Israel, or that it has initiated a boycott in response to a request for a boycott of Israel or in compliance with, or in furtherance of, calls for a boycott of Israel, may be considered as evidence that a company is participating in a boycott of Israel; and 4. If awarded the Contract (or Agreement), the vendor, company, individual, principal, subsidiary, affiliate, or owner will immediately notify the City of Clearwater in writing, no later than five (5) calendar days after any of its principals are placed on the Scrutinized Companies that Boycott Israel List, or engaged in a boycott of Israel. ______________________________________ Authorized Signature ______________________________________ Printed Name ______________________________________ Title ______________________________________ Name of Entity/Corporation STATE OF _____________________ COUNTY OF ___________________ The foregoing instrument was acknowledged before me on this ______ day of _____________________, 20____, by _________________________________ (name of person whose signature is being notarized) as the ________________________ (title) of ________________________________________ (name of corporation/entity), personally known to me as described herein _____________________, or produced a _________________________ (type of identification) as identification, and who did/did not take an oath. __________________________________________ Notary Public __________________________________________ Printed Name My Commission Expires: __________________ NOTARY SEAL ABOVE MAILING LABEL CUT ALONG THE LINE AND AFFIX TO THE FRONT OF YOUR BID CONTAINER Aquatic Sites Maintenance 30 RFP #29-19 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ SEALED PROPOSAL Submitted by: Company Name: Address: City, State, Zip: RFP #29-19, Aquatic Sites Maintenance Due Date: May 31, 2019, at 10:00 A.M. City of Clearwater Attn: Purchasing PO Box 4748 Clearwater FL 33758-4748 --------------------------------------------------------------------------------- For US Mail ------------------------------------------------------------------------------ ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ SEALED PROPOSAL Submitted by: Company Name: Address: City, State, Zip: RFP #29-19, Aquatic Sites Maintenance Due Date: May 31, 2019, at 10:00 A.M. City of Clearwater Attn: Purchasing 100 S Myrtle Ave 3rd Fl Clearwater FL 33756-5520 ---------------------------------------------- For Hand Deliveries, FEDEX, UPS or Other Courier Services ------------------------------------------------ Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: Resolution 19-25 Agenda Date: 8/12/2019 Status: Agenda ReadyVersion: 1 File Type: ResolutionIn Control: Engineering Department Agenda Number: 4.6 SUBJECT/RECOMMENDATION: Accept an Access Easement from Drs. Kiran and Pallavi Patel 2017 Foundation for Global Understanding, Inc., for vehicular and pedestrian access rights across the easement premises to the adjacent city owned property otherwise known as Coopers Point and adopt Resolution 19-25. SUMMARY: The property owner of Nova Southeastern University requested the City vacate Damascus Rd. right-of-way on the Applicant’s property. As a condition of Ordinance 9202-18, the Applicant was required to grant an alternate Access Easement to the City. Staff recommends acceptance of the access easement. Page 1 City of Clearwater Printed on 8/10/2019 Resolution No. 19-25 RESOLUTION NO. 19-25 A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA ACCEPTING AN ACCESS EASEMENT FROM DRS. KIRAN & PALLAVI PATEL 2017 FOUNDATION FOR GLOBAL UNDERSTANDING, INC., FOR VEHICULAR AND PEDESTRIAN ACCESS ACROSS THE EASEMENT PREMISES FOR ACCESS TO THE GRANTEE’S PROPERTY LOCATED ADJACENT TO THE GRANTOR’S PROPERTY AND OTHERWISE KNOWN AS COOPERS POINT PRESERVE; PROVIDING AN EFFECTIVE DATE. WHEREAS, as a condition of Ordinance 9202-18, Drs. Kiran & Pallavi Patel 2017 Foundation for Global Understanding Inc., was required to grant an alternative Access Easement for vehicular & pedestrian access across easement premises; and, WHEREAS,by this Resolution, the City Council of the City of Clearwater wishes to accept said grant of easement; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CLEARWATER FLORIDA: Section 1. The City Council of the City of Clearwater hereby accepts the Access Easement, a copy of which is attached hereto and incorporated herein as Exhibit “A” to Resolution 19-25. Section 2. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this ______ day of _________________, 2019. ________________________________ George N. Cretekos Mayor Approved as to form:Attest: ___________________________________________________________ Laura Mahony Rosemarie Call Assistant City Attorney City Clerk EXHIBIT A TO RESOLUTION 19-25 BAYSHORE BLVD DREW ST BAY LN CALAIS LNDOWNING ST BAYSHORE BLVDCOU R T N E Y C A M PB ELL CS W Y DRKIRANCPATELBLVDBAYSHOREBLVDLOCATION MAP ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com KN RB N.T.S.292B 16-29S-16E7/25/2019Map Gen By:Reviewed By:S-T-R:Grid #:Date:Scale: Proposed Access Easement toCity of ClearwaterNova Southeastern UniveristyResolution 19-25 Path: C:\Users\Kieffer.Nyland\City of Clearwater\Engineering Geographic Technology - Location Maps\Damascus_Access_Easement.mxd T A M P A B A Y C O O P E R 'S B A Y O U SITELOCATION ^ Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6566 Agenda Date: 8/12/2019 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 4.7 SUBJECT/RECOMMENDATION: Approve the final plat for Union Place, physically located at 1625 Union Street. (consent) SUMMARY: This plat will create 27 single family residential lots. The project site consists of 4.88 acres M.O.L. The plat is located East of Highland Avenue and West of Keene Road. This plat was approved thru the Development Review Committee on April 4, 2019. Page 1 City of Clearwater Printed on 8/10/2019 PARAGON CIR EPARAGON CIR WPARAGON CIR S UNION ST SUNSET POINT RD NUGGET DR N HIGHLAND AVE SOUVENIR DR ALGONQUIN DR PINE PL ELIZABETH LN BRENDLA RD EAST DR WEST DR THAMES ST WINDSOR DR ASHTON ABBEY RD POWDERHORN DR BYRAM DR STARLIGHT DR TOWNSEND ST ERIN LN MURRAY AVE BRAMPTON RD PICARDY CIR RIDGEWAY DR LITTLE NECK RD LOMBARDY DR GREENHILL DR ELM PL BELLEMEADE DR SHARONDALE DR GREAT BRIKHILL RD CLEARVIEW LAKE DR STARDUST DR OAK PL WINDSOR PL STRATHMILL DR HUNTINGTON LN CUMBERLAND LN KRUSE LN LOCATION MAP Plat Location ^ Document Path: V:\GIS\Engineering\Location Maps\Union Place - Residential Plat.mxd ² N.T.S.Scale: Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Union Place Residential Plat Page 1 of 1Date:7/10/2019KNMap Gen By:02-29s-15eS-T-R:TMReviewed By:252AGrid #: LEGAL DESCRIPTION: A PORTION A LAND LYING IN SECTION 2, TOWNSHIP 29 SOUTH, RANGE 15 EAST, PINELLAS COUNTY, FLORIDA, BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS: COMMENCE AT THE NORTHWEST CORNER OF THE NORTHEAST 1/4 SECTION 2, TOWNSHIP 29 SOUTH, RANGE 15 EAST; THENCE S89°13'29"E ALONG THE NORTH LINE OF SAID SECTION 2, TOWNSHIP 29 SOUTH, RANGE 15 EAST, A DISTANCE OF 143.97 FEET; THENCE S1°36'15"W, A DISTANCE OF 32.88 FEET TO THE POINT OF BEGINNING; THENCE S89°14'23"E ALONG THE SOUTH RIGHT OF WAY LINE OF UNION STREET, A DISTANCE OF 466.24 FEET; THENCE S0°04'32"E ALONG THE WEST LINE OF WINDSOR WOOD, AS RECORDED IN PLAT BOOK 78, PAGE 9, PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA, A DISTANCE OF 450.10 FEET; THENCE N89°14'"19W ALONG THE NORTH LINE OF SAID WINDSOR WOOD, A DISTANCE OF 479.43 FEET; THENCE N1°36'15"E, A DISTANCE OF 450.09 FEET TO THE POINT OF BEGINNING. CONTAINING: 7.885 ACRES, MORE OR LESS. CERTIFICATE OF APPROVAL OF THE CITY COUNCIL STATE OF FLORIDA COUNTY OF PINELLAS IT IS HEREBY CERTIFIED THAT THIS PLAT HAS BEEN OFFICIALLY APPROVED FOR RECORD BY THE CITY COUNCIL OF THE CITY OF CLEARWATER, PINELLAS COUNTY, FLORIDA, THIS _______ DAY OF _________, 20___. APPROVED BY:___________________________ WILLIAM B. HORNE II CERTIFICATE OF APPROVAL OF COUNTY CLERK STATE OF FLORIDA COUNTY OF PINELLAS I, KEN BURKE, CLERK OF THE CIRCUIT COURT OF PINELLAS COUNTY, FLORIDA, HEREBY CERTIFY THAT THIS PLAT HAS BEEN EXAMINED AND THAT IT COMPLIES IN FORM WITH ALL THE REQUIREMENTS OF THE STATUTES OF FLORIDA PERTAINING TO MAPS AND PLATS, AND THAT THIS PLAT HAS BEEN FILED FOR RECORD IN PLAT BOOK _____, PAGE(S) , PUBLIC RECORDS OF PINELLAS COUNTY, FLORIDA, THIS DAY OF____________ 20 . KEN BURKE, CLERK BY: ______________________________ PINELLAS COUNTY, FLORIDA DEPUTY CLERK ______________________________ PRINTED NAME SURVEYOR'S CERTIFICATE: I, THE UNDERSIGNED PROFESSIONAL SURVEY AND MAPPER, HEREBY CERTIFY THAT ON SEPTEMBER 17, 2018, THIS PROPERTY WAS SURVEYED UNDER MY SUPERVISION, THAT THIS PLAT WAS PREPARED UNDER MY DIRECTION AND SUPERVISION, THAT THIS PLAT IS A TRUE REPRESENTATION OF THE LANDS DESCRIBED AND SHOWN, AND THAT PERMANENT REFERENCE MONUMENTS HAVE BEEN PLACED AS INDICATED HEREON IN ACCORDANCE WITH THE STATUTES OF THE STATE OF FLORIDA THERE-UNTO APPERTAINING, AND THAT ALL LOT CORNERS WILL BE SET IN ACCORDANCE WITH FLORIDA STATUTES SECTION 177.091(9). I ALSO HEREBY CERTIFY THAT THE MATERIALS AND COMPOSITION OF THIS PLAT CONFORMS TO THE REQUIREMENTS OF CHAPTER 177 PART 1, FLORIDA STATUTES KYLE MCCLUNG, P.S.M. STATE OF FLORIDA PROFESSIONAL SURVEYOR AND MAPPER NUMBER LS7177 SUNCOAST LAND SURVEYING, INC. 111 FOREST LAKES BOULEVARD OLDSMAR, FL 34677 (813) 854-1342 FLORIDA CERTIFICATE OF AUTHORIZATION NUMBER LB4513 DATE OF FIELD SURVEY: SEPTEMBER 17, 2018 DATE OF P.R.M. INSTALLATION: __________________, 2019 OWNER: UNION PLACE, LLC A FLORIDA LIMITED LIABILITY COMPANY BY: _____________________________________ AGOSTINO DiGIOVANNI PRESIDENT WITNESS: _________________________________ _________________________________ SIGNATURE SIGNATURE _________________________________ _________________________________ PRINTED NAME PRINTED NAME SHEET 1 OF 2 PRIVATE DEDICATION: THE UNDERSIGNED HEREBY CERTIFIES THAT IT IS THE OWNER OF THE ABOVE DESCRIBED TRACT OF LAND HEREBY PLATTED AS UNION PLACE, THAT IT GRANTS TO THE CITY OF CLEARWATER, A POLITICAL SUBDIVISION OF THE STATE OF FLORIDA, THE RIGHT TO USE ALL UTILITY AND DRAINAGE EASEMENTS AS SHOWN. THE CITY OF CLEARWATER WILL ASSUME RESPONSIBILITY FOR MAINTENANCE OF FLOW ONLY IN DRAINAGE EASEMENTS. ANY MAINTENANCE, REPAIR, OR REPLACEMENT RESPONSIBILITY RELATING TO PIPES, STRUCTURES, RETAINING WALLS, AESTHETIC AND VEGETATION CONSIDERATIONS, IN AND UPON DRAINAGE EASEMENTS ARE A PRIVATE FUNCTION NEITHER ASSIGNED NOR ACCEPTED BY THE CITY OF CLEARWATER. 1.THERE IS HEREBY CREATED AN INGRESS AND EGRESS EASEMENT FOR FIRE AND EMERGENCY VEHICLES, PUBLIC OFFICIALS, UTILITY COMPANIES, AND THE CITY OF CLEARWATER, FOR SANITATION SERVICES AND UTILITY MAINTENANCE OVER AND ACROSS ALL PAVED SURFACES, LOCATED ON THE LANDS DESCRIBED HEREON. 2.NO PERMANENT PRIVATE STRUCTURES INCLUDING MASONRY OR CONCRETE BLOCK FENCES ARE TO BE LOCATED WITHIN EASEMENTS. UTILITY EASEMENTS SHALL ALSO BE EASEMENTS FOR THE CONSTRUCTION, INSTALLATION, MAINTENANCE, AND OPERATION OF CABLE TELEVISION SERVICES; PROVIDED HOWEVER, NO SUCH CONSTRUCTION, INSTALLATION, MAINTENANCE, AND OPERATION OF CABLE TELEVISION SERVICES SHALL INTERFERE WITH THE FACILITIES AND SERVICES OF AN ELECTRIC, TELEPHONE, GAS, OR OTHER PUBLIC UTILITY. IN THE EVENT A CABLE TELEVISION PROVIDER DAMAGES THE FACILITIES OF A PUBLIC UTILITY, IT SHALL BE SOLELY RESPONSIBLE FOR THE DAMAGES. 3.A TEN (10) FOOT WATER MAIN EASEMENT LYING FIVE (5) FEET ON EACH SIDE OF WATER MAINS, AS THEY ARE LOCATED FROM TIME TO TIME, UP TO AND INCLUDING ALL HYDRANTS AND METERS, EXCEPT WHERE SUCH MAINS AND RELATED WATER FACILITIES MAY LIE UNDER STRUCTURES. [THIS IS A NON-PLOTTABLE, "BLANKET TYPE" EASEMENT THAT AFFECTS THE ENTIRE SUBJECT PROPERTY]. NOTICE: THIS PLAT, AS RECORDED IN ITS GRAPHIC FORM, IS THE OFFICIAL DEPICTION OF THE SUBDIVIDED LANDS DESCRIBED HEREIN AND WILL IN NO CIRCUMSTANCES BE SUPPLANTED IN AUTHORITY BY ANY OTHER GRAPHIC OR DIGITAL FORM OF THE PLAT. THERE MAYBE ADDITIONAL RESTRICTIONS THAT ARE NOT RECORDED ON THIS PLAT THAT MAY BE FOUND IN THE PUBLIC RECORDS OF THIS COUNTY. ACKNOWLEDGEMENT OF OWNER: STATE OF FLORIDA COUNTY OF PINELLAS THE FOREGOING INSTRUMENT WAS ACKNOWLEDGED BEFORE ME THIS DAY OF______________ 20 BY , WHO HAS PRODUCED AS IDENTIFICATION AND WHO DID/DID NOT TAKE AN OATH. ___________________________ ___________________________ NOTARY SIGNATURE PRINT NAME ________________________________ COMMISSION NUMBER (PLACE NOTARY STAMP HERE) PLAT NOTES: 1.BASIS OF BEARING IS THE NORTH LINE OF SECTION 2-29-15, BEARING S89°13'29”E. 2.PLATTED UTILITY EASEMENTS SHOWN HEREON SHALL ALSO BE EASEMENTS FOR THE CONSTRUCTION, INSTALLATION, MAINTENANCE, AND OPERATION OF CABLE TELEVISION SERVICES; PROVIDED, HOWEVER, NO SUCH CONSTRUCTION, INSTALLATION, MAINTENANCE AND OPERATION OF CABLE TELEVISION SERVICES SHALL INTERFERE WITH THE FACILITIES AND SERVICES OF AN ELECTRIC, TELEPHONE, GAS, OR OTHER PUBLIC UTILITY. IN THE EVENT A CABLE TELEVISION COMPANY DAMAGES THE FACILITIES OF A PUBLIC UTILITY, IT SHALL BE SOLELY RESPONSIBLE FOR THE DAMAGES. 3.PRINTED DIMENSIONS SHOWN ON THE PLAT SUPERSEDE SCALED DIMENSIONS. THERE MAY BE ITEMS DRAWN OUT OF SCALE TO GRAPHICALLY SHOW THEIR LOCATION. 4.SUBDIVISION PLATS BY NO MEANS REPRESENT A DETERMINATION ON WHETHER PROPERTIES WILL OR WILL NOT FLOOD. LAND WITHIN THE BOUNDARIES OF THIS PLAT MAY OR MAY NOT BE SUBJECT TO FLOODING. THE CITY OF CLEARWATER BUILDING DEPARTMENT HAS INFORMATION REGARDING FLOODING AND RESTRICTIONS ON DEVELOPMENT. SUBJECT PROPERTY IS LOCATED IN FLOOD ZONE “X” ACCORDING TO THE NATIONAL FLOOD INSURANCE PROGRAM FLOOD INSURANCE RATE MAP NUMBER 12103C0107H, HAVING AND EFFECTIVE DATE OF MAY 17, 2005. 5.ALL PUBLIC UTILITY EASEMENTS MUST PROVIDE THAT SUCH EASEMENTS SHALL ALSO BE EASEMENTS FOR THE CONSTRUCTION, INSTALLATION, MAINTENANCE, AND OPERATION OF CABLE TELEVISION SERVICES; PROVIDED, HOWEVER, NO SUCH CONSTRUCTION, INSTALLATION, MAINTENANCE, AND OPERATION OF CABLE TELEVISION SERVICES SHALL INTERFERE WITH THE FACILITIES AND SERVICES OR AN ELECTRIC, TELEPHONE, GAS OR OTHER PUBLIC UTILITY. IN THE EVENT A CABLE TELEVISION COMPANY DAMAGES FACILITIES OF A PUBLIC UTILITY, IT SHALL BE SOLELY RESPONSIBLE FOR THE DAMAGES. THIS SECTION SHALL NOT APPLY TO THOSE PRIVATE EASEMENTS GRANTED TO OR OBTAINED BY A PARTICULAR ELECTRIC, TELEPHONE, GAS OR OTHER PUBLIC UTILITY. 6.NOTICE:THIS PLAT AS RECORDED IN ITS GRAPHIC FORM, IS THE OFFICIAL DEPICTION OF THE SUBDIVIDED LANDS DESCRIBED HEREON AND WILL IN NO CIRCUMSTANCES BE SUPPLANTED IN AUTHORITY BY ANY OTHER GRAPHIC OR DIGITAL FORM OF THE PLAT. THERE MAY BE ADDITIONAL RESTRICTIONS THAT ARE NOT RECORDED ON THIS PLAT THAT MAY BE FOUND IN THE PUBLIC RECORDS OF THIS COUNTY. 7.THERE MAY BE ADDITIONAL EASEMENTS AND/OR RESTRICTIONS AFFECTING THIS PROPERTY THAT MAY OR MAY NOT BE FOUND IN THE PUBLIC RECORDS OF THIS COUNTY. SURVEYOR'S REVIEW FOR CONFORMITY CHAPTER 177, PART 1, FLORIDA STATUTES: I hereby certify that pursuant to chapter 177.081(1), Florida Statutes, I have reviewed this plat and find that it conforms to Chapter 177, Part 1, of the Florida Statutes. The geometric data has not been verified for mathematical closure. ______________________ ____________ Thomas L. Mahony DATE PROFESSIONAL SURVEYOR AND MAPPER LICENSE NUMBER LS 6289 - STATE OF FLORIDA City of Clearwater, Engineering Department ACKNOWLEDGEMENT OF HOMEOWNERS ASSOCIATION: STATE OF FLORIDA COUNTY OF PINELLAS I HEREBY CERTIFY THAT ON THIS DAY OF______________,2019 BEFORE ME PERSONALLY APPEARED AGOSTINO DIGIOVANNI, AS PRESIDENT OF UNION PLACE HOMEOWNERS ASSOCIATION, INC., WHO IS PERSONALLY KNOWN TO ME OR PRODUCED_______________________________ AS IDENTIFICATION, WHO EXECUTED THE FOREGOING DEDICATION AND ACKNOWLEDGED THE EXECUTION THEREOF TO BE HIS FREE ACT AND DEED FOR THE PURPOSES HEREON MENTIONED, WHO DID/DID NOT TAKE AN OATH. ___________________________ ___________________________ NOTARY SIGNATURE PRINT NAME ________________________________ COMMISSION NUMBER (PLACE NOTARY STAMP HERE) CONFIRMATION OF ACCEPTANCE: UNION PLACE HOMEOWNERS ASSOCIATION, INC., JOINS IN THE DEDICATION FOR THE PURPOSE OF ACCEPTING MAINTENANCE OF THE PRIVATE ROADS, AS WELL AS THE PRIVATE FENCE AND LANDSCAPE EASEMENTS SITUATED ON THIS PLAT. UNION PLACE HOMEOWNERS ASSOCIATION, INC. BY:___________________________ AGOSTINO DIGIOVANNI PRESIDENT WITNESS: _________________________________ _________________________________ SIGNATURE SIGNATURE __________________________________________________________________ PRINTED NAME PRINTED NAME UNION PLACE LYING IN SECTION 2, TOWNSHIP 29 SOUTH RANGE 15 EAST CITY OF CLEARWATER, PINELLAS COUNTY, FLORIDA POINT OF COMMENCEMENT NW CORNER OF NE 1/4 SECTION 2-29-15 POINT OF BEGINNING PRM UNION STREET (66' PUBLIC R/W) ASPHALT ROAD 7' UTILITY EASEMENT FLORIDA POWER CORPORATION (ORB 1524, PAGE 271) 12.5' UTILITY EASEMENT FLORIDA POWER CORPORATION (ORB 1223, PAGE 593) 15' DRAINAGE & UTILITY EASEMENT CITY OF CLEARWATER (ORB 16164, PAGE 866)WINDSOR WOODPB 78, PAGE 9WINDSOR WOOD PB 78, PAGE 9 (UNPLATTED) (UNPLATTED) 10' DRAINAGE & UTILITY EASMENT (ORB 4682, PAGE 1190) 15' DRAINAGE & UTILITY EASEMENT CITY OF CLEARWATER (ORB 16164, PAGE 866) PRM PARAGON CIRCLE S (34' PRIVATE R/W) ∆∆∆∆PARAGON CIRCLE W (34' PRIVATE R/W)PARAGON CIRCLE E (34' PRIVATE R/W)LOT1 LOT2 LOT3 LOT4 LOT5 LOT6 LOT7 LOT8 LOT9 LOT10 LOT11 LOT12 LOT13 LOT14 LOT15 LOT16 LOT17 LOT18 LOT19 LOT20 LOT21 LOT22 LOT23 LOT24 LOT25 LOT26 LOT27 STORM WATER TRACT (PRIVATE) 15' SANITARY EASEMENT (PUBLIC) 10' SANITARY EASEMENT (PUBLIC) 13' UTILITY EASEMENT (PUBLIC) 13' UTILITY EASEMENT (PUBLIC)13' UTILITY EASEMENT (PUBLIC)13' UTILITY EASEMENT (PUBLIC)13' UTILITY EASEMENT (PUBLIC)13' UTILITY EASEMENT (PUBLIC)5' FENCE AND LANDSCAPE EASEMENT (PRIVATE) UNION PLACE LYING IN SECTION 2, TOWNSHIP 29 SOUTH RANGE 15 EAST CITY OF CLEARWATER, PINELLAS COUNTY, FLORIDA SHEET 2 OF 2 LEGEND: PB ---- PLAT BOOK ORB ---- OFFICIAL RECORDS BOOK R/W ---- RIGHT OF WAY PRM ---- PERMANENT REFERENCE MONUMENT FCM ---- FOUND CONCRETE MONUMENT R ---- RADIUS L ---- ARC LENGTH Δ ---- DELTA ANGLE Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6568 Agenda Date: 8/12/2019 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 4.8 SUBJECT/RECOMMENDATION: Approve the final plat for Towns at Spring Lake, physically located at 1895 Virginia Avenue. (consent) SUMMARY: This plat will create 18 residential lots for a Townhome development. The project site consists of 3.6 acres M.O.L. The plat is located east of Keene Road and west of Hercules Avenue. This plat was approved through the Development Review Committee on August 2nd, 2018. Page 1 City of Clearwater Printed on 8/10/2019 SPRING LAKE CT UNION ST N KEENE RD N HERCULES AVE VIRGINIA AVE ALLARD DR RIVIERA DR PALM DR SPRINGRAIN DR BEECHER RD ASHLAND DR ALTON DR DAWN DR SETON DR PALMETTO DR PINEHURST DR LAKEWOOD DR RIDGEWOOD DR CATALINA DR NMONICA DR ALICIA DR FRANCIS DR LOS LOMAS DR LAKE CITRUS DR HEALY DR SPRINGWOOD CIR N SANTIAGO WAY NDUNSTON COVE RD LOMA LINDA WAY NSAN MARINO WAY NSPRINGBUSH LN MADRID CT NSPRINGWOOD CIR WSAN SABASTIAN WAY NBUTTERNUT CIR EELDORADO CT PINEHURST DR LOCATION MAP Plat Location ^ Document Path: V:\GIS\Engineering\Location Maps\Villas At Spring Lake - Townhome Plat.mxd ² N.T.S.Scale: Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com Villas At Spring Lake Townhome Plat Page 1 of 1Date:7/10/2019KNMap Gen By:36-28s-15eS-T-R:TMReviewed By:242AGrid #: Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6570 Agenda Date: 8/12/2019 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Engineering Department Agenda Number: 4.9 SUBJECT/RECOMMENDATION: Approve Change Order 1 to David Nelson Construction Company of Clearwater, FL, for the Seminole Street Boat Ramp/North Marina District Improvements (16-0020-PL) in the amount of $358,275.99 and authorize the appropriate officials to execute same. (consent) SUMMARY: January 17, 2019, City Council approved the construction contract to David Nelson Construction Company to improve the Seminole boat ramp as identified in the North Marina Master Plan in 2016. The initial contract did not include utility relocation of a water main and force main. Additionally, there is existing stormwater infrastructure requiring replacement and upgrades. It was also determined that the two new parking lots will require additional gravity wall construction. After start of construction of the seawall cap and evaluation of the resurfacing of the existing lots, the quantity of asphalt was increased to obtain proper slope and drainage. APPROPRIATION CODE AND AMOUNT: ENGF180014-CONS-CNSTRC $283,280.99 ENST180001-CONS-CNSTRC $ 24,995.00 ENGF180006-CONS-CNSTRC $ 50,000.00 Funds are available in capital improvement projects in amounts of $283,280.99 from ENGF180014, Seminole Boat Launch Improvements, 24,995 from ENST180001, Storm System Improvements, and $50,000 from ENGF180006, Citywide Docks and Seawalls, to fund the change order. Page 1 City of Clearwater Printed on 8/10/2019 To:City of Clearwater Project: Seminole St Boat Ramp / Application:4 Distribution to: Engineering - Tim Kurtz N Marina District Improvements ___ OWNER Period to:7/31/2019 ___ ARCHITECT Contract No:16-0020-PL ___ CONTRACTOR Contract Date:1/31/2019 PO Reference No:19000717 ___ ENGINEER From: David Nelson Construction Co. 3483 Alt 19 Palm Harbor, Fl 34683 Application is made for payment, as shown below, in connection with the Contract. CHANGE ORDER SUMMARY Continuation Sheet is attached. Change Orders approved in ADDITIONS DELETIONS previous months by Owner TOTAL -$ -$ 1 Original Contract Sum 2,711,948.58$ Approved this month 2 Net Change by Change Orders 358,275.99$ 3 Contract Sum to Date (Line 1 + 2)3,070,224.57$ Change Order 1 CC 8/14/2019 358,275.99$ 4 Total Completed 1,218,608.94$ -$ 5 Retainage 60,930.45$ TOTALS 358,275.99$ -$ (5% of completed work) Net Change by Change Orders 358,275.99$ 6 Total Earned Less Retainage 1,157,678.49$ (Line 4 less Line 5 Total) The undersigned Contractor certifies that to the best of the 7 Less Previous Certificates for Payment 1,157,678.49$ Contractor's knowledge, information and belief, the work covered (Line 6 from prior certificate) by this Application for Payment has been completed in accordance 8 Current Payment Due (Line 6 less line 7)0.00$ with the Contract Documents, that all amounts have been paid by 9 Balance to Finish, Plus Retainage 1,912,546.08$ the Contractor for work for which previous Certificates for (Line 3 less line 6) Payment were issued and payments received from the Owner, and that current payment shown herein is now due. David Nelson Constructrion Co. By:Print Name: Date: OWNERS CERTIFICATE FOR PAYMENT AMOUNT CERTIFIED: In accordance with the Contract Documents, based on onside observations (Attach explanation if amount certified differs from that applied for) and the data comprising the above application, the Architect/Engineer certifies to the Owner that to the best of his/her knowledge, information and belief, the Tom Mahony, Project Manager Work has progressed as indicated, that the quality of work is in accordance with said Contract Documents, and the Contractor is entitled to payment of the By: ________________________Date:_________________ AMOUNT CERTIFIED.This Certificate is not negotiable. The AMOUNT CERTIFIED is payable only to the Contractor named herein. Issuance, payment and acceptance of payment are without prejudice to any rights of the Owner or Contractor under this Contract. Number Date Approved APPLICATION AND CERTIFICATE FOR PAYMENT 100 S. Myrtle Ave., Suite #220 Clearwater, Florida 33756 CONTRACTOR: 0.00$ Page 1 Draw 4 Date Through Item No. Description Units Qty. Unit Price Contract Price Change Order Amendend Contract Price Previous Amount Earned Qty this Draw Amount this Draw Qty to Date Amount Earned Remaining Balance Percent Comp 1 Contractor Mobilization LS 1 175,000.00$ 175,000.00$ 175,000.00$ 131,250.00$ -$ 0.75 131,250.00$ 43,750.00$ 75% 2 Site Clearing and Grubbing LS 1 75,000.00$ 75,000.00$ 75,000.00$ 71,250.00$ -$ 0.95 71,250.00$ 3,750.00$ 95% 3 Remove Existing Concrete SY 525 7.00$ 3,675.00$ 3,675.00$ 986.86$ -$ 140.98 986.86$ 2,688.14$ 27% 4 Remove Existing Asphalt Pavement SY 6200 5.00$ $ 31,000.00 $ 31,000.00 23,118.80$ -$ 4623.76 23,118.80$ 7,881.20$ 75% 5 Remove Existing 6" Curb LF 1800 5.00$ $ 9,000.00 $ 9,000.00 4,984.00$ -$ 996.80 4,984.00$ 4,016.00$ 55% 6 Remove Existing 12" x 12" Curb LF 325 8.00$ 2,600.00$ 2,600.00$ 2,504.00$ -$ 313.00 2,504.00$ 96.00$ 96% 7 Remove Existing Wodden Fencing (Playhouse Drive) LF 90 5.00$ 450.00$ 450.00$ 450.00$ -$ 90.00 450.00$ -$ 100% 8 Demo Brick Paver Turnout (Playhouse) SF 110 7.00$ 770.00$ 770.00$ -$ -$ -$ 770.00$ 9 Select Tree/Palm and All Exotic Vegetation Removal within Project Limits LS 1 75,000.00$ 75,000.00$ 75,000.00$ 71,250.00$ -$ 0.95 71,250.00$ 3,750.00$ 95% 10 Demo Water Service and Remove Water Fountain LS 1 830.00$ 830.00$ 830.00$ 830.00$ -$ 1.00 830.00$ -$ 100% 11 Demo Water Service, Valve and Backflow Preventer LS 1 600.00$ 600.00$ 600.00$ 600.00$ -$ 1.00 600.00$ -$ 100% 12 Remove Existing 6" Water Main LF 55 23.00$ 1,265.00$ 1,265.00$ -$ -$ -$ 1,265.00$ 13 Remove Parking Meters EA 5 25.00$ 125.00$ 125.00$ 125.00$ -$ 5.00 125.00$ -$ 100% 14 Remove and Dispose Existing Wheel Stops EA 44 25.00$ 1,100.00$ 1,100.00$ 750.00$ -$ 30.00 750.00$ 350.00$ 68% 15 Demo Retaining Wall LF 80 35.00$ 2,800.00$ 2,800.00$ 2,800.00$ -$ 80.00 2,800.00$ -$ 100% 16 Demo Dumpster Enclosure LS 1 1,000.00$ 1,000.00$ 1,000.00$ 1,000.00$ -$ 1.00 1,000.00$ -$ 100% 17 Remove and Dispose of Picnic Table EA 1 50.00$ 50.00$ 50.00$ 50.00$ -$ 1.00 50.00$ -$ 100% 18 Demo Irrigation Controller LS 1 25.00$ 25.00$ 25.00$ 25.00$ -$ 1.00 25.00$ -$ 100% 19 Demo Electric Vault EA 1 1,500.00$ 1,500.00$ 1,500.00$ -$ -$ -$ 1,500.00$ 20 Demo Light Pole (Wooden Pole) EA 4 300.00$ 1,200.00$ 1,200.00$ 1,200.00$ -$ 4.00 1,200.00$ -$ 100% 21 Demo Light Pole (Concrete Pole) EA 1 300.00$ 300.00$ 300.00$ 300.00$ -$ 1.00 300.00$ -$ 100% 22 Remove or Relocate Existing Signs EA 70 110.00$ 7,700.00$ 7,700.00$ 7,700.00$ -$ 70.00 7,700.00$ -$ 100% 23 Modify Existing Drainage Structure (Retrofit Manhole Lid) EA 2 2,700.00$ 5,400.00$ 5,400.00$ -$ -$ -$ 5,400.00$ 24 Remove Drainage Structure EA 1 550.00$ 550.00$ 1,100.00$ 1,650.00$ 550.00$ -$ 1.00 550.00$ 1,100.00$ 33% 25 Remove 24" RCP Storm Pipe LF 65 25.00$ 1,625.00$ 1,625.00$ 1,600.00$ -$ 64.00 1,600.00$ 25.00$ 98% 26 Remove Existing Backflow Preventer & Hose Bibb (Boat Washdown) LS 1 700.00$ 700.00$ 700.00$ 700.00$ -$ 1.00 700.00$ -$ 100% 27 Relocate Fish Cleaning Station EA 2 750.00$ 1,500.00$ 1,500.00$ 1,500.00$ -$ 2.00 1,500.00$ -$ 100% 28 Relocate "Port O Pot" Dumping Station EA 1 750.00$ 750.00$ 750.00$ 375.00$ -$ 0.50 375.00$ 375.00$ 50% 29 Demo Pole Mounted Electric Box EA 1 350.00$ 350.00$ 350.00$ 350.00$ -$ 1.00 350.00$ -$ 100% 30 Relocate Pay Station EA 2 1,500.00$ 3,000.00$ 3,000.00$ 1,500.00$ -$ 1.00 1,500.00$ 1,500.00$ 50% 31 Relocate Existing Camera Equipement to New Poles EA 1 1,500.00$ 1,500.00$ 1,500.00$ -$ -$ -$ 1,500.00$ 32 Relocate Rock (CD 102) EA 1 40.00$ 40.00$ 40.00$ -$ -$ -$ 40.00$ 33 2" Milling SY 14525 6.00$ 87,150.00$ 87,150.00$ 4,237.98$ -$ 706.33 4,237.98$ 82,912.02$ 5% 34 Erosion Control (BMPs & Monitoring) LS 1 15,000.00$ 15,000.00$ 15,000.00$ 6,750.00$ -$ 0.45 6,750.00$ 8,250.00$ 45% 35 Inlet Protection EA 15 150.00$ 2,250.00$ 2,250.00$ 1,200.00$ -$ 8.00 1,200.00$ 1,050.00$ 53% 36 Floating Turbidity Barrier LF 240 20.00$ 4,800.00$ 4,800.00$ 4,800.00$ -$ 240.00 4,800.00$ -$ 100% 37 Silt Fencing LF 2500 1.50$ 3,750.00$ 3,750.00$ 2,775.00$ -$ 1850.00 2,775.00$ 975.00$ 74% 38 Gravel Interceptor Berm EA 1 5,000.00$ 5,000.00$ 5,000.00$ -$ -$ -$ 5,000.00$ 39 Tree Protection Fencing LF 1100 5.00$ 5,500.00$ 5,500.00$ 5,500.00$ -$ 1100.00 5,500.00$ -$ 100% 40 Earthwork, Embankment/Fill CY 500 35.00$ 17,500.00$ 67,690.00$ 85,190.00$ 17,500.00$ -$ 500.00 17,500.00$ 67,690.00$ 21% July 31, 2019SEMINOLE ST. BOAT RAMP/NORTH MARINA DISTRICT IMPROVEMENTS (16-0020-PL) 2 of 8 Draw 4 Date Through Item No. Description Units Qty. Unit Price Contract Price Change Order Amendend Contract Price Previous Amount Earned Qty this Draw Amount this Draw Qty to Date Amount Earned Remaining Balance Percent Comp July 31, 2019SEMINOLE ST. BOAT RAMP/NORTH MARINA DISTRICT IMPROVEMENTS (16-0020-PL) 41 Straight Curb LF 3000 20.00$ 60,000.00$ 4,560.00$ 64,560.00$ -$ -$ -$ 64,560.00$ 42 Header Curb LF 435 20.00$ 8,700.00$ 8,700.00$ 8,630.00$ -$ 431.50 8,630.00$ 70.00$ 99% 43 Painted pavement markings, thermoplastic, blue, 6" wide LF 600 1.00$ 600.00$ 600.00$ -$ -$ -$ 600.00$ 44 Painted pavement markings, thermoplastic, white, 6" wide LF 8250 1.00$ 8,250.00$ 8,250.00$ -$ -$ -$ 8,250.00$ 45 Painted pavement markings, thermoplastic, white, 12" wide LF 500 2.00$ 1,000.00$ 1,000.00$ -$ -$ -$ 1,000.00$ 46 Painted pavement markings, thermoplastic, white, 24" wide LF 65 4.00$ 260.00$ 260.00$ -$ -$ -$ 260.00$ 47 Painted pavement markings, thermoplastic, white, EA 14 150.00$ 2,100.00$ 2,100.00$ -$ -$ -$ 2,100.00$ 48 Painted pavement markings, thermoplastic, yellow, 8" wide LF 450 2.00$ 900.00$ 900.00$ -$ -$ -$ 900.00$ 49 Cocnrete Wheel Stop (6' Wide, Passenger Parking) EA 103 45.00$ 4,635.00$ 4,635.00$ -$ -$ -$ 4,635.00$ 50 Cocnrete Wheel Stop (9' Wide, Boat Trailer Parking) EA 108 75.00$ 8,100.00$ (6,825.00)$ 1,275.00$ -$ -$ -$ 1,275.00$ 51 2" SP-12.5 Bituminous Pavement (Resurface) TON 1600 150.00$ 240,000.00$ 2,250.00$ 242,250.00$ -$ -$ -$ 242,250.00$ 52 1 1/2" SP-12.5 Bituminous Pavement (New) TON 425 150.00$ 63,750.00$ 63,600.00$ 127,350.00$ -$ -$ -$ 127,350.00$ 53 8" Crushed Concrete Base SY 5200 30.00$ 156,000.00$ 5,400.00$ 161,400.00$ 69,228.00$ -$ 2307.60 69,228.00$ 92,172.00$ 43% 54 Regulatory Signage, R1-1, 30"x30" EA 3 250.00$ 750.00$ 750.00$ -$ -$ -$ 750.00$ 55 Regulatory Signage, R1-5b, 36"x36" EA 1 350.00$ 350.00$ 350.00$ -$ -$ -$ 350.00$ 56 Regulatory Signage, R5-1, 30"x30" EA 8 250.00$ 2,000.00$ 2,000.00$ -$ -$ -$ 2,000.00$ 57 Regulatory Signage, R6-1L, 36"x12" EA 1 250.00$ 250.00$ 250.00$ -$ -$ -$ 250.00$ 58 Regulatory Signage, OM4-3, 18"x18" EA 5 250.00$ 1,250.00$ 1,250.00$ -$ -$ -$ 1,250.00$ 59 Accessible Parking Signage EA 13 350.00$ 4,550.00$ 4,550.00$ -$ -$ -$ 4,550.00$ 60 Dumpster Enclosure with Gates (inc. Concrete Pad) LS 1 12,500.00$ 12,500.00$ 12,500.00$ -$ -$ -$ 12,500.00$ 61 Concrete Sidewalk - Type 1 Finish Type A SF -$ -$ -$ -$ -$ -$ -$ 62 Concrete Sidewalk - Type 1 Finish Type B SF 10600 4.00$ 42,400.00$ 42,400.00$ 11,272.00$ -$ 2818.00 11,272.00$ 31,128.00$ 27% 63 Concrete Sidewalk - Type 2 Finish Type A SF 9800 10.00$ 98,000.00$ 98,000.00$ 98,000.00$ -$ 9800.00 98,000.00$ -$ 100% 64 Concrete Sidewalk - Type 2 Finish Type B SF 2300 5.00$ 11,500.00$ 11,500.00$ 11,425.00$ -$ 2285.00 11,425.00$ 75.00$ 99% 65 PVC Privacy Fence (White, 6' Ht.) LF 450 45.00$ 20,250.00$ 20,250.00$ -$ -$ -$ 20,250.00$ 66 Aluminum Pedestrian Handrail LF 600 93.00$ 55,800.00$ 55,800.00$ -$ -$ -$ 55,800.00$ 67 Retaining/Gravity Wall LF 470 140.00$ 65,800.00$ (65,800.00)$ -$ 14,280.00$ -102 (14,280.00)$ -$ -$ #DIV/0! 68 Root Pruning (Existing Trees to Remain, Protected) LS 1 2,500.00$ 2,500.00$ 2,500.00$ 2,500.00$ -$ 1.00 2,500.00$ -$ 100% 69 Sea Grape (Coccoloba Uvifera) - 30Gal EA 8 265.00$ 2,120.00$ 2,120.00$ -$ -$ -$ 2,120.00$ 70 Silver Button Wood (Conocarpus Erectus Var. Sericeus) - 45Gal EA 15 600.00$ 9,000.00$ 9,000.00$ -$ -$ -$ 9,000.00$ 71 Slash Pine (Pinus Elliotti 'Densa') - Fg EA 46 412.00$ 18,952.00$ 18,952.00$ -$ -$ -$ 18,952.00$ 72 Southern Live Oak (Quercus Virginiana) - 65Gal EA 10 610.00$ 6,100.00$ 6,100.00$ -$ -$ -$ 6,100.00$ 73 Silver Trumpet (Tabebuia Caraiba) - 45Gal EA 5 550.00$ 2,750.00$ 2,750.00$ -$ -$ -$ 2,750.00$ 74 Pink Trumpet Tree (Tabebuia Impetiginosa) - 45Gal EA 4 550.00$ 2,200.00$ 2,200.00$ -$ -$ -$ 2,200.00$ 75 Bismarck Palm (Bismarckia Nobilis) - FG EA 8 2,261.00$ 18,088.00$ 18,088.00$ -$ -$ -$ 18,088.00$ 76 Cabbage Palmetto (Sabal Palmetto) - FG, Regen. Roots & Leaves EA 123 524.00$ 64,452.00$ 64,452.00$ -$ -$ -$ 64,452.00$ 3 of 8 Draw 4 Date Through Item No. Description Units Qty. Unit Price Contract Price Change Order Amendend Contract Price Previous Amount Earned Qty this Draw Amount this Draw Qty to Date Amount Earned Remaining Balance Percent Comp July 31, 2019SEMINOLE ST. BOAT RAMP/NORTH MARINA DISTRICT IMPROVEMENTS (16-0020-PL) 77 Mule Palm (X Butiagrus Nabonnandii) - FG EA 5 895.00$ 4,475.00$ 4,475.00$ -$ -$ -$ 4,475.00$ 78 Green Island Ficus (Ficus Microcarpa 'Green Island') - 3Gal EA 59 10.40$ 613.60$ 613.60$ -$ -$ -$ 613.60$ 79 Pink Muhly (Muhlenbergia Capillaris) - 3Gal EA 900 9.20$ 8,280.00$ 8,280.00$ -$ -$ -$ 8,280.00$ 80 Argentine Bahiagrass Sod (Paspalum Notatum 'Argentine') SF 47387 0.30$ 14,216.10$ 14,216.10$ -$ -$ -$ 14,216.10$ 81 Washed, Crushed Shell - 3" Depth Min. SF 2526 2.60$ 6,567.60$ 6,567.60$ -$ -$ -$ 6,567.60$ 82 Metal Edging (Crushed Shell Areas) LF 900 17.50$ 15,750.00$ 15,750.00$ -$ -$ -$ 15,750.00$ 83 Oolite Bouders - Large (±4'L x ±4'W x ±3'H) EA 33 310.00$ 10,230.00$ 10,230.00$ -$ -$ -$ 10,230.00$ 84 Oolite Bouders - Medium (±3'L x ±3'W x ±3'H) EA 34 200.00$ 6,800.00$ 6,800.00$ -$ -$ -$ 6,800.00$ 85 Oolite Bouders - Small (±3'L x ±2'W x ±2'H) EA 38 115.00$ 4,370.00$ 4,370.00$ -$ -$ -$ 4,370.00$ 86 Cypress Mulch - 3" Depth Min. (Does NOT include incidental mulch for shrub beds or tree rings) SF 2091 3.50$ 7,318.50$ 7,318.50$ -$ -$ -$ 7,318.50$ 87 Irrigation System (inc. all connection and service fees during construction and LS 1 45,000.00$ 45,000.00$ 45,000.00$ 10,575.00$ -$ 0.24 10,575.00$ 34,425.00$ 24% 88 1 1/2" SDR 9 PE Water Service LF 120 15.00$ 1,800.00$ 1,800.00$ -$ -$ -$ 1,800.00$ 89 6" DIP Water Main LF 90 92.00$ 8,280.00$ 8,280.00$ -$ -$ -$ 8,280.00$ 90 6" 11.25° Bend EA 1 420.00$ 420.00$ 420.00$ -$ -$ -$ 420.00$ 91 6"x6" Tapping Sleeve and Valve w/ Box EA 2 5,650.00$ 11,300.00$ 11,300.00$ 5,650.00$ -$ 1.00 5,650.00$ 5,650.00$ 50% 92 Extend Water Service to Fish Cleaning Station LS 1 2,000.00$ 2,000.00$ 2,000.00$ 2,000.00$ -$ 1.00 2,000.00$ -$ 100% 93 Relocate Water Meter/Backflow Preventer in 3'x2' Underground Concrete Vault EA 3 4,000.00$ 12,000.00$ 12,000.00$ -$ -$ -$ 12,000.00$ 94 Remove Existing Fire Hydrant EA 1 690.00$ 690.00$ 690.00$ 690.00$ -$ 1.00 690.00$ -$ 100% 95 New Fire Hydrant EA 1 4,500.00$ 4,500.00$ 4,500.00$ 4,500.00$ -$ 1.00 4,500.00$ -$ 100% 96 1 1/4" SDR 18 PVC Sanitary Force Main (including all fittings and bends) LF 735 38.00$ 27,930.00$ 27,930.00$ -$ -$ -$ 27,930.00$ 97 Core Drill and Connect to Existing Manhole (Sanitary) EA 1 2,000.00$ 2,000.00$ 2,000.00$ -$ -$ -$ 2,000.00$ 98 15" RCP Storm LF 120 75.00$ 9,000.00$ 9,000.00$ 8,700.00$ -$ 116.00 8,700.00$ 300.00$ 97% 99 18" RCP Storm LF 240 88.00$ 21,120.00$ 21,120.00$ 21,120.00$ -$ 240.00 21,120.00$ -$ 100% 100 12"x18" ERCP Storm LF 65 87.00$ 5,655.00$ 5,655.00$ 5,655.00$ -$ 65.00 5,655.00$ -$ 100% 101 15" A2000 PVC LF 245 75.00$ 18,375.00$ 18,375.00$ 15,750.00$ -$ 210.00 15,750.00$ 2,625.00$ 86% 102 FDOT Type F Inlet EA 6 4,100.00$ 24,600.00$ 24,600.00$ 24,600.00$ -$ 6.00 24,600.00$ -$ 100% 103 FDOT Type 1 Manhole EA 4 6,100.00$ 24,400.00$ 24,400.00$ 24,400.00$ -$ 4.00 24,400.00$ -$ 100% 104 Type F Wing Inlet (Index 212) EA 2 5,500.00$ 11,000.00$ 11,000.00$ 22,000.00$ -$ -$ -$ 22,000.00$ 105 Exfiltration Trench Group 1 LS 1 117,500.00$ 117,500.00$ 117,500.00$ 117,500.00$ -$ 1.00 117,500.00$ -$ 100% 106 Exfiltration Trench Group 2 LS 1 65,500.00$ 65,500.00$ 65,500.00$ 65,500.00$ -$ 1.00 65,500.00$ -$ 100% 107 Hydrodynamic Separator Unit LS 1 47,850.00$ 47,850.00$ 47,850.00$ 47,850.00$ -$ 1.00 47,850.00$ -$ 100% 108 Core Drill and Connect to Existing Manhole/Inlet (Storm) EA 2 1,300.00$ 2,600.00$ 2,600.00$ 2,600.00$ -$ 2.00 2,600.00$ -$ 100% 109 Pull boxes, , NEMA 3R, 24" L x 24" W x 10" D EA 24 550.00$ 13,200.00$ 13,200.00$ 8,800.00$ -$ 16.00 8,800.00$ 4,400.00$ 67% 110 1" PVC Conduit (inc. all fittings and supports) LF 2650 10.00$ 26,500.00$ 26,500.00$ 26,500.00$ -$ 2650.00 26,500.00$ -$ 100% 111 2" PVC Conduit (inc. all fittings and supports) LF 425 15.00$ 6,375.00$ 6,375.00$ 3,150.00$ -$ 210.00 3,150.00$ 3,225.00$ 49% 112 Copper Wire, #10, in raceway LF 2650 4.00$ 10,600.00$ 10,600.00$ -$ -$ -$ 10,600.00$ 113 Parking LED Luminaire EA 22 1,500.00$ 33,000.00$ 33,000.00$ -$ -$ -$ 33,000.00$ 114 Light poles (anchor base, 30' high, inc. concrete bases) EA 20 5,000.00$ 100,000.00$ 100,000.00$ 80,000.00$ -$ 16.00 80,000.00$ 20,000.00$ 80% 115 Panelboards, 1-PH, 3W, MCB, 120/240 V, 225 amp, 30 circuits, incl 20 A 1 pole plug-in EA 1 7,500.00$ 7,500.00$ 7,500.00$ -$ -$ -$ 7,500.00$ 116 Lighting Contactor EA 1 5,000.00$ 5,000.00$ 5,000.00$ -$ -$ -$ 5,000.00$ 117 Surge Protection Device EA 1 2,500.00$ 2,500.00$ 2,500.00$ -$ -$ -$ 2,500.00$ 4 of 8 Draw 4 Date Through Item No. Description Units Qty. Unit Price Contract Price Change Order Amendend Contract Price Previous Amount Earned Qty this Draw Amount this Draw Qty to Date Amount Earned Remaining Balance Percent Comp July 31, 2019SEMINOLE ST. BOAT RAMP/NORTH MARINA DISTRICT IMPROVEMENTS (16-0020-PL) 118 Electrical Identification, circuits, fixtures, breakers LS 1 2,500.00$ 2,500.00$ 2,500.00$ -$ -$ -$ 2,500.00$ 119 Drinking Fountain EA 1 3,500.00$ 3,500.00$ 3,500.00$ -$ -$ -$ 3,500.00$ 120 Shade Structure + Concrete Foundations EA 4 40,000.00$ 160,000.00$ 160,000.00$ -$ -$ -$ 160,000.00$ 121 Pavement, tactile warning tiles SF 268 35.00$ 9,380.00$ 9,380.00$ -$ -$ -$ 9,380.00$ 122 Removable Bollards EA 19 -$ -$ -$ -$ -$ -$ -$ #DIV/0! 124 Stabilized subgrade/6" crushed concrete SY 5380 14.75$ 48,235.45$ 48,235.45$ -$ -$ -$ 48,235.45$ 125 Adjust Handrail LS 1 9,013.20$ 9,013.20$ 9,013.20$ -$ -$ -$ 9,013.20$ 126 Red top coco plums EA 13 44.00$ 572.00$ 572.00$ -$ -$ -$ 572.00$ 127 Mod to Irrigation System LS 1 1,353.00$ 1,353.00$ 1,353.00$ -$ -$ -$ 1,353.00$ 128 Handrail at gravity wall north pkg LF 102 80.00$ 8,160.00$ 8,160.00$ -$ -$ -$ 8,160.00$ 129 Conduit at Restroom 2.5" LF 200 20.00$ 4,000.00$ 4,000.00$ -$ -$ -$ 4,000.00$ 130 Conduit at Restroom 3" LF 200 22.00$ 4,400.00$ 4,400.00$ -$ -$ -$ 4,400.00$ 131 Install 18" A2000 LF 55 78.00$ 4,290.00$ 4,290.00$ -$ -$ -$ 4,290.00$ 132 Remove of exist storm LF 55 20.00$ 1,100.00$ 1,100.00$ -$ -$ -$ 1,100.00$ 133 Adjust two inlets EA 2 2,000.00$ 4,000.00$ 4,000.00$ -$ -$ -$ 4,000.00$ 134 Mill resurface Osceola intersection to drive LS 1 6,300.00$ 6,300.00$ 6,300.00$ -$ -$ -$ 6,300.00$ 135 Retaining/Gravity Wall LF 355 160.00$ 56,800.00$ 56,800.00$ -$ 102 16,320.00$ 102.00 16,320.00$ 40,480.00$ 29% 136 Water main replacement south parking lot LS 1 39,610.00$ 39,610.00$ 39,610.00$ -$ 1.00 39,610.00$ 1.00 39,610.00$ -$ 100% 137 Force main adjust north R/W Sem St adj N Pkg LS 1 12,472.34$ 12,472.34$ 12,472.34$ -$ -$ -$ 12,472.34$ Subtotal 2,465,407.80$ 283,280.99$ 2,748,688.79$ 1,061,386.64$ 41,650.00$ 1,103,036.64$ 1,645,652.15$ 40% 123 10% Contingency LS 1 246,540.78$ 246,540.78$ 246,540.78$ $ 155,182.30 (53,080.00)$ $ 102,102.30 $ 144,438.48 41% Total Contract 2,711,948.58$ 283,280.99$ 2,995,229.57$ 1,216,568.94$ (11,430.00)$ 1,205,138.94$ 1,790,090.63$ 40% Stormwater 160 Replace 12" outfall LS 1 13,470.00$ 13,470.00$ 13,470.00$ -$ 1 13,470.00$ 1.00 13,470.00$ -$ 100% 161 Remove Drainage Structure EA 1 550.00$ 550.00$ 550.00$ -$ -$ -$ 550.00$ 162 Install FDOT Type I Manhole EA 1 6,100.00$ 6,100.00$ 6,100.00$ -$ -$ -$ 6,100.00$ 163 Install 10" PVC LF 75 65.00$ 4,875.00$ 4,875.00$ -$ -$ -$ 4,875.00$ Total Stormwater -$ 24,995.00$ 24,995.00$ -$ 13,470.00$ 13,470.00$ 11,525.00$ 54% Seawalls 170 Waterfront Engineering Inc LS 1 50,000.00 50,000.00$ 50,000.00$ -$ -$ -$ 50,000.00$ Subtotal 2,465,407.80$ 358,275.99$ 2,823,683.79$ 1,061,386.64$ 55,120.00$ 1,116,506.64$ 1,707,177.15$ Total Contingency 246,540.78$ -$ 246,540.78$ 155,182.30$ (53,080.00)$ 102,102.30$ 144,438.48$ Total Contract 2,711,948.58$ 358,275.99$ 3,070,224.57$ 1,216,568.94$ 2,040.00$ 1,218,608.94$ 1,851,615.63$ Contingency Items 246,540.78$ 21 Demo Light Pole (Concrete Pole) EA 1 300.00$ -$ 300.00$ -$ 1.00 300.00$ 36 Floating Turbidity Barrier LF 240 20.00$ -$ 4,200.00$ -$ 210.00 4,200.00$ 110 1" PVC Conduit (inc. all fittings and supports) LF 2650 10.00$ -$ 7,700.00$ -$ 770.00 7,700.00$ 63 Concrete Sidewalk - Type 2 Finish Type A SF 9800 10.00$ -$ 430.00$ -$ 43.00 430.00$ 40 Earthwork, Embankment/Fill CY 2684 35.00$ -$ 26,250.00$ -$ 750.00 26,250.00$ #DIV/0! 124 Stabilized Subgrade (6" Crushed Concrete) SY 5200 14.75$ -$ 31,119.55$ -$ 2109.80 31,119.55$ #DIV/0! 136 Excavation/57 stone wrapped in Marafi LS 1 20,426.00$ -$ 20,426.00$ -$ 1.00 20,426.00$ #DIV/0! 137 Thickened edge sidewalk LF 350 5.50$ -$ 1,652.75$ -$ 300.50 1,652.75$ #DIV/0! 160 Replace 12" Outfall from EX-01 LS 1 13,470.00$ -$ 13,470.00$ -1.00 (13,470.00)$ -$ #DIV/0! 136 Watermain Replacement in South Parking Lot LS 1 39,610.00$ -$ 39,610.00$ -1.00 (39,610.00)$ -$ #DIV/0! 138 Hose connection near docks LS 1 2,188.88$ -$ 2,188.88$ -$ 1.00 2,188.88$ #DIV/0! 139 Extend Seawall to End of the Boat Ramp Both Sides LS 1 7,835.12$ -$ 7,835.12$ -$ 1.00 7,835.12$ #DIV/0! Total Contingency 155,182.30$ (53,080.00)$ 102,102.30$ 144,438.48$ 41.41% 5 of 8 Draw 4 Date Through Item No. Description Units Qty. Unit Price Contract Price Change Order Amendend Contract Price Previous Amount Earned Qty this Draw Amount this Draw Qty to Date Amount Earned Remaining Balance Percent Comp July 31, 2019SEMINOLE ST. BOAT RAMP/NORTH MARINA DISTRICT IMPROVEMENTS (16-0020-PL) Total Contract $ 2,711,948.58 $ 358,275.99 $ 3,070,224.57 $ 1,216,568.94 $ 1,218,608.94 $ 1,851,615.63 40% 2,040.00$ Retainage (102.00)$ Invoice Amount 1,938.00$ Earned 6 of 8 Change Order 1 Date: June 30, 2019 PROJECT:PROJECT NUMBER: 16-0020-PL Semilole St Boat Ramp/N Marine District Improvements PO:19000717 CONTRACTOR: COUNCIL AWARD: January 17, 2019 David Nelson Construction Co. DATE OF CONTRACT: January 31, 2019 3483 Alt 19 Palm Harbor, Fl 34683 CODE: ENGF180014-CONS-CNSTRC A ENST180001-CONS-CNSTRC B ENGF180006-CONS-CNSTRC C SCOPE OF CHANGE: THIS CHANGE ORDER ACCEPTS REVISIONS TO THE CONTRACT STATEMENT OF CONTRACT AMOUNT ACCEPTED BY: David Nelson Construction Co. ORIGINAL CONTRACT AMOUNT By: (Seal) NEW CONTRACT AMOUNT David L. Vekasi, President Date: George N Cretekos, Mayor Witnesses: (two) ATTEST: Rosemarie Call, City Clerk Date: CITY OF CLEARWATER, in PINELLAS COUNTY, FLORIDA Recommended By: City of Clearwater William B. Horne, II City Manager Tom Mahony,Project Manager APPROVED AS TO FORM: Owen Kohler, Assistant City Attorney Tara Kivett, PE, City Engineer decreasing, increasing and adding items to accommodate relocation of utilities, additional gravity wall for the parking lot, additional paving and reconstruction of seawall-see attached. 2,711,948.58$ Change Order 1 - City Council 8/14/2019 358,275.99$ 3,070,224.57$ Page 2 of 2 Change Order 1 Seminole St Boat Ramp/North Marina District Improvements Item Description Unit Quantity Unit Price Total Cost Code A: Decreases: 50 Concrete Wheel Stop (9' Wide, Boat Trailer Parking) EA 91 75.00 (6,825.00) 67 Retaining/Gravity Wall LF 470 140.00 (65,800.00) Total (Decreases):(72,625.00) Increases: 24 Remove Drainage Structure EA 2 550.00 1,100.00 40 Earthwork, Embankment/Fill CY 1934 35.00 67,690.00 41 Straight Curb LF 228 20.00 4,560.00 51 2" SP-12.5 Bituminous Pavement (Resurface)TON 15 150.00 2,250.00 52 1 1/2" SP-12.5 Bituminous Pavement (New) TON 424 150.00 63,600.00 53 8" Crushed Concrete Base SY 180 30.00 5,400.00 104 Type F Wing Inlet (Index 212)EA 2 5,500.00 11,000.00 Total Increases: 155,600.00 Additions: 124 Stabilized subgrade/6" crushed concrete SY 3270.2 14.75 48,235.45 125 Adjust Handrail LS 1 9,013.20 9,013.20 126 Red top coco plums EA 13 44.00 572.00 127 Mod to Irrigation System LS 1 1,353.00 1,353.00 128 Handrail at gravity wall north pkg LF 102 80.00 8,160.00 129 Conduit at Restroom 2.5"LF 200 20.00 4,000.00 130 Conduit at Restroom 3"LF 200 22.00 4,400.00 131 Install 18" A2000 LF 55 78.00 4,290.00 132 Remove of exist storm LF 55 20.00 1,100.00 133 Adjust two inlets EA 2 2,000.00 4,000.00 134 Mill resurface Osceola intersection to drive LS 1 6,300.00 6,300.00 135 Retaining/Gravity Wall LF 355 160.00 56,800.00 136 Water main replacement south parking lot LS 1 39,610.00 39,610.00 137 Force main adjust north R/W Sem St adj N PkgLS 1 12,472.34 12,472.34 Total Additions:200,305.99 Total Net (Decreases)/Increases/Additions Code A:283,280.99 Code B Additions 160 Replace 12" outfall LS 1 13,470.00 13,470.00 161 Remove Drainage Structure EA 1 550.00 550.00 162 Install FDOT Type I Manhole EA 1 6,100.00 6,100.00 163 Install 10" PVC LF 75 65.00 4,875.00 Total Additions Code C:24,995.00 Code C Additions: 170 Waterfront Engineering Inc LS 1 50,000.00 50,000.00 Total Additions Code B:50,000.00 Total Net (Decreases)/Increases/Addtions to Contract:358,275.99 DREW ST N MYRTLE AVE N GARDEN AVE VINE AVE JONES ST SEMINOLE ST CLEVELAND ST N OSCEOLA AVE ELDRIDGE ST N FORT HARRISON AVE LAURA ST PENNSYLVANIA AVE N MARTIN LUTHER KING, JR. AVE HART ST GROVE ST PALMETTO ST CEDAR ST PLAZA ST BLANCHE B LITTLEJOHN TRL METTO ST N EAST AVESUNSET DR SPRUCE AVE JURGENS ST N WASHINGTON AVE HENDRICKS ST NICHOLSON ST ROOSEVELT AVE LEE ST PALM BLUFF ST MAPLE ST GRANT ST ENGMAN ST CARLTON ST LA SALLE ST PADUA LN KNIGHTS ALYGEORGIA ST GRANT ST NICHOLSON ST N OSCEOLA AVE HART ST LOCATION MAP PROJECTLOCATION ^ ²Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com CRM TM 277B 09-29s-15eMap Gen By:Reviewed By:S-T-R:Grid #:Date: Seminole Boat RampNorth Marina District Improvements 7/25/2019 Document Path: C:\Users\Christopher.Melone\Desktop\Seminole Boat Ramp1.mxd C le a rw a te rH a rb o rN.T.S.Scale: Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6542 Agenda Date: 8/12/2019 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: City Manager's Office Agenda Number: 5.1 SUBJECT/RECOMMENDATION: Approve a recommendation by the Public Art & Design Board for the commission of a public art installation for the Morningside Recreation Complex located at 2400 Harn Boulevard, as designed by Guy Kemper for a total cost of $36,052.50; and authorize the appropriate officials to execute same. (consent). SUMMARY: The theme and scope of this project was determined with input from the project construction team, Public Art & Design Board, Parks & Recreation Department, Morningside and Morningside Meadows Homeowners Associations. The project intent is to commission public artwork that serves as an artistic enhancement to the main entrance and central atrium at the Morningside Recreation Complex. The Public Art & Design Board appointed a five-member Selection Panel comprised of individuals representing specified interests and expertise: Karen Cunningham (Chair), Public Art & Design Board Representative Spencer Cook, President, Morningside Meadows Homeowners Association Norene Marlow, President, Morningside Homeowners Association Regina Novak, Parks & Recreation Department Judith Powers, artistic representative The Selection Panel met to review all applicant credentials and articles and selected artist Guy Kemper as his vibrantly colored artwork best fit the theme and artistic desires of the project and stakeholders. It was later found that Mr. Kemper’s artwork was not possible due to conflicts with construction. The Selection Panel met with Mr. Kemper in January 2019 to discuss a new configuration for the artwork and determined that a mosaic piece would fit within the construction constraints. Mr. Kemper submitted a new design proposal and on June 13, 2019 the Public Art & Design Board unanimously approved the design and the recommendation to commission Mr. Kemper. This item supports the City’s Strategic Vision by providing public art for citizens and visitors and represents the City’s ongoing commitment to the commission of public artwork, making the City a better place to live, learn, work, visit and play. The Board is recommending that the City Council approve the commission of this artist’s Page 1 City of Clearwater Printed on 8/10/2019 File Number: ID#19-6542 proposal of public artwork. APPROPRIATION CODE AND AMOUNT: Capital Project Funds are available in capital improvement project 315-93251, Morningside Recreation Center Replacement, to fund this contract. Page 2 City of Clearwater Printed on 8/10/2019 07/19/2019 PSA Financial 11311 McCormick Road, Ste 500 Hunt Valley MD 21031-8622 Jeremy Brown (410) 821-7766 (410) 828-0242 jbrown@psafinancial.com Guy Kemper Studio, DBA: Guy Kemper Studio 1425 Elliston Lane Versailles KY 40383 Selective Insurance Co of Amer CL1822761729 A 2185481 10/09/2018 10/09/2019 1,000,000 500,000 15,000 1,000,000 2,000,000 2,000,000 Evidence of Insurance City of Clearwater Florida 600 Cleveland St. 6th Floor Clearwater FL 33755 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement onthis certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZEDREPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBRWVDADDLINSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / NWORKERS COMPENSATIONAND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCEDAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03)© 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY Guy Kemper Studio Doing Business As Additional Named Insureds Other Named Insureds OFAPPINF (02/2007)COPYRIGHT 2007, AMS SERVICES INC Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6531 Agenda Date: 8/12/2019 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Economic Development & Housing Agenda Number: 6.1 SUBJECT/RECOMMENDATION: Declare surplus for the purpose of sale, through Request for Proposals 48-19, real property located at the northwest corner of Grant Street and North Martin Luther King, Jr. Blvd., legally described as Lots 6, 7 and 8, Block B, First Addition to Norwood, according to the map or plat thereof as recorded in Plat Book 5, Page 79 of the Public Records of Pinellas County, Florida and real property located at 1415 Taft Avenue, legally described as Lot 16, Block 1 Lincoln Place Addition to Clearwater Florida according to the plat thereof, as recorded in Plat Book 3, Page 17, of the Public Records of Pinellas County, Florida whereby the successful proposal meets the terms set by Council. (APH) SUMMARY: The properties are currently vacant and are identified by Resolutions 19-10 and 17-38, respectively, as city-owned property appropriate for use as affordable housing. The larger tract is 15,750 square feet and lies on the northwest corner of N. Martin Luther King, Jr. Boulevard and Grant Street. This property was acquired through foreclosure earlier this year. The City originally acquired the land in 1999 with Community Development Block Grant (CDBG) funds made available by the United States Department of Housing and Urban Development (HUD). In 2006, the City transferred the property and held a mortgage for the purchase amount. The mortgage fell into default status and City Council authorized foreclosure action in 2018. The smaller, individual parcel is 3,526 square feet and is located on the southeast corner of Grant Street and Taft Avenue. This parcel was acquired in 2001 at no cost through escheatment due to non-payment of taxes. With council approval, staff will issue Request for Proposals 48-19 (RFP) to attract developers interested in the site to construct a multi-family affordable housing project. Allowable densities provide for up to four units; however additional, privately owned lands may be available to contribute to the project. The RFP will allow a project for rental or homeownership or a combination thereof. Qualifying tenants or homeowners must have household incomes of not more than 80% of Area Median Income as determined by HUD. A recent staff appraisal valued the larger tract at $72,500 and the smaller, individual parcel at $24,900. According to Section 2.01(d)(5)(i) of the Clearwater City Charter, the City Council may approve the donation or sale for less than fair market value of city-owned property of not more than one-half acre in size for workforce or affordable housing following a public hearing. According to the Pinellas County Property Appraiser, the total combined area of the property is 0.44 acres (19,276 square feet). Page 1 City of Clearwater Printed on 8/10/2019 File Number: ID#19-6531 The RFP stipulates that the property will be transferred at no cost and additional funds may be available to assist with construction costs if the successful respondent is able to show that additional subsidy is necessary. If additional funds are needed, they may be made available from one or more of the following sources: CDBG, HOME Investment Partnership Program, State Housing Initiatives Partnership Program and Pinellas County Housing Trust Fund. This project will not impact the city’s general fund. Proposals received in response to the RFP will be evaluated by the following criteria: project history and project team, financial capacity, ability to place homeowners/tenants, development proposal and financial proposal. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 2 City of Clearwater Printed on 8/10/2019 MARSHALL ST BECKETT ST TAFT AVE N MARTIN LUTHER KING, JR. AVE PENNSYLVANIA AVE GRANT ST CARLTON ST GRANT ST BECKETT ST CARLTON ST LOCATION MAP Document Path: V:\GIS\Engineering\Location Maps\2019 Affordable Housing Inv List\2019 Affordable Housing Inv_14.mxd Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com 1002, 1004, 1006 GRANT ST0 MARSHALL ST Page: Date:6/18/2019CRMMap Gen By:²N.T.S.Scale: CRLReviewed By:14 of 14 Aerial Flown 2018 MARSHALL ST BECKETT ST TAFT AVE N MARTIN LUTHER KING, JR. AVE PENNSYLVANIA AVE GRANT ST CARLTON ST GRANT ST BECKETT ST CARLTON ST LOCATION MAP Document Path: V:\GIS\Engineering\Location Maps\2019 Affordable Housing Inv List\2019 Affordable Housing Inv_13.mxd Prepared by:Engineering DepartmentGeographic Technology Division100 S. Myrtle Ave, Clearwater, FL 33756Ph: (727)562-4750, Fax: (727)526-4755www.MyClearwater.com 1415 TAFT AVE Page: Date:6/18/2019CRMMap Gen By:²N.T.S.Scale: CRLReviewed By:13 of 14 Aerial Flown 2018 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6572 Agenda Date: 8/12/2019 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 7.1 SUBJECT/RECOMMENDATION: Declare approximately 85,000 square feet of used artificial turf and 38,000 pounds of rubber surplus to the needs of the City and donate to Pinellas County School Board in accordance with Code of Ordinances Section 2.621 Sale of Surplus Property and authorize the appropriate officials to execute same. (consent) SUMMARY: When the Tampa Bay Rays replaced the turf infield at Tropicana Field (Trop) prior to their 2018 baseball season, they offered to donate a portion of the used AstroTurf to the City. The City accepted the offer and transported a portion of the turf including the infill material made up of sand and rubber to the City Nursery Facility located on Saturn Avenue at a cost of $15,240. The intent was to use the Rays’ turf in the replacement and refurbishment of the turf playing field at Jack Russell Stadium. However, after working with AstroTurf who installed the original turf at the Trop, staff was informed that the turf was specifically designed for indoor use, and it would not be economically beneficial to install the used turf. Staff could expect approximately two years of life from the product while a new turf surface would be guaranteed for eight years and could last 12 to 15 years. That being the case, the Council awarded a contract to AstroTurf Corporation (AstroTurf) on December 6, 2018 to provide and install a new synthetic turf practice field at Jack Russell Stadium. The turf field has since been installed and is being used for a variety of our programs. The Rays’ turf is now surplus to the needs of the City needs, as there is no particular location for its use. The Parks and Recreation Department reached out to other city departments to see if they had a need and there was none. Pinellas County Schools has a need for the used turf and Mr. Neil Robinson, Maintenance Manager of Pinellas County Schools, has informed staff in writing that they are willing to accept the donation of 38,000 pounds of rubber and 85,000 sq. ft. of turf and are willing to pick-up the donated materials from the Saturn Field office. Clearwater Code of Ordinances Section 2.621 Sale of Surplus Property, (V)B. Exceptions to the Surplus Sale Procedures, allows for donation to a charitable or not-for-profit organization in lieu of an open market sale. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 8/10/2019 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6573 Agenda Date: 8/12/2019 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Parks & Recreation Agenda Number: 7.2 SUBJECT/RECOMMENDATION: Award Request for Proposals 33-19, Food and Beverage Concession Services, to Kinney’s Kitchen, LLC, for concession services at Eddie C. Moore Softball Complex, for the period August 2019 through July 2022, with the option of one three-year renewal term and authorize the appropriate officials to execute same. (consent) SUMMARY: Request for Proposals (RFP) 33-19 was issued on April 14, 2019 for the operation of food and beverage concession services at our athletic facilities and during tournaments at our recreation centers. Two proposals were submitted and after evaluation, only Kinney’s was found to be responsive to the RFP elements. Kinney’s is recommended for approval. Kinney's has been providing food and beverage concession services for the city sporting events primarily held at Eddie C. Moore Softball Complex for the past 20 years. During this time, Kinney's has provided excellent service to users and visitors to the Complex. Under this Agreement, Kinney's will provide food and beverage concession services at Eddie C. Moore Softball Complex for city sponsored league games, special events, and tournaments, as well as providing portable food and concession services at other athletic sites and recreation facilities as needed and approved by the Parks and Recreation Department. Kinney's will pay a fee of $2,500 per month equaling $30,000 per year, and a scaled percentage of sales (12% to 15%) dependent on annual gross revenues. The City will have the opportunity to renew the agreement for one additional three-year period. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 8/10/2019 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6586 Agenda Date: 8/12/2019 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Fire Department Agenda Number: 8.1 SUBJECT/RECOMMENDATION: Approve an agreement between Pinellas County and City of Clearwater to provide Emergency Medical Services ALS First Responder services to the Clearwater Fire District and authorize the appropriate officials to execute same. (consent) SUMMARY: The Pinellas County Emergency Medical Services Authority (EMS Authority) is a special district created for the purpose of providing Emergency Medical Services (EMS) throughout Pinellas County, pursuant to Chapter 80-585, Laws of Florida, and Chapter 54, Article III, Pinellas County Code, as amended. Pinellas County has contracted with various municipalities and independent special fire districts in the County to provide first responder services and has also contracted with an ambulance contractor to provide emergency and non-emergency transport services. Through this contract, Clearwater Fire & Rescue will provide advanced life support services to the residents of the City of Clearwater and to individuals within the unincorporated area of Pinellas County that is located within the Clearwater Fire Control District. This contract provides for reimbursement of engine and rescue units, EMS Coordination positions, and projected capital as outlined in Appendix A. The Fiscal Year 19-20 Annual Compensation is $6,385,390. The initial term of this Agreement shall be for five years, commencing October 1, 2019 and ending at midnight September 30, 2024, unless this Agreement is terminated earlier as provided for herein this Agreement. This Agreement may be extended for an additional five-year period following the initial term, provided that the Parties mutually agree in writing to such extension, which is subject to Authority and Contractor approval prior to July 1, 2024. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 8/10/2019 2019 EMERGENCY MEDICAL SERVICES ALS FIRST RESPONDER AGREEMENT CITY OF CLEARWATER October 1, 2019 PINELLAS COUNTY EMERGENCY MEDICAL SERVICES AUTHORITY 12490 Ulmerton Road Largo, Florida 33774 Emergency Medical Services ALS First Responder Agreement Page 2 EMERGENCY MEDICAL SERVICES ALS FIRST RESPONDER AGREEMENT AGREEMENT made this ________ day of__________, 2019, between the CITY OF CLEARWATER, a Florida municipal corporation (”Contractor”), and the PINELLAS COUNTY EMERGENCY MEDICAL SERVICES AUTHORITY, a special district (”Authority”). RECITALS 1. The Authority is a special district created for the purpose of providing Emergency Medical Services throughout Pinellas County (”County”), pursuant to Chapter 80- 585, Laws of Florida and Chapter 54, Article III, Pinellas County Code, as amended (“The Acts”). 2. The Authority has determined that a single-tier all Advanced Life Support (”ALS”) EMS system with a first responder component and a transport component is in the best interest of public safety, health and welfare. 3. The Authority has contracted with various municipalities and independent special fire districts in the County to provide First Responder Services (as defined herein) and has also contracted with an Ambulance Contractor to provide ALS emergency and non-emergency transport services. 4. The Authority wishes to continue to provide for the long-term direction and financial stability of the entire Emergency Medical Services system through working with the First Responder agencies to control costs. 5. Authority is authorized to enter into agreements for Emergency Medical Services and the Contractor is willing and able to provide First Responder Services (as defined herein). NOW, THEREFORE, in consideration of the mutual covenants, terms and conditions herein set forth to be kept and performed by and between the parties hereto, it is agreed as follows: Emergency Medical Services ALS First Responder Agreement Page 3 ARTICLE I THE AGREEMENT SECTION 101. RECITALS AND PURPOSE. The foregoing recitals are hereby incorporated and made part of this Agreement. The purpose of this Agreement is to define the obligations and responsibilities of the Parties hereto with respect to the provision of ALS First Responder Services in the County. SECTION 102. COOPERATION. The Parties shall cooperate and use all reasonable efforts, pursuant to the terms of this Agreement, to facilitate the terms of this Agreement. Accordingly, the Parties further agree in good faith to mutually undertake resolution of disputes, if any, in an equitable and timely manner so as to limit the need for costly, time-consuming, adversarial proceedings to resolve such disputes. SECTION 103. CONTRACT DOCUMENTS. The following Appendices are attached to and made part of this Agreement: Appendix A. ALS First Responder Profile Appendix B. ALS First Responder Contractors Appendix C. EMS Equipment Appendix D. EMS Financial Information Attestation Form Appendix E. Instructor Reimbursement Form Appendix F. EMS Coordinator Duties and Responsibilities Subject to Section 912, this Agreement, together with the foregoing Appendices, constitutes the entire Emergency Medical Services ALS First Responder Agreement between the Parties with respect to the provision of ALS First Responder Services, except to the extent that HIPAA (Health Insurance Portability and Accountability Act) requires additional agreements, which will be handled separately, and shall supersede any prior agreement, contract or memorandum of understanding between the Parties regarding such services. Emergency Medical Services ALS First Responder Agreement Page 4 SECTION 104. SCOPE OF SERVICES. The services to be performed by the Contractor under this Agreement include the following: (a) The response of an ALS First Responder Unit to the scene of an EMS Incident. (b) The on-scene Patient care by Field Personnel. (c) The continuation of Patient care, when Contractor’s Paramedic accompanies the Patient during transport by the Ambulance Provider or medical helicopter. The transport of Patients to a medical facility, in extraordinary circumstances, shall be in accordance with Florida Statute 401.33 and the then current Medical Operations Manual, Transport Protocols. (d) The episodic utilization of CME Instructors and Public Educators/Community Paramedics by participating Contractors. Such services shall be provided in accordance with the terms and conditions of this Agreement. The specific terms and conditions of this Agreement shall govern and prevail over this Section 104. ARTICLE II DEFINITIONS SECTION 201. WORDS AND TERMS. Unless the context otherwise requires, capitalized terms used herein shall have the following meanings ascribed to them: “ALS” means Advanced Life Support. “ALS First Responder Services” means the response of an ALS First Responder Unit to an EMS Incident and, if necessary, on-scene Patient care by EMTs and Paramedics, all in accordance with the protocols of the Authority. “ALS First Responder Station” means any location designated by the Contractor and approved by the Authority at which an ALS First Responder Unit, with the minimum staffing required herein, is located. “ALS First Responder Unit” means any of the ALS permitted vehicles provided by Contractor under this Agreement and listed on Appendix A; each of which is equipped to provide Advanced Life Support services and is used for rapid response to an EMS Incident. ALS First Responder Units may include, but not be limited to: ALS engines, Transport capable rescue units and non-Transport capable rescue units. Emergency Medical Services ALS First Responder Agreement Page 5 “Advanced Life Support” means treatment of life-threatening medical emergencies through the use of techniques such as endotracheal intubation, the administration of drugs or intravenous fluids, cardiac monitoring, and cardiac defibrillation by a qualified person, pursuant to rules of the Department. “Ambulance” means a vehicle constructed, equipped and permitted as an ALS Ambulance, pursuant to the rules of the Department for the transportation of Patients. “Ambulance Contractor” means the entity selected by the Authority to provide ambulance service countywide. “Annual Compensation” means the professional services fee listed on Appendix A, as may be adjusted pursuant to the terms of this Agreement. “Annual External Audit” means an audit conducted by an external certified public accountant, retained by the Contractor, who at the end of each Fiscal Year verifies and attests that the Contractor has complied with the requirement to utilize EMS funds solely for EMS purposes in accordance with Section 706 through the submission of the form shown on Appendix D. “Authority” means the Pinellas County Emergency Medical Services Authority, a special district established by Chapter 80-585, Laws of Florida, as amended. “Authority Funded Unit” means an ALS First Responder Unit authorized and funded by the Authority pursuant to the terms of this Agreement. “Automatic Aid/Closest Unit Response Agreement” means the agreement by and between every political subdivision and fire control districts within Pinellas County dated October 16, 1990. “BLS” means Basic Life Support. “BLS First Responder Unit” means a vehicle equipped to provide Basic Life Support only. “Basic Life Support” means treatment of medical emergencies by a qualified person through the use of techniques described in the Emergency Medical Technician Basic Training Course Curriculum of the United States Department of Transportation. “CAD” means the computer aided dispatch system. Emergency Medical Services ALS First Responder Agreement Page 6 “Caller” means a person accessing the response system by telephone. “Continuing Medical Education” or “CME” means the medical education training program, through distance learning or classroom based courses, provided in accordance with the EMS Rules & Regulations. “CME Instructor” means a County Certified Paramedic, County Certified EMT or County Certified nurse, employed and approved by a Contractor or the Ambulance Contractor, who meets the qualifications set forth in the EMS Rules & Regulations and is approved by the Medical Director. CME Instructors may be utilized to teach regular CME classes, specialized Courses, EMS System orientation or serve as a subject matter expert, curriculum developer or to complete a specific task assignment. “Contractor” means any one of the entities described on Appendix B. “Contractor Funded Unit” means an ALS First Responder Unit, approved by the Executive Director, which is funded and operated by the Contractor for their operational flexibility, but, the additional Unit is not necessary for the Contractor to meet its obligations under the terms of this Agreement. “County” means Pinellas County, Florida, a political subdivision of the State of Florida. “County Certified” means authorized to work in the EMS System in accordance with requirements established by the Medical Control Board, the Medical Director and approved by the Authority. “Course” means any individual CME offering available online through a sufficient number of classroom based training classes. Regular CME Courses, whether online or classroom based, will be two (2) hours in duration. “Department” means the State of Florida Department of Health. “Disaster” means an occurrence of a severity and magnitude that normally results in death, injuries and/or property damage and that cannot be managed through routine procedures and resources of the EMS system. “Emergency Medical Technician” or “EMT” means any person who is trained in Basic Life Support, who is County Certified and who is certified by the Department to perform such services in emergency situations. Emergency Medical Services ALS First Responder Agreement Page 7 “Emergency Medical Services” or “EMS” means the services provided by the Contractor pursuant to Section 104. “EMS Advisory Council” means the advisory board established by the Special Act. “EMS Districts” means the districts designated by Authority pursuant to the Special Act and Resolution 14-66, as may be amended. “EMS Emergency” means any occurrence or threat thereof in the County, any municipalities therein, or in Pasco, Hillsborough or Manatee County, which may result in unusual system overload and is designated as an EMS Emergency by the Executive Director or Authority. “EMS Equipment” means the equipment listed on Appendix C, as may be amended from time to time by the Executive Director. “EMS Incident” means an emergency or non-emergency request processed through the Regional 9-1-1 Center that needs or is likely to need medical services. “Emergency Response” means, for the purposes of measuring response time compliance in Section 403, the act of responding to a request for services in which the Priority Dispatch Protocols have determined that red lights and sirens will be used. “EMS Mill” means the ad valorem real property tax imposed by the Authority pursuant to the “Special Act”, Laws of Florida, as amended. “EMS Ordinance” means Chapter 54, Article III of the Pinellas County Code, as may be amended. “EMS System” means the network of organizations and individuals, including, but not limited to the Authority, Ambulance Contractor, the Contractors, the EMS Advisory Council, the Medical Control Board and the Medical Director, established to provide Emergency Medical Services in Pinellas County. “Executive Director” means the Director of the EMS System, or his or her designee. “First Due Unit” means the ALS First Responder Unit, within Contractor’s primary response area, predetermined to be the nearest to the EMS Incident, in accordance with Section 409 hereof. “Field Personnel” means Paramedics and EMTs employed by Contractor. “First Responder Services” means ALS First Responder Services. Emergency Medical Services ALS First Responder Agreement Page 8 “Fiscal Year” means the year commencing on October 1 of any given year and ending on September 30 of the immediately-succeeding year. “Force Majeure” means any act, event, or condition, other than a labor strike, work stoppage or slowdown, that has had or may reasonably be expected to have a direct material adverse effect on the rights or obligations of either Party under this Agreement, and such act, event, or condition is beyond the reasonable control of the Party relying thereon as justification for not performing an obligation or complying with any condition required of such Party under this Agreement, and is not the result of willful or negligent action or a lack of reasonable diligence of the Party relying thereon. Such acts or events may include, but shall not be limited to: an act of God (except normal weather conditions for the County), epidemic, landslide, or similar occurrence, an act of the public enemy, war, blockade, insurrection, riot, general arrest or restraint of government and people, civil disturbance or similar occurrence. “Just Culture” means the framework of assuring patient safety through error prevention and process improvement; assuring and improving the quality of Patient care and Client services; supporting a professional environment and culture that encourages and supports our Certified Professionals; understands human errors occur and how accountability is assured through consoling, coaching, counseling, Remedial Training or corrective action. “Learning Management System” means the integrated fire and EMS software system utilized by Provider Agencies for online training, classroom based training attendance tracking, in-service education; dissemination of administrative and medical control directives, tracking receipt of protocols and directives, skill assessment and testing results. Authority’s staff and Medical Director shall have administrative rights to upload Emergency Medical Services Continuing Medical Education and post CME curriculum, in-service training modules, administrative and medical control directives, run attendance and grade reports for all students, and reports for CME Instructor activity. All Contractors will utilize the common software platform, Target Solutions, or a successor software product as determined by the Authority upon agreement with the CME steering committee as Emergency Medical Services ALS First Responder Agreement Page 9 defined in the EMS Rules & Regulations. “Medical Case Review” means a review conducted by the EMS Medical Director or designee, with all Certified Professionals involved with a case, to closely examine the care of a Patient using a positive and educational approach to determine where gaps in knowledge or errors occurred. Such Medical Case Reviews shall be conducted with a Just Culture framework to ensure a positive and supportive culture that encourages quality Patient care. “Medical Control” means the medical supervision of the EMS System provided by the Medical Director. “Medical Control Board” means the board appointed by Authority pursuant to the EMS Ordinance and having the duties and responsibilities set forth in the EMS Ordinance. “Medical Direction” means supervision by Medical Control through two-way communication or through established standing orders, pursuant to rules of the Department. “Medical Director” means a licensed physician, or a corporation, association, or partnership composed of physicians, which employs a licensed physician for the purpose of providing Medical Control to the EMS System. “Medical Operations Manual” means the clinical guidelines, prepared for the EMS System and approved by the Medical Control Board, as the same may be amended from time to time. “On-Scene Equipment Exchange Program” means the Authority’s program whereby an equipment item, such as backboards and immobilization devices, which many be amended by the Executive Director, is employed by Contractor in the course of preparing a Patient for transport and the ambulance personnel replaces the same from its own on-board inventory. “Paramedic” means a person who is trained in Basic and Advanced Life Support, who is County Certified, and who is certified by the Department to perform Basic and Advanced Life Support procedures pursuant to the provisions of state statute, regulations and the Medical Operations Manual. Emergency Medical Services ALS First Responder Agreement Page 10 “Party” or “Parties” means either the Authority or the Contractor, or both, as the context of the usage of such term may require. “Patient” means an individual who is ill, sick, injured, wounded or otherwise incapacitated and is in need of or is at risk of needing medical care. “Priority Dispatch Protocols” means the protocols adopted by the Authority, and as may be amended from time to time, governing the EMS System’s response to the different types of service requests. “Public Educator/Community Paramedic” means a County Certified Paramedic or County Certified EMT, or approved public educator employed and approved by a Contractor or the Ambulance Contractor, who meets the qualifications set forth in the EMS Rules & Regulations and is approved by the Medical Director. Public Educators/Community Paramedics may be utilized to teach CPR, first aid, drowning prevention, fall prevention or any other type of EMS specific public education, or prevention program or established community paramedic/outreach program or to complete a specific task assignment related to EMS public education/community outreach. “Regional 9-1-1 Center” means the Communications Center and related telephone, radio and data systems operated and maintained by Pinellas County as the countywide Public Safety Answering Point for the purpose of receiving 9-1-1 calls from citizens; providing emergency medical dispatch following the Priority Dispatch Protocols; providing for the dispatch of all BLS and ALS First Responder Units to EMS Incidents; and providing for the ongoing communications via radio and wireless data systems. “Response” means the act of responding to a request for services, which act begins when ALS First Responder Units are dispatched to an EMS Incident. “Response Time” means the period of time commencing when an ALS First Responder Unit is dispatched to an EMS Incident and ending when Contractor's first ALS First Responder Unit arrives on the scene of the incident. “Rules and Regulations” means the rules and regulations adopted by the Authority, which is subject to amendment. Emergency Medical Services ALS First Responder Agreement Page 11 “Run Cards” means the Regional 9-1-1 Center’s computer aided dispatch software database that, based upon the location of the EMS Incident and a predetermined listing of ALS First Responder Units which the Contractor has determined to be the closest by travel time or most appropriate in ranked order, recommends the closest or most appropriate ALS First Responder Unit(s) to respond to EMS Incidents, or successor methods such as global positioning satellite (GPS) automatic vehicle location (AVL) systems. “Special Act” means Chapter 80-585, Laws of Florida, as amended. “Special Events” means non-emergency events, such as sporting events, parades, festivals and other group or mass gatherings, which may require BLS or ALS medical coverage. “State” means the State of Florida. “State of Emergency” means a Disaster which has been declared by proclamation of the State, County or a municipality in the County. “Total Unit Hour Compensation” means Unit Hour Compensation multiplied by the number of Authority Funded Units provided by this Agreement. “Transport” means the transportation of Patients to any destination by Ambulance. “Uncontrollable Circumstance” means a Force Majeure, an EMS Emergency or a State of Emergency. “Unforeseen Circumstances” means circumstances which could not reasonably be foreseen by the Parties at the time of execution of this Agreement. “Unit Compensation” means the Annual Compensation in a Fiscal Year divided by the number of Authority Funded Units provided by this Agreement. “Unit Hour Compensation” means the Unit Compensation divided by Eight Thousand, Seven Hundred and Sixty (8,760) Hours. SECTION 202. TERMS GENERALLY. Whenever the context may require, any pronoun shall include corresponding masculine, feminine and neuter forms. The words “include”, “includes” and “including” shall be deemed to be followed by the phrase “without limitation”, except as the context may otherwise require. The words “agree”, “agreement”, “approval” and “consent” shall be deemed to be followed by the phrase Emergency Medical Services ALS First Responder Agreement Page 12 “which shall not be unreasonably withheld or unduly delayed”, except as the context may otherwise require. ARTICLE III REPRESENTATIONS SECTION 301. REPRESENTATIONS OF AUTHORITY. Authority represents to Contractor that each of the following statements is presently true and correct: (a) Existing. Authority has all requisite power and authority to carry on its business as now conducted and to perform its obligations under this Agreement and each document contemplated hereunder to which it is or will be a party. (b) Due Authorization. This Agreement has been duly authorized by all necessary action on the part of, and has been or will be duly executed and delivered by Authority and neither the execution and delivery thereof, nor compliance with the terms and provisions thereof or hereof contravenes any existing law, judgment, government rule, regulation or order applicable to or binding on Authority. (c) Enforceability. This Agreement constitutes a legal, valid and binding obligation of Authority enforceable against Authority in accordance with the terms thereof, except as such enforceability may be affected or limited by applicable bankruptcy, insolvency or similar laws, from time to time in effect, which affect creditor’s rights generally and subject to usual equitable principles in the event that equitable remedies are involved. (d) Financial Capability. Authority is fully capable, financially and otherwise, to perform its obligations hereunder, subject to availability of funds lawfully appropriated for the purposes provided in this Agreement. (e) No Litigation. There are no pending, or to the knowledge of Authority, threatened actions or proceedings before any court or administrative agency to which Authority is a party, questioning the validity of this Agreement or any document or action contemplated hereunder, or which are likely, in any case or in the aggregate, to materially adversely affect the consummation of the transactions contemplated hereunder. Emergency Medical Services ALS First Responder Agreement Page 13 SECTION 302. REPRESENTATIONS OF CONTRACTOR. Contractor represents to Authority that each of the following statements is presently true and correct: (a) Existing. Contractor is a Florida municipal corporation or independent special district having all requisite power and authority in Florida to carry on its business as now conducted, to own or hold or otherwise control its properties, and to enter into and perform its obligations under this Agreement and under each instrument described herein to which it is or will be party. (b) Due Authorization. This Agreement has been duly authorized by all necessary action on the part of and has been duly executed and delivered by Contractor and neither the execution and delivery thereof, nor compliance with the terms and provisions thereof or hereof contravenes any existing law, judgment, government rule, regulation or order applicable to or binding on the Contractor. (c) Enforceability. This Agreement constitutes a legal, valid and binding obligation of Contractor enforceable against Contractor in accordance with the terms thereof, except as such enforceability may be limited by applicable bankruptcy, insolvency or similar laws, from time to time in effect, which affect creditor’s rights generally and subject to usual equitable principles in the event that equitable remedies are involved. (d) No Litigation. There are no pending, or to the knowledge of Contractor, threatened actions or proceedings before any court or administrative agency to which Contractor is a party, questioning the validity of this Agreement or any document or action contemplated hereunder, or which are likely, in any case or in the aggregate to materially adversely affect the consummation of the transactions contemplated hereunder. (e) Financial Capability. Contractor is fully capable, financially and otherwise, to perform its obligations hereunder subject to availability of funds lawfully appropriated for the purposes provided in this Agreement. ARTICLE IV DUTIES AND RESPONSIBILITIES OF CONTRACTOR SECTION 401. VEHICLES AND EQUIPMENT. (a) Obligation to Provide Vehicles. At all times during the term of this Emergency Medical Services ALS First Responder Agreement Page 14 Agreement, Contractor shall provide the number of Authority Funded Units described on Appendix A. Contractor reserves the right to select and acquire vehicles and apparatus used in the performance of this Agreement. (b) Maintenance of Vehicles and Fuel. Contractor shall be responsible for the maintenance and repair of ALS First Responder Units and for furnishing maintenance, equipment, supplies, repairs, spare parts, replacement vehicles and fuel. Contractor shall maintain records of maintenance and fuel in order to document that ALS First Responder Units are maintained and used in accordance with this Agreement. (c) Staffing of Vehicles. Each ALS First Responder Unit shall be staffed in compliance with Chapter 401, Florida Statutes, with a minimum of one (1) Paramedic. Contractor shall maintain records of staffing in order to document that ALS First Responder Units are staffed in accordance with this Agreement. (d) Equipment and Supplies. With the exception of equipment maintained by the Authority in Section 507, Contractor shall furnish and maintain all EMS Equipment, required to be provided by the Contractor pursuant to Appendix C. Contractor shall also be responsible for the cost of replacing outdated medical supplies as provided in Section 504, which are lost through inadequate stock rotation; as well as the cost of medical supplies which are lost, stolen, damaged, or unaccounted for due to Contractor’s negligence. The Authority shall be responsible for the cost of any medical supplies which are lost, stolen, or damaged due to a cause other than Contractor’s negligence. Contractor shall be subject to the Authority’s On-Scene Equipment Exchange Program. (e) Medical Communications Equipment. Contractor shall be responsible for the replacement of all medical communications equipment that is lost, stolen or damaged due to Contractor’s negligence. Contractor shall also be responsible for all routine maintenance of such equipment. The Authority shall be responsible for the replacement of any medical communications equipment that is lost, stolen or damaged due to a cause other than Contractor’s negligence. (f) Inspections. Contractor shall allow representatives of the Authority and of the Medical Director to inspect ALS First Responder Units, equipment and ALS First Responder Stations as may be reasonably required to determine compliance with this Agreement. Emergency Medical Services ALS First Responder Agreement Page 15 (g) Patient Care Reporting System Equipment. Contractor shall be responsible for the replacement of all field equipment for the Patient Care Reporting System (e.g. notebook computers) that is lost, stolen or damaged due to Contractor’s negligence. The Authority shall be responsible for the replacement of field equipment for the Patient Care Reporting System that is lost, stolen or damaged due to a cause other than Contractor’s negligence. SECTION 402. PRIORITY DISPATCH PROTOCOLS. Contractor shall respond to EMS Incidents in accordance with the then current Priority Dispatch Protocols. Contractor and the Authority shall cooperate in implementing periodic enhancements and improvements to the Priority Dispatch Protocols. SECTION 403. RESPONSE TIME. Response Time to not less than ninety percent (90%) of all EMS Incidents in a Fiscal Year which are (1) prioritized as an Emergency Response; (2) are within Contractor’s EMS District; and (3) for which Contractor’s ALS First Responder Unit is determined, in accordance with Section 409, to be the First Due Unit, shall be within seven (7) minutes and thirty (30) seconds or less; provided, however, that such Response Time standard shall not be applicable to Responses which occur during periods of Uncontrollable Circumstances or to Responses to remote areas or areas of limited accessibility, as requested by Contractor and approved by the Executive Director. The Authority and the Contractor desire to maintain Response Times for each EMS District at or below the Response Times now enjoyed by each respective EMS District. Such level of service is met by Authority Funded Units. SECTION 404. CONTINUING MEDICAL EDUCATION. (a) Field Personnel. Contractor shall make available its EMS personnel for Continuing Medical Education as required by state regulation, Rules and Regulations and the Medical Control Board. Satisfactory participation by Contractor’s Field Personnel in Continuing Medical Education provided and made available by the Authority shall constitute fulfillment of this obligation. Contractor shall be responsible for ensuring that its Field Personnel attend Continuing Medical Education training, either in classroom based training Emergency Medical Services ALS First Responder Agreement Page 16 or distance learning methods as determined by the Medical Director, in accordance with the Rules and Regulations. Contractor may prepare and submit to the Executive Director a report evaluating performance of the CME program. Contractor shall use any prepared forms that the Authority requests it to use for this evaluation. (b) CME Instructors. Contractors will use their best efforts to provide a sufficient number of CME Instructors to conduct courses. The Authority will use its best efforts to provide a sufficient number of classes available at regional training sites on days, times and shifts necessary to maximize the availability of First Responder units and ambulances up to one hundred eighty (180) classes per regular CME Course or ninety (90) classes for paramedic only CME Courses. Contractors understand the Authority is responsible for the provision of CME instruction and if the pool of CME Instructors made available by the Contractors is deemed inadequate or insufficient by the Authority, the Authority may elect to provide the CME program directly or through another means. SECTION 405. MEDICAL QUALITY CONTROL. (a) Medical Director. The Medical Director of the EMS System shall also serve as medical director of Contractor’s EMS or ALS First Responder Services. Contractor may not use or employ another Medical Director for the provision of Emergency Medical Services within Contractor’s EMS District. (b) Rules and Regulations: Protocols. Contractor shall fully comply with the Rules and Regulations, including the protocols established in the Medical Operations Manual. (c) Ride-Along. Contractor shall allow the Medical Director and the Executive Director or their representative to ride in ALS First Responder Units during Responses to EMS Incidents. However, such representatives shall conduct themselves in a professional and courteous manner, shall not interfere with Contractor’s employees in the performance of their duties, except as necessary to assure protocol compliance and good Patient care, and shall at all times be respectful of Contractor’s employee/employer Emergency Medical Services ALS First Responder Agreement Page 17 relationship. The Medical Director, Executive Director, or their representatives, shall provide proof of employment, proof of workers’ compensation insurance and shall complete any waiver or release forms which may be required by the Contractor prior to riding in ALS First Responder Units. (d) On-Scene Patient Care. Contractor shall comply at all times with the Authority’s protocol for on-scene control of Patient care. If Contractor’s Paramedic is requested to ride to the hospital with the Ambulance Contractor’s Paramedic, Contractor’s Paramedic shall comply. Contractor’s Paramedic may also decide to ride to the hospital with Ambulance Contractor’s Paramedic. Contractor shall be responsible for the return of the Paramedic from the hospital. (e) Special Events. In the event Contractor provides either BLS or ALS medical coverage at a Special Event in their EMS District, Contractor shall be under the auspices of the Authority, the Medical Control Board and the Medical Director. In providing medical coverage at a Special Event, Contractor shall comply with the Rules and Regulations and with the protocols established in the Medical Operations Manual. Authority Funded Units will not be used for dedicated special events coverage without the written approval of the Executive Director. Contractor and Authority will notify each other of large scale Special Events, which may require additional resources or adversely affect the EMS System, to ensure coordinated event coverage. (f) Quality Assurance. Contractor shall adhere to the quality assurance and quality management program established by the Medical Director and shall participate in quality assurance reviews. SECTION 406. MEDICAL CASE REVIEWS. Medical Case Reviews may include access to data, records review, written and verbal statements by Field Personnel and EMS Coordinator, and attendance at interviews and informal and formal hearings, in accordance with the then current EMS Rules and Regulations and Florida Statute 401.425. Contractor shall cooperate in obtaining such records, verbal and written statements and ensure that its Field Personnel attend Medical Case Reviews when reasonably requested. Emergency Medical Services ALS First Responder Agreement Page 18 SECTION 407. PERSONNEL. (a) Training and Qualifications. All Field Personnel employed by the Contractor in the performance of work under this Agreement shall be trained and qualified at a level consistent with the standard established by the Authority for delivering Patient care and shall hold appropriate credentials in their respective EMS profession. (b) Standard of Conduct. Contractor’s personnel shall conduct themselves in a professional and courteous manner at all times. Contractor shall address and correct any departures from this standard of conduct. Contractor’s Field Personnel shall be easily identified as EMTs or Paramedics while on scene of an EMS Incident. (c) Part-Time Employment. Contractor shall not unreasonably restrict its employees from seeking or performing part-time employment with Authority’s Ambulance Contractor. (d) EMS Coordinator. Contractor shall designate a County Certified Paramedic as the EMS Coordinator who will be responsible for performing or supervising, at a minimum, the duties and responsibilities of EMS Coordination in accordance with Appendix F. SECTION 408. STATE OF EMERGENCY ASSISTANCE, EMS EMERGENCY AND MUTUAL AID (a) State of Emergency Assistance within Pinellas County. Immediately upon notification by the Authority of a State of Emergency within Pinellas County, Contractor shall commit such resources as mutually agreed upon by the Parties, given the nature of the State of Emergency and shall assist in accordance with applicable plans and protocols mutually agreed upon by the Parties. During a State of Emergency, Contractor shall be released from the requirements of Section 403 and the time requirements of Section 704(a). When Contractor ceases providing assistance with the State of Emergency, Contractor shall resume normal operations as rapidly as is practical and notify the Authority’s authorized representative that Contractor is able to resume normal operations considering exhaustion of personnel, Emergency Medical Services ALS First Responder Agreement Page 19 need for restocking and other relevant considerations. (b) State of Emergency Assistance Outside of Pinellas County. Contractor shall manage any State of Emergency assistance response outside of Pinellas County in a manner which does not prevent Contractor from rendering services in accordance with this Agreement. (c) EMS Emergency. Immediately upon notification by the Authority of an EMS Emergency, Contractor shall assist in the locality where the EMS Emergency has occurred. The level of assistance provided by Contractor shall be mutually agreed upon by the Parties. During an EMS Emergency, the Contractor shall be released from the requirements of Section 403. When Contractor ceases providing assistance during an EMS Emergency, Contractor shall resume normal operations as rapidly as is practical considering exhaustion of personnel, need for restocking, and other relevant considerations. During the course of an EMS Emergency, Contractor shall use best efforts to continue to provide local ALS emergency coverage. (d) Mutual Aid. Mutual aid responses outside of Pinellas County, rendered by the Contractor outside of Pinellas County that are not due to a State of Emergency or EMS Emergency, shall be performed in accordance with the terms and conditions of this Agreement. SECTION 409. AUTOMATIC AID/CLOSEST UNIT RESPONSE. Upon notification by the Regional 9-1-1 Center of an EMS Incident, Contractor shall provide ALS First Responder Services in accordance with the Automatic Aid/Closest Unit Response Agreement. The ALS First Responder Unit which is predetermined to be the closest to the emergency scene, by the Run Cards, shall be dispatched without regard to EMS District or jurisdictional boundaries. In the event that the Automatic Aid/Closest Unit Response Agreement is terminated, Contractor shall provide ALS First Responder Services in accordance with the then current Run Cards for all EMS Incidents. The Contractor’s authorized representative will periodically, or at the request of the Authority, update their Run Cards to ensure their accuracy and coordinate any changes with any affected Contractor(s). Emergency Medical Services ALS First Responder Agreement Page 20 SECTION 410. MEDICAL SUPPLIES AND INVENTORY CONTROL. Contractor shall establish and implement inventory control procedures for the stocking and use of medical supplies. Contractor shall report, as of September 30th during each year this Agreement is in effect, the balance of all medical supplies held by the Contractor in inventory. Such report will list the item’s identification number, the item’s description, and the quantity held. Contractor will report the quantity of medical supplies which are lost, damaged, or unaccounted for, due to Contractor’s negligence, and medical supplies unusable due to inadequate stock rotation. Contractor agrees to not maintain more than thirty (30) days of medical supplies in stock based upon historical use. Contractor shall maintain inventory records that identify all ALS First Responder Unit supplies issued from stock, and will keep stock under lock so that access is limited to only authorized personnel. Contractor shall adhere to inventory control procedures that the Authority may require, as long as they are reasonable and prudent. Contractor shall follow all federal, state and local laws and protocols in the distribution and handling of controlled substances. Contractor shall provide list of personnel authorized to receive controlled substances from the warehouse and any change to such list. SECTION 411. PATIENT CARE REPORTING SYSTEM. Contractor shall cooperate with the Authority in refining and improving the fully-integrated, electronic patient care reporting system. This system shall meet the information needs of the Contractor, the Medical Director, the Medical Control Board and the Authority. Contractor shall gather and enter data into the Authority’s electronic patient care reporting system for every Patient encountered and every EMS Incident responded to by the Contractor’s Field Personnel. Operating costs of this information system shall be the responsibility of the Authority. The Executive Director shall determine the start date and implementation timeline to ensure seamless implementation in the EMS System. The database of the Authority’s patient care reporting system shall be fully comprehensive, including complete and integrated information on all EMS System activities beginning with the receipt of an EMS Incident; dispatch activities and Response Times; every Patient assessment and all treatment rendered while Contractor’s Field Emergency Medical Services ALS First Responder Agreement Page 21 Personnel are attending the Patient. Contractor shall require Field Personnel to comply with the completion of patient care reports and the data entry requirements of the EMS System and ensure the accuracy and completeness of such reports, as approved and periodically revised by the Authority. Authority agrees that the procedures used to implement and operate the electronic patient care reporting system shall be mutually agreed upon by the Parties. Contractor shall have unlimited access, regardless of storage location or medium, to electronic patient care reports generated by the Contractor’s EMS personnel and all dispatch-related data. Contractor and Authority shall work collaboratively to evaluate software and data systems utilized in the delivery of ALS First Responder Services to ensure data is readily available to perform quality assurance and quality improvement by the Contractor and the Authority and such systems support Field Personnel in rendering patient care and responding to EMS Incidents. Such evaluation shall be completed in FY19-20 with oversight by a mutually agreed steering committee. SECTION 412. UTILIZATION OF REGIONAL 9-1-1 CENTER. (a) Regional 9-1-1 Center. Contractor shall utilize the Regional 9-1-1 Center for the dispatch of all BLS and ALS First Responder Units to EMS Incidents. Contractor shall utilize the Regional 9-1-1 Center’s radio and data systems to include, but not limited to, computer aided dispatch (CAD) software, mobile communications terminal software, and the County’s public safety and intergovernmental voice and data radio system. Contractor shall provide and maintain all fire station alerting systems, base stations, pagers, fire station computers and peripherals, all mobile and portable radios except as provided in Section 503, and mobile communications terminals and radio modems to communicate with the Regional 9-1-1 Center’s radio and data system following the County’s technical specifications. Authority shall provide and maintain, at no cost to the Contractor, all necessary broadband networking from Fire Stations to the Regional 9-1-1 Center’s data system, and Emergency Medical Services ALS First Responder Agreement Page 22 access to the County’s 800MHz High Performance Data (HPD) system following the County’s technical specifications. Authority shall provide a mutually agreed upon appropriate planning phase, cost analysis, changes in the County’s technical specifications, and implementation plan for any future upgrades or system changes. Contractor shall ensure all frontline ALS First Responder Units are equipped with GPS enabled mobile communications terminals running mobile CAD software. Contractor shall ensure GPS enabled mobile communications terminals are kept in working order and repaired in a timely manner to ensure efficient and accurate dispatch. (b) Requests for Emergency Medical Assistance. Should Contractor receive any request for emergency medical assistance, including walk-ins, Contractor shall record the address and telephone number of the caller, obtain the location and nature of the emergency, shall immediately respond to the request for emergency medical assistance, if appropriate, and shall immediately advise the 9-1-1 Center of the information received, and the Response initiated by Contractor, if any. SECTION 413. COMMUNITY INVOLVEMENT. Contractor is encouraged to make available to their local community, health promotions and prevention education (i.e., CPR training, public access defibrillation programs, drowning prevention, health risk assessments). The programs may be developed by the individual contractor or in coordination with the Medical Director or the Authority. Contractor may elect to participate in the Authority’s public education/prevention/community outreach/community paramedic programs that are established, as set forth in the EMS Rules and Regulations and approved by the Medical Director. Public Educators/Community Paramedics may be utilized to teach CPR, first aid, drowning prevention, fall prevention or any other type of EMS specific public education, or prevention program or established community paramedic/outreach program. SECTION 414. LICENSURE AND CERTIFICATION. Contractor shall maintain the appropriate licensure with the Department as an ALS provider. Contractor or Contractor’s Emergency Medical Services ALS First Responder Agreement Page 23 employees, as the case may be, shall be responsible for payment of any fees associated with EMS and Paramedic certification and recertification using funds provided under this Agreement. SECTION 415. ACCURATE INFORMATION. Any news releases, statements, or public information given by the Contractor’s or Authority’s personnel to the public or the media shall accurately reflect the design and operation of the EMS system. ARTICLE V DUTIES AND RESPONSIBILITIES OF AUTHORITY SECTION 501. MEDICAL DIRECTION AND CONTROL. The Authority shall be responsible for providing, or cause to be provided, Medical Direction and Medical Control to the Contractor. SECTION 502. CONTINUING MEDICAL EDUCATION. Authority shall provide and make available to Contractor a Continuing Medical Education training program at multiple, regionally-located training sites and not at a single, centralized training site. Authority shall endeavor to utilize distance learning methodologies and technology to deliver CME training whenever possible. SECTION 503. MEDICAL COMMUNICATIONS EQUIPMENT. Authority has provided, or shall provide, as applicable, one (1) 800 MHZ Mobile Radio, and one (1) 800 MHZ Portable Radio for each Authority Funded Unit approved on Appendix A. The radio equipment shall be installed in the Authority Funded Units by the Contractor and become Contractor’s property. Contractor shall be responsible for such equipment, as provided for in Section 401(e) hereof. Authority shall be responsible for replacing such equipment at the end of its reasonable useful life, as determined by the Authority. The Authority’s plan is phased replacement of this equipment over the term of the Agreement subject to available funding. SECTION 504. MEDICAL SUPPLIES. The Authority shall provide and replace, as necessary, without cost to Contractor, the medical supplies used by Contractor in rendering Patient care under this Agreement. The Authority shall deliver, or cause to be Emergency Medical Services ALS First Responder Agreement Page 24 delivered, all medical supplies, except controlled substances, every two weeks to Contractor’s designated medical supply receiving location. Contractor’s authorized representative shall sign for and pick up controlled substances at a central location designated by the Authority. The Authority shall not be responsible for costs of replacing inventory items lost, stolen, damaged or unaccounted for due to Contractor’s negligence but the Authority shall be responsible for the costs of replacing inventory items lost, stolen damaged or unaccounted for due to a cause other than Contractor’s negligence. Where applicable, Contractor shall relocate supplies nearing their expiration dates to ALS First Responder Units serving areas of higher demand within their EMS District. All medications and supplies shall be returned to the Authority not later than sixty (60) days after the respective expiration dates. If such medications and supplies are not returned to Authority within sixty (60) days after their respective expiration dates, or at the direction of the Medical Director, Contractor shall be charged for the replacement of such supplies. A fully comprehensive narcotic control system shall be provided by the Authority to include boxes, electronic locks, and web-based tracking software. SECTION 505. EXTRAORDINARY MODIFICATIONS. Notwithstanding the provision of Section 401(b) hereof, Authority shall separately provide and fund any modifications to ALS First Responder Units or equipment which may be required by the Authority and which do not constitute routine maintenance, repair or replacement. SECTION 506. BILLING. The Authority shall have sole responsibility for submitting claims for transports made by either the Authority or by Contractor. SECTION 507. ECG EQUIPMENT AND MAINTENANCE. The Authority shall provide all electrocardiogram (ECG) monitoring/defibrillation equipment for Authority Funded and Contractor Funded Units including adequate spare equipment (up to 30% above the number of Units). Contractor agrees to continue using the Contractor’s current equipment on any Contractor Funded Units over its useful life which equipment will be maintained by the Authority and repaired or replaced at the Authority’s option. The Authority shall be responsible for replacing such equipment at the end of a reasonable useful life, as determined by the Authority. At the point that the equipment is replaced Emergency Medical Services ALS First Responder Agreement Page 25 with new equipment, the Contractor will transfer ownership of the equipment being replaced to the Authority who will trade in the used equipment to reduce the cost of replacement. Contractor shall be responsible for any repairs that are necessary due to Contractor’s negligence. SECTION 508. BIOHAZARD WASTE COLLECTION. The Authority shall provide or cause to be provided, the collection and disposal of all biohazard waste from ALS First Responder Stations on a periodic basis, no less than monthly. Contractor shall follow any procedures necessary for biohazard waste to be collected. SECTION 509. PATIENT CARE REPORTING SYSTEM EQUIPMENT. Authority shall provide, as applicable, a ruggedized notebook or tablet computer for each Authority Funded and Contractor Funded Unit including adequate spare equipment (up to 30% above the number of Units). The equipment shall be utilized on Authority Funded Units and Contractor Funded Units by the Contractor for the purpose of completing electronic patient care reports. Only Authority authorized software and peripherals may be utilized to ensure a highly reliable and coordinated system. Authority provided patient care reporting system equipment shall remain property of the Authority. Contractor shall be responsible for such equipment, as provided for in Section 401(g) hereof. Authority shall be responsible for maintaining such equipment and replacing it at the end of a reasonable useful life, as determined by the Authority. Contractor agrees to continue using the Contractor’s current equipment on any Contractor Funded Units over its useful life which equipment will be maintained by the Authority and repaired or replaced at the Authority’s option. The Authority shall be responsible for replacing such equipment at the end of a reasonable useful life, as determined by the Authority. ARTICLE VI INSURANCE AND INDEMNIFICATION SECTION 601. MINIMUM INSURANCE REQUIREMENTS. Contractor shall be self- insured or shall pay for and maintain at least the following insurance coverage and limits as listed below. Insurance coverage and limits shall be evidenced by delivery to the Authority of: a certificate of insurance executed by the insurer(s) listing coverage and limits, expiration dates and terms of policies and all endorsements whether or not required Emergency Medical Services ALS First Responder Agreement Page 26 by the Authority, and listing all carriers issuing said policies; and, a certified copy of each policy, including all endorsements. Where applicable, Contractor shall submit to Authority a letter from Contractor’s Risk Manager stating that Contractor is self-insured, or the amount of insurance per claim and per occurrence, any gap and the amount of excess insurance up to its coverage. Notwithstanding anything to the contrary contained in this Agreement, Contractor does not waive any immunity or limitation of liability it may have under the doctrine of sovereign immunity or Section 768.28 Florida Statutes. The following insurance requirements shall remain in effect throughout the term of this Agreement (unless Contractor is self-insured, in which case Contractor shall not be required to comply with the following insurance requirements): (a) Provide Workers’ compensation insurance as required by Florida Law. (b) Provide commercial general liability, employers’ liability and commercial vehicle liability insurance that reflects the limits of liability for governmental entities in accordance with Section 768.28(5), F.S., should the State Legislature change these limits, coverage consistent with the revised limits shall be obtained. (c) Professional Liability Insurance, including errors and omissions, with minimum limits of $1,000,000 per occurrence; if occurrence form is available; or claims made form with “tail coverage” extending three (3) years beyond the ending date of this Agreement. In lieu of “tail coverage” the Contractor may submit annually to the Authority a current certificate of insurance proving claims made insurance remains in force throughout the same three (3) year period. This coverage is subject to statutory and regulatory requirements of Federal, State or local law. (d) Personal and/or Bodily Injury including death and property damage liability Insurance with minimum limits of $1,000,000 Combined Single Limit insurance in excess of all primary coverage. SECTION 602. ADDITIONAL INSURANCE REQUIREMENTS. To the extent that Contractor maintains insurance policies rather than being self-insured, each insurance policy shall include the following conditions by endorsement to the policy: (a) Each policy shall require that forty-five (45) days prior to expiration, Emergency Medical Services ALS First Responder Agreement Page 27 cancellation, non-renewal or any material change in coverage or limits, a notice thereof shall be given to Authority. Contractor shall also notify Authority within twenty-four (24) hours after receipt of any notices of expiration, cancellation, non- renewal or material changes in coverage received by said Contractor from its insurer. (b) Companies issuing the insurance policy, or policies, shall have no recourse against Authority or County for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of Contractor. (c) The Authority shall be endorsed to the required policy or policies as an additional insured, exclusive of professional liability insurance. The additional insured clause covers the actions of the Contractor while providing services under the terms of this Agreement. (d) The policy clause “Other Insurance” shall not apply to any insurance coverage currently held by the Authority or the County, to any such future coverage, or to County’s Self-Insured Retention of whatever nature. SECTION 603. LIABILITY. Contractor and Authority agree to be fully responsible for their own acts of negligence or their respective agents’ acts of negligence when acting within the scope of their employment, and agree to be liable for any damages resulting from said negligence. Nothing herein is intended to serve as a waiver of sovereign immunity or the limits of liability contained in Section 768.28, Florida Statutes, by the Contractor, County or Authority. Nothing herein shall be construed as consent by Contractor or Authority to be sued by third parties in any manner arising out of this Agreement. Contractor is not liable for the causes of action arising out of the negligence of the Authority, its employees or agents, or arising out of the negligence of any persons or entities contracted by, appointed by, or approved by the Authority to provide services related to this Agreement (including but not limited to other Contractors, the Ambulance Contractor, Medical Control Board and Medical Director). This Section 603 shall survive expiration or earlier termination of this Agreement. Emergency Medical Services ALS First Responder Agreement Page 28 ARTICLE VII COMPENSATION AND OTHER FINANCIAL PROVISIONS SECTION 701. COMPENSATION. (a) FY 2019 – 2020. Authority and Contractor have agreed to an amount reflecting Contractor’s submitted budget for EMS services during Fiscal Year 2019 – 2020. The approved budget amounts for the Fiscal Year commencing October 1, 2019, shall be equal to that shown on Appendix A. (b) Budget Submissions for FY2020–2021 thru FY2023–2024. Contractor shall submit a budget by April 1st each year for the following Fiscal Year for the Authority’s review and approval. Budgets shall be prepared in the same manner as the budget submitted for FY 2019-2020, so long as said budgets are less than a three (3) percent increase from the prior Fiscal Year and the Authority shall pay Annual Compensation to Contractor in accordance with said approved budgets. (c) Funding for Rescue Unit, Medic Unit and Staff Vehicle Replacement. Authority will provide funding for Authority funded rescue units, medic units and the proportionate share of EMS Coordinator staff vehicles. Fire engines and other fire apparatus are not subject to EMS vehicle replacement funding. Units will be replaced after at least five (5) years, but no more than seven (7) years, of frontline service. Contractor represents that its projected capital replacement needs are as shown in Appendix A. The Authority shall determine a standardized reimbursement amount for rescue units, medic units and staff vehicles each Fiscal Year based upon the then current market rate for such vehicles as stated in the EMS Authority’s annual budget and capped therein. The amounts for FY19-20 are rescue units ($200,000), medic units ($100,000), and staff vehicles ($50,000). (d) Payment. Payments shall be paid monthly in arrears in (approximately) equal monthly installments. (e) Station/Overhead Allowable Costs. Contractor shall be reimbursed for up to 1.0% of the Fiscal Year’s approved budget in accordance with Resolution 14-65 for station and overhead costs. Such payment shall be made by the Authority to the Contractor after receipt of the audit attestation shown in Appendix D. Emergency Medical Services ALS First Responder Agreement Page 29 (f) Extraordinary Budget Increase. If any proposed budget submitted by Contractor to the Authority for the following Fiscal Year should exceed three (3) percent of the prior Fiscal Year’s budget, Authority and Contractor agree to reopen this Section 701 to negotiate, no later than May 1st of the then current Fiscal Year, the Annual Compensation for the following Fiscal Year. For any Fiscal Year in which Section 701 is reopened to negotiate the Annual Compensation for the following Fiscal Year, if Authority and Contractor cannot reach agreement on the Annual Compensation by June 30th, this Agreement shall terminate on the last day of the then current Fiscal Year. Contractor and Authority must approve the final negotiated Appendix “A” prior to the beginning of the next Fiscal Year if the proposed budget for the following Fiscal Year will exceed three (3) percent increase from the prior Fiscal Year’s budget. SECTION 702. CME AND PUBLIC EDUCATION REIMBURSEMENT. (a) Learning Management System. The Authority shall reimburse annually, in the first payment in each Fiscal Year, the Contractor’s cost for the use of the Learning Management System for its students. Such reimbursement shall be fifty percent (50%) of the costs of use of the Learning Management System up to $60.00 per student per Fiscal Year (does not include payment for student training time). The reimbursement amount shall not exceed $125,000.00 in any Fiscal Year. (b) Reimbursement for CME Instructors. The Authority shall reimburse each Contractor for the actual cost of salary and benefits up to $75.00 per hour for overtime or backfill costs for the Contractor’s CME Instructor hours that are actually performed and preapproved in writing, through the published master EMS training calendar by the Authority. Contractor may establish a rate of pay for CME Instructor which shall be subject to the $75.00 per hour cap. The Authority shall not reimburse Contractor for the personnel costs for students to attend Courses or CME Instructor hours that are not preapproved in writing. Contractor shall submit invoices to Authority utilizing Appendix E within twenty (20) days following the last day of each month. The Authority shall process such invoices for payment within twenty (20) days of receipt or reject the invoice if it is incomplete or inaccurate. Contractor shall be reimbursed monthly in arrears. For each year during the term of this Agreement, the total compensation amounts shall be Emergency Medical Services ALS First Responder Agreement Page 30 established through the Authority’s budget process, but in no event, shall the cumulative compensation to all Contractors for all payments under this provision, and payment for the analogous training provisions of the Ambulance Services Agreement, as amended, for any Fiscal Year exceed the amount budgeted by the Authority. The reimbursement amount shall not exceed $1,000,000.00 in any Fiscal Year. It is recognized by the Parties that no payment may be compelled or made without a budget amendment approved by the Authority for any compensation that exceeds the total compensation authorized through the Authority approved budget for CME training. It is further agreed and understood among the Parties that the Authority may not compel the Contractors to incur expenses beyond the Authority’s approved budget amount until such time as a budget amendment raising such budget is approved. (c) Reimbursement for Public Education/Prevention/Community Paramedic Programs. The Authority shall reimburse each Contractor for the actual cost of salary and benefits up to $75.00 per hour for overtime or backfill costs for the Contractor’s Public Educator/Community Paramedic hours that are actually performed and preapproved in writing, through the published master EMS public education/prevention/community paramedic calendar, by the Authority. Contractor may establish a rate of pay for Public Educator/Community Paramedic which shall be subject to the $75.00 per hour cap. The Authority shall not reimburse Contractor for the personnel costs for Public Educator/Community Paramedic hours that are not preapproved in writing. Contractor shall submit invoices to Authority utilizing Appendix E within twenty (20) days following the last day of each month. The Authority shall process such invoices for payment within twenty (20) days of receipt or reject the invoice if it is incomplete or inaccurate. Contractor shall be reimbursed monthly in arrears. For each year during the term of this Agreement, the total compensation amounts shall be established through the Authority’s budget process, but in no event, shall the cumulative compensation to all Contractors for all payments under this provision, and payment for the analogous training provisions of the Ambulance Services Agreement, as amended, for any Fiscal Year exceed the amount budgeted by the Authority. The reimbursement amount shall not exceed $250,000.00 in any Fiscal Year. It is recognized by the Parties that no payment Emergency Medical Services ALS First Responder Agreement Page 31 may be compelled or made without a budget amendment approved by the Authority for any compensation that exceeds the total compensation authorized through the Authority approved budget for Public Education/Community Paramedic programs. It is further agreed and understood among the Parties that the Authority may not compel the Contractors to incur expenses beyond the Authority’s approved budget amount until such time as a budget amendment raising such budget is approved. (d) Reimbursement for Participation in Countywide Quality Improvement Committees. The Authority shall reimburse each Contractor for the actual cost of salary and benefits up to $75.00 per hour for overtime or backfill costs for the Contractor’s Field Personnel to participate in countywide quality improvement committees based upon the hours worked which have been preapproved in writing by the Executive Director or designee. The Authority shall not reimburse Contractor for the personnel costs that are not preapproved in writing. Contractor shall submit invoices to Authority utilizing Appendix E within twenty (20) days following the last day of each month. The Authority shall process such invoices for payment within twenty (20) days of receipt or reject the invoice if it is incomplete or inaccurate. Contractor shall be reimbursed monthly in arrears. For each year during the term of this Agreement, the total compensation amounts shall be established through the Authority’s budget process, but in no event, shall the cumulative compensation to all Contractors for all payments under this provision, and payment for the analogous training provisions of the Ambulance Services Agreement, as amended, for any Fiscal Year exceed the amount budgeted by the Authority. The reimbursement amount shall not exceed $25,000.00 in any Fiscal Year. It is recognized by the Parties that no payment may be compelled or made without a budget amendment approved by the Authority for any compensation that exceeds the total compensation authorized through the Authority approved budget for quality improvement committees. It is further agreed and understood among the Parties that the Authority may not compel the Contractors to incur expenses beyond the Authority’s approved budget amount until such time as a budget amendment raising such budget is approved. Emergency Medical Services ALS First Responder Agreement Page 32 SECTION 703. DEDUCTION FOR FAILURE TO PROVIDE FIRST RESPONDER UNIT. In the event Contractor fails to provide an ALS First Responder Unit, or substitutes a BLS First Responder Unit instead of an ALS First Responder Unit, for an extended period (as described below) of time and without the advance approval of the Authority, the Authority may deduct an amount equal to the Contractor’s Unit Hour Compensation multiplied by each hour or portion thereof for each day or portion thereof that the Contractor has failed to provide an ALS First Responder Unit. Such deduction shall be made from the following monthly Annual Compensation payment. For purposes of this Agreement, an extended period of time means, with respect to mechanical problems and personnel, more than four (4) consecutive hours in any given day, and with respect to training, more than ten (10) hours in any given day; provided however that Section 703 shall not be applicable when the Executive Director has waived the provisions of Section 703, or when Contractor has failed to provide an ALS First Responder Unit or substitutes a BLS First Responder Unit during periods of Uncontrollable Circumstances. SECTION 704. DEDUCTION FOR FAULTY DOCUMENTATION. In the event that the Contractor transports a Patient, in compliance with the then current Medical Operations Manual transport protocols, Contractor shall provide a billable Patient Care Report to the Authority within four (4) business days from the date of service. The report shall include, at a minimum, the medical reason for Transport, the Patient’s condition, the Patient’s demographic information, the Transport mileage, and all medical care rendered. Contractor’s Field Personnel shall obtain the Patient’s signature and any other signatures necessary to process a bill. SECTION 705. ADJUSTMENT FOR EXTRAORDINARY COST INCREASES. Contractor may apply for and receive prospective compensation adjustments to the Annual Compensation as necessary to offset documented increases in Contractor’s cost of production directly resulting from increases in the prices paid by Contractor for fuel due to Unforeseen Circumstances and subject to the following stipulations: (a) Contractor must document, using generally accepted accounting procedures, the actual financial impact of the increased fuel prices upon Contractor’s costs of production. Emergency Medical Services ALS First Responder Agreement Page 33 (b) Only the effects of increased direct fuel prices-excluding any effects of increased fuel consumption, overhead allocations and indirect costs-shall be considered. SECTION 706. FUNDS TO BE USED SOLELY FOR EMS FIRST RESPONSE. Contractor recognizes that monies received hereunder are derived from the EMS Mill and that the EMS Mill, pursuant to referendum, has been dedicated solely to the provision of Emergency Medical Services. Contractor, therefore, agrees that funding provided under this Agreement will be used strictly for the provision of the services described herein. Contractor shall have an Annual External Audit conducted by a Certified Public Accounting firm to verify the Authority funded EMS income, Authority funded EMS expenditures, and Authority funded EMS reserves. The Annual External Audit shall include the “EMS Financial Information Attestation Form” prepared by the Contractor and signed by the Contractor’s auditor. The required “EMS Financial Information Attestation Form” is attached as Appendix D. Contractor shall provide to Authority the audited financial statement that includes the “EMS Financial Information Attestation Form” within ten (10) business days of Contractor’s receipt of the Annual External Audit. The cost of the Annual External Audit will be expended from Contractor’s EMS funds. Contractor shall ensure that personnel cost reimbursements from the Authority for special operations training, continuing medical education instruction, public education, or other reimbursements are not funded twice (i.e. funding provided in the submitted budget and reimbursement made by the Authority.) SECTION 707. FUTURE/ADDITIONAL SERVICES. Contractor and Authority understand that, in the future, health care delivery and Emergency Medical Services may evolve to include pathway management, an expanded scope of practice, primary care services or other activities where EMS resources provided under this Agreement may be used. Contractor and Authority shall discuss the manner in which such additional services shall be effected, evaluate the relationship of such services; and determine the impact of such services on the EMS system. Contractor’s obligations shall be limited to those specifically set forth in this Agreement. Contractor shall not be responsible for providing any additional services unless Contractor agrees in writing to provide such Emergency Medical Services ALS First Responder Agreement Page 34 additional services. SECTION 708. ADDITIONAL UNITS. (a) Authority Funded. During the term of the Agreement, the Authority may determine that additional Authority Funded Unit(s) are needed. Additionally, Contractor may request that consideration be given for approval of an additional Authority Funded Unit. If the Authority determines that additional Authority Funded Unit(s) are needed from Contractor, then Authority and Contractor shall negotiate a mutually-agreeable compensation for such additional Authority Funded Unit(s). In those instances where the Contractor requests Authority to approve additional Authority Funded Unit(s), the Authority shall meet with the Contractor to determine the need for the requested Authority Funded Unit(s). If approved, the Authority will negotiate a mutually-agreeable compensation for such additional Authority Funded Unit, Units or Unit Hours. Compensation for such additional Authority Funded Unit(s), or Unit Hours, shall begin upon approval by the Authority through the approval of an updated Appendix “A” by the Parties. (b) Contractor-Funded. Contractor and Authority understand that the EMS System is a unified, integrated system requiring the cooperation of all providers in the EMS System. To ensure coordinated implementation of any improvements to the EMS System and to ensure the integrity of the EMS System, if Contractor desires to operate additional ALS First Responder Unit(s) as a Contractor Funded Unit, Contractor will obtain approval from the Authority in writing prior to operating the Contractor Funded Unit. Contractor may elect to cease operation of a Contractor Funded Unit at its sole discretion. Contractor is responsible for all costs associated with staffing, equipping and operating such Contractor Funded Units. The Authority shall provide Medical Control and medical equipment and supplies for authorized Contractor Funded Units. SECTION 709. AUDITS AND INSPECTIONS. At any time during normal business hours, and as often as may reasonably be deemed necessary, representatives of the Authority or Medical Director may observe Contractor’s operations. Contractor shall make available to Authority for its examination, its records with respect to all matters Emergency Medical Services ALS First Responder Agreement Page 35 covered by this Agreement, and Authority may audit, examine, copy, and make excerpts or transcripts from such records, and may make audits of all contract, invoices, materials, payrolls, inventory records, records of personnel, daily logs, conditions of employment, and other data related to all matters covered by this Agreement to the extent permitted by law. Contractor shall make available to the Medical Director its records with respect to all clinical matters covered by this Agreement and the Medical Director may audit, examine, copy and make excerpts or transcripts from such records and inspections to the extent permitted by law. The Authority’s right to observe and inspect operations or records in Contractor’s business office shall, however, be restricted to normal business hours, and reasonable notification shall be given the Contractor in advance of any such visit. Records relating to contract activities shall be retained for three (3) years from final payment in each year. All representatives of the Authority, Medical Control Board and Medical Director who observe Contractor’s operations or audit or examine Contractor’s records shall conduct themselves in a polite manner; complete any training required by law; and not interfere with Contractor’s employees’ duties. Audits and inspections shall be done to the extent permitted by law. SECTION 710. FISCAL NON-FUNDING. In the event sufficient budgeted funds are not available for a new Fiscal Year, the Authority shall timely notify Contractor of such occurrence prior to the end of the current Fiscal Year and this Agreement shall terminate on the last day of current Fiscal Year. ARTICLE VIII TERM AND TERMINATION SECTION 801. TERM. The initial term of this Agreement shall be for five (5) years, commencing October 1, 2019 and ending at midnight September 30, 2024, unless this Agreement is earlier terminated as provided for herein in this Agreement. This Agreement may be extended for an additional five (5) year period following the initial term, provided that the Parties mutually agree in writing to such extension which is subject to Authority Emergency Medical Services ALS First Responder Agreement Page 36 and Contractor approval prior to July 1, 2024. References in this Agreement to “Term” shall include the initial term of this Agreement and all extensions thereof. SECTION 802. TERMINATION. (a) By Authority for Cause. This Agreement may be terminated by the Authority for cause upon twenty (20) days written notice to Contractor. For purposes of this section 802(a), “cause” shall mean (1) the event that Contractor, for any reason, fails to meet the licensing requirements in the State of Florida pursuant to the provisions of Chapter 401, Florida Statutes, or (2) a material breach by Contractor of any term, covenant or warranty contained in this Agreement; provided, however, that in the case of a breach of any term, covenant or warranty, the Authority shall provide written notice of such breach and Contractor shall have the opportunity to cure such breach within twenty (20) days of receipt of such notice or within such additional period of time mutually agreed upon by the Parties. (b) By Contractor for Cause. This Agreement may be terminated by Contractor for cause upon twenty (20) days written notice to the Authority. For purposes of this section 802(b), “cause” shall mean a material breach by the Authority of any term, covenant or warranty contained in this Agreement; provided, however, that in the case of a breach of any term, covenant or warranty, Contractor shall provide written notice of such breach and the Authority shall have the opportunity to cure such breach within twenty (20) days of receipt of such notice, or, within such additional period of time mutually agreed upon by the Parties. (c) By Authority or Contractor without Cause. This Agreement may be terminated without cause by Contractor or the Authority upon six (6) months written notice to the other Party. (d) Provision of Emergency Medical Services upon Termination. In the event of termination of this Agreement by either Contractor or the Authority, Contractor shall continue to participate in the EMS System and Emergency Medical Services shall be provided in Contractor’s EMS District in accordance with the Special Act and EMS Ordinance, and the Authority shall compensate Contractor in accordance with the Special Act. Emergency Medical Services ALS First Responder Agreement Page 37 SECTION 803. RESOLUTION OF DISPUTES. To the extent that Contractor and Authority cannot, after good faith attempts, resolve any controversy or dispute that may have arisen under this Agreement, except for any dispute concerning the Annual Compensation or §701, Contractor and Authority shall appoint an ad-hoc committee consisting of one mutually agreed upon representative from the Medical Control Board, the EMS Advisory Council, and the Pinellas County Fire Chiefs Association to facilitate a timely and effective resolution. The ad-hoc committee shall meet as often as necessary under the circumstances in an attempt to resolve the controversy or dispute. The committee shall review each Party’s submittal of its interpretation of the Agreement and may request additional information as necessary. The committee shall complete its review within sixty (60) days of the date that the Committee is notified of the controversy or dispute (unless the Parties mutually agree to extend this period of time) and submit any recommendation to the Pinellas County Administrator and Contractor. All recommendations and other actions of the committee shall be non-binding. After the committee has submitted its recommendation to the Pinellas County Administrator and Contractor, either Party may thereafter refer the matter to non-binding mediation in the State of Florida. If the Parties do not agree upon representatives for the committee, if either Party chooses not to engage in mediation or if the Parties engage in mediation but mediation fails to resolve the dispute, either Party may pursue its legal remedies, including the Chapter 164 process, and, including, but not limited to, filing a complaint (including but not limited to a complaint for injunctive relief) in the appropriate court possessing competent jurisdiction. ARTICLE IX MISCELLANEOUS SECTION 901. NON-DISCRIMINATION IN EMPLOYMENT. The Contractor will not discriminate against any applicant for employment because of age, race, color, religion, sex, sexual orientation or national origin. Contractor agrees that applicants will be employed, and that employees are treated during employment, (e.g. layoff or termination, promotion, demotion, transfer, rates of pay and compensation, and selection for training, including apprenticeship), without regard to age, race, color, religion, sex, sexual orientation or national origin. The Contractor will post in conspicuous places, available to Emergency Medical Services ALS First Responder Agreement Page 38 all employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. SECTION 902. NOTICES. All notices, consents and agreements required or permitted by this Agreement shall be in writing, and, as applicable, shall be transmitted by registered or certified mail, return receipt requested, with notice deemed to be given upon receipt; postage prepaid, and shall be addressed as follows: If to Authority: Executive Director, Pinellas County EMS Authority Pinellas County EMS & Fire Administration 12490 Ulmerton Road – Suite 134 Largo, Florida 33774 If to Contractor: See Appendix B SECTION 903. ENTIRE AND COMPLETE AGREEMENT. Subject to Section 912, this Agreement, as amended, and all Appendices hereto, constitute the entire and complete agreement of the Parties with respect to the services to be provided hereunder. This Agreement, unless provided herein to the contrary, may be modified only by written agreement duly executed by the Parties with the same formality as this Agreement. SECTION 904. OTHER DOCUMENTS. Each Party agrees to execute and deliver any instruments and to perform any acts that may be necessary or reasonably requested in order to give full effect to this Agreement. SECTION 905. APPLICABLE LAW. Florida Law shall govern the validity, interpretation, construction and performance of this Agreement. SECTION 906. WAIVER. Unless otherwise specifically provided by the terms of this Agreement, no delay or failure to exercise a right resulting from any breach of this Agreement shall impair such right or shall be construed to be a waiver thereof, but such may be exercised from time to time and as often as may be deemed necessary. Any waiver shall be in writing and signed by the Party granting such waiver. If any Emergency Medical Services ALS First Responder Agreement Page 39 representation, warranty or covenant contained in this Agreement is breached by either Party and thereafter waived by the other Party, such waiver shall be limited to the particular breach so waived and shall not be deemed to waive any other breach under this Agreement. SECTION 907. SEVERABILITY. In the event that any provision of this Agreement shall, for any reason, be determined to be invalid, illegal, or unenforceable in any respect, the Parties hereto shall negotiate in good faith and agree to such amendments, modifications, or supplements of or to this Agreement or such other appropriate actions as shall, to the maximum extent practicable in light of such determination, implement and give effect to the intentions of the Parties as reflected herein. SECTION 908. CONTRACTOR IS INDEPENDENT CONTRACTOR. The Parties agree that throughout the term of this Agreement, and during the performance of any obligations hereunder, Contractor is an independent contractor in all respects and shall not be the agent, servant, officer, or employee of the Authority or Pinellas County. SECTION 909. NO THIRD-PARTY BENEFICIARIES; ASSIGNMENT. This Agreement is not intended, nor shall it be construed, to inure to the benefit of any third person or entity not a party hereto, and no right, duty or obligation of the Contractor under this Agreement, shall be assigned to any person, private association or corporation, not- for-profit corporation, or public body without the prior written consent of the Authority. SECTION 910. HEADINGS. Captions and headings in this Agreement are for ease of reference and do not constitute a part of this Agreement. SECTION 911. COUNTERPARTS. This Agreement may be executed in more than one counterpart, each of which shall be deemed an original. SECTION 912. NO WAIVER OF RIGHTS UNDER SPECIAL ACT. This Agreement, and specifically its provisions related to the Annual Compensation, is being entered into to resolve a dispute between the parties regarding the determination of the Annual Compensation to be paid to Contractor by the Authority. Authority and Contractor have worked together in good faith to reduce spending under the EMS Mill based upon the Emergency Medical Services ALS First Responder Agreement Page 40 extraordinary economic times facing local governments at present. Notwithstanding anything to the contrary contained in this Agreement, it is the intent of Contractor and Authority that any actions or determinations taken in order to reach agreement herein not be seen as a waiver of any rights, claims or defenses that either the Contractor, or the Authority may have under the Special Act. Furthermore, Contractor does not necessarily agree that the Annual Compensation provided under this Agreement constitutes reasonable and customary cost reimbursement by the Authority as required by the Special Act, and, by entering into this Agreement does not waive any rights, claims or defenses that Contractor may have with regard to the determination of reasonable and customary costs in any year not governed by this Agreement. Therefore, the Annual Compensation paid to the Contractor pursuant to this Agreement shall not be used as evidence in any dispute regarding the reasonable and customary costs to be reimbursed by the Authority to the Contractor. [Signature Page to Follow] Emergency Medical Services ALS First Responder Agreement Page 41 IN WITNESS WHEREOF the parties hereto, by and through their undersigned authorized officers have caused this Agreement to be executed on this day of , 2019. ATTEST: PINELLAS COUNTY EMERGENCY KENNETH BURKE, CLERK MEDICAL SERVICES AUTHORITY By and through its Board of County Commissioners ______ ____ by: Deputy Clerk Chairman Countersigned: CITY OF CLEARWATER, FLORIDA __________ by: _____ Mayor City Manager Approved as to form: Attest: _______________________________ ________________________________ Assistant City Attorney City Clerk Emergency Medical Services ALS First Responder Agreement Page 42 Appendix A ALS First Responder Profile Contractor Clearwater EMS District(s) Clearwater EMS District Authority Funded Units Engine 44 Engine 45 Medic 45 Rescue 46 Medic 47 Rescue 48 Engine 49 Rescue 49 Engine 50 Engine 51 Contractor Funded Units Engine 46 Engine 47 Engine 48 EMS Coordination EMS Coordinator – 1 FTE EMS Administrative Coordinator – 1 FTE Rescue Lt. (LR45) – 1 Position 24/7 EMS Administrative Support – 1 FTE FY19-20 Annual Compensation $ 6,385,390 Projected Capital FY19-20 None FY20-21 Medic Unit – 2, Staff Vehicle – 1 FY21-22 Rescue Unit – 1 FY22-23 Rescue Unit – 1 FY23-24 Rescue Unit – 1 Emergency Medical Services ALS First Responder Agreement Page 43 Appendix B ALS First Responder Contractors City Manager City Manager CITY OF CLEARWATER CITY OF PINELLAS PARK 112 S. Osceola Avenue P O Box 1100 Clearwater, FL 33756 Pinellas Park, FL 33780-1100 City Manager Chairman, Board of Commissioners CITY OF DUNEDIN PINELLAS SUNCOAST P O Box 1348 FIRE & RESCUE DISTRICT Dunedin, FL 34697 304 First Street Indian Rocks Beach, FL 33785 Chairman, Board of Commissioners EAST LAKE TARPON City Manager SPECIAL FIRE CONTROL DISTRICT CITY OF SAFETY HARBOR 3375 Tarpon Lake Boulevard 750 Main Street Palm Harbor, FL 34685 Safety Harbor, FL 34695-3597 City Manager City Manager CITY OF GULFPORT CITY OF ST. PETE BEACH 2401 53rd Street South 155 Corey Avenue Gulfport, FL 33707 St. Pete Beach, FL 33706-1701 City Manager City Manager CITY OF LARGO CITY OF SEMINOLE P O Box 296 9199 113th Street North Largo, FL 33779-0296 Seminole, FL 33772-2806 Chairman, Board of Commissioners City Clerk LEALMAN CITY OF SOUTH PASADENA SPECIAL FIRE CONTROL DISTRICT 7047 Sunset Drive South 4360 55th Avenue North South Pasadena, FL 33707-2895 St. Petersburg, FL 33714 City Manager City Manager CITY OF TARPON SPRINGS CITY OF MADEIRA BEACH 324 Pine Street East 300 Municipal Drive Tarpon Springs, FL 34689 Madeira Beach, FL 33708 City Manager City Manager CITY OF TREASURE ISLAND CITY OF OLDSMAR 120 108th Avenue 100 State Street West Treasure Island, FL 33706-4794 Oldsmar, FL 34677-3655 Chairman, Board of Commissioners PALM HARBOR SPECIAL FIRE CONTROL DISTRICT 250 W. Lake Road Palm Harbor, FL 34684 Emergency Medical Services ALS First Responder Agreement Page 44 Appendix C EMS Equipment Provided by the Authority: - All Medical Supplies and Equipment authorized by the Authority, except for equipment to be provided by Contractor listed below. - Phillips MRx ECG Monitor/Defibrillator, or successor model, with the following clinical specifications: biphasic defibrillation, Q-CPR meter, pulse oximetry, waveform capnography, pacing, 12 lead acquisition and transmission, and non-invasive blood pressure monitoring as determined by the Medical Control Board and Authority for all Authority Funded and Contractor Funded ALS First Responder Units to include all patient cables, accessories, cases, battery chargers and batteries as needed. - Phillips MRx ECG Monitor/Defibrillators, or successor model, in the same configuration above shall be utilized for reserve and spare equipment. The specific quantity shall be determined by the Authority. Provided By Contractor: - Rescue equipment required by the Department Emergency Medical Services ALS First Responder Agreement Page 45 Appendix D EMS FINANCIAL INFORMATION ATTESTATION FORM Instructions: In accordance with the ALS First Responder Agreement, funds provided by the EMS Authority must be used solely for EMS Allowable Costs. Any unspent balance at the conclusion of a fiscal year must be accounted for and returned to the EMS Authority. The following form is provided for consistent cost reporting and shall be submitted within ten (10) business days of Contractor’s receipt of Annual External Audit. To be completed by Contractor: City or Fire District (Contractor) _________________________________________ Fiscal Year _________________________________________ Name of Person Completing Form _________________________________________ Phone Number and Email Address _________________________________________ 1. EMS Funding Received by Contractor $______________________ 2. EMS Allowable Costs Incurred by Contractor $______________________ 3. Difference (If excess, amount due to Pinellas County) $______________________ PLEASE INCLUDE A COPY OF ANNUAL AUDIT AND SUPPORTING DOCUMENTATION AS NEEDED. I certify the costs identified, in line 2 above, are related to EMS Authorized positions and units and comply with the EMS Allowable Cost Standards contained in Pinellas County EMS Resolution 09-38. I certify that I have reviewed payroll registers, salary and benefit actual expenditures, actual relief staffing costs incurred to maintain continuous staffing of Authority authorized positions, and actual costs of supervision, fuel, maintenance and repairs and other allowable costs. ________________________________________ Signature and Date, Contractor’s External Auditor Agency CME Instructor Name TOTAL Reimbursement Amount: Print Name & Title Submitted By - Authorized Signature Date Notes: (a)One Instructor per form (b)Course Name (i.e. January CME, Public Education Class, EMS System Orientation, PHTLS, ACLS, TCCC, etc.) (c)For reimbursement the class must be preauthorized by PCEMS through the issuance of an Authorized Class Code. (d)First Name, Last Name of person covering - must be same rank or below. (e)Actual Hours Worked - Up to 60 minutes for preparation/setup, breakdown, paperwork and travel for each Class. 07-11-17 C.Hare INSTRUCTOR REIMBURSEMENT FORM Appendix E Instructor Reimbursement Form Course Name (a) Date Start Time Stop Time Location PCEMS Authorized Class Code (b) Straight Time (ST) Overtime (OT) Backfill (BF) Backfill Name (c) Hours Worked (d) Hourly Rate w/ benefits Total Cost 1 $ - 2 $ - 3 $ - 4 $ - 5 $ - 6 $ - 7 $ - 8 $ - 9 $ - 10 $ - 11 $ - 12 $ - 13 $ - 14 $ - 15 $ - $ - Emergency Medical ServicesALS First Responder Agreement Page 46 Emergency Medical Services ALS First Responder Agreement Page 47 Appendix F EMS Coordinator Duties and Responsibilities LICENSURE/CERTIFICATION/REGULATORY 1. State EMS License and vehicle permits are maintained and renewed 2. All Federal and State Laws and Administrative Codes are followed. 3. All EMS Rules & Regulations and Medical Operations Manual Protocols are followed. 4. Coordinates and monitors activities of the Contractor as to its function to provide Advanced Life Support (ALS) First Responder Services. 5. Regularly inspects Contractor’s agency, units and personnel for compliance with all regulatory requirements for personnel certification and training and equipment and supplies. 6. State recertification of Field Personnel is completed in a timely manner. 7. All paperwork for the County Certification of Field Personnel is submitted in a timely manner. LIASION 8. Serve as the liaison between the Contractor, the EMS Medical Director and the Authority’s Executive Director for matters related to ALS First Responder Services. 9. Ensure a positive and collaborative relationship is maintained. 10. Ensure that the EMS Medical Director is notified of reportable incidents in a timely manner. 11. Participate regularly in EMS related meetings. EQUIPMENT AND LOGISTICS 12. Controlled Substances are handled in accordance with applicable laws and regulations. 13. ECG Monitors, Tablet Computers and other assets provided by the Authority are kept in good working order and assets managed and tracked. 14. Vehicles and medical bags are stocked in accordance with the Medical Operations Manual. 15. Only necessary Medical Supplies and Equipment are maintained to reduce loss to inadequate stock rotation. 16. Maintain security and record keeping of all medications held by the Contractor. 17. Maintain Level “C” Personal Protective Equipment and Ballistic Vests/Helmets. 18. Hand receipts for assets are signed and Inventory control procedures are followed. PATIENT CARE REPORTS 19. Patient Care Reports are filed and reviewed in accordance with procedure established by the Medical Director using quality management software. 20. Review EMS patient care reports to ensure proper care and treatment and determine areas for improvement. Emergency Medical Services ALS First Responder Agreement Page 48 21. ALS First Responder Transport Patient Care Reports are properly documented and submitted. PERFORMANCE METRICS 22. Reviews and monitors response times, customer satisfaction, clinical performance and other performance metrics to attain and maintain a high level of service and to correct performance deficiencies when noted. QUALITY ASSURANCE 23. Investigates complaints from patients and concerned citizens, manages Quality Assurance Reviews and Medical Case Reviews in accordance with the EMS Rules & Regulations. 24. Prepare and forward justification for Certificates of Merit or other recognition requests for individuals who, by their actions, have performed exceptionally and deserve acclaim. 25. Determine the proficiency and skill level of provisional Paramedics and EMTs prior to recommending County Certification. 26. Attending and actively participating in EMS related meetings and quality improvement committees. CONTINUING MEDICAL EDUCATION 27. Ensure that all Contractor Field Personnel comply with continuing medical education and other training requirements in accordance with the EMS Rules & Regulations. 28. Assist in the coordination of CME Instructors, Equipment and Training Sites. 29. Monitor the clinical competence of Field Personnel through the observation of training. FIELD RESPONSE AND SUPERVISION 30. Routinely responds to EMS Incidents to oversee clinical competence and Patient care in accordance with procedures established by the Medical Director. 31. Respond to large scale EMS Incidents to assist in incident command, triage, logistics, or other duties as indicated by the magnitude of the incident. INFECTION CONTROL OFFICER 32. Ensures the Contractor has an active Designated Infection Control Officer and infection control program. 33. Coordinate with the Ambulance Contractor, EMS Medical Director, Public Health and Hospitals to ensure all significant exposure incidents are actively managed. This shall include making notifications, verification and documentation of exposures, and ensuring any treatment and medical follow-up occur. Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6587 Agenda Date: 8/12/2019 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Fire Department Agenda Number: 8.2 SUBJECT/RECOMMENDATION: Approve the Fire Protection Services Agreement between Pinellas County Fire Protection Authority and City of Clearwater for a five-year term extending through September 30, 2024 and authorize the appropriate officials to execute same. (consent) SUMMARY: The Pinellas County Fire Protection Authority is a special district created for the purpose of providing fire protection services throughout the unincorporated areas of Pinellas County, pursuant to Chapter 73-600, Laws of Florida. Pinellas County has contracted with various municipalities and independent special fire districts in the County to provide fire protection services. Through this contract, Clearwater Fire & Rescue will provide fire suppression services; investigations of fires; inspection of commercial, industrial and multi-family dwellings; plan reviews and final fire inspections; and fire prevention/life safety public education to the residents of the City of Clearwater and to individuals within the unincorporated area of Pinellas County that is located within the Clearwater Fire Control District. . Pinellas County Fire Protection Authority will continue to compensate Clearwater Fire and Rescue for the fiscal year commencing October 1, 2019 under the same terms as the previous contract. Under this year’s 5-year contract, 11.31% of the Clearwater Fire District was determined to be unincorporated Pinellas County. Therefore, the County will reimburse the City 11.31% of the net department budget or approximately $2 million for each fiscal year 2019-2024 to fulfill the agreement. The reimbursement percentage can fluctuate year to year as property values within the fire district change. The initial term of this Agreement shall be for five years, commencing October 1, 2019 and ending at midnight September 30, 2024, unless this Agreement is earlier terminated as provided for herein in this Agreement. This Agreement may be extended for an additional five-year period following the initial term, provided that the Parties mutually agree in writing to such extension which is subject to Authority and Contractor approval prior to July 1, 2024. APPROPRIATION CODE AND AMOUNT: N/A USE OF RESERVE FUNDS: N/A Page 1 City of Clearwater Printed on 8/10/2019 File Number: ID#19-6587 Page 2 City of Clearwater Printed on 8/10/2019 2019 FIRE PROTECTION SERVICES AGREEMENT CITY OF CLEARWATER OCTOBER 1, 2019 PINELLAS COUNTY Board of County Commissioners 12490 Ulmerton Road Largo, FL 33774 Fire Protection Services Agreement Page 2 FIRE PROTECTION SERVICES AGREEMENT AGREEMENT made this ______ day of _____________, 2019, between the CITY OF CLEARWATER, a Florida municipal corporation ("Contractor"), and PINELLAS COUNTY ("County"), by and through its Board of County Commissioners, (“Board"). RECITALS: 1. The Board is the governing body of the Pinellas County Fire Protection Authority created by Chapter 73-600, Laws of Florida, for the purpose of establishing and implementing a permanent plan of fire protection for the County, determine minimum service levels, establish uniform standards for fire hydrants, implement County-wide reciprocal, mutual, or outside assistance programs, and to cause to be provided Fire Protection Services throughout unincorporated County. Chapter 73-600, Laws of Florida, became an ordinance of Pinellas County pursuant to Section 5.02 of the Pinellas County Charter in 1980. 2. The Board has determined that a coordinated Fire Protection Services County-wide system with centralized communications, standardized operating procedures, and automatic aid is in the best interest of the public's life safety, protection of property, and firefighters' safety and welfare. 3. Pursuant to Chapter 73-600, Laws of Florida; Chapter 80-590, Laws of Florida (the Pinellas County Home Rule Charter); and Chapter 62, Article II, of the Pinellas County Code (collectively, "Special Act"), the Board has divided the County into Fire Districts for the purposes of its regulatory powers and responsibilities, and created Municipal Services Taxing Units ("MSTUs") over the unincorporated portions of such districts for tax assessment purposes, which became operative after the approval by the electors of such districts at a properly held referendum by electors in the unincorporated areas of the County. 4. Board is authorized to enter into agreements for Fire Protection Services, and Contractor wishes and is able to provide Fire Protection Services within the unincorporated portions of its fire district or districts (as defined in Appendix A). 5. The Board will compensate Contractor for providing Fire Protection Services within the unincorporated portions of its fire district or districts (as defined in Appendix A). NOW, THEREFORE, in consideration of the mutual covenants, terms, and conditions herein set forth to be kept and performed by and between the Parties hereto, it is agreed as follows: Fire Protection Services Agreement Page 3 ARTICLE I THE AGREEMENT SECTION 101. PURPOSE. The purpose of this Agreement is to define the obligations and responsibilities of the Parties hereto with respect to the provision of Fire Protection Services in the unincorporated areas of the County. SECTION 102. COOPERATION. The Parties shall cooperate and use all reasonable efforts, pursuant to the terms of this Agreement, to facilitate the terms of this Agreement. Accordingly, the Parties further agree in good faith to mutually undertake resolution of disputes, if any, in an equitable and timely manner so as to limit the need for costly and time-consuming adversarial proceedings to resolve such disputes. SECTION 103. CONTRACT DOCUMENTS. The following Appendices are attached to and made part of this Agreement: Appendix A. Funding Methodology Profile Appendix B. Fire Protection Services Contractors Appendix C. Supplemental Financial Information This Agreement, together with the foregoing Appendices, constitutes the entire Fire Protection Services Agreement between the Parties with respect to the provision of Fire Protection Services, and shall supersede any prior agreement, contract, or memorandum of understanding between the Parties regarding such services. The Parties agree that the terms and conditions of this Agreement, including the Appendices, shall govern exclusively the obligations of the Parties. SECTION 104. SCOPE OF SERVICES. The services performed under this Agreement include, but are not limited to, the following: a. Respond with firefighting apparatus and personnel to the scene of a fire, life safety- related emergency, man-made or natural disaster, or public service request. b. Take command and control of the emergency scene, contain any fire, and mitigate any hazards at a fire scene. c. Investigate any fire within the Fire District to determine the cause and origin. d. Inspect all commercial, industrial, and multi-family dwellings within the Fire District for compliance with the Florida Fire Prevention Code. e. Conduct plan reviews, as requested by the County's Building and Development Review Services Department ("Building Department"), fire inspections, sprinkler tests, Fire Protection Services Agreement Page 4 fire alarm tests, and final fire inspections within the Fire District, in accordance with the Florida Fire Prevention Code. f. Conduct and maintain immediate access to fire pre-plan documents for all commercial, industrial, and multi-family dwellings within the Fire District. Provide education programs to the public in fire prevention, life safety, and disaster preparedness. g. Upon notification by the 9-1-1 Center of an emergency request, Contractor shall provide Fire Protection Services in accordance with the Automatic Aid/Closest Unit Response Agreement. The Firefighting Apparatus and Unit(s), which are predetermined to be the closest to the emergency scene by the Run Cards, then in effect shall be dispatched without regard to Fire District or jurisdictional boundaries. h. Response times must meet the minimum standards as established in this Agreement. i. The allotted Firefighting Apparatus must at all times be staffed with a minimum of three (3) Personnel to operate on all emergency and non-emergency calls. Apparatus staffing must include at least one firefighter that is trained and designated as a company officer. j. Performance must be consistent with approved fire standards and compliant with the 600 Series Pinellas County Fire Departments Standard Operating Procedures. k. Conduct of Personnel must be professional and courteous at all times. Crews must wear uniforms that clearly identify them as fire department employees. I. The Contractor is responsible to ensure that equipment is maintained for optimal performance. m. The Contractor shall require Personnel to gather and enter data into the electronic fire reporting system furnished by Pinellas County for every incident responded to by the Contractor. The Company Officer is responsible for ensuring the accuracy and completeness of such reports. n. Upon notification of a State of Emergency within Pinellas County, Contractor will coordinate its firefighting resources with the County's Emergency Operations Center's corresponding emergency support function desk, given the nature of the event or disaster, and shall proceed in accordance with applicable plans and protocols. Such services, contained herein, shall be provided in accordance with the terms and conditions of this Agreement. The specific terms and conditions of this Agreement shall govern and prevail over this Section 104. Fire Protection Services Agreement Page 5 ARTICLE II DEFINITIONS SECTION 201. WORDS AND TERMS. Unless the context otherwise requires, capitalized terms used herein shall have the following meanings ascribed to them: "Adopted Budget" means Contractor's legislatively or officially adopted budget for the Fiscal Year, in accordance with Section 409. "Annual External Audit" means the audit conducted by a certified public accounting firm retained by Contractor to state the income, expenditures, and fund balances for the prior Fiscal Year. The Annual External Audit shall include a summary report prepared by Contractor on forms provided by the County and be attested to by Contractor's auditor. "Authority" means the Pinellas County Fire Protection Authority, a municipal services taxing unit established by Chapter 73-600, Laws of Florida, as amended. "Automatic Aid/Closest Unit Response Agreement" means the Agreement by and between every political subdivision and Fire Control District within Pinellas County dated October 16, 1990. "Budget Request" means the budget request submitted by Contractor, in accordance with Section 409. "CAD" means computer-aided dispatch. "Caller" means a person accessing the response system by telephone. "Contract Year" means, for any given year, the period commencing on October 1 and ending at midnight on September 30 of the following year. "County" means Pinellas County, Florida, a political subdivision of the State of Florida. "Disaster'' means an occurrence of a severity and magnitude that normally or potentially could result in death, injuries, and/or property damage and that cannot be managed through routine procedures and resources of the Fire Protection System. "Emergency Request" means a request for emergency services received directly at the 9-1-1 Center. "Emergency Response" means, for the purposes of measuring response time compliance in Section 402, the act of responding to a request for services in which Contractor determined that emergency lights and sirens will be used. "Fire District" where capitalized means the unincorporated area of the Fire Control District(s) designated by Board pursuant to the Special Act and shown on Appendix A attached Fire Protection Services Agreement Page 6 hereto and made a part hereof. Where such term is not capitalized, the term shall mean the entirety of the incorporated and unincorporated portions of the Fire Control District. "Fire Equipment'' means the equipment and tools necessary to equip and operate Firefighting Apparatus in accordance with the NFPA guidelines. "Firefighter'' means an individual, trained and certified in accordance with Chapter 633, Florida Statutes, as applicable, that functions as a firefighter, fire officer, or command officer employed by Contractor. ''Firefighting Apparatus" means emergency vehicles provided by Contractor, which are constructed and equipped to meet or exceed NFPA 1901 requirements for an emergency pumping vehicle. Such vehicles are used for rapid response to an emergency scene and the suppression and containment of a fire or other hazard. Firefighting Apparatus may include, but not be limited to, engines, ladder trucks, or squads, which meet the above requirements. "Fire Protection Services" means the response of Firefighting Apparatus, Units, and Personnel to the scene of a fire, life safety emergency, man-made or natural disaster, or public service request. Fire Protection Services include the command and control of the emergency scene, the containment of any fire, and the mitigation of any hazards, and may include Specialized Rescue. Related services include fire and arson investigation, fire inspections and code enforcement, and public education. "Fire Protection System" means the network of organizations, including, but not limited to, the Board, contractors, and other municipalities and special fire districts within Pinellas County, established to provide Fire Protection Services. "Fire Prevention Code" means fire and life safety codes adopted by County and Contractor, in accordance with Chapter 62, Article Ill, of the Pinellas County Code. “Fire Station" means any facility, designated by Contractor, which houses the Firefighting Apparatus, Units, and Personnel required to provide Fire Protection Services. The proposed locations of new fire stations, which may be used to service the unincorporated areas of the districts, will be reviewed for appropriate service area coverage by the County and, to be eligible to receive any County funding for such fire station construction, must be approved by the County. "First Due Firefighting Apparatus" means Contractor's Firefighting Apparatus, within Contractor's primary response area, predetermined to be the nearest to the emergency, in accordance with Section 407 hereof. "Fiscal Year" means the year commencing on October 1 of any given year and ending on September 30 of the immediately following year. Fire Protection Services Agreement Page 7 "Force Majeure" means any act, event, or condition other than a labor strike, work stoppage, or slowdown that has had, or may reasonably be expected to have, a direct material adverse effect on the rights or obligations of either Party under this Agreement, if such act, event, or condition is beyond the reasonable control of the Party relying thereon as justification for not performing an obligation, or complying with any condition required, of such Party under this Agreement, and is not the result of willful or negligent action or a lack of reasonable diligence of the Party relying thereon. Such acts or events may include, but shall not be limited to, an act of God, epidemic, landslide, or similar occurrence, an act of the public enemy, war, blockade, insurrection, riot, general arrest or restraint of government and people, civil disturbance or similar occurrence. "NFPA" is Contractor's currently-adopted National Fire Protection Association guidelines for Personnel, Equipment, Firefighting Apparatus and Units, as may be amended. "Party" or "Parties" means either the County or Contractor, or both, as the context of the usage of such term may require. "Personnel" means individuals trained and certified in accordance with Chapter 633, Florida Statutes, as applicable, who function as firefighters, fire officers, fire inspectors, arson investigators, and command officers employed by Contractor. "9-1-1 Center" means the 9-1-1 Regional Communications Center operated and maintained by the County for the purpose of receiving 9-1-1 calls from citizens. "Response" means the act of responding to a request for services, which act begins when Contractor's Firefighting Apparatus or Unit(s) is notified of an Emergency Request. "Response Time" means the period of time commencing when a Firefighting Apparatus or Unit is dispatched to an emergency and ending when it arrives on the scene of the incident. "Run Cards" means the 9-1-1 Center's computer-aided dispatch software database that recommends, based upon the call location, the closest or most appropriate Firefighting Apparatus and/or Units to respond to the Emergency Request. The Run Cards will be based upon a predetermined listing of Firefighting Apparatus and Units which Contractor determined to be the closest by travel time or in the most appropriate order. "Special Act" means Chapter 73-600, Laws of Florida, Chapter 80-590; Laws of Florida (the Pinellas County Home Rule Charter), approved on October 7, 1980; and Chapter 62, Article II, of the Pinellas County Code. "Special Events" means non-emergency events, such as sporting events, parades, festivals, and other group or mass gatherings, which may require Fire Protection Services. Fire Protection Services Agreement Page 8 "Specialized Rescue Services" means additional services provided by some Contractors, which may include, but are not limited to, vehicle extrication, heavy rescue, hazardous materials first response, hazardous materials mitigation, high-angle and below-grade technical rescue, marine rescue, dive rescue, and the mitigation of any other situation which presents an actual or potential danger to life or property. "Standard Practices" means the actions and practices of Contractor in providing Fire Protection Services, all applicable rules and regulations, the laws of the State of Florida, applicable federal laws and regulations, including state and federal Occupational Safety Health Acts, and the NFPA guidelines. “State" means the State of Florida. "State of Emergency" means a Disaster declared by a proclamation of the Federal Government, the State, the County, or a municipality within the County. "Uncontrollable Circumstance" means a Force Majeure, a State of Emergency, or during situations in which the County Dispatch System and/or the Fire Protection System is not operating under normal response conditions. "Unexpended Funds" means compensation provided to Contractor in the prior Fiscal Year that was not expended in the provision of Fire Protection Services. This amount is reported in the annual external audit. "Unit(s)" means emergency vehicles provided by Contractor which are constructed and equipped, as applicable, and are used for rapid response to an emergency scene which do not meet the NFPA 1901 pumping guidelines. Units may include, but not be limited to, ladder trucks, squads, reserve pumpers, brush trucks, water tankers, Specialized Rescue Services units, and command or staff vehicles. SECTION 202. TERMS GENERALLY. Whenever the context may require, any pronoun shall include the corresponding masculine, feminine, and neutral forms. The words "include," "includes," and "including" shall be deemed to be followed by the phrase "without limitation," except as the context may otherwise require. The words ''agree," "agreement," "approval," and "consent" shall be deemed to be followed by the phrase "which shall not be unreasonably withheld or unduly delayed," except as the context may otherwise require. ARTICLE Ill RESERVED Fire Protection Services Agreement Page 9 ARTICLE IV DUTIES AND RESPONSIBILITIES OF CONTRACTOR SECTION 401. FIREFIGHTING APPARATUS AND EQUIPMENT. (a) Obligation to Provide Firefighting Apparatus and Units. At all times during the term of this Agreement, Contractor shall provide the Firefighting Apparatus and Units necessary to provide all Fire Protection Services. Contractor reserves the right to select and acquire Firefighting Apparatus and Units used in the performance of this Agreement. (b) Maintenance of Vehicles and Fuel. Contractor shall be responsible for routine maintenance and repair of all Firefighting Apparatus and Units, and for furnishing maintenance, equipment, supplies, repairs, spare parts, replacement vehicles, and fuel. Contractor shall maintain Apparatus and Units in safe and proper working order. (c) Staffing of Vehicles. Firefighting Apparatus, utilized for fire suppression, shall be continuously staffed with a minimum of three (3) Firefighters. (d) Fire Equipment. Contractor shall furnish and maintain all Fire Equipment required to meet the terms of this Agreement. Contractor shall support efforts toward equipment compatibility and general standardization. (e) Communications Equipment. Contractor shall furnish and maintain all communications equipment, including, but not limited to, station radios and encoders, mobile radios, portable radios, pagers, and cellular phones, as Contractor deems appropriate. (f) Command Officers. In addition to the Personnel provided in (c) above, Contractor will provide its own or, through the use of automatic aid, command officers to respond to incidents within the Fire District. (g) Standard of Cover. Provide for each type of response the same or greater level of service in the unincorporated area as Contractor provides for residents and properties of the incorporated portion of the Fire District. SECTION 402. RESPONSE TIME. (a) Emergency Requests. Response Time to not less than ninety percent (90%) of all Emergency Responses which are (1) categorized as a structure fire or a fire alarm; (2) within Contractor's Fire District; and (3) for which Contractor's Firefighting Apparatus is predetermined, in accordance with Section 407, to be the First Due Firefighting Apparatus, shall be within seven (7) minutes and thirty (30) seconds or less. Fire Protection Services Agreement Page 10 (b) Exemptions. (1) The Response Time requirements in subsection (a) shall not be applicable to Emergency Responses which occur during periods of Uncontrollable Circumstances, provided, however, that Contractor shall document said conditions and shall apply for this exception as provided for in subparagraph two (2) and three (3) below. (2) Remote areas such as offshore, Caladesi Island, Courtney Campbell Causeway, Fort Desoto Park, Gandy Bridge, Howard Frankland Bridge and the Sunshine Skyway Bridge or any other area where Fire administration finds the Response Time standards should be waived based upon the response distance and/or low volume of calls. Contractors may request that other areas be excluded from the Response Time standards for good cause. Any such waiver may be granted by Fire Administration. (3) Should Contractor experience an Uncontrollable Circumstance, Contractor shall, as a condition shall, as a condition precedent to the right to claim an Uncontrollable Circumstance, notify the County within three (3) business days of when Contractor becomes aware of the Uncontrollable Circumstance. (4) Downgraded calls which occur, based on additional information such as from 9-1-1 Center or first Unit arrival, will be excluded from determining Response Time performance. (5) The exemptions provided for in this subsection (b) are exhaustive and no other cause of poor Response Time performance shall be allowed as exemption to these Response Time requirements and reporting provisions. SECTION 403. CONTINUING EDUCATION AND TRAINING. Subject to annual budget availability, Contractor shall make available the necessary continuing education and training for maintaining the skill, competency, and required certifications for all Personnel, as required by federal, state, or local regulation. County and Contractor shall work collaboratively with other Contractors, St. Petersburg College and other stakeholders to assess the needs for regionalized fire training facilities to maximize operational and financial efficiency. County and Contractor shall seek funding sources and partnerships to develop and maintain regional fire training facilities. Fire Protection Services Agreement Page 11 SECTION 404. STANDARD PRACTICES. (a) Standard Practices. Contractor shall ensure that its policies and standard operating procedures and actions are consistent with those countywide standard operating procedures approved by the Pinellas County Fire Chiefs Association at all times and shall correct any deviations. (b) Ride-Alongs. Contractor may allow the County or its representative, in the performance of their duties, to ride in Contractor's Firefighting Apparatus or Units during responses to Emergency Requests. Such representatives shall conduct themselves in a professional and courteous manner, shall not interfere with Contractor's employees in the performance of their duties, and shall at all times be respectful of Contractor's employee/employer relationship. The County, or its representatives, shall provide proof of employment, proof of workers' compensation insurance, and complete any waiver or release forms which may be required by Contractor prior to riding in Contractor's Apparatus or Units. Such ride-alongs shall be scheduled or prearranged with Contractor. (c) Special Events. In the event Contractor is called to provide Fire Protection Services at a Special Event in its Fire District, Contractor shall be governed by the terms and conditions of this Agreement, and such periods of time shall not be excluded as an Uncontrollable Circumstance. SECTION 405. PERSONNEL. (a) Training and Qualifications. All individuals employed by Contractor in the performance of work under this Agreement shall be trained and qualified at a level consistent with Chapter 633, Florida Statutes, as required to perform the work the individuals are to perform, and shall hold appropriate certificates as required by state law. (b) Standard of Conduct. Contractor's Personnel shall conduct themselves in a professional and courteous manner at all times. Contractor shall address and correct any departures from its standard of conduct. (c) Working Conditions. Contractor shall ensure that it is in compliance with all applicable state and federal laws and regulations regarding labor conditions, workplace and working conditions, and environmental safety requirements. Fire Protection Services Agreement Page 12 SECTION 406. DISASTER ASSISTANCE AND MUTUAL AID. (a) Disaster Assistance within Pinellas County. Immediately upon notification by either Party of a State of Emergency within Pinellas County, Contractor shall commit such resources as are necessary and appropriate, given the nature of the Disaster, and shall proceed in accordance with applicable plans and protocols. During or prior to an impending local or area- wide Disaster, the Contractor may withdraw that Jurisdiction's responses from the Run Card system and retain control locally of all responses of that agency's emergency units. Normal operation will be resumed by the 9-1-1 Center upon notification by the Contractor. During such periods, Contractor shall be released from the requirements of Section 402. When Disaster assistance has been terminated, Contractor shall notify the County that Contractor is able to resume normal operations. (b) Disaster Assistance Outside of Pinellas County. If Contractor provides Disaster assistance response outside of Pinellas County, it shall be provided in a manner which does not jeopardize Contractor's ability to render reliable services under this Agreement. (c) Mutual Aid. Normal (non-disaster related) mutual aid responses outside of Pinellas County, rendered by Contractor, shall be performed in accordance with the terms and conditions of this Agreement. SECTION 407. AUTOMATIC AID/CLOSEST UNIT RESPONSE. Upon notification by the 9- 1-1 Center of an Emergency Request, Contractor shall provide Fire Protection Services in accordance with the Automatic Aid/Closest Unit Response Agreement. The Apparatus and Unit(s) which are predetermined to be the closest to the emergency scene by the Run Cards shall be dispatched without regard to Fire District or jurisdictional boundaries. Contractor's authorized representatives will periodically, or at the request of the County, update their Run Cards to ensure their accuracy and coordinate any changes with any other affected contractors. The County, with the consent of Contractor, may update and manage the applicable Run Cards. SECTION 408. FIRE REPORTING SYSTEM. Contractor shall gather and enter data into the countywide electronic fire reporting system provided by the County for every fire incident responded to by Contractor's Personnel. Design, procurement, operating costs of this information system shall be the responsibility of the County. The database of the electronic fire reporting system shall be fully comprehensive, including complete and integrated information on all Fire Protection System activities. Fire Protection Services Agreement Page 13 Contractor shall require its Personnel to comply with the completion of all fire incident reports and data entry requirements to ensure the accuracy and completeness of such reports, as approved and periodically revised, by Contractor and the County. The Contractor and County agree that procedures used to operate the electronic fire reporting system shall not be unduly burdensome. Contractor shall have unlimited access, regardless of storage location or medium, to electronic fire reports generated by Contractor's Personnel and all dispatch-related data in a mutually-agreeable format. SECTION 409. FINANCIAL MANAGEMENT. (a) Annual External Audit. Contractor shall provide the County with the Annual External Audit, prepared by Contractor's external auditor, certifying the amount of monies received from the County and the actual amount expended by Contractor for Fire Protection Services for the preceding Fiscal Year. Such annual external audit shall determine any Unexpended Funds. The Auditor shall attest to the "Supplemental Financial Information" report in Appendix C. The Annual External Audit and Supplemental Financial Information shall be submitted to the County within twenty (20) calendar days after its receipt by the Contractor. Funds paid to Contractor in excess of amounts actually expended shall be returned to the County within thirty (30) calendar days of the County's review and acceptance of Contractor's Annual External Audit. (b) Budget Request Submission. Each Year Contractor shall submit to the County Contractor's projected Budget Request for providing Fire Protection Services described herein. Such budget shall be prepared in accordance with budget preparation instructions provided each Fiscal Year by the County and shall set forth the costs of providing the services described herein. The County shall review the budget and may make recommendations for such changes as it deems necessary or appropriate. Contractor's budget for the subsequent Fiscal Year must be submitted by the date specified by the County as the Fire District MSTU Millage Rate will be based on the Board's consideration of this budget submission. (c) Adopted Budget Submission. Contractor shall submit to the County Contractor's Adopted Budget within ten (10) calendar days after the beginning of the subsequent Fiscal Year. Fire Protection Services Agreement Page 14 (d) Capital Expenditures. Contractor shall prepare a capital expenditure plan for financial planning purposes, which may include, but is not limited to, facility construction and maintenance, staff and command vehicles, self-contained breathing apparatus, communications, and other vehicle and equipment replacement plans. Contractor shall provide a brief narrative with the budget submission to identify individual projects and capital equipment line items. The capital expenditure plan shall project forward a minimum of five (5) Fiscal Years in accordance with Appendix A. Any modification of the capital expenditure plan, Appendix A, must be agreed to in writing by the Parties. (e) Reserve for Future Years. Contractor shall request funds to be reserved for future year's major capital improvement projects, which include land purchase, facility construction and renovation, Firefighting Apparatus, and equipment replacement plans. Contractor shall provide a written project justification, designate the amount to be reserved each year, and request funding for capital expenditures projecting forward for a minimum of ten (10) years for Firefighting Apparatus and twenty-five (25) years for fire station construction and land acquisition costs. SECTION 410. FIRE INVESTIGATION. Contractor shall investigate all fires within its Fire District to determine the cause and origin. The investigation of all fires determined to be of a suspicious nature shall be coordinated with the appropriate law enforcement agency and other regulatory or investigative agencies, as applicable. SECTION 411. FIRE PREVENTION AND CODE ENFORCEMENT. (a) Fire Inspections. Contractor shall conduct periodic fire inspections of all commercial, industrial, and multi-family dwellings in the Fire District, in accordance with the Fire Prevention Code. Contractor shall ensure that water flow testing, fire alarm testing, and other related services or inspections are conducted, as necessary. Any fees charged by the Contractor for fire inspections shall not exceed those fees charged within the Contractor's municipal area. The County is not responsible for any payments associated with fire inspections. (b) Plan Review and Final Fire Inspections. Contractor shall conduct plan reviews, fire inspections, sprinkler tests, fire alarm tests, final fire inspections, and other related services in the unincorporated area of the Fire District, in accordance with the Fire Prevention Code. County shall make building plans available to the Contractor for pickup Fire Protection Services Agreement Page 15 and review. Final inspections shall be on the date and time agreed to by the building contractor, Contractor's Fire Department, and County's Building Department. Any fees charged by the Contractor for plan reviews, and final fire inspections shall not exceed those fees charged within the Contractor's municipal area. The County is not responsible for any payments associated with plan reviews and final fire inspections. (c) Code Enforcement Standards. Contractor shall interpret and enforce the Florida Fire Prevention Code in the Fire District, consistent with the interpretations of any prevailing regulatory authority. Contractor shall interpret and enforce only the Florida Fire Prevention Code and shall not interpret or enforce any building codes in the unincorporated area, except as they relate to fire or life safety issues. (d) Complaint Resolution. Any complaints received by Board or County from builders, contractors, property owners, or citizens relating to plan reviews, fire inspections, sprinkler tests, fire alarm tests, final fire inspections,, and other related services in the unincorporated area of the Fire District, will be forwarded to Contractor for investigation. Contractor will forward to the County a detailed report concerning the incident and outline any appropriate remedial action taken. The County reserves the right to investigate all complaints and to recommend remedial actions. (e) Property Identification. Contractor shall, as manpower permits, enforce Chapter 170, Article I, Section 4, of the Pinellas County Code in the Contractor's Fire District(s) which relates to the requirements for property identification. Contractor shall enforce the code, at a minimum, for all commercial structures and multi-family dwellings. SECTION 412. SPECIALIZED RESCUE SERVICES. Contractor may provide Specialized Rescue Services which include, but are not limited to, vehicle extrication, heavy rescue, hazardous materials first response, hazardous materials mitigation, high angle and below grade technical rescue, marine rescue, dive rescue, and the mitigation of any other situation which presents a danger to public safety, life, or property. SECTION 413. PUBLIC EDUCATION. Contractor is encouraged to make available to the local community, fire prevention and disaster preparedness education (i.e., 9·1-1 usage, burn injury prevention, smoke alarm usage, fire escape planning, and hurricane preparedness). The programs may be developed by the Contractor or in coordination with the Fire Protection System or the County. Fire Protection Services Agreement Page 16 SECTION 414. SHARED RECOGNITION. Contractor and the County shall promote, protect, and enhance the reputation of the County, Contractor, and the Fire Protection System throughout the term of this Agreement. Any news releases, statements, or public information given by Contractor's or County's personnel to the public or the media shall be consistent with the design and operation of the Fire Protection System and include shared positive recognition of all service providers and system components, as applicable. SECTION 415. REQUESTS FOR EMERGENCY ASSISTANCE. When Contractor receives a request for emergency assistance from a source other than the 9-1-1 Center, Contractor shall record the address and telephone number of the caller, obtain the location and nature of the emergency, and shall immediately respond to the request for emergency assistance, as applicable.. Contractor shall immediately advise the 9-1-1 Center of the information received and any response initiated. ARTICLE V DUTIES AND RESPONSIBILITIES OF COUNTY SECTION 501. COUNTY ROLE AS THE FIRE PROTECTION AUTHORITY. The Authority was established to implement a permanent plan of fire protection for the County and each of its municipalities, including, but not limited to, determining minimum service levels, uniform standards for fire hydrants, implement County-wide reciprocal, mutual, or outside assistance programs, and to cause to be provided Fire Protection Services throughout Pinellas County. Since 1973, the sophistication and utilization of the entire emergency services system has increased dramatically. In keeping with the spirit of the Special Act, the County coordinates and facilitates advancements in policies, standards, technology, and special projects to enhance and improve the Fire Protection System. The County shall not interfere with the dally operations of Contractor in providing Fire Protection Services. The County shall perform all functions as indicated, pursuant to Pinellas County Home Rule Charter, Chapter 62, Article II, of the Pinellas County Code, and the Pinellas County Charter. SECTION 502. AUDIT AND INSPECTION. Representatives of the County may observe Contractor's operations at any time during normal business hours, and as often as may reasonably be deemed necessary. Contractor shall make available to County for its examination its records with respect to all matters covered by this Agreement, and County may audit, examine, copy, and make excerpts or transcripts from such records, and may Fire Protection Services Agreement Page 17 make audits of all contracts, invoices, materials, payrolls, inventory records, records of personnel, dally logs, conditions or employment, and other data related to all matters covered by this Agreement. County's right to observe and inspect operations or records in Contractor's business office shall, however, be restricted to normal business hours, and reasonable notification shall be given Contractor in advance of any such visit. Records relating to contract activities shall be retained for three (3) years from final payment in each year. County shall pay any reasonable costs for copying any materials requested. SECTION 503. COMMUNICATIONS INFRASTRUCTURE. County shall furnish and maintain, at no cost to Contractor, the communications infrastructure which shall include: emergency (9-1-1) and non-emergency telephone access, dispatch communication services, the public safety radio system, and the Computer-Aided Dispatch (CAD) and fire reporting computer system. ARTICLE VI INSURANCE SECTION 601. MINIMUM INSURANCE REQUIREMENTS.. Contractor shall be self-insured or shall pay for and maintain at least the following insurance coverage and limits as listed below. Insurance coverage and limits shall be evidenced by delivery to the Board of: a certificate of insurance executed by the insurer(s) listing coverage and limits, expiration dates and terms of policies and all endorsements whether or not required by the Board, and listing all carriers issuing said policies; and a certified copy of each policy, including all endorsements. Where applicable, Contractor shall submit to Board a letter from Contractor's Risk Manager stating that Contractor is self-insured, or the amount of insurance per claim and per occurrence, any gap and the amount of excess insurance up to its coverage. Notwithstanding anything to the contrary contained in this Agreement, Contractor does not waive any immunity or limitation of liability it may have under the doctrine of sovereign immunity or Section 768.28, Florida Statutes. The following insurance requirements shall remain in effect throughout the term of this Agreement (unless Contractor is self-insured, in which case Contractor shall not be required to comply with the following insurance requirements): (a) Provide Workers' Compensation insurance as required by Florida Law. (b) Provide commercial general liability, employers' liability, and commercial vehicle liability insurance that reflects the limits of liability for governmental entities in accordance with Section 768.28, F.S., should the State Legislature change these limits, coverage consistent with Fire Protection Services Agreement Page 18 law shall be obtained. (c) Professional Liability Insurance, including errors and omissions, with minimum limits of $1,000,000 per occurrence; if occurrence form is available; or claims-made form with "tail coverage" extending three (3) years beyond the ending date of this Agreement. In lieu of "tail coverage," the Contractor may submit annually to the Board a current certificate of insurance proving claims-made insurance remains in force throughout the same three (3) year period. This coverage is subject to statutory and regulatory requirements of Federal, State or local law. (d) Personal and/or Bodily Injury, including death and property damage liability insurance with minimum limits of $1,000,000 Combined Single Limit insurance in excess of all primary coverage.. SECTION 602. ADDITIONAL INSURANCE REQUIREMENTS. To the extent that Contractor maintains insurance policies rather than being self-insured, each insurance policy shall include the following conditions by endorsement to the policy: (a) Each policy shall require that forty-five (45) days prior to expiration, cancellation, non-renewal, or any material change in coverage or limits, a notice thereof shall be given to Board. Contractor shall also notify Board within twenty-four (24) hours after receipt of any notices of expiration, cancellation, non-renewal, or material changes in coverage received by said Contractor from its insurer. (b) Companies issuing the insurance policy, or policies, shall have no recourse against Board or County for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of Contractor. (c) The Board shall be endorsed to the required policy or policies as an additional insured, exclusive of professional liability insurance. The additional insured clause covers the actions of the Contractor while providing services under the terms of this Agreement. (d) The policy clause "Other Insurance" shall not apply to any insurance coverage currently held by the Board or the County, to any such future coverage, or to County's Self- Insured Retention of whatever nature. SECTION 603. LIABILITY. Contractor and Board agree to be fully responsible for their own acts of negligence or their respective agents' acts of negligence when acting within the scope of their employment and agree to be liable for any damages resulting from said negligence. Nothing herein is intended to serve as a waiver of sovereign immunity or the limits of liability contained in Section Fire Protection Services Agreement Page 19 768.28, Florida Statutes, by the Contractor, County, or Board. Nothing herein shall be construed as consent by Contractor or Board to be sued by third parties in any manner arising out of this Agreement. Contractor is not liable for the causes of action arising out of the negligence of the Board, its employees or agents, or arising out of the negligence of any persons or entities contracted by, appointed by, or approved by the Board to provide services related to this Agreement (including, but not limited to, other Contractors). This Section 603 shall survive expiration or earlier termination of this Agreement. ARTICLE VII COMPENSATION AND OTHER FINANCIAL PROVISIONS SECTION 701. COMPENSATION. The Board shall review and approve Contractor's Budget Request, in accordance with Chapter 62, Article II, of the Pinellas County Code, and other applicable law. Approval shall not be unreasonably withheld. County shall calculate the annual compensation as the percentage of unincorporated area multiplied by the lower amount of the initial Budget Request or the Adopted Budget. The percentage of unincorporated area within the Fire District shall be calculated in accordance with Chapter 62, Article II, of the Pinellas County Code. The County shall pay Contractor monthly in arrears for the provision of Fire Protection Services beginning after October 1 of a given Fiscal Year in the amount of 1/12 of the annual compensation. The compensation methodology shall comply with Appendix A. SECTION 702. USE OF RESERVE FOR FUTURE YEARS. Subject to Contractor's substantial compliance with Section 409 (d) & (e) and in accordance with Appendix A, upon a written request of Contractor, the County shall review and provide funding for the County's portion of a capital expenditure from Contractor's Reserve for Future Years Fund held by the County. The County shall calculate its portion of the capital expenditure based upon the percentage of unincorporated area within the Fire District, in accordance with Chapter 62, Article II, of the Pinellas County Code. The County shall pay Contractor a single payment upon completion of the project or at agreed-upon milestones of a major project. SECTION 703. WITHHOLDING FUNDS. County may withhold payment to Contractor if it fails to meet its obligations in accordance with the provisions of Sections 803 and 804 of this Agreement. Fire Protection Services Agreement Page 20 SECTION 704. FUNDS TO BE USED SOLELY FOR FIRE PROTECTION SERVICES. Contractor recognizes that funds provided pursuant to the Agreement are derived from ad valorem taxes collected from MSTUs and must be dedicated solely to the provision of Fire Protection Services. Contractor, therefore, agrees that funding provided under this Agreement will be used strictly for the provision of the services described herein. Contractor shall not use funds for non-operating purposes, including, but not limited to, gifts, donations, goodwill, and travel expenses in excess of rates specified by applicable law, municipal policy, or Section 112.061, Florida Statutes. SECTION 705. OTHER FUNDS. Money acquired through special programs, projects, gifts, or funds received through fundraising efforts will not be used by the County to offset the Fire District's Budget Request or the Approved Budget but shall be used for direct benefit of the Fire District. However, funds from interest earned by the investment of Fire District funds and funds from other Fire Protection Services Agreements shall be used to offset the Fire District's Final Approved Budget. Funds provided to Contractor through any County EMS Agreement will be used to offset Fire District Budget Request or Approved Budget if the Contractor's budget process combines both Fire and EMS funding into one document for review by the County. Contractor shall ensure that personnel cost reimbursements from the Authority for special operations training, continuing medical education instruction, public education, or other reimbursements are not funded twice (i.e. funding provided in the submitted budget and reimbursement made by the Authority.) SECTION 706. FISCAL NON-FUNDING. The funds to be used for services performed pursuant to this Agreement are subject to periodic appropriation of funds by County. If funds are not appropriated by County for any or all of this Agreement, County shall not be obligated to pay for any services performed under this Agreement beyond the portion for which funds are appropriated. Such failure of appropriation shall not constitute a breach of this Agreement. County agrees to promptly notify Contractor in writing of such failure of appropriation, and this Agreement shall terminate on the last day of the fiscal period for which funds have been appropriated. SECT IO N 707. PROHIBITIONS AGAINST MORTGAGE OF ASSETS. Contractor agrees that acquisition of capital assets with funds provided under this Agreement shall be by purchase, lease purchase, or lease, and Contractor shall not mortgage or pledge as security any such assets for any debt without the written consent of County. Fire Protection Services Agreement Page 21 ARTICLE VIII TERM AND TERMINATION SECTION 801. TERM OF AGREEMENT. The initial term of this Agreement shall be for five (5) years, commencing October 1, 2019 and ending at midnight September 30, 2024, unless this Agreement is earlier terminated as provided for herein. This Agreement may be extended for an additional five (5) year period following the initial term, provided that the Parties mutually agree in writing to such extension which is subject to County and Contractor approval prior to July 1, 2024. References in this Agreement to "Term" shall include the initial term of this Agreement and all extensions thereof. SECTION 802. TERMINATION AND DISPOSITION OF ASSETS. (a) Termination by County. County may terminate this Agreement by serving upon Contractor a ninety (90) calendar day written notice of County's intention to terminate this Agreement; however, shorter notice may be given if the County determines an emergency situation exists requiring such action. Upon the effective date of termination of the Agreement, the County is not obligated to pay Contractor for Fire Protection Services, nor is Contractor obligated to provide Fire Protection Services, as defined in this Agreement. (b) Termination by Contractor. Contractor may terminate this Agreement by giving to County ninety (90) calendar days' written notice of its intention to terminate. (c) Disposition of Assets. (i) Properties Held in Trust. The Parties agree that all vehicles, equipment, and property, real or personal, tangible or intangible, that have been paid for in full or in part by funds supplied by the County under this or any prior Fire Protection Services agreement are held by Contractor in trust for the benefit of the taxpayers of the Fire District; and that County has all rights and powers of enforcement with respect to such trusts. (ii) Assets Paid for by County. Upon termination of this Agreement, Contractor shall return to County, for the use and benefit of the taxpayers, all assets purchased with funds provided to Contractor under this or any prior Fire Protection Services Agreement with the County. County will assume any obligation on such assets which was incurred in accordance with the terms of this Agreement. Fire Protection Services Agreement Page 22 (iii) Assets Paid for by Contractor. Any assets which were purchased solely with funds other than those provided by County to Contractor under this, or any preceding Fire Protection Services Agreement, shall remain the property of Contractor. (iv) Assets Paid for by both Contractor and County. In case of any asset purchased under this or any prior Fire Protection Services Agreement with funds of both Contractor and the County, Contractor and County shall determine the fair market value of such asset and then shall prorate such fair market value according to the respective interest of both Contractor and the County. In the event Contractor desires to retain said asset, Contractor shall pay to County an amount equal to County's interest in said asset. In the event that County desires to retain said asset, County shall pay to Contractor an amount equal to Contractor's interest in said asset. If neither Contractor nor the County desires to retain said asset, then the asset will be sold at public sale to the highest bidder and the net proceeds distributed according to the respective interest of each of Contractor and the County. (v) Intangible Assets. Upon termination of this Agreement, Contractor shall also return to County all unexpended monies received from the County, pursuant to this or prior Fire Protection Services Agreements, including monies in reserve or in any bank account, but not earned as compensation for services provided. (vi) Date to Return Assets. The return of any assets and funds shall be executed and completed upon the effective date of termination, as specified in the termination notice. (vii) List of Assets. In connection with the return of assets and funds, Contractor shall submit to County a list of the capital assets, along with a list of the accounts held in Contractor's name, which are held in conjunction with this Agreement. (viii) Debt Resolution. Contractor is responsible for all pro-rated debts incurred in the performance of the obligations of this Agreement. Fire Protection Services Agreement Page 23 SECTION 803. PERFORMANCE DEFICIENCY. In the event that the County finds any deficiency in meeting the level of services described herein which affects, or may affect, the performance of services hereunder, County shall notify Contractor of such deficiency, or deficiencies, and shall give Contractor thirty (30) calendar days from receipt of such notice within which to cure such deficiency to the satisfaction of County. County may, in its sole discretion, extend the cure period. In the event of such extension, Contractor and County shall prepare an agreement outlining a planned program for curing the deficiency. SECTION 804. RESOLUTION OF DISPUTES. Resolution of any controversy or dispute that may arise under this Agreement shall be resolved in a timely manner. Parties shall establish a committee consisting of representatives of Contractor, the County, and of a Fire Service Provider mutually acceptable to Contractor and the County. The committee shall meet as the circumstances may deem necessary to resolve controversies and disputes. If the committee fails to resolve the dispute, either Party may pursue its legal remedies, including but not limited to, filing a complaint in the appropriate court possessing competent jurisdiction upon satisfaction of all statutory conditions precedent thereto. ARTICLE IX MISCELLANEOUS SECTION 901. NON-DISCRIMINATION IN EMPLOYMENT. The Contractor will not discriminate against any applicant for employment because of age, race, color, religion, sex, sexual orientation, or national origin. Contractor agrees that applicants will be employed; and that employees are treated during employment, (e.g., layoff or termination, promotion, demotion, transfer, rates of pay and compensation, and selection for training, including apprenticeship), without regard to age, race, color, religion, sex, sexual orientation, or national origin. The Contractor will post in conspicuous places, available to all employees and applicants for employment, notices setting forth the provisions of this non-discrimination clause. SECTION 902. NOTICES. All notices, consents, and agreements required or permitted by this Agreement shall be in writing, and, as applicable, shall be transmitted by registered or certified mail, return receipt requested, with notice deemed to be given upon receipt; postage prepaid, and shall be addressed as follows: Fire Protection Services Agreement Page 24 If to County: Pinellas County EMS & Fire Administration 12490 Ulmerton Road, Suite 134 Largo, Florida 33774 If to Contractor: See Appendix B SECTION 903. ENTIRE AND COMPLETE AGREEMENT. This Agreement, and all Appendices hereto, constitute the entire and complete Agreement of the Parties with respect to the services to be provided hereunder. This Agreement, unless provided herein to the contrary, may be modified only by written agreement duly executed by the Parties with the same formality as this Agreement. SECTION 904. OTHER DOCUMENTS. Each Party agrees to execute and deliver any instruments and to perform any acts that may be necessary or reasonably requested in order to give full effect to this Agreement. SECTION 905. APPLICABLE LAW. The law of the State shall govern the validity, interpretation, construction, and performance of this Agreement. SECTION 906. WAIVER. Unless otherwise specifically provided by the terms of this Agreement, no delay or failure to exercise a right resulting from any breach of this Agreement shall impair such right or shall be construed to be a waiver thereof but such may be exercised from time to time and as often as may be deemed expedient. Any waiver shall be in writing and signed by the Party granting such waiver. If any representation, warranty, or covenant contained in this Agreement is breached by either Party and thereafter waived by the other Party, such waiver shall be limited to the particular breech so waived and shall not be deemed to waive any other breach under this Agreement. SECTION 907. SEVERABILITY. In the event that any provision of this Agreement shall, for any reason, be determined to be invalid, illegal, or unenforceable in any respect, the Parties hereto shall negotiate in good faith and agree to such amendments, modifications, or supplements of or to this Agreement, or such other appropriate actions as shall, to the maximum extent practicable in light of such determination, implement and give effect to the intentions of the Parties as reflected herein, and the other provisions of this Agreement shall, as so amended, modified, supplemented, or otherwise affected by such action, remain in full force and effect. Fire Protection Services Agreement Page 25 SECTION 908. CONTRACTOR IS INDEPENDENT CONTRACTOR. The Parties agree that throughout the Term of this Agreement and during the performance of any obligations hereunder, Contractor is an independent contractor in all respects and shall not be the agent, servant, officer, or employee of the County. SECTION 909. NO THIRD-PARTY BENEFICIARIES: ASSIGNMENT. This Agreement is not intended, nor shall it be construed, to inure to the benefit of any third person or entity not a party hereto, and no right, duty, or obligation of Contractor under this Agreement shall be assigned to any person, private association or corporation, not-for-profit corporation, or public body without the prior written consent of the County. SECTION 910. HEADINGS. Captions and headings in this Agreement are for ease of reference and do not constitute a part of this Agreement. [Signature Page to Follow] Fire Protection Services Agreement Page 26 IN WITNESS WHEREOF, the Parties hereto, by and through their undersigned authorized officers, have caused this Agreement to be executed on this _____ day of ______________________ 2019. ATTEST: PINELLAS COUNTY, KENNETH BURKE, CLERK by and through its governing body, the Pinellas County Board of County Commissioners, sitting as the Fire Protection Authority ________________________________ by: _______________________________ Deputy Clerk Chairman Countersigned: CITY OF CLEARWATER, FLORIDA _______________________________ by: ____________________________ Mayor City Manager Approved as to Form: Attest: _______________________________ by: ____________________________ Assistant City Attorney City Clerk Fire Protection Services Agreement Page 27 APPENDIX A FUNDING METHODOLOGY PROFILE FY19-20 Preliminary Tax Roll Just Value Real Property % Incorporated $ 16,417,663,144.00 88.69% Unincorporated $ 2,094,004,309.00 11.31% Total $ 18,511,667,453.00 100.00% Per 2019 Taxable Value Preliminary Roll 07-01-19 per the Pinellas County Property Appraiser. The funding calculation shall be based upon the July 1st Tax Roll and the lower of the Submitted Budget request or the Adopted Budget each Fiscal Year. Fire Protection Services – Anticipated Capital Projects Fiscal Year Fire Station Related Apparatus Related FY19-20 Station 47 Truck 48 FY20-21 Station 46 Engine 49 Staff Vehicle - CL610 FY21-22 None Engine 51 FY22-23 None Engine 48 FY23-24 None None FIRE BUDGET TYPE FIRST RESPONDER & FIRE COMBINED Clearwater FY 19-20 Fire Protection Services Estimated Net Operating Budget Estimated County % Estimated County Annual Funding $ 18,424,515.00 11.31% $ 2,083,812.65 Fire Protection Services Agreement Page 28 APPENDIX B FIRE PROTECTION SERVICE CONTRACTORS City of Clearwater 112 South Osceola Avenue Clearwater, FL 33756 Attn: Mayor City of Dunedin P.O. Box 1348 Dunedin, FL 34697-1348 Attn: Mayor City of Largo 201 Highland Avenue Northeast Largo, FL 33770 Attn: Mayor City of Pinellas Park P.O. Box 1100 Pinellas Park, FL 33780-1100 Attn: Mayor City of Safety Harbor 750 Main Street Safety Harbor, FL 34695-3597 Attn: Mayor City of Seminole 9199 113th Street North Seminole, FL 33772 Attn: Mayor City of St. Petersburg P.O. Box 2842 St. Petersburg, FL 33731-2842 Attn: Mayor City of Tarpon Springs 324 Pine Street East Tarpon Springs, FL 34689 Attn: Mayor Fire Protection Services Agreement Page 29 APPENDIX C SUPPLEMENTAL FINANCIAL INFORMATION In accordance with Pinellas County Home Rule Charter and Chapter 62, Article II, of the Pinellas County Code and the Fire Services Agreement, funds provided by Pinellas County to Contractor can only be used In support of fire-related activities. Therefore, a proportional share of any unspent balance at the conclusion of a fiscal year are to be returned to Pinellas County where these funds will be retained in a discrete special revenue fund for the Fire District. Funds paid to the Contractor in excess of amounts actually expended shall be returned to the County within thirty (30) calendar days of the County's review and acceptance of the Contractor's annual external audit. In accordance with Section 409(a), the following form will be provided to Pinellas County within twenty (20) days after receipt by the Contractor the year following the audited year together with the Financials. To be Completed by Contractor Contractor Name: Person Completing Form Phone Number Fiscal Year: Note: All references are only to the Fire District, and do not include any revenue or expenditures associated with EMS. State Law and County Code forbid the use of fire funds for EMS purposes or EMS funds for firefighting; i.e., fire funds cannot be used to purchase rescue units, attend EMS-related conferences or membership in EMS organizations or to pay salary and benefits of EMS personnel, etc. If the specific items are not documented in the audited financials, please compute the amount and place it on the form and attach documentation showing how the information was calculated citing information contained in the audited financials. Audit Page 1. Total Expenditures by Contractor 2. Less: Other Revenues received by Contractor* 4. Total Outlay by Contractor (1 less 2) $ - 6. Pinellas County Percentage of District** 8. TTotal Pinellas County Share (8 times 4) $ - 10. Pinellas County paid to Contractor 12. Total Due to Pinellas County (the District) (6 less 5) $ - 8. Fund Balance retained by Contractor *includes interest and other fire protection agreements revenue **to be provided by Pinellas County Fire Authority PLEASE INCLUDE A COY OF YOUR ANNUAL AUDIT AND ANY OTHER SUPPORTING DOCUMENTATION AS NEEDED Signature Date Please return completed form to: Pinellas County Safety & Emergency Services Fire Administration 12490 Ulmerton Road Largo, FL 33774 Or email to: ______________________________________________ kcervone@pinellascounty.org Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6571 Agenda Date: 8/12/2019 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Planning & Development Agenda Number: 9.1 SUBJECT/RECOMMENDATION: Presentation of the 2019 Spring Break free park and ride program. SUMMARY: The City Council, recognizing the economic importance of providing efficient travel choices to Clearwater Beach during the height of the spring break tourist season in March and April, subsidized additional PSTA/Jolley Trolley vehicles between Downtown and Clearwater Beach as part of the free park and ride Spring Break program. The free ride locations were at the former city hall, the Clearwater Beach transit center on the north side of the Memorial Causeway, and at the relocated transit stop at the city marina at Clearwater Beach. PSTA received $96,364 from the city to provide additional trolleys serving these three locations to help avoid delays in pick up times (headways). The city also provided $10,000 to the Clearwater Ferry to support on-time service between Downtown and the city marina at Clearwater Beach during March and April. The Clearwater Ferry used the money to pay for additional vessels during the most congested travel days. The goals for subsidizing both travel options were to minimize waiting times for riders and improve their overall experience. Lack of delay should also increase ridership and goodwill. Rider comments, staff reviews, and ridership totals compared with last year show that the program successfully achieved these goals. Two major changes in scheduling during the Spring Break event occurred in 2019. The length of the Spring Break free park and ride event was shortened from ten weeks to eight weeks, March 1 through April 30. Also, the Sugar Sands Festival adjusted their event to include three weekends, instead of two as in previous years. The presentation will provide an overview of the 2019 event and PSTA’s and the Clearwater Ferry’s programs, a review of the outcomes of the program, and suggested changes to improve the program should the city decide to participate next year or in the future. Page 1 City of Clearwater Printed on 8/10/2019 |1CITY OF CLEARWATER Spring Break Mobility Program Moving People by Land and Sea 100 S. Myrtle Ave. | Clearwater, FL 33756 www.myclearwater.com |3CITY OF CLEARWATER SPRING BREAK 2019 Overview •March 1, 2019 – April 30, 2019 •Transportation Partners: •PSTA •Jolley Trolley •Clearwater Ferry People took a total of 54,391 trips on the trolley or ferry, and not in cars. |4CITY OF CLEARWATER SPRING BREAK 2019 PSTA 2019 Program •Park & Ride free at Former City Hall •Board & Ride free at Clearwater Beach Transit Center and Marina Stop •Sidewalk directional decals •Social media marketing with gift card giveaways •Promotional partnerships and coordination with businesses |5CITY OF CLEARWATER SPRING BREAK 2019 Clearwater Ferry 2019 Program •Additional vessels added on weekends to improve service for high volume days •1 additional vessel in March •2 additional vessels in April |6CITY OF CLEARWATER City 2019 Program Changes •Increased city funding of trolley service: $66,354 to $96,364 •City-funded supplemental ferry service on weekends: $10,000 •Event shortened from 10 weeks to 8 weeks •Reduced free stop locations from 4 to 3 due to Harborview demolition •Park & Ride directional signage added as part of traffic control signage SPRING BREAK 2019 |7CITY OF CLEARWATER SPRING BREAK 2019 City 2019 Program Changes •Created city “Parklet” at former City Hall •Public Engagement •Placemaking/Interactive Art •Event Marketing •Provided shaded seating for people waiting for trolley. 3-D Art at Parklet |8CITY OF CLEARWATER SPRING BREAK 2019 New Beach Marina Stop •Added new Marina Stop for better access and circulation |9CITY OF CLEARWATER SPRING BREAK 2019 PSTA 2019 Event Ridership •March: 10,526 •April: 21,931 Ridership: 2018 vs 2019 •2018: 26,000 over 10 weeks •2019: 32,457 over 8 weeks •23% overall increase •56% per week increase |10CITY OF CLEARWATER SPRING BREAK 2019 PSTA Rider Survey Results •260 surveys; rated 4.7 out of 5 •61% of all riders - Florida •57% of Florida riders - Tampa Bay •33% of all riders - Out of state •How riders found free service: •Signage (43%) •Word of Mouth (17%) •Online, Non-Social Media (16%) •Social Media (11%) Florida 4%International 6% Other US State 33% Other Tampa Bay 26% Other Pinellas 21% Clearwater 10% Where did riders come from? |11CITY OF CLEARWATER SPRING BREAK 2019 Ferry 2019 Ridership •March: 12,717 •April: 18,691 Ridership: 2018 vs 2019 •2018: 25,133 (March & April) •2019: 31,408 (March & April) •25% overall increase |12CITY OF CLEARWATER SPRING BREAK 2019 Ideas and Challenges from Spring Break Partners •Create a single unified signage plan •Develop a parking plan that includes Imagine Clearwater construction that will reduce available parking •Explore a Pier 60 stop and service from Sand Key Park •Add volunteers/ambassadors (Chambers, Bright Futures) at key areas •Improve information and maps at stops to identify directions to key locations and to business services •Provide Transit Signal Priority at Osceola Ave. and Court St. •Remove signage immediately after promotion ends |13CITY OF CLEARWATER SPRING BREAK 2019 QUESTIONS? Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6426 Agenda Date: 8/12/2019 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 10.1 SUBJECT/RECOMMENDATION: Authorize a blanket purchase order to Huber Technology, Inc. of Huntersville, NC, for the purchase of barscreen replacement parts and services, in the annual not-to-exceed amount of $100,000, with option for two one-year term extensions, pursuant to Clearwater Code of Ordinances Section 2.564 Exceptions to Bidding and authorize the appropriate officials to execute same. (consent) SUMMARY: Huber Technologies (Huber) provides service and replacement parts for the barscreens at the City’s three Water Reclamation Facilities. The service and parts needed are specific to the design of this equipment and Huber holds the patent on this barscreen. Huber is the sole source vendor in accordance with Clearwater Code of Ordinances Section 2.564 (1)(b), Exceptions to Bidding - Sole Source. The Blanket purchase order will be effective October 1, 2019 through September 30, 2020. Two one-year renewals of the sole source award are requested. The barscreens are used for proper operation and screening of influent wastewater coming into the plants which are required by the Florida Department of Environmental Protection. The barscreens capture items people flush into the system that are untreatable such as rags, rocks, and other debris. By removing the debris early in the treatment process, the other downstream equipment is protected from damage. APPROPRIATION CODE AND AMOUNT: Budgeted funds for FY20 are available in Public Utilities’ cost center 550400 Operating Supplies & Materials: ·FY20 $100,000 Future fiscal year budgets will include requests for funding: ·FY21 $100,000 ·FY22 $100,000 Page 1 City of Clearwater Printed on 8/10/2019 9735 NorthCross Center Court |Suite A |Huntersville |NC |28078 | USA Office (704) 949-1010 |Fax (704) 949-1020 |www.huber-technology.com July 3, 2019 Sherry Ryder City of Clearwater, FL Subject: Sole Source Letter City fo Clearwater: This letter serves as a sole source document for procucts manufactured by Huber SE, HydroPress Huber AB and Huber Picatech AG. Huber Technology, Inc. based in Huntersville NC is the only vendor of RAKEMAX®, ROTAMAT®, Washpress WAP® and STEPSCREEN®. Replacement parts for the RAKEMAX®, ROTAMAT®, Washpress WAP® and STEPSCREEN® manufactured by Huber SE are unique in design based on more than 20 years of application experience. Material selection is critical for the life expectancy of these parts and your RAKEMAX®, ROTAMAT®, Washpress WAP® and STEPSCREEN. The proper parts design and parts manufacturer ensures the lowest possible life-cycle cost for your RAKEMAX®, ROTAMAT®, Washpress WAP® and STEPSCREEN®. Huber Technology Inc. is a subsidiary of the original manufacturer, Huber SE and the only source for parts in the United States and Canada. Any warranty on your RAKEMAX®, ROTAMAT®, Washpress WAP® and STEPSCREEN® is void if non-factory parts are used. To the best of our knowledge, no other vendor manufactures and distributes these or similar items. In addition to supplying spare parts for your RAKEMAX®, ROTAMAT®, Washpress WAP® and STEPSCREEN®, Huber Technology, Inc. also offer full service and repair services for you RAKEMAX®, ROTAMAT®, Washpress WAP® and STEPSCREEN®. Please let me know should you need further details. Yours faithfully, Mike Suddreth Aftermarket Sales Manager Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6562 Agenda Date: 8/12/2019 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Public Utilities Agenda Number: 10.2 SUBJECT/RECOMMENDATION: Authorize the award of Invitation to Bid 34-19, Biosolids Management Services, to T. Wayne Hill Trucking, Inc of Bartow, FL, in the annual not-to-exceed amount of $590,000 with two one-year extensions at the City’s discretion and authorize the appropriate officials to execute same. (consent) SUMMARY: The City of Clearwater’s Water Reclamation Facilities (WRF) produce a residual product (biosolids) that requires hauling and disposal. Invitation to Bid (ITB) #34-19, Biosolids Management Services was issued on June 12, 2019. Four bids were received on July 11, 2019. T. Wayne Hill Trucking, Inc. represents the lowest responsive, responsible bidder for Base Bid Services $25.97/wet ton for stabilized biosolids cake removal and disposal and $0.0300/gallon for unstabilized liquid sludge transport. Invitation to Bid #34-19 included alternate bid items. These items will be used if an issue arises that prevents the utilization of the items on the base bid list. Public Utilities has added approximately $96,000 to the funding request for these alternate items should they be needed. The contractor is required to provide two basic services: (1) Stabilized (Class B) Biosolids (Dewatered Cake) to Land Application, and (2) Unstabilized Liquid Sludge (Approximately 5% Total Solids) From East WRF to Northeast WRF for treatment and dewatering. The contractor accepts full responsibility and liability for the hauling and disposal of biosolids from the points of loading from the source facility, in accordance with Chapter 62-640, F.A.C. and shall be responsible to comply with existing Florida Department of Environmental Protection (FDEP), the United States Environmental Protection Agency (USEPA) residuals treatment and disposal regulations, all other applicable federal, state and local regulations and any changes made to these regulations during the contract period. The contract will be effective on September 1, 2019, for an initial one-year period with two one-year renewal terms available to the City. Renewal Terms allow for cost increases based on the Consumer Price Index for All Urban Consumers (CPI-U). Renewal prices shall be firm for the respective annual term. APPROPRIATION CODE AND AMOUNT: Budgeted funds for FY19 are available in Public Utilities’ cost center 530300 Other Contractual Services: ·FY19 $50,000 (1 month) Page 1 City of Clearwater Printed on 8/10/2019 File Number: ID#19-6562 Future fiscal year budgets will include requests for funding: ·FY20 $590,000 ·FY21 $590,000 ·FY22 $540,000 (11 months) Page 2 City of Clearwater Printed on 8/10/2019 CITY OF CLEARWATER Apparent Low Bidder ITB # 34-19 - Biosolids Management Services Vendor did not submit price DUE DATE: July 11, 2019; 10:00 AM BID TABULATION Item No.Description Unit Price Estimated Annual Quantity Total Annual Price Unit Price Estimated Annual Quantity Total Annual Price Unit Price Estimated Annual Quantity Total Annual Price Unit Price Estimated Annual Quantity Total Annual Price 1A Stabilized (Class B) Biosolids (Dewatered Cake) to Land Application, removed from Northeast WRF $ 43.84 9,600 WET TONS $ 420,864.00 $ 30.00 9,600 WET TONS $ 288,000.00 $ 30.75 9,600 WET TONS $ 295,200.00 $ 25.97 9,600 WET TONS $ 249,312.00 1B Stabilized (Class B) Biosolids (Dewatered Cake) to Land Application, Removed from Marshall Street WRF $ 43.84 5,500 WET TONS $ 241,120.00 $ 30.00 5,500 WET TONS $ 165,000.00 $ 30.75 5,500 WET TONS $ 169,125.00 $ 25.97 5,500 WET TONS $ 142,835.00 2 Unstabilized Liquid Sludge (approximately 5% total solids) from East WRF to NE WRF (est. 65,000 gallons PER WEEK) $ 0.033 3,380,000 GALLONS $ 111,540.00 $ 0.0344 3,380,000 GALLONS $ 116,272.00 $ 0.0330 3,380,000 GALLONS $ 111,540.00 $ 0.0300 3,380,000 GALLONS $ 101,400.00 $ 773,524.00 $ 569,272.00 $ 575,865.00 $ 493,547.00 Item No.Description Unit Price EstimatedAnnual Quantity Total Annual Price Unit Price EstimatedAnnual Quantity Total Annual Price Unit Price EstimatedAnnual Quantity Total Annual Price Unit Price EstimatedAnnual Quantity Total Annual Price 1A Class B Biosolids Requiring Incorporation, from the Marshall Street and/or the Northeast WRF (est. 260 wet tons PER WEEK) NO BID 1,040 WET TONS NO BID $ 34.00 1,040 WET TONS $ 35,360.00 $ 37.25 1,040 WET TONS $ 38,740.00 $ 27.97 1,040 WET TONS $ 29,088.80 2A Unstabilized Sludge (Dewatered Cake) to RMF, from the Marshall Street WRF and/or the Northeast WRF NO BID 1,127 WET TONS NO BID $ 79.00 1,127 WET TONS $ 89,033.00 $ 64.35 1,127 WET TONS $ 72,522.45 $ 55.87 1,127 WET TONS $ 62,965.49 3A Unstabilized Sludge (Dewatered Cake) to Landfill, from the Marshall Street WRF and/or the Northeast WRF $ 72.09 1,127 WET TONS $ 81,245.43 $ 81.00 1,127 WET TONS $ 91,287.00 NO BID 1,127 WET TONS NO BID $ 71.00 1,127 WET TONS $ 80,017.00 4A Unstabilized Liquid Sludge (approximately 5% total solids) from Marshall Street WRF to Northeast WRF (additional truck requirement, est. 275,000 gallons PER WEEK) $ 0.042 1,100,000 GALLONS $ 46,200.00 $ 0.06 1,100,000 GALLONS $ 66,000.00 NO BID 1,100,000 GALLONS NO BID $ 0.0416 1,100,000 GALLONS $ 45,760.00 5A Unstabilized Liquid Sludge (approximately 5% (+/- 2%) total solids) from East WRF to Marshall Street WRF (est. 75,000 gallons PER WEEK) $ 0.054 300,000 GALLONS $ 16,200.00 $ 0.08 300,000 GALLONS $ 24,000.00 NO BID 300,000 GALLONS NO BID $ 0.0416 300,000 GALLONS $ 12,480.00 6A Unstabilized Liquid Sludge (approximately 5% (+/- 2%) total solids) from Northeast WRF to Marshall Street WRF (est. 295,000 gallons PER WEEK) $ 0.042 1,180,000 GALLONS $ 49,560.00 $ 0.06 1,180,000 GALLONS $ 70,800.00 NO BID 1,180,000 GALLONS NO BID $ 0.0416 1,180,000 GALLONS $ 49,088.00 $ 193,205.43 $ 376,480.00 $ 111,262.45 $ 279,399.29 Items with a star ( ) indicates intent to award. TOTAL ALTERNATE BID TOTAL ALTERNATE BID Alternate Bid Items T.Wayne Hill Trucking, Inc. TOTAL BASE BID T.Wayne Hill Trucking, Inc. TOTAL ALTERNATE BID Base Bid Items Biosolids Distribution Services, LLC Synagro South, LLCBiosolids Distribution Services, LLC H & H Liquid Sludge Disposal, Inc. TOTAL BASE BID TOTAL BASE BID TOTAL BASE BID H & H Liquid Sludge Disposal, Inc.Synagro South, LLC TOTAL ALTERNATE BID Page 1 of 1 - July 22, 2019 NOTICE OF INTENT TO AWARD Public Utilities and Purchasing recommend award of ITB No. 34-19, Biosolids Management Services to T. Wayne Hill Trucking, Inc., the lowest most responsible bidder, in accordance with the bid specifications, in the estimated amount of $493,547.00 annually, for a period of one (1) year, with two (2), one (1) year extension options. This Award recommendation will be considered by the City Council at the August 12, 2019 Work Session (9:00 a.m.) and voted on at the August 14, 2019 Council Meeting (6:00 p.m.). These meetings are held at Clearwater Main Library, at 100 N. Osceola Ave., Clearwater, FL 33755. Inquiries regarding this Intent to Award can be directed to the City’s Procurement Analyst at (727) 562-4634, or mailed to City of Clearwater, Attn: Purchasing, PO Box 4748, Clearwater, FL 33758- 4748. Posted on this date by: Valerie Craig Valerie Craig Procurement Analyst Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6592 Agenda Date: 8/12/2019 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Legal Department Agenda Number: 11.1 SUBJECT/RECOMMENDATION: Request for authority to settle the case of Milagros Medina v. City of Clearwater, Case No. 16-00004-CI for $180,000.00. (consent) SUMMARY: Milagros Medina alleges that on May 5, 2017 a tree owned by the City of Clearwater fell on top of her automobile as she was driving south on Martin Luther King Ave. near its intersection with Tuskawilla Street. She alleges damages to her automobile and injuries to her neck and back as a result. Authority is being sought to settle this case for $180,000.00, in exchange for which the City will receive a full release and the pending civil action will be dismissed with prejudice. APPROPRIATION CODE AND AMOUNT: 59007590-545900 (Insurance Claims - Liability) - $180,000 Page 1 City of Clearwater Printed on 8/10/2019 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6594 Agenda Date: 9/3/2019 Status: Agenda ReadyVersion: 1 File Type: Action ItemIn Control: Finance Agenda Number: 12.1 SUBJECT/RECOMMENDATION: Declare miscellaneous furniture, minor equipment, and fixtures, surplus to the needs of the City for disposition in accordance with Clearwater Code of Ordinances 2.621 Sale of Surplus Personal Property and authorize the appropriate officials to execute same. (consent) SUMMARY: Pursuant to Clearwater Code of Ordinances Section 2.621, Sale of Surplus Personal Property, Purchasing requests Council’s authorization to handle the disposition of personal property at the following locations: City Hall building, Clearwater Gas System’s (CGS) complex, and the church at 601 S. Hercules Avenue which was approved for purchase by Council on June 20, 2019. Surplus at City Hall and CGS will be handled through a contracted auctioneer with on-site auctions or the collection and relocation of surplus to a centralized warehouse managed by the auctioneer. On-site auctions pose logistical challenges at both locations due to multiple floors and active construction at CGS. Inclusion of city surplus in a larger auction event is also likely to produce better results due to more bidders attending. There is a growing market for repurposing old items. The architectural salvage approach for the church will include a site visit for vendors to view the building and contents, and to submit a bid outlining what will be salvaged and the dollar amount offered. When the salvage company is finished the building will be readied for demolition. APPROPRIATION CODE AND AMOUNT: Surplus sale revenues are deposited into the General Fund; CGS’ sales proceeds to the Gas Utility enterprise fund. Page 1 City of Clearwater Printed on 8/10/2019 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6615 Agenda Date: 8/12/2019 Status: Agenda ReadyVersion: 1 File Type: City Manager Verbal Report In Control: Council Work Session Agenda Number: 12.2 SUBJECT/RECOMMENDATION: Imagine Clearwater SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 8/10/2019 Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6552 Agenda Date: 8/12/2019 Status: Agenda ReadyVersion: 1 File Type: Council Discussion Item In Control: Council Work Session Agenda Number: 14.1 SUBJECT/RECOMMENDATION: 5G Small Cell Technology - Councilmember Allbritton SUMMARY: APPROPRIATION CODE AND AMOUNT: USE OF RESERVE FUNDS: Page 1 City of Clearwater Printed on 8/10/2019 1 Resolution No. 19- [GM18-9100-052/238009/1] RESOLUTION NO. 19- A RESOLUTION OF THE CITY OF CLEARWATER, FLORIDA URGING THE STATE LEGISLATURE AND FEDERAL GOVERNMENT TO INITIATE A STUDY OF THE HEALTH EFFECTS OF SMALL CELL TOWERS BUILT TO ACCOMMODATE 5G TECHNOLOGY AND TO DEVELOP INSTALLATION GUIDELINES PROTECTING THE HEALTH AND WELFARE OF RESIDENTS; PROVIDING FOR AN EFFECTIVE DATE. WHEREAS,small cell wireless equipment is designed to boost cellular service from the existing wireless carriers and will enable those carriers to implement 5G technology by placing these installations on existing streetlights and utility poles;and WHEREAS,concerns have been raised about the health risks of 5G technology including small cell installations. Many studies have linked low-level wireless radio frequency radiation exposures to adverse biological effects including DNA single and double strand breaks, oxidative damage, disruption of cell metabolism, increased blood brain barrier permeability, melatonin reduction disruption to brain glucose metabolism and generation of stress proteins. This list warrants additional scientific studies before residents are put at risk; and WHEREAS,the health hazards of 5G technology have been intensely debated at the federal level before Congress and the Federal Communications Commission (FCC). There does not appear to be any widely accepted definitive scientific study that proves one way or the other whether small cell installations — emitting extremely high or “millimeter wave” frequencies above 24 GHz — may have an adverse health impact, although in 2011 the World Health Organization classified radio frequency radiation as a possible 2B carcinogen;and WHEREAS,the only applicable FCC standards for radio-frequency radiation emissions were set in 1996 and did not consider the use of modern wireless equipment like small cells that will be located close to residences. Mere compliance with the FCC’s outdated standards does not assure safety;and WHEREAS,the State of Florida has preempted local governments from regulating the installation of small cells as it relates to their potential health effects or proximity to residential areas;and WHEREAS,the FCC adopted regulations in 2018 that are intended to facilitate the installation of 5G technology “underscore[ing] the FCC’s commitment to ensuring that the United States wins the global race to 5G,” as stated in the FCC Press Release dated September 26, 2018;and WHEREAS,global communications and technological advancements are important components of the state and federal economy but need not come at the expense of the public’s health. As the world’s leading economy, the United States can and should “win the global race” while protecting its residents from potential long-term health effects that will only further harm the economy in the future;and 2 Resolution No. 19- [GM18-9100-052/238009/1] WHEREAS,the FCC’s action allows private cell providers the right to put antennas and transmission control boxes on city-owned streetlight poles and privately-owned utility wood poles subject to only minimal limitations. This means that a 5G antenna could be mounted on the streetlight or utility pole in front of a resident’s home, and there would be little the resident could do about it. Given the health concerns described above, the City believes this should cause great concern for all City residents;and WHEREAS,the Mayor and City Council hereby find it is in the best interest of the residents to urge the state and federal governments to initiate independent, scientifically reliable studies of the health effects of small cell wireless and 5G technology on residential populations and develop guidelines for the installation of this technology that will protect the health and welfare of the public. NOW, THEREFORE, BE IT RESOLVED CITY COUNCIL OF THE CITY OF CLEARWATER,FLORIDA: SECTION 1.Each of the above recitals are hereby incorporated herein. SECTION 2.The Mayor and City Council hereby urge the state and federal governments to initiate independent scientifically reliable studies of the health effects of small cell wireless and 5G technology on residential populations and develop guidelines for the installation of this technology that will protect the health and welfare of the public. SECTION 3.The City Council hereby directs the City Clerk to transmit a copy of this Resolution to all appropriate entities. SECTION 4.This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this _______ day of _____________, 2019. ____________________________ George N. Cretekos Mayor Approved as to form:Attest: _______________________________________________________ Pamela K. Akin Rosemarie Call City Attorney City Clerk Cover Memo City of Clearwater Main Library - Council Chambers 100 N. Osceola Avenue Clearwater, FL 33755 File Number: ID#19-6593 Agenda Date: 8/12/2019 Status: Agenda ReadyVersion: 1 File Type: Presentation(s) for Council Meeting In Control: Council Work Session Agenda Number: 18.1 SUBJECT/RECOMMENDATION: August Service Awards SUMMARY: 5 Years of Service Seth Eigenmann Engineering/Parking Patrick Shackton Gas Lisa Baughman Library Vicki Sugar Library Christopher Brown Gas Tina Burdo Utility Customer Service Matthew Smith Legal 10 Years of Service Mary Beth Setter Finance 15 Years of Service Milisa Harris Human Resources Dzavit Lika Library Sam Elliott Public Utilities Timothy Ferlanie Public Utilities Blaise Sciarra Fire Robert Palisi Fire Robert Lee Fire 20 Years of Service Theroun Winston Solid Waste Steve Berenguer Public Utilities Rodgerick Scott Public Utilities 25 Years of Service Thomas Wiggins Engineering/Stormwater Erick Swinton Solid Waste Page 1 City of Clearwater Printed on 8/10/2019 File Number: ID#19-6593 Page 2 City of Clearwater Printed on 8/10/2019